Loading...
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