HomeMy WebLinkAboutRESPONSE - BID - 5795 NORTH COLLEGE AVE JEFFERSON ST RIVERSIDE AVE (3)SECTION 00300
BID FORM
PROJECT: NORTH COLLEGE AVENUE AND JEFFERSON STREET/RIVERSIDE AVENUE
IMPROVEMENTS; BID NO. 5795
Place
Date
1. In compliance with your Invitation to Bid dated
and subject to all conditions thereof, the undersigned
+�N "A E-C +rJC a CorporationJ
R -- or 5ri�-or) ** authorized to do business
in the State of Colora 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 67 „ F n ($
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:
t 2 s- C c K �z 14 'j o q
Ttr XX '��y�kK��
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. 1.
through --d--
7/96 Section 00300 Page 1
COLORADO DEPARTMENT OF TRANSPORTATION Project k
UNDERUTILIZED DBE BID � ° 3
Location t, c i+. � h C c
CONDITIONS ASSURANCE a s t �_ R S a s` `� t
2 . � 2 s t n� A.t_ — �
Instructions: Contractor - Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participa-
tion which qualifies under the contract goal specification for tnis project.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have
maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds.
INTENDED UNDERUTILIZED DBE PARTICIPATION
1) Will your company's intended Underutilized DBE (UDBE) participation meet contract goals? yes ❑ no
Meets contract goals
2) Total intended Underutilized DBE (UDBE) participation: yes ❑ no
3) List the UDBE firms you intend to use for your UDBE participation
Name of UDBE firm(s) Certification Intended item(s)
expiration date of work
PNIa Exs
Ta C 1 Cc t� -r• c-c .z—
I understand that, if my company is determined to be the low bidder for the contract on this product, I must submit a
completed COOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION to the Transportation
Department by 4:00 pm the day after the bids are opened. In addition, if my company does not meet the intended
contract goals, I must submit a completed COOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before
the above stated deadline.
I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age,
sex, national origin, or handicap in the bidding process or the performance of contracts.
I DECLARE UNDER PENALITY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE
STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE
TO THE BEST OF MY KNOWLEDGE
Company name Date
Company o r signal a Title
Z ,/ L'�, S t T
Previous editions are obsolete and may not be used CDOT Form k71 Ca 6102
3
DEPARTMENT OF TRANSPORTATION
Office of Certification
4201 Eat Aftraa Amu, EMP, B500
(303)512-4140
ru (303)5124146
February 3, 2003
Mr. Ernest Duran
Duran Excavating, Inc.
418 North 9'h Avenue
Greeley, CO 80631
Dear Mr. Duran:
Am4UAL APPROVAL OF CERTIFICATE #S
RECEIVED
FEB 0 6 2003
DURAN EXCAVATING, ING
The Colorado Office of Certification is pleased to inform you that Duran Excavating, Inc. has been reviewed
and deerned eligible for continued participation in the United States Department of TmusP°uticn's (U.S. DOT)
Disadvantaged Business Faterprise (DBE) Cert cation Program. This letter serves as your official certification. Your firm will be included on eligibility lists mamwied by the entities seeing a pmgramniatic
need for your work specialty, and for whom this office performs contract rac t certification services.
For the duration of your finm's continued eligibility, business develoPruent assistance is available from the Colorado
Departinent of Transportation (CDOT), the Regional TransportgUon District (RID) and the Denver Water Board
(DWB). To inquire about particular program
available through these entities, please contact them directly.
In accordance with U.S. DOT Regulations foumd at 49 CFR Part 26, your firm is certified for a period of three
years. You will be notified each October, the month prior to your mrtW' , dw you certificaticn status
must be re-evaluaad. The won provides hmUucfimondocuramts to submit to.do Office of Certification.
However, should you not receive notification from this ofce during that month, it is yaw responsibility to contact
us. Submittal of this ifcamation is necessary to ensure that there is no irruption in yaw certified status durin8
the three-year pence
The Colorado Office of Certification, Department of Transportation' Regronal Transportation District and Denver
Water ]Department wish you continued success in your business endeavors.
Sincerely,
Berretta L. Collins, Director
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 100 of the contract.
ITEM
SUBCONTRACTOR
7/96 Section 00430 Page 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: Duran Excavating, Inc
2. Permanent main office address: 418 North 9th Ave Greeley, Co 80631
3. When organized: November 1978
4. If a corporation, where incorporated: Colorado
5. How many years have you been engaged in the contracting business under your
present firm or trade name? 25 years
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
See attached current job list
7. General character of Work performed by your company:
Site utilities, Earthwork, Excavation, Erosion control,
Demolition & Hazardous material
8. Have you ever failed to complete any Work awarded to you? No
If so, where and why?
9. Have your ever defaulted on a contract? No
If so, where and why?
10. Are you debarred by any government agency? No
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.
See attached completed job list
12. List your major equipment available for this contract.
See attached quipment list
13. Experience in construction Work similar in importance to this
project:
20 years
14. Background and experience of the principal members of your organization,
including officers:
See attached resumes'
15. Credit available: $ 750.000.00
16. Bank reference: New Frontier Bank 2425 35th Ave Greeley, Co Jim Rutz
(970) 339-5100
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? Yes
If yes, in what city, county and state? See attached Licence list What
class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? Yes
If yes, what percent of total contract? Unknown
and to whom? Unknni.m
20. Are any lawsuits pending against you or your firm at this time? No
If
DETAIL yes,
7/96 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
5 million per occurance
What company? Flood & Peterson 4687 W. 18th Street Greeley,Co. Bob Mu h
970 356-0123
22. What are your company's bonding limitations? 8 million per lob
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 418 N. 9th Avenue this 29th day of July , 2003.
Title: President
State of Colorado
County of Weld
Ernest E. Duran being duly sworn deposes and says that he is
President of Duran Excavating, Inc. 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 h day of
July 2003. _t Af4, - I
ary',P�ulic
My commission expires 3-6-06
7/96
Section 00420 Page 3
Duran Excavating, Inc.
Current Projects for
My 2003
Project
Architect/
Contract
Percent
Scheduled
Balance to
Name
Owner
Engineer
Amount
Complete
Completion
Complete
Research Complex 1
University
Fentress Bradburn
Fitzsimmons
of Colorado
Architects
$ 743,068.00
95%
S rin -03
$ 10,000.00
Anschutz Inpatient
Haselden
H&L HDR
Pavilion BP#4 & #6
Construction, Inc.
A Joint Venture
$ 183,837.00
80%
S rin -03
$ 39,473.00
Greeley Weld
Greeley Weld
Washington
County Airport
County Airport
Infrastructure Services
$ 2,661,890.00
50%
Au ust-03
$ 250,000.00
Greeley Downdown
City of
City of
Redevelopment
Greeley
Greeley
$ 1,640,158.00
95%
Jul -03
$ 1,640,158.00
Horsetooth Reservoir
Larimer County
Larimer County
Inlet Bay improvements
Public Works
Public Works
$ 146,947.25
1 10%
1Se tember-03
$ 410,100.00
Current Projects for 2003 1 7/29/2003
Major construction projects Duran Excavating, Inc. has completed in the past five years:
PROJECT
ARCHITECT/
CONTRACT
PERCENT
DATE
NAME
OWNER
ENGINEER
AMOUNT
COMPLETE
COMPLETED
RTD Contaminated
Dirt Removal
RTD
J.F. Sato & Associates
$ 364,508.00
Complete
1996
Children's Hospital
Earthwork & Utilities
Children's Hospital
CTL / Thom on, Inc.
$ 701,885.00
Complete
1996
Broomfield
City of Broomfield
City of Broomfield
$ 184,712.00
Complete
1995
Jefferson County
Evergreen High School
School District
H & L Architecture LTD.
$ 374,169.00
Complete
1995
Klipp, Coluss ,
Denver Central Library
city & County of Denver
Jenks & Dubois
$ 834 500.00
Complete
1995
Eighth Ave. Storm Sewer
City of Greeley
Bernett Consulting, Eng.
$ 952,600.00
Complete
1995
UNC Student Rec. Center
University of Northern
Colorado
Sinks Combs Dethlefs
$ 205,210.00
Complete
1995
Frederick S. Scott/
St. AnthonyHospital
St. AnthonyHospital
Harry J. Varwi
$ 219 800.00
Complete
1995
Front Range
Colorado Comm. College &
Community College
Occupational Education
Davis Partnership,PC
$ 351 743.00
Complete
1997
United Airlines
FOTC Facility
United Airlines
Reddy & Redd
$ 290 396.00
Corn lete
1997
Marycrest Harmony &
Serenity Residence
Sacred Heart Corp.
Davis Partnership, PC
$ 356,503.00
Complete
1998
Monoco Parkway !
Eastman Avenue
City & County of Denver
Waste Water
Management
$ 642,121.00
Complete
1998
Li an Distribution
Michael Barber
Complex
Public Service Company
Architecture
$ 819 094.00
Complete
1998
Denver Human
Service Center
Denver Capital Leasing /
city & county of Denver
OZ Architecture
$ 619 260.00
Complete
1999
Greeley / Weld County
Airport
Greeley / Weld County
Airport
Isbill Associated
Ravtheon Infrastructures
$ 595,824.00
Complete
1998
Greeley High School #3
North Ridge High
Weld County
School District # 6
Klipp, Clouss ,
Jenks Dubois, P.C.
$ 475 464.00
Com lete
1999
Larimer County
Detention Center
Larimer County Facilities
Management
Reilly Johnson
Architecture
$ 192 497.00
Complete
1999
AT & T
At & T Corporation
MBC Architects P.C.
$ 136 841.00
Complete
1999
C.W. Fentress, J.H.
Hines D.T.C.
Hines Interests
Bradburn & Associates
$ 366,856.00
Complete
1999
Greeley/ Weld County
Greeley/Weld County
Isbill Associated
Major projects completed the last five years Page 1 of 3 7/29/2003
Major construction projects Duran Excavating, Inc. has completed in the past five years:
PROJECT
ARCHITECT/
CONTRACT
PERCENT
DATE
NAME
OWNER
ENGINEER
AMOUNT
COMPLETE
COMPLETED
Airport 235
Airport
Raytheon Infrastructures
$ 2,397 495.62
Complete
1999
Greeley West
High School
Weld County
School District # 6
Isbill Associated
Raytheon Infrastructures
$ 412,573.00
Complete
1999
REI Denver Flagship
ecreational Equipment, IncMithum
Partners Inc.
$ 709 307.00
Complete
1999
Arvada Red Rocks
Red Rocks
Community College
Community College
Davis Partnership, PC
$ 90 365.00
Complete
1999
Anheuser-Busch
Morrison Knudsen
Anheuser-Busch
St. Louis, Mo.
Corporation
$ 386 602.00
Complete
1999
Amgen Lakecenter
Utility & Production
Amgen, Inc.
Bechtel Cor oration
$ 164,050.00
Complete
1999
Hollywood & Irish
Storm Sewer Drain
Larimer County Purchasing
Ares Associates
$ 737 841.00
Complete
1999
Greeley Central
High School
Weld County
School District # 6
KBN
$ 130,110.00
Complete
1999
Amgen Lakecenter
Administration Addition
Amgen, Inc.
S.A. Miro, Inc.
$ 75.800.00
Complete
1999
Fort Morgan
Fort Morgan
Slater Paul
High School
School District
& Associates
$ 78 000.00
Complete
1999
Expo Park/
Westerly Creek
City of Aurora
CH2M Hill
$ 2,217,934.00
Complete
2000
Skyland Recreation
Center
City & County of Denver
Chamberlin Architects
$ 163,354.00
1 Com lete
2000
Northwest Business Park
Catellus Development
Martin/Martin
Utilities & Drainage
Corporation
ConsuRin Engineers
$ 565,923.00
Complete
2000
Weld County School
Northridge High School
District Six
KBN Engineers
$ 346 691.00
Complete
2000
Northridge High School
Weld County School
Robert Schreve
Soccer Field
District Six
Architects
$ 559 900.00
Complete
2000
Greeley Airport
Demolition of Terminal
Greeley/ Weld
CountyN!A
$ 148 420.00
Complete
2000
Rocky Mt. Mutual
Meeker Commons
Housing Association
S.A. Miro, Inc.
$ 275,528.00
Complete
2000
CSU
Colorado State
Sciences Lab Upgrade
Univers
OZ Architecture
$ 175,662.00
Complete
2000
ilent
Agilent
Technologies
Technologies
H & I Architects
$ 272 072.00
Complete
2000
Cache Bank
College Greens
Lee Architects
& Retail Center
Commercial LLC
& Interior Designers
392 588,00
Complete
2000
Major projects completed the last five years Page 2 of 3 7/29/2003
Major construction projects Duran Excavating, Inc. has completed in the past five years:
PROJECT
ARCHITECT/
CONTRACT
PERCENT
DATE
NAME
OWNER
ENGINEER
AMOUNT
COMPLETE
COMPLETED
Ross Hall
University
Christopher Carvell
Demolition
of Northern Colorado
Architects
$ 150,643.00
Complete
2000
Vans Skate Park
Vans
Rengel & Company
Westminster
California
Architects
$ 160 000.00
Complete
2001
Buckley Air National
Navy Marine Corp
Navel Facilities
Guard
Reserve Center
Engineering Command
$ 503 000.00
Complete
2001
Fox Run
Donaldson & Company
Northern Engineering
Development
Fort Collins Co.
Services Inc.
$ 1,203, 000.00
Complete
2001
Hwy 14 Development
City of Fort Collins
CDOT / COFC
GatewayPark Entrance
Fort Collins, Co.
Parks & Plannin
$ 521 939.00
Complete
2002
Ross Hall
UNC Facility
Christopher Carvell
Ex nsion/Renovation
Planning& Construction
Architects
$ 410 734.00
Complete
2002
CSU Microbiology
Colorado State
Slater Paul
Building
University
Architects, Inc.
$ 175,000.00
Complete
2002
Olive Garden
The
JVA, Inc.
at Greeley Mall
Macerich Company
Engineers
$ 73 330.00
Complete
2002
Nat'] Wildlife Research
Acquest Development
S.A. Miro, Inc.
Outdoor Pen Project
Company
Engineers
$ 1,481,289.00
Complete
2002
Lefthand Creek
City of
Carter -Burgess
Channel Improvement
Longmont
En ineerin
$ 1,385,207.15
Complete
2002
Walnut Street
City of
City of
Reconstruction
Windsor
Windsor
$ 591 577.15
Complete
2002
Centennial Library
Weld County
Klipp,Colussy, Jenks
Renovation
Libra District
Dubois Architects
$ 33 000.00
Complete
2002
Anschutz Inpatient
Haselden
H&L HDR
Pavilion BP#5
Construction, Inc.
A Joint Venture
$ 173 565.00
Complete
2002
Fort Lupton
Fort Lupton
Fort Lupton
School
School District
School District
$ 203 000.00
Complete
2003
East Elementary
Weld County
RB & B
School
School Dist No. 6
Architects
$ 580,339.00
Complete
2003
Tommy C. Square
Tom & Annabelle
Pickett Engineering
Corzona
Inc.
$ 319190.00
Complete
2003
Sunn slope
City of
Burns &
Broomfield
McDonnell
1 $ 1,452 432.00
Com lete
2003
Greeley Mall
Cinemark USA, Inc
Envirodesi n
Sitework
USA,Inc
Inc.
$ 220 685.00
Complete
2003
Major projects completed the last five years Page 3 of 3 7/29/2003
-iceX A V X C 'i fN' i t SrJ L.
CONTRA CR
BY: (�(�
ADDRESS: y\ 5� Q Vy' G��h ��d
0 1a 3
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 (250) of the total Agreement Price.
RE CTFU Y B ITTED:
-la Ctc
S gnature R,tA Sv kv" Date
�2t5\tlt N+'
Title
License Number (If Applicable)
(Seal - if Bis by cor oratio,
Attest:
Address 1% ,p_
- -
Telephone ��'1 bi S l- G\ A oN
7/96 Section 00300 Page 2
Duran Excavating Inc.
DURAN EXCAVATING, INC.
EQUIPMENT LIST
YEAR
DESCRIPTION
UNIT #
V.I.N #
PLATE #
1988
Chevrolet Pickup
Office
Al
1 GCDK14K4JZ11409
26229HY
1996
GMC Pickup
Lloyd McEwen
A2
1GTEK14K4SZ671135
22683HY
1994
Dodge4x4
Office
A4
187HF16Y4RS559699
02764H1
1999
GMC Sierra
Dick Hay
A6
GTEK19T7XE511933
58275HY
2000
GMC 1600 Xcab Pickup
Ernie Duran
A13
2GTEK19T2Y1197076
966ANT
2001
GMC 1500 Pickup
Lorenzo Martinez
A14
IGTHK24UI IE221360
732DOP
2002
GMC Pickup
Office
A15
IGTHC24U82E157719
584DJN
2002
GMC Pickup
Ellie Duran
A16
2GTFK69U121297137
037ERH
2002
GMC Xcab 2500
Larry Duran
A17
1GTHK23U92F194308
044ERI
2002
GMC Xcab2600
Gary Duran
A18
1 GTHK23U92F1 87827
046ERI
1993
Ingersoll FX 130
C94
WF1003
None
1996
Dynapac Compactor
C95
59811135
D000423
1980
815 CM Cat Compactor
C96
1511366
Z39844
1995
Remmax Compactor
C97
(WB)
No SMM
1996
Remmax Compactor
C98
320563
No SMM
1995
Remmax Compactor
C99
318007
No SMM
1996
Remmax Compactor
C100
318259
No SMM
1998
Dozer
D1
pending
1993
Case 680K Backhoe
EX34
JAB0032034
Z18211
1996
Komatsu 200 Excavator
EX36
A81271
X44069
1995
Komatsu 220 Excavator
EX37
A80625
X44068
1997
PC3001-C-6 Excavator
EX38
A80708
D000426
1976
Cat215 Excavator
EX39
961-3569
none
2001
Komatsu PC400 LC
EX40
A84248
Pending
1984
TCI Forklift
F20
12901025R
None
1979
Cat12G Motor Grader
G62
61M6827
HYS307
1996
Cat140H Grader
064
2ZKO0678
W01872
1990
Cat 966E Loader
L42
99Y-07386
D000424
1993
Cat96OF Loader
L43
058AO1029
X44070
1984
Case850C Crawler Loader
L44
7401642
Z19696
1990
Case 821 Wheel Loader
L45
JAK0023720
Z019695
1990
Case1840 Uni-Loader
L49
JAF0120709
Z19427
1994
Case 1845C Skid Str
L50
JAF0134708
X44067
1986
Cat623B Scraper
S62
46P01943
Z019694
1977
Cat Scraper
S63
046P00595
Z18213
1980
Mack Water Truck
TK17
DMM6856S3081
pe nding
2000
FL702281 Service Truck
TKIIB
1FV6HFBA2YHB97088
451BHJ
1979
Leased Ford Water Truck
TK19
U903VFC6466
189JA2
1987
International Service Trucj
TK20
IHSLCHXNXHHA19361
243ETO
1993
Leased,Kenworth
TK24
1XKADB9X2PJ582521
668HZB
1989
Leased Kenworth
Form 2290 file on 8131
TK25
1 XKAD29X6KS529492
609HY8
1988
Leased Kenworth
Form 2290 file on 8131
TK26
1 XKAD69XBJS503646
576GFG
1996
Moxy(Sheela)Truck
TK27
353480
pending
1989
IHC 7140 Case Tractor
TR10
JJA0008510
None
1996
Haulette Flatbed Trailer
TL70
7732D
None
1979
Loadking Trailer Belly Dump TL72
8074
W048425
1997
WitzcoTrailer
TL73
4URA11E33VS061179
W102666
1979
Cook Trailer Rock Dump
TL74
A9662
W46938
1999
B-Line Trailer
TL75
1B9F51428XG077231
W116673
1978
Office Trailer Van
TL86
T92920
640ATL
1970
Office STK SMI Trailer
TL86
121891
W102981
Tamper
Z201
Hotsy
Z240
Duetzy Diesel Pump
Z280
Gorman Rupp Pump 4" Elec. Z281
Disc
7292003
OW
ERNEST E. DURAN (ELLIE)
Experience:
November 1981 to Present
President, Chief Executive Officer and Estimator for Duran Excavating, Inc.
June 1973 to November 1981
Estimator and Job Coordinator, NCC Construction Company, 6001 West
10"' Street, Greeley, Colorado 80632
Education:
Greeley West High School, Graduated 1977
Training:
On the job training as job coordinator and estimator with NCC
Construction.
AGC Certification of Construction Management and Job Estimating, Blue
print, labor and management certification, critical path method and
scheduling.
Qualifications:
November 1978 to Present
Qualified in management and supervision of all office procedures,
equipment and material acquisition, estimating and installation in
the following areas:
Familiar with all types of building construction, remodeling, pipeline
construction, including engineered fills, and mass excavation.
1" to 96' diameter pipe, working at depths of 18" to 30 feet using
hydraulic, fabricated shoring, fabricated trench box and vertical on
site fabrication methods.
Ernest E. Duran (Ellie) Resume Page 1 of 2
Installation of waterline systems for 4" to 36" D.I.P., Including meter
vaults. Install sewer lift stations.
Utilization of road base, crushed quarry material, application of
asphalt road surface and materials. Complete construction to spec
of roads and appurtenances.
Familiar with civil drawings and have the ability to compensate for
engineering conflicts.
Complete sanitary and storm sewer systems, utilities, commercial,
residential and industrial excavating as well as site demolition.
Duties have consisted of management of business, including
estimating, negotiation, and supervision of field criteria input and
coordination of engineering department and field department,
ordering materials and obtaining bonding.
Estimating duties have included estimating material,
subcontractors, fill replacement and the related manpower and
equipment requirements. Have interpreted engineering criteria and
have performed project management from start to finish.
Additional Training:
Completed 40 hours of Hazardous Waste Operating and Emergency
Response Training (29 CFR 19910.120).
Completed 6 hours of Safety Supervisor Training and is a designated
Safety Supervisor.
Completed refresher for Hazardous Waste Operation and Emergency
Response.
Computer proficient in Microsoft Windows 2000, Microsoft Word, and
Microsoft excel, Computer Ease, and Agteck and cad files.
Ernest E. Duran (Ellie) Resume Page 2 of 2
GARY L. DURAN
Experience:
November 1978 to present
Treasurer, Project manager and Superintendent for Duran Excavating, Inc.
June 1971 to November 1978
Equipment operator and assistant project superintendent, NCC
Construction, 6001 West 10th Street, Greeley Colorado 80632
Education:
Greeley West High School, Graduated 1975
Training:
On the job training as a job coordinator and job superintendent.
National safety program and training for federal hazardous materials
program.
Qualifications:
Qualified in management and field supervision, including operations,
equipment operation and installation in the following areas:
Pipeline construction
Utility installation including forming concrete, manhole
Construction for storm and sanitary sewer systems.
Installation of waterline systems for 4" to 36" D.I.P., including
Meter vaults. Install sewer lift stations.
Road construction / airport runways / parks / subdivisions
Demotion
Land reclamation
Commercial, residential, industrial excavating
Knowledge of various types of alignment and engineering
equipment for pipeline installation. Have interpretation of
engineering criteria and project management capability from start to
finish. Can establish grade offsets and preserve engineers
references.
Gary L. Duran Resume Page 1 of 2
Can complete construction of roads and appurtenances to spec,
have in depth knowledge of road base, crushed quart' material,
application of asphalt road surfaces and materials.
Have familiarization with civil drawings and have the ability to
compensate for engineering conflicts.
Have performed project superintendent, quality control; field
supervisory and subcontractor coordination duties. Have also
conducted safety meetings and insured that procedures are
followed.
Hazardous water material.
Additional training:
Completed 40 hours of hazardous waste operation and emergency
response training (29 CFR 19910.120)
Completed 6 hours of safety supervisor training, and is designated a
safety supervisor.
Completed refresher for hazardous waste operation and emergency
response.
Gary L. Duran Resume Page 2 of 2
LARRY D. DURAN
Experience:
November 1978 to present,
Secretary, Project manager and Superintendent for Duran Excavating, Inc.
June 1971 to November 1978,
Equipment operator and assistant project superintendent, NCC
Construction, 6001 West 10th Street, Greeley, Colorado 80632
Education:
Greeley West High School, Graduated 1976
Training:
On the job training as job coordinator and job superintendent with NCC
Construction.
National safety program and training for federal hazardous materials
program.
Qualifications:
Qualified in management and supervision of field development and
operations, including equipment operation and installation in the following
areas:
Pipeline construction
Utility installation including forming concrete, manhole
Construction for installation of storm and sanitary sewer systems
Installation of waterline systems for 4" to 36" D.I.P., including meter
vaults.
Install sewer lift stations
Road construction
Demolition
Land reclamation
Commercial, residential, industrial, mass excavating
Airport runways / parks / subdivisions
Larry D. Duran Resume Page 1 of 2
Have in depth knowledge of all types of pipeline material, including
engineered fill, 1" to 23" using hydraulic, fabricated shoring,
fabricated trench box and vertical on site fabrication methods.
Fracturing of solid geological formation, use and installation of
engineered rip/rap, retaining structure construction and application.
Have knowledge of various types on alignment and engineering
equipment. Can interpret engineering criteria and perform project
management from start to finish.
Have performed as project superintendent, quality control officer,
supervised and coordinated subcontractors, ordered materials,
conducted safety meetings, and make sure safety procedures were
followed, and maintained equipment on a daily basis.
Hazardous waste material removal
Additional Training:
Completed 40 hours of hazardous waste operation, and emergency
response training (29 CFR 19910.120).
Completed 6 hours of safety supervisor training and is designated a safety
supervisor.
Completed refresher for hazardous waste operation and emergency
response.
Larry D. Duran Resume Page 2 of 2
Richard H. Hay
3125 W. 6th St., Greeley, CO 80631 (970)353-7771
Experience
2000-Present
Estimator -Project Manager, Duran Excavating, Greeley,CO
Estimate and manage earthwork & utility projects to $2,500,000
1998-2000
Estimator -Project Manager,C/C Construction, Inc., Greeley,CO
Estimate and manage projects up to $1,500,000
1996-98
Project Manager, Matchless Millwork, Inc., Greeley, CO
Manage various millwork projects up to $600,000
198q-96
Estimator, Roche Constructors, Inc., Greeley, CO
Prepare cost estimates up to $15,000,000
1987-89
Self Employed, Hay Construction Services, Greeley, CO
Construct various projects up to $40,000
1983-87
Estimator, Roche Constructors, Inc. Greeley, CO
Prepare cost estimates up to $10,000,000
1981-83
-reject Superintendent, Roche Constructors, Inc., Greeley, CO
Supervise construction of various projects up to $6,000,000
1979-81
Carpenter Foreman, Anderson Construction, Greeley, CO
Lead Carpenter on various projects up to $3,500,000
1977-79
Carpenter, Carotin Construction, Greeley, CO
Construct 20 tract homes of $75,000 each
1972-77
Owner/ Manager, Sambo's Restaurant, Greeley, CO
Supervise 24 hour restaurant with 50 employees
Education
2002
Sitework 98, AGTEK Earthwork Software Services
Digitizing, CAD Survey, 16 hour seminar
2001
Sitework 98, AGTEK Earthtwork Software Services
Basic, CAD Takeoff, 3-D Modeling, 24 hour seminar
1995
Timberline Precision School, Timberline Software Corporation
Precision Extended, Certified, 40 hour estimating course
1993
Windows tntroduction, Colorado Computer Training LTD
Introduction to Windows, Certified, 16 hour workshop
1992
Excel, Word for Windows, Colorado Computer Training LTD
Introduction to Windows Based Programs, Certified 16 hours
1986
FAILS Management, Management Techniques, 8 hours
1986
Computer Managed Applications, Aims Community College
D-Base, Lotus 123, Word Perfect, 3 hour credit
1985
Basic Land Surveying, AGC, Colorado State University
1984
Universal Building Codes, Aims Community College, 1 hr credit
1983
Advanced Blueprint Reading, AGC, Colorado State University
1980
Architectural Drafting, Aims Community College, 3 hour credit
1976
Dale Carnegle, Public Speaking, Certified, 80 hours
1966-69
Eastern Montana College, Fine Arts, No Degree
BUSINESS - PROFESSIONAL LICENSES
DURAN EXCAVATING, INC.
Fee Type of License Name Date Date Date Date
Registered Under Issued Expires Sent Received
CITY OF AURORA
ROW Trenching 8/3101 4/2/02 8/8/01
License Duran Excavating, Inc.
#101 103305 00 CL Ellie doesn't want to renew as of 4-16-02
ROW Earthwork Ellie doesn't want to renew as of 4-16-02
License #101 103303 OOCL Duran Excavating, Inc. 8/1/01 4/2102 1/29/01 8/13101
$200.00 Class B Building Duran Excavating, Inc.
License #101 120436 00 CL 217/02 3/1/03 2/4/02 2/11/02
CITY AND COUNTY OF DENVER
$50.00 Contractor - Sewer
File No. SC-0061
Duran Excavating, Inc.
1/2/03
12/31/03
12/27/02
1/6/03
$75.00
Contractor - Water Service
(Demo & Fire Line)
Duran Excavating, Inc.
1/7/03
2/29/04
12/30/02
1/27/03
License #20287
Larry Duran Supervisor
$50.00
RW-EXCVTR
Duran Excavating, Inc.
1/6/03
12/31/03
12/27/02
1/27/03
License #090539
$75.00
Demo B
License # 012350
Duran Excavatina. Inc.
9/30/02
9/30/03
8/13/02
8/26/02
Suppression System
Contractor
Reg #03-4379
Dept. of Public Works
Duran Excavating, Inc. 1/31/02
1131/03
1/25/03
1,000,000.00 Prequalification
2nd time
CE-1,2,3,+ 7
sent
$75.00 D-Concrete & Foundation
Duran Excavating, Inc. 1/7/03
2/29/04
12/30/02 1/27/03
License #016992
CITY OF WESTMINSTER
$110.00 Public Way Contractor
4/12/00
4/12101
Lic #59325 Don't renew as per Ellie
CITY OF GREELEY
$100.00 Concrete and Paving
Duran Excavating, Inc. 1/15/03
12/30/03
12/30/02 1/28/03
Certification #11547
STATE OF COLORADO
State Buildings Duran Excavating, Inc. 8/31/02 8/31/03 8/19/02 8126/02
Real estate programs
C.D.O.T. Duran Excavating, Inc. 1/31/03 1/31/04 1/28/03 215/03
Prequalification
Codes #954A
COLORADO STATE UNIVERSITY
Utility Contractor Duran Excavating, Inc. 2/5102 215/03 2/11102
CITY & COUNTY OF BROOMFIELD
$50.00 Class C General Contractor
License #C2003-1388
12/31 /02 12131 /03 11 /11 /02 12/27/02
Duran Excavating Inc. Page 1
updated 2-18-03
CITY AND COUNTY OF DENVER CERTIFICATIONS AND LICENSES
CERTIFICATIONS
LARRY DURAN
Fee
Type of Certification
Certification Registered
Date
Date
Date
Date
Under Larry Duran
Issued
Expires
Sent
Received
$50.00
Demo B Supervisor
Larry Duran
9/30/02
9/30/05
8/13/02
8/23/02
License #1013416
$30.00
Drain layer Journeyman
Larry Duran
3/2/00
2/28/03
Certificate #2106127
$75.00
D-EX/SHR/PUCAS/DRUSHFT SUPR
Concrete and Foundations
Larry Duran
2/15/02
3/31/05
2/11/02
3/4/02
Supervisor
Certificate #1015745
$75.00
Water Service
License #020287
Larry Duran
1/25t02
2/28/03
1/17/02
2/11/02
$50.00
Water Service Supervisor
Larry Duran
10/3l/02
10/31/05
9/5/02
9/18102
Certificate #1017660
CITY OF AURORA
ROW Earthwork
Certificate #Q9554 Larry Duran 12/31/03
ROW Trenching
Certificate #Q9553 Larry Duran 12/31/03
Class B Building
Certificate #Q1 1427 Larry Duren 8/16/00 8/31/03
STATE OF COLORADO
$55.00 Fire Suppression System Contractor
Reg 0034379 Larry Duran 1/1/03 1/1/04 12/27/02 1/6/03
CITY OF LONGMONT
$50.00 Class D (Excavating) Larry Duran
#D20000312 7111/02 6/30103 6/14/02 7/17/02
CERTIFICATIONS
GARY DURAN
Fee Type of Certification Certification Register Date Date Date Date
Under Gary Duran Issued Expires Sent Received
$50.00 D- Concrete & Foundation Supervisor 11/30/02 11/30/05 11/15/02 12/24/02
Certificate #1015981 Gary Duran
Duren Excavating Inc. Page 1 updated 1-29-03
North College Avenue and Jefferson Street/Riverside Avenue Improvements
Bid No 5795
Bid Tabulation
ITEM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
PRICE
201-00000
Clearing and Grubbing
LS
1
Q boo
p DOG
202-00010
Removal of Tree
EACH
26
-
9 Q '
202-00001
Removal of Structure
EACH
3
()
Z
202-00033
Removal of Pipe
EACH
4
202-00036
Removal of Inlet
EACH
13
202-00190
Removal of Concrete Median Cover Material
Sy-
612
202-00200
Removal of Sidewalk
SY
2,158
''3
%557I'
202-00201
Removal of Curb
LF
1.47
103 '
202-00203
Removal of Curb 8 Gutter
LF
2,270
Ix Q —
202-00205
Removal of Wheel Stop
EACH
20
U
Aw
202-002XX
Removal of Composite Pavement
SY
12,723
3
O.
202-00210
Removal of Concrete Pavement
SY
192
'
202-00220
Removal of Asphalt Mat
SY
5,928
3
202-002XX
Removal of Com osite Pavement(Planing)
SY
14,146
202-00240
Removal of Asphalt Mat(Planing)
SY
12,650
4 Z
202-00250
Removal of Pavement Marking
SF
2,000
✓JGz
202-01000
Removal of Fence
LF
200
202-04001
Plu2 Culvert
EACH
14
3pfj
2-[i0
202-04002
Clean Culvert
EACH
8
livoc
203-00010
Unclassified Excavation (Complete in Place
Cy
5,785
230-00100
203-01597
Muck Excavation
Potholin
Cy
HR
250
80207-00205
To soil
CY
630208-00045
Af
Concrete Washout Structure
Silt Fence
EACH
LF
1208-00020
1 806
U
208-00070
Stabilized Construction Entrance
EACH
2
—
3
208-00100
Sediment Removal and Disposal
LS
1
4-1-
208-00200
Erosion Control Supervisor
LS
1
1 J 9Dp -
23vo
210-00050
Reset Fire Hydrant
EACH
1
d -7
210-01050
Reset Chain Link Fence
LF
510
!-
210-XXXXX
Arfust Water Meter
EACH
1
2,3"
:/O'
210-XXXXX
Ad'ust Fire Hydrant
EACH
1
210-01710
Adjust Valve
EACH
9
.u`Z
210-04010
Adjust Manhole -
EACH
10
3
31 -0 —
210-04020
212-00006
Modify Inlet
Seeding Native
EACH
ACRE
3
0.3
"
DD
059 —
36(0`
213-000000
Landscape Maintenance
LS
1
n
/� •1
Z
213-00003
Mulching Weed Free
ACRE
0.3
213-00008
Mulching Wood Chip
CF
4,319
L,-.
213-00070
Mulch Tackifier
LB
50
213-00705
213-00705
213-00705
Landscape Boulder S ecial 12"X12"X12"
Landscape Boulder S cial 18"X18"X18"
Landscape Boulder (Special 24"X24"X24"
EACH
EACH
EACH
47
96
47
! U
- U)
�0
214-00225
Deciduous Tree 2.5 Inch Caliper)
EACH
16
tf'
3S�
Page 1 of 4
DURAN EXCAVATING, INC.
Job references list of other contractors
Washington Infrastructure Services
7800 E. Union Avenue, Suite #100
Denver, Co. 80237
Project: Weld County Airport Taxiways
Contact: Dale Mitchell
Telephone: (303) 808-9275
Contract: $2,600,000.00
Growling Bear Co., Inc.
2330 e Avenue
Greeley, Co. 80631
Project: East Elementary School
Contact: Ron Sword
Telephone: (970) 534-0443
Contract: $500,200.00
Town of Windsor
301 Walnut Street
Windsor, Co. 80550
Project: Walnut Street Reconstruction
Contact: Darron Agawa
Telephone: (970) 302-0829
Contract: $668,736.00
City of Longmont
Public Works Division
408 Third Avenue
Longmont, Co. 80501
Project: Lefthand Creek Channel Improvement
Contact: David Hollingsworth
Telephone: (303) 651-8328
Contract: $1,569,517.00
Duran Excavating, Inc.
Job reference list of other contractors Page 1 of 3
w
Hensel Phelps Construction
12645 E. 19th Avenue, Bldg 410
Aurora, Co. 80045
Project: Research Complex Fitzsimmons
Contact: Matt Schuler
Telephone: (303) 539-7200
Contract: $734,068.00
Weld County School District 6
2204 5th Avenue
Greeley, Co. 80631
Project: New District Soccer Field
Contract: $ 575,299.18
Project: Northridge High School
Contract: $384,095.71
Contact: Marsh Ragland
Telephone: (970) 353-9100
G.E. Johnson Construction Company
310 S. 10 Street
Colorado Springs, Co. 80904
Project: Amgen Lakecenter
Contact: Randy Henkel
Telephone: (719) 473-5324
Contract: $166,050.00
Larimer County
212 West Magnolia Avenue
Fort Collins, Co. 80522
Project: Hollywood & Irish Stormwater
Contact: Todd Jurgens
Telephone: (970) 498-5711
Contract: $905,253.00
Hensel Phelps Construction Company
1700 E. 28th Avenue
Denver, Co. 80205
Project: REI Denver Flagship
Contact: Mike Choutka
Telephone: (303) 539-7200
Contract: $910,813.00
Duran Excavating, Inc.
Job reference list of other contractors
Page 2 of 3
Greeley Weld County Airport
600 Crosier Avenue
Greeley, Co. 80631
Project: Construct Runway
Contact: Dale Mitchell (Isbill Associated Raytheon)
Telephone: (303) 808-9275
Contract: $2,424,937.00
City and County of Denver
1437 Bannock Street, Room 379
Denver, Co. 80202
Project: West Harvard Gulch
Contact: Tom Lindholm
Telephone: (303) 446-3400
Contract: $289,566.45
Gerald H. Phipps
P.O. Box 40387
Denver, Co. 80204-2400
Project: Greeley High School #3
Contact: Bruce Schnieder
Telephone: (303) 571-5377
Contract: $480,418.00
City & County of Denver
1437 Bannock Street, Room 379
Denver, Co. 80207
Project: Monaco Parkway/ Eastman Avenue
Contact: Steve Bello
Telephone: (303) 446-3400
Contract: $642,120.54
Duran Excavating Inc.
Job reference list of other contractors
Page 3 of 3
SECTION 00410
BID BOND
KNOW ALL
MEN BY THESE PRESENTS:
that
we, the undersigned
Duran Excavating, Inc.
as Principal, and Travelers Casualty and
Surety
Company of America
Surety, are
hereby held and firmly bound unto the
City
as
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, NORTH COLLEGE AVENUE AND JEFFERSON STREET/RIVERSIDE AVENUE
IMPROVEMENTS; BID NO. 5795.
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, 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 WIT14ESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 29th day of July , 2003, 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: Duran Excavating, Inc Travelers Casualty and Surety Comoanv of America
Address: 418 N. 9th Avenue
G ele C/ 0631
By:
Title: �iZP—S 1 ry
One Tower Square
Hartford CT 06183
ary owe
Title: Attorney -in -Fact
ATTEST:
By:
�t G.
(SEAL) (SEAL)
7/96 Section 00410 Page 2
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Connie K. Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C.
Bensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Morris, Mary M. Powell, of Greeley, Colorado,
their true and lawful Attorneys) -in -Fact, with JIM power and authority hereby conferred to sign, execute and acknowledge, at any
place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances,
contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and
all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the
duly authorized officers of the Companies, and all the acts of said Attorneys)-m-Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in fiill force and effect:
VOTED: That the Chairman, the President, any Vice Chairman any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(I 1-00 Standard)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 22nd day of February 2002.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
Y ANOe
o l(yr
MUMRX y 1982
CONK. CON
y ' R� • pS s
'Mec�
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
i
George W. Thompson
Senior Vice President
On this 22nd day of February, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say.. that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
a
* * �o * OJVt.R. C.
My commission expires June 30, 2006 Notary Public
0 Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 29t h day of
July M03.
[WNW 9J,,,.TY ANO+
NAAtF6A0. a" HARTFORO, tl 't 9 i jig p By
CON.,
CONN.
'�►c 6� �+
KoriM.Johanson
Assistant Secretary, Bond
North College Avenue and Jefferson StreeURiverside Avenue Improvements
Bid No 5795
Bid Tabulation
ITEM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
PRICE
214-00230
Deciduous Tree 3 Inch Caliper
EACH
10
e
214-00235
Deciduous Tree 3.5 Inch Caliper)
EACH
19
4: 2
214-00350
Deciduous Shrub 5 Gallon Container
EACH
103
;z
r
214-00650
Evergreen Shrub 5 Gallon Container
EACH
377
(�
214-00950
Perennials 1 Gallon Container
EACH
41
215-XXXXX
Transplant Tree 3 to 6 Inch
EACH
4
250-00100
Environmental Health and Safety Management
LS
1
fJ%J6 V
�Qpp •'
304-06000
Ag2regate Base Course Class 6
TON
5,773
3�iff
403-00720
Hot Bituminous Pavement Patchin As halt
TON
510
'
403-33851
Hot Bituminous Pavement(Grading S 100 PG 64-28
TON
6,563
Q
3
412-00600
Concrete Pavement 6 Inch
SY
892
412-01152
Concrete Pavement 11-1/2 Inch
SY
3,742
p
Q- '
412-01152
Concrete Pavement 11-1/2 Inch Fast Track 24 Hour
SY
3,233
t
(J
412-01152
Concrete Pavement 11-1/2 Inch Fast Track 48 Hour
SY
6,151
Q '�
O -
603-01150
15 Inch Reinforced Concrete Pipe
LF
111
3 Z
603-01180
18 Inch Reinforced Concrete Pipe
LF
877
2
603-01240
24 Inch Reinforced Concrete Pipe
LF
254
603-01300
30 Inch Reinforced Concrete Pie
LF
70
'
603-01360
36 Inch Reinforced Concrete Pipe
LF
424
603-01420
42 Inch Reinforced Concrete Pipe
LF
303
603-02420
53X34 Inch Reinforced Concrete Pipe Elliptical
LF
195
o
603-07240
24 Inch Reinforced Concrete Pie Jacked
LF
68
to
'
603-07360
36 Inch Reinforced Concrete Pipe Jacked
LF
64
604-00310
Inlet Type C 10 Foot
EACH
1
5 —
5
604-16005
Inlet Type 16 Sin le 5 Foot
EACH
5
124
604-16505
Inlet Type 16 (Double)(5 Foot
EACH
1
,/
3,34-1
604.16510
Inlet Type 16 Double 10 Foot
EACH
1
604-19105
Inlet Type R LS 5 Foot
EACH
5L�
�dop,3
604-19110
Inlet Type R L5 10 Foot
EACH
3
604-19205
Inlet Type R L10 IS Footj
EACH
1
604-30005
Manhole Slab Base)(5 Foot
EACH
1
604-30010
Manhole Slab Base 10 Foot
EACH
5
604-30015
Manhole Slab Base 15 Foot
EACH
1
pfjjJ
—
604-31005
Manhole Box Base)(5 Foot
EACH
1
604-31010
Manhole Box Base 10 Foot
EACH
2
�S6U
(TO
605-XXXXX
4Inch Non -Perforated Pipe Underdrain
LF
138
608-XXXXX
Tree Grate
EACH
19
lJ Z
608-00000
Concrete Sidewalk
SY
1.350
608-00005
Concrete Pavement Colored & Stamped)
SY
P70
s
608-000OX
Concrete Pavement 11-1/2 Inch (Special)
SY
535
010Concrete
Curb Ram
SY6
01X
r6O8-XXXXX
Curb Ram T e 4
EACH
3
CtTV01X
Curb Ramp S ecial
EACH
13
Truncated Domes
SF
344�'
Page 2 of 4
North College Avenue and Jefferson Street/Riverside Avenue Improvements
Bid No 5795
Bid Tabulation
ITEM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
PRICE
608-0005X
Concrete Pavers
Sy
235
lob
3 ,Sp7J
608-00350
Concrete Sidewalk Colored Type A
Sy
605
15-0
608-00350
Concrete Sidewalk Colored Type B
Sy
1,615
14o
608-07000
Concrete Retaining Wall
Cy
45
25-
IZ
608-XXXXX
Splash Plate
Sy
220
2
608-XXXXX
Median Drainage Material
Sy
845
Q
6
608-XXXXX
Median Drainage Pie
LF
600
000 '
609-20010
Curb Type 2 Section B
LF
491
y2 --
609-20OXX
Curb Type l Section M (Special)
LF
179
G
3
609-21010
Curb and Gutter Type 2 Section I-S)
LF
1,733
4 _
26Z
609-21020
Curb and Gutter Type 2 Section II-13
LF
3,322
1 *—
609-21900
Curb and Gutter Type 2 Special
LF
220
J "
SOL40 —
609-21XXX
Curb and Gutter Type 2 8 Inch Vertical
LF
277
609-24004
Gutter Type 2 4 Foot
LF
140
2. • �
'
609-24010
Gutter Type 2 10 Foot
LF
101
91—
S
609-XXXXX
Drive -Over Curb and Gutter
LF
403
610-00020
Median Cover Material Patterned Concrete
SF
881
12,
QS-
613-00100
1 Inch Electrical Conduit
LF
1,015
613-00200
2 Inch Electrical Conduit
LF
2,267
3
613-10000
Wiring
LS
1
7'
`137D
613-16010
Light Standard and Luminaire Decorative
EACH
29
�,,�9,,`
4&0 -_
%" C06
613-40010
Li ht Standard Foundation
EACH
29
" It '
rJ -
613-50100
Light Control Center
EACH
4
Y5b
619-XXXXX
4" Waterline
LF
165
5.. —
-
619-XXXXX
6" Waterline
LF
95
41
619-XXXXX
8" Waterline
LF
80
620-00005
Field Office (special)
EACH
1
623-XXXXX
1 Inch Plastic Pie
LF
4,101
Q
623-XXXXX
1-1l4 Inch Plastic Pie
LF
48%
4
623-XXXXX
1-112 Inch Plastic Pipe
LF
8
623-XXXXX
21nch Plastic Pipe
LF
2,241
y
S
623-XXXXX
4 Inch Plastic Pie
LF
654
623-00156
Irri aton Bubbler
EACH
39
623-00212
12 Inch POP -up Spray Sprinkler
EACH
354
623-01708
1 Inch Backflow Preventor -
EACH
623-03108
1 Inch Automatic Control Valve
EACH
20
623-04000
Control Wire 24 Volt
LF
6,565-
623--04008
1 Inch Quick Coupler Valve
EACH
8
Z O
623-05016
2 Inch Gate Valve
EACH
3
623-08112
12 Station Automatic Controller
EACH
1
623-08116
16 Station Automatic Controller
EACH
1
X7 sv
623-XXXXX
Irri ation Boring Under Railroad
LF
68
623-XXXXX
Irrigation BoringUnder Road
LF
80
2
626-00000
Mobilization
LS
1
``
/ P r' do —111
Q DAD
Page 3 of 4
North College Avenue and Jefferson StreetlRiverside Avenue Improvements
Bid No 5795
Bid Tabulation
ITEM
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
PRICE
627-00001
Pavement Markino Paint
GAL
350
fJ
630-00000
Flagging
HR
180
630-00002
Traffic Control Supervisor
DAY
150
t
630-00003
Uniformed Traffic Control
HR
40
630-00007
Traffic Control Inspection
DAY
150
to- b
630-80001
Flashing Beacon Portable
EACH
6
630-80336
Barricade (Type 3 M-B Tem
EACH
8
000
630-80341
Construction Traffic Sin Panel Size A
EACH
78
-Q
630-80342
Construction Traffic Sign Panel Size B
EACH
44
(J
630-80343
Construction Traffic Sin Panel Size C
EACH
10
630-80344
Construction Traffic Sign (Special)
SF
469
630-80358
Flash Arrow Panel C TY
EACH
6
630-80365
Portable Message Sign Panel
EACH
2
d '
630-80370
Concrete Barrier(Temp)
LF
200
(j
630-80390
Channelizin Device (Special)
EACH
300
630-80510
Mobile Pavement Marking Zone
LS
630-86800
Traffic Signal(Temporary)
LS
1
630-XXXXX
Traffic Signal Technician
HR
200
G
TOTAL BID PRICE
�I
DOLLARS
a-I)cl Ql�j,-j � ^%J
i
Page 4 of 4
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
O
ORADO DEPARTMENT OF TRANSPORTATION
CERTIFICATION OF EEO COMPLIANCE
Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts
greater than $10,000. This is required by the Equal Employment Opportunity Regulations 141 CFR 60-1.7(b) (1)]. The regulation
also requires that if you have participated in a previous contract or subcontract and have not filed a Standard Form 100 (EEO-
1), you cannot be awarded this contract. You may file a report covering the delinquent period for consideration by the Federal
Highway Administration or the Director of the Office of Federal Contract Compliance, U.S. Department of Labor.
The Standard Form 100 (EEO-1) may be requested from the:
Joint Reporting Committee
P.O. Box 779
Norfolk, VA 23501
(757) 461-1213
Yes ❑ No I have developed and have on file at each establishment an affirmative action program as
required by 41CFR Chapter 60, Part 60-2.
2. Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity
clause.
3. Yes ❑ No I have filed with the Joint Reporting Committee, the Director, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I declare under penalty of perjury in the second degree and any other applicable state or federal laws, that the state-
ments made in this document are true and complete to the best of my knowledge.
Company
bidder 0 proposed subcontractor
By: _
Title:
Date:
_
Pk-C
St i
G
'cooT Foh 9347 11194
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO,
ANTI -COLLUSION AFFIDAVIT
3- �"
LOCATION �'
ON C (Z{ 4'1 C` \
%,
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.
28. Neither the prices 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 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 non-
competitive 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, noncom-
petitive 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, noncompetitive 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 fine or person,
whether in connection with this or any other project, in consideration for my firm's submitting intentionally
any high,
noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project.
7. 1 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. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent
concealment from the Colorado Department of Transportation, 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 RE TRUE AN COMPLETE TO THE BEST
OF MY KNOWLEDGE.
ConeacloYs firm or rnngany name
By
Dat.
-1 u
n6a
L — Grp J w.t t i C, C_
2r.d m V—cYs firm W company name. (it join) var Umj
By Date
Title
Sworn to before me this J P j �`\ \ , a O p
SY
C
ANNE ;
MyTAnvnasion aw
NOTE: his document must be eAIE^�Ow�
as
CDOTForm6606aDOT W03