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%