Loading...
HomeMy WebLinkAboutRESPONSE - BID - 7338 TROUTMAN PARKWAY GRADE SEPARATED CROSSINGSECTION 00300 BID FORM PROJECT: 7338 Troutman Parkway Grade Separated Crossing Place Z (S" /Y. M+Jd,4 sT F-T 10a47kgV !a Date 3 /711Z In compliance with your Invitation to Bid dated FHB 3 , 20 1z and s I conditions thereof, the undersigned Srkltc-Tuzcs 7Kc C:orporaon Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) auzed to dobusiness 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. 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 S % o c 7797-4 ($ ) 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 are as follows: W&STGKM SK12r—Y`/ 10375 Paer- AAE4DOw5 00Q _LiTTLETo,M CO 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. Th- indersigned Bidder hereby acknowledges receipt of Addenda No. through 3 Rev 10/20/07 Section 00300 Page 1 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Evan E Moody, Vera T Kalba, Karen A Feggestad, Cory R Mueller, Sara G Hoechst, Bradley J Moody, Individually of Denver. CO, its true and lawful Attomev(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney. pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this. 14th day of October, 2011. Sr, WESTERN SURETY COMPANY _......C. 00N1...'o '- Paul IrBrunat, Senior Vice President State of South Dakota 1 ss JT County of Minnehaha On this 14th day of October, 2011, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is .Such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires + r D. KRELL s November 30,2012 i SEAL) NOTARY PUBLIC SEAL i _ r r�SOUTH DAKOTA�yr }F�,SS5yy5555555s55s Ss,aa } Ila ktow D. Krell, Nobry Public CERTIFICATE L L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this. 1st day of March 2012 ?SiRE'"r"�_3, WESTERN SURETY COMPANY W: VO I� DE i SIB Q a2 V ��rll OPK�p L. Nelson, Assistant Secretary Form F4280-09-06 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: S i"r u r ,e_T n r 2. Permanent main office address: 1.. �lne SS ( o .r� Ear+ Su, At 05o E7�1�lewood, Co �Dlla 3. When organized: t t I aq 9 4. If a corporation, where incorporated: �„ l orG r�n 5. How many years have you been engaged in the contracting business under your present firm or trade name? 13 .! P_car < 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) ( 3!`, () ort o 0.11d Cree K �onktl�r_i Amor..�� #! ayyl 0'. 0.3 ��J�-Z LlYI 1 `!` r � �Y� a✓i s� O //�� 0 r 1 ! r �- M'SIYl 11� ri � 7`1 � 15 1-7 0 OJ 7. General character of Work performed by your company: /_ ffv re f-E. rr^^�� 1-r tUt re / e 1 f , a e u , - n /JU k C U I oei �Z l.�✓<(� Adroe p,,n 8. Have you ever failed to complete any Work awarded to you? AID If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name Rev10120/07 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. Sec, aJAake 12. List your major equipment available for this contract. �r c +\4r c Inn S . 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15ce p A-n, In �e_`umes 15. Credit available: $ -5-00. 000. Oct 16. Bank Reference: ety k,, de, Jcor ks CorAact : ch"LS Lee" 303-3E!5 -S 7-,?V 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18 19. Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? ['n I; -�or,"-C' N)e'., Me r, c n What class, license and numbers? Cal ;-6rlic, - bcss A Ge'Jeral E ;nee .•�s ��+•u�fo� ,���y�� IVe".�ple)rico - 6�-Od'6('CfScS,-4.33-5/G5 Do you anticipate subcontracting Work under this Contract? Y9 S If yes, what percent of total contract? 30 go and to whom? <fc+}TA4,y SP1tc(1V s C u«D c61A1r21t Rev10/20/07 Section 00420 Page 2 20. Are any lawsuits pending against you or your firm at this time? L�n IF yes, DETAIL 21. What are the limits of your public liability? DETAIL Ooo o0o What Company? —1 avGIeeS 22. What are your company's bonding limitations? Isi 000y 000 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. f Dated at 9 - J o am this day of t—�r uGi.' a 20 Ja. a-, re Name of Bid er A By: Title: State of Co(oradrfo County of Ar a�2j. e. kS on being duly sworn deposes and says that he is t of _5+r L, c +, ,r c.5 Z� r and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed aid sworn before me this 62) day of br u 201 .? Notary Public 1 My commission expires a l 17 l a 01,3 11 Ifill III ...��• O 10 �� j A y i fl O� � 0 t :0. O�: 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 15% of the contract. ITEM 2((t'4rWcnA4#kr ia5Tlrul-ii07 9,�R0510r, CaM1—Rct- 4-5ttnQ1ruL SUBCONTRACTOR /C0CGL y ^ 0-1Aj7MH R ni• Cokcrwrs Section 00430 Page 1 COLORADO DEPARTMENT OF TRANSPORTATION Project# CONTRACTORS PERFORMANCE CAPABILITY STATEMENT A 6?6 M45s-009 1. List names of partnerships or joint ventures none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes g,-rone b. Key equipment changes 14-- none c. Fiscal capability changes (legal actions, etc.) none d. Other changes that may effect the contractors ability to perform work. 9--tTne I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCU ENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name S / 2 w L%ue e S,, /Acc By Date Title P�StQGn7' 2nd Contractor's firm or company name (if joint venture) By Date Title CDOT Form #605 1/92 COLORADO DEPARTMENT OF TRANSPORTATION G(,� /�t �i SS— 09'1 ANTI -COLLUSION AFFIDAVIT 1 hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, it not. that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and arnount of this bid have been arrived at independently, without consultation, communication Or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A Neither the price(s) nor the amount Of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 26 Neither the prices nor the amount of the bid of any other firm of person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit. cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bitl or other form of complementary bid. 36 No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder On this project to submit an intentionally high. noncompetitive or other form of complementary bid on this project. 4 The bid of my firm is made in good faith and not pursuant to any consultation, communication. agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered. promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project. in consideration for an agreement or promise by any firm or person to refrain from bidding or to submtt any intentionally high. noncompetitive or other form of complementary No or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person and has not been promised Or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, an this project 7 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation. approval or submission of my firm's bid on this project and have been advised by each of them that he Or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made it this affidavit. 8 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract, I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST _ F MY KNOWLEDGE. 3 ST2ccU ups r� � P�Es�,o��tT Sworn to before me this +S+ day of �(., Macey ✓C 0 j Inn�� `ter` Nord Or :• "BL1C 1 1-7 Jo 13 NOTE: This document must be signed in ink. ���py,•••......•••'� a ��` i .S,' III I I OO\--' -DOT Form 0605 7:0: COLORADO DEPARTMENT OF TRANSPORTATION PeO err NO ASSIGNMENT OF ANTITRUST CLAIMS acW ,xgss—o89 Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to CDOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by CDOT pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to CDOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and c. Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to CDOT hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to CDOT (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to CDOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) Contractor and CDOT that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to CDOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to CDOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractor's tirm or company name By Date / �T�IR(/ /nCC Trtie Psl��eHT contractors tlrm or company name (It joint venture] I By I Date Title CDOT Form #621 12F91 COLORADO DEPARTMENT OF TRANSPORTATION Project #: BIDDERS LIST DATA and UNDERUTILIZED Ca A& 4SS--oS9 Location: DBE (UDBE) BID CONDITIONS ASSURANCE I=T Cae-if-1n.5Or Prime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete Section I to list all subcontract quotes received (non -DBE and DBE). Complete Section II to report only Underutilized DBE (UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form #715 instructions before completing Section 11. Attach additional sheets as necessary. POLICY It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have equal opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal Regulations (CFR) Part 26.11, the Bidders List data provided by the Contractors will provide CDOT as accurate data as possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in setting overall DBE goals. SECTION I: CDOT BIDDERS LIST INFORMATION (Non -DBEs and DBEs) 1) Are all subcontract bids (quotes) received by your firm for this project listed below? ❑ Yes No 2) If No, make certain any additional subcontract bidding information is submitted to the CDOT Business Programs Office before 4:00 pm on the day after bids are opened to ensure CDOT has the best data possible for setting future DBE goals (use the same table format as below): CDOT Business Programs Office 4201 E. Arkansas Ave., Room 200 Denver, Colorado 80222 FAX: 303-757-9019 EMAIL: eo@dot.state.co.us 3) The most recent CDOT Bidders List will be posted online at: www.dot.state.co.us/EEO/DBEProgramPage.htm Name of firm submitting Bid/Quote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes No �b 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. Page 1 of 2 Previous editions are obsolete and may not be used CDOT Form #714 4/08 Name of firm submitting Bid/Quote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes I No �a 15. 16. 17. 18. 19. 20. SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT 1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: Z1. S-q % _�/ 2) Will your company's Underutilized DBE (UDBE)}S participation commitment meet the contract goal? Yes J No 3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid committed to each. UDBE Firm name Certification # Committed work item(s) %Commitment toward DBE Goal* 1. �OGK I�tD4kT�rN 1�lk tCAGA �D rL�<-!RC (7 `� ,s% 2. C04nticG s aKC(4t is rs 3. 6 utt � ,rs Ssa c iq ,h ��arleM �a�oneac s kRp c� . GO % 4. % 5. BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) / * Detailed instructions on how to calculate DBE commitment amounts are available on CDOT Form #715 and in the "Counting DBE Participation Toward Contract Goals and CDOT s annual DBE goal" section of the "DBE — Definitions and Requirements" in the Standard Special Provisions. I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed in Section II of this form to the Transportation Department by 4:00 pm on the third work day after the day bids are opened. The actual amounts submitted on each CDOT Form #715 must equal or exceed the DBE percentage commitments documented on this form. In addition, if my company does not meet the DBE/UDBE goal for this project, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before 4:00 pm on the day after bids are opened. CDOT Form #715s submitted for firms not included on this form, OR for amounts exceeding those listed on this form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts the contractor made priorto the bid opening will count as Good Faith Efforts. I understand my obligation to abide by the Policy stated above Section I. 1 shall not discriminate on the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Company Name: S T2uL u S /� Date. 3 1 Company Officer Signature: �7,�� A Title: rage a or Z rrmrrous editions are obsolete and may not be used CDOT Form #714 4/08 ITEM ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 201 Clearing and Grubbing LS 1 $3,360.00 $3,360.00 2 202 Removal of Asphalt Mat (Plannin ( SY 883 $5.14 $4.538.62 3 2W Removal of Fence LF 26 $1.25 $32.50 4 202 Removal of Sidewalk LF 208 $6.20 $1,289.60 5 203 Muck Excavation Cy 422 $58.00 $24,476.00 6 206 Structure Eucavabon Cy 7,441 $21.40 $159,237.40 7 206 Structure Backfill (Class 1) Cy 3,399 $34.00 $115,566.00 8 206 Shorin (Area 1) LS 1 523,540.00 $23,540.00 9 207 Topsoil (Strip and Haul) Cy 515 $14.00 $7,210.00 10 207 Topsoil Cy 215 $23.00 $4.945.00 11 208 Sill Fence LF 372 $1.06 5394.32 12 208 Concrete Washout Structure EA 1 $583.00 $593.00 13 208 Erosion Control Supervisor HR 30 $42.50 $1.275.00 14 208 Erosion Log LF 150 $3.75 $562.50 15 20B Storm Inlet Protection EA 1 5211.00 $211.00 16 20B Vehicle Tracking Pad EA 1 $1.537.00 $1,537.00 17 210 Reset Fence LF 210 $13.40 $2,814.00 18 211 Dewatering LS 1 $39,2T.00 $39,2T.00 19 212 ing(Native) ACRE OA $615.00 $246.00 20 213 Mulching (Wood Free) ACRE 0.4 $689.00 $275.60 21 216 Soil Retention Blanket (Straw/Coconut) SY 413 52.30 $949.90 22 304 A9gregale Base Course (Class 6) TON 168 $17.00 $2,856.00 23 506 Riprap Outlet Protection 1.4 $174.00 $243.60 24 507 Slope and Ditch Pannng -Cy Cy 8 $325.00 $2.600.00 25 514 Pedestrian and Bikeway Railing -T e 1 LF 454 572.00 $32,688.00 26 514 Pedestrian and Bikeway Raili (Side Mounted) - Type 2 LF 516 $47.00 $24,252.00 27 514 Pedestrian and Bikeway Railing (Top Mounted) - Type 3a LF 217 $95.00 520,615.00 28 514 Pedestrian Railing (Side Mounted) - Type 4 LF 6B $90.00 $6,120.00 29 514 Pedestrian Railing (Tap Mounted!) - Type 3b LF 68 $38.00 $2.584.00 30 515 SPre on ridge Deck Membrane SY 587 $87.00 S51,D69.00 31 515 WaterproolI (Membrane) SY 193 $26.00 $5.018.00 32 601 Concrete Class D(Wall) Cy 798 $386.00 $308,028.00 33 601 Concrete Class D (Box) Cy 43 $344.00 $14.792.00 34 601 Concrete Class O (Miscellaneous) CY 78 $600Ao $46.800.00 35 601 Structural Concrete Coating SY 1.401 $13.00 $18.213.00 36 602 enorcingtest (Epoxy Coated) LB 96.480 $1.02 $100,449.60 37 603 24x9.75 Foot Concrete 3-Sided Culvert (Precast) (AREMA) LF 75 $2,904.00 $217.800.00 38 603 24x9.75 Foot Concrete 3-Sided Culvert Base Slab (Precast) (AREMA) LF 75 $2,628.00 $197.I W.00 39 603 24x9.75 Foot Concrete 3-Sided Culvert (Precast) (AASHTO) LF 35.25 52,438.00 $85,939.50 40 603 249.75 Foot Concrete 3-Sided Culvert Base Slab (Precast) (AASHTO) LF 35.25 $1.723.00 $60.735.75 41 603 151nch Reinforced Concrete Pipe (Class V) LF 145 $63.00 $9.135.00 42 604 Trench Drain 1 (8 Inch) LF 23 $118.00 52,714.W 43 604 Trench Drain 2 (121nch) LF 245 $104.00 525,480,W 44 604 Trench Drain 3 (8 Inch) LF 23 $118.00 $2,714.00 45 604 Catch Basin (24- x 24-) EA 1 $765.00 $765.00 46 604 Manhole Slab Base ( 20 Foot) EA 2 $4,175.00 $8,3W.00 47 1 605 4 Inch Pertwated Pipe Underdrain LF 395 $7.00 $2,765.00 48 607 Fence Chain Link (Special) (921nch) LF 26 $113.00 52,938.00 49 608 Concrete Sidewalk(6 Inch) SY 987 537.00 $36,519.00 50 613 112' Electrical Conduit LF 390 $6.00 $2,340.00 51 613 112' Electrical Conduit (Plastic) LF 400 SB.W 53,400.00 52 613 1 1/4' Electrical Conduit LF 130 $10.60 $1.378.00 53 613 1 1/4' Electrical Conduit (Plastic) LF 440 $15.00 $6.600.00 11. Projects Recently Completed Project Name Owner Final Contract Amount - Location Type of Construction Date of Completion Old Wadsworth Big Dry Creek Trail City of Westminster $ 4,017,036 Westminster, CO Removal of existing bridge; construction of new bridge, roadway construction Au -09 Brush Creek Bridge Rehab Lockheed Martin $ 263,418 Littleton, CO Bridge Rehab Au -09 Inverness Drive Over Cottonwood Creek Arapahoe County $ 373,071 Englewood, CO Bridge Ma -10 1-70 Frisco to Vail Pass CDOT $ 1,162,261 Summit & Eagle Counties Multiple Bridge Rehabilitations Jul-10 Douglas CR 16 Over Plum Creek Bride Douglas County $ 1,123,180 Louviers, Colorado Bride Jul-10 1-25 & Santa Fe Emergency Bridge Repairs CDOT $ 340,206 Denver, Colorado Emergency Bride Repair Au -10 1-25 & Arapahoe Rd CDOT $ 3,126,571 Greenwood Village, CO Interchange Improvements Nov-10 1-70 & Ward Road CDOT $ 124,391 Jefferson County, CO Interchange Improvements Nov-10 UPRR Bearing Replacement Union Pacific Railroad $ 706,365 Sweetwater County, WY Bridge Rehabilitation Feb-11 1-70/Ward Rd. (Change Order) CDOT $ 792,185 Jefferson County, CO H drodemolition Jul-11 SH96 COOT $ 2,977,369 Crowley, Kiowa and Otero Counties Design Build/Bridge Replacement Oct-11 80th Avenue Over US36 CDOT $ 7,944,238 Adams County, CO Bridge Replacement Nov-11 1-270 Bridge Deck Rehab COOT $ 1,868,521 Commerce City, CO H drodemolition Nov-11 1-70 Skippers Island Multiple Structures Repair CDOT $ 1,907,208 Fruita, Mesa Cty, CO H drodemolition Dec-11 McIntyre St. Bridge Repair JJefferson County $ 702,638 Golden, CO Bridge Rehab Jan-12 13. Similar Projects Final Contract Date of Project Name Owner Amount Location Type of Construction Completion Bridge -Construction of 12' x 18' precast concrete box culvert bridge allowing for future highway widening on Trout Creek Pass CDOT $ 786,267 Buena Vista, CO Highway 24. Jun-07 Removal of existing bridge; Old Wadsworth Big Dry Creek construction of new bridge, Trail City of Westminster $ 4,017,036 Westminster, CO roadway construction Au -09 80th Avenue Over US36 ICDOT 1 $ 7,944,238 lAdams County, CO Bridge Replacement Nov-11 Structures, Inc. Equipment List Quantity Description Capacity 16 Pick-up Trucks 3/4 ton 2 Flatbed Truck 6 Trailers 16000lb 2 Dump Truck 6 Forklift 2 John Deere 317 Skid Steer Loader 5 Ingersoll Rand Air Compressors 1 Atlas Compressor 5 Light Tower 8 Generators 5 Concrete Vibrators 8 Conex Tool Trailers 7500 sf Hand -set Concrete Forms 200 If Type 7 Barrier Form 1 Bridge Deck Finishers 1 Sand Blaster 1 Cement Mixer/Mortar 1 Trash Pump 2 Trash Pump 215 Overhang Brackets 2 Welder 2 Overhang Strip Buggy 1 Cimoline Power Sprayer 1 CAT 308-Excavator 25000 sf Crane Set Concrete Forms 2 Kenco Barrier Lift Attachment 2 Manlift 2 Impact Attentuator (Temporary) 1 Vactron Vac with Trailer 1 Backhoe 1 Bobcat Excavator 1 Kent Hydraulic Plate Compactor 1 Mobile Office 2 Ver-Mac Traffic Signal Sets 48"-27' Column Forms 1 Hydrodemolition Robot/Pump/Trailer 1 Lufkin Spread Axle Hiboy Trailer 1 Gradall 4x4 Mobile Excavator 2 Tractor Trailer (Semi -Truck) 1 John Deere Loader 544J 2 Vacuum Truck 1 500 Gallon Water Trailer 2 9.000 Gallon Water Trailer 2 Roller Screed 10000 If Temp Barrier 10000 lb 185 cfm 750 cfm 4000 watt 5000 watt 0 9cuft 4" 3" 6000 LB 10' x 40' THOMAS A. JACKSON, P.E. President Experience: 1998-Present Structures, Inc., Englewood, Colorado President/Owner Tom Jackson received his degree in construction engineering from Purdue University and is a licensed Professional Engineer in the State of Colorado. At Structures, Tom has estimated over 800 jobs and has completed over 80 projects including: EB 1-270 Multiple Bridge Deck Hydrodemolition, Commerce City, Colorado ($1.6M) 1-70 Skippers Island Hydrodemolition, Fruita, Colorado ($2.1M) UPRR Bridge Bearing Replacements, Granger, Wyoming ($0.7M) SH96 Design/Build Bridge Replacements, Sugar City, Colorado ($2.9M) 801" Ave. Over US 36 Bridge, Westminster, Colorado ($7.8M) Douglas CR 16 Bridge, Louviers, Colorado ($1.2M) 1-70 & Ward Road Hydrodemolition, Arvada, Colorado ($1.1M) Arapahoe Road Improvements, Greenwood Village, Colorado ($3.1 M) Old Wadsworth Bridge, Westminster, Colorado ($4.OM) Biscay Street Bridge, Commerce City, Colorado ($0.9M) Rentech Process Demonstration Unit Foundations, Commerce City, Colorado ($1.0M) West Gate Entry Bridge, Colorado Springs, Colorado ($1.2M) Trout Creek Pass Bridge, Buena Vista, Colorado ($0.9M) Box Elder Creek Bridge Replacement, Watkins, Colorado ($2.1M) UPRR Rollinsville Bridge Replacement, Rollinsville, Colorado ($1.3M) Wolcott Bridge, Wolcott, Colorado ($1.7M) Old Wadsworth Big Dry Creek, Westminster, Colorado ($4.OM) Lowell Bridge, Broomfield, Colorado ($1.0M) 11T" Avenue Bridge Replacement, Greeley, Colorado ($1.5 M) Weaver Creek Box Culvert, Morrison, Colorado ($1 M) 1994-1998 SEMA Construction, Inc., Englewood, Colorado Project Manager Projects include: 1-25 and Founders Parkway Interchange, Castle Rock, Colorado ($7 M) 1-25 Widening at Surrey Ridge, Castle Rock, Colorado ($4 M) 1-25 & US 36 Interchange, Denver, Colorado ($7.5 M) Santa Fe and Belleview Interchange, Littleton, Colorado ($6.5 M) Tesla Hydroelectric Regulating Reservoir, Colorado Springs, Colorado ($10 M) Dysart Drain Improvement Project, Phoenix, Arizona ($2 M) Highway 285 at Goddard Ranch, Tiny Town, Colorado ($10 M) 1991 - 1994 Centric/Jones Constructors, Lakewood, Colorado Assistant Superintendent/Project Manager Projects included: Hanging Lake Rest Area, Glenwood Springs, Colorado Gentleman Gerrold Railroad Spur, Sutherland, Nebraska 1-76 and 1-25 Interchange, Denver, Colorado Education: Purdue University Bachelor of Science in Construction Engineering and Management Certification: State of Colorado Professional Engineer, License #33792 References: Dave Loseman, P.E., L.S. (303) 658-2125 Jacob Ojera, P.E. (303) 398-6765 KEITH L. FULLMER EMPLOYMENT HISTORY 2000 to General Superintendent/Project Manager, Structures, Inc., Englewood, CO Present 1982 to Project Superintendent, Centric -Jones Constructors, Denver, CO. 2000 Experience includes supervision of numerous site improvement projects such as an 80- acre compost treatment facility with landscaping and underground mechanical work, parking lot grading and paving, fencing, etc. Significant experience in Heavy and Highway, particularly bridge structures. Also experienced in other civil and commercial construction. Following is a selected list of projects successfully directed and completed as Project Superintendent: 1-70 and Airport Blvd. Interchange, Denver, CO. Colorado Department of Transportation (CDOT). $16 million project included seven bridge structures and extensive cast -in -place retaining walls. Union Pacific Railroad Bridges, Sutherland, Nebraska. Nebraska Public Power District (NPPD). $17 million project included six railroad bridges over state and interstate highways and the South Platte River. Weldona South Platte River Bridge. Colorado Department of Transportation (CDOT). $4 million, over 600-ft. highway bridge spanning the South Platte River. • U.S. Highway 285 and Kipling/Estes Bridges. Colorado Department of Transportation (CDOT). $4.5 million phased demolition and reconstruction of new highway bridges on U.S. 285 over Kipling Avenue and Estes Street. Broadway Bridge over Cherry Creek (Broadway and Speer). Colorado Department of Transportation (CDOT). $1.2 million phased demolition and reconstruction. Project received CDOT architectural award. Vasquez Bridge over Sand Creek, Denver, CO. Colorado Department of Transportation (CDOT). $2 million reconstruction of highway bridge. • Aspen Glen Bridge over Roaring Fork River, Carbondale, CO. Aspen Glen Development Company. $4 million concrete substructure, steel girder, triple span bridge over the Roaring Fork River. • Compost Treatment Plant. Chino, California Water District. Over $4 million, 80-acre compost treatment facility with extensive soil cement and asphalt paving. • Mervyn's Department Store at Crossroads, Boulder, CO. Over $1 million commercial building. Larimer Square Street Improvements. The Hahn Co. $750,000 project which included reconstruction of street and sidewalks with many,complex architectural elements PAST EMPLOYMENT EDUCATION Prior to joining Centric -Jones in 1982, worked for W.R.G. Construction, Denver, and Ebasco Services at Pawnee Power Plant in Brush. Colorado. Western State College, Gunnison, Colorado Major: Business Administration Construction Estimating Course-A.G.C. Construction Superintendent Skills - A.B.C. (two courses) CERTIFICATION 1998 Class A Supervisor's Certificate, City of Denver CCA 1993 Project Superintendent of the Year. Interstate 70 and Airport Blvd. Project. Incentive bonus awarded by NPPD Project owner as result of early completion. J. Anthony Bruski PROFESSIONAL SUMMARY Construction Engineering Professional with qualified skills combined with a diverse background in project management, project estimating, project engineering, design/build, value engineering, cost and document controls, project planning, and scheduling. Strong organizational and leadership skills. EXPERIENCE June 2009—Current Structures, Inc. Project Manager ➢ 1-25/Arapahoe Road Interchange Improvements, Arapahoe County, $2,432,554 ➢ 1:70: Frisco to Vail Pass, Eagle and Summit Counties, Colorado, $1,426,625 ➢ 80`h over US36th Ave., $7,985,000.00 ➢ 1-270 Bridge Rehab, $1,850,000.00 ➢ Douglas County Bridge CR16, $1,345,000.00 ➢ Boulder County Bridge Lefthand Creek, $1,265,000.00 November 2007 — June 2009 Edward Kraemer & Sons, Inc. Senior Estimator (November 2007 —June 2009) Responsible for estimating all types of structures work bid within the Colorado region for Edward Kraemer & Sons, Inc. ➢ Bid projects for multiple state DOT'S, the Corps of Engineers, BNSF RR, UPRR, private developers, and private owners. ➢ Main role was to estimate project I would later Manage on site Project Manager (March 2008 —June 2009) Responsible for overseeing all aspects of project construction on the CDOT I-25 and Plum Creek Project. This project is a $30 million re -construction of 1-25, consisting of 5 new bridges, re- construction of I interchange, and 2 miles of roadway widening to include drainage and concrete paving. Review project costs and budget, coordinate all subcontractors, manage the contract with the owner, communicate project status and issues of concern with the Town of Castle Rock, manage project engineer and project superintendent, and review project schedule. In addition I am the acting senior manager responsible for oversight of the Plum Creek Parkway Railroad Bridge construction. In this role I oversee all aspects of the project and provide experience and insight to the project staff as they progress with construction. September 2004 — November 2007 Ames Construction Structures Estimator (September 2004 - January 2006) Responsible for estimating all types of structures work bid within the Colorado region of Ames Construction. ➢ Bid projects for multiple state DDT's, the Corps of Engineers, BNSF RR, UPRR, private developers, and private owners. ➢ Lead Structures Estimator, for Ames Construction, for several design build projects. The design build projects were both in the state of Colorado and outside of Colorado. ➢ Setup and coordination of project budgets. ➢ Setup project specific cost tracking systems to be implemented. ➢ Responsible for plan review prior to bid and coordination between subcontractors and suppliers prior to bidding. Regional Structures Engineer (January 2006 - November 2007) Responsible for overseeing all aspects of project engineering within the structures division. Coordinated project planning between the office and field management staffs. Worked closely with each individual owner to develop cost/schedule saving proposals. Reviewed all bids prior to their closeout. Oversaw each project engineer and worked with them to track project costs, project schedule, project planning, and change order review. I would travel to each project to help troubleshoot issues of concern and to monitor the projects progress. Major Projects: • 1-70/SH58 (COOT) • Elkhead Dam (Corps of Engineers) • Abo Canyon second track (BNSF RR) US 59 Franklin County (KDOT) • Donkey Creek/Cabillo Junction (BNSF RR) • Oletha Grade Separation (City of Oletha, Kansas) I also served as the Structures Lead for several design build and CM at risk projects. March 2000 — September 2004 Granite Construction Company Project Engineer/Project Manager While at Granite Construction Company I worked closely with the Project Manager to track project cost, project schedule, negotiate change orders, and to facilitate coordination between the projects field and office staffs. I setup and maintained the project schedule, using P3. I worked closely with the Project Superintendent to coordinate our work and to communicate the project status to subcontractors and suppliers. As a Project Manager 1 oversaw all aspects of the project and worked with the Project Superintendent to successfully complete the project. I also worked with the estimating department, both estimating and assisting in bid review and closeout as needed. ➢ Major Projects: • Chaha Bridge Replacement (TxDOT) (Project Manager) 1-35/George Bush Turnpike Phase IV (Tollway authority) (Project Engineer) George Bush Turnpike Phase VI (Tollway authority) (Project Manager) • SH 130 design build (Lead Scheduler) May 1997 —March 2000 Washington Group International (formerly MK Construction) Field Engineer/Project Engineer l worked as the Field Engineer, later promoted to Project Engineer, for the Route 895 Connector in Richmond, VA. This was a $400 million design build. The projects salient features were 5 million cy of excavation/embankment, 18 small bridges, 4 flyover ramps, precast segmental mainline bridge, a cast in place segmental mainline span over the James River, 16 miles of utility construction, and a 10 lane toll plaza facility. Some of my responsibilities were cost tracking, schedule tracking, potential change order setup, subcontractor and supplier coordination, review of survey calculation, and pay estimate setup. December 1996—May 1997 VanDyke Construction Field Superintendent/Project Manger ➢ While in college 1 worked as a Project Superintendent for a small earthwork/utility contractor in Bozeman, MT. 1 was responsible for communicating with the project foreman to setup crews, equipment, and materials as needed. I also finalized all pay requests, and managed all communications between VanDyke Construction and the projects owner. EDUCATION Montana State University Bozeman, MT BS Civil Engineering BS Biological Sciences HARDWARE/SOFTWARE HCSS Word Bids 11 Excel P3 AutoCad Lotus Microsoft Office Expedition Additional Design Build Details 9 Route 895 Connector, Richmond, VA. o My role on this project was to coordinate between the field and design. Ensuring that all design packages were finished within the required deadline and that the design had been optimized as much as possible. I was responsible for monitoring and maintaining the design cost budget for 12 of the 28 individual bridges. i SH 130, Austin, TX o My role on this project was to develop the project schedule for bid submittal. The project schedule was scored as 15% of the project total rating for award. This schedule was scored a 94 out of 100 and was the highest ranked schedule among the 3 competing teams. i Design Build Experience while at Ames Construction o Grand Junction, CO: 1 served as the Lead Structures Estimator for Ames. I was responsible for the structures estimate and reconciliation of the structures estimate with our partner team. o DM&E RR, WY/SD: I served as the structures Lead Manager for this design build. I was responsible for coordinating the structures estimate, estimate review, and estimate closeout. I worked closely with the two design teams to complete optimized bridge designs. This required working with geotech firms to optimize drilled shaft depths and the use of H-pile when possible, working with Coreslab to modify standard precast girder concepts to be used on the project, coordinating with WYDOT and SDDOT for 11 grade crossing bridges that were under their jurisdiction, and reviewing ROW concerns that effected both design and constructability issues. o FAM 64, St. Louis, MO: I served as the lead structures estimator for Ames. This role was similar to the role described with the Grand Junction, CO design build. o UTA second track, Salt Lake City, UT: 1 served as the structures Lead Manager for this design build. This projects role was similar to my role served with the DM&E design build; however, 1 assisted in selecting our design build partners for both design and construction. I also worked to develop contracts for our structures design firm. The salient structures features for this project included 9 new bridges, 3 bridge replacements, 2 bridge widenings, and 85,000sf of retaining walls. REFERENCES: • Jerry Volz / VP of Bridges / Ames Construction Co. / 952.435.7106 John Fenton / Senior Manager / Edward Kraemer & Sons, Co. / 303.688.7500 • Eric Baumgarden / EST, Former Regional Manager / Edward Kraemer & Sons, Co. / 303.688.7500 City of F6rt Collins Purchasing ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial Services Purchasing Division 216 N. Mason St. 2n° Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221,6707 Icgov.coMpurchasing Description of BID 7338: Troutman Parkway Grade Separated Crossing OPENING DATE: 3:00 PM (Our Clock) March 5, 2012 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: The Bid Opening date has been changed to March 5, 2012 — 3:00 P.M. (our clock) Exhibit 1 — Revised Bid Tab (Please note that the Revised Bid Tab has also been uploaded as a separate Microsoft Excel File) Exhibit 2 — Description of Revisions to the Bid Tab & Plans Exhibit 3 — Revisions to the Specifications Exhibit 4 — Clarifications, Questions & Answers Exhibit 5 — Revised Plans Exhibit 6 — Easement Plans (For Information Only) Please contact John Stephen, CPPO, LEED AP, Senior Buyer, at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. City of F6rt Collins %' �� Purchasing ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial Services Purchasing Division 215 N. Mason St. 2n° Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 lcgov.com/purchasing Description of BID 7338: Troutman Parkway Grade Separated Crossing OPENING DATE: 3:00 PM (Our Clock) March 5, 2012 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Revised Bid Tab (Please note that the Revised Bid Tab has also been uploaded as a separate Microsoft Excel File) Exhibit 2 — Description of Revisions to the Bid Tab & Plans Exhibit 3 — Revised Plans Please contact John Stephen, CPPO, LEED AP, Senior Buyer, Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Addendum 2 7338 Troutman Parkway Grade Separated Crossing Page 1 of 6 54 613 2- Electrical Conduit (Plastic) LF 15 $18.00 $270.00 55 613 3' Electrical Contluil (Plastic) LF 50 $22.25 $1,112.50 56 613 Wiring LS 1 53,445.00 $3,445.00 57 613 Luminaire (Special ('A' T e Under -bridge Luminaire) EA 12 $922.00 $11.064.00 58 613 Luminaire (Special) ('B' Type Step Light Luminaire) EA 17 $721.00 $12,257.00 59 613 Light Standard and Luminaire ('C' Type Pedestrian) (18 Foot) EA 4 $2,502.00 $10,008.00 60 613 Light Standard and Luminaire ('Cl' Type Pedestrian) (18 Foot) EA 1 52,502.00 52,502.00 61 613 Concrete Foundation Pad EA 1 $567.00 $567.00 62 613 Licht Standard Foundation EA 5 $1,092.00 55,460.00 63 613 U hit Control Center EA 1 $7,171.00 $7,171.00 64 620 Sanitary Facility EA 1 $582.00 $582.00 65 626 Mobilization LS 66 630 Construction Traffic Control LS 1 $31,402.00 $31,402.00 TOTAL BID .116g Ivy f(z.j ADDITIONAL COSTS (FOR PERFORMANCE AND PAYMENT BONDS, AND UDBE GOALS) 67 700 F/A Minor Contract Revisions FA 1 $200,000.00 $200,000.00 fib 700 F/A Partned FA 1 $5,00D.00 $5.000.00 69 700 F/A Fuel Cost Atllustment FA 1 $5.00D.00 55,000.00 70 700 F/A On -The -Jab Trainee FA 1 $960.00 $960.00 71 700 F/A Railroad FA 1 520,000.00 $20,000.00 72 700 F/A Erosion Control FA 1 $5.000.00 55,000.00 TOTAL ADDITIONAL COSTS 5235,960.00 IN WORDS: SUBMITTED BY: St urns. Inc. CONTRACTOR BY: AUTHORIZED REPRESENTATIVE 91,11, PRINTED NAME: Tlromas A. Jackson ADDRESS: 4lrnernees Court East. Suite 250 A-M-1•t11JUfJ a� f oz39 TOTAL BASE BID Co4r. DATE: 3/7/2012 TITLE: President TELEPHONE: (303) T70-7878 EMAIL: tomiacksonOstructuresinc.net City of F6rt Collins Purchasing ADDENDUM No. 3 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial Services Purchasing Division 215 N. Mason St. 2n0 Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 /cgov. corn/purchasing Description of BID 7338: Troutman Parkway Grade Separated Crossing OPENING DATE: 3:00 PM (Our Clock) March 7, 2012 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: 1. The Opening Date has been changed to 3:00 PM (Our Clock) March 7, 2012. 2. Exhibits Exhibit 1 — Revised Bid Tab (Please note that the Revised Bid Tab has also been uploaded as a separate Microsoft Excel File) Exhibit 2 — Description of Revisions to the Bid Tab Please contact John Stephen, CPPO, LEED AP, Senior Buyer, Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Addendum 3 7338 Troutman Parkway Grade Separated Crossing Page 1 of 4 8 . BID SCHEDULE (Base Bid) ITEM ITEM N REM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTA 1 201 Cl6rinq and Grubbinq LS 1 2 202 Rem al of Asphalt Mat(Planning) SY 883 3 202 Remo va f Fence LF 26 4 202 Removal idewalk LF 208 5 206 Structure Ez ation CY 7,667 _ 6 206 Structure Backfill lass l) CY 3,714 7 206 Shoring Area 1 LS 1 8 207 Topsoil CY 215 9 208 Silt Fence LF 372 10 208 Concrete W ashoul Structure EA 1 11 208 Erosion Control Supervisor HR 30 12 208 Erosion Log LF 150 13 208 Storm Inlet Protection EA 14 208 Vehicle Tracking Pad EA 1 15 210 Reset Fence LF 210 16 211 Dewatering LS i 17 212 Seedin Native ACRje 0.4 18 213 Mulching eed Free AgG 0.4 19 216 Soil Retention Blanket (Slraw/Coconut) SY 413 20 304 Aggregate Base Course (Class 6) TON 168 21 506 Riprap Outlet Protection CY 1.4 22 507 Slope and Ditch Paving CY 8 23 514 Pedestrian and Bikeway Railing- Type 1 LF 454 24 514 Pedestrian and Bikeway Railing Side Mounted - Type 2 LF 516 25 514 Pedestrian and Bikeway Railing (Top Mounted)- Type 3a LF 217 26 514 Pedestrian Railing (Side Mounted) -Type 4 LF 68 27 514 PedesMan Railinq (Top Mounted -Type 31b LF 68 28 515 Sprayed on Bndge Deck Membrane SY 221 29 515 Waterproofin Membrane SY 259 30 601 Concrete ClassDBox Y 70 31 601 Concrete Class D(Miscellaneous) C 72 32 601 Concrete Class all CY 637 33 601 Structural Concrete Coating SY 1,401 34 602 ReinforcingSteel (Epoxy Coated) LB _ ,480 35 603 15 Inch Reinforced Concrete Pi Class V LF 1 36 603 24z9.75 Foot Concrete 3-Side ulv9rt Precast AASHTO EA -7 37 603 24x9.75 Foot Concrete 3S- tl Calvert (Precast) (AREMA) EA 15 38 603 24x9.75 Fool Concrete 3 ided Culvert Base Slab Precast AASHTO EA 4 39 603 24x9.75 Foot Concret Sided Culvert Base Slab (Precast) (AREMA) EA 17 40 604 Catch Basin 24'x ') EA 1 41 604 Manhole Slab B 20 Foot EA 2 42 604 Trench Drain (B Inch) LF 23 Re//07 Section 00300 50 613 1 114" Electrical Conduit Plastic LF 420 51 613 112" Electrical Conduit LF 10 49 613 2" Electrical Conduit Plastic LF 15 50 6 3- Electrical Conduit Plastic LF 200 51 613 14" Electrical Conduit LF 220 52 613 3/ lectrical Conduit Plastic LF 330 50 613 Concre Foundation Pad EA 1 51 613 Flush In-G Plo mer Concrete Splice Box EA 3 52 613 Li hl Standard aN Luminaire "C" Type Pedestrian 18 Foot EA 4 53 613 Light Standard antl L inaire("Cl" Type Pedestrian 18 Foot EA 1 51 613 Light Standard Foundatio EA 5 52 613 Lighting Control Center 1 53 613 Luminaire (Special) 'A' Type Un -bride Luminaire EA 12 54 613 Luminaire (Special) "B"Type Ste Li uminaire EA 17 52 613 wiring LS 1 53 620 Sanitary Facility EA 1 54 626 Mobilization LS 1 55 630 Construction Traffic Control LS 1 TOTAL BID ADDITIONAL COSTS (FOR PERFORMANCE AND PAYM T BONDS, AND UDBE G S) ' 56 700 F/A Minor Contract Revisions FA 1 $200,000.00 $200,000.00 57 700 F/A Partnering F 1 $5000.00 $5000.00 58 700 F/A Fuel Cost Adjustment FA 1 $5 000.00 $5 000.00 59 700 F/A On -The -Job Treine FA $960.00 $960.00 60 700 F/A Railroad FA 1 $20000.00 $20000.00 61 700 F/A Erosion CAI FA 1 $5 000.00 $5 000.00 TOTAL ADDITIO COSTS $236,960.00 TOTAL BASE BI IN WORD . The above Bid Schedule has also been attached as a separate Microsoft Excel document. The CDOT Form 347, Certification of EEO Compliance, is no longer required to be submitted in the bid package. This form certified that the contractor/proposed subcontractors were in compliance with the Joint Reporting Committee EEO-1 form requirements. The EEO-1 Report must still be submitted to the Joint Reporting Committee if the contractors and subcontractors meet the eligibility requirements (29CFR 1602.7); we will, however, no longer require certification. For additional information regarding these federal requirements, please refer to: http://www.eeoc.00v/stats/dobpat/el instruct.html ACCEPTANCE OF FUEL COST ADJUSTMENTS: Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must fill in an 'X' next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost changes for bidders who answer "NO". If neither line is marked, the Department will assume Rev 10/20/07 Section 00300 Page 3 the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will not be given any other opportunity to accept or reject this adjustment. (M rk only one line with an "X"): YES, I choose to accept Fuel Cost Adjustments for this project NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: 5 Tie H GTu,e55S. /^,c AN AU17�kMAS Signature P2gSio0f4i Title i40 4, ,% SPA _ License Number (If Applicable) (Seal - if tiby corporation)'''',At Address 4 /NUEt2N�5s cTg5 'ZSo rNGt'pu-00/) (0 3011Z Telephone (3o3) 770 — Zg 7$ Email t: 1% ItGkSS6rk,-_t-re5,hc.k--r Rev 10/20/07 Section 00300 Page 4 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors Rev 10/20/07 Section 00410 Page 1 ;I SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Structures, Inc. as Principal, and Western Suret omja y as Surety, are herehy held and firmly bound unto the City of For Collins, Colorado, as OWNER, in the sum of $ 5% for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying aid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, No. 7338 -Troutman Parkway Grade Separated Crossing 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 ray 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. Section 00410 Page 2 IN WIT14ESS 0HsaREoF, the Principal and the surety have hereunto set their hands and seals this 1st day of March , 2012 , and such of these as are corparati.ons have caused their coe"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-, Structures, Inc. Address.' 4 Inverness o Urt Ejj§t,,S,,,,uite 250 En lewi;%; By:_� Title: / '`�J ok"i ,.. ATTEST: By: 2 SURETY Western Surety Company P. O. Box 5077 Sioux Falls, SD 57117-5077 Title,Ve� raT.KalbaalT"-- Attorney -in -Fact MEMBER MOODY INSURANCE AGENCY, INC. ® 8055 East '1)u is Avenue, Suite 1000 DENVER, COLORADO 80237 „„„�g„�,g „� PHONE: (303) 824-6600 Section 00410 Page 3