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