Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5795 NORTH COLLEGE AVE JEFFERSON ST RIVERSIDE AVE (3)SECTION 00300 BID FORM PROJECT: NORTH COLLEGE AVENUE AND JEFFERSON STREET/RIVERSIDE AVENUE IMPROVEMENTS; BID NO. 5795 Place Date 1. In compliance with your Invitation to Bid dated and subject to all conditions thereof, the undersigned +�N "A E-C +rJC a CorporationJ R -- or 5ri�-or) ** authorized to do business in the State of Colora 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 67 „ F n ($ 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: t 2 s- C c K �z 14 'j o q Ttr XX '��y�kK�� 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. 1. through --d-- 7/96 Section 00300 Page 1 COLORADO DEPARTMENT OF TRANSPORTATION Project k UNDERUTILIZED DBE BID � ° 3 Location t, c i+. � h C c CONDITIONS ASSURANCE a s t �_ R S a s` `� t 2 . � 2 s t n� A.t_ — � Instructions: Contractor - Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participa- tion which qualifies under the contract goal specification for tnis 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? yes ❑ no Meets contract goals 2) Total intended Underutilized DBE (UDBE) participation: 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 PNIa Exs Ta C 1 Cc t� -r• c-c .z— I understand that, if my company is determined to be the low bidder for the contract on this product, I must submit a completed COOT 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 COOT 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 OF MY KNOWLEDGE Company name Date Company o r signal a Title Z ,/ L'�, S t T Previous editions are obsolete and may not be used CDOT Form k71 Ca 6102 3 DEPARTMENT OF TRANSPORTATION Office of Certification 4201 Eat Aftraa Amu, EMP, B500 (303)512-4140 ru (303)5124146 February 3, 2003 Mr. Ernest Duran Duran Excavating, Inc. 418 North 9'h Avenue Greeley, CO 80631 Dear Mr. Duran: Am4UAL APPROVAL OF CERTIFICATE #S RECEIVED FEB 0 6 2003 DURAN EXCAVATING, ING The Colorado Office of Certification is pleased to inform you that Duran Excavating, Inc. has been reviewed and deerned eligible for continued participation in the United States Department of TmusP°uticn's (U.S. DOT) Disadvantaged Business Faterprise (DBE) Cert cation Program. This letter serves as your official certification. Your firm will be included on eligibility lists mamwied by the entities seeing a pmgramniatic need for your work specialty, and for whom this office performs contract rac t certification services. For the duration of your finm's continued eligibility, business develoPruent assistance is available from the Colorado Departinent of Transportation (CDOT), the Regional TransportgUon District (RID) and the Denver Water Board (DWB). To inquire about particular program available through these entities, please contact them directly. In accordance with U.S. DOT Regulations foumd at 49 CFR Part 26, your firm is certified for a period of three years. You will be notified each October, the month prior to your mrtW' , dw you certificaticn status must be re-evaluaad. The won provides hmUucfimondocuramts to submit to.do Office of Certification. However, should you not receive notification from this ofce during that month, it is yaw responsibility to contact us. Submittal of this ifcamation is necessary to ensure that there is no irruption in yaw certified status durin8 the three-year pence The Colorado Office of Certification, Department of Transportation' Regronal Transportation District and Denver Water ]Department wish you continued success in your business endeavors. Sincerely, Berretta L. Collins, Director SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 100 of the contract. ITEM SUBCONTRACTOR 7/96 Section 00430 Page 1 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: Duran Excavating, Inc 2. Permanent main office address: 418 North 9th Ave Greeley, Co 80631 3. When organized: November 1978 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? 25 years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See attached current job list 7. General character of Work performed by your company: Site utilities, Earthwork, Excavation, Erosion control, Demolition & Hazardous material 8. Have you ever failed to complete any Work awarded to you? No If so, where and why? 9. Have your ever defaulted on a contract? No If so, where and why? 10. Are you debarred by any government agency? No 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. See attached completed job list 12. List your major equipment available for this contract. See attached quipment list 13. Experience in construction Work similar in importance to this project: 20 years 14. Background and experience of the principal members of your organization, including officers: See attached resumes' 15. Credit available: $ 750.000.00 16. Bank reference: New Frontier Bank 2425 35th Ave Greeley, Co Jim Rutz (970) 339-5100 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? Yes If yes, in what city, county and state? See attached Licence list What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract? Unknown and to whom? Unknni.m 20. Are any lawsuits pending against you or your firm at this time? No If DETAIL yes, 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL 5 million per occurance What company? Flood & Peterson 4687 W. 18th Street Greeley,Co. Bob Mu h 970 356-0123 22. What are your company's bonding limitations? 8 million per lob 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 418 N. 9th Avenue this 29th day of July , 2003. Title: President State of Colorado County of Weld Ernest E. Duran being duly sworn deposes and says that he is President of Duran Excavating, Inc. 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 h day of July 2003. _t Af4, - I ary',P�ulic My commission expires 3-6-06 7/96 Section 00420 Page 3 Duran Excavating, Inc. Current Projects for My 2003 Project Architect/ Contract Percent Scheduled Balance to Name Owner Engineer Amount Complete Completion Complete Research Complex 1 University Fentress Bradburn Fitzsimmons of Colorado Architects $ 743,068.00 95% S rin -03 $ 10,000.00 Anschutz Inpatient Haselden H&L HDR Pavilion BP#4 & #6 Construction, Inc. A Joint Venture $ 183,837.00 80% S rin -03 $ 39,473.00 Greeley Weld Greeley Weld Washington County Airport County Airport Infrastructure Services $ 2,661,890.00 50% Au ust-03 $ 250,000.00 Greeley Downdown City of City of Redevelopment Greeley Greeley $ 1,640,158.00 95% Jul -03 $ 1,640,158.00 Horsetooth Reservoir Larimer County Larimer County Inlet Bay improvements Public Works Public Works $ 146,947.25 1 10% 1Se tember-03 $ 410,100.00 Current Projects for 2003 1 7/29/2003 Major construction projects Duran Excavating, Inc. has completed in the past five years: PROJECT ARCHITECT/ CONTRACT PERCENT DATE NAME OWNER ENGINEER AMOUNT COMPLETE COMPLETED RTD Contaminated Dirt Removal RTD J.F. Sato & Associates $ 364,508.00 Complete 1996 Children's Hospital Earthwork & Utilities Children's Hospital CTL / Thom on, Inc. $ 701,885.00 Complete 1996 Broomfield City of Broomfield City of Broomfield $ 184,712.00 Complete 1995 Jefferson County Evergreen High School School District H & L Architecture LTD. $ 374,169.00 Complete 1995 Klipp, Coluss , Denver Central Library city & County of Denver Jenks & Dubois $ 834 500.00 Complete 1995 Eighth Ave. Storm Sewer City of Greeley Bernett Consulting, Eng. $ 952,600.00 Complete 1995 UNC Student Rec. Center University of Northern Colorado Sinks Combs Dethlefs $ 205,210.00 Complete 1995 Frederick S. Scott/ St. AnthonyHospital St. AnthonyHospital Harry J. Varwi $ 219 800.00 Complete 1995 Front Range Colorado Comm. College & Community College Occupational Education Davis Partnership,PC $ 351 743.00 Complete 1997 United Airlines FOTC Facility United Airlines Reddy & Redd $ 290 396.00 Corn lete 1997 Marycrest Harmony & Serenity Residence Sacred Heart Corp. Davis Partnership, PC $ 356,503.00 Complete 1998 Monoco Parkway ! Eastman Avenue City & County of Denver Waste Water Management $ 642,121.00 Complete 1998 Li an Distribution Michael Barber Complex Public Service Company Architecture $ 819 094.00 Complete 1998 Denver Human Service Center Denver Capital Leasing / city & county of Denver OZ Architecture $ 619 260.00 Complete 1999 Greeley / Weld County Airport Greeley / Weld County Airport Isbill Associated Ravtheon Infrastructures $ 595,824.00 Complete 1998 Greeley High School #3 North Ridge High Weld County School District # 6 Klipp, Clouss , Jenks Dubois, P.C. $ 475 464.00 Com lete 1999 Larimer County Detention Center Larimer County Facilities Management Reilly Johnson Architecture $ 192 497.00 Complete 1999 AT & T At & T Corporation MBC Architects P.C. $ 136 841.00 Complete 1999 C.W. Fentress, J.H. Hines D.T.C. Hines Interests Bradburn & Associates $ 366,856.00 Complete 1999 Greeley/ Weld County Greeley/Weld County Isbill Associated Major projects completed the last five years Page 1 of 3 7/29/2003 Major construction projects Duran Excavating, Inc. has completed in the past five years: PROJECT ARCHITECT/ CONTRACT PERCENT DATE NAME OWNER ENGINEER AMOUNT COMPLETE COMPLETED Airport 235 Airport Raytheon Infrastructures $ 2,397 495.62 Complete 1999 Greeley West High School Weld County School District # 6 Isbill Associated Raytheon Infrastructures $ 412,573.00 Complete 1999 REI Denver Flagship ecreational Equipment, IncMithum Partners Inc. $ 709 307.00 Complete 1999 Arvada Red Rocks Red Rocks Community College Community College Davis Partnership, PC $ 90 365.00 Complete 1999 Anheuser-Busch Morrison Knudsen Anheuser-Busch St. Louis, Mo. Corporation $ 386 602.00 Complete 1999 Amgen Lakecenter Utility & Production Amgen, Inc. Bechtel Cor oration $ 164,050.00 Complete 1999 Hollywood & Irish Storm Sewer Drain Larimer County Purchasing Ares Associates $ 737 841.00 Complete 1999 Greeley Central High School Weld County School District # 6 KBN $ 130,110.00 Complete 1999 Amgen Lakecenter Administration Addition Amgen, Inc. S.A. Miro, Inc. $ 75.800.00 Complete 1999 Fort Morgan Fort Morgan Slater Paul High School School District & Associates $ 78 000.00 Complete 1999 Expo Park/ Westerly Creek City of Aurora CH2M Hill $ 2,217,934.00 Complete 2000 Skyland Recreation Center City & County of Denver Chamberlin Architects $ 163,354.00 1 Com lete 2000 Northwest Business Park Catellus Development Martin/Martin Utilities & Drainage Corporation ConsuRin Engineers $ 565,923.00 Complete 2000 Weld County School Northridge High School District Six KBN Engineers $ 346 691.00 Complete 2000 Northridge High School Weld County School Robert Schreve Soccer Field District Six Architects $ 559 900.00 Complete 2000 Greeley Airport Demolition of Terminal Greeley/ Weld CountyN!A $ 148 420.00 Complete 2000 Rocky Mt. Mutual Meeker Commons Housing Association S.A. Miro, Inc. $ 275,528.00 Complete 2000 CSU Colorado State Sciences Lab Upgrade Univers OZ Architecture $ 175,662.00 Complete 2000 ilent Agilent Technologies Technologies H & I Architects $ 272 072.00 Complete 2000 Cache Bank College Greens Lee Architects & Retail Center Commercial LLC & Interior Designers 392 588,00 Complete 2000 Major projects completed the last five years Page 2 of 3 7/29/2003 Major construction projects Duran Excavating, Inc. has completed in the past five years: PROJECT ARCHITECT/ CONTRACT PERCENT DATE NAME OWNER ENGINEER AMOUNT COMPLETE COMPLETED Ross Hall University Christopher Carvell Demolition of Northern Colorado Architects $ 150,643.00 Complete 2000 Vans Skate Park Vans Rengel & Company Westminster California Architects $ 160 000.00 Complete 2001 Buckley Air National Navy Marine Corp Navel Facilities Guard Reserve Center Engineering Command $ 503 000.00 Complete 2001 Fox Run Donaldson & Company Northern Engineering Development Fort Collins Co. Services Inc. $ 1,203, 000.00 Complete 2001 Hwy 14 Development City of Fort Collins CDOT / COFC GatewayPark Entrance Fort Collins, Co. Parks & Plannin $ 521 939.00 Complete 2002 Ross Hall UNC Facility Christopher Carvell Ex nsion/Renovation Planning& Construction Architects $ 410 734.00 Complete 2002 CSU Microbiology Colorado State Slater Paul Building University Architects, Inc. $ 175,000.00 Complete 2002 Olive Garden The JVA, Inc. at Greeley Mall Macerich Company Engineers $ 73 330.00 Complete 2002 Nat'] Wildlife Research Acquest Development S.A. Miro, Inc. Outdoor Pen Project Company Engineers $ 1,481,289.00 Complete 2002 Lefthand Creek City of Carter -Burgess Channel Improvement Longmont En ineerin $ 1,385,207.15 Complete 2002 Walnut Street City of City of Reconstruction Windsor Windsor $ 591 577.15 Complete 2002 Centennial Library Weld County Klipp,Colussy, Jenks Renovation Libra District Dubois Architects $ 33 000.00 Complete 2002 Anschutz Inpatient Haselden H&L HDR Pavilion BP#5 Construction, Inc. A Joint Venture $ 173 565.00 Complete 2002 Fort Lupton Fort Lupton Fort Lupton School School District School District $ 203 000.00 Complete 2003 East Elementary Weld County RB & B School School Dist No. 6 Architects $ 580,339.00 Complete 2003 Tommy C. Square Tom & Annabelle Pickett Engineering Corzona Inc. $ 319190.00 Complete 2003 Sunn slope City of Burns & Broomfield McDonnell 1 $ 1,452 432.00 Com lete 2003 Greeley Mall Cinemark USA, Inc Envirodesi n Sitework USA,Inc Inc. $ 220 685.00 Complete 2003 Major projects completed the last five years Page 3 of 3 7/29/2003 -iceX A V X C 'i fN' i t SrJ L. CONTRA CR BY: (�(� ADDRESS: y\ 5� Q Vy' G��h ��d 0 1a 3 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 CTFU Y B ITTED: -la Ctc S gnature R,tA Sv kv" Date �2t5\tlt N+' Title License Number (If Applicable) (Seal - if Bis by cor oratio, Attest: Address 1% ,p_ - - Telephone ��'1 bi S l- G\ A oN 7/96 Section 00300 Page 2 Duran Excavating Inc. DURAN EXCAVATING, INC. EQUIPMENT LIST YEAR DESCRIPTION UNIT # V.I.N # PLATE # 1988 Chevrolet Pickup Office Al 1 GCDK14K4JZ11409 26229HY 1996 GMC Pickup Lloyd McEwen A2 1GTEK14K4SZ671135 22683HY 1994 Dodge4x4 Office A4 187HF16Y4RS559699 02764H1 1999 GMC Sierra Dick Hay A6 GTEK19T7XE511933 58275HY 2000 GMC 1600 Xcab Pickup Ernie Duran A13 2GTEK19T2Y1197076 966ANT 2001 GMC 1500 Pickup Lorenzo Martinez A14 IGTHK24UI IE221360 732DOP 2002 GMC Pickup Office A15 IGTHC24U82E157719 584DJN 2002 GMC Pickup Ellie Duran A16 2GTFK69U121297137 037ERH 2002 GMC Xcab 2500 Larry Duran A17 1GTHK23U92F194308 044ERI 2002 GMC Xcab2600 Gary Duran A18 1 GTHK23U92F1 87827 046ERI 1993 Ingersoll FX 130 C94 WF1003 None 1996 Dynapac Compactor C95 59811135 D000423 1980 815 CM Cat Compactor C96 1511366 Z39844 1995 Remmax Compactor C97 (WB) No SMM 1996 Remmax Compactor C98 320563 No SMM 1995 Remmax Compactor C99 318007 No SMM 1996 Remmax Compactor C100 318259 No SMM 1998 Dozer D1 pending 1993 Case 680K Backhoe EX34 JAB0032034 Z18211 1996 Komatsu 200 Excavator EX36 A81271 X44069 1995 Komatsu 220 Excavator EX37 A80625 X44068 1997 PC3001-C-6 Excavator EX38 A80708 D000426 1976 Cat215 Excavator EX39 961-3569 none 2001 Komatsu PC400 LC EX40 A84248 Pending 1984 TCI Forklift F20 12901025R None 1979 Cat12G Motor Grader G62 61M6827 HYS307 1996 Cat140H Grader 064 2ZKO0678 W01872 1990 Cat 966E Loader L42 99Y-07386 D000424 1993 Cat96OF Loader L43 058AO1029 X44070 1984 Case850C Crawler Loader L44 7401642 Z19696 1990 Case 821 Wheel Loader L45 JAK0023720 Z019695 1990 Case1840 Uni-Loader L49 JAF0120709 Z19427 1994 Case 1845C Skid Str L50 JAF0134708 X44067 1986 Cat623B Scraper S62 46P01943 Z019694 1977 Cat Scraper S63 046P00595 Z18213 1980 Mack Water Truck TK17 DMM6856S3081 pe nding 2000 FL702281 Service Truck TKIIB 1FV6HFBA2YHB97088 451BHJ 1979 Leased Ford Water Truck TK19 U903VFC6466 189JA2 1987 International Service Trucj TK20 IHSLCHXNXHHA19361 243ETO 1993 Leased,Kenworth TK24 1XKADB9X2PJ582521 668HZB 1989 Leased Kenworth Form 2290 file on 8131 TK25 1 XKAD29X6KS529492 609HY8 1988 Leased Kenworth Form 2290 file on 8131 TK26 1 XKAD69XBJS503646 576GFG 1996 Moxy(Sheela)Truck TK27 353480 pending 1989 IHC 7140 Case Tractor TR10 JJA0008510 None 1996 Haulette Flatbed Trailer TL70 7732D None 1979 Loadking Trailer Belly Dump TL72 8074 W048425 1997 WitzcoTrailer TL73 4URA11E33VS061179 W102666 1979 Cook Trailer Rock Dump TL74 A9662 W46938 1999 B-Line Trailer TL75 1B9F51428XG077231 W116673 1978 Office Trailer Van TL86 T92920 640ATL 1970 Office STK SMI Trailer TL86 121891 W102981 Tamper Z201 Hotsy Z240 Duetzy Diesel Pump Z280 Gorman Rupp Pump 4" Elec. Z281 Disc 7292003 OW ERNEST E. DURAN (ELLIE) Experience: November 1981 to Present President, Chief Executive Officer and Estimator for Duran Excavating, Inc. June 1973 to November 1981 Estimator and Job Coordinator, NCC Construction Company, 6001 West 10"' Street, Greeley, Colorado 80632 Education: Greeley West High School, Graduated 1977 Training: On the job training as job coordinator and estimator with NCC Construction. AGC Certification of Construction Management and Job Estimating, Blue print, labor and management certification, critical path method and scheduling. Qualifications: November 1978 to Present Qualified in management and supervision of all office procedures, equipment and material acquisition, estimating and installation in the following areas: Familiar with all types of building construction, remodeling, pipeline construction, including engineered fills, and mass excavation. 1" to 96' diameter pipe, working at depths of 18" to 30 feet using hydraulic, fabricated shoring, fabricated trench box and vertical on site fabrication methods. Ernest E. Duran (Ellie) Resume Page 1 of 2 Installation of waterline systems for 4" to 36" D.I.P., Including meter vaults. Install sewer lift stations. Utilization of road base, crushed quarry material, application of asphalt road surface and materials. Complete construction to spec of roads and appurtenances. Familiar with civil drawings and have the ability to compensate for engineering conflicts. Complete sanitary and storm sewer systems, utilities, commercial, residential and industrial excavating as well as site demolition. Duties have consisted of management of business, including estimating, negotiation, and supervision of field criteria input and coordination of engineering department and field department, ordering materials and obtaining bonding. Estimating duties have included estimating material, subcontractors, fill replacement and the related manpower and equipment requirements. Have interpreted engineering criteria and have performed project management from start to finish. Additional Training: Completed 40 hours of Hazardous Waste Operating and Emergency Response Training (29 CFR 19910.120). Completed 6 hours of Safety Supervisor Training and is a designated Safety Supervisor. Completed refresher for Hazardous Waste Operation and Emergency Response. Computer proficient in Microsoft Windows 2000, Microsoft Word, and Microsoft excel, Computer Ease, and Agteck and cad files. Ernest E. Duran (Ellie) Resume Page 2 of 2 GARY L. DURAN Experience: November 1978 to present Treasurer, Project manager and Superintendent for Duran Excavating, Inc. June 1971 to November 1978 Equipment operator and assistant project superintendent, NCC Construction, 6001 West 10th Street, Greeley Colorado 80632 Education: Greeley West High School, Graduated 1975 Training: On the job training as a job coordinator and job superintendent. National safety program and training for federal hazardous materials program. Qualifications: Qualified in management and field supervision, including operations, equipment operation and installation in the following areas: Pipeline construction Utility installation including forming concrete, manhole Construction for storm and sanitary sewer systems. Installation of waterline systems for 4" to 36" D.I.P., including Meter vaults. Install sewer lift stations. Road construction / airport runways / parks / subdivisions Demotion Land reclamation Commercial, residential, industrial excavating Knowledge of various types of alignment and engineering equipment for pipeline installation. Have interpretation of engineering criteria and project management capability from start to finish. Can establish grade offsets and preserve engineers references. Gary L. Duran Resume Page 1 of 2 Can complete construction of roads and appurtenances to spec, have in depth knowledge of road base, crushed quart' material, application of asphalt road surfaces and materials. Have familiarization with civil drawings and have the ability to compensate for engineering conflicts. Have performed project superintendent, quality control; field supervisory and subcontractor coordination duties. Have also conducted safety meetings and insured that procedures are followed. Hazardous water material. Additional training: Completed 40 hours of hazardous waste operation and emergency response training (29 CFR 19910.120) Completed 6 hours of safety supervisor training, and is designated a safety supervisor. Completed refresher for hazardous waste operation and emergency response. Gary L. Duran Resume Page 2 of 2 LARRY D. DURAN Experience: November 1978 to present, Secretary, Project manager and Superintendent for Duran Excavating, Inc. June 1971 to November 1978, Equipment operator and assistant project superintendent, NCC Construction, 6001 West 10th Street, Greeley, Colorado 80632 Education: Greeley West High School, Graduated 1976 Training: On the job training as job coordinator and job superintendent with NCC Construction. National safety program and training for federal hazardous materials program. Qualifications: Qualified in management and supervision of field development and operations, including equipment operation and installation in the following areas: Pipeline construction Utility installation including forming concrete, manhole Construction for installation of storm and sanitary sewer systems Installation of waterline systems for 4" to 36" D.I.P., including meter vaults. Install sewer lift stations Road construction Demolition Land reclamation Commercial, residential, industrial, mass excavating Airport runways / parks / subdivisions Larry D. Duran Resume Page 1 of 2 Have in depth knowledge of all types of pipeline material, including engineered fill, 1" to 23" using hydraulic, fabricated shoring, fabricated trench box and vertical on site fabrication methods. Fracturing of solid geological formation, use and installation of engineered rip/rap, retaining structure construction and application. Have knowledge of various types on alignment and engineering equipment. Can interpret engineering criteria and perform project management from start to finish. Have performed as project superintendent, quality control officer, supervised and coordinated subcontractors, ordered materials, conducted safety meetings, and make sure safety procedures were followed, and maintained equipment on a daily basis. Hazardous waste material removal Additional Training: Completed 40 hours of hazardous waste operation, and emergency response training (29 CFR 19910.120). Completed 6 hours of safety supervisor training and is designated a safety supervisor. Completed refresher for hazardous waste operation and emergency response. Larry D. Duran Resume Page 2 of 2 Richard H. Hay 3125 W. 6th St., Greeley, CO 80631 (970)353-7771 Experience 2000-Present Estimator -Project Manager, Duran Excavating, Greeley,CO Estimate and manage earthwork & utility projects to $2,500,000 1998-2000 Estimator -Project Manager,C/C Construction, Inc., Greeley,CO Estimate and manage projects up to $1,500,000 1996-98 Project Manager, Matchless Millwork, Inc., Greeley, CO Manage various millwork projects up to $600,000 198q-96 Estimator, Roche Constructors, Inc., Greeley, CO Prepare cost estimates up to $15,000,000 1987-89 Self Employed, Hay Construction Services, Greeley, CO Construct various projects up to $40,000 1983-87 Estimator, Roche Constructors, Inc. Greeley, CO Prepare cost estimates up to $10,000,000 1981-83 -reject Superintendent, Roche Constructors, Inc., Greeley, CO Supervise construction of various projects up to $6,000,000 1979-81 Carpenter Foreman, Anderson Construction, Greeley, CO Lead Carpenter on various projects up to $3,500,000 1977-79 Carpenter, Carotin Construction, Greeley, CO Construct 20 tract homes of $75,000 each 1972-77 Owner/ Manager, Sambo's Restaurant, Greeley, CO Supervise 24 hour restaurant with 50 employees Education 2002 Sitework 98, AGTEK Earthwork Software Services Digitizing, CAD Survey, 16 hour seminar 2001 Sitework 98, AGTEK Earthtwork Software Services Basic, CAD Takeoff, 3-D Modeling, 24 hour seminar 1995 Timberline Precision School, Timberline Software Corporation Precision Extended, Certified, 40 hour estimating course 1993 Windows tntroduction, Colorado Computer Training LTD Introduction to Windows, Certified, 16 hour workshop 1992 Excel, Word for Windows, Colorado Computer Training LTD Introduction to Windows Based Programs, Certified 16 hours 1986 FAILS Management, Management Techniques, 8 hours 1986 Computer Managed Applications, Aims Community College D-Base, Lotus 123, Word Perfect, 3 hour credit 1985 Basic Land Surveying, AGC, Colorado State University 1984 Universal Building Codes, Aims Community College, 1 hr credit 1983 Advanced Blueprint Reading, AGC, Colorado State University 1980 Architectural Drafting, Aims Community College, 3 hour credit 1976 Dale Carnegle, Public Speaking, Certified, 80 hours 1966-69 Eastern Montana College, Fine Arts, No Degree BUSINESS - PROFESSIONAL LICENSES DURAN EXCAVATING, INC. Fee Type of License Name Date Date Date Date Registered Under Issued Expires Sent Received CITY OF AURORA ROW Trenching 8/3101 4/2/02 8/8/01 License Duran Excavating, Inc. #101 103305 00 CL Ellie doesn't want to renew as of 4-16-02 ROW Earthwork Ellie doesn't want to renew as of 4-16-02 License #101 103303 OOCL Duran Excavating, Inc. 8/1/01 4/2102 1/29/01 8/13101 $200.00 Class B Building Duran Excavating, Inc. License #101 120436 00 CL 217/02 3/1/03 2/4/02 2/11/02 CITY AND COUNTY OF DENVER $50.00 Contractor - Sewer File No. SC-0061 Duran Excavating, Inc. 1/2/03 12/31/03 12/27/02 1/6/03 $75.00 Contractor - Water Service (Demo & Fire Line) Duran Excavating, Inc. 1/7/03 2/29/04 12/30/02 1/27/03 License #20287 Larry Duran Supervisor $50.00 RW-EXCVTR Duran Excavating, Inc. 1/6/03 12/31/03 12/27/02 1/27/03 License #090539 $75.00 Demo B License # 012350 Duran Excavatina. Inc. 9/30/02 9/30/03 8/13/02 8/26/02 Suppression System Contractor Reg #03-4379 Dept. of Public Works Duran Excavating, Inc. 1/31/02 1131/03 1/25/03 1,000,000.00 Prequalification 2nd time CE-1,2,3,+ 7 sent $75.00 D-Concrete & Foundation Duran Excavating, Inc. 1/7/03 2/29/04 12/30/02 1/27/03 License #016992 CITY OF WESTMINSTER $110.00 Public Way Contractor 4/12/00 4/12101 Lic #59325 Don't renew as per Ellie CITY OF GREELEY $100.00 Concrete and Paving Duran Excavating, Inc. 1/15/03 12/30/03 12/30/02 1/28/03 Certification #11547 STATE OF COLORADO State Buildings Duran Excavating, Inc. 8/31/02 8/31/03 8/19/02 8126/02 Real estate programs C.D.O.T. Duran Excavating, Inc. 1/31/03 1/31/04 1/28/03 215/03 Prequalification Codes #954A COLORADO STATE UNIVERSITY Utility Contractor Duran Excavating, Inc. 2/5102 215/03 2/11102 CITY & COUNTY OF BROOMFIELD $50.00 Class C General Contractor License #C2003-1388 12/31 /02 12131 /03 11 /11 /02 12/27/02 Duran Excavating Inc. Page 1 updated 2-18-03 CITY AND COUNTY OF DENVER CERTIFICATIONS AND LICENSES CERTIFICATIONS LARRY DURAN Fee Type of Certification Certification Registered Date Date Date Date Under Larry Duran Issued Expires Sent Received $50.00 Demo B Supervisor Larry Duran 9/30/02 9/30/05 8/13/02 8/23/02 License #1013416 $30.00 Drain layer Journeyman Larry Duran 3/2/00 2/28/03 Certificate #2106127 $75.00 D-EX/SHR/PUCAS/DRUSHFT SUPR Concrete and Foundations Larry Duran 2/15/02 3/31/05 2/11/02 3/4/02 Supervisor Certificate #1015745 $75.00 Water Service License #020287 Larry Duran 1/25t02 2/28/03 1/17/02 2/11/02 $50.00 Water Service Supervisor Larry Duran 10/3l/02 10/31/05 9/5/02 9/18102 Certificate #1017660 CITY OF AURORA ROW Earthwork Certificate #Q9554 Larry Duran 12/31/03 ROW Trenching Certificate #Q9553 Larry Duran 12/31/03 Class B Building Certificate #Q1 1427 Larry Duren 8/16/00 8/31/03 STATE OF COLORADO $55.00 Fire Suppression System Contractor Reg 0034379 Larry Duran 1/1/03 1/1/04 12/27/02 1/6/03 CITY OF LONGMONT $50.00 Class D (Excavating) Larry Duran #D20000312 7111/02 6/30103 6/14/02 7/17/02 CERTIFICATIONS GARY DURAN Fee Type of Certification Certification Register Date Date Date Date Under Gary Duran Issued Expires Sent Received $50.00 D- Concrete & Foundation Supervisor 11/30/02 11/30/05 11/15/02 12/24/02 Certificate #1015981 Gary Duran Duren Excavating Inc. Page 1 updated 1-29-03 North College Avenue and Jefferson Street/Riverside Avenue Improvements Bid No 5795 Bid Tabulation ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE PRICE 201-00000 Clearing and Grubbing LS 1 Q boo p DOG 202-00010 Removal of Tree EACH 26 - 9 Q ' 202-00001 Removal of Structure EACH 3 () Z 202-00033 Removal of Pipe EACH 4 202-00036 Removal of Inlet EACH 13 202-00190 Removal of Concrete Median Cover Material Sy- 612 202-00200 Removal of Sidewalk SY 2,158 ''3 %557I' 202-00201 Removal of Curb LF 1.47 103 ' 202-00203 Removal of Curb 8 Gutter LF 2,270 Ix Q — 202-00205 Removal of Wheel Stop EACH 20 U Aw 202-002XX Removal of Composite Pavement SY 12,723 3 O. 202-00210 Removal of Concrete Pavement SY 192 ' 202-00220 Removal of Asphalt Mat SY 5,928 3 202-002XX Removal of Com osite Pavement(Planing) SY 14,146 202-00240 Removal of Asphalt Mat(Planing) SY 12,650 4 Z 202-00250 Removal of Pavement Marking SF 2,000 ✓JGz 202-01000 Removal of Fence LF 200 202-04001 Plu2 Culvert EACH 14 3pfj 2-[i0 202-04002 Clean Culvert EACH 8 livoc 203-00010 Unclassified Excavation (Complete in Place Cy 5,785 230-00100 203-01597 Muck Excavation Potholin Cy HR 250 80207-00205 To soil CY 630208-00045 Af Concrete Washout Structure Silt Fence EACH LF 1208-00020 1 806 U 208-00070 Stabilized Construction Entrance EACH 2 — 3 208-00100 Sediment Removal and Disposal LS 1 4-1- 208-00200 Erosion Control Supervisor LS 1 1 J 9Dp - 23vo 210-00050 Reset Fire Hydrant EACH 1 d -7 210-01050 Reset Chain Link Fence LF 510 !- 210-XXXXX Arfust Water Meter EACH 1 2,3" :/O' 210-XXXXX Ad'ust Fire Hydrant EACH 1 210-01710 Adjust Valve EACH 9 .u`Z 210-04010 Adjust Manhole - EACH 10 3 31 -0 — 210-04020 212-00006 Modify Inlet Seeding Native EACH ACRE 3 0.3 " DD 059 — 36(0` 213-000000 Landscape Maintenance LS 1 n /� •1 Z 213-00003 Mulching Weed Free ACRE 0.3 213-00008 Mulching Wood Chip CF 4,319 L,-. 213-00070 Mulch Tackifier LB 50 213-00705 213-00705 213-00705 Landscape Boulder S ecial 12"X12"X12" Landscape Boulder S cial 18"X18"X18" Landscape Boulder (Special 24"X24"X24" EACH EACH EACH 47 96 47 ! U - U) �0 214-00225 Deciduous Tree 2.5 Inch Caliper) EACH 16 tf' 3S� Page 1 of 4 DURAN EXCAVATING, INC. Job references list of other contractors Washington Infrastructure Services 7800 E. Union Avenue, Suite #100 Denver, Co. 80237 Project: Weld County Airport Taxiways Contact: Dale Mitchell Telephone: (303) 808-9275 Contract: $2,600,000.00 Growling Bear Co., Inc. 2330 e Avenue Greeley, Co. 80631 Project: East Elementary School Contact: Ron Sword Telephone: (970) 534-0443 Contract: $500,200.00 Town of Windsor 301 Walnut Street Windsor, Co. 80550 Project: Walnut Street Reconstruction Contact: Darron Agawa Telephone: (970) 302-0829 Contract: $668,736.00 City of Longmont Public Works Division 408 Third Avenue Longmont, Co. 80501 Project: Lefthand Creek Channel Improvement Contact: David Hollingsworth Telephone: (303) 651-8328 Contract: $1,569,517.00 Duran Excavating, Inc. Job reference list of other contractors Page 1 of 3 w Hensel Phelps Construction 12645 E. 19th Avenue, Bldg 410 Aurora, Co. 80045 Project: Research Complex Fitzsimmons Contact: Matt Schuler Telephone: (303) 539-7200 Contract: $734,068.00 Weld County School District 6 2204 5th Avenue Greeley, Co. 80631 Project: New District Soccer Field Contract: $ 575,299.18 Project: Northridge High School Contract: $384,095.71 Contact: Marsh Ragland Telephone: (970) 353-9100 G.E. Johnson Construction Company 310 S. 10 Street Colorado Springs, Co. 80904 Project: Amgen Lakecenter Contact: Randy Henkel Telephone: (719) 473-5324 Contract: $166,050.00 Larimer County 212 West Magnolia Avenue Fort Collins, Co. 80522 Project: Hollywood & Irish Stormwater Contact: Todd Jurgens Telephone: (970) 498-5711 Contract: $905,253.00 Hensel Phelps Construction Company 1700 E. 28th Avenue Denver, Co. 80205 Project: REI Denver Flagship Contact: Mike Choutka Telephone: (303) 539-7200 Contract: $910,813.00 Duran Excavating, Inc. Job reference list of other contractors Page 2 of 3 Greeley Weld County Airport 600 Crosier Avenue Greeley, Co. 80631 Project: Construct Runway Contact: Dale Mitchell (Isbill Associated Raytheon) Telephone: (303) 808-9275 Contract: $2,424,937.00 City and County of Denver 1437 Bannock Street, Room 379 Denver, Co. 80202 Project: West Harvard Gulch Contact: Tom Lindholm Telephone: (303) 446-3400 Contract: $289,566.45 Gerald H. Phipps P.O. Box 40387 Denver, Co. 80204-2400 Project: Greeley High School #3 Contact: Bruce Schnieder Telephone: (303) 571-5377 Contract: $480,418.00 City & County of Denver 1437 Bannock Street, Room 379 Denver, Co. 80207 Project: Monaco Parkway/ Eastman Avenue Contact: Steve Bello Telephone: (303) 446-3400 Contract: $642,120.54 Duran Excavating Inc. Job reference list of other contractors Page 3 of 3 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Duran Excavating, Inc. as Principal, and Travelers Casualty and Surety Company of America Surety, are hereby held and firmly bound unto the City as of Fort Collins, Colorado, as OWNER, in the sum of $ 5% of Amount Bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. 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; BID 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 stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 1 IN WIT14ESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 29th day of July , 2003, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name: Duran Excavating, Inc Travelers Casualty and Surety Comoanv of America Address: 418 N. 9th Avenue G ele C/ 0631 By: Title: �iZP—S 1 ry One Tower Square Hartford CT 06183 ary owe Title: Attorney -in -Fact ATTEST: By: �t G. (SEAL) (SEAL) 7/96 Section 00410 Page 2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Connie K. Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C. Bensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Morris, Mary M. Powell, of Greeley, Colorado, their true and lawful Attorneys) -in -Fact, with JIM power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys)-m-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in fiill force and effect: VOTED: That the Chairman, the President, any Vice Chairman any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (I 1-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 22nd day of February 2002. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD Y ANOe o l(yr MUMRX y 1982 CONK. CON y ' R� • pS s 'Mec� TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY i George W. Thompson Senior Vice President On this 22nd day of February, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say.. that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. a * * �o * OJVt.R. C. My commission expires June 30, 2006 Notary Public 0 Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 29t h day of July M03. [WNW 9J,,,.TY ANO+ NAAtF6A0. a" HARTFORO, tl 't 9 i jig p By CON., CONN. '�►c 6� �+ KoriM.Johanson Assistant Secretary, Bond North College Avenue and Jefferson StreeURiverside Avenue Improvements Bid No 5795 Bid Tabulation ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE PRICE 214-00230 Deciduous Tree 3 Inch Caliper EACH 10 e 214-00235 Deciduous Tree 3.5 Inch Caliper) EACH 19 4: 2 214-00350 Deciduous Shrub 5 Gallon Container EACH 103 ;z r 214-00650 Evergreen Shrub 5 Gallon Container EACH 377 (� 214-00950 Perennials 1 Gallon Container EACH 41 215-XXXXX Transplant Tree 3 to 6 Inch EACH 4 250-00100 Environmental Health and Safety Management LS 1 fJ%J6 V �Qpp •' 304-06000 Ag2regate Base Course Class 6 TON 5,773 3�iff 403-00720 Hot Bituminous Pavement Patchin As halt TON 510 ' 403-33851 Hot Bituminous Pavement(Grading S 100 PG 64-28 TON 6,563 Q 3 412-00600 Concrete Pavement 6 Inch SY 892 412-01152 Concrete Pavement 11-1/2 Inch SY 3,742 p Q- ' 412-01152 Concrete Pavement 11-1/2 Inch Fast Track 24 Hour SY 3,233 t (J 412-01152 Concrete Pavement 11-1/2 Inch Fast Track 48 Hour SY 6,151 Q '� O - 603-01150 15 Inch Reinforced Concrete Pipe LF 111 3 Z 603-01180 18 Inch Reinforced Concrete Pipe LF 877 2 603-01240 24 Inch Reinforced Concrete Pipe LF 254 603-01300 30 Inch Reinforced Concrete Pie LF 70 ' 603-01360 36 Inch Reinforced Concrete Pipe LF 424 603-01420 42 Inch Reinforced Concrete Pipe LF 303 603-02420 53X34 Inch Reinforced Concrete Pipe Elliptical LF 195 o 603-07240 24 Inch Reinforced Concrete Pie Jacked LF 68 to ' 603-07360 36 Inch Reinforced Concrete Pipe Jacked LF 64 604-00310 Inlet Type C 10 Foot EACH 1 5 — 5 604-16005 Inlet Type 16 Sin le 5 Foot EACH 5 124 604-16505 Inlet Type 16 (Double)(5 Foot EACH 1 ,/ 3,34-1 604.16510 Inlet Type 16 Double 10 Foot EACH 1 604-19105 Inlet Type R LS 5 Foot EACH 5L� �dop,3 604-19110 Inlet Type R L5 10 Foot EACH 3 604-19205 Inlet Type R L10 IS Footj EACH 1 604-30005 Manhole Slab Base)(5 Foot EACH 1 604-30010 Manhole Slab Base 10 Foot EACH 5 604-30015 Manhole Slab Base 15 Foot EACH 1 pfjjJ — 604-31005 Manhole Box Base)(5 Foot EACH 1 604-31010 Manhole Box Base 10 Foot EACH 2 �S6U (TO 605-XXXXX 4Inch Non -Perforated Pipe Underdrain LF 138 608-XXXXX Tree Grate EACH 19 lJ Z 608-00000 Concrete Sidewalk SY 1.350 608-00005 Concrete Pavement Colored & Stamped) SY P70 s 608-000OX Concrete Pavement 11-1/2 Inch (Special) SY 535 010Concrete Curb Ram SY6 01X r6O8-XXXXX Curb Ram T e 4 EACH 3 CtTV01X Curb Ramp S ecial EACH 13 Truncated Domes SF 344�' Page 2 of 4 North College Avenue and Jefferson Street/Riverside Avenue Improvements Bid No 5795 Bid Tabulation ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE PRICE 608-0005X Concrete Pavers Sy 235 lob 3 ,Sp7J 608-00350 Concrete Sidewalk Colored Type A Sy 605 15-0 608-00350 Concrete Sidewalk Colored Type B Sy 1,615 14o 608-07000 Concrete Retaining Wall Cy 45 25- IZ 608-XXXXX Splash Plate Sy 220 2 608-XXXXX Median Drainage Material Sy 845 Q 6 608-XXXXX Median Drainage Pie LF 600 000 ' 609-20010 Curb Type 2 Section B LF 491 y2 -- 609-20OXX Curb Type l Section M (Special) LF 179 G 3 609-21010 Curb and Gutter Type 2 Section I-S) LF 1,733 4 _ 26Z 609-21020 Curb and Gutter Type 2 Section II-13 LF 3,322 1 *— 609-21900 Curb and Gutter Type 2 Special LF 220 J " SOL40 — 609-21XXX Curb and Gutter Type 2 8 Inch Vertical LF 277 609-24004 Gutter Type 2 4 Foot LF 140 2. • � ' 609-24010 Gutter Type 2 10 Foot LF 101 91— S 609-XXXXX Drive -Over Curb and Gutter LF 403 610-00020 Median Cover Material Patterned Concrete SF 881 12, QS- 613-00100 1 Inch Electrical Conduit LF 1,015 613-00200 2 Inch Electrical Conduit LF 2,267 3 613-10000 Wiring LS 1 7' `137D 613-16010 Light Standard and Luminaire Decorative EACH 29 �,,�9,,` 4&0 -_ %" C06 613-40010 Li ht Standard Foundation EACH 29 " It ' rJ - 613-50100 Light Control Center EACH 4 Y5b 619-XXXXX 4" Waterline LF 165 5.. — - 619-XXXXX 6" Waterline LF 95 41 619-XXXXX 8" Waterline LF 80 620-00005 Field Office (special) EACH 1 623-XXXXX 1 Inch Plastic Pie LF 4,101 Q 623-XXXXX 1-1l4 Inch Plastic Pie LF 48% 4 623-XXXXX 1-112 Inch Plastic Pipe LF 8 623-XXXXX 21nch Plastic Pipe LF 2,241 y S 623-XXXXX 4 Inch Plastic Pie LF 654 623-00156 Irri aton Bubbler EACH 39 623-00212 12 Inch POP -up Spray Sprinkler EACH 354 623-01708 1 Inch Backflow Preventor - EACH 623-03108 1 Inch Automatic Control Valve EACH 20 623-04000 Control Wire 24 Volt LF 6,565- 623--04008 1 Inch Quick Coupler Valve EACH 8 Z O 623-05016 2 Inch Gate Valve EACH 3 623-08112 12 Station Automatic Controller EACH 1 623-08116 16 Station Automatic Controller EACH 1 X7 sv 623-XXXXX Irri ation Boring Under Railroad LF 68 623-XXXXX Irrigation BoringUnder Road LF 80 2 626-00000 Mobilization LS 1 `` / P r' do —111 Q DAD Page 3 of 4 North College Avenue and Jefferson StreetlRiverside Avenue Improvements Bid No 5795 Bid Tabulation ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE PRICE 627-00001 Pavement Markino Paint GAL 350 fJ 630-00000 Flagging HR 180 630-00002 Traffic Control Supervisor DAY 150 t 630-00003 Uniformed Traffic Control HR 40 630-00007 Traffic Control Inspection DAY 150 to- b 630-80001 Flashing Beacon Portable EACH 6 630-80336 Barricade (Type 3 M-B Tem EACH 8 000 630-80341 Construction Traffic Sin Panel Size A EACH 78 -Q 630-80342 Construction Traffic Sign Panel Size B EACH 44 (J 630-80343 Construction Traffic Sin Panel Size C EACH 10 630-80344 Construction Traffic Sign (Special) SF 469 630-80358 Flash Arrow Panel C TY EACH 6 630-80365 Portable Message Sign Panel EACH 2 d ' 630-80370 Concrete Barrier(Temp) LF 200 (j 630-80390 Channelizin Device (Special) EACH 300 630-80510 Mobile Pavement Marking Zone LS 630-86800 Traffic Signal(Temporary) LS 1 630-XXXXX Traffic Signal Technician HR 200 G TOTAL BID PRICE �I DOLLARS a-I)cl Ql�j,-j � ^%J i Page 4 of 4 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors O ORADO DEPARTMENT OF TRANSPORTATION CERTIFICATION OF EEO COMPLIANCE Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts greater than $10,000. This is required by the Equal Employment Opportunity Regulations 141 CFR 60-1.7(b) (1)]. The regulation 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 Federal 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 Yes ❑ No I have developed and have on file at each establishment an affirmative action program as required by 41CFR Chapter 60, Part 60-2. 2. Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity clause. 3. 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 bidder 0 proposed subcontractor By: _ Title: Date: _ Pk-C St i G 'cooT Foh 9347 11194 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO, ANTI -COLLUSION AFFIDAVIT 3- �" LOCATION �' ON C (Z{ 4'1 C` \ %, 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. 28. 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 person to 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 fine or person, whether in connection with this or any other project, in consideration for my firm's submitting intentionally any 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 made in this affidavit. 8. 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 RE TRUE AN COMPLETE TO THE BEST OF MY KNOWLEDGE. ConeacloYs firm or rnngany name By Dat. -1 u n6a L — Grp J w.t t i C, C_ 2r.d m V—cYs firm W company name. (it join) var Umj By Date Title Sworn to before me this J P j �`\ \ , a O p SY C ANNE ; MyTAnvnasion aw NOTE: his document must be eAIE^�Ow� as CDOTForm6606aDOT W03