Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRESPONSE - BID - 8309 DRAKE & SHIELDS INTERSECTION IMPROVEMENTSSECTION 00300
BID FORM
PROJECT: 8309 Drake & Shields Intersection Improvements
Place F'0 r4t, Co 1 V k r, S
Date 5-ao-a.c�)tc.
In compliance with your Invitation to Bid dated Apri I a9 , 20 14. and subject to all
conditions thereof, the undersigned lV`ow1ta', n,,4rwJors, Tir_ 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 S o m -To i ci A rno u n-6,
($ Q ) 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 erformance and payment bonds are as
follows: -+- LaS ate'
Fedor ?o,�;ds, :Y4 yo7
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 L.
8. The undersigned Bidder hereby acknowledges the documents listed below are required
elements of the bid and must be submitted with the bid. The City may reject any
incomplete bids as non -responsive.
11. 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:
AA o LknL't rt L rt 54 r jcLk o� Znc, .
CONTRACTOR BY: Z©2 Kikn+z
.5420
ao l4
Signature Date
sider'i,
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest
Address Ga Nla r, Ste. f'.o, 8c YOS
Telephone (�20 > 7 g S--G l4 I
Email \Oe. t ryLOnS'[-LA[AOrS. CO
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
00440 CDOT Form #606, Anti -Collusion Affidavit
00450 CDOT Form #1413, Bidders List
00460 CDOT Form #1414, Anticipated DBE Participation Plan
00470 Buy America Certification
00480 Appendix A, 49 CFR Part 20, Certification Regarding
Lobbying
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS. that we, the undersigned Mountain Constructors, Inc.
x
as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins,
Colorado, as OWNER, in the sum of Five Percent of Amount Bid
($ 5°oo ) for the payment of which, well and truly to be made, we hereby jointly and
severally bind ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has submitted to the Cilty
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, 8294 Drake & Shields
Intersection Improvements.
NOW THEREFORE,
(a) Ii said Bid shall be rejected, or
(b) if said hid 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
obigation shall be void; otherwise the same shall remain in force and effect, it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal arnount of this obligation as herein
stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety
and its BOND shall be in no way impaired or affected by any extension of the time within which
the OWNER may accept such Bid; and said Surety does hereby waive notice of any such
extension.
Surety Companies executing bonds must be authorized to transact business in the State of
Colorado and be accepted by the OWNER.
"United Fire & Casualty Company
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX Inquiries: Surety Department
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA 118 Second Ave SE
CERTIFIED COPY OF POWER OF ATTORNEY Cedar Rapids, IA 52401
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
DONALD E. APPLEBY, OR SARAH C. BROW, OR MARK SWEIGART, OR TODD BENGFORD, OR FLORIETTA ACOSTA, OR
SUSAN J. LATTARULO, ALL INDIVIDUALLY of GREENWOOD VILLAGE CO
their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all Iawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed g 10o , 00o , 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,
UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of;
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal;
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney -in -fact.
r' ���auuuRp/
iNs". IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
a x'.•RPORggyc-; vice president and its corporate seal to be hereto affixed this 6t h day of May, 2015
- w CORPORATE 5 = �p o� Q;'�,� q, c�`
_ _ _ - _ co zPORATE _ , Q; = Fo _ UNITED FIRE & CASUALTY COMPANY
° °z - �oLYzz ';- UNITED FIRE & INDEMNITY COMPANY
SEAL s� SEAL > al 1966 ri
p =,y FINANCIAL PACIFIC INSURANCE COMPANY
' /,/ER+RAP
1Dinin
By:
State of Iowa, County of Linn, ss: � Vice President
On 6th day of May, 2015, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the
seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Ta.e r Mary o rialBereh n A t�
Iowa Notarial Seal `� y l�
• Commission number 713273 Notary Public
W. My Commission Expires 10/26/2016 My commission expires. 10/26/2016
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY;
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit; and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcript's thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporation's
this 1 Oth, day of May 120 16 .
LPG 1NStj
CO `.�4as, ry .cQPC, pPPOFjgjyc�,
CORPORATE % =G
CORPORATE g _ - C DULY u O = f/ /J
57 SEAL - L
r 3 a: tsB6. ra
/CAd ` ��. SEA
111\`%%;;�; ��``°�` ��''�/,,,, °.0°Secretary, OF&C
Assistant Secretary, OF&I/FPIC
BPOA0049 0115
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information he desires.
1. Name of Bidder: Mo LA ct Q'wy 0YjS4 r r'S . �� C .
2. Permanent main office address: (off Mann ,, tLx Vt (( CO g0L.5 I
3. When organized: (yOye,rn6e.r—
4. If a corporation, where incorporated: O.o�or0. 4
5. How many years have you been engaged in the contracting business under your present
firm or trade name? .3q xmy-s
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
7. General character of Work performed by your company:
8. Have you, or a firm for which you were principal, ever failed to complete any Work
awarded to you? NO
If so, where and why?
9. Have you, or a firm for which you were a principal, ever defaulted on a contract?
DE
If so, where and why?
10. Are you, or a firm for which you were principal, debarred by any government agency?
If yes list agency name.
11. List the more important projects recently completed by your company, stating the
approximate cost of each, and the month and year completed, location and type of
construction.
12. List your major equipment available for this contract.
13. Experience in construction Work similar in importance to this project:
'O 4
14. Background and experience of the principal members of your organization, including
officers:
15. Credit available: $ 50o p O o
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER?
. Ye's
18. Are you licensed as a General CONTRACTOR? V P-S
If yes, in what city, county and state? Grp lw y� [d C'D/6r- ado
What class, license and numbers? M358L r
19. Do you anticipate subcontracting Work under this Contract? AS
20
21
If yes, what percent of total contract? ,3O '%-
And to whom? �� c��Cl L�
Are any lawsuits pending against you or your firm at this time? NO
IF yes, DETAIL
The City of Fort Collins requires General Liability coverage of $1,000,000 and
Automotive Liability of $1,000,000. Can you meet these requirements?y5
What Company is your insurance carrier? TAV'e Ig-r-S coper�,y LA&I:N
22. What are your company's bonding limitations? & M; < <to h ' la r)qi 111,00
aqL� rP_ct> L°
23. The undersigned hereby authorizes and requests any person, firm or corporation to
furnish any information requested by the OWNER in verification of the recital comprising
this Statement of Bidder's Qualifications.
1d-
Dated at -( o-ff e v i I (e_, this O day of M0. M&
Mo vxr�%:t r-, L o rsbr v-c-� r s , Sr r- .
Name of Bidder
By:� L4,i0�!
Title: -�reS,devL-L
State of Pr) (oraclo County of \Aj@-(t4
Soe �t� Z- being duly sworn deposes and says that he is
pre.St,�e►\E- of A&ur, �✓` lriOrLv-.,Iors. Sc . and that (name of
organization) the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this day of MoV 201L.
Notary Pu i
My commission expires
SANDY R ARENDS
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID:19914013585
MY COMMISSION EXPIRES MAY 1, 2019j
ITEM #6
WORK ON HAND AS OF MAY 2016
CONTRACT
ESTIMATED
ESTIMATED DATE
PERCENT
PROJECT NAME
OWNER / ARCHITECT
PRICE
START DATE
OF COMPLETION
COMPLETE
Town of Severance
Roadway & Drainage Improvements
(970) 395-9880
$1,754,847.00
6/22/2015
6/30/2016
50%
Town of Windsor
Trail Improvement Project
(970) 674-2413
$83,129.90
4/18/2016
9/1/2016
0%
City of Fort Collins
Timberline & Prospect Intersection
(970) 221-6775
$3,450,966.98
5/9/2016
9/15/2016
0%
Town of Platteville
Sterkel Boulevard Improvements
KBN Eng. (970) 395-9880
$521,694.50
6/1/2016
1 8/4/2016
0%
TOTALS $5,810,638.38
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Town of Erie
Erie Municipal Airport
$316,965.30
4/30/2010
Russell Pennington
(303) 926-2700
Boulder County
SH 7 & E. County Line Road
$627,786.13
8/24/2010
Andy Reed
(303) 441-3900
City of Fort Morgan
Rainbow Bridge
$370,458.14
5/28/2010
Bradley Curtis
(970) 542-3901
Larimer County
Replace Structure
$175,927.56
6/23/2010
Darrell Morrell
(970) 498-5728
Town of Berthoud
Roundabout at 1st Street & SH 56
$973,060.84
9/30/2010
Stephanie Brothers
(970) 532-2643
City of Greeley
2010 Northside Infrastructure Improvements
$58,858.66
10/11/2010
Joe Marcisofsk
(970) 336-4124
City of Fort Morgan
Fort Morgan Municipal Airport
$188,958.25
10/31/2010
Jared Moren
(970) 242-0101
CDOT
SH 287 At LCR 21C
$409,313.82
11/18/2010
Robert Moen
(970) 350-2283
City of Greeley
SH 257 and 37th Street Intersection
$223,372.00
11/23/2010
Rafael Samanie o
(970) 336-4122
City of Loveland
2010 Stormwater Maintenance Projects
$292,813.19
12/31/2010
Eric Lessard
(970) 962-2773
CDOT
SH 7 @ York Street
$549,145.68
1/13/2011
Raymond Stranberg
(303) 398-6770
City of Greele
Poudre Ponds Recreational Fishery
$153,229.31
1/31/2011
Sarah Boyd
(970) 336-4180
CDOT
SH 392 CBC Repair
$995,452.87
5/20/2011
Louis Keen
(970) 622-1282
Larimer County
Replacement of Bridge No. 7-0.8-68
$535,809.93
6/15/2011
Todd Juer ens
(970) 498-5711
City of Loveland
Boyd Lake Ave @ 5th Street
$82,270.50
7/8/2011
Derek Schuler
(970) 962-2647
Brannan Sand & Gravel
Cherryvale Road Shoulder
$242,571.07
10/31/2011
Bob Allison
(303) 604-0688
Weld County Public Works
WCR 17/WCR 34 Intersection Improvements
$129,228.92
11/7/2011
Mike Bedell, P.E.
(970) 301-0780
Town of Erie
Coal Creek Trail Extension Cheesman to
Reliance Park
$335,899.91 1
12/10/2011 J\Alendi
Palmer
(303) 926-2875
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
12011
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
City of Loveland
Stormwater Maintenance Projects
$299,604.29
12/31/2011
Eric Lessard
(970) 962-2773
City of Thornton
160th / Bull Canal Bridge Replacement
$236,258.00
2/29/2012
Eduardo Moreno
(720) 977-6272
Northern Colorado Traffic Con
1 st & Cherry Creek Bridge - Barrier Rental
$49,500.00
5/9/2012
Trisha Sandau
(970) 356-6881
CDOT
US 287 Dry Creek Bridge Replacement
$1,785,952.73
5/23/2012
Louis Keen
(970) 622-1282
Town of Frederick
Moore Farms Drainage Outfall Channel
$69,630.00
5/23/2012
Richard Nickson
(720) 382-5600
City of Fort Collins
Intersection Improvements at Harmony &
Lemay and Drake & Lemay
$418,146.01
8/22/2012
Timothy Kemp, PE
(970) 416-2719
Weld County School Dist #6
Greeley West High School Parking Lot
$15,830.09
6/27/2012
Bevan Arch
(970) 348-6101
Weld County Public Works
WCR 54/49 Intersection
$887,206.00
7/27/2012
Mike Bedell
(970) 301-0780
City of Fort Morgan
Barlow Road Bridge Repair
$37,301.00
7/25/2012
Bradley Curtis
(970) 542-3901
Town of Hudson
Hudson Fishing Pond
$290,136.00
8/31/2012
Joe Racine
(303) 536-9311
Northern Colorado Traffic
Control, Inc.
US 34 Overlook - Barrier Rental
$13,296.00
10/31/2012
Trisha Sandau
(970) 356-6881
DPC Industries, Inc.
Rail Spur Widening
$30,000.00
10/16/2012
Richard McLamb
(303) 536-4000
State of Colorado - D.O.W.
Poudre River SFU Intake Structure
$33,179.00
10/31/2012
Cary Pilon
(303) 204-2252
Larimer County
Replacement of Culverts 43-S3.03-61 &
43-1.78-61
$391,322.09
11/3/2012
Joe Temple
(970) 498-5717
CDOT
SH 7 Business Route - Culvert Replacement
$127,339.30
12/12/2012
Bill Aldorfer
(303) 546-5661
Larimer County
Replacement of Bridge No. 54G-0.6-23E
$164,082.52
4/5/2013
Kyle Arend
(970) 498-5734
City of Greeley
1st Street Storm Line Replacement at 6th Ave.
$128,788.25
4/11/2013
Linda Hood
(970) 350-9274
CDOT
US 85/CR 42 Traffic Signal
$688,136.25
5/16/2013
Michelle Martin
(970) 506-4940
City of Greeley
65th Avenue - S. of US 34 Bypass
$182,163.04
5/28/2013
Rafael Samaniego
(970) 336-4122
Bid Form (Section 00300)
Certified or Cashier's Check Bid Bond (Item 3 above and Section 00410)
- Acknowledgement of Bid Addenda (Item 7 above)
Statement of Bidder's Qualifications (Section 00420)
Schedule of Subcontractors (Section 00430)
- CDOT Form #606, Anti -Collusion Affidavit (Section 00440)
CDOT Form #1413, Bidders List (Section 00450)
CDOT Form #1414, Anticipated DBE Participation Plan (Section 00460)
- Buy America Certification (Section 00470)
Certification Regarding Lobbying (Section 00480)
9. The Bidder acknowledges this is a Federally funded project subject to the Federal Terms
and Conditions incorporated herein as part of the Invitation to Bid. This project has a
DBE goal of 10%. In order for a bidder to be responsive one must make a good faith
effort to meet the DBE goal. The bidder can meet this requirement in either of two ways.
First, the bidder can meet the goal, documenting commitments for participation by DBE
firms sufficient to meet the goal. Second, the bidder can document adequate good faith
efforts. These good faith efforts must be completed prior to submittal of the bid. To
meet the DBE eligibility requirements, DBE firms must be certified by CDOT. The CDOT
DBE Directory is available at https://www.codot.gov/business/civiIrights/dbe. If the
apparent low bidder does not meet the project DBE goal, three copies of the contractor's
good faith effort needs to be submitted to the City of Fort Collins Purchasing Department
by 4PM on the next business day after bid opening.
10. The undersigned Bidder shall provide three (3) completed or under construction project
references within the contract amount of $250,000 or greater from the past three (3)
years. It is the City's preference that the reference projects use the same Project
Manager as the Contractor is proposing for this project. References shall include a brief
project description, owner contact information, and total contract value. References may
be checked by the City and bids that do not include the required references may be
deemed non -responsive:
Project 1 Name:
Brief Description: Acze cs
Owner Contact Information: }" o� Fir i Ln U i n s
Contract Value: t (&OQ . aj 1. 5q
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
INiwot
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Brannan Sand & Gravel
Road Neva Road
$635,849.69
6/20/2013
Bob Allison
(303) 604-0688
Sherwood Village Assoc.
Drainage & Pavement Improvements
Phase 1
$236,397.00
7/12/2013
Mike Ketterling
KBN Engineers
(970) 395-9880
Division of Wildlife
Centennial Valley SWA - Empire Ditch
Crossing
$58,045.00
8/30/2013
Steve Patterson, P.E.
(303) 297-1192
Northern Colorado Traffic
Control, Inc.
US 85 Concrete Barrier
$23,024.00
9/19/2013
Trisha Sandau
(970) 356-6881
City of Greeley
59th Avenue Shoulder Widening
$498,031.60
9/30/2013
Dave Wells, P.E.
(970) 350-9796
CDOT
SH 39 Flood Repair Work
$155,799.53
10/31/2013
Miranda Lange, P.E.
(970) 962-4017
United Water and Sanitation
District
Glassey Recharge Facility
$250,888.60
11/5/2013
Adam Smith, P.E.
Civil Resources
(303) 833-1416
Weld County Public Works
WCR 20.5/3B Flood Repair
$22,670.58
11/26/2013
Mike Bedell, P.E.
(970) 301-0780
Weld County Public Works
WCR 20.5 / WCR 5-7 Flood Repair
$86,984.48
11/26/2013
Mike Bedell, P.E.
(970) 301-0780
City of Loveland
North Madison Avenue Trail
$109,922.42
11/30/2013
Shelley Aschenbrenner
(970) 962-2558
Town of Estes Park
Moraine Avenue Pedestrian Improvements
$291,621.49
11/30/2013
J.C. Cundall, P.E.
Farnsworth Group, Inc.
(970) 484-7477
City of Loveland
2013 Stormwater Maintanance Projects
$984,965.29
11/30/2013
Eric Lessard
(970) 962-2773
City of Loveland
2013 Alley Maintenance Project
$50,330.00
12/24/2013
Mike Bryant
(970) 962-2559
Adams County
Culvert Replacement @ Big Dry Creek
$285,031.73
2/28/2014
Chris Montoya
(720) 523-6050
City of Loveland
Hauling & Placement of Soil
$197,863.05
3/28/2014
Adam Clark
(970) 962-3432
Town of Erie
Erie Irrigation Pond Restoration
$292,739.31
4/30/2014
Wendi Palmer
(303) 926-2875
City of Greeley
Irrigation Pipe Repair- Reservoir Road and
23rd Avenue
$41,366.25
5/5/2014
Matt Simpson
(970) 350-9793
City of Greeley
Lift Station 9 - Manhole Access Road Repair
$62,400.00
5/20/2014
Phill Carter
(970) 350-9826
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
City of Evans
C Streambank - Flood Repair
$44,281.35
5/30/2014
Dawn Anderson
(970) 475-1160
City of Loveland
4th & Railroad Parking Lot
$96,045.37
6/30/2014
Marc Ka aska p
(970) 962-2393
Weld County Public Works
WCR 23/SH 392 Intersection
$2,430,240.98
7/31/2014
Mike Bedell, P.E.
(970) 304-6496
Town of Windsor
7th Street Trail
$250,600.96
8/31/2014
Curtis Templeman, P.E.
(970) 674-2400
Airfield Western, LLC
Erie Municipal Airport
$12,763.00
10/29/2014
Brian Hoops
(970) 252-1747
Town of Millikem
Heritage House Site Improvements
$84,888.70
10/31/2014
Sharlene Shadowen, P.E.
(970) 226-0342
City of Fort Collins
West Side Access Road - N. College Road
Improvements
$609,277.54
11/14/2014
Rand Maizland y
(970)221-6775
City of Fort Morgan
Upper Platte & Beaver Canal Bank Stabilization
$155,979.00
12/31/2014
Brad Curtis
(970) 542-3901
City of Loveland
2014 Loveland Stormwater Maintenance
$433,350.08
12/31/2014
Eric Lessard
(970) 962-2773
City of Fort Collins
W. Prospect Road Bridge Replacement
$788,752.17
1/31/2015
Mark Laken
(970) 222-3546
Coulson Excavating
Dakota Glen First Subdivision
$12,880.00
3/24/2015
Bill Schrader
(970) 667-2178
City of Greeley
20th Street, 1st Avenue to Balsam Avenue
$1,212,884.20
4/9/2015
Dave Wells, P.E.
(970) 350-9881
City of Fort Morgan
Riverside Park Pedestrian Bridge
$106,333.33
4/17/2015
Brad Curtis
(970) 542-3901
Coulson Excavating
Town of Berthoud
$23,896.00
4/21/2015
Bill Schrader
(970) 667-2178
City of Fort Morgan
Linda Street Construction
$551,905.82
5/31/2015
Brad Curtis
(970) 542-3901
City of Greeley
10th Street Access Control Project
$2,056,317.12
5/31/2015
Rafael Samaniego
(970) 336-4122
Town of Windsor
WCR 21 @ Greeley No. 2 Canal
$709,635.70
6/25/2015
Curtis Templeman, P.E.
(970) 674-2400
City of Loveland
Madison Avenue Bridge
$1,250,911.53
6/30/2015
Shelley Aschenbrenner
(970) 962-2558
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Sherwood Village Assoc.
Drainage & Pavement Improvements
Phase 2, 3, and 4
$467,209.20
7/31/2015
Mike Ketterling
KBN Engineers
(970) 395-9880
Town of Hudson
Beech Street Improvements
$406,879.00
8/31/2015
Buddy Vierow
KBN Engineers g�
(970) 395-9880
CDOT
US 34 & 71 st Avenue in Greeley
$319,312.10
9/9/2015
Esa as Butta
y
(970) 350-2268
City of Loveland
Sage Court
$324,991.00
9/30/2015
Eric Lessard
(970) 962-2773
Larimer County
Culvert No. 23-0.15-50E (Mill Creek)
$219,993.37
10/15/2015
Erich Purcell
(970) 646-2064
Town of Johnstown
S. Parish Avenue Road Widening
$1,007,625.21
10/31/2015
Tom Hellen
(970) 587-4664
Weld County Public Works
Weld County Road 13, 19 & 126 Haul Road
Project
$4,796,588.12
11/9/2015
Richard White
(970) 304-6496
CDOT
SH 257 Bridge Repairs
$724,007.87
11/23/2015
Kathy Peterson
(970) 350-2368
City of Loveland
Cascade Avenue
$167,421.00
11/30/2015
Eric Lessard
(970) 962-2773
SIMILAR PROJECTS
QUANTITY
15
5
2
MOUNTAIN CONSTRUCTORS, INC. ITEM #12
CONSTRUCTION EQUIPMENT AVAILABLE
Pick Up Trucks, 3/4 Ton
Service Fuel Trucks / Mechanic Truck
Dump Trucks
DESCRIPTION
4 Water Trucks 2,000 Gal., 3,500 Gal., 4,000 Gal.
5 Truck Tractors - 85,000 GVW
13 Trailers - End Dump (2), Bottom Dump (3), Low Bed (2), Floats (4), Side Dump (2)
1 Crawler Dozer - CAT D7H
4 Motor Graders - CAT 130G, 140G, 140H, 143H
8 Rollers - CAT 815, Dynapac 2511, CAT 433B, CAT 563C, CAT 563CP, CAT CB-114, CAT CS433C, AR-13-H
3 Motor Scrapers - CAT 623B, CAT 623E, CAT 613C
5 Rubber Tire Backhoes - JD 310D, JD 410D, JD 410E, JD 410G, CAT 430D
9 Track Backhoes - JD 892D, JD 892E, JD 4501-C, JD 330 CLC, JD 350D LC, Komatsu PC228US-3, Kubota U35
4 Skid Steer - Bobcat 5175, S300, T300 (2)
1 Power Curber 5700-B
1 Air Compressor - Ingersol Rand 185 CFM
2 Welders 200Amp (3), 300 Amp (1)
4 Water Pump - 6", 3" (2), 4" (2)
7 Wheel Loaders - CAT 950, CAT 966E, CAT 966F,CAT 966H, CAT 980F, CAT 938F, CAT 938K
2 Demo Hammer
2 Generator - 50KW, 36KW
ITEM #14
MOUNTAIN CONSTRUCTORS, INC.
OFFICERS AND PRINCIPALS
622 MAIN STREET
PLATTEVILLE, CO 80651
YEARS OF
INDUSTRY
NAME TITLE EXPERIENCE
Sandy Arends
Corporate Secretary / VP Finance
17
Steve Bisig
General Superintendent / Project Manager
44
Dan Boyer
Superintendent / Project Manager
10
Mathew Carlson
Erosion Control / Safety Superintendent
10
Joe Kuntz
President / Owner / Safety Officer
47
None of the above employees or company officers have ever been
convicted of bid related crimes or violations in any jurisdiction. Nor are
any of the above employees or company officers under notice of intent
to disbar or has ever been debarred in any jurisdiction.
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM
—fgflFrtC- CouTJ�6L
SUBCONTRACTOR
L,! ,j�, V-, 1�-
mHTIAJ �ir4R��if�
SECTION 00440
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. 51-10 AAq56 /O
ANTI -COLLUSION AFFIDAVIT LOCATION
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.
Contracto is fi rm c r company name
By
Daie,4
Cons4 t&d0rs Inc .
(l0
°e
�t're5
t
2nd contractor's firm or company name. (If joint venture.)
By
Date
Title
Sworn to before me this t� day of, tVk0.y 20 (Q
NFublic otc
•
SANDY P. ARENDS
NOTARY PUBLIC
my commission expire
STATE OF COLORADONOTARY
NOTE: This document must be signed in ink.
ID:19914013585
MT GUMMISSIUN EXPIRES MAY 1, 20191 CDOT Form N606 1102
OLORADO DEPARTMENT OF TRANSPORTATION
IBIDDERS LIST
Project Name and Number Project Code Proposal Date IContractor Region
SHO M455-109 19059 5/20/2016 1 MOUNTAIN CONSTRUCTORS INC. 1 4
Subcontractors/Suppliers/Vendors: The bidder must list all firms seeking to participate on the contract. This information is used by the
Colorado Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to
submit this form may result in the proposal being rejected.
Firm Name Email
Work Proposed DBE Selected
(Select all that apply) (Y/N) (Y/N)
194rpfL Can w
2 ' �qm �t� A f L /
14L d�IY` � k L.,< OY AN nAi /V
I certify that the information provided herein is true and correct to the best of my knowledge.
JOE KUNTZ PRESIDENT 5/20/2016
Name I Signature/Initials ITitle I Date
Work Proposed Categories:
1. 1.4aterials and Supplies
2 Flaggingand Traffic Control
3. Trucking and Hauling
4. Precast Concrete. Foundations. and
Footings
5. Concrete Paving. Flahvork and Repair
6. Lighting and Electrical
7, Signs Signal Installation. and Guardrail
8. Fencing
9. Buildings and Vertical Structures
10_ Utility Water and Server Lines
11 Structural Steel and Steel Reinforcement
12. Riprap and Anchored Retaining Walls
13 Landscape and Erosion Control
14. Bndge and Bridge Deck Construction
15. Asphalt Paving
16. Road and Parking Lot Marking
17. Chip Seal Crack Seal- Joint Seal and
Crack Fill
18. Bridge Painting and Coating
19 Stainvay and Ornamental Metal
20. Parking Lots and Commercial Siderialks
form must be submitted by the proposal deadline. For CDOT projects, submit to
21. Cleanng Demolition. Excavation and
Ea thrvork
22. Engineering and Surveying Services
23. Public Relations and Involvement
24. Piles and Deep Foundations
25 Waste Management and Recycling
26. Site Clean Up
27. t.fechanica! and HVAC
28 Tunnel Construction
29. Profiling and Grinding
30. Environmental Health and Safety
CDOT Form #1413 01/14
COLORADO DEPARTMENT OF TRANSPORTATION
ANTICIPATED DBE PARTICIPATION PLAN
Bidder:
MOUNTAIN CONSTRUCTORS, INC.
Project:
SHO M455-109
Contact:
JOE KUNTZ
Project Code:
19059
Phone:
970-785-6161
Date of Proposal:
5/20/2016
Email:
joe@mtnconstructors.com
Contract Goal:
10%
Preferred Contact
Method:
T
Region:
4
DBE Commitments
DBE Firm Name Work to Be Performed Commitment Eligible
Amount Participation
Lightfield Enterprises Inc. Traffic Control $107,050.00 $107,050.00
Total Eligible Participation $107,050.00
Total Bid Amount $1,013,679.50
Total Eligible Participation Percentage 10.56%
Bidder Signature'
This section must be signed by an individual with the authority to bind the Bidder. By signing this form, as an authorized
representative of the Bidder, you 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 your knowledge. Further, you attest that you have read
the Standard Special Provision Disadvantaged Business Enterprise Requirements and understand the following:
CDOT shall not award a contract until it has been determined that the contract goal has been met or that you have otherwise
demonstrated good cause. Once your proposal has been submitted, commitments may not be modified or terminated without the
approval of CDOT. If selected as the lowest apparent bidder, you shall submit a Form 1415 for each commitment listed above. If you
have not met the contract goal, you will also be required to submit documentation of all good faith efforts to meet the contract goal.
It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and that their eligible participation
has been properly counted. For additional information and instructions on calculating eligible participation, see the Standard Special
Provision Disadvantaged Business Enterprise Requirements.
Joe Kuntz President 5/20/2016
Name I Title Sianature Date
This form must be submitted by the proposal deadline. For CDOT projects, submit to cdot_hq_dbeforms@state.co.us.
Civil Rights and Business Resource Center CDOT Form # 1414 01/14
SECTION 00470
BUY AMERICA
The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide
that Federal funds may not be obligated unless steel, iron, and manufactured products used in
FTA-funded projects are produced in the United States, unless a waiver has been granted by
FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7,
and include final assembly in the United States for 15 passenger vans and 15 passenger
wagons produced by Chrysler Corporation, and microcomputer equipment and software.
Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R.
661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic
content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification
(below) with all bids or offers 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.
BIDDER MUST SIGN ONE 1) OF THE FOLLOWING:
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S.C. 53236)(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 C.F.R. Part 661.5.
Date
Signature
Company Name oLuALOIn 04J2S4rL.A'C -�0r-5 .Z'nc .
Title
Certificate of Non -Compliance with 49 U.S.C. 53236)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C.
53230)(2)(A), 5323(j)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
Company Name
Title
Owner Contact Information:
Contract Value: �, a50, a l 1. S 3
Project 3 Name: RK SLq'- e.ei- `Jn j2rn Ye v\-LS Description:
Owner Contact Information:
Contract Value: -$ Lot. g� b
11. BID SCHEDULE (Base Bid)
Bid
Item
Contract
Item No.
Contract Item
Unit
Estimated
Quantities
Unit Price
Total Cost
1
201-00000
Clearing and Grubbing
LS
1
$
2
202-00010
Remo fTree
A
10
$
3
202-00019
Removal of Inl
EA
1
$
4
202-00035
Removal of Pipe y
LF
16
$
5
202
Removal of Sidewalk and XCorete Apron
SY
773
$
6
202
Removal of Concrete Median Nose!Stkn
EA
4
$
7
202-00203
Removal of Curb and Gutter
LF
1,114
$
8
202-00220
Removal of Asphalt Mat
SY
519
$
9
202-00240
Removal of Asphalt Matoaning) (3 Inches)
SY
8,985
$
10
202-00250
Removal ofPav entMarking
SF
26
$
11
202-00821
Remova/Oign Panel
E
1
$
12
202-00900
Re/ro/\tal of Concrete Footing (Top T of Traffic Signal Pole Bases)
EA
$
13
203-0000
Unclassified Excavation
CY
857
$
14
203-00060
Embankment Material (Complete In Place)
CY
200
$
SECTION 00480
APPENDIX A, 49 CFR PART 20--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.] 11 //��
The Contractor, /1/�oL� in LOn5S r"rs , 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 this
certification and disclosure, if any.
Signature of Contractor's Authorized Official
oe JdAni-Z '�reS t JG ri-L Name and Title of Contractor's Authorized Official
tKA u 20 f pot t, Date
15
203-00100
Muck Excavation
CY
200
$
16 N
203-01597
Potholing
HR
20
$
17
2 -00405
Topsoil (Special) - Pre -amended with 4 cu.yds. / 1000 sq.ft. Compost (Shrub
and Perennial Beds) -18"d.
CY
26
$
18
208-00
Erosion Log
LF
5
$
19
208-00035
IRgregate Bag
LF
100
$
20
208-00045
Concr e Washout Structure
EA
1
$
21
208-00051
Storm Drain let Protection (Type 1)
LF
75
22
208-00070
Vehicle Tracking ad
EA
1
$
23
208-00205
Erosion Control Supe or
HR
90
$
24
210
Reset Electrical Box (Private)
EA
1
$
25
210-00750
Reset Light Standard (Private)
EA
1
$
26
210-04010
Adjust Manhole (Sanitary)
EA
1
$
27
210-04015
Modify Manhole
EA
1
$
28
210-04050
Adjust Valve Box
EA
2
$
29
212-00050
Sod (Repair includes sod d fine grade)
SF
5,950
$
30
212-00100
Tree Retention and Pr ection
LS
1
$
31
213-00008
Mulching (Wood ip)-4"d. N
CF
82
$
32
213
Inorganic M ch-8"-12" River Rock/Cobble (20% of median)
TON
1
$
33
213
Inorgani Mulch-Y-6"TanRiverRock(30%of median)
TON
1
$
34
213
Inor anic Mulch -1.5" Tan River Rock (50% of median)
TON
1
$
35
213-00070
andscape Weed Barrier Fabric (A] Inorganic beds)
SY
2
$
36
213-00 0
Metal Landscape Border (3/16x4 Inch) - Green Ryerson with integral stakes
LF
40
$
37
213, 0700
Landscape Boulder -'A Boulder (24"h. x 24'W .x 361.)
EA
1
$
38
13-00700
Landscape Boulder -'B' Boulder (30"h. x 24'W. x 36"I.)
EA
1
$
39
213-00700
Landscape Boulder -'C' Boulder (42"h. x 24"w. x 36" I.)
EA
1
$
40
214
Deciduous CanopyTrees
EA
8
$
214
Ornamental Trees
EA
4
$
kl
214
Deciduous Shrubs
EA
5
,
$
43
214
Evergreen Shrubs
EA
1
/�
$
44
214
Ornamental Grasses/Perennials
EA
29
i
$
45
304
Aggregate Base Course (Class 5 or 6)
TON
852 '
$
46
403
Hot xAsphalt(Patching) (Median) (Assumed 5")
TON
35
$
47
403
Hot Mix As43vt (Grade S 75) (PG 58-28) (Assumed 5") (Full Depth Area)
T
292
$
48
403
Hot Mix Asphalt'(Grade S 100) (PG 64-28) (Modified Binder Mix w/ Modified Oil)
Assumed 3" Over
TON
1,664
$ -
49
504
Concrete Wall (6" Wide all w/ 6" Thick Sidewalk)
LF
105
$
50
504
Masonry Brick Wall (12"Wde'Wall) �.
LF
44
$
51
603-01155
15 Inch Reinforced Concrete Pipe ( mplete In Place) 3'
a
LF
34
$
52
604-19110
Inlet Type R L5 (10 Foot) (With Snout®)
EA
1
$
53
608-00006
Concrete Sidewalk (6 Inch)
SY
480
$
54
608
Concrete Curb Ramp and Concrete Apr
SY
260
$
55
608
Concrete Median Nose `
EA
4
$
56
609-21010
Curb and Gutter Type 2 (Se on I-B)
LF
171
$
57
609-21020
Curb and Gutter Type (Section II-B)
LF
1,095
$
58
610-00024
ri
Median Cover Mal (4 Inch Sandscape Conc.)
SF
356
$
59
623
Irrigation S m
LS
1
$
60
626-00000
Mobil i on
LS
1
$
61
630-00000
FI ging
HR
1, 0
$
62
630-OOOOY
Traffic Control Inspection
DAY
5
$
63
630-0 12
Traffic Control Management
DAY
60
$
64
0-80355
Portable Message Sign Panel
DAY
40
$
Y
630
Construction Traffic Control
LS
1
FORCE ACCOUNT
700-70010
F/A Minor Contract Revisions
F/A
1
$5Q000
$ 50,000
67
700-70016
F/AFuelCos
/A
1
$2,000.00
$ 2,000
68
700-70019
F/A Asphalt Cement Cost Adjustment
F/A
1
$25,000.00
$ 25,000
69
700-70021
F/AOn-The-Job Trainee
F
1
$1,000.00
$ 1,000
--' TOTAL BASEBID
ff:
IN WORDS:
ACCEPTANCE OF FUEL COST ADJUSTMENTS:
Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of
Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must
fill in an ' X' next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost
changes for bidders who answer "NO". If neither line is marked, the Department will assume
the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will
not be given any other opportunity to accept or reject this adjustment.
(Mark only one line with an "V):
YES, I choose to accept Fuel Cost Adjustments for this project
-L NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is
marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project
8309 Drake & Shields Intersection Improvements
BID SCHEDULE
Bid
Item
Contract Item
No.
Contract Item
Unit
Estimated
Quantities
Unit Price
Total Cost
1
201-00000
Clearing and Grubbing
LS
1
$12,000.00
$ 12,000.00
2
202-00010
Removal of Tree
EA
10
$800.00
$ 8,000.00
3
202-00019
Removal of Inlet
EA
1
$2,100.00
$ 2,100.00
4
202-00035
Removal of Pipe
LF
16
$26.00
$ 416.00
5
202
Removal of Sidewalk and Concrete Apron
SY
773
$11.00
$ 8,503.00
6
202
Removal of Concrete Median Nose & Sign
EA
4
$600.00
$ 2,400.00
7
202-00203
Removal of Curb and Gutter
LF
1,114
$6.50
$ 7,241.00
8
202-00220
Removal of Asphalt Mat
SY
519
$22.50
$ 11,677.50
9
202-00240
Removal of Asphalt Mat (Planing) (3 Inches)
SY
8,985
$8.00
$ 71,880.00
10
202-00250
Removal of Pavement Marking
SF
26
$10.00
$ 260.00
11
202-00821
Removal of Sign Panel
EA
1
$200.00
$ 200.00
12
202-00900
Removal of Concrete Footing (Top T of Traffic Signal Pole Bases)
EA
4
$750.00
$ 3,000.00
13
203-00000
Unclassified Excavation
CY
857
$40.00
$ 34,280.00
14
203-00060
Embankment Material (Complete In Place)
CY
200
$65.00
$ 13,000.00
15
203-00100
Muck Excavation
CY
200
$40.00
$ 8,000.00
16
203-01597
Potholing
HR
20
$225.00
$ 4,500.00
17
207-00405
Topsoil (Special) - Pre -amended with 4 cu.yds.11000 sq.ft. Compost (Shrub and
Perennial Beds) -18"d.
CY
26
$58.00
$ 1,508.00
18
208-0002
Erosion Log
LF
55
$15.00
$ 825.00
19
208-00035
Aggregate Bag
LF
100
$15.00
$ 1,500.00
20
208-00045
Concrete Washout Structure
EA
1
$1,500.00
$ 1,500.00
21
208-00051
Storm Drain Inlet Protection (Type 1)
LF
75
$20.00
$ 1,500.00
22
208-00070
Vehicle Tracking Pad
EA
1
$1,000.00
$ 1,000.00
23
208-00205
Erosion Control Supervisor
HR
90
$125.00
$ 11,250.00
24
210
Reset Electrical Box (Private)
EA
1
$4,500.00
$ 4,500.00
25
210-00750
Reset Light Standard (Private)
EA
1
$1,000.00
$ 1,000.00
26
210-04010
Adjust Manhole (Sanitary)
EA
1
$725.00
$ 725.00
27
210-04015
Modify Manhole
EA
1
$2,500.00
$ 2,500.00
28
210-04050
Adjust Valve Box
EA
2
$400.00
$ 800.00
29
212-00050
Sod (Repair includes sod and fine grade)
SF
5,950
$1.50
$ 8,925.00
8309 Drake & Shields Intersection Improvements
BID SCHEDULE
Bid
Item
Contract Item
No.
Contract Item
Unit
Estimated
Quantities
Unit Price
Total Cost
30
212-00100
Tree Retention and Protection
LS
1
$1,500.00
$ 1.500.00
31
213-00008
Mulching (Wood Chip) - 4"d.
CF
82
$3.00
$ 246.00
32
213
Inorganic Mulch - 8"-12" River Rock/Cobble (20% of median)
TON
1
$300.00
$ 300.00
33
213
Inorganic Mulch - Y-6" Tan River Rock (30% of median)
TON
1
$300.00
$ 300.00
34
213
Inorganic Mulch -1.5" Tan River Rock (50% of median)
TON
1
$300.00
$ 300.00
35
213-00070
Landscape Weed Barrier Fabric (All Inorganic beds)
SY
24
$15.00
$ 360.00
36
213-00460
Metal Landscape Border (3/16x4 Inch) - Green Ryerson with integral stakes
LF
40
$15.00
$ 600.00
37
213-00700
Landscape Boulder -'A' Boulder (24"h. x 24"w .x 361.)
EA
1
$450.00
$ 450.00
38
213-00700
Landscape Boulder -'B' Boulder (30"h. x 24"w. x 36" I.)
EA
1
$450.00
$ 450.00
39
213-00700
Landscape Boulder -'C' Boulder (42"h. x 24"w. x 361.)
EA
1
$550,00
$ 550.00
40
214
Deciduous Canopy Trees
EA
8
$650,00
$ 5,200.00
41
214
Ornamental Trees
EA
4
$650.00
$ 2,600.00
42
214
Deciduous Shrubs
EA
5
$110.00
$ 550.00
43
214
Evergreen Shrubs
EA
1
$195.00
$ 195.00
44
214
Ornamental Grasses/Perennials
EA
29
$30.00
$ 870.00
45
304
Aggregate Base Course (Class 5 or 6)
TON
852
$46.00
$ 39,192.00
46
403
Hot Mix Asphalt (Patching) (Median) (Assumed 5")
TON
35
$300.00
$ 10,500.00
47
403
Hot Mix Asphalt (Grade S 75) (PG 58-28) (Assumed 5") (Full Depth Area)
TON
292
$125.00
$ 36,500.00
48
403
Hot Mix Asphalt (Grade S 100) (PG 64-28) (Modified Binder Mix w/ Modified Oil)
(Assumed 3") (Overlay)
TON
1,664
$125.00
$ 208,000.00
49
504
Concrete Wall (6" Wide Wall w/6" Thick Sidewalk)
LF
105
$225.00
$ 23,625.00
50
504
Masonry Brick Wall (12" Wide Wall)
LF
44
$85.00
$ 3,740.00
51
603-01155
15 Inch Reinforced Concrete Pipe (Complete In Place)
LF
34
$150.00
$ 5,100.00
52
604-19110
Inlet Type R L5 (10 Foot) (With Snout@)
EA
1
$7,500.00
$ 7,500.00
53
608-00006
Concrete Sidewalk (6 Inch)
SY
480
$85.00
$ 40,800.00
54
608
Concrete Curb Ramp and Concrete Apron
SY
260
$115.00
$ 29,900.00
55
608
Concrete Median Nose
EA
4
$2,250.00
$ 9,000.00
56
609-21010
Curb and Gutter Type 2 (Section I-B)
LF
171
$32.00
$ 5,472.00
57
609-21020
Curb and Gutter Type 2 (Section II-B)
LF
1,095
$35.00
$ 38,325.00
58
610-00024
Median Cover Material (4 Inch Sandscape Conc.)
SF
356
$19.00
$ 6,764.00
8309 Drake & Shields Intersection Improvements
BID SCHEDULE
Bid
Item
Contract Item
No.
Contract Item
Unit
Estimated
Quantities
Unit Price
Total Cost
59
623
Irrigation System
LS
1
$20,000.00
$ 20,000.00
60
626-00000
Mobilization
LS
1
$75,000.00
$ 75,000,00
61
630-00000
Flagging
HR
1,500
$36.00
$ 54,000.00
62
630-00007
Traffic Control Inspection
DAY
5
$140.00
$ 700.00
63
630-00012
Traffic Control Management
DAY
60
$650.00
$ 39,000.00
64
630-80355
Portable Message Sign Panel
DAY
40
$650 00
$ 26,000.00
65
630
Construction Traffic Control
LS
1
$17,000.00
$ 17,000.00
FORCE ACCOUNT
66
700-70010
F/A Minor Contract Revisions
F/A
1
$50,000.00
$ 50,000
67
700-70016
F/A Fuel Cost Adjustment
F/A
1
$2,000.00
$ 2,000
68
700-70019
F/A Asphalt Cement Cost Adjustment
F/A
1
$25,000.00
$ 25.000
69
700-70021
F/A On -The -Job Trainee
F/A
1
$1,000.00
$ 1,000
TOTAL BASE BID
$ 1,013,580
IN WORDS: