Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5858 MISC. STREET IMPROVEMENTSCity of Fort Collins Miscellaneous Street Improvements Bid Number: 5858 Connell Resources Inc. 4305 East Harmony Rd Fort Collins, CO 80528 970-223-3151 CONNELL RESOURCES, INC. CITY OF FORT COLLINS TIME AND MATERIAL LABOR AND EQUIPMENT RATES MISCELLANEOUS STREETIMPROVEMENTS Bid # 5858 All Rates are per hour except as noted PUMPS 3" Trash pump $26.00 4" Submersible $30.00 6" Diesel pump $34.00 PAVING EQUIPMENT - Operated, Fueled & Maintained Paving Machine Cat AP1055B $129.00 Paving Machine BG225 $87.00 Paving Machine BG145 $87.00 Gilcrest 813 Pro Paver $76.00 CMI PR-500 Profiler $397.00 CS 8200 Profilograph $134.00 Power Curber 150 $134.00 Johnson Street Sweeper $70.00 Crew Truck & Tools $200.00 Day Spray Rig $150.00 Day Tractor w/Spreader Bar $300.00 Day Tack $3.00 Gal ROLLER EQUIPMENT - Operated, Fueled & Maintained 815E Sheepsfoot Compactor $109.00 Rex 3-35 Compactor $88.00 Dynapac CA151 Vibratory Roller $75.00 Dynapac CA151 Compactor $75.00 Cat CP323 Compactor $64.00 Cat CP433 Smooth Drum $75.00 Hypac 530A Rubber Roller $59.00 Hyster C766 Roller $80.00 Dynapac Roller,CC21,CC101,CC122 $49.00 Ing Rand DD32 Asphalt Roller $51.00 MISCELLANEOUS Kick Broom $51.00 Sweeper $118.00 Asphalt Saw $65.00 Compressor & Tools $280.00 Day Pickup Truck & Tools $14.00 Fuel Truck $70.00 Portable generator set $46.00 Page 2 of 3 CONNELL RESOURCES, INC. CITY OF FORT COLLINS TIME AND MATERIAL LABOR AND EQUIPMENT RATES MISCELLANEOUS STREETIMPROVEMENTS Bid # 5858 All Rates are per hour except as noted LABOR Straight Time Overtime Project Site Manager with Pickup $55.00 Supervisor with Pickup $51.00 Foreman - Pickup Truck with Tools $42.00 $63.00 Operator - Blade $36.00 $54.00 Operator - Lg Scraper,Loader, Dozer,Hoe $33.00 $49.50 Operator - Sm Scraper,Loader, Dozer,Hoe $30.00 $45.00 Operator - 815, Disk, Rex Compactors $30.00 $45.00 Operator - Skip tractor, Skid Steer $24.00 $36.00 Operator - Paver, Screedman $35.00 $52.50 Operator - Paving Rollers, Sweeper $32.00 $48.00 Laborer - Asphalt $28.00 $42.00 Grade Checker $32.00 $48.00 Pipe Layer $26.00 $39.00 Laborer $24.00 $36.00 Field Mechanic $35.00 $52.50 Oiler $33.00 $49.50 Overtime will be added to the above prices for Weekend, Holidays, and above 8 hour; during the week. All units listed above will be an additional $12.00 per hour for overtim TRUCKS - Fueled, Operated & Maintained Tractor w/Low Boy $89.00 Tractor w/Rock Trailer $66.00 Tractor w/Flow Boy $66.00 Tractor w/Belly Dump $66.00 Tractor w/End Dump $66.00 Truck and Pup $61.00 Tandem Dump $61.00 Cat D35 Rock Truck $91.00 Cat 621 Rock Truck $91.00 Cat D25 Water Tanker $70.00 International Water Truck $59.00 Ford 2000 Gallon Water Truck $54.00 Overtime will be added to the above prices for Weekend, Holidays, and above 8 hours during the week. All units listed above will be an additional $12.00 per hour for overtim Page 3 of 3 ,. Y...... . h Connell Resources, Inc. 4305 East Harmony Rd Fort Collins, CO 80528 Phone: (970) 223-3151 Fax: (970) 223-3191 Email: rtrembleCa@connellresources.com City of Fort Collins Miscellaneous Street Improvements Bid # 5858 Subcontractor Listing Scope Contractor Phone # Flat Concrete C,G&Walk Express Concrete Inc (970) 225-1287 Structural Concrete Concrete Structures Inc. (970) 535-0202 Fencing Cedar Supply (970) 663-2828 Irrigation / Landscape Bath Inc. (970) 484-5022 Saw Cutting Crystal Sawcutting (970) 484-7707 Paving Fabric A&S Paving Fabric (970) 223-7664 Vendor Listing Scope Vendor Phone # Reinforced Concrete Pipe Foothills Concrete Pipe (970) 785-6066 Water / Sewer Pipe & Fittings Hughes Supply (970) 221-4422 Concrete Loveland Ready Mix (970) 667-1108 Precast Manhole Aguilars Corp. (970) 330-7086 HDPE Pipe Advanced Drainage Systems (970) 493-7234 Corr Steel Pipe Big R Manufacturing (970) 356-9600 Rip Rap and Topsoil Pioneer sand Company (970) 223-4305 Fabrics Vance Brothers (303) 341-2604 F 1.."1. h. M APR 2 0 2004 STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Construction Contract Unit 4201 East Arkansas Avenue Denver, Colorado 80222 (303)757-9865 NOTIFICATION OF PREOUALIFICATION CONNBLL RESOURCES, INCORPORATED 4305 EAST HARMONY ROAD FORT COLLINS, CO 80528 April 16, 2004 Vendor ID: 174A Reference is made to your application for registration as a qualified bidder on Colorado Highway work, dated April 14, 2004. Your file has been reviewed and determined to be complete. Based on the information contained in your application your firm is approved to submit bids on any project, subject to the ability of your firm to provide the required bond(s). Your firms Vendor ID is indicated above and must be shown on your bid proposal. Bids from a general contractor will be received subject to any limitation stated above, and with due consideration of the amount of work presently under contract, past performance on highway contract, and the contractor's financial status at the time of bidding. It is further understood that the bidder has available the organization and equipment adequate for any project on which a bid is submitted; that the contractor's organization and equipment will be available to undertake the work on which bids are currently made, promptly after award of contract; and that the work will be carried on expeditiously and under proper supervision. This notice supersedes all previous notices. This prequalification will expire on April 30, 2005. You must file a new application 10 days prior that time to remain current. It is the contractor's sole responsibility to obtain and file the necessary forms each year prior to expiration. Forms are available on the Internet at hqp://www.dot.state.co.us/BiddinJBidForms.htm. If you need forms sent to you, they maybe requested at 303-757-9354. CDOT Award Officer (303) 757-9006 REO;ro Travele/rs "'''� CONTINUATION CERTIFICATE FIDELITY OR SURETY BONDS/POLICIES Travelers Casualty and Surety Company of America Hartford, CT 06183 License No. In consideration of $100 dollars renewal premium, the term of Bond/policy No. 104038185 in the amount of $10,000.00, issued on behalf of CONNELL RESOURCES, INC., whose address is 4305 E. Harmony Road, FORT COLLINS, COLORADO, 80525. in favor of City of Fort Collins whose address is PO Boa 580, FORT COLLINS, COLORADO, 80522 in connection with Non Structural Concrete Contractor is hereby extended to April 09, 2005subject to all covenants and conditions of said bond/policy. This certificate is designed to extend only the term of the bond/policy. It does not increase the amount which may be payable thereunder. The aggregate liability of the Company under the said bond/policy together with this certificate shall be exactly the same as, and no greater than it would have been, if the said bond/policy had originally been written to expire on the date to which it is now being extended. .tined, sealed and dated December 31, 2003. and Surety Company of America C Fox Attorney -in -Fact i F-58-M (2-95) LICENSE OR PERMIT BOND KNOW ALL MEN BY THESE PRESENTS: Bond No.198104038185 TRAVELERS CASUALTY AND SURETY COMPANY Hartford, Connecticut 06183 THAT WE, CONNELL RESOURCES, INC. , as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY, a corporation duly incorporated under the laws of the State of Connecticut, and authorized to do business in the state of Colorado as Surety, are held and firmly bound unto City of Fort Collins, P. O. Box 580, Fort Collins, CO 80522 in the penal sum of Ten thousand and 00/100------------------------ — Dollars ($10,000.00), for the payment of which we hereby bind ourselves, or heirs, executors and administrators, jointly and severally by these presents. THE CONDITIONS OF THIS BOND ARE SUCH, that the said Principal has applied for a license asffor Non -Structural Concrete in accordance with the requirements of the ordinance of said City of Fort Collins , and has agreed to hold said City of Fort Collins harmless from any damage by reason of his/her engaging in said business. NOW, THEREFORE, if said Principal shall faithfully perform all the duties of Non -Structural Concrete according to the requirements of the ordinance of said City of Fort Collins and protect said City of Fort Collins from any damage as hereinbefore stated, then this obligation shall be null and void; otherwise to remain in full force and effect. bond may be terminated as to future acts of the Principal upon thirty (30) days written notice by the Surety; said notice to be sent to Engineering Department of the aforesaid City of Fort Collins by certified mail. Provided, However, that this bond may be continued at the option of the Surety by the issuance of a non -cumulative Continuation Certificate. This bond becomes effective on the 9th the 9th day of April, 2004. DATED: April 9, 2003 S-2151-A (07-97) day of April, 2003 , for a period ending on CONNE/LLL RESOURCES, INC. By. lv,tl',aur.1cC�- U [Le u�s�A�+rl� Title TRAVELERS CASUALTY AND SURETY COMPANY By Attorney--in-Fact Travelers ry CONTINUATION CERTIFICATE FIDELITY OR SURETY BONDS/POLICIES Travelers Casualty and Surety Company of America Hartford, CT 06183 License No. In consideration of $100 dollars renewal premium, the term of Bond/Policy No. 104038189 in the amount of $10,000.00, issued on behalf of CONNELL RESOURCES. INC., whose address is 4305 E. Harmony Road, FORT COLLINS, COLORADO 80525, in favor of City of Fort Collins whose address is PO Box 580, FORT COLLINS, COLORADO 80522 in connection with Structural Concrete Contractor is hereby extended to April 09, 2005, subject to all covenants and conditions of said bond/policy. This certificate is designed to extend only the term of the bond/policy. It does not increase the amount which may be payable thereunder. The aggregate liability of the Company under the said bond/policy together with this certificate shall be exactly the same as, and no greater than it would have been, if the said bond/policy had originally been written to expire on the date to which it is now being extended. .gned, sealed and dated December 31, 2003. and F-58-M (2-95) of America Attorney -in -Fact F .. I-. tl. i- I x LICENSE OR PERMIT BOND KNOW ALL MEN BY THESE PRESENTS: Bond No. 19SIO4038189 TRAVELERS CASUALTY AND SURETY COMPANY Hartford, Connecticut 06183 THAT WE, CONNELL RESOURCES, INC. , as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY, a corporation duly incorporated under the laws of the State of Connecticut, and authorized to do business in the state of Colorado as Surety, are held and firmly bound unto City of Fort Collins, P. 0. Box 580, Fort Collins, CO 80522 in the penal sum of Ten thousand and ($10,000.00), for the payment of which we hereby bind ourselves, or heirs, executors and administrators, jointly and severally by these presents. THE CONDITIONS OF THIS BOND ARE SUCH, that the said Principal has applied for a license astfor Structural Concrete Contractor in accordance with the requirements of the ordinance of said City of Fort Collins , and has agreed to hold said City of Fort Collins harmless from any damage by reason of his/her engaging in said business. NOW, THEREFORE, if said Principal shall faithfully perform all the duties of Structural Concrete Contractor according to the requirements of the ordinance of said City of Fort Collins and protect said City of Fort Collins from any damage as hereinbefore stated, then this obligation shall be null and void; otherwise to remain in full force and effect. `s bond may be terminated as to future acts of the Principal upon thirty (30) days written notice by the Surety; .i notice to be sent to Engineering Department of the aforesaid City of Fort Collins by certified mail. Provided, However, that this bond may be continued at the option of the Surety by the issuance of a non -cumulative Continuation Certificate. This bond becomes effective on the 9th the 9th day of April , 2004. DATED: April 9, 2003 S-2151-A (07-97) day of April , 2003 , for a period ending on CONNELL RESOURCES, INC By TRAVELERS CASUALTY AND SURETY COMPANY By Attorney -in -Fact k ..r .,"... 4. CONNELL RESOURCES, INC. UPDATED AS OF 3131104 SCHEDULE OF MAJOR 2004 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACT TO PE OF WORK AMOUNT JOB COMPLETE LOCATION CONTACT COMPLETE PAVING $40,414 2041004 I00% WELLS FARGO BANK FCI CONSTRUCTORS $ - FORT COLLINS BECKET HANSON UTILITIES, GRADING $974,289 2041006 14% NORTHEAST AREA OVERLAY CITY OF FORT COLLINS $ 837,889 PAVING FORT COLLINS CRAIG FARBER GRADING, PAVING $42,085 2041007 73% PIONEER EXPEDITIONAY SCHOOL ALLIANCE CONSTRUCTION $ 11,363 FORT COLLINS SCOTT BRELSFORD PAVING $505,790 2041009 1% L.C.A.C. 2004 MISC. PATCHING LARIIvf l( COUNTY $ 500,732 LARIMER COUNTY TODD JUERGENS SEWER, STORM, GRADING, $93,987 2041010 12% CARRIAGE AUTO SERVICE SHOP DRAHOTA CONSTRUCTION $ 82,709 PAVING FORT COLLINS GRADING, PAVING $37,403 2041011 95% SCOTCH PINE COMMERCIAL KEVIN KING $ 1,870 FORT COLLINS GRADING $28,995 2041013 99% HARRISON DRIVEWAY CRAIG HARRISON $ 290 FORT COLLINS WATERLINE $26,330 2041014 50% LIND PROPERTY CENTEX HOMES $ 13,165 FORT COLLINS PATRICK KRAMER WATERLINE, GRADING, $43,053 2041016 0% SUPPLY CACHE R.C. HEATH CONSTRUCTION $ 43,053 PAVING FORT COLLINS RANDY GATES UTILITIES, REMOVALS, $3,489,166 2041020 0% CENTER FOR DISEASE CONTROL SKANSKA USA BUILDING, INC $ 3,489,166 GRADING, PAVING FORT COLLINS TIM YORK UTILITIES, GRADING, PAVING $322,964 2041021 0% TIMBERS CONTRACT 4 / ZEPHYR RD TIMBERS LLC $ 322,964 FORT COLLINS BYRON COLLINS UTILITIES, GRADING, PAVING $418,023 2041022 0% TIMBERS CONTRACT 4 / INTERIOR TIIvfBERS LLC $ 418,023 FORT COLLINS BYRON COLLINS $ 5,721,223 CONNELL RESOURCES, INC. UPDATED AS OF 3131104 SCHEDULE OF MAJOR 2003 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE ..ADING, UTILITIES, $682,553 2031001 100% EAGLE CLIFFS DRAHOTA CONSTRUCTION $ PAVING FORT COLLINS JEFF JENSEN GRADING $84,590 2031003 100% HARVEST PARK THE WRITER CORPORATION $ FORT COLLINS GREGO SEEBOHM GRADING, PAVING $95,118 2031004 100% GARDENS ON SPRING CREEK GOLDEN TRIANGLE $ - FORT COLLINS JEFF DINGWALL CONCRETE $59,105 2031006 100% CSU REPLACE SIDEWALKS COLORADO STATE UNIVERSITY S - FORT COLLINS JIM STODDARD PAVING $376,301 2031007 100% LARIMER CO ASPHALT MISC. PATCH 2O03 LARIMER COUNTY $ _ LARIMER COUNTY TODDIUERGENS WATERLINE, PAVING $778,356 2031008 100% TIMBERLINE ROAD WATERLINE PH IA FC-LOVELAND WATER DIST/TST $ - FORT COLLINS SHAR SHADOWEN PAVING $1,692,718 2031009 99% FORT COLLINS 2003 ASPHALT OVERLAY CITY OF FORT COLLINS S 16,927 FORT COLLINS RICK RICHTER GRADING, PAVING $38,084 2031011 100% HIGHLAND MEADOWS 5TH FILING HIGHLAND PATIOS LLC $ - FORT COLLINS ANDY KRILL GRADING, PAVING $285,556 2031012 100% RICHARD'S LAKE P.U.D. RICHARD'S LAKE, LLC $ - FORT COLLINS DAVE PERKINS PAVING $43,940 2031014 100% METER SHOP BUILDING SINNETT BUILDERS $ FORT COLLINS BRIAN BLAKE PAVING $49,050 2031015 1000/. HORSETOOTH RES. FILTER & DRAIN DELHUR INDUSTRIES $ FORT COLLINS MIKE WILLARD PAVING $44,838 2031017 95% 2003 FC MISC. PATCHING CITY OF FORT COLLINS $ 2,242 FORT COLLINS JOHN STEPHAN 'ING $258,996 2031019 100% BIG HORN RIDGE PAVING ALLIANCE CONSTRUCTION $ - FORT COLLINS MICHELE NOEL PAVING $141,209 2031020 1000/0 REDEEMER LUTHERAN PAVING R.C. HEATH CONSTRUCTION $ - FORTCOLLINS DAN WERNER UTILITIES, GRADING $431,010 2031021 99 . LARIMER CO COMMUNITY CORRECTIONS DELTA CONSTRUCTION $ 4,310 PAVING FORT COLLINS TIM STERN PAVING $34,350 2031027 100% CSU ARBL PARKING LOT COLORADO STATE UNIVERSITY S - FORT COLLINS JIM STODDARD UTILITIES, GRADING $401,131 2031029 86% TIMBERS CONTRACT 3 TIMBERS LLC $ 56.158 PAVING FORT COLLINS BYRON COLLINS PAVING $380,648 2031031 70% RIVERSIDE& JEFFERSON IMPROVEMENTS MOUNTAIN CONSTRUCTORS $ 114,194 FORT COLLINS PAMELA DUNCAN GRADING, PAVING $154,528 2031033 60% CSU STUDENT HOUSING PINKARD CONSTRUCTION $ 61,811 FORT COLLINS STEVE BURNS UTILITIES, GRADING $156,058 2031034 94% RIVER13END PDP HARTTORD COMMERCIAL CONST $ 9,363 PAVING FORT COLLINS JONATHAN CAIRNS UTILITIES, GRADING $133,292 2031036 55% RESPITE CARE THE NEENAN COMPANY $ 59,991 PAVING FORT COLLINS GARY WALKER PAVING $61,873 2031039 100% BED, BATH & BEYOND /OLD NAVY SULLIVAN CORPORATION $ _ FORT COLLINS DAVID STADER UTILITIES, GRADING, $531,376 2031041 73% SUNSTONE MIXED USE HARTFORD COMMERCIAL CONST S 143,472 PAVING, REMOVALS FORT COLLINS JONATHAN CAIRNS UTILITIES, PAVING $1,625,498 2031043 93% TIMBERLINE ROAD WATERLINE PH IB FC-LOVELAND WATER DIST/TST $ 113,785 GRADING FORT COLLINS SHAR SHADOWEN PAVING $98,348 2031507 100% CSU ASPHALT PATCHING & OVERLAY COLORADO STATE UNIVERSITY S - FORT COLLINS GENE GRIFFITH S 582,244 MAY-14-2004 FRI 02:20 PM FC RISK MANAGEMENT FAX NO. 9706216296 P. 03/08 Bid Schedule for Addendum #1 Miscellaneous Contract Bid Tab Item Quant Unit Totaal-i Number Description it Unit Cost Coo+ J 202-01 Remove pipe ADS-CMP-RCP-PVC-CLAY TILE 30 LF :5,e LtO I 1 b;2.-- 202-02 Plug Existing Pie 12"-36" 1 EA k90 l 4O-- 202-03 Remove Vertical Curb 137 LF 55• 202-04 Remove Roll Over Curb And Sidewalk. 100 LF _-10 It20 - 202-05 Remove Cross an/Drivewa /A ron. 150 SF .20 `33a� 202-06 Remove Concrete Pavin 8" Avg Depth. 400 SF El 0 O� 202-07 Remove Asphalt 8". 50 SY O bG - 202-08 Roto Mill W-4" As halt. 100 SY 4-00 — 202-09 Profile Mill 0-3", 600 SY 1.60 Obo-- 202-10 Remove Sidewalk 4"-6", 403 SF 202-12 Remove Ri Ra . 20 SY -60 202-13 Remove Fence Various -Types. 100 LF -_ 202-14 Saw Cutting Existing Asphalt. 100 LF 203-01 Unclassified Excavation, 115 CY 203-02 Embankment CIP . 75 CY 23a,40 203-03 Borrow Suitable Fill Material. 50 CY- 203-04 Haul Dispose. 65 CY 1RO -3 203-05 Topsoil LStripping, Stockpiling, Placing)_ 75 CY 01.80 203-06 Muck Excavation CIP . 5o CY$p- 203-07 Borrow ABC Class 5 or fi CIP . 50 Ton 1 00- 203-08 Borrow Fill R-25 50 CY t ROD - 203-09 Median Splash Block Shaping 500 SF G 2ts0' 203-10 Import Topsoil Screened 50 CY - 203-11 Potholing 10 EA �Zp 00- 206-01 Structure Excavation 50 CY OC�- 206-02 Structure Backfill On Site Fill 5o CY 60. 10- 206-03 Haul And Leveling 50 CY f Q�- 206-04 Structure Backfill Flow Fill 50 CY - 206-05 206-06 Filter material 1" 1/2 " washed rock _ Dewatering So 15 320 Ton Da LF - 4O- �• ),W0 11 g5D 0- _ 208-02 Silt Fence Furnished And Installed 208-03 Straw Bales Furnished And Installed 10 LF 9 O- 208-04 Soil Retention Blanket 150 SY _ 210-01 Ad'ust Valve Box 3 2 EA 210-02 Adjust Manhole Ring/Cover - - EA Urvo - D 210-03 Modify Manhole 2 - EA_Ot20 - 40 210-04 Relocate Fire Hydrant. 1 EA ►(JCl 00 210-05 Relocate Water Meter _ 1 EA 3 CONNELL RESOURCES, INC. UPDATED AS OF 12/31103 SCHEDULE OF MAJOR 2002 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE .DING, PAVING $112,965 2021001 100% HERON LAKE RV PARK MIR COMPANY, LLC $ FORT COLLINS MIRIAM J. FLOOD GRADING $141,222 2021003 100% REGISTRY RIDGE 4TH FILING U.S. HOME $ FORT COLLINS GREGG SEEBOHM UTILITIES, REMOVALS $694,450 2021005 99% LARIMER COUNTY COURTHOUSE HENSEL PHELPS CONSTRUCTION $ 6,945 GRADING, PAVING FORT COLLINS JEFF SCHULTZ PATCHING $12,420 2021006 100% CSU MISC. STEAM REPAIRS GRACON CORPORATION S - FORT COLLINS GERRY GRANAHAN GRADING, PAVING $94,333 2021010 100^/o INTERSTATE HONDA R.C. HEATH CONSTRUCTION $ FORT COLLINS RANDY GATES PAVING $1,359,700 2021015 100% FC 2002 ASPHALT OVERLAY CITY OF FORT COLLINS $ - FORT COLLINS RICK RICHTER PAVING $421,156 2021016 100% LARIMER COUNTY ASPHALT 2002 LARIMER COUNTY S LARIMER COUNTY TODDIUERGENS REMOVALS, PAVING, 5893,475 2021017 100% SOUTH SHIELDS STREET IMPROVE CITY OF FORT COLLINS S - GRADING FORT COLLINS EILEEN BAYENS GRADING, PAVING $384,655 2021019 100% FOSSIL CREEK COMMUNITY PARK CLARK CONSTRUCTION S - FORT COLLINS MIKE SIMMS PAVING $1,330,774 2021020 100% LARIMER COUNTY 2002 RESURFACING LARIMER COUNTY $ LARIMER COUNTY TODD JUERGENS GRADING, PAVING $85,289 2021021 100% COLLINDALE CLUBHOUSE DRAHOTA CONSTRUCTION $ FORT COLLINS JEFF JENSON PAVING $38,166 2021022 I00% ROLLAND MOORE PARK TENNIS COURTS EVERGREEN TENNIS S - FORT COLLINS GEORGE STAHLIN UTILITIES, GRADING $263,886 2021023 1000/0 FC GOOD SAMARITAN VILLAGE R.C. HEATH CONSTRUCTION S FORT COLLINS DAN WERNER 'ING $116,663 2021024 100% LOPEZ ELEMENTARY PARKING LOT POUDRE SCHOOL DISTRIT R-1 S FORT COLLINS JERRY GARRETSON REMOVALS, SEWER $629,896 2021025 100% FOSSIL CREEK PARKWAY CITY OF FORT COLLINS $ GRADING, PAVING FORT COLLINS JOHN STEPHEN GRADING, PAVING $66,406 2021026 100% SEASER'S SITE DEVELOPMENT DORN CONSTRUCTION $ - FORT COLLINS DAVID STOLTE REMOVALS, GRADING $176,030 2021029 100% FERNDALE SUBDIVISION LARIMER COUNTY S PAVING FORT COLLINS TODD JUERGENS REMOVALS, PAVING $213,818 2021030 100% CSU 2002 DETERIORATED ROADS COLORADO STATE UNIVERSITY $ - FORTCOLLINS JIM STODDARD REMOVALS $124,639 2021031 100% AGILENT TECH MOD 2 REMOVAL R.C. HEATH CONSTRUCTION $ FORT COLLINS STEVE ORECCHIO GRADING, PAVING 5356,718 2021032 100% LINMAR ACRES SUBDIVISION LARIMER COUNTY $ _ REMOVALS FORT COLLINS TODD JUERGENS UTILITES, GRADING $546,227 2021035 1000/0 TIMBERS PUD TIMBERS LLC S - PAVING FORT COLLINS BYRON COLLINS GRADING, PAVING $36,794 2021036 100% RIGDEN FARM 2ND FILING ADVOCATE CONSTRUCTION S FORT COLLINS CARL GLASER GRADING, PAVING $293,552 2021037 100% CLYDESDALE PARK 2ND FILING CLYDESDALE PARK LLC $ - FORT COLLINS JAMES VICK GRADING, PAVING 5405,734 2021039 100% FAITH EVANGELICAL FREE CHURCH PINKARD CONSTRUCTION $ _ FORT COLLINS ANDREW LAVAUX PAVING $99,422 2021040 l00% 2002 MISC PATCHING CITY OF FORT COLLINS $ - FORT COLLINS TRACY DYER WATERLINE $40.808 2021041 1000/0 TIMBERLINE ROAD PRV FC-LOVELAND WATER DISTRICT $ FORT COLLINS NATE GILL UTILITIES, GRADING $434,816 2021044 100% TIMBERS PUD PHASE IF TIMBERS LLC $ 'LING FORT COLLINS BYRON COLLINS -KADING $85,507 2021046 100% REGISTRY RIDGE 4TH FILING US HOME $ _ FORT COLLINS GREGG SEEBOHM S 6,845 MAY-14-2004 FRI 02:20 PM FC RISK MANAGEMENT FAX NO. 9706216296 P. 04/08 eo 210-06 210-67 Relocate C.P. Test Station Irri ation Service 3/4"-1" 1 2 EA EA ITO � 'ZpD- Q„ 2 1-w 210-08 Relocate Fence Various Types 100 LF 210-09 Relocate Mailbox(provide temporary service 2 EA O �' 304-01 Aggregate Base CL 5-6 CIP 6" 50 Ton I - UD- 304-02 Shouldering Base Class 5-6- (4in) CIP 50 Ton 1 Qp - 304-03 Patch Placement Base CL-5-6 6" CIP 50 Ton 306-01 Reconditioning (8") 50 SY -- 403-01 As halt Patching Grading S 3" Depth) 3 Ton 0_ 403-02 Asphalt Patching Grading SG 6"-10" Depth) 6 Ton 0 - - 403-03 Hot Bituminous Pavement - Grading S 3" Depth) 50 Ton 403-04 Hot Bituminous Pavement - Grading SG 4" De th 50 Ton 4.S - 20 S 403-05 403-06 Asphalt Paver Leveling Course SG Asphalt Paver Patch Grading S (3" depth) 25 25 Ton Ton 14 1,- p 12 412-01 Concrete Pavement 10" 75 SY 412-02 Concrete Pavement 8" 175 SY%� 420-01 Geotextile Stabilization Fabric 50 SY 420-02 Geo-Grid Reinforcement _ SO SY- 420-03 Geotextile Paving Fabric 50 SY 506-01 Rip Rap with Type II Bedding. Topsoil -CIP 10 SY Lt3- 30-- - 603-01 12" CMP 12" CMP FES 27 2 Lt Ea 2 - 90- - 00- 603-02 603-03 24" CMP 30 EA 3 -- I©QD-- _603-04 24" CMP FES 2 LF rL3Q 603-05 12" Class III RCP _ 30 LF ¢2G- 603-06 15" Class III RCP 30 LF- 603-07 18" Class III RCP 30 30O- LF _ 20l, - g-fO - 603-08 _ 21" Class III RCP _ 603-09 24" Class III RCP 80 LF LF - 2 a6o- 603-10 27" Class III RCP _ 30 6 l 3�- 603-11 30" Class III RCP 30 30 30 LF LF LF CI- _sot 7 - 4*D- 2 I30 603-12 36" Class III RCP 603-13 42"Class III RCP 603-14 12 RCP Class III FES 2 2 EA EA -3 33a- 660 — 603-15 15" RCP Class III FES 603_-16 603-17 603-18 _ _ 18" RCP Class III FES 2 2 EA _ EA 3 10— - O 21" RCP Class III FES 24" RCP Class III FES _ 2 EA t - 603-19 27" RCP Class III FES 2 EA cSZO 4O 603-20 _ 603-21 30" RCP Class III FES 36" RCP Class III FES 2 - 2 EA EA �-2 56 © oj_- M 603-22 42" RCP Class III FES- 2 EA ?.00 MAY-14-2004 FRI 02:20 PM FC RISK MANAGEMENT FAX NO. 9706216296 P. 06/08 603-23 24"x 38" RCP 30 LF 603-24 24% 38" RCP- FES 2 EA I 2Zd 603-25 14" x23" RCP 30 LF 32Q 603-26 14"x 23" RCP FES 2 EA i-4V- 603-27 Trash Rack 2 EA- 603-28 15" ADS N-12 30 LF 603-29 15" ADS FES 2 EA O - 603-30 18" ADS Pipe N-12 30 LF _AgO_- 603-31 _ 18" ADS FES 2 EA ICf p— 3 603-32 24" ADS Pi eN-12 30 LF - 0 606-33 24" ADS FES 2 EA 2%C�440_ �. 603-34 _ 36" ADS Pie N-12 30 LF 603-35 36" ADS FES 2 EA ?O - Q 40 603-36 4" PVC Irrigation Pie SCH-200 30 LF 15?- CSC 603-37 4" Sanitary Sewer Service SDR-35 30 LF j2 - - 603-38 - 6" Pvc Sanitary Sewer 30 LF 2 — - 603-39 8" Pvc Sanitary Sewer SDR-36)30 LF 603-40 Concrete Encasement 20 LF 603-41 Concrete Cut Off Walls ditch crossing) 2 EA 4,100- fs0 603-42 Pipe Headwall 2 EA OQ 603-43 4" Median Urlderdrain Pipe Perforated 30 LF- 603-44 4" Median Underdrain Pipe Solid 30 LF 1 54v- 603 45 4'_Clean Out 2 EA _ J;- 40- 604-01 Type 3 Single Inlet - 2 EA 604-02 Type 3 Double Inlet 2 EA - _ 1job _640-03 5'Tvoe R Inlet 2 EA 2, 00- 604-04 10'Type R Inlet 2 EA ZS00,- 5 604-06 15' T e R Inlet , 2 EA LAOO - ckloo. 604-06 _ Combination T e 13 Inlet 2 EA - - 604-07 COFC Single Inlet ( Area Inlet) 2 EA 3 604-08 - 4' Diameter Manhole 2 EA 2 604-09 5' Diameter Manhole 2 EA CJC> - _ 604-10 5' Diameter Manhole Drop 2 EA 2 00- �60 504-11 - _ 6' Diameter Manhole 2 100 EA- LF -ZWO iZ T 607-01 Temporary Fence- Corral Fence 607-02 Temp Fence- Corral Pane_I_* screen 100 100 LF LF 2 2 v1- � - 2>Zov 607-03 _ Privacy Fence 8' Cedar 607-04 _ - Privacy Fence 6' Cedar 100 LF 607-05_ _ 607-06 - 2 Rail Split , , 100 100 LF LF_ _ iol' Cs ©C� 3 Railed Dowel Fence_ 607-07 4 Strand Barb Wire _ 100 LF__ - 607-08 Orange Safety Fence 100 500 LF SF (10 2,q.6 TjG 608-01 Concrete Sidewalk (4") - 608-02 Concrete Sidewalk (6") 935 SF ,_ 608-03 _ Concrete Access Ramps with Colored I andin s 6" 36 SF C7 3 •4?b 608-04 Concrete Drive Approach (6") 250 1 200 SF _SF 3 '750 - 608-05 _ Drive Over Curb+Sidewalk 6" _ I . ... N I I i MAY-14-2004 FRI 02:21 PM FC RISK MANAGEMENT FAX NO. 9706216296 P. 06/08 n . A 608-06 Concrete Cross ans+A rons 10" 390 SF <6'(0 �5q 608-07 Concrete Trickle Pan 4ft Wide 6" Thick 760 SF l 608-08 Colored Concrete Bike Path 5" Fibermesh And Colored Yosemite Brown 1000 SF 7,30 M1 '7>300 608-09 Bus Stop Pad 6" Flat Work 500 SF Wo- 608-10 Pedestrian Refuge Islands 100 SF •3 G O 608-11 Hi -Early Concrete 24hr 25 C ' - 5- 608-12 Flow Fill 50 C 2 609 01 Remove and Replace Concrete Curb and Gutter (match existing)100 LF _ 2 2� 609-02 Vertical Curb+Gutter 30" 66 LF btu -.Z-14 - 809-03 Outfall Curb+Gutter 18" 50 LF 609-04 Rollover Curb+ Gutter -Friveway 50 LF S� SO- 609-05 Curb Cuts 4 EA 12G— LIQD-_ 609-06 Asphalt Curb 150 LF `�- 1.060 610-01 Exposed Aggregate Concrete Hardsca a Medians 4" 250 SF 9-40 �� 2 610-02 Patterned Concrete (Stamped) 250 SF I q- 610-03 Interlocking Sidewalk Pavers -Type 1 250 SF 2T- SD 619-01 6" DIP Class 52 And Poly Wrap 30 LF - 619-02 6"x6" Tee 1 EA 2qO Zq.O - 619-03 _ 6"W' Cross 1 EA d 530 619-04 6" 45' Bend 1 EA 'rZ4a- 240 619-05 6" Gale Valve And Box 1 40- 40 - 619-06 6" Mega Lugs Restraints _ 2 _ET EA t '7-0 - 2LO - 619-07 6"x2" Blow Off 1 EA �O - 619-08 8" DIP Class 52 And Ploy Wrap 30 LF 619-09 8"x6" Tee 1 EA- 619-10 8"x8" Cross 1 EA 3a - 619-11 8" 45 ' Bend 1 EA -ZW - ;Z SO_-_ 619-12 8x2" Blow Off 1 EA j�o &0 619 13 8" PVC C-900 30 LF 619-14 8" Gate Valve And Box 1 EA QED. - 619-15 _J 8" Mega Lugs Restraints 2 EA I L40 - 2 - 619-16 _ _ _ 8"x2" Blow Off i 1 EA 96-0 g - 619-17 Fire Hydrant 1 EA l 0 619-18 6" Fire Hydrant Extension µ � 1 EA �00- OCR - 619-19 12" Fire Hydrant Extension 1 EA s5V - - 619-20 _ 3/4" Copper Pie - 30 LF 0 - 6W 619-21 3/4" CorpStop�..._..__ 1 1 1 EA EA EA D CL L3 - f60 1 0 _- _619-22 3/4" Curb Stop_ 619-23 _ 3/4" Meter Pit with 3/4" Yoke 619-24 619-25 1" Copper Pipe 30 1 LF EA - G L{0 1go _1" Corp Slop -__ 619-26 1"Curb Stop - 1 EA EA 2t CF- I Cl - 619-27 1" Meter Pit with 3/4" Yoke _I 619-28 1" Air Vac Assembly 1 EA 000- e[3G MAY-14-2004 FRI 02:21 PM FC RISK MANAGEMENT FAX NO. 9706216296 P. 07/08 ,.Ul 1 (_-� %-n-(-> )oo Ic.F L�,�6o )moo" 2810-02 6" CL-200 PVC Main 4.5 cover 100 LF 0 2810-03 Ca Irri anon Line 2 EA — -- 2810-04 S rinkler Line Install Trenchin and Backfill 100 LF I.Co 2810-05 Mainline PVC Class 200 3" 100 LF 3 2810-06 Laterals PVC 200 2"-11/2"-1" 100 LF L.Z810-07 Remote Control Zone Valves 2 EA2810-08 Isolation GateValves 2" S uare Nut 2 EA A�"O- 2810-09 Valve Boxes 2 EA2810 10 Control S stem 18 Station 1 EA 61— Electric Control Wiring ( 5 Wires #14 Feed and #12 -- 2810-11 Common) 100 LF 0' q3 2810-12 Gear Driven Rotor Heads Rainbird 2 EA 565 � p �- 2810-13 Pop Up Spray Heads Rainbird 4 EA 1 C9 — k0 — 2810-14 Xeri-Pop Heads 2 EA G 5, G - 2810-15 Drip System Pie 100 LF-- 2810-16 Sidewalk Bore 100 LF 2900-01 Wood Mulch 500 SF 00 6 3 ! S — 2900-02 Landsca a Cobbles CIP 6"-9" Size 2 Ton 1 2900-03 _Topsoil 60/40 Mix For Medians CIP 20 CY Gg0 — 2900-04 Native Seeding 0.5 AER 13 600 2900-05 Turf Sod _ 6500 SF 3-s 410 TOTAL 26i 06q. Note: Also attach Labor Costs and Equipment costs to be used for unanticipated additional work. 7 Material Costs. Cost plus 5 % for materials costing less than $500.00. Maximum allowed is 10% Cost plus -5% for materials costing $500.00 or more. Maximum allowed is 8% CONTRACT AWARD Award will be based upon (1) The most favorable total cost for the labor, material and mark-up requirements stated below and (2) the Service Provider meeting the requirements of the Service Agreement. Contractor must provide an equipment list with current pricing per hour with an operator and a list of proposed sub -contractors with the bid. Firm Name Connell Resources. INc. (Are you a corporation, BA, Partnership, LLC, PC) Signature PRINTED NAME William T Welch Title Vice President Address 4305 E Harmony Road Fort Collins, CO 80528 Phone/Fax(970) 223-3151 Fax: (970) 223-3191 11 MAY-14-2004 FRI 02:19 PM FC RISK MANAGEMENT FAX N0, 9706216296 P. 01/08 Cl� of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5858 MISCELLANEOUS STREET IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5858 Miscellaneous Street Improvements Contract OPENING DATE: May 20, 2004, 3.00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. On the cover of the contract documents and specifications, the sentence that reads: "The City of Fort Collins will provide Traffic Control and Construction Surveying" has been changed to read: The City of Fort Collins will provide Traffic Control, Construction Surveying, and Material Testing. II. On the cover of the contract documents and specifications the sentence that reads: "The successful bidder must have a minimum of three (3) years of excavation or pipeline or roadway construction experience and hold a current City of Fort Collins Utility Contractors License." has been changed to read: The successful bidder must have a minimum of three (3) years of excavation or pipeline or roadway construction experience and hold a current license to work within the right of way from the City of Fort Collins Engineering Department. III. On the Bid Schedule. Item ti 202-14 - Removal of Pavement Markings has been removed from the contract. Please use the updated Bid Schedule when submitting your bid. IV. In our technical specifications Section 210 shall be revised to include the following. Relocate Mailbox (provide temporary service) - This item shall include the relocating of existing mailboxes within the project limits that will be impacted by the construction activities. A temporary location shall be established by the City Representative. A permanent location behind curb shall be established as soon as permanent construction permits. This activity shall be guided by US Postal Service rules. This Item will be paid under Relocate Mailboxes (provide temporary service) - (EA) CONNELL RESOURCES, INC. CITY OF FORT COLLINS TIME AND MATERIAL LABOR AND EQUIPMENT RATES MISCELLANEOUS STREETIMPROVEMENTS Bid # 5858 All Rates are per hour except as noted GRADING EQUIPMENT - Operated, Fueled & Maintained Scraper 631 E $169.00 Scraper 627E $158.00 Scraper 623F $140.00 Scraper 621 E $132.00 Scraper 613B $90.00 Scraper613C $90.00 Blade 140G $87.00 Blade 140H $87.00 Road Reclaimer -Dirt $123.00 Road Reclaimer - Asphalt $170.00 980 Loader $116.00 972 Loader $111.00 970 Loader $106.00 966 Loader $95.00 950 Loader $75.00 938 Loader $75.00 936 Loader $70.00 IT 28 Loader $70.00 John Deere 8650 with Disk $63.00 John Deere Landscape Loader $50.00 Skid Steer $30.00 D-9 Cat Dozer $148.00 D-8 Cat Dozer whippers $132.00 D-6 Cat Dozer $88.00 D-4 Cat Dozer $72.00 D-3 Cat Dozer $67.00 ASV 4810 Track Dozer $62.00 EXCAVATION EQUIPMENT - Fueled & Maintained Komatsu PC600 $142.00 Komatsu PC400 $127.00 Komatsu PC300 $109.00 Komatsu PC220 $88.00 Komatsu PC150 $67.00 350 Cat Excavator $127.00 330 Cat Excavator $106.00 325 Cat Excavator $98.00 436 Cat Backhoe $67.00 426 Cat Backhoe $67.00 416 Cat Backhoe $67.00 Rock $185.00 $165.00 Page 1 of 3