Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5795 NORTH COLLEGE AVE JEFFERSON ST RIVERSIDE AVESECTION 00300 BID FORM PROJECT: NORTH COLLEGE AVENUE AND JEFFERSON STREET/RIVERSIDE AVENUE IMPROVEMENTS; BID NO. 5795 P,PA Place Date ��� 1. In compliance with your Invitation to Bid dated 3 ,,,and 1� subject l to all conditions thereof, the undersigned l cmu lIV.r,�cZ,,, p�� a **(Corporation, Limited Liability Company, Partnership, Joint Vent ref , 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 i a cer fied or ca hier's check or standard Bid bond in the sum of ,-�-' 1 ($ i�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: -1 n n • n_ n n 5. All the various phases of Work en mu erated 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 _1 7/96 Section 00300 Page 1 21 22 Wh are the limits of your public liability? DETAIL _ Q.000 iOdp What comDanv?,'IAA ,.. WhWt are your compan 's bonding limitations? 23. The undersigned corporation to verification of Qualifications. Dated at State of Llocado County of `A hereby authorizes and requests any person, firm or furnish any information requested by the OWNER in the recital comprising this Statement of Bidder's WN this L —day of f 20— be3,ng duly worn deposes and says that he is _ ,� ��. 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 2023. P Notary Pub QSC 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 100 of the contract. ./YC,7 U4 Li 7 -7 ELFc 72, A0-/" . A9Syfll,( I SM FN7 I'/!4ek(.Lt Y' /I t-Li V 6 7/96 �LCr1nJ Section 00430 Page 1 OFFICERS AND PRINCIPALS ` 7 MOUNTAIN CONSTRUCTORS, INC. 7/16/2003 YEARS OF NAME TITLE EXPERIENCE Kuntz, Joe Johnson, Andrea Kinion, Dave Murdock, Todd Tjardes, Bill Duncan, Pam President 39 Secretary 12 Gen. Superintendent 29 Superintendent 18 Superintendent 13 Project Manager/Est. 17 << -4-- MOUNTAIN CONSTRUCTORS, INC. 3 COMPLETED PROJECTS AS OF 7/16/2003 OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE CDOT O" St. Improvements $570,428.62 4/28/1996 Larimer Countv Cowan Lateral #192 $170,982.50 5/17/1996 Larimer County Indian Creek #176 $220,963.60 7/26/1996 Nat. Resource Conser Big T Ponds $58,630.00 8/9/1996 Larimer County Bridge over Indian Creek $220,965.00 10/31/1996 Larimer County Overland Trail Improvements $308,598.00 12/10/1996 City of Fort Collins Sheilds St. Turn Lane $59,454.00 8/2/1996 Larimer County Dowdy Lake Road $224,856.00 8/29/1996 State of Colo. UNC "Z" Lot Improvements $221,948.00 2/14/1996 Larimer County CR 21 & CR 48 Im vmts $139,797.00 6/10/1996 Larimer County Bride Replacement $170,176.00 5/17/1996 Boulder County Coal Creek Bike Trail $163,252.00 4/10/1996 CDOT Hwy 287 & SH 1 Im vmts $984,000.00 5/1/1997 Larimer County Elkhorn Creek $120,999.99 8/5/1997 City of Loveland Hwy 34 Underpass & path $507,896.00 9/9/1997 Larimer County CR 42C Improvements $197,117.00 2/1/1998 City of Greeley 35th Ave & 10 St. $501,925.00 11/3/1997 CDOT CDOT Erosion Control $146,000.00 3/27/1998 Larimer County Pleasant Valley Bridge Re I $162,165.00 5/14/1998 Larimer County Parks Maint. Facility $206,689.00 6/1/1998 City of Loveland Eisenhower Blvd. Im t. $530,856.90 6/22/1998 CDOT Hwy 34Im vmt-Wi ins $1,310,464.00 12/31/1998 Larimer County Horsetooth Boat Ram $379,192.00 5/31/1999 City of Greeley Hwy 34 & 35th Ave Im vmt $1,082,474.67 8/31/1999 City of Greeley Mosier Hill Grading $57,000.00 5/31/1999 CitV of Fort Collins Horsetooth & Mason Im vmt $191,704.00 11/26/1999 City of Greeley 4th St. Reconstruction $944,787.00 1/10/2000 Colorado Div. of Wildlife Watson Lake Spillway $49,840.00 3/1/2000 Log Lane Village Street reconstruction - Log Lane $231,941.00 8/21/2000 Boulder County Niwot Rd & 95th Ave. reconstr. $707,293.00 10/30/2000 Town of Hudson Street resurfacing $90,390.00 7/30/2000 Larimer County Ontersection Im vmt CR17 &CR14 $196,356.00 11/30/2000 MOUNTAIN CONSTRUCTORS, INC. COMPLETED PROJECTS Ae nG 711annm OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE Larimer CountyIntersection Im vmt CR17 &CR28 $102,324.00 11/30/2000 Larimer Count Pinewood Lake parkinglot $103,058.00 10/30/2000 Weld County Weld County Bridge 47/68B $299,988.00 4/28/2001 Larimer County Replace Bridge #226 $341,633.00 5/31/2001 Larimer County Road Improvements CR 64 $1,347,989.00 10/15/2001 City of Greeley Monfort Park - Parking Lot /Access Road $378,647.00 8/31/2001 Colorado State Univ Rodeo Demolition $29,950.00 7/31/2001 City of Greeley Highway 257 Spur Reconstruction $199,832.00 9/30/2001 City of Greeley Reconstr of Number 3 Ditch $69,308.00 9/30/2001 City of Greeley 4th St. Reconstruction $1,275,065.00 11/30/2001 City of Fort Collins SH 14 Ped/Bike Path $867,578.00 7/30/2002 Town of Erie Leon Wurl Parkway Construction $378,222.00 5/28/2002 Weld County WCR 65 and WCR 24 1/2 Im vmt $877,029.00 8/16/2002 Bureau of Reclamation Hughes Stadium Parkin Lot $511,190.00 9/26/2002 FHWA Beaver Meadows Visitor Center $867,577.66 6/12/2002 MOUNTAIN CONSTRUCTORS, INC. CONSTRUCTION EQUIPMENT 7/16/2003 M DESCRIPTION 14 Pick ups 1/2 ton, 3/4 ton 7 Service Trucks/Mechanic Truck 2 Dump Trucks 1 Water Wagon 8000 gal. 3 Water Trucks 2500 gal, 3500 gal. (2) 4 Truck Tractors - 85,000 GVW 10 Trailers - End Dump, Bottom Dump, Low Bed 1 Crawler Dozer - CAT D7H 4 Motor Graders - CAT 130G, 140G (2), 140H 5 Rollers - CAT 815, Dynapac 2511, CAT 463B, Bomag, CAT 563C 4 Motor Scrapers - CAT 623B, CAT 623E, CAT 627B (2) 3 Rubber Tire Backhoes - JD 310D, JD 410D (2) 4 Track Backhoes - JD 892D, JD 892E, CAT 325L, CAT 235 3 Bobcat - 753, 763, 853 1 Air Compressor - 175CFM 4 Welders 200Amp (3), 300 Amp (1) 1 Water Pump - 6 inch 3 Storage Trailers 5 Wheel Loaders - CAT 966C (2), CAT 950, CAT 966E, CAT 98OF 3 Demo Hammer COLORADO DEPARTMENT OF TRANSPORTATION Project # UNDERUTILIZED DBE BID AQC as73-11-7 + CONDITIONS ASSURANCE Location in C4rnr4innc• (^nriro Mnr _ !'....... L.... ..-A ....b._s .:_ .777 ...:n_ . . . --- - --•-•-"...ff-- w"- .. MIL uuJ ,V1I,I YYIOI yVUI UIU. nt::yU1t unly Urtueruillizet7 ubt (UubL) participa- tion which qualifies under the contract goal specification for this project. POLICY It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds. INTENDED UNDERUTILIZED DBE PARTICIPATION 1) Will your company's intended Underutilized DBE (UDBE) participation meet contract goals? O- yes ❑ no Meets contract goals 2) Total intended Underutilized DBE (UDBE) participation: Jo, -7% ❑ ❑ yes no 3) List the UDBE firms you intend to use for your UDBE participation Name of UDBE firm(s) Certification Intended item(s) expiration date of work R-A rr tc C:J T/tu u:41A,L UxTz.4 tTo2�. .c.K /� 31 O� /�^ 60 d — %�Lc 6.<•A? t-l= 7 `J :t .2J C rL-CL�i I understand that, if my company is determined to be the low bidder for the contract on this product, I must submit a completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION to the Transportation Department by 4:00 pm the day after the bids are opened. In addition, if my company does not meet the intended contract goals, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before the above stated deadline. I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALITY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST '10MYJ WI t'�QRSTRUCMRS,lNC. Company name P.O. Box 405 Date Platteville, CO 30651 / -7 (9:76)78_ r_ Company officer signature Title Previous eamons are obsolete and may not 136 used CDOT Form #714a 6102 COLORADODEAARTMENTOFTFZANSPORTATION Prolcri# -� :ERTIFICATE OF PROPOSED s-„q ejya - 03q Luraucn . UNDERUTILIZED DBE PARTICIPATION -..C���>.,,, ..... - _ FmIcci cude tSAlfl Contractor: 1. An officer of the contractor(s) must complcta this form. 5. Scnd original to: 2. Include only DOE firms which meet the underutilized criteria in Colorada f)eportmcnt of Trunsporl;,idon tho contract goal sperificolion for this project Business Programs Office 3. Submit a separate COOT Farm #715 for each proposed OBE. 4201 E. Arkansas Awl. 4. Retain a photocopy for your records. Denver, Colamdo t30222 FAX: (303) 757.9019 uoc .l4uw Iu.icwr Inrormauon oclornama -T-�^ Crrlifia hnnll F'rpII,IGuI d:u� � �zv OLc e U l .._1Krr lC �(D Avt subcontracted A) What is the total dollar value of this proposed sulrcorit-act that is applicable toward wnlract galls? (NOTE: dollar values are to be actual subcontractor dollrlrs and not prime cuntraot prices) A= .) What is the total dollar value of proposed subcontracts 'that are applicable toward contract goals ri onl prior sheets? B::, N71 G) What Is the accumulaUve value of proposed subcontracts that are applicable towards cpnlract cgoafs7 Oy -•-- 0) What is the orginal contract blot lotal7 D? 3 ) 77 5-4 0 ,! E) What is the Iccumijlativo perconto( contract bid total subcohlracted Ib all underutilized 0DE37 A I•a=C (C•0)x1Ca =6 I certify that —�^^ • my wcnpany, has mat the cantor: clod OBE goats or ha:a Alachua! a catnpletud C00 r Form 4718. 178E Good FAIh Efrurt Dddurnonfatlun • my compally hoe accepted a propocal from Ilia DUL audconlraclor named above. 4 my company has notified the proposed 08E sudcanimclor of the coNredrd OLiE commiimrnl • my company's use at Ale proposed 05F subcanlnctnr for the items of work listed above Is a cnndlllan of Ihn contract ,!ward • my company will Invlla lho propuccd 0012 suLicantractor to auand'Ille utoronuiruetlan cunfcrencr_ • my company wilt not U.1e a suhstilute 02F. suhnontrnetnr for the propored CBE svbconnactul's Inilnror to peliorm undar a lolly raeculud auuum- tract. unless my company compiles with the definitions ,nd requirements section at Il,e 0815 Sparioi Provinlann • 1 undeisu{ne trial failuree��to comply 1�w(^�i''ll, r�tt•hre iinforn,aAdn %licwrnnnann tthin farm vnn be cansldu,ed r.IrnundS tar ccutrucl Iufinlrialloll I daclara undar panaity af�Mt dU7i,�hcislwl,argr��iai��r►y bihit � t�a>tbla state or rcderal Iowa, that Ilia statamernts mado en title document arc title nncl complete to the bf3.KY i a vrimecontrnctarmm° Platteville, CO 80651 ul'ta (970) 785-6161 _ .car et�7natycgand AAc 1�1 - 7uynlni • Gur)Aiall Frntputna —� ruay • pmluat Cnginnur Pravicua pdhipl,a aru aglptato;7tld Inay nor ha uaau a0Y • taN{aa (:�ti IVUI'atNad{Iwo uvry . L•:nu._uen. arni.nite., COLORADODEPARTMENTOFTRANSPORTATION Prajcrti — "-^- CERTIFICATE OF PROPOSED lucaUan ratan _• �3 -if sTq o qa - 03c7 UNDERUTILIZED DBE PARTICIPATION 02•,,,•, f•'rnJccic�dalSAltl Contractors. An officer of the contractor(,) must complcto this form. 5. Scnd oriyinul to; T- 2. Include only DGE firms which meet the underudlizcd criteria in Colorado 0cportmentofTrunsJlorl..ttlon tho controct goal specific iliori for this project. Business Programs office 3. Submit a separate COOT Form 9715 far each prepoocd DBE:. 4201 E. Arkonsns Mo. 4, Retain a photocopy for your records. Denver, Colorado 813222 FAX: (309) 757-9019 v u.. .,..luy.�liu gbaW uii VlllialiVn UU, bconoactor nama Alf ilication if Ite%3MA,,e OM-17, of work suucanlra ms dcd IF,;p1U:rli n) d,Up , © _7Zef= Ge-A -ram A) What is the total dollar value of this proposed subconl.l jot that is appilcable toward uonlracl Ueals'7 (NOTE: dollar values are to be actual subcontractor dolldrs and not prime contract prices) A= / 1 7o What is Ilia total dollar value of proposed subcontracls that are applicable toward conlnct goals f all, prior sheets? C) What Is the accumulative value of proposed subcohlracls that are applicable towards con(ra". goals? 3 3 6 — D) What is the orglnol contract bid total? D> 3i7%S_10.11 E) What Is tho accumulative percenlof contract bid total subcontracted [call underutllf2ed DBE?? _ 4S 9 i ala,.\Vr calkili I certify U1aL • my company flag mat die eonlrlcted DUE 9wilg or hna >dlachud a uomplwou cric r PC" dTIQ, IMC Guad FAlh Effurl Uacutnoni;idun • niy compally ho- accepted a propocol front die DUE auucuntractar naned atiovo. 4 my company hoe notified the proposed 013E miocer lrictor of the conlracted DOE commilmnnl • my company's use of the proposed CBF subcontnatnr for the dams of work Ilstrfd aoove Is a cnndlltnn of Ilia contract ,iw;il*d • my conically will Invite Ulu propom_d DUC suucantrucler to nllond'thC Utcconelructlon eanferrner. • my company will not use a 5ubstilute caF. suhnonimCtnr for Ilse prono,ed CPS sudconlr ictura Inilurn to pciform undur a fully rzcculud cul,unn• tract, unlrza illy company comptics with the dcfinitiens and rcpuiremcnl] scrilon of the DOE Sprr.i."t 11rovil;lonn • I undelliLuid that fat(ittl�ruttrn to comply will tile inforrilmioloCn shownanlliie foam will ua canslduled crnundA for celkluct ludnlhaliun I dscfara undar penalty of`p�rt»y 7dU7d+�eMr i rtd; Y+YN.grryl�hSs d ll iadta data ar rcdcral laws, that din utatcin°nls mado au thin document are true and complato to the b f c, Pnmecontraa"arnpm° Platteville, CO 80651 •-D:"° (970 85 -6161 0)— 36- u S ,cor ig�owrc mw uUc 1 CJgxiaLlaWnntlaM1 Pfatiniuia cuay- �"viucl LMpnnuf Previous Calttails:raaosatato laid hi]V notba used cot]irun, 97U.] aiel •.r— -v—,, ca: roPrattani.luYa :noy • (:bnVdalar COLORADOOEPARTMENTOFTRANSPORTATION prolcv9—"'------ :ERT1FiCATE OF PROPOSED 57A o)ya — 03y locallnn _.._—. _..__.. UNDERUTILIZED DBE PARTICIPATION .,,, .�.2_._...�c{,.�,.,- „•..• F'ro)cct rude 15.11/) ...... ...-_�Cm��•.,+ � -.. Contractor:l. An officer of the contractor(s) must c'ompleto this form. 5. Send uriginul to: 2. Include only DdE firms which most the underutilized criteria in Colorado f)epoHmc:ntof7runsl'u�rl;anon the contract goal specification for this project. Business Programs Office 3. Submit a separate COOT Form 4715 for each propoacd DBE. 1201 E. Arkansas Avu. 4, Retain a photocopy for your records. Denver, Colorado 8022? FAX: (303) 757-9019 DBE Subcontractor Information iubconba tornamo ICrnific0lhrinlJ �r?It 0uiof I T2ucTtr4 �_ .Lys:.- _ 33 1 S 3.3///os of work subcontracted A) What is the total dollar value of this proposed suUcont act that is applicable toward oonlracl goals'? (NOTE: dollar values are to be actual subcontractor dolldrs and not prime contract prices) A> What is the total dollar value of proposed subcontracts that are applicable toward corllr;tct gels from prior sheets? B> o? 3 3to C) What is the accumulative value of proposed subconlracLs that are applicable towards conlract egoaN7 C> 3A5_3 Sfo 0) What is the orginal contract bld lo(al? _ D> 317-7sejc, l) E) What is tho accurnulativa percent of contract bid total subcantracded Io all underutlllzed DGEs? — Ai.B=G (C�0)xtoa=E I certify IhaL • my armpany has mot dio c.•antraclud OOE grails or nas atlachad a c:ampleted CUB r Funs 471 S. IISE Gaud F:dlh Effort Docurnantatlun • my company hoc accepted a pr000cal from uie DUE uubcuntractor named above. + my company hoe notified the proposed 013E subcontrociar of the contracted OBE c:ommiirru;nt • my company's use of die proposed 06F subrantrnctnr far the dams of work Ilsted nbova Is a cnndlilon of lite contract .kward • my company will Invite lllu prooa--Pd DOC wlicontructor to ationd'thc utaeunulrualon cun'crrner_ • my company will not use a substitute 013E suhr•.nntrrictm for the propered 13FE w0conlractura titfunr to perform under a hilly r.-tCirlltrJ subc[nt- tract, uniess my company compliez. with the derinitions and requirements scctlon pf the DOE Spsri-ir 11ravinlonn • 1 understand that failure to compry with the mfonmuilon shown on this form wrll be c:antildured grnund:i for rauuuct tuuninailon I declare under penalty o(��t(1� �(�1T�t I1�' �^r'1 ITT I r�T pc I !� f`pa4Jwy 7r141d,�ecMer�'A r6d�Yh8l..ir�6ihir d�ilf�ahta ti:[ata or rcdcrnl rows, that the statenrcnts made an Ihln document ire true and complete la the bfI.KY e. Primecontrnctnrmme Platteville, CC 80651 ;ua.lu icer sujnzui c ona flue 7Jgnl.tl• illflieeall Ffanrtluro eoay. awiucl l:rlqumar Pre Viaus coy- ilaYlea t:EO MINUMaLd1V0 now. Ctnvr— a11. are abiraiatc and inay not or, uacu NO CONTRACTOR ,, BY: P �b'l� MOUNTAIN CONSTRUCTORS, INC. ADDRESS: Platteville, CO 80651 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. RESPECTFULLY SUBMITTED: __J%6�03 Si ature—� Date Pre<c'; d,p',;�:E Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: ress MOUNTAIN CONSTRUCTORS, INC. PE). Box 405 Telephone Platteville, CO 80651 7/96 Section 00300 Page 2 COLORADO DEPARTMENT OF TRANSPORTATION =-rAc ASSIGNMENT OF ANTITRUST CLAIMS Contractor and Colorado Department of Transportation (COOT) recognize that in actual economic practice antitrust violations ultimately impact on COOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to COOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by COOT pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to COOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to COOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to COOT hereunder; and c. Promptly to pay over to COOT its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to COOT hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to COOT (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to COOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to COOT, and (2) Contractor and COOT that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to COOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to COOT hereunder; and d. Promptly pay over to COOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to COOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. J.(. 30x �C Platteville, C0 30651 .nd contractor's firm or company name. (if CDOT Form 9821 12191 COLORADO DEPARTMENT OF TRANSPORTATION PROJECTNO. ANTI -COLLUSION AFFIDAVIT . `�` °1 'e3� LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or to person submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations in made this affidavit. S. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contracture fir RUCTORS, INC. ey ,/7 � Data P.O. Box 405 Platteville, CO 80651 T"'° 1) v^� y� I 2no contractor's lirm or company n . It t 1 6 14 By Dale Title Sworn to before me this GZx day of, 20 `7 Notary Public ly commission e>tpi4t5 '- J —'V� ,7 NOTE: Thla document must be signed in ink. CDOT Form #606 1102 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project# A' ` aQ'3 -" ST/A b+42 —b39 1. List names of partnerships or joint ventures elo none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes none b. Key equipment changes none c. Fiscal capability changes (legal actions, etc.) P none d. Other changes that may effect the contractors ability to perform work. G none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's t j-nC0NSTPUCTCRS, INC. PC. Box 405 Platteville, Co 30651 By / � Date 3a 0 3 Title 1-' ?nd Contractor's firm or company name (if joint venture) By Date Title CDOT Form #505 1192 COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATION OF EEO COMPLIANCE Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contract: greater than $10,000. This is required by the Equal Employment Opportunity Regulations t41 CFR 60-1.7(b) (1)]. The regulatior also requires that if you have participated in a previous contract or subcontract and have not filed a Standard Form 100 (EEO- 1), you cannot be awarded this contract. You may file a report covering the delinquent period for consideration by the Federa Highway Administration or the Director of the Office of Federal Contract Compliance, U.S. Department of Labor. The Standard Form 100 (EEO-1) may be requested from the: Joint Reporting Committee P.O. Box 779 Norfolk, VA 23501 (757) 461-1213 1. Yes ❑ No I have developed and have on file at each establishment an affirmative action program as required by 41 CFR Chapter 60, Part 60-2. 2. Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity clause. 3. 9,-'Yes ❑ No I have ,filed with the Joint Reporting Committee, the Director, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I declare under penalty of perjury in the second degree and any other applicable state or federal laws, that the state- ments made in this document are true and complete to the best of my knowledge. Company . . P.O. Box 405 Platteville, CO, 30651 +dder ❑proposed subcontractor By (970j 785-b 1 % Title: Date: � 1 OOT Form 0347 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: ** as Principal, and Fidelity and Deno Surety, are hereby held and firmly bound unto the as OWNER, in the sum of $ 5% of amount bid for truly to be made, we hereby jointly and severally assigns. that we, the undersigned ;i t ('^'"r13� cif Marvl and as City of Fort Collins, Colorado, the payment of which, well and bind ourselves, successors, and THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, NORTH COLLEGE AVENUE AND JEFFERSON STREET/RIVERSIDE AVENUE IMPROVEMENTS; HID NO. 5795. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein staged. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. **Mountain Constructors, Inc. 7/96 Section 00410 Page l IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 29th day of _may , 20M, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Mountain Constructors, Inc - Address: -PO BOX 405 Platteville, 00 80651 By: l Title: ATTEST: By:j (SEAL) SURETY Fidelity and Deposit Company of Maryland 5445 DTC Parkway,ste. 1200 — Greenwood, OD 80111 By: Title: Attorney -in -Fact: Todd D. Bengford (SEAL) 7/96 Section 00410 Page 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, w set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s l5� mate, constitute and appoint D. N. BROYLES, Jeffrey L. BROYLES, Robert G. PEA F 11 of Bozeman, Montana, EACH its true and lawful agent aR.ENGFORD, mAngelaReed e n i r, and on its behalf as surety, and as its act and deed: any and all uc bonds or undertakings in pursuance of these presents, shall be as biply, to all intents and purposes, as if they had been duly executed and ac Company at its office in Baltimore, Md., in their own proper pe p f of Kathryn D. BROYLES, D. N. BROYLES, Jeffrey L. BROYL G. AMISON, dated September 24, 2002. The said Assistant ' es eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-L s said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 31st day of March, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'gyp DEPAF/ ~ fO c By: T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland i ss: City of Baltimore f On this 31st day of March, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. P"w Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA-F 180-3535 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 29th day of July 1 2003 Assistant Secretary North College Avenue and Jefferson Street/Riverside Avenue Improvements Bid No 5795 Bid Tabulation MOUNTAIN CONSTRUCTORS, INC, P.O. Box 405 Platteville, CO 80651 (970) 785-6161 ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE PRICE 201-00000 Clearing and Grubbing LS 1 6qeb - to O '- 202-00010 Removal of Tree EACH 26 -- 202-00001 Removal of Structure EACH 3 3,3 202-00033 Removal of Pipe EACH 4 If D a �1►3� 202-00036 1 Removal of Inlet EACH 13 5-4 O a 202-00190 Removal of Concrete Median Cover Material SY 612 .$ : 7S - 202-00200 Removal of Sidewalk SY 2,156 4, A110 13 b 202-00201 Removal of Curb LF 1,474 1 4 S a 202-00203 Removal of Curb & Gutter LFEl -O r-/ ) - 202-00205 Removal of Wheel Stop EACH 5- 202-002XX Removal of Composite Pavement SY .5.� J le is Z 9' S 7S202-00210 Removal of Concrete Pavement SY .i..20202-00220 Removal of Asphalt MalSY 202-002XX Removal of Composite Pavement(Planing) SY 14,146 3 Iq, 7 202-00240 Removal of Asphalt Mat(Planing) SY 12,650 Al"/ 0 202-00250 Removal of Pavement Marking SF 2,000 / Q 202-01000 Removal of Fence LF 200 202-04001 Plug Culvert EACH 14 202-04002 Clean Culvert EACH 8 203-00010 Unclassified Excavation (Complete in Place CY 5,785 7.30 `/as3 0 230-00100 Muck Excavation Cy 250 7,30 /gas- 203-01597 Potholing HR 80 - $.a _ 207-00205 Topsoil Cy 630 208-00045 Concrete Washout Structure EACH 1 3 0 D s- 5(U O 208-00020 Silt Fence LF 1.806 %. 3 5 y3 g O 208-00070 Stabilized Construction Entrance EACH 2 o`),SoIO 208-00100 Sediment Removal and Disposal LS 1 6 t 3 208-00200 Erosion Control Supervisor LS 1 O, /.3 d O O 210-00050 Reset Fire Hydrant EACH 1 � �' 1213.31- 210-01050 Reset Chain Link Fence LF 510 _ Ij) p $0 ^ 210-XXXXX Adjust Water Meter EACH 1 `7 r;s" Tar - 210-XXXXX Adjust Fire Hydrant EACH 1 0?) S--7 ^ 210-01710 Adjust Valve EACH 9 ..2 qj _ley.tz — - 210-04010 Adjust Manhole EACH 10 e97 — 210-04020 Modify Inlet EACH 3 / pop '- 212-00006 Seeding Native ACRE 0.3 QDt7 -" O O " 213-000000 Landscape Maintenance LS 1 I &T7 213-00003 Mulching Weed Free ACRE 0.3 49 213-00008 Mulching Wood Chip CF 4,319 1 , S 213-00070 Mulch Tackifier LB 50 '7, $S 213-00705 Landscape Boulder B ecial 12"X12"X12" EACH 47- 213-00705 Landscape Boulder (Special18"X18"X18" EACH 96 7 S 213-00705 Landscape Boulder S ecial 24"X24"X24" EACH 47 / / - 3577 — 214-00225 Deciduous Tree 2.5 Inch Cali er EACH 16 .3/07 5-42r 7.R -" _ Page 1 of 4 North College Avenue and Jefferson Street/Riverside Avenue Improvements Bid No 5795 Bid Tabulation MOUNTAIN CONSTRUCTORS, INC. P.O. Box 405 Platteville, CO 80651 (970) 785-6161 ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE PRICE 214-00230 Deciduous Tree 3Inch Caliper EACH 10 q41 Ll Z/t7 214-00235 Deciduous Tree 3.5Inch Caliper) EACH 19 50& 9 6 (y 1 214-00350 Deciduous Shrub J5 Gallon Container EACH 103 Za y, 214-00650 Evergreen Shrub 5 Gallon Container EACH 377 33 1 z yvi - 214-00950 Perennials 1 Gallon Container EACH 41 N [//S / '-' 215-XXXXX Transplant Tree 3 to 6 Inch EACH 4 Z2j" q00 250-00100 Environmental Health and Safety Management LS 1 Zap Z3(i ^ 304-06000 Agqreqate Base Course Class 6 TON 5,773 Z S 0 , 75 403-00720 Hot Bituminous Pavement Patchin As halt TON 510 1 qz, Z Z. 5 y 7, S O 403-33851 Hot Bituminous Pavement(Grading S 100 PG 64-28 TON 6,563 Z S-D 3 yy 7 0 412-00600 Concrete Pavement 6 Inch Sy 892 7-7,30Z S 412-01152 Concrete Pavement it 1-1/2 inch Sy 3,742 412-01152 Concrete Pavement 11-1/2 Inch Fast Track 24 Hour Sy 3,233 ZOS, Z 412-01152 Concrete Pavement 11-1/2 Inch Fast Track 48 Hour Sy. 6,151 603-01150 15 Inch Reinforced Concrete Pipe LF 111 Z.. 6 S 3,4 Z y r IS 603-01180 18 Inch Reinforced Concrete Pipe LF 677 2 20 L 74011 ff 0 603-01240 24 Inch Reinforced Concrete Pie LF 254 3, 0 05t 603-01300 30 Inch Reinforced Concrete Pie LF 70 # /r S 2 Z SD 603-01360 36 Inch Reinforced Concrete Pie LF 424 ys 5 A 603-01420 42 Inch Reinforced Concrete Pipe LF 303 a Z D 603-02420 53X34 Inch Reinforced Concrete Pipe Elliptical LF 195 136, 0 0 24 ZU -- 603-07240 24 Inch Reinforced Concrete Pipe Jacked LF 68 G, 6 Q 603-07360 36 Inch Reinforced Concrete Pipe Jacked LF 84 7 6,) ZO '- 604-00310 Inlet Type C 10 Foot EACH 1 604-16005 Inlet Type 16 Sin le 5 Foot EACH 5 zs-( 3 Z S 604-16505 Inlet Type 16 Double 5Foot EACH 1 3o0U 0O(J 604-16510 Inlet Type 16 Double 10 Foot EACH 1 3S 33 ffS_ 604-19105 Inlet Type R LS 5 Foot EACH 5 2 OU Z U UG 604-19110 Inlet Type R L5 10 Foot EACH 3 2 wO U O D U 604-19205 Inlet Type R L10 5 Foot EACH 1 ZU () Zd IJ 604-30005 Manhole Slab Base 5Foot EACH 1 (/ `p 14.0 604-30010 Manhole Slab Base 10 Foot EACH 5 Z/ 6 U U 604-30015 Manhole Slab Base 15 Foot EACH 1 6 — ^ 1 % 75- 604-31005 Manhole Box Base 5Foot EACH 1 22Lo ZZ 10 604-31010 Manhole 18ox Base 10 Foot EACH 2 24170 - YI 1/0 ^ 605-XXXXX 4 Inch Non -Perforated Pipe Underdrain LF 138 12, '- 1,79Y 608-XXXXX 608-00000 Tree Grate Concrete Sidewalk EACH Sy 19 1,350 p Z.7, (P Z. f 70 '- 30 .5 7 7, 608-00005 Concrete Pavement Colored & Stampedi Sy 270, S 608-0OOOX Concrete Pavement 11-1/2 Inch (Special) Sy 535 gS , L/S L6Z,ZS 608-00010 Concrete Curb Ramp Sy 6 5' — z 608-0001X Curb Ram (Type 4 EACH 3 608-0001X Curb Ramp (Special) EACH 13 0 L (o 608-XXXXX Truncated Domes I SF 1 34411 lo, 0 3 % V , f( Page 2 of 4 North College Avenue and Jefferson Street/Riverside Avenue Improvements Bid No 5795 Bid Tabulation MOUNTAIN CONSTRUCTORS, INC. P-0. Box 405 Platteville, CO 80651 (970) 785-6161 ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE PRICE 608-0005X Concrete Pavers Sy 235 iyz, D !] / 2 70 • 608-00350 Concrete Sidewalk Colored Type A Sy 605 6 U 608-00350 Concrete Sidewalk Colored Type B SY 1,615 39' l gs 608-07000 Concrete Retainin Wall Cy 45 37/ — 16 6 s- 608-XXXXX Slash Plate Sy 220 yy — 608-XXXXX Median Drainage Material Sy 845 12• ZS /0 Z_S_ 608-XXXXX Median Drainage Pie LF 600 13,4/0 0 Qr 609-20010 Curb Type 2 Section B LF 491 �b, 9' Z9 7. 609-20OXX Curb Type 2 Section M S ecial LF 179 7- (�, / 609-21010 Curb and GutterT e2 Section 1-B LF 1,733 13r Y„$" Z 3r08, fgS 609-21020 609-21900 Curb and Gutter Type 2 Section II-13 Curb and Gutter Type 2 (Special) LF LF 3,322 220 13, /� U &_ 7 /p2 • b (p .3Y7 609-21 XXX Curb and Gutter Type 2 8 Inch Vertical LF 277 117, ZS' y 77 , Zf 609-24004 Gutter Type 2 4 foot LF 140 1 OF, /S It, 70 f 609-24010 Gutter Type 2 10 Foot LF 101 609-XXXXX Drive -Over Curb and Gutter LF 403 I Zr./S�d 0 37u •p� 610-00020 Median Cover Material Patterned Concrete SF 881 613-00100 613-00200 613-10000 1 Inch Electrical Conduit 2 Inch Electrical Conduit Wiring LF LF LS 1,015 2,26 1 , 0 v � (� ' S• 3 14 / Sb 613-16010 Light Standard and Luminaire Decorative EACH 29 07 q ss 613-40010 Light Standard Foundation EACH 29 O _ ;Z3.;Z 0O 613-50100 Li ht Control Center EACH 4 / v 619-XYXXX 4" Waterline LF 165 6 _ D 619-XXXXX 6"Waterline LF 95 gO — 0 619-XXXXX 620-00005 8" Waterline Field Office Special LF EACH 80 1 a O zq000 0 -- 410 0 l7 623-XXXXX 623-XXXXX 623-XXXXX IInch Plastic Pie 1-1/4 Inch Plastic Pie 1-1/2 Inch Plastic Pie LF LF LF 4,101 48 8 S (mob Z, to G 14 76, tit% 623-XXXXX 623-XXXXX 623-00156 623-00212 21nch Plastic Pie 41nch Plastic Pie Irri aton Bubbler 12 Inch Po -up Spray Sprinkler LF LF EACH EACH 2,241 654 39 354 .2 ;it o?S 7 — 623-01708 1 Inch Backflow Preventor EACH 2 .300 O 623-03108 623-04000 623--04008 1 Inch Automatic Control Valve Control Wire 24 Vol 1 Inch Quick Coupler Valve EACH LF EACH 20 6,565 g .7;? Zk O, ID D O los-6,SM dV -- 623-05016 21nch Gate Valve EACH 3 576 - /(� — 623-08112 12 Station Automatic Controller EACH 1 s7) 0 0 06 623-08116 16 Station Automatic Controller EACH 1 a7$Q D 07 O 623-XXXXX 623-XXXXX Irri ation Boring Under Railroad Irti ation Boring Under Road LF LF 68 80 a4/ 2i ,;2 19,2c) 626-00000 Mobilization I Iq (, f Page 3 of 4 North College Avenue and Jefferson Street/Riverside Avenue Improvements Bid No 5795 Bid Tabulation MOUNTAIN CONSTRUCTORS, INC. P.O. Box 405 Platteville, CO 80651 (970) 785-6161 ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE PRICE 627-00001 Pavement Marking Paint GAL 350 5'0 630-00000 Flagging HR 180 630-00002 Traffic Control Su ervisor DAY 150 3s 7 SO 630-00003 Uniformed Traffic Control HR 40 3 /3a a 630-00007 Traffic Control Inspection DAY 150 / /;2 r b 0 0 ` 630-80001 Flashinq Beacon Portable EACH 6 1? 630-80336 Barricade (Type 3 M-B Temp EACH 8 a ) a L1 630-80341 Construction Traffic Sin Panel Size A EACH 78 630-80342 Construction Traffic Sin Panel Size B EACH 44/s� 630-80343 Construction Traffic Sin Panel Size C EACH 10 630-80344 Construction Traffic Sign (Special) SF 469 Z 630-80358 Flash Arrow Panel C TY EACH 6 630-80365 Portable Message Sign Panel EACH 2 100 /.;?.'j 0 0 630-80370 Concrete Barrier Temp) LF 200 H % jl0 0 630-80390 Channelizin Device (Special) EACH 300 /3c7 0 0 630-80510 LS 0 0 C UE z 9 �v0 O G Le 630-86800 Traffic Signal Tempora LS 1 -71 "DOO — -79p(DO — 630-XXXXX Traffic Signal Technician HR 200 '93 TOTAL BID PRICE ---1 [:== DOLLARS ,.,�./i-^'n ! t✓c /i�.wr2��o 1VrvE'F-> 1✓c[t.g2s ,4�.� c7C' rl Page 4 of 4 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 be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: : aiAn, , 2. Permanent main office address: 3. When organized: t w-d.L' 4. If a corporation, where incorporated:��,��� 5. How many years have you been engaged in the contracting business under your present firm or trade name?� 6. Contracts on hand: (Schedule these, showing the amount of each contract and the „appropriate anticipated ates of completion.) i _ c.. _ -� . -- _ - 7. General charac\ er oof Work perf�ormej by your company: IL 8. Have you ever failed to complete any Work awarded to you?hj(:) If so, where and why? 9. Have your ever defaulted on a contract? KV o If so, where and why? 10. Are you debarred by any government agency? hjo 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. 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ ciSC' nnC> ncIn,.n r, 16. Bank reference: j�¢ �;n ,.i 4,7nI r'<,i_ 17. Will you, upon request, fill ot4L a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? class, license and numbers? What 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? and to whom?/(ENy 4vesW+ 20. Are any lawsuits pending against you or your firm at this time?C� If DETAIL yes, 7/96 Section 00420 Page 2