Loading...
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