Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 5826 CITY PARK MOSS ROCK WALL (6)
SECTION 00300 BID FORM PROJECT: CITY PARK MOSS ROCK WALL; Bid No. 5826 Place Z/5 At M43eK sT Do PM Date )) % 1. In compliance with your Invitation to Bid dated and subject to all conditions thereof, the undersigned STRkC-ToRWS,INc- a **(Corporatio Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** 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 S So 7-0 7-4 -L 8tO ($ 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: Flbe yY d-641AR+vey Avs-rkl vce COMP41Jy Z000 S. Coco Op Lv — O $�rr� 0 8o22Z 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. through N%Q 7/96 Section 00300 Page 1 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 150 of the contract. ITEM Ir z/ 7/96 SUBCONTRACTOR 9 A l Section 00430 Page 1 CONTRACTOR'S EXPERIENCE STATEMENT O'Fallon Park Bridge Contract Price: $353,013 Owner: City and County of Denver Contact: Jerry Miller 201 W. Colfax Denver, CO 80202 Phone No: (720) 913-4528 Location: Kittridge, Colorado Description: Cast -in -place Arch Girder Bridge, Field Stone Veneer, Metal Handrail. Glendale Entry Monuments Contract Price: $231,939.00 Owner: City of Glendale Contact: Bob Taylor 950 S. Birch Glendale, CO 80246 Phone No: (303) 639-4501 Location: Glendale, Colorado Description: Installation of Architectural Concrete Monument Signs with Brick Veneer and Bronze Lettering. Airport Road Bridge Contract Price: $463,274.00 Owner: Boulder County Contact: Joe Bath 2045 13" Street Boulder, CO 80302 Phone No: (303) 441-3900 Location: Longmont, Colorado Description: Caissons, 80' Cast -in -Place Bridge with Precast Concrete Girders, Flagstone Veneer, Architectural Metal Bike Rail, Architectural Pilasters. 6535 S. Dayton St. i Suite 2800 • Englewood, CO 80111 • Office: (303) 770-7678 • Fax: (303) 770-7667 Weaver Creek Contract Price: $1,020,391.00 Owner: Urban Drainage & Jefferson County Contact: Paul Hindman 2480 W. 26th Ave. Suite 156 B Denver, CO 80211 Phone No: (303) 455-6277 Location: Simms Street over Weaver Creek Morrison, Colorado Description: Excavation & Backrill, Double Cell Concrete Box Culvert, 18" & 24" Sanitary Sewer, Various Sizes of RCP Storm Sewer, Grouted Rip Rap, Dewatering & Water Diversion, Colored Concrete, Form Liner Jefferson Corporate Center Contract Price: $293,600 Owner: Sunset Management Contact: John Dick 10901 West Toiler Dr. Littleton, CO 80127 Phone No: (303) 904-1430 Location: Littleton, Colorado Description: Concrete Spread Footing Foundations, Retaining Wall Construction, Reinforcing Steel Placement, Stone Veneer, Precast Wall Cap. IIt" Avenue Bridge Replacement Contract Price: $1,466,902 Owner: City of Greeley Contact: John Briggs 100010t Street Greeley, CO 80631 Phone No: (970) 336-4156 Location: Greeley, Colorado Description: Excavation & Backfill, 250' Cast -in -place Bridge with Precast Girders, Form Liner, Architectural Concrete Railing, Architectural Metal Pedestrian Railing, Stained Concrete, Architectural Pilasters. 6535 S. Dayton St. " Suife 2800 • Englewood, CO 80111 • Office: (303) 770-7878 • Fax: (303) 770-7667 THOMAS A. JACKSON, P.E. Experience: 1999-Present Structures, Inc., Englewood, Colorado Founder/Owner Projects include: 1IT" Avenue Bridge Replacement, Greeley, Colorado ($1.5 M) Region 6 Expansion Joint Repair, Denver, Colorado ($.3 M) Airport Road Improvements, Longmont, Colorado ($.5 M) O'Fallon Park Bridge, Kittredge, Colorado ($.4 M) Lacombe Substation, Denver, Colorado ($0.3 M) Glendale Entry Monuments, Glendale Colorado ($0.2 M) San Luis Valley Substation, Alamosa, Colorado ($0.2 M) Peetz Substation, Peetz, Colorado ($0.3 M) Jefferson Corporate Center, Littleton, Colorado ($0.3 M) Loveland Pass Safety, Keystone, Colorado ($0.5 M) Weaver Creek Box Culvert, Morrison, Colorado ($1 M) Wildcat Outfalls Energy Dissipaters, Highlands Ranch, Colorado ($0.4 M) 1994-1998 SEMA Construction, Inc., Englewood, Colorado Project Manager Projects include: 1-25 and Founders Parkway Interchange, Castle Rock, Colorado ($7 M) 1-25 Widening at Surrey Ridge, Castle Rock, Colorado ($4 M) 1-25 & US 36 Interchange, Denver, Colorado ($7.5 M) Santa Fe and Bellview Interchange, Littleton, Colorado ($6.5 M) Tesla Hydroelectric Regulating Reservoir, Colorado Springs, Colorado ($10 M) Dysart Drain Improvement Project, Phoenix, Arizona ($2 M) Highway 285 at Goddard Ranch, Tiny Town, Colorado ($10 M) Louisville Sports Complex, Louisville, Colorado ($1 M) 1991 -1994 Centric/Jones Constructors, Lakewood, Colorado Assistant Superintendent/Project Manager Projects included: Hanging Lake Rest Area, Glenwood Springs, Colorado Gentleman Gerrold Railroad Spur, Sutherland, Nebraska 1-76 and 1-25 Interchange, Denver, Colorado Education: Purdue University Bachelor of Science in Construction Engineering and Management Certification: State of Colorado Professional Engineer 6535 S. Dayton St. • Suite 2800 • Englewood, CO 80111 -- Office: (303) 770-7878 • Fax: (303) 770-7667 KEITH L. FULLMER EMPLOYMENT HISTORY 2000 to General Superintendent/Project Manager, Structures, Inc., Englewood, CO. Present 1982 to Project Superintendent, Centric -Jones Constructors, Denver, CO. 2000 Experience includes supervision of numerous site improvement projects such as an 80- acre compost treatment facility with landscaping and underground mechanical work, parking lot grading and paving, fencing, etc. Significant experience in Heavy and Highway, particularly bridge structures. Also experienced in other civil and commercial construction. Following is a selected list of projects successfully directed and completed as Project Superintendent: • 1-70 and Airport Blvd. Interchange, Denver, CO. Colorado Department of Transportation (CDOT). $16 million project included seven bridge structures and extensive cast -in -place retaining walls. • Union Pacific Railroad Bridges, Sutherland, Nebraska. Nebraska Public Power District (NPPD). $17 million project included six railroad bridges over state and interstate highways and the South Platte River. • Weldona South Platte River Bridge. Colorado Department of Transportation (CDOT). $4 million, over 600-ft. highway bridge spanning the South Platte River. • U.S. Highway 285 and Kipling/Estes Bridges. Colorado Department of Transportation (CDOT). $4.5 million phased demolition and reconstruction of new highway bridges on U.S. 285 over Kipling Avenue and Estes Street. • Broadway Bridge over Cherry Creek (Broadway and Speer). Colorado Department of _ Transportation (CDOT). $1.2 million phased demolition and reconstruction. Project received CDOT architectural award. • Vasquez Bridge over Sand Creek, Denver, CO. Colorado Department of Transportation (CDOT). $2 million reconstruction of highway bridge. • Aspen Glen Bridge over Roaring Fork River, Carbondale, CO. Aspen Glen Development Company. $4 million concrete substructure, steel girder, triple span bridge over the Roaring Fork River. • Compost Treatment Plant. Chino, California Water District. Over $4 million, 80-acre compost treatment facility with extensive soil cement and asphalt paving. • Mervyn's Department Store at Crossroads, Boulder, CO. Over $1 million commercial building. • Larimer Square Street Improvements. The Hahn Co. $750,000 project which included reconstruction of street and sidewalks with many complex architectural elements 6535 S. Dayton St. • Suite 2800 • Englewood, CO 80111 • Office: (303) 770-7878 • Fax: (303) 770-7667 PAST EMPLOYMENT EDUCATION Prior to joining Centric -Jones in 1982, worked for W.R.G. Construction, Denver, and Ebasco Services at Pawnee Power Plant in Brush, Colorado. Western State College, Gunnison, Colorado Major: Business Administration Construction Estimating Course - A.G.C. Construction Superintendent Skills - A.B.C. (two courses) CERTIFICATION AWARDS 1998 Class A Supervisor's Certificate, City of Denver CCA 1993 Project Superintendent of the Year. Interstate 70 and Airport Blvd. Project. Incentive bonus awarded by NPPD Project owner as result of early completion. P.O. Box 4762 Englewood, CO 80155 Office: (303) 770-7878 Fax: (303) 770-7667 GREG S. SOVINE Experience: 2002-Present Project Superintendent, Structures, Inc., Englewood, CO. 1996-2002 SEMA Construction, Inc., Englewood, Colorado Foreman/Superintendent Following are selected lists of over 30 bridge projects completed in the capacity of Foreman or Superintendent: Parker Road & Hampden Interchange 1-225 & 1-70 Interchange US 36 & Boulder Creek Santa Fe and Bellview Interchange SH 270 over 70"' Street SH 270 over Clear Creek 1985 —1996 Kramer & Sons, Denver, Colorado Carpenter/Foreman Projects included: 2e Street Viaduct HOV Bridge near Coors Field Walnut Street Viaduct 8'h Avenue Viaduct 1-70 Fly -Over Education: Erosion Control — State of Colorado, 1998 Spanish — SEMA, 1998 Crane Safety — SEMA, 1997 P.O. Box 4762 Englewood, CO 80155 Office: (303) 770-7878 Fax: (303) 770-7667 ACORD. CERTIFICATE OF LIABILITY INSURANCE DA7E(MM/D2002) 12/23/2002 PRODUCER (303)824-6600 FAX (303) 370-0118 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Moody Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3773 Cherry Creek North Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Suite 800 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Denver, CO 80209-3804 INSURERS AFFORDING COVERAGE NAIC # INSURED Structures, Inc-.- INSURERA: Travelers Property Casualty 6430 S. Quebec St. INSURERS: Pinnacol Assurance Englewood, CO 80111 INSURERC: INSURER D: INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN( ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' rypE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMMIDDIYYI POLICY EXPIRATION DATE fMM/DD1YY1 12/31/2003 LIMITS GENERAL LIABILITY DTC0324DS411TIL02 12/31/2002 FACHOCCURRENCE $ 1000,00 , X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 3DD, DD CLAIMS MADE a OCCUR MED EXP (Any one person) $ S,00( A PERSONAL 8 ADV INJURY $ 1,000,00( GENERAL AGGREGATE $ 2,000,00( GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00 POUCYF_j PRO- JECT LOC AUTOMOBILE LIABILITY DT810324DB411TIL02 12/31/2002 12/31/2003 X ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1 ,DDD , DD ALL OWNED AUTOS --- A SCHEDULED AUTOS BODILY INJURY (Per person) $ - X HIREDAUTOS NON-OWNEDBODILY AUTOS INJURY (Per scaoeot) $WNED - X PROPERTY DAMAGc. (Per jccideit) GARAGE LIABILITY r AUTO ONLY - EAACCIDENT' —�— ANY AUTO --' OTHER T HAN T FA ACt --- $ - AUTO ONLY'. - AGG $— EXCESSIUMBRELLA LIABILITY DTC0324D8411TIL02 12/31/2002 12/31/2003 EACH OCCURRENCE $ 1,000,000 OCCUR ❑ CLAIMS MADE AGGREGATE $ 1,000,00C A $ DEDUCTIBLE RETENTION $ $ WORKERS COMPENSATION AND 4052127 01/01/2003 01/01/2064 WCS7ATU- I OTH- EMPLOYERS' LUIBILRY E. L. EACH ACCIDENT $ S00,00 B ANY PROPRIETORMAR7NER/EXECUTIVE OFFICERIMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYE $ 500,000 Ifyes , describe under E.L. DISEASE - POLICY LIMIT $ 500,00 SPECIAL PROVISIONS below Leased/Rented DTC0324D8411TIL02 12/31/2002 12/31/2003 Limit $160,000 A quipment Deductible $500 Actual Cash Value DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ein# 84-1481745, # 5000977 Colorado Department of Labor Division of Workers' Compensation 6430 S Quebec St Englewood, CO 80111-4628 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Caryn DiDonato, CISR/CLD 6Nn-b-LbOI'a-i-0 MI Wmu 4a %AVV IIVo) ©ACORD CORPORATION 1988 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: . that we, the undersigned Structures, Inc, as Principal, and, Fidelity and Guaranty Insurance Company as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado as OWNER, in the sum of $ Five Percent of* for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. *Total Amount Bid (5%) THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, CITY PARK MOSS ROCK WALLi BID NO. 5826, NOW THEREFORE, (a) If said Bid shall be rejected, or (b) It said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of Contract attached hereto (properly camplOted in accordance with said Bid) and shall furaish a BOND for his faithful Performance of said Contract, and for payment of all persons performing labor.or furnishing materials in connection therewith, and shall in 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 hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The surety, for value received, hereby stipulates and agrees that the obligations Of said Surety and its BOND shall be in no way impaired or affected by any extension Of the time within which the OWNER may accept such Bid; and Said surety does hereby waive notice of any such extension. surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the MiR. 7/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 4th day of December , 2003, 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 first set forth above. 15KINCIPAL SURETY Name: Structures, Inc. Fidelity and Guaranty Insurance Company Address: 6535 S. Dayton St., #2800 glewood, C.0 8 1 By: Title: PP-KStbKA(r ATTEST: py: "uCT�R --, .•.......... Fs (SEAL) � fib: Goft � . S; n O� •......• O �RAO 20000S. Colorado Blvd., 12-480 Denver. CO 80222 By: J r Title: Atto ey-in-fact (SEAL) MOODY INSURANCE AGENCY, INC. 3773 CHERRY CREEK NORTH DRIVE, SUITE 800 DENVER, COLORADO 80209-3804 PHONE: (303) 824-6600 7/96 Section 00410 Page 3 CONT W e-rk k9 s . INC Jb4YTpn/ s ADDRESS: Sa17- Z$00 FiY61_6"00 Co $p/// 8. 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 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. RE�C LLY SUB NjIT D: J Z /_f �03 Signature Date PAS 1o0n, Title JGT .... License Number (If Applicable) (Seal - if B' is y corporation) Attest: '/ Addres (0S35 S. 04YToN Sr , S 0 r/'E Z800 C-K,pt0k-o00 C-0 80111 Telephone (303) -770,7g78 7/96 Section 00300 Page 2 iheStPaul POWER OF ATTORNEY Power of Attorney No. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 23406 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 1929810 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jody Anderson, Evan E. Moody, Brad Moody, Vera T. Kalba and Kimberly D. Johnson of the City of Denver , State Colorado , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Co awes in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undenakt .'ire it t[tey actions or proceedings allowed by law. w.y.., IN WITNESS WHEREOF, the Companies have caused this mstrumprft to be si h� and sF cL- 9th day of July 2002 . v Seaboard Surety Company: United States Fidelity and Guaranty Company St. Paul Fire and Marine l`e Cor$iYy ,t Fidelity and Guaranty Insurance Company St. Paul Guardian Insurane 01%y ;` 8f i t, Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance,F' .ipflt. FlEFy4 jOi*NIN�G9 f/$/•O' Sy9 rt x ' f_ 1O11V01,1) , tZ CM�ORR,�.4n, .H �.y��� 't9Z% mi r; - O FMpMtFDTA ��SeAL" }'SB.LL a° w [bag i jg77 I9$t PETER W. CARMAN, Vice President State of Maryland • ( r'eA� City of Baltimore THOMAS E. HUIBREGTSE, Assistant Secretary On this 9tlt day of — July , 2002 , before me, the undersigned officer, personally appeared Peter W. Carman and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. c,�P EA�Fr In Witness Whereof, I hereunto set my hand and official seal m pU TgRY v BVC My Commission expires the 1 st day of July, 2006. `% 'PoBe cnr r° ,tom - r",44 . REBECCA EASLEY-ONOKALA, Notary Public 86203 Rev. 7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may he engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, 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 upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this I,. day of ' VV4Xr . N4hO�• ..-k^ ��\r=n�>�� �/�rrw�rs'�^ �� FCarn4n® � "'•! , �82% e'LBdLJtR 5�'n 1�6 is77. . �f '' rs.: r�i+ •, ,•', Ojt� Thomas E. Huibregtse, Assistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 and'ask jor thbbrver 4f �itdrAey clerk. Please refer to the Power of Attorney number, the above -named individuals and the details of the bond to which the poiwe� is atthxhed. StPtaul Surety St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Medical Liability Insurance Company Bond No. Bid Bond RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act'). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST. OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. CITY PARK MOSS ROCK WALL BID SCHEDULE Bid items are described in Section 01800 BID ESTIMATED UNIT ITEM ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 Mobilization 1 LS $_ 0 0 00 $ 6 0 C)��- 2 Tree Protection 1 LS $ < g $ C 5- T web 3 Traffic Control 1 LS $ %7 0 $ 9 i y v 0 4 Moss Rock Wall - One side veneer 222 LF $ y 7 ®m $ 5 Moss Rock Wall - Two side veneer 25 LF $ y to -a',— $ 6 Moss Rock Column - 4' 6" height 2 EA $ °O $ 7 Moss Rock Column - 5' 6" height 2 EA $ 0 $ y3 7 Imo= 8 French Drain 235 LF $ / oo $ y y 66 TOTAL BID ff // I-O(<✓ T�tU4.5 !' i,/ / p� J ,Cia /mil (written) Figure Section 00300 Page 3 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00410 KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, CITY PARK MOSS ROCK WALL; BID NO. 5826. 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 for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in 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 hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20_, 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 first set forth above. PRINCIPAL Name: Address: By: Title: ATTEST: By: (SEAL) 7/96 M Title: SURETY (SEAL) Section 00410 Page 3 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: STkaC_T6fkf55 /AtC 2. Permanent main office address: J04Y 7-ON ST. olre- 28ots 3. �K&�00 , Lo �o,�, When I l organized: Z $ 4�q 4. If a corporation, where incorporated: CO L OR4 bo 5. How many years have you been engaged in the contracting business under your present firm or trade name? s 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) Oe'"E77 (9ucc</ BQrDGE 9Er40Z4<,0M0xT- 4480 99( 346/69 014GC 44-vr PooKor P4 e 995 83) 7. General character of Work performed by your company: P9A✓Y d-iNoAlk y coNckoTE C0A&S772wGi/ON 8. Have you ever failed to complete any Work awarded to you? Ato If so, where and why? 9. Have your ever defaulted on a contract? A(o If so, where and why? 10. Are you debarred by any government agency? A10 If yes list agency name. 7/96 Section 00420 Page 1 11. 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. P16A-Se- s,0,f ifKCCosoo 12. List your major equipment available for this contract. ' kfV � AcKr4es CoMPA�6P 13. Experience in construction Work similar in importance to this project: Pl-e*%g S F6 0A" c'S 06 19. Background and experience of the principal members of your organization, including officers: P".4sr- SEE ��+GLoSED 15. Credit available: $_ 300, OOd 16. Bank reference: KEy gifNK 100 9PO4b4-4y b9dVV Je (3o-1)744—,3zZ1 CHP-fS GE9v4ny 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? yE.s If yes, in what city, county and state? 4&teok4, &4cry,(.r�4 pEnrv�iP._ What class, license and numbers? SEv6*0At 19. Do you anticipate subcontracting Work under this Contract? Y G S If yes, what percent of total contract? O `70 MaX and to whom? TRAFAc. cevrRac cew.PAAly TU $2 d6TF2MrvF/, 20. Are any lawsuits pending against you or your firm at this time? old If DETAIL yes, 7/96 Section 00420 Page 2 21 22 What are the limits of your public liability? _ P[-fASe S0E kFacccsEO What company? Pt Ease SEE r-Nc c os Ta DETAIL What are your company's bonding limitations? 3.DOo,Ooo 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. Dated at 10!00,4M this gEll day of flFeC-KM8,T 20p3 STKu c.Tu,eKS Nc — Name of er By: Title. P�jes1,o (tr State of C000wo County of ARAPA140e ) THOmi-s A .T4C14fSaw being duly sworn deposes and says that he is P ES /OENr of V-,e(tt,TU- X-ce /aC 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 4 to day of b1FcTM8ER 2003. r Notary Public My commission expiresf0`�p� /A- 7/96 NOTARY OF C Section 00420 Page 3