HomeMy WebLinkAboutRESPONSE - BID - 7209 REGISTRY NEIGHBORHOOD PARKSECTION 00300
Round Picnic Table wl Chairs - ADA
8' Picnic Table
8' Picnic Table - ADA
Children's Picnic Table
Table Umbrella
Drinking Fountain
Pedestrian Light
$ 2095.00
EA
$ 2350.00
EA
$ 2290.00
EA
$ 1825.00
EA
$ 2060.00
EA
$ 4555.00
EA
$ 8745.00
EA
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:
J-2 Contracting Co.
CONTRACTOR
By; Chris Leone
�H /LdO/✓ 3/22/11
ignature Date
President
Title
License Number (If Applicable)
(Seal - if Bidis by corporation)
Attest:
Ad ess PO Box 129
Greeley, CO 80632
Telephone 970-392-0694
Email chrisieone@j2contracting.com
Rev 10/20/07 Section 00300 Page 9
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned J-22�ContractingCompany
as Principal, and as Surety, are hereby held and fir er ni� 'yi'M? the City of
Fort Collins, Colorado, as OWNER, in the sum of $Bid Amount 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, 7209 Registry Neighborhood Park.
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.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 22nd day of March , 2011, 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: J-2 Contracting Company
Address P.O. Box 129; 450 E. 16th Street
Greeley, CO
By:
Title:
ATTEST:
By:
(SEAL)
SURETY
Hartford Casualty Insurance Company
One Hartford Plaza
Hartford. CT 06155-0001
BYUC ,.o nl lV .
K'Anne E. Vogel
Title: Attorney -in -Fact
(SEAL)
Rev 10/20/07 Section 00410 Page 3
Direct Inquiries/Claims to:
POWER OF ATTORNEY P.O. BOX F203,60 ASYLUM HARTFORD
D AVENUE
HARTFORD, CONNECTICUT 06115
call: 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34-340869, 34-342316, 34-341738, 34-343634
Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connearrut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly orcaniicd Under the lams of the Statc of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Katherine E. Dill, K'Anne E. Vogel, Loree Vanderhye, Melanie Lathouwers, Russell D. Lear, Brandi Tetley,
Chris Richmond, Russell Michels, Darlene Krings, Diane Clementson, Kelly T. Urwiller, Jennifer Winter
of Denver, Fort Collins 6 Greeley, CO
their true and lawful Attorney(s)-in-Fad, each in their separate capacity i1 more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures appliedto this Power of Attorney.
yr?TI t� VdIl1 �,1L3 r py /, 0--
o �r Y. „. ,�.6nn��r �i!i • d7 3 t /./�r0bil i4-ZA j
g Q 1 rYl� • ;/��
"T. y ,.,•n .,,� � '�„. i.1970 <i\t 1979 1 T9
Scott Sadowsky, Assistant Secretary
STATE OF CONNECTICUT
ss. Hartford
COUNTY OF HARTFORD j
M. Ross Fisher, Assistant Vice President
On this 3r° day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did
depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the
corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the
said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed
his name thereto by like authority.
ZOO
♦ 11Pr�al1 �',
�J (✓K' C / +..�"�
•�
Scott E. Paseka
Notary Public
CERTIFICATE
My Commission Expires October 11. 2012
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that ttIe above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of
Signed and sealed at the City of Hartford.
0-v
071,19.
?1a ,.7� i
/ 1
Gary W. Stumper, Assistant (Vice President
•
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: J-2 Contracting Co.
2. Permanent main office address: 450 East 1'6th Street, PO Box 129, Greeley, CO 80632
3. When organized: 11/14/1994
4. If a corporation,where incorporated: Colorado
5. How many yearshaveyou been engaged in the contracting business
under your present firm or trade name?17
6.. Contracts on hand: (Schedule these, .showing the amount of each
contract and the appropriate anticipated dates of completion.)
See Attached
7. General character of Work performed by your company:
Excavation, Grading, Wlities, Park and Street-ssape constradton
8. Have you ever failed to complete any Work awarded to you?NO
If so, where and why?
9. Have your ever defaulted on a contract?No
If so, where and why?
10. Are you debarred by any government agency? No
If yes list agency name.
Rev 10/20/07
Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
see Attached
12. List your major equipment available for this contract.
See Attached
13. Experience in construction Work similar in importance to this
project:
See Attached Project Listings
14. Background and experience of the principal members of your organization,
including officers:
Sae Attached Resumes
• 15. Credit available: $6110,00000
16. Bank reference: Cache Bank and Trust, Cbda Gentle 970416a354
17. Will you, upon request, fill out a detailed financial statement and
furnish any other informationthat may be required by the OWNER?
Yes
18
19
20
•
Are you licensed as a General CONTRACTOR?Yea
If yes, in what city, county and state?
Class, license and numbers? Class AFor All Listed
Boulder, Cheyenne, Brighten, Lorimer, What
Do you anticipate subcontracting
Contract? ree
If yes, what percent of total contract?so%
and to whom? See Section 00430 sutwonlractor Listing
Work under this
Are any lawsuits pending against you or your firm at this time?
IF yes, DETAILNe
Rev 10/20/07 Section 00420 Page 2
21
What are the limits of your public liability?
See Attached CsrUBcete
What company? Trawlers
DETAIL
22. What are your company's bonding limitations?z.oM single/s.OM Aggregate
23. The undersigned hereby authorizes and requests any person, firm or
corporation to furnish any information requested by the OWNER in
verification of the recital comprising this Statement of Bidder's
Qualifications.
Dated at 10:00am this 22ntl day of March 20-11
J-2 Contracting co.
Name of Bidder
By: Chns Leone
Title' President
State of Colorado
County of Weld
• / so019s", being duly / sworn deposes and says that he
is _ i�idwaf of S �2 CIiJ7�/L(L�UG KI--? , and that
(name of organization)
the answers to the foregoing questions and all statements therein contained
are true and correct.
r1
L_J
n¢
Subscribed and worn to before me this o262. day of20[L.
Notary Public / Z
My commission expires
Rev 10/20/07 Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 100 of the contract.
ITEM
Concrete Walls and Flatwork
Landscape and Irrigation
SUBCONTRACTOR
Powers Flalwork
Bath Nurseries
Section 00430 Page 1
Client#: 45027
JTWOC
41
ACORD.. CERTIFICATE OF LIABILITY INSURANCE
D ATE
;Za„M
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Flood & Peterson lns.,Inc.
Corporate Mailing Address:
P. O. Box 578
CONTACT NAME: Nancy Keiser
PHONE 970 356-0123 9705066836
ac No Eat : ac No
nooRsss: nancy.keiser@fpinsurance.com
Greeley, CO 80632
CUSTOMER ID r:
INSURER(S)AFFORDING COVERAGE
NAICr
INSURED
INSURER A: Travelers Insurance Company
J2 Contracting Company, Inc.
PO Box 129
INSURER B:
INSURER C:
Greeley, CO 80632
INSURER D :
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER -
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
DDL
NSR
WR
POLICY NUMBER
POLICY EFF
MMNDIYYYY
POLICY EXP
MWDDIYYI'Y
LIMITS
A
GENERAL LIABILITY
DTC0325D65761ND77
1/01/2011
01/011201
EACHOCCURRENCE
$1000000
X COMMERCUQGENERALLIABILITY
CLAIMSMADE OCCUR
DAMAGE TOR W_ D
PREMISES (Ea occurrence)
$300,000
MED EXP(My one person)
$5,000
PERSONAL B ADV INJURY
$1,000000
X PD Ded:2,500
GENERAL AGGREGATE
E2,000,000
GEN'L AGGREGATE
LIMIT APPLIES PER:
PRODUCTS - COMPIOP ASS
$2,000,000
POLICY
PRO LOC
S
A
AUTOMOBILE
LIABILITY
ANY AUTO
810325D6576TIL11
1/01/2011
011011201
COMBINED SINGLE LIMIT
(Eaacadenq
$, 000000
BODILY INJURY (Per person)
$
ALL OWNED AUTOSBODILY
INJURY(Per accident)
$
JX
SCHEDULED AUTOSPROPERTY
AUTOS
DAMAGEHIRED
(Peracddent)$
NON -OWNED AUTOS
$
$
A
X
UMBRELLA LIAR
X
OCCUR
CUP325D6576TIL11
D110112011
01101/201
EACH OCCURRENCE
$1000000
AGGREGATE
$1 00O 000
EXCESS LIAB
CLAIMS -MADE
DEDUCTIBLE
$
$
X
RETENTION S 10000
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I N
ANY PROPRIETORIPARTNEWEXECUTIVE
OFFICEWMEMBER EXCLUDED?
NIA
WC STATU- OTH-
E.L. EACH ACCIDENT
$
E.L. DISEASE EA EMPLOYEE
S
(Mandatory in NH)
If y s, tlesaibe utter
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT IS
A
Leased/Rented
OT660722SL939
1/01/2011
01/01/201
$750,000 Limit
E ui ment
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
RE: Kern Reservoir Project
Town of Windsor
301 Walnut Street
Windsor, CO 80550
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
F/ooaC r Q.e..teisonJ .riot✓�awcn ,TNt.
01988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009/09) 1 of 1
#S5849951M584831
The ACORD name and logo are registered marks of ACORD
NEK
•
• AGGREGATE PROCESSING•AGGREGATE SALES • DEMOLITION
• PUSLIC UTILITIES* EXCAVATION SITE ORADING•STREET CONSTRUCTION
QUALIFICATION AND CAPABILITIES STATEMENT
INTRODUCTION
J-2 Contracting Co. is a general contractor, and construction materials recycler with a focus on general
building and civil construction for the public, and commercial sectors. J-2 Contracting provides value
through diversification, with in house capabilities to perform the following civil disciplines: park and
streetscape construction, sewer and water pump stations, water and sewer mains and services,
stormwater and drainage systems, erosion control, structural concrete, exterior concrete flatwork,
demolition, aggregate crushing, onsite concrete and asphalt recycling, earthwork, and street and road
construction.
J-2 Contracting Co. has been performing general contracting services in the public sector since 1979,
our office, shop, and recycling yard are located at 450 East 16`h Street in Greeley, CO. J-2 Contracting
is a member of the Association of General Contractors, the Colorado Contractors Association, the
Construction Materials Recycling Association, and is signatory to the Union of Operating Engineers,
Local 9. We maintain a strong balance sheet and are currently operating under a $2.OM single / $5.OM
Aggregate bonding program with Hartford Casualty Insurance Company, an "A" rated surety.
The following pages of this document include key personnel qualifications and past projects completed
including contact information for owners and engineers that we encourage to contact as references. As
you will see from our list of projects we have wide ranging experience in both size and scope, with
contract values from $5K to $3.3M and covering nearly all construction disciplines. J-2 Contracting Co.
has never failed to complete a project that we were awarded. We pride ourselves on completing projects
as quickly and economically as possible.
As our project references demonstrate, over the last 5 years we have successfully completed several
projects very similar in both size and scope to the Registry Neighborhood Park Project. Over 80% of
the work we do is for municipal entities and we are very familiar with the business and construction
processes required to succeed in this market. Specific to the Registry Neighborhood Park Project we
intend to self perform roughly 50% of the project. We will self perform the earthwork and utilities
scopes in their entirety; we plan to construct the boulder walls in house and to erect and install the site
furnishings. We will also be active in the restroom building construction and will self perform the
framing, truss installation, and finish carpentry scopes.
Thank you for taking the time to consider our qualifications. If selected, we look forward to a successful
project
Sincerely,
3/21/2011
Chris Leone
President
J-2 Contracting Co.
SECTION 00300
BID FORM
PROJECT:
Bid No 7209
Registry Neighborhood Park Place Fort Collins, CO
Date March 22nd 2011
1. In compliance with your Invitation to Bid dated Febuary 22 , 2011 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 or cashier's check or standard Bid
bond in the Sum of Five Percent of total Bid amount
($ 5% ) in accordance with the Invitation To Bid and Instructions
to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this
Bid. The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and payment bonds is as
follows: Hartford Casualty Insurance Company, One Hartford Plaza, Hartford Ct. 06155
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.
1 through 3
Rev 10/20/07 Section 00300 Page 1
•
•
• AGGREGATE PROCESSING *AGGREGATE SALES • DEMOLITION
• PUBLIC UTILITIES* EXCAVATION• SITE GRADING•STREET COI
Current Project Backlog:
Projects Under
Contract 212812010
Month Ending
0
Total
Scheduled
Contract
Contract
Billed to
%
Complete
Description Owner
Architect
Price
Date
Complete
Start Date
Date
Commercial /Hall
�Lafarge
Recycle ..Irwin /Aggregate
Crushing 2011 Industries
N/A
$242,600
$197,432
80%
1/1/11
12/31/11
!City of Boulder
Valmont Bike Parks and
Park ,Recreation
JHA
$3,110„059
$2,177,629
70%
2/1l10
6/1/11
Kern Ditch
SCADA
Clearwater
Improvements
Town of Windsor
Solutions
$218,900
$48,043
22%
1/25/11
4/15/11
13th Street
City of
Reconstruct
Cit Of Greeley
Greeley
$170,628
$0
0%
4/1/11
6/1/11
Totals
$3,943,269
$2,045,275
• AGGREGATE PROCESSING *AGGREGATE SALES • DEMOLITION
• PUBLIC UTILITIES • EXCAVATION • SITE GRADING • STREET CONSTRUCTION
•
Project References:
•
•
• AGGREGATE PROCESSING -AGGREGATE SALES "- DEMOLITION
• PUBLIC UTILITIES• EXCAVATION• SITE GRADING STREET CONSTRUCTION
0
Project Name: Valmont Bike Park
Sub [Prime Prime Contractor
Owner:
Contract Amount:
Construction Dates:
% By Own Forces
Superintendant:
City of Boulder
Contact: Mike Lamb 303413-7225
3198 Broadway
Boulder. CO 80304
$3,110,059
5/2010 — 6/201 I, 70% Complete as of Jan 312011
65%
Chance Brown
Description: Construct 40 acre mountain bike park including; 42000 CY of earthwork, 5
miles of cross county, slope style, and dual slalom bike trails. 4800 SY of
concrete trails and plaza, 3 pre stressed concrete bridges, 2 gravel parking lots.
Construction of an 800 SF CMU Block and standing seam metal roof restroom
building. Installation of numerous site features andamenities.
r
u
• AGGREGATE PROCESSING ZAGGREGATE SALES O DEMOLITION
• PUBLIC UTILITIES �- EXCAVATION z SIrE GRADING • STREET CONSTRUCTION
•
Project Name: Downtown Alley Enhancements
Sub or Prime? Prime Contractor
Owner: Fort Collins Downtown Development Authority
Owner: Anne Aspen, Ph: (970) 4194383
19 Old Town Square, Ste 230
Fort Collins, CO 80524
Engineer: Keith Meyer: (970) 988-8605
Original / Final Contract Amount: $1,549,300 / $1,595,306
Original / Final Completion Date: 9/23/10 - 11/9/10
Construction Dates: 7/2010- 11/2010
No. of Change Orders: 3
% By Own Forces 40%
Description: Removal and reconstruction of two alleys covering 24.000 SF in downtown Fort
Collins including: Demolition, Concrete Flatwork, Interlocking Pavers,
Electrical and Lighting Site Amenities, Storm Sewer Installation.
0
•
is
•
A
S •
� C
O
*AGGREGATE PROCESSING 0 AGGREGATE SALES S DEMOLITION
• PUBLIC UTILITIES* EXCAVATIONS SITE GRADING •STREET CONSTRUCTION
Project Name: Horsetooth South Bay Swim Beach
Sub or Prime? Prime Contractor
Owner: Latimer County
Contact: Todd Juergens, Ph: (970) 498-5711
200 West Oak Street
Fort Collins, CO 80524
Original / Final Contract Amount:
$527,900 / $568,891
Original / Final Completion Date:
4/26/10 - 8/20/10
Construction Dates:
4/2010- 11/2010
No. of Change Orders:
6
% By Own Forces
40%
Description: Construction of a park restroom and shade structure facility including CMU
building with standing seam metal roof, prefabricated structural steel shelter,
colored concrete plaza paving, boulder retaining wall, Stabilizor Solutions
crusher fines pathway, and recycled asphalt parking lot.
• AGGREGATE PROCESSING *AGGREGATE SALES * DEMOLITION
• PUBLIC UTILITIES O EXCAVATION * SITE GRADING * STREET CONSTRUCTION
•
Project Name: South Cheyenne Community Park
Sub /Prime Prime Contractor
Owner: City of Cheyenne,
Contact: Tim Grote, Ph:(307) 6384338, Fax:(307) 6384355
2101 O'neil, Ave Room 302
Cheyenne, WY 82001
Original / Final Contract Amount: $951,396 / $1,645,450
Original / Final Completion Date: 11/15/08 — 11/2009
Construction Dates: 11/2008— 11/2009
No. of Change Orders: 8
% By Own Forces 65%
Description: Construct 15 acre City Park including: Dewatrering, Earthwork (22000 CY),
Utilities, Concrete Trails and plazas (45,000SF), Parking Lot (3000 SY), Age
separated play areas, Landscaping, and irrigation.
Cl
0
•
•
0
ep
7
i
CG
• AGGREGATE PROCESSING •AGGREGATE SALES • DEMOLITION
• PUBLIC UTILITIES • EXCAVATION • SITE GRADING • STREET CONSTRUCTION
Project Name: Ken Mitchell Lakes Inlet / Outlet Pump Station
Sub or Prime? Prime Contractor
Owner: City of Brighton
Contact: Dawn Hessheimer
22 South. 46 Street
Brighton, CO 80601
Original / Final Contract Amount:
$1,077,718 / $1,117,720
Original / Final Completion Date:
1 I/2008 / N/A
Construction Dates:
1.1/2008 - 8/2009
No. of Change Orders:
3
% By Own Forces
60%
Ph: (303) 655-2127, Fax: (303) 655-2001
Description: Construct two concrete cast in place wet well structures 30 feet below grade.
Dewater site for construction of wet wells bringing groundwater table down 22
It within 100 feet of the South Platte River. Install sheet piling in the river to
allow for construction of a concrete inlet / outlet structure. Install submersible
pumps in wet well structure and perform site road construction and maintenance.
0 AGGREGATE PROCESSING a AGGREGATE SALES c DEMOLITION
O PUBLIC UTILITIES • EXCAVATION • SITE GRADING • STREET CONSTRUCTION
Project Name: P14 Faversham Park Pump Station
Sub or Prime? Sub Contractor
Owner: City of Westminster
Contact: Stephanie Beliker, Ph: (303) 658-2174, Fax: (303) 706-3927
4800 W. 92"d Ave
Westminster. CO 80031
Original / Final Contract Amount:
$1,058,965 / $1,057,399
Original / Final Completion Date:
7/15/08 — 2/15/2009
Construction Dates:
7/2008 - 1/2009
No. of Change Orders:
5
%" By Own Forces
80%
Description: Installation of 1800 LF of 12" Water main in existing City streets. Construction
of a VFD booster pump station enclosed in a 600 SF CMU Masonry / Stick
Roof building with stone stucco and standing seam metal roof finish within
Faversham Park.
•
11
• AGGREGATE PROCESSING ro AGGREGATE SALES 6 DEMOLITION
o PUBLIC UTILITIES* EXCAVATION• SITE GRADING+STREET CONSTRUCTION
•
Project Name: Boardwalk Park Phase III
Sub or Prime? Prime Contractor
Owner: Town of Windsor Parks Department
Contact: Wade Willis, Ph: (970) 674-2434, Fax: (970) 674-2456
301 Walnut Street
Windsor, CO 80550
Original / Final Contract Amount: $951,369 / $953,956
Original / Final Completion Date: 9/2006 — Spring 07
Construction Dates: 9/2006 - 3/2007
No. of Change Orders: 3
% By Own Forces 75%
Description: Construction of concrete park plaza and trails, park amenities, concrete brick
paving, construction of asphalt parking lots, shoreline reinforcement and re-
C 1
•
•
C, J
PO.Box !129450 East 16th Street • Greeley, CO 80632N . Ph: (970-0694 • Fax: (970) 392-0695 • Email: J20,12contracting.com
Project Name: Oak Street Plaza
Sub or Prime? Prime Contractor
Owner: City of Fort Collins Parks Department
Contact: Craig Kisling Ph: (970) 221-6367, Fax: (970)221-6586
215 North Mason Street
Fort Collins, CO 80522
Original / Final Contract Amount:
$595,544 / $ I,098.522
Original / Final Completion Date:
3/1/2006 — 8/15/2006
Construction Dates:
3/2006 - 8/2006
No. of Change Orders:
7
% By Own Forces
35%
Description: Refurbish Oak Street Plaza including, Demolition of existing plaza paving.
Furnishing and install: water feature (Design by Aqua Engineering), structural
Concrete retaining walls, concrete stairs and flatwork, curb and gutter, utility
tie-ins, lithocrete paving, granite and concrete unit pavers, bus shelter, custom
pole lighting, custom hand rail and fencing.
8. BID SCHEDULE (Base Bid)
SECTION 00300 - BID SCHEDULE
Provide materials and labor associated with installation, maintenance,
start-up and Owner training, as indicated on the drawings and in the
Specifications, for each of the following bid items. Owner is responsible
for payment of Building Permit application fees.
Bid Item #1 Demolition G Traffic Control
To include all materials complete, in place (such as but not limited to
the following: Demolition, Disposal, Protection of Items to Remain, Tree
Protection, Traffic Control, as indicated on the Drawings, and in the
Specifications.
Lump Sum Price $64.100.00
In
Witing Sixty four thousand one hundred dollars
Bid Item #2. Landscape S Irrigation
To include all materials complete, in place (such as .but not limited to
the following: Landscaping, Fine Grading, Soil Testing and Amendments,
Tree Planting Import Backfill, Irrigation System, Irrigation Booster
Pump, Boulders, Landscape Logs, Sod and Mulch,) as indicated on the
Drawings and in th pecifications.
Lump Sum Price $5,100.00
In writing Two hundred dsiw 0ly five thousand one hundred dollars
Bid Item #3. Park Aechitecture
To include all materials complete, in place (such as, but not limited to
the following: (Excluding Custom Picnic Shelter), Restroom, Decorative
Cranes, Building Perimeter Drains, Foundation and Utilities located
within the structures and within a distance of five feet (5') from their
foundations), as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ It 2a.5, 20O�
In Writing Two hundred 40 five thousand seven hundred dollars
a
Bid Item #4. Custom -Picnic Shelter
To include all materials complete, in place: Custom Picnic Shelter, as
indicated on the Drawings, and in the Specifications.
Lump Sum Price S 27,500.00
In Writing Twenty seven thousand five hundred dollars
Bid Item #5. Earthwork and Utilities
To include all materials complete, in place (such as but not limited to
the following: Site Clearing, Water Control, Earthwork, Erosion Control,
Water Utilities, Sanitary Sewer, Storm Sewer, Sub -drains, Power
Rev 10/20/07 Section 00300 Page 2
• AGGREGATE PROCESSING oAGGREGATE SALES a DEMOLITION
• PUBLIC UTILITIES EXCAVATION SITE GRADINGaSTREET CONSTRUCTION
I Proiect Name: 59" Avenue Reconstruction I
Sub or Prime?
Prime Contractor
Owner: City of Greeley
Contact: Dave Wells, Ph: (970) 350-9796 Fax: (970) 3364142
1000 I Oth Street
Greeley, CO 80631
Original / Final Contract Amount: $1,323,354 / $1 235,320
Original / Final Completion Date: 6/15/2008 — 1 1/15/2008
Construction Dates: 6/2008— 11/2008
No. of Change Orders: 2
% By Own Forces 65%
Description: Widening and reconstruction of of a mile of City of Greeley arterial including
embankment, stone -strong precast concrete block wall, curb, gutter, sidewalk,
base course, and paving.
n
LJ
0
e AGGREGATE PROCESSING *AGGREGATE SALES a DEMOLITION
* PUBLIC UTILITIES* EXCAVATION a SITE GRADINOaSTREET CONSTRUCTION
r
LJ
Project Name: North Greeley Sewer
Sub or Prime? Prime Contractor
Owner: City of Greeley
Contact: Phil carter, Ph: (970) 350-9826, Fax: (970) 350-9905
1001 91h Ave.
Greeley, CO 80620
Original / Final Contract Amount:
$1,141,093 /$1,214,527
Original / Final Completion Date:
12/2006 - 6/28/2007
Construction Dates:
12/2006 - 7/2007
No. of Change Orders:
2
% By Own Forces
95%
Description: Construction of 7500 If of 36" Sewer trunk line, 1500 If 15" Sewer main line,
and 800 If 8-sewer main line. Bury depths ranging from 811 to 24ft, and as far as
16 ft below groundwater levels. Project included one arterial and one highway
crossing.
r1
U
0
• AGGREGATE PROCESSING O AGGREGATE SALES 0 DEMOLITION
*PUBLIC UTILITIES • EXCAVATION • SITE GRADING • STREET CONSTRUCTION
•
Project Name: L-Path Berm Erosion Protection Measure
Sub or Prime? Prime Contractor
Owner: City of Fort Collins Engineering
Contact: Jin Wang— (970) 221-6605
281 North College Avenue.
Fort Colhns, Co. 80521
Original / Final Contract Amount: $997,500 / $1,004,845
Original / Final Completion Date: 11/2006 — 3/2007
Construction Dates: 11 /2006 - 3/2007
No. of Change Orders: 7
% By Own Forces 95%
Description: Construction of Drainage Basin/Spill Ways using concrete wier walls and
concrete revetment mats. Project required excavation and fills of approximately
20,000 cu. yds. of native materials. Extensive dewatering in multiple areas was
also required during the project.
•
r 1
LJ
• AGGREGATE PROCESSING* AGGREGATE SALES • DEMOLITION
• PUBLIC UTILITIES® EXCAVATION SITE GRADING98TREETCOI
•
Project Name: Denver International Airport Runway 17L / 35R
Sub or Prime? Sub Contractor
Owner:
City and County of Denver, C/O Interstate Highway Construction
Contact: Julio Laris: 720-272-8577
Original / Final Contract Amount:
$479,839 / $581,123
Original / Final Completion Date:
11/9/2009 - 12/30/2009
Construction Dates:
1112009 — 12/2009
No. of Change Orders:
1
% By Own Forces
100%
Description: Crush 100,000 tons of asphalt and concrete removals for runway reconstruction
project.
•
•
r
LJ
•
• AGGREGATE PROCESSING a AGGREGATE SALES � DEMOLITION
• PUBLIC UTILITIES • EXCAVATION • SITE GRADING • STREET CONSTRUCTION
Equipment Listing:
YEAR Descdptlon
Serial Number
2000
Office Furnishin s / Computers
FURN
1993
GMC 3500 Flat Bed
1 GDHC34FXPE526073
2002
CAT 430D Backhoe Loader
Caterpillar 226 Skid Loader
BML01303
2002
226VSFZ07160
1982
Mack Dump Truck
1M2P141C6CA002311
2004
Carson Flatbed Trailer
HD16264AO15809
2001
NPK 4X Hammer
67874
1991
Kenworth K10 Water Truck
9DWXTH9T8MCM00034
2005
Rugby Laser Level
15024757
2000
Ford 3/4 Ton
1 FTNX21 F&YEC36577
2005
Concrete Mixer
M23B004779
1998
Leeboy Paver
2171B
1998
H ster754A
109A21301706
1993
CAT 613C Scraper
92XO1138
2005
Multiquip Plate Compactor
N2563
2005
Multiquip Generator
5527899
1983
Load King trailer
5LKT3422222024156
2005
Apache Arrow Pipe Laser
11171
2005
Multiquip Compactor
N3209
1972
Terex S11 Scraper
63165
2005
Dodge 2500 Pickup
3D7KS38C05G755770
2000
Concrete forms
DUMARFORMS
2005
CAT CVP40 Plate Compactor
CRT00836
2008
CAT 242B2 Skid Loader
BXM04931
2005
Powerscreen 7436D Conveyor and belt
7436062
2001
GMC 3500 Pickup
1GDJC34G81F139212
2003
CAT 4300 TLB
BML02557
2005
Fairbanks 70' X 11' Scale
YS13570
2005
BOBCAT 84" Angle Broom
31413240
2005
BOBCAT Front Scarifer
SC
2006
Leica Pipe Laser
LPL1
2006
Trench Shoring Bedding Box
8-BB1
2000
CAT 330B Excavator
6DR03954
2006
8 X 20 Trench Box
TB1
2006
Ransome LW300 Pulverizer
LW300A
2006 1
Powerscreen 24" X 30' Conveyor
3080080
1996
Wash Plant Trailer and Acc.
ID06022354CO
2007
Rugby Laser Level
LE1740565
2007
3 X Submersible Pumps
N/A
•
LJ
• AGGREGATE PROCESSING *AGGREGATE SALES c DEMOLITION
-PUBLIC UTILITIES® EXCAVATION•tTTE GRADING „STREET CONSTRUCTION
2000
Freightliner FL160 Service Truck
1 FV6GFAC4YHG52156
2006
Thermo Fischer Belt Scale
109A21301706
2006
24KW Towabel Light Tower
N/A
2001
Volvo EC210 Excavator
EC21OLCCO4609
2004
EC210 Quick Coupler
14521745
2005
Rammer E68 Hammer
6BADB1390
2005
30" Compaction Wheel
6008
2002
CAT 325C Excavator w/thumb
OBFE00267
2005
Pe son 4242 Impactor
420134CASR
2008
16 X 10' Highway Barriers
N/A
2008
Hotsy 1260 Pressure Washer
003675
2006
PMC 60' X 30" Stackable Conveyor
3060-2
2008
1000 Gal Water Trailer
505108
2005
GMC 2500 Crew Truck
1GTHC241.115E269430
2008
EC210 42" 1.31 CY Badger Bucket
7629
2008
Thermo Fischer Belt Scale
10-101-R2 MT-201 60-
2008
14,0001b Cap Trailer
3CVTS202182121043
2008
42" Bucket for Cat 325
PMX00356
2008
20 KW GENERATOR, DCA 25/XQ20
3773989
1971
Ford LN9000 Water Truck
K902VR54433
1990
Rex 3-35 Compactor
HE1401
2007
PowerScreen 7436 D Conveyor
7436154
2006
Dodge 2500 Pickup
3D7KS28C86G12797
2004
Volvo EC55B Mini Excavator
EC55832353
2005
Dodge 2500 Pickup
3D7KS28CO5G837191
2000
John Deere 744H Wheel Loader
DW744HX574289
1997
CAT IT28 Wheel Loader
8CR00794
2006
Godwin 4" Silent Pack Pump
5423497
2007
Komatsu WA480-6
A38022
2007
Pegson XA 400 Jaw Crusher
420249EXFA
2005
JD 21 OLC Box Tractor -Lease
T021 GLE885300
2007
Pe son 4242 SR Impact Crusher
420212EASR
• AGGREGATE PROCESSING AGGREGATE SALES • DEMOLITION
• FURLIC UTILITIES•EXCAVATION•ITTE ORAOING•STREET CONSTRUCTION
Qualifications of Key Personal
J
r�
u
U
•
• AGGREGATE PROCESSING -AGGREGATE SALES a DEMOLITION
• PUBLIC UTILITIES' EXCAVATION -SITE GRADING* STREET COI
CHRIS LEONE:
Principal /
Project Manger / Superintendant
Education: Colorado School of Mines Golden, CO
• BS in Mechanical Engineering
Colorado State University Fort Collins, CO
• Masters in Business Administration
Current Employer: J-2 Contracting Company
Title:
President
Graduated: 1994
Graduated: 2003
2/l/04-Present
Job Description: Owner Operator / Business Manager / General Superintendent:
Responsible oversight and operation of the business including project
management, field operations, financing, organizational structure and human
resources for a company with $6M+ in annual revenues.
Previous Experience: Celestica Colorado, Fort Collins, CO 1997-2004
• Business Office Director — Owned profit and loss for Fort Collins Site
producing $70M-$200M in revenue annually
Recent Specific Project experience:
Fort Collins Downtown Alley Enhancements: Project Manger/Superintendant:
Owner: Fort Collins Downtown Development Authority: Anne Aspen: (970) 419-4383
Chris Leone is currently serving as both the project manager and General Superintendant for the project.
The Final contract price was over $1.5M and covered a wide range of civil construction scopes including;
demolition, earthwork, 15". 16", and 18" Diameter ductile iron storm sewer construction, concrete curb
gutter and flatwork, interlocking concrete pavers, extensive site amenities, asphalt paving, electrical /
lighting, and erosion control. The project requires special attention to the adjacent and surrounding
property owners needs and concerns.
Owner: Jefferson County Open Space, Owners representative: Scott Timmons (303) 271-5049
Chris Leone successfully served as both the protect manager and General Superintendant for the project.
The Final contract price was over $300,000 and included several civil construction scopes including; sub-
base drainage rock placement, concrete curb and flatwork, concrete paver placement, boulder placement
temporary erosion control maintenance, permanent erosion control and seeding.
Pressure Zone 14 Booster Pumn Station:
Owner, City of Westminster, Owners Representative: Stephanie Beliker (303) 658-2174
Chris Leone successfully served as the project manager and for the project. The Final contract price was
over $1.1M and covered a wide range of construction scopes including; Installation of 1800 LF of 12"
water main in existing city streets. Construction of a VFD booster pump station enclosed in a 600 SF
CMU masonry / stick roof building, with stone stucco and standing seam metal roof. The building and
tie-ins are located within Faversham Park.
r_1
LJ
r1
L-A
CHANCE BROWN
PRINCIPAL/
SUPERINTENDENT
YEARS wlTH J-2 CONTRACTING:
YEARS IN PROJECT MANAGEMENT:
c AGGREGATE PROCESSING *AGGREGATE SALES * DEMOLITION
* PUBLIC UTILITIES* EXCAVATION* SFTE GRADING 9 STREET COI
14
EDUCATION:
B.S. Business Administration
Colorado State University
Operational and Organizational Management
Double -Major
PROJECT EXPERIENCE
In his positions as Project Manager and General Superintendent, Mr. Brown is
highly skilled at developing and maintaining project schedules to ensure projects
are completed on -time and within budget. He is very skilled at identifying
potential risks to the critical path before they impact the project completion date.
PROJECT
OWNER
CONTRACT
Project Manager
S. Cheyenne Community Park
City of Cheyenne
$1.5 Million
59'" Ave. Reconstruction
City of Greeley
$1.2 Million
LPATH Berm
City of Fort Collins
$1 Million
CDOT 392 & 1-25
CDOT
$1.1 Million
Boyd Lake WWTP
City of Greeley
$0.4 Million
Ramseier Farm Park
City of Greeley
$0.4 Million
Industrial Facility Migration — Monterrey, MX
Celestica
$14 Million
Superintendent
Valmont City Park
City of Boulder
$2.1 Million
Oak Street Plaza
City of Fort Collins
$1.1 Million
Milliken Bike Trail
Town of Milliken
$.1 Million
Cheyenne Law and Liberty Park
City of Cheyenne
$.1 Million
EXPERIENCE SUMMARY
Mr. Brown has served on projects totaling more than $26 million. The following is a summary of his experience:
Civil
Industrial
REFERENCES —
Mike Lamb
Tim Grote
Dave Wells
Craig Kisling
Dawn Anderson
13 Projects
2 Projects
City of Boulder
City of Cheyenne
City of Greeley
City of Fort Collins
City of Evans
$12 million
$14 Million
303-413-7225
307.638.4338
970.350.9796
970.221.6367
970.475.1160
• AGGREGATE ►ROCESSING • AGGREGATE SALES • DEMOLITION
• ►UBLIC UTILITIES • EXCAVATION • SITE GRADING • STREET CONSTRUCTION
•
Sample Insurance Certification
•
•
Distribution and Controls), as indicated on the Drawings, and in the
Specifications.
Lump Sum Price $ 176,300.00
In writing One hundred seventy six thousand three hundred dollars
Bid Item #6. Playground Area
To include all materials complete, in place (such as but not limited to
the following: Sand Surfacing [4" concrete base for poured in place (2)
wood stair cases), as indicated on the Drawings, and in the
Specifications.
Lump Sum Price $ 11,300.00
In writing Eleven thousand three hundred dollars
Bid Item V . Athletic Facilities
To include all materials complete, in place (such as but not limited tc
the following: Basketball and Tennis Court Paving, Tennis /Movie Wall,
Pavement Markings, Basketball Equipment), as indicated on the Drawings,
and in the Specifications.
Lump Sum Price $ 32,100.00
In Writing Thirty two thousand one hundred dollars
Bid Item #8. Bardscape
To include all materials complete, in place (such as but not limited to
the following: Site Preparation, Base Materials, Sidewalks, Plazas,
Shelter Pad, Courts, Ramps, Playground Sidewalk w/Thickened Edge,
Amphitheater Seat Walls and Varying Height Concrete Walls), as indicated
on the Drawings, and in the Specifications.
Lump Sum Price $ 197,900.00
in writina One hundred ninety seven thousand nine hundred dollars
Bid Item #9. Site Furnishings
To include all materials complete, in place (such as, but not limited to
the following: Picnic Tables, Tables and Chairs with Umbrella, Benches,
Bicycle Racks, BBQ grills, Drinking Fountain, and Pedestrian Lights), as
indicated on the Drawings, and in the Specifications.
Lump Sum Price $ 59,700.00
In writ i r.o Fifty nine thousand seven hundred dollars
TOTAL BASE BID (Bid Items #1 thru #q9) MM
Lump Sum Price
In writina One million *VNOAwnine thousand seven hundred dollars
Rev 10/20/07 Section 00300 Page 3
ADDITIONS / DELETIONS
Add or subtract the following amounts for the items listed below.
Alternate Bid Item #1. Pre -Fabricated Picnic Shelter
To include all materials complete, in place, Delete Custom Picnic Shelter
(Bid item #4) and Add Pre -Fabricated Picnic Shelter (Coverworx Model: GA-
1530-SW) as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ Deduct $3,000.00
In Writina Deduct Three thousand dollars
Alternate Bid Item #2. Integral Colored Sand Textured Finish Concrete
To include all materials complete, in place, Add Integral Solomon
ColorFlo Liquid Color `Thyme' to the Sand Texture Finish Concrete
Pavement (5" thick) as indicated on the Drawings, and in the
Specifications.
Lump Sum Price $ Add $1,100.00
In Writina Add eleven hundred dollars
Alternate Bid Item #3. Integral Colored Stamped Concrete
To include all materials complete, in place, Add Integral Solomon
ColorFlo Liquid Color `Bark' to "Plank" Stamped Concrete Pavement (5"
thick) as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ Add $3,300.00
In writing Add Three Thousand Three hundred dollars
Alternate Bid Item #4. Integral Colored Cast -in -Place Varying Height
Concrete Playground Walls
To include all materials complete, in place, Add Integral Color Solomon
ColorFlo Liquid Color `Thyme' to Cast -in -Place Varying Height Concrete
Walls as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ Add $9,800.00
In Writinq Add nine thousand eight hundred dollars
UNIT PRICES
For additions and deletions to the Contract, the following unit prices
shall be applicable for the specific items listed. Unit Prices shall be
complete, in place including required labor, materials, permits,
equipment, implements, testing, parts and supplies necessary for, and
incidental to proper installation, as indicated on the Drawings, and in
the Specifications.
A. The Contractor agrees that for requested and/or required changes in
the scope of work, the Contract Sum shall be adjusted in accordance
with the following unit prices, where the Owner elects to use this
method of determining costs.
Rev 10/20/07 Section 00300 Page 4
B. The Contractor is advised that the unit prices will enter into the
determination of the successful bidder. Unreasonable prices may
result in rejection of the entire bid proposal.
C. Unit prices for irrigation shall include pipe, fittings, valves,
concrete thrust block and stabilizers and any other items shown on the
Drawings, as described in the Specifications or recommended by the
manufacturer as part of the installation.
D. The unit prices quoted by the Contractor shall be these unit prices
that will be charged or credited for labor and materials to be
provided regardless of the total number of units and/or amount of
labor required for added or deleted items of work.
DEMOLITION
ITEM
UNIT PRICE
Demo - Existing Curb and Gutter
$8.00
LF
Demo - Existing Concrete Sidewalk
$4.00
SF
Demo - Asphalt Saw Cutting
$3.00
LF
EARTHWORK AND UTILITIES
ITEM
UNIT PRICE
Imported Topsoil
$26.00
Cy
Imported Fill
$ 7.80
Cy
Earthwork - Cut and Stockpiling
$2.50
CY
Earthwork - Fill
$ 2.50
Cy
Imported Structural Fill
$17.80
Cy
Topsoil Stripping and Stockpiling
$1.55
Cy
Topsoil Spreading and Placement
$1.75
Cy
Vehicle Tracking Pad
$2.50
SF
Rip Rap- Type M
$ 50.00
TON
Rip Rap- Type L
$ 54.50
TON
Waterline Service Pipe - 2"
$49.90
LF
Waterline Service Pipe - a"
$27.10
EA
Waterline Thrust Block
$120.00
EA
Waterline Tapping Saddle
$250.00
EA
Waterline Swivel Tee
$350.00
EA
Waterline Bends
$275.00
EA
Waterline Joint Restraint
$90.00
EA
Rev 10120/07 Section 00300 Page 5
2" Water Service blowout assembly
$1590.00
EA
2" Water Meter and Meter Pit
$3300.00
EA
2" Water Service - curb stop
$225.00
EA
Sanitary Sewer Pipe - 4" PVC
$13.90
LF
Sanitary Sewer Pipe - 8" PVC
$69.21
LF
Sanitary Sewer - Cleanout
$590.00
EA
Storm Sewer - 18" RCP
$36.25
LF
Storm Sewer - 15" RCP
$33.00
LF
Storm Sewer - 12" RCP
$33.00
LF
Storm Sewer - 18" Flared End Section
$620.00
EA
Storm Sewer - 12" Flared End Section
$490.00
EA
Storm Sewer - Type C Inlet
$3850.00
EA
Storm Sewer - Area Inlet
$295.00
EA
Playground Under -drain - 15" ADS Smooth
Wall $21.00
LF
24" ADS Drain Basin
$1850.00
EA
Erosion Control - Earthen Berm
$1.65
LF
Erosion Control - Inlet Protection
$125.00
EA
Erosion Control - Wattle Protection
$105.00
EA
10" Diameter - EZ Flow with 4" Pipe Under-drain$17.50
LF
4" Perforated Pipe
$ 8.50
LF
FOUNDATION
ITEM UNIT PRICE
Overruns and underruns of 12" diameter drilled pier $28.80
Overruns and underruns of 18" diameter drilled pier $54.85
HARDSCAFE
ITEM UNIT PRICE
Standard Grey Concrete Pavement (5" thick) $2.60 SF
Standard Grey Concrete Pavement (5" thick) - Sand Texture Finish
$ 5.50 SF
Stamped Standard Grey Concrete Pavement (5" thick)
c 6.50
Concrete Curb and Gutter
Wall #1
Rev 10/20/07
$ 22.00
$ 94.00
Section 00300 Page 6
SF
LF
LF
LF
LF
Wall #2
$63.30
SFF
Wall #3
$69.00
SFF
Sandstone Boulder wall
$225.00
Ton
Standard Grey Concrete Base Pavement for P.I.P.
Surfacing (4"
thick)
$ 2.60
SF
PLAYGROUND SAFETY SURFACING
ITEM
UNIT PRICE
Loose -Fill Surface (Sand)
$35.00
TON
IRRIGATION
ITEM
UNIT PRICE
Irrigation for turf (seed or sod) areas less than 10 feet in
width
$ 1.75
SF
Irrigation for turf (seed or sod) areas greater than10 feet
in width
$ .36
SF
Pop -Up Spray Sprinkler with nozzle
$20.00
EA
Pop -Up Rotor Sprinkler with nozzle - Hunter
I-20's
$ 41.00
EA
Pop -Up Rotor Sprinkler with nozzle - Hunter
I-40's
$ 72.50
EA
Drip Irrigation - per Shrub, Perennial or Grass in planting
bed
$ 2.40
EA
Drip Irrigation - per one Tree in Turf
$26.00
EA
Sleeve Pipe
$6.00
LF
Isolation Gate Valve Assembly - 2"
$325.00
EA
Quick Coupling Valve Assembly
$120.00
EA
Manual Drain Valve Assembly
$150.00
EA
Remote Control Valve Assembly for Sprinkler
Laterals - I"
$ 360.00
EA
Remote Control Valve Assembly for Sprinkler
Laterals - 1.5"
$ 475.00
EA
Remote Control Valve Assembly for Sprinkler
Laterals - 2"
$ 505.00
EA
Remote Control Valve Assembly for Drip Laterals
- 1"
$ 360.00
EA
Flush Cap Assembly
$21.00
EA
Rev 10/20/07
Section 00300 Page 7
Mainline Pipe - 2"
$2.50
LF
Lateral Pipe - 1"
$ 1.60
LF
Lateral Pipe - 1 .25"
$ 1.75
LF
Lateral Pipe - 1 . 5"
$ 1.90
LF
Lateral Pipe - 2"
$2.00
LF
LANDSCAPE
ITEM
UNIT PRICE
Finish Grading
$.15
SF
Organic Amendment
$35.00
Cy
Irrigated Turf Seeding
$.08
SF
Dryland Turf Seeding
$.07
SF
Dryland Turf Sod (Fescue)
$•45
SF
Evergreen Tree - 8' height
$300.00
EA
Deciduous Canopy Tree - 3" caliper
$250.00
EA
Deciduous Shrub - 5 gal
$26.00
EA
Evergreen Shrub - 5 gal
$26.00
EA
Perennial - 1 gal
$ 15.50
EA
Ornamental Grass - 5 gal
$27.00
EA
Weed Barrier
$.15
SA
Organic Mulch
$.22
SF
Sandstone Landscape Boulder 3'x3'x3'
$455.00
EA
Sandstone Landscape Boulder 2'x2'x2'
$180.00
EA
Sandstone Landscape Boulder 1'x2'x2'
$120.00
EA
Sandstone Cap 2'x101'x6"
$105.00
EA
Landscape Log
$ 4.50
LF
SITE FURNISHINGS
ITEM
UNIT PRICE
Barbeque
$ 426.00
EA
Site Bench
$ 1276.00
EA
Children' s Bench
$ 851.00
EA
Bike Rack
$ 1040.00
EA
Round Picnic Table w/ Chairs
$2217.00
EA
Rev 10/20/07 Section 00300 Page 8