Loading...
HomeMy WebLinkAbout2016-086-11/15/2016-AUTHORIZING THE MAYOR TO EXECUTE AN INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF FORT; COLLINS AN RESOLUTION 2016-086 OF THE COUNCIL OF THE CITY OF FORT COLLINS AUTHORIZING THE MAYOR TO EXECUTE AN INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF FORT.COLLINS AND THE COLORADO DEPARTMENT OF TRANSPORTATION FOR THE US 287 (COLLEGE AVENUE) RESURFACING PROJECT BETWEEN HARMONY ROAD AND MULBERRY STREET WHEREAS, in the summer of 2015, the Colorado Department of Transportation ("CDOT") began the milling and resurfacing of US 287 between Harmony Road and Mulberry Street (the "Project"); and r WHEREAS, prior to the commencement of the Project, the City and CDOT informally agreed that the City would contribute $500,000 of the total $8,918,909 cost for the Project; and WHEREAS, the City previously appropriated the $500,000 contribution with $326,872 coming from funds appropriated as part of the 2015 City budget and $173,128 coming from funds reappropriated in Ordinance No. 040, 2016; and WHEREAS, the Project is substantially complete; and WHEREAS, to memorialize the agreed upon terms and formalize the $500,000 reimbursement of CDOT by the City for the Project, an Intergovernmental.Agreement ("IGA") between the City and CDOT is attached hereto and incorporated herein as Exhibit "A"; and WHEREAS, Article II, Section 16 of the City Charter empowers the City Council, by ordinance or resolution, to enter into contracts with governmental bodies to furnish governmental services and make charges for such services, or enter into cooperative or joint activities with other governmental bodies; and WHEREAS, Section 29-1-203 of the Colorado Revised Statutes provides that governments may cooperate or contract with one another to provide certain services or facilities when such cooperation or contracts are authorized by each party thereto with the approval of its legislative body or other authority having the power to so approve; and WHEREAS, the City Council has determined that the Project is in the best interests of the City and that the Mayor be authorized to execute the IGA between the City and CDOT in support thereof. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF FORT COLLINS as follows: Section 1. That the City Council hereby makes any and all determinations and findings contained in the recitals set forth above. Section 2. That the City Council hereby authorizes the Mayor to execute the IGA between the City and CDOT, substantially in the form attached hereto as Exhibit "A", together with such modifications and additions as the City Manager, in consultation with the City Attorney, determines necessary and appropriate to protect the interests of the City or further the purposes of this Resolution,.as set forth above. Passed and adopted at a regular meeting of the Council of the City of Fort Collins this 15th day of November, A.D. 2016. i Mayor ATTEST: FORT CO�� Chief Deputy City Clerk SEAL cOGORA� s -2- Smart#: 17 HA4 XC 00018;OLA#: 331001514 (LocaI$CDOTWRK) EXHIBIT A PROJECT NH 2873-176(20099) REGION 3/(WMA) INTERGOVERNMENTAL AGREEMENT THIS CONTRACT is executed this_day of 20_,by and between the State of Colorado for the use and benefit of the Colorado Department of Transportation hereinafter referred to as the State and the City of Fort Collins,PO Box 581,Fort Collins,Colorado,80521,CDOT Vendor #: 2000023 hereinafter referred to as the "Contractor" or the "Local Agency." RECITALS 1. Authority exists in the law and funds have been budgeted, appropriated and otherwise made available and a sufficient uncommitted balance thereof remains available for payment to COOT. 2. Required approval,clearance and coordination have been accomplished from and with appropriate agencies. 3. Pursuant to §§43-2-103 and 43-2-112 CRS as amended, the State may contract with Local Agencies to provide maintenance and construction of highways that are part of the state (or local agency) highway system. 4. The Local Agency will provide funds to CDOT to mill and resurface US'287 between Harmony and Mulberry(MP 342.28-MP346.19)in the City of Fort Collins,Colorado,detailed in the Scope of Work, Exhibit A, referred to as the"Project"or the "Work". d 5. The Local Agency has funds available and desires to provide funds for the Work to be performed by CDOT. 6. This contract is executed under the authority of§§ 29-1-203,43-1-110;43-1-116, 43-2-101(4)(c) and 43-2-144, CRS. THE PARTIES NOW AGREE THAT: Section 1. Scope of Work The Project or Work under.this Agreement shall consist of CDOT milling and resurfacing US 287 between Harmony and Mulberry(MP 342.28-MP346.19)in the City of Fort Collins, Colorado,more specifically described in Exhibit A. Page 1 of 8 " r Smart#: 17 HA4 XC 00018; OLA#: 331001514 Section 2. Order of Precedence In the event of conflicts or inconsistencies between this Agreement and its exhibits,such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: 1. This Agreement 2. Exhibit A (Scope of Work) 3. Exhibit B (Local Agency Funding Letter) 4. Exhibit C (CDOT Award Documents) 5. Other Exhibits in descending order of their attachment. Section 3. Term The term of this Agreement shall begin on the date of execution by the Chief Engineer, or his Designee. This Agreement shall terminate five (5) years from the date of execution, unless sooner terminated or extended upon written agreement by both Parties. Section 4. Project Funding Provisions A. The Local Agency and CDOT have estimated the total cost of the work and the Local Agency is prepared to provide funds for the.work, as evidenced by an appropriate funding letter authorized by representatives of the Local Agency, which expressly authorizes the Local Agency to enter into this Agreement and to expand its funds for the project. A copy of this ordinance or resolution is _. attached hereto and incorporated herein as Exhibit B. B. The Local Agency and CDOT.estimated the total cost of the work to be$6,368,478.50. The awarded amount for the work is $8,918,908.95, a 40% increase'in total cost of the work. The Local Agency contribution to the project.is: J a. Local Agency Funds $500,000.00 C. The maximum amount payable by the Local Agency under this Agreement shall be $500,000.00,unless such amount is increased by an appropriate written modification to this contract executed before any increased cost is incurred. It is understood and agreed by the parties hereto that the total cost of the work stated he'reinbefore is the best estimate available,based on the design data as approved at the time of execution of this contract, and that such cost is subject to revisions (in accord with the procedure in the previous sentence)agreeable to the parties prior to bid and award. D. The parties hereto agree that this Agreement is contingent upon all funds designated for the project herein being made available from state sources, as applicable. Should these sources fail to provide necessary funds as agreed upon herein, the Agreement may be terminated by either party, provided that any party terminating its interest and obligations herein shall not be relieved of any obligations which existed prior to the effective date of such termination or which may occur as a result of such termination. Page 2 of 8 Smart#: 17 HA4 XC 00018;OLA#: 331001514 Section 5. Project Payment Provisions A. The Local Agency will reimburse the State for incurred costs relative to the project following the Local Agency's review and approval of such charges, subject to the terms and conditions of this contract. B. If the Local Agency is to be billed for CDOT incurred costs, the billing procedure shall be as follows: 1. Upon receipt of.each bill from the State,the Local Agency will remit to the State the amount billed no later than 60 days after receipt of each bill. Should the Local Agency fail to pay moneys due the State within 60 days of demand or within such other.period as may be agreed between the parties hereto, the Local Agency agrees that, at the request of the State, the State Treasurer may withhold an equal amount from future apportionment due the Local Agency from the Highway Users Tax Fund and to pay such funds directly to the State. -Interim funds, until the State is reimbursed, shall be payable from the State Highway Supplementary Fund (400). 2. If the Local Agency fails to make timely payment to the State as required by this section (within 60 days after the date of each bill), the Local Agency shall pay interest to the State at a rate of one percent per month on the amount of the payment which was not made in a timely manner, until the billing is paid in full. The interest shall accrue for the period from the required payment date.to the date on which payment is made. C. The State will prepare and submit to the Local Agency,no more than monthly, charges for costs incurred relative to the project. The State's invoices shall include a description of the amounts of services performed, the dates of performance and the amounts and description of reimbursable expenses.The invoices will be prepared in accordance with the State's standard policies,procedures and standardized billing format. Section 6. Utilities If necessary,the Responsible Party will be responsible for obtaining the proper clearance or approval from any utility company, which may become involved in this Project. Prior to this Project being advertised for bids,the Responsible Party will certify in writing to the State that all such clearances have been obtained. Section 7. Environmental Obligations CDOT shall perform all Work in accordance with the requirements of the current federal and state environmental regulations including the National Environmental Policy Act of 1969 (NEPA) as applicable. Section 8. Termination Provisions 4 Page 3 of 8 Smart#: 17,HA4 XC 00018; OLA#: 331001514 Either Party may terminate this Agreement at any time. Either of the Parties may terminate their participation in this Agreement by giving ninety (90) days written notice to the other party. Section 9. Legal Authority The Local Agency warrants that it possesses the legal authority to enter into this contract and that it has taken all actions required by its procedures, by-laws, and/or applicable law to exercise that authority,and to lawfully authorize its undersigned signatory to execute this contract and to bind the Local Agency to its terms. The person(s) executing this contract on behalf of the Local Agency warrants that such person(s) has full authorization to execute this contract. Section 10. Representatives and Notice 9 The State will provide liaison with the Local Agency through the State's Region 4 Director, 10601 W. 10`h Street, Greeley, CO 80634. Said Region Director will also be responsible for coordinating the State's activities under this.All communications relating to the day-to-day activities for the work shall be exchanged between representatives of the State's Transportation Region 4 and the Local Agency. All communication, notices, and correspondence shall be addressed to the individuals identified below. Either party may from time to time designate in writing new or substitute representatives. If to State: Jake Schuch Project Manager CDOT Region 4 10601 West 10`h Street Greeley, CO 80634 (970) 350-2205 jake.schuch@state.co.us If to the Local Agency: Rick Richter Director of Infrastructure Services City of Fort Collins PO Box 581 Fort Collins, CO 80521 970-221-6798 rrichter@fcgov.com Section 11. Successors Except as herein otherwise provided, this Agreement shall inure to the benefit of and be binding upon the parties hereto and their respective successors and assigns. Page 4 of 8 J Smart#: 17 HA4 XC 00018; OLA#: 331001514 Section 12. Third Party Beneficiaries The Parties to this Agreement do not intend to benefit any person not a party to this Agreement.No person or entity, other than the Parties to this Agreement, shall have any right, legal or equitable to enforce any provision of this Agreement. Section 13. Severability To the extent that this Agreement may be executed and performance of the obligations of the parties may be accomplished within the intent of the contract, the terms of this contract are severable, and should any term or provision hereof be declared invalid or become inoperative for any reason, such invalidity or failure shall not affect the validity of any other term or provision hereof. Section 14. Waiver The waiver of any breach of a term, provision, or requirement of this Agreement shall not be construed or deemed as a waiver of any subsequent breach of such term,provision, or requirement, or of any other term, provision or requirement. Section 15. Entire Understanding This Agreement embodies the entire agreement about its subject matter among the Parties and supersedes all prior agreements and understandings, if any. Section 16. Survival of Contract Terms Notwithstanding anything herein to the contrary,the parties understand and agree that all terms and conditions of this Agreement and the exhibits and attachments hereto which may require continued performance,compliance or effect beyond the termination date of the Agreement shall survive such termination date and shall be enforceable by the State as provided herein in the event of such failure to perform or comply by the Local Agency. , Section 17. Modification of Terms and Conditions This Agreement is subject to such modifications as may be required by changes in State law,or their implementing regulations. Any such required modification shall automatically be incorporated into and be part of this Agreement on the effective date of such change as if fully set forth herein.Except as provided above, no modification of this Agreement shall be effective unless agreed to in writing by both parties in an amendment to this Agreement that is properly executed and approved in accordance with applicable law. Section 18. Disputes Except as otherwise provided in this contract,any dispute concerning a question of fact arising under this contract which is not disposed of by agreement will be decided by the Chief Engineer of the Page 5 of 8 Smart#: 17 HA4 XC 00018; OLA#: 131001514 Department of Transportation. The decision of the Chief Engineer will be final and conclusive unless,within 30 calendar days after the date of receipt of a copy of such written decision,the Local Agency mails or otherwise furnishes to the State a written appeal addressed to the Executive Director of the Department of Transportation. In connection with any appeal proceeding under this clause,the Local Agency shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. Pending final decision of a dispute hereunder,the Local Agency shall proceed diligently with the performance of the contract in accordance with the Chief Engineer's decision. The decision of the Executive Director or his duly authorized representative for the determination of such appeals will be final and conclusive and serve as final agency action. This dispute clause does not preclude consideration of questions of law in connection with decisions provided for herein.Nothing in this contract, however, shall be construed as making final the decision of any administrative official, representative, or board on a question of law. Section 19. Local Agency, State Not Agents of Each Other It is expressly understood and agreed that the State and the Local Agency shall not in any respect be deemed agents of each other, but shall be deemed to each be an independent contractor. THE REST OF THIS PAGE INTENTIONALLY LEFT BLANK Page 6 of 8 1514 Section 20. SPECIAL PROVISIONS These Special Provisions apply to all contracts except where noted in italics. 1. CONTROLLER'S APPROVAL.CRS§24-30-202(1).This contract shall not be valid until it has been approved by the Colorado State Controller or designee. 2. FUND AVAILABILITY.CRS§24-30-202(5.5).Financial obligations of the State payable after the current fiscal year are contingent upon funds for that purpose being appropriated,budgeted,and otherwise made available. 3. GOVERNMENTAL IMMUNITY.No term or condition of this contract shall be construed or interpreted as a waiver,express or implied,of any of the immunities, rights,benefits,protections,or other provisions,of the Colorado Governmental Immunity Act,CRS§24-10-101 et seq.,or the Federal Tort Claims Act,28 U.S.C. §§1346(b)and 2671 et seq.,as applicable now or hereafter amended. 4. INDEPENDENT CONTRACTOR.Contractor shall perform its duties hereunder as an independent contractor and not as an employee.Neither Contractor nor any agent or employee of Contractor shall be deemed to be an agent or employee of the State.Contractor and its employees and agents are not entitled to unemployment insurance or workers compensation benefits through the State and the Stale shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees.Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is-made available by Contractor or a third party.Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes incurred pursuant to this contract.Contractor shall not have authorization,express or implied,to bind the State to any agreement,liability or understanding,except as expressly set forth herein.Contractor shall(a)provide and keep in force workers'compensation and unemployment compensation insurance in the amounts required by law,(b)provide proof thereof when requested by the State,and(c) be solely responsible for its acts and those of its employees and agents. 5. COMPLIANCE WITH LAW.Contractor shall strictly comply with all applicable federal and State laws,rules,and regulations in effect or hereafter established, including,without limitation,laws applicable to discrimination and unfair employment practices. 6. CHOICE OF LAW.Colorado law,and rules and regulations issued pursuant thereto,shall be applied in the interpretation,execution,and enforcement of this contract.Any provision included or incorporated herein by reference which conflicts with said laws,rules,and regulations shall be null and void.Any provision incorporated herein by reference which purports to negate this or any other Special Provision in whole or in part shall not be valid or enforceable or available in any action at law,whether by way of complaint,defense,or otherwise.Any provision rendered null and void by the operation of this provision shall not invalidate the remainder of this contract,to the extent capable of execution. - 7. BINDING ARBITRATION PROHIBITED.The State of Colorado does not agree to binding arbitration by any extra judicial body or person.Any provision to the contrary in this contact or incorporated herein by reference shall be null and void. 8.. SOFTWARE PIRACY PROHIBITION.Governor's Executive Order D 002 00.State or other public funds payable under this contract shall not be used for the acquisition,operation,or maintenance of computer software in violation of federal copyright laws or applicable licensing restrictions.Contractor hereby certifies and warrants that,during the term of this contract and any extensions,Contractor has and shall maintain in place appropriate systems and controls to prevent such improper use of public funds.If the State determines that Contractor is in violation of this provision,the State may exercise any remedy available at law or in equity or under this contract,including,without limitation,immediate termination of this contract and any remedy consistent with federal copyright laws or applicable licensing restrictions. 9. EMPLOYEE FINANCIAL INTEREST/CONFLICT OF INTEREST.CRS§§24-18-201 and 24-50-507.The signatories aver that to their knowledge,no employee of the State has any personal or beneficial interest whatsoever in the service or property described in this contract.Contractor has no interest and shall not acquire any interest,direct or indirect,that would conflict in any manner or degree with the performance of Contractor's services and Contractor shall not employ any person having such known interests. 10. VENDOR OFFSET.CRS§§24-30-202(1)and 24-30-202.4.'[NotApplicable to intergovernmental agreements]Subject to CRS§24-30-202.4(3,5),the State Controller may withhold payment under the State's vendor offset intercept system for debts owed to State agencies for:(a)unpaid child support debts or child support arrearages;(b)unpaid balances of tar,accrued interest,or other charges specified in CRS§39-21-101,et seq.;(c)unpaid loans due to the Student Loan Division ofthe Department of Higher Education;(d)amounts required to be paid to the Unemployment Compensation Fund;and(e)other unpaid debts owing to the State as a result of final agency determination or-judicial action. 11. PUBLIC CONTRACTS FOR SERVICES.CRS§8-17.5-101.[Not Applicable to agreements relating to the offer,issuance,orsaleofsecurides,investment advisory services orfund management services,sponsored projects,intergovernmental agreements,or it formation technology services or products and services]Contractor certifies, warrants,and agrees that it does not knowingly employ or contract with an illegal alien who will perform mark under this contract and will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this contract through participation in the E-Verb Program or the Department program established pursuant to CRS§8-175-102(5)(c),Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that jails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to Perform work tender this contract.Contractor(a)shall not use E-Verb Program or Department program procedures to undertake pre-employment screening ofjob applicants while this contract is being performed, (b)shall notify the subcontractor and the contracting State agency within three days if Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien for work under this contract,(e)shall terminate the subcontract ifa subcontractor does not stop employing or contracting with the illegal alien within three days ofrecetving the notice,and(d)shall comply with reasonable requests made in the course ofan investigation,undertaken pursuant to CRS§8-17.5-102(5),by the Colorado Department afLabor and Employment.IffContractor participates in the Department program,Contractor shall deliver to the contracting Slate agency,Institution of Higher Education or political subdivision a written,notarized affirmation,affirming that Contractor has examined the legal work status ofsuch employee,and shall comply with all ofthe other requirements ofthe Department program.If Contractorfails to comply ivah any requirement ofthis provision or CRS §8-17.5-101 et seq., the contracting State agency, institution of higher education or political subdivision may terminate this contract for breach and, if so terminated, Contractor shall be liable for damages. 12. PUBLIC CONTRACTS WITH NATURAL PERSONS.CRS§24-76.5-101.Contractor,if a natural person eighteen(18)years of age or older,hereby swears and affirms under penalty of perjury that he or she(a)is a citizen or otherwise lawfully present in the United States pursuant to federal law,(b)shall comply with the provisions of CRS§24-76.5-101 et seq.,and(e)has produced one form of identification required by CRS§24-76.5-103 prior to the effective date of this contract. Revised 1-1-09 Page 7 of 8 Smart#: 17 HA4 XC 00018; OLA#: 331001514 THE PARTIES HERETO HAVE EXECUTED THIS INTERGOVERNMENT AGREEMENT • Persons signing for The Local Agency hereby swear and affirm that they are authorized to act on The Local Agffns] behalf and acknowledge that the State is relying on their representations to that effect. 1 STATE OF COLORADO John W. Hickenlooper,GOVERNOR THE LOCAL AGENCY Colorado Department of Transportation CITY OF FORT COLLINS Shailen P. Bhatt,Executive Director By: Title: *Signature By: Joshua Laipply,P.E.,Chief Engineer Date: Date: 2nd The Local Agency Signature(if Needed) LEGAL REVIEW Cynthia H.Coffman,Attorney General By: Title: *Signature By: Assistant Attorney General Date: Date: Page 8 of 8 Exhibit A Scope of Work CDOT Region 4 US 287 Resurfacing Project CDOT Project NH 2873-176, 20099 CDOT is responsible for performing a 3 inch mill and resurfacing of US 287 between Harmony and Mulberry in Fort Collins (MP 342.28-Mp 346.19). The contractor will also complete some drainage improvements between University and Mulberry Street. THE REST OF THIS PAGE INTENTIONALLY LEFT BLANK ExhibitA—Page 1 of I Exhibit B 1 Exhibit B Funding Letter City of ;, .,.otn�u FortCollins,, �`°Om."CO PO�s80 r-oi1 CaMha CO tw5a7 MIAM . 970224.6107;tax A8?v.cam May 7,2015 Mr.Johnny Olson CDOT Region`4 Region Transportationbirector 1420 26 d Stitet Gteeley,CO 80631 Mr.0lson;; The intent of this letter is to confirm funding comtttitments the City of Fort C ollins'is}prepare,to make as contributions for the award of the resurfacing project:Coloradcj Dcpatiment.of" Transportation's(CDOT).College Avenue.(SH 287)Mulberry to HarmonyPioject As pail of previous,budgU approvals;'the City Council has approphited funds for this project. and Metz; appropriations:"Tito approved funds are: • $500,000 for College.Aventie lmprovethent with in the project area. The appropriations have been made in the Transportation Fund: As we discussed,City staff will work with i DO staff`to finalize an lritergoveri rital I ., Agreement(IGA)outlining these funding agreements which will specify that the$500,000 may be used for paving. This iGA,will need to,be approved by the City Council and exec tcd by our ,Mayor. 7 his is a very important project for the City of Fort Collins and we moomniend award of the cuirmt project as bid.This funding commitment assumes awaiding the projetx io the current,sole- biddtt. sin*Mimly,, Darin Attebeiry City Manager Exhibit B—Page 1 of 28 i Exhibit C 'Exhibit G-,CD&T Award Documents; C0Loaaoo 1)eparumnt of 1'iarispo.tmtioa Contracts 0 Market Analysts tranch 420t fast Arkansas Am`v' e,4T ftcor pciiver,Coloraeo 80.222 MEMORANDUM. TO PROJECT FlLE,NH 287T 176 j206991 _' FROM: SHAWN YU,ENGIHEERING ESTIMATE AND MARKET ANALYSIS UNIT MANAGER DATE', APRIL30 2015, SUBJECT: REVIEW OF BID IN'CONSIDERATIONS FOR AWARD UNDER NEW C.R.S.0.1.113 RULES This Prayed cornists of Not Mix Asphalt Pav(_hg oil US 28f;Jr6m Hanr*n*y Rd to.IJlulLcrry 04 t=46 k Cdi6is. . fdtowin is tntormation'on the one bid recet*d: '(Old amount and .percent o(Engineer's Est)rtidta} Eigbteer s Esthmite 56,368,478;50, Wd from MARTM"MARIETTA'MATERIAL_S° 58 91 ,908.95 IM0.1 , Olirerefae froinirtginec�s Estimate S2,S50y430.45(40:116) r EEMA staff spoke with Preston Pierson;Project.Estlrnator from MARTIN MARIETTA MATERIALS;"and representatives from the remalning plan holders Who did not m6nm tt b(dsr APost-Bid Review committee was set up to evaluate the.only_bid receives!,The-Co tunittec nlcmbe include: '.Scott M larilet,614islon of Project Support Drrectcr.. John We,CMA Biancts Maiiagef7 Shawn Yu,6 k ianrger, Greg Jones,EF1M R4 Esihriatoi; Marti Gray,Award Cttfi er,. Other project Leann rnerlilieis., f1M foll6dn fterrd of the.Contractor's bid were among those reviewed by the t oriimitiee;* t'P ce Total C.ostDlffeionto tom Descriptlon "a tlty Estimate Bid (%of Eng.Est.) HMA(Gt SX)(75)(PG 64.28) 22,086 TONS $86,00 . $103.00 $]75;462.00(S,9A Rem Asphalt Mat(Speclat) 13,371 SY $7.00 $45.00 $348,308 00(5.5151; NMA(Gr SX)(75)(PG 64.22) 13.371 TONS $86.00 5109.00 $307,533 00(4.8%) ABC(CL 6) 2,362 CY $35.00 $153.00 $278;716,OD(4.01 :hint Structureal Steel 1 L$ S1D.0p,00 $160,000.00 $150,000.00(2.4%) 0obitization 1 L S $420,000.D0 $570,000.00 $150,000 00(2.4Rj, tlie.much higher;prices on these iterm;'exmept lot,Pak StnKtum Steel; are the result of the following Project ovaratnts: t, 111g111 work paring requirement 2 irsabi sty to use GontractWs total fixed•based aihpMit ptant per pem*t.rsg linnet with the Cdrnty 3. Riotasphatt iiiam operations casts 4. Fbted completion date Exhibit C—Page 1 of 28 Exhibit C e� ICOLORADO Department of Transportatlon OWklon of FnghreomA�oaorr Contracts @ Market Analysis Branch 4201 East Arkansas Avenue OenveT,Colorado B0222 . TO: SHAILEN P.BHATT,EXECUTIVE DIRECTOR NH 2873-176 FROM: JOHN A.EDDY,CMA BRANCH MANAGER US 287 RESURFACING VIA: SCOTT MCDANIEL,DIRECTOR,DIVISION OF PROJECT SUPPORT 20099 VIA: JOSHUA LAiPPLY,CHIEF ENGINEER REGION 4 DATE: MAY 12,2015 SUBJECT: AWARD TO LOW RESPOSIBLE BIDDER C.R.S.43.1-113(16) Pursuant to C.R.S.43.1.113(16)as amended,it has been determined that it Is In the best flnanclal and economic Interest of the State to award the US 287 Resurfacing project,NH 2873-176(20099)to the low responsible bidder. This project consists of resurfacing US 287 from Harmony to Mulberry with HMA,milling,traffic control, concrete curbs and gutter repairs in Fort Collins,Colorado,Larimer County. Attached please find a cost justification detailing the engineer's estimate and the bid proposal received tram the only bidder,Martin Marietta Materials,Inc. One contractor submitted bid for resurfacing project, The work hour limitations for the night paving decreased the contractor's anticipated production rate by 40%_ The fixed completion date for the project also resulted in a higher cost for the night production required since the plants already have commitments for the construction season. The other contractors that are located In this region are already fully committed for projects this construction season. It 1s unlikely that this project would attract more bidden or the cost would be substantially lower if the project were re-advertised. The City of Fort Collins will commit funds(-$500K)to the project if award is approved by the Executive Director. Award of the pro=John recommended ddf nal funding is available. I recommend aw Date cSa S CAtA Branch Manager Iconcur SL J Z/ , Date -„j -2 J - 20t J� tt McDaniel,PE,Director,Division of Project Support concur ` Date .[_/ O Joshua LIPly Chlef Engi e r , I Exhibit C—Page 2 of 28 Exhibit C NAY 12.lals,20099 pW 2 This project is hereby approved by the Executive Director in accordance.with Section 43.1-113(16),CRS �l Iconcur q I do not concur Date att,Executive Director a: Central Files Gray,Construction Contracts 1 Exhibit C—Page 3 of 28 U .r •r W Colorado Department Of.Transportation(Development] Pa6ted.6n: 0611812015. Low Bid 3 ummary .P890:1%of.;t Letting Date: :.Aprill8;2015 Eliot,; ,•,Yy"'', �" tat'" rvy '%e4'""`.i&'gs'2',�,u�Ar: '�f a :. • "y.w1"sZ tn'`'"v'a,« Y r JPOI;Q91it Offi, 4rrU71(+� '5,. Qo�ctlD°"`�-�Pr�<t�„] � Bids L:owBtddor EstimatedCoeL CormetodBW Eathnato "�,Undorrun(��`.: 001 C20090 NH2873-176 1 MA I]NMARIETTAMATERIAI:S-- E6;36847840 E8,918,908,95' 140:05°le E2,550A30.45 00 N Letting Totals 1= o E8;388,47850t. �E8,918;908.95 1'40:05�k'. E2;550,430.45s aU bq a i U k W 1 U - W Colorado Department OfTranspoRation"[Development) :P.dnted.0n; 0811812015 VeridarRanhing. P.39e.p. 1 oT1 Letting No: 20150416 Contract ID:` C20099 Project(s):'NH2873-176-, cw Letting Date; .April 16;2015 :Region 4- o Letting Time: 10:00AM f'ConVWTime; 125WORKINGDAYS' Counties: LARIMER' on '.Contrail Description;; p; US287 RESURFACINGHARMONYTOMULBERRY HOTMIX,ASPHALT.PAVING; MILLING, TRAFFIC CONTROL,:-CONCRETE CURB;AND GUTTER REPAIRS: " ` _ U Y ':COOT WILL ONLY BE ACCEPTING,ELECTRONIC BIDS FOR THIS PROJECT.PLEASE CONTACT BID EXPRESS.CUSTOMER SERVICE AT 1-W-352-2439 TO OBTAIN•AN- k ACCOUNT IF NECESSARY: W £jy' �+y f.+� ✓f�� �� h rle�lf tt `•S`"f Jy 4"S rWMnRVi `Y.'.�I'�i8s4�P4D4'• �Rank�$'J '� '�bT�o`rlD���`� �' - VondorNem9 ,� ��T��PBId�" ,, low8td� �Eaytfmatot mad' -. �x, f5 t� �r a '�-' c�� #'�5,�'"a �� <^�'•�'��F t `b�Gs�. Enginews_' stlmete: 58,388 479:50' 71:4A°k 100 00% l,; 757A' MARTIN MAREITAMATERIALS; 58;91890&-f5 1ado"0% 140:05"k•;, U .r •r W ' Colorado Department Of Transportation(Development] Printed On, 0611812015 Tabulation of Bids Page 1.of 8 Letting No: 20150416 Contract ID: C20D99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00 AM s,, , . � Enginoo!s"Esdmalo MARTiN�M`INtIETTA MATHd�A"tiS " 0 Code sc� siyp„et"a°",r° ' :12.ua . UnR mu ntPrfeo Amount $ U1 P[ Aroiit' a� th CZ SECTION: 0001 BID ITEMS : p„ 201-00000 Cleadng and Gnibbing 1.000 L S 10,000.00000 10,000.00 14,700.00000 14,700.00 202.00019 Removal of Inlet 1.000 EACH 1,S00,00000T 1,500.00 1250.UDDDO 1,250.00 - U 202-00190 Removal of Concrete Median Cover - - 93.000 Sy 11.00000 1.023.00 17.35DDO 1,613.55 Material k 202-00200 Removal of Sidewalk 1,542.000 S 10.00600 15,420.OD ri,35o00 20,753.70 202.00201 RemovalofCurb 1,244.000 LF 5.00000 6.220.00 8.65000 10,760.60 202-00202 Remove of Gutter 233.000 LF 8.00000 1.884.00 8.65000 2,015.45 202-00203 Removal afCuril and Guttar 11,360.000 LF 8 50000 73,879.00 8.65000 116,3t5.90 202-00205 Removal of Wheel Stop 19.000 EACH 100.00000 1,900.00 -39.15000 743.85 202-00206 ,RemovalofConrrote Curb Ramp 389.000 SY 30,00000 11.670.00 17.35000 6,749.15 202.00210 Removal _______, _._ _____. oiColxrete Pavement 1,191,000 S 30,00000 35,730,00 17.35000 20,863,85 202-00220 Removal of Asphalt Mat 1,258.000 SY 4.00000 5,024.00 17A50130 21,917.20 202-00226 Removal ofAsphaflMat{Spoda� 9,106.00D S -7.a0600 84,182.00 - 45.00000412;d70,00 — - 202.00240 Removal of Asphalt Mat(Planing) 171,735.000 S. 2.15000309.230.25 2.75000472,271.25 202-00246 Removal ofAsphaft Mat(Plan rU)(Speday' y ---825.000 5 7.05000 4,408.25 19,30000 12,082.59 - - U , s s k W Colorado Department Of Transportation[Development] Printed On: 0611812015 Tabulation of Bids Page 2 of 6 Letting No: 20150416 Contract ID: C20D99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00 AM � � � EnBlnoMaFsUmoto MAR7INMI�I�RIETTA � y, MATEfl1ALS w 1lumbode yDescNption k - x F= ;. t2uantJty UnklAfe Anwu UnitPrice Anmunt iln[taPrk�e {mount SECTM: 0001 BID ITEMS LOC: cC Q, 2 0 2-004 5 3 Removal ofPOAlonsof Present Structure 94.000 $ 225,00000 21,150,00 545.00D00 51,230,00 (Class 2) 202-00460 Removal of Ponions of Present Svo turo 19.000 § y 300.00000 `5,700.00 73U,00000 f3,87o,00 (Class3) 202-00503 RemovalofPodionsofPresentStructule 31.00D SV 225,001)00 6,975.00 4,250,00000131,750.00 X 202-00504 Removal of Expansion Device 215.00D LF 145.00DDO 31,175.00 213.00000 45,795.OD 2 0 2-01 6 0 0 Removal of Fence 43.000 LF 2.00DD0 86,00 44.00D00 1.892.60 202.01175 Removal ofGuardra8(Spedd)-- - 183.000 LF 30.000D6 5,490.06 26.7OC60 4,8860 202-04010 Clean Inlet - - 28,000 FACH I P00AW00 26,000.00 1.000,00000 28,ODo.00 203.01510 Backhoe 150,000 HOUR 125.00600 18,750,00 -127.00600 19,p50.00 203-01594 Combination Loader 150.000 HOUR 125.00D00 18,750.00 157.00D00 23.550.00 203-01597 Potholing 40.000 HOUR 20D.00000 8,ODO.06 220.00DDO 8,800,00 - 206-00000 Structure Excavation 21,000 C 40,00000 840,00 91.0c000 I'm 1.00 208-00035 Aggregate Bag 1,081,000 LF 8.00000 8648.00 8,00000 8.648.00 208.00045 ConcnatewadloutStnrcturo 4,000 EACH 1,000.00D00 4,000,00 1,900,00600 7,600,00 _. 208-00051 Storm Drain Inlet Protection(Type 1) - 250.000 LF B.00D00 2.000.00 7.75MO 1,937.50 U .r •r x W Colorado Department Of Transportation[Devetopment] Printed On: 0611812DI5 Tabulation of Bids Page 3 of 8 Letting No: 20150416 Contract ID: C20D99, Counties: LA RIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:OOAM ✓vw �{ t03{ t11�767Ai A00 r Enginomalattnmto MARTNNIAf2IETTA w r" MAT1371-"AL',8 tom Codo Ooacdptbn " _- < 00 �,. u t r sry QuantlQl tl11,1Price Anount UnttPfke Anrou UnitPrke /1'mount t� �.� t as SECTION: ODD1 BID ITEMS LCC: Q. 208-00052 Storm Drain Inlet Protection(Type 2) 162.000 LF 20.00D00 3,240.00 28.30DOO 4,584,60 20&00103 Removal and Disposal Of Sediment(Labor) 300.000 HOUR 65,00D00 19-,500.00 — -91.650D0 27,495.-00 Y 208.00105 Removal and Disposal Of Sediment 150,000 HOUR 100.00D00 15,000.00 87.75DDO 13,162.50 (Equipment) k 208-00106 Sweeping(Sediment Removal) 150.000 HOUR 125.00000 18,750.00 190.00D00 28,500.00 208.00206 Erosion Control Supervisor 120,000 DAY 175.00D00 21,000.00 190,00D00 22,800,00 - 21000810 Reset Ground Sign 2.000 EACH 200.00D00 400.01) 250.00000 500.010 210-04010 AdjustManhde 114.000 EACH 7%00000 85,500.00 1A00,00D00114,000.00 - - 210.04050 Adjust Valve 136x 128,000 EACH 350.00000 44,800.66 501.00060 64,000.06 212-00006 Seeding(Native) 0.280 ACRE 2500.00D00 700,00 2.500.00000 700,00 212.00032 Sell Conditioning0.280 ACRE 4A00,00D00 1,120,00 S,SSP00000 1,854,00 212-01200 Landscape Restoratim 1,000 L S 7,50D.00000 7,500.00 27,000.00DDo 27,DDO.00 2400002 Multidn g 1Yu'OBd Free Hay) 0.280 ACRE 1,5�A0000 420.OD 3.200.00000 . 896,00 213.00061 Mulch Tadd6er 28.000 LD 5.00DDO 140.06 13.00DD0 384.0D 304.08007 Aggregate BaseCourso(Class6) 2,362.000 CY 35,00000 82,670,00 153.00D00361,386.00 U .r r K W Colorado Department Of Transportation(Development] Printed On: 0611812015 Tabulation of Bids Page 4 of 8 Letting No: 20150416 Contract ID: C20O99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:OOAM � , ' ."r EnglneefsEatirrwto MARTTN,lAARIERA �'"', N s. 3 sx O bomCodo „tbsci[pifop ,.z e. Quantl UnR Wtce Amount Unit�Prbe, Amount Unit-Rrioe Amount: bA SECTION: 0001 BID ITEMS LOC: � G-� 403-00720 Hot Mb(Asphalt(Patching)(Asphalt) 1,818.000 TON 150.O00DO272,700.00 168.000D0305,424.00 I - - -- - - .. 403.34741 Hot KxAsphalt(Grad'ngSX)(75)(PG 13,371,000 TON 86,OOo00 I.ia9,99, 109AODOU 1,45T,439. Y 64-22) 0_0 00 403.34751 Hot Mix Asphalt(Grading SX)(75)(PG _22,086.000 TON 88.00DDO 1,899,398. - 103.00000 2,774,858. 64-28) 00 00 W 412-00600 Concrete Pavement(6Inch) 1,251.000 SY 55.00000 68,805.00 62A0000 77.562.0-0 _ 509-90003 Paint Structural Steel - 1.000 L 10.000.00000 10,000.00 160,000.o0DD0160,o0o.o0 - - 515.00120 VPate roo5 ip rg(Membrane) 625.000 SY 15.00000 9375.00 30.50D00 10,092.50 518.01001 Bridge Expansion Joint(Asphaltic Plug) 198.000 LF 155.00000 30,380.00 190.00000 37,240.00 518.03600 Sawing and Seding Bridge Joint MOO LE 20.00000 4,660,OD 25A0000 s,825.00 601-03040 Concrete Class D(Bridge) 49,300 CY 650.00D00 32,045.0D 2,000.00D00 98,600.00 601-6041 Concrete Class D(Bridge)(Special) -31.000 Cy 1900.00000 31,000.00 3,000.00000 93,ODO.OD 601.06100 Concrete(Patching) 2.400 Cy 1.620.00000 3,648.00 11A00.00DO0 28,400.00 _ _ .- . — -- - - - - 601-51005 GalvanicAnOdes 678.000 EACH-_-- 45,00000 30510.00 87.00000 45,426.00 602-00020 Reinforcing Steel(Epoxy Coated) 7,650.000 LE 1,10000 8.415.00 3.65000 27,922.50 604.19010 Irdet Special(10 Foot) 1.000 EACIA 4,06D.00600 4,o0o.o0 17.500.00000 17,500.00 U s W Colorado Department Of TransportaVon(Development] PrirltedOn: 0611812015 Tabulation of Bids Page 5 of 8 Letting No: 20150416 Contract ID: C20D99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00AM 00 EWA MA_XR . - O com,Coda Oasodptbn �A M, Quantity UnXtUl Amount ILOP tce, tAnia nt Un[tPrtce Ar wont ~ ,, ion SECTION: 0001 BID ITEMS LOC. G1. 606-61370 Transition Type3G 3.000 EACH 1250,00DO0 3,750.00 2,500,00D00 7.500,00 I 608.01385 Transition Type3J 2.000 EACH 760,00000 1,500.00 _ 1,90D.00D00 3,800.00 - - 606-01340 End Anchorage Type 3K 2,000 EACH 1.100,00000 2.200,00 2S00.00D00 5.000.00 606.02003 End Anchorage(NoPoiarod) _ 1.000 EACH -2,500.00000 2,500.E - 3,660,00000 3.500,00 W 606.11010 Bridge Rail Type 100 27.000 LF 225.00D00 e,075.00 365.00D00 9,855.0D 606-11032 Bridge Rail Type 10M(Spedal) 151.600 LF 275.00D00 41,525,0D 230.00D00 34.730.0D 007-11525 Fence(Piastic) 700.0011 LF 4,00000 2,800.00 9.-ODDO 6,650.OD 607-11530 Fenoe(Speciaq 5.000 LF 50.00W0 250.00 500.00000 2,500.00 608.00000 ConcreteSidewatk 1,508.000 SY 50.00D00 75,400.OD 52.00D00 78.416.00 608-00010 Concrete Curb Romp - 423.000 Si- 135.0060 57,105.00-- - /65A0D00 69,795.00 608.00615 Dotectablo Wamings 676.060 SF BO.00000 40,560.00 y 99.00000 66,924,00 609,20010 Curb Type 2(Section B) _ 1,45B.000 LF- - 25,00DOO 36.450.00` 23AOMO 33,534.0D 609-21010 Curb and GulterType 2(Section 1-8) 46,000 LF 20.0OD00 920.00 20.00D00 920.00 600,21020 Curb and Gutter Type 2(Section I1-9) 11,100.000 LF 22,00000 244,200.00 _23,50000260,850.00 U •r .r k G� Colorado Department Of Transportation[Development] Printed On: 06118/2015 Tabulation of Bids Page 6 of 8 Letting No: 20150416 Contract ID: C20D99 Counties: LARIMER Letting Date.' April 16,2015 Region: 4 Letting Time: 10:00 AM p .. 00 EnghsotsFai9ma�s MAR7IN,MA1t1ETTA xr 4. ri r mm CodO DoaeNptbn 4 " w ,". � rw WtitlPrtee At1gtlHt UnttPrke Amoum UnitP,rtOe'r Amount` SEC1gN: 0001 BID ITEMS LOC: p 609 24004 Gutter Type 2(4 Foot) 457.000 LF 30.000DO 13.710.00 45.00000 20,565.00 609.24006 Gutter Type 2(6 Foot) -` 103,000 LF b0,00000 5,150.00 49.50DDa 5,098.5o U 609.24008 GutterType 2(6 Foot) 63,000 LF 55.00000 3,465.00 56.00D00 3,528,00 6M40010 Curb Type {Section B) 80:000 LF - -25,00000 2,000.00� 91,00000 7,280,00 OM00030 MsdianCovefMlateriel(Concrete) 493.600- SF 10.00D00 4,930.01) 1250DD0 8,162.50 613.01200 2 Inch Electrical Conduit(Plastic) 2,560.000• LP 7�10.60660 25,800,00 17.00000 4860.00 613.01300 3 inch Electrical Conduit(Plastic) 2,566-060 LF 1i.00IX10 28,360.00 19 80DD0 51,08a.00 62a00002 Field once(pass 2j i:otio ci+"za o .00000-22;000.00 3D,OOD.00000 30;000,00 620-00012 Rold Labor tory(pass 2) -1.090 EACH� 16,000.00000 16,DD0.00 4SA00.00000 45,000.00 - 820.00020 SArlilary FadUIY _ 1.000EACH 2,5U0.GD_ 2,500.000DO- -- 2,51)O.OD'-- 622-00550 Wheel Stop(Cenc(ate) 19.000 EACH 340,OODOO 5.700,00 250.00DOO 4.750.00 625.00000 Construction Surveying 1,000- i S 30,000._6006Q 30,000,00 81,000.00DD0 81,000.00 026.00000 MobOiration 1.000 LS 420,000.00DO0420,000.00 570,000.00DO0570,000.00 _ 826.01000 PutiUclnfOmlation SOrvioos 1.000- CS i3A00,00000 15,000,00 45,000,00000 45,000,00 U •r .r W Colorado Department Of Transportation(Development] Printed On: 06/18/2016 Tabulation of Bids Page 7 of 8 Letting No: 20150416 Contract ID: C20099 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00AM J 00 v <=v or-. O EngkloNnEsUmelo MARTiNMIIROTTA ;k;u, '1 ye '�kn MAT61aAtrS Rilli e0 Itom Codo Doacrtpt Ion� � s " Quantlpj UnIt iRtoe Amoum Untt Prloe ArnouilY tlrtlt"Prtoe Ama� pt SECTION: 0001 BID ITEMS ACC, .. ,. I U 627-00005 Epoxy Pavement Marking 254.000 GAL 150.00000 38,100.00 110.00D00 27,940.00 627-00011 Pavement Marking Paint(Watetbome) 1,606.060 'G _ -35.00000 36,000.00 43.0W00 43,0110.00_ 627-30405 Preformed Tllermopaslic Pavement 3,369.000 SF 14,00000 47,166.00 14.00000 47.168,00 W Marking(WoidSymbd) 627-30410 Preformed Thermoplastic Pavement 14,347.000 SF— 10,00D00 143 470.00 - 11.75000168,577.25 Marking_(XwalkStop Line) 62901210 AdJust Monument Box 4.000 EACH 1,50D.00DOO 6.000.00 1,300.00000 5,200.00 2,000000HUR 25.00D00 _ --.254 D 0_0 5 7_0 40.OD630 0000 Flagging 030.00007 Tmffic Control Inspection 40,000 DA 150,00000 6,000.00 75.00D00 3,000.00 , 630.00012 TMffic Control Wnagement 4,00l bAi _ 650,00D00'65,000,00 680,00000 68,000.00 030-00015 Uniformed TraffiG Control CuOMination 20,000 HOUR 80.00000 1,200.00 75.00D00 1,500.00 630.80935 Barricado(Type 3 M,A)(Temporary) - -12.000 EACH 300.00000 3,600.00_ 495.00000 5,940,00 - 630.80341 Construction Traffic Sign(Panel Size A) 132,000 EACH' - --75.00000 `900,00 58.00000 7,656.00 - Traf3 Sign(Panel Site B) 00.000 EACH 125,00000 7,500,00 87,00D00 5,220.00 030.80342 Construction 630.80357 AdvanooWamingFlashingorSequenctng 4.000 EACH 1,500,00000 6,000.00 1,S00.00D00 6,000,00 Arrow Panel(BTvoe) U •r .r Y! W Colorado Department Of Transportation[Development] PrInted On: 0611812015 00 rV Tabulation of Bids Page 8 of 8 p M Letti rig No: 20150416 ContractID: C20D99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 a Letting Time 10 00 AM � ��%,7Ra O U CM MARyy N,MARIETTA e MATERAIS m Code Doacrfption Quan6 I!�t Prtce AmouiM Untt�Prke Am"wAt Un I At W SECTM: 0001 BID ITEMS LOC: 830-86359 Port0la Me= 'o Sign Panol 2,000.000 ®A 70.00000140,000.00 - -98.000001 i2,0o0.00 630.80360 Dean Channef¢ing Device 500,000 EACH 40.00D00 20,000,00 56.00000 28,000.00 630.80370 C MteSanrier(TempOrary) 1 500.000- _LF30.00000 45,OD0.00 40.00WO 00,000,00 636-80380 Traffie Cone 200.0001 EACH 10,00000 2,000.00 - 12.00000 2,400.00 - $304510 MObbilSePavem'entMaikingzenp -jA00 . L 8 -10,000.00600 110,000.00 3,i00.000-00 3,1100:00 _._-- ._ . 630.85041 Mobile Attonuator 10.000 DAV 750,00000 7.500.00 50D.00D00 5,000,00 Soetion Totals: $6.368,478.50 $8,918.908.95 Contract Grand Totals $6,368.478.50 $8,918,908.96 U s k W - Colorado Department Of Transportation[Development] Pdnted On: 06/1812016 Low Bid Item Analysis Page 1 of 15 Letting No: 20150416 Contract ID: C2OD99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00 AM Contract Time: 125 WORKING DAYS Project(s): NH2873.176 Contract Description: 00N US 287 RESURFACING HARMONY TO MULBERRY, HOT MIX ASPHALT PAVING, o MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS CDOT W LL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE tb CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN A: ACCOUNT IF NECESSARY. ., U "Items ' Quar ' t_Stunaied ';� ;11! R1tSe1 ry EstimMed ` Bid E t` Line Oesolptiorl 3 a Price Urdt4 Amount Bid PrnolntAftLApa - 96 ,„ Undenun(I fl SECTION: 0001 SID ITEMS W 0005 201-00000 1.000 10.000.00000 14,700.000DO 10,000.00 14,700.00 147,OD% 4,700,00 Manng and Grubbing L S 0010 202.00019 tA00 1,500.00060 1,250.00000 1,500A0 1250A0 83.33°h 250.00 Removal Of Inlet EACH 0015 202.00190 93.000 11.60000 17.35000 1,023.00 1,613.55 157.7A _ 590.55 J Removal of Concrete Median Cover Material Sy 0020 202-00200 1,542.000 10.ODD00 17,358DD 15,QMO - 26,75370 173.51 -11,333,70 Removal of Sidewalk Sy 0025 202-00201 1244.000 5.0D000 8.65000 6,220.00 10,760.60 173,00% 4,540,60 Removal of Curb LF 0030 202.00202 233,000 _8.01DI 8.65000 -t,864A0 -2A1sA5 ' 108,13S6 - - 151.45 RemovalofGutter _ LF - - - 0035 202.00203 11,366.00( 0.50000 8.650DD 73,879.00 98,315.90 133.60% 24,436.90 Removal of Curb and Gutter LF . U .L1 YE W � Colorado Department Of Transportation[Dovolopmont] Planted On: 0611812016 Low Bid Item Analysis Page 2 of 15 Letting No: �20150416 Contract ID: C20099 Counties: IARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00 AM Contract Time: 12S WORKING DAYS Ploject(s): NH2873-176 Contract Description: US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING,MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS o 0 CDOTWILLONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE V CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN C�3 ACCOUNT IF NECESSARY. A. • I ', OescilAb�on � � ffllbiv : �UOavde'swEt jneont t b£ rd n SECTION: - U ODDII BID ITEMS 0040 202-00205 19.000 100.0OD00 39.150DD 1;900.00 743.85 39,15% 1,156.15 Removal of Wheel Stop EACH 0045 202.00206 369.000 3D.-6000 17.3500D 11,670.00 6,749.15 57,83% -0,920.85 Removal of Concrete Curb Ramp SY 0050 M-00210 1,191,000 3U.OD000 17.350D0 35,730.00 20,883A5 57.835 -- 15,086.15- Removal of Concrete Pavement SY 0055 202-00220 1256,000 4.ODD00 17.450D0 5,024.00 ' 21.91720 436,25% 16.893.20 Removal ofAsphdt Mat SY 0066 202-00226 9,t66A00 7.000� 45.00000 - 64,162A0 4t2,47O.Ot) V 8428tt96 34a,308.00 Removal ofAsphalt Mat(SpedaQ SY 0065 202.00240 171,735.0( 2,1500D 2.750DO 369,23025 472,27128 127,91% 103,041.00 Removal of Asphalt Mat(Planing) SY 0070 M-00246 625.000 7.05000 19.3001)0 4,40625 12,062.56 273.78% 7,858.25, Removal of Asphalt Mat(Ptanfng)(Special) SY U '.c W Colorado Dopartmont Of Transportation[Development) Printed On: 06/1812015 Low Bid Itom Analysis Page 3 of 15 Letting No: 20150416 Contract ID: C20D99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00 AM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX.ASPHALT PAVING, N MILLING,TRAFFIC CONTROL,CONCRETECURB AND GUTTER REPAIRS 0 COOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE ~ CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN to ACCOUNT IF NECESSARY. a rtem ' 4uan F''w `' Estimated 87dA4oe1 E&timated "rr� � 8k1�E%E Overrun(+)° U Une i Des Uon >i1Y 5 Pr e Units Amount t3id Amorxrt p .�« Undennr ) , x u SECTION: coot BID ITEMS X 0075 202-00453 84.000 225.00D00 545.00000 21,150,00 51230.00 242.22% 30,080.00 W Removal of Portions of Present Structure(Class Sy 2) 0080 202-00460 i9.000' SOD.00D00 730.00000 5,700.00 13,870.00 "243.33% " 8,176.06 .. Removal of Portions of Present Stricture(Class Sy 3) 0685 202-00503 31,000 225.013000 -4250.000 0 6,975.00 131)50.00 1808.86% 124,775.00 Removal of Portions Of Pmsont Structure Sy 0090 262-00504 215.000 145,000OD 213.OD000 31,175A0 45.795.00 148,90% 14,620,00 Removal of Expansion Device LF - 0095 202-01000 43.000 2.0DD00 44.00000 88.00— 1A92.00 2200.00A 1,800.0D Removal of Fence LF 0100 202-01175 183.000 30,00000 26,700D0 5,490.00 4,886.10 89,00% - •603,96 Removal of Guardrail(Special) LF 0105 202.04010 26.000 1,000.0=0 1,000.0DOD0 28,0D0.00 28AOD.00 100.00% 0.00 Clean Inlet EACH U , x W Colorado Department Of Transportation[Dovotopmont] Printed On: 08f 18f2015 Low Bid Item Analysis Page 4 of 15 Letting No: 20150416 Contract ID: C2OD99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00AM Contract Time: 125 WORKING DAYS Project(s): NR2873-176 Contract Description: 00 US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING, N MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS o CDOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FORTHIS PROJECT. PLEASE CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-688-352-2439 TO OBTAIN AN ot� ACCOUNT IF NECESSARY. . a, I Qe"ml rEsHmated " Bid PHoel „ Estimated t9id Est °" �O�ve+turr + U p� t;p � °" Cdvmtdyr �� PNoe ,Units Amount 87d Amo+nt�� � `� y, � �Underrun ' = SECTION: 0001 BID REMS x W 0110 203-01510 150.000 125.00000 127.00000 18,750.00 19,050.00 101.66% 300.00 Backhoo HOUR 0115 203-01594 150.000 125.0D000 137.00000 18.750.00 23,550.00 125.6M 4,800.00 Combination Loader HOUR _ -. - - . - . _ 0120 203.01597 40.000 2D0.000� 220:0-- 00.�. 8,000.00_" -- -8,800.00 170.00°.5 800.00 ' Potholing HOUR 0125 200.00000 21.000 40,OD000 91,0DODO 840.60 1,911.00 227,50% 1.071.00' Structure Excavation CY 0130 208-00035 1,081.000 8,6D060 8,000D0 8,648.00 8,848,00 100.00 0,OD POgregate GiV LF 0135 208.00045 4D00 1,000.00000 - 11900100000 - 4,0D0A0 7AOOM 100,00% 31600100 Concrete washoutsttuctufe - [ACM 0140 20M0051 250,OOD 8.00000 - -� 7.750M Y -2,0DDA0 -� ..- 1,937,50 96ABO/d -62.50 Storm Drain Inlet Protection(Type 1) LF U W Colorado Departmont Of Transportation[Dovolopment) Printed On; 0611812015 Low Bid Item Analysis Page 5 of 15 Letting No: 20150416 Contract ID: C20D99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00AM Contract Time: 125 WORKING DAYS Project(s): NH2873 176 00 Contract Description: rq US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING, o MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS 00 CDOT WILLONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN p ACCOUNT IF NECESSARY. U , tram! ���. �• Esttmal3d 8itl'PNoeJ ESUm �� t3idx �� {f)�.�` -� SECTON; 0001 BID ITEMS W 0145 208.00052 162.000 20.0D000 28,30000 3,240.00 4,584.60 141.50% 1,344.60 Stone Drain Inlet Protection(Type 2) LF 0156 208.00103 300.000 '-- 66.00000 6.65000 14.500.00- _ 27A95,00 idr.00% 7,988.0(i .Removal and Disposal of Sediment(Labor) HOUR 6155 208.60105 150.000 16o.-&000 87.75000 15,006.00 t3,16256 87.75% -1.837.50 Removal and Disposal of Sediment(Equipment) HOUR 0100 208-00100 150,000 125,00000 196.006M 18,750A0 28,506.00- 152.00% Sweeping(Sediment Remwcd) HOUR 0165 208.00266 120.000 175.00000 190,000130 21,ODD,00 2290D.00 108.57% 1,800.OD Erosion Control Supervisor DAY 0170 210.00810 2.000 200.0D600 250,00600 400A0 600.66 125,00°h -t00.db- %set Ground Sign EACH 0175 210.04010 114.000 750.OD000 1,000.00000 85,500.00 114,000.60 133.33% 28,500.00 Adjust Manhole EACH U s W - Colorado Department Of Transportation[Development) Printed On: 0611812015 Low Bid item Analysis Page 6 of 15 Letting No: 20160416 Contract ID: 02OD99 Counties: LARIMER Letting Date: r April 16,2015 Region: 4 Letting Time: 10:00 AM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: 00 N US 287 RESURFACING HARMONY TO MULBERRY, HOT MIX ASPHALT PAVING, o MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS CDOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN c3 ACCOUNT IF NECESSARY. p I _� �: x �a �h r( sa0.� � ,.' 1 7 �a-5w�s ✓'i �_ v; ``J *an U �� Itsm1 ��, �, puanhty �,;� ;�Estitnated� , � Bids 1 EstNnated �'� �" BdEst �- Overa>i�(+) «r } SECTION: 0001 BID ITEMS k W 0180 21M4050 128.000 350.ODDOD 500.00000 44,800.001 rmo00.00 142.85% 19,200.00 Adjust Valve BOX EACH 0185 212-00006 0286 2,500.00000 2,500.00000 700.00 700.00 100.00% 0.00 Seeding(Native) ACRE 0190 212.00032 0280 4X&66000 5,550.0006D --/,120.00 -_ 7,554.00 - - 138.75% S08 Canditloning ACRE , ' 0195 212-01200 1,000 7,500.00000 27.0D0.0000D 7,50D.00 27.000.00 360.00% 19,500.00 Landscape Restoration L S 0200 213-00002 0280 1,500.00000 3,200:000DD 420.00 __. '896.00 213:33% 478,00 Muloing bleed Free Hay) ACRE 0205 213.00061 28.000 5,00000 13,6000 - 140.00 3B4A0 28a,�°A 224,OD Mulch TaddBor LB 0210 304.06007 2,362A00 35.00000 153.00000 82,670.00 361,388.00 437.14% 278,718.OD 7 Aggregate Base Course(Class 6) CY t U A W 0 Colorado Department Of Transportation(Development] Printed On: 08l181201 S Low Bid Item Analysts Page 7 of 15 Letting No: 20150416 Contract ID: C2OD99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00AM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: 00 US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING, cN�, MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS ° 0 CDOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE 0 CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN to ACCOUNT IF NECESSARY. a I �. `. Rem/ �.. ���. _ F�ttmebd Bid PtiOel " - Estahated � `• � Bkf�'Est� .Overrun(+)� U Descrlptiwt Prioe" Un8 Amount Bid Amount r () 44 SECTION: 0001 BID ITEMS K W 0215 403.00720 1,818.000 150.0DOOD 168.00000 272,700.00 305.424.00 112.00% 32,724.OD Hot Mix Asphalt(Patching)(A9phai0 TON 0220 403.34741 13,371.00( 65,0D000 109,000DO 1,149,908.00 i,457A39,00 126.74% 307,533.001 . Hot Ma Asphalt(Gracling SX)(75)(PG 64-22) TON 0225 403.34751 22,086.00( 88.01DOOD 103.000DO 1,899,398.00 2,274,858.06 119.77% 375,462.00 Hot Mbt Asphalt(Gmdrg SX)(75)(PG 64-28) TON 6230 412-00600 1, 51,000 55,OD000 62,000DO 68,805.00 77,582.00 112,73% 8,757.00 C mmte Pavement(6 Inch) SY 0235 509.90003 1.000 10,ODD.ODOOD 160,000.000DO 10,ODUO 160,000.00 1600.00% 150.000.011 Paint Structural Steel L S 0240 515.00120 625.000 iS.0o0OD 30,500DO 9,375,00 19.662,80 203,33% 9,687,50 WatOaproeBrg(Memhrane) SY 0245 518.01001 196.000 155.0D000 190.000DO 30,38D.00 37240.00 122.58% 6,880.00 Bridge Expansion.Mint(Asphattie Plug) LF r U .r .r rr W Colorado Dopartmont Of Transportation(Development] PrInted On: 0611812015 Low Bid Itom'Analysis Page 8 of 15 Letting No: 20150416 Contract ID: C20099 Counties: LARIMER Letting Date: April 16,2015 Regbn: 4 Letting Time: 10:00 AM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: N US 287 RESURFACING HARMONY TO MULBERRY, HOT MIX ASPHALT PAVING, *� MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS N COOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT, PLEASE CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN ACCOUNT IF NECESSARY. I U w � �;� .�, ,�r � Fshmalad BkgPl'iDaJ Estimated ^`'� �BidEst . Overrun(+j "a,� Uile j . �De$cdpti0n i ° ��lt� `� e " PftO@ � VI�tS .:. A7T1Qlnt B�AmU1,61t C. L81d61f,R11�� „` � , SEC71ON: 0D01 BID ITEMS iJk-1 0250 518-03000 233.000 20.ODDoO 25.000D0 4,660.00 5,825.00 125.00% 1,165.00 Sawing and Sealing Bridge Joint LF 0255 601.03040 49,300 650.ODDOO 2,006.00000 32,045.00 96,Boo.00 307,69% 66,555,00 Concrete Gass D(Bridge) CY 0260 601.03041 31,000 1,06D.OD000 3,000.o0ob0 31,006.00 93,060.06 300.00iN - '62,060.00 Concrete Gass D(Bridge){Spaciaq Cy 0265 601-00100 2A00 1,520.OD000 11,000.000DD 3.648.00 26,400.00 723.68% 22,752.OD Concrete(Patching) Cy- 0270 601-51005 678.000 45,00000 67.000DD 30.510.00 45.426.00 148,89% 14,916,01) Gelvanic Anodes EACH 0275 602-00020 700A00 1,10000 3.650DO 8,415.00 27,922.50 331.82% 19,507.50 Reinforcing Steel(Epoxy Coated) LB 0280 604.19010 1.000 4,kD.00000 17,5o0.000DO �,W.bo ti,5oo.o0 437.5046 i3.s9o.ati Inlet Special(10 Foot) EACH U w •r A .r k W Colorado Dopartmont Of Transportation[Dovolopmont] Printed On: 06/18/2015 Low Bid Rom Analysis Page 9 of 15 Letting No: 20150416 Contract ID: C2OD99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:OOAM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: N US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING, o MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS cq rV CDOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE to CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN ° Q. ACCOUNT IF NECESSARY. D kem/ ���Y Estintat@d bid Fricel Estimated :_ dB1ilEst 5 ..a ( 's � Une k SECTION: 0001 BID ITEMS W 0285 606-01370 3.000 1,250,OD000 2,500.00000 3,750A0 7.500.00 200.OD% 3.750,00 Ttensition Type 3G EACH 0290 60&Ob85 2.000 - --750,00000 1,900,00006 1,500,00 3,800,00 253,33% -2,300,0O Transition Type 3J EACH 6295 606-01390 2.006- 1,100.0D000 2,500.ODODD 2,200.00 5,OODAO 227.77% _ 2,800.00 End Andlorago Type 3K EACH 0300 606.02003 1,000 2,500.ODD00 $500.000D0 2,500.00 3,500.00 140.00% -- - 1,000.00- End Anchorage(Nonflared) EACH 0305 606-11010 27.000 225.00000 385.ODODD 6.075.00 9,855.00 162,22% 3,780,00 Bridge Rail Type 1OR LF 0310 606-11032 151.000 275.00000 _ 230.00000 41,52S.00 34,730.00 83,641 ' 8,795.OD Bridge Rail Type i 0M(Special) LF 0315 607-11525 700.000 4.ODDOO 9.50000 2,800.00 6950.00 237.50% 3,850.OD Fenoo(Plastic) LF U •r - .r k W Colorado Department Of Transportation[Development) Printed On: 0611812015 Low Bid Item Analysis Page 10 of 15 Letting No: 20150416 Contract ID: C2OD99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00 AM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: 00 US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING, N MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS *" 0 M CDOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE N CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN to ACCOUNT-IF NECESSARY. A. tteml " Esiimated &d( iCe! - atetiBkl Est 1Ovem,n'+ U LIt1e DescriDtbn � ;Q c :S Igoe is nmaant Bid SO, nt4 a � SEC71ON: Wei BID ITEMS X 0320 607-11530 5.000 Sa:oo0Op 500,0061)6' 250.60 2,500.00 1000.01)% 2.250.00 Fenoe(Special) LF 0325 608.00000 1,508,000 50.00060- 62,00000 78,400,00 78A16A0 104,00% 3,016,00 ` Concrete Sidewalk Sy ___ . ._ ._-._.__-._. _ __._____. .__._._.._.... _..._ .__� -_._. ..__, i 6330 606.00010 - V" 423,000 135.OD000 165.000De 57,105.00 69.795.00 - - --122 22°Yo- 12,690.00 , Concreto Curb Ramp Sy 0335 008.00015 670.000 6D.00000 99.0D000 40.860,00 66,924.00 165.00% 26,364.00 Detectable Wamings SF 0340 600,20016 1.458.000 25.OD004 23.01)000 36,450.00 3$534.00 '92.00% •2,916.60 Curb Type 2(Section 8) LF 0345 609.21010 46,000 20.00000 20.00000 920A0 92DA0 100.00°% i 0.00 Curb and Gutter Type 2(Section 1.8) LF 0350 609.21020 11,100.00( 22.00DOD 23.500D0- 24b,200A0 260,850.00 t06.82% 18,650.00 Curb and Gutter Typo 2(Section II-B) LF - U •r .r k W Colorado Department Of Trans portation(Development) PdntedOn: 0611812015 Low Bid Item Analysis Page 11 of 15 Letting No: 20150416 Contract ID: C20099 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00 AM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: _ N US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING, +� 0 MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS � N COOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT, PLEASE CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-868.352-2439 TO OBTAIN AN Ca ACCOUNT IF NECESSARY. a, - I r`ti ... 0� s ^i _;..:. ✓ �` .,as �.,�, h a'xr nxu. U Une At G i , 3 Quantdy Estimated Bid PrbeJ ,Bid ESt dvervun('41 th PriOe Units Amount Bid Amount s �'Y. undernrn( .. SECTION: 0001 BID ITEMS X W 0355 609-24004 457.000 30.00000 45.00000 13.710.00 20,565.00 150,00% '8,8$5100 Gutter Type 2(4 Foot) LF 0360: HO&24006 103A00 SO.OD000 49.5o000 — 5,180A0 --s-pos s0 _ .9-9,60% _..51.50 Guttor Type 2(6 Foot) LF 0365 609-24008 63.000 _ - 55.ODDOD- - _ 58.OD000 9,465.00 3 528.00 101.8240 63.OD Gutter Type 2(e Foot) LF 0370 009.40010 80,000 25,6606 91.00000 2,006.00 7a80.00 364,00% 5,280.00 Curb Type (Section B) LF 0375 610-00030 493.000 10.ODOOD 12.50000 4,930.00 6,162so 125.00% 1.232.50 Median CaaarMaterial(Concrete) SF 0380 613.01200 2580.000 10,OD000 17.00000 A.80040 - 43,860A0 i7000% 1060.00 2 Inch Electrical Conduit(Plastic) LF 0385 613.01300 258OLOO 11.0D000 19.86060 - 28,380.00 51,684.00 1e0.o0% 22,704.00 3 Inch Electrical Conduit(Plastic) LF U .r •r x W - - Colorado Department Of Transportation(Development] Printed On: 0611812016 Low Bid ttom Analysis Page 12 of 15 Letting No: 20150416 Contract ID: C20D99 Counties: LARIMER Letting Date: April 16.2015 Region: 4 Letting Time: 10:00 AM Contract Time: 125 WORKING DAYS Pro]ect(s): NH2873-176 Contract Description: US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING, 00 MILLING,TRAFFIC CONTROL,CONCRETECURB AND GUTTER REPAIRS w. • o CDOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE N CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN a� ACCOUNT IF NECESSARY. a ' ttem1 >i Q��' Estlmalad 4BkPHoeJ F.sNma)ed � '^ BidpEst OVeiiun{+) ro (jrle DeSfJfptiorl�8 r' 4w""17 VI�L4 AmOUnt tw Amount 'ayr° Urr'"�dertiun( a«.= SEC71ON: owl BID dTEMS _ _ k 0360 620-00002 1.000 22,000.0000D 30,000.00000 ;U.66"O: 30.000.06 138.3696 Field Office(Class 2) EACH 0395 62MOO12 1.000 16,000,00000 45,000.000D0 10,000.00 45,000AO 281.2S% 29,000.00 Field Laboralory(Class 2) EACH 0400 620.00020 1.000 2,500.6000 2;50000000 -2 500.00 2.500.00 _ 100.0096 — -- 0:00 Sanitary Facility EACH 0405 022-00550 19.000 500.00000 250.000D0 5,700.00 4.750.00 83,33% -950.00 Meed Stop(Concrete) EACH 0410 625-00000 1.000 30,000.0D000 81,0DO.000D0 30,000.00 - 81,000.00 270.0A 51,000.00 Construction Surveying L S 0416 62600000 1.000 420,000.00D00 870,OD0,00000 420,000,00 670,000A0 135,71% 150,000,00 Mobilization L S 0420 626.01000 1A00 15,000.00Do0 45,000.00o0D 15,66.00 45,OoDA6 300.00k 30,000.00 Public Information Servions L S. x ' W Colorado Department Of Transportation(Dovolopm ont] PrintedOn: 0611812016 Low Bid item Analysts Page 13 of 15 Letting No: 20150416 Contract ID: C2OD99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:00 AM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: US 287 RESURFACING HARMONY TO MULBERRY, HOT MIX ASPHALT PAVING, MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS N 0 CDOT WILL ONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439TOOBTAIN AN cw ACCOUNT IF NECESSARY. Ca q,,.{. 0 3 rtem1 - " E6timatad; _ 3gBk!Pr1oeJ, Estknatsd Bkl Est Ovefni» �, r9 1 qa.,. ! ` QU8111ity `do`s=a °Iry 4`�7 t, r t,+t F a ), ,(� Oesafptio» 7Pri0@ ;�Unts Amaunk Bid Amalilt3 t , %� J 'i�Undemi»().' Y SECTION: 0001 BID ITEMS 0425 627-00005 254.000 150.ODDOD 110,WOD0 38,100.00 27,940.00 73.33% -10,160,00 W Epoxy Pavement Marking GAL 0430 627-00011 1,000.000 38.00000 43.00000 35,060.00 43,000,00 122.68% 8,000.00 l Pavement MaAI_irg Paint(fttemome) GAL 0435 627.30405 3,369.000 14.00000 14.000DO 47,168.00 - 47.IIWOD 100.06A 0.00 Reformed Thermoplastic Pavement MaMng SF Mrord-Symbol) - 0440' 627-30410 14,347,00( t0.0DD00 11J6000 143,470,00 16077.25 117.50% 25,107.25 Preformed Themnoplastic Pavement Maddrg SF (Xwalk-S1Dp Una) 0445 62MI210 4.000 1,5w.00o00 1,300.000DO 6,OD0.00 520D.00 86,67% -800.01) Adjust Monument Box EACH 0450 630.00000 2p00.000 26,00000 28.50000 80,0-w' ,6 57A00,00 114:00% __...7., KO, Flagging HOUR 0455 630.00007 40.000 150.00DOD - 75.000m 6,ODO.00 3,000DO 50.00% ,3,-60.00 Traffic Control Inspection DAY J at w Colorado Department Of Transportation[Dovolopmont] Pdnted On: 0011812015 Low Bid Itom Analysis Page 14 of 15 Letting No: 20150416 Contract ID: C20D99 Counties: LARIMER Letting Date: April 16,2015 Region: 4 Letting Time: 10:OOAM Contract Time: 125 WORKING DAYS Project(s): NH2873-176 Contract Description: US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX ASPHALT PAVING,' O0 MILLING,TRAFFIC CONTROL,CONCRETE CURB AND GUTTER REPAIRS 0 CDOT WILLONLY BE ACCEPTING ELECTRONIC BIDS FOR THIS PROJECT. PLEASE Cq CONTACT BID EXPRESS CUSTOMER SERVICE AT 1-888-352-2439 TO OBTAIN AN aa) ACCOUNT IF NECESSARY. A, 'r am 4(Xan B d;U . .. SECTION: 0001 BID ITEMS _ - _ X 0460 630-00012 100.000 650.00000 880.W= 65,000.00 68.000.00 104.62% 3.000.00 W Traffic Control Management DAY 0465 630.00015 20A00 60.01)(100 78,00060 1,2WJ00 1,800,00 125.00% 300.00 Unftrmed Tmffic Control Coordination HOUR 0470 630 80335 12,000 361).0000t1 45.00000 - 3,600.00 5 940.00 165.00% 2,30.0.00 Barricade(Type 3 M-A)(Temporary) EACH 0475 630.80341 132.000 75.OD0f>D 58.00000 9,900.00 7,656.00 77.33% -2,244.00 Construction Traffic Sign(Panel Size A) EACH 0480 630-80342 60.000 125.00000 87,0D000 7,500.00 5220.00 69.60% -2,280,00 Construction Traffic Sign(panel Size 9) EACH 0485 63"0357 4.000 1,800,00000 1,500,00000 6,06.00 6,000.00 160.00% Oka Advance Warning Flashing or Sequencing Arrow EACH Panel(B Type) 0490 630-80359 2,000.000 70,00000 5e,00000 140,OD0.00 112.600,00 80.&i° -28,000.0D Portable Message Sign Panel DAY Colorado Department:Of Trans portatloh'(DeNiblolinI Printed Orr' �,OWISII Low Bid Item Analysis, Pap 1&of,.15 Letting No: 201,50416 Contract ID: C20699 Counties:,,,LARIMER Letting Data: April 16"2,015 Regloff 4 Letting Time: 10:00 AM C 6 n tra ct.--Tii 112 5 WO R K I N G..DAYS I?-m ct(s): NH2 8T3-176 je Contract Description: rq US 287 RESURFACING HARMONY TO MULBERRY,HOT MIX`ASPHALT PAVING, ,MILLING,TRAFFIC CONTROL,CONCRETE CURB AND.GUTTER'REPAIRS 00 rq CDOT WILL ONLY BE ACCEPTING ELECTRONIC:BIDS FbR,TH(S ORWJECT,,PLEASit (u ,CONTACT BID O(PRESS CUSTOMERSERVI-CE,AT214685351-243.9TbOeAIWAN :ACCOUNT IF:NECESSARY. ,0­ 1 01w:- � mwl F .0'n. I 1V L ulemDes0M Or MI 9 4 4AW ODDI BID ITEMS w 0495 -63MO360 -'500.000 56.00000 '20.ODDAq, 28,00D.00 140,'00% 'Drum Channelking Device. EACH' 0500 63040370 `:115500.000 ,30.00000 40.00000 45.000.00,a 60.000.00 A33.33% 15.000.00- LF 0505 ;.630.80380 200;000. -.WI I'ZODODD 2.00000. 2.400.00, 120.00% .,400.00: Traffic Cone EACH- 40 0D0;0DDW 000DO ql)�.()410 '.636mflI 0 3,100: 11'. .00, 3j.OD% .4.901 MI L,S 0515 630-85041' '10.000' 1500 000DD 1�50D.00 Iftbile.Attenuator DAY SoctIon0001 Subt dtal t6,68.908,93` i40,05% .-,$2,580.436,45: Contract Tota 14or Ca Iculated Low-Bidders B Id Iterrl 46-;611 $8,91 8;908.95 140.05% :$2,55014 1 30.45