Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5663 DOWNTOWN STREET PHASESECTION 00300 BID FORM PROJECT: DOWNTOWN STREETSCAPES PHASE III; BID NO. 5663 Place 215 N. Mason, 2nd Floor Date January 28,2002 1. In compliance with your Invitation to Bid dated January 4 2002 and subject to all conditions thereof, the undersigned MBI Corporation a **(Corporation, xJxCm�txxxFrzq$g �OtagsAxR�am¢nexab¢alx�cx5�emgx�Fetyn�xx�gxsopx$lgg�** 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 Five Percent ($ 58 ) 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: General Agency Inc 4200 Resear h Forest n c �D The Woodlands, Texas 77381 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically men7�ioned, 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. _ 1 through 7/96 Section 00300 Page 1 11. List the more important projects recently completed by your company, statin the apyyppachedproximate cost of each, and the month and year completed, locatio: and tAte of tconstruction. 12 List your major equipment available for this contract. As Required 13. Experience in construction Work similar in importance to this project: See attached res m 14. Background and experience of the principal members of your organization including officers: see attanhprl 15. Credit available: $ 16. Bank reference: Poudr Fort Coll ns CO §0�2� 17. Will you, upon request, fii� out a e abeed financial required statemen the t andOWNfurnis any other information that may Yes 18. Are you licensed as a General CONTRACTOR? Yes Wha If yes, in what city, county and state?Denver- Ft Q L1^aL! class, license and numbers? 0014205 Al 19. Do you anticipate subcontracting Work under this Contract? Yes — If yes, what percent of total -contract? 858 and to whom? 20. Are any lawsuits pending against you or your firm at this time? NO If DETAIL — Section 00420 Page 2 7/96 i 21. What are the limits of your public liability? DETAIL $2 Million Aggregatp What company? Travplprc Tnanranrp 22. What are your company's bonding limitations? 12 Millinn 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 iQualifications. Dated at 3:00 gm this 28 day of January 2002• MBI Corporation Name of B' de By: iEdward A. Rhoadarmer Title:_Vine PragiApnt State of Colorado County of Larimer Edward Rhoadarmer being duly sworn deposes and says that he is Vicp Prpcirlent of MRT Corporation 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 28 day of January, 2002 �c�exxcx MOT Yv h n �++A Nota Public +�/ \ My commission expires 3/29/03 4YComm.E1jk 0.3-20--CQ� 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractor performing over 15% of the contract. ITEM C��nas��- - IiN�AuA��onl 7/96 SUBCONTRACTOR I1LA--MA,rN15 CUS-roM ny\+e. Section 00430 Page 1 tion RAN JAIRAM President/Project Manager PRESENT POSITION ♦ President, Chief Executive Officer, MBI Corporation, Fort Collins, Colorado ♦ The firm specializes in the Design/Build concept of multi -faceted projects. EDUCATION ♦ 1971 M.S. C.E.(Structural) Colorado State University ♦ 1970 B.Tech. (Structural) Indian Institute of Technology PROFESSIONAL CAREER ♦ 1987 - Present President, CEO, MBI Corporation, Fort Collins, CO ♦ 1987 - Present Visiting Faculty, Colorado State University, Fort Collins, CO ♦ 1983 - 1987 Treasurer, Reid Burton Construction Co. (RBC), Fort Collins, CO ♦ 1981 - 1983 Chief Engineer/Manager/Chief Estimator, RBC, Fort Collins, CO ♦ 1979 - 1981 Consulting Engineer, Senior Estimator/Engineer, Charles Pankow Associates, Honolulu, Hawaii ♦ 1975 - 1979 Project Engineer/Estimator, RBC, Fort Collins, CO ♦ 1973 - 1975 Structural and Design Engineer, RBC, Fort Collins, CO ♦ 1971 - 1973 Field Engineer, Sales Engineer, RBC, Fort Collins, CO PROJECT HIGHLIGHTS ♦ Designed/Built several projects. Involved in over 250 projects in Commercial, Industrial construction ♦ Specialized in design of Tilt -up concrete systems ♦ Implemented computerized, knowledge -based estimating system ♦ Project Engineer, $11,000,000 High School, Rapid City, SD ♦ Senior Estimator/Manager, $25,000,000 Condominium Complex, Honolulu, HI ♦ Estimating Consultant, $36,000,000 Hospital, Hilo, HI ♦ Senior Estimator/Manager, $40,000,000 Condominium Complex, Honolulu, HI ♦ Estimating Consultant, $100,000,000 Airport Terminal, Honolulu, HI PROFESSIONAL ASSOCIATIONS AND HONORS - PAST AND PRESENT ♦ Registered Professional Engineer, Colorado, South Dakota, Wyoming ♦ Design -Build Institute of America, Affiliate American Institute of Architects, Past Affiliate ♦ Central Plains Parking Association, Affiliate ♦ American Society of Civil Engineers, Member Grade RAN JAIRAM PL,. 2 ♦ National Society of Professional Engineers, Past Chapter President ♦ International Conference of Building Officials, Professional ♦ Tilt -Up Concrete Association ♦ Building Board of Appeals, Fort Collins, CO ♦ Fort Collins Chamber of Commerce, Past Chairman, Air Quality ♦ Poudre Fire Authority, Code Review Committee ♦ Cultural Diversity Task Force, Fort Collins, CO ♦ TEAM Fort Collins, Chairman ♦ Multi Cultural Commission Committee, Fort Collins, CO ♦ Class A Contractor, Fort Collins, CO ♦ Class B Contractor, Denver, CO ♦ Who's Who in Finance and Industry ♦ M.S. Scholarship, Colorado State University ♦ B.Tech., First Class, Indian Institute of Technology OTHER ACTIVITIES ♦ Courses in Practical Construction Law ♦ Course in International Marketing ♦ Honorable Mention (National) Most Active Chapter, NSPE ♦ Seminar on Design/Build, NSPE COMPUTER LITERACY ♦ Familiar with CDC, IBM mini, PC's and clones, PS 300 ♦ Programming languages include FORTRAN, RPG, BASIC ♦ Software familiarity: DOS, SYMPHONY (LOTUS), PRIMAVERA WORDPERFECT, CMAS, EASEII, CUSTOMIZED ESTIMATING PACKAGES, AUTOCAD/CADVANCE, QUICKEN, MICROSOFT'S PROGRAMS Co EDWARD A. RHOADARMER Vice President/Chief Estimator PRESENT POSITION EDUCATION DUTIES ♦ Vice President / Chief Estimator, MBI Corporation, Fort Collins, Colorado The firm specializes in the Design/Build of commercial and industrial projects ♦ B.S. Industrial Construction Management ♦ Hard Bid/Conceptual Estimating ♦ Cost Estimating ♦ Value Engineering & Constructability Review ♦ Project Coordination ♦ Schedule Control ♦ Cost Control ♦ Project Management PROFESSIONAL CAREER MBI Corporation, 1995- Present Chief Estimator/Project Manager ♦ City of Fort Collins, Freight Depot, Historical Renovation ♦ Colorado State University, Microbiology Building ♦ Colorado State University, Ammons Building Architectural Renovation & Restoration ♦ Pepsi -Cola, Executive Offices ♦ Colorado State University, Natural Resources Building Remodel ♦ Colorado State University, Anatomy/Zoology Building Remodel ♦ Alpine Medical Clinic, Remodel ♦ American Furniture Warehouse ♦ Colorado State University, Statistics Building Historical Renovation ♦ FE Warren AFB, Consolidated Open Mess Hall, Addition & Remodel ♦ Airborne Gymnastics, New Construction ♦ Animal Emergency Vet Clinic ♦ Pepsi -Cola, Denver ♦ Lewan & Associates, Denver ♦ Colorado State University, General Services ♦ FAA, Longmont, CO EDWARD A. RHOADARMER PLY, 2 ♦ Estimator/Project Manager Rhoads Construction Inc., 1988-1995 ♦ Little, Thomson & Warder; 77,000 SF ♦ AutoZone; 380,000 SF ♦ City of Fort Collins, Streets Maintenance Facility, Add/Remodel; 48,000 SF/$3 Million ♦ Mapleton Schools, 6 Elementary Schools; 186,000 SF ♦ Fort Collins Community Pool Renovation; 24,000 SF ♦ High Peak Camp Dorms; 10,000 SF ♦ Mountain View Elementary School, Add/Remodel; 7,000 SF ♦ Aspen Station Post Office; 46,000 SF ♦ Central Elementary School; 56,000 SF ♦ Monroe Elementary School; 19,000 SF ♦ Webber Junior High; 112,000 SF ♦ Timnath Elementary School Addition; 18,000 SF ♦ Thornton Latter Day Saints Church; 22,000 SF ♦ BF Kitchen/Namaqua Elementary School; 10,000 SF ♦ University East Village Reroof; 31,000 SF Engineer/Estimator Reid Burton Construction Co., Inc., 1976 - 1988 ♦ Weld County Elementary Schools; 96,000 SF ♦ Loveland Civic Center; 123,000 SF ♦ Three -Story Historic School Renovation; 21,800 SF ♦ Fort Carson Auto Craft Center; 29,200 SF ♦ Collins West Apartments Site Development ♦ King Soopers Store #68; 66,000 SF ♦ Collins Plating Plant; 17,000 SF ♦ Education Services Center; 100,000 SF ♦ CSU Energy Plant Addition; 10,000 SF ♦ Windsor Middle School Addition; 10,000 SF ♦ King Soopers Store 464; 56,000 SF ♦ Fort Carson Support Facilities; 19,000 SF ♦ Albertson's Store 9825 Remodel; 38,300 SF ♦ LaPorte Substation ♦ U.S. Army Reserve Equipment Maintenance; 12,000 SF ♦ UNC Steam Tunnel ♦ VA Hospital Addition; 10,000 SF ♦ Century Shopping Mall Remodel; 200,000 SF EDWARD A._RHOADARMER Pe. 3 ♦ CSU Animal Care Test Lab; 21,000 SF ♦ CSU Horticulture Research Lab Addition; 4,700 SF ♦ Central Electric Warehouse; 10,700 SF ♦ Casper Safeway Addition; 12,000 SF ♦ CSU Engineering Arcade; 12,000 SF ♦ Foothills Square Shopping Center; 120,000 SF ♦ Capital Savings &Loan Offices; 9,600 SF Field Engineer/Draftsman Comtech Company, 1975- 1976 ♦ Supervised Precast Panel Design, Layout & Erection Carpenter ♦ Modular Homes of Fort Collins, 1971 - 1975 STRENGTHS ♦ Integrity ♦ Communication Skills ♦ Conceptual Thinking Ability ♦ Organization and Coordination Consistancy DANIEL L. WERNER Project Manager PRESENT POSTION ♦ Project Manager, MBI Corporation, Fort Collins, CO ♦ The firm specializes in the Design/Build of commercial and industrial projects EDUCATION ♦ Liberal Arts, 1984-1986, Otero Junior College, LaJunta, CO Baseball Scholarship ♦ Construction Management, 1986-1988, Colorado State University, Ft. Collins, CO PROFESSIONAL CAREER ♦ 2000 - Present Project Manager, MBI Corporation, Fort Collins, CO ♦ 2000 - 2000 Project Manager, Canam Construction, Edmond, OK 52,000 sq. ft. laboratory facility for U.S. Department of Justice Drug Enforcement Agency ♦ 1995 - 2000 Project Manager / Estimator, Delhoy Construction, Ft. Collins, CO Commercial and Residential Construction ♦ 1993 - 1995 Project Coordinator, MDP Construction, Colorado Springs, CO Federal Government Construction ♦ 1991 - 1993 Foreman / Carpenter, Larimer LTD, Ft. Collins, CO Industrial & Agricultural Construction ♦ 1990 -1991 Owner / Founding Partner, Shaw Construction, Ft. Collins, CO Custom Residential Homes (framing) PROJECT HIGHLIGHTS ♦ Dept. of Justice, Engineer unnecessary costs out of project plans during the development phase / Formulate & update progress schedules / Coordinate subcontractors, materials, shop drawings & submittals ♦ Commercial / Residential Construction, Estimator for labor costs, materials, & bids / Coordinate scheduling, contracts, Superintendents, Architects, and clients ♦ Federal Government Construction, Bid estimation / Submittal review & material procurement / Produce record drawings / Code compliance contact ♦ Industrial & Agricultural Construction, Coordination of labor crews, and subcontractors / Materials Manager ♦ Custom Home Framing, Communication coordinator between Owner, Builder, & Architect / Billing & Accounting Manager / Lead carpenter DANIEL L. WERNER PLY. 2 STRENGTHS ♦ Computer knowledge ♦ Exceptional Communication Skills ♦ Highly Adaptable to Changing Conditions ♦ Experienced in construction, development, coordination, management, supervisory skills & all phases of the construction industry MBI Corporation CONTRACTOR BY: Edward A. RHoadarmer vice President ADDRESS: PO Box 9553 2537 Research Blvd. Suite 101 Fort Collins COlorado 80526 6.. BID SCHEDULE (Base Bid) Please use the attached bid schedule when submitting your bid. 9. PRICES The foregoing prices shall include all labor, materials, transportation shoring, removal, dewatering, overhead, profit, insurance, etc., to cove the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bi or change quantities at his sole discretion without affecting the Agreemer or prices of any item so long as the deletion or change does not excee twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: January 28,2002 Signature Edward A. Rhoadarmer Date Vice President Title A-70 License Number (If Applicable) (Seal -4Cynika 'is by corporation) Attest: Hosman, Asst Secretary Address 2S-17 K-__--rnh Blvd ql3ii-E. 101 Fort Collins Colorado 80526 Telephone (970) 482-6244 7/96 Section 00300 Page 2 MBI Corporation PROJECTS OVER THE LAST 2 YEARS PROJECT CSU Moby B & C Wings OWNER PHONE (970) 491-0145 DESCRIPTION Renovations ARCHITECT Aller-Lingle Architects LOCATION Ft. Collins, CO ARCHITECT PHONE (970) 223-1820 SIZE 14,000 Sq. Ft. START DATE Jun-01 OWNER Colorado State Univ. FINISH DATE Dec-01 OWNER ADDRESS Facilities Management TYPE Institutional Ft. Collins, CO COST $702,400.00 OWNER REP Bill Conn 1JOB NUMBER 10103 PROJECT CSU Moby Restroom Remodel OWNER PHONE (970) 491-0158 DESCRIPTION Renovations ARCHITECT Aller-Lingle Architects LOCATION Ft. Collins, CO ARCHITECT PHONE (970) 223-1820 SIZE 2,100 Sq. Ft. START DATE May-01 OWNER Colorado State Univ. FINISH DATE Aug-01 OWNER ADDRESS Facilities Management TYPE Institutional Collins, CO Cos' $165,912.00 OWNER REP Cass Beitler JOB NUMBER julul PROJECT Pepsi -Cola OWNER PHONE (303) 299-4315 DESCRIPTION Interior Remodel ARCHITECT Don Patton LOCATION Denver, CO ARCHITECT PHONE (303) 790-8651 SIZE Varies START DATE On -going OWNER Pepsi -Cola FINISH DATE On -going OWNER ADDRESS TYPE Commercial / IDIQ COST $500,000.00 OWNER REP IDon Fauenfelder JOB NUMBER 0017 PROJECT US Army Corps of Eng. OWNER PHONE (719) 526-5448 DESCRIPTION LOCATION Mobilization Warehouse Fort Carson, CO ARCHITECT ARCHITECT PHONE US Army Corps of Eng. (719) 526-5448 SIZE 35.500 Sq. Ft. START DATE September-00 OWNER US Army Corps of Eng. FINISH DATE August-01 OWNER ADDRESS 803 Tevis, Bldg. 304 TYPE Government Fort Carson, CO 80913 ICOST $3,950,000.00 OWNER REP lJorin Hetteger IJOB NUMBER 10018 PROJECT C & S Freight Depot OWNER PHONE (970) 221-6272 DESCRIPTION Historic Renovation ARCHITECT Aller-Lingle Architects LOCATION Fort Collins, CO ARCHITECT PHONE (970) 223-1820 SIZE 6,100 Sq. Ft. START DATE January-01 OWNER City of Fort Collins FINISH DATE August-01 OWNER ADDRESS 256 W. Mountain Ave. TYPE Government / Historical Fort Collins, CO 80521 ICOST S1,964,994.00 OWNER REP IJack Gianola IJOB NUMBER 10028 PROJECT Shop -All Super Foods OWNER PHONE (970) 848-5427 DESCRIPTION Remodel &Addition ARCHITECT Thorpe & Associates LOCATION Yuma, CO ARCHITECT PHONE (970) 586-9528 SIZE 72,572 Sq. Ft. START DATE September-00 OWNER Shop -All Inc. FINISH DATE July-01 OWNER ADDRESS 315 East 8th St. TYPE Commercial Yuma, CO 80759 ICOST (Total Project) 1$868,639.00 OWNER REP IButch Berry JJOBNUMBER 10025 PROJECT Ciao Vino Wine Bar OWNER PHONE (970) 377-0112 DESCRIPTION Remodel ARCHITECT Bob Neyrinck LOCATION Fort Collins, CO ARCHITECT PHONE (303) 226-6036 SIZE 3,500 Sq. Ft. START DATE August-00 OWNER Antonio Race FINISH DATE December-00 OWNER ADDRESS 3526 Silverleaf Court TYPE Commercial Fort Collins, CO ICOST 1$441,894.00 OWNER REP jAntonio Race JOB NUMBER 10012 PROJECT CSU Underpass OWNER PHONE (970) 491-0150 DESCRIPTION Pedestrian Underpass ARCHITECT Sear Brown Group LOCATION Fort Collins, CO ARCHITECT PHONE (970) 482-6922 SIZE N/A START DATE April-00 OWNER Colorado State University FINISH DATE August-00 OWNER ADDRESS Facilities Management TYPE Commercial/Government Fort Collins, CO 80523 COST $615,000.00 OWNER REP Greg Smith IJOB NUMBER 10007 PROJECT U.S. Postal Service OWNER PHONE (303) 220-6541 DESCRIPTION Renovations ARCHITECT N/A LOCATION Colorado / Wyoming ARCHITECT PHONE N/A SIZE N/A START DATE IDIQ OWNER U.S. Postal Service FINISH DATE IDIQ OWNER ADDRESS 1501 Wynkoop, #417 TYPE Commercial/Government Denver, CO 80266-3001 COST $4,521,000.00 OWNER REP IKen Downes IJOB NUMBER 19801 PROJECT Pacific Financial Centre OWNER PHONE (970) 482-2464 DESCRIPTION New Office Building ARCHITECT Joe Westerberg LOCATION Fort Collins, CO ARCHITECT PHONE (303)980-5987 SIZE 35,000 Sq. Ft.(11,500 - Ph. I START DATE July-99 OWNER Jaitur Investments, LLLP FINISH DATE January-00 OWNER ADDRESS 3301 E. Prospect Rd. TYPE Commercial Design/ Build Fort Collins, CO 80525 ICOST 1$3,000,000 ($1.5 - Ph. 1) OWNER REP IDenise Selders JOB NUMBER 19804 PROJECT Purple Saber OWNER PHONE (719) 556-7791 DESCRIPTION IDIQ Contract ARCHITECT WA LOCATION Colorado ARCHITECT PHONE N/A SIZE N/A START DATE IDIQ OWNER U.S. Air Force FINISH DATE IDIQ OWNER ADDRESS 580 Goodfellow Street TYPE Government Peterson AFB, CO 80914 COST $5,316,000.00 OWNER REP jPhjI Kirby IJOB NUMBER 19904 PROJECT CSU Microbiology II OWNER PHONE (303) 721-6600 OFSCRIPTION Asbestos Abatement ARCHITECT McFall, Konkel 8 Kimball LOCATION Fort Collins, CO ARCHITECT PHONE (970) 491-0077 SIZE 57,000 Sq. Ft. START DATE May-99 OWNER Colorado State University FINISH DATE November-99 OWNER ADDRESS Facilities Management TYPE Government / Institutional Fort Collins, CO 80523 COST $649,000.00 OWNER REP Jim Stoddard JOB NUMBER 19906 PROJECT Poudre River Rest Area OWNER PHONE (303) 757-9831 DESCRIPTION Remodel ARCHITECT Sear Brown Group LOCATION Fort Collins, CO ARCHITECT PHONE (970) 482-5922 SIZE 2,160 Sq. Ft. START DATE July-99 OWNER CDOT FINISH DATE Octobdr-99 OWNER ADDRESS 4201 E Arkansas Ave., # 293 TYPE Government Denver, CO 80222-3406 ICOST 1$195,000.00 OWNER REP lJohn Coyne IJOB NUMBER 19908 PROJECT WAFB Roller Rink OWNER PHONE (307) 773-1110 DESCRIPTION New Roller Hockey Rink ARCHITECT N/A LOCATION Warren AFB, WY ARCHITECT PHONE N/A SIZE 10,900 Sq. Ft. START DATE July-99 OWNER U.S. Air Force FINISH DATE September-99 OWNER ADDRESS 7505 Marne Loop TYPE Government FE Warren AFB, WY 82005 ICOST 1$26,750.00 OWNER REP lCecilia SauerAdne IJOB NUMBER 19909 PROJECT Highline Motors OWNER PHONE (970) 206-9963 DESCRIPTION New Auto Dealership ARCHITECT Ric Hattman LOCATION Fort Collins, CO ARCHITECT PHONE (970)223-7335 SIZE 4,400 Sq. Ft. START DATE February-00 OWNER Highline Motors FINISH DATE January-01 OWNER ADDRESS 4321 S. Mason TYPE Commercial Design/Build Fort Collins, CO 80526 COST $411,438.00 OWNER REP Peppe DeMarco IJOB NUMBER 19902 PROJECT Administration Annex OWNER PHONE (970) 491-0017 DESCRIPTION Mechanical Renovation ARCHITECT Architectural Resource LOCATION Fort Collins, CO ARCHITECT PHONE (970) 484-0126 SIZE 30,880 Sq. Ft. START DATE August-98 OWNER Colorado State University FINISH DATE July-99 OWNER ADDRESS Facilities Management TYPE University / Retrofit Fort Collins, CO 80523 COST $1,487,100.00 OWNER REP Jim Stoddard JOB NUMBER 19805 Bond #AI9345521 SECTION 00410 BID BOND ,KNOW ALL MEN BY THESE PRESENTS- that we, the undersi4l%Od MBI Corporation as Principal, and Gulf Insurance Comnanv Surety, are hereby held and lSrtGls y bound unto the City of Fort Collins, Colorado as OWNER, in the sum of S_ive Percent of* for the a truly to be made, we hereby payment of_whs— 'c— h— , vel('gnd y jointly and severally bind ourselves;, successors, and assigns. *the Greatest Amount Bid ($5% GAB) THE CONDITION of this obligation is such that whereas tie principal has submitted t0 Lne City of Fort Collins Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the constru:tion Of Fort, Collins Project, DOWNTOWN STREETSCAPES PHASE III; BID NO.'5663, NOW, -THEREFORE, la) If said Bid shall be rejected, or (b) If said Did shall be accepted and the Principal shall exscute and de.Aver a Contract.in the form of Contract attached hereto (prop3rly complet,�d'in accordance with said Bid) and shall furnish a BOND 'or his fai:htul performance of said Contract, and for payment of all p rsons perloaning labor or .furnishing materials in connection therewith, and shall i-: all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereanier shall, i n no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, herebystipulates and agrees that the obligations Of said Surety and its BOND shall be in no way impaired or affected bA any extension of the time within which the OWNER may accept such Bid; and said sarety does hereby waive 'notice of any such extension. Surety Companies executing bonds must be'authorized to transact business i- the State.of Colorado and be accepted by the OWNER, 7/96 8ectioa .00410 Page 1 0 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 28th day of January , 2004 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 ye;tr first set forth above. PRINCIPAL Name: MBI Corporation Address: PO Box 9553 Fort COP ns; O80525 By: Title: ATTE By: ( (SEAL) SURETY Gulf Insurance Company 4200 Research Forest Dr., $te..200 The Woodlands, TX 7738 sy: Elaine Lewis Title: Attorney -In -Fact (SEAL) 7/96 Section 0041C Page ;2 NOUMBER Al 9345521 GULF INSURANCE CONE' NY HARTFORD, CONNECTICt_ , POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. KNOW ALL MEN BY THESE PRESENTS: That the Gulf Insurance Company, a corporation duly organized under the laws of the State of Connecticut, having its principal office in the city of Irving, Texas, pursuant to the following resolution, adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the lOth day of August, 1993, to wit: RESOLVED, that the President, Executive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney -in -Fact, such persons, firms, or corporations as may be selected from time to time; and any such Attorney -in -Fact may be removed and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors. RESOLVED, that nothing in this. Power of Attorney shall be construed as a grant of authority to the attomey(s)-in-fact to sign, execute, acknowledge, deliver or oth- erwise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED, that the signature of the President, Executive Vice President or any Senior Vice President, and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached" Gulf Insurance Company does hereby make, constitute and appoint ---- Gary Alexander, Richard H. Baker, Scott D. Chapman, Elaine Lewis, Roy E. Simmons its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds, under- takings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s)-in-fact, pursuant to the authority herein given, are hereby ratified and confirmed. The obligation of the Company shall not exceed three million (3,000,000) dollars. IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed. �,xv39AN0E CO `&FOR9rF. T GULF INSURANCE COMPANY SEAL STATE OF NEW YORK ) SS Lawrence P. Minter COUNTY OF NEW YORK ) Executive Vice President On the 1st day of October, 2001 A.D., before me came Lawrence P. Miniter, known to me personally who being by me duly sworn, did depose and say; that he resides in the County of Bergen, State of New Jersey; that he is the Executive Vice President of the Gulf Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such cor- porate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. 4(Lt.tt.o.(1t7 mt Y !iAHAB R-BEGAZO y��,AUgL3G,O� Notary Public, State of New York STATE OF NEW YORK ) Op NE.p1 No. OIMA6019988 SS Qualified in Kings County COUNTY OF NEW YORK ) Commission Expires February 16, 2003 1, the undersigned, Senior Vice President of the Gulf Insurance Company, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. Signed and Sealed at the City of New York. \N50PANCp ° II IIIII IIIII IIIII IIIII IIIII IIIII III SEEALAL GODated the 28th day of January , 2002 A19345521 •1357822* nONNE�sc°~ �7 George Biancardi 8016-AI(10/2001) Senior Vice President AY-22—C? T Ji IT'%— COLNS, FUttU- :All N0, 'IC rr.ow ' Downtown Streetscaping - Phase III ADDENDUMft Bid 9-hedule (A, B, C, & D) - See Attached Quantity Sheet for Each Location Description Quani!ty Untt junit Cost (g) Rem cost (s) komber , I Stroetsca ire Improvements � teepm!Qe ion 8 EA A;o 0o 00 2 ,WIOGeanddlsocseofcurt&oulte".and a9 ps - _-762 SF S 77h _3 I'remore and dispose cfi mncrcie sidae'dk 3245 1 SF SF_ / O S• G _retnpae and tl190OSe OT sldawslk;Avers, sating bed & 4'th,ek Oonc.siati I 9946 5 remove. store and reset Me gn_te+ sec tree crato frames, 16 FA I 0.0o I IZ(*o -00 r move and dispose concrete street (aFprox. 8' depth) & asphalt overlay _ 6 !deptt'var zs) -- 10395 1 SF / -� 7 -8 _ remove. axe. A reset cent:het, --s_ -- I 70-Oo -oo _.._— arra score. & reset rash. a:a 'a,nas 3 3 EA EA -Q-00 Z_!O.Oo —_- ___ 4 _ prctac' z>rs"Crg a_st. fsun:ai-��a_ I t EA EA I_moo D-00 i /G1D-uo up 10 1 protest ex'utirg !ire ItL&MIt --.__. -- ___..._T1��_ 2 11 erct2'1, exlstlrc sane -- 6 EA I Z oo -Oo -.:.a 12 13 Iorcta= exispr'g tra!ClC signallGchl 4 EA O 600•00 pretax axisGrg_aeet'ioal vaelt 1 EA •ao -C.O i4 Tmmcve, s:we.anC reset 61<e nut gowtior nbe dfsiC;la_asl by C!trt ! 12 EA I p OAS 15 remo'{' anC tlistiose pr aoorenax r211 (E seCions' 72 1 LF -0O I gqOO-oo 16 _ jrerncvs concrete trc'n Ciq Cr,�g buildu+a re^.eeses r3! 140 SF • EA LF LF ro. p0 1 O O .op .SOo-Op C, .. .00 _ 17 lrercvc r+d store rewsoacar cores 1 ._ _ t9 _ sa�wtu`t!n 'sotto as halt. daperex. 8`wnueta) __ 375 19 _ sawcu;fro'4' con:•ste) d05 20 _ removs. and disposal cf excess eub2'aj-e aterial LS 00-rk7 1 / OO.W 21 au racap_ra ration `Or=ncrats riavament and Goss Oar.` SE85 I SF 1 O (o 22 l asphalt patenng _ —`-'�- 16 :F(5 S ��cp OO concrete Caving (2'J (42 hr m �4E5_ SF t o5 - _ 24_.+concrct" ea%'i. , (1C") (49 h: rrix? S4E0 1 SF I 26 _ .rates to 2sSidel4k dra-!rie:s:set tesrrade� 13 EA 29 Ors_ell ly wda, 6- vertical cl.m and cutter --- 292 LF .p0 ISGO - 27 _�irstal e6'veM al Curb and ou-cr (stilt)(irc!udas t73naiti7f?$ 115 LF _00 i 2300.0 29 Irstall 9` vertical CUM and gutter (catch) ---- -- 60 LF_ / - O � , O _ 29 1 irstall 4' wide conus!a Pan _ '�' a5 LF ZL-00 2090 _ o 3J !iratallinter'ockingbrick pave: ba^,ds tE84 SF -Oo I/ 5 c'^ :nsfall inter:ockfnp concrete pacers--- 1 2407 SF _ - 32 _ r-nt&I! colc'cd =" Crete 36ewElk 19") Cavlg Nr.. Rff _ MIFF 33 install tray concrete sde,+a;,, (6")5F.3. ,r<tap nray certvete f6_Rhin CItV Druo bu9dirc reoessel3� Y40 SF antl. 18' =ri a:e canCine (aa'i �• 693 SF EA O O- 35'Tcc ncreN_ lenar..rg san:'cWstinc (37r t rames into row e^,rcre'e 6 I 37 �r. move and ace storm dra!nace calch basins fse[to rode: 7 EA RA I 34 ;mobi:i_atlgn — LS 3 Ed 101 ' 3) : treY�c altrci _ �--' 1 LS _ . 0.�A�2p a,:. sv �JO ({4N OREV E/G7JT7 StX /%YOYSANY-m Kty UIMIWO rs.28 300 —00; ,?AN-22-02 "JE 03157 ?M CIT7/F7 00'_LINS, PURCHAS FAX NO. 970 22'3707 Downtown Streateceping" Phase III (Austin*) FOR INFORMATION Mountain and College NW comer Bid Schedule A Item Number Description puantity istrooltscaltino Im rovements Unit tree Dratemon $ EA 2 rompve and 01spos0 of wra &putter. and rmes 2� "? 3 4 __ _ remove and disooee of ccrcrets sidewalk 1742 remom and dispose of sidewalk pavers,settinn ted & 4't!irk conk slab _ 3C57 ramnve_store and reset tree rstos and tree grate frames remove an{ 8ppeeat concroto street approx. $'depth) & asphalt ^- overity Meath vadee 45 1 SF SF 5 SF 6 7 dreacstb"Iffiel. oMVSLe_astnl;L Are hydrant 10 / SF FJ. g _ 10__I2_otectetostn9 11 protect existnp siectdo a; vault __ A _ T 1 EA aigne """'""'1 3 1 EA remove, atere,and react bike rack (location to be cesicnated by City) 5 1 EA _ 12 removes and tliapoSe of aootepete wall (a secoons) 25 L 73 1•t remove, store. &reset trash wntalners Sawcuitn sumo asohali.&aoprok. o0ncretei — 1 125 1 EA LF 15 eecltait pakhinp __._..__ 9.5 TON 15 concrete 8 48 hr. mix) rotas for 24' adowalk drain inlets (se! tic Grade; — install 18' wide. 8' vertical curb and uder ____ install•nttadockirq click Dever bands --____6W 4� 17 ' 18 I 4 EA 98 SF 20 instafl *rtarlocki concrete avers, '"" Install colored cancrote sidewalk 5" avls N� 0. 6237 �— install ra concrete sidewalk 18' $55 i 5p 21 22 2162 SF 466_ 23 24 8" and concrete leteedn aandbWstinn (street names into new rnrtcrote` 1 251 1 SF _ 2.. S _EA EA 25 _ mow and replace stood as catnh basins (set to ender _ T remove, st ns, &resat benches — ''1"^ _ 25 _ 27 2d m0bilizaton "_•—'—" . — 0.26 wffic control '—----------i 0.25 LS LS JAN-22-02 7JE OS:5b ?N C!T`'/F- CO TINS, FURCH.SS FAX NO, 970 22'5707 ?, 04/06 Downtown Streetscaping" phase III (City Drug) FOR INFORMATION Mountain and College SW corner Bid Schedule B Item osaription Quantity Unit Nrrmber Strootsp in Improvements i tree orotecticin 6 1 EA 2 remove arrl dispose of curb 8 utter, and rams 20 � 3 ______ _ remove lrld dispose of Concrete Sid ewalk 1153 F 4 nmovs and dispose of sidewalk pavers, r ,o*nq bad & 4' prick eenr,.slab 1 2923 1 SF 5 remove.smre and reset tree rates an tree rate rames 6 Fj, remove and dispose of concrete street (approx 8" depth) 6 asphalt 6 o'✓enaY(depth varies) 965 SF _ 7 iap �eCt exn water fountain Pipo 1 SA 8 __ _ protect wbtno re hvdront•----_.--"_-- 1 EA protect existing $l no 1 — EA Protect existin el nal/ll nt 70 2 E4 11 remove, stareand reset bke rack��oason to bo da: nalmd b G ) remo•�e and dis oea oIa r ate w—Ta 18 ssPpons 6 EA _ 12 _ 13 remove wncretetrom CrtY Drug buldiry recesses 9 14p SF to 1 remove, store 6 reset bash containers t Fq 16 _ 1 sawcuwn some asphalt. 8 a roe. 8" rgncrolo "�—'--""--" t25 LF 1 F --- 16 OaP aIt Paton'.n 17 concrete vin 8" 46 fir r 965 1 SF 18 _ rates far 24�sidewalk drain inlets jset_rada 4 1 EA 19 _ insta:i 18"wido, i'vertlCa! wM and ut!er gg b 20 install1 intedockin brick Rover bands 6 56 I SF 21 install interbtking_concrete pavers �— — —51 .-..-._6r 22 instep colored concrete sidewalk 6" Do a No. 5237 I 2222 SF 23 install gray concrere aldewalk (6") 283 1 SF 24 _ i25 install rsccncrota 6') vrifh7n i Dru buildin recesses 13 — I 140 7 SF 8"and 18"concrete bendin 're 252 SF 26 ___ concrete Jett sandblas' atreetn mo rnk new ranc;ote ! 2 EA 27 �--_,__..Z..__...._.....__ rerttove and replace storm drslna a catU. banns (set to ratle 3I ---EA 28 InsmOve. store, 8 reset Denohes q EA 29__ mobilization LS f .-. vaf6c eoneei0.26 ..�_ t—'0.26 1 LS JAN-22-02 TUE 03:56 PN CITY/FT CO'-LiNS, PURCHAS FAX NO, 870 2218707 P,05/06 Downtown Str44tecaping- Phase III (Da* FOR INFORMATION Mountain and College SE comer Bid Schedule C [IBM Number oeser don StrsetscsR!nj ImprovemantB Quantity unit 1 'S..3^ ...,..... ... remove antl dlsgose of curb 6 cutter, arc ramps romOve and 4ls oe4 ofeondrete sidowalkk —_ g 1 EA 2 _ 3 105 B80 SF F 4 6 remove and dispose of ad*Ailk avers, seem bM d 4'thick wne.alab [ rmrcve, store and set. bee grates and bae orate frames 2783 SF g EA _ 8 pro[acteMsano trattic slgnancht -- —_ 'EA i 8 . protaet exie8ng. tuna 1I reir�cve, slors,and react bike rack (location to be designated iry Qty1 4 EA 1 2 EA _ 9 10 ramo_ve, stor,—wand rernstau nawspa0er boxaa -- remove and die oss of r ate wall 7 sectcrs) "—_ 1 _ _ 22 EA r• LF� 11 remove and dispose of concrete West(approx. 8" depth) d asphalt ovoila depth vides) 650 ! SF 12 _13 remove, store. d reset trash eon+ainero savv"mn soma ILda x.8-concrete `•_....___ 1 EA 12G LF 14 16 16 asphaR gamhlno connate tins 848 hr mix ratw�or 24" aidewalk drain inlets set to rode 6 TCN 650 g F install 18" wide, 6" venial curb and cutter —� Install ieteft0cm" brick aver bark ��_�_��— install interiockin conwts versWv,~ _ 93TS 57319 AEA17 cronaete sidewlk (6') DviN523_____21 instas re concrete sidewalk 6'1 22 8'andl "wncrete bandin 190 1 S 23 concrete lettering sandblastin street names into new concrete 2 EA 24 _ 26 remove and re laro storm drain o etch basins sotto ride) ---1'--�--- remdva, atOre, reset benches 1 "--.4 EA EA 28 _ 27 mobilization _,_-- Iraffie wnmpi '•"" 1 013 LS 015 LS JAN-22-02 TUE 03.59 PM CITY./, COLLINS, PURCHAS FAX NO. 970 2216707 P.06/05 Downtown StMtscaping• Phase III (Mountain Improvements) FOR INFORMATION Bid Schedule D t'1' Description Quantity '� nit Number' i Strwtscaoirnz Improvements remove exiadn ! curb and cutler 1 5 2 remove exisunci bnck +_..�_.—... - Soo I SF J remove existing concrete pavement remove ramdve and replace exlstirD brick Ravers 6630 79- 250 1 SF _ 5 _ removal are die Deal of excess eu rade material L---re i y LFa" 6 _1subgrade - Prwaration r concrete Davementand crew n gp 7 Insbtll 6'vertlral curb and unar (3D91Nlneludes ransitons lie LF e install 6"va 'oal eurD and 9uttMoatch 40 ms 4 wide concrete n 06 _LF I.F' 10 install colored concrete 60 thick) __.-.. 625 11 _ in Iconcrete enl 10_ hill 4 mix 8480 SF 12 _hr ineLll le'wide e'vetticat ttsb and cutter 20 LF 13 mobilwsdn b—C.26 L 14 traffic ecntrol 0.25 L5 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: MBI Corporation 2. Permanent main office address: 2537 Research Blvd. Suite 101 3. When organized: 1987 or o ins Coicorado 805T6-- 4. If a corporation, where incorporated: Fort Collins Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 14 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) CSU B&C Wings c. ono nnn USDA Site Fire Facility $1 200,nnn omoletinn 4/2002 7. General character of Work performed by your company: General Contractor 8. Have you ever failed to complete any Work awarded to you? NO If so, where and why? 9. Have your ever defaulted on a contract? NO If so, where and why? 10. Are you debarred by any government agency? NO If yes list agency name. 7/96 Section 00420 Page 1