HomeMy WebLinkAboutRESPONSE - BID - 5927 TRILBY ROAD AND ZIEGLER ROAD IMPROVEMENT PROJM Jr
SECTION 00300
BID FORM
'0
Md ,
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: Richard D. Herbert, Christine A. Herbert, Sally D. Herbert, Kelly McNair, Elizabeth
Jolivet, of Longmont, Colorado, their true and lawful Attomey(s)-in-Fact, with full 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 Attomey(s)-in-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 full 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 Attorneys -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.
(02-05) Unlimited
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 17th day of February, 2005,
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
°Sc rc�su,�r
a HARTFORD,
RD'! CONN.
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
George W. Thompson
Senior Vice President
On this 17th day of February, 2005 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.
�0.7ET
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Senior Vice President 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 16 th day of
August 120 05
OCWRTF aHARTFORO, W COFO o q, • S a;
Nicholas Seminara
Senior Vice President
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:
2. Permanent main office address: (-jin & r r,,ItLj Rd i3C tuL C 05S 'l
3. When organized: i9 R c
4. If a corporation, where incorporated: lncele{p
5. How many years have you been engaged in the contracting business
under your present firm or trade name? aa,ERrs
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:
S. Have you ever failed to complete any Work awarded to you? p o
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 year completed,
location and type of construction.
12. List your major equipment available for this contract.
13. Experience in construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
<4'p ", d
15. Credit available: $
16. Bank reference: knmp r.?C l�n{c cffi5 ►J. C e��a,� irttkienri t CO SOS3'7
17. Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required by the OWNER?
<a1m rsa 9 b; elder
18. Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state? What
class, license and numbers?
19. Do you anticipate subcontracting Work under this
Contract?__�_�
If yes, whatperc nt of total contract?
and to whom.? si C10 eV'%.,0a�
20. Are any lawsuits ending against ou or your firm at` this time?
IF yes, DETAIL QX . ��4,,.-11 CXX nt,t..pt,y (lrn eri
7/96 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
lm1lh-nvrn porn o. , j r $cZ g� e - ��s urn�rel�! Pgk,1CW
What company? _jACt-b EA-Ap0101" '2n_Si..- AVI CO
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.
Dated at 41,cua," [,a thisy of p� �,,�� 200�-
Name of Bid
By :
Title: U
State of
County of Ctrtmar
r-&, tr" ` bei
duly sworn deposes and says that he
is v .�' r of ri► �Ly A 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
N rPublic
My co�nmz� Aigi1;. expires It-I10-No
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 15% of the contract.
List of contractors for waterline, concrete, asphalt paving, excavation,
traffic control and surveying.
ITEM
�4.
nA
SUBCONTRACTOR
,.....cam 4
v
7/96 Section 00430 Page 1
4�0
tlw earavallna,N
17a9 a. County M 13C
Law19aa. CO MM17
teal a Imo
49781rag.1MJ
PRWEM IN PRMRece
PROJECT NAME
LOCATION
CONTRACTOR NAME
ENGINEER
ENGINEER PHONE a
DESCRIPTION
AMOUNT
COMPLETION DATE
Auto Auction
Johnstown
Double Eagle
King Surveyors
970-686-5011
Site development
S 389,033.00
Au -05
Blue Mountain Meadows
Larimer County
Orcas Development
North Star Design
6866939
Site development
S 1,784,944.00
5
HMGC Lift Station
Windsor
Summit Land Management
Northern Engineering
2214158
Lift Station
S 223.434.00
Aug-0
HMGC Phase 3
Windsor
Summit Land Management
Northern Engineering
2214158
Site development
S 371,229.00
Au -0S
HMGC Phase 4
Windsor
Summit Land Management
Norahem En ineerin
2214158
Site devel nt
S 205,723.00
Au -05
Johnsons Comer
Johnstown
Dohn Construction
Galloway, Romero & Assoc
303-770-8884
Site devel merit - Stmc Ex
S 499,502.00
Au -05
Low Point W WTP
Johnstown
Taylor Kohn
Nolte Associates
221-2400
Treatment Plant - Sewer
$ 2,390,358.00
Au -05
Orchards at Grapevine Hollow
Ft Collins
Dohn Coostroction
Gillans, Inc.
303426-1731
Site devel merit
S 314, I76.00
Au -05
Sun Chase Village
Laramie, WY
Dohn Construction
Banner Associates
307-745-7366
Site development & Struc Ex
S 416,145.00
Au -05
2534 Bid Pack #2
Johnstown
Double Eagle
Nolte Associates
221-2400
Site development
$ 3,186,301.00
5
2534 Bid Pack #3
Johnstown
Double Ea le
Nolte Associates
221.2400
Site development
S 3,045,612.00
Oct-05
Hanmorty Ridge Filing 2
Ft Collins
Global Holdings of Colorado, LLC
Jim Sell Design
484-1921
Site development
S 960,892.00
Nov-05
Candlelight Dinner Playhouse
Johnstown
Clark Construction
Weeks & Associates
225-2422
Earthwork and utilities
S 192,940.00
5
Summer Park
Greeley
Double Eagle
North Star Design
970-066939
Site development
$ 748,875.00
Jun-06
Timnath Sewer
Timnath
South Ft Collins Sanitation
TEC
484-7477
Sewer line
S 403,648.00
Nov-05
Ri den Farm NW Roads
Ft Collins
Construction M L Assoc.
JR Engineering
491-9888
Site develo merit
S 539,787.00
Dec-05
Hi land Meadows Golf Course Phase 4
Windsor
Summit Land Maria ement
Northem Engineering
2214158
Site develo merit
S 488,328.00
Nov-05
Libe Commons Ttack
Ft Collins
Bryan Construction
North Star Design
9706866939
Earthwork, utilities & paying
L-1 418.643,00
Oct-05
Pate 1
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 60537
(970)669-1463
(970) 669-1964
3.5 PROJECTS COMPLETED IN THE PAST 5 YEARS
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
Cornerstone 5th Subdivision
Equinox Co r oration
$ 1,067,435.00
Jan-00
Ft Collins/Loveland Air 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
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
Pro ressive 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 Wain Centre
Mark Younq Construction
$ 331,210.00
Se -00
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 -01
Fox Meadows
Maxwell Construction
$ 254,592.00
Oct-01
Timbercreek
IKEM Company LLC
I $ 274,010.00
Nov-01
CARE Housing
Sinnett Builders
I $ 343,971.00
Nov-01
Page 1
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 80537
(970)669-1463
(970) 669-1964
3.5 PROJECTS COMPLETED IN THE PAST 5 YEARS
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
Coeur d'Alene Estates
Alan Patterson
$ 1,022,812.00
Nov-01
Encorp
Dohn Construction
$ 165,516.00
Nov-01
Timberline/Drake Imrpovements
Lafarge
$ 267,083.00
Nov-01
Promontory
Dohn Construction
$ 331,601.00
Nov-01
Oasis
Amshell Corporation
$ 174,517.00
Nov-01
Dec-01
Dec-01
Clover Basin 2 & 3
Brisben Development LLC
$ 653,448.00
Wellington Pointe Commercial
ViewPointe, LLC
$ 147,990.00
Harmony/Timberline Improvemnts
Lafarge
$ 496,437.00
Dec-01
Loveland Police & Courts
Hensel Phelps Construction
$ 399,725.00
Feb-02
Highland Meadows Sewer Line
Summit Land Management
$ 342,828.00
Feb-02
Windsong 7th
Adair Group
$ 659,091.00
Feb-02
Mountain Rid a Farms
Summit Land Management
$ 899,989.00
Mar-02
Mountain Ridge Farms 4th
Progressive Living Structures
$ 269,144.00
A r-02
Poudre River Ranch
Double Ea le Construction
$ 928,932.00
A r-02
Rocky Mountain 7th
Trammel Crow Residential
$ 331,732.00
Ma -02
Harmony Park
Mark Young Construction
$ 228 079.00
Jun-02
Stanton Creek 4th & 5th
James Company
$ 678,967.00
Jun-02
Westbrooke
Summit Land Management
$ 328,410.00
Au -02
Kechter Road Improvements
City of Ft Collins
$ 2,300,379.00
Au -02
Weld County Library
Hensel Phelps Construction
$ 317,676.00
Au -02
Rock Crest Apartments
Coe Construction
$ 207,655.00
Se -02
Homestead Heights
Progressive Living Structures
$ 1,041,060.00
Sep-02
Page 2
F yF
SECTION 00300
BID FORM
PROJECT: 5927 Trilby Road and Ziegler Road Improvement Project
Place G 11 {.�* _ t 0
Date VNS�U*'* 44'
1. In ompliance with your Invitation to Bid dated
and subject to all conditions thereof, the undersigned
al(Corporation, , P +o, Jost 4e tmise, or
S 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
pur uance of and subject to all the terms and conditions of the
Invii tion 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 standard Bid
bond in the sum of .S
($ ) 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,^lpecified performance and payment bonds is as
follows: ' V-^%j�i��` _ ...t Sy VW, N a..� MQ �p�,,,i►...L` 6C.
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
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 80537
(970) 669-1463
(970) 669-1964
3.5 PROJECTS COMPLETED IN THE PAST 5 YEARS
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
T-Bone Ranch Apartments
The Adair Company
$ 782,667.00
Se -02
Bennett Road Bungalows
S anier Construction
$ 297,017.00
Nov-02
The Hill
Double Ea le Construction
$ 875,760.00
Jan-03
Brunner Farms
Double Eagle Construction
$ 666,880.00
Jan-03
Three Silos
Three Silos, LLC
$ 869,559.00
Jan-03
Clydesdale Park
Double Eagle Construction
$ 784,915.00
Feb-03
Dos Rios
Jo ce Allel
$ 176,879.00
Jun-03
Westrid a Village II
Dohn Construction
$ 154,772.00
Jul-03
The Lode
Drahota Construction
$ 711,909.00
Au -03
Cottonwood Ride
Progressive Li ing Structures
$ 1,422,063.00
Au -03
Matthews Farm
Double Ea le Construction
$ 1,265,525.00
Au -03
Mountain Rid a Farms 2nd
Progressive Living Structures
$ 327,305.00
Au -03
Lemay Avenue Widening
City of Ft Collins
$ 2,758,878.00
Au -03
Westrid a Village I
Dohn Construction
$ 814,335.00
Nov-03
Highland Meadows 4-2
Summit Land Management
$ 1,300,950.00
Dec-03
Hi hland Meadows 6th
Summit Land Management
$ 343,269.00
Jan-04
Lofts at park Central
Dohn Construction
$ 145,178.00
Feb-04
Big Hom Ride
Alliance Construction Sol.
$ 522,133.00
Jul-04
Eckerd Drug
Dohn Construction
$ 168 713.00
Jul-04
Harvest Heights
Double Ea le Construction
$ 448,670.00
Jul-04
Soft Gold Park
Sinnett Builders
$ 141,819.00
Jul-04
Loveland - Ft Collins Airpark I
Centre Point Business Airpark, LLC
$ 3,558,489.00
Aug-04
Page 3
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 80537
(970) 669-1463
(970)669-1964
3.5 PROJECTS COMPLETED IN THE PAST 5 YEARS
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
Windsor Recreation Center
Dohn Construction
$ 209,419.00
Se -04
Highland Meadows Golf Course Phase 1
Summit Land Management
$ 1,878,873.00
Dec-04
St Elizabeth Ann Seton Church
Alliance Construction Sol.
$ 166,098.00
Dec-04
Eleventh St Bride
Dohn Construction
$ 255,923.00
Dec-04
Mercantile at Crossroads
Dohn Construction
$ 358,033.00
Dec-04
Poudre Overlook
Progressive Living Structures
$ 1,076,435.00
Dec-04
Glenn Ridge Estates
Stoner Construction
$ 291,800.00
Ma -05
Homestead 2nd Filing
Legacy Develo ment
$ 1,079,805.00
Ma -05
HMGC Phase 2
Summit Land Management
$ 662,473.00
Ma -05
McKee Medical Center
Alliance Construction Sol.
$ 775,839.00
Ma -05
Pine Street Lofts
Dohn Construction
$ 175,265.00
Ma -05
Thompson Crossing Water Line Phs 1 & 2
Thompson Crossing Metro Dist. #1
$ 1,869,248.00
Jun-05
No. Colorado Rehabilitation Hospital
M.J. Harris, Inc.
$ 321,514.00
Jun-05
Thompson Crossing Interceptor
Taylor Kohrs
$ 1,618,166.00
Jun-05
Estates at Matthews Farm
Double Eagle Construction
$ 1,017,192.00
Jun-05
Homestead Heights
Progressive Liv ng STructures
$ 424,732.00
Jun-05
Page 4
M�YYII � eY. i.I
��ERRARO 1739 South County Road 13c/Loveland, CO 80537
Developing A Common Future office 970.669.1463 / fax 970.669.1964
Equipment List
EXCAVATORS
345—105,000 LB Laborers
330 - 75,000 LB Supervisor
225 - 60,000 LB
215, 320L - 40,000 LB MISCELLANEOUS POWER TOOLS
215 with thumb attachment - 40,000 LB Cut off saw, jumping jack, breaker, rock drill
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
580,310
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
COMPACTORS
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
L"
# iY
��ER/4AR0
Developing A Common Future
1739 South County Road 13c / Loveland, CO 80537
office 970.669.14631 fax 970.669.1964
CONSTRUCTION EXPERIENCE
NAME
Gary Gerrard
Owner of Gerrard Excavating, Inc. since 1984.
Partner of Gerrard Construction 7 years.
Ken Holman — Residential Superintendent
Superintendent for Gerrard Excavating since
2005. Owned and operated water and sewer
installation company from 1982 to 2002.
Bill Nicholl — Project Manager
Estimator/Project Manager for Gerrard
Excavating since 1992. Project
Manager/Contract Administrator since 1972.
Riley Cooper — Commercial Superintendent
Superintendent/Operator for Gerrard Excavating
since 1991.
Ed Hersh — Commercial Utility Superintendent
Superintendent/Operator for Gerrard Excavating
since 1996.
Steve Jungemann
Quality Control/Testing Technician for Gerrard
Excavating since 1999. Technician Inspector
for FCLWD for 9 years.
~1111116
CONTRACTOR
ADDRESS: ) jnI S • Ce�►.�. \`-i1.o.� 3L
8. BID SCHEDULE (See Attached)
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.
RESPECTFULLY SUBMITTED:
Signature Date
Title
VI` License Number (If
f .-B id is by corporation)
40 St����X".lA
Applicable)
Address ���r�S S• G�C1.fi�W► ��`
Telephone cRD - &W;— lq4 L3
7/96 Section 00300 Page 2
ADDENDUM I REVISED Bid Schedule
Trilby Road and Ziebler Road Improvement Project (Kinard Junior High School)
CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT
BID NUMBER 5927
ITEM
NUMBERI
DESCRIPTION
CONTRACTI
QUANTITY
UNIT
Unit Price
TOTAL
TrilbyRead
and -Ziegier.RoadaWidening;-.--,
202-01
Remove Pipe (RCP, CMP, PVC)
218
LF
8i q5
299 7�-50
202-02
Remove Vertical Curb And Gutter
100
LF
202-03
Remove Structure and Cap Pipe
1
EA
7qo.66
P741), 06
202-04
Rotomill Asphalt Pavement (5"-10" Depth)
570
SY
19, q6
U-13, 00
202-05
Profile Mill 0-2"
4,079
SY
J-35
5-sQ6. oi
202-06
Remove Existing Tree
33
EA
.2 -IZ, 0 0
TqMw
202-07
Remove Fence (Various Types)
385
LF
202-08
Demo Existing Concrete Box
1
EA
5&5,oci
SJ'25' 0 6
202-09
Remove Trickle Pan
30
LF
/.2..35
-316.50
202-10
Remove Type III Barrier
1
LS
5-60
42R�560
202-11
Remove Sidewalk
100
SF
6q
46S.66
202-12
Remove Handicap Ramps
1,825
SF
.5a
0419,66
203-01
Unclassified Excavation
2,755
CYR6
79,25
203-02
Embankment - (CIP)
1,635
CY
17739.17-15
203-03
Haul & Dispose
1,120
CY
'47&& Y-)
203-04
Borrow ABC (Class 5 or 6) - (CIP)
500
TON
11.90
SC) C�0' 81)
203-05
Muck Excavation - (CIP)
150
CY
R. 6-c�
qIW7. 56
203-06
Topsoil - (Stripping, Stockpiling, Placing) - 6" Depth
1,000
CY
S<R!501
60
203-07
Topsoil - (Stripping and Haul Off -Site) -6" Depth
1,214
CY
-752,7.5c)
203-08
Median Hardscape Shaping (CIP)
954
SF
203-09
Potholing
1
LS
'53W.60
33CO.60
203-10
Flow fill Section Over Shallow Utilities
100
LF
9,130
9-AA 60
203-11
Import Screened Topsoil (Y) - Parkway areas
172
CY
-01.16
RIA.QQ I 10
203-12
Clearing and Grubbing
I
LS
3496-W6
208-01
Erosion Control
1
LS
i�39' co
60
208-02
Orange Construction Fence
290
LF
05
so
210-01
Adjust Manhole Ring/Cover
2
EA
1 6 6
mq/.tin
210-02
Modify Manhole
2
EA
6 C)
210-03
Adjust Valve Box
12
EA
.60
210-04
Modify Valve Box
6
EA
q -30- 6 13
12526 no
23114-01
Aggregate Base Course - (Class 5 or 6) - 6" Depth - (CIP)
2,200
TON
no
-4-02
3 0
Base Course Patch Placement - (Class 5 or 6) - 6" Depth - (CIP)
50
TON
ADDENDUM 1 REVISED Bid Schedule
Trilby Road and Ziebler Road Improvement Project (Kinard Junior High School)
CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT
BID NUMBER 5927
ITEM
NUMBER
DESCRIPTION
CONTRACT
QUANTITY
UNIT
Unit Price
TOTAL
306-01
Reconditioning (8") Under Sidewalk
1,794
Sy
p
307-01
Flyash Subgrade Stabilization - (12%)
7,034
Sy
307-02
Flyash Subgrade Stabilization - (6%)
10,666
Sy
403-01
Hot Bituminous Pavement - Grading S - 100 (2" Depth) - (PG 64-28)
1,125
TON
So.
403-02
Hot Bituminous Pavement - Grading SG - 100 (6" Depth) - (PG 58-28)
2,038
TON
403-03
Asphalt Leveling Course- Grading SG - 100 - (PG 58-28)
684
TON
y ,
403-04
Asphalt Patching - Grading SG - 100 (6" Depth) - (PG 58-28)
78
TON
506-01
5'x5'x2.5' Type L Rip -Rap, 6" Topsoil (CIP)
2
EA
DO
O
506-02
10'x8'xl.5' T pe D Rip -Rap, 6" Topsoil (CIP)
1
EA
Y, 6 0
506-03
6'x6'x1.5' Type L Rip -Rap, 6" Topsoil (CIP)
1
EA
0
603-01
Tie To Existing 14"x23" HERCP
1
EA
603-02
14"x23" HERCP
95
LF
603-03
14"x23" HERCP FES
1
EA
603-04
4" Median Underdrain Pipe
326
LF
603-05
4" Conduit Sleeving
200
LF
603-06
6" Conduit Sleevin
50
LF
603-07
18" RCP Class III
34
LF I
uQ 2r,
/ Qcz
603-08
18" RCP Class III - (FES)
2
EA
603-09
8" Underdrain bedded in washed rock (Cl 57)
600
LF
603-10
4" Underdrain bedded in washed rock (Cl 67)
500
LF
604-01
5' Type R Inlet
2
EA
608-01
Concrete Sidewalk 8' Wide (6")
13,424
SF
608-02
Concrete Access Ramps with Truncated Dome (8")
789
SF
608-03
Concrete Cross pan and Apron (9 1/2 ")
1,537
SF
6
so
608-04
Hi -Early Concrete (24 Hour)
25
Cy
608-05
Flow able Fill Concrete
65
Cy
608-06
Exposed Aggregate Median Hardscape 4"
954
SF
60M7
Pedestrian Refuge Island
525
SF
608-08
Sidewalk Chase @ Old Legacy Drive (2'x10')
1
EA
608-09 lAttached
Sidewalk @ Cul-de-sac (8')
2,720
SF
)5
p0
ADDENDUM 1 REVISED Bid Schedule
Trilby Road and Ziebler Road Improvement Project (Kinard Junior High School)
CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT
BID NUMBER 5927
ITEM
NUMBER
DESCRIPTION
CONTRACT
QUANTITY
UNIT
Unit Price
TOTAL
609-01
Vertical Curb & Gutter (30")
2,721
LF
609-02
Ouffall Curb & Gutter (18")
675
LF'
609-03
Roll Over Curb & Gutter
475
LF
619-01
24" Ductile Iron Lock In Place Water Pipe With Wrap
1,076
LF
619-02
Waterline Filter Material Below Bedding Zone (Approx. 1' Below District Specs)
290
Cy
619-03
Waterline Excavation Below Bedding Zone (Approx. 1' Below District Specs)
271
TON
619-04
8" PVC Waterline C-900 FCLWD Specifications
56
LF
619-05
24"x8" Tee With 8" Gate Valve
2
EA
619-06
24" Butterfly Valve& Box
3
EA
/ .60
619-07
Fire Hydrant Assembly Include, Tee, Valve, Lead Pipe, Restraint
2
EA
I
619-08
8" Plug And Blow Off
1
EA
4
619-09
24"x11.25" Ductile Bends With Restraints
6
EA
619-10
24"x2" Plug And Blow Off Assembly
1
EA
/
619-11
Dewatering for Waterline
1
LS
619-12
Wet Tap 8 " on 12" valve and " Tie in Pipe to 24"
1
LS
619-13
8" - 90 Degree Bend
1
EA
Subtotal Ziegler Road:
=a,
LantlscapingLleantlfies: U o a ��. . �.,
��,.
f.
60/40 Topsoil
772
1 SF
, 7go
1 1/2" Colored Rock
127
Ton
Subtotal Landscaping: r
�s
-
Contract Bond
1.00
LS
ob3.
O
625-01
Construction Surveying
1.00
LS
626-01
Mobilization
1.00
LS
0
630-01
Type III Barricades
9.00
SECTION
630-02
Message Boards
1.00
LS
630-03
Traffic Control
1.00
LS
Subtotal Ziegler Road Misc. Quantities.
TOTAL PROJECT
iS `'u
-
4= .
a
-
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
7/96
Section 00410 Page 1
a
,
of
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned
as Principal, and Travel ars Casualty and spry Company af -Americgi as Surety, are
hereby held and firmly bound unto the City of Fort Collins, Colorado_;_ as
OWNER, in the sum of $ i of amount bid for the payment ofwhich, well and
truly to be made, we hereby jointly and severally band 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, 5927 Trilby Road and Ziegler Road
Improvement Project.
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 Yor 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 2
w
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 16th day of August 2005, 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 Excavating, Inc. Travelers Casualty and Surety Company of America
Address: 1739 S. County Rd,13c
6060 S Willow Drive
Loveland, CO 80537 Greenwood Village, CO 80111
�Y:
Richard D. Herbert
Title: Title: Attorney -in -Fact
ATTEST:
By.
"f
•b 1. �'%.
Sri
i
'Z kAt
ui
„a
3 m .vim
.r C�
(SEAL)
�G
�i
7/96 Section 00410 Page 3