HomeMy WebLinkAboutRESPONSE - BID - 5847 CONCRETE PROJECT PHASE II (2)SECTION 00300
BID FORM
PROJECT: CONCRETE PROJECT PHASE II; BID NO. 5847
Place Z/S ,A/. /yASoA) i,, ZgLi #41�/Vm
Date 31s,/d y
1. In compliance with your Invitation to Bid dated 11-Mck q z dall
and subject to all conditions thereof, the undersigned
4fXP.e65S CONGR. mr SiJG a **(Corporation, )(mkfA6 L)al#)etV CVIWhX,
PAXtXeX Orii D, J*irt Xe)(JCV, or %Xe)VW— t` rr) ** 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 o cashier's check or stand} Bid
b nd in the sum of /%ipB�irw/O,�yA;V6rd il.0 C OGbhTiiw,o0llf/
9/ 9. 8 /Z, %$r ) 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:
0,4
5. All the various phases
their individual jobs
included by implication
CONTRACTOR under one of
of whether it is named
lro-neo. - ys,&r4ar 67,-rhw, m/ %XAVcl x
of Work enumerated in the Contract Documents with
and overhead, whether specifically mentioned,
or appurtenant thereto, are to be performed by the
the items listed in the Bid Schedule, irrespective
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 ___L_&,#J _ 1'NGIw0160 iA) PA.K.40%
7/96 Section 00300 Page 1
21. What are the limits of your public liability? DETAIL
Z , /1i C,E LiA/.�i7 f t iyi'/l,'o,u Ex6G-5.r&,,14
What company? UmfT-C--/J c,"R-C- V-Cfrf1Y' -CED. k /Z,4Pi t .�o&.K,#
22. What are your company's bonding limitations? -A 5 M1-/1ip,J
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 IQ: Qth (-\�k _ this ZI day of � 206
Bymegf.B' ddee t S
Title:
State of
County of L
S
eing du
i1 ei:A U nr of
(name of organization)
the answers to the foregoing questions and all
true and correct.
sworn deposes and says that he is
X Q_ and that
statements therein contained are
1
Subscribed and sw rn to before me this _ day of MS u
' 20
ota y Publi
i
My commission expires I Qy
7/96 Section 00420 Page 3
cis HESS
CONCRETE, INC.
Job
G.C.
Location
Owner
13.Arbor Gardens
Fisbeck/Sheel
29 h-Ave.& 3rs .
Fisbeck/Sheel
$70,00.00
Evans
14.Ashcroft Hieghts
Roche Constructors
35t`^"e.& 37th
Roche
$1.2 million
Evans
15.WaterGlenn
Roche Constructors
Vine & I-25
Richmond Homes
$1.7 million
Ft. Collins
16.Peakview Estates
BLF Deveopment
Elizibeth & Overland
BLF Development
Ft. Collins
17.Harmony Center
Saunders
Harmony & JFK Pkwy.
$990,000.00
Ft. Collins
18.Rehab. 1995-2001
City of Ft. Collins
Ft. Collins
City of Ft. Collins
$800,000.00 avg.per year
19.Shutts Farm
Summitt Land Mang.
Windsor
$120,000.00
20.Clearview Channell
Connell Resources
Prospect & Taft Hill
City of Ft. Collins
$170,000.00
Ft. Collins
EXPRESS CONCREM INC., S305 Zi*Ww M, FORE COLLINS, CO. E05-9559 Pho 970.225.1287 FAX 970-M9-0a"
w ..zpn concnp we
cwr�ri Ear
CONCRETE,4 1 INC,
Job
G.C.
Location
Owner
1. Taft Hill
Zak Dirt Inc.
Taft Hill & Drake
City of Ft. Collins
$880,000.00
Ft. Collins
2.Sheldon Lake
Grimm Const.
City Park Lake
City of Ft. Collins
$85,000.00
Ft. Collins
3.Harmony & Timberline LaFarge
Harmony & Timberline
City of Ft. Collins
$350,000.00
Ft. Collins
4.South Shields
Connell Resources
Shields & Springereek
City of Ft. Collins
$70,000.00
Ft. Collins
5.Fossil Creek Pkwy.
Connell Resources
Fossil Creek Drive
City of Ft. Collins
$75,000.00
Ft. Collins
6.Lin Mar Acres
Connell Resources
Lin Mar & Overland
City of Ft. Collins
$60,000.00
Ft. Collins
7.Mountain Ridge Farms Gerrard Excavating
Wabash & Shields
City of Ft. Collins
$50,000.00
Ft. Collins
8.Super-Walmart
LaFarge
Lemay & Mulberry
City of Ft. Collins
$1 million
Ft. Collins
9.University Acres Schools Roche Constructors Greeley Weld County School Dist.
$250,000.00 Charter School
10.Fossil Creek Pkwy. Schmidt Earthb Wers Fossil Creek & Mail Creek City of Ft. Collins
$190,000.00 Ft. Collins
11.Anheuser Busch Scales Gerrard H. Phipps Anheuser Busch Brewery Anheuser Busch
$15,000.00 Ft. Collins
12.Westfork Village Fisbeck/Sheel 5775 w.29th St.
$180,000.00 Greeley
EXPRESS CONCRETE, INC., 530S INplw RM, FORT ODLUNS, CO. 80525-M? MOM 970-225-1257 FAX 970.229-0/Y
w .exprhsconcre4axo
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 150 of the contract.
ITEM
l ,edfFiC- 00N7-aa l
7/96
SUBCONTRACTOR
Section 00430 Page 1
CONCRETE, INC.
Schedule
Based on our previous production rates we feel that we can Remove and Replace About 30 to 40
Cubic yards per day. This is based on working from 7.00 AM to 6.00 PM. Additional days will be
needed if we have to work 8.00 to 3.30. This schedule does not account for weather delays.
Quail Hollow; 78 CY 3 days Concrete, 1 Day Clean and Patch
Prospect Ave; 1100 CY 35 days
Westview 20 CY 1 Days Concrete, I Day Clean and Patch
Woodland 13 CY 1 Days Concrete, 1 Day Clean and Patch
Willox 110 CY 5 Days Concrete 1 Day Clean and Patch
Chapparral 875 CY 33 Days
5305 S. ZIEGLER RD. FT. COLLINS CO.80528
www.expressconcrete.com
(970)-225-1287 FAX (970)-229-0846
A
SECTION 00410
L i D 12113i',D
KNOW ALL MEN BY THESE PRESENT'S: Lhatt 'tar, the--! Itilde r'si,gned
Express Concrete, In¢,s rriiicipal-, a+id Farmington Casualty Company as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
as OWNH.R, in the sum of $ 5% of total bid for the payment of which, well and
truly to be made, we hereby jointly and severally bind ourselves, successors, and
assigns.
THE CON'DITTt--ii ut Lhis obiivai_ion is such filat wnerea:; rile E'r:i.ncj.pA.i- has
submitted to the City of Fort Collins, Colorado the accompanying hi.d and hereby
made a part hereof to enter into a Construction Agreement for the construction of
tort Collins Project, CONCRL'I'L PROJECT PHASE TT; R-rD NO. 584l-
NOW THEREFORE,
a if saki Bid shaii ine rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a
Contract in the form of Contract attacked heie.i.,o (p.r.operly comp:c.eted in
accordance with said Bid) and shall furnish a. 13oCyD for his faithful
performance of said Contract, and for payment of all persons performing
i.abor or furni.5hing matcriais in r:onnection therewith, and shall in aii
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 statod.
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
e,cLension of the time within w]licij the OWNER wa_v acc:eui. Such Bid; dtici s<c.id Surety
does hereby waive notice of any such extension -
Surety Companies executing bonds miu5u be authorized to. transact IULlSin,3:S in tile-
State of Colorado and be accepted by the OWNER.
7./96 Section 00410 page 2
A
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 31st day of March , 20 04, 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: _E�_ress Concrete, Inc.
Address: 5305 Ziegler Road
Fort Colli 80528
By:
Title: P2ES/ 0G.t1T'
ATTEST:
7/96
(SEAL)
SURETY
Farmington Casualty Company
Hartford, CT 06183
By:
Title: Attorney -in -Fact
(SEAL)
Section 00410 Page 3
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath matte, constituted and appointed, and do by these
presents make, constitute and appoint: Connie K. Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C.
Bensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Morris, Mary M. Powell, Diane R Clementson,
of Greeley, Colorado, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the
authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior. Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such fackmile sig:ature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE
COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused by
certain acts of international terrorism. We are providing you with
this notice to inform you of the key features of the Act, and to let
you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for certain
losses caused by international acts of terrorism as defined in the
Act. The Act further provides that the Federal Government will pay
a share of such losses. Specifically, the Federal Government will
pay 90% of the amount of covered losses caused by certain acts of
terrorism which is in excess of Travelers' statutorily established
deductible for that year. The Act also caps the amount of terrorism -
related losses for which the Federal Government or an insurer can
be responsible at $100,000,000,000.00, provided that the insurer
has met its deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or bond
being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The. premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
N
ADDRESS:
BID SCHEDULE (Base Bid)
ExP s C'o�► Erg
CONTRAC R.
r
BY:
MlKr Z"JI s
ssos s 4�/6'z
/%v s 619 60j:r ,B
Please use the attached Bid Schedule when submitting your bid.
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 (25%) of the total Agreement Price.
RESPECIFULL}/ SUBMITTED:
e/
Signature Date
, o&;r
Title
W4
Licen e Number (If Applicable)
(Seal - if Bi s c ration)
At ' %6a17z6-s
ddress .4'3o5 S ZlEger
SEAL FT, c'o/�iys 00Bosa 8
lephone V 0 - Z Z S- /Z 8 7
1ai _O
7/96 Section 00300 Page 2
MAR-25-04 THU 01:42 PM CITY/FT COLLINS, PURCHAS FAX N0. 970 2216707
P. 01 /04
Administrative Services
Purchasing Division
CITY OF FORT COLLINS
DUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid 5847 Concrete Project Phase II
OPENING DATE: 3:00 PM March 31, 2004
10 f'r P.Vc- 4- 3 P dbG
,3td Sc�dwJ6
To all prospective bidders under the specifications and contract documents described above, the
following changes are hereby made_
1. Delete: paragraph 4 on page 22 of Section 2000, Project Specifications, which begins
"All pedestrian access ramps shall be equipped with truncated domes.... " and replace it with the
following two paragraphs:
"All pedestrian access ramps shall be placed in accordance with the details
contained herein. The ramp items shall include all labor, materials,
equipment and Incidentals, including the red concrete, removal, sawcutting,
haul and disposal, and for doing all the work involved in removal and
replacement of pedestrian access ramps.
"At the direction of the Engineer, Truncated Dome Panels may be placed in
lieu of the red concrete on pedestrian access ramps. Item 608.26,
Truncated Dome Panel (2' x Z), will be paid as an up -charge in addition to
the ramp item, as a replacement for the file red concrete. This item shall
include all labor, materials, and surface preparation to supply and place the
panels at pedestrian access ramps. Truncated Dome Panels shall be red,
pre -fabricated concrete, and shall meet all ADA requirements. The type of
Truncated Dome Panels to be used shall be submitted to the Engineer for
approval prior to installation. Dome panels shall be placed at the same
time as the initial ramp placement. All panels shall be epoxied on the non -
exposed surfaces prior to being set in wet concrete."
2. Change: the quantity for Item 608.26 Truncated Dome Panel to 70 Each.
3_ Add: Contractor must use the Revised Bid Schedule attached.
215 north Mason Street • 2nd Floor - P.O. Box 580 - Fort Collins, CO 805224M - (990) 221-6775 - FAX (970) 221-6707
MAR-25-04 THU 01:42 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707 P.02/04
Addendum #1
Bid Schedule
Bld 5847
CO°�
Estimated Cost
itemNa
DeacripHoi
Unit
Qaautity
Unit Cast
Total
202.01
Sawcut4"
L.F_
100
$ 3, 00
s 300. 00
202.02
Sawaitting - Ad&60021 Inch Depth
L.FJineh
100
s • "
$ 5- 00
203.01
GencralExcavation
C.Y.
50
S /0.00
S 3000.00
203.02
Borrow
TOn
100
S 'aQ.oe
$ .Z000.00
304.07
Aggregate Base Course
TOR
1400
S 3 ), }is
S 3 $SO. 00
403.50
Temporary Patching
Ton
300
$ /SQ. Q0
s y�000.00
604.01
Type R Inlet- Remove and Replace
Each
1
Sa SSO.00
s a 8$00. 00
604.02
Recoaattuet Inlet Deck - Catch Basin
Each
20
S/ .00
S20000,00
604.03
Deck Basin
L�
1
$/ao.00
s /010.00
A�F�Opening
604.04
Reconstruct Curb Inlet Deck - 4' Opening
Each
2
S 1100.00
s a a oo. 00
604.05
Reconstruct Curb Inlet Deck - Additional
L.F.
4
$0O
I CIO
$ 6 $0. 00
Foot Opening
604.06
Type 13 - Gub Inlet with Frame, Grate and
Each
1
S /r60. a
$ /S-(.0. 00
Adjudtahle Curb Bonnet
604.07
Concrete Sidewalk Calvert
Each
1
S/200-00
s 000
604.08
Metal .Sidewalk Cuhwi - 5/8" Plate
Each
1
$/47 j 0- 00
$ / 0
604.09
Additional Squaw Foot5/8- Plate
S-F_
5
S /20. 00
S Edo. O
608.01
Remove Coacnic
S.F.
3280
S /. 3
S y
608.02
Remove and Haul Fillets
Each
4
s ja0,00
S 0. 00
6iO3.03
Apron- Rcmrove and lace
S.F.
3025
S 0
S (s '00
608.04
Cmsspam-Rcmanand Replace
S.F_
3025
S (.60
$ /4 9655. Do
608.05
Driveover Crab, G„neer & 4- Sidewalk -
L.F.
4150
s 3 v. 00
$ /y/ /00. 00
Remove and Replace
609.06
Driveover Curb, Gutter and 6" Sidewalk -
L.F.
2225
$ 36, of
$ Q�►,7 6 S'6. s
"
Remove and Replace
608.07
Driveover Gab and Gutter - No Sidewalk -
L.F_
90
$ a 1. y0
S /92 (a . 00
Remove and Replace
608.08
Driveover Curb, Gutter & Drive Approach -
L.F.
175
S 36.00
S 6 300. 00
Remove and Replace
608.09
Vertical Curb, Gutter & 4- Sidewalk -
L.F.
610
$ 39. 00
$2 3 y40. 00
Remove and R
609-10
Re , GuReptter& 6" Sidewalk-
L.F.
470
$W. 00
$ /9 ,�. 00
7
608.11
Vertical Curb and Gutter - No Sidewalk -
L.F.
4500
$ as:OO
$ //2,S-00
Remove andRepiaoe
C 606,12
Os. r z
Vertical Curb. utter and Drive Approach -
G
L F.
640
00
S 3 9.
s a y� 9 6b0. 00
Rarove and Replace
MAR-25-04 THU 01:42 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707
P. 03/04
Contra"
Ceat
heat No.
T?ererlption
unit
�uantw
Ehsit Cttat
TOW
608.13
Vertical Cub, Gutter and Drive Approach -
LF.
50
S
No Sidewalk - Remove and
608.14
�� Curb and Guam -Remove
L.F.
50
S a 2 • to 0
a /Iv 0 . DO
608.15
Barrier Curb 12"
L.F_
393
$ 6. GC
S 6 3 Q0. 00
608.16
Holes Cork Gutter & a" Sidewalk-
LF.
100
I sx. fo
s 3/Sao .00
d Replace
608.17
HollywoodCurb, Guaer do 6" Sidewalk -
L.F.
25
s 33. 00
$ g 2 j'o 00
608.18
Hollywood Curb and Guttcr- No Sidewalk -
L.F.
50
a a at p p
0 O
a l o.5o•
.
INLAND INSURANCE COMPANY
Lincoln, Nebraska
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That the INLAND INSURANCE COMPANY, a corporation of the State of Nebraska having its principal office in the City of Lincoln, Nebraska, pursuant to the
following Bylaw, which was adopted by the Board of Directors of the said Company on July 23, 1981, to wit
"Article V-Section 6. RESIDENT OFFICERS AND ATTORNEYS -IN -FACT. The President or any Vice President, acting with any Secretary or Assistant Secretary,
shall have the authority to appoint Resident Vice Presidents and Attorneys -In -Fact, with the power and authority to sign, execute, acknowledge and deliver on its behalf, as
Surety: Any and all undertakings of suretyship and to affix thereto the corporate seal of the corporation. The President or any Vice President, acting with any Secretary or
Assistant Secretary, shall also have the authority to remove and revoke the authority of any such appointee at any time."
does hereby make, constitute and appoint
Amy Wickett or Celeste T. Helms or Garry L. Wesselink or
Karen A. Feggestad or Shelley Czajkowski or Debbie Poppe
or William M. O'Connell, Denver, Colorado
its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver for and on its behalf, as Surety:
Any and all undertakings of suretyship
And the execution of such bonds or undertakings in pumsumce of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes,
as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Lincoln, Nebraska, in their own persons.
The following Resolution was adopted at the Regular Meeting of the Board of Directors of the INLAND INSURANCE COMPANY, held on July 23,1991:
"RESOLVED, That the signatures of officers of the Company and the seal of the Company may be affixed by facsimile to any Power of Attorney executed in
accordance with Article VSeetion 6 of the Company Bylaws: and that any such Power of Attorney bearing such facsimile signatures, including the facsimile signature of a
Assistant Secretary and facsitmk seal shall be valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is
All authority hereby conferred shall rennin in full force and effect until terminated by the Company.
IN WrfNESS WHEREOF, INLAND INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereunto
affixed this 12 day of April 20 03 .
INLANDINSURAN COMPANY
Stage of Nebraslut ) By Vice President waosutt
) ss•
MAR-25-04 THU 01:43 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707
P. 04/04
Contract
8sdmatad Cost
Uu1t Cart
Tohi
Item No.
Dena iption
unit
QuantRy
614.05
Type II Barricade Without Light
Per Day
Per Each
10
S r j'S"
O
s .S S
614.06
Type III Barricade Without Light
Per Day
Pw Esch
250
S a.0a
$ roo.00
614.07
Size A Sign Arith Stand
ParDay
2200
$ TO
$3300, 00
614.08
Sine B Sign With Surat
Per Each Day
250
s �, S'O
S 3 y.S-, 00
Size A Specialty Sign - Cost of
Each
to
$ x4 o. 00
$ i'j�� p0
614.09
Size B specialty sign- Cat of
F�
10
S 9s•. ° a
$ �s.0.00
614.10
Masufacturnn&
614.11
cane with Reflective Strip
erEach
300o
s . SS
s /6.�0. 00
Day
�
20
s S ° °
$/00. °O
614.12
Salcty Fence
Roll
614.13
Light - Steady Burn
PerEach
500
S • 2X
S / a S' 0
614.14
Light - Flashing
Peter Eachl1
Soo
S • .i
S /a'Z.f
Advance warning Flashing - or Segttaricing
Per Day
30
S �s ; O°
$ 2 a SO. 0
614.1 s
Arrow Panel
Per Each
614.16
Traffic Control Supervisor
Per Day
90
S 35t t
s 3/5W - 00
614.17
Traffic Control Supervisor
Per Hour
100
$3s►,o0
S 34'rpp. °o
614.18
Fisggrog
Par Hour
1675
s a0. oa
s 3 00. 00
TOTAL COST
$9/9 8/2.9'S
Akita- lj&A&Oj-,PV A/@, �. jt Dollars and
Company 6 0400t ' !•s^r►%A4 1 N t-
Check
One:
individual Doing Business in Company
Name
Corporation
Partnership
Phone/Fax
Cwm
636sr z1ohl to
Ft r-A. $6sZ$
J7v, u�- 691(1- 970_ 2z r- "1+1
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE WDMUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED.
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
7/96 Section 00410 Page 1
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: EJ(�,QEfs l'p,uc,¢ET6 y,uG�
2. Permanent main office address: 's-.50,s
3. When organized: T'loi / /997
4. If a corporation, where incorporated: l 6/4A 0 0
5. How many years have you been engaged in the contracting business under your
present firm or trade name? ] V'As 3 NDl
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appro2riate anticipated dates of completion.)
/J*X7-4i ["O/1E&6 I a�gAj f7iedb%.��DR.VV&H r �S f, 0 000 .1419d S Z 0V
%FMITTT f3Tfr�,lJ - "WOY NOZ /;07 400E/ifNO 5*060 JNy, /orZa0 /
7. Ge eral character of Work performed by
your company:
Y:
�AlC.Z6AC /2Ero06 trJ?4'*I CC Y 2Eh.46!//T�Tiaw� ES��E T"A�'►
OMot9ECcal N6 4) CdA;s7Aw4r,o.J (,eyGQb
8. Have you ever failed to complete any Work awarded to you?_� Q
If so, where and why? �/�-
i
9. Have your ever defaulted on a contract? %l%p
If so, where and why?
10. Are you debarred by any government agency? N a
If yes list agency name. i11A
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.
P/6.o-.ra' SEd .¢'Ae-1,ED
12. List your major equipment available for this contract.
eAMS allo E(,caje.
13. Experience in construction Work similar in importance to this
project:
%TY o fl !'oAir oojc TC /ZE�.46 /!9y irf zoo/
14. Background and experience of the principal members of your organization,
including officers:
Loft41 M04b'fel JAR.PlAi - ZZY)¢5 IaV"*rw A&Zg 16,vrr194us. tz�.ss�o
15. Credit available: $ 100 pop ,./
16. Bank reference: ( 6ALJ%d!N%A'1 A?Ao1iGy Ol T1L" !Ne'tT
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
V
18. Are you licensed as a General CONTRACTOR? JU 6
If yes, in what city, county and state? What
class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? 1,6 5
If yes, what percent of total contract? /O
and to whom? R4FF.4 COMTeo/
20. Are any lawsuits pending against you or your firm at this time? Iles
If //�� yes,
DETAIL 00tlGAi7" 6.4 - Q�s yTG- uER GAMrl�lC-I Z-.✓pe/gAmCr
cab/e r. /rwa ar Q .. ---
7/96 Section 00420 Page 2