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