Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 7332 MAX BRT PROJECT
Mr. James O'Neill Director of Purchasing & Risk Management City of Fort Collins Purchasing Division 215 North Mason Street, 2"d floor Fort Collins, Co Re: Mason Corridor MAX BRT CDOT Form 715- Certificates of Proposed UDBE Participation James, Enclosed are the fully executed Form 715's for the MAX BRT Project (Bid No. 7332), please fill free to call will any questions or if additional information is required. Sincerely, Ron Green Concrete Express, Inc. 303-562-2000 rgreen@ceiconstructors.com 2027 WEST COLFAX AVENUE I DENVER, COLORADO 80204 1 T: 303,562.2000 1 F: 303.893.1949 COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATE OF PROPOSED UNDERUTILIZED DBE (UDBE) PARTICIPATION Project No.: Mason Corridor Max BRT (Bid #7332) Project Code (SA#): n/a Location: Fort Collins, CO Form#: 5 of 8 Prime Contractor —Send completed/signed form to the Business Programs Office (instructions on second page). The 'Eligible UDBE Amounts" submitted on this form must equal or exceed the commitment(s) documented on the CDOT Form 714 you submitted with your bid. For the complete list of certified DBE/UDBE firms and their DBE work codes go to hftp://www.dot.state.co.uslapp—ucp/ NOTE: See 49 CFR part 26.55, and the "DBE - Definitions and Requirements" in the Standard Special Provisions, for further information concerning counting DBE participation of truckers, subcontractors, suppliers and service providers toward the project's UDBE goal. PART 1a — TRUCKING CONTRACT If the UDBE is being used as a trucker for one or more "trucking" DBE work codes (25500, 25505 etc.) then: • ACTUAL UDBE AMOUNT=,Actual contract amount for the transportation services provided by the UDBE firm and any UDBE lessees. • ELIGIBLE UDBE TRUCKING AMOUNT = [ (ACTUAL UDBE AMOUNT) — (Any non-UDBE lessee amounts In this contract)" ] " For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal is given only for the broker fees or commissions the UDBE trucker receives for arranging the transportations services, because the services themselves are being performed by non-UDBEs. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT $ .'i DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes is at http.IA» .dotstate.co.uslapp_ucp/ PART 1 b -SUBCONTRACT •: ELIGIBLE UDBE SUBCONTRACT AMOUNT = [(Actual UDBE contract amount) - (Any-non-UDBE'lower tier amounts in this contract)" " Work that a UDBE subcontracts to a lower tier non-UDBE firm does not count tow(rd theiploject U138E goal.` NAME OF UDBE FIRM CERTIFICATION # PXPIRATI6N•1DATE`\ ',ELIGIBLE UDBE SUBCONTRACT AMOUNT Powell Restoration 8702 ` - 'f� ' a �` 02'7 �,/2014y $ 94, 172.00 1 DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FbIi(: `t ) I • Complete list of work codes is at hftp.✓Aw ..doLstati;co us/app ,.UCV/ ,�' , ,, (v 1-7 O �1Z.O.;,top G OA1.i hFLOj. PART 1c —SUPPLY CONTRACT'. If the supplier is a UDBE with' "Type field of: "Manufacturer" for the item(s): ELIGIBLE UDBE SUPPLYAMOUNT=;J (Actual'UDBE contract amount) X 100 % 7 J If the supplier is a UDBE with a'Type"field ��of "Regular Dealer" for the item(s): • ELIGIBLE UDBk SUPPLY:AMOUNT = (Actual UDBE contract amount) X 60 NOTE: If the supplier is a UDBE with a "Type" field of "Broker' for the item(s) use PART 1 it —BROKER I SERVICE CONTRACT. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes is et http:Owww.dot.state.co. uslapp_ucp/ PART 1d - BROKER / SERVICE CONTRACT If purchasing materials or supplies through a UDBE with a "Type" field of "Broker", count only the amount of brokerage commission and/or delivery service fees included in the contract. Other examples of services to include in this section are bonding, brokering, consulting, security guards, and insurance etc. ELIGIBLE UDBE SERVICE FEE AMOUNT = Actual compensation retained by the UDBE brokerlagent for services rendered' " The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE brokerlagent for services rendered, provided the fee/commission Is determined by COOT to be reasonable and not excessive as compared with fees customarily charged for similar services. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBESERVICE FEE AMOUNT I / $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes is at http.11v .doLstate.co.us/app ucp/ Original — Business Programs Office Previous editions may not be used CDOT Form 715 — Page 1 of 2 1106 PART 2 — UDBE PARTICIPATION SUMMARY A) What is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that is eligible for counting toward contract goals? A = [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART 11 A> $ 94,172.00 NOTE: Provide in actual subcontractor dollars and not prime contract prices. B) What is the total dollar value of proposed subcontracts that are eligible for counting towards B> $ 2,495,541,00 contract goals from prior sheets/forms? C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C> $ 2, 589, 713.00 C=[A+B] D) What is the original contract bid total? D> $ 31,390,453.27 E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E=[(C+D)X100] E> 8.25 % PART 3 — UDBE CONFIRMATION I confirm that my company is participating in this contract as documented in the Prime:Contiactors commitments) in PART 1 of this form. Only the value of the work that my company is actually performing Is'�being'counted on thisform. � I UDBE Firm Name: Powell Restoration Date: 5 /,V3 / )a UDBE Representative Signature and Title: rn 4 — PRIME • my company has met the contracted.UDBE,goals or has submitted a completed CDOT Form #718. • my company has acceptedla proposal from _the UDBE named above. • my company has notiried the proposed UDBE of the contracted UDBE commitment. • my company -has ensuredthat the proposed UDBE has signed PART 3 of this form. • my compaihys u'se of tlle.pos6` BE for the items of work listed above is a condition of the contract award. • my company'. ill i-0ite the" roposed UDBE to attend the preconstruction conference. • my company will not use a substitute UDBE for the proposed UDBE's failure to perform under a fully executed subcontract, unless my company complies with the definitions and requirements section of the DBE Special Provisions. • I understand that failure to comply with the information shown on this form will be considered grounds for contract termination. I declare under penalty of perjury In the second degree, and any other applicable state or federal laws, that the statements made on this document are true and complete to the best of my knowledge. Prime Contractor Name: Concrete Express, Inc. Officer Signature and Title: INSTRUCTIONS Prime Contractor: 1. An officer of the contractor(s) must complete this form. 2. Include only DBE firms which meet the underutilized criteria in the contract goal specification for this project (i.e., UDBE firms). 3. Complete only relevant section(s) for PART 1. 4. Ensure that the proposed UDBE has signed PART 3 of this form. 5. Complete ALL sections of PART 2 and PART 4. 6. Submit a separate CDOT Form #715 for EACH proposed UDBE. may not Date: 16 /23 / /(,�, 7. Retain a photocopy for your records. 8. Send original to: Colorado Department of Transportation Business Programs Office 4201 E. Arkansas Ave. Denver, Colorado 80222 FAX: (303) 757-9019 Form 1106 COLORADO DEPARTMENT OF TRANSPORTATION Project No.: Mason corridor Max HRT (Bid 97332) CERTIFICATE OF PROPOSED UNDERUTILIZED DBE (UDBE) Project Code (SA#): n/a PARTICIPATION Location: Fort Collins, co Forma: 6 ot.s Prime Contractor- Send completed/signed form to the Business Programs Office (instructions on second page). The 'Eligible UDBE Amounts' submitted on this form must equal or exceed the commitment(s) documented on the CDOT Form 714 you submitted with your bid For the complete list of certified DBE/UDBE fines and their DBE work codes go to http://www.dot.state.co.uslapp-ucpl NOTE: See 49 CFR part 26.55, and the 'DBE -Definitions and Requirements- in the Wandam speClar Provisions. Tor runner TmonnaumI view, holy counting DBE participation of truckers, subcontractors, suppliers and service providers toward the project's UDBE goal. DADT 1 — T92I11^IlINr. (`nPJTRA('T If the UDBE is being used as a trucker for one or more "trucking` DBE work codes (25500, 25505 etc.) then: ACTUAL UDBE AMOUNT - Actual contract amount for the transportation services provided by the UDBE firm and any UDBE lessees. ELIGIBLE UDBE TRUCKING AMOUNT = I (ACTUAL UDBE AMOUNT) - (Any non-UDBE lessee amounts in this contract)` 1J For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal is given only for the broker fees or commissions the UDBE trucker receives for arranging the transportations services,bemuse the services themselves are being performed by non-UDBEs. NAME OF UDBE FIRM CERTIFICATION* EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT I $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes Is at htlp.,# r .dol.sfale.co.us/app_ucp/ � DADT Ilk - CI IDt nKITAA PT a � ELIGIBLE UDBE SUBCONTRACTAMOUNT= I (Actual UDBE contract amount) (Any non UDBE Iowe ir tier amounts in this contract)` Work that a UDBE subcontracts to a lower Der non-UDBE fine does not count toward the project UDBE,goal.� NAME OF UDBE FIRM CERTIFICATION a EXPIRATION DATE%ELIGIBLE UDBE SUBCONTRACT AMOUNT Rocky Mountain Rebar 20136710' 04 r�04 1,2015 $ 565,028.00 DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR:: 23 g( 2� /`?,41*_L'('"f`��t� Complete list o/,work codes is at hgplAmvi.doLste[e:m.us/app ucp/�, DADT d.. CIIDDI V f`PI AITD A!`T }=. i `r ' If the supplier is a UDBE with a`Type" field of 'Manufacturer" for the item(s): ELIGIBLE UDBE SUPPLY.AMOUNT,-,I (Actual UDBE contract amount) X 100 If the supplier is a UDBE"with a'Type", field of "Regular Dealer" for the item(s): ELIGIBLE UDBE SUPPLYAMOUNT = I (Actual UDBE contract amount) X 60% NOTE: If the supplier is_e UDBE with a `Type' field of "Broke for the item(s) use PART 1 d -BROKER I SERVICE CONTRACT. NAME OF UDBE FIRM CERTIFICATION a EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT I I $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR Complete list of work codes Is at http.,IIW m.dot.state.w.uslapp ucp/ DADT 4A _ DDf)ICFR I CFRVIRF rnNTRACT If purchasing materials or supplies through a UDBE with a'Type" field of'Broker% count onl v the amount of brokerage commission and/or delivery service fees included in the contract. Other examples of services to include in this section are bonding, brokering, consulting, security guards, and insurance etc. ti ELIGIBLE UDBE SERVICE FEE AMOUNT a Actual compensation retained by the UDBE brokerlagent for services rendered* " The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the tee/commission is determined by CDOT to be reasonable and not excessive as compared with fees customarily charged for similar sen"ims. NAME OF UDBE FIRM CERTIFICATION 0 EXPIRATION DATE ELIGIBLE UDBE SERVICE FEE AMOUNT $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes is of http>Nrmv.doLslate.co.uyapp ucp/ Original - Business Programs Office Previous editions may not be used CDOT Form 715 - Page 1 of 2 1106 DART 9 _ I Ir1DC DAPTICIP A TIr)M CI IMMAPV A) What is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that is eligible for counting toward contract goats? A= [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART t ] A> $ 565, 028. 00 NOTE: Provide in actual subcontractor dollars and not prime contract prices. B) What is the total dollar value of proposed subcontracts that are eligible for counting towards B> $ 2,589,713.00 contract goals from prior sheetstforms? C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C> $ 3, 154, 741. 00 C=[A+B] D) What is the original contract bid total? D> $ 31,390,453.27 E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? 10.05 E=I(C : D) X 100] E> PART 3 - UDBE CONFIRMATION I confirm that my company is participating in this contract as documented In the Prime Contractor s commltment(s) In PART 1 of this form. Only the value of the work that my company Is. actually performing is being counted on this form. UDBE Firm Name: Rocky Mountain Rebar ,••, Date: ,5 1 A31 UDBE Representative Signature and Title: Y S PART 4 - PRIME CONTRACTOR CERTIFICATION certify that:. • my company has met the contricted'UDBE,goals orhas submitted a completed CDOT Form #718. • my company has accepted a`proposal,from the UDBE named above. • my company has nolifi6d the proposed of the contracted UDBE commitment. • my company.has;ensured that is a proposed UDBE has signed PART 3 of this form. • my company's use ofthe proposed UDBE for the items of work listed above is a condition of the contract award. • my company will invite the proposed UDBE to attend the preconstruction conference. • my company will,not use a substitute UDBE for the proposed UDBE's failure to perform under a fully executed subcontract, unless my company complies with the definitions and requirements section of the DBE Special Provisions. • I understand that failure to comply with the information shown on this form will be considered grounds for contract termination. I declare under penalty of perjury In the second degree, and any other applicable state or federal laws, that the statements made on this document are true and complete to the best of my knowledge. Prime Contractor Name: Concrete Express, Inc. I Date: �5 /6 3 1 /Z Officer Signature and Title: FORM INSTRUCTIONS Prime Contractor: 1. An officer of the contmctor(s) must complete this form. 2. Include only DBE firms which meet the underutilized criteria in the contract goal specification for this project (i.e., UDBE firms). 3. Complete only relevant section(s) for PART 1. 4. Ensure that the proposed UDBE has signed PART 3 of this form: 5. Complete ALL sections of PART 2 and PART 4. 6. Submit a separate CDOT Form #715 for EACH proposed UDBE. 7. Retain a photocopy for your records. 8. Send original to: Colorado Department of Transportation Business Programs Office 4201 E. Arkansas Ave. Denver, Colorado 80222 FAX: (303) 767-9019 715 — COLORADODEPARTMENTOFTRANSPORTATION CERTIFICATE F PROPOSED Pro jectNo.: Mason Corridor May ERT (Sid $7332) UNDERUTILIZED DBE {UDBE} Project: Code (sA#"n/a Location: 'Fort Collins, CO Formi: 7 of E PARTICIPATI Prime Contractor-_ Send completed/signed forth to the Business`Programs.Office{instructions on second page). The ',Eligible :UDBE " Amounts submitted on this form muss equal or exceed: the commitment(s) documented on the CDOT Foim'T.14 you submitted with your 'bid.' -For the`com' letell of certified-DBE)UDBE firms and theirDBE work code`s "otohtt JAvww.dotstate.co.usla" uE l: . NO,TE`_See 49 CFR part 26 55,and the `DBE Definitions end Requirements in the Standard'Special Piovrsions for further mfonnation oonceming counting DBE participation of truckers, subcontractors, suppliers and service pioviders toward the project's UDBE goai." ` PART la — TRUCKING CONTRACT If the UDBE is bein used as a trucker for one more _HrucJ inBE D � " g�, g" work codes (25500, 25505 etc.) +.- ACTUAL`UDBEAMOUNT=. Actual contract a mount for the transportation services provided by the UDBE firm and any UDBE 'lessees. • .'ELIGIBLE UDBE TRUCKING AMOUNT=.I (ACTUAL UDBE AMOUNT) —.(Any non-UDBE Iessee amounts in this contract)` I _ _ .. _ . For work done on this UDBEcontrad with non-UDBE lessees credit loixerd the projectUDBE goal is given only for the broker feesor commissions . .... the UDBE tmdceCreceives for anangtng the trarisportatlons services, because the servicesaliemsNves_a_re Deing performed by non UDBEs.' U NAMEOF,UDBEFIRM CERTIFICATIONS ''EXPIRATION DATE ELIGIBLEUDBE TRUCKING AMOUNT DBE:WORK CODE NUMBER(S),THIS UDBE IS BEING USED FOR: ;Com'plete Lst oLwork iUdes is' -at PART 2 - UDBE PARTICIPATION SUMMARY Aj What is the total dollar value of this proposed tricking, subcontract, supply, 0R broker/service - contract that Is eligible for counting toward contract goals? A = [ TOTAL FROM "ELIGIBLE" COLUMNS INIPART 1.] A> 219, 734 NOTE: Provide In actual subcontractor dollars andnot prime contract prices. - - - B) What is the total dollar value of proposed subcontracs that are eligible for counting towards �7c 1 00 B> , 3 , . $ 15 contraciboals frorn'prior sheets/forms? - -4; - ,C) What is the accumulatve value of prop iosed subcontracts that are eligible for'counhng towards _ • ..-. contractgoals?- ... - , ,C> $ 3.,374,-475.00 D) What is the original contract bid total?. D> ,$ 31, 390,,.453.27 E) What Is the,accumulatin percent of contract bid total subcontracted to all und&utit¢ed DBEs? - 'E=[(C, _-D) X 100;] E> o CERTIFICATE OF PROPOSED UNDERUTILIZED DBE (UDBE) PARTICIPATION Project No.: Mason Corridor Max BRT (Bid 117332) I Project Code(SA#): n/a I Location: port Collins, Co I Form#: 13 of 8 rnme a.ontmclor - bend oompletellsigned form to the Business Programs Office (instructions on second page). The 'Eligible UDBE Amounts' submitted on this form must equal or exceed the commitment(s) documented on the COOT Form 714 you submitted with your bid. For the complete list o1 certified DBE/UDBE firths and their DBE work codes go to http:/Aywvw.dotstate.co.us/app-Licp/ NOTE: See 46 CFR pan 26.55, and the 'DBE - Definitions and Requirements In the Standard Special Provisions, for further information wlc ming counting DBE participation of truckers, subcontractors, suppliers and service providers, toward the project's UDBE goal. PART 1a —TRUCKING CONTRACT If the UDBE is being used as a trucker for one or more'trucking' DBE work codes (25500, 25505 etc.) then: ACTUAL UDBE AMOUNT c Actual contract amount for the transportation services provided by the UDBE fine and any UDBE lessees. ELIGIBLE UDBE TRUCKING AMOUNT- [ (ACTUAL UDBE AMOUNT) - (Any non-UDBE Icasoo amounts In this contract)• ` For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal is given only for the broker fees or cgmmisslons the UDBE trucker receives for arranging the transportations because services services, the themselves are being performed by non-UDBEs. NAME OF UDBE FIRM CERTIFICATION # - EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT / Is DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: \ Complete list o/ work crotles is at hhpJMxx• dot.arate cn us/epp uqv ��i " WG13�11 �)Q�'1a1:11KB1C�L'7eYM �i7fiIBfI�F� ELIGIBLE UDBE SUBCONTRACT AMOUNT o [ (Actual UDBE contract aount) -(Any no UDBE4f6,wer t a amounts In this`contract)` ` Work that a UDBE subcontracts to a lower tier non-UDBE firm does not count towaM the project UDBEgoal.li � NAMEOFUDBEFIRM CERTIFICATIONl1 �FJCPIRATION t)ATEg� WIGIBLE UDBE SUBCONTRACT AMOUNT Affordable Rooter 7632 .•ter t.--.. y„- t.."' "• SOS/ 04 /L2013 $ 78,471. 00 DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USEDPOR Complete list Of work codes /s at hrplAvaw dot.stete oo'us�app ury� 2 3 % q qo I' C> YAK 1 I - 51.11-1-LY CONTRACSct u-7, Y2ts I If the supplier is a UDBE withs'Type field of "Manufacturer" for}he item(s): • ELIGIBLE BE SUPPLUDBE contract amount) X 4o0•h If the supplier is a t)OBE, vnth asType lfield of "Regular Deater'for the item s • ELIGIBLE UDBESUPPL AMOUNT [ (Actual UDBE contract amount) X 60% n-: NOTE: It the supplier is a.UDBE with a Type'field of `BroLr for the Item(s) use PART 1d - BROKER I SERVICE CONTRACT. ! NAME OF UDBE FIRM CERTIFICATION S EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT i DBE WORK CODE NUMBER(S) THIS UDBE ISBEING USED FOR: Complete list of work codes is at httpYAv w.dot.afate.co. usrapp_ucp/. �r/t\:al�la\�aoan:\�'J•�Y�9VrY yeTn\\Y,i� . i If purchasing materials or supplies In a.UDBE with a 'Type' field of'13roker'• count only the amount of brokerage commission andlor delivery service fees included in the contract. Other examples of serinces to include in this section are ponging, brokering, consulting, security guards, and insurance etc. ELIGIBLE UD8E SERVICE FEE AMOUNT a Actual compensation retained by the LOBE brokeriagont for services rendered' ` The amounts that count toward UDBE goals are limited to the compensation retained by the LOBE broker/agent for services rendered, provided the fee/commission is determined by CDOT to be reasonable and not as excessive corn paretl with tees customarily charged for similar services. NAME OF LOBE FIRM CERTIFICATION A EXPIRATION DATE ELIGIBLE UDBE SERVICE FEET AMOUNT I DBE WORK CODE NUMBERS) THIS UDBE IS BEING USED FOR: Complete list of work modes is a! ht4,YA w.dot.state.00.usiapp uqv ) --•-------•-e•-•^-�•••w rrevrous eomons may not be used COOT Form 716 - Page 1 of 2 1106 I i PART 2 —.UDBE PARTICIPATION SUMMARY A) What is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that is eligible for counting toward contract goals? A = [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART 11 A> $ 78, 5 717.00 NOTE: Provide in actual subcontractor dollars and not prime contract prices. i B) What is the total dollar value of proposed subcontracts that are eligible for counting towards contract goals from prior sheeWforms? B> $ - , 37q , CPS . 00 C)-What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? I C> $ 3,452, 552.00 C-IA + Bj D) What is the original contract bid total? D> $ 31,390,4 s = . 27 E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E -[(C + D) X 100) E> 11 % PART 3 — 1 confirm that my company Is. participating In this contract as documented In the Prlme Contractors commltment(s) In PART 1 of this form. Only the value of the work that my company is`actualiv certormina,ls being counted on t — form. A,, .a t..3 UDBE Firm Name: Affordable Rooter V t l ..,t`#..'� 1 w� �mti ,o-� Date: UDBE Representative Signature and Title: • my company has my company has • my company `hahas • my oompanys, • my company's us my company will i V.• my mmoanv will unless my compar • I understand that f I declare under penalty of r me conuaciec; uUdF goaWdrrhaa submitted a completed COOT Form #71 S. cepted a�proposal;from the UDBE named above, i It I proposed-:'UDBE of the contracted UDBE commitment. 6 1 4a er r sired that �hepmposetl UDBE has signed PART 3 of this form. if the;propos`ed UDBE for the items Of work listed above is a condition of the contract award ite,thie"'proposed UDBE to attend the preconstruction conference, use a substitute UDBE for the prop UDBE's failure to perform under a fully executed subcontract, complies with the definitions and requirements section of the DBE Special Provisions. ure to comply with the information shown on this form will be considered grounds for contract termination, edury in the second degree and any other applicable state or federal laws, that the statements Prime Contractor Name: Concrete Express, Inc. Officer Signature and Title: Date: S / / /2— Prime Contractor: 1. An officer of the contractor(s) must complete this form. 7. Retains photocopy for your records. 2. Include only DBE firms which meet the underutilized criteria in 8- Send original to: specification contract goat specation for this:projed (i.e., UDBE firms). Colored Department of Transportation 3 Complete only relevant section(s) for PART 1. Business Programs Office 4. Ensure that the proposed UDBE has signed PART 3 of this form. 4201 E. Arkansas Ave. 5. Complete ALL sections of PART 2-and PART, 4. - Denver, Colorado 80222 6. Submit a separate COOT Form #715 for EACH proposed UDBE. FAX: (303) 757-9019 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. 1-4 A Cj oN c oR>=I ANTI -COLLUSION AFFIDAVIT I �o ATON p'�T Oar GOL- ,kt� 51 G.r'�. I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractor's firm or company name By Date G o I.t G�ETF C-KpR�4 Title_ or company name. Till. to before me this AIL L, _ day of, tI ©oa' o ex '-�UCLl� NOTE: This document must be signed in ink. ii, �. _ ....•••(,QQ. COOT Form 4606 1/02 COLORADO DEPARTMENT OF TRANSPORTATION Project # tjtayjlJ (,,lJR-ttDw STATEMENT OF RESIDENCY FOR BID PREFERENCE I MPNr- ?2 Vfl(;zi Z) As a precondition to the award of a contract by the Coloradn Danartn,Pnt of Trancnnrtafinn fnr fho rnnMn Hnn s +k- above listed project, I do here certify that the firm named below is a: Gheck one: LLI Resident Bidder 1. A person, partnership, corporation, or joint venture which is authorized to transact business in Colorado and which maintains its principal place of business in Colorado; or 2. A person, partnership, corporation, or joint venture which is authorized to transact business in Colorado, which maintains a place of business in Colorado, and which has paid Colorado unemployment compensation in at least seventy-five percent of the eight quarters immediately prior to bidding on a construction contract for a public project. Nonresident Bidder 1. Name the state or foreign country of residency: 2. Does this state or foreign country have a bidding preference for resident bidders on public projects? ❑ Yes ❑ No If yes, state the percentage preference: %. I declare under penalty of perjury in the second degree, and any other applicable slate or federal laws, that the statements made on this document are true and complete to the best of my knowledge. .n name: Check one: G D 0 G trTrc �i,C h�Zc S� 1 , ❑ individual owner ❑ partner OQ officer ❑ person delegated to sign this form Signature`: Title: 2nd firm name if joint venture: Check one: ❑ individual owner ❑ partner Cl officer ❑ person delegated to sign this form Signature. Title: CDOT Form #604 3192 COLORADO DEPARTMENT OF TRANSPORTATION Project No.: Mason Corridor Max 13RT (Bid #7332 ) CERTIFICATE OF PROPOSED UNDERUTILIZED DBE (UDBE) Project Code(SA#): n/a Location: Fort Collins, Co Form#: 1 of 8 PARTICIPATION Prime Contractor— Send completed/signed form to the Business Programs Office (instructions on second page). The "Eligible UDBE Amounts" submitted on this form must equal or exceed the commitment(s) documented on the CDOT Form 714 you submitted with your bid. For the complete list of certified DBE/UDBE firms and their DBE work codes go to htt:llwww.dot.state.co.usla uc / NOTE: See 49 CFR part 26.55, and the "DBE -Definitions and Requirements" in the Standard Special Provisions, for further information concerning counting DBE participation of truckers, subcontractors, suppliers and service providers toward the project's UDBE goal. PART 1a —TRUCKING CONTRACT If the UDBE is being used as a trucker for one or more "trucking" DBE work codes (25500, 25505 etc.) then: ACTUAL UDBE AMOUNT= Actual contract amount for the transportation services provided by the UDBE firm and any UDBE lessees. ELIGIBLE UDBE TRUCKING AMOUNT = I (ACTUAL UDBE AMOUNT) — (Any non-UDBE lessee amounts in this contract)' ] ' For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal is given only for the broker fees or commissions the UDBE trucker receives for arranging the transportations services, because the services themselves are being performed by non-UDBEs. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work is http.IAw 4` `-` U codes at .doLstate.co.uslapp_ucp/ i�;a ;{." PART 1 b - SUBCONTRACTC'4=nl:, • ELIGIBLE UDBE SUBCONTRACT AMOUNT = [(Actual UDBE contract amount) —'(A y non UDBE Iower tier amounts in this contract)' �` " Work that a UDBE subcontracts to a lower tier non-UDBE firm does not count toward fie project UDBE..goal.. NAME OF UDBE FIRM CERTIFICATION # `EXFIRATIOW13ATE> �'ELGIBLE UDBE SUBCONTRACT AMOUNT Larimer Construction u 8331 y^' a m}l L tai L ,03'yjj�/�03 /'2013 $ 784, 762.00 3 V f_' k), DBE WORK CODE NUMBER(S) THIS UDBE IS BEING SU EI) FORir Complete list of work codes is at http:/Amryv.dot.state:co`u's/appucp/l '. (f Q PART 1 c —SUPPLY CONTRAC A 1� � Y45 �" If the supplier Is a UDBE with a Type �field'of "Manufacturer° for the item(s): • ELIGIBLE UDBE SUPPLYAMOUNA If(Actual UDBE contract amount) X 100% je�.rw 1 d1 1�1 3) If "Regular the supplier Is a UDBE wlhra;'T.ype" field of Dealer" for the item(s): ELIGIBLE UDBE,SUPPLYIAMOUNT(Actual UDBE contract amount) X 60% NOTE: If the supplier iska;UDBE with a "Type" field of "Broker" for the item(s) use PART I —BROKER /SERVICE CONTRACT. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT / / $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes is at http:/Mvnv.dot.state.co.us/app_ucp/ PART 1d — BROKER / SERVICE CONTRACT If purchasing materials or supplies through a UDBE with a "Type" field of "Broker", count only the amount of brokerage commission and/or delivery service fees included in the contract. Other examples of services to include in this section are bonding, brokering, consulting, security guards, and insurance etc. ELIGIBLE UDBE SERVICE FEEAMOUNT= Actual compensation retained by the UDBE broker/agent for services rendered' ' The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the fee/commission is determined by CDOT to be reasonable and not excessive as compared with fees customarily charged for similar services. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE SERVICE FEE AMOUNT $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: - Complete list of work codes is at http:/M�.dot.state.co.us/app_ucp/ Original — Business Programs Office Previous editions may not be used CDOT Form 715 — Page 1 of 2 1/06 SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: 7332 MAX Project Place: City of Fort Collins Date: 5/18/12 In compliance with your Invitation to Bid dated March 29 , 2012 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of (5 ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: 'travelers casualty � Surety Company of America. 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through 3 8. BID SCHEDULE (Base Bid) CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM CONFIALT ITEM NO. CONTRACT ITEM UNIT QUANTITY UNIT COST TOTAL COST 201.00001 CLEARING & GRUBBING ACRE 8.50 $ 9,800.00 $ 83,300.00 202-00001 REMOVAL OF STRUCTURES LS 1 $ 140,800.00 $ 140,800.00 202-00009 TREE TRIMMING LS 1 $ 14,800.00 $ 14,800.00 202-OD010 REMOVAL OF TREE EA 350 $ 200.00 $ 70,000.00 202-00019 REMOVAL OF INLET EA 9 S 442.00 $ 3,978.00 202-00020 REMOVAL OF CONCRETE BOXCULVERT EA 1 $ 6,900.00 $ 6,900.00 202-00021 REMOVAL OF MANHOLE EA 3 $ 440.00 $ 1,320.O0 202.00026 REMOVAL OF SLOPE AND DITCH PAVING SY 60 $ 17.00 $ 1,020.00 202-00027 REMOVAL OF RIPRAP SY 24 $ 25.00 $ 600.00 202-00035 REMOVAL OF PIPE LF 707 $ 13.20 $ 9,332.40 202•00155 REMOVAL OF WALL LF 1 124 $ 26.00 $ 3,224.00 202-00195 REMOVAL OF MEDIAN COVER SY 24 $ 18.00 $ 432.00 202-00200 REMOVAL OF SIDEWALK SY 3,661 $ 10.05 $ 36793.05 202-00202 REMOVAL OF GUTTER LF 327 S 4S0 $ 1,471.50 202-00203 REMOVAL OF CURB& GUTTER LF 9,278 $ 4.50 $ 41,751.00 202-00206 REMOVAL OF CONCRETE CURB RAMP SY 59 $ 27.00 $ 1,593.00 202-00210 REMOVAL OF CONCRETE PAVEMENT SY 706 $ 16,80 $ 11,860.80 202-00220 REMOVAL OF ASPHALT MAT SY 22,433 $ 4.80 $ 107,678.40 202-00240 REMOVAL OF ASPHALT MAT (PLANING) SY 18,252 $ 2.26 $ 41,249.52 202-00420 REMOVAL OF PEDESTRIAN RAIL LF 20 $ 13.00 $ 260.00 202-00500 REMOVAL OF PORTIONS OF PRESENT STRUCTURE EA 9 $ 3,625.00 $ 32,625.00 202-00610 REMOVAL OF RAILROAD TRACKS LF 570 $ 18.50 S 10,545.00 202-00700 REMOVAL OF LIGHT STANDARD EA 1 $ 650.00 S 650.00 202-00810 REMOVAL OF GROUND SIGN EA 45 $ 60.00 $ 2,700.00 202-00821 REMOVAL OF SIGN PANEL EA 14 $ 65.00 $ 930.00 202-00827 REMOVE PULLBOX EA 1 $ 320.00 $ 320.00 202-01000 REMOVAL OF FENCE LF 3,955 S 1.10 $ 4,350.50 202-04000 PLUG STRUCTURE EA 2 $ 3,400.00 S 6,800.00 202-04001 PLUG CULVERT EA 1 $ 2,700.00 S 2,700.00 203-00060 EMBANKMENT MATERIAL(COMPLETE IN PLACEI CY 23,342 $ 17.40 $ 406,150.80 203-00750 PCB CAP SY 1,179 $ 11.46 $ 13,499.88 203-01SOO BLARING MR 160 $ 118.00 $ 18.880.00 203-MS10 BACKHOE MR 160 $ 115.00 $ 18,600.00 203-01515 SACKHOE(LANDSCAPING) MR 160 $ 74.05 $ 11,848.00 203-01550 DOZING MR 160 $ 168.40 $ 26,9d4.00 203-WSO TRUCK MR 160 $ 87.00 $ 13,920.00 203-01595 POTHOLING MR 350 $ 280.00 $ 98,000.00 203.02330 LABORER MR 160 $ 54.50 $ 8,720.00 206.00000 STRUCTURE EXCAVATION CY 6,287 $ 13.50 $ 83,524.50 206-00065 STRUCTURE BACKFILL(FLOW-FILLI CY 158 $ 122.00 1 $ 19.276,00 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 206-00100 STRUCTURE BACKFILL(CLASS 1) CY 14,649 $ 20.25 $ 296,642.25 206-00200 STRUCTURE BACK FILL (CLASS 2) CY 1,806 $ 16.00 $ 28,896.00 206-00360 MECHANICAL REINFORCEMENT OF SOIL CY 346 $ 36.80 $ 12,732.80 206-01781 SHORING (AREA 1) LS 1 $ 10,600.00 $ 10,600.00 206-01782 SHORING (AREA 2) LS 1 $ 10,600.00 $ 10,600.00 206-01783 SHORING (AREA 3) LS 1 $ 22,050.00 $ 22,050,00 206-01784 SHORING (AREA 4) LS 1 $. 36,750.00 $ 36,750.00 206-01785 SHORING (AREA 5) LS 1 $ 101,000.00 S 102,000.00 206-01786 SHORING (AREA 6) LS 1 $ 31,800.00 $ 11,800.00 2DS-00010 EROSION BALES EA 143 $ 21.00 $ 3,003.00 208-00020 SILT FENCE LF 6,709 $ 1.50 $ 30,06350 209-00030 SEDIMENT BASIN EA 2 $ 2,885,00 S 5,770.00 208-00034 GRAVELSAG EA 395 $ 27.25 $ 10,763.75 208-00040 CHECK DAM EA 18 $ 294.00 $ 5,292.00 208-00045 CONCRETE WASHOUT STRUCTURE EA 11 S 1,030.00 $ 11,880.00 208-00050 STORM DRAIN INLET PROTECNON EA 146 $ 268.00 $ 39,128.00 208-00060 TEMPORARY SLOPE DRAIN LF 42 $ 50.00 S 2,100.00 208-00070 VEHICLE TRACKING PAD EA 17 $ 1,580.00 $ 26,660.00 208-00206 EROSION CONTROL SUPERVISOR DAY 534 $ 515.00 $ 275,010.00 208-00500 PORTABLE TOILET PROTECTION EA 11 $ 2,810.00 $ 30,910.00 208-00600 ROUGH CUT STREET CONTROL EA 14 $ 136.00 $ 1,904.00 210.00007 RESET WHEEL STOP EA 7 $ 65.00 $ 455.00 210-00065 RESET MONUMENT (TYPE 3A) EA 3 $ 660.00 $1980.00 210-00427 RESET PIPE HANDRAILING LF 129 $ 11.00 S 1419.00 210-00750 RESET LIGHT STANDARD EA 28 $ 1,630.00 $ 45,640.00 210-00760 RESET LUMINAIRE EA 1 $ 1,435.00 S 1,415.00 210-00810 RESET GROUND SIGN EA 15 $ 210.00 $ 3,150.00 21J1-00815 RESET SIGN PANEL EA 14 $ 115.00 $ 1,610.00 210-00827 RESET PULL BOX EA 3 $ 900.00 $ 2,700.00 210-01000 RESET FENCE LF 1,213 $ 7.10 $ 8,612.30 210-01710 RESET VALVE EA 3 $ 2,125.00 $ 6,375.00 210-02008 RELAY PIPE IS INCH) EA 1 $ 8,200.00 $ 8,200.00 210-02010 RELAY PIPE(10 INCH) EA 1 $ 13,800.00 $ 13,800.00 21D-02016 RELAY PIPE(16 INCH) EA 1 $ 20,200.00 $ 20,200.00 210-02510 RELAY SPRINKLER SYSTEM L5 1 $ 4,900.00 $ 4,900,00 210-04000 ADJUST STRUCTURE EA 4 $ 2,390.00 $ 9,560.00 210-04010 ADJUST MANHOLE EA 40 $ 524.00 $ 20,960.00 210-04020 MODIFY INLET EA 2 $ 950.00 $ 1,900.00 210-04050 ADJUST VALVE BOX EA 23 S 360.00 $ 8,280.00 2104M051 ADJUST VALVE BOX (SPECIAL) EA 3 $ 610.00 $ 1,930.00 231-03006 DEWATERING EA 9 $ 4,815.00 $ 43,335.00 2 of 10 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 3 212-00006 SEEDING (NATIVE) ACRE 8.50 $ 9,275.00 $ 78,837.50 212-00040 SOIL PREPARATION (LAWN) ACRE 0.31 $ 175,240.00 $ 54,324.40 212-00050 SOD SF 13,384 $ 0.46 $ 6,156.64 212-00101 TREE RETENTION AND PROTECTION EA 101 $ 60.00 $ 6,060.00 212-00900 COMPOST CY 230 $ 35.60 S 8,188.00 212-00901 SAND/PEAT MIX CY 125.17 $ 41.25 $ 5,163.26 213-00008 MULCHING (WOOD CHIP) CF 8,04 $ 0.60 $ 4,820.40 213-00065 INORGANIC MULCH CY 74 $ 217.50 $ 8,695.00 213-00070 LANDSCAPE WEED BARRIER FABRIC SY 1,340 $ 1.00 $ 1,340.00 213-00700 LANDSCAPE BOULDER EA 101 $ 567.30 $ 57,297.30 214-00225 DECIDUOUS TREE (2.5 INCH CALIPER) EA 13 $ 418.00 $ 5,434.00 214-00230 DECIDUOUS TREE (3 INCH CALIPER) EA 129 $ 543.00 $ 70,1347.00 214-00350 DECIDUOUS SHRUB IS GALLON CONTAINER) EA 308 $ 25.43 $ 7,823.20 214-00508 EVERGREEN TREE(8 FOOT)(BALL AND BURLAP) EA 14 $ 464.00 $ 6,496,00 214-00650 EVERGREEN SHRUB IS GALLON CONTAINER) EA 151 $ 30.25 $ 4,567.75 214-00930 PERENNIALS (I GALLON CONTAINER) EA 4,060 $ 10.52 $ 42,711.20 214-00950 PERENNIALS IS GALLON CONTAINER) EA 183 $ 34.50 $ 6,313.50 215-00060 TRANSPLANT TREE (3 TO 6 INCH) EA 4 S 260.00 $ 1,040.00 215-00100 TRANSPLANT TREE (OVER 6 INCH) EA 1 S 570.00 5 570.00 216-OGD39 SOIL RETENTION BLANKET (STRAW) SF 14,644 $ 0.21 $ 3,075.24 216-00045 SOIL RETENTION MAT(CELLU LAR) SY 492 $ 5.30 $ 2.607,60 304-04005 AGGREGATE BASE COURSE, CLASS 4 CY 95.13 $ 58.00 $ 5,517.54 304-06000 AGGREGATE BASE COURSE, CLASS 6 TON 6,202.00 $ �-4.LP r $ aJ.7 V 40-' BY 403-00721 HOT MIX ASPHALT (PATCH ING) (ASPHALT) SY 19,520 $ S SGai4G.00 403-33621 HOT MIX ASPHALT(G RADI NG S)(PIS 58-28) TON 6,698 $ .48-W $ �� 411-10255 EMULSIFIED ASPHALT(SLOW-SETTING) GAL 1,073 $ T.07 $ ♦6\ R9106940 JJ00 412.00300 CONCRETE PAVEMENT (3 INCH) SY 2.67 $ }!JT $ 412-00600 CONCR ETE PAVE M ENT (6 I N CH) SY 1,268.33 $ 4A $139f to �o 412-00800 CONCRETE PAVEMENT IS INCH) SY 271.56 $ -uAc a 1Drfi6iE0 412-00602 CONCRETE PAVEMENT (6 INCH) (SPECIAL) (COMMERCIAL DRIVEWAY) SY 151 $ cn'= S b0 2i8"S 412-01001 CONCRETE PAVEMENT(1D INCH)(SPECIAL) SY 1,910 $ •JJ��S, 412-01050 CONCRETE PAVEMENT (10-1/2INCH) SY 44,173 $ J. $ 40.6 420-00101 GEOTEXTILE PAVING FABRIC SY 18,252 $ 44.W I,$ 9 445 3 60 420-00112 GEOTEXTILE (DRAINAGE) (CLASS 1) SY 250.33 $ 2.35 $ 5BB.28 503-00019 DRILLED CAISSON(18 INCH) LF 80 $ 3 $ ,� 344.00 503-00024 DRILLED CAISSON(24 INCH) LF 2,355 $ 123.00 $ 299,665.00 503-00030 DRILLED CAISSON (30 INCH) LF 210 $ 131.45 $ 27,604.50 503-00036 DRILLED CAISSON (36 INCH) LF 501 $ 00 $00 503-00054 DRILLED CAISSON(54 INCH) LF 38 $ 342.00 $ 12,996.00 5D4-08050 STONE LANDSCAPE WALL SF 891 $ ]]D OO S S .oc; 506-01020 GEOGRID REINFORCEMENT 5Y 1,990 $ $ -v lS��?GI.Sa 5 53'�R3�1.o� IS GoG .8 v Lick �-G'g1.7c ( S 918 .5"0 41 a, 423. aQ 20.7 l L{� • �b Sialy-1=1 3 of 10 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 3 506-00212 RIPRAP(12 INCH) CY 88 $ 80.00 $ 7,040.00 506-00224 RIPRAP(24 INCH) CY 0 $ - $ 506-00503 RIVER ROCK(3 INCH) CY 1 $ 131.00 $ 131.00 506.00512 RIVER ROCK(12 INCH) SY 33 $ 61.00 $ 2,013.00 506.00524 GROUTED BOULDER (24 INCH) CY 0 $ - $ 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 265 $ 260:00 $ 68,900.00 509.00000 STRUCTURAL STEEL LB 11989 $ 2.62 $ 5,211.18 509-00001 STRUCTURAL STEEL GALVANIZED LB 368 $ 570 $ 2,097.60 510-00250 STRUCTURAL PLATE ARCH PIPE (10 FOOT 61NCH X 11 FOOT 9INCH) LF 26 $ 753.00 $ 15,578.00 512-00101 BEARING DEVICE (TYPE 1) EA 6 $ 1,375.00 $ 8,250.00 514-00000 PIPE RAILING LF 36. $ 90.00 $ 3,240.00 514-00201 PEDESTRIAN RAIUNG (STEEL)(SPECIAL) LF 68 $ 136.10 $ 9,254.80 518-00106 WATERSTOP(6 INCH) LF 496 $ 6,28 $ 3,114.66 518-02004 BRIDGE EXPANSION DEVICE(0-4 INCH) LF 52 $ 272.00 $ 14,144.00 601-DID00 CONCRETE CLASS B CY 0 $ - $ 601-03030 CONCRETE CLASS D (BOX CULVERT) CY 204 $ 500.00 $ 102,000.00 601-DB040 CONCRETE CLASS 0(BRIDGE) CV 315 $ 448.30 $ 141,214.50 601.03050 CONCRETE CLASS D(WALL) CY 2,247 $ 413.00 $ 928,011.00 601-03100 CONCRETE SLAB (SPECIAL) SY 955 $ 285.00 $ 272,175.00 601-40005 CLITSTONE VENEER SF 126 $ 49.00 $ 6,174.00 601-40300 STRUCTURAL CONCRETE COATING SY 4,944.28 S 9.80 $ 48,453.94 602-00000 REINFORCING STEEL LB 315 $ 1.00 $ 315.00 602-00020 REINFORCING STEEL (EPDXY COATED) LB 465,224 $ 1.136 $ 493,137.44 603-01150 151NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 922 $ 1G4.00 $ 95,888.00 603-01185 181NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 4,458 $ 74.00 $ 329,892.00 603-01245 24 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 1,720 $ B9.00 $ 153,080.00 603-01305 301NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 73 $ 96.00 $ 7,008.00 603-01365 361NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 0 $ - $ 604-01425 421NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 0 $ $ 603-01485 481NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 416. $ 224.00 $ 93,184.00 603-01545 541NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 0 $ $ 603-01605 601NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 0 $ - $ 603-01845 841NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 24 $ 650.00 $ 15,600.00 603.01546 541NCH REINFORCED CONCRETE PIPE (SPECIAL) (COMPLETE IN PLACE) LF 17 $ 417.00 $ 7,089.00 603.021BS 23K14 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 189. $ 77.00 $ 14,553.00 603-02305 38z24 INCH REINFORCED CONCRETE PIPE ELLIPTICAL (COMPLETE IN PLACE) LF 0 $ - $ 603-03241 24 INCH EQUIVALENT REINFORCED CONCRETE PIPE ARCH (COMPLETE IN PLACE) LF 20 $ 257.00 $ 5,140.00 603-03301 301NCH EQUIVALENT REINFORCED CONCRETE PIPE ARCH (COMPLETE IN PLACE) LF 176 $ 111,00 $ 19,536D0 603-03361 361NCH EQUIVALENT REINFORCED CONCRETE PIPE ARCH (COMPLETE IN PLACE) LF 52 $ 338.00 $ 17,576.00 603-05015 151NCH REINFORCED CONCRETE END SECTION EA 1 $ 724.00 $ 724.00 603-05018 181NCH REINFORCED CONCRETE ENO SECTION EA 4 $ 626.00 $ 2,504.00 4 of 10 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 3 603-05024 241NCH REINFORCED CONCRETE END SECTION EA 1 $ 785.00 $ 785.00 603-05042 421NCH REINFORCED CONCRETE END SECTION EA 0 603-05048 481NCH REINFORCED CONCRETE END SECTION EA 1 $ 1,410.00 $ 1,410.00 603-05060 601NCH REINFORCED CONCRETE END SECTION EA 1 $ 1,920.00 S 1,920.00 603-07180 38 INCH REINFORCED CONCRETE PIPE (JACKED) LF 170 $ 584.00 S 99,280.00 603-07360 361NCH REINFORCED CONCRETE PIPE (JACKED) LF 0 $ - $ 603-07480 49INCH REINFORCED CONCRETE PIPE (JACKED) LF 0 $ - $ 603-12012 121NCH DUCTILE IRON PIPE LF 20 $ 16200 $ 3,240.00 603-50006 61NCH PLASTIC PIPE LF 61 $ 34.00 $ 2,074.00 603-50012 121NCH PLASTIC PIPE LF 240 $ 55.00 $ 13,200.00 603-50018 IS INCH PLASTIC PIPE LF 66 $ 57.00 $ 3,762.00 603-50045 42 INCH PLASTIC PIPE (SPECIAL) LF 0 603-50065 60 INCH PLASTIC PIPE (SPECIAL) LF 0 $ - 604-00305 INLET TYPE C(5 FOOTI EA 8 $ 3,430.00 $ 27,440.00 604-00310 INLET TYPE C(10 FOOT) EA 1 $ 3,990.00 $ 3,990.00 604-00315 INLET TYPE C(15 FOOT) EA 1 $ 4,840.00 $ 4,840.00 604-00510 INLET TYPE D (10 FOOT) EA 2 $ 5,470A0 $. 10,940.00 604-16005 INLET TYPE 16 (5 FOOT) EA 5 $ 3,590.00 $17,950.00 604-16010 INLET TYPE 16 ISO FOOT) EA 1 $ 4,150.00 $ 4 150.00 604-16505 INLET TYPE 16 (DOUBLE) IS FOOT) EA 5 $ 4,660.00 $ 23,300.00 604-16515 INLET TYPE 16 (DOUBLE) (15 FOOT) EA 0 $ - $ 604-16605 INLET TYPE 16 (TRIPLE) (5 FOOT) EA 1 $ 6,680.00 $ 6,680.00 604-16610 INLET TYPE 16 (TRIPLE) (10 FOOT) EA 1 $ 7,950.00 $ 7,850.00 604.19105 INLET TYPE R L 5 (5 FOOT) EA 4 S 4,910.00 $ 19,640.00 604-19110 INLET TYPE R L 5 (10 FOOT) EA 0 $ - $. 604-19115 INLET TYPE R L 5 (15 FOOT) EA 0 $ - S. 604-19205 INLET TYPE R L 10 (5 FOOT) EA 1 $ 6,400.00 $ 6,400.00 604-19210 INLET TYPE R L 10 (10 FOOT) EA 3. $ 4.785.00 $ 14,355.00 604-19305 INLET TYPE R L 15 IS FOOT) EA 1 $ 9,500.00 $ 9,500.00 604-20000 OUTLET STRUCTURE EA 0. $ $ 604.25010 VANE GRATE INLET (10 FOOT) EA 1 $ 4,480.00 $ 4,480.00 604-26005 VANE GRATE INLET (DOUBLE) (5 FOOT) EA 2 $ 3,230.00 $ 6,460.00 604-300D5 MANHOLE SLAB BASE (5 FOOT) EA 14 $ 3,300.00 $ 46,200.00 604.30010 MANHOLE SLAB BASE (10 FOOT) EA 16 S 4,200.00 $ 67,200.00 604-30015 MANHOLE SLAB BASE (15 FOOT) EA B $ 5,875.00 $ 47,000.00 6D4-30020 MANHOLE SLAB BASE (20 FOOT) EA 5 $ 7,500.00 $ 37,500.00 604-31005 MANHOLE BOX BASE (5 FOOT) EA 1 $ 5,660.00 $ 5,660A0 604-31015 MANHOLE BOX BASE (15 FOOT) EA 1 $ 9,920.00 $ 9,Bx0.00 604-39015 MANHOLE SPECIAL (15 FOOT) EA 6 $ 28,405.00 S 170,430.00 604-39020 MANHOLE SPECIAL (20 FOOT) EA 3 $ 39,300.00 $ 117,900.00 604-90000 CLEANOUT EA 1 $ 800.00 S 600.00 5 of 10 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 605.00040 4" PERFORATED PIPE UNDERDRAIN LF 60 $ 16.00 $ 960.00 60S-83000 GEOCOMPOSITE DRAIN SY 1,328. $ 7.12 $ 9,455.36 606-00301 GUARDRAIL TYPE 3(6'-3")POST SPACING LF 11,863 $ 21.10 $ 250,309.30 606-00705 GUARDRAIL TYPE 7 (SPECIAL) LF 2,087 $ 135.75 $ 283,330.25 606-00710 GUARDRAIL TYPE 7(STYLE CA) LF 691 $ 59.00 $ 40,769.00 606-00740 GUARDRAIL TYPE 7 (STYLE CE) LF 490 $ 98.00 $ 48,020.00 606-01370 TRANSITION TYPE 3G EA 8 $ 1,200.00 $ 9,600.00. 606-01390 END ANCHORAGE TYPE 3K EA 4 $ 1,090.00 $ 4,360:00 606-02003 END ANCHORAGE(NONFLARED) EA 4 $ 1,960.00 $ 7,840.00 606-10700 BRIDGE RAIL TYPE 7 LF 2,870 $ 75.10 $ 215,537.00 607-11450 FENCE SPLIT CEDAR LF 1,853 $ 10.34 $ 19,160.02 607-11530 FENCE (SPECIAL) LF 34 $ 25.00 $ 850.00 607-53137 FENCE CHAIN LINK (SPECIAL) (36 INCH) LF 1,700 $ 23.50 $ 40,420.00 607-53161 FENCE CHAIN LINK (SPECIAL) (60 INCH) LF 200 $ 32.70 $ 6,540.00 607-53172 FENCE CHAIN LINK (72 INCH) LF 1,227 $ 13.10 $ 16,073.70 607-53179 FENCE CHAIN LINK (SPECIAL) (78 INCH) LF 153 $ 15.50 $ 2,371.50 607-53220 FENCE CHAIN LINK(120 INCH) LF 50 $ 33.00 $ 1,650.00 607-53500 FENCE CHAIN LINK (PEDESTRIAN) LF 1,937 $ 13.10 $ 25,37670 608-00006 CONCRETE SIDEWALK I6 INCH) SY 17,522 $ 39.22 $ 669,690.84 608-00010 CONCRETE CURB RAMP SY 1,043 $ 72.30 $ 75,408.90 608-10000 SIDEWALK DRAIN LF 19 $ 73.00 $ 1,387.00 609-20010 CURB TYPE 2 (SECTION 8) LF 35 $ 12.00 $ 420,00 609-21010 CURB & GUTTER TYPE 2 (SECTION 18) LF 7,500.00 $ 10.24 $ 76,800.00 609-21020 CURB & GUTTER TYPE 2 (SECTION IIB) LF 5,042.40 $ 12.90 $. 65,046.96 609-24004 GUTTER TYPE 2(4 FOOT) LF 172 $ 16.40 $ 2,820.80 609-24006 GUTTER TYPE 2 (6 FOOT) LF 132 $ 24.00 $ 3,168.00 609-71000 CURB (SPECIAL) LF 1,745 $ 28.00 $ 48,860.00 610-00030 MEDIAN COVER MATERIAL (CONCRETE) SF 265 $ 9.40 $ 2,491.00 612-00001 DELINEATOR (TYPE I) EA 101 $ 30,00 $ 3,030.00 613-00100 11NCH ELECTRICAL CONDUIT LF 24 $ 54.45 $ 1,306.80 613-00200 21NCH ELECTRICAL CONDUIT LF 3,017 $ 10.90 $ 32,885.30 613-00206 21NCH ELECTRICAL CONDUIT(BORED) LF 2,150 $ 16.33 $ 35,109.50 613-00300 31NCH ELECTRICAL CONDUIT LF 292 $ 23.96 $ 6,996.32 613-00306 31NCH ELECTRICAL CONDUIT (BORED) LF 2,150 $ 17.42 $ 37,453.00 613-00400 41NCH ELECTRICAL CONDUIT IF 292 $ 30.49 $ 8,903.08 613-04020 HANGAR SYSTEM LS 1 $ 13,720.00 $ 13,720.00 613-07033 PULL BOX(36"X48"X1B") EA 20 $ 1,955.00 $ 39,100.00 613-90001 ELECTRICAL INFRASTRUCTURE(HARMONY) LS 1 $ 90,542.00. $ 90,542.00 613-90002 ELECTRICAL INFRASTRUCTURE(TROUTMAN) LS 1 $. 73,000.00 $ 73,000.00 613-90003 ELECTRICAL INFRASTRUCTURE(HORSETOOTH) LS 1 $ 105,120.00 $ 105,120.00 613-90004 1 ELECTRICAL INFRASTRUCTURE (SWALLOW) (TWO PLATFORMS) LS 1 $ 68,400.00 $ 68,400.00 6 of 10 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 613-90005 ELECTRICAL IN FRASTRUCTU RE (DRAKE) LS 1 $ 76,100.00 $ 76,100.00 613-90006 ELECTRICAL INFRASTRUCTURE (BAY FARM) (TWO PLATFORMS) LS 1 $ 106,700.00 $ 106,700.00 613-90007 ELECTRICAL INFRASTRUCTURE(PROSPECT) LS 1 $ 179,400.00 $ 179,400.00 613-90008 ELECTRICAL INFRASTRUCTURE(UNIVERSITY) LS 1 $ 152,800.00 $ 152,800.00 613-90009 ELECTRICAL INFRASTRUCTURE (LAUREL)(TWO PLATFORMS) LS 1 $ 68,000.00 $ 68,000.00 613-90010 ELECTRICAL INFRASTRUCTURE (MULBERRY) (TWO PLATFORMS) LS 1 $ 66,900.00 $ 66,900.00 613-90011 ELECTRICAL INFRASTRUCTURE (OLIVE) (TWO PLATFORMS) LS 1 $ 66,200.00 $ 66,200.00 613-90012 ELECTRICAL INFRASTRUCTURE(MOUNTAIN)(TWO PLATFORMS) LS 1 $ 66,100.00 $ 66,100.00 613-90013 ELECTRICAL INFRASTRUCTURE (DOWNTOWN TRANSIT CENTER) LS 1 $ 20.300.00 $ 20,300.00 614-00011 SIGN PANEL (CLASS I) SF 474.40 $ 1g.00 $ 8,539.20 614-00012 SIGN PANEL (CLASS II) SF 176 $ 20.00 $ 3,520.00 614-DO035 SIGN PANEL (SPECIAL) SF 235 $ 32.70 $ 7,684.50 614.00216 STEEL SIGN POST(2X2 INCH TUBING) LF 1,456 $ 14.20 $ 20,675.20 614.93000 GATE SYSTEM EA 14 $ 40,916.00 $ 572,824.00 618.00142 PRESTRESSED CONCRETE I (BT42) LF 489 $ 188.43 $ 92.142.27 619-10625 62 INCH WELDED STEEL PIPE (SPECIAL) (JACKED) LF 0 $ $ 620-00005 RIELD OFFICE (SPECIAL) EA 1 $ 115,900.00 $ 115,900.00 622-00270 BOLLARD EA 27 $ 53S.DD $ 14,526.00 623-10000 3/4" WINTERIZATION ASSEMBLY EA 5 $ 536.00 $ 2,680.00 62340001 3/4" SUB -METER WINTERIZATION ASSEMBLY EA 4 $ 433.00 $ 1,732.00 623-10D02 3/4"TAP ASSEMBLY EA 4 $ 680.00 2720.00 623.10003 3/4" WATER METER ASSEMBLY EA 5 $ 1,640.00 $ 8,200.00 623-10004 3/4" WATER SUB -METER ASSEMBLY EA 2 $ 432.00 $ 964.00 623-10005 3/4" BACKFLOW PREVENTION ASSEMBLY EA 5 $ 2,132.00 $ 10,660.00 623-10006 1" MASTER VALVE ASSEMBLY EA 6 $ 250.00 $ 1,500.00 623-10007 1" FLOW SENSOR ASSEMBLY EA 6 $ 640.00 $ 3,840.00 623-10008 4" PRESSURE REDUCING VALVE ASSEMBLY EA 1 $ 20,000.00 $ 20,000.00 623-10009 4" ISOLATION GATE VALVE ASSEMBLY EA 2 $ 460.00 $ 920.00 623-1D010 3" ISOLATION GATE VALVE ASSEMBLY EA 4 $ 410.00 $ 1,640.00 623•10011 2-1/2" ISOLATION GATE VALVE ASSEMBLY EA 2 $. 424.00 $ 848.00 623-10012 2" ISOLATION GATE VALVE ASSEMBLY EA 1 $ 190.00 $ 190.00 623-10013 1-1/2" ISOLATION GATE VALVE ASSEMBLY EA 1 $ 170.00 $ 170.00 623-10014 1-1/4" ISOLATION GATE VALVE ASSEMBLY EA 8 $ 150.00 $ 1,200.00 623-10015 1"OUICK COUPLING VALVE ASSEMBLY EA 25 $ 229.00 $ 5,725.00 623-10016 3/4" TYPE K COPPER PIPE LF 160 $ 9.00 $ 1,280.00 623-10017 6" HOPE, SOR-9 PIPE LF Sao $ 14.43 $ 8,658.00 623.10018 3" HOPE, SDR-9 PIPE LF 1,180 $ 6.53 $ 7,705.40 623-10019 14" C90S PVC PIPE LF 100 $ 36.43 $ 3,643.00 623-10020 6" CL 200 PVC PIPE LF 1,620 $ 10.78 $ 17,463.60 623-10021 4" C. 200 PVC PIPE LF 2,260 $ 6.90 $ 15,594.00 623-10022 3" CL 200 PVC PIPE LF 1,560 $ 532 $ 9,235.20 7 of 10 PART 2 — UDBE PARTICIPATION SUMMARY A) What is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that is eligible for counting toward contract goals? A = [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART 1 J A> $ 784,762.00 NOTE: Provide in actual subcontractor dollars and not prime contract prices. B) What is the total dollar value of proposed subcontracts that are eligible for counting towards B> $ 0 contract goals from prior sheets/forms? C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C> $ 784, 762.00 C = [ A + BJ D) What is the original contract bid total? D> $ 31, 390, 453.27 E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E=[(C + D) X 100] E> 2.5 % PART 3 — UDBE CONFIRMATION <' E 1 I {J #a:?. \t rm,> I confirm that my company is participating in this contract as documented in the PrimeContractorks,commltment(s) in PART 1 of this form. Only the value of the work that my company is actually performing is being counted ofi his form. UDBE Firm Name: Larimer Construction -r, C7r`"r p' Vlf'Date: 06 UDBE Representative Signature and PART 4 — PRIME • my company has met the contracted'UDBE;,goalsYorhas submitted a completed COOT Form #718. • my company has accepteda propsal�from-the UDBE named above. • my company has notified,the,proposed UDBE of the contracted UDBE commitment. • my company„ has ensured that thelproposed UDBE has signed PART 3 of this form. rr.-�"- c..— c J w • my company's use of.the. roposed UDBE for the items of work listed above is a condition of the contract award. • my company willlnvi'te'tFierproposed UDBE to attend the preconstruction conference. • my companyiwlll;not use a substitute UDBE for the proposed UDBE's failure to perform under a fully executed subcontract, unless my company complies with the definitions and requirements section of the DBE Special Provisions. • I understand that failure to comply with the information shown on this form will be considered grounds for contract termination. I declare under penalty of perjury in the second degree, and any other applicable state or federal laws, that the statements made on this document are true and complete to the best of my knowledge. Prime Contractor Name: Concrete Express, Officer Signature and Title: l; I IUNJ Date: S lLZl JL Prime Contractor: 1. An officer of the contractor(s) must complete this form. 7. Retain a photocopy for your records. 2. Include only DBE firms which meet the underutilized criteria in 8. Send original to: the contract goal specification for this project (i.e., UDBE firms). Colorado Department of Transportation 3. Complete only relevant section(s) for PART 1. Business Programs Office 4. Ensure that the proposed UDBE has signed PART 3 of this form. 4201 E. Arkansas Ave. 5. Complete ALL sections of PART 2 and PART 4. Denver, Colorado 80222 6. Submit a separate CDOT Form #715 for EACH proposed UDBE. FAX: (303) 757-9019 Original — Previous editions may not CDOT Form 715 — Pace CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 3 623-10023 2-1/2" CL 200 PVC PIPE LF 520 $ 2.15 $ 1,118.00 623-10024 2" CL 200 PVC PIPE LF 3,400 $ 1.82 S 6.188.00 623-10025 1-1/2' CL 200 PVC PIPE LF 1,260 $ 1.57 $ 1.978.20 623-10026 1-1/4"CL 200 PVC PIPE LF 2,220 $ 1.44 $ 3,196.80 623-10027 1" CL 200 PVC PIPE LF 140 $ 1.32 $ 184.80 623-10028 2-1/2" CL 160 PVC PIPE LF 80 $ 2.15 $ 172.00 623-10029 2" CL 160 PVC PIPE LF 120 $ 1.85 $ 222.00 623-10030 1-1/2" CL 160 PVC PIPE LF 20 $ 1.69 $ 33.80 623-1D031 Id/4" CL 160 PVC PIPE LF 680 $ L57 $ 1,067,60 623-10032 1" CL 160 PVC PIPE LF 8,340 $ 1.49 $ 12.426.60 623-10033 0.75" UV RESISTANT POLYETHYLENE PIPE LF 5,960 $ 1AB $ 8,820.80 623-10034 1-1/2" REMOTE CONTROL VALVE ASSEMBLY EA 7 $ 282.00 S 1,974,00 623-10035 1" REMOTE CONTROL VALVE ASSEMBLY EA 20 $ 206,00 S 4,120.00 623-10036 POP-UP SPRAY SPRINKLER ASSEMBLY EA 230 $ 15.10 $ 3,473.00 623-10037 POP-UP ROTOR SPRINKLER ASSEMBLY EA 91 $ 48.90 $ 4,449.90 623-10038 1" DRIP REMOTE CONTROL VALVE ASSEMBLY EA 17 $ 332.00 $ 5,644.00 623-10039 DRI P 20N E CONTROL VALVE ASSEMBLY EA 31 $ 142.00 $ 4,402.00 623-LOD40 DRIP FLUSH CAP ASSEMBLY EA 46 $ 47.06 $ 2,164.76 623-10D41 DRIP EMITTER ASSEMBLY EA 6,970 $ 2.49 $ 17,355.30 623-10D42 ROOT WATERING SYSTEM BUBBLER ASSEMBLY EA 72 $ 50.66 $ 3,64752 623-10043 STREAM BUBBLER ASSEMBLY EA 146 $ 17.15 $ 2,503.90 623-100" IRRIGATION CONTROLLER ASSEMBLY (FORT COLLINS SYSTEM - PEDESTAL MOON EA 6 $ 2,471.00 $ 14,826.00 623-10045 RAIN/FREEZE SENSOR ASSEMBLY EA 6 $ 203.00 $ 1,218.00 623-10046 IRRIGATION CONTROLLER ASSEMBLY(CSU SYSTEM- PEDESTAL MOUNTED) EA 2 $ 18,534.00 $ 37,068.00 623-10047 PRECAST IRRIGATION JUNCTION BOX ASSEMBLY EA 1 $ 1,275.00 $ 1,275.00 623-10048 FLOW SENSOR COMMUNICATION CABLE LF 2,120 $ 1.43 $ 3,031.60 623-10M9 CONTROL WIRE 24 VOLT, DIRECT BURY LF 52,900 $ 0.20 $ 10,590.D0 623-10050 TRACING WIRE, DIRECT BURY LF 8,300 $ 0.27 $ 2,243.D0 623-10051 IRRIGATION DEMOLITION LS 7 $ 4,635.00 $ 32,445.00 625-00000 CONSTRUCTION SURVEYING LS 1 $ 256,460.00 $ 256,460.00 626-00000 MOBILIZATION LS 1 $ 2,322,725.00 $ 2,322,725.00 626-00200 PUBLIC INFORMATION OFFICER IS 1 $ 259,600.00 $ 259,600.00 626-00300 SYSTEM SAFETY ANDSECUR17Y MANAGER DAY 390 $ 514.40 $ 200,616.00 627-00008 LATEX PAVEMENT MARKINGS SF 36,947 $ 1,96 $ 72,416.12 627-00070 PREFORMED THERMOPLASTIC PAVEMENT MARKING SF 2,303 $ 16.33 $ 37,60799 630-50000 CONSTRUCTION TRAFFIC CONTROL LS 1 $ 731,300.O0 $ 731,300.00 633-00001 HARMONY STATION SHELTER, ICON AND ID BEACON LS 1 $ 285,000.00 $ 285,000.00 633-00002 TROUTMAN STATION SHELTER, ICON AND 10 BEACON LS 1 $ 334,000.00 $ 334.000.00 633-00003 XORSETOOTH STATION SHELTER, ICON AND ID BEACON LS 1 $ 285,000.00 $ 295,000.00 633-00004 SWALLOW STOP SHELTERS, ICON AND ID BEACON (SHELTER PAIRS) LS 1 $ 360,000.00 $ 360,000.00 633-00005 DRAKE STATION SHELTER, ICON AND ID BEACON LS 1 $ 330,000.00 1 $ 330,000.00 8 of 10 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 3 633-00006 BAY FARM STOP SHELTERS, ICON AND ID BEACON (SHELTER PAIRS) LS 1 $ 345,000.00 $ 345,000.00 633-00007 PROSPECT STATION SHELTER, [CONAND 2ID BEACONS (PROSPECT AND LAKE) LS 1 $ 324,000.00 $ 324,000.00 633-00008 UNIVERSITY STATION SHELTER, ICON AND ID BEACON LS 1 $ 314,000.00 $ 314,000.00 633-00009 LAUREL STOP SHELTERS AND ICON (SHELTER PAIRS) LS 1 $ 366,000.00 $ 366.000.00 633-00010 MULBERRY STOP SHELTERS AND ICON (SHELTER PAIRS) LS 1 $ 366,000.00 $ 366,000.00 633-00011 OLIVE STOP SHELTERS AND ICON (SHELTER PAIRS) LS 1 $ 340,000.00 s 340,000.00 633-00012 MOUNTAIN STOP SHELTERS AND ICON (SHELTER PAIRS) LS 1 $ 335,000.00 $ 335000.00 633-00013 DOWNTOWN TRANSIT CENTER SHELTER LS 1 $ 229,000.00 $ 229000.00 660-00000 TRENCHING LF 13,742 $ 4.36 $ 59,915.12 660-00001 CONTROLLED LOW STRENGTH MATERIAL CY 1,992 $ 109.90 $ 216,928.80 660-00002 DIRECTIONAL BORING LF 7,512 $ 7.62 $ 57,241.44 660-00003 2"HDPE SDRSl LF 30,316 $ 10.34 $ 313,467.44 660-00004 3" HOPE SDRil LF 7,512 $ 11.98 $ 89,993.76 660-00005 4"HOPE SDRil LF 7,512 $ 14.70 $ 110,426.40 660-00006 2" PVC SCH 40 LF 49,780 $ 2.18 $ 106,340.60 660-00007 3" PVC SCH 40 LF 12,582 $ 3.27 $ 41,143.14 660-00008 4" PVC SCH 40 LF 12,582 $ 4.36 $ 54,857.52 660-00009 1"GRC CONDUIT LF 2,700 $ 16.33 $ 44,091.00 660-00010 2"GRC CONDUIT LF 1,683 $ 19.60 $ 32,986.80 660-00011 3"GRC CONDUIT LF 421 $ 2T77 $ 11,691.17 660-00012 4"GRC CONDUIT LF 421 $ 32.67 $ 13,754.07 660-00013 36"X48" VAULT EA 56 $ 3,539.00 $ 198,184.00 660-00014 24" X 30" X 18" PULL BOX EA 7 $ 1,350.00 $ 9,450.00 660-00015 24" X 24" X 18" PULL BOX EA 18. $ 1,144.00 $ 20,592.00 660-00016 12" X 18" X 18" PULL BOX EA 37 $ 752.00 $ 27,824.00 660-00017 LAYER 3 ETHERNET SWITCH EA 9 $ 32,412.00 $ 291,708.00 660-00018 LAYER 2 ETHERNET SWITCH EA 21 $ 9,256.00 $ 194,376.00 560-00019 WIRELESS ACCESS POINTS EA 34 $ 1,900.00 $ 64,600.00 660-00020 EMERGENCY CALL BOX EA 21 $ 5,690.00 $ 319,490.00 660-00021 SURGE ARRESTERS EA 235 $ 201.45 $ 47.340.75 660-00022 FIBER PATCH PANEL (12CT) EA 19 $ 2,951.00 $ 56,069.00 660-00223 FIBER PATCH PANEL(48 CT) EA 2 $. 5,112.00 $ 10,224.00 660-00225 FIBER PATCH PANEL (48 CT DD) EA 2 $ 5,112.00 $ 10,224.00 660-00023 CAT 6 PATCH CABLES EA 235 $ 27.22 $ 6,396.70 660-00024 CAT 6 CABLES LF 7,600 $ 9.90 $ 74,480.00 660-00025 SYSTEMS INTEGRATION TESTING LS 1 $ 104,600.00 $ 104,600.00 560-00026 BACKBONE FIBER CABLE AND SPLICES LF 31,259 $ 6.53 $ 204,121.27 660.00027 DROP FIBER CABLE AND TERMINATION PANELS LF 6,364 $ 4.36 $ 2774704 660.00028 VARIABLE MESSAGE SIGNS EA 29 $ 24,918.00 $ 432,622:00 660-00029 PUBLIC ADDRESS AMPLIFIER AND SPEAKERS EA 19 $ 4,840.20 $ 91,963.80 660-00030 LCD DISPLAY AND DIGITAL SIGNAGE SYSTEM EA 21 $ 27,359.00 $ 574,539.00 9 of 10 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION ADDENDUM 3 660-00031 PUBLIC ADDRESS AMPLIFIER AND SPEAKERS(STC) EA 11 $ 752.00 $ 8,272.00 660-00032 REDUNDANCY FIREWALLS EA 2 $ 163,700.00 $ 327,400.00 660-00033 WIRELESS CONTROLLER AND SOFTWARE EA 1 $ 115,245.00 $ 115,145.00 700.70010 F/A 01 MINOR CONTRACT REVISIONS FA 1 $ 250,000.00 $ 250,000,00 700-70016 F/A 02 FUEL COSTADJUSTMENT FA 1 $ 3D,000.00 $ 30,000,00 700-70019 F/A 03 ASPHALT CEMENT COSTADIUSTMENT FA 1 $ 10,000.00 $ 10,000.00 700-70042 F/A 04 RAILROAD FLAGGING FA 1 $ 1,752,000,00 $ 1,752,000.00 700-70495 F/A 05 PARTNERING FA 1 $ 10,000.00 $�306,618.00 700-71000 F/A 06 FACILITY VIDEO SECURITY SYSTEM FA 1 $ 306,618.00 $ MSO OUTFALL JUNE FI AND MSO POND) LS $ 11 UNIVERSITY STATION (LSU RESPONSIBILITY) LS 1 454SL2�� �^l.l W =47rrMT Total Base Bid items s 311 Mo, g6-5. -1 In Words 1 �� ova ,r�,,uvtz; n Thtsw- Kyw: -ed 'VrO.. I Cij54+1,Q T;V 1 iNc `G� �-� T t„ me- DoUc r,g `tJ� This Bid is Submitted by: I hereby certify that this I ation is true and come o the best of my knowledge, 1% _ 77 Company: Concrete Express, Inc. Representative: Daniel P. O'Dea Title: Secretary Address 2027 W. Colfax Ave. Denver. CO 80204 Phone: (303)562-2000 Email: dodea@ceiconstructors.com Signature: Date, 10 of 10 CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BAT CONSTRUCTION MSO OUTFALL (LINE F1 AND MSO POND) CONTRACT ITEM NO. CONTRACT ITEM UNIT QUANTITY UNIT COST TOTAL COST 202-00019 REMOVAL OF INLET EA 3 $ S ).G �-- 202-00021 REMOVAL OF MANHOLE EA 1 $000II� 202-00035 REMOVAL OF PIPE LF 657 $ L 506-00224 RIPRAP(24 INCH) CY 55 $ 7 — 3 -)L � 506-00524 GROUTED BOULDER (24 INCH) CY 24 $ 't o— EL.. $ V ^ 601-01000 CONCRETE CLASS CY 2 $ �' (cn.n ` \va 603-01150 15 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 52 $ -J -- $ 603-0118S 181NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 202 $ 7� .- $ f L Q .�- 603-01245 24 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 424 $ K $ 2 lye 603-01305 30INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 619 $ !,7 $ 1 603-01365 361NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 694 $ 4b �` S 7 Iq 4 603-01485 481NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 10 $ ��-r $ �L ?dDC--; 603-01545 54 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 393 $ vaV 603-01605 601NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 711 5 $ 603-0230S 38%24 INCH REINFORCED CONCRETE PIPE ELLIPTICAL (COMPLETE IN PLACE) LF 36 $ 1 G $ 603-07480 481NCH REINFORCED CONCRETE PIPE (JACKED) LF 40 $ �45 i5 $ QS 603-50065 601NCH PLASTIC PIPE (SPECIAL) LF 46 $ $ q A 604-00305 INLET TYPE C (5 FOOT) EA 3 �'�� $ Tyr � Is 604-00310 INLET TYPE C (10 FOOT) EA 1 $ 604-16010 INLET TYPE 16 (10 FOOT) EA 1 $ G. $ 604-16515 INLET TYPE 16 (DOUBLE) (15 FOOT) EA 2 $ $ J 604-19110 INLETTYPE R L 5(10 FOOT) EA 3 rkC $ tnQ� CCS(:� $ 604-19115 INLETTYPE R L 5 (15 FOOT) EA 1 $ 5 604-19205 INLET TYPE R L 10 IS FOOT) EA 1 $ 1ta7© $ 604-20000 OUTLET STRUCTURE EA 1 60430005 MANHOLE SLAB BASE IS FOOT) EA 1 $ �'iiJJ $ 604-30010 MANHOLE SLAB BASE (10 FOOT) EA 6 $ 6G $ ;- , Qn �'Y1y�y 604-30015 MANHOLE SLAB BASE (15 FOOT) EA 30 $ L CRae© J!/ R/6}. $ 604-31015 MANHOLE BOX BASE (15 FOOT) EA 5 $ q+� i0//^`� $ 619-10625 621NCH WELDED STEEL PIPE (SPECIAL) (JACKED) LF 79 $ W $ MSO OUTFALL (LINE FS AND MSO POND) $ wc-• This Bid is Submitted by Company: lrY-S .(,,,NG. D Representative: pt/\ jJCI� 0 Title: '�0 Address 0 VJ. D a D Phone: 0 Email: I hereby certify that this Inf cation Is true and correct to the best of my knowledge Signature: Date: 1 of CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION AD/ALTERNATE 1 - MSO OUTFALL (These costs will not be included in the base bid) CONTRACT ITEM NO. CONTRACT ITEM UNIT QUANTITY UNIT COST TOTALCOST 202-00019 REMOVAL OF INLET EA 2 ^�. $ 1/r,� '— $ O� 202-00021 REMOVALOF MANHOLE EA 1. $ ISCDC?., $ Solna 202.00035 REMOVAL OF PIPE LF 650 $ W^ $ ` 0100 202-00500 REMOVAL OF PORTIONS OF PRESENT STRUCTURE EA 1 $ tQ Q(Sb $ (o OUP 202-04001 PLUG CULVERT EA 1 $ G.R.�.J $ 3 CC= 206-00065 STRUCTURE BACKFILL(FLOW-FILL) CY 308 $ y V $ 216-00045 SOIL RETENTION MAT (CELLULAR) SY 492 $ y $ 412-00600 CONCRETE PAVEMENT IS INCH) SY 34.00 $ — $ 412-00800 CONCRETE PAVEMENT(8 INCH) SY 272.00 506-00212 RIPRAP(12 INCH) CY 17 $ d✓ $ 506-00224 RIPRAP(24 INCH) CY 56 $ q G 506-00524 GROUTED BOULDER(24 INCH) CY 24 $''zUj 601-01000 CONCRETE CLASS CY 2 $ aa•�^ 603-01150 15 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 50 $ $ asik�" 603-01185 181NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 100 $ 7 V — $ 764= _ 603-01245 241NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 424 $ 6ky $ a*? W,42FCy 603-01305 301NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 692 $ Ifi $ / 4 6 - 603-01365 361NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 1,222 $ 169? + z C�„-- $ 603-01425 421NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 592 �}a�yvs „� 603-02305 38x24 INCH REINFORCED CONCRETE PIPE ELLIPTICAL (COMPLETE IN PLACE) LF 18 $ � $ iO ^ 603-05042 421NCH REINFORCED CONCRETE END SECTION EA 1 oca $ 1 b n 603-07360 361NCH REINFORCED CONCRETE PIPE (JACKED) LF 82 C $ 1 )L3 (DD© ^ 603-50045 421NCH PLASTIC PIPE (SPECIAL) LF 46 / D $ 1-10 604-00305 INLET TYPE C IS FOOT) EA 2 $ I.MD Is 604-00310 INLET TYPE C(10 FOOT) EA 1 $ 1 000— $ i 604-16010 INLET TYPE 16(10 FOOT) EA 1 $ uADC $ QQ 604-16515 INLET TYPE 16 (DOUBLE) (15 FOOT) EA 2 $ 7 18e� $ 15�am� 604-19110 INLETTYPERLS(10FOCT) EA 3 $ 604-19115 INLETTYPE R LS (15 FOOT) EA 1 $ / $a7l)<90 604-19205 INLETTYPE R L 10 (5 FOOT) EA 604-20000 OUTLET STRUCTURE EA 1 &t=>1 $ $.615 604-30010 MANHOLE SLAB BASE(10 FOOT) EA 5 $3'� 604-30015 MANHOLE SLAB BASE (15 FOOT) EA 9 $ $ �(f q. 604-31015 MANHOLE BOX BASE (15 FOOT) TOTAL AD\ALT MSO OUTFALL This Bid is Submitted by: (� �L^ _ Company: C,0f% M+e_ (rr f+Qi�S.7 i�1C- 0 Representative: Vert C70 CKA a 0 Title: Address 0 I hereby certify that th ormati0n isl rue and correct t he best of my knowled Signature: Date: IIJi -1<Soo aai7 4.ve. ,R, ,, co Cnd as y 1 of CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION UNIVERSITY STATION (CSU RESPONSIBILITY) CONTRACT ITEM NO. CONTRACT ITEM UNIT QUANTITY UNIT COST TOTAL COST 202-00200 REMOVAL OF SIDEWALK SY 29 $L.- 202-00203 REMOVAL OF CURB& GUTTER LF 484 S 202-00220 REMOVAL OF ASPHALT MAT Sy 1,153 $ C7r 608-00006 CONCRETE SIDEWALK 161NCHI SY 947 S 608-00010 CONCRETE CURB RAMP SY 17 $ TOTAL UNIVERSITY STATION (CSU RESPONSIBILITY) $ _ This Bid is Submitted by: Company: Representative: Title: Address Phone: Email: I hereby certify that this in ration is true and correct e best of my knowledge Signature: V Date: l of CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION AD/ALTERNATE 1 • MSO OUTFALL )These costs will not be Included in the base bid) Phone: _ 0 Email: 0 d04eC C,pl Gplljf�'UGd`cFS 2 of CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT BRT CONSTRUCTION AD/ALTERNATE Z - STC VMS SIGNS (These costs will not be included in the base bid) CONTRACT ITEM NO. CONTRACT ITEM UNIT QUANTITY UNIT C05T TOTALCOST 660-00028 VARIABLE MESSAGE SIGNS EA 8 $ � ) _+ v $ cme _ Total Base Bid items 5 7a Q -- PLEASE NOTE: An electronic copy of the Bid Schedule has been uploaded as a separate Microsoft Excel file. 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: XFrni o Mcri t- - Ii/1 9/1 Printed Date President Title Exp, License Nu r (If Applicablle) Q al - if Bid is b `�or ration) Attest: 4�� Daniel P. O'Dea O= Z Secretary U Address 2027 W. Colfax Ave. * CORPORATE SEAL Denver, CO 80204 Telephone (303) 562-2000 9TF OF C0�-OAP Email dodea@ceiconstructors.com com CITY OF FORT COLLINS MAX BUS RAPID TRANSIT PROJECT AD/ALT3 DOWNTOWN RAILROAD WORK (These costs will not be Included in base bid) CONTRACT REM NO, CONTRACT REM UNIT QUANTITY UNIT COST TOTALCOST 202-00220 REMOVAL OF ASPHALT MAT SY 11,833 — $ 206-00100 STRUCTURE BACKFILL(CLASS 1) CY 360 �L `-- $ -7 G� 403-00721 HOT MIX ASPHALT (PATCHING) (ASPHALT) SY 1,872 TO $ �Inur 603-01150 151NCH REIFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 12 O i 5 15) 604-19001 INLET SPECIAL(INLINE DRAIN) EA 10 S "W ©mG- 504-19002 INLET SPECIAL (DRAIN BASIN)(S FOOT) EA 6 QQO 5 604-19003 INLET SPECIAL (DRAIN BASIN)(10 FOOT) EA 3 050 S r- 604-00310 INLETTYPE C(1OFOOT) EA ( 2 0__ 5 604-90000 CLEANOUT EA 4(cigrp9 $ 605-00120 121NCH PERFORATED PIPE (UNDERDRAIN) LF 3,759 S 609-21010 CURB & GUTTER TYPE 2 (SECTION IB) LF 3,889.00 ' $ )^7 9 - Total Ad-ALT Downtown Railroad Work Items $ L f A� In Words q,,,r rW,,,c1 lIk !, Fen- rie5WE5 4 , R1J�A W -C el %e Ori, This Bid Is Submitted by: (��, Company: Ca�G•S,7S L/ S, C. Representative: Lys Title: Address Phone: - Email: * [3[Epps ,,, /� Q.w 4.G�... VY4# I hereby certify that this information Is true and correct to the best of my knowledge Signature. Date: v 1 of1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Concrete Express, Inc. as Principal, and*as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $*?or the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 7332 MAX Project. 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 aw-9 dull claims hereunder shall, in no event, exceed the penal amountcfthis obligation ads . herein stated. '- The Surety, for value received, hereby stipulates and agrees that the,obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transalt business in the State of Colorado and be accepted by the OWNER. * Travelers Casualty and Surety Company of America ** Five Percent of Amount Bid (5%) COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATE OF PROPOSED Project No.: Mason Corridor Max BRT (Bid N7332 ) UNDERUTILIZED DBE (UDBE) Project Code(SA#): n/a Location: Fort Collins, CO Form#; 2 of 6 PARTICIPATION PrimeContractor -Send completed/signed form to the Business Programs Office (instructions on second page). The "Eligible UDBE Amounts" submitted on this form must equal or exceed the commits iris) documented on the CDOT Form 714 you submitted with your bid. For the complete list of certified DBE/UDBE fines and their DBE work codes go to http:/twww.dotstate.co.us/app_ucpi NOTE: See 49 CFR part 26.55, and the `OBE - Definitions and Requirements" in the Standard Speo'al Provisions, for further information concerning counting DBE participation of truckers, subcontractors, suppliers and service providers toward the project's UDBE goal. - PART 1a - TRUCKING CONTRACT If the UDBE is being used as a trucker for one or more 9rucking" DBE work codes (25500, 25505 etc.) then: ACTUAL UDBE AMOUNT = Actual contract amount for the transportation services provided by the UDBE firm and any UDBE lessees. ELIGIBLE UDBE TRUCKING AMOUNT= [ (ACTUAL UDBE AMOUNT) — (Any non-UDBE lessee amounts In this contract)' I ' For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal is given only for the broker fees or commissions the UDBE trucker receives for arranging the transportations services, because the services themselves are being performed by non-UDBEs. NAME OF UDBE FIRM, CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE TRUCKfNG AMOUNT $. DBE WORK CODE -NUMBERS) THIS UDBE IS BEING USED FOR: Complete list of work codes is hap.7/v at wdotsfate.00.Usrapp_ucp/ PART 1b -SUBCONTRACT _41AIVA I Ni , _ ELIGIBLE UDBE SUBCONTRACTAMOUNT = [(Actual UDBE contract amoun[ ->�+ mDB efip: amounts in this contract)` ` Work that a UDBE subcontracts to a lower filer. non=UDB= firm does not courif lop je prb"j�t UDElgoal NAME OF UDBE FIRM ' • CERTIFICATION 40 I O', TE . `ELIGIBLE UDBE SUBCONTRACT AMOUNT - Coloscapes Concrete Inc F746 '�.-. / �. 14 $ 721,�640.00 �d:^F1 DBE WORK CODE NUMBER(S) THIS UDBE IS BEINO�SE 1F0 P 2 S 1 t7 I Complete list o1 work codes is of http//www d07 _ e5'pp�t/app , t Z S-('YLU PART 1c -SUPPLY CONti&I TYA' Vt XA - If the supplier is a UDBE with ar`T pe d factures" for the ilem(s)j • ELIGIBLE UDBE S PPLY%AMOU � 1Ac h1 UDBE contract amount) X 100% If the supplier is a � E with a `7,yR8�.fie d of "Reeular Dealer" for the item(s): • ELIGIBLE UDB9SUPPLY. AMOUNT = [ (Actual UDBE contract amount) X 60%� NOTE: if the supplier is n UDXBBE with a Type' field of roker' for the ftem(s) use PART 1d —BROKER I SERVICE CONTRACT. NAME OF UDBE FIRM CERTIFICATION #' EXPIRATION DATE ELIGIBLE UDBESUPPLY AMOUNT $ DBE WORK CODE NUMBERS) THIS UDBE IS BEING USED FOR Complete list of work codes is of hfrp:/Aw. w.. dot.sta1e.co.us1app_ucp1 PART 1d --BROKER / SERVICE CONTRACT If Purchasing materials or supplies'ihrough a UDBE with a "Type" field of'Broker", count only the amount of brokerage commission - and/or delivery service fees included in the contract. Other examples of services to include in this section are bonding, brokering, consulting, security guards, and insurance etc. ELIGIBLE UDBE SERVICE FEE AMOUNT= Actual compensation retained by the UDBE brokeriagent for services rendered" ' The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the fee/commission is determined by COOT to be reasonable and not excessive as compared with fees customarily charged for similar services. -NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE J ELIGIBLE UDBESERVICEFEE AMOUNT $ DBE WORK CODE NUMBERS) THIS LOBE IS BEING USED FOR: Complete list of, work codes Is of hapl%www.dol.stefe.co.us/app ucpr Original — Business Programs Office Previous editions may not be used COOT Form 715 —'Page 1 of 2 1106 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of May 18 , 20 12, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name: Concrete Express, Inc. Address: 2027 West Colfax Avenue CO 80204 By: Title: Tr -c J ATTEST: By: 1 (SEAL) ExPI 4s. �w 0 2 * CORPORATE SEAL Travelers Casualty and Surety Company of America ONE TOWER SQUARE HARTFORppD, CT 06183 Title: Florietta Acosta, Attomey-in-Fact (SEAL) c WARNING' THIS POWER OF ATTORNEY IS RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company Fidelitv and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No. -)7-)9g l St. Paul Mercury Insurance Company Travelers Casualty and Surey Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 004661137 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire Lind Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota. that Farmington Casualty Company. Tra%clers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut. that United States Fidelity and Guaranty Company in a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelitv and Guaranty Insurance Underwriters. Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Conip:mies"). and that the Companies do hereby make, constitute and appoint J. R. Richards, Susan J. Lattarulo, DiLynn Guern, Kevin W. McMahon, Mark Sweigart, Florietta Acosta, Tiffany McGonigle, Donald E. Appleby, Gloria C. Blackburn, Sarah Brown, and Anne E. Hill of the C'its of Denver , State of Colorado , their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute. seal and acknowledge uny and all honds, recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaramecing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF. the ContpLye, ha\c caused this instrument to be signed and their corporate seals to be hereto affixed, this day of December Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 20th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United Stales Fidelity and Guaranty Company p NSUq � ,� \NN IMS � / •� INSUq N�tr 4r0 ,yp r�TY AIy � p�+�'4 G 4i P�'Gt f4`rP''.... O'L',+ 9`t 'TL �4e "✓� 4S p .Lv�'• ti A jCOMGONI,'S P:' T �� q 9 I Y Siip NraNPOflAiFa +'� �.! �i _ C..n %_w:c0Ae0Rr f', i r i �rOardN[p 1"... Y_ �o• W• � `^r 1696 ........,;, troxx. > SHELir o +r n� State of Connecticut City of Hartford ss. By: 4�A Georg ' Thompson. tr ice President 20th December 2011 On this the day of before me personally appeared Georgc W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company. Fidelitv and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul %lerCUry Insurance Company, Travelers Casualty and Suretv Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf ol'the corporations by himself as a duly authorized officer. p,TET In Witness Whereof, 1 hereunto set my hand and official seal �fl �' My Commission expires the 30th day of June, 2016. °UBU� ; Marie C. Tetreaull, Nntary Public 'V'*EC o 58440-6-11Printed in U.S.A. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelitv and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United Sates Fidelity and Guaranty Company, which resolutions are now in fill force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary: and it is FURTHER RESOLVED, that any bond. recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed ( under seal, it required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Companv may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of .executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile .seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned. Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF. 1 have hereunto set my hand and affixed the seals of said Companies this ISth day of M —Y _ , 20 12 . Kevin iughe i.�.i !':i !ar — � eJ>�Tv 1yC �L osfs ��ltY^�4_ .�AL/3 CONk o" 0 t895 7..��a� �di �� ��11r7 P Atn To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.tTavelershond.com. Please refer to the Attorney -In -Fact number. the above -named individuals and the details of the bond to which the power is attached. OF ATTORNEY IS INVALID SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00420 CONTRACTOR MINIMUM QUALIFICATIONS AND STATEMENT OF BIDDER'S QUALIFICATIONS CONTRACTOR MINIMUM QUALIFICATIONS 1. The General Contractor for the Mason Corridor Project must have completed at least one (1) project(s) of similar size and complexity in the past five (5) years for the Mason Corridor portion of the project. The Superintendent for the Mason Corridor must have managed at least one (1) FTA and Transit related project(s) that include similar major amenities associated with the Michael Baker Jr. Inc construction plans within the last ten (10) years. Contractor shall provide agency/municipal contact information for project qualifying experience. Verification of experience shall be a condition precedent to award of this contract. 2. The Project Manager must have been involved in at least two (2) FTA and Transit related project within the last ten (10) years with similar project amenities. Contractor must provide for the Project Manager current agency/municipal contact information for project qualifying experience. Verification of experience will be a condition precedent to award of this contract. 3. Contractor must hold the appropriate State and/or local licenses to perform the work in the local jurisdiction. 4. A Superintendent must be designated for the MAX Mason Corridor. STATEMENT OF BIDDER'S QUALIFICATIONS As part of the bid submittal, Contractors must provide a statement of qualifications that addresses the following. This shall include a letter signed by a person in responsible charge of the company verifying similar experience to that of the Mason Corridor MAX BRT. The statement of qualifications shall be provided as the first document of the bid proposal, inside a bound and sealed bid envelope, but as a separate document from the bid proposal. All questions must be answered and information provided as requested. The information given must be clear, concise and comprehensive. 1. Name of Bidder including permanent address and date business was organization. Include information on corporation status, and where business is incorporated. 2. How long your company has been engaged in the contracting business under your present firm or trade name. 3. General Contractor license number, class, location obtained relative to the project. 4. Banking reference with name and contact information. 5. Available credit limits. 6. Are any lawsuits pending against you or your firm in the Region at this time? If yes, please detail. 7. Willingness to provide a detailed financial statement for the company. 8. List of any defaulted contracts or debarments specifically with government agencies. 9. What are the limits of your public liability? Who is the insurance provider? 10. List limits of bonding and provider, as well as current value of bonded projects in the Region and United States. 11. Provide detailed resumes for key personnel assigned to this project including the Project Manager, Site Superintendent for the MAX Mason Corridor, associated Foreman's, Public Information Officer and Safety and Security Manager. Include specific involvement with the FTA for each. 12. Provide background and experience of principal members of your organization including officers that have been involved in projects of similar complexities and scope of services. 13. Contracts currently in the Region, contract amounts for each and anticipated dates of completion. 14. Provide a current project back -log list with project budgets in the Region or surrounding states and staff availability to complete the project according to the contract time allowed. 15. Do you anticipate subcontracting work under this contract and if so, what percent of the total contract, for what portions of the project, and how long have you worked with these subcontractors. 16. List of major relevant equipment available for this contract. 17. Describe your firms approach to working with the Engineer/Architect and the Owner during preconstruction, estimating, change order and construction. 18. In a brief statement, describe your understanding of the scope of work and your company's value added philosophy. (2-page maximum) 19. Describe your understanding of Federal Transit Administration Construction Assistance grants. 20. What is your experience with Partnering? What types of projects included Partnering, what was the project amount and what were number of participants? 21. List 3 projects of similar complexities to this project recently completed by your company involving FTA grants, transit, and system components, stating the approximate cost of each, and the month and year completed, location, and type of construction. Provide two current agency contacts and phone numbers for each project. 21 a. Of the projects listed above, where you able to meet the initial fixed budget for each? If not, explain why major change orders were required, who initiated the change order and what the value of the change orders were. 22. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at n Al W this l 9+h day of MaAA 20J-1 Name of Bidde �h Pr�SSt c.. By: Title: Daniel P. O'Dea Secretary SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 5% of the contract. You may attach a separate sheet. ITEM (%* c a 1 CcyZ, C�•��tvc�'�ca�l SUBCONTRACTOR 5tvr an G`lec4t-is V-b6l( ��� Go(ac�da Tcv�+'`c cdc-) lac Cowl CA 1 -ence A�,�, 6w., is so t\ Susye� I`,R4 Red 6�V4*q- s COLORADO DEPARTMENT OF TRANSPORTATION Project No.: BIDDERS LIST DATA and UNDERUTILIZED DBE (UDBE) BID CONDITIONS ASSURANCE Location: 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 II. 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 CERTIFIED WORK ITEM(S) DESCRIPTION FIRM SUBMITTING BIDIQUOTE DBE FIRM? BEING USED.' ❑ Yes ❑ No 1. STURGEON ELECTRIC ❑ Yes ® No ELECTRICAL ® Maybe ❑ Yes ❑ No 2. CONNEL RESOURCES ❑ Yes ® No ASPHALT ® Maybe ❑ Yes ❑ No 3. ALPHA MILLING ❑ Yes ® No ASPHALT MILLING Maybe ® ❑ Yes ❑ No 4. KOLBE STRIPING ❑ Yes ® No PAVEMENT MARKING ® Maybe ❑ Yes ❑ No 5. BT TRENCHLESS ❑ Yes ® No PIPE BORING ® Maybe ❑ Yes ❑ No 6. UTI ❑ Yes ® No PIPE BORING ® Maybe ❑ Yes ❑ No 7. CRUZ CONSTRUCTION ❑ Yes ® No GUARDRAIL ® Maybe ❑ Yes ❑ No 8. ADARAND CONSTRUCTION ❑ Yes ® No GUARDRAIL ® Maybe ❑ Yes ❑ No 9. IDEAL FENCING ❑ Yes ® No GUARDRAIL ® Maybe ❑ Yes ❑ No 10. AFFORDABLE ROOTER ® Yes ❑ No POTHOLING ® Maybe Yes ❑ No 11. ROCKY MOUNTAIN REBAR ® Yes ❑ No REBAR INSTALLATION ® Maybe ❑ Yes ❑ No 12. MILE HIGH RODBUSTERS ® Yes ❑ No REBAR INSTALLATION ® Maybe 13. ROCKY MOUNTAIN ❑ Yes ❑ No REBAR INSTALLATION ❑ Yes ❑ No REINFORCEMENT ® Maybe Previous editions may not be used CDOT Form 714 Page 1 of 2 4/08 COLORADO DEPARTMENT OF TRANSPORTATION Project No.: MPX/BRT PROJECT #7332 BIDDERS LIST DATA and UNDERUTILIZED DBE (UDBE) BID CONDITIONS ASSURANCE Location: FORT COLLINS, CO 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 It. 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 CERTIFIED WORK ITEM(S) DESCRIPTION FIRM SUBMITTING BID/QUOTE DBE FIRM? BEING USED.' 1. NORTHERN COLORADO ® Yes ❑ No TRAFFIC CONTROL ❑ Yes ❑ No TRAFFIC CONTROL ® Maybe 2. ROCKY MOUNTAIN ®Yes ❑ No SEEDING ❑ Yes ❑ No HYDROSEED ® Maybe ❑ Yes ❑ No 3. LMS DRILLING ❑ Yes ❑ No CAISSON DRILLING ® Maybe ❑ Yes ❑ No 4. BAERREN CONSTRUCTION ❑ Yes Z No CAISSON DRILLING ® Maybe ❑ Yes ❑ No 5. UIT ❑ Yes ® No PIPE BORING - ® Maybe - 6. r ❑ Yes No sprees ❑ [ Yes Maybe ❑ No ❑ Yes ❑ No 7. ❑ Yes ❑ No ❑ Maybe ❑ Yes ❑ No 8. ❑ Yes ❑ No ❑ Maybe 9. ❑ Yes ❑ No ❑ Yes ❑ No - - - - ❑ Maybe 10. ❑ Yes ❑ No ❑ Yes ❑ No - - ❑ Maybe 11. ❑ Yes ❑ No ❑ Yes ❑ No ❑ Maybe - - - - - El Yes El No 12. El Yes ❑ No ❑ Maybe ❑ Yes ❑ No 13. ❑ Yes ❑ No ❑ Maybe Previous editions may not be used CDOT Form 714 Page 1 of 2 4108 .PART 2 — UD13E PARTICIPATInN SI IMMA tzV A) What is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that is eligible for counting toward contract goals? A = [ TOTAL FROM "'ELIGIBLE'! COLUMNS IN PART 1 ] A> $ 721, 640. 00 NOTE: Provide In actual subcontractor dollars and not prime contract prices. B) What is the total dollar value of proposed subcontracts that are eligible for counting towards contract goals from prior sheetatforms? B> $ 784 ,762. 00 C) What is -the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C> $ 1,506,402.00 C=,[A + B) D) What is the original contract bid total? D> $ 31, 390, 453 .27 E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E _ [(C + D) X 100 ] _ E> 4.6 3- 1 4 I I confirm that my company Is particlpating In this contract as documented in the PnV9, to$tltac en}(e) tin PART 1 of.th{s forth. Only the value of the work that my company Is actually perfortnlna elgc, to orm - - �i UDBE Flrtn Name: Coloscapes Concrete Inc r R,'j Date: OC UDBE Representative Signature and Title: f� f i P 9 « Lis PART 4 — PRIME • - my company has met the c goalswhas submitted a completed CDOT Forth 9718. • my company has accept a UDBE named above. • my company. as n Red E'of the contracted UDBE commitment. x. s rt • my compa�Iy has ensured_ 1 reposed UDBE has signed PART 3 of this form. • my company's use oitthe' o ed UDBE for the items of work listed above is a condition of the contract award. • my comp ann wiIIin�vite fh reposed UDBE to attend the preconstruction conference. • mycompanill not use a Substitute UDBE for the proposed UDBE's failure to perform under a fully executed subcontract, unless my company complies with the definitions and requirements section of the DBE Special Provisions. • I understand Ihat failure to comply with the informatlon shown on this form will be considered grounds for contract termination. I declare under penalty of perjury In the second degree, and any other applicable state or federal laws, that the statements made'on this document'are tiue and comolete to the best of my knnwlPar,e Prime Contractor Name: Concrete Express, Inc. Date: Officer Signature and Title: /sfJ�ei?�'�✓ Prime Contractor., 1. An officer of the contractor(s) must complete this form. 7. Retain a photocopy for your records. 2.'Include only DBE firms which meet the underutilized criteria in 8. Send original to: the contract goal specifiration for this project (i.e., UDBE firms). Colorado Department of Transportation 3. Complete only relevant section(s) for PART 1. Business Programs Office 4. Ensure that the proposed UDBE has signed PART 3 of this form. 4201 E. Arkansas Ave. 5. Complete ALL sections of PART 2 and PART 4. Denver, Colorado 80222 6. Submit a separate CDOT Form015 for EACH proposed UDBE. FAX: (303) 757-9019 Previous editions may not be used NAME OF FIRM CERTIFIED WORK ITEM(S) DESCRIPTION FIRM SUBMITTING BID/QUOTE DBE FIRM? BEING USED? LANDSCAPE/EROSION ❑ Yes ❑ No 14. GUILD ASSOCIATES ® Yes ❑ No CONTROL/IRRIGATION ® Maybe 15. URBAN FARMER El Yes ®No LANDSCAPE/EROSION ❑ Yes ❑ No CONTROUIRRIGATION ® Maybe Z Yes ❑ No 16. POWELL RESTORATION ® Yes ElNo EROSION CONTROL i ® Maybe 17. BELAY COMMUNICATIONS ® Yes ❑ No PUBLIC PUBLIC INFORMATION SERVICESTYes EJ El No Maybe 18. CONNECTIONS COMMICATIONS CONSULTING —Yes ®No PUBLIC PUBLIC INFORMATION SERVICES �® ❑ Yes Maybe ❑ No ❑ Yes ❑ No 19. KING SURVEYORS Imo❑ Yes ® No SURVEY ® Maybe � � ❑ No 20. Yes ❑ SEE NEXT PAGE FOR MORE El Yes No ❑ Maybe SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT 1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: % 2) Will your company's Underutilized DBE (UDBE) participation commitment meet the contract goal? ® Yes ❑ No 3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid committed to each. UDBE FIRM NAME CERTIFICATION COMMITTED % COMMITMENT NUMBER WORK ITEM(S) TOWARD DBE GOAL' + ' V 2. % 3. % 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 arior to 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: CONCRETE EXPRESS, INC. Date: Title: Daniel P. O'Dea, Company Officer Signature: Secretary Previous editions may not be used CDOT Form 714 Page 2 of 2 4/08 Name of firm submitting Bid/Quote Certified YDBE es firm? I No Work item(s) description Firm being z used? Yes No °� 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: % 2) Will your company's Underutilized DBE (UDBE) participation commitment meet the contract goal? ❑ Yes ❑ 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. � ° r Ct 2. C6[6ES 4 � .�t7 % 3. 4. io 5. 72> % 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 1. 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: � Date: s/ 1a- /la Officer Sign ure: W Title: Daniel P. O'Dea a Page 2 of 2 " Previous editions are obsolete and may not be used --' CDOT Form #714 4/OB NAME OF FIRM CERTIFIED WORK ITEM(S) DESCRIPTION FIRM SUBMITTING BID/QUOTE DBE FIRM? BEING USED? ❑ Yes ❑ No 14. ❑ Yes ❑ No ❑ Maybe ❑ Yes ❑ No 15. ❑ Yes ❑ No i ❑ Maybe ❑ Yes ❑ No 16. ❑ Yes ❑ No ❑ Maybe El Yes El No 17, El Yes ❑ No �❑ i ❑ Maybe Yes ❑ No 18. ❑ Yes ❑ No ❑ Maybe LJ Yes El No 19. ❑ Yes ❑ No ❑ Maybe ❑ Yes El No 20. ❑Yes [I No ❑ Maybe SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT 1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: % 2) Will your company's Underutilized DBE (UDBE) participation commitment meet the contract goal? ® Yes ❑ No 3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid committed to each. UDBE FIRM NAME CERTIFICATION NUMBER COMMITTED WORK ITEM(S) % COMMITMENT TOWARD DBE GOAL' 1. BELAY COMMUNICATIONS 8568 PUBLIC INFORMATION 7% 2. �dGV� Mph ( .� °i° -� 3. 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 prior to 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: CONCRETE EXPRESS, INC. Date: Company Officer Signature: Title: Daniel P. O'Dea,Secretary v Previous editions may not be used CDOT Form 714 Page 2 of 2 4108 Name of firm submitting Bid/Quote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes No 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: % 2) Will your company's Underutilized DBE (UDBE) participation commitment meet the contract goal? ❑ Yes ❑ 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. 2. % 3. % 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: _ �L Date: S / t 8$ 1 l JL G of Company Officer Sign ure: (AdeLmelea,,--� Title: Daniel P. O'Dea Q-CF02p; Page 2 of 2 '' Previous editions are obsolete and may not be used - uuu i rorm ana aiva COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. 3 ANTI -COLLUSION AFFIDAVIT LOCATION cC-0 I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contracior's firth or company name CONCRETE EXPRESS INC. By Date -- i 2027 W. Colfax Avenue Title Daniel P. ea Denver Colorado 80204 qAnrataa 2nd contractor's fine or company name. (If joint venture.) By Date Title r :�>>I L A:. d.. Sworn to before me this day of, �.� �. %� 20 Z_ • G' \�'� Public [Notary p Oornet ; PUCLIG :O\ sio ezD 5 ' O ��i,�^ •.•., .• 4 NOTE: This document must be signed in ink. yUIiUII IIII�����"' cooT Form aeuu 1102 Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100, 000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq .)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C.. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C.1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100.000 for each such expenditure or failure.] The Contractor, Concrete Express, Inc. certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to thi rtifica ion aVA110 closure, if any. G���E EXPRESS Signature of Contractor's Authorized Official O� 2 Daniel P. O'Dea, secretary CORPORATE Name and Title of Contractor's Authorized Official SEAL Date BUY AMERICA REQUIREMENTS -49 U.S.C. 5323Q) - 49 CFR Part 661 Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323g)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 CFR Part 661. Date Signe Company Name Concrete Express, Inc. Title BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661 A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors, Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Non -Compliance with 49 U.S. C. 5323Q)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1), but it may qualify for an exception pursuant to 49 U.S.C. 5323@(2)(B) or (j)(2)(D) and the regulations in 49 CFR 661.7. Date Signature Company Name Title N May 18, 2012 Mr. James O'Neill Director of Purchasing & Risk Management City of Fort Collins Purchasing Division 215 North Mason Street, 2nd Floor Fort Collins, Colorado, 80524 RE: Mason Corridor MAX BRT Statement of Qualifications -Bid No. 7332 Dear Mr. James O'Neill We are pleased to submit our statement of qualifications in regards to the Mason Corridor MAX BRT Project. Concrete Express, Inc. (CEI) is a long standing Colorado based full service heavy -civil contractor with over 25 years experience serving Denver and the Front Range. Our services include all forms of civil construction including wet and dry utilities, concrete paving and flatwork, structural concrete, earthwork, and bridges. We are well equipped to perform the proposed Bus Rapid Transit project within the project's limited construction window and we are familiar with both the site and the City of Fort Collins construction standards. Our firm offers innovative thinking, professional project management, experienced construction crews, and a full complement of necessary equipment to complete this project in a timely and efficient matter. We understand the importance of time sensitive projects such that in over 25 years CEI has never missed a deadline. We bring this Can- do attitude to each and every project. We look forward to building a strong working relationship with the City of Fort Collins and participating in the bid selection process for this important and exciting project. CEI would welcome the opportunity to sit down face to face to discuss our past experience and capabilities. Sincerely, Joseph M. O'Dea Vice President 2027 WEST COLFAX AVENUE I DENVER, COLORA00 80204 1 T: 303,562.2000 I F: 303,893.1949 Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 STATEMENT OF BIDDER'S QUALIFICATIONS: 1. Name of Bidder including permanent address and date business was organized. Include information on corporation status, and where business is incorporated. • Address: • Date of Incorporation: • State of Incorporation • Corporate Status: Concrete Express, Inc. 2027 West Colfax Ave. Denver, Colorado 80204 February 22, 1988 Colorado In Good Standing 2. How long your company has been engaged in the contracting business under your present firm or trade name. 25 years 3. General Contractor license number, class, location obtained relative to the project. *CEI is in process of obtaining all local licenses required.* License Directory As en-Pitkin County License Number Expiration Date Contractor's License - Concrete C006206 08/31/12 City of Aurora License Number Expiration Date General Business License 37505 12/31/12 R.O.W. Asphalt Paving 2011 575397 00 CL 01/01/13 R.O.W. Concrete 2011 575400 00 CL 01/01/13 R.O.W. Earthwork 2011 555425 00 CL 09/01/12 R.O.W. Trenching 2011 555422 00 CL 09/01/12 ROW Concrete Supervisor - Joseph O'Dea 1 2010 469417 00 SL 05/31/13 ROW Earthwork Supervisor - Andrew Blackford 2010 469422 00 SL 05/31/13 ROW Trenching Supervisor - Joseph O'Dea 2011 555416 00 SL 08/31/14 Cityof Arvada License Number Expiration Date General Municipal Contractor L01-0171 07/01/12 City of Boulder License Number Expiration Date Right of Way Contractors License LIC-0006479-28 07/07/12 Boulder County License Number Expiration Data Concrete Express, Inc. Page 2 qu Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Class M License CON-12-0002 01/06/15 City of Brighton License Number Expiration Date Class D Contractors License 2399 12/29/12 City of Centennial License Number Expiration Date Business License CEN-12-01964 06/30/12 City of Colorado Springs License Number Expiration Date Excavation 714755 06/30/12 Cement 713100 06/30/12 City of Commerce City License Number Expiration Date Right of Way Contractors License 101361 12/31/12 City & County of Denver License Number Expiration Date Building - Class A 13953 08/31/12 General Construction Supervisor - Class A 1013780 09/30/14 Water Service 233050 11/30/14 Water Service Supervisor - Joseph M O'Dea 1050677 12/31/13 R.O.W. Paving 232305 12/31/12 R.O.W. Excavator 90912 12/31/12 R.O.W. Sidewalk 233198 12/31/12 Demo B Contractor 17536 03/31/15 Demo B Supervisor 1015957 10/31/14 D-Drainla er Supervisor - Joseph M. O'Dea 1052685 03/31/15 City of Sheridan License Number Expiration Date Contractor's License 10-0036 03/31/12 City of Durango License Number Expiration Date Business License L20090256 12/31/12 Cityof GreeleyLicense Number Expiration Date Concrete and Paving Contractor License 21426 10/30/12 City of Greenwood Village License Number Expiration Date Level D - Concrete Contractor OL-12-01673 08/15/12 Cit of Lakewood License Number Expiration Date Municipal Contractor 7066 01/26/14 City of Westminster License Number Expiration Date D-Public Way Contractor 101231044 01/31/13 Concrete Express, Inc. 4UO Page 3 wwKALJU WeFAKImLNT OF TRANSPORTATION PrgjectNo.: Maeon Corridor Mar. BRT (Eid ,-,7332) CERTIFICATE OF PROPOSED UNDERUTILIZED DBE (UDBE) Project Code (SAN): n(a PARTICIPATION Location: Fort Collins, Co Forma: 3 of e 'Prime Contractor —'Send completed/signed form to the Business Programs Office (instructions on secondpage). The'Eligitile UDBE - Amounts' submitted on this form must equal or exceed the commitment(s) documented on the CDOT Form 714 you submitted with your w bid. For the m lete list of certified DBE/UDBE firms and their DBE work codes go to htt:l/www.dot tate.co.usla pp. uc / NOTE: See 49 CFR part 26.65 and the `DBE - Definitions and Requlrerrients" In the Standard Special Provisions, for further Information concerning counting DBE participation of truckers, subcontractors; suppliers and service providers toward the_pro)ect's LOBE boo]. ' PART 1a — TRUCKING cnNTRerT If the UDBE Is being used as a'iruckei for one or more "trucking` DBE work codes (25500, 25505 etc,) then: ACTUAL UDBE AMOUNT= Actual contract amount for the tmnsoortatlon sarvlces provided by the UDBE firm and any UDBE lessees. .ELIGIBLE UDBE TRUCKING AMOUNT E I (ACTUAL UDBE AMOUNT) — (Any non-UDBE lessoo amounts in this contract)' ' For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal Is given for the broker fees or,commisslons the UDBE trucker receives 'for arranging the trans nations services, because the services themselves are being performed by non-UDBEs. . NAME OF UDBE FIRM - - CERTIFICATION 0 EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT DBE WORKCODE NUMBERS) THIS UDBE IS BEING uSEO FOR: Complete list of work codes is of htrp.-IAwAv.dot.state.co us/epp u ,tcp/ „,`I "' a+ •)Q-7a1=11tiv1PIII I:7ANI ELIGIBLE UDBE SUBCONTRACT AMOUNT=:[(Actual UDBE contract amount)UDBE lower'ller emoants In this contracp" ' Work that a UDBE subconlrads to a lower tier non-UDBEfinn does not count toward the project UDBEgoal ;,-'. r NAME OF UDBE FIRM - ;CERTIFICATION p EXPIRATION DATE j'ELiriBLE U08ESUBLONTRACTAMOUNT Northern Color -ado Traffic Con 4 79 6 .. ._._... .._. 27/7013 $ 722, 320.00 DBE WORK CODE NUMBER(S) THIS UDBE IS BEINGComplete list of uvrlrcodes.Is at http:/Awiwdotstate:_co_:usleppw ucp/i;„ ,�6I 610 Tizkr-Rc e—ON TIZOL. f HR 1 :I C-JUYYLY GUN f RGCT't 'r ? If the supplier is a UDBE with a Typefield of , Manufacturer" for the Item(s): ` tY. xr ,;iz - ELIGIBLE UDBESUPPLYAMOUNT•�,[y(gctuatUDBE contract amount) X 100% ('.. � If the supplier is a UDBE _with a Type"' fietld of " Regular Dealer'.' for the Item(s): ELIGIBLE UDBE SUPPLY_ AMOUNvT = L (Actual UDBE contract amount) X 66. NOTE: If, the supplier Is e�U08E with a-Type',feld of rokor" for the Items) use PART 1d - BROKER I SERVICE CONTRACT. NAME OF UDBE FIRM CERTIFICATION it EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT 1 1 $ DBE WORK CODE NUMBERS) THIS UDBE IS BEING USED FOR: - - — - - Complete list 'ofwof.kcodeiis,othnp,-IAmw.crot.ataie7.co.ui/appucpI n/9C1111 fib 0 C1 Cd a 1:1=rm• Nof SAT/161 �sr.15 h i-MT If purchasing materiels or'suppll6s through a UDBE with a 'Type' field of'Bro_ket', count only the amount of brokerage commission endlor delivery service fees included in the contract. Other examples of services to include in this section are bonding, brokering, consulting, secuntyguards, end Insurance etc. ELIGIBLE UDBE SERVICE FEE AMOUNT = Actual compensation retained by the UDBE broketlagent for aervlces rendered' ' The amounts that count toward UDBE. goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the fee/commisslon is determinedby CDOT to be reasonable and not excessive as compared with fees . .. - ... .._ ._ ,...._... customarily char' ed for similar services: NAME OF. UDBE FIRM ' CERTIFICATION S FXPIRATION DATE • ELIGIBLE UOBE.SERVECE FEE AMOUNT I 1 $ DBE WORK CODE NUMBERS) THIS UDBE IS BEING USED FOR : COrrrPlete fisi of Wort codes Is at hapYhw v%dot sfere.cc, bs/app_ucp/ r •a •�-.,,,p,,r•p� "uyrems vile Previous editions may not be used CDQT Form 71b—Pagel of 2 1106 Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 City of Wheat Ride E License Number Expiration Date municipal Contractor Class A & B 1 19740 06/22/12 4. Banking reference with name and contact information. Bank of the West Account Manager: Reggie Fink Phone No. (303)202-5447 600 171h St., Suite 1500 Denver, Co 80202 S. Available credit limits. We currently have a Line of Credit of $3.5M along with about $3M available equipment financing. For the material suppliers we have $50k to $500k available for each material supplier we use. 6. Are any lawsuits pending against you or your firm in the Region at this time? Yes. If yes, please explain: Current Arbitration 1. D.R. Horton, Inc. — Denver v. A & A Construction Services, LLC, et al - This is an alleged multifamily residential construction defect lawsuit in which all subcontractors who performed work on site were sued. CEI's defense is that its work is not defective. Arbitration hearing is ongoing. (Windermere) 2. D.R. Horton, Inc. — Denver v. Arbor Contract Carpet, Inc. et al - This is an alleged multifamily residential construction defect lawsuit in which all subcontractors who performed work on site were sued. CEI's defense is that its work is not defective. Discovery is ongoing for arbitration. (The Landings) 3. D.R. Horton, Inc. — Denver— dba Trimark Communities v. AAA Waterproofing et al - This is an alleged multifamily residential construction defect lawsuit in which all subcontractors who performed work on site were sued. CEI's defense is that its work is not defective. Mediation is ongoing. (Skyline) 4. D.R. Horton, Inc. — Denver — v. Campbell Beard Roofing, Inc., et al - This is an alleged multifamily residential construction defect lawsuit in which all subcontractors who performed work on site were sued. CEI's defense is that its work is not defective. The parties have entered into a tolling agreement. (Stapleton Filing 8) 5. D.R. Horton, Inc. and D.R. Horton, Inc. — Denver v. Allied Insulation Co. of Colorado, et al — This is an alleged multifamily residential construction defect lawsuit in which all subcontractors who performed work on site were sued. CEI's defense is that its work is not defective. Discovery has not commenced. Current Litigation 1. Karalyn Narvaiz v. Concrete Express, Inc., et al — This is an alleged personal Concrete Express, Inc. Page 4 qu Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 injury lawsuit in which CEI was sued for injuries allegedly sustained in an automobile accident involving a CEI vehicle. Discovery is ongoing. 7. Willingness to provide a detailed financial statement for the company. Yes, CEI is willing to provide a detailed financial statement if requested 8. List of any defaulted contracts or debarments specifically with government agencies. None 9. What are the limits of your public liability? Who is the insurance provider? General Liability= $1,000,000/$2,000,000 Automobile= $1,000,000- Combined Single Limit Umbrella= $10,000,000 Worker's Compensation= Statutory Limits Employer's Liability=$1,000,000/$1,000,000/$1,000,000 Insurance Company: Zurich American Insurance Company 5445 DTC Pkwy, #1200 Englewood, CO 80111 Insurance Agent: Willis, Inc. of Colorado Account Manager: Patricia Reese or Shirley Theasmeyer Phone: (303)-765-1543 2000 South Colorado Blvd., Tower II, Suite 900 Denver, CO 80202 *See Bonding Prequalification Letter attached* 10. List limits of bonding and provider, as well as current value of bonded projects in the Region and United States. CEI's current bonding capacity is $50 million per project with an aggregate program of $100 million. Prnvirler- Concrete Express, Inc. Page 5 �\ Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Willis of Colorado, Inc. Account Manager: Anne Hill Phone: (303)765-1583 720 South Colorado Blvd., Suite 600 North Denver, CO 80246 *See attached letter from bonding agent, Willis of Colorado, Inc. Current value of bonded projects 11. Provide detailed resumes for key personnel assigned to this project including the Project Manager, Site Superintendent for the MAX Mason Corridor, associated Foreman's, Public Information Officer and Safety and Security Manager. Include specific involvement with the FTA for each. • Ryan Dickenson -PM • Eric Baerg/Tom Cole -Super • Belay Communication Amy Ford / Laurie Meza-PIO • Lawrence Fry -Safety/Security Manager • Allen Gardner- ECS 12. Provide background and experience of principal members of your organization including officers that have been involved in projects of similar complexities and scope of services. • Joe O'Dea • XErnie Meritt 13. Contracts currently in the Region, contract amounts for each and anticipated dates of completion. CEI - Contracts On Hand Scheduled Project Name Owner's Name, Address, & Phone No. % Complete. Contract Completion 5tz Amount Avalla Date Aspen-Pitkin County Airport Aspen-Pitkin County Airport, 0233 E. Airport Rd., E. 95% 10,850,000 Jul-12 PM J Concourse, 9, Suite A, Aspen, CO 81611 Karl PM-R) RTD Fed Ctr Station RTD, 1600 Blake St. Denver, 303-299-6946 99% 6,566,492 May-12 Dickei / And Blackf Jefferson Co. 100 Jefferson County Pkwy Golden, 303- PN W. Quincy to Kipling 0% Sep-12 Nat] 883-9010 Cor Concrete Express, Inc.` , Page 6 �' Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Arvada Ridge Miller St RR King Kipling Ridge Metro District, 1580 Lincoln, Suite 770, 50% 453,715 Jul-12 PM Ji Denver, CO 80203 Aco Ph US 6 Bridge Replacement over CDOT, 4201 E. Arkansas, Denver, CO 80222 99% 2,880,000 May-12 Natl Eagle River Cor Prairie Center Metropolitan Dist. #3 Prairie Creek Regional Pond & C/O Special District Management Services,inc. Ph 141 Union Blvd., Suite 150 0% 2,248,858 Sep-12 Natl ORegi Lakewood,CO 80228-1898 Cor Olde Wadsworth Bike & Ped Trail City of Arvada, 8101 Ralston Rd, Arvada, CO 80002 98% 1,109,960 Jun-12 PM-J Karl Potomac/Mississippi St. City of Aurora, 15151 E. Alameda Pkwy, Aurora, CO 75% 503,498 Jun-12 PM- I Intersection 80012 Mikl Cherryvale Railroad Crossing CDOT, 4201 E. Arkansas, Denver, CO 80222 27% 17,034,896 Sep-13 PM Karl 14. Provide a current project back -log list with project budgets in the Region or surrounding states and staff availability to complete the project according to the contract time allowed. See Contract on Hand in question Number 13. 15. Do you anticipate subcontracting work under this contract and if so, what percent of the total contract, for what portions of the project, and how long have you worked with these subcontractors. Anticipated Subcontractor's for Mason Corridor- MAX BRT Project Scope of Work to be Subcontracted % of Total Contract Amount Experience with Subcontractor Asphalt Milling 0.07% CEI will Solicit cast estimates from qualified subcontractors & suppliers, only careful review of each subcontractors scope, qualifications will a contractor selected. CEI has extensive experience with several qualified subcontractors each work category Asphalt Paving 0.5% See Above Pavement Marking 0.35% See Above Signage 0.01% See Above Traffic Control 1.4% See Above Public Information 0.7% See Above shoring 0.34% See Above Electrical / ITS 19.8% See Above Quality Control/ Assurance Testing 0.7% See Above Landscape / Seeding / Irrigation 2.7% See Above survey 0.72% See Above Concrete Express, Inc. Page 7 Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Retaining Walls 2.5% See Above Pipe Jacking 0.11% See Above Guardrail / Fencing 2% See Above 16. List of major relevant equipment available for this contract. Heavy Truck Fleet CEI-MAJOR EQUIPMENT LISTING Light & Medium Duty Truck Fleet 16 TRACTOR TRUCKS 67 1/2 - 2 TON TRUCKS 21 TRACTOR TRAILER SIDE DUMPS 5 4,000 GALLON WATER TRUCKS 2 50 TON LOWBOYS 1 2,000 GALLON WATER TRUCK 1 90 TON LOWBOY 2 2,000 GALLON FUEL & LUBE TRUCKS 1 48' TILT DECK LOWBOY 3 FIELD SERVICE TRUCKS 5 FLATBED TRAILERS 1 POT -HOLING VAC TRUCK Heavy Equipment 615C CAT SCRAPER 1 PC200 KOMATSU EXCAVATOR 1 PC400 KOMATSU EXCAVATOR 1 CAT 330CL EXCAVATOR 2 CAT 345BL EXCAVATORS 1 CAT 307 EXCAVATOR 1 DEERE 450C EXCAVATOR 1 DEERE 160C EXCAVATOR 7 CAT 938G LOADERS 1 CAT 966H LOADER 5 420D CAT BACKHOES CAR D5C DOZER CAT CH75 CHALLENGER CAT 140H MOTOR GRADERS DEERE 770D MOTOR GRADER DEERE 772D MOTOR GRADER Concrete Express, Inc. Page 8 Crane 30 TON GROVE CRANE 75 TON TEREX CRANE LIEBHERR TOWER CRANES Paver 2 5700B POWER CURBER 1 8700 POWER CURBER 1 ALLEN ACP 14'-36' SFP CONCRETE PAVER 1 BIDWELL BRIDGE DECK MACHINE 1 GOMACO TINING MACHINE Compactors 1 REX COMPACTOR 3 CAT 323C COMPACTORS 2 CAT 433C COMPACTORS 1 CAT 563E COMPACTOR 1 CAT 815F COMPACTOR Other Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 1 CAT 246A SKIDSTEERS 1 ROME 7RCH-16 DISK 4 CAT 246B SKIDSTEERS 1 TATU 16 PLATE DISC 5 FORKLIFTS 1 8,000 GALLON VOLVO A40D WATER WAGON 1 JLG 60' MANLIFT updated 2/1/11 1 JLG 25' ROUGH TERRAIN SCISSOR LIFT 1 GRADALL XL3300 17. Describe your firms approach to working with the Engineer/Architect and the Owner during preconstruction, estimating, change order and construction. CEI's Communication Approach Provide Detail Organizational Chart: The CEI Project Management Team is organized in such a way to achieve all the stated project objectives and goals, from managerial, technical, oversight, and decision -making perspective. Listed below is a brief description of roles and responsibilities for each key team member. A detailed organizational chart will be developed once under contract Project Manager -Ryan Dickenson, CEI Project Engineer -Matt Brenkle, CEI General Supervisor- Tom Cole, CEI Designated Site Superintendent for Project- Eric Baerg, CEI Project Information Officer- Belay, Co Amy Ford/Laurie Meza MAX BRT Estimator- Ron Green, Senior Estimator 2. Project Communication and Management processes.- The CEI delivery Team recognizes that the we cannot attain the project goals without sufficient, timely and accurate flow of information. The items addressed below identify what the item is, who is the primary contact, how the information moves and when it happens. CEI also recognizes that effective communication demands effective listening from District's perspective. a. Communication and Management Processes Goals & Objectives Concrete Express, Inc. Page 9 qu) Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Overview -The ultimate purpose of the project plan is to clearly define the CEI roles, responsibilities, procedures and processes that will result in the City of Fort Collins MAX BRT Project being managed such that it will complete: a. On -time b. Within budget, while maximizing improvements c. With a quality product d. In a safe manner, while minimizing inconvenience to the traveling public and affected residence and businesses The CEI Project Management Plan will address all phases of the project, and will ensure that the project will be managed continuously, not incrementally as the project progresses. 2. Information flow- The communication plan for the City of Fort Collins MAX BRT Project is broken into two sub -areas, Internal and External communication. External Communication: This project will have timely and meaningful exchange of information external to the project team that is critical to secure a positive commitment from stakeholders and the general public. As indicated in the table, that flow may be written, oral, formal or informal. Internal Communication: Effective internal communication is open, honest and efficient. 3. Project kick-off- CEI feels that the kick-off meeting is the best opportunity to energize the Project Team and establish a common purpose toward completing the City of Fort Collins MAX BRT Project. The meeting shall include: a. Overall Project presentation b. Establish a timeline and the team member expectations c. Explain the communication Plan d. Empower the team members & create teamwork e. Preconstruction communications: to discuss value engineering concepts 4. Project Status reporting & Tracking- CEI's reporting & tracking Concrete Express, Inc. Page 10 4 Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 system will collect, assess and maintain project status information and data that is timely, independent, and accurate. Our system will provide current information on project progress, changes, and issues. This information will be used to identify trends and forecast project performance and to identify and proactively address challenges to eliminate major project surprises. CEI will provide a central location for record keeping (Document Control System) for all project documents, including correspondence, drawings and specifications, cost estimates, construction documents, meeting minutes, as -built drawings, etc. The information received from each of the various agencies, designers and contractors will be recorded, coded, and filed in a system designed for safety and prompt retrieval of documents. A concurrent system will be developed to record documents electronically throughout the course of the project. For status reporting CEI will provide a monthly cost, schedule, and status report to City, monthly status meetings will be held with the project team. The meetings will review updated project cost, schedules, quality issues and other status items. Also to be discussed, would be any status issues and actions planned to mitigate any adverse impacts. Monthly meeting format: a. Executive Summary b. Highlight project activities and deliverables c. Action Items/Outstanding Issues d. Project Schedule e. Project Cost f. Project Quality g. Other Status Reports 5. Meeting management- Meeting management & meeting minutes are crucial to a projects success. CEI has a standard meeting format process that answers the following: a. When was the meeting b. Who attended Concrete Express, Inc. Page 11 Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 c. Who did not attend d. What topics were discussed e. Actions agreed upon f. Who is to complete the actions by when g. Were materials distributed h. Follow-up meeting schedule i. Tentative agenda for next meeting Minutes will be timely updated and distributed to required stakeholders, all document history will be filed under the City of Fort Collins MAX BRT Project meeting minutes folder. 6. Change request management- CEI recognizes that changes to the project scope, schedule, and resources may occur. The source of these changes may be internal or external initiated. The following defines the plan this team will use to manage change. Types of change that can be anticipated on this project: a. Scope Creep b. Staff changes c. Schedule Changes d. Changes in deliverables e. Technical Change f. Process/Policy change Step-by-step process to manage change g. Identify source and nature of change h. Analyze the effects of change i. Develop a response/action plan j. Communicate strategy & gain endorsement k. Implement change plan and monitor the effects I. Develop and apply a change management record- to document, track, and measure the impact of the change 7. Submittal/Approval Management- Submittals are submitted and tracked from the original transmittal until they are completely approved by the design & City professional. Standard forms will be used for all documents. The Team will provide original, Concrete Express, Inc. Page 12 14 Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 anticipated, and final approval dates. All design and construction deliverables, document & data approvals will follow the contract requirements. 8. Issue tracking- Communications between the Project Team will pass through a single point of contact. These communications are formalized in a Request for Information (RFI) process. CEI has developed a system to track the flow of information. Each RFI is given a unique numeric identifier in a database, and its status is updated on the project's restricted access web site and followed to make sure that a response is generated. CEI will create a log of all questions and answers to all Requests for Information as well as the time duration to get resolution on an issue. 9. Schedule & Budget Management - a. Schedule Management- The successful execution of any construction project requires hands-on experience in efficiently managing concurrent activities and effectively integrating all project disciplines. Concrete Express uses a careful scheduling process to acknowledge or remove restraints for the sequence of activities. Significant effort will be put into developing a detailed and realistic schedule during the proposal process. Effective scheduling allows for efficient sequencing of the project activities. Important items that will be included are: permitting activities, design review and approval cycles, procurement, seasonal construction restrictions, and other items that impact the progression of construction. The Project Manager will oversee the maintenance of the construction schedule on Primavera P6 or Microsoft Project and provide City and all necessary stakeholders with monthly updated schedules. b. Budget Management- Understanding that controlling construction cost is essential to a project's success, CEI 's experienced personnel will prepare a detailed schedule of values in conjunction with the project schedule to assure City's accounting controls are in place, this will also tie payments to work completed. Concrete Express, Inc. Page 13 PART 2 — UDBE PARTICIPATInN AHUMeRv A) What is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that Is eligible for counting toward contract goals? A =:( TOTAL FROM "ELIGIBLE" COLUMNS IN PART 1 J A> $ 722,220.00 NOTE: Provide in actual subcontractor dollars and not prime contract prices. B) Whet is the total dollar value of proposed subcontracts that are eligible for counting towards contract goals from prior sheets/forms? B> $ 1,506,402.00 .. C) What is the accumulative value of proposedsuticontracts that are eligible for counting towardscontract .. goalsaccumulative C> $ 2, 228, 922.00 CpJA + BJ D) What is the original contract bid total? D> $ 31,390,452.27 E) What is the accumulative percent of contract bid lotalsubcontracted to all underutilized DBEs? Ea((C:+ D) X100J .. E> 7.1 %. PART-3 - UDBE.CONFIRMATION < d t l , I confirm that my company Is Participating In this contract as documented In the Prime Contractor's commltment(s) n PART 1 of this form. Only the value of the work that my company Is actualiyoerfonmind Is boing counted on this form. UDBE Flan Name: Northern Colorado Traffic Control; ° tM .. .Date: UDBERepresentativa Signature end Tide: btidG lt %�rr,!!l/1G�JL PART 4 - PRIME CONTRACTOR CERTIFICATION 'I certify that: .. 7 . .,,��.r' - • my company has metthe contracted UDBE goalsor has submitted a completed CDOT Form #718. • my company has scceptgii a proposal;homithe UDBE named above. • my company,has noti1, 1fied the:propoa'WWBE of the:contracted UDBE commitment. • my company ties ensured that the proposed UDBE has signed,PART 3 of this form. • my company's use of the proposed�UDBE for the items of work listed above is a condition of the contract award. • my company;will my to the proposed UDBE to attend the preconstruction conference. • my company will'not use asubstitute UDBE for the proposed UDBE's failure to perform under a fully executed subcontract, unless my company complies with the,definitions and requirements section of the DBE Special Provisions. • I understand that fallure.to comply,withtlie Information shown on this form will be considered grounds for contract termination, I declare under penalty of perjury In the second degree, and. any other applicable state or federal laws, that the statements made on this document are true and complete to.thebest of my knowledge. Prime Contractor. Name: Concrete Express Inc. Date: Officer Signature and Title: FORM.INSTRU( Prime Contractor. 1. An officer of the 2. Include only DBI 3. Cor 4. Ens 5, Con 6. SUE must complete this form, meet the underutilized criteria in for this project (i.e., UDBE firms), n(s) for PART 1: BE has signed PART -3 of this forth, RT 2,and PART 4, rn #715 for EACH proposed UDBE. 7..ReWin a photocopy for your records. B. Send original to: Colorado Department of Transportation Business Programs Office 4201 �E. Arkansas Ave. Denver, Colorado 80222 FAX: (303) 757-901 P Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Process flow for managing the MAX BRT Project Schedule/Budget: c. Update schedule/budget with current information d. Review schedule/budget and project to look for trouble signs e. Determine how to resolve any schedule/budget problems or risks f. Update schedule/budget to accurately reflect the work to complete the project g. Validate critical path to understand schedule/budget drivers h. Communicate any schedule/budget risk 10. Project closure- Punch lists are created by the City. Affected agencies shall be invited by CEI to attend walks of the work to include items on the punch list. Once the punch list items are recorded into the City's Project Acceptance database all sub- contractor and/or CEI will signs off when the item is completed and then the Quality inspector provides for final approval. Communication Plan Approval- CEI understands that effective communication is the key element to any successful project, that is why we will make sure City, BNSF, Utility Company's and all other project stakeholders buy into the Communication Plan. The plan will be prepared & submitted for the City comments and approval. 18. In a brief statement, describe your understanding of the scope of work and your company's value added philosophy. (2-page maximum) Project Understanding: The MAX Bus Rapid Transit project is a proposed north -south BRT system in the central core of the City of Fort Collins, Colorado. The project corridor extends from Cherry Street on the north, to approximately'/4 mile south of Harmony Road, with a total length of 5 miles. 2.8 miles of the project will be in a exclusive guidway, with the remaining 2.2 miles intermixed with street traffic on portions of McClelland Drive and Mason Street. Concrete Express, Inc. Page 14 la Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Project Goals: - Meet or beat schedule to have substantial completion by January 1,2014 - Minimize inconvenience to the traveling public including pedestrian traffic and all adjacent business. - Meet all Federal Transit Administration requirements, including Davis - Bacon Wages and Disadvantaged Business Enterprise DBE goal of 11 % - Provide a quality product within the project budget - Provide successful public outreach and strategic communication - Present Effective Coordination with Stakeholders: BNSF, Utility companies, Artist, South Transit Center and various concurrent construction project thought the corridor The following is our understanding of the various project components: - Provide a bus -only guideway located between the South Transit Center and Horsetooth Road, and between West Drake Road and University Avenue. The new guidway construction will include concrete pavement and a combination of type 3 W-Beam guardrail and type 7 guardrail. - McClelland Drive will be milled and overlay with HMA from Horsetooth Road and West Drake Road for intermixed bus and street traffic. - Two-way conversion of North Mason Street from one-way street will include a proposed curb which parallels the BNSF tracks on both east & west sides. - New BRT stations shelters at 13 locations (Harmony, Troutman, Horsetooth, Swallow, Drake, Bay Farm, Prospect, University, Laurel, Mulberry, Olive, Mountain and the Downtown Transit Center station). - Curb -side stops at Mountain Ave., Olive Street, Mulberry Street, Laurel Street and Swallow Road. These locations will have northbound stops to the east and southbound stops to the west, for a total of 10 stops. - BRT station/stop will include canopies, lighting, as well as information to the BRT riders. Landscaping will also be included - Intersection enhancements, include enhanced signalization operations, signal coordination, enhanced concrete crosswalks and safety enhancements at railroad crossing locations. - Project will require extensive utility coordination - Installation of the MIS fiber backbone for the City of Fort Collins as well as BNSF - Provide a full time public information officer Concrete Express, Inc. Page 15 qu) Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 - Develop dewatering plans for 6 specific locations (Mail Creek, Mercer Ditch, Sherwood Lateral, Larimer County canal #2, MSO Pond and the Spring Creek Outfall) - Construct storm drainage and erosion control measure within the project design criteria. Including the modification of existing drainage structures at (Sherwood Lateral and Pedestrian Underpass Extension) and construct new facilities at (McClelland over Larimer County Canal No. 2) - Retaining Wallsfuse of local artist form liner - Maintenance of Traffic o Prepare traffic control plans for all locations required o Maintain pedestrian and vehicular access to all businesses at all times o Provide pedestrian access to be clearly delineated and buffered from construction activities o Clear traffic from streets when such parking will interfere with the work o Provide all signs, barricades, flaggers and traffic control supervisor Concrete Express, Inc. (CEI) approach to the Mason Corridor MAX BRT project is to provide the maximum benefit to the City of Fort Collins with a quality project that is well planned prior to the initiation of construction activities. CEI's project teams "build the project in the office before it is built on site". This approach to our heavy highway business complements the approach that is used in our vertical construction business, and an approach which we believe sets our team apart from traditional highway constructors. As the planning progresses safety for both project team members and the traveling public are integrated in the detailed phasing. The resulting construction activities provide maximum safety for construction while providing the needed maintenance of traffic to keep traffic in the corridor flowing. Planning for each construction task is performed daily by the integrated construction team with proper consideration for safety, quality, public notification, and environmental and storm water management requirements. Through the pre -task planning processes, the requirements for each construction task is communicated to the crew and team, as appropriate, so that the task may be executed to the highest quality in the field. Our experience in analyzing designs and bringing forth innovative value engineering ideas extends beyond bridge structures and foundations and encompasses project elements such as management of traffic, environmental Concrete Express, Inc. Page 16 lu Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 compliance, pavement design. Past success in creating project innovation and value engineered solutions has created a mind -set at CEI that no idea or concept is ever turned down until effectively explored and analyzed. On a recent project in Jefferson County (Mayhem Gulch/US 6 design build CEI was able to save approximately $2 million by ingenious look at the exit lanes that eliminated expensive rock excavation, soil nails and retaining walls. CEI has extensive experience with design build civil project and we are very open to working in conjunction with the City and its designers to help develop the most cost effective solutions. 19. Describe your understanding of Federal Transit Administration Construction Assistance grants. The Federal Transit Administration (FTA) provides financial assistance to state and local transit providers for construction of public transportation systems via various grant programs. The FTA regional offices oversee the grants, to assure that the grantees manage their programs in accordance with federal requirements, including Federal statutory and administrative requirements. Colorado is one of the six states in FTS Region 8. Annually, Region 8 assists more than 70 grantees, as they administer more than 250 grants worth approximately $1.5 billion in Federal transportation funding. Under the FTA, there are two types of grant programs, Formula Grant Programs and Discretionary Grant Programs. Formula Grant Programs are funded to States based on formulas of population. Discretionary Grant Programs are competitive programs, which are based on meeting application requirements, and selection criteria specific to each program. The Formula Grant Programs consists of the following Formula Grants: Fixed guideway modernization grants; Formula grants for other than urbanized areas; Job access and reverse commute program grants; Metropolitan & statewide planning grants; New freedom program grants; Rural transit assistance program grants; Transportation for elderly persons and persons with disabilities grants; and urbanized area formula program grants. Under the Discretionary Grant Program, there are the following types of grants: Alternatives analysis grants; Bus and bus facilities grants; clean fuels grants; Major capital investments grants; National research & technology program grants; Over -the -road bus program grants; Paul S. Sarbanes transit in parks program grants; Public transportation on Indian reservations grants; TIGER grants; TIGGER grants; Transit cooperative research program grants; University transportation centers program grants; and Veterans transportation and community living initiative grant program grants. FTA funds may only be awarded to "responsible" contractors. A contractor's responsibility is determined by considering a variety of factors, including the integrity of the contractor. One way of determining integrity is to determine whether the contractor has been excluded by the Federal Government from receiving contracts. Before awarding a contract, the grant recipient must review the Excluded Parties Listing System to determine if the proposed contractor is on this list. Additionally, the Concrete Express, Inc. Page 17 4 Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 grant recipient must assure that any contractor who is awarded an FTA-funded contract also consults the EPLS before awarding any second tier subcontracts. The Best Practices Procurement Manual and Third -Party Procurement Frequently Asked Questions (FAQs) are two resources that Contractors who are recipients of FTA funded -contracts can use to determine what is expected or required of them during their performance on an FTA-funded project. 20. What is your experience with Partnering? What types of projects included Partnering? What was the project amount and what were number of participants? CEI has successfully utilized project partnering on several past CDOT projects, the most notable is the $40 million US285 Design Build Reconstruction Project. The partnering process provided a forum where all issues were openly discussed and resolved, creating a win -win solution. The coordination process also solicited and encouraged early constructability comments and discussions, which helped maximize delivery in addition to supporting project innovation. The majority of CEI's projects where partnering has play a roll have been civil/transportation type projects, partnering teams have varied in size from 2 to 20 members. 21. List 3 projects of similar complexities to this project recently completed by your company involving FTA grants, transit, and system components, stating the approximate cost of each, and the month and year completed, location, and type of construction. Provide two current agency contacts and phone numbers for each project. See the attached for full project descriptions Project Description Engineer Owner Broadway Roadway reconstruction George Tsiouvaras City of Boulder Reconstruction, including concrete paving Principal Alex May Boulder, CO and associated utilities Tsiouvaras Simmons 303-441-3266 and storm water Holderness, Inc. improvements. 303-771-6200 CDOT US 285 Design Build- George Tsiouvaras CDOT Design Build reconstruction of 5 miles Principal Mathew Pacheco Reconstruction, of Hampden (US285), Tsiouvaras Simmons 303-972-9112 Denver,Co replace 6 exist. Bridges. Holderness, Inc. 303-771-6200 Concrete Express, Inc.` Page 18 Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Florida Road Design Build Matthew Andrews City of Durango Reconstruction, reconstruction of 2 miles Project Manager Greg Boysen Durango, CO of existing two-lane Muller Engineering 970-375-4810 arterial roadway. 303-988-4939 West Corridor Construction of Bus R&R Engineering RTD FasTracks Federal Transit facility and RTD Doug Dunkin Susan Johnson Center Park-N-Ride Park-N-Ride adjacent to 303-753-6730 303-299-6963 Federal center light rail . 21a. Of the projects listed above, where you able to meet the initial fixed budget for each? If not, explain why major change orders were required, who initiated the change order and what the value of the change orders were. See Project description sheets attached for original vs. final contract amounts. Typicall cost increase were due to additional scope requested by the owners. 22. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at this _� day of 2012. Name of Bidder: Con a Express, Inc. By: Joseph O'Dea Title:Vice President Concrete Express, Inc. Paae 19 Willis May 17, 2012 The City of Fort Collins, Colorado 215 North Mason Street, 2°d Floor Fort Collins, CO 80524 Re: Concrete Express, Inc. Bonding Prequalification MAX Project To Whom It May Concern: We are the Bonding Agent for Concrete Express, Inc. and handle all of their surety bonds. Their underwriting bond company is Travelers Casualty and Surety Company of America. They have an A.M. Best rating of A+, XIV and are listed in the latest Department of Treasury's Register of acceptable Sureties on Federal Projects. We have been acquainted with Concrete Express, Inc. for many years. They are considered very reputable, and experienced in their field. They enjoy a fine relationship with owners, architects, engineers and suppliers. We recommend them as a very competent and reliable contractor. Concrete Express, Inc. is capable of providing single bonds in the $50,000,000 range with an aggregate program of $100,000,000. Currently, about $5,000,000 of this capacity is bonded. Our position is expressly conditioned upon our favorable review of the contract documents, plans, specifications, and normal underwriting requirements at the time of the request. The arrangement for Performance and Payment Bonds is a matter between Concrete Express, Inc. and Travelers Casualty and Surety Company of America, and neither the surety nor the agent assumes any liability to you or third parties if for any reason said bonds are not written. During the past several years we have not received a single complaint about their performance on a project or their payment to subcontractors and suppliers. We are confident that you will find Concrete Express, Inc. a pleasure to work with. If we may be of further assistance in any way, please do not hesitate to give me a call. Thank you. Sincerely, Florietta Acosta Client Services Specialist for Kevin W. McMahan Willis of Colorado, Inc. 2000 South Colorado Boulevard Tower II, Suite 900 Denver, CO 80222 Ryan Dickinson Project Manager Education Experience Background May 1996 - Colorado School of Mines- Golden, CO B.S. Engineering — Mechanical Emphasis April 2003 to Present— Concrete Express, Inc., Denver, CO Project Manager: Currently responsible for the management for various constructions projects ranging from $12k to $11 M in value. Projects include the following types of work: • Earthwork • Site Utilities • Concrete Flatwork • Overall Site development • Concrete Structures • Parks- architectural concrete Broadway Reconstruction — Pine to Iris - Project Manager on the $11 million project reconstructing Broadway from Pine Street to Iris Avenue. Project included concrete paving, drainage, waterline, sanitary sewer, gas and telecommunication upgrades, concrete box culvert construction, sidewalk and transit stop improvements and landscaping. Project duties included project scheduling/planning, estimating change orders, RFI and submittal management, issue/dispute resolution, subcontractor coordination, management of all compliance related issues, and cost/budget control. This project was difficult due to the large amount of traffic (pedestrians, bicycles, and vehicles), all of which had to be accommodated throughout the project. Also, a tremendous amount of coordination had to be maintained throughout the job with homeowners, business owners, the traveling public and many subcontractors. South Yosemite Widening - Project Manager on the $5.1 million project that widened the existing South Yosemite Street. Duties included project planning and scheduling, estimating change orders, RFI and submittal development, issue resolution, subcontractor coordination, and cost/budget control. The location of the site was particularly challenging as it served as a key access road to Park Meadows Mall with heavy traffic. Major elements, like the retaining walls, detached sidewalks and turning lanes, new storm sewer system and landscaped medians were managed with ease. Overall, met all of client's requirements and did so ahead of schedule. Parker Mainstreet Streetscape Improvement — Project Manager on $2.4 million project. Main goal was to alleviate the highly congested traffic on Mainstreet and maintain circulation to businesses and residents. My role was to oversee the installation of retaining walls, water transmission line, RCP storm sewer, inlets and laterals, detach sidewalks and turn lanes, signalized intersections and streetscape features but doing so with extensive traffic phasing and high personal involvement with the public. This led to minimizing impacts and overall favorable reviews. May 1999 to April 2003 — URS — Lowry Redevelopment, Denver, CO Construction Engineer: On -site engineer responsible for construction observation and documentation, approval of material submittals, RFI's, field designs and re -designs, and technical design in the office using AutoCAD. Also, provided technical and field support for the survey department — creating exhibits Ryan Dickinson Project Manager for client, writing legal descriptions, and working in the field on a survey crew when necessary. July 1996 to May 1999 — Halliburton Energy Services, Lafayette, LA Field Engineer: Responsible for operating and troubleshooting directional and logging tools while drilling oil/gas wells, providing quality directions, gamma ray, and compensated wave resistivity data to the customer, provided gamma ray and compensated wave resistivity log analysis for construction and evaluation, operated offshore and on land. Projects included multi -million dollar directional wells and straight well bore drilling operations. Mason Corridor MAX BRT Statement of Qualifications SOQ-Bid No. 7332 Erik Baerg Project Superintendent PROFESSIONAL Erik has over 10 years of construction experience in civil projects. As SUMMARY Superintendent, Erik supervises the activities of the various skilled trades making sure that work progresses on schedule, that material and equipment are delivered to the site on time, and organizes the work tasks of on -site staff. RELEVANT EXPERIENCE RTD West Corridor Federal Center Park-n-Ride- Eric was the project superintendent for this 6 million dollar bus transfer facility and RTD Park-N-Ride adjacent to the Federal Center light rail station. This project consisted of 15 acre parking lots, 4-lanes of concrete pavement for buses, several thousands of feet of storm water, sanitary sewer and water line installation. The project also encorporated landscaping, detention ponds and a driver relief station. This project received FTA funds. Broadway — Pine St. to Iris, Boulder, CO As project superintendent on this $9.7 million project, Erik managed skilled trade crews providing road reconstruction and utility improvements. Project included reconstruction of 6200 LF of combination 4-lane and 5-lane urban arterial roadway to concrete pavement. The corridor included the reconstruction of 5 signalized and 11 un-signalized intersections. Significant public utility work that included 5400 LF of storm sewer, 8000 LF of water line and 1600 LF sanitary sewer, new traffic signals and street lighting work. Structural work included 90 LF of RCBC under Broadway and various drop structures. 88`h & Dahlia Widening, Thornton, CO Erik was superintendent on this $1.6 million project which included: widening 88`h Ave from two lanes to four lanes, 2,600 feet with a center turn lane, paved shoulders, curb and gutter. Erik was in charge of overseeing storm water management, drainage improvements, storm sewer piping, and earthwork. Broomfield Streets Rehabilitation, Broomfield, CO As project superintendent on this $1.7 million urban renewal project throughout Broomfield, Erik supervised his crew which removed and completely reinstalled curb/gutter, street pavement and other storm utility infrastructure EDUCATION A.S. Architectural Drafting/Design Red Rocks Community College Concrete Express, Inc. Page 20 4) COLORADO DEPARTMENT OF TRANSPORTATION Project No.: Mason Corridor Max BRT (Bid K7332) CERTIFICATE OF PROPOSED UNDERUTILIZED DBE (UDBE) Project Code(SA#): n/a PARTICIPATION Location: Port Collins, CO Forrn #: 4 of 8 'Prime Contractor - Sendcompleted/signed form to the BusinessPrograms Office (instructions on second page). The *Eligible UDBE 'Amounts" submitted onthisform must equal or exceed the commitment(s) documented on the COOT Form'714 you submitted with your bid. For the complete list of certifiedDBE/UDBE�firms and their DBE workcodes go to http://www.dotstate.co.uslapp:uep/ .NOTE: See 49 CFR pan 26 55, end the 'ME - Definitions and Requirements' in the Standard Special Provisions for further information concerning counting DBE participation of truckers,subconbaclors, suppliers and service providers toward the projecl's UDBE goal, - PART 1a — TRUCKING CONTRACT If the UDBE is being used as a trucker for one or more "trucking" DBE work codes (25500, 25505 etc.) then: ACTUAL UDBE AMOUNT.= Actual contract amount for the transportation services provided by the UDBE firm and any UDBE lessees. ELIGIBLE UDBE TRUCKING AMOUNT (ACTUAL (ACTUALUDBE AMOUNT) — (Any non-UDBE lessee amounts in this contract)` ` For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal is given only for She broker fees or commissions the UDBE trucker receives for arranging the transportations services, because the services themselves are being perfonnedby non-UDBEs. NAME OF UDBE FIRM CERTIFICATION It EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT 'DBE WORK CODE NUMBERS) THIS,UDBE IS BEING USED FOR : Completelistof woikoodesis othttp.-IAViw.dotstate.w:usrapp_.ucp✓ PART 1 b — SUBCONTRACT ELIGIBLE UDBE SUBCONTRACT AMOUNT (Actual UDBE contract amount) (Any non UDBE lower tier amounts in this contract)" ' Work that a UDBE subcontracts to mower tiernon-UDBE firm does not count toward the piojed UDBE:goai - .. .... NAME OF UDBE FIRM CERTIFICATION #E7CRIRATION, DATEr.� iELIGIBLE UDBE SUBCONTRACT AMOUNT Cruz Construction Inc. 6427 e`� �OSJ 3012013$ 266, 819.00 DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR- Complete,list of work oodes is et hnfiYAvww dot.state_co usrapp'w-cpl ? 3 (fl C_i U k-;z R il-,AL. t PART 1c —SUPPLY CONTRACT,, if the supplier is a UDBE:wlth a Type field of ° 'Manv... dufacturer" for the item(s): - ELIGIBLE UDBE SUPPLYAMOUNT l[ (Aci' I UDBE contract amount) X 100%� If the supplier s a UDBE'wlth a ,Type, field Hof '"Regular: Deals 'for the item(s): ELIGIBLE UDBE SUPPLY AMOUNT= [ (Actual UDBE contract amount) X 60%] cg} - . .NOTE: if the supplier is a';UDBE with a -Type' field of rokep'for the hem(s) use PART 1d — BROKER / SERVICE CONTRACT. NAME OF UDBE FIRM '- "CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT J ... s DBE WORK CODE NUMBSR(,S) Th NG USED FOR: ISUDBEIS BE] _' _,. ,...-.. ... . ;Complete list of work aides is et h jIv_ ..dotstete.'co.wVapp ucp/ PART 1d - BROKER J SERVICF.CONTRACT - If purchasing materials or supplies through a' UDBE with a'Type' field of'Broker , count onjv the amount of, brokerage commission and/or delivery service -fees included in the coniract..Other examples of services to include in this section are bonding,' brokering, consulting,:secudty,guaids, and Insurance etc. •, ELIGIBLE UDBE SERVICE FEEAMOUNT= Actual compensation retalned by the UDBE broker/agent for services rendered" The amounts that count toward UDBE goals are limited to the compensation retained by the, UDBE broker/agent for services rendered, provided the fee/commission Is determined by CDOTlo be reasonable and not excessive as compamo with fees customarily charged.for similar services. NAME OFUDBE FIRM - CERTIFICATION# -EXPIRATIONDATE ELIGIBLE UDBE SERVICE FEEAMOUNT DBE WORK CODE NUMBERS) THIS -UDBE IS BEING USEDTOR: - - .Complete list of work codes is at htlp:/Mww.dot. stete.co.usrapp_urp/• ,,.. ,..., _,• Original — Business Programs Office .Previous editions may not be used CDOT Form 716 — Page 1`of 2 1106 Thomas Cole Structural/General Superintendent Education Experience Background Notable Projects Bachelor of Arts Michigan State University 2000 to Present - Concrete Express, Inc. Denver, CO Tom has over 35 years of construction experience on projects with various construction scopes ranging from $100k to $40M including bridge foundations & decks, box culverts, commercial building foundations, post -tensioning decks, retaining walls and storm water structures. City of Centennial, Douglas County, CO -County Line Road • Contract Value: $14.8M • Project Duration: 2yr. • Scope: Arterial Roadway Widening, Circulation Improvements; widen the roadway segment (approximately 1.25 miles) by adding an additional travel lane in each direction as well as the reconstruction of the University and County Line Road intersection. Major elements of the project included: installation of CIP retaining walls supplemented with a sound reduction feature; installation of RCP storm sewer (18% 78" diameter); inlets and laterals; installation of water transmission line (12"- 30" diameter); detached sidewalks and turn lanes; three signalized intersections; and the import of earthen embankment material. Extensive traffic staging/phasing and coordination with the public, CDOT, and project owners was required to minimize impacts to the adjacent communities and businesses. City of Boulder, CO- Broadway -Pine St. to Iris • Contract Value: $9.7M • Project Duration: 19 months • Scope: Road Reconstruction, Utility Improvement; Project included the removal of HMA pavement and the reconstruction of 6200 LF of combination 4-lane and 5-lane urban arterial roadway to concrete pavement. The corridor included the reconstruction of 5 signalized and 11 un-signalized intersections. Significant public utility work that included 5400 LF of storm sewer, 8000 LF of water line and 1600 LF of sanitary sewer, new traffic signal and street lighting work. Structural work included the construction of 90 LF of RCBC under Broadway and various drop structures. Multiple traffic phases were used to maintain existing traffic flows. Thomas Cole Structural/General Superintendent Fitzsimmons Parkway, Aurora, CO • Contract Value: $29.1 M • Project Duration: 2yr. • Scope: 2 miles of four -lane concrete parkway, excavating approximately 450,000 tons of soil detached sidewalks and turn lanes; landscaped median; eight intersections; four signalized intersections; full depth asphaltic concrete roadway section (for the side streets); full depth concrete roadway section (for the main arterial street); 10,225 LF RCP storm sewer (18"- 78" diameter); inlets and laterals; and 11,800 LF of water transmission line (12"- 30" diameter). Colorado Highway 105 • Contract Value: $2.6M • Project Duration: 180 days • Scope: Bridge Replacement, Highway Widening, Drainage Improvements; 200 foot long bridge structure spanning Plum Creek and roadway widening and improvements for over 3,000 feet of roadway on Colorado Highway 105. West Belleview & Colorado-470, Jefferson County, CO • Contract Value: $11.3M • Project Duration: 13 months • Scope: Highway Widening, Drainage Improvements, Structures; removed portions of the existing roadway while excavating over 100,000 cubic yards of earthen material. Over 1.5 miles of new roadway and 30,000 linear feet of new curb and gutter, a significant amount of structural features including box culverts and the design -build of modular concrete block retaining walls. Lawrence Fry Safety Director PROFESSIONAL Lawrence has more than 10 years experience as a safety SUMMARY professional with risk management responsibilities. He has a proven ability to identify hazardous situations and develop strategic initiatives to mitigate and prevent loss. Lawrence's outstanding communication skills and a proven track record of negotiating with brokers, carriers, claims administrators, attorneys, owners, and client representatives makes him an effective safety manager adept at loss control management, loss forecasting, and claims administration. RELEVANT Risk and Safety Director EXPERIENCE As the Risk and Safety Director for a major construction company Lawrence directed the development and implementation of the company's "Safe Production" culture in providing leadership to the organization by creating pertinent goals and implementing management processes that improved the bottom line effectiveness of the organization. As a result of these initiatives the organization reduced the frequency of "all" incidents by 70% and the OSHA Total Recordable and Severity Rates by 60%. These results helped produce an Experience Modification Rating of 0.83, down from a company high of 1.29. Regional Safety Manager Lawrence's role as a Regional Safety Director and managed the organization's Loss Control Program, conducted OSHA compliance audi(s, hazard recognition and abatement training, policy development, supervisory safety leadership and management training, hlchistrial Hygiene monitoring, developed weekly safety meetings, and performed the adlnlnlStratlVC d11tiCS 11CCCSSary to SLII)I)01't these fil Ct10tis. Safety Engineer As Safety Engineer. Lawrence managed the company's Risk and Loss Control Management program, OSHA compliance auditing, hazard recognition and abatement, Industrial Hygiene monitoring, safety awareness training for all regional employees, incident analysis, new hire safety orientation, developed bi-weekly toolbox talks, and the administrative duties necessary to support these functions. EDUCATION & Bachelor of Science, Safety Management TRAINING Central Missouri State University s HBA ROSSI OSHA Partnership Member 6 AGC of St. Louis - Risk Management Sub -Committee Member 0 OSHA Construction 10-hour 4i) Appendix D Project Team Resumes BELAYCOMMUNICATIONS Amy Ford, MPA Owner and Principal, Belay Communications STRATEGIC COMMUNICATIONS/PUBLIC INFORMATION Qualifications Masters of Public Administration, University of Colorado B. A. English, University of Colorado Conflict Resolution A highly qualified public affairs professional recently selected as one of Denver's 150 Unsung Heroes who understands the nuances and strategic approaches necessary for effective planning, budgeting and program development. Over 15 years of experience working in transportation, education and city public affairs, non-profit management and economic development. Highly skilled in reaching across boundaries to help groups and individuals find common ground in the arena of public policy and project management. Strategic Communications Consultant, Denver International Airport, South Terminal Redevelopment Program, Denver, CO. Leading an extensive strategic communications program for Denver International Airport's South Terminal Redevelopment Program, a $500 million program, including diversity outreach, issues management, strategic planning, community, government and media relations. Public Information Manager, Colorado Department of Transportation, Twin Tunnels Project, Denver, CO. Leading a comprehensive construction communications program for the Twin Tunnels Project including construction communications, vision outreach and incident management. ' Public Information Manager, Colorado Department of Transportation, US 285 Design Build Project, Denver, CO. Lead a comprehensive construction communications program for the $40 million US 285 Design Build Project including community outreach, business relations and incident management. ' Facilitator, 1-70 Mountain Corridor Issue Task Forces. CO. Facilitator for the 1-70 Mountain Corridor public involvement Issue Task Force meetings. These meetings involved key project stakeholders as part of the Colorado Department of Transportation's (CDOT) Context Sensitive Solutions (CSS) decision -making framework. Public Involvement Lead, Regional Transportation District, FasTracks Southeast and Southwest Corridor, Denver, CO. Led public involvement process for the Regional Transportation District (RTD) Southeast and Southwest Extensions including developing and implementing an extensive public involvement plan to ensure the public and critical stakeholders had productive input into the planning of these corridors. President, The FAX Partnership, Denver, CO. Direct The FAX Partnership as president of a non-profit organization whose mission is to revitalize Colfax Avenue from Colorado to Yosemite in Denver by implementing a variety of long-term programs focused on economic and community development, crime prevention, small business improvement, corridor outreach and marketing. Public Information, Manager, Regional Transportation District, Transportation Expansion Project (T- REX). Managed the $10 million public information program for the $1.67 billion T-REX Project where responsibilities included program and budget development, contractor management, as well as serving as the primary agency spokesperson for the project. Oversaw the award -winning T-REX community, business outreach and Transportation Demand Management programs; acted as a key liaison to local, state and federal government representatives, which resulted in consistent scoring over 90% in public approval ratings. Ll BELAYCOMMUNICATIONS Laurie Meza Career Summary Laurie brings 15 years of experience in stakeholder outreach on construction and transportation projects. She has the background to anticipate and address public concerns and solve problems creatively. As a native of Fort Collins and current northern Colorado Resident, Laurie has a unique understanding of the community and how to provide strategic communications for businesses, residents, motorists and special audiences impacted by the project. Laurie will support both the project manager and the strategic oversight for the MAX Project. Professional Experience Communication Director, 2005 — Present Communication Infrastructure Group, Evergreen, CO Responsible for Public Information/Communications on such projects as the Regional Transportation District's (RTD) FasTracks Program, US 285 Design -Build and DIA's South Terminal Redevelopment Program. Provided support through the management of community relations, media relations and development and implementation of communication tools such as newsletters, brochures, presentations and project profiles. Other clients include the Longmont Downtown Development Authority, Town of Timnath, AMA Construction, COMTO Colorado and Governor Ritter's Election Campaign. Specialties include communicating technical aspects of construction and transportation projects to a variety of audiences, brand and identity development, and development and implementation of communication strategies and marketing tools. Public Relations Manager, 2004 — 2005 Kiewit Construction Company, Littleton, CO Responsible for managing the marketing and public relations duties for Kiewit's Denver District office and four satellite offices. Developed specific brand identities for each satellite office, developed strategic process for proposal development and produced a variety of collateral materials. Public Information Manager, 2001— 2004 Transportation Expansion (T-REX) Project, Denver, CO Delivered strategic communication to businesses, residents, motorists and special audiences impacted by the project. Responsible for ensuring that stakeholder groups understood construction process and received information necessary for them to make informed decisions. Served as media spokesperson and project representative for government officials and in public meetings. Built mutually beneficial relationships with community members to ensure a two-way communications throughout the project. Also led public meetings, planned special events, wrote newsletter articles, news releases and developed collateral materials. Marketing Coordinator, 2000— 2001 Washington Group International, Littleton, CO Responsible for the corporate marketing objectives of the Infrastructure Operating Unit of Washington Group International, consisting of four regional offices, 20 branch offices in the U.S. and four international offices. Duties included developing strategic approach to proposal writing, requiring development of public information initiatives, creative communication approaches / tools and anticipation of public concerns. Was also responsible for community outreach and conducting research to better develop communication programs for different projects. Wrote and coordinated production of the 10-page, external corporate -wide newsletter and created project profile sheets for the company's "mega -projects." Senior Public Relations Associate, 1998 — 2000 Randall and Blake, Inc., Littleton, CO Provided sole marketing and public relations support to 22 company divisions across the country for Littleton -based general contractor. Responsibilities included managing community relations, developing public engagement strategies, media relations, publications development, and coordination of proposals, pre -qualifications and statements of qualifications. Education B.A. —1998 — Colorado State University, Fort Collins, CO Major: Journalism and Technical Communication with a Public Relations emphasis Joseph M. O'Dea Vice President Education Experience Background Colorado State University, Fort Collins, CO Bachelor of Science Degree Industrial Construction Management 1986 to Present — Concrete Express, Inc. Denver, CO Owner / Vice President • Annual Sales: 45 million —55 million • Specializing in Concrete Flatwork, Structures, Excavation and Water, Storm and Sewer Pipe Work. • General Contractor Licenses held in City of Aurora, Denver, Wastewater Management, Arapahoe County, Douglas County, Lakewood, Englewood and CDOT. • Concrete Express, Inc. has placed over 2.4 Million Yards of concrete over the past 20 years on various projects throughout the state of Colorado. • 450,000 yards of concrete in structures 1982 to 1985 — PCL Construction Denver, CO • Carpenter Apprentice • Carpenter and Carpenter Foreman — 0 56 story Republic Plaza ■ 5 story Tivoli Center 0 2-12 story Orchard Plaza Buildings o All structures cast in place. 1981 to 1982 — J.A. Jones Construction Denver, CO • Labor Foreman / Laborer. • Responsible for all concrete pours for 53 story One United Bank Building. 1977 to 1981— Additional Summer Employment Denver, CO • Al Cohen — Concrete Laborer • Blackington & Decker — Concrete Laborer • Jordan Nobels — Carpenter, Carpenter Foreman for 55 story Sheridan Hotel — cast in place • Peter Kewit & Sons — Laborer for I-70 Reconstruction xErnie Meritt Owner / President Education Experience Background Southwestern A.G.C. —Waxahachie, TX Major Studies: Psychology, Business and Engineering 1986 to Present — Concrete Express, Inc., Denver, CO Owner/ President: • Annual Sales: 45 Million to 55 Million • Specializing in Concrete Flatwork, Structures, Excavation and Water, Storm and Sewer Pipe Work, Earthwork and Trucking. • General Contractor Licenses held in City of Aurora, Denver, Lakewood, Englewood, Wastewater Management, Arapahoe County, Douglas County and CDOT. • Concrete Express, Inc. has placed over 2.4 Million Yards of concrete over the past 20 years on various projects throughout the state of Colorado. • 450,000 yards of concrete in structures. 1985 to 1986 — Jordan and Nobles Construction El Paso, TX • Project Superintendent • South Padre Island Sheraton Hotel • 12.5 million dollar project, 12-story hotel all cast in place 1979 to 1985 — P.C.L. Construction, Denver, CO • Carpenter Foreman / General Foreman • Orchard Plaza Project 12 million dollar project, ;- Two 12-story office buildings, all cast in -place • Marriott Medical Center Project 30.5 million dollar project 30-story building, all cast in -place • Republic Plaza, 56 story building, 17'h & Glenarm • Hudson Bay Tower, 20 story building, 16`h & Stout • Dominion Plaza, 20 & 30 story building, 17`h & Welton • Dallas Justice Center, Dallas TX 10-story Jail 4-story Courthouse xErnie Meritt Owner / President 1977 to 1979 — Linbeck Construction • Carpenter Foreman • Palisades Tower 20-story building N. Central Express Way, Dallas, TX • Americana Hotel 12-story building, cast in place > Main & 2nd, Ft. Worth, TX • McAllen State Bank 20-story building Downtown McAllen, TX 1975 to 1977 — Charles Tandy & H. C. Beck Construction • Carpenter Foreman / Carpenter • Tandy Towers I & II • Tandy Mall Two 20-story buildings with a 4-story mall between them Downtown Ft.Worth, TX M Broadway Reconstruction (Pine to Iris) Description Project included the removal of HMA pavement and reconstruction of 6,200 LF of combination 4-lane and 5-lane urban arterial roadway to concrete pavement. Corridor included the reconstruction of 5 signalized and 11 un- signalized intersections. Significant public utility work included: new storm sewer systems, new waterline distribution systems, new sanitary sewer collection systems, new intersection traffic signal and street lighting work. Minor structural work included the construction of a 12' x 3' x 90' RCBC under Broadway at the Farmer's Ditch, including associated wing walls, headwalls, and replacement of an existing concrete headwall and drop structure for Two -Mile Canyon Creek at Iris Avenue. Major work items of this project included: 35,000 SY of concrete pavement; 14,000 LF curb and gutter; 6,100 SY concrete side walk; 11,000 CY unclassified excavation; structural concrete work, and other miscellaneous items. Location City of Boulder, CO Services 5.5 Miles of New Concrete Roadway Client City of Boulder, 1739 Broadway, Boulder, CO Alex May, (303) 441-3266 Project Value $9,718,933.00 Final Contract $10,710,000.00 (change due to additional scope) Project Duration 19 months; Between February 2009 to September 2010 PART 2 - UDBE PARTICIPATION SUMMARY A) What Is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that is eligible for counting toward contract goals? - A = [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART 1 ] A> $ 266, 619 .00 NOTE: Provide In actual subcontractor dollars and not prime contract prices. B) What is the total dollar value of proposed subcontracts that are eligible for counting towards B> $ 2,228,722.00 contract goals from. prior sheets/forms? C) What Is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C>$ 2,495, 541.00 C=[A + B] D) What is the original contract bid total? D> $ 31, 390, 453 .27 E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E=[(C -1D)X 100] o/ 7.95 p E PART 3 - UDBE CONFIRMATION A I confirm that my company Is participating in this contract is documented In the Prime Contrector'scommitment(s) in PART 1 of this form. Only the value of the work that my company Is actually performing Is being counted an fhis,fonn. UDBEFirm Name: Cruz Construction Inc. Date: 1,2312piy„ UDBE Representative Signature and' 4 - PRIME • my company has met the oontracte'iidaUDBE goals'prhas submitted a completed CDOT Form 0718. • my company has accepted_a proposalfrom the UDBE named above. • my company has notified the proposed UDBE of the contracted UDBE commitment. • my company ties ensured that the;.propposed UDBE has 'signed PART 3 of thisform. • my company's use ofthe.pgoposed UDBE for the items of work listed above is a condition of the contract award. • my company,will invite the proposed UDBE to attend the preconstruction conference. r �.. • my company will not use a substitute UDBE for the proposed UDBE's failure to perform under a fully executed subcontract, unless my company complies with the definitions and requirements section of the DBE Special Provisions. • I understand that failure to comply with the information shown on this form will be considered grounds for contract termination. i declare under penalty of perjury In the second degree, and any other applicable state or federal laws, that the statements made on this document are true and comolete to the best of my knnwledne. Prime Contractor Name: Concrete Express, Inc. ll I fate: 1 ?--3�T 11 n Officer Signature and I*]V `iIIIt-1AW101119[OIL,K Prime Contractor. 1. An officer of the contrador(s).must complete this form. 7. Retain a photocopy for your records. 2. Include only DBE fines which meet the underutilized criteria in g. Send original to: Colorado Department of Transportation the contrail goal specification for this. project (i.e., UDBE firms). Business Business Programs Office a 3. Complete only relevant section(s) for PART 1. Arkansas Ave. Ave. 4201 4. Ensure that the proposed UDBE has signed PART 3 of this form. E. Colorado 222 Denve303) Colorado0 5. Complete ALL sections of PART 2 and PART 4. 6. Submit a separate CDOT Form 9715 for EACH proposed UDBE. FAX used a� `X, i 4,e�, February 22, 2011 Mr. Ryan Dickinson Project Manager Concrete Express, Inc. 2027 W. Colfax Avenue Denver, CO 80204 CITY OF BOULDER Department of Public Works/Transportation Division P.O. Box 791 1739 Broadway Boulder, Colorado 80306 (303) 441-3266 Re: Letter of Recommendation Broadway (Pine to Iris) Reconstruction Project — Boulder, CO City of Boulder Project 781029, Federal Aid Project STU M110-045, SA 14919 Dear Ryan: ,OPINE TO IRIS, Concrete Express recently completed construction of the largest single Transportation project in the City of Boulder's history. It was a pleasure working with you as the Project Manager on this Public Works project. My project staff and I also had significant interactions with your project superintendent, Erik Baerg, and Xernie Meritt, one of the company owners. I found all of you and your company staff to be professional, responsive, technically competent, hard working, adaptable, reasonable and a pleasure to work with. I feel that you, Erik and Xemie always displayed high integrity, honesty, and were men of your word. Your $10.7M contract for the primary construction of this project included: • 5.5 lane miles of new concrete roadway, including reconstruction of 16 intersections (5 signalized); • Replacement of 65,000 square feet of sidewalk; • Installation of improved transit stop boarding areas at all 20 locations in this section of Broadway; • Installation of public art as part of the Broadway in Motion design theme at improved transit stops; • Replacement of the Farmer's Ditch structure north of Elder Avenue; • Installation of 1.3 miles of new public storm sewer lines; • Replacement of 1.8 miles of aging public water lines; • Replacement of 0.3 miles of aging public sanitary sewer lines; • Installation of 4.4 miles of new public fiber-optic line infrastructure; • Coordination with Xcel Energy on the installation of new private utilities including 80 new street lights, undergrounding of 1500 LF of significant overhead utilities and replacement of 1.5 miles of new gas lines; • Installation of new landscaping and urban design features; • Urban tree preservation measures; and • Significant historic preservation and mitigation. This project was multi -faceted, resulting in a complete reconstruction of all utility and transportation infrastructure facilities in this 1.25-mile long, urban arterial corridor (28,000 ADT). Concrete Express self performed the majority of the primary work on the project including: removals, waterline, sanitary sewer, storm sewer, concrete structures, grading, concrete pavement, curb and gutter, sidewalk and other appurtenant items. This project was an incredibly complicated, phased urban reconstruction project along Broadway (Pine -Iris) traversing business, commercial and residential areas. Due to traffic maintenance and business access requirements, the project was divided into 4 primary segments and included approximately 20 distinct phases including advance utility work, roadway work and concrete paving operations. The project required extensive evening and weekend work to minimize utility service disruptions and accommodate corridor traffic, business access and emergency access to Boulder Community Hospital. In addition, significant private utility work required painstaking coordination by you with private utility companies that are not always the most responsive. In my 24 years of managing the design and construction of Public Works projects, this was the most complicated construction project I have managed. We identified a completion of primary construction prior to the 2010/2011 school year in our public outreach in 2008. Construction began in later February 2009. Significant issues were encountered during construction that had the potential to completely derail the construction schedule (mostly private utility related). I feel we worked well together to collaborate on solutions to these issues, leading to phasing modifications and other accommodations to accelerate key work tasks. You and your company had innovative ideas related to the phasing, as well as other key constructability issues (narrow paving setbacks, precast inlets and manholes, et.) which saved time and enhanced construction and work zone safety. Your up -front and reasonable approach to dealing with unforeseen complications and negotiating fair resolutions was greatly appreciated. That experience is not always the case these days in our industry. After an 18-month construction period, all traffic lanes were restored in the corridor in mid -August 2010, prior to the start of the 2010/2011 school year, meeting our commitment to the community, and your commitment in the contract. You and your company's efforts contributed greatly to the success of the project and its recent recognition by the Colorado Chapter of the American Public Works Association as its project of the year in the Engineering/Construction Management (Large Community) category. I would recommend Concrete Express for similar comprehensive, urban Public Works projects. These types of phased projects in confined urban corridors are difficult, and it takes a well-rounded company that self -performs significant parts of the work to make them successful in my opinion. Concrete Express was up to that challenge on Broadway (Pine to Iris). I would look forward to working with you and Concrete Express again and wish you good luck with future endeavors. Sincerely, Q�f Alex L. May, P.E. Transportation Project Manager maya(a bouldercolorado.izov M FIT � ��M US 285 Design -Build Reconstruction Project Description CEI teamed up with Tsiouvaras, Simmons, Hoderness (CEI/TSH) to complete both the design and construction of US 285 Design -Build Project for CDOT. This project consists of: reconstructing approximately 5 miles of Hampden Ave from Kipling St to Federal Blvd; replacing six existing bridges at Wadsworth Blvd, Pierce St and Federal Blvd; Reconstruct the Wadsworth Blvd interchange and add a third lane on Wadsworth Blvd under Hampden Ave; Rehabilitate the bridge decks at Sheridan Blvd, Estes St, Raleigh and Bear Creek; Improve drainage and water quality elements along Hampden Ave. Value -Added Elements include: wider shoulder between Federal Blvd and Wadsworth Blvd to enhance safety and mobility and match existing pavement widths of other corridor bridges within the project limits; construction of innovative clear -span bridges, which eliminates the support piers in the median and will help minimize construction impacts for motorists; adding a left turn lane from southbound Knox Ct to eastbound Hampden Ave; adding new sidewalks along Federal Blvd and Pierce St under the new bridges to improve pedestrian safety. "285 Design Build project team: My compliments to all of you, for your well executed plan! It is a major milestone to have the last old bridge down and in record time too. This team has made a blistering path for others to follow, and are a fine example of innovative design and planning and execution. Great work!" -Tony Gross, CDOT Project Director Location US 285 from Kipling St to Federal Blvd Services Design -Build General Contractor Client Colorado Department of Transportation Tony Gross, Project Director (303) 972-9112 Project Value $40,200,000.00 Project Final 41,141,600 (Scope increase from original contract) Completion Date: August 2011 s Florida Road Reconstruction Project Project Description This project is a design -build project to reconstruct approximately 2 miles of existing two-lane arterial roadway. The scope of the project includes: removal of the existing roadway improvements and the construction of a three -lane roadway with curb, gutter, sidewalk, bike lanes and additional typical improvements associated with an arterial roadway. The project features a 10-foot-wide multiuse trail, two 5-foot bicycle lanes, street lighting, signalized pedestrian crossings, center left -turn lanes, a roundabout and a four-way traffic signal at North College Drive. Location: Services: Client: Project Value: Project Final: Durango, CO Design -Build General Contractor City of Durango 949 E. 2"d Ave., Durango, CO 81301 Gregg Boysen, 970.375.4810 $15,772,741.00 $16,279,000.00 (owner requested additional elements) Completion Date: June 2011 M West Corridor FasTracks Federal Center Park- N-Ride Project Description This project included the construction of a bus transit facility and RTD Park-N-Ride adjacent the Federal Center light rail station for the West Corridor FasTracks Project. This Park-N-Ride facility consisted of the construction of a 1,204 (15 acre) parking lot, 4-lanes of concrete pavement for buses. The scope of work included 2,300 LF of storm sewer, 2,100 LF of water line, 600 LF of sanitary sewer, landscaping, 3 acre detention pond with miscellaneous appurtenances and a free standing Drivers Relief Station Location Federal Center— West 2nd Place & Routt Street City of Lakewood, Colorado Services Bus Transit Facility for the West Corridor FasTracks Client Regional Transportation District Susan Johnson, Stations Discipline Manager, (303) 299-6963 1560 Broadway, Suite 700, Denver, Colorado 80202 Project Value $6,566,492 Project Final $........ Project Duration 12 months; Started January 2010