Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5846 POUDRE TRAIL EXTENSION WEST OF TAFT HILL ROAD (9)SECTION 00300 BID FORM PROJECT: POUDRE TRAIL EXTENSION WEST OF TAFT HILL ROAD; Bid N0.5846 Place Date 1. In compliance with MARCH 29.2004 p your Invitation to Bid dated and subject to all conditions thereof, the undersigned THOUTr BROS CONCRETE OONTRACIORS SNP,* (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% BID BOND ($ 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: UNION INSURANCE 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 7/96 Section 00300 Page 1 Work Completed 2004 BUILDER Work to complete Percent Complete ENVIRONMENTAL $160,000.00 87.41 % DOUGLAS COUNTY $154,945.15 100.00% TALLYN REACH NORTH $140,000.00 97.05% CITY OF GOLDEN $139,118.90 0.00% JE DUNN $126,548.73 0.00% R&O CONSTRUCTION $125,223.31 74.92% CELEBRITY $120,128.02 39.30% FRANSEN PITTMAN $114,340.57 0.00% DAVE PERKINS ASSOC. $113,418.97 26.01% PROTO CONSTRUCTION $111,773.35 0.00% VALLEY CREST $100,000.00'. 93.84% US HOME/LENNAR $100,000.00 0.00% SMALL BUILDERS $100,000.00 74.71% T2 CONSTRUCTION $96,129.45 68.38% WDG/GRANT RANCH $89,769.60 0.00% FCI CONSTRUCTION $89,516.16 86.18% KORAN/KORAN $89,459.91 0.00% ORR CONSTRUCTION $89,000.00 26.70% COOPER $89,000.00 0.00% RKS $85,000.00 80.86% URBAN CONSTRUCTION $73,128.08 92.31% COCAL LANDSCAPE $68,914.42 33.71% KIEWIT $57,093.00 100.00% WESTERN SUMMIT $56,350.66 97.56% GENESEE $55,000.00 16.44% Work Completed 2004 Work to complete Percent Complete BUILDER DENVER TEMPLE BRITTANY BUILDERS PREMIER PAVING CROSSLANDS MORRISON HOMES PARK LAND BRISTOL FJ SpOOR & ASSOC. EMBREE CONST. BOULDER COUNT CITY OF ENGLEWOOD DCA ASPHALT JEHN &ASSOCIATES HYDER CONST. WESTERN STATES FIDELITY TECTONIC C.D.G. ROCHE KDA HOLDING GOLDSMITH METRO DIST. SOUTH SUBURBAN AC EXCAVATING BROADWAY WEST TAYLOR KOHRS $38 .74 f.00 .87 39.71 47_ 159.66 78. 9.23 ,812.79 1238.18 $1 75_0.,39 7R7.03 0__00% 59_� 0 100.00% 9J 7�.8301u 100_0= 100'�0 /o_ 9_ 7_ 71% 11* - --=__ 1 1 0.00% 0 0 /' 10� '/O 10_ O�0%o 29=- 10� 0.00% Work Completed 2004 BUILDER Work to complete Percent Complete BLACKCREEK $8,175.10 100.00% SPIKE RUMLEY LAND $8,163.25 80.41% GE JOHNSON $8,116.73 42.42% GOLDEN TRIANGLE $7,383.04 100.00% AMERICAN DESIGN & LANDSCj $7,158.45 0.00% BRAAKSMA HIMMEIMAN $6,989.32 0.00% TURNER $6,405.00 90.63% RICHDELL CONST. $5,472.78 0.00% TRAINOR $5,136.35 100.00% T & S DEVELOPMENT $4,310.46 100.00% PSC CONSTRUCTION $3,835.86 0.00% BROWN SCHREFMAN $2,604.80 100.00% BURGWYN PERRY ROSE $2,211.75 0.00% CITY OF NORTHGLENN $1,860.00 0.00% HUDICK EXCAVATING $1,832.26 0.00% YOUR COMPANY NAME CONTRACTOR QUALIFICATIONS PROJECT / REFERENCE LIST THOUIT BROS CONCRETE CONTRACTORS INC NUMBER OF YEARS EXPERIENCE IN WORK REQUIRED FOR THIS PROJECT NAME OF PROJECT: 2004 CONCRETE REHAB BID DNU M B E R: I TB-04-00 9 PROJECT O. PROJECT #S-PM-01-04 Entity Name Street Address CITY OF LONGMONT 1100 SHERMAN ST Contact Name City LOIX MONT 43 RICH MERRITT State CO Zip 80501 Phone # (303 ) 651-8897 Fax # ( 303) 651-8588 Project 2003 MISSING SIDEWALKS Year 2003 ContractAmt S 67,000.00 Brief Description of Work REMOVE & REPLACE AND FILLING :IN WALKS Entity Name DOUGLAS COUNTY Contact Name g is its StreefAddress 100 THIRD STREET CityCAS= ROCK State CO Zip 80104 Phone # ( 303 t 6607490 Fax # ( 303i 688-9343 Project CONCRETE PAVEMENT REPAIR Y 2003 C t A 3075000.00 Brief Description of Work Entity Name ear on tact mt REAM & REPLACE IN DOUGLA.S COUNTY TOWN OF CASTLE ROCK Street Address 100 WILCOX ST City Contact Name CASTLE ROCK CARL ARNIJO State 00 Zip 80104 Phone# ( 303) 660-1390 Fax# ( 72Q 733 2207 Project 2003 STREET REPLACEMENT Year 2003 Contract Amt $ 700 s000.00 Brief Description of Work IMPORTANT: THIS FORM V JST BE COMPLETED AND SUBMITTED WITH YOUR BID PROJECT %REFERENCE LIST CONTINUED THOUTr, BROS CONCRETE CONTRACTORS INC Company Name Entity Name Contact Name LARRY NIMMO Street Address 1000 ENGLEWOOD PARKWAY City E14GLEWOOD State CO Zip 80110M Phone # ( 303) 762-2500 Fax # ( 303 783-6893 Project 2003 CONCRETE UTILITY CONTRACT Year 2003 Contract Amt $ 350,000.00 Brief Description of Work REMOVE & REBLACE CITY OF ENGEEWOOD CITY OF LONGMONT Entity Name Street Address 1100 S SHEF&M ST City Phone # t' 303) 651-8572 Project 2003 CONCRETE FORCE ARCOUNT Contact Name LONGMONT Fax # NIEAH FOGORSKI StateP Zip 80501 Year 2003 Contract Amt $ 230,000.00 Brief Description of Work REMM & REPLACE CONCRETE IN CITY OF LONOUNT CITY OF ARVADA Entity Name Street Address 8101 RALSTON RD City Phone # 729- 898-7640 Project concrete repalcemml: PHACE II KEITH UREN Contact Name ARVADA, State0O Zip 80002 Fax # (720) 898-1603 Year 2003 Contract Amt $ 388, A00.00 Brief Description of Work REMOVE & REPLACE CITY OF ARVADA Entity Name Street Address City Phone # ( ) Fax # Project Brief Description of Work Contact Name State Zip Year Contract Amt $ IMPORTANT: THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR BID THOUTT BROS. CONCRETE CONTRACTORS INC. BUILD HONESTY WITH CONCRETE FOR BUILD A BETTER TOMORROW EFFICIENCY THE FUTURE OF TOMORROW NOWT SINCERITY PH. 4SB-1298 DECEMBER 13 02 S460 TENNYSON ST. DENVER, COLORADO B0212 3.4 STAPLETON TOWN CENTER SAUNDERS 400000.00 0% complete June 2003 SECTION 30 PARK & BALLFIELDS CITY OF BROOMFIELD ECI 800000.00 0'/e complete Oct 2003 VARIOUS HOMEBUILDERS SUBDIVISIONS MELODY RYLAND CONTINENTAL PULTE ENGL.E K & B GENESSE MEMO >=w z _5,.,.,1 complete 3.5 INVESCO FIELD SITE WORK TURNER 1.4 MILLION ALL BY THOUIT BROS INC SEPT 2002 OOF'ATITBCIS CROSSING MALL SITE WORK ROCHE CONSTRUCTION 1.3 MILLION COMPLETE AUG 2001 JEFFERSON COUNTY REPAIR PROGRAM JEFFERSON COUNTY 1.8 Million COMPLETE OCT 2000 ALL TBCI PARK MEADOWS MALL SITE WORK BRANNAN 1.6 MILLION 1994 ALL°_TBCI AURORA SPORTS PARK VALLEY CREST 1.5 MILLION FEB 2002 ALL TBCI MELODY HOMES 3.9 MILLION NOV 2001 to Oct 2002 ALL''TBCCI CONTINENTAL HOMES 3.6 MILLION Nov 2001 TO OCF 2002 ALL TBCCI ! THOUTT BROTHERS COCRETE CONTRACTORS INC Unit # DESCRIPTION OF VEHICLE VEHICLE I D # _ B-1 1998 JOHNDEERE BACK HOE T03103X842576 B-2 1998 CATERPILLAR BACKHOE 05YNO5094 B-3 1994 CAT BACKHOE 8ZKO1232 B-4 1996 CASE BACKHOE 230743 B-5 2001 CASE LOADER/BACKHOE JJG0280098 AD-1 WACKER 2001 (ASPHALT) 5174490 D-1 WACKER CM 1997 771043929 D-2 WACKER CM 1997 771043930 D-3 WACKER 7/8/97 785950652 D-4 1999 MULTIQUIP OF1211 D-5 1999 MULTIQUIP OF1230 D-6 USED BOMAG 355193 D-7 1999 MULTIQUIP OF1240 D-8 1999 MULTIQUIP OF1238 D-9 1999 MULTIQUIP OF1222 750A 1999 industrial air IH1195023 750C 1994 LIN WL 9972U1940801331 M-1 2002 TRAIL KING 1TKJ053372MO77461 M-2 2001 RANCO TRAILER 1R9ESD5031L008427 M-3 2000 RANCO AVIL END DUMP TRLR 1R9ESD508YL008269 M-4 2000 RANCO AVIL END DUMP TRLR 1R9ESD505YL008259 M-5 2000 HMD TL ID12050177CO M-6 1999 RANCO AVIL END DUMP TRLR 1R9ESD501XL008077 M-7 1996 ETNYRE LOWBOY TRAILER lE962430XTE111041 M-8 1969 FRU TL LOWBOY 25 TON BMK226601 M-9 1990 HMD TL ID1221777CO M-10 1998 JOHNDEERE SCRAPER 862B 850851 M-11 1992 HAMM PADFOOT ROLLER 2130879 M-12 1987CAT MOTOR GRADER 140G 72V10951 M-13 1989 JOHNDEERE GRADER 770BH DW70OBH523714 M-14 1992 JOHN DEERE GRADER 770BH 536992 M-15 1994 JOHN DEERE GRADER 770BH DW770BH541335 THOUTT BROTHERS COCRETE CONTRACTORS INC Unit # DESCRIPTION OF VEHICLE VEHICLE I D # M-16 1995 CAT SCRAPER 613C 08LJO1064 M-17 1992 CAT GRADER 140G 72VO5969 M-18 1996 JOHN DEER SCRAPER 816999 M-19 1992 CAT SCRAPER 613C 92XO1646 M-20 1996 CAT SCRAPER 613C 08UO1330 M-21 1998 JOHN DEERE 772CH DW772CH565562 M-22 1991 JOHN DEERE SCRAPER 762E T0762BB773513 - M-23 M-26 1978 CLARK FORKLIFT Y6851283961 M-24 1994 JOHN DEERE SCRAPER 862 B DW862BB799326 M-25 1994 JOHN DEERE BLADE 770BH DW770BH542909 SL-1 2002 ARROW BOARD 5F11S101421000284 SL-2 2002 ARROW BOARD 5F11S101621000285 SL-3 2003 ARROW BOARD 5F11S101821001 356 SL-4 2003 ARROW BOARD 5F11S101X21001 357 T. UNIT 75 1982 HMD A28800 1994 LIN 9972U1940801331 530C LINCOLN WELDER ON UNIT #75 9972U1940801331 r THOUTT BROTHERS COCRETE CONTRACTORS INC Unit # DESCRIPTION OF VEHICLE VEHICLE I D # CX1 2002 CASE BREAKER MB356 931 C-0 1985 CASE FRONT END LOADER 17000362 C-1 1985 CASE FRONT END LOADER 17000349 C-2 1985 CASE FRONT END LOADER 17000357 C-3 1985 CASE FRONT END LOADER 17000358 C-4 1985 CASE FRONT END LOADER 17000360 C-5 1985 CASE FRONT END LOADER 17000355 C-6 1985 CASE FRONT END LOADER 17000361 C-7 1985 CASE FRONT END LOADER 17000364 C-8 1971 CASEFRONTENDLOADER 17000354 C-9 2002 CASE SKID STEER JAF0350617 CX9 2002'STANLEY HAMMER 1012 C-10 2002 CASE SKID STEER JAF0365993 CX10 2002 STANLEY HAMMER 993 C-11 1984 CASE FRONT END LOADER 9864621 C-12 1984 CASE FRONT END LOADER 9864624 C-13 1996 JOHN DEERE LOADER T6244ED000308 C-14 1984 CASE FRONT END LOADER 9864622 C-15 1984 CASE FRONT END LOADER 9864625 C-16 1984 CASE FRONT END LOADER 9864618 C-17 1984 CASE FRONT END LOADER 9864619 C-18 1984 CASE FRONT END LOADER 9864630 C-19 1984 CASE FRONT END LOADER 9864628 C-20 1984 CASE FRONT END LOADER 9864629 C-21 1984 CASE FRONT END LOADER 9864631 C-22 1996 DAEWOOLOADER 0098 C-23 CASE SKID STEER JAF03659 CX23 2002 STANLEY HAMMER 589 THOUTT BROTHERS COCRETE CONTRACTORS INC Unit # DESCRIPTION OF VEHICLE VEHICLE I D # C-24 1996 CASE SKID STEER LOADER JAF0151895 C-25 1996 CASE SKID STEER LOADER 195689 C-25X 1996 KENT HYD BREAKER 007112 C-26 1994 DAEWOO LOADER 0006 C-27 1998 SAMSUNG LOADER LRY0539 C-28 1980GEHLOADER 14074 _ C28X 1998 GEHL HB 5000 BREAKER 8384 CX C-29 1999 JOHN DEERE SKID LOADER KV0250A150119 C-30 1999 JOHN DEERE SKID LOADER KV0250A150776 C-31 1999 JOHN DEERE SKID LOADER KV00250A150983 C-32 1996 CASE SKID LOADER JAF0193544 C33 1998 BOBCAT SKID LOADER 514417271 C34 1998 BOBCAT SKID LOADER 514425880 C35 1998 BOBCAT SKIDLOADER 514425796 C36 1998 BOBCAT SKID LOADER 514425879 C37 1998 BOBCAT SKID LOADER 514417251 C38 1998 BOBCAT SKID LOADER 514426017 C39 1996 BOBCAT SKID LOADER 514411530 C-40 2001 CASE 570 XLT LOADER JJG0261495 C-41 2001 CASE 570 XLT LOADER JJG0261454 C-42 2001 CASE 570 XLT LOADER JJG0262663 C43 2000 CASE 570 LXT LOADER JJG0262843 C44 2000 CASE 570 LXT LOADER JJG0262747 C45 2002CASE570LXTLOADER JJG0300214 C-46 2001 CASE 570 MXT LOADER JJG0300211 C-47 2002 CASE 570 MXT LOADER JJG0300136 C 48 2002 CASE 570 MXT LOADER JJG0300467 C-49 2002 CASE 570 MXT LOADER JJG0300465 CM-1 1999 POWER CURBER 5700B 57132991009 CM-2 2000 POWER CURBER 5700B 570OB030220116 CM-3 2003 POWER CURBER 5700B 570OB-10-0220588 THOUTT BROS. CONCRETE CONTRACTORS INC. CONTRACTOR BY: ADDRESS: 5460 TENNYSON STREET 8. BID SCHEDULE (Base Bid) ITEM # DESCRIPTION EST. QTY. 1 Mobilization 1 2 Traffic Control 1 3 Excavation 1,900 4 Embankment 1,800 5 18" ADS N-12 Culvert Pipe w/F.E.S. 16 6 24" CMP Culvert w/ Rip Rap Outfall 50 7 Topsoil Removal/Replacement 1,005 8 5" Colored Concrete Paving 76,072 9 Hydro Seeding 4 10 Metal Trail Gate 1 UNIT UNIT PRICE —8309-- ITEM TOTAL LS — ----B -,SOQ. 00 LS ZUUU.U() - —7-30OO'00 Cy —ZT— 13,699-00 Cy O— ---14;94 M. IF 60.00 960.00 LF 75.00 3,750.00 cY 25.00 _ 25,125.00 Sr 2.60 197.787.20 AC 2000.00 000.00 EA 690.00 9U.00 TOTAL OF BASE BID TWO HUNDRED SEVENTY_FFVE THOUSAND SEVEN DOLLARS ONE Il0 TWENTY CENTS $ 275,751.20 0 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. 7/96 Section 00300 Page 2 UNION INSURANCE COMPANY Lincoln, Nebraska BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we Thoutt Bros. Concrete Contractors, Inc. Denver, CO (hereinafter called "Principal'), as Principal, and the UNION INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Nebraska, with principal office in the City of Lincoln, Nebraska (hereinafter called "Surety") and licensed to do business in the State of Colorado as Surety, are held and firmly bound unto City of Fort Collins (hereinafter called"Obligee"), in the penal sum of Five PERCENT (5 %) OF THE AMOUNT OF THE BID --- lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has submitted the accompanying bid, dated March 29th, 2004 , for Powder Trail Extension West of Taft Hill Road NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall, in the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: otherwise to remain in full force and virtue. Signed, Sealed and Dated 26th day of March 2004. Thoutt Bros. Concrete Contractors. Inc. �(Principal) By Audrey L. outt, Pres. �o""-"-`•p �fo° UNION INSURANCE COMPANY if `V, g i By William H. Arnold Attorney -in -Fact No. 20-asp POWER OF ATTORNEY UNION INSURANCE COMPANY Lincoln, Nebraska NOTICE: The warning found elsewhere In this Power of Attorney affects the validity thereof Please review carefully. KNOW ALL MEN BY THESE PRESENTS: that the UNION INSURANCE COMPANY, a corporation of the State of Nebraska, having its principal offices in the City of Lincoln, Nebraska does hereby make, constitute and appoint William H. Arnold or Barbara J. Arnold of Littleton, CO its true and lawful Attorney -in -Fact, with the power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf, as surety any and all bonds, recognizances, stipulations and undertakings, excluding, however, any bonds or undertakings guaranteeing payment of loans, notes or the interest thereon, provided however no single obligation will exceed Two Hundred -Fifty Thousand and NoI100 ($250,000.00) Dollars and the execution of such bonds or undertakings, in pursuance of these presents, shall be as binding upon the said corporation, 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 said corporation at its office in Lincoln, Nebraska; in their own proper persons. The UNION INSURANCE COMPANY represents that the execution of this Power -of -Attorney and the granting of the power herein to said Attorney -in -Fact are authorized by its by-laws. This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on November 5, 1990 "RESOLVED, that the signature of any officer of the company authorized to appoint Attorneys in Fact, as provided by its By -Laws, certifying to the correctness of any copy of a Power of Attorney and the seal of the company, may be affixed by facsimile to any Power of Attorney or copy thereof issued on behalf of the company. Such signatures and seal are hereby adopted by the company as original signatures and seal, to be valid and binding upon the company with the same force and effect as though manually affixed". In Witness Whereof, UNION INSURANCE COMPANY has caused its corporate seal to be hereunto affixed and these presents to be duly executed by its Vice President this 31st day of January, 2003. UNION INSURANCE COMPANY putr� 3EAL By: Walter E. Stradley, Vice President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE BACKGROUND WITH RED AND BLUE BORDER. STATE OF IOWA ) POLK COUNTY I ss On this day, before the undersigned, a Notary Public in and for said County and State, personally came the above named officer of the UNION INSURANCE COMPANY, to me personally known to be the individual and officer who executed the preceding instrument, and they acknowledged the execution of said instrument to be the voluntary act and deed of the UNION INSURANCE COMPANY and his voluntary act and deed as an officer of said corporation, and that the seal of said corporation was affixed to said instrument by the authority and direction of said corporation. Witness my hand and my Notarial Seal at Des Moines, Iowa, the day and year last written above. y IKENNETHMNE., NGdMMI&SICW rJo.78ESMYCCAaftSSlOB Ex7RES MARCH 7 M Notary Public CERTIFICATE I, the undersigned, Vice President of UNION INSURANCE COMPANY do hereby certify that the original Power of Attorney, of which the foregoing is full, true and correct copy, is in full force and effect.' In witness whereof, I have hereunto subscribed my name as Vice President, and affixed the corporate seal of the corporation this 26th day of March , 2004 REAL g 90? Form #PA-E Vice President 7/96 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: Sign at Date T' e License Number (If Applicable) r Telephone _5 6)✓ 2) i.z '5�&-' Section 00300 Page 3 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: THOUTT BROS CONCRETE CONTRACTORS INC 2. Permanent main office address: 3. When organized: 1961 5460 TENNYSON ST DENVER CO 80212 4. If a corporation, where incorporated: COLORADO 61 0 7 N go 10 How many years have you been enga qed in the contracting business under your present firm or trade name? 43 YEARS 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: EANG-REE41 E `KMR c Have you ever failed to complete any Work awarded to you? If so, where and why? Pd6 Have your ever defaulted on a contract? If so, where and why? NO Are you debarred by any government agency? If yes list agency name. NO 7/96 Section 00420 Page 1 9 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. SEE ATTACHED 12. List your major equipment available for this contract. SEE ATTACHED 13. Experience in construction Work similar in importance to this project: TIMBERLINE CONSTRUCTION PROJECTS 14. Background and experience of the principal including officers: members of your organization, 15. Credit available: $ NOT NEEDED 16. Bank reference: BANK ONE DANA BONDY 303 244-5461 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be YES required by the OWNER? 1B. Are you licensed as a General CONTRACTOR? CONCRETE CONTRACTOR If yes, in what city, county and state? class, license and numbers? AND DENVER NOR What 19. Do you anticipate subcontracting Work under this Contract? YES If yes, what percent of total contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time? NO If DETAIL yes, 7/96 Section 00420 Page 2 21 What are the limits of your public liability? DETAIL GENERAL LIBALITY 4 MIL Zffdb9KK That company? ZURICK INSURANCE 22. What are your company's bonding limitations? 1.5 MIl 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 DENVER this 29 THOUTT WOS CONCRETE CONTRACTORS INC Name o /$id r By: Title: IDENT day of MARCH 20 04 State of ¢DO County of ADAMS AUDREY L THOUTr being duly sworn deposes and says that he is PRESIDENT of THOUTT BROS CONCRETE CONTRACTORS INEI 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 „2 9 day of W1 [in * Camps M Expkw My commission expires ��j �j Z d 0 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 150 of the contract. ITEM STAKING 7/96 SUBCONTRACTOR HAvER LAND SURVEYING INC Section 00430 Page 1 i noun tsros. concrete Vontractors, Inc. 5460 Tennyson Street Denver CO 80212 v Telephone: (303) 458-1298 Fax: (303) 458-1424 Audrey L. Thoutt President Employed as an active employee since 1961. Became President of the Corporation in 1993. Average work schedule is 60 hours per week. Job duties include Accounts Receivable, Accounts Payable, Purchasing, Estimating, Bookkeeping, and Contracts. Carl Thoutt Jr., Vice President Employed as an active employee since 1961. Average work schedule is 60 hours per week. Job duties include Purchasing, Estimating, Dispatch of concrete and equipment, Operates and manages Flatwork Division and Shop Personnel. Donald E. Thoutt. Secretary Employed as an active employee since 1983. Average work schedule is 60 hours per week. Job duties include Purchasing, Head Estimator, Contracts, Operates and manages Land Development Division. Matthew E. Thoutt, Treasurer Employed as an active employee since 1990. Average work schedule is 60 hours per week. Job duties include Accounts Receivable, Payroll, Insurance, Profit Sharing, Operates and manages computer operations. Janice Lawrence. Board of Director Employed as an active employee since 1977. Average work schedule is 40 hours per week. Job duties include Accounts Payable, Job costing, General office duties. Sharon Guthrie. Board of Director Employed as an active employee since 1981. Average work schedule is 40 hours per week. Job duties include Payroll, Accounts Receivable, General office duties. Work Completed 2004 BUILDER Work to complete Percent Complete MELODY $3,000,000.00 18.31 % CONTINENTAL $3,000,000.00 21.35% SAUNDERS CONSTRUCTION $1,219,824.82 10.54% JAMES COMPANY $1,160,029.58 16.58% RYLAND HOMES $900,000.00 20.95% AMES $787,483.00 0.00% KEYSTONE $686,219.17 14.34% BROWN CONST. $680,723.21 26.75% ARVADA 2004 $512,000.00 0.00% LSV $480,414.83 0.00% SCHMIDT $452,348.00 17.16% FREUND COMPANY $430,954.52 0.96% STROH RANCH DEV. $424,363.10 84.86% HMC INC $409,083.92 50.90% LD TECH DEV. $390,099.83 0.00% CITY OF DENVER $335,818.56 100.00% NORSTAR RES. $325,490.34 0.00% CITY OF LONGMONT $306,000.00 34.68% ENGLEWOOD 2004 $300,000.00 0.00% CITY OF CASTLE ROCK $287,000.00 12.91% city arvada 2003 $283,741.89 97.92% CFC CONSTRUCTION $280,113.44 0.50% JOHN LAING HOMES $273,595.38 3.64% CALCON $172,239.52 23.20% MERIT $170,368.02 6 91%