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 - 5932 MASON STREET HARMONY ROAD SPRING CREEK BIKE P
SECTION 00300 BID FORM 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. 502, OL 12. List your_major.equipment available for this contract. 13. Experience in construction Work similar in importance to this project: _ 14. Background and experience of the principal members of your organization, includingAofficers; 15. Credit availabl 16. Bank reference: 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? If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? lZ5 If yes, what percent of total contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time? XO IF yes, DETAIL 7/96 Section 00420 Page 2 M 1. What are the limits of your public liability? DETAIL What company" 2. What are your company's bonding limitations? :j YK-jd -7ft '3. The undersigned hereby authorizes and requests any person, corporation to furnish any information requested by the verification of the recital comprising this Statement of Qualifications. 'ated attbL lip LI-e this ` day of 2055, lame o �V: i t 1 e : �'�`��j `I (jal state o f c-06-adn ;ounty of 04CL — �TnP 1<U-JATf.0 hp na rii11 v firm or OWNER in Bidder's sworn deposes and says that he _s C ►CS �c�c+.�t- of 1VlpXt.y14( rYl U)Vl 1-LLCWj r-S and that (name of organization) :he answers to the foregoing questions and all statements therein contained :re true and correct. 3u- cribed and sworn to before me this 3� d,�Y,s -20C � Notary �Publi `- -79NDREA MAI JOB NSON 4y commission expires 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all performing over 15� .of the contract: concrete, asphalt structures, concrete caving, excavation, traffic control, sewer, and landscaping. ITEM Cueb - 6vNec - Slewa - gti<e- TMai S-rrke ( Cc�nym ol Set sc10faes Seed, S®, l Pr'. AAI&lC14 SUBCONTRACTOR subcontractors paving, steel fencing, storm bUYV t W-41VQC1OrS. TnC, Ces go-MOA Cbns-muc�w e t S, Q'r 1 ra!%�c jU(ar I-, C., 7/96 Section 00430 Page 1 MOUNTAIN CONSTRUCTORS, INC. ITEM 11 13 COMPLETED PROJECTS AS OF 8/26/2005 OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE CDOT Hwy 287 & SH 1 Im vmts $984,000.00 5/1/1997 Larimer County Elkhorn Creek $120,999.99 8/5/1997 City of Loveland Hwy 34 Underpass & path $507,896.00 9/9/1997 Larimer County CR 42C Improvements $197,117.00 2/1/1998 Cityof Greeley35th Ave & 10 St. $501,925.00 11/3/1997 CDOT CDOT Erosion Control $146,000.00 3/27/1998 Larimer County Pleasant Valley Bridge Repi $162,165.00 5/14/1998 Larimer County Parks Maint. Facility $206,689.00 6/1/1998 City of Loveland Eisenhower Blvd. Im t. $530,856.90 6/22/1998 CDOT Hwy 34Im vmt-Wi ins $1,310,464.00 12/31/1998 Larimer County Horsetooth Boat Ram $379,192.00 5/31/1999 City of Greeley Hwy 34 & 35th Ave Im vmt $1,082,474.67 8/31/1999 City of Greeley Mosier Hill Grading $57,000.00 5/31/1999 City of Fort Collins Horsetooth & Mason Im vmt $191,704.00 11/26/1999 City of Greeley 4th St. Reconstruction $944,787.00 1/10/2000 Colorado Div. of Wildlife Watson Lake Spillway $49,840.00 3/1/2000 Log Lane Village Street reconstruction - Log Lane $231,941.00 8/21/2000 Boulder County Niwot Rd & 95th Ave. reconstr. $707,293.00 10/30/2000 Town of Hudson Street resurfacing $90,390.00 7/30/2000 Larimer County Intersection Im vmt CR17 &CR14 $196,356.00 11/30/2000 Larimer County Intersection Im vmt CR17 &CR28 $102,324.00 11/30/2000 Larimer County Pinewood Lake parking lot $103,058.00 10/30/2000 Weld County Weld County Bridge 47/68B $299,988.00 4/28/2001 Larimer County Replace Bridge #226 $341,633.00 5/31/2001 Larimer County Road Improvements CR 64 $1,347,989.00 10/15/2001 City of Greeley Monfort Park - Parking Lot /Access Road $378,647.00 8/31/2001 Colorado State Univ Rodeo Demolition $29,950.00 7/31/2001 City of Greeley Highway 257 Spur Reconstruction $199,832.00 9/30/2001 City of Greeley Reconstr of Number 3 Ditch $69,308.00 9/30/2001 City of Greelev 4th St. Reconstruction $1,275,065.00 11/30/2001 City of Fort Collins SH 14 Ped/Bike Path $867,578.00 7/30/2002 Town of Erie Leon Wurl Parkway Construction $378,222.00 5/28/2002 MOUNTAIN CONSTRUCTORS, INC. ITEM 11 13 COMPLETED PROJECTS AS OF 8/26/2005 OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE Weld County WCR 65 and WCR 24 1/2 Im vmt $877,029.00 8/16/2002 LING "Q" Lot $576,889.00 6/15/2003 UNC "S" Lot $143,373.00 6/15/2003 Bureau of Reclamation Hughes Stadium Parkin Lot $511,190.00 9/26/2002 FHWA Beaver Meadows Visitor Center $867,577.66 6/12/2002 Colorado State Parks Jackson Lake $91,870.00 11/26/2002 Larimer County Handy Ditch $116,874.33 5/7/2003 Weld County Greeley Weld Co Airport $1,693,129.73 4/25/2003 Estes Park Fall River Pedestrian trail $280,112.50 7/31/2003 Estes Park Fall River Pedestrian trail PH II $170,488.00 12/31/2003 Loveland 2003 Stormwater Improvements $85,439.97 12/15/2003 City of Greeley 11th Ave & 22nd St. Im rovments $134,651.50 10/31/2003 City of Greeley 59th Ave Reconstruction $1,663,073.69 12/31/2003 Colo Dept of Trans . Safety Project $250,364.14 1/15/2004 City of Greeley 20th Street Widening $900,735.00 11/30/2004 Larimer County CR 27 & CR 44H Realignment $108,415.90 10/13/2003 Larimer County Pleasant Valley Bike Trail $166,364.60 11 /30/2003 Evans 31st St. Realignment $385,447.37 2/1/2004 City of Greeley Hwv 34 & 35th Ave Im vmt $102,642.20 11/30/2003 Division of Wildlife Watson Lake Spillway $29,028.70 1/15/2004 Weld County WCR 51 Dust control $129,959.00 12/31/2003 Fort Collins N. College/Jefferson lm vmts $3,751,768.00 6/21/2004 Colo Dept of Trans . SH 1 & CR 54 $61,333.25 5/24/2004 Loveland 2004 Stormwater Improvements $84,839.00 12/31/2004 Boulder County Caribou Trailhead Parkin Lot $97,842.00 10/6/2004 Weld Co. School District West "C" Street Improvements $332,692.00 3/1/2005 City of Loveland E. Eisenhower Blvd & Boise $515,838.23 4/30/2005 Larimer County CR 46E & CR 21 $1,389,214.12 5/13/2005 Larimer County LC PN 174 Bride Replacement $899,918.55 5/23/2005 Larimer County Eagles Nest $177,292.83 5/20/2005 MOUNTAIN CONSTRUCTORS, INC. Item 12 CONSTRUCTION EQUIPMENT 8/26/2005 M DESCRIPTION 14 Pick ups 1/2 ton, 3/4 ton 7 Service Trucks/Mechanic Truck 2 Dump Trucks 1 Water Wagon 8000 gal. 3 Water Trucks 2500 gal, 3500 gal. (2) 4 Truck Tractors - 85,000 GVW 10 Trailers - End Dump, Bottom Dump, Low Bed 1 Crawler Dozer - CAT D7H 4 Motor Graders - CAT 130G, 140G (2), 140H 5 Rollers - CAT 815, Dynapac 2511, CAT 463B, Bomag, CAT 563C 3 Motor Scrapers - CAT 623B, CAT 623E, CAT 627B 3 Rubber Tire Backhoes - JD 310D, JD 410D (2) 4 Track Backhoes - JD 8921), JD 892E, CAT 325L, CAT 235 3 Bobcat - 753, 763, 853 1 Air Compressor - 175CFM 4 Welders 200Amp (3), 300 Amp (1) 1 Water Pump - 6 inch 3 Storage Trailers 5 Wheel Loaders - CAT 966C (2), CAT 950, CAT 966E, CAT 98OF 3 Demo Hammer OFFICERS AND PRINCIPALS Item 14 MOUNTAIN CONSTRUCTORS, INC. 8/26/2005 YEARS OF NAME TITLE EXPERIENCE Kuntz, Joe Johnson, Andrea Kinion, Dave Tjardes, Bill Jeremy Johnson Doug McMurren President 42 Secretary / Treasurer 13 Gen. Superintendent 35 Superintendent 15 Superintendent 5 Estimator 20 ,AC_O_RD,M CERTIFICATE OF LIABILITY INSURANCE o�/`ii'izoos' PRODUCER (303)824-6600 FAX (303)370-0118 Moody Insurance Agency, Inc, 3773 Cherry Creek North Drive Y Suite 800 Denver, CO 80209-3804 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Mountain Constructors, Inc. PO Box 405 Platteville, CO 80651 INSURER A: Bituminous Insurance Companies INSURER& Pinnacol Assurance _ INSURER C: INSURER D: INSURER E: r-cc THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 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 ADO'I KM TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE 07/28/2005 POLICY EXPIRATIONLTIt LIMITS GENERAL LIABILITY CLP3216240 07/28/2006 EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,000 CLAIMS MADE a OCCUR MED EXP (Any one person) S 5 QQ A PERSONAL BADV INJURY S 1,000,00C GENERAL AGGREGATE $ 2 QQQ QQ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OP AGG S 2,000,000 POLICY 7 PRO- JECT LOC AUTOMOBILE LIABILITY CAP3215536 07/28/2005 07/28/2006 COMBINED SINGLE LIMIT X ANYAUTO (Ea accident) $ 1,000,00 BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Per perem) S A BODILY INJURY HIRED AUTOS NON -OWNED AUTOS (Per accident) S PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC S ANY AUTO $ AUTO ONLY: AGG EXCESSNMBRELLA LIABILITY EACH OCCURRENCE $ 2,000,00 X OCCUR F�CLAIMS MADE CUP2576738 07/28/2005 07/28/2006 AGGREGATE $ 2,000,00 A $ S DEDUCTIBLE $ RETENTION S WORKERS COMPENSATION AND 3027994 07/01/2005 07/01/2006 X WcsTATU F Ts B EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT S 1,000,000 E.L- DISEASE - EA EMPLOYEE S 1,000,000 OFFICERMAEMBER EXCLUDED? Nyes, describe under E.L- DISEASE -POLICY LIMIT S 1,000,000 SPECIAL PROVISIONS below OTHER Leased/Borrowed Equip. CLP3216240 07/28/2005 07/28/2006 $250,000 per occurrence A $1,000 deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS 10 day notice of cancellation applies to non-payment of premium CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WALL ENDEAVOR TO MAIL _ 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Janel Fisher/JANFIS J 1 ACORD 25 (2001198) OACORD CORPORATION 1988 CITY OF FORT COLLINS 215 N. MASON 2ND FLOOR FORT COLLINS, CO 80522-0580 132 MASON ST./HARMONY PRING CREEK BIKE/PEDESTRIAN 30. 2005 SECTION 00300 BID FORM PROJECT: 5932 Mason Street/Harmony Road/SpringCre'e'kk Bike/Pedestrian Trail Place-? (OL-- ► 0 �p cc Date g �_CXj 1. In compliance with your Invitation to Bid dated F and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5 �� p ljick ($ ) 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: 7/�'Yr-.nln !P r.0 M(.j.nO hno,4-• NN/%.A11 oi\ 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 --I- 7/96 Section 00300 Page 1 CONTRACTOR BY: MOUNTAIN CONSTRUCTORS, INC. ADDRESS: PO. Box 405 Platteville, CO 80651 (970) 786 6161 8. BID SCHEDULE (Base Bid) Mason Bike/Ped Trail from Harmony Road to Spring Creek Bid Tab ,. a.� ffi N✓..a, 9 V P 3h— l8 FC 3 e31 a. t' �' 8 d IS N ��d�l fl W$ c 13 b.. "� D b �� D 0 w A 1 —. 201 CLEARING AND GRUBBING LS 202.0001 REMOVAL OF TREE EA c�pp, 2 O O 202.00019 REMOVAL OF INLET EA p 1 D 202.00033 REMOVAL OF PIPE EA 1 202.00034 REMOVAL OF PIPE SPECIAL EA 1 202.0019 REMOVAL OF CONCRETE MEDIAN COVER MATERIAL SY 13. p 24 202.002 REMOVAL OF SIDEWALK SY 177 202.00203 REMOVAL OF CURB AND GUTTER LF 288 202.0022 REMOVAL OF ASPHALT MAT SY 1232 202.00495 REMOVAL OF PORTIONS OF PRESENT STRUCTURE LS 1 p 202.0081 REMOVAL OF GROUND SIGN EA Q 3070,0n 202.04 PLUG STRUCTURE EA 3 202.04002 CLEAN CULVERT EA 0 .O 1 203.0001 EMBANKMENT MATERIAL CIP CY 10.50 4883 203.015 BLADING HR qn. 00 40 203.01597 POTHOLING HR l 20 .O 206 STRUCTURE EXCAVATION CY 1 Qp 375 SO 00 206.001 STRUCTURE BACKFILL CLASS 1 CY i ct. 13n 252 78 206.0051 FILTER MATERIAL (CLASS A) CY 7_00 15 O 208.0002 SILT FENCE LF 3750 ap , (10 208.00045 CONCRETE WASHOUT STRUCTURE EA 1 208.0005 STORM DRAIN INLET PROTECTION EA 2 Q 208.0007 STABILIZED CONSTRUCTION ENTRANCE EA 6 % $Oa , C) 208.001 SEDIMENT REMOVAL AND DISPOSAL LS - 1 . . 00 208.002 EROSION CONTROL SUPERVISOR LS oo Cio 1 p t7 210.0005 RESET FIRE HYDRANT EA 1 O .O 210.0081 RESET GROUND SIGN EA 5 .O© 210.0401 ADJ ST MANHOLE EA Am 0 2 T6,0 OS 210.0405 ADJUST VALVE BOX EA onj 2 0 7/96 Section 00300 Page 2 x .z 'roa a al fie a 1 s m 210.04051 ADJUST VAULT EA Z, Ob 4 212.00006 SEEDING NATIVE AC 4.11 C) 212.00047 SOIL PREPARATION SPECIAL AC Q 14 qn. m 4.11 213.00002 MULCHING WEED FREE HAY AC '4,50Qo 4.11 213.00008 MULCHING' WOOD CHIP CF 52 213.00061 MULCH TACKIFIER LB O 617 214 LANDSCAPE MAINTENANCE LS 1 214.00905 PERENNIALS 2.25 INCH POT EA 1270 215.0003 TRANSPLANT TREE 1.5 TO 3 INCH EA 3 no 215.001 TRANSPLANT TREE OVER 6 INCH EA O• 6 216.00041 SOIL RETENTION BLANKET STRAW/COCONUT SY p 425 ,p 217.0002 HERBICIDE TREATMENT HR , p <3 40 Q 250.001 HEALTH AND SAFETY OFFICER HR .On 24 304.06 AGGREGATE BASE COURSE CLASS 6 TON ,Qp 1716 an 403.0072 HOT BITUMINOUS PAVEMENT (PATCHING) ASPHALT TON ss, 357 sh, 3Y<, 412.01 CONCRETE PAVEMENT 10 INCH SY ,O{, 16115 420.001 GEOTEXTILE EROSION CONTROL CLASS A SY d o 92 420.00101 GEOTEXTILE EROSION CONTROL CLASS B SY p 9.3 506.0001 RIPRAP SPECIAL CY 36 Al lag(PyC)o 506.00212 RIPRAP (12 INCH) Cy 2.7 $ 514.002 PEDESTRIAN RAILING STEEL LF 167 601.0303 CONCRETE CLASS D BOX CULVERT CY 79 33 910. 601.0304 CONCRETE CLASS D BRIDGE CY q 10 104 ® w 601.403 STRUCTURAL CONCRETE COATING SY ln.00 107 1 n 10 on 602 REINFORCING STEEL LB 27003 603.0118 18 INCH REINFORCED CONCRETE PIPE LF ,Qp 246.5 O 603.05018 18 INCH REINFORCED CONCRETE END SECTION EA .00 6 603.1012 12 INCH CORRUGATED STEEL PIPE EA 14 7 00. p 603.30012 12 INCH STEEL END SECTION EA .0 1 604.16005 INLET TYPE 16 5 FOOT EA dp 2 604.19105 CURB INLET 4' OPENING 5 FOOT EA p 1 d on 604.30005 MANHOLE SLAB BASE 5 FOOT EA 1 p 607.113 FENCE COMBINATION WITH TREATED WOOD POST LF 33 11178 607.11525 FENCE PLASTIC LF 10 220 608.0001 CONCRETE CURB RAMP SY S9,60 250 Cm -, 608.00026 CONCRETE BIKEWAY 6 INCH SY 3 i0Q 18560 " 608.0002X CONCRETE BIKEWAY COLORED 6 INCH SY 52.33 608.1001 SIDEWALK DRAIN EA .Q 6 609.2101 VERTICAL CURB AND GUTTER 1' GUTTER LF , oo 69 609.2102 VERTICAL CURB AND GUTTER 2' GUTTER LF IQ. 00 3132 17 609.219XX DRIVE -OVER CURB AND GUTTER LF I q. O O 282 610.0003 MEDIAN COVER MATERIAL CONCRETE SF I3• SQ 56 5 620.0002 SANITARY FACILITY EA .0(0 1 1 000 , 7/96 Section 00300 Page 3 622.0025 BENCH EA 525jbM,00 an 622.0035 TRASH RECEPTACLE EA1 O626 MOBILIZATION LS 1 ZS 0Q0,00 628 BRIDGE GIRDER AND DECK UNIT 27'-8 EA 628 BRIDGE GIRDER AND DECK UNIT 42'-0" EA Opp,O 1 ppp, p 628 BRIDGE GIRDER AND DECK UNIT 50'-0" EA 410 0-00 630.10005 TRAFFIC CONTROL LS jo, 0 p(), TOTAL SUM OF CONTRACTOR BID ITEMS: s Z" 4 / S. one Millivn, `,hreelkndared /V, YY--two -a0 5Rn4' TOTAL IN WORDS: /U1 nt' /iAndled FW�ren ara 1�100 ni i eRc 9. PRICES The foregoing prices transportation, shoring, insurance, etc., to cover kinds called for. shall include all removal, dewatering, the complete Work in labor, materials, overhead, profit, place of the several 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. RESPECTFULLY SUBMITTED: (2a- �� 'K- U5 Si nature Date _?rfS1C Title License Number (If Applicable) (S'eal - Bid is by corporation) :Attest: ✓� A P.O. Box 405 Platteville, CO 80651 (970) 785- 6161 Telephone 7/96 Section 00300 Page 4 r,. SECTION 00410 10T01M- e ►i�7 KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned MOUNTAIN CONSTRUCTORS, INC. as Principal, and EMPLOYERS MUTUAL CASUALTY 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 the Total Bid (5%) 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 Construction Agreement for the construction of Fort Collins Project, 5932 Mason Street / Harmony Road / Spring Creek Bike / Pedestrian Trail; . 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 this 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 30th day of August 2005, 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 SURETY Name:MOUNTAIN CONSTRUCTORS, INC. EMPLOYERS MUTUAL CASUALTY COMPANY Address: P.O. BOX 405 8181 TUFTS AVE. #500 PLATTEVILLE, CO 80651 DENVER, CO 80237-0010 By: By:�—� _ Title: D .JIQ-S I &. --� Title: Vera T. Kalba, Attorney -in -Fact ATT By: ry` i (SEA., (SEAL) 4 7/96 Section 00410 Page 3 MOODY INSURANCE AGENCY, INC. 3773 CHERRY CREEK NORTH DRIVE, SUITE 800 DENVER, COLORADO 80209-3804 PHONE: (303) 824-6600 No Text SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS Ali 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 2 3 4 5 AS 7 Name of Bidder: Mou,V A'ln Permanent main office address: c) &x When organized:^ If a corporation, where incorporated: OLA2Yz How many years have you been engaged in the contracting business under your present firm or trade name? a5 Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you?J_ If so, where and why? 9. Have your ever defaulted on a contract? X l If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1