Loading...
HomeMy WebLinkAbout20140535.tiff 1861 MEMORANDUM .!'..�� TO: Board of County Commissioners U O U N T Y DATE: March 17, 2014 FROM: Elizabeth Relford, Transportation Planner Dun Dunker, Senior Engineer SUBJECT: Contract Approval for Bid Request No. B1400048 On February 21, 2014, Weld County Public Works received one bid for contracting construction of Espanola Subdivision Improvements Project. On March 10, 2014, the bid was awarded to Duran Excavating, Inc. in the amount of $810,543. The attached contract memorializes the bid award for sewer, road, and drainage improvements. Community Development Block Grant (CDBG) Project #12-519 is allocated for the construction of road and drainage improvements in the amount of$275,000. The Weld County Housing Authority is assisting with funding in the amount of$65,355.00 for sewer improvements. Weld County's proportional share will be approximately $470,188. Public Works request approval of the contract with Duran Excavating, Inc. A neighborhood meeting is scheduled for Thursday, March 20th and Construction will begin the first week of April. The project is anticipated to be complete by the end of May. I'm available to answer any questions you may.have. • CjulAr3PA-4*- Cc\ sQ1111-C1I' 3 1 - 9 cc : A/0 ((i`zaddi) ao/y O35 3-i8- iy 6c oo10 AGREEMENT WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY& DURAN EXCAVATING, INC. THIS AGREEMENT is made and entered into this 1 day of MiNec.tn , 2014, 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 00,p0„,,, Y z«:a,4th'A 7. ! , [an individual], [a limited liability partnership] [a limited liability company] f corporation]whose address is �1/G It) q&n A ,hereinafter referred to as"Contractor". 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. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Bid Package No. B 1400048".The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. WITNESSETH: WHEREAS, Weld County received a Community Development Block Grant(CDBG) for road and drainage repairs in Espanola Subdivision and shall include water and sewer improvements in collaboration with the Weld County Housing Authority and the City of Greeley, (hereinafter referred to as the"Project", and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the permanent repair of this road OR bridge,and WHEREAS, County requires an independent contract construction professional to perform the Construction Services required by County and set forth in Exhibit A;and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction Services at the cost specifically set forth in Exhibit B: NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows: 1. Components of Agreement: 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. Contractor acknowledges that Exhibit A contains highly important forms and/or documents, some of which must be completed subsequent to the execution of this Agreement, and further acknowledges that those forms requiring completion by Contractor shall be completed to the satisfaction of County at the time and in the 34 manner required by County. Contractor further acknowledges that a failure to comply with any of the requirements of Exhibit A and B may result in County's decision to withhold payment. 2. Work to be Performed. Contractor, under the general direction of, and in coordination with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), agrees to perform the services described on attached Exhibits A and B. Contractor agrees that during the term of this Agreement, it shall fully coordinate its construction services with County and/or any other person or firm under contract with the County doing work or providing services which affect Contractor's services. 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. Contract 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. In no event shall this Agreement continue beyond one year from County's execution of the Agreement unless the parties specifically agree to a continuation in writing. 4. 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 the amount set forth in Exhibit B. Contractor acknowledges no additional payment 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 in excess of 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 shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. 5. Additional Work. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by Contractor for adjustment hereunder must be made in writing prior to the performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. 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 as a result of 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. - 35 - 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. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. 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. Contractor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law(and as set forth in Exhibit A), and (b) provide proof thereof when requested to do so by County. 7. 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 in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 8. Termination Provisions. A. 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 Manager. B. 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 Manager approves in writing which he 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, C. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which 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." D. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein - 36- properly delivered. 9. 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 shall faithfully perform the work in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent individuals and entities that perform services of a similar nature to those described in this Agreement.Contractor further represents and warrants that: A. All construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards. B. All construction services will conform to applicable specifications. 10. 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 and incidental material(s) 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. 11. Insurance and Indemnification. Contractor stipulates that it has met the insurance requirements identified in Exhibit A. Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contractor shall defend, indemnify and save harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character brought because of Contractor's acts, errors or omissions in seeking to perform its construction obligations under this Agreement. 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 Contractor in its construction methods or procedures; or in its provisions of the materials required herein, or through use of unacceptable materials and/or materials not identified in Exhibits A and B; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law,ordinance, order, or decree. County may retain as much of any moneys due Contractor under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contractor has agreed to secure and maintain the insurance required by the terms of Exhibit A. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 12. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest - 37- 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. 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Contractor agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, 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. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, 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. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. 17. 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. 18. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. 19. 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. 20. 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. By execution of this Agreement, County does not warrant that funds will be available to fund this Agreement beyond the current fiscal year. 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. -38 - 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver 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 actually 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. 22. 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 that this Agreement is then capable of execution within the original intent of the parties. 23. 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. 24. 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. 25. 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. 26. 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. 27. 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 shall perform work under this Agreement and shall 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 or the State program established pursuant to CRS §8-17.5-102(5)(c), Contractor shall not knowingly employ or subcontract with an illegal alien to perform work under this - 39- 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 (a) shall not use E-Verify Program or State program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed, (b) shall notify the subcontractor and County within three days if Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien for work under this Agreement, (c)shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three days of receiving the notice, and (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to CRS §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State program, Contractor shall deliver to County, a written, notarized affirmation, affirming that County has examined the legal work status of such employee, and shall comply with all of the other requirements of the State program. If Contractor fails to comply with any requirement of this provision or CRS §8-17.5-101 et seq., County may terminate this Agreement for breach and, if so terminated, Contractor shall be liable for damages. 28. 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 of the Contract Amount. 29. Compliance with CDBG General Conditions Exhibit A. Contractor understands and agrees that, if required by the provisions of Exhibit A, the work shall be in compliance with the applicable GENERAL CONDITIONS and is a part this Agreement. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of 2014. CONTRACTOR: Dtnrt.o., Cy t//ChA ZAL By: Date 3/7//z" me Na : cr,A r4•t i' 1C-iait in Title: �� 7 -40- COUNTY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY,COLORADO ATTES L • (e` `tik o jv �• K JCL:el Dougi s: Raddmacher, Chair oard of Weld County Commissioners Wel• ounty Clerk to the Bo• � � , MAR 17 2014 4 Dep ty Clerk to the Boa ; Nor, I -41 - c 7 /'A535 MEMORANDUM `= 1861 111 �� = Date: March 7, 2014 EU c.o N 1 To: Trevor Jiricek, Director of General Services From: Elizabeth Relford and Don Dunker, Project Managers RE: Bid Request No. B1400048 Bids were received and opened on February 21, 2014 for contracted construction of Espanola Subdivision Improvements Project. One bid was received for the Roadway Improvements for $775,547.00 and for the Water and Sewer Improvements for $338,497.00 for a combined total of $1,114,044.00 both bids were submitted by Duran Excavating, Inc. from Greeley, Colorado. The submitted bids have been reviewed for errors and completeness. The first bid received for the Roadway Improvements was for $775,547.00 and after negotiations with the contractor Duran Excavating, Inc. he was able to give a $30,359.00 credit for the Concrete Paving Item 412, to reduce the bid amount to $745,188.00. The bid of the Water Improvements that City of Greeley was to be responsible for was $278,742.00 and due to the high cost they decided to not proceed so this portion of the bid has been eliminated. The Sewer portion of the bid is $65,355.00. No other errors or discrepancies were apparent. Attached is the bid tabulation for your information. This project has a construction budget of $810,543.00 for the Roadway and Sewer Improvements; the project budget is sufficient to cover this construction contract award. Public Works is recommending Duran Excavating, Inc. for a total amount of $810,543.00. Construction of the project is anticipated to take place approximately April through May of 2014. 070/5/--old 2U � ESPANOLA SUBDIVISION IMPROVEMENTS PROJECT ROADWAY BID TAB RESULTS 2/21/2014 BID CONTRACT PLAN ITEM TOTAL REM TOTAL PERCENT CONTRACT ITEM UNIT COST COST COST COST CHANGE Na ITEM ROADWAY ENGINEER'S NGINEER'S DURAN DURAN FROM ESTIMATE ESTIMATE EXCAVATING EXCAVATING ESTIMATE 1 201 CLEARING AND GRUBBING LS 1 $ 800000 6,000,00 11,000.00 11,000.00 83% 2 201 PARK AND PARKING LOT MAINTENANCE HOUR 20 $ 200.00 4.00000 200.00 4,000.00 0% 3 201 TRASH REMOVAL(RESIDENCE CURBSIDE TRASH REMOVAL) HOUR 30 $ 100.00 3,000.00 80.00 1,600.00 -40% 4 202 REMOVAL OF TREES M"DIA TO 60"DIA) EACH 10 $ 250.00 2,500.00 2,000.00 20,00000 700% 5 202 REMOVAL OF ASPHALT MAT(SPECIAL 1'-8'THICK) SO YD 600 $ 800 4,800.00 4.50 2,700.00 -44% 6 202 REMOVAL OF PAVEMENT MARKING SOFT 20 5 200 40.00 6.00 120.00 200% 7 202 REMOVAL OF FENCE LIN.FT 750 $ 2.50 1,875.00 3.00 2,25800 20% 8 202 REMOVAL OF CONCRETE - SO VD 500 $ 1.50 750.00 7.00 3,500.00 367% 9 202 REMOVAL OF TREE STUMP EACH 5 $ 250.00 1250.00 400.00 2,000.00 60% 10 202 REMOVAL OF RAIL ROAD TIES LIN.FT 200 $ 25.00 5,000.00 11.00 2,200.00 -58% 11 202 REMOVAL OF LANDSCAPE ROCK CU.YD. 30 $ 100.00 3,000,00 3000 900.00 '70% 12 202 SAW CUT ASPHALT(1"-8"THICK) LIN.FT 465 $ 4.00 1,860.00 3.00 1.395,00 -25% 13 202 SAW CUT CONCRETE(1"-12"THICK) LIN.FT 1149 $ 4 5.00 5,]4500 25% 14 202 REMOVE BOLLARDS EACH 3 $ 50.0000 4,596.00 150.00 100.00 300.00 100% 15 202 BOLLARDS E OH 3 $ 200.00 600.00 36000 1,060_00 80% 18 203 UNCLASSIFIED EXCAVATION(COMPLETE IN PLACE)(HAUL AWAY) CU.YD. 1545 $ 1950 30,127.50 15.00 23,175,00 -23% I 17 203 EMBANKMENT(COMPLETE IN PLACE) CU.YD. 20 $ 19.50 390.00 40.00 800.00 105% 18 203 PROOF ROLLING HOUR 30 5 100.00 3,00000 120.00 3,80000 20% 19 203 POTHOLING HOUR 20 $ 325.00 650000 375.00 7,500.00 15% 20 203 BLADING HOUR 15 $ 150.00 2,250.00 180.00 2,700.00 20% 21 203 BACKHOE/TRACKHOE HOUR 15 $ 150.00 2,250,00 200.00 3,000.00 33% 22 206 STRUCTURAL BACKFILL(FLOWABLE) CU.YD. 50 $ 100.00 5,000.00 9600 4,800.00 -4% 23 207 TOP SOIL CU.YO. 350 $ 25.00 8,75000 10.00 3,50000 -60% 24 208 EROSION LOG(12 INCH) LIN FT 100 $ 2,00 200,00 600 600.00 200% 25 208 EROSION BALES(WEED FREE) EACH 15 $ 8,00 120.00 31.00 465.00 288% 26 208 SILT FENCE LIN FT 500 $ 1,65 825.00 1.30 65000 -21% 27 20B CONCRETE WASHOUT STRUCTURE EACH 1 5 800.00 800.00 550,00 550.00 -31% 28 208 VEHICLE TRACKING PAD EACH 2 $ 1,500,00 3,000.00 1,200.00 2,40000 -20% • 29 210 RESET GROUND SIGN EACH 5 $ 200.00 1,000.00 180.00 900.00 -10% 30 210 RESET MAILBOX EACH 18 $ 100.00 1,800.00 180.00 3.240,00 80% 31 212 SOD SOFT 10000 $ 0.50 5,000.00 0.60 6,000,00 20% 32 212 SEEDING NATIVE ACRE 1.2 $ 2,500.00 3,000,00 1,000.00 1,200.00 -60% 33 212 SOIL CONDITIONING ACRE 1.2 $ 1500.00 1O00O0 3.700,00 4,440,00 147% 34 213 SPRAY ON BLANKET ACRE 1.2 $ 3,500.00 4,20000 3.750,00 4,500,00 7% 35 214 PLANTING HONEY LOCUST TREE 2 INCH CALIPER EACH 5 $ 100,00 500,00 400.00 2,000.00 300% 36 214 PLANTING SUMAC SHRUB(1 GALLON CONTAINER) EACH 8 $ 75.00 600.00 27.00 216.00 E4% 37 214 PERENNIALS(1 GALLON CONTAINER) EACH 10 5 3600 350,00 16,00 160,00 -54% 38 214 LANDSCAPE MAINTENANCE SO FT 3062 $ 5,00 15,310,00 5.00 15,310.00 0% 39 215 TRANSPLANT SHRUB EACH 3 $ 250,00 76000 75.00 225,00 -70% 40 216 SOIL RETENTION BLANKET(5150 BN)(BIONET)(NORTH AMERICAN SO YD 608 GREEN)or EQUIVALENT $ 4.10 2,492.80 5.00 3,040.00 22% 41 304 AGGREGATE BASE COURSE(CLASS B) TON 1626 5 18.00 29,268.00 30.00 48,780.00 67% 42 308 RECONDITIONING SO YD 1000 $ 250 2.500,00 15.00 15,000,00 500% 43 403 HMA(GRADE S)(75)(PG 64-22) TON 150 3 185.00 27,750.00 187.00 28,050,00 1% 44 412 CONCRETE PAVEMENT(6 INCHES) SO YO 4337 5 33,00 143,121.00 7100 307,927.00 115% 45 420 GEOTEXTILE(DRAINAGE)(CLASS t )(TURF REINFORCEMENT MAT so YD 508 LANDLOC TRM 450 or EQUIVALENT) 5 28.00 17,024.00 2,50 1,520.00 -91% 46 420 GEOTEXTILE(DRAINAGE)(CLASS I)(MIRAFI FW 300 or 50 Y0 102 EQUIVALENT) $ 32.00 3,264.00 7,50 765.00 -77% 47 420 GEOTEXTILE(WEED BARRIER) SO YD 100 $ 4.00 400.00 7,50 750.00 88% 48 506 RIPRAP(TYPE M)(d50612 INCH)(GROUTED) TON 70 $ 200.00 14.000,00 127,00 0.890,00 -37% 48 506 RIPRAP(TYPE H)(550=18) TON 35 5 200,00 7,000.00 66.00 2,310.00 -67% 50 508 TREATED TIMBER LIN.FT 45 $ 1800 450,00 28,00 1,260,00 180% 51 601 CONCRETE SEALER(CONCRETE CLASS D) SO YD 500 $ 450 2,25000 17.00 8,500,00 278% 52 601 CONCRETE CLASS D CU.YD. 25 S 100.00 2,500.00 770.00 19,250.00 670% 53 602 REINFORCING STEEL POUND 100 $ 5.10 510.00 22.00 2,200.00 331% 54 604 MANHOLES(RING AND COVER)(CONCRETE RISER) EACH 8 5 500.00 3,000.00 700.00 4.200,00 40% 55 607 FENCE CHAIN LINK(72 INCHES) LIN FT 969 5 10.00 9,690.00 22.00 21,318.00 120% 58 507 FENCE CHAIN LINK(80 INCHES) LIN FT 250 $ 7.50 1,875.00 18.00 4,500.00 140% 57 607 FENCE CHAIN LINK(48 INCHES) LIN FT 50 $ 5.00 250,00 18,00 900,00 260% 58 607 FENCE WOODEN MO INCHES TO 72 INCHES) LIN FT 150 $ 11.00 1,650,00 26.00 3,900.00 136% 59 607 FENCE WOODEN PICKET(36 INCHES T048 INCHES) LIN FT 200 $ 5.50 1,100.00 20.00 4,000.00 264% 60 609 CURB,TYPE 2(SECTION II B) LIN FT 364 $ 50.00 18,200.00 22.00 8,008.00 -56% 61 612 DELINEATOR(FLEXIBLE)(TYPE III)(TEMPORARY ACCESS) EACH 8 5 60.00 480.00 45.00 36800 -25% 62 614 SIGN PANEL(CLASS I) EACH 4 $ 50.00 200.00 22.00 81200 -5fi% 53 614 SIGN PANEL(CLASS II) EACH 5 $ 50.00 250.00 28.00 140.00 -44% 64 614 STEEL SIGN POST(2S2 INCH TUBING) LIN FT 90 $ 5800 4,50000 16.00 1,440.00 -08% 65 620 SANITARY FACILITY EACH 1 $ 1,50000 1,500.00 660.00 660,00 -56% 66 626 MOBILIZATION LS 1 $ 12,000.00 12,000.00 68000O0 68000.00 467% 67 526 PUBLIC INFORMATION SERVICES HOUR 360 $ 55.00 19,800.00 50.00 18,000.00 -9% 68 627 PAVEMENT MARKING PAINT(LOW VOC SOLVENT BASE) GALLON 2 $ 250.00 500.00 1,050.00 2,100.00 320% 69 627 THERMOPLASTIC PAVEMENT MARKING(WORD-SYMBOL) SOFT 25 $ 55.50 1387,50 22,00 550,00 -60% 70 630 PRECAST TYPE 7 CONCRETE BARRIER(TEMPORARY) EACH 12 $ 85,00 1,020.00 275.00 3,300.00 224% 71 630 TRAFFIC CONTROL LS 1 $ 18,000.00 18,000,00 3,500.00 3,50000 -81% 72 630 FLAGGING HOUR 25 5 20.00 500,00 28.00 70000 40% 73 630 BARRICADE(TYPE III-MB)(TEMPORARY) EACH 12 $ 145,00 1740,00 6000 720,00 -59% 74 700 F/A EROSION CONTROL(R 8 D) FA 1 5 5,000.00 5,000,00 5,000.00 5,000_00 0% 75 700 F/A MINOR CONTRACT REVISIONS FA 1 $ 25,00000 25,000,00 25,000,00 25,000.00 0% 76 77 78 TOTAL FOR PROJECT $517,115.80 $ 775,547.00 50% i Negotiated amount for Concrete Paving Bern 412 with Duran reduced item cost per Square yard from$71 tO$64 see total savings-, 30,35900 NEW TOTAL FOR PROJECT $ 745,188.00 ESPANOLA SUBDIVISION IMPROVEMENTS PROJECT SEWER BID TAB RESULTS 2/21/2014 ITEM TOTAL ITEM TOTAL PERCENT 00 CONTRACT CONTRACT ITEM UNIT PWJ COST COST COST COST CHANGE N. ITEM ROA➢WAY ENGINEERS NGINEERS OURAN OURAN FROM ESTIMATE ESTIMATE EXCAVATING EXCAVATING ESTIMATE 201 CLEARING AND GRUBBING LS 0.20 5,000.00 1,000.00 $ 4,90000 $ 90000 -2% 202 REMOVAL OF TREES(6"DIA TO 60'DIA) EACH 1.00 25000 25000 $ 2,000.00 $ 2,00000 700% ' 202 REMOVAL OF ASPHALT MAT(SPECIAL I'-8"THICK) SO YO 32.00 8.00 25600 S 4.50 $ 14400 -44% 202 REMOVAL OF GROUND SIGN EACH 000 5500 - S 202 REMOVAL OF FENCE LIN.FT 000 2.50 - S 202 REMOVAL OF CONCRETE SO TO 000 150 - 5 202 REMOVAL OF STUMP EACH 1.00 25000 25000 $ 50000 $ 50000 100% 202 REMOVAL OF LANDSCAPE ROCK CU.YD. 3.00 10000 300.00 $ 44.00 5 13200 -56% 202 REMOVAL OF CURB AND GUTTER SO TO 0.00 1200 5 1 202 TREE TRIMMING HOUR 0.00 115.00 S 1 202 REMOVAL OF EXISTING WATERLINE LIN.FT 000 6,50 $ 1 202 REMOVE BOLLARDS EACH 0.00 5000 $ 1 202 BOLLARDS EACH 0.00 200.00 $ 1 202 SAWCUT ASPHALT(1"TO 8"THICK) LIN.FT 5000 4.00 20000 $ ]00 $ 15000 -25% 1 202 SAWCUT CONCRETE(1"TO 12''THICK) LIN.FT 0.00 400 S 1 203 UNCLASSIFIED EXCAVATION(HAULED AWAY) CU.YO, 22.00 850 18700 5 13.00 5 28600 53% 1 203 EMBANKMENT(COMPLETE IN PLACE) CU-YD_ 5.00 20.00 10000 5 40.00 $ 20000 100% 1 203 PROOF ROLUNG HOUR 0.00 100.00 $ 1 203 POTHOLING HOUR 2.00 32500 65000 5 37500 1 75000 15% 2 203 BLADING HOUR 0,00 150.00 5 2 203 BACKHOE/TRACKHOE HOUR 1.00 150.00 15000 5 200.00 $ 20000 33% 2 206 STRUCTURAL BACKFILL(PLOWABLE) CU.YD. 13.00 100.00 1,30000 $ 9600 $ 1,24800 -4% 2 207 TOP SOIL CU.YD, 2.00 25,00 5000 $ 26.00 $ 5200 4% 2 207 STOCKPILE TOP SOIL CU.YD. 0,00 1500 $ 2 208 SILT FENCE LIN FT 0.00 165 $ 2 200 CONCRETE WASHOUT STRUCTURE EACH 0.10 800.00 8000 $ 55000 $ 5500 -31% 2 208 VEHICLE TRACKING PAD EACH 0.20 1.500,00 30000 $ 1,200.00 $ 24000 -20% 2 210 RESET GROUND SIGN EACH 0.00 200.00 $ ' 29 210 RESET LIGHT POLE(DISCONNECT ELECTRIC ANC RECONNECT EACH 000 $ 1,500.00 $ - ELECTRIC) $ 30 212 SOD ACRE 0.02 4,00000 1 8000 52fi000.00 S 520.00 550% 31 212 SOIL CONDITIONING ACRE 0.02 1500.00 3000 $ 3,$0000 $ 7000 153% 32 213 MULCHING ACRE 0.02 4,500.00 $ 9000 $ 3,80000 $ 76.00 -16% 33 213 MULCHING TACKIFIER POUND 25.00 275 $ 6075 $ 22.00 $ 550,00 700% 34 214 PLANTING HONEY LOCUST TREE 2 INCH CALIPER EACH 100 100.00 $ 10000 $ 400.00 $ 40000 300% 35 304 AGGREGATE BASE COURSE(CLASS 6) TON 8.00 18.00 $ 14400 S 30.00 24000 67% 36 403 (GRADE S)(75)(PG 64-22) TON 0.00 1850 $ 0 $ $ - 37 601 CONCRETE CLASS 0 S" (4 INCHES TO6 INCHES) CU,YO. 0.00 150.00 5 $ 30 603 SOR-35 SEWER ER GI" UN FT 4800 130.00 $ 6,24000 $ 10000 5 9,02600 45% 39 603 SAR-35 SEWER(4"SERVICE STUBS) EACH 3,00 1,50000 $ 4,50000 $ 2,8000 0 8.400,00 87% 40 603 CAMERA MAIN SEWER LINE(LOCATE SERVICES) HOUR 10.00 2500 $0 1 2,50000 .165.00 $ 165000 -34 41 604 MANHOLES(4 FOOT DIAMETER) EACH 2.00 2,500.00 $$ 5,00000 $ 5,200.00 510,400,00 106%%42 007 FENCE CHAIN LINK(72 INCHES) LIN FT 0.00 8.00 5 S 43 607 FENCE WOODEN PICKET(36 INCHES TO 45 INCHES) LIN FT 55.00 5.50 $ 30250 $ 20.00 $ 1,100.00 264% 44 619 WATERLINE(8"DIP OR B"AWNA C-900) LINFT 000 8500 $ 45 619 WATERLINE(6"DIP) UN-FT 000 75.00 $ U 46 619 WATERLINE(4"DIP) 0.00 65.00 $ EACH 47 619 WATERLINE(5"GATE VALVE) EACH 0.00 300.00 $ 48 619 WATERLINE(4"GATE VALVE) EACH 0.00 250.00 49 619 WATERLINE(0"GATE VALVE) EACH 0.00 4000 $ 0 50 619 WATERLINE(B"CAP) EACH 0.00 9000 $ 51 619 WATERLINE(5"90 DEGREE ELBOW) EACH 0.00 16000 $ 52 619 WATERLINE(9"x4"REDUCER) EACH 000 80.00 $ 53 619 WATERLINE(6"x 6"WET TAP) EACH 000 500.00 54 619 WATERLINE(8"xb"SWIVEL TEE) EACH 0.00 435 $00 $ 55 519 WATERLINE(8"a6"SWIVEL TEE) EACH 0.00 90.00 3 56 519 WATERLINE(4"SOLID SLEEVES) EACH 000 70.00 5 57 619 WATERLINE(6"x 5"INCREASER) EACH 0.00 0000 $ 58 619 WATERLINE(FIRE HYDRANT) EACH 0.00 3000.00 $ 59 619 WATERLINE(CHLORINE AND FLUSH OF UNES) HOUR 0.00 2000 $ 60 619 WATERLINE(ENCASEMENT PIPE)(SANITARY SEWER CROSSING) EACH 1.00 500000 $ 5,00000 $ 2,100.00 $ 2,10000 -58% 61 019 WATERLINE(0'x 4'TEE) EACH 0.00 85.00 $ 62 519 WATERLINE(8"r6"x4"TEE) EACH 0.00 300.00 $ 53 619 WATERLINE SERVICE(PER CITY OF GREELEY DETAIL) EACH 1.00 2,000.00 2,00000 S 3,500,00 S 3,500.00 75% 64 620 SANITARY FACILITY EACH 0.20 $ $ $500,00 $ 10000 660.00 $ 13200" 32% 55 626 PUBLIC INFORMATION SERVICES HOUR 34.00 55.00 $ 10 $7000 5000 $ 1,70000 -9% 66 626 MOBILIZATION LS 0.50 5,000.00 $ 2.50000 S 32,000,00 5 16000.00 540% 67 627 PAVEMENT MARKING PAINT(LBWVOC SOLVENT BASE) GALLON 0.00 25000 $ 68 630 TRAFFIC CONTROL LS 0.10 7,500.00 $ 750.00 $ 3,500,00 5 350.00 -53% 59 630 FLAGGING HOUR 000 20.00 6 70 700 F/A EROSION CONTROL FA 0.20 1,00000 $ 200.00 $ 1,000.00 $ 200.00 0% 71 700 F/A MINOR CONTRACT REVISIONS FA 0.20 10,000.00 $ 2,000.00 5 10,000.00 $ 2,000.00 0% 72 TOTAL FOR PROJECT $38,548,25 $65,355.00 70% • ESPANOLA SUBDIVISION IMPROVEMENTS PROJECT WATER BID TAB RESULTS 2/2152014 ITEM TOTAL ITEM TOTAL PERCENT BI CONTRACT CONTRACT ITEM UNIT PLAN LOST CO BT COST COST CHANGE N ITEM ROADWAY NGIN EERB ENGINEERS OURAN OURAN FROM ESTIMATE ESTIMATE EXCAVATING EXCAVATING ESTIMATE 201 CLEARING AND GRUBBING LS 080 5.05000 4.000.00 4,50000 3,92000 -2% 202 REMOVAL OF TREES(E OIA TO OW DIA) EACH 300 250.00 750.00 COMM 6,00000 700% 202 REMOVAL OF ASPHALT MAT(SPECIAL 1"-0"THICK) SO TO 502,00 0.00 4.01600 450 2.25900 -44% 202 REMOVAL OF GROUND SIGN EACH 2,00 5500 110,00 55.00 110.00 5% 202 REMOVAL OF FENCE LIN.FT 4000 2.50 10000 000 32O00 220% 202 REMOVAL OF CONCRETE SO TO 13400 1.50 20105 900 120600 500% 202 REMOVAL OF STUMP EACH 2,00 25000 50000 50000 1000.00 100% 252 REMOVAL OF LANDSCAPE ROCK CU.TO. 5,50 10000 50000 44.00 220.00 -56% 202 REMOVAL OF CURB AND GUTTER SOYO 300 _ 1200 3000 18000 54000 1400% 1 202 TREE TRIMMING HOUR 200 115.00 23000 22000 44000 91% 1 202 REMOVAL OF EXISTING WATERLINE LIN.FT 47100 6,50 4,00350 000 176000 5% 1 202 REMOVE BOLLARDS EACH 300 5000 15000 10000 30000 100% 1 202 BOLLARDS EACH 800 205,50 1,200.55 360.00 2,10005 00% 1 202 SAVJCUT ASPHALT(I"TO 8"THICK) LIN.FT 180700 4.00 7.466,00 3.00 5.601,00 -25% 1 202 SAVJCUT CONCRETE(1"TO 12'THICK) LIN.FT 55.00 400 200.00 5 00 250.00 25% 1 203 UNCLASSIFIED EXCAVATION(HAULED AWAY) CU.TO. 77700 050 6,00450 13.00 10,10100 53% 1 203 EMBANKMENT(COMPLETE IN PLACE) CU.TO. 2500 20.05 50000 40.50 1.00000 100% 1 203 PROOF ROLLING HOUR 200 100.00 20000 120.00 24O00 20% 1 203 POTHOLING HOUR 400 32500 1,30000 37500 150005 15% 2 203 BLUING HOUR 2.00 150.00 30000 180.05 360.00 20% 2 203 BACKHOE/TRACKHOE HOUR 4.00 160.00 650.00 200.00 800.00 33% 22 256 STRUCTURAL BACKFILL(FLOWABLE) CU.YD. 12500 100.05 12,500.00 96.00 1200000 '4% 2 257 TOP SOIL CU.YD. 500 2005 125.00 2600 13000 4% 2 207 STOCKPILE TOP SOIL CU.VD. 7.00 15,00 10500 26.00 10200 73% 2 208 SILT FENCE LIN FT 50,00 1.65 8250 1.20 6500 -21% 2 200 CONCRETE WASHOUT STRUCTURE EACH 090 80000 720.00 55000 49500 -31% 2 208 VEHICLE TRACKING PAO EACH T00 1.50000 2>00.55 1,25000 2,18000 -20% 2 210 RESET GROUND SIGN EACH 2.00 205.00 400.00 10550 330.00 -16% 29 210 RESET LIGHT POLE(DISCONNECT ELECTRIC AND RECONNECT EACH 100 $ 1500.00 0 1.50000 ELECTRIC) 6,50000 5,50000 257% 30 212 SOD ACRE 009 400000 39000 26,005.00 234000 550% 31 212 SOIL CONDITIONING ACRE 009 1,500.00 13600 300000 342.00 153% 32 212 MULCHING ACRE 0.09 4,500.00 40500 3,80000 342,00 -16% 33 213 MULCHING TACKIFIER POUND 2500 275 6875 2200 55000 700% 34 214 PLANTING HONEY LOCUST TREE 2 INCH CALIPER EACH 100 10000 10000 40000 40000 300% 35 304 AGGREGATE BASE COURSE(CLASS 6) TON 112.00 10.00 2,01600 3000 3390.00 67% 36 403 CHMA(GRADE ONCRETE 75)(PG 64-22) TON 5200 185.00 9 620 00 20200 10,764.00 12% 37 601 CONCRETE CLASS 0(4 INCHES TO8 INCHES) CU.YD, 2300 150.00 345000 77000 17,710,00 413% 38 603 SBR-35 SEWER(8"EXTENSION) LIN FT 0.00 65.00 30 603 SOR35 SEWER(4"SERVICE STUBS) EACH 0,00 150000 45 603 CAMERA MAIN SEWER LINE(LOCATE SERVICES) HOUR 000 25000 41 804 MANHOLESCHAIN I4 FOOT DIAMETER) EACH 0.00 2,500 00 42 607 FENCE CHAIN LINK(72 INCHES) UN FT 4000 600 32000 2900 416000 283% 43 607 FENCE WOODEN PICKET(36 INCHES TO 40 INCHES) LIN FT 000 550 44 819 WATERLINE(0"DIP OR 4'AWNAC900) 75800 0500 6443000 10500 79,590.00 24% 45 619 WATERLINE 09"DIP) LIN FT 45.00 75.00 3 375 00 5000 2520.00 -25% 46 619 WATERLINE(4"DIP) LIN.FT 2700 6500 1,715 05 6500 1,755,00 0% 47 019 WATERLINE(5"GATE VALVE) EACH 200 300,00 60000 1,550,00 3,10000 417% 40 619 WATERLINE(4"GATE VALVE) EACH 300 25000 75000 1,275,00 3,82500 410% 49 619 WATERLINE(6"GATE VALVE) EACH 400 40000 1,80000 2,05000 0,20000 413% 50 019 WATERLINE(01 CAP) EACH 1.00 9000 9000 44000 440.00 389% 51 619 WATERLINE(0'90 DEGREEEL60VY) EACH 200 10000 32000 475.00 95000 197% 52 619 WATERLINE(0"04"REDUCER) EACH 2.00 8000 16000 22500 45000 181 53 619 WATERLINE(6"x4"WET TAP) EACH 2.00 50000 100050 340000 5,80000 580%% 54 619 WATERLINE(0"x4"SWIVEL TEE) EACH 1.00 43500 43500 400,05 400,00 55 619 WATERLINE(0"v6"SWIVEL TEE) EACH 1.00 90.00 9000 430.00 43000 378% 50 619 WATERLINE(4"SOLID SLEEVES) EACH 4.00 70.00 28000 25000 100000 257% 57 819 WATERLINE(Tx B"INCREASER) EACH 2.00 6000 18000 27500 550.00 244% 50 619 WATERLINE(FIRE HYDRANT) EACH 200 3,000.00 600000 3,90000 7,80000 30% 59 619 WATERLINE(CHLORINE AND FLUSH OF LINES) HOUR 6.00 20.00 16000 185,00 1,400.00 825% 65 619 WATERLINE(ENCASEMENT PIPE)(SANITARY SEWER CROSSING) EACH 3,00 5,00000 15,00000 2.10000 6,30000 -5B% 61 619 WATERLINE(8''TEE) EACH 200 115 00 23000 500 50 100000 335% 62 619 WATERLINE(6"x 6'x 4"TEE) EACH 1.00 300.00 30000 52500 52500 75% 63 619 WATERLINE SERVICE(PER CITY OF GREELEY DETAIL) EACH 4.00 2000.00 000000 350000 1400000 75% 64 620 SANITARY FACILITY EACH 080 550.00 400 00 66000 526.00 32% 85 626 PUBLIC INFORMATION SERVICES HOUR 13400 5500 7,37000 5000 6700,00 40% 00 626 MOBILIZATION LS 050 500000 2,50000 32000.00 1000000 540% 67 627 PAVEMENT MARKING PAINT(LOW VOL SOLVENT BASE) GALLON 1,00 250.00 25000 1,900,00 190000 660% 60 030 TRAFFIC CONTROL LS 090 7,000.00 5.75000 3,50000 3,150.00 -53% 89 630 FLAGGING HOUR 2400 2000 40000 2605 024.00 30% 70 750 FIA EROSION CONTROL FA 0B0 1,000.00 00000 1,000.55 000.00 0% 71 700 FIA MINOR CONTRACT REVISIONS FA 5.00 10000,00 8,00000 10,000,00 0,000.00 5% 72 TOTAL FOR PROJECT 19086125 270,742.00 40% WELD COUNTY PURCHASING Afr '8 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(a�co.weld.co.us E-mail: reverett(c�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 ._C o u f r Y Fax: (970) 336-7226 DATE OF BID: FEBRUARY 21, 2014 REQUEST FOR: ESPANOLA SUB DIVISION IMPROVEMENTS PROJECT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1400048 PRESENT DATE: FEBRUARY 241", 2014 APPROVAL DATE: MARCH 10th, 2014 ROAD & BRIDGE WATER & SEWER TOTAL VENDORS IMPROVEMENTS IMPROVEMENTS PROJECT COST DURAN EXCAVATING INC $775,547.00 $338,497.00 $1,114,044.00 418 N 9TH AVENUE GREELEY CO 80631 ENGINEERS ESTIMATE: $517,115.80 $230,409.50 $747,525.30 **PUBLIC WORKS DEPT IS REVIEWING THE BID AT THIS TIME. 2014-0535 Hello