Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRESPONSE - BID - 26727 5979 ZIEGLER AND KECHTER ROAD ROUNDABOUTSECTION 00300
BID FORM
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the
Bid or change quantities at his sole discretion without affecting the
Agreement or prices of any item so long as the deletion or change does
not exceed twenty-five percent (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
CdNT4ACTOR
BY: ._. be- ;!a cn:tZ
C�/' 51 Ito O(a
Signature Oate
��r
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Ad ress
MOUNTAIN CONSTRUCTORS, INC.
P01 Box1405
Telephone Platteville, CO 80651
Email
7/96 Section 00300 Page 2
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
7/96 Section 00410 Page 1
r
SECTION 00410
BID BOND MOUNTAIN
KNOW ALL MEN BY HESE PRESENTS: that we, the undersigned CONSTRUCTORS, INC.
as Principal, an as Surety, are hereby held and firmly bound unto the City of
Fort Collins, Colorado, as OWNER, in the sum of $Five Percent (5i)** for the
payment of which, well and truly to be made, we hereby jointly and severally
bind ourselves, successors, and assigns. **of Total Amount of Bid
*EMPLOYERS MUTUAL CASUALTY COMPANY
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, 5979 Ziegler and Kechter Road Roundabout
Project,
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 Compa ies executing bonds must be authorized to transact business in
the State of olorado and be accepted by'the OWNER.
7/9d
Section 00410 Page 2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 16th day of May , 20_U, 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: 622 Main St.
Platteville, CO 80651
By:
'title:
ATTEST:
By:
(SEAL)
7/96
SURSTx
8181 Tuft_s Aygnue, #550
Denver, CO 80237
By:
— Vera ba � T
Title' A,t QXP,gv-in-Fact
Section 00410 Page 3
MOODY INSURANCE AGENCY, INC.
3773 CHERRY CREEK NORTH DRIVE, SUITE 800
DENVER, COLORADO 80209-3804
PHONE: (303) 824-6600
No Text
Item #6
Work on Hand
as of 5/15/2006
Estimated Date of
Description of Job
Owner
Phone / Contact
Contract Price
Completion
Curtis Anse
Third Ave. Entryway
City of Longmont
(303) 651-8310
$ 1,491,979.10
5/15/2006
Mark Laken
Fossil Creek
City of Fort Collins
(970) 221-6605
$ 995,346.35
6/30/2006
Mark Laken
Spring Creek
City of Fort Collins
(970) 221-6605
$ 1,392,915.11
6/30/2006
Robert Patrick
SH 257 & WCR 74
Weld County
(970) 304-6496
$ 1,363,606.00
10/20/2006
Tim Tuttle
West 2nd St. & Harrison
Town of Wellington
(970) 482-5922
$ 303,673.50
7/1/2006
Long Nguyen
SHE 2873-143
CDOT
(970) 667-4670
$ 219,773.00
8/8/2006
Walter
Lake Christina
Beebe Draw Farms
(970) 613-2037
$ 279,537.00
12/31/2006
Total
1 $ 6,046,830.06
P,O. BOX 405 - PLATTEVILLE, COLORADO 80651-0405 • (970) 785-6161
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.
MOUNTAIN CONSTRUCTORS, INC.
1. Name of Bidder: RO Box 4 15
2. Permanent main office address:
Platteville. CO 80651
3. When organized: /V0Y"P-MLer
4. If a corporation, where incorporated: Lnja ra' jo
5. How many years have you been engaged in the contracting business
c2 under your present firm or trade name? �LPRrs
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
ZJ P. P
7. General character of Work performed by your company:
�iPAYY }�i t�thln�QV6 C�fl �I1' I.�C"f'l c1 �
8. Have you ever failed to complete any Work awarded to you?
If so, where and why?_ Nn
9. Have your ever defaulted on a contract? Np
If so, where and why?
10. Are you debarred by any government agency? MQ
If yes list agency name.
7/96 Section 00420 Page 1
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS
OWNER
PROJECT NAME
CONTRACT
AMOUNT
DATE
COMPLETE
CDOT
Hwy 287 & SH 1 Im vmts
$984,000.00
5/1/1997
Larimer County
Elkhorn Creek
$120,999.99
8/5/1997
City of Loveland
Hwy 34 Under ass & path
$507,896.00
9/9/1997
Larimer County
CR 42C Improvements
$197,117.00
2/1/1998
City of Greeley
35th Ave & 10 St.
$501,925.00
11/3/1997
CDOT
CDOT Erosion Control
$146,000.00
3/27/1998
Larimer County
Pleasant Valley Bridge Re I
$162,165.00
5/14/1998
Larimer County
Parks Maint. Facility
$206,689.00
6/1/1998
City of Loveland
Eisenhower Blvd. Im t.
$530,856.90
6/22/1998
CDOT
Hwy 34Im vmt-Wi ins
$1,310,464.00
12/31/1998
Larimer County
Horsetooth Boat Ram
$379,192.00
5/31/1999
City of Greeley
Hwy 34 & 35th Ave Im vmt
$1,082,474.67
8/31/1999
City ofGreeley
Mosier Hill Grading
$57,000.00
5/31/1999
City of Fort Collins
Horsetooth & Mason Im vmt
$191,704.00
11/26/1999
City of Greeley
4th St. Reconstruction
$944,787.00
1/10/2000
Colorado Div. of Wildlife
Watson Lake Spillway
$49,840.00
3/1/2000
Log Lane Village
Street reconstruction - Log Lane
$231,941.00
8/21/2000
Boulder County
Niwot Rd & 95th Ave. reconstr.
$707,293.00
10/30/2000
Town of Hudson
Street resurfacing
$90,390.00
7/30/2000
mer Count
Intersection Im vmt CR17 &CR14
$196,356.00
11/30/2000
mer Count
Intersection Im vmt CR17 &CR28
$102,324.00
11/30/2000
merCountPinewood
r
Lake parkin lot
$103,058.00
10/30/2000
d County
Weld County Bridge 47/68B
$299,988.00
4/28/2001
Larimer County
Replace Bridge #226
$341,633.00
5/31/2001
Larimer. County
Road Improvements CR 64
$1,347,989.00
10/15/2001
City of Greeley
Monfort Park - Parking Lot /Access
Road
$378,647.00
8/31/2001
Colorado State Unly
Rodeo Demolition
$29,950.00
7/31/2001
City of Greeley
Highway 257 Spur Reconstruction
$199,832.00
9/30/2001
City of Greeley
Reconstr of Number 3 Ditch
$69,308.00
9/30/2001
City of Greeley
4th St. Reconstruction
$1,275,065.00
11/30/2001
City of Fort Collins
SH 14 Ped/Bike Path
$867,578.00
7/30/2002
Town of Erie I
Leon Wurl Parkway Construction
$378,222.00
5/28/2002
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS
OWNER
PROJECT NAME
CONTRACT
AMOUNT
DATE
COMPLETE
Weld County
WCR 65 and WCR 24 1/2 Im vmt
$877,029.00
8/16/2002
UNC
"Q" Lot
$576,889.00
6/15/2003
UNC
"S" Lot
$143,373.00
6/15/2003
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
4125/2003
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
City of Greeley
20th Street Widening
$900,735.00
11/30/2004
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
31st St. 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
1115/2004
Weld County
WCR 51 Dust control
$129,959.00
12/31/2003
Fort Collins
N. College/Jefferson Im vmts
$3,751,768.00
6/21/2004
Colo Dept of Trans .
SH 1 & CR 54
$61,333.25
5/24/2004
Loveland
2004 Stormwater Improvements
$84,839.00
12/31/2004
Boulder County
Caribou Trailhead Parkin Lot
$97,842.00
10/6/2004
Weld Co. School District
West "C" Street Improvements
$360,865.00
3/112005
City of Loveland
E. Eisenhower Blvd & Boise
$515,838.23
4/30/2005
Larimer County
CR 46E & CR 21
$1,389,214.12
5/13/2005
Larimer County
LC PN 174 Bride Replacement
$899,918.55
5/23/2005
Larimer County
Eagles Nest
$155,382.00
5/20/2005
Boulder County
Mud Lake
$102,124.50
6/17/2005
Colo Dept of Trans .
1-25 at Poudre River
$72,419.00
5/6/2005
Division of Wildlife
Poudre Rearing Unit
$276,956.00
7/22/2005
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS
OWNER
PROJECT NAME
CONTRACT
AMOUNT
DATE
COMPLETE
Colo Dept of Transp.
Safety Project R400-180
$778,804.00
11/18/2005
City of Loveland
2005 Stormwater
$33,676.49
12/30/2005
Town of Wellington
Schedule 1
$426,339.00
12/6/2005
Town of Wellington
Schedule 3
$245,874.00
12/6/2005
Larimer County
Blue Sky Trail Underpass
$340,548.96
2/312006
SECTION 00300
BID FORM
PROJECT:
P1aceQ��a �Q
Date May
1. In compliance with your Invitation to Bid dated2CL� and
subject to all conditions thereof, the undersigned
a (Corporation, Limited Liability Company, Partnership, Joint Venture, or
Sole Proprietor) authorized to do business in the State of Colorado
hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed
on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this
proposal is made in good faith, without collusion or connection with any
other person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the
Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be
done, all of which have been examined by the undersigned.
3. Accompanying this Bid is a certified orr cashier's check or standard Bid
bond in the sum of 5 % a ] �c3;X1d1
($ ) in accordanc ith 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: MOD& `Ens. Aaencu 3773
tje r.ver, Go
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
MOUNTAIN CONSTRUCTORS, INC.
CONSTRUCTION EQUIPMENT AVAILABLE
5/11/2006
QUANTITY
DESCRIPTION
14
Pick ups 1/2 ton, 3/4 ton
7
Service Trucks/Mechanic Truck
2
Dump Trucks
1
Water Wagon 5000 Gal.
3
Water Trucks 2500 gal, 3500 gal. (2)
5
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
6
Rollers - CAT 815, Dynapac 2511, CAT 463B, Bomag, CAT 563C, CAT 563CP
2
Motor Scrapers - CAT 623B, CAT 623E
5
Rubber Tire Backhoes - JD 310D (2), JD 410D (2), JD 410E
3
Track Backhoes - JD 892D, JD 892E, JD 450
3
Skid Steer - Bobcat (2) JD (1)
1
Air Compressor - 175CFM
2
Welders 200Amp (3), 300 Amp (1)
1
Water Pump - 6 inch
5
Wheel Loaders - CAT 966C (2), CAT 950, CAT 966E, CAT 98OF
2
Demo Hammer
NAME
Kuntz, Joe
Arends, Sandy
Kinion, Dave
Tjardes, Bill
Doug McMurren
OFFICERS AND PRINCIPALS
MOUNTAIN CONSTRUCTORS, INC.
5/15/2006
YEARS OF
TITLE EXPERIENCE
President 42
Secretary 8
Gen. Superintendent 35
Superintendent 15
Estimator 21
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.
iE-
12. List your major equipment available for this contract.
—�P1 �{ a c ��2a
13, Experience in construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
15. Credit available: $ onn
16. Bank reference. v.. k� '4 0 " I nn NP nn: c Ili„ IW/Am J 07n 1 s.CV.- /rnr
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? V Ie�-
If yes, in what city, county and state? Dry �� prQdo What
l-
class, license and numbers? pncre1t Lon1c'ac,'�br
19. Do you anticipate subcontracting Work under this
Contract? P--5
If yes, what percent of total contract.) �(' �O
and to whom?
20. Are any lawsuits pending against you or your firm at this time? W_
IF yes, DETAIL
7/96 Section 00420 Page 2
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
ITEM
�-x���sS CcmcreZ`�
6erracc4 6xc
SUBCONTRACTOR
Curb, Futtpci S'u%� PCC (�, �(�sc Sirs
wa tifslb+VL(s
7/96 Section 00430 Page 1
REVISED BID SCHEDULE ADDENDUM 1
Project: Ziegler Road and Kechter Road Roundabout - inclades Revised Lino ItenTs from Aoc-od l€n #1
Date: 04/08/2006
sp.uimm
Number
Dascnption
O.MitA
gueMiry
Unit
Unit Cast
Ilan xa,d
Ziegler Road and Kechter Road Roundabout Quantities:
202-01
Remove Pipe ( RCP,CMP,PVC)
76
LF
202-02
Remove Concrete Irrigation Structures & Inlet
3
EA
202-03
Remove Concrete Headwalls
2
EA
',�.
�id0O
202-04
Remove Concrete Irrigation Ditch
165
LF
202-05
Pulverize Concrete Intersection (In Place)
1120
SY
3.5o
a,gan, `
202-06
Remove Pulverized Concrete (located under landscaped center median)
215
BY
202-07
Remove Vertical Curb & Gutter
1736
LF
3,,50
0 r? L -�
202-08
Remove Concrete Radius and Spandrels
1614
SF
202-09
Remove Sidewalk
6518
SF
• qQ
5r g(p[� , gZ�
202-10
Remove Sidewalk Chase & Concrete Run Down
1
LS
202-11
Rolomill Asphalt Pavement - Full Depth (Approximately 7" - 10") and Stockpile
6707
SY
3. 75
gar en
202-12
Rotomill Asphalt Pavement (2" Depth)
5706
BY
a•
13.(A 4.40
202-13
Saw Cut Asphalt or Concrete
229
LF
202-14
Remove 19" x 30" HERCP FES
8
EA
202-15
Remove Rip Rap
25
SY
J4,-
SOO ,
202-16
Remove Barbed Wire Fence
515
LF
1. p1)
& M
202-17
Remove and Replace Existing Wood Fence
2
EA
cIO Q
202-18
Clean Culvert
1
EA
1. COO
202-19
Remove and Relocate Gate Posts
1
LS
-L-
202-20
Remove Existing Trees, Shrubs and Landscape Treatment
1
LS
203-01 Clearing & Grubbing 1 LS ; OW.-
203-02 Remove Existing Sod 7713 SF �z .3 �, q0
203-03 Unclassified Excavation 2508 CY /n,�
203-04 Embankment 4493 CY %•�iVlSg•
REVISED BID SCHEDULE ADDENDUM 1
203-05 Muck Excavation - (CIP)
203-06 Borrow ABC (CI 5 or 6)
203-07 Borrow Suitable Fill Material
203-08 Topsoil (Stripping & Stockpiling) - Top 6"
203-09 Topsoil Placement in Planting Area @ Center Median of the Roundabout
203-10 Topsoil Placement @ Back of Walk to easement lines
203-11 Median Hardscape Shaping (CIP)
203-12 Potholing
203-13 Import Screened Topsoil (3") - Parkway areas
203-14 Transport and Compact In Place Reclaimed Asphalt from Stockpile
203-15 Swale Grading/Shaping/Blue Tops
208-01 Erosion Control
210-01 Adjust Manhole Ring & Cover
210-02 Modify Manhole
210-03 Adjust Valve Box
210-04 Modify Valve Box
210-05 Adjust Existing Fire Hydrant To Proposed Grade
210-06 Add Valve Extension Keys To Existing Water Valves
210-07 Raise City of Fort Collins Light and Power Electric Vault Manhole Cover to Paving Grade
210-08 Expose Existing CMP Remove 15' Of CMP
210-09 Expose Existing CMP Remove 3' Top Of Pipe
210-10 Insert 12" SDR-35 Sewer Pipe In Existing CMP
210-11 Adjust Sprinkler Box/Cap Existing/ Modify Irrigation System
304-01 Aggregate Base Course - (CI 5 or 6) - 6" Depth - (CIP)
304-02 ABC - (CI 5 or 6) - 6" Depth - (CIP) - Patch Placement
306-01 Reconditioning - (8")
75 CY 700 , —
500 TON
1985 CY to- 1�1,850.-
901 CY . . - I�� r 703.'
453 CY 4,50 �nQ
r
6117 SF -35 ar f 5b. RS
1 LS a_4Co. — _:;z r
2751 CY 3.1en q.Ro .Go
486 LF 0. — 47a. --
1 EA 73 5-
1 EA_ (.0n
1 EA
1 EA_
1 EA
5 EA
I EA
1 EA rap- 600
6 EA _qW 7 Q 4/0p -
140 LF _Q0, — Q gp O, _
2 EA 77i
1,873 TON ��Q Apr Q0�•,50
85 TON
11,899 SYya5 73. 5
REVISED BID SCHEDULE ADDENDUM 1
307-01
Flyash Subgrade Stabilization - (12%)
5678
SY
� ?J
3 :21 {0
403-01
Hot Bituminous Pavement - Grading S - 100 (3" Depth) - (PG 64-28)
635
TON
%S
&S
/
403-02
Hot Bituminous Pavement - Grading SG - 100 (6" Depth) - (PG 58-28)
1269
TON
Qr tS Q
o v
403-03
Hot Bituminous Pavement - Grading S - 100 (2" Depth) - (PG 64-28) Overlay
627
TON
//
b
Liz 6 36" ^_
403-04
Asphalt Patching - Grading SG - 100 (5" Depth) - (PG 58-28)
82
TON
Its
0/ Y 3 0
412-01
Portland Cement Concrete Pavement (10")
1344
SY
toogoo
506-01
6' x 6' x 1.5' Type L Rip Rap Pad w/ 6" Type II Bedding & 6" Topsoil Cover
2
EA
Q o U^
6 0 Q
603-01
19" x 30' HERCP Class III
137
LF
v-
603-02
12" RCP Class III
44
LF
% Y 0
603-03
15" RCP Class III
90
LF
�
3 o6Q
603-04
15" RCP Class III FES
1
EA
Y 70
q7d
603-05
24" Class III RCP w/water tight joints (ASTM C443)
40
LF
Go '
Z Yod��/I
603-06
8" Sewer SDR-35 21 linear feet with Headwalls
1
LS
0 -.
' gQp
603-07
Field Collar on 19" x 30" HERCP
6
EA
6Qd
"61..Lod
603-08
29" x 45' HERCP Class III
40
LF.---
604-01
5' Type R Inlet
2
EA
�o (V
8Z
604-02
Area Inlet with 6" Oriffice Plate
1
EA
'ZOO U
ZO 0,9 .".
604-03
4' Concrete Sidewalk Culvert
1
LS
ZQO Q
7 00 0
604-04
4' Sidewalk Chase with a 32' x 2' Concrete Trickle Pan
1
EA
604-05
Modification Of Pond Inlet on Homestead Property
1
LS
c.J 04^
�5�0
604-06
14' x 14' Manhole Concrete Box with 30" Manhole Frame and Cover for Access - (CIP)
1
EA
Oo0
Rb od —'
604-07
Median Underdrain Pipe System - (4" Perforated Pipe)
135
LF_
604-08
Median UnOerdrain Pipe System - (4" Solid Pipe)
55
LF
q y0
604-09
Tie To Existing Manhole
1
EA
[Jt/
—7 �Q
REVISED 8I0 SCHEDULE ADDENDUM 1
604-10
Concrete Encasements
8
EA
S-zed
+
604-11
10 Mill Viscreen Plastic
2303
SF
73 a s
604-12
1 112" Class 200 PVC Irrigation Main
130
LF
%�
t7
6 d
604-13
4" Conduit Sleeving
200
LF
�Q
y --7
z0of)
604-14
6" Conduit Sleeving
250
LF
Z
3 o4y
607-01
Smooth Wire Fence
515
LF
608-01
Colored Concrete Truck Ramp (Approved Red) 6"
Z yj
608-02
-
4'-5'-6'-7'-8' Sidewalk
2563
13301
SF
SF
_ T
5
608-03
Enhanced Colored Concrete Cross Walks (Red) w/ Z stamped borders
1578
SF
C
211 1 IS
608-04
Expossed Aggregate Concrete Median Splashblock " San Diego Buff"
6117
SF
_
77�
n!j7 3 d
608-05
Flowfill Over Shallow Utilities
300
LF
..
1500
608-06
Flowable Fill Concrete
100
CY
Clow
608-07
High Early Concrete (24 Hour)
75
CY
7-SD
608-08
MSE Amastone Wall in the Center Median of the Roundabout
190
LF
1�
J ii
y
609-01
W" Vertical Curb & Gutter
1836
LF
_ �
qq�7Q
G? 03 Z
609-02
30" Vertical Curb & Gutter (6" Mountable 2' Inflow Gutter between ramps in all corners)
442
LF
T
I El E?
609-03
18" Outfall Curb & Gutter
1060
LF
609-04
18" Outfall Curb & Gutter (6" Mountable 2' Outfall Gutter around center island)
263
LF
((.J
609-05
R&R Vertical Curb and Gutter
20
LF
609-06
R&R Concrete Sidewalk
30
SF
619-01
Abandon Existing FCLWD Water Valves (cut out valves and put solid sleeves to replace)
2
EA
619-02
24" Ultra Rib PVC Irrigation Pipe
733
LF
619-03
4' dia. Flat Top Manholes
6
EA
Gd
6 Q 0
619-04
5' x 5' Concrete Irrigation Splitter Box w/ 2 "Watennain" 24" C-9 Slide Gates (see detail)
2
EA
u
619-05
Tie To Existing Irrigation
2
EA
Zw
2 mad
619-07
314" Irrigation Service: Meter PW Backfiow Prevented Metal Screen Cover (Per Detail)
1
LS
fo 60
(p 004
Subtotal Ziegler Road and Kechter Road Roundabout Quantities:
$
G
6
7
REVISED BID SCHEDULE ADDENDUM 1
FCLWD 24" Waterline Project Quantities,
202-21
Rotomill 2" of asphalt from Ziegler Rd centerline station 36+46 to 44+97 (existing seam to lip of
gutter)[-
n
c ^
2330 SY
.J
202-22
Removal of Asphalt prior to installation of watedine from Ziegler Rd centerline Sta. 44+97 to 50+50
209 TON
22
/-
203-16
Remove / Replace Unsuitable trench backfill (Sta. 36+96 to 45+06) assuming 3' depth x 2' width
180 CY
Z0 ^
o d
203-17
Remove / Replace Un-suitable trench backfill (Sta. 45+06 to 56+51) assuming T depth x 2' width
254 CY
ZQ ^
SO Q
403-05
"T" patch following installation of waterline (for limits of item 1)
306 TON
/ / S, -
190. -
'
403-06
-r patch following installation of waterline (for limits of Rem 3)
105 TON
its,—
�Gi
1 , 0 [S .
403-07
2" Overlay, Grade S-100 -(PG 64-28) Ziegler Road centerline station 36+46 to 44+97
256 TON
74,
pL
/O, Q 44, -
619-07
Tie To Existing
1 LS
,{
4.,o+t,'.
619-08
24" Cl 52 DIP, double strap bonded, non -restrained w/ polywrap
1940 LF
Vie. _
Z1663 g 40=
619-09
24" Cl 52 DIP, double strap bonded, restrained using Field Lok restraint, w/ polywrap, Sta. 36+96 to
37+76 and 56+15 to 57+45
210 LF
Zia-
//If
44, I«%.'
619-10
24" Cl 52 DIP, double strap bonded, restrained using Field Lok restraint, w/ polywrap supported with
Casing chocks, installed in ex. 36" steel casing
2
Z 32. -
t�
2�
210 LF
p / .
619-11
24" Bends & Thrust Blocks
2 EA
Zboo. -
51 Zoo.-
619-12
Concrete encasement of existing 30" RCP storm sewer
1 LS
Z 000- -
Z, CM
619-13
24'x22 1/2 degree vertical bends with mechanical restraint
4 EA
'500., -
1 4.., DOD -
619-14
AkNac valve and vault assembly
1 EA
kC.IJ, -
4Inrtfl ,.
619-15
24" x 45 degree horizontal bend with thrust blocks, rotate fitting to achieve required vertical alignment
2 EA
z w. _
5. ?X0- --
619-16
24"x8" Reducer with Fire Hydrant and Thrust Block, Mark End of Waterline Construction
1 LS
!O
O'soa
&r S0o. -
Subtotal FCLWD 24" Waterline Project quantities:
$
VO/'
D � C, 5—d
Landscaping Quantities,
2810-01 Irrigation
2000-01 Blue Grass Sod
2900-01
Hughes Juniper
2900-02
Winnipeg Parks Rose
2900-03
Chanticleer Pear
2900-04
Purple Leaf Wintercreeper
2000-07
Topsoil - 60/40 compost mix for center median
Miscellaneous Quantities:
-
Contract Bond
625-01
Construction Surveying
626-01
Mobilization
630-01
Specialty Signs 3" Letters On 48" x 48"
630-02
Portable Stop Lights
630-03
Message Boards (7 Boards)
630-04
New Jersey Type Concrete Median Barriers
630-05
Flaggers
630-06
Traffic Control
REVISED BID SCHEDULE ADDENDUM 1
21,925 SF !- 28 7-S ,O pL(
21,925 SF
18 EA SO.-
pp
"l QO-'
14 EA
mil. -
)olio.'
5 EA 400,-
ZWO. -
36 EA /p,-
40 CY 2D--
O©©-
Subtotal Landscaping Quantities: $_ % /i
�5
1.00
LS
7-0 0b0,'
Z01000.
1.00
LS
I&P 00O
1((0,0OO-
1.00
LS
80, 000
p0-,-m,. -
10
EA
2,SX A
36
DAY
13a -
20
DAY
90.-
l,p$pp
25
LF
7
5--
1,040
HOURS
24-'
ZyrQ(g9,
1
LS
,(
Subtotal Misc. Quantities: $
I
do
2
REVISED BID SCHEDULE ADDENDUM 1
The sum of these two amounts will be used to determine the lowest successful bidder according to the following formula:
A + B X (the daily cost) = Contractors bid for evaluation for the lowest successful bidder
Where:
A = Contractor's total bid for the work items
B = Number of Calendar Days required to substantially complete the Work
Daily Cost for this Project = $2,072.00
A = Total Construction Cost (Base Bid) $
(Ziegler Road and Kechter Road Roundabout, FCLWD 24" Waterline, Landscaping and
Misc. Quantities)
B = Total number of calendar days bid =
The total number of Calendar Days must fall between June 1, 2006 and September 1, 2006
for substantial Completion)
Total number of calendar days bid ( i 3 ) X $2,072.00 = $ IU 6 1(4-
TOTAL PROJECT COST = A + B X (the daily cost) _ $ 1 , B 19 A 5 11 7©