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