Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CORRESPONDENCE - BID - 5998 LPATH BERM EROSION PROTECTION MEASURES (2)
No Text OF This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance C�,ompany, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Su%t ttfmpa 'Americ�,nd United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Pow4wttonri$ �x ed bk s ompanies, which is in full force and effect and has not been revoked. ,„'p'N.'•r ., �a '4 IN TESTIMONY WHEREOF, I have hereunto set my hand and s st7rtpanies this 19th day of October 20 06 VI- ic Kori M. JohansAdAssistant Secretary GF.6U �ry FIIF ° NN IN'f 1NSU }.}Y ANP i - G if z a FVPRA>P� W IORAt' �jn N� �,n �y FO �P aP 1951 w * � c. �`SEAL��e" �,tiS81f.Ly.e° W caxu. S OONt �Y �^' . �� �FNfN J`R.FNGF' 'fs . ANVa 1Q..._..•'Fr °°i r r+a A1N To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. iDfC6 �" - � tt�b tb .'. ". �04 py3♦ r', °" • r 4 i� x y Ci' b%, il6d��A SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1 K 3 Name of Bidder: T O��{ L 1 Nl.l ITI IT�j�Imc.. Permanent main office address: ) OV C19 . L0Ytr.LA 4S> 0 When organized: _ ; VLi 6O1 zoo I 61 o 4. If a corporation, where incorporated: Gv�F✓�oo 5. How many years have you been engaged in the contracting business under your present firm or trade name? rj.ZCj 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) LImL-f 1411E-5 179 rnr4a-s *Z495 C!Z NOV- (o — Dom. ZL. Z6049 7. General character of Work performed by your company: 8 9 10. Have you ever failed to complete any Work awarded to you? NO If so, where and why? Have your ever defaulted on a contract? NO If so, where and why? Are you debarred by any government agency? If yes list agency name. f�7 7/96 Section 00420 Page 1 11. 14 List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. _ f List your major equipment available for this contract. F 06liwEt Emes i7wmr MdTi VV� C K?bP-6-TJC** . Experience in construction Work similar in importance to this project: Background and experience of the principal members of your organization, including officers: rvf ' m �jr*.A!l PWAT 5. Z5 ,flt> TE.-Rdt tZf IJAA 1A ITOC� o . mop. OW Phr-14W-IL 1,05 YC G> "J LA H ENT. nwH - &92!1T Z AL, •+ •?fj A4,M 15 GS CDrT*%w-p y1 C,,1-4 ENT 114e- 15. Credit available: $ 1 M116,ol 16. Bank reference: j-A (OQ �4t 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? YE� 18. Are you licensed as a General CONTRACTOR? ��oot�lfy7 /S►JP-0Ra4 �,Alrlcadt� If es in what city, ~ 4 y y, county and state? Col.oa.4,c'x� What class, license and numbers? %' W MIDI 19. Do you anticipate subcontracting Work under this Contract? Y" If yes, what percent of total contract.) 7 t and to whom? CP•AFIE[ONH�-�.bQ�Rq �)_S1�uc, (�vl. CyAgnWM0 TIWC*4mh 20. Are any lawsuits pending against you or your firm at this time? No IF yes, DETAIL 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL what company? (:oq^ 22. What are your company's bonding limitations? Z1 ovol 00 0 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. M11 JA04AVA CC - Dated at co this �14) day of © 2006 000,15 Timmire's Lj"w l*jgV,;> , =tic Name r By: Title: State of COL.07--6,� County of L-,&.W ML1Z, is of ing duly sworn deposes and says that he t-1Tra rW c . and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _ day of 2 0Q�* L AA1 n, JL", Notar Public My Commission Expires My commission expires a/02/201Q 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM SUBCONTRACTOR 7/96 Section 00430 Page 1 N m LL LL LU opg413 • oc,is l I u00 •O O1 rN UON, °off o o Ua a� � u a� I� k � ,w SECTION 00300 BID FORM Addendum 2 5998 LPATH Berm Erosion Protection Measures Revised Bid Schedule 8. BID SCHEDULE (Base Bid)Lumo Sum Item Estimated Unit Item Number Description Unit Quantity Cost (S) Cost ($) 1 Mobilization LS 1 " 2 Traffic / Access Control LS 1 n, oc 1.6 3 Clearing and Grubbing LS 1 ^s ^s Construction Dewatering 4 LS 1 (North Spill and River Riprap Location)p 3 5 Remove Concrete Rubble (Assume 3 feet thick) CY 1150 25 6 Fence Removal/Resetting (Wood Fence) LF 100 (O 7 Silt Fence LF 3845 8 Straw Bale — Sediment and Erosion Control Structure EA 8 m zo160 ^n 9 Unclassified Excavation at Borrow Site CY 10430 8o $ , �ILI 10 Muck Excavation CY 200 0- 11 Native Soil (Over Revetment Mat Only) CY 1040 Excavation and Embankment of On -Site Material 12 CY 1652 at South Spill Only (Complete In Place) — No Haul (5 I co Embankment of Borrow Material at both spills (Complete in Place) Including Haul from Borrow Site 13 CY 9070 North Spill = 6400 CY, South Spill = 2670 CY (Assumed 15% shrinkage in Borrow Site material) 14 Concrete Sill (Complete In Place) CY 170 J 15 Concrete Block Revetment Mat - North Spill SF 27453 Concrete Block Revetment Mat (Including drainage layer) 16 SF 28640 - South Spill 5 c rJ 17 Riprap (Class 12) TON 1560 r5 5 4" to 8" Crushed Concrete Rubble 18 TON 1968 (Quantity Assumed 20% extra for voids) ro 19 1-1/2" Washed Rock (Quantity Assumed 35% extra for voids) TON 818 22 14 °_' 20 Landscape - Tree Removal (> 12" Diameter) EA 15 511 `x K 21 Ground Preparation for Seeding AC 9 °C ^e 22 Topsoil (Delivery and Stockpile only - No Installation) CY 200 t 5 M TOTAL COST I z Total Cost in Words: Cd�k )Yh,lA-,r) Cr1Ak 1'� ilc ltd I� _vouars ClC? SECTION 00300 BID FORM PROJECT: 5998 LPATH Berm Erosion Protection Measures Place �+� �`��� �/l « y� /7�ic/ras: !7;✓. 4� a Date 1. In compliance with your Invitation to Bid dated y.UrOG, and subject to all conditions thereof, the undersigned a (Corporation, 1.1mited Biahiiity eampa", PartneEship,-3eintyeAtuv , or Eele PrepicieteEO authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 93A or, igf Top6t.,AMouNr or- C3ic> ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: TMV19 ADS G�gea i-r 4 St�REYY (OMDeirf nI. AMP -MICA. 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. I through 2 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (250) of the total Agreement Price. RESPECTFULLY SUBMIT ED: .2�; Vj Tiz / 5 44- o G Signature Date 1 P F— SIT — Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: ,kioa) � Address 167i) FV1C*4/ Ka4 C12r'LE, L4yW.,6y1;> C0L6%a-o0 80538 Telephone 303. 3G I • S I m 7/96 Section 00300 Page 3 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and Territory Unlimited, Inc. as Surety, are hereby held amd firmly hound unto the City of Fort Collin$, Colorado, as OWNER, in the sum of $ Five percent (5%) of the total amount of bid -- for the payment of which, well and truly to be made, we hereby jointly and se':rerall v bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Pr_ncipall ha F. submitted to the City of Fort Collins, Colorado the accompanying Uia +r.e hereby made a part hereof to enter into a Construction Agreement for t.A0 construction of Fort Collins Project, 5998 LPATH Berm Erosion Protectirin Measures. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) if said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall. furnish a BOND fc,r I -cis faithful performance of said Contract, and for payment of all persons pex!`orrn.:_ labor or furnishing materials in connection therewith, altd shales. in a.11 other respects perform the Agreement created by the acceptance of said aid, then this obligation shall be void, otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder -,hall, in no event, exceed the penal amount of this obligation as herein stated. The surety, for value received, hereby stipulates and agrees that obligations of said Surety and its BOND shall be its, no wai, z nna9.rPci. .�r. affectad by any- extension of the time within whichr.he OA'NF..T?. mad •�c:ccc:r, a :�u Aid: and said Surety dc.ea hereby waive notice of any stub exte�asir.c:_ Surety Companies executing bonds must be authorized to transact. 1�t ir;esc it the State of Colorado and be accepted by the OWNER. 7/96 Section OQ410 Page 2 IN WTTNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 19th day of October , 20 06, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year Firstt ett forth above. PRINCIPAL Name: Territory Unlimited, Inc. Address: P.O. Box.1693 Berthoud, CO 80513 Aj#k9JZi Title: ATTEST Zr,r (SEAL) ar :c �r,r '96 SURZTY Travelers Casualty and_ Surety Com a.nn��of �er3ca Hartford, CT 06183 Title:Darlene.Krings, Attorney, -in -Fact Secrion o0410 page 3