Loading...
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