HomeMy WebLinkAboutRESPONSE - BID - 5866 SH 287 AND LAKE STREET MEDIAN IMPROVEMENTS (2)SECTION 00300
BID FORM
PROJECT: SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866
Place Foq+ co � (�.
Date ai ,/, 30ZaOY
1. In compliance with your Invitation to Bid dated (p/'/p y ,
�and subj//e��ct to all conditions thereo�' the undersigned
/�/L`�J^ 141V Yfjs. vfroe k ':!:r a ** orn�� , Limited Liability Company,
Partnership, Joint Venture, or Sole 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 Bid is a ce t'fied or cashier's check or standard Bid
bond in the sum of c_ g O� �:I ($
n 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 e specified performance and payment bonds is as
follows:OI Q �apu CdYYI/2e"
S. 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
41
What aNe the limits of your public liability?
s;�oop/CpOo
What comp n�U) 0 p t�,- -U A� ,
DETAIL
22. What are your company's bonding limitations?oic 000,00 o
23. The undersigned
corporation to
verification of
Qualifications.
Dated at
Name o
By:
Title:
hereby authorizes and requests any person, firm or
furnish any information requested by the OWNER in
the recital comprising this Statement of Bidder's
this day of 20
dder
State of Ca&--t �
County of WjJ,—
being duly sworn deposes and says that he is
of r" C+or5 fnond 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 �c day of
2 O(SV .
P
Notary Pub �-
7/96 Section 00420 Page 3
u
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
ITEM
SUBCONTRACTOR
/IlA-
7/96 Section 00430 Page 1
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
greater than $10,000. This is required by the Equal Employment Opportunity Regulations [41 CFR 60-1.7(b) (1)J. 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.l Yes No I have developed and have on file at each establishment an affirmative action program as
required by 41CFR Chapter 60, Part 60-2.
2. 16 Yes / No I have participated in a previous contract/subcontract subject to the equal opportunity
�/ clause.
3. Yes 611 No I have filed with the Joint Reporting Committee, the Director, or the Equal Employment
I % Opportunity Commission all reports due under the applicable filing requirements.
1 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
�yf��? J2�� �7bidder ❑ proposed subcontractor
BY
L I L L��� -
Title:
4
I .,,
rz-
CDOT Form #347 11/94
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO r Z87 S r Z�
G
ANTI -COLLUSION AFFIDAVIT
LOCATION
sN as/� +- )_AKIE s72
i7 l.C: LLI 'v 1 W
I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this
bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on
his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or
agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder
or potential prime bidder.
2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or
potential prime bidder on this project, and will not be so disclosed prior to bid opening.
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 ffrm'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.
MOUNTAIN CONSTRUCTORS. I
Contractors firm or company M.
BOX 405
By
Date
Platteville, CO 80651
Tltl P�
(970) 785-6161
2nd contractoes film or company name. (If joint venture.)
By
Dete
Title
Sworn to before me this CQa� day of, 20 (Z)C/
Nolery Public:
P.
My commission aspire
0
NOTE- Thl cument must be signed In Ink.
CDOT Form #606 Iro2
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO.
ASSIGNMENT OF ANTITRUST CLAIMS
Sins
Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice
antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this
contract and for receiving payments hereunder:
Contractor hereby irrevocably assigns to CDOT 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 CDOT pursuant to this contract.
2. Contractor hereby expressly agrees:
a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's
behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately
advise in writing:
(1) Such third party that the antitrust claim has been assigned to CDOT, and
(2) CDOT 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 CDOT hereunder; and
c. Promptly to pay over to CDOT 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 CDOT 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 CDOT (as a third parry 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 CDOT hereunder, shall immediately advise in
writing:
(1) Such third party that the antitrust claim has been assigned to CDOT, and
(2) Contractor and CDOT 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 CDOT;
c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to
CDOT hereunder; and
d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the
subcontractor's behalf by any third parry and which claim has been assigned or dedicated to CDOT
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.
MOUNTAIN CONSTRUCTORS, INC.
or company nam6• v. uVA `YV:7
Platteville, CO 80651
(970) 785-6161
2nd contractors fine or company name.
Date
COLORADO DEPARTMENT OF TRANSPORTATION Project #
UNDERUTILIZED DBE BID F_ 2-E73 - (2,3
S H a 45 7
CONDITIONS ASSURANCE Location 4A we S 7/��
l �;4+ W
Instructions: Contractor - Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participa-
tion which qualifies under the contract goal specification for this project.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have
maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds.
INTENDED UNDERUTILIZED DBE PARTICIPATION
1) Will your company's intended Underutilized DBE (UDBE) participation meet contract goals? Pkwres ❑ no
Meets contract goals
2) Total intended Underutilized DBE (UDBE) participation: % yes ❑ no
3) List the UDBE firms you intend to use for your UDBE participation
Name of UDBE firm(s) Certification Intended item(s)
expiration date of work
I understand that, if my 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 iK4WW4ffiP W6ff XTORS,INC.
Company name FE)Date
Platteville, CO 80651
(9 70) 785-6161
2-q , o z/
Company officer si ature
Title
Previous editions are obsolete and may not be used CDOT Form #714 6102
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACTORS PERFORMANCE CAPABILITY STATEMENT
LProject#
z873 i 2�°
1. List names of partnerships or joint ventures t$ 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 no�
b. Key equipment changes nq"e
c. Fiscal capability changes (legal actions, etc.) no,(e
d. Other changes that may effect the contractors ability to perform work. ngtle
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
mots IAtN Can5fRVC 1v12S ice:
By
Date
A 30_0y
Titl
2Fs iOEAJT_'
2nd Contractor's firm or company name (if joint venture)
By
Date
Title
CDOT Form #605 1/92
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned
** as Principal, and Employers Mutual Casualty Company I as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
as OWNER, in the sum of $ 5% of Bid for the payment of which, well and
truly to be made, we hereby jointly and severally bind ourselves, successors, and
assigns.
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby
made a part hereof to enter into a Construction Agreement for the construction of
Fort Collins Project, SH 287 6 LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5666.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a
Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid)and shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid,
then, this obligation shall be void; otherwise the same shall remain in
force and effect, it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations
of said Surety and its BOND shall be in no way impaired or affected by any
extension of the time within which the OWNER may accept such Bid; and said Surety
does hereby waive notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in the
State of Colorado and be accepted by the OWNER•
** Mountain Constructors, Inc.
7/96 Section 00410 Page 2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 30th day of June , 20 04 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: PO Box 405
SURETY
Employers Mutual Casualty Company
PO Box 370010
Platteville, CO 80651 Denver CO 8023
By: / By:
Title: d%.ice Title:.AttorneV=in-Fact: Todd D. Bengford
ATTEST:
By.
A".A,A� P.
(SEAL)
7/96 Section 00410 Page 3
/EMCInsurance Callan yes No. 8 68
P.O. Box 712 "`Des Moines, IA 50303-0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation
2. ECIhCASC0lnsurattce Company, an Iowa Corporation 6. EMC Property & Casualty Comoalty, an Iowa Corporatlerl
1: Union Inkurance Coerpany of Providence; an Iowa Corporation' 7. The Hamilton Mutual Insurance Company, art C1hi"drporatibn
4;' Illinois EMCASCO lrtsurance Company, an Iowa Corporation
hereinafter referred to severally. as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
ROBERT G. PEATS,TODD D BENGFORD, D. N. BROYLES, JEFFREY L. BROYLES, RITA M. MUNDT, MARIE E. REINOEHL,
D. LYNN THOMPSON, EDIE HALLFORD, BRAD COZZIE, INDIVIDUALLY, BOZEMAN, MONTANA...........................................................
....
itsmtnare and lawful etiomey-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings; and other o6fitmlaryirtstnrman a of a
1�N tI MMOOT EXCEEDING TEN MILLION DOLLARS ......,.................................................. ($10 000,000.0(f}
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 Company, and all, of
the acts of said attorney'• pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2006 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power•of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999;
REStiLM: fhe,President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall haue power
and authority to f1)appoint Mtomeys-in-fact and authorize them to execute on;behalf of each Company and attach the seal of the Comp.t thereto, bonds end
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney4m-fact at anytime and reveke
the power and authority -given to him' or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-afferney issued to theta,
to execute and deliYer on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizance&, contracts of''indemnityl nd
other wfftingS obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all reppect6 binding upon the Company.
Certification as to the vaiittty of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fd0y. b d in all respapts
Minding° upon Ibis Company. The facsimile or mechanically reproduced signature :of such officer, whether made heretofore or hereafter, wherever appearing apo r a.
certified copy.oF any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and affect as thttugtrtnanually afffked.
IN. IgESS YiIHEREQFe the Co1101ps have caused these pets to be signed: for each by fhert officers as shown, and the Corporate seals to la, hereto affixed this
day Of.
Seals AdA
Bruce G. Kelley, Chairman J .ey S. ¢tlstey
aai`Gq INSUgQ .,' fi Pg1G£ CQ �F . PAY & �R
S peon''' gc�' �� pPpOq 'Qy qS' pppfl so of Companies 2, 3, 4, 5 & 6; resident Assistant Sett ery.
<rM y z,� qj� of Company 1; Vice Chairman and
SEAL . , a 1$&3 m - ,6= 19S _ CEO of Company 7
b•
On this 11tf1 day of April AD 2fJ03 before me a
oA -P op4o-`a'"S�eP°a`appierbd
`0 P� BOdSIe�P who,ublic Ibeind,b�/r ine duly swoe State of rn, say Qhait there and arppiey:and .feflr,,.eµ�i,�5".�:,.
' V i V' F 9 40 M $ - �O t^; 9_ l O J 1... y 1' 6 to flha tb ibil' l ti
SEAL Chairman, President, Vice Chairman and CEO, andlor Aoaistant Sicret"ary; respectively; apf
%SEAL <' a 2 ' SEAL each of The Companies above; that the sdals affixed t6this 6strurfierli ere the seple4fretat�. `
.' F m ' = be. „ Q ' corporations; that said Instrument was signed and sealed ombekalf of each of the gihpenles ,
,_toWP + .
`��rn PON ' ,,01NESP,, � by authority of their respective Boards of Directors; and'thal�the saki®%ude (I ltalpo,end°
" Jeffrey S; Blydsley, as such officers, acknowledge the Wtution 4f Safd.irlstrumant-to' be the
UT voluntaryact and deed of.eaoh of the Companies.
My Commission Expires September 30, 2003.
` ! tJTAKRt1MINS
Cpm liklonNumber176256
Nty,Cpmm Exp. Seo1.3D. 2003 Notary Publle jn and for the State of Iowa,
d CERTIIFICATE,
: 1; David R. Hlxenbaugi, Vice president of the Companies, do hereby certifythat the foregoing resoluton o f e Bo r�s of D'Irectors°b �eadi of1#te
Gompakles, w i t t p April 1, 2003 9 f h a y
.� (��p . , t,
Mra.lAllfi ANtonf.dnd aIC dill in Mil fnrrc. and aRnnl EUIe Haliford, Bra( Cozzlpv s ,I
SECTION 00330
BID SCHEDULE - Addendum No. 2
SH 287 and LAKE STREET - MEDIAN IMPROVEMENTS
City of Fort Collins Bid No. 5866
CDOT Project No. SHE 2873-128 (14591)
Item No.
Description
Unit
Estimated
Quantity
Unit Cost
Item Total
202.01
Removal of Concrete Median Cover
SY
83
202.02
Removal of Wood Mulch
SY
100
i
O _
202.03
Removal of Curb and Gutter
LF
573
202.04
Removal of Asphalt Mat
SY
534
°°
t( Z 7 2-
203.01
Unclassified Excavation (CIP)
CY
66
Yp —
200 04
203.02
Borrow (CIP) (Special)
CY
173
°�
o—
6 2-0c`
207.01
Topsoil (Special)
CY
7.5
208.01
Concrete Washout Structure
EA
1
3%S °°
213.01
Mulch (wood chip)
CF
1,656
57%
214.01
Deciduous Tree (2" Caliper)
EA
5
3s. -f
l 7502,
306.01
Reconditioning
SY
198
3 Sd y cc
420.01
Geotextile (Weed Barrier)
SY
552
a"
2-206 =`
609.01
Curb Type 2 (Section B)
LF
709
Zp du
Igo f`
623.01
Median Irrigation
LS
1
(Zop
Zoo a
626.01
Mobilization �U�
LS
1
—
a,
630.01
Construction Zone Traffic Control
LS
1 31000�SOoO
(Total Bid
6 �O 7—
Signed Address PUS Wt�
Company MOUNTAIN CONSTRUCTORSINCPhone/Fax f � -7�-5- (16 /
P.O. Box 405 6t4 2Si
Check One: Platteville, CO 80651
(970) 785-6161
Individual Doing Business in Company Name
�C Corporation
Partnership
Company
Check
One:
!pOKJual Doing Business in Company Name
Corporation
Partnership
9. PRICES
Address
Phone/Fax
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid
or change quantities at his sole discretion without affecting the Agreement
or prices of any item so long as the deletion or change does not exceed
twenty-five percent (250) of the total Agreement Price.
RESPECTFULLY ��SU�BMI TTED :
a A�
Signature /I o1 eDate
a% c kM I
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest
ess
i.
P.O. Box 405
1
.._" Telephone (970) 785-6161
b�'...
,3 jgf Section 00300 Page 3
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
7/96 Section 00410 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:l���th
2. Permanent main office address: 6,)a r�Pxl/,�—r. Co 9066
3. When organized: _t6y e r%jE, r— I c(gZ
4. If a corporation, where incorporated:
5. How many years have you been engaged in the contracting business under your
present firm or trade name? a�LAPA
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated da es of compltion.)
410 % rOoy
CA 'qG L -k CK a l 2 10 15 0�
°O I o
7. General character of Work perftormed by your company:
It 1__ I k•_ 1 _ n t
8. Have you ever failed to complete any Work awarded to you?,A
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? _4,10
If yes list agency name.
7/96 Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
//l�ocation and type of construction. /� n
l_ifv c-P -4n F, �f�.nS' Nnr^-H- l /�aJfP^o9
12.
List your major equipment
available for this contract.
Ckc
1
13.
Experience in construction
project:
4SDe.
Work similar in
importance to this
14.
Background and experience
including officers:
of the principal
members of your organization,
15.
16.
17.
Credit available: $
Bank reference: 1AIA
Will you, upon request, fill out a detailed
any other information that may be
financial statement and furnish
required by the OWNER?
18. Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state?, What
class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract?
If yes, what percent of total contract?
and to whom?
20. Are any lawsuits pending against you or your firm at this time? U0
If yes,
DETAIL
7/96 Section 00420 Page 2
MOUNTAIN CONSTRUCTORS, INC.
CONSTRUCTION EQUIPMENT
6/29/2004
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 D7H
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 627B (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
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS
AS OF 6/29/2004
OWNER
PROJECT NAME
CONTRACT
AMOUNT
DATE
COMPLETE
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
Estes Park
Fall River Pedestrian trail
$280,112.50
7/31/2003
Estes Park
Fall River Pedestrian trail PH II
$170,488.00
12/31/2003
Loveland
2003 Stormwater Improvements
$85,439.97
12/15/2003
City of Greeley
11th Ave & 22nd St. Im rovments
$134,651.50
10/31/2003
City of Greeley
59th Ave Reconstruction
$1,663,073.69
12/31/2003
Colo Dept of Trans .
Safety Project
$250,364.14
1/15/2004
Larimer County
CR 27 & CR 44H Realignment
$108,415.90
10/13/2003
Larimer County
Pleasant Valley Bike Trail
$166,364.60
11/30/2003
Evans
31stSt. Realignment
$385,447.37
2/1/2004
City of Greeley
Hwy 34 & 35th Ave Im vmt
$102,642.20
11/30/2003
Division of Wildlife
Watson Lake Spillway
$29,028.70
1/15/2004
Weld County
WCR 51 Dust control
$129,959.00
12/31/2003
NAME
Kuntz, Joe
Johnson, Andrea
Kinion, Dave
Tjardes, Bill
Duncan, Pam
OFFICERS AND PRINCIPALS
MOUNTAIN CONSTRUCTORS, INC.
6/29/2004
TITLE
President
Secretary
Gen. Superintendent
Superintendent
Project Manager/Est.
YEARS OF
EXPERIENCE
39
12
29
13
17