Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5850 WEST ELIZABETH BIKE LANE IMPROVEMENTSSECTION 00300 BID FORM PROJECT: WEST ELIZABETH BIKE LANE IMPROVEMENTS; BID NO. 5850 Place Fort Collins Date April 27, 2004 1. In compliance with your Invitation to Bid dated April 5, 2004 , and subject to all conditions thereof, the undersigned G.L. Hoff Company a ** (Corporation, ��etit�d%�i9t}itp-�tarrp, �axtx-sk+ipT-dai�J�eT-o=�o--gegeor�** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% of bid amount ($ ) 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: Employers Mutual Casualty Company PO Box 370010, Denver, CO 80237 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through 7/96 Section 00300 Page 1 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: G.L. Hoff Company 2. Permanent main office address: 1815 West 12th Street, Loveland, CO 80537 3. When organized: January 1984 4. If a corporation, where incorporated: Colorado, 1989 5. How many years have you been engaged in the contracting business under your present firm or trade name? 20 years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) CSU Student Recreation Center Landscape Improvements: $332,606. 8-2004 7. General character of Work performed by your company: Commercial general contractor: we complete sltefiork; concrete, carpentry, _prn,ect management with our own forces. T 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? If yes list agency name. no 7J96 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. Please refer to the attached information 12. List your major equipment available for this contract. d=p truck. CAT 928 loader, CAT 320 Track excavator, backhoes, bobcats, motor grader. grading tractor, concrete pump 13. Experience in construction Work similar in importance to this project: Please refer to the attached information 14. Background and experience of the principal members of your organization, including officers: Please refer to the attached information 15. Credit available: $100'-000. 16. Bank reference: Loran Emmons, Bank One Loveland 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? Fort Collins, others What class, license and numbers? #B-6 19. Do you anticipate subcontracting Work under this Contract? yes If yes, what percent of total contract? refer to bid information and to whom? 20. Are any lawsuits pending against you or your firm at this time? no If yes, DETAIL 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL 2 million pies 2 million umbreall What company? Travelers, agent: Flood & Peterson Itisurance 22. What are your company's bonding limitations? 5 million 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 Loveland this 27th day of April , 20 04 Title: State of Colorado County of Larimer Miriam T. Hoff being duly sworn deposes and says that he is Secretary Treasurer of G.L. Hoff Company and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 2 7'`j day of —, 20Q</. otary Public My commission expires /z -/? .-07 7/96 Section 00420 Page 3 G.L. Hoff Company Construction Experience Gregory L. Hoff, President and Construction Manager For the past thirty years, Greg has been involved with all aspects of construction. Greg established G.L. Hoff Company in 1984. Serving as president and project superintendent, Greg is a driving force in the company. Graduating from Northeastern Junior College in 1972 with a degree in Civil Engineering Technology, his early work included surveying and architectural design and drafting. He has held a Class B Commercial Contractor's License with the City of Fort Collins since 1976. Currently, Greg is a licensed contractor in the cities of Loveland, Fort Collins, and Boulder. Prior to 1984, Greg worked with Al Hockett, Inc. initially as an architectural draftsman and progressing to project superintendent. He was also a partner in H&M Builders from 1976 to 1980. This company specialized in custom homes, tenant finish and custom millwork. Beginning in 1984, Greg established G.L. Hoff Company, a commercial general contracting company which specializes in all types of commercial construction including sitework, excavation, structural concrete, and commercial buildings. As president and construction superintendent for G.L. Hoff Company, Greg supervises a wide variety of projects including, schools, churches, city and government projects, city park developments, as well as many light industrial and concrete construction jobs. Greg oversees project scheduling, review of construction procedures and specifications, monitors quality control and safety enforcement on job sites. As president and construction supervisor, Greg works closely with project owners, architects and engineers throughout the project. Greg is an active member of the Loveland construction community. He has volunteered his time to the Loveland Construction Advisory Board for over 15 years. While serving as Chairman, this Board, the city adopted licensing for contractors. He is currently serving on a review committee to study the International Building Code prior to adoption by the City of Loveland. Joel S. Reger, Estimator and Project Manager Joel has a Bachelor of Science Degree in Construction Management from Colorado State University and seventeen years experience in the construction field. He has continued his education with estimating seminars including training with American Building Company's estimating Access workshop. He is also an active member of the Sigma Lambda Chi honorary national construction fraternity. During the past thirteen years, as the chief estimator with G.L. Hoff Company, Joel has compiled bids and development estimates for projects valued at up to five million dollars. As chief estimator, he directs the project bidding process as well as the review of specifications. He also works directly with project management, coordinating proposal requests and change orders with the architect or owner, overseeing material orders to insure that the project is completed in a timely manner and according to specifications. Joel is an important and effective member of every Design -Build project with G.L. Hoff Company. He works closely with the owner and architect to understand project goals and provide detailed project budgets and construction options to meet the owner's needs. Patrick R. Norris, Estimator/Project Manager Pat brings over twenty five years of construction experience to his position as estimator and project manager. His background includes experience with residential, commercial and industrial construction. Pat began his career as a carpenter, form setter and equipment operator. With 18 years working as a field foreman, he has a broad understanding of building methods and materials as well as site safety and personnel management. His knowledge of construction has enabled Pat to be an effective estimator and project manager. During the past 6 years, Pat has bid and managed projects valued up to $ G.L. Hoff Company 2004 Projects CSU Transit Center Construction of parking improvements at the Lory Student Center on the Colorado State University campu s. The scope of work includes site excavation and demolition, grading, landscaping, irrigation system, fencing, and electrical lighting. Owner: City of Fort Collins 215 North Mason Street Fort Collins, CO 80524 Contact: Steve White, Project Manager, 970-221-6273 Contract: $208,761. Completion: 4-2004 Loveland Industries Remodel This remodel is a design -build tenant finish project for United Agri Products, Inc. The work involves the complete remodel of an existing metal building warehouse space into a laboratory. The scope of work includes carpentry, dyrwall, HVAC, plumbing, electrical and all finishes. Owner: United Agri Products, Inc. 14520 WCR 64 Greeley, CO 80631 Contact: Robert Bath, 970-356-8920 ext.201 Contract: $142,817.00 Completion: 4-2004 UNC Apartments Playground Removal of existing playgournd equipment, sitework, concrete, irrigation and installation of new playground equipment. Owner: University of Northern Colorado Greeley, CO 80631 Contact: George Galida, UNC Project Manager, 970-351-1892 Contract: $125,008.00 Completion: 2-2004 G.L. Hoff Company 2003 Projects East Riverside Drive Retaining Wall and Street Rehabilitation Project Construction of approximately 200 feet of 10 foot high retaining wall with associated brick trim and metal top railing along the Big Thompson River. Removal of two city blocks of existing street asphalt. Installation of an 8 inch water line with two hydrants, new service connections to 10 buildings, 3 street inlets and piping. Installation of concrete curb & gutter, drives and pans, sidewalk, and the roadway base course and asphalt pavement along a two block section of East Riverside Drive in Estes Park. Phase One of the project was completed in October and November of 2002 and Phase Two was completed between March and May of 2003. Owner: Town of Estes Park PO Box 1200, Estes Park, CO 80517 Contact: John Spooner, Project Manager, 970-586-9388 Van Horn Engineering and Surveying 1043 Fish Creek Road Estes Park, CO 80517 Contract: $373,388.00 Completion: June, 2003 Butch Butler Press Box and Bleachers Project Construction of a single pre -cast concrete structure for use as a press box at Butch Butler Field in Greeley. The scope of work also included new stadium bleachers and a concrete slab. Owner: City of Greeley Contact: Ted Trujillo, Parks Program Manager, 970-350-9340 1000 loth Street, Greeley, CO 80631 Contract: $108,282.00 Completion: February 2004 Bellvue Hatchery French Drain Installation of a perforated and solid wall drain pipe at the Bellvue Research Hatchery for the Division of Wildlife. Scope of work included sitework and pipeline work. Owner: State of Colorado Division of Wildlife 6060 Broadway, Denver, CO 80216 Contact: Kay Sinclair, 970-472-4433, Fort Collins Contract: $17,073.00 Completion: 10-2003 Routt/Spruce Hall Sewer Line Replacement Completion of sitework and utility work to remove and replace 215 LF of sanitary sewer from Routt Hall to manhole with 6 inch PVC pipe. Owner: Colorado State University 365 Aylesworth SE, Fort Collins, CO 80523 Contact: Michael Davis, Project Manager, Facilities, 970-491-0075 Contract: $54,279.00 Completion: 1-2004 Edwards -Ellis Parking Lot Construction of new parking lot on Colorado State University campus. Scope of work included demolition, sitework, storm drainage, fire line and hydrant, asphalt paving, concrete pavement, irrigation and landscape work. Owner: Colorado State University 365 Aylesworth SE, Fort Collins, CO 80523 Contact: Steve Kiess, Project Manager, Facilities, 970-491-0017 Contract: $282,608. Completion: 9-2003 Fish Creek Pedestrian Trail Construction of a concrete pedestrian trail including sitework, erosion control, culvert installation, rip rap, seeding, fencing, concrete bikeway, curb & gutter and traffic control. Owner: Town of Estes Park 170 MacGregor Ave., Estes Park, CO 80517 Contact: Mike Todd, 970-586-2458 Cornerstone Engineering, 437, S. St. Wain, Estes Park, CO Contract: $322,056. Completion: 3-2004 G.L. Hoff Company 2002 Projects Estes Park Sanitation District Centrifuge Building Construction of a new concrete block building with precast tee construction for a centrifuge. The work included piping, valves, electrical and instrumentation. Owner: Estes Park Sanitation District 1201 Graves Avenue Estes Park, CO 880517 Contact: Jim Duell, District Manager 970-586-2866 John Burgeson, 970-223-9600 Shepherd Miller Inc., Project Engineer Contract: $264,053.00 Change Orders: one $2,596.00 Own Forces: 55% Completion: January, 2002 Rehabilitation of Owl Creek Ditch Hydraulic Structures Removal and replacement of ten concrete hydraulic structures, providing and installing 25 meter gates, 21 precast concrete flumes, and construction of 4 cast -in -place flumes and other miscellaneous headwalls and structures along the Owl Creek Ditch. Owner: Owl Creek Supply and Irrigation Company PO Box 206 Eaton, CO 80615 Contact: Duane Smith, 970-490-2620 Smith Geotechnical Contract: $383,000,00 Change Orders: three $29,476.50 Own Forces: 100% Completion: April, 2002 Sitework and Utilities for New Kuck Mechanical Building Subcontracted the sitework and utilities for the new Kuck Mechanical building to Delehoy Construction. Scope of work included overlot grading, structural fill, building excavation, foundation insulation, underslab gravel, fine grading, installation of sewer line, storm drainage, waterline, fireline and asphalt patch. Owner: Kuck Mechanical, Inc. General Contractor: Delehoy Construction 3109 South Taft Hill Road Fort Collins, CO 80526 Contact: Mark Delehoy, 970-226-0836 Contract: $125,840.00 Change Orders: three $7,008.00 Own Forces: 100% Completion: March, 2002 Pedestrian Links to Transfer Areas Street and sidewalk improvements for City of Loveland Bus system. Scope included removal and replacement of concrete curb, gutter, sidewalk, cross pans, bus pads and crosswalk, and asphalt paving as per Federal and CDOT specifications. Owner: City of Loveland 105 West 5th Street Loveland, CO 80537 Contact: Donna Camilliere-Frye Project Manager, 970-96202511 City of Loveland Engineering Department Contract: $72,737.88 Change Orders: one $16,614.58 (quantity bid) Own Forces: 85% Completion: July, 2002 G.L. Hoff Company CONTRACTOR BY: Gregory L. Hoff ADDRESS: 1815 West 12th Street Loveland. CO 80537 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 (25o) of the total Agreement Price. RESPE FULLY S B Signature Date Pres dent Title #B-6 License Number (If Applicable) (Seal -- if Bid is by corporation Attest: Mir am T. Hoff�,creltatxlxteasurer Address PO Box 7448 Loveland, CO 80537 Telephone 970-669-3255 7/96 Section 00300 Page 2 Chlorination System Improvements Construction of a new 11 feet wide by 25 feet long by 6 feet deep concrete chlorine contact basin with perimeter handrail, a new chlorine solution pump and appurtenances for the wastewater treatment plant in Pierce. Owner: Town of Pierce 240 Main Street Pierce, CO 80650 Contact: Steven Butherus, Project Manager Ketterling, Butherus and Norton Engineers LLC 820 8th Street Plaza, Greeley, CO 80631 970-395-9880 Contract: $33,811.50 Change Orders: none Own Forces: 95% Completion: June, 2002 Colorado State University Equine Center Detention Pond Construction of a 6 acre-foot earthen retention pond including excavation, sitework, seeding, sluice gate, portable slurry pump and irrigation sprinkler. Owner: Colorado State University Facilities Services Fort Collins, CO 80523 Contact: Jim Stoddard, Project Manager, 491-0138 Contract: $154,410.00 Change Orders: none Own Forces: 94% Completion: August, 2002 Nick Davidson, Inc. Remodel Remodeling of existing building for detailing, parts storage, and wash bay for auto dealership. Scope of work included landscaping, site concrete, masonry, interior finishes, overhead doors, roofing, heating, air conditioning, and electrical. Owner: Nick Davidson, Inc 1604 North Lincoln Avenue Loveland, CO 80538 Contact: Joe Gebhardt, owner, 970-667-3950 Contract: $270,002.00 Change Order: four Add $30,321.27 Own Forces: 58% Completion: August, 2002 Lower Hoffman Lake Spillway / Outlet Modification Project Demolition and removal of existing bridge abutments and spillway outlet structure including dewatering. Construction of structural concrete and reinstallation of bridge and sluice gate. Removal and replacement of concrete bike path and riprap. Owner: Seven Lakes Reservoir Company 808 23rd Avenue, Greeley, CO Contact: John Gauthiere, Engineer, 970-330-0855 Gauthiere Engineering 2157 Buena Vista Drive Greeley, CO 80634 Contract: $103,135.07 Change Orders: none Own Forces: 100% Completion: October, 2002 Douglas Lake Boat Dock Installation and construction of floating boat docks, concrete approach and support ramps, pedestrian pathway, and wood retaining wall. Owner: State of Colorado Division of Wildlife 6060 North Broadway Denver, CO 80216 Contact: Kay Sinclair, Project Manager, 970-472-4433 Contract: $89,256.00 Change Order: two Add $8,842.75 Own Forces: 100% Completion: October, 2002 Benner Office Building Subcontracted a portion of the work for the construction of the office building at 3760 East 15th Street, Loveland, CO. Scope or work included all excavation, utilities and site concrete for phase 2 including the completion of 15th Street and building concrete. Owner: Benner Holdings, LLC Loveland, CO Contact: Jeryl Benner, Manager, 970-566-9778 Benner Development Company, LLC 3053 Nature Run Loveland, CO 80537 Contract: $109,017,00 Change Orders: one Add $373.00 Own Forces: 100% Completion: October, 2002 Johnstown Ready Mix Batch Plant Construction of new concrete batch plant facility including excavation and site work, caissons, foundation, construction of pre-engineered metal building, mechanical, electrical, interior finishes, and construction of a truck washing facility. Owner: Loveland Ready Mix Concrete, Inc. PO Box 299 Loveland, CO 80539 Contact: Steve Fancher, VP, 970-667-1108 Contract: $323,152.00 Change Orders: three Deduct: ($4,179.68) Own Forces: 61% Completion: October, 2002 Annual Trial Gardens Shade Structure Construction of a custom metal structure and roof system for Colorado State University shade gardens. The project included sitework, concrete foundation, brick veneer and colored patterned concrete walkways. Owner: Colorado State University 365 Aylesworth Hall Southeast Fort Collins, CO 80523 Contact: Cass Bietler, Project Manager, 970-491-0158 Facilities Management Colorado State University Fort Collins, CO 80523 Contract: $165,480.33 Change Orders: three, Add: $46,507.33 Own Forces: 42% Completion: January, 2003 COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATION OF EEO COMPLIANCE Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts greaterthan $10,000. This is required by the Equal Employment Opportunity Regulations [41 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 1. Yes ❑ No I have developed and have on file at each establishment an affirmative action program as required by 41 CFR Chapter 60, Part 60-2. 2. Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity clause. 3. 0-'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 G.L. Hoff Company S bidder ❑ proposed subcontractor By: - Title: Miriam T. Hoff Secretary Treasurer Date: 4-27-2004 CDOT Form #347 M94 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACTORS PERFORMANCE CAPABILITY STATEMENT Project# Fed#AQC M455-06 Project Code: 14076 1. List names of partnerships or joint ventures B' none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes Bnone b. Key equipment changes R� none c. Fiscal capability changes (legal actions, etc.) 8" none d. Other changes that may effect the contractors ability to perform work. none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name G.L. Hoff Company P Y l Date 4-27-2004 Title Miriam T. Hoff Secretary Treasurer 2nd Contractor's firm or company name (if joint venture) By Date Title CDOT Form #605 1192 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. Fed#A C M455-060 Project jk14076 ANTI -COLLUSION AFFIDAVIT LOCATION Fort Collins, Co 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: t. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or 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 firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally, high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations 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 ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractor's firm or company name r Dale 4-27-2004 G.L. Hoff Company rtie Miriam T. 40f Secretary Treasurer 2nd contractor's firm or company name. (If joint venture.) By Date Title Sworn to before me this ?I 7r/ day of, �' 20 OU Notary Public y commission expires NOTE: This document must be signed in ink. CDOT Form #606 1/02 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. Fed4f AQC ASSIGNMENT OF ANTITRUST CLAIMS 455-060 Contractor and Colorado Department of Transportation (COOT) recognize that in actual economic practice antitrust violations ultimately impact on COOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to COOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by COOT pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third parry has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to COOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) COOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to CDOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to COOT hereunder; and c. Promptly to pay over to COOT its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to COOT hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to COOT (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to COOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to COOT, and (2) Contractor and COOT that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to COOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to COOT hereunder; and d. Promptly pay over to COOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to COOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractors firm or company name By - - Date 4-27-2004 G.L. Hoff Company Titla iriam T. Hoff Secretary Treasurer 2nd contractors firm or company name. (If joint venture.) By Date Title COOT Form #921 12191 MAY-13-2004 THU 11:11 AM G. L. HOFF CO. FAX NO. 9706631566 P. 02 COLORADO DEPARTMENT OF TRANSPORTATION Pr*d N UNDERUTILIZED DBE BID AQC M455-060 CONDITIONS ASSURANCE `ocatIon Fort Collins, Co 'nstructlons: Contractor • Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participa- . ion which qualities under the contract goal specification for this project. POLICY It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have maYlrnurn onnnrh lnity tri nartiAnata in tho nnrrnrmannn A# ... * n_*_ ex ----- A ...t&6 INTENDED UNDERUTILIZED DBE PARTICIPATION 1) Will your corripany's intended Underutilized DBE (UDBE) participation meet contract goals? IX yes ❑ no Meets contract goals 2) Total Underutilized DBE (UDBE) participation: 13.14 e� fit yes ❑ no 3) List the UDUE firms you will use for your intended UDBE participation Name of UDBE firms) Certification Intended item(s) expiration date of work Northern Colorado Traffic 10-31-2005 traffic control, signs —Control Chavez Construct^_on, Inc. 4-30-2006 trucking I understand that, ifmy company is determined to be the low bidder for the contract on this product, I must submit a completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION to the Transportation Department by 4:00 pm the day after the bids are opened. In addition, If my company does not meet the intended contract goals, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before the above stated deadline. ' I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age, sex, national origin., or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALITY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF !MY KNOWLEDGE. Company name Date G.L. Hoff Company 5-12-2004 Company i r signature 108 Title - Miriam T. Hoff Secretary Treasurer v -on wmu,w ere eoaowete ano may riot tw,laa(1 CDOT Form #714a e/01 MAY-14-2004 FRI 10:39 AM G. L. HOFF CO. FAX NO. 9706631566 P. 02 I CERTIFICATE OF PROPOSED JNDERUTILIZED DBE (UDBE) PARTICIPATION Project No.: AQC M455-060 Project Code (SAN): 14076 Location, Fort Collins Form S: 1 of 2 [ LPrime Contractor — Send completed/signed form to the Business Programs O/8ce (instructions on second page). I (NOTE: See 49 CFR part 23.&S, and the *DBE - Dellnl0as and Requirements' in the Standwd Special Provfslons, for further information concerning counting DBE participation of subcontractors, suppliers and service providers loward the projects UDBE !foal.) I PART 1 a — SUBCONTRACT EXPIRATION ELIGIBLE UDBE SUBCONTRACT NAME OF UDBE FARM TIER CERTIFICATION i DATE AMOUNT ACTUAL CONTRACT Northern CO Traffic. Control 1 3448 WBE C 10131 12005 $43,080.00 traffic control sigris, barricades, cones, drums, traffic ITEMS OF WORK SUBCONTRACTED: control supervisor, flagging, inspections. R PART lb— SUPPLY C014TRACT If the supplier Is a UOBE ")Manufacturer of the item(s): '7F ' " • ACTUAL UDBE AMOUNT = Entire expenditure for materials and supplies Including eosLbffide N 11FbAded by the firm • ELIGIBLE UDBE SUPPLY AMOUNT (ACTUAL (ACTUAL UDBE AMOUNT) X 100% ")3egular '-L � r-. If the supplier Is a UDBE Oeater of the item(s): v • ACTUAL UDBE AMOUNT = Entire expenditure for materials and supPi�e'�{`ij cos any�Mvery services provided by the flan • ELIGIBLE UDBE SUPPLY AMOUNT = I (ACTUAL UDBE AMO If ;0 N .. Ail the supplier is neither a'hianufactigme nor a Togular DOINOA s ^ 1c -SERVICE ► BROKER CONTRACT. NAME OF UDBE FIRM CERTI a A� - ACTUALUDBE ELIGIBLE UDBE SUPPLY r AMOUNT AMOUNT MATERIALS SUPPLIED: r3 �c PART 1 c — SCftQq / BROKER CONTRACT Transportation ding) fees/commissions are to be counted toward contract goals in this section (provided the trucker is NOT classified as a "Manufacturflr' or a "Regular Dealer for the materials supplied). Examples of other services to include in this section would be brokering, bonding, consulting, security guards, and insurance. For a UDBE "Skglvice/Brokrtr Contras!": ACTUAL UDBE AMOUNT = Entire expenditure for services rendered Including cost of any materials/suppiers provided by the arm ELIGIBLE UDBE SERVICE FEE AMOUNT = [ (ACTUAL UDBE AMOUNT) — (Cost of any materials and supplies) J (NOTE: The amounts that courd toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the fee/commission is detemrk,ed by CDOT to be reasonable and not excessive as compared with fees customarily charged for similar services.) NAME OF UDBE FIRM I CERTIFICATION # I cn�^,v�c v,� I ""� �� ` I """""` s�n,,�,T""" • «� ►>:1 SERVICES RENDERED: P? Hoff"_' aMEPrincBTHESE ipal,and Opmpa'�w-- - SECTION 00410 BID BOND PRESENTS: that we, the undersigned as Surety, ar=_ hereby held and firmly bound unto the city of Fort Collins, Colorado, as OWNER, in the sum of $5% of total bid T for the payment of which, well and truly to b, made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted co 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, WEST ELIZABETH BIKE LANE IMPROVEMENTS; BID NO. 5850. 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 accorlance 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 liabi-ity 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 Su:.ety 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 2 MAY-14-2004 FRI 10:39 AM G. L. HOFF CO. FAX NO. 9706631566 P. 03 PART 2 - UDBE PARTICIPATION SUMMARY 71 A) What is the total dollar value of this proposed subcontract, supply contract, OR servkelbroker 3ntract that is eligible for counting toward contract goals? ,AOTE: Provide in actual subcontractor dollars and not prime contract prices) A> $43, 080.00 A ( TOTAL FROM "ELIGIBLE" COLUMNS IN PART 1 6) What is the total dollar value of proposed subcontracts that are eligible for counting towards contract goals from prior sheets/forms? B> $ 8,635.50 C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? Ca[A + 8) C> $51,715.50 D) What is the original contract bid total? D> $393, 695.15 E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? 13.14% PART 3 —PRIME CONTRACTOR CERTIFICATION_, :ertify that • my company has met the contracted UDBE goals or tt r nj 111k.006i Form #718. DBE Good Faith Effort Documentation._ k w • my company has accepted a proposal from eDu-�attfiariied above. • m company has notified the ro o Y P Y P P sec 4J0 T. r •Qf Ffit ontracted UDBE commitment. • my company's use of the proposed- Q_Bfs su iiCtr3fhe items of work listed above is a condition of the contract award. N.• my company will invite the p st)1 hraato bo attend the preconstruction conference. • my company will n( use a s ltltuWUQ subci h-*actor for the proposed UDBE subcontractors failure to perform under a fully executed sul:c _ sTsoijj- Provisions. y complies with the definitions and requirements section of the DBE Special . Ea � = • I understa f t3'w M the information shown on this form will be considered grounds for contract termination. I declare under pe{�a ty ` ~~ crl- eFj`tdEyin the second degree, and any other applicable state or federal laws, that the statements made on this doc ` jIjk4true and complete to the best of my knowledge. Prime Contractor Name: G.L. Hoff Company Date: 5113 12004 Officer Signature and Titlie: Miriam T. Hoff, Secretary Treasurer FORM INSTRUCTIONS Prime Contractor: 1. An officer of the contractor(s) must complete this form. 2. Include only DBE firms which meet the underutilized criteria in the contract goal specification for this project (i.e., UDBE firms). 3. Complete ONLY ONE section for Part 1 (Ia. 1b, OR 1c) 4. Complete ALL sectirms of Part 2 and Part 3 5. Submit a separate CDOT Form #715 for EACH proposed UDBE. may 6. Retain a photocopy for your records. 7. Send original to: Colorado Department of Transportation Business Programs Office 4201 E. Arkansas Ave. Denver, Colorado 80222 FAX: (303) 757-9019 IZLt7#7 I MAY-14-2004 FRI 10:40 AM G. L, HOFF 00. FAX NO. 9706631566 P. 04 COLORADO DEPARTMENT OF TRANSPORT �I CERTIFICATE OF PROPOSED JNDERUTILIZE:D DBE (UDBE) PARTICIPATION Project No.: AQC M455-060 Project Code (SA#): 14076 Location: Fort Collins Form #: 2 of 2 Prime Contractor — Send completed/signed form to the Business Programs Office (instructions on second page). (NOTE: See 49 CFR part 20.66, and the "DBE - Definitions and Requirements" in the Standard Special Provisions, for further information concerning counting DBE participation of subcontractors, suppliers and service providers toward the pmJect's UDBE goal.) �I PART 1a —SUBCONTRACT �I I NAME OF UDBE FIRM TIER CERTIFICATION # EXPIRATION ELIGIBLE UDBE SUBCONTRACTDATE AMOUNT ACTUAL CONTRACT AMOUNT ITEMS OF WORK SUBCONTRACTED: II PART lb — SUPPLY CONTRACT 11 11 4 If the supplier is a UDBE "'!Me ufacturer" of the item(s): • ACTUAL UDBE AMOUNT = Entire expenditure for materials and supplies Including cast cf any datlVflry services}provided by the firm • ELIGIBLE UDBE SUPPLY AMOUNT —( ACTUAL UDBE AMOUNT) X 100% If the supplier is a UDBE "Regular Dealer of the item(s): • ACTUAL UDBE AMOUNT = Entire expenditure for materials and suRRlles lttCltidltig costzq anyWIlvery services provided by the firm • ELIGIBLE UDBE SUPPLY AMOUNT= [ (ACTUAL UDBE AMOU#f If the supplier is neither a "Manufacturer" nor a "Regular Dealer" pf}#ae tta s'see PART I —SERVICE ! BROKER CONTRACT. NAME OF UDBE FIRM CERTIFIC{ATtON EX IEiriCTl W ACTUAL UDBE ELIGIBLE UDBE SUPPLY ::._.p14TEr AMOUNT AMOUNT MATERIALS SUPPLIED: PART 1c — SBR�BROKER CONTRACT Transportation service"(titiuling) fees/commissions are to be counted toward contract goals in this section (provided the trucker is NOT classified as a " anufactrjer^ or a "Regular Dealer" for the materials supplied). Examples of other services to include in this section would be brokering, bonding, consulting, security guards, and insurance. For a UDBE "Service/Broker Contract": ACTUAL UDBE AMOUNT = Entire expenditure for services rendered Including cost of any materials/supplies provided by the firm ELIGIBLE UDBE SERVICE FEE AMOUNT = [ (ACTUAL UDBE AMOUNT) — (Cost of any materials and supplies) (NOTE: The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the feelcommission is determined by CDOT to be reasonable and not excessive as compared with fees customarily charged for similar services.) NAME OF UDBE FIRM Chavez Construction, Inc. SERVICES RENDERED: Original _Business Programs Office CERTIFICATION # I "DATE #5559 I 4 f 30l2000 $8,635.50 1 $8,635.50 Trucking: haul off demolished materials from the site. may not be used Form MAY-14-2004 FRI 10:41 AM G. L. HOFF CO. FAX NO. 9706631566 P. 05 I PART 2 - UDSE PARTICIPATION SUMMARY CA) What Is the total dollar value a( this proposed subconhact, supply contract, OR servk�lbroker ontract that is eligible for counting toward contract goals? ,ROTE: Provide in actual subcontractor dollars and not prime contract prices) A> $ 8,635.50 A n [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART 1 ] 8) What Is the total dollar value of proposed subcontracts that are eligible for counting towards B> $43 080.00 contract goals from prior sheetsfiorms? > C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C> $51,715.50 C v[A + B] D) What is it* original contrict bid total? D> $393, 695.15 E) What is the acrwmuladve percent of contract bid total subcontracted to all underutilized DBEs? 13.14 % r.� E(C + D) X 100] PART 3 - PI CERTI serti y that: • my company has met the contracted UDBE goals or Documentation. DOT Form #718, DBE Good Faith Effort • my company has accepted a proposal from — riled above. • my company has notified the proposed t tracted UDSE commitment. • my companys use of the propos Au a items of work listed above is a condition of the contract award. • my company will invite the p b to attend the preconstruction conference. • my company will riot us su or for the proposed UDBE suboontractoes failure to perform under a fully executed sub ny complies with the definitions and requirements section of the DBE Special Provisions. • I understa wrtfi the infoffnadon shown on this form will be considered grounds for contract termination. I declare under the second degree, and any other applicable state or federal laws, that the statements made on this doc true and complete to the best of my knowledge. Prime Contractor Name: G.L. Hoff Company Date: 5 /13 /2004 Officer Signature and Title: L Miriam T. Hoff, Secretary Treasurer —266� FORM INSTRUCTIONS Prime Contractor: 1. An officer of the contractor(s) must complete this form. 2. Include only DBE firms which meet the underutilized criteria in the contract goal speciflcadon for this project (i.e.. UDBE firms). 3. Complete ONLY ONE section for part 1 (ta, 1 b. OR 1c) 4. Complete ALL sectikins of Part 2 and Part 3 5. Submit a separate CDOT Form #715 for EACH proposed UDBE. 6. Retain a photocopy for your records. 7. Send original to: Colorado Department of Transportation Business Programs Office 4201 E. Arkansas Ave. Denver. Colorado 80222 FAX: (303) 757-9019 ..••y^ ••• — •+w".e•a VFL%"r W"Wou rrevrous saloons may not De used GOUT Form PAGE 2 IN WITNEScI WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 27th day of _ Anril__ , 20a4, and such of them as are corporatic:ns 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: G. L. Hoff Companv Address: 1815 W. 12th St. Loveland, 0 80537 By: Title: ATTEST: By (SEAL) SURETY Employers Mutual Casualty Company P.O. Box 370010 Denver, CO 80237 B y . --- -- Title: Attorney -in -Fact (SEAL) Section 00410 Page 3 A/EMCInsuranim Corr ani s P.O. Box 712 " Des Wines, IA 50303-0712 ' . T CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN;,FACT KNOWFALL M9N BY THESE PRESENTS, that: 1, Errlpployers ANutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insuranoe Company, a North.4akt.a Cofporatloh 2 EMVTO Irlsnranee tlompany an laws Corporatfon 6, EMC Property 8 Casualty Gotnirlaany, an fo r rpar "Jon 3 Uriion lnsuranr a Eompany of Providence, an Iowa Corporator 7. The Hamilton Mutual insuralice Company, an 6h1a txrpoiretibrt 4. Iilinois'EMCA$Cq htsuranee Company, an Iowa Corporation7. ttetelhaiter referred to severally sly "Company" and collectively as "Companies", each does, by these presents, make, constitute and apptrini CHRI8 RICHMOND, RUSSELL MICHELS, DARLENE KRINGS, DIANE CLEMENTSON, INDIVIDUALLYI FORT COLLINS, COLORADO'..... its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory ihstruments of a 91NOXAMINIMT EXCEEDING TEN MILLION DOLLARS .................... ($101000,00010.0). and to bind each Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of each -such Company, and all of the acts of said attomeypursuant to the authority hereby given are hereby ratified and confirmed. herebynted shall ex ire April 1, 2006 TheAuthority y Y gfa P unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power of Attprney is matle and executed pursuant to and by, the authority of the following resolution of the Boards of Directors 0 each of the Qompanies;at a regularly scf educed mebliN of each;o mpanyduly called and held in 1999: RFSt)LVrrp The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty I;ortlpany shall have power and aufhdrjiy to (1) appoint attorneys -in -fact and authorize them to execute orf behalf oE: each Company and attach the seal of"the. Conlpl#ty thereto, bonds'and uridprtakings, recognizences, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such P6meyrirt-fadl tit and tlmpand re4oke" the powerand autltority:given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of.the power«of allOrhey issued fo ham, to execute, anddellver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizancas,i wrifr a of Indemnity and rather Otings obligatory irrthe nature thereof, and any such instrument executed by any such ariorney-in-fact shall be fully, and in ail r spycfs b�ritiirag upon ttie •ptrFary, " G�erbFioation as to fhe validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be,fuily slid ip aA re$pects ' t3mdrrig upon this Company. The facsimtle or mechanically reproduced signature of such officer, whether made 1leretofore or`,11erAifker, wherever app aritig apart a ceAified Copy of any power-of-attantey of the Company, shall be valid and binding upon the Company with the same force and affect as though -OW— mlly axed: 1N 5S WHI3REOF, the Co have caused these p�tsto be signed for each by their officers as shown, and the Corporate seals to be Item affixed this 7 ; `tlay oP Seals A�a 1Ns�. c c"4 a Bruce G. Kelley, Chairman Bildi -- Sao uy4 , o o iv Y. Y w : yap4°nA ay �s zz� T�q� of Company 1 Vice Chairman and of Go ant Assistant Sec tary ` :SEAL b o tilB3 m - 1953 <" = CEO of Company 7 ` m- .� ,own h2. h ,• o ,. t<" On this 17th day of January,AO before me a . 6A u"4n anc ���'I,-, "ir 40flQ �eFo >��S gPo 4;cgso Birdsley, who, Public being by me duly swornI for the State of , , sin nail appggsrad Sruce Gr ,.ItojY a0#1165,0.S. „ 4 F -4; �� M,) MindrPi �tne.,•1, le rne.f0 b Chairman, President, Vice Chairman and C, anolcr Asaietant_�ecralary, respa�tively4 f 3EAl x ? SEAL T b SEAL o each of The Companies above; that thesda% affixed to thfa,in�trtlm It aNa the,sa is df as a e , : rM t,Q, corporations; that said instrument was signed and sealed ¢n 1�eFiaifTof each of the Companies owl n .•' v;H aRro ,,' OWES �, by authority of their respective Boards, of 01tectprs; and°tM t the said; bb �' fCeNey'pgd' Jeffrey S 9irdsley, as such officers ackrloyr age the f txetiitibn of liakl insklument to he; a•W T voluntary act and deed of each of the Cprres: 00330 BID SCHEDULE - REVISED BID #5850 WEST ELIZABETH BIKE LANE IMPROVEMENTS Item No. Description Unit Contract Qwmdty Cost Unit Cast Total 201 CLEARING AND GRUBBING IS 1.0 202 REMOVAL OF CURB AND GUTTER LF 26SLO j 202 REMOVAL OF ASPHALT PAVEMENT SY 2279. 202 REMOVAL OF CONCRETE PAVEMENT SY 132LO 9.9u S , 202 REMOVAL OF PIPE LF 16. 202 REMOVAL OF GROUND SIGN - EACH 6.0 S 66.0 202 REMOVAL OF STORM INLET EACH 7. S 202 SAWCUT ASPHALT MAT LF 5218. 1.50 f 7, 203 EXCAVATION CY 4410 10. 10 S 203 BORROW TON 423. S 203 POTHOLING HOUR 40. $ 207 FINEGRADING SF 11037. j 207 TOPSOIL IM PORT CY 12L j . 208 GRAVEL INLET FILTERS EACH E. S 208 1EROSIONCONTROL IS 1.0 f 208 CONCRETE WASHOUT STRUCTURE EACH 1. j 210 ADJUST MANHOLE EACH 1 407.00 f 210 ADJUST WATER VALVE BOX EACH 8. 99.00 S 760.9 212 SEED SF 864L S 212 SOIL PREPARATION SF 11037. 0.2 S 213 WOOD MULCH SF 2195. f 2.414. 306 RECONDITIONING SY 19 3.5 f 6.727. 403 HOT BITUMINOUS PAVEMENT PATCHING(ASPHALT) TON 250. 403 ASPHALT SIDEWALK TON 23&1d 9. n $ 603 12 IN RCP CI LF ii.00l 114. U S , 603 15 IN RCP CI LF 7. 603 I81N RCP C[ LF I L f 1.331. 604 INLET TYPE R IS FOOT) MODIFIED RADIAL EACH 2 S 7.750 604 INLET TYPE R IS FOOT) EACH LON 3032. QQ S 604 INLET TYPE 13 COMBINATION S FOOT) EACH 3. S 604 INLET TYPE 13 COMBINATION 10 FOOT) MODIFIED EACH 1. j 9419. 605 ICONCRETE CURB RAMP SY 107. 124.US 608 CONCRETE CROSSPAN SY 59. 609 CONCRETE APRON SY 244. 609 CURB AND GUTTER TYPE 2 SPECIAL T PAN LF 2237.Z9.3 S 609 CURB AND GUTTER TYPE 2 SECTION 11-0 LF 25C 609 6"MOUNTABLECURB LF SOL 610 MEDIAN COVER MATERIAL SF IL 8.0S 613 JUNCTION BOXES LABOR ONLY EACH 1 092 C 613 ELECTRICAL CONDUIT LABOR ONLY LF 2940. S C 626 MOBILIZATION LS L f i 630 TRAFFIC CONTROL SIZE A SPECIALTY SIGNS EACH 2S , $ 630 TRAFFIC CONTROL IS 1. F/A ON -THE JOB TRAINING F/A 0. $ F/A OJT COLORADO TRAINING PROGRAM F/A 0. S VIA MCR FIA f 0. Total Base Construction Cost S f Dollars anc Cents. SW&ed J h Address 1815 W. 12th St. Company G.L. H ff Co a Loveland, CO 80537 PhoncTax 970-669-3255 663-1566fa Check One: Individual Doing Business in Company Name Corporation Pannershi The sum ofthese two amounts will be used to determine the lowest successful bidder according tote following nmu: A t B X (the daily cost) - Coatrnclor's bid for evaluation for the M_W successful bidder Where: A - Contraciors total bid for the wok items ' B -Number of Calendar Days required to substantially complete the work Daily Cost for this Project - $3,828.00 A = Total Construction Cost s,3'?3.0 6 qs- 41 BID SCHEDULE - REVISED BIG.#5850 WEST ELIZABETH BIKE LANE IMPROVEMENTS ItemNo. Desertptk unit COalfatt Quantity Costa Unit Cost I Total B = Total number of calendar days bid = 7y Total number of calendar days bid ( 7 4/) X $3,828.00 - f r2 9.30 e2 7 . 0 TOTAL PROJECT COST = A + B X (the daily cost) = f �0 • BID ALTERNATE 623 SHRUB IRRIGATION IS 1 1.0 8125. Od S 8 125.00 623 IRRIGATION TAP AND METER Y4" IS 1. S 214 DECIDUOUS CANOPY TREES 2" CAL EACH 1 f 214 SHRUBS S GAL EACH 177. S 608 ENHANCED CONCRETE CROSSWALK SY 1 $9. S SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM Traffic Control SUBCONTRACTOR Northern Colorado Traffic 7/96 Section 00430 Page 1