HomeMy WebLinkAboutRESPONSE - BID - 5767 LEMAY AVENUE WIDENING PROJECT (20)SECTION 00300
BID FORM
PROJECT: LEMAY AVENUE WIDENING PROJECT; BID NO. 5767
Place
Date 3 /ii1o3
1. In compliance with your Invitation to Bid dated bpi aX-p3
end subect to all conditi thereof, the undersigned
Q, a ** orporatic , Limited Liability Company,
0 bQjNmjz? 2� (--Partnership, Joint Venture, or Sole r r)** 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 iQsra certified or cashier's check or standard Bid
bond in the sum of �L� CVt"� �`� aniQ AN ccS- C� tl tJ ($
Instructions to Bidders.
in accordance with the Invitation To Bid and
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:
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by the
CONTRACTOR under one of the items listed in the Bid Schedule, irrespective
of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through
7/96 Section 00300 Page 1
21. What are the limits of your public liabilit ? DETAIL
What company? Ad
all, y4
22. What are your company's bonding limitations? �0.4 � VamxA
r� i a Q21k UN l
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 this day of / 20 0.3
Name of Bidder
By:
T i t l e: W way L` 1J�2�G�1� U l� � 011�(�4alUh-
State of Cu"401Z
County of "�ft\o-L )
`%J' Non: I U)k)-OC% being duly sworn deposes and says that he is
VI . ramo- of �inmp0l QAtnM L and that
(name of organization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this day of
20
Notary Yubiic
My commission expires
7/96 Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 150 of the contract.
ITEM
7/96
SUBCONTRACTOR
Section 00430 Page 1
SECTION 00300
BID FORM
PROJECT: LEMAY AVENUE WIDENING PROJECT; BID NO. 5767
Place City of Fort Collins Purchasing Dept.
Date 3/11/03
1. In compliance with your Invitation to Bid dated _February 10, 2003
and subject to all condi rporathereof, the undersigned
Connell Resources, Inc. a * (Cotion 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 5% of the total amount of the bid ($
) 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:
Traveler's Casualty & Surety
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by the
CONTRACTOR under one of the items listed in the Bid Schedule, irrespective
of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through /
7/96 Section 00300 Page 1
Connell Resources, Inc.
CONTRACTOR
BY: William T. Welch
Vice President
ADDRESS: 4305 E. Harmonv Road
Fort Collins, Colorado 80528
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid
or change quantities at his sole discretion without affecting the Agreement
or prices of any item so long as the deletion or change does not exceed
twenty-five percent (250) of the total Agreement Price.
RE P CCTFULLY SUBMITTED:
Signature /Date
William T. Welch - Vice Preseident
Title
License Number (If Applicable)
(Sear 'f Bi s by corporation)
Attest:
Address 4305 E. Harmony Road
Fort Collins, Colorado 80528
Telephone (970) 223-3151 Fax (970) 223-3191
7/96 Section 00300 Page 2
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420 Statement of Bidder's Qualifications
00430Schedule of Subcontractors
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may be
answered on separate attached sheets. The Bidder may submit any additional
information he desires. See attachment "A"
1. Name of Bidder: Connell Resources, Inc.
2. Permanent main office address: 4305 E. Harmony Road Fort Collins, Colroado 80528
3. When organized: 1969
4. If a corporation, where incorporated: Colorado
5. How many years have you been engaged in the contracting business under your
present firm or trade name? 50+ years
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
See attachment "R"
7. General character of Work performed by your company:
GRadinQ Asphalt Paving, Utilities Aggreg P 4,pply 100%
8. Have you ever failed to complete any Work awarded to you?
If so, where and why? no
9. Have your ever defaulted on a contract?
If so, where and why?
10
no
Are you debarred by any government agency? no
If yes list agency name.
7/96 Section 00420 Page 1
Attachment "A"
GENERAL COMPANY INFORMATION
Title:
Address:
Phone:
Fax:
Contact person for this project:
Established:
Date of incorporation in Colorado:
Previous company titles
Connell Resources, Inc.
4305 East Harmony Road
Fort Collins, CO 80528
(970) 223-3 151
(970) 223-3191
William T. Welch — Vice President
IAM
1969
Loveland Excavating prior to 1982.
Connell Resources, Inc. has been located in Fort Collins since 1991 having moved
our headquarters from Loveland, Colorado. We have operated as Connell Resources, Inc.
since 1982. Prior to 1982 we operated as Loveland Excavating Company. We also
maintain an office and operations in Steamboat Springs, Colorado. We are a locally
owned, full -service site development contractor with expertise in asphalt production,
paving, earthwork, pipeline construction, and aggregate processing. We are licensed to
work in all the cities and counties along the Colorado Front Range and are pre -qualified
with the Departments of Transportation in Colorado and Wyoming.
We have the capacity and desire to serve our customers' daily needs in a
professional and friendly manner on projects involving asphalt paving, earthmoving,
pipeline, storm drainage and materials supply. We also have the expertise to select and
manage quality subcontractors as necessary, to expand our line of services, and to better
address our varied client desires. Additionally, we can respond to your budgetary
requirements through negotiations or with a traditional sealed bid. Connell Resources
prides itself on its ability to bring projects in on time and within budget for our clients.
\\Donna\c\Forms\Pre-Qualification\General Company.doc
Attachment `B"
CONNELL RESOURCES, INC.
UPDATED AS
OF 12137102
SCHEDULE OF MAJOR 2003 COMPLETED WORK & WORK
-IN -PROGRESS
CONTRACT
PERCENT
JOBNAME
TYPE OF WORK
AMOUNT
JOB # COMPLETE
LOCATION
OWNER
CONTRAC7' TO
CONTACT
C'O:WPLETL
GRADING, UTILH TES,
$593,000
2031001 0%
EAGLE CLIFFS
PAVING
DRAHOTA CONSTRUCTION
$ 593,000
PORT COLLINS
JEFF JENSEN
PAVING
$1,300,000
2031002 0%
STATE HIGHWAY 60
GILCRF.ST
CD
S 13011.U00
RYAN ID IDLER
GRADING
$46,154
2031003 0%
HARVEST PARK
THE WRITER CORPORA LION
FORT COLLINS
GREGG SEF.ROHM
$ 46,154
GRADING, PAVING
$97,990
2031004 0%
GARDENS ON SPRING CREEK
GOLDEN TRIANGLE
$ 91,990
FORT COLLINS
JEFF DINGWALL
CRUSHING
$124,200
2034001 0%
2003 SENECA CRUSHING
SENECA COAL COMPANY
HAYDEN
GREC KITCHEN
00
s 2,161 344
CONNELL RESOURCES, INC.
UPDATED AS
OF 12131102
SCHEDULE OF MAJOR
2002 COMPLETED WORK &
WORK -IN -PROGRESS
TYPE OF WORN
CONTRACT
AMOUNT
JOB#
PERCENT
COMPLETE
JOB NAME
OWNER
CO:\TNAC2'TO
LOCATION
CONTACT
COMPLETE
GRADING, PAVING
$112,865
2021001
100%
HERON' LAKE RV PARK
MIR COMPANY, LLC
FORT COLLINS
MIRLAM 1. FLOOD
GRADING
$149,005
2021002
100%
ROCKY MTN VILLAGE 5TH SUB
GENESEE COMMUNITIES
LOVELAND
RONSKARKA
$ _
GRADING
S14I,222
2021003
100%
REGISTRY RIDGE 4TH FILING
U.S. HOME
g _
FORT COLLINS
GREGG SEIiBOfIM
GRADING, PAVING
$34,905
2021004
100%
BROOKSTONEAPARTMEN'TS PH 2
DRAHOTA CONSTRUCTION
LOVELAND
MILD BACKLAND
UTILITIES, REMOVALS
GRADING, PAVING
$564,571
2021005
29%
LARIMER COUNTY COURTHOUSE
HENSEL PHELPS CONSTRUCTION
$
FORT COLLINS
JEFF SCHU LTZ
400,845
PATCHING
S12,420
2021006
IN%
CSU MISC. STEAM REPAIRS
GRACON CORPORATION
S
FORT COLLINS
GERRY GRANAI TAN
UTILITIES, REMOVALS
$1,304,802
2021007
100%
BERTHOUD 2ND STREET
GRADING, PAVING
TOWN OF BERTHOUD
$ _
BERTHOUD
J.L. WALTER CONSULTING
GRADING
$4,858,107
2021008
47%
WATERFRONT FIRST SUBDIVISION
GENESEE COMPANY/WATERFRONT
$
LOVELAND
RON SKARKA
2,574,797
UTILITIES, GRADING
$6,864,892
2021009
62%
LARIMER COUNTY FAIRGROUNDS
M.A. MORI ENSON
$ 2,608,659
LOVELAND
MARK IIAY'KES
GRADING, PAVING
$94,333
2021010
100%
INTERSTATE HONDA
R.C.HEATH CONSTRUCTION
FORT COLLINS
RANDY GATES
$ _
GRADING. PAVING
$295,605
2021012
100%
MEAD 2002 STREET IMPROVEMENTS
'TOWN OFMEAD/1R ENGINEERING
MEAD
KYLF.AREND
5
PAVING
$1,359,700
2021015
100%
FC 2002 ASPHALT OVERLAY
CITY OF FORT COLLINS
S
FORT COLLINS
RICK RICHTER
PAVING
5421,156
2021016
100'%
LARIMER COUNTY ASPHALT 2002
LARIMER COUNTY
LARIMER COUNTY
TODD JUERGENS
$ _
REMOVALS, PAVING,
GRADING
$893,475
2021017
100%
SOUTH SHIELDS STREET IMPROVE
CITY OF FORT COLLINS
$ -
FORT COLLINS
EILEEN BAYLNS
GRADING, PAVING
$54,721
2021018
100%
MCKEE PARKING EXPANSION
ALLIANCE CONSTRUCTION
S
LOVELAND
ALBERT HAMILL
GRADING, PAVING
$368,018
2021019
62%
FOSSIL CREEK COMMUNITY PARK
CLARK CONSTRUCTION
FORT COLLINS
MIKE SIMMS
$ 139,847
PAVING
51,330,774
2021020
100%
LARIMER COUNTY 2002 RESURFACING
LARIMER COUNTY
LARIMER COUNTY
"IODD JUGRGENS
S'
GRADING, PAVING
$85,289
2021021
100%
COLLINDALE CLUBHOUSE
DRAHOTA CONSTRUCTION
$ _
FORT COLLINS
JEFF JENSON
PAVING
538,166
2021022
100%
ROLLAND MOORE PARK TENNIS COURTS
EVERGREEN TENNIS
$ _
FORT COLLINS
GE.ORGE STAHLIN
UTILITIES, GRADING
$149,232
2021023
100%
PC GOOD SAMARITAN VILLAGE
R.C. HEATH CONSTRUCTION
FORT COLLINS
DAN WERNER
5
PAVING
SH6,663
2021024
100%
LOPEZ ELEMENTARY PARKING LOT
POUDRE SCHOOL DISTR IT R-I
$ _
FORT COLLINS
JERRY GARRETSON
REMOVALS, SEWER
GRADING, PAVING
$629.896
2021025
100%
FOSSIL CREEK PARKWAY
CITY OF FOR COLLINS
S _
FORT COLLINS
IOHN STEPHBN
GRADING, PAVING
$66,406
2021026
100%
SEASER'S SITE DEVELOPMENT
DOHN CONSTRUCTION
FORT COLLINS
DAVID STOLTE
S _
UTILITIES, GRADING,
PAVING
$2,368,551
2021027
78%
SERENITY RIDGE ® WILSON HOMESTEAD
HO LAND DEVELOPMENT, LLC
5
BERTHOUD
BILL ALBRECH'F
521,081
GRADING
$63,838
2021028
100%
DRY GULCH VILLAGE SUBDIVISION
KEARNEY & SONS EXCAVATING
$' _
ESTES PARK
MIKE KEARNEY
REMOVALS,GRADING
5176,030
2021029
100%
FERNDALE SUBDIVISION
LARIMER COUNTY
PAVING
FORT COLLINS
TODD JUERGENS
g _
REMOVALS, PAVING
$213,8IS
2021030
100%
CSU 2002 DETERIORATED ROADS
COLORADO STATE; UNIVERSITY
$
FORT COLLINS
JIM STODDARD
REMOVALS
$124.639
2021031
100%
AGILENT TECH MOD 2 REMOVAL
RC I [PATH CONSTRUCTION
$ _
FORT COLLINS
S FEV E ORECCI HO
GRADING. PAVING
5356,719
2021032
98%
LINMAR ACRES SUBDIVISION
LARIMER COUNTY
5
REMOVALS
FORT COLLINS
LOUD JUERGENS
7,134
CONTRACT
PERCENT
JOB NAME
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
LOCATION
OWNER
CONTRACT TO
CONTACT
COMPLETE
GRADING, PAVING
$134,621
2021033
100%
EAST LAKE SUBDIVISION
EAST LAKE IIOA/MARIANA PARK
S
LOVELAND
GARY QUAKENBUSH
GRADING, PAVING
S725,329
2021034
100%
HIGHLAND MEADOWS 4TH PI I
HIGHLAND PATIOS. LLC
$ _
LOVELAND
ANDY KRILL
UTILITES, GRADING
$542,609
2021035
92%
TIMBERS PUD
PAVING
TIMBERS LLC
$ 43409
FORT COLLINS
BYRON COLLINS
GRADING, PAVING
$36,794
2021036
100%
RIGDEN FARM 2ND FILING
ADVOCATE CONSTRUCTION
5 _
FORT COLLINS
CAkL GLASER
GRADING, PAVING
S283,509
2021037
98%
CLYDESDALE PARK 2ND FILING
CLYDESDALE PARK LLC
S 5,670
FORT COLLINS
JAMES VICK
STORM, REMOVALS,
$1,489,716
2021038
56%
RECONSTRUCTION OF CR 64
GRADING, PAVING
LARIMER COUNTY
$ 655475
WELLINGTON
TODD JUERGENS
GRADING, PAVING
$397,118
2021039
70%
FAITH EVANGELICAL FREE CHURCH
PINKARD CONSTRUCTION
FORT COLLINS
ANDREW LAVAUX
PAVING
$246,662
2021040
27%
2002 MISC PATCHING
CITY OF FORT COLLINS
S 180,063
FORT COLLINS
TRACY DYER
WATERLINE
$40,808
2021041
100%
TIMBERLINE ROAD PRV
FC-LOVELAND WATER DISTRICT
S
FORT COLLINS
NATE GILL
PAVING
S66,723
2021042
100%
VENTANA
VF,NTANA DF.VELOPMEN'I
$ _
WINDSOR
ANDY KRILL
UTILITIES, GRADING
PAVING
$746,454
2021043
66%
YANCY'S FOOD SERVICE
R.C. HEATH CONSTRUCTION
LOVELAND
CHRIS CLAFLIN
S 253,794
UTILITIES, GRADING
$350,776
2021044
65%
TIMBERS PUD PHASE 11
PAVING
TIMBERS LLC
$ 122772
FORT COLLINS
BYRON COLLINS
SEINER, WATERLINE
$30,548
2021045
100%
KING MOTORS
MACRUM BUILDING SYSTEMS
$
LOVELAND
ED DOLAN
GRADING
$85,507
2021046
100%
REGISTRY RIDGE 4TH FILING
US HOMG
g
FORT COLLINS
GREGG SEEBOI IM
STORM, REMOVALS
$90,987
2021048
1%
HWY 36 PRECAST BOX LYONS
PAVING
GDGT
$ 90,077
LYONS
DENNISALLEN
SEWER, STORM,
$914,089
2024001
98%
YAMPA VALLEY REGIONAL AIRPORT'
GRADING, PAVING
ROUTT COUNTY
$ IN 282
HAYDEN
BOB TONES
CRUSHING
$241,158
2024002
100%
RIO BLANCO CRUSHING
RIO BLANCO COUNTY
MEEKER
RON EERIER
REMOVALS, PAVING
$80,847
2024003
100%
HOLIDAY INN
HOLIDAY MN OF STEAMBOAT'
$ _
STEAMBOAT SPRINGS
WALLY GEISE
UTILITIES, GRADING
$2,133.660
2024004
65%
WEST END VILLAGE
PAVING
CONNELL. LLC
S 746,781
STEAMBOAT SPRINGS
'PONY CONNELL
PAVING
$97,993
2024006
100%
MULTI MODAL PHASE 2
DUCKELS CONSTRUCTION
S
STEAMBOAT SPRINGS
CHARLIE MAGNUSON
PAVING
$202,090
2024011
100%
STEAMBOAT 2002 OVERLAY
CITY OF STEAMBOAT SPRINGS
STEAMBOAT SPRINGS
DOUG MARSH
S _
PAVING
$155,184
2024013
100%
2002 CITY OF CRAIG OVERLAY
CITY OF CRAIG
S _
CRAIG
BILL EARLY
GRADING, PAVING
$113,416
2024015
100%
SUNDANCE PLAZA PARKING LOT
ASPEN GLOW VENTURES, LLC
STEAMBOAT SPRINGS
JAMES LARSON
S _
IRRIGATION, PAVING
REMOVALS
$215,328
2024016
100%
STEAMBOAT HEALTH & RECREATION
SB HEALTH & RECREATION
g _
STEAMBOAT SPRINGS
PAT CARNEY
PAVING
$528,259
2024017
100%
ROUTT COUNTY PAVING 2002
ROUTT COUNTY
ROUTT COUNTY
TAMMIE JAKINO
5
SEALCOATING
$249,361
2024019
84%
BIG VALLEY CHIP SEAL
BIG VALLEY HOMEOWNERS ASSOC
$
STEAMBOAT SPRINGS
JIM HECKBERT'
39,898
GRADING, PAVING
$95,953
2024025
100%
PDX/SNOW BOWL PLAZA
FOX CONSTRUCTION'
STEAMBOAT SPRINGS
TOM FOX
S _
PAVING
$170,842
2024030
100%
SILVER SPUR, FILING 2
DUCKELS
STEAMBOAT SPRINGS
IOF. BACKURZ
PAVING
S89,103
2024037
100%
CMA PAVING Q
CITY OFSTEAMBOA'f SPRINGS
5
STEAMBOAT SPRINGS
JOE ZIMMERMAN
GRADING, PAVING
$55,199
2024048
57%
YAMPA VALLEY MEDICAL CENTER
YAMPA VALLEY MEDICAL CENTER
$
STEAMBOAT SPRINGS
MIKE SWINSICK
23,736
m Y' 0 D P LLCLAA ;&C
CONTRACTOR
BY:
re
ADDRESS:
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid
or change quantities at his sole discretion without affecting the Agreement
or prices of any item so long as the deletion or change does not exceed
twenty-five percent (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
Signature H 103
Date
Q�t
Title
cense Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Address
Telephone ( q70) 2.a3-3r S(
7/96 Section 00300 Page 2
TYPEOF WORK
CONTRACT
AMOUNT
JOB#
PERCENT
COMPLETE
JOBNAME
LOCATION
OWNER
CONTACT
CONTRACT TO
COMPLETE
GRADING, PAVING
$57,995
2024051
100%
GREASE MONKEY
STEAMBOAT SPRINGS
BOB RUNDLE
S
PAVING
$4,092,000
2024052
3%
YVR, RUNWAY IMPROVEMENTS
HAYDEN
ROUTTCOUNTY
BOBIONES
S 3,969,240
PAVING
$50,454
2024053
S%
SIDNEY PEAKS RANCH
STEAMBOAT SPRINGS
SIDNEY PEAKS RANCH
MARK MUIIA
S 46,418
$ 12,567.113
Project:
Date:
Lemay Avenue Widening Project
02/0512003
Spec/Item -
Number Description
Estimated
Ouanti
Unit Unit Cost Item Cost
Lemav Avenue Widening Quantities,
202-01
Remove Pipe (RCP, CMP, PVC)
180
LF
202.02
Remove Existing Wingwalis at Stone Creek Box Culvert
2
EA
202-03
Remove Existing Parapet Railing at Stone Creek Box Culvert
2
EA
202-04
Remove Vertical Curb And Gutter
3,056
LF
202-05
Remove Concrete Sidewalk
7,898
SF
202-06
Remove Crosspan and Aprons
8,386
SF
202-07
Remove Asphalt Sidewalk (4" Thick)
15,280
SF
202-08
Asphalt Taper Mill (0"-2" Depth)
420
SY
202-09
Rotomill Asphalt Pavement (0"-2" Depth)
7,715
BY
202-10
Rotomill Asphalt Pavement (5"-10" Depth)
14,600
BY
202-11
Remove Existing Rip -Rap
2,941
SF
202-12
Remove Trash Pile at South Ridge Greens Golf Course
1
LS
202-13
Remove Existing Barricade (Type III)
1
EA
202-14
Remove Existing Willow Tree at Stone Creek Box Culvert
1
EA
202-15
Remove Fence (Various Types)
1,135
LF
202-16
Remove Existing Silt Fence
486
LF
202-17
Remove Power Pole Anchors
6
EA
202-18
Cap Irrigation Sprinklers
6
EA
202-19
Remove Manhole Cone Section - Abandon Sewer
3
EA
202-20
Remove and Dispose of 2" to 4" Sprinkler Pipe
1
LS
203-01
Unclassified Excavation
11,535
CY
203-02
Embankment -(CIP)
3,266
CY
203-03
Haul & Dispose
8,269
CY
203-04
Golf Course Grading
1
LS
203-05
Borrow ABC (Class 5 or 6) - (CIP)
300
TON
203-06
Muck Excavation - (CIP)
500
CY
203-07
Topsoil - (Stripping, Stockpiling, Placing) - 6" Depth
5,210
CY
203-08
Topsoil - (Stripping, Haul Off -Site)
1,735
CY
203-09
Temporary Access Road (Golf Course Maintenance Building)
1
LS
203-10
Median Splashblock/ Hardscape Shaping - (CIP)
13,350
SF
203-11
Grade Stone Creek Channel Flowline and Slopes
1
LS
203-12
Graded Flow Channel (Park Property)
340
LF
203-13
Potholing
1
LS
203-14
Median Specialty Work (Excavation above Light and Power Duct Bank)
1,750
CY
203-15
Flowfiill Section Over Shallow Utilities
1,800
LF
206-01
Structure Excavation
4,863
CY
206-02
Borrow Structural Backfill Material (R-Value > 25)
3,800
CY
206-03
Structural Backfill Flow Fill
250
CY
206-04
Filter Material (1 112" Washed Rock)
372
TON
206-05
Dewatering
1
LS
206-06
Structure Haul and Dispose
4,863
CY
206-07
Structure Muck Excavation
225
CY
207-01
Wetland Topsoil
100
CY
207-02
Import Topsoil Screened 3" Depth (BOC) - (CIP)
1,200
CY
208-01
Erosion Control
1
LS
210-01
Adjust Manhole Ring/Cover
11
EA
210-02
Modify Manhole
5
EA
210-03
Adjust Valve Box (FCLWD)
19
EA
210-04
Relocate Blow Off (FCLWD)
2
EA
304-01
Aggregate Base Course - (Class 5 or 6) - 6" Depth - (CIP)
10,794
TON
304-02
Aggregate Base Course Patch Placement - (Class 5 or 6) - 6" Depth - (CIP)
377
TON
306-01 Reconditioning (8")
19,015
SY
307-01
Flyash Subgrade Stabilization - (12%)
33,649
SY
403-01
Hot Bituminous Pavement - Grading S (3" Depth) - (PG 64-28)
7,079
TON
403-02 Hot Bituminous Pavement - Grading SG (4" Depth) - (PG 64.22)
7,807
TON
403-03
Asphalt Paver Patching - Grading S (3" Depth) - (PG 64-28)
403-04
Asphalt Paver Patching - Grading SG (4" Depth) - (PG 64-22)
215
495
TON
TON
403-05
Asphalt Patching - Grading SG (4" Depth) - (PG 64-22)
69
TON
403-06
80' x 4' Beaver Slide at Fossil Creek Bridge - Grading S (4" Depth)
32
TON
420-01
Geotextile Paving Membrane
9,000
SY
420-02
Geogrid Stabilization Fabric _
1,188
SY
506-01
45'x80' Type L Rip -Rap, 6" Topsoil (CIP Per Detail) Sta. 22+50
It
1
LS
506-02
22'x50' Type L Rip -Rap, 6" Topsoil (CIP Per Detail) Sta. 22+50
rt
1
LS
506-03
10'x10' Type L Rip -Rap, 6" Topsoil (CIP Per Detail) Sta. 37+00
Lt
1
LS
506-04
10'x25' Type L Rip Rap, 6" Top Soil (CIP Per Detail) Sta. 54+30 Lt
1
LS
601-01
10' x 12' Pedestrian Underpass with Skylights
125
LF
601-02
4' x 12' Pre Cast Box Culvert - Wingwalls / Paraphet Walls and Toe Walls
180
LF
603-01
15" ADS N-12
25
LF
603-02
15" ADS N-12 FES with Grate
1
EA
603-03
15" RCP Class III
300
LF
603-04
18" RCP Class If
25
LF
603-05
24" RCP Class III
18
LF
603-06
24" RCP Class If FES with Grate
1
EA
603-07
Remove and Reset Existing 30" ADS FES
1
EA
603-08
Concrete Joint Encasements
4
EA
603-09
Median Underdrain Pipe System - (4" Perforated Pipe)
870
LF
603-10
Median Underdrain Pipe System - (4" Solid Pipe)
315
LF
603-11
Connect 4" PVC Solid Median Underdrain to a new 4' Manhole
1
EA
603-12
90 Degree PVC Bend (4")
1
EA
603-13
18" PVC SDR-35 (or District equal)
30
LF
604-01
10' Type R Inlet
1
EA
604-02
Single Type 16 Combination Inlet
1
EA
604-03
Double Type 16 Combination Inlet
1
EA
604-04
Inlet in Retaining Wall with Trash Rack
1
EA
604-05
4' Diameter Manhole
1
EA
607-01
3 Rail Dowel Rail Fence with No Climb Fabric
467
LF
607-02
Orange Safety Fence at Golf Course
1,739
LF
607-03
Portable Chain Link Fence (6' High)
800
LF
608-01
Concrete Sidewalk (6")
35,448
SF
608-02
Concrete Sidewalk (5" Thick with Fibermesh) - Yosemite Brown (Saw Cut Joints)
5,272
SF
608-03
Concrete Flalwork at Underpass (6" Thick) - (Grey)
4,672
SF
608-04
Concrete Access Ramps with Truncated Dome (8")
6,293
SF
608-05
Concrete Drive Approach (6")
800
SF
608-06
Concrete Crosspan with Aprons (8")
7,621
SF
608-07
Hi -Early Concrete (24 Hour)
222
CY
608-08
Flowable Fill Concrete
600
CY
608-09
Exposed Aggerate Median Splashblock (4")
14,017
SF
608-10
Pedestrian Refuge Island
300
SF
608-11
Patterned and Decorative Asphalt Crosswalks
2,650
SF
609-01
Vertical Curb & Gutter (30")
7,177
LF
609-02
Outfall Curb & Gutter (18")
5,689
LF
609-03
Driveway Curb Cuts (25' W idth)
3
EA
609-04
R & R Vertical Curb and Gutter
150
LF
609-05
R & R Drive -Over Curb and Gutter
100
LF
618-01
Pressure Grouting
75
CY
619-01
20" DIP Class 51 with Field Lock Gaskets
600
LF
619-02
20" Butterfly Valve with Valve Box
2
EA
619-03
20" 45 Degree Bend with Thrust Block & Mega -Lug
7
EA
619-04
20" 22.5 Degree Bend with Thrust Block & Mega -Lug
2
EA
619-05
2" Air Release Valve with Manhole and Vent (Per FCLWD)
1
EA
619-06
Connect to Existing 20" DIP Main
2
EA
619-07
Fire Hydrant Assembly
3
EA
619-08
Blow -Off Assembly
1
EA
619-09
Remove Existing 20" Valve (Deliver to FCLWD)
1
EA
619-10
Steel Encase 20" DIP Live Water Main 36" x 3/8" Coated Casing (FCLWD)
18
LF
619-11
3/4" Irrigation Tap and Meter Pit
2
EA
619-12
6" PVC - C900
60
LF
619-13
1 1/2" Water Service and Meter Pit
1
EA
619-14-
Wet Tap 6" x 20" Tapping Saddle, Valve and Box
1
EA
619-15
Cut 20" Valves In
2
EA
Subtotal Lemay Avenue Quantities: $
Landscaping Quantities:
2810-01 Irrigation System (This work does not include median irrigation) 1 LS
- Topsoil - Mix for Medians 1,420 CY
- MSE Block Retaining Wall (Approx. 4' High) 365 LF
- Concrete Retaining Wall (8' High) 602 LF
- Restore Rock Areas For Private Owners 1 LS
Subtotal Landscaping Quantities: $ -
Miscellaneous Quantities:
- Contract Bond
1.00
LS
625-01 Construction Surveying
1.00
LS
626-01 Mobilization
1.00
LS
630-01 Type III Barricades (7 boards for 20 days)
2.00
SECTION
630-02 Message Boards
- 1.00
LS
630-03 Traffic Control
1.00
LS
Subtotal Misc. Quantities: $
The sum of these two amounts will be used to determine the lowest successful bidder according to the following formula:
A + B X (the daily cost) = Contractor's bid for evaluation for the lowest successful bidder
Where:
A = Contractor's total bid for the work items
B = Number of Calendar Days required to substantially complete the Work
Daily Cost for this Project = $4,109.00
A = Total Construction Cost (Lemay Avenue, Landscaping and Misc. Quantities)
B = Total number of calendar days bid =
Total number of calendar days bid ( ) X $4,109.00 =
TOTAL PROJECT COST = A+ B X (the daily cost) =
SIGNATURE
lV;Womn T' l �r�ti DATE - )t(1L
TITLE
FIRM NAME �CNN\,Q-
ADDRESS L1,3(D Yll�nla 1�
PHONE/FAX
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must
comprehensive. This statement must be notarized. If necessary,
answered on separate attached sheets. The Bidder may submit
information he desires.
be clear and
questions may be
any additional
1.
Name of Bidder:�C
2.
Permanent main office address: t{�(� ["• TF�(LxY1CAAl1(
���`�- ���
3.
When organized: n 6Q
4.
If a corporation, where incorporated:
5.
How many years have you been engaged in the contracting business
present firm or trade name? r7 +
under your
6.
Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
i
1 '
7.
General character of WRRrk performed by your companyr-
��C9!]F t'Q1J
8.
Have you ever failed to complete any Work awarded to you?
If so, where and why? t ,4
9.
Have your ever defaulted on a contract?
tin If so, where and why.
10.
Are you debarred by any government agency? �_b� If yes list agency name.
7/96 Section 00420 Page 1
11 List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
Sno awr ia rv�o�►� "
12. List your major equipment available for this contract.
�3 Experience in construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
Q� rymo* - lL�
15. Credit available: $ ;QSln a �� r �o•�
16. Bank reference: _SOD C%1G4rAMOyr� �J
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
Upon OMA),
18. Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state? / What
class, license and numbers?
Do you anticipate subcontracting Work under this Contract?
If yes, what percent of total contract? —
and to whom?
20. Are any lawsuits pending against you or your firm at this time?
If
DETAIL S. '6A yes,
7/96 Section 00420 Page 2