Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRESPONSE - BID - 6100 SOUTH COLLEGE BIKE LANES PROJECTYU BOX 4U4
Platteville, CO 80QS1
(970) 785-6161
CITY OF FORT COLLINS
COLORADO DEPT OF TRANSPORTATION
PROPOSALFOR
FA PROJECT NO STE M455-063
US 287 / S COLLEGE AVE BIKE LANES
t
I
The undersigned Bidder hereby acknowledges receipt of Addenda No
through
BID SCHEDULE (Base Bid)
US 287 / S College Avenue Bike Lanes
City of Fort Collins & Colorado Department of Transportation
Federal Aid Project No STE M455-063
Bid Schedule
ITEM
NO
CONTRACT ITEM
UNIT
QUANTITY
UNIT COST
TOTAL COST
201
CLEARING AND GRUBBING
LS
1
000
A000 -
202
REMOVAL OF TREE
EA
2
4-00-
202
REMOVAL OF SIDEWALK
SY
39
/a
-
202
REMOVAL OF CURB AND GUTTER
LF
93
5-
4&5 -
202
REMOVAL OF ASPHALT MAT
SY
22
10,
.220 -
202
REMOVAL OF PAVEMENT MARKING
SF
22 374
1/$
bra "l30 10
202
REMOVAL OF GROUND SIGN
EA
5
/ep -
Epp -
202
REMOVAL OF SIGN PANEL
EA
1
/Co -
/00 -
203
UNCLASSIFIED EXCAVATION
COMPLETE IN PLACE
CY
219
-
,t &94 _
203
BLADING
HR
4
I /0
-40 -
206
STRUCTURE EXCAVATION
CY
279
12 -
3 3qg ^
206
STRUCTURE BACKFILL (CLASS 1)
CY
194
j -
5, 23$ -
206
STRUCTURE BACKFILL (CLASS 2)
CY
83
/ -
-
207
TOPSOIL (COMPLETE IN PLACE)
CY
47
32 -
/, s5 -
208
STORM DRAIN INLET PROTECTION
EA
2
175 -
350 -
208
EROSION LOG (12 INCH)
LF
350
g -
/ ISO
208
CONCRETE WASHOUT STRUCTURE
EA
1
-76D -
-150
208
SEDIMENT REMOVAL AND DISPOSAL
LS
1
1000 -
1000 -
210
RESET GROUND SIGN
EA
3
60-
45-0
210
RESET IRRIGATION SYSTEM
LS
1
AnOD -
000 -
210
ADJUST VALVE BOX
EA
1
S G -
Sig -
212
SEEDING (NATIVE)
AC
005
120.0f70
/ 000 -
213
MULCHING (WEED FREE HAY)
AC
005
a0 Q
100 -
213
MULCHING TACKIFIER
LB
10-
304
AGGREGATE BASE COURSE (CLASS 6)
TON
99
P4 -
_
3
403
HOT MIX ASPHALT (GRADING
S)(100 PG58 28
TON
35
/2(p -
l 1© -
�h
403
HOT MIX ASPHALT
PATCHING ASPHALT
TON
14
j 1 _
�/
4 3 o _
412
CONCRETE PAVEMENT (10 INCH)
SY
5
514
PEDESTRIAN RAILING (STEEL)
LF
242
4s -
35 090 -
Rev 10/20/07 Section 00300 Page 2
519 STONE VENEER
601 CONCRETE CLASS D (WALL)
601 STRUCTURAL CONCRETE COATING
602 REINFORCING STEEL
607 FENCE (PLASTIC)
608 CURB RAMP (SPECIAL)
608 CONCRETE BIKEWAY (6 INCH)
609 CURB AND GUTTER TYPE 2 (SECTIC
1113
609 MEDIAN COVER MATERIAL
CONCRETE
613 4 INCH ELECTRICAL CONDUIT
614 SIGN PANEL (CLASS 1)
614 SIGN PANEL (CLASS II)
614 SIGN PANEL (CLASS III)
614 STEEL SIGN SUPPORT (2 INCH
ROUND POST AND SOCKET
STEEL SIGN SUPPORT (2 5 INCH
614 ROUND SCHEDULE 80)(POST AND
SLIPBASE
620 SANITARY FACILITY
626 MOBILIZATION
627 EPDXY PAVEMENT MARKING
627 PREFORMED PLASTIC PAVEMENT
MARKING TYPE 11 WORD SYMBOL
627 PREFORMED THERMOPLASTIC
PAVEMENT MARKING WORD -SYMBOL
627 PREFORMED THERMOPLASTIC
PAVEMENT MARKING (XWALK STOPLI
630 TRAFFIC CONTROL
mil
EA 38 / $S
EA 53 483
EA
1
400
LS
1
GAL
222
SS -
SF
1369
1i -
SF
820
11 -
SF
252
1( -
LS
1
J?-" -
Total Sum of Contractor Bid Items
5,27q -
3,255 -
Q, 59-7 -
432 -
6,954 -
25, 599 -
A rn -
$ -7O -
23, 21 3 -
13,940
Z,-772 -
2 OOP —
.,3o.S co
700
F/A Minor Contract Revisions
F/A
1
$ 24 000 00
$
24 000 00
700
F/A On -The Job Trainee
HR
0
$
$
-
700
F/A OJT Colorado Training Program
F/A
1
$ 20000
$
20000
700
F/A Erosion Control
F/A
1
$ 1 00000
$
1 00000
700
F/A FUEL COST ADJUSTMENT
F/A
1
$ 1 50000
$
1 50000
Total Sum of Force Account Items
$
26,700 00
TOTAL PROJECT COST
(Bid items + Force Account Items)
Lftq , 00 3 19
Rev 10/20/07 Section 00300 Page 3
ACCEPTANCE OF FUEL COST ADJUSTMENTS
Bidders have the option to accept Fuel Cost Adjustments in accordance
with the Revision of Section 109 - Fuel Cost Adjustment To accept this
standard special provision the bidder must fill in an "X" next to "YES"
below No Fuel Cost Adjustment will be made due to fuel cost changes for
bidders who answer "NO" If neither line is marked the Department will
assume the bidder rejects Fuel Cost Adjustments for this project After
bids are submitted bidders will not be given any other opportunity to
accept or reject this adjustment
(Mark only one line with an "X")
YES I choose to accept Fuel Cost Adjustments for this project
XNO I choose NOT to accept Fuel Cost Adjustments for this project
(if neither line is marked the default is "NO" I choose NOT to accept
Fuel Cost Adjustments for this project
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 (251) of the
total Agreement Price
Rev 10/20/07 Section 00300 Page 4
RESPECTFULLY SUBMITTED
• ••
PRINT NAME
a oS
Signatuw Date
V I C_P-- P15; I Af of
Title
License Number (If Applicable)
(Seal - if QBid is by corporation)
Attest
Address i�� Mal,-. 5LCe.-P—+
Telephone Q1Q- 7 z s — L I& I 1
Email TYl11hC-Onsj I&�P-Ciy-'FJLY\�.ne-f
Rev 10/20/07 Section 00300 Page 5
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO
ANTI -COLLUSION AFFIDAVIT
LOCATION
US a87 �S Go\\e�e fLver,ue
,
3� e, L�r,es
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
petr ive 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 firms 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.AR TRU AND COMPLETE TO THE BEST
OF MY KNOWLEDGE /
Contractors firmorcompany name
By
Date
I 1
MODrIA\n inc,
p
O
Tle
2nd contractors in or company, name (If joint venture)
By
Date
Title
Sworn to before me this (ate` day of May 2008
Notary PU of
My commission ezp res
NOM This document must be signed in ink
LIP COOT Form MG tb2
STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION
4201 E Arkansas Avenue, B404 LAA&DOTI
Denver, CO 80222
NOTICE
CHANGES TO CDOT'S GOOD FAITH EFFORT
AND UDBE COMMITMENT PROCESS
This letter contains important information for you about a 6-month Pilot project that CDOT will
implement on all CDOT construction projects (including Local Agency projects) that are advertised after
September 1, 2004 and will apply to bid openings beginning September 23, 2004
Please read the information carefully If you have ay questions about how this will apply to you and the
forms you submit to CDOT, please call the phone number listed below to discuss your questions with
someone from the Business Programs Office
The CDOT Form #714 (Underutilized DBE Bid Conditions Assurance), which is attached, has been
updated to require all Contractors bidding on CDOT Construction projects to list their UDBE
commitment information for the project at the time of bid opening This information includes the names
of the UDBE fines they will use, the items of work committed to them and their percent of the contract
Please take special note of the changes made in the text at the bottom of the form
"The actual amounts submitted on each CDOT Form #715 must equal or exceed the
percentage commitments documented on this form In addition, if my company does not
meet the DBE/UDBE goal for this project, I must submit a completed CDOT Form #718
(Underutilized DBE Good Faith Effort Documentation) before the above stated deadline
CDOT Form #715s submitted for firms not included on this form, OR for amounts
exceedmQ those listed on this form, will be accepted but NOT counted as Good Faith Efforts
Only the efforts the contractor made prior to the bid opening will count as Good Faith
Efforts "
As always, the low bidder must submit their CDOT Form #715's (Certificate of Proposed Underutilized
DBE Participation) by 4 00 pm the day after the bid opening During the Pilot project, if the low bidder
doesn t commit on the CDOT Form #714, enough UDBE participation to meet the UDBE goal for the
project, they will be required to submit their Good Faith Efforts by 4 00 pm the day after the bid opening
CDOT will evaluate only the good faith efforts made by the contractor Prior to the bid opening Any
UDBE Participation submitted on CDOT Form #715's that exceeds the participation submitted on the
CDOT Form #714 will be accepted as additional UDBE participation, but will not be counted as Good
Faith Efforts and will not exempt a contractor from fulfilling the Good Faith Efforts requirements
CDOT will evaluate the results of this Pilot project after 6 months to determine whether CDOT will make
the pilot process or a similar process a permanent requirement
These changes are being communicated by letter to all Prequalrfied Contractors all DBEs, all ESBs, and
any other firm that has been used as a subcontractor on a CDOT project within the past year Also, a
Notice about the change and the new CDOT Form #714 will be placed in each plan set sold by CDOT's
plans room during the 6-month Pilot period, and the Business Programs Office will schedule
informational meetings for Contractors and subcontractors to discuss the process
Questions about the Pilot project should be directed to the Business Programs Office at (303) 757-9234
STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION
4201 E Arkansas Avenue, B404
Denver, CO 80222
APRIL 2005 NOTICE
CHANGES TO CDOT'S GOOD FAITH EFFORT (GFE)
AND UDBE COMMITMENT PROCESS
TO CONTINUE UNTIL FURTHER NOTICE
Last September, CDOT implemented a 6-month Pilot project on all construction projects (including Local
Agency projects) that were advertised after September 1, 2004 The Pilot made changes to CDOT s Good
Faith Efforts (GFE) and UDBE Commitment process and applied to bid openings beginning September
23, 2004
The purpose of this notice is to inform all firms bidding on CDOT construction projects that
CDOT's Chief Enumeer has directed CDOT to extend the GFE Pilot protect, as implemented m
September of 2004, until CDOT has the opportunity to assess the results of the Pilot and to issue
final auidehnes for the GFE and UDBE Commitment Process
Please read August 23, 2004 NOTICE for details on the Pilot process which Contractors should continue
to follow until further notice It is located on CDOT's `Project Bidding" page at
httn //www dot state co us/biddms/Newsflash4 doc
When the final guidelines are issued, CDOT will send a mailed notification to all Prequahfied
Contractors, all DBEs, all ESBs, and any other firm that has been used as a subcontractor on a CDOT
project in the past year
Any questions or input you may have about the continuation of the Pilot project should be directed to the
Business Programs Office at (303) 757 9234
COLORADO DEPARTMENT OF TRANSPORTATION Project No
UNDERUTILIZED DBE (UDBE) BID S-r f
CONDITIONS ASSURANCE Location
u1,s a8? S (-cD I l e-e- Ave n tee,
Instructions Contractor- Complete and submit this form with your bid Report only Underutilized DBE (UDBE) participation percentages which
qualify under the contract goal specification for this protect
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 fedeml state or local entity funds
UNDERUTILIZED DBE PARTICIPATION COMMITMENT
1) Will your company Underutilized DBE (UDBE) participation commitment meet contract goals? ,ey Yes ❑ No
2) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below 8 0 %
3 List the UDBE firms committed work items and eli ibla UDBE percent of your bid that you are committing to each
CERTIFICATION
COMMITTED
SUBCONTRACT
ELIGIBLE
UDBE FIRM NAME
EXP DATE
WORK ITEM(S)
CATEGORY
UDBE %
9 Subcontractor
- Q-�
[I Supplier ❑Broker
Subcontractor
r, 1 /'� I /+�
2 NQOQY) ) CiVil ( 7oviSt
(� qq
-{ /39 /00
+,�
'c"'1'ICce L`-
Supplier Broker
b 0
o 0 �o
❑ ❑
❑ Subcontractor
3
/ /
❑ Supplier ❑ Broker
%
❑ Subcontractor
4
/ /
❑ Supplier ❑ Broker
%
❑ Subcontractor
5
/ /
❑ Supplier ❑ Broker
%
❑ Subcontractor
6
/ /
❑ Supplier ❑ Broker
%
BOX A TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT
$ Q
Round percentage amounts to the nearest hundredth
Additional instructions on how to calculate the actual eligible amounts and percentages for the subcontractor supplier and broker categories
are available on the CDOT Form #715 and in the Counting DBE Participation Toward Contract Goals and CDOT s annual DBE goal section of the
DBE - Definitions and Requirements in the Standard Special Provisions
I understand that If my company Is determined to be the low bidder for the contract on this project I must submit a completed
COOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed on this form to the
Transportation Department by 4 00 pm the day after the bids are opened The actual amounts submitted on each CDOT Form
#715 must equal or exceed the percentage commitments documented on this form In addition if my company does not
meet the DBE/UDBE goal for this project I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT
DOCUMENTATION before the above stated deadline CDOT Form #715s submitted for firms not included on this form, OR
for amounts exceeding those listed on this form will be accepted but NOT counted as Good Faith Efforts Only the efforts
the contractor made prior to the bid opening will count as Good Faith Efforts
I understand my obligation to abide by the policy stated above I shall not discriminate on the basis of race color age sex national
ongin or handicap in the bidding process or the performance of contracts
1 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 Na Date
5 iia i og
Comp atur Title
l r e r c—,<,\CiC✓1
Previous editions may not be used CDOT Form 714 08/04
00410 BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Mountain
Constructors Inc as Principal, and First National Insurance
Company of America as Surety, are hereby held and firmly bound unto the
City of Fort Collins, Colorado, as Owner, in the penal sum of Five Percentof
Amount Bid ($ 5% )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 Contract Agreement for the
construction of City of Fort Collins Project, US287/South College Avenue Bike Lanes
as per Bid # 6100
WHEREAS, the Owner, as a condition for receiving said bid, requires
the Principal to deposit with the Owner a Bid Guaranty equal to five
percent (5%) of the amount of said bid
NOW, THEREFORE,
(a) If said bid shall be rejected, or in the alternate,
(b) If said bid shall be accepted and the Principal
shall execute and deliver a Contract Agreement
(properly completed in accordance with said bid) and
shall furnish a Performance and Payment Bond upon
the forms prescribed by the Owner for the faithful
performance of said Agreement, 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-
lity of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated
00410 continued
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
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set
their hands and seals this 12th day of May , 2008 , 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 SURETY
First National
Name Mountain Constructors Inc Insurance Company of America
622 Main str a 14123 Denver West Parkway
O Address Plattevlll 0 Golden CO 80401
By \'f \ 1 By
V I Title Vera T Kalba Attorney in Fact
s
U
(SEAL) (SEAL)
NOTE Surety Companies executing bonds must be authorized to thansact
business in the State of Colorado and be acceptable to the Owner
MOODY INSURANCE AGENCY, INC
3773 CHERRY CREEK NORTH DRIVE SUITE 800
DENVER COLORADO 80209 3804
PHONE (303) 824 6600
TO John Stephens
City of Fort Collins
215 N Mason St
Fort Collins, Colorado
WE ARE SENDING YOU THE FOLLOWING ITEMS
DATE 5/13/08
PROJECT Bid No 6100
US 287/S College Bike Lanes
�X Attached Under Separate Cover
Copies
Description
1
CDOT Form # 605 - Contractors Peformance Capability Statements
1
CDOT Form # 606 - Anti -Collusion Affidavit
1
CDOT Form # 621 - Assignment of Antitrust Claims
1
CDOT Form # 715 - Certificate of Proposed UDBE Participcation
THESE ARE TRANSMITTED AS CHECKED
V7
1 Al FOR APPROVAL
FOR REVIEW
FOR YOUR USE
AS REQUESTED
REMARKS
BELOW
AS APPROVED
AS SUBMITTED FOR APPROVAL
OTHER
PLEASE RETURN AFTER SIGNING
Please return 2 copies of the approved MHTs Thanks
SIGNED
Pam Duncan
PO BOX 405 • PLATrEVLM C0L0R=806514W (870) M4161
1r H POWER First National Insurance Company or Amer"
W" • OF ATTORNEY Safeco Plaza
Seattle WA 98185
KNOW ALL BY THESE PRESENTS
No 13289
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA a Washington corporation does hereby appoint
" D N BROYLES KAREN A FEGGESTAD DANIEL S FINHOLM VERA T KALBA BRAD MOODY EVAN E MOODY Denver CO --
its True and lawful attomey(sFin fact with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of Its business and to bind FIRST
NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as If such Instruments had been duly executed by Its regularly
elected officers at Its home office
IN WITNESS WHEREOF FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and atlested these presents
this 6th
.�rpl+atn.0 �k/af.(G>Li
STEPHANIE DALEY WATSON SECRETARY
day of February 2008
� Pti f I,IYS �V,��r3il�ti
TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY
CERTIFICATE
Extract from the By Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA
Article V Section 13 FIDELITY AND SURETY BONDS the President any Vice President the Secretary and any Assistant
Vice President appointed for that purpose by the officer in charge of surety operations shall each have authority to appoint
individuals as attorneys in fact or under other appropriate titles with authonty, to execute on behalf of the company fidelity and surety
bonds and other documents of similar character issued by the company In the course of its business On any instrument making or
evidencing such appointment the signatures may be affixed by facsimile On any instrument conferring such authority or on any bond or
undertaking of the company the seal or a facsimile thereof may be impressed or affixed or in any other manner reproduced
provided however that the seal shall not be necessary to the validity of any such instrument or undertaking
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28 1970
On any certificate executed by the Secretary or an assistant secretary of the Company setting out
(1) The provisions of Article V Section 13 of the By Laws and
(ill A copy of the power of attorney appointment executed pursuant thereto and
(ill) Certifying that said power of attorney appointment is in full force and effect
the signature of the certifying officer may be by facsimile and the seal of the Company may be a facsimile thereof
I Stephanie Daley Watson Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA do hereby certify that the
foregoing extracts of the By Laws and of a Resolution of the Board of Directors of this corporation and of a Power of Attorney
issued pursuant thereto are tme and correct and that both the By Laws the Resolution and the Power of Attorney are still in full force
and effect
IN WITNESS WHEREOF 1 have hereunto set my hand and affixed the facsimile seal of said corporation
S 1049/DF 4/05
this 12th day of May 2008
ApAa,w Gay[c2 ytia14L-,
STEPHANIE DALEY WATSON SECRETARY
Safii o and the Safacn logo are egisiered Iradamarics of Saleco CorporaUnn
WEB PDF
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACTORS PERFORMANCE CAPABILITY STATEMENT
Project#
S F- My5S'c$G3
1 List names of partnerships or joint ventures y 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 A none
b Key equipment changes A none
c Fiscal capability changes (legal actions etc) none
d Other changes that may effect the contractors ability to perform work none
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGRE D AN OTHER APPLICABLE STATE
OR FEDERAL LAWS THAT THE STATEMENTS MADE ON THIS DOOIM T A T E AND CORRECT TO THE
BEST OF MY KNOWLEDGE ,
Contractor s firm or company name
/v �pUtl�D�l C'� lAr��ClxOti'Si �` C—
By
Date
Title/
t f- t5t e.rc'
2nd Contractor's firm or company name (if joint venture)
By
Date
Title
CDOT Fonn #605 1/92
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO ST , oL 3
ANTI -COLLUSION AFFIDAVIT
LOCATION
U5 dg'i l.S Ava
'13, ke Low es
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 fine 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 firms 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
1 DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS THAT THE STATEMENTS MADE ON THIS DOCUMENT A E AND COMPLETE TO THE BEST
OF MY KNOWLEDGE
Contrectufs Arm or company name
By
Date
/1� II ,,..��^^
Mour4wrf Cnrs4-{�1 cAc. ,r5t-1-oc.
TAU.
YL e ES)Ci f
End contractors firm o ocmpany name pt jalnt venture)
By
Date
Tine
Sworn to before me this \8th day of M0.y 20 O$
Notary ublic
My commission e
1
li This document must be signed in Ink
ODOT Form MOB I=
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO
ASSIGNMENT OF ANTITRUST CLAIMS ISIE M�1ss oas
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
1 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
That upon becoming aware that a third party has commenced a civil action asserting on Contractors
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
To take no action which will in any way diminish the value of the claims or rights assigned or dedicated
to CDOT hereunder and
Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on
Contractors behalf by any third party and which claim has been assigned to CDOT hereunder
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 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 subcontractors oblige
tions to Contractor
b Upon becoming aware that a third party has commenced a civil action on the subcontractors 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
subcontractors behalf by any third party 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
o company nem
Moir+oar. W I\$�V- 1tiG� OC S I Z1'hG Titla V t LC —�)T 2 S I tlCMA,
d comredor a firm or comp yname (Ifto tventure) IRv
Ttl
CDOT Form 6611 1V91
COLORADO DEPARTMENT OF TRANSPORTATION
CERTIFICATE OF PROPOSED
Project No 5-FF My 5 5 - (-
UNDERUTILIZED DBE (UDBE)
Project Code (SA#) 1/43e,3
Location lJ S a87 S Go\\EchQ va
�kka. LAr,e
Form# ` of
PARTICIPATION
Prime Contractor— Send completed/signed form to the Business Programs Office (instructions on second page) The Eligible UDBE
Amounts submitted on this form must equal or exceed the commitment(s) documented on the CDOT Form 714 you submitted with your
bid For the complete list of certified DBE/UDBE firms and their DBE work codes go to htt //www dot state co us/app_ucp/
NOTE See 49 CFR part 26 55 and the DBE Definitions and Requirements in the Standard Special Provisions for further information concerning
counting DBE participation of truckers subcontractors suppliers and service providers toward the projects UDBE goal
PART 1 a -TRUCKING CONTRACT
If the UDBE Is being used as a trucker for one or more "trucking DBE work codes (25500 25505 etc ) then
ACTUAL UDBE AMOUNT = Actual contract amount for the transportation services provided by the UDBE firm and any UDBE lessees
ELIGIBLE UDBE TRUCKING AMOUNT= I (ACTUAL UDBE AMOUNT) — (Any non UDBE lessee amounts in this contract)* ]
* For work done on this UDBE contract with non UDBE lessees credit toward the project UDBE goal is given only for the broker fees or commissions
the UDBE trucker receives for arranging the transportations services because the services themselves are being performed by non UDBEs
NAME OF UDBE FIRM
CERTIFICATION #
EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT
$
DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR
Complete list of work codes is at hffp lAvww dot state cc us/app_ucp/
PART 1 b - SUBCONTRACT
ELIGIBLE UDBE SUBCONTRACT AMOUNT= I (Actual UDBE contract amount)—Wy.ndn-UDBE�Iowe0 tier amounts in this contract)*
* Work that a UDBE subcontracts to a lower tier non UDBE firm does not count toward tha pgowd UDBE Goal
NAME OF UDBE FIRM
CERTIFICATION #
EXPIRATION DATE I ELIGIBLE UDBE SUBCONTRACT AMOUNT
1aG<0
R /3A/c+S $ r73,gS3 $o
DBE WOR CODE NUMBER(S) THIS UDBE IS BEING USED FOR
Complete list of work codes is at hffpLwww dot aleteuxt us(app_ucj.✓
PART 1 c - SUPPLY CONTRACT
If the supplier Is a UDBE with a Type k1181d of "), iplilfacturer' for the item(s)
ELIGIBLE UDBE,SUPPLy'AMOUNT s C (Actual UDBE contract amount) X 100%
If the supplier is a UDBE with a Type" field of Regular Dealer for the item(s)
ELIGIBLE UDS# SUPPLYAMOUNT = I (Actual UDBE contract amount) X 60%
NOTE If the supplier is a UDDE with a "Type field of Broker for the item(s) use PART 1d — BROKER / SERVICE CONTRACT
NAME OF UDBE FIRM
CERTIFICATION #
EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT
Is
DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR
Complete list of work codes is at http lAvww dot state co us/app ucpl
PART 1 d - BROKER / SERVICE CONTRACT
If purchasing materials or supplies through a UDBE with a "Type field of Broker count only the amount of brokerage commission
and/or delivery service fees included in the contract Other examples of services to Include in this section are bonding brokering
consulting security guards and insurance etc
ELIGIBLE UDBE SERVICE FEE AMOUNT= Actual compensation retained by the UDBE broker/agent for services rendered*
* The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered provided the
fee/commission is determined by COOT to be reasonable and not excessive as compared with fees customarily charged for similar services
NAME OF UDBE FIRM
CERTIFICATION #
EXPIRATION DATE ELIGIBLE UDBE SERVICE FEE AMOUNT
/ / $
DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR
Complete list of work codes is at httplhvww dot state co us/app ucpr
..nyinal — ousmess Programs vmce Previous editions may not be used CDOT Form 715 — Page 1 of 2 1/06
PART 2 - UDBE PARTICIPATION SUMMARY
A) What is the total dollar value of this proposed trucking subcontract supply OR broker/service
contract that is eligible for counting toward contract goals?
A= [ TOTAL FROM ELIGIBLE COLUMNS IN PART 1 ]
A> $ r73/R53 So
NOTE Provide in actual subcontractor dollars and not prime contract prices
B) What is the total dollar value of proposed subcontracts that are eligible for counting towards
B> $
contract goals from prior sheets/forms?
C) What is the accumulative value of proposed subcontracts that are eligible for counting towards
contractgoals9
C> $ 73,453 80
C=[A + B]
D) What is the original contract bid total?
D> $14 I q,003 to
E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs?
E=[(C — D) X 100]
E> �� (,Jr %
PAKI 3 — UU51:
I confirm that my company is participating in this contract as documented in the PnmetdtrtfactorrficpTtijrltrnent(s) in PART 1
of this form Only the value of the work tha�py company is actually performing fs befttg couhte)d on this form
UDBE Firm Name
UDBE Representative Signature and Title
PAK 1 4 — PKIML GONTKAGTOR
Date 5 /'3 /O9
• my company has met the contracted UbBE goals or has submitted a completed CDOT Form #718
• my company has agceptq&a"osal from the UDBE named above
• my company has nptfed4he proposed UDBE of the contracted UDBE commitment
• my comparr has ehsured+that the proposed UDBE has signed PART 3 of this form
• my comprinys use tit the proposed UDBE for the items of work listed above is a condition of the contract award
• my company will frWitathe proposed UDBE to attend the preconstruction conference
• my company wilt'npt use a substitute UDBE for the proposed UDBE s failure to perform under a fully executed subcontract
unless my company complies with the definitions and requirements section of the DBE Special Provisions
• 1 understand that failure to comply with the information shown on this form will be considered grounds for contract termination
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 knowladne
Pnme Contractor Name M t � 'C u.�%or s , Z n c- I Date 5 / I g / og
Officer Signature and Title V � f i v-e✓ �rp�t dQn�
w
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 a UDBE firms)
3 Complete only relevant section(s) for PART 1
4 Ensure that the proposed UDBE has signed PART 3 of this form
5 Complete ALL sections of PART 2 and PART 4
6 Submit a separate CDOT Form #715 for EACH proposed UDBE
Retain a photocopy for your records
Send original to
Colorado Department of Transportation
Business Programs Office
4201 E Arkansas Ave
Denver Colorado 80222
FAX (303) 757 9019
may
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT 6100 US 287/South College Avenue Bike Lanes
Place hake-v,lle C O gOL51
Date
1 In compliance with your Invitation to Bid dated M&V�_Z, 2009
and subject to all conditions thereof thd 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 or cashier's check or standard
Bid bond in the sum of
($y ) 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^n and payment bonds is as follows
M�o[�v SnSiarnnre /i
3793 erry Crk -t< N A'tnvt�©ono
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
Rev 10/20/07 Section 00300 Page 1