Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5941 BUCKINGHAM PARK RESTROOMSSECTION 00300 BID FORM PROJECT:5941 Buckingham Park Restrooms Place 215 NORTH MASON ST. 2ND FLOOR FT. COLLINS Date OCTOBER 25, 2005 1. In compliance with your Invitation to Bid dated SEPTEMBER 30, 2005 and subject to all conditions thereof, the undersigned a (Corporation, , or Uri=** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5`"PERCENT ($ ) 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: OLD REPUBLIC SURETY COMPANY PO BOX 1976 DES MOINES, IA 50306 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. -0- through_0_ 7/96 Section 00300 Page 1 (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions OWNER to consider your Bid abandoned, declare your Bid Security forfeited. within the time specified will entitle to annul this Notice of Award and to Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. By: City of Fort Collins OWNER James B. O'Neill, II, CPPO, FNIGP Director of Purchasing & Risk Management 9/12/01 Section 00520 Page 2 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 22 day of November in the year of 2005 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) an Delehoy Construction Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the neighborhood park restroom. The project will include demolition of the existing restroom, construction of the new restroom, landscaping and irrigation modifications. Building permits will be applied for by the contractor and paid for by the city. The contractor will be responsible for calling for inspections.and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Aller-Lingle Architects, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within seventy five (75) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within eighty nine (89)calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. 9/12/01 Section 00520 Page 1 They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Three Hundred Dollars ($300) for each calendar day or fraction thereof that expires after the seventy five (75) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Hundred Fifty($150) for each calendar day or fraction thereof that expires after the fourteen (14) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: One Hundred Forty Five Thousand, Two Hundred Fifty Two Dollars ($145,252.00), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the 9/12/01 Section 00520 Page 2 General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the 9/12/01 . Section 00520 Page 3 provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3Lien Waiver Releases 7.2.4Consent of Surety 7.2.5 Application for Exemption Certificate 7.2. 6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: ARCHITECTURAL SDQ BUCKINGHAM PARK SITE PLANS 9/12/01 Section 00520 Page 4 Al PLAN AND ELEVATIONS A2 ELEVATIONS AND WALL SECTIONS A3 WALL SECTIONS A4 WALL SECTIONS AND DETAILS STRUCTURAL S1 STRUCTURAL PLANS AND DETAILS MECHANICAL Ml MECHANICAL PLANS M2 MECHANICAL DETAILS ELECTRICAL E1 ELECTRICAL PLANS AND DETAILS The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 1, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and- legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 5 OWNER: CITY OF FORT COLLINS By: JAMES B. O'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT Date: Attest: City Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Approved as to Form Assistant City Attorney CONTRACTOR: Delehoy Construction Inc. By: Title: Date: (CORPORATE SEAL) Attest: Address for giving notices: LICENSE NO.: 9/12/01 Section 00520 Page 1 DELEHOY CONSTRUCTION INC. GENERAL CONTRACTOR 3109 S. TAFT HILL ROAD FORT COLLINS, CO 80526 Phone: (970) 226-0836 FAX (970) 226-1802 Date: November 15, 2005 To: City Of Fort Collins Parks Division Attn: Eileen Scholl From: Jim Kline Subject: Buckingham Park Restrooms The following is the results of the cost cutting suggestions for Buckingham Park, items #1-8 and possible areas and for revisions #1-3. Revise single score block to split -faced block ----- $0 Excavation /foundation --------- $347.00 Masonry ------------------------ $2, 600.00 Steel ----------------------------- $2,403.00 Carpentry-------------------------$890.00 Glass &frames -------------------- $500.00 Plumbing -------------------------- $ 500.00 Electrical-------------------------- $ 3 3 0.00 HVAC----------------------------- $130.00 Roofing -------------------------- $2,722.00 Painting ---------------------------- $140.00 Drywall ---------------------------- $ 2 5 0, 00 Materials --------------------------- $200.00 Landscape ----------------------- $2,000.00 Overhead & Profit -------------- $1,821.00 Total savings ---- $14,833.00 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Delehoy Construction Inc. as Principal, and nld Ramth"ic gnrety f`Q"'a as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ 5 Percent 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, 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 he 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 1 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 i � I IN WITNESS WHEREOF, the Principal and the Surety have hereunto.set their hands and seals this 25thday of October , 201a, 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 a Name: Delehoy Construction, Inc. Old Republic Sure-, Address: 3109 South Taft Hill vn How 192A By: Diana R. Vigil m i° Title: (SEAL) 7/96 Section 00410 Page 3 8. BID SCHEDULE (lump sum) Bid item 41 Description Unit I Unit Price Estimated City. Total 1 Demolition LS S 2,892.00 1 $ 2,892.00 2 Restroom building LS S 155,193.00 1 $ 155, 193.00 3 Irrigation modifications LS S 800.00 1 $ 800.00 4 Landscaping LS S 1,200.00 1 $ 1,200.00 TOTAL S160,085.00 ONE HUNDRED SIXTY THOUSAND EIGHTY FIVE AND NO/100------------------- Dollars (written) 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: DELEHOY CONSTRUCTION, INC. CONTRACTOR 10/25/05 err:^ gyp Signature Date %PRESIDENT7 Title B-125 License Number (If Applicable) 1If 3id is by corporation) At Address 3109 S. TAFT HILL RD. FORT COLLINS, CO 80526 Telephone 970-226-0836 Email mdelehoy @ comcast.net 7/96 Section 00300 Page 2 No Text 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: DELEHOY CONSTRUCTION, INC. 2. Permanent main office address: 3109 S. TAFT HILL"'RD. FT. COLLINS, CO 80526 3. When organized: OCTOBER 1985 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? 20 YEARS 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion) A. HODEL RESIDENCE $131,835.00 12/15/05 B. LAMPLIGHTER MOTEL ,' C. CSU AIDL PROJECT , D. PVH MISC. PROJECTS , E. L RIMER COUNTY 133U SHIELDS $ 13,739.00 7. General character of Work performed by your company: GENERAL CONTRACTOR INVOLVED IN LIGHT DUTY COMMERCIAL WORK, CUSTOM HOMES AND RESIDENTIAL ADDITIONS AND REMODELING. 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: A. LARIMER COUNTY DA'S OFFICE $ 30,000.00 10/2005 (OFFICE REMODEL) B. CSU AZ REMODEL $318,916.00 8/2005 (REMODEL) C. HOFF CUSTOM HOME $4M$ Q00 00 7 2005 CUSTOM HOME D. BEST WESTERN UNIVERSITY INN $1400,000.00 REMOD L IC 12. List your major equipment available for this contract: TRUCKS, DUMP TRAILER, SCAFFOLDING, LADDERS, AIR COMPRESSOR, NAIL GUNS, SAWS AND HAND TOOLS. 13. Experience in construction work similar in importance to this project: A. CSU TRACK PRESS BOX CSU FACILITIES MANAGEMENT DEPT. B. POUDRE CANYON RESTROOM STATE OF COLORADO C. EDORA PARK CONCESSION & RESTROOM BLDG. CITY OF FORT COLLINS 14. Background and experience of the principal members of your organization, including officers: SEE ATTACHMENT 15. Credit available: $ 55,000.00 LINE OF CREDIT 16. Bank reference: FIRST NATIONAL BANK 2100 W. DRAKE RD. FT. COLLINS, CO 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? YES 18. Are you licensed as a General CONTRACTOR? YES If yes, in what city, county and state? FORT COLLINS, LOVELAND, LARIMER, COLORADO What class, license and numbers? CLASS B # B125 19. Do you anticipate subcontracting Work under thisContract? :f •cc is l; �.t rcrnF..* rF fr t:i, r art r;. �.r7 60 — 80% and to whom? UNKNOW AT THIS TIME _ ---- YES 20. Are any lawsuits pending against you or your firm at this time? YES IF yes, DETAIL DELEHOY CONSTRUCTION, INC. HAS BEEN LISTED ALONG WITH FOUR OTHER COMPANIES ON A DISPUTED LIABILITY -CASE. THIS IS THE ONLY LAWSUIT I V "B N INVOLVED WITH SINCE MY COMPANY WAS STARTED -IN 1985. MARIANNE LIZZA WITH THE ROSS- LAW FIRM IS MY ATTORNEY, SHE CAN BE REACHED AT (303)988-9500. MARIANNE WOULD BE HAPPY TO ANSWER ANY QUESTIONS YOU MAY HAVE. 7/96 Section 00420 Page 2 21 22 What are the limits of your public liability? (provide detail) $1,000,000.00 PER OCCURANCE $2,000,000.00 AGGREGATE What company? UNITED FIRE What are your company's bonding limitations? $1,000,000.00 SINGLE PROJECT AND $1.000,000.00 AGGREGATE 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 FT. COLLINS DELEHOY CONSTRUCTION, Name of Bidder./ By: Title: PRESIDENT State of COLORADO County of LARIMER MARK DELEHOY this 25TH day of OCTOBER , 2cp5 being duly sworn deposes and says that he is PRESIDENT of DELEHOY CONSTRUCTION , INC. and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. S bscribed and sworn to before me this o day of �C 20d5 Notary Public My commission expires 7/96 Section 00420 Page 3 elehoy onstruction, inc. GENERAL CONTRACTOR 3109 S. Taft Hill Road • Fort Collins, Colorado 80526 (970) 226-0836 FAX (970) 226-1802 October 24, 2005 TO WHOM IT MAY CONCERN: DELEHOY CONSTRUCTION, INC. was started September of 1985 in Fort Collins, Colorado. Mark Delehoy is President and Owner. Mark is a native of Fort Collins, he and his wife, Kathi, have (2) children, Brooke (25) and Kurt (22). Mark is active with the NAHB Remodelors Council having served as chairman of the Northern Colorado Chapter. Mark was named Remodelor of the Year, 1999 — 2000 by the HBA of Northern Colorado. He also received the Certified Graduate Remodelor designation in 2002. Mark has 30 years experience in the construction industry including work from custom homes to industrial projects. Mark is actively involved with estimating, negotiating work, material and subcontractor acquisition, change orders, project meeting and project closeout. Delehoy Construction, Inc. holds a class "B° General Contractors license and is fully insured and bondable. Delehoy Construction, Inc. currently employs full time project managers, estimators, master carpenters/cabinet makers, journeymen carpenters and carpenter apprentice/labors. Our labor force comes fully equipped with all necessary tools and equipment required to accomplish any particular project. We also have a shop equipped for any type of woodworking or millwork required. We are proud of the fact that we have worked hard to develop the management skills, people skills, trade knowledge and office support necessary to coordinate the hundreds of details to complete a successful project. Delehoy Construction's office is located at 3109 S. Taft Hill Road, Fort Collins, Colorado. Our office is staffed from 7:00 am — 5:00 pm, Monday through Friday with answering service available for after hours and weekends. All personnel carry 2-way radios and cellular phones. Thank you for considering Delehoy Construction, Inc. as your General Contractor. If I can be of any help or answer any questions you might have, please feel free to call anytime. Sincerely Mark Delehoy, Presid t Delehoy Constructio , Inc. elehoy onstruction, inc. GENERAL CONTRACTOR 3109 S. Taft Hill Road • Fort Collins, Colorado 80526 (970) 226-0836 FAX (970) 226-1802 11) Mark Delehoy, President of Delehoy Construction, Inc. is licensed by the City of Fort Collins as a General Contractor- 5 Stories License Class. License No. B-125, Mark Delehoy is licensed by the City of Fort Collins as a certificate holder: Construction Supervisor — 5 Stories Certificate Class. License No. 256. Mark Delehoy is licensed by the City of Loveland as a Class I Contractor. License No. 1129. 2) James Kline, Estimator for Delehoy Construction, Inc. is licensed by the City of Fort Collins as a General Contractor-2 Stories, 10,500 Sq. Ft. License Class. License No. C1-16. James Kline is licensed by the City of Fort Collins as a certificate holder: Construction Supervisor-2 Stories, 10,500 Sq. Ft. Certificate Class. License No. 74. James Kline has satisfactorily completed the requirements for the Uniform Building Code course. Employed by this company for five (5) years. 3) Grant Elliott, Estimatorfor Delehoy Construction, Inc. is licensed by the City of Fort Collins as a certificate holder: Construction Supervisor — R3 & U Only Certificate Class. License No. 1729. Employed by this company for two (2) years. 4) Mike Roberts, Project Manager for Delehoy Construction, Inc. has completed 116 hours of training in Uniform Building Code. Employed by this company for twenty (20) years. 5) Brendon Olmstead, Project Manager for Delehoy Construction, Inc. has completed 44 hours of training in Uniform Building Code. Employed by this company for nine (9) years. 6) Chris Wessels, Office Manager for Delehoy Construction, Inc. has twenty eight (28) years in bookkeeping and office managerial experience. Employed by this company for nineteen (19) years. SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 150 of the contract. ITEM SUBCONTRACTOR SITE PREP CONCRETE MASONRY CARPENTRY PAINTING HVAC ELECTRICAL ROOFING DRYWALL LANDSCAPE PLUMBING G.L. HOFF G.L. HOFF JUSTIN MASONRY RW CONSTRUCTION MCGUYVER UNIVERSAL MECHANICAL BRIANS ELECTRIC PEAK ROOFING NORTHERN COLORADO DRYWALL A&M LANDSCAPE MECHANICAL MASTERS 7/96 Section 00430 Page 1 SECTION 00510 NOTICE OF AWARD Date: November 22, 2005 TO: Delehoy Construction Inc. PROJECT: 5941 Buckingham Park Restrooms OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated November 1, 2005 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for Buckingham Park Restrooms. BASE BID: One Hundred Sixty Thousand, Eighty Five Dollars ($160,085.00)less the deduct shown below: Excavation /foundation--------- $347.00 Masonry ------------------------ $2,600.00 Steel -------------------------- $2,403.00 Carpentry-----------------------$890.00 Glass &frames -------------------- $500.00 Plumbing ------------------------- $500.00 Electrical ----------------------- $330.00 HVAC----------------------------- $130.00 Roofing ------------------------ $2,722.00 Painting ------------------------- $140.00 Drywall -------------------------- $250.00 Materials ------------------------ $200.00 Landscape ---------------------- $2,000.00 Overhead & Profit -------------- $1,821.00 Total Deduct----$14,833.00 The Price of your Agreement is One Hundred Forty Five Thousand, Two Hundred Fifty Two Dollars ($145,252.00). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by November 29, 2005, 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security 9/12/01 Section 00520 Page 1