Loading...
HomeMy WebLinkAboutRESPONSE - BID - 7362 RADIANT NEIGHBORHOOD PARKSECTION 00300 L'3197,191ah" LANDSCAPE ITEM UNIT PRICE Finish Grading $ OS SF Organic Amendment $ 2.o CY Irrigated Fescue Mix Turf Seeding $ r 2S SF Dryland Turf Seeding $ .035 SF Irrigated Blue Gramma Turf Seeding $ SS SF Irrigated Buffalo Sod $ SF Evergreen Tree — 8' height $ �(PS• EA Deciduous Tree — 3" caliper $ Z6,0 . EA Deciduous Tree — 2" caliper $ a�20c>. EA Deciduous Shrub — 5 gal $ c9"r" `o EA Evergreen Shrub — 5 gal $ ,2v, `o EA Perennial — 1 gal $ //. `0 EA Ornamental Grass — 5 gal $ 30_`" EA Weed Barrier $ . /o SF City Supplied Mulch — Installation Only $ 3S SF Sandstone Landscape Boulder 4' $%00.`f EA Sandstone Landscape Boulder 3' $ 4a5 - " EA Sandstone Landscape Boulder 2' $ C200.`o EA City Supplied Landscape Log — Installation Only $ e;0. Q LF SITE FURNISHINGS ITEM UNIT PRICE Site Bench $ 9&/S `0 EA Bike Rack $ ��70 • co EA Picnic Table $ 550. " EA Trash Can $ 0, 5/83 `o EA Drinking Fountain $ �SD,`V EA LED Rope Lighting $ %CO3`O LF LED Spot Lighting $ EA 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. (Seal - if Bid is by corporation) RESPECTFULLY SUBMITTED: l CONTRACTOR License Number (If Applicable) GCnl�a/n��rrt-. �o �011Z Telephone 30 --72(— 9021 Email SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 BID BOND KNOW ALL MEN BY.THESE PRESENTS: that we, the undersigned Colorado Designscapes, Inc. as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. 'Westfield Insurance Company "Five Percent (5 % of Bid) 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, 7362 Radiant Neighborhood Park. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of April 15 20 72, 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: Colorado Designscapes, Inc. Westfield Insurance Compan Address: 15440 E. Fremont Drive Title: Scott M. Ascherman, Vice President ATTEST B�mc2 SC(SEAL) P.O. Box 5001 Westfield Center. OH Title: Gail Clark, Attorney In Fact (SEAL) e,+ JIS General POWER NO. 050037209 Power Westfield Insurance Co. of attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SCOTT KENNEDY, GAIL CLARK, BETH FICKEN, DAWN LEARY, CAROLYN EVANS, JANA CARDINAL, MARTHA RICHARDSON, JUDITH MILLER, JOINTLY OR SEVERALLY Of GREENWOOD VILLAGE and State of CO its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bondsrecognizances, undertakings, or other instruments or contracts of , suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 261h day of MARCH A.D., 2010 . Corporate €•`."'SYR....,,, ,,-1.....1.„ - ...••, u,..,..,, Seals / \a..•.:�;4C�"o ,..•P,ti:......,!Y•"•.,, ri' 1Ns;%n WESTFIELD INSURANCE COMPANY Affixed ry `•.oa. „t�s p`,'••` +SG,P; _'S, WESTFIELD NATIONAL INSURANCE COMPANY i 4! �x7 toYj ter. •v? 'Q' •!� 3 OHIO FARMERS INSURANCE COMPANY SEAL _ �r GNIJIifiPfp ,' ; jrq.'•. rar. fF � =�_'=. .i0 s�5• 1t348 ,:? e State of Ohio ""•••"" Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 26th day of MARCH A.D., 2010 before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies: and that he signed his name thereto by by like order. Notarial ' 4L Seal 1AL "•.,t l/ Affixed P, �"'�- `S� •• ' 2r�; A G'. � State of Ohio ww;eo County of Medina ss.: William J. Kahelin, A rney a[ Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) a ,. I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. ge, nWith ss lNher'io.`I h ve hereunto set my hand and affixed the seals of saitl Companies at Westfield Center, Ohio, this'&day of 7 �AD.�>X/,j/ ~ ' ' Z''CNtJtif ��_ �fo•�3 /� t '`n' S EAL :m_ ;e: / 1 secrififiny ,,,,,,/ � 1848 a, •,, � ••; ef; Frank A. Camino, Secretary BPOAC2 (combined) (06.02) 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. Please see section 01010 Part 1.02 for additional bidder qualifications. 1. Name of Bidder: (0lorac% beS 2. Permanent main office address: F. 6P0rn1 lY, �/I�GIJn:Co 3. When organized: A>ri! 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? �)Lo 6. Contracts on hand: (Schedule these, showing the amount of each contract and 7 tha nnnrnnrinta nntirinntari dntac of rmmnlPtinn ) General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? /N" If so, where and why? 9. Have you ever defaulted on a contract? do If so, where and why?, 10. Are you debarred by any government agency? Nb If yes list agency name. 11. List the more important projects recently completed by your company, stating the 12 approximate cost of each, and the month and year completed, location and type of construction. -* y Zoo enn c0 /� .+1, 2,, 60 List your major equipment available for this contract. Sl= � Pf'TpcCNE`+ 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: S Cc� 15. Credit available: $ 16. Bank Reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Y�'S 18. Are you licensed as a General Contractor? %S If yes, in what city, county and state? SCE What class, license and numbers? " 19. Do you anticipate subcontracting Work under this Contract? YC�S If yes, what percent of total contract? (do= And to whom? MArSpNt?i= 6 Wcr s 4 � �naES �- &; Tle25 - ILY61Z4Z4 CoNSi . `1'�tAY�REuny� Co.��P.-S"�C-a vEn�i�o�2s 20. Are any lawsuits pending against you or your firm at this time? do IF yes, DETAIL 21. What are the limits of your public liability? DETAIL St PrStk*Ae.D iw. CE-RT What company? 22. What are your company's bonding limitations' M,L W s NQLC- F p5 . lo Ml1A mrl F�yaa4a:� 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 �� o�A.., this J&f�_ day of APAJc- 20 /Z a rat c/o /�/-f��criSG�1Q �S �n-� • Name of Bidder "J By: �eyl Asohcrrno /t ".6c� e fa-'v{yFY(3q Title: State of �o lo�ti y o' e /, • =�� �,r' iil:i:IMt%5 ;A' County of df�c Pa.h-=c__ �to�/vGhtrM �n being duly sworn deposes and says that he is of 60/0,-,L-cl0 / ;'c nSC-24f 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 o day of ,krL , 20/Z. / 6 Notary Public My commission expires: My Commission Expires 031132013 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 10% of the contract. ITEM SIBCOAT.tPXTOR SECTION 00300 BID FORM PROJECT: 7362 Radiant Neighborhood Park Place:176n4eW1.41Co Date: Al - /(o - /Z In compliance with your Invitation to Bid dated 120 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) 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 1-5"% ($ ) 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: lnsOraAc,- .°•tic 5ooi Mes4tAd C�^A-u oA 4yas) 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 Dt GN [APt00 0 RA DO Equipment Availability Designscapes Colorado Landscape Maintenance Operations Description Quantity F450 crew cab trucks with dump bodies 8 • Crew cab trucks 9 Ford Ranger Truck 1 • Eighteen foot car haul trailers 14 • Riding mowers 62" 9 • Standers 52" 4 • Large Mowers 48" 13 • Medium mowers 36" 12 • Small mowers 21" 14 • Line Trimmers 25 • Hedge Trimmers 14 • Edgers 10 • Leaf Blowers 23 • Aerators 7 • Bed rototillers 2 • Barreto hydraulic rototillers 4 • Dump trucks -trailers 4 • Kenworth tractor -trailers 3 • Cat skidsteers 8 • Kubota tractors 4 • Cat 924 wheel loader 1 • Cat 950 wheel loader 1 • Fertilizer spreaders 7 • John Deere 5400 w/6' brush cutter 2 • ATV — 4 Wheeler 1 • 500 gallon water tank w/ pump 1 • Back pack sprayers 16 • 250 gallon sprayer 1 • GMC Water Truck 2000 gallon 1 15440 East Fremont Drive Centennial, CO 80205 303-721-9003 Fax: 303-755-7040 DES NS[APES EDUCATION Bachelor of Landscape Tom Brownfield Architecture, 1997 Commercial Construction Iowa State University, Project Manager / Division Manager Ames, Iowa Colorado Designscapes, Inc. (Since 1996) ADDRESS To date, Mr. Brownfield has fifteen years of construction experience including but not limited to: earthwork, utilities, 5470 Grand Fir Way mechanical, concrete, structures, landscape and irrigation. Parker, Colorado Also with his construction experience he brings the 80134 experience of a landscape architect to the construction side of each project, graduating from a nationally accredited ASSOCIATIONS program. This brings an extra value and insight to the A.L.C.C., Associated management of his projects. Landscape Contractors of Colorado -Member General Management. LICENSES AND Responsible for the daily operation of the Commercial CERTIFICATIONS Construction Division including development, implementation and execution of annual budgets, estimating and production as well as oversight of all current Licensed Landscape commercial projects. Architect, State of Colorado, License # 219 Project Management. The following select projects illustrate Mr. Licensed ROW Concrete Brownfield's experience while at Colorado Supervisor, City of Aurora Designscapes, Inc.: Licensed ROW Earthwork ELK RIDGE PARK, CASTLE PINES NORTH - 2011 Supervisor, City of Aurora Castle Rock, Colorado Contract: $4.1-Million Certified CPR and First Aid DENVER PUBLIC SCHOOLS LEARNING LANDSCAPES Training 2007, 2009, 2010 Denver, Colorado Combined Contract: $5-Million RED TAILED HAWK PARK 2009 DESIGNSCAPES COLORADO, INC. 15440 E. FREMONT DR. CENTENNIAL, COLORADO 80112 City of Aurora, Colorado Contract: $1,226.00 MANWARING FIELDS Wheat Ridge, Colorado Contract: $885,000.00 SKYLINE HIGH SCHOOL Wheat Ridge, Colorado Contract: $2,200,000.00 UTAH PARK RENOVATIONS Aurora, Colorado Contract: $975,000.00 DESIGNSCAPES COLORADO, INC. 15440 E. FREMONT DR. CENTENNIAL, COLORADO 80112 K NSfAPES EDUCATION Bachelor of Arts 2000 Univ. of Colo. at Denver Denver, CO Double Major: Spanish and Economics One Year Study Abroad ADDRESS 2904 Franklin St Denver, CO 80205 ASSOCIATIONS Doug Gibb Commercial Project Manager Colorado Designscapes, Inc. (Since 1995) To date Mr. Gibb has 15 years of construction experience including, but not limited to: concrete, utilities, landscape and irrigation. Also, with his construction experience, he brings the bilingual aspect to project management and organization. A.L.C.C., Associated Project Manager Landscape Contractors of Responsible for managing the daily operation of projects Colorado -Member within the Commercial Construction Division including development, implementation and execution of schedules LICENSES AND and budgets. CERTIFICATIONS The following select projects illustrate Mr. Gibb's experience while at Colorado Designscopes, Inc.: Certified 30 hour OSHA Training Certified CPR and First Aid Training Adams County Natural Park (2011) Adams County, Colorado DIPS Learning Landscapes (2011) Schmitt Elementary School Denver, Colorado DPS Learning Landscapes (2010) Force, Ashley, and Montclair Elementary Schools Denver, Colorado CITY AND COUNTY OF DENVER PROJECTS: DESIGNSCAPES COLORADO, INC. 15440 E. FREMONT DR. CENTENNIAL, COLORADO 80112 CHEESMAN PARK IRRIG'N RENOV'S (2011) - $1.3-M HIGHLAND PARK - PHASE 1 (2009-2010) - $224,884 CITY PARK MUSEUM - IRRIG'N UPGRADES - $150,837 CITY PARK ZOO - IRRIG'N UPGRADES - $199,815 BERKELEY PARK — IRRIGATION (2008) - $423,600 STAPLETON PROJECTS $2,994,217 DPS Learning Landscapes 2( 009): COMBINED PROJECTS #8344 - $525,400 PALMER ELEM. SITE RENOV'S - $379,610 CITY OF THORNTON HOMESTEAD HILLS PARK (2009) - $578,075 DESIGNSCAPES COLORADO, INC. 15440 E. FREMONT DR. CENTENNIAL, COLORADO 80112 M NSfAPES Juan Pablo Villanueva Commercial Construction Superintendent Designscapes Colorado, Inc. ASSOCIATIONS Mr. Villanueva has four years of professional construction experience with Colorado Designscapes, Inc. His A.L.C.C., Associated experience includes scheduling, operations, project Landscape Contractors of management, contract negotiations, close-out, Colorado -Member maintenance and warranty. The following select projects illustrate Mr. Villanueva's experience while at Designscapes Colorado, Inc.: CERTIFICATIONS Lincoln Elementary Schools Learning Landscape O.S.H.A Safety Training Improvements; Denver Public Schools; Denver, Program Colorado On -Site Superintendent, responsible for, ordering, Equipment Operation installation, quality control and safety. Executed the Certification demolition and full construction of the playground improvements, athletic field and fabricated structures. This project had many challenges including a strict 120 day completion, unsuitable subgrade conditions and unforeseen conditions. Project scopes included: demolition of existing site (turf, asphalt, concrete, and existing irrigation system), overlot grading (export of 900 cy), subgrade prep for new surfacing, installation of concrete structures, soil prep, installation of new irrigation systems, laser grade sites and installation of 60,000 sf of new sod. Gust Elementary School Learning Landscape Improvements; Denver Public Schools; Denver, Colorado On -Site Foreman, responsible for safety, installation, quality control, interaction with GC and Subcontractors, and public interests. Completed the installation with the COLORADO, INC. 15440 E. FREMONT DR. CENTENNIAL, COLORADO 80112 following difficulties: access; community involvement and coordination; adverse weather conditions and changing deadlines. Project scope included: subgrade prep for new surfacing, installation structural of site furnishings, soil prep, tree and shrub planting irrigation system, and installation of sod. DESIGNSCAPES COLORADO, INC. 15440 E. FREMONT DR. CENTENNIAL, COLORADO 80112 DES NSfAPES ENTITY LICENSE NUMBER USDOT Unified Carrier Registration 915152 State of Colorado Commercial Applicator License 11077 Landscape Architect 580 Landscape Architect 219 Sales Tax License 05-38684-0000 Brighton Contractor's License Class D/E CL-08936 Arvada MC -S2, S4 & S8 L10-0017 Aurora Class A 2011 567206 00 CL Class A 2009 427313 00 SL D-10 Lawn Sprinklers 2011 530695 00 CL D-10 Lawn Sprinklers 2010 459441 00 SL ROW Concrete (includes D-5 Concrete) 2011 530697 00 CL ROW Concrete (includes D-5 Concrete) 2011 533398 00 SL ROW Earthwork 2011 530692 00 CL ROW Earthwork 2009 390081 00 SL ROW Earthwork 2009 404805 00 SL Brighton Contractor's License CL-08936 Broomfield Contractor's License OL-12-06298 Castle Rock General Unlimited 11-0171 Centennial General Business License CEN-005772 Denver D-Backflow Preventor Installation License 16677 D-Backflow Preventor INSTLSUPR 1018026 D-Concrete & Foundations License 242076 D-Concrete & Foundations Supervisor 1057082 D-Drainlayer Supervisor 1057517 D-PFAB PTO/CRT/CNP/AWNG 240479 D-Structural Metals License 242077 D-Structural Metals Supervisor 1057083 RW-SIDEWALK 234718 RW-EXCVTR 237451 Sewer Contractor 242678 Douglas County Contractor A070341 Erie Class C 3017 Greenwood Village Contractor Level D-Landscaping 300316 Thornton Class A 14678 Wheat Ridge Business License 11058-1 Contractor's License 110175 15440 East Fremont Drive. Centennial, CO 80112 OP ID: GC CERTIFICATE OF LIABILITY INSURANCE DAT1(1/14/11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 303-799.0110 Cherry Creek Ins. Agency, Inc. 303-799-0156 Suite 500 5660 Greenwood Plaza Blvd. Greenwood Village, CO 80111 CONTACT Gail Clark PHONE 720-212-2056 ac No:303.799-0156 AIO No Ext. E-MAIL ail.clark cher creekins.com ry PRODUCERg CUSTOMER ID #: DESIG-3 INSURER(S) AFFORDING COVERAGE NAICM INSURED Colorado Designscapes, Inc. dba Designscapes Colorado 15440 E Fremont Drive Centennial, CO 80112 INSURER A: Westfield Insurance 24112 INSURER B: Pinnacol Assurance 41190 INSURER C INSURER 0 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE L UBR POLICY NUMBER MM DDY EFF EXP POLICMMIDDT IYYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FXI OCCUR X Limited Pollution CMM5484560 11101/11 11101112 EACH OCCURRENCE $ 1,000,00 DAMAGE TO PREMIses Eaoccurrence $ 30Q,000 MED EXP (Any one person) $ 15,000 PERSONAL B ADV INJURY $ 1,000,000 $1000000/$2000000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOG PRODUCTS - COMPIOP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CMM5484560 11/01/11 11/01/12 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODI LY INJ U RY(Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ $ A )( UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE CMM5484560 11I01111 11I01N2 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DEDUCTIBLE RETENTION $ 10000 $ X $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yyes, describe under 0ESCRI PTION OF OPERATIONS below NIA 4051150 01/01/11 01/01/12 X WC STATU- OTH- TORY LIMITS ER EL EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 A A Leased/Rented Eq Installation Float CMM5484560 CMM5484560 11/01/11 11/01/11 11/01/12 11/01/12 Rent/Leas 500,000 IM Float 150,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Proof of Coverage 9 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE - J © 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD BID SCHEDULE (Base Bid) SECTION 00300 — BID SCHEDULE Provide materials and labor associated with installation, maintenance, start-up and Owner training, as indicated on the drawings and in the Specifications, for each of the following bid items. Owner is responsible for payment of Building Permit application fees. Bid Item #1 Demolition & Traffic Control To include all materials complete, in place (such as but not limited to the following: Demolition, Disposal, Protection of Items to Remain, Tree Protection, Traffic Control, as indicated on the Drawings, and in the Specifications. Lump Sum Price $ in, Bid Item #2. Landscape & Irrigation To include all materials complete, in place (such as but not limited to the following: Landscaping, Fine Grading, Soil Testing and Amendments, Tree Planting and Backfill, Irrigation System, Seed, Sod and Mulch,) as indicated on the Drawings and in the Specifications. Lump Sum Price $ a(aLj In WritingTroo Ujn ,erl5)c1- 4Q,Tkcsa. cl Or.c JAo Av-e� Gz�,1*u �aeuca l�tta Bid Item #3. Park Architecture To include all materials complete, in place (such as, but not limited to the following: (Excluding Custom Picnic Shelter), Restroom w/attached shelter, Foundation, LED lighting on Restroom face, Solar Panels and Utilities located within the structures and within a distance of five feet (5) from their foundations), as indicated on the Drawings, and in the Specifications. Lump Sum Price $ 3T , sa In Writing_rr q ,,4re0t ae..-+-E.., D01%mac ct lk fifty L. �s Bid Item #4. Custom Picnic Shelter To include all materials complete, in place: Custom Picnic Shelter, Central Stone and Boulders, as indicated on the Drawings, and in the Specifications. Lump Sum Price $_Q In Writing -Z ,r d i 2cc� V_vr Bid Item #5. Earthwork and Utilities To include all materials complete, in place (such as but not limited to the following: Site Clearing, Water Control, Earthwork, Erosion Control, Water Utilities, Sanitary Sewer, Rip Rap, Storm Sewer, Sub -drains, Power Distribution and Controls), as indicated on the Drawings, and in the Specifications. Lump Sum Price $ 1-6b,1Ok 'I.`V In Writinq0*& 41�,cd 1�1'1�� �Jvllav-5 c v C er�hS Bid Item N. Playground Area w To include all materials complete, in place (such as but not limited to the following: Sand Surfacing, Poured in Place Surfacing, Equipment), as indicated on the Drawings, and in the Specifications. Lump Sum Price $ poS , eN3 In WritingTwc, iywGrer� t1,c Qi- V�urc&mod o' Bid Item #7. Bridges To include all materials complete, in place (such as but not limited to the following: 85' Bridge w/cable railings and LED lighting, 73' Bridge with cable railings), as indicated on the Drawings, and in the Specifications. Lump Sum Price $ 701 �)bp CIO In Writinalst.lta A" f7, Bid Item #8. Hardscape To include all materials complete, in place (such as but not limited to the following: Site Preparation, Base Materials, Sidewalks, Plazas, Shelter Pad, Ramps, Playground Sidewalk w/Thickened Edge, Varying Height Concrete Walls, and Art Shelter foundations), as indicated on the Drawings, and in the Specifications. Lump Sum Price $­Q 55 b5a. 5° In Writing 1w0 t1JviArck Bid Item #9. Site Furnishings r-'r4) (wr15 To include all materials complete, in place (such as, but not limited to the following: Picnic Tables, Manufactured Benches, Bicycle Rack, Drinking Fountain, and Trash cans), as indicated on the Drawings, and in the Specifications. Lump Sum Price $3� In Writi Bid Item #10. Boulders To include all materials complete, in place (such as, but not limited to the following: Landscape Boulders in playgrounds, Earth Plaza Retaining Wall boulders, Wind Plaza Seat Wall Boulders, Boulder steps to Water Plaza, Boulders in center of Water Plaza, Cu'JS- 0 * 2s.rz, Boulder seats, and (does not include Boulders in center of Custom Picnic Shelter)), as indicated on the Drawings, and in the Specifications Lump Sum Price t$ pq In Writinal"-"- x •�o�`� -�'..o�+ `i�.rcIl. i'hiW�r�n.r.�0�i'�,.:�r1-� ��` 3'' TOTAL BASE BID (Bid Items #1 thru #10 Lump Sum Price InWriting(_)", i'\AAL'OVI ADDITIONS / DELETIONS } Add or subtract the following amounts for the items listed below. Alternate Bid Item #1. Pre -Fabricated Picnic Shelter To include all materials complete, in place, Delete Custom Picnic Shelter (Bid item #4) and Add Pre -Fabricated Picnic Shelter (Coverworx Model: GA-1530-SW) as indicated on the Drawings, and in the Specifications. Lump Sum Price $ l m 1902-.`0) In 0 ? 2-cm Gew,1s Alternate Bid Item #2. Stainless Steel Wrap on Building Columns and Replace Galvanized Metal To include all materials complete, in place, including but not limited to, wrap large steel pipe columns with furring strips and rolled stainless steel sheets, replace galvanized metal panels, soffits, ceilings, fascias and trims with stainless steel, replace small tube steel columns on Custom Picnic Shelter (Bid item #4) with stainless steel tubes as indicated on the Drawings, and in the Specifications. Lump Sum Price $ ( S8, 6CO3`:k_' In Writinc{le -} UNIT PRICES For additions and deletions to the Contract, the following unit prices shall be applicable for the specific items listed. Unit Prices shall be complete, in place including required labor, materials, permits, equipment, implements, testing, parts and supplies necessary for, and incidental to proper installation, as indicated on the Drawings, and in the Specifications. A. The Contractor agrees that for requested and/or required changes in the scope of work, the Contract Sum shall be adjusted in accordance with the following unit prices, where the Owner elects to use this method of determining costs. B. The Contractor is advised that the unit prices will enter into the determination of the successful bidder. Unreasonable prices may result in rejection of the entire bid proposal. C. Unit prices for irrigation shall include pipe, fittings, valves, concrete thrust block and stabilizers and any other items shown on the Drawings, as described in the Specifications or recommended by the manufacturer as part of the installation. D. The unit prices quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number of units and/or amount of labor required for added or deleted items of work. DEMOLITION ITEM UNIT PRICE Demo - Existing Curb and Gutter $_ A `z' LF Demo - Existing Concrete Sidewalk $ - bS SF Demo - Asphalt Saw Cutting $ % 75 - LF EARTHWORK AND UTILITIES ITEM UNIT PRICE Imported Topsoil $ ,�1, �.`-9 CY Imported Fill $ 9) .`o CY Earthwork - Cut and Stockpiling $;L 30 CY Earthwork - Fill $ a oo CY Imported Structural Fill $ �J. `-0 CY Topsoil Stripping and Stockpiling $,`O CY Topsoil Spreading and Placement $ % CY Vehicle Tracking Pad Removal $ �S SF Temporary Stream Crossing Removal $J, �� SF Rip Rap- Type M $ �� " TON Rip Rap- Type L $_ _ya, `° TON Waterline Service Pipe - 2" $ 3(p . 6n _LF Waterline Service Pipe - 1/4" $ 1. rO EA Waterline Thrust Block $ YD. EA Waterline Tapping Saddle $ ,:3n(?,"O EA Waterline Swivel Tee $�?b.C° EA Waterline Bends $ 9501`o EA Waterline Joint Restraint $ a6-0 EA 2" Water Service blowout assembly $ Fj5o."' EA 2" Water Meter and Meter Pit $ 3500,``' EA 2" Water Service - curb stop $ R-C","' EA Sanitary Sewer Pipe - 4" PVC $ cpS. LF Sanitary Sewer Pipe - 8" PVC $,2T LF Sanitary Sewer - Cleanout $ 6k.`" EA Storm Sewer- 18" RCP $ 3Z.`G LF Storm Sewer- 15" RCP $ 5a. "0 LF Storm Sewer - 12" RCP $ 39,`o LF Storm Sewer- 18" Flared End Section $ %SD" EA Storm Sewer - 12" Flared End Section $ (aC0" EA Storm Sewer - Type C Inlet $ �)o 1;10.1*,' EA Storm Sewer - Area Inlet /,z $_/0 SD. "' EA Playground Under -drain - 15" ADS Smooth Wall $ 3a .'" LF 24" ADS Drain Basin $ ��/fb."" EA Erosion Control - Earthen Berm $ ,)f7. `' LF Erosion Control - Inlet Protection $ EA Erosion Control - Wattle Protection $ . S" EA 10" Diameter - EZ Flow with 4" Pipe Under -drain $ L5 , 7C LF 4" Perforated Landscape Drain Pipe $ a%. LF Solar Panel $ SILR,f EA FOUNDATION ITEM UNIT PRICE Overruns and underruns of 12" diameter drilled pier $ '?;Q .LF Overruns and underruns of 18" diameter drilled pier $ .35 _f LF HARDSCAPE ITEM UNIT PRICE Standard Grey Concrete Pavement (5" thick) $ ;3 9S SF Standard Grey Concrete Pavement (5" thick) - Tot Lot Thickened Edoe $ 1 Z . ZS l-P Integral Color Concrete Pavement (5" thick) $ r, , `15 SF Glasscrete Pavement (5" thick) Pavers on Sand Porous Stone Pavement Concrete Edger Concrete Curb and Gutter Wall #1 — 8" Concrete Wall Varying Height Wall #2 — Sandstone Boulder Wall Wall #3 — Abutment Wall for 85' Bridge Wall #4 — Play Climbing Wall Standard Grey Concrete Base Pavement for P.I.P Artwork Shelter Foundation PLAYGROUND SAFETY SURFACING ITEM Loose -Fill Surface (Sand) Poured in Place Surfacing IRRIGATION ITEM Master Valve- 3" Flow Sensor- 4" Air Relief Valve- 2" $ 5�.5o SF $ %.0! SF $ — 39 SF $ ZO." LF $ jcp. �.o LF $ 3 y. " LF $ I9, ao LF $ /9a.LF $ v LF Surfacing (4" thick) SF $ �Z00 . EA UNIT PRICE $ r;29. `� TON $ 8- °0 SF UNIT PRICE $ 52o _` EA $ 5D0.`U EA $ '/ 30, e o EA Irrigation for turf (seed or sod) areas less than 10 feet in width $-_ j. SF Irrigation for turf (seed or sod) areas greater thanl0 feet in width $ / cn SF Pop -Up Spray Sprinkler with Toro Precision nozzle $ `/� , ' a EA Pop -Up Spray Sprinkler with MP Rotator nozzle $ do. `D EA Pop -Up Rotor Sprinkler with nozzle — Rain Bird 8005's $(,0(. `o EA Drip Irrigation - per Shrub, Perennial or Grass in planting bed $ 1 , -TS EA Drip Irrigation - per Shrub or Tree in seeded area $ I. -Is EA Sleeve Pipe- 2" Class 200 PVC $�7 LF Sleeve Pipe- 3" Class 200 PVC $ 5 , "' LF Sleeve Pipe- 4" Class 200 PVC Sleeve Pipe- 6" Class 200 PVC Sleeve Pipe- 8" Class 200 PVC Isolation Gate Valve Assembly - 3" Isolation Gate Valve Assembly - 4" Quick Coupling Valve Assembly $(a,`' LF $ 10 . ec'LF $ /0. `.0 LF $ EA $aD . "' EA $ /A70•" EA Remote Control Valve Assembly for Sprinkler Laterals - 1" $ SOO . "0 EA Remote Control Valve Assembly for Sprinkler Laterals - 1.5" $ �v'a5. "� EA Remote Control Valve Assembly for Sprinkler Laterals - 2" $ Remote Control Valve Assembly for Sprinkler Laterals - 3" $ EA Remote Control Valve Assembly for Drip Laterals - 1" $ 3EA Flush Cap Assembly $ (05.`- EA Mainline Pipe - 3" $ 3,50 LF Mainline Pipe - 4" $ 15. ao LF Lateral Pipe - 1" Lateral Pipe - 1.25" Lateral Pipe - 1.5" Lateral Pipe - 2" Lateral Pipe - 2 1/2" Lateral Pipe - 3" Lateral Pipe - 4" $ /.` LF $ �. !S LF $ LF $ LF $ /. %Z LF $ 3.5o LF $ 5, DO LF