HomeMy WebLinkAboutRESPONSE - BID - 7366 HARMONY ROAD MAINTENANCE PROJECT - COLLEGE AVE TO TIMBERLINE RDSECTION 00300
BID FORM
PROJECT: 7366 Harmony Road Maintenance Project— College Avenue to Timberline Road
Place: City of Fort Collins
Date: April 17, 2012
In compliance with your Invitation to Bid dated 120 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.
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.
Accompanying this Bid is a certified or cashier's check or standard Bid bond in
the sum of 57
($ ) 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 pmp.oses_to furnish the _
specified performance and payment Bonds is as follows: Liberty Mutual Insurance Co.
10735 David Taylor Dr. , Suite 400, Charlotte, N.C. 28262
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
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4428448
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to
the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON, MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company'), a Massachusetts stock insurance
company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint
BYRON CREECH, TODD CRUMP, REBECA L. GOMEZ PORRAS, KRISTY W. KRETZSCHMAR, ALL OF THE CITY OF
RALEIGH, STATE OF NORTH CARD LINA ..........................................................................:..............................................
...............................................................................................................................................................................................
each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its
behalf as surety and as its act and deed, any -and all undertakings, bonds; reoognizances and other surety obliggations in the anal sum not exceeding
TWENTY FIVE MILLION AND00y100 *•`*^""•`*'^*'*•*• `* DOLLARS $ 25,000.000.00**".'*'•`**`*�
( ) each, and the
execution of such undertakings; bonds;-recognizances-and other surety obligations; in pursuance of these presents, shall be as binding upon the
Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to andby authority of the following By-law and Authorization: -
ARTICLE XIII - Execution of Contracts: Section 5: Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the
chairman or the president may. prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make,
.execute,- seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizahces and other surety obligations. Such
attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their
signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be
as binding as if signed by the president and attested by the secretary.- - -
By the following instrument the chairman or the president has authorized the officer or other official named thereinto appoint attorneys -in -fact:
Pursuant. to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby
authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and
deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. -
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
IN. WITNESS.WHEREOF, this Power of. Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 28th day of - Februarv-
2011
- LIBERTY MUTUAL INSURANCE COMPANY
w
.gg COMMONWEALTH OF PENNSYLVANIA ss Garnet W. Elliott," Assistant Secretary
:
COUNTY OF MONTGOMERY -
On this 28th day of February 2011 ,before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged
that he is an Assistant Secretary of=Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the .above
Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation.
IN TESTIMONY WH P" Uad�e- unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year
first above written. Q• �*ON W
i y COMMONWE Lin OF GENNMVANIA "
_ NuwYtl Seel - - y
OF -- T. vas s+.'N�:Fr,mrK._
am-.,,mr..y.Mu,rcFnaiccunry By aJ
ccq��� arcmmsvo-, E,aes Ma,m m'm'a Ter sa G Pastella, Notary Public
L`'-
- 11'�Pry -
CERTIFICATE.
Iny Pam"
I; the undersigned, Assistant ecetary:of r:Liberty-Mutual Insurance Company, do hereby certify that the original powerpfattomey of which the foregoing.,
is a Lull, true and correct copy Is_ in full.force and effect on the date.of this certificate, and'I do further certify officer or official who executed the
y that the
said power of attorney is an Assistant Secretaryspecially authorized by the chairman or president to appoint attorneys -in -fact as.provided in Article
XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. -
This certificate and the above power of attorney may be signed by facsimile, or mechanically reproduced signatures, under and by authority of the
following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called -and : held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature o,a.ny,assistant secretary of the -company, wherever appearing upon a
certified copy of any power of attorney issued by the company trconnection with surety bonds, shallbe valid and binding upon the company
with the same force and effect as though manually affixed,' . -
IN T T MONY WHEREOF, I have her subscribed my- name -and 'affixed the corporate seal of the said company,this a.q.4' day of
'. By
Da% M Carey; Ass' 't Secretary
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: Martin Marietta Materials, Inc.
1800 N. Taft Hill Rd.
2. Permanent main office address: Fort Collins. Co. 80521
3. When organized: November 1993
a
If a corporation, where incorporated: North Carolina
5. How many years have you been engaged in the contracting business under your
present firm or trade name?
20 Years
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
City of Greeley 2012 Overlay Project $2.5 Million Fall 2012
Provincetown Ph. 3 Subdivision $150.000 Summer 2012
Union Colony Elementary School Parking Lot $180,000 Summer 2012
7. General character of Work performed by your company:
Asphalt Paving, Aggregates, Ready Mix Supply
8. Have you ever failed to complete any Work awarded to you? No
If so, where and why? N/A
9. Have you ever defaulted on a contract? No
If so, where and why? N/A
10. Are you debarred by any government agency?
If yes list agency name. N/A
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.
Harmony Bridge Replacement $2.5 Million Dec. 2010 Ft Collins Street Widening
City of Greeley 2011 0'/1 $2 Million Dec. 2011 Greeley Street Repair
City of Ft Collins 2011 0/L- $2 Million Dec. 2011 FC Street Repair
12. List your major equipment available for this contract.
Please see attached list of equipment
13. Experience in construction Work similar in importance to this project:
City of Fort Collins and Greeley Overlay projects. Major subdivisions,
school, hospital, and corporate building parking lots patch repairs and
14. Background and experience of the principal members of your organization,
including officers:
Patrick Walker President -Rocky Mountain Division 25+ Years
David Lemesany Regional Vice President 25+ Years
Kenneth R. Ball Northern Area General Manager 12+ Years
15. Credit available: $ Unlimited
16. Bank Reference: WellsuFargo Bank - -
-- 17.---Willyou-upon request; fill -out -a detailed financial statement -and -furnish -any -other— - -
information that may be required by the OWNER? Yes
18. Are you licensed as a General Contractor? Entire state of Colorado
If yes, in what city, county and state? 00239 General Contractor's License
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract?
If yes, what percent of total contract? Please see list of subs
And to whom?
Martin Marietta Materials
® ®.
Rocky Mountain Division
1800 N.Taft Hill Road
Fort Collins, CO 80521
ASPHALT PLANTS —4.
LOADERS
4 Oil Distributors
1 5 Michigan Loader ,
'.
18 Field Conveyors
1 75A Michigan LoadeP
2 Draglines
TRAILERS W/RAMPS
SPRAYERS
1 AC Loader
11 Light plants & Generators
TERRAIN HYDRA CRANE
14 Conveyors, portable
1 125 Michigan Loader
17 Silos
1 175E Michigan Loader
3 Baghouses
2 966 CAT Loader
1 275E Michigan Loaders
TRUCKS & AUTOMOBILES
TRUCKS
22 Passenger Cars
3 920 CAT Loaders
10 Single Axle Mechanic's
TRUCKS
7 910 CAT Loaders
2 Single Axle FlatBeds
TRUCKS
1 Tandem Flatbed
2 936 CAT Loaders
7 Single Axle Water
1 950 CAT Loader
TRACTORS
4 Single Axle Water
3 Scoopmobiles
1 224 CAT Loader.
2 Tilt Trailers
40 Pickup Trucks
COMPACTORS
7 Tandem Patch Trucks
2 Vibro Plate Compactors
6 Tandem Water Trucks
CAT 815
22 Tandem Dump Trucks
30 Over -the -Road
WEIGHING EQUIPMENT
1 Scales
2 Gravel Tailers
4 Ramsey Belt Scales
1 Gravel Tractors
SCRAPERS
10 Tool Trailers
7 Oil Trailers
5 613 CAT Scraper
1 4000 Gallon Water •
ROAD WIDENERS
1 wipe Tra el-
1 B!aw Knox Road Widener
8 Lab & Office Trailers
5 Loboy & Hiboy Trailers
RAILROAD CARS
1 Rock Trailers
35 Gondola Type Cars
3 Single Axle Fuel Trucks
7 1-Ton w/Dist. -Tanks
TRACTOR— CRAWLERS
2 Farm Tractors
1 634 CAT Dozer
20. Are any lawsuits pending against you or your firm at this time? No
IF yes, DETAIL N/A
21. What are the limits of your public liability? DETAIL $200,000,000
What company? Liberty Mutual Insurance Co.
22. What are your company's bonding limitations? $20,000,000
23. The undersigned hereby authorizes and requests any person, firm or corporation
to furnish any information requested by the OWNER in verification of the recital
comprising this Statement of Bidder's Qualifications.
Dated at Noon this 17th day of April 12012
Martin Marietta Materials, nc
Name of e
By: - Kenneth R. Ball
Title: Genera Manager
State of Colorado
County of Larimer
Kenneth R. Bail being duly sworn deposes and says that he
is General Manager Of Martin Marietta Materials, Inc and that
(name of organization)
the answers to the foregoing questions and all statements therein contained are true
and correct.
Subscribed and sworn to before me this 17th
4JJ-U� (r
Notary Public
Patrese E. Yarbrough
My commission expires: 03/28/13
day of April , 2012 .
(Seal)
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing
over 15% of the contract.
ITEM SUBCONTRACTOR
Traffic Control
Dirt & Pine
Concrete
Asphalt Planning
Landscaping
Fence & Guardrail
Erosion Control
Quality Traffic Control
Gerrard Excavating
Northstar Concrete
Alpha Milling Co.
V & S Landscaping & Sprinkler System
Town & Country Fence Co.
All Terrian Environmental
8. BID SCHEDULE (Base Bid)
p R
Ref #
am,
1 `7tem7#-,
.*rrz�' '„-fir- -)i. � 'r3 e'+ `5-� ;� .r 7
�,i�1t `t Item; Descnphownr, i*` xypy
6'Lr`EtiM�"` e�"
!Quantity ,
� .}niIt
hUnit �,
Unrt
iZC hx..+ha„�.
aaTotalr�r-
x
�+.:?"�':..w;..L.�.3$t.'w.
�. �,t`•': ,::..s 4,.'vru-,.x#.:s :.e
m''Lost.'0
ra�Cost?;
.:
LS
5,359.18
6,359.18
1
201-01
Clearing and Grubbing (1 Acre)
1
2
202-01
Removal of Tree
1
EA
87.76
387.76
3
202-02
Removal of Pipe (24Inch RCP)
49
LF
4.34
702.66
4
- 202-03 _.
Removal of Pipe (18- Inch -RCP)--- -- - -- . _..
_ _73 ____
__-LF
-
2.55
- -.- - -
916.15
5
202-04
Removal of Pipe (15 Inch ADS)
43
LF
4.23
611.89
6
202-05
Removal of Pipe (19 Inch x 30 Inch Elliptical)
8
LF
0.41
403.28
7
202-06
Removal of End Section (24 Inch RCP)
2
EA
29.59
459.18
8
202-07
Removal of Inlet (5' Type R)
1
A
587.76
687.76
9
202-08
Removal of Sidewalk
701
SY
5.26
3,687.26
10
202-09
Removal of Curb and Gutter
754
LF
3.78
2,850.12
11
202-10
Removal of Asphalt Mat (Sawcut) (Full Depth)
2,905
SY
7.60
22, 078.0
12
202-11
Removal of Asphalt Mat (Planing) (04" Depth)
21,050
SY
2.10
44 205.0
13
202-12
Removal of Asphalt Mat (Planing) Additional Inch Thickness
4,000
SY / IN
58
2,320.00
14
202-13
Removal of Asphalt Mat (Planing) (Taper 0-2" Depth) (6' Wide)
7.400
SY
1.43
10,582.0
15
- 202-14
Removal of Pavement Markings
1
LS
309.28309.28
-16
- 202-15
Removal of Structure (Bridge) -
1
LS
23 632.9
23- -632.
17
202-16
Removal of Fence (3 Rail) -
40
LF
25.77
1,030.8
18
203-01
Unclassified Excavation (Complete In Place)
2,831
CY
14.90
42,181.
19
203-02
Muck Excavation
200
CY
39.79
.7.958.0
20
203-03
Borrow
300
CY
28.71
$ 613.00
21
203-04
Shouldering (Recycled Asphalt) (Haul and Place)
530
TON
9.30
4,929.00
22
203-05_ _
Flowable Fill (Utility Backfill)
150
CY
59.85
8,977.50
23
207-01
Topsoil (Stockpile and Redistribute)
835
CY
5.31
4 433.8
7
24
207-02
Pre -Amended Topsoil (Median)
250
CY
36.08
9,020.00
25
208-01 -
Erosion Log (12 Inch)
610
LF
3.53
2,153.30
26
208-02
Storm Drain Inlet Protection
2
EA
128.87
257.74
27
208-03
Concrete Washout Structure
1
EA
618.56
618.56
28
208-04
Erosion Control Supervisor
60
HR
1.00
60.00
29
210-01
Adjust Valve Box
15
EA
115.00
1,725.00
30
21 D-02
Adjust Manhole 524 Inch
6
EA345.00
2,070.00
31
210-03
Adjust Manhole > 24Inc h
12
EA
450.00
5.400.00
32
210-04
Relocate Fire Hydrant
1
EA
2,758.76
2,758.76
32
212-01
Seeding (Native)
0.5
ACRE
5,386.60
2,693.30
33
212-02
Sod
41,217
SF
.57
23,493.69
34
212-03
Tree Retention and Protection
1
LS
585.57
585.57
35
213-01
Mulching (Weed Free Hay)
0.5
ACRE
5,386.60
.2.693.30
36
213-02
Mulching (Wood Chip)
4,200
SF
.77
3,234.00
37
213-03
Inorganic Mulch (Rock) (1 1/2 Inch)
1,429
SF
1.29
1843.41
38
213-04
Inorganic Mulch (Rock) (3 - 6 Inch)
857
SF
2.06
1,765.42
39
213-05
Inorganic Mulch (Rock) (6 - 12 Inch)
571
SF
2.84
1 621.64
46
213-06
Landscape Weed Barrier Fabric
317
BY
4.12
1.306.04
41 -
213-07
Landscape Boulder -
21
EA
335.05
7,036.05
42
214-01
Deciduous Tree (3 Inch Caliper)
6
EA
515.46
3,092.76
43
214-02
Evergreen Tree (6 Foot Height)
6
EA
412.37
2.474.22
44
214-03
Evergreen Tree (20 Gallon)
5
EA
386.60
1,933.00
45
214-04
Deciduous Tree (6 Foot Clump)
3
EA
360.82
1,082.46
46
214-05
Deciduous Tree (8 Foot Clump)
4
EA
484.54
1,938.16
47
214-06
Deciduous Tree (10 Fool Clump)
2
EA
618. 56
1,237.12
48
214-07
Shrub (5 Gallon Container)
11
1 EA
32.99
16,070.16
49
214-08
Perennials and Ornamental Grasses (1 Gallon Container)
470
EA
12.89
6,058.30
50
216-01
Soil Retention Blanket (Biodegradable Straw/Coconut)
50
SY
.09
154.50
51
304-01
Aggregate Base Course (Class 6)
4,690
TON
2.69
106 416.
52
403-01 -
Hot Mix Asphalt (Grading S) (100) (PG 64-28) (Modified Binder)
13,030
TON
1.45
800 693.
53
403-02
Hot Mix Asphalt (Grading SG) (100) (PG 58-28)
7,000
TON
56.90
398 300.
54
403-03
-
Hot Mix Asphalt (Hand Patching)
500
TON
9415
39 575.0
----------------------
55
412-01
--------------- -----------------
Concrete Pavement (8 Inch) (Colored) (Median)
750
---
SF
6.34
4,755.00
56
420-01
Geotextile Paving Fabric
85,000
- SY
1.49
126 650.
57
420-02
Geotextile(Reinforcement)
750
SY
2.65
1,987.50
58
603-01
18 Inch Reinforced Concrete Pipe CLIII
64
LF
50.41
3,226.24
59
603-02
24 Inch Reinforced Concrete Pipe CLIII
144
- LF -
- 67.63
9,738.72
60
603-03
19x30 Inch Reinforced Concrete Pipe Elliptical CLIII
24
LF
98.40
2,361.60
61
603-04
24 Inch Reinforced Concrete End Section CLIII
2
EA
687.63
1.375.215
62
604-01
Inlet. Type R (5 Foot) -
1
EA
3,110.31
3,110.31
63
604-02
Inlet, Type D (5 Foot)
1
EA
2,851.55
2.851.55
64
604-03
Manhole (6 Foot)
1
EA
2,967.01
2,967.01
65
605-01
4 Inch Perforated Pipe Underdrain
310
LF
25.62
7,942.20
66
606-01
Guardrail Type 3
50
LF
56.70
.. -
2.835.00
67
606-02
End -Anchorage
2
EA1,417.53
2,835.06
68
607-01
Fence (3 Rail)
40
LF
12.37
494.80
69
608-01
Concrete Sidewalk (6 Inch) - -
1,270
SY
29.60
37 592.0
70
608-02
Concrete Crosswalk (12 Inch) (Colored)
15
SY
105.69
1,585.35
71
608-03
Concrete Curb Ramp w/ Truncated Domes
100
SY
100.38
10 038.0
72
609-01
Curb and Gutter, Type 2 (Section I-B)
150
LF
17.82
2,673.00
73
609-02
Curb and Gutter, Type 2 (Section II-B)
1,145
LF
14.26
16 327.7
74
609-03
Curb and Gutter, Type 2 (Section I-B) (Modified)
100
LF
17.52
112,264.0d
75
613-01
2 Inch Conduit (Schedule 80)
200
LF
22.32
4,464.00
76
620-01
Sanitary Facility
4
EA
463.92
1,855.68
77
623-01
Irrigation System (Relay Turfed Areas)
1
LS
4, 639. 18
4,639.18
78
623-02
Irrigation System (Median)
1
LS
5,979.38
5,979.38
79
626-01
Mobilization
1
LS
32,523.4
32 523.
80
627-01
Temporary Pavement Marking
1
LS
375.59
375.59
81
630-01
Construction Zone Traffic Control
1
LS
46.809.28
46,809
82
630-02
Traffic Control Management
90
DAY
371.13
33 401.7
83
630-03
Flagging
1.200
HR
21.65
25,980.0
BID TOTAL:
2,047,31(
In Words
Two Million, Forty -Seven Thousand, Three Hundred Sixteen Dollars and
Twenty -One Ceuta.
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 (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
Kenneth R. Bn11 April, 17, 2012
Printed Date
General
K
,.21
(Seal - if Bid is by corporation)
Title
00239
License Number (If Applicable)
Nddress 1800 N. Taft Hill Rd.
Fort Collins, Co. 80521
Telephone 970 407-3600
Email Kenneth.Ball@martinmarietta.com
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
SECTION 00410
BID BOND
KNOW ALL MEVY THESE PRESENTS: that we, the undersigned Morin Harle'#a Mderials
as Principal, andl6s Surety, are hereby held and firmly bound unto the City of Fort
Collins, Colorado, as OWNER, in the sum of $Fivr_'R r eni o0h�e�� V for the payment of
which, well and truly to be made, we hereby jointly and severafld 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 apart hereof
to enter into a Construction Agreement for the construction of Fort Collins Project, 7366
Harmony Road Maintenance Project — College Avenue to Timberline Road..
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 shali 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 iri no way impaired or affected by any extension of the
time=within which the OWNER may accept such Bid: and said Sure _does_here_by._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.
Q+ J_iC_-rty MCJC401 2nauranc-e company
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this day of Marc, 99 , 20_!A, 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: Mark,n Marle.4a H4ials
Address: 2-110 g=�Ycllg-kc.
fikle-ig�) WC a•740'7
//jj ✓
By: /c�YYh
Title:`�_imn Creech � Ass Tea9urer
SURETY
I_�ber'4'y My}u(j 1"Si fanc - �'ompo.n y
I'1S 3erKeleY•
By. r�oC�ft�Co�
Title-Rebeco L eysme2` owns}RkFo�ney-Sn ag
_ ATTEST:_ ..
h;
(SEAL) iidct Crcmp (SEAL)