Loading...
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