Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5821 PEDESTRIAN BRIDGE AND BIKE (5)SECTION 00300 BID FORM PROJECT: PEDESTRIAN BRIDGE AND BIKE TRAIL EXTENSION AT OVERLAND TRAIL ROAD AND THE CACHE LA POUDRE RIVER; Bid No. 5821 Place t" ICL`t�-U, ((,o en Date ( (- L" --C)3 1. In compliance with your Invitation to Bid dated d subject to all conditions thereof, ithe gned C!L(.A 1e 06t4�4v� i a **( oratio Limited Liability Company, Partnership, Joint Venture, or le 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 Bir�,is a certified or cashier's check or standard Bid bond in the sum of S %d d� kD'A ($ ) 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 `t'Ahewspecified performance and payment bonds is as follows: eftl(v1 �Y-l�.i� T--:- l CS i ln2 M 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. 7/96 Section 00300 Page 1 MOUNTAIN CONSTRUCTORS, INC. COMPLETED PROJECTS A nr I I IA nno OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE Larimer County Intersection Im vmt CR17 &CR28 $102,324.00 11/30/2000 Larimer County Pinewood Lake parking lot $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 Colorado State Parks Jackson Lake $91,870.00 11/26/2002 Larimer County Handy Ditch $116,874.33 5/7/2003 Weld County Greeley Weld Co Airport $1,693,129.73 4/25/2003 MOUNTAIN CONSTRUCTORS, INC. CONSTRUCTION EQUIPMENT 11/4/2003 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 137H 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 627E (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 980F 3 Demo Hammer OFFICERS AND PRINCIPALS MOUNTAIN CONSTRUCTORS, INC. 11 /4/2003 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 A r 21. What are the limits of your public liability?" DETAIL 1/A ,A _, What company? 22. What are your company's bonding limitations? 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?��� e W this 444K day of 20C3. State of C('- `OrIIp,L1••b W County of Q{oL \1 being � duly sworn deposes and says that he is f P of . J� V� �lal6rp^(t LT�s T4Vnd that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. d and sworn to before me this day of 20Q3. . ii A . Notary Public l ►iT p *:WIDREA MARIE'•. My commission expires tl a-3 _, JDHNSON 7/96 Section 00420 Page 3 wvenAljts THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDD/YY POLICY EXPIRATION DATE MMIDDIYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OX OCCUR CLP3170717 07/28/03 07/28/04 EACH OCCURRENCE S 1000000 FIRE DAMAGE (Any we nre) $100000 MED EXP (Any one person) S 5000 PERSONAL 6 ADV INJURY f 1000000 GENERAL AGGREGATE f 2000000 GENL AGGREGATE LIMIT APPLIES PER: POLICY X JPERC LOC PRODUCTS -COMPIOP AGG s2000000 A AUTOMOBILE LIABILITY ANY Auro ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CAP3170718 07/28/03 07/28/04 COMBINED SINGLE LIMIT (Ea acc'deM) $1000000 R BODILY INJURY (Per person) f BODILY INJURY (Per accident) f PROPERTY DAMAGE (Per accident) f GARAGE LIABILITY ANY AUTO AUTO ONLY- EA ACCIDENT $ EA ACC OTHER THAN AUTO ONLY: AGG f $ A EXCESS LIABILITY X OCCUR CLAIMSMADE DEDUCTIBLE X RETENTION S 10000 CUP2571616 07/28/03 I 07/28/04 EACH OCCURRENCE $2000000 AGGREGATE s 2000000 f $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TWOUY7XIMITS71 I ER E.L. EACH ACCIDENT f E.L. DISEASE - EA EMPLOYE f E.L. DISEASE - POLICY LIMIT f OTHER DESCRIPTION OF OPERA nONSILOCATIONSIVEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS r — CERTIFICATE HOLDER y I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION ____ _ l SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO DATE THEREOF, THE ISSUING INSURER WILLIDNIMEMOOM MAIL -3.SL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR r ._.... _....... ,..._........_..DATE owAm*,vYT • ACORD,� OS 21 03 THIS CERTIFICATE IS ISSUED AS A MATTOF INFORMATION PRODUCER ONLY AND CONFERS NO FiUGFITS UPONN THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EMEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. CROSSROADS INSURANCE COMPANIESAFFORDING COVERAQE--------- ___, P.O. SOX 1010 AULT, CO 80610 COMPANY (970) 834-1337 FAX: 834-1393 A- PINNACOL ASSURANCE msLn¢o COMPANY MOUNTAIN CONSTRUCTORS, INC.P.O. BOX 405 COMPANY PLATTEVILLE, CO 80651-0405 C - - COMPANY :FAX: (970) 785-2515 ° .�..... COYEIl1406$„» K... T a. INSURED NAMED ABOVE FOR THE POLICY PSMOO THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE USTEO BELOW TERM OR CONDITION HAVE BEEN ISSUED TO THE OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATRO, NOTWITHSTANDING ANY REOUIREMENT• INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IB BVILIECT TO ALL THE TERMS. CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. .... —_— CO TYRE OF INSURANCE POLICY NUMBER DATES IMMADFVYI DATi 1110111000IYYNIN LLNE13 OR GENERAL Lumen QRJMA% AGGREGATE•-- PRODUCTS • COMHOP AGO CONRATIICIAL GENERAL LIABIUTY F I CLAIMS MADE OCCUR PD130NK 6 AOVyL1URY 7 EACH OCCURRENCE _ _ J OWNER'S B CONTRACTORS PROT N/A P .—.. ___...-. FIRE DAMAGE M w of NMI M W EX► IARY DIN PRIME P • AUTOMOBILE LIABILITY CpN01NE0 SINGLE UNIT T ANY AUTO ALL DWNEO AUTOS �-1 BODILY INJURY S MR, SCHUNMED AUTOS 11C DORYFOR •-• E IMED AUTOS N/A NON -OWNED AUTOS ......_.._—...... PROPERTY DAMAGE S :GAR►DE LIASIL.LTY AUTO ONLY. TA ACCIONT B OTHER THAN ALTO ONLY: i ANY AUTO EACH ACCIDENT —1 N / p AGGREGATE S EXCESS UAWUTY , EACH OCCURRENCE s _ AGORSOAn ' UMBRELLA Form N/A `-- ---—•--_.. __ OT WR THAN VMBPAM^ FORM S WORKERS COMPENSATION AND , �y- 1 Y JAI.!LTS LX I7R.. I............ .......... PtO^"B LIABILITY EL EACH ACCIDENT 21,000,000 A' THE MOrRIETOM NCL 3027994 07/01/02 07/01/03 $1, 000, 000 LtDISEASE .PoucYLIMIT iosICERSSAARE"SCvrIVt IS.wEAN-eAEMPI.OTeT I el. 000 000 : X ERcL 3027994 07 O1 03 07 01 04 OTHER DESCRIPTION OF OPERATRx snOCATIONSMHICLESISPEDAI ISM t I • SHOWD ANY OF THE ABDVT MCMBW POLICIES BE CANCELLED BEFORE! THE EXPIRATION DATE THEREOF. THE IBBUNG COMPANY WILL ENDEAVOR TO MAIL 3 O • DAYS WRITTEN NOTICE TO THIS COTMCATS HOLDIM NAMED TO THE LSPT. OUT OAKUM TO MAA IFKH NOTICE SHALL IMPOSE NO OKWATION OR UAmm OF ANY RIND UPON THE COMPANUL ITS AOENTS OR RRPREBNTATIVFB. AVT mzm ATLVR �L4L� N SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM 7/96 SUBCONTRACTOR Section 00430 Page 1 SECTION 00410 BID BOND KNOW ALL MEN HY THESE PRESENTS: that we, the undersigned MOMtain C�3tru�r, Inc. _ as Principal, and 11 i11 l.it I -arid t ^W"'ri�9 Of Miry d a8 Surety, are hereby held and firmly bound unto the City of F payment of which, wallas as OWNER, in the sum of S 5 intl and ee ea ally bindfor the ourselves, successors, and truly o be made, we hereby jointly assigns. of this obligation is such that whereas the Principal THE CONDITION and hereby submitted to the Cityof Fort Collins Colorado the accompanying for the made a part hereof to enter into a Construction Agreement EXTENSION ATOVERLAND of Fort Collins Project, PEDESTRIAN BRIDGE AND BIKE TRAIL ROAD AND THE CACHE LA pOUDRE RIVER; Bid No. 5821. NON THEREFORE, (a) If said Bid shall be rejected, or cut completed deli in (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly accordance with said Bid) and shall ay ish a BOND for ent of all persons performing performance of said Contract, and for payment labor or furnishing mpterials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said BidIn , then this obligation shall beexpresslyortherwise the understood and e shall greed at remain the force iabi and effect, it being in no liability of the Surety for any and all claims hereunder shah, event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations any of said Surety and its BOND shad be in no was eptasuch Bid;or aandcted said by extension of the time within which the 0J=R maY does hereby waive notice of any such extension. Surety Companies executing bonds 'Rug t a authorizedutto transact business in the State of Colorado and be acceptedby Section 00410 page 02 7/96 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 6th day of November , 20n, 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: Pa BOX 405 SURMY Fidelity and Deposit Carrpany of Maryland 5445 DTC Parkway, Suite 1200 Platteville 00 80651 Greenwood, OD 80111 By- By: 'i� Title: Title: Attorney -in -Fact, Todd D. Bengford (SEAL) (SMA ) 7/96 Section 00410 Page 3 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, wF set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s Hate, constitute and appoint D. N. BROYLES, Jeffrey L. BROYLES, Robert G. PEATS 11 of Bozeman, Montana, EACH its true and lawful agent and Attorney-in-uite� 1�, r, and on its behalf as surety, and as its act and deed: any and all bonds an uch bonds or undertakings in pursuance of these presents, shall be as bi tip C�om 11�ply, to all intents and purposes, as if they had been duly executed and ac a re ofFiL�rs of the Company at its office in Baltimore, Md., in their own proper pe pd f o issued on behalf of D. N. BROYLES, Jeffrey L. BROYLES, Robert G. PEATS, rch 31, 2003. The said Assistant es �e by certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -La d 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 Sea] of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of June, A.D. 2003. ATTEST: State of Maryland 1 ss: City of Baltimore 1 FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith Assistant Secretary By: Paul C. Rogers Vice President On this 24th day of June, 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. Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA-F 180-3535 0 I 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through A Wl0"") 40 ; CONTRACTOR BY: a_/' INN CONSTRUCTORS, Mr. ADDRESS: RO. BOX 405 Platteville, (970) 785-6161 8. BID SCHEDULE (Base Bid) 7/96 Section 00300 Page 2 BID #582I BID SCHEDULE — ADDENDUM 4 Bid Description Estimated Unit Unit Cost Rem Quantity Price 1 Mobilization and Demobilization 1 LS Z2 pd� - 22 ppp - 2 Water Control 1 LS- 3 Traffic Control 1 LS 0 S50 0 J- 4 Surveying 1 LS dd - �- 5 Clearing, Grubbing and Stripping 1 LS &O0 37 ov ._ 6 Caisson 1, 6-Foot Dia. 25 LF7, Caisson 2, 6-Foot Dia. 25 LF- 8 Caisson 3, 4-Foot Dia. 25 LF _ 9 Caisson 4, 4-Foot Ole. 25 LF- U 10 jCaisson 5, 4-Foot Dia. 25 LF ZSO- - 11 lCaisson 6, 4-Foot Dia. 25 LF J 12 ICaisson 7, 4-Foot Dia. 25 LF - 6 �- 13 jCaissw 8, 4-Foot Dia. 25 LF S _ 6 S 14 Caisson 9,4-Foot Dia. 25 LF - 15 Pier No. 1 and Pier Cap 1 LS ley e - ou 16 Pier No. 2 and Pier Cap 1 LS d d _ 17 Pier No. 3 and Pier Cap 1 LS ood - &dod _ 2 (,Vd 18 Pier No. 4 and Pier Cap 1 LS God - 2- 19 Pier No. 5 and Pier Cap 1 LS400 - 20 Pler No. 6 and Pier Cap 1 LS 00 - d0 21 Pier No. Tend Pier Cap 1 LS�- 0 CC) 0a 22 Pier No. 8 and Pier Cap 1 LS pip - 23 Pier No. 9 and Pier Cap 1 LS 310 d 24 jAbutment A (North Abutment) 1 LS tj ptrJ - d ve 25 Abutment B (South Abutment) 1 LS �d eav dp�l 26 Superstructure (154-Feet Span Prefabricated 2 E4 Bride _ l dS SOo Z/ / Odd — 27 Superstructure (50-Feet Span Prefabricated 7 EA Bride) 190,57S 28 Superstructure (25-Feet Span Prefabricated 1 EA Bridge) lg,vw 1&1000 - 29 Type H Riprap Bank Protection 153 SY - 20 - 30 Type VH Riprap Bank Protection 771 SY _ Y6Z 31 Colored Concrete Trail (6', 8', and 10' wide) 6621 SF b 2 32 Colored Concrete Trail - Channel Trail 2083 SF ZS Section 10' wide S 74. zS 33 Stacked Boulder Retaining Wall 183 LF - 2 _ 34 Modular Blodc Retaining Wall 271 LF- 35 Cast4n-Place Concrete Retaining Wall 148 LF - j - 36 Driven Steel Sheet Pile (Non -cofferdam) 750 SF - 37 Restoration 1 LS ply 00 38 Pedestrian Crossing 1 LS d' a TOTAL BID: $ j A , x �• TOTAL OF BASE BID S (Written) 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: Signature Date Title License Number (If Applicable) (Seal - Bid is by co oration) Attest: Addr MOUNTAIN CONSTRUCTORS- IN P.O. Box 405 nl tteyn GO 80651 �-51r Telephone (970)785-6161 7/96 Section 00300 Page 4 7/96 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors Section 00410 Page 01 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. ' R 1. Name of Bidder: 1� /�/� o(.to 40-- V) h^F��x1� 2. Permanent main office address: � rr�iy� — 1..*-y, [(`e Cc &C(Qst 3. When organized: U(,yV /� 4. If a corporation, where incorporated: l- clorX.CI-6 5 N. 7 How many years have you been engaged in the contracting business under your present firm or trade name? _.l Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) u11aiac1Aerg oz wow periormea ny your company: 8. Have you ever failed to complete any Work awarded to you? NV If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 �jd Section 00420 Page 1 e 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. 4c: 12. List your major equipment available for this contract. QQ2 CL44&0.00d, 13. Experience in construction Work similar in importance to this project: She Q 14. Background and experience of the principal members of your organization, including officers: L�GA420t 15. Credit available: $ rC w 16. Bank reference:7DVnr1,5 MiL. Kdlanr Veld Ch j Qowt 5c*-(CXD 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? iZ.� — 18. Are you licensed as a General CONTRACTOR? 1"I If yes, in what city, county and state? G What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? Vies If yes, what pergent of total contra�Ict? and to whom? Mpcatop S'�UL`1U4.p. , Ab'd-'V Q-IU 20. Are any lawsuits pending against you or your firm at this time?�Jb If yes, DETAIL 7/96 Section 00420 Page 2 OWNER Weld County PROJECT NAME Weld County Bridge 47/688 I SPECIAL CONDITIONS Box culvert REFERENCE CONTACT Drew Schettinga PO Box 758 Greeley, CO 80632 (970 3564000 DATE SUPERINTENDENT COMPLETE Bill Tjardes 4i28/2001 Larimer Replace Bridge Bridge Larimer County County #226 Construction PO Box 1198 Fort Collins, CO Dave Kinion 5/31/2001 I 80525 (974)488-- 5711 John Lange City of Fort SH 14 Ped/61ke Pre -Fabricated City of Fort Collins Coiiins Path Bridge 215 N. Mason Fort Collins, CO Bill Miller ; Joe Kuntz 7/3012002 _ 80625 (970) 221-6775 i Colorado Ba�ik Ed Holmberg State Parics Jackeon Lake ., 5�abilizaticn State of Colorado Bill T'ardes /1/2812002 3745 E. Prospect For- Collins CO 80525 970 491-1108 Mike Todd Estes Park i Pedestrian Bridge River Environment Cornerstone Engineering 437 W. St. Wain j Dave Kinion 8/30/2003 i Estes Park, CO 80517 J (970j 580-2458 P.O. BOX 405 • PLATTEVILLE, COLORADO 80651-0405 • (970) 785-6161 13 MOUNTAIN CONSTRUCTORS, INC. COMPLETED PROJECTS AS OF 11/4/2003 OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE CDOT O" St. Improvements $570,428.62 4/28/1996 Larimer County 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 Count 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 7" Lot Improvements $221,948.00 2/14/1996 Larimer County CR 21 & CR 48 Im vmts $139,797.00 6/10/1996 Larimer County Bridge 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 Under ass & 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 City 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 Intersection Im vmt CR17 &CR14 $196,356.00 11/30/2000