HomeMy WebLinkAbout20194846.tiffMEMORANDUM
Date: November 20, 2019
To: Rob Turf, Purchasing Manager
From: Michael Bedell, P.E., Senior Engineer
RE: Bid Request No. B1900130
BOCC Present and Approval Date November 25, 2019
Bids were received and opened on November 20, 2019 for contracted construction of the WCR17/54
Irrigation Project (Roundabout Phase 1). Five (5) bids were received ranging from $996,929.50 to
$1,295,231.00 with the lowest bid submitted by Mountain Constructors Inc. from Platteville, Colorado.
My Engineer's Estimate for this project was $1,009,945.20.
The submitted bids have been reviewed for errors and completeness, and none were apparent. The bid
tabulation is attached for your information.
It is staffs recommendation to award the construction contract to Mountain Constructors Inc. for a
total amount of $996,929.50. Public Works has worked successfully with the Contractor in the past, on
similar projects. The work involves reconstruction of farmers irrigation facilities adjacent to the project.
Therefore, to ensure we can accommodate the next irrigation season, we are requesting an Emergency
Approval for the purpose of starting the work as soon as possible. If this bid is approved by the BOCC on
November 251h, construction is planned to commence in December 2019 and is planned to be completed
by April 2020.
L�L,�ZG'c�i
/a-/(-
(P�c ooaa
�6 o40`7‘,
WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES
BETWEEN WELD COUNTY & MOUNTAIN CONSTRUCTORS INC.
WCR17/54 IRRIGATION PJZOJECTT
THIS AGREEMENT is made and entered into this // day of Die.,../Z-14-1-C) , 2019 by and
between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of
County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as
"County," and Mountain Constructors Inc., whose address is P.O. Box 405, Platteville, CO 80651, hereinafter
referred to as "Contractor".
WHEREAS, the WCR17/54 Irrigation needs improvements, (hereinafter referred to as the "Project"), and
WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the
improvements of the WCR17/54 Irrigation, and
WHEREAS, County requires an independent contract construction professional to perform the construction
services required by County and set forth in Exhibit A;
WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction
Services at or below the cost set forth in Exhibit B;
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the equipment, materials and services as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties
hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B,
each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein
by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically
Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to
meet those requirements.
Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B1900130 (Addendum
#4). The RFB contains all specific requirements of the County.
Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms
Contractor's obligations under this Agreement.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the
Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform
and complete the Project described in Exhibit A which is attached hereto and incorporated herein by
reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated
personnel to perform the services described on attached Exhibits A and B. Contractor shall faithfully
perform the work in accordance with the standards of professional care, skill, training, diligence and
judgment provided by highly competent Contractors performing construction services of a similar nature to
those described in this Agreement. Contractor shall further be responsible for the timely completion and
acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the
time limits prescribed by County may result in County's decision to withhold payment or to terminate this
Agreement. In its sole discretion, the County may extend the time for the Contractor to complete the service
or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to
the Contractor nor change any other term herein.
40/9-</ri-A,
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and
shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B.
Both parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County
from entering into Agreements which bind County for periods longer than one year. Therefore, within the
thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes
to renew this Contract.
4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days
written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material
breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the
right to provide materials (or services) under this Agreement beyond the time when such materials (or
services) become unsatisfactory to the County.
If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation
shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have
been approved by the County; (2) the reasonable value to County of the materials which Contractor provided
prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the
cost of any work which the County approves in writing which it determines is needed to accomplish an
orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this
Agreement upon termination.
Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by
County that the Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to
County all drawings, drafts or other documents it has completed or partially completed under this
Agreement, together with all other items, materials and documents which have been paid for by County, and
these items, materials and documents shall be the property of County. Copies of work product incomplete
at the time of termination shall be marked "DRAFT -INCOMPLETE."
Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever
against the County by such termination or because any act incidental thereto, except for compensation for
work satisfactorily performed and/or materials described herein properly delivered.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed
by both parties. No additional services or work performed by Contractor shall be the basis for additional
compensation unless and until Contractor has obtained written authorization and acknowledgement by
County for such additional services. Accordingly, no claim that the County has been unjustly enriched by
any additional services, there is in fact any such unjust enrichment, shall be the basis of any increase in the
compensation payable hereunder.
6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the
Project, and County's acceptance of the same, County agrees to pay an amount no greater than
$996,929.50, which is the bid set forth in Exhibit B. Contractor acknowledges no payment greater than that
amount will be made by County unless a "Change Order" authorizing such additional payment has been
specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld
County Board of County Commissioners, as required pursuant to the Weld County Code. Any other
provision of this Agreement notwithstanding, in no event shall County be liable for payment for services
rendered and expenses incurred by Contractor under the terms of this Agreement for any amount greater
than the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs
beyond that specifically authorized by County is performed at Contractor's risk and without authorization
under this Agreement.
County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to
be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations
under this Agreement after, nor shall any payments be made to Contractor in respect of any period after
December 31st of any year, without an appropriation therefore by County in accordance with a budget
adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado
Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR
Amendment (Colorado Constitution, Article X, Sec. 20)
7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's
officers, agents or employees will not become employees of County, nor entitled to any employee benefits
from County resulting from the execution of this Agreement. Contractor shall perform its duties hereunder as
an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and
employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not
entitled to unemployment insurance or workers' compensation benefits through County, and County shall
not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor
shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable)
incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind
County to any agreement, liability or understanding, except as expressly set forth in this Agreement.
8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon
the reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
the completion of this Project without County's prior written consent, which may be withheld in County's sole
discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the
subject Project during the performance of this Agreement and no personnel to whom County has an
objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the
subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor
all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County
shall have the right (but not the obligation) to enforce the provisions of this Agreement against any
subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be
responsible for the acts and omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order
shall become or remain (as applicable), the property of County. In addition, all reports, data, plans,
drawings, records and computer files generated by Contractor in relation to this Agreement and all reports,
test results and all other tangible materials obtained and/or produced with the performance of this
Agreement, whether such materials are in completed form, shall be considered the property of the County.
Contractor shall not make use of such material for purposes other than this Agreement without prior written
approval of County.
10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the
main bid submittal, clearly denoting in red on the financial information at the top the word,
"CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with
the provisions of C.R.S. 24-72-201, et seq., regarding public records, and cannot guarantee the
confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential
information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to
any other person or entity without seeking written permission from the County. Contractor agrees to advise
its employees, agents, and consultants, of the confidential and proprietary nature of this confidential
information and of the restrictions imposed by this Agreement.
11. Warranty. Contractor warrants that construction services performed under this Agreement will be
performed in a manner consistent with the professional construction standards governing such services and
the provisions of this Agreement. Contractor further represents and warrants that all construction services
shall be performed by qualified personnel in a professional and workmanlike manner, consistent with
industry standards, and that all construction services will conform to applicable specifications.
In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant
to this Agreement is su eject to a one-year warranty period during which Contractor must correct any failures
or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the
date of County's final acceptance of the Proiect.
12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County
originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of
reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve
Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall
any action by County hereunder constitute or be construed to be a waiver by County of any breach of this
Agreement or default which may then exist on the part of Contractor, and County's action or inaction when
any such breach or default shall exist shall not impair or prejudice any right or remedy available to County
with respect to such breach or default. No assent expressed or implied, to any breach of any one or more
covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other
breach. Acceptance by the County of, or payment for, the construction completed under this Agreement
shall not be construed as a waiver of any of the County's rights under this Agreement or under the law
generally.
13. Insurance and Indemnification.
General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution
of any agreement or commencement of any work, the following insurance covering all operations, goods or
services provided pursuant to this request. Contractors/Contract Professionals shall keep the required
insurance coverage in force during the term of the Agreement, or any extension thereof, and during any
warranty period. The required insurance shall be underwritten by an insurer licensed to do business in
Colorado and rated by A.M. Best Company as "A -VIII" or better. Each policy shall contain a valid provision or
endorsement stating "Should any of the above -described policies by canceled or should any coverage be
reduced before the expiration date thereof, the issuing company shall send written notice to the Weld
County Director of General Services by certified mail, return receipt requested. Such written notice shall be
sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for
which notice shall be sent ten (10) days prior. If any policy is greater than a deductible or self -insured
retention, County must be notified by the Contractor/Contract Professional. Contractor/Contract Professional
shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to
require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the
deductible or self -insured retention to guarantee payment of claims.
The insurance coverage specified in this Agreement are the minimum requirements, and these requirements
do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that
the minimum limits contained herein are enough to protect the Contractor from liabilities that might arise out
of the performance of the work under this Contract by the Contractor, its agents, representatives,
employees, or subcontractors. The Contractor is not relieved of any liability or other obligations assumed or
pursuant to the Contract by failure to obtain or maintain insurance in enough amounts, duration, or types.
Any modification to these requirements must be made in writing by Weld County.
The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall
be responsible for the professional quality, technical accuracy, and quantity of all construction services
provided, the timely delivery of services, and the coordination of services rendered by the Contractor and
shall, without additional compensation, remedy and correct any errors, omissions, or other deficiencies.
Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and
employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character
arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or
amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor
to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully
responsible and liable for any and all injuries or damage received or sustained by any person, persons, or
property on account of its performance under this Agreement or its failure to comply with the provisions of
the Agreement, or on account of or in consequence of neglect of the Contractor in its construction methods
or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or
recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph
shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary
loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of
the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its
associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees,
agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure
to comply with this provision shall result in County's right to immediately terminate this Agreement.
Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain during the term of any
Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all the Contractor's Contract Professional's employees acting within the course and scope of their
employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not
apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND
when such Contractor or subcontractor executes the appropriate sole proprietor waiver form.
Minimum Limits:
Coverage A (Workers' Compensation)
Coverage B (Employers Liability)
Statutory
$500,000
Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering
premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage,
independent Contractors, products and completed operations, blanket contractual liability, personal injury, and
liability assumed under an insured contract. The policy shall be endorsed to include 1) the Additional
Insured Endorsements CG 2010 (or equivalent), 2) CG 2037 Additional Insured for products/completed
operations, and 3) the Designated Construction Projects General Aggregate Endorsement CG 2503. The
policy shall be endorsed to include the following additional insured language on the additional insured
endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities,
successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an
additional insured with respect to liability and defense of suits arising out of the activities performed by, or on
behalf of the Contractor, including completed operations" and the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
$50,000 any one fire; and
$5,000 Medical payment one person
Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per
person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all
vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned
vehicles used in the performance of this Contract.
Additional provisions:
Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the
following:
i. If any aggregate limit is reduced by twenty-five percent (25%) or more by paid or
reserved claims, Contractor shall notify County within ten (10) days and reinstate the
aggregates required;
ii. Unlimited defense costs greater than excess of policy limits;
iii. Contractual liability covering the indemnification provisions of this Agreement;
iv. A severability of interest provision;
v. Waiver of exclusion for lawsuits by one insured against another;
vi. A provision that coverage is primary; and
vii. A provision that coverage is non-contributory with other coverage or self-insurance provided
by the County.
For general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies,
if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first
date when any goods or services were provided to County, whichever is earlier. Contractors/Contract
Professionals shall secure and deliver to the County at or before the time of execution of this Agreement,
and shall keep in force at all times during the term of the Agreement as the same may be extended as
herein provided, a commercial general liability insurance policy, including public liability and property
damage, in form and company acceptable to and approved by said Administrator, covering all operations
hereunder set forth in the related Bid or Request for Proposal.
Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a
certificate of insurance, a policy, or other proof of insurance as required by the County.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability,
and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive
subrogation rights against County.
Subcontractors: All subcontractors, subcontractors, independent Contractors, sub -vendors, suppliers or
other entities providing goods or services required by this Agreement shall be subject to the requirements
herein and shall procure and maintain the same coverage required of Contractor/Contract Professional.
Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -
vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors
maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for
all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by
the County.
14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim
thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its
rights hereunder without such prior approval by County shall, at the option of County, automatically
terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at
the sole and absolute discretion of County.
15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized
representative of County, including the County Auditor, shall have access to and the right to examine and
audit any books, documents, papers and records of Contractor, involving all matters and/or transactions
related to this Agreement. The Contractor agrees to maintain these documents for three years from the date
of the last payment received.
16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to
deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause
beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes
or Governmental actions.
17. Notices. County may designate, prior to commencement of work, a representative who shall make all
necessary and proper decisions with reference to the project. All requests for contract interpretations,
change orders, and other clarification or instruction shall be directed to County Representative. All notices
or other communications (including annual maintenance made by one party to the other concerning the
terms and conditions of this contract shall be deemed delivered under the following circumstances:
a) personal service by a reputable courier service requiring signature for receipt; or
b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed
to a party at the address set forth in this contract; or
c) electronic transmission via email at the address set forth.below, where a receipt or
acknowledgment is required by the sending party; or
d) transmission via facsimile, at the number set forth below, with a receipt or acknowledgment
required by the sending party.
Either party may change its notice address by written notice to the other.
Contractor Notification Information:
Contractor: Mountain Constructors Inc.
Attn.: Joe Kuntz
Address: P.O. Box 405
Address: Platteville, CO 80651
E-mail: joe@mtnconstructors.com
Phone: 970-785-6161
County Notification Information:
Name: Michael Bedell, P.E.
Position: Senior Engineer
Address: P.O. Box 758
Address: 1111 H Street, Greeley, CO. 80632-0758
E-mail: mbedell@weldgov.com
Phone: 970-301-0780
18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and
regulations in effect or hereafter established, including without limitation, laws applicable to discrimination
and unfair employment practices.
19. Non -Exclusive Agreement. This Agreement is non-exclusive, and County may engage or use other
Contractors or persons to perform services of the same or similar nature.
20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated
herein, contains the entire agreement between the parties with respect to the subject matter contained in
this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or
agreements with respect to the subject matter contained in this Agreement. This Agreement may be
changed or supplemented only by a written instrument signed by both parties.
21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent
upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this
Agreement by County does not create an obligation on the part of County to expend funds not otherwise
appropriated in each succeeding year.
22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The
signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal
or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement.
County has no interest and shall not acquire any interest direct or indirect, that would in any manner or
degree interfere with the performance of Contractor's services and Contractor shall not employ any person
having such known interests. During the term of this Agreement, Contractor shall not engage in any in any
business or personal activities or practices or maintain any relationships which conflicts with or in any way
appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to
ensure compliance with this provision may result, in County's sole discretion, in immediate termination of
this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County
Board, committee or hold any such position which either by rule, practice or action nominates, recommends,
supervises Contractor's operations, or authorizes funding to Contractor.
23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without
such provision, to the extent this Agreement is capable of execution within the original intent of the parties.
24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a
waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
25. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and
conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved
to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action
whatsoever by any other person not included in this Agreement. It is the express intention of the
undersigned parties that any entity other than the undersigned parties receiving services or benefits under
this Agreement shall be an incidental beneficiary only.
26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it
has been approved by the Board of County Commissioners of Weld County, Colorado or its designee.
27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and
void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District
Court shall have exclusive jurisdiction to resolve said dispute.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does
not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor
will confirm the employment eligibility of all employees who are newly hired for employment in the United
States to perform work under this Agreement, through participation in the E -Verify program of the State of
Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ
or contract with an illegal alien to perform work under this Agreement or enter into a contract with a
subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or
contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify
Program or State of Colorado program procedures to undertake pre -employment screening or job
applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a
subcontractor performing work under the public contract for services knowingly employs or contracts with an
illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has
actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate
the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three
(3) days of receiving notice. Contractor shall not terminate the contract if within three days the
subcontractor provides information to establish that the subcontractor has not knowingly employed or
contracted with an illegal alien. Contractor shall comply with reasonable requests made during an
investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and
Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty
days after hiring a new employee to perform work under the contract, affirm that Contractor has examined
the legal work status of such employee, retained file copies of the documents, and not altered or falsified the
identification documents for such employees. Contractor shall deliver to County, a written notarized
affirmation that it has examined the legal work status of such employee and shall comply with all the other
requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this
provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so
terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by
federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds
under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or
older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies
for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears
or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present
in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. §
24-76.5-103 prior to the effective date of the contract.
29. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of
Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of
Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by
Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these
publications. Contractor further acknowledger and agrees that a failure to meet the standards set by these
publications may result in withholding by County of some or all the Contract Amount.
30. Compliance with Davis -Bacon Wage Rates. Not applicable.
31. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this
Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or
legal costs incurred by or on its own behalf.
32. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial
body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be
null and void.
Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and
agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B,
is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior
agreements, oral or written, and any other communications between the parties relating to the subject matter of this
Agreement.
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this llr
day of
CONTRACTOR:
Mountain Constructors Inc.
By: X
Name: Joe Kuntz
Title: President
WELD COUNTY:
ATTEST: d„,ilt„, w •44.
Weld Co ty Clerk to the Board WE P COUNTY, COLOfjtADO
/
Date: December 4, 2019
BOARD OF COUNTY COMMISSIONERS
BY:
Deputy r k to the Boar
Barbara Kirkmeyer
hair
2019.
DEC 1 1 2019
Contract Form
New Contract Request
Entity Information
Emily Name*
MOUNTAIN CONSTRUCTORS. INC.
Entity ID*
0001749
Contract Name*
AGREEMENT FOR CONSTRUCTION SERVICES FOR WCR
17/54 IRRIGATION PROJECT
Contract Status
CTB REVIEW
Contract ID
3306
Contract Lead*
MBEDELL
❑ New Entity?
Parent Contract ID
Requires Board Approval
YES
Contract Lead Email Department Project #
MBedell@co.weldco us SRP-30
Contract Description*
AGREEMENT BETWEEN WELD COUNTY AND MOUNTAIN CONSTRUCTIORS, INC. FOR CONSTRUCTION SERVICES FOR WCR
17/54 IRRIGATION PROJECT. CONTRACTOR AGREES TO PRCURE MATERIALS, EQUIPMENT AND PRODUCTS AND PROVIDE
ALL SERVICES„ LABOR PERSONNEL TO COMPLETE PROJECT
Contract Description 2
Contract Type
AGREEMENT
Amount*
$996.929.50
Renewable*
NO
Automatic Renewal
NO
Grant
NO
County Attorney Email
IGA BCHOATE@CO.WELD .CO. US
NO
Department
PUBLIC WORKS
Department Email
C M-
PublicWorksaeldgov. com
Department Head Email
CM-PublicWorks-
DeptHead@weldgovcorn
County Attorney
BOB CHOATE
Requested BOCC Agenda
Date*
12/11/2019
Due Date
12(07/2019
Will a work session with BOCC be required?
NO
Does Contract require Purchasing Dept. to be included?
YES
Bid/RFP
B1900130
If this is a renewal enter previous Contract ID
If this is part of a MSA enter MSA Contract ID
Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in
OnBase
Contract Dates
Effective Date
12/11/2019
Termination Notice Period
Review Date*
11/30/2020
Renewal Date
Committed Delivery Date Expiration Date'
1213112020
Contact Information
Contact Info
Contact Name
Purchasing
Purchasing Approver
CONSENT
Approval Process
Department Head
JAY MCDONALD
DH Approved Date
12/0912019
Final Approval
BOCC Approved
BOCC Signed Date
BOCC Agenda Date
Originator
SSWANSON
Contact Type Contact Email
Finance Approver
CONSENT
Contact Phone 1 Contact Phone 2
Purchasing Approved Date
12/09/2019
Finance Approved Date
12/09/2019
Tyler Ref
CONSENT
Legal Counsel
CONSENT
Legal Counsel Approved Date
12/09/2019
Submit
CORRECTED RESOLUTION
(Corrected Bid Award Amount)
RE: APPROVE EMERGENCY BID #B1900130, CR17/54 IRRIGATION PROJECT AND
WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND
INVESTIGATION - DEPARTMENT OF PUBLIC WORKS
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Department of Purchasing has requested waiver of the ten-day waiting
period for Emergency Bid Request #B1900130, CR 17/54 Irrigation Project, for the Department
of Public Works, due to timing constraints of the upcoming irrigation season, and
WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day
waiting period for said emergency bid.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County, Colorado, that the ten-day waiting period for Emergency Bid Request #B1900130,
CR 17/54 Irrigation Project, for the Department of Public Works, be, and hereby is, waived.
BE IT FURTHER RESOLVED by the Board that the low bid from Mountain Constructors,
Inc., in the amount of $996,929.50, be, and hereby is, accepted on an emergency basis.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 25th day of November, A.D., 2019.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COJLORADO
ATTEST: dtet.4) �. ,�.l�to•�ir.
Weld County Clerk to the Board
BY: %V V147
eputy Clerk to the Board
APPOVED AS TO FO
Asst. County A ttorney
Date of signature: I2A '(/I'
arbara Kirkmeyer,'Chair
Mike Freeman, Pro-Tem
Sean Conway
Steve Moreno
cc: PV cam), pw one,1aR/CH)
0a/t3/,DO
2019-4846
P00022
EG0076
RESOLUTION
RE: APPROVE EMERGENCY BID #61900130, CR17/54 IRRIGATION PROJECT AND
WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND
INVESTIGATION - DEPARTMENT OF PUBLIC WORKS
WHEREAS, the Board of County Commissione Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charte , vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Department of Purchasing has reque- ed w-iver of the ten-day waiting
period for Emergency Bid Request #B1900130, CR 17/54 lrrig '• Project, for the Department
of Public Works, due to timing constraints of the upcomiiga�ion season, and
WHEREAS, the Board of County Commissioner it advisable to waive the ten-day
waiting period for said emergency bid.
NOW, THEREFORE, BE IT RESOLVED by th Board of County Commissioners of Weld
County, Colorado, that the ten-day waiting perio Emergency Bid Request #B1900130, CR
17/54 Irrigation Project, for the Department of Publi s, be, and hereby is, waived.
BE IT FURTHER RESOLVED by the
Inc., in the amount of $1,009,945.20, be, a
ar• that the low bid from Mountain Constructors,
is, accepted on an emergency basis.
The above and foregoing Resolutio ' was on motion duly made and seconded, adopted
by the following vote on the 25th day of Nov- - . -r, A.D., 2019.
ATTEST: die/4A)
Weld County Clerk to the Board
BY:
eputy Clerk to the Boar
APPROVED AS TO F
..,. //
As t ounty Attorne
Date of signature:
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, C• ORADO
arbara Kirkmeyer Chair
c
Mike Freeman, Pro-Tem
ott K. James
■
Steve Moreno
cc-•. PVR, PwCmg / Q.R1C H)
12/12/19
2019-4846
P00022
EG0076
MEMORANDUM
Date: November 20, 2019
To: Rob Turf, Purchasing Manager
From: Michael Bedell, P.E., Senior Engineer
RE: Bid Request No. B1900130
BOCC Present and Approval Date November 25, 2019
Bids were received and opened on November 20, 2019 for contracted construction of the WCR17/54
Irrigation Project (Roundabout Phase 1). Five (5) bids were received ranging from $996,929.50 to
$1,295,231.00 with the lowest bid submitted by Mountain Constructors Inc. from Platteville, Colorado.
My Engineer's Estimate for this project was $1,009,945.20.
The submitted bids have been reviewed for errors and completeness, and none were apparent. The bid
tabulation is attached for your information.
It is staff's recommendation to award the construction contract to Mountain Constructors Inc. for a
total amount of $996,929.50. Public Works has worked successfully with the Contractor in the past, on
similar projects. The work involves reconstruction of farmers irrigation facilities adjacent to the project.
Therefore, to ensure we can accommodate the next irrigation season, we are requesting an Emergency
Approval for the purpose of starting the work as soon as possible. If this bid is approved by the BOCC on
November 25th, construction is planned to commence in December 2019 and is planned to be completed
by April 2020.
P o o o `ol ta
EGOO7Co
WELD COUNTY PURCHASING
1150 O Street, Room 107, Greeley, CO 80631
E -Mail: cmpeters ac weldgov.com
E-mail: reverett( weidgov.com
E-mail: rturfa(weldgov.com
Phone: (970) 400-4223, 4222 or 4216
Fax: (970) 336-7226
DATE OF BID: NOVEMBER 20m, 2019
REQUEST FOR: WCR 17/54 IRRIGATION PROJECT
DEPARTMENT: PUBLIC WORKS
BID NO: #B1900130
PRESENT DATE: NOVEMBER 25TH, 2019
APPROVAL: NOVEMBER 25TH, 2019 (EMERGENCY APPROVAL)
VENDOR TOTAL
MOUNTAIN CONSTRUCTORS INC
PO BOX 405
PLATTEVILLE CO 80651
CONCRETE WORKS OF COLORADO INC
1260 ROCK CREEK CIRCLE
LAFAYETTE CO 80026
GERRARD EXCAVATING INC
27154 COUNTY ROAD 13
JOHNSTOWN CO 80534
DURAN EXCAVATING INC
14332 CR 64
GREELEY CO 80631
AMERICAN CIVIL CONSTRUCTORS LLC
DBA: ACC MOUNTAIN WEST
4901 S. WINDERMERE ST
LITTLETON CO 80120
Engineering Estimate: $1,009,945.20
$996,929.50
$1,081,583.00
$1,087,572.20
$1,113,701.00
$1,295,231.00
THE DEPARTMENT OF PUBLIC WORK ARE REVIEWING THE BIDS AT THIS TIME.
BID TABULATION 11-20-19
WCR 17/54 IRRIGATION PHASE B1900130
ITEM
NUMBER
CONTRACT ITEM
UNIT
ESTIMATED
QUANTITY
UNIT PRICE TOTAL
Engineer's Engineer's
UNIT PRICE TOTAL
Mountain Mountain
UNIT PRICE TOTAL
Concrete Works Concrete Works
UNIT PRICE TOTAL
Gerrard Gerrard
UNIT PRICE TOTAL
Duran Duran
UNIT PRICE TOTAL
American Civil American Civil
201
Clearing and Grubbing
LS
I
$10,000.00
$10,000.00
$42,000.00
$42,000.00
$45,400.00
$45,400.00
$13,150.00
$13,150.00
$17,500.00
$17,500.00
$19,000.00
$19,000.00
202
Removal of Structure
EACH
5
$1,000.00
$5,000.00
$900.00
$4,500.00
$1,000.00
$5,000.00
$1,570.00
$7,850.00
$1,100.00
$5,500.00
$1,300.00
$6,500.00
202
Removal of Concrete Ditch Lining
LF
1557
$10.00
$15,570.00
$6.50
$10,120.50
$15.00
$23,355.00
$20.00
$31,140.00
$13.50
$21,019.50
$9.00
$14,013.00
202
Removal of Valve
EACH
9
$250.00
$2,250.00
$400.00
$3,600.00
$262.00
$2,358.00
$730.00
$6,570.00
$335.00
$3,015.00
$230.00
$2,070.00
202
Removal of Steel Vent Pipe Riser
EACH
2
$250.00
$500.00
$275.00
$550.00
$525.00
$1,050.00
$730.00
$1,460.00
$360.00
$720.00
$458.00
$916.00
202
Removal of Pipe
LF
2874
$15.00
$43,110.00
$10.00
$28,740.00
$20.00
$57,480.00
$13.00
$37,362.00
$20.00
$57,480.00
$23.00
$66,102.00
202
Removal of Asphalt Mat
SY
234
$10.00
$2,340.00
$13.00
$3,042.00
$30.00
$7,020.00
$128.00
$29,952.00
$16.00
$3,744.00
$18.00
$4,212.00
202
Removal of Fence
LF
2026
$2.50
$5,065.00
$2.50
$5,065.00
$6.00
$12,156.00
$4.00
$8,104.00
$2.00
$4,052.00
$3.00
$6,078.00
202
Removal of Gate
EACH
1
$250.00
$250.00
$175.00
$175.00
$225.00
$225.00
$170.00
$170.00
$260.00
$260.00
$250.00
$250.00
203
Utility Poholing
HOUR
60
$25000
$15,000.00
$215.00
$12,900.00
$253.00
$15,180.00
$425.00
$25,500.00
$310.00
$18,600.00
$260.00
$15,600.00
206
Structure Backfill (Flow -Fill) (County Mix)
CY
303
$125.00
$37,875.00
$167.00
$50,601.00
$155.00
$46,965.00
$150.00
$45,450.00
$155.00
$46,965.00
$160.00
$48,480.00
208
Erosion Log Type 1(12 inch)
LF
200
$6.00
$1,200.00
$6.00
$1,200.00
$8.00
$1,600.00
$8.00
$1,600.00
$6.00
$1,200.00
$7.00
$1,400.00
208
Erosion Bales (Weed -Free)
EACH
15
$80.00
$1,200.00
$30.00
$450.00
$22.00
$330.00
$270.00
$4,050.00
$100.00
$1,500.00
$30.00
$450.00
208
Concrete Washout Structure
EACH
1
$1,800.00
$1,800.00
$2,750.00
$2,750.00
$1,770.00
$1,770.00
$2,800.00
$2,800.00
$1,050.00
$1,050.00
$2,400.00
$2,400.00
208
Removal/Disposal of Sediment (Labor)
HOUR
40
$40.00
$1,600.00
$65.00
$2,600.00
$61.00
$2,440.00
$68.00
$2,720.00
$50.00
$2,000.00
$55.00
$2,200.00
208
RemovaVDisposal of Sediment(Equipment)
HOUR
40
$125.00
$5,000.00
$65.00
$2,600.00
$55.00
$2,200.00
$338.00
$13,520.00
$160.00
$6,400.00
$120.00
$4,800.00
208
Temporary Berms
LF
2731
$5.00
$13,655.00
$5.00
$13,655.00
$2.00
$5,462.00
$3.00
$8,193.00
$3.25
$8,875.75
$2.00
$5,462.00
212
Seeding (Native) (Hand Broadcast)
ACRE
0.2
$2,500.00
$500.00
$6,250.00
$1,250.00
$11,240.00
$2,248.00
$9,300.00
$1,860.00
$11,000.00
$2,200.00
$3,000.00
$600.00
304
Aggregate Base Course (Class 6)
TON
400.7
$25.00
$10,017.50
$50.00
$20,035.00
$30.00
$12,021.00
$40.00
$16,028.00
$35.50
$14,224.85
$60.00
$24,042.00
304
Aggregate Base Course (RAP) (Class 6)
TON
430.4
$28.00
$12,051.20
$50.00
$21,520.00
$30.00
$12,912.00
$38.00
$16,355.20
$36.00
$15,494.40
$40.00
$17,216.00
601
Concrete Class D
CY
45.4
$1,000.00
$45,400.00
$775.00
$35,185.00
$1,050.00
$47,670.00
$835.00
$37,909.00
$1,480.00
$67,192.00
$1,200.00
$54,480.00
602
Reinforcing Steel
LB
1911
$1.50
$2,866.50
$3.00
$5,733.00
$2.00
$3,822.00
$4.00
$7,644.00
$4.50
$8,599.50
$1.00
$1,911.00
603
Reset Hein Irrigation Connection
EACH
1
$1,200.00
$1,200.00
$4,000.00
$4,000.00
$1,010.00
$1,010.00
$6,955.00
$6,955.00
$2,800.00
$2,800.00
$3,333.00
$3,333.00
603
24" RCP
LF
48
$100.00
$4,800.00
$116.00
$5,568.00
$121.00
$5,808.00
$134.00
$6,432.00
$188.00
$9,024.00
$175.00
$8,400.00
603
24" Marmac Coupler Connection
EACH
1
$1,200.00
$1,200.00
$1,500.00
$1,500.00
$341.00
$341.00
$1,484.00
$1,484.00
$320.00
$320.00
$1,000.00
$1,000.00
603
24" RCP End Section
EACH
1
$1,500.00
$1,500.00
$1,300.00
$1,300.00
$1,420.00
$1,420.00
$910.00
$910.00
$1,250.00
$1,250.00
$1,500.00
$1,500.00
$1,000.00
603
10" Plastic Pipe (C900 - 235 psi)
LF
10
$70.00
$700.00
$65.00
$650.00
$85.00
$850.00
$117.00
$1,170.00
$96.00
$960.00
$100.00
603
10 Plastic Pipe (Gated)
LF
332
$75.00
$24,900.00
$19.00
$6,308.00
$35.00
$11,620.00
$47.00
$15,604.00
$70.00
$23,240.00
$60.00
$19,920.00
603
12" Plastic Pipe (O900 - 235 psi)
LF
3306
$70.00
$231,420.00
$62.00
$204,972.00
$51.00
$168,606.00
$66.00
$218,196.00
$67.00
$221,502.00
$95.00
$314,070.00
603
I0" Plastic Pipe Bend (C900)
EACH
1
$500.00
$500.00
$1,000.00
$1,000.00
$590.00
$590.00
$520.00
$520.00
$545.00
$545.00
$650.00
$650.00
603
12" Plastic Pipe Bcnd)C900)
EACH
15
$500.00
$7,500.00
$900.00
$13,500.00
$1,020.00
$15,300.00
$799.00
$11,985.00
$836.00
$12,540.00
$700.00
$10,500.00
603
12" Ductile Iron Pipe (350 psi)
LF
244
$120.00
$29,280.00
$102.00
$24,888.00
$91.00
$22,204.00
$81.00
$19,764.00
$106.00
$25,864.00
$125.00
$30,500.00
603
12" Ductile Iron Pipe Bend (350 psi)
EACH
5
$500.00
$2,500.00
$1,750.00
$8,750.00
$1,020.00
$5,100.00
$790.00
$3,950.00
$1,200.00
$6,000.00
$1,500.00
$7,500.00
604
Manhole Slab Base (5 -foot)
EACH
1
$4,000.00
$4,000.00
$4,000.00
$4,000.00
$3,610.00
$3,610.00
$5,630.00
$5,630.00
$6,000.00
$6,000.00
$4,500.00
$4,500.00
604
Manhole Slab Base (10 -foot)
EACH
1
$6,000.00
$6,000.00
$5,800.00
$5,800.00
$3,920.00
$3,920.00
$7,230.00
$7,230.00
$7,500.00
$7,500.00
$5,900.00
$5,900.00
604
Irrigation Structure Steel Frame/Cover
EACH
6
$500.00
$3,000.00
$1,800.00
$10,800.00
$1,900.00
$11,400.00
$3,600.00
$21,600.00
$2,000.00
$12,000.00
$8,500.00
$51,000.00
619
6" Steel Vent Pipe Riser Assembly
EACH
4
$1,000.00
$4,000.00
$3,000.00
$12,000.00
$1,660.00
$6,640.00
$1,820.00
$7,280.00
$2,400.00
$9,600.00
$5,900.00
$23,600.00
619
24" Welded Steel Casing Pipe (CIP)
LF
470
$300.00
$141,000.00
$225.00
$105,750.00
$250.00
$117,500.00
$248.00
$116,560.00
$193.00
$90,710.00
$205.00
$96,350.00
619
10 -inch Alfalfa Valve (Waterman)
EACH
2
$1,500.00
$3,000.00
$1,550.00
$3,100.00
$487.00
$974.00
$235.00
$470.00
$510.00
$1,020.00
$3,000.00
$6,000.00
619
12 -inch Gate Valve (Fresno)
EACH
4
$2,000.00
$8,000.00
$3,900.00
$15,600.00
$3,210.00
$12,840.00
$3,035.00
$12,140.00
$3,000.00
$12,000.00
$5,500.00
$22,000.00
619
12 -inch Slide Gate (Fresno)
EACH
1
$500.00
$500.00
$1,650.00
$1,650.00
$1,410.00
$1,410.00
$890.00
$890.00
$1,200.00
$1,200.00
$2,700.00
$2,700.00
619
12 -inch Sunshine Valve (Waterman)
EACH
1
$2,000.00
$2,000.00
$950.00
$950.00
$820.00
4
$820.00
$320.00
$320.00
$711.00
$711.00
$2,500.00
$2,500.00
620
Field Office (Class 2)
EACH
1
$10,000.00
$10,000.00
$16,500.00
$16,500.00
$22,360.00
$22,360.00
$39,250.00
$39,250.00
$14,000.00
$14,000.00
$12,000.00
$12,000.00
620
Sanitary Facility
EACH
1
$2,000.00
$2,000.00
$3,000.00
$3,000.00
$2,300.00
$2,300.00
$2,145.00
$2,145.00
$2,000.00
$2,000.00
$1,000.00
$1,000.00
622
Bollard
EACH
9
$250.00
$2,250.00
$550.00
$4,950.00
$808.00
$7,272.00
$675.00
$6,075.00
$900.00
$8,100.00
$1,200.00
$10,800.00
625
Construction Surveying
LS
1
$25,000.00
$25,000.00
$14,000.00
$14,000.00
$21,240.00
$21,240.00
$13,155.00
$13,155.00
$23,000.00
$23,000.00
$32,000.00
$32,000.00
626
Mobilization
LS
1
$50,000.00
$50,000.00
$62,000.00
$62,000.00
$73,340.00
$73,340.00
$25,160.00
$25,160.00
$121,000.00
$121,000.00
$130,000.00
$130,000.00
630
Flagging
HOUR
400
$25.00
$10,000.00
$32.00
$12,800.00
$29.00
$11,600.00
$60.00
$24,000.00
$30.00
$12,000.00
$35.00
$14,000.00
630
Traffic Control Supervisor
DAY
20
$600.00
$12,000.00
$650.00
$13,000.00
$200.00
$4,000.00
$710.00
$14,200.00
$580.00
$11,600.00
$700.00
$14,000.00
630
Traffic Control Inspection
DAY
80
$250.00
$20,000.00
$70.00
$5,600.00
$650.00
$52,000.00
$175.00
$14,000.00
$61.00
$4,880.00
$70.00
$5,600.00
630
Construction Traffic Sign (Panel Size A)
EACH
15
$75.00
$1,125.00
$38.00
$570.00
$84.00
$1,260.00
$110.00
$1,650.00
$33.00
$495.00
$26.00
$390.00
630
Construction Traffic Sign (Panel Size B)
EACH
4
$80.00
$320.00
$63,00
$252.00
$96.00
$384.00
$165.00
$660.00
$55.00
$220.00
$64.00
$256.00
630
Portable Message Sign Panel
DAY
48
$125.00
$6,000.00
$75.00
$3,600.00
4
$500.00
$24,000.00
$165.00
$7,920.00
$77.00
$3,696.00
$77.00
$3,696.00
630
Barricade (Type 3 M -B) (Temporary)
EACH
4
$500.00
$2,000.00
$75.00
$300.00
$300.00
$1,200.00
$220.00
$880.00
$83.00
$332.00
$96.00
$384.00
700
F/A Minor Contract Revisions
FA
1
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
700
F/A Subsurface Utility Engineering (SUE)
FA
1
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
$75,000.00
700
F/A Erosion Control
FA
1
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
$10,000.00
TOTAL
$1,009,945.20
TOTAL
$996,929.50
TOTAL
$1,081,583.00
TOTAL
a
$1,087,572.20
TOTAL
$1,113,701.00
TOTAL
$1,295,231.00
ng Errors or Discrepancies
N/A
No Errors
No Errors
No Errors
No Errors
No Errors
Hello