HomeMy WebLinkAboutRESPONSE - BID - 5866 SH 287 AND LAKE STREET MEDIAN IMPROVEMENTSSECTION 00300
BID FORM
PROJECT: SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866
P1aceCity of Ft. Collins
Date
06/30/04
1. In compliance with your Invitation to Bid dated June 7, 2004
and subject to all conditions thereof, the undersigned
TLM Constructors, Inc. 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 rj �o ($
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• HRH of Colorado, PO Box 469025, Denver, CO 80246-9025
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 2
7/96 Section 00300 Page 1
COLORADO DEPARTMENT OF TRANSPORTATION
CERTIFICATION OF EEO COMPLIANCE
Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts
greater than $10,000. This is required by the Equal Employment Opportunity Regulations [41 CFR 60-1.7(b) (1)j. The regulation
also requires that if you have participated in a previous contract or subcontract and have not filed a Standard Form 100 (EEO-
1), you cannot be awarded this contract. You may file a report covering the delinquent period for consideration by the Federal
Highway Administration or the Director of the Office of Federal Contract Compliance, U.S. Department of Labor.
The Standard Form 100 (EEO-1) may be requested from the:
Joint Reporting Committee
P.O. Box 779
Norfolk, VA 23501
(757)461-1213
1. ® Yes ❑ No I have developed and have on file at each establishment an affirmative action program as
required by 41CFR Chapter 60, Part 60-2.
2. IN Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity
clause.
3. ® Yes ❑ No I have filed with the Joint Reporting Committee, the Director, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I declare under penalty of perjury in the second degree and any other applicable state or federal laws, that the state-
ments made in this document are true and complete to the best of my knowledge.
Company
® bidder ❑ proposed subcontractor
TLCONSTRUCTORS, INC .
BY V�
Title:
Date:
Aaron L. Mills, Vice President
06/30/04
CDOT Form #347 14/94
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO.
5866
ANTI -COLLUSION AFFIDAVIT
LOCATION S H 2 8 7 & Lake Street
Fort Collins, CO
I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this
bid or, if not, that i have written authorization, enclosed herewith, from that person to make the statements set out below on
his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or
agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder
or potential prime bidder.
2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or
potential prime bidder on this project, and will not be so disclosed prior to bid opening.
2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on
this project have been disclosed to me or my firm.
3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to
refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-
competitive bid or other form of complementary bid.
3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder
on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project.
4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or
discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom-
petitive or other form of complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or
services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person,
whether in connection with this or any other project, in consideration for an agreement or promise by any firm or
person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid
or agreeing or promising to do so on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or
services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person,
whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high,
noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project.
7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities
relating to the preparation, approval or submission of my ftrm's bid on this project and have been advised by each of
them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or
other conduct inconsistent with any of the statements and representations made in this affidavit.
8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent
concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this
contract.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST
OF MY KNOWLEDGE.
Contractors firm or company name
By
Date
6/30/04
TLM CONSTRUCTORS, INC.
Title Aaron L. Mills
Vice President
2nd contractor's firm or company name. (If joint verdure.)
By
Dete
Title
Sworn to before me this 3 0 t It day of, J u n e 2004
Notary Public
f'
- ..
Michelle R. D a r n e I
-
My commission expires
10/23/2006
NOTE: This document must be signed in ink.
CDOT Form #606 1/02
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO.
ASSIGNMENT OF ANTITRUST CLAIMS 5 8 6 6
Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice
antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this
contract and for receiving payments hereunder:
1. Contractor hereby irrevocably assigns to CDOT any and all claims it may now have or which may hereafter
accrue to it under federal or state antitrust laws in connection with the particular project, goods or services
purchased or acquired by CDOT pursuant to this contract.
2. Contractor hereby expressly agrees:
a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's
behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately
advise in writing:
(1) Such third party that the antitrust claim has been assigned to CDOT, and
(2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph
a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to CDOT;
b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated
to CDOT hereunder; and
c. Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on
Contractor's behalf by any third party and which claim has been assigned to CDOT hereunder.
3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties
under the contract, Contractor shall require that each such subcontractor:
a. Irrevocably assign to CDOT (as a third party beneficiary) any and all claims that such subcontractor may
have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec-
tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga-
tions to Contractor;
b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf
asserting an antitrust claim which has been assigned to CDOT hereunder, shall immediately advise in
writing:
(1) Such third party that the antitrust claim has been assigned to CDOT, and
(2) Contractor and CDOT that such civil action is pending and of the date on which, in accordance with
subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had
been assigned to CDOT;
c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to
CDOT hereunder; and
d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the
subcontractor's behalf by any third party and which claim has been assigned or dedicated to CDOT
pursuant hereto.
I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of
antitrust claims.
or company name
Date
06/30/04
TLM Constructors, Inc. I Aaron. L. Mills, Vice President
firm or company name. (if joint venture.) By I Data
COOT Form #621 12/91
COLORADO DEPARTMENT OF TRANSPORTATION Project #
UNDERUTILIZED DBE BID 5866
Location
CONDITIONS ASSURANCE SH 287 & Lake Street, Ft. Collins, C
a.wuvna. VVlMal LVI - VVIIIPIULV allu suulnn uus Ivrrn wlm your Dla. deport only unaerutn¢ea DBE (UDBE) participa-
tion which qualifies under the contract goal specification for this project.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have
maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds.
INTENDED UNDERUTILIZED DBE PARTICIPATION
1) Will your company's intended Underutilized DBE (UDBE) participation meet contract goals? fQ. yes ❑ no
Meets contract goals
2) Total intended Underutilized DBE (UDBE) participation: ZS % ❑ yes ❑ no
3) List the UDBE firms you intend to use for your UDBE participation
Name of UDBE firm(s) Certification Intended item(s)
expiration date of work
I understand that, if my company is determined to be the low bidder for the contract on this product, I must submit a
completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION to the Transportation
Department by 4:00 pm the day after the bids are opened. In addition, if my company does not meet the intended
contract goals, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before
the above stated deadline.
I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age,
sex, national origin, or handicap in the bidding process or the performance of contracts.
I DECLARE UNDER PENALITY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE
STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE
TO THE BEST OF MY KNOWLEDGE.
Company name
Date
TLM Constructors, Inc.
6/30/04
Company offsignature
Title
Aaron L. Mills
Vice President
are obsolete and may not be used CDOT Form #714a 6/02
TLM CONSTRUCTORS, INC.
FLEET NO.1115 OCT.
6/1/2004
UNR
DESCRIPTION
SERIAL NUMBER
LIC.#
1
2000 GMC YUKON TERRY
1GKEK63R5YR213051
481BCS
2
_
2000 FORD F150 PICKUP(RYAN)
1FTRX18LSYK807367
476APR
3
2001 GMC YUKON (AARON)
1GKEK13T41R223977
_ 10
1997 DODGE 4X4 PU (SHOP)
1B7KF26Z9VJ512463
11248PA
11
1997 DODGE 4X4 PU (ERIC)
1B7KF26ZOVJ512464
11249PA
_
12
1997 CHEVY 4X4 PU LANCE
1GCEK14R5VZ205508
11812PA
13
1998 FORD F250 PICKUP(SHOP)1FTHF26HITEB65055
_
12355PA
_ 14
1999 FORD FSSOHD PICKUP(SHOP)
_
1FDAF56FOXEB27514
13197PA
15
'1999 FORD F250 PICKUP IC
_
1FTNF21L4XEA39602
13429PA
16
1999 FORD F250 PICKUP TOM
1 FTNF21L8XED06062
1360 PPA
17
1999 FORD F 250 PICKUP DAVE
1 FTNF2ILXXED06063
13607PA
_ 18
1999 FORD F250 PICKUP CHARLIE
__
1 FTNF21 LXXEE99735
14328PA
19
2000 FORD F550HD PICKUP ROSS
1FDAF56F1YED97112
475APR
20
2001 FORD F25OSD PICKUP HARLEY
1FTNF21L91EA41868
128BIH
_
_21
2001 FORD F350 PICKUP SCOOBY
1FDWF36F11EC24660
479DAW
_22
2002 FORD F450 PICKUP(DUSTIN)
1FDXF46F92ED37509
_ 23
1992 CHEV 1 TON SHOP
1GBJC34NONE229747
7311PA
24:
_
2002 FORD F550 PICKUP SCOTT G
1FDWF36F72EA4833
25
2002 FORD F350 PICKUP SAM TROTTER
1FDAF56F92EA46746
_
32�
1995 CHEV 1TON SHOP
IGBHC34NXSE133425
09555PA
33
1995 CHEV 1 TON (SHOP)
_
1GBJC34N5SE183196
10057PA
_
35
1996 CHEV 1 TON UTILITY TRUCK SHOP
_
IGBKC34JOTJI10599
10972PA
90
1965 INTERNATIONAL 656 TRACTOR
23666
91
OLIVER DISC
_
_. 100
1969 CLARKLIFT FORKLIFT
1T5811362189
101
;
94 CAT FORKLIFT
31A02215
_ 103
20021NGERSOLRAND AIR COMPRESS
AFVCABAA43U332441
104
'1996 INGERSOLL RAND AIR COMPRESS
268886UIH327
293 AVG
_ 105
1994 AIR COMPRESSOR
24726UFE327
_
PA00453
106
1996 GORMAN RUPP 4" PUMP
1083943
K068002
_
107
198 LING RAND AIR COMPRESSOR 1 8-5-C
_
180908U89329
PA00480
109
1981 MUTH 2 AXLE TRAILER
__
ID93336 COLO
K64386
_ 110
2003 I-R PORTABLE LIGHT TOWER_
FC335132
_
111
1997 STEPP OIL KETTLE
SOJK25085
PA00523
112
1998 STEPP OIL KETTLE
OJK250D
114
_ 1997 GOOSENECK TRAILER
1C9GS252XVA634085
K068113
115
1999 CIRCLE M GOOSENECK
1C9GS2529XA634114
K068966
116
1992 PJ CAR TRAILER I
4P5CF1823N1112337
N973616
- '-
1984 ELDER FIELD LAB
482559
_
K64388
"
1996 DCA70 GENERATOR
7300052 (GR)
4ADDU13NTCM3MO(TR)
1198EF
119'
1991 PORTABLE LIGHT TOWER
191929U91825
PA00503
120 i
1980 LINCOLN WELDER
_ _
9UWA990530LM
PA0367
121 L
1990 I-R PORT. 4 LIGHT TOWER
-BROWN
9001D0645
PA00478
196 VAN
S614809
K64389
1970 FRUEHAUF VAN
_
FWJ375104
_
K64717
_
1968 BRO TRAILER
M687241
_ _
K066655
_
125
2000 FONTAINE LOWBOY
4LF4S533OY3508810
_
126
1951 ASPHALT TANK FRUEHAUF
TD8026
K64390
_ 127
1989 UTILITY HI FLOAT TRAILER
IUYFS2488KA181301
K067813
128
' 1979 LOWBOY LOADKING TRAILER
7793
K068850
129
1980 LOAD KING LOWBOY
8954
K64392
_
`
1979 ELDER FIELD LAB
PT8621
_
K643 33
DELUX CARHAUL TRAILER
61109
_
_132I
1993 RANCO BOTTOM DUMP
_
1 R9BSE502PL008968
KO_66725
_
133 _
_
2002 MIDLAND BELLY DUMPS
2MFB2S4C22R001754
_ 134
2002 MIDLAND BELLY DUMPS
2MFB2S4C42R001755
135
2003 CARSON FLATBED TRAILER
SJ3HD18263AO12582
_ 136
1970 FRUEHAUF TANKER
--
OMM509304
K63535-
137
2000 TRANSCRAFT TRAILER
1TTF48204Y1064661
1994 WELLS CARGO TR. single
1 WC200E12R4017847
K066369
s �
1993 WELLS CARGO T tandem
_
1 WC200G23P4014121
K066371
142
1997 YELLOW CURE SPRAYER
TLM142
PA00501
143
1997 SILICONE PUMP
TLM143
PA00502
144'
1974 3 AXLE TRAILERW/ SPRAYER HOM
ID92661COLO
_
K068891
_
150
2000 VERMEER E550 POTHOLER
_
IVRT20294YI000124
"
®"
1964 BROWN VAN
1999 FIELD OFFICE PACVAN
546999
417BEF
1985 TIMPTE VAN TRAILER
J2801-4-FBO61628
050daz
1988 STRICK VAN TRAILER
_
1S11S8283JG301896
049daz
_
1999 FIELD OFFICE GE CAPITAL I
_
COCOEB304466
_
F'MSOFFICE/EQUIPMENT/TLM EQUIPMENT LIST
TLM CONSTRUCTORS, INC.
FLEET NO.1115 OCT.
6/1/2004
UNIT
IDESCRIPTION
SERIAL NUMBER
LIC.#
200
11996
FORD L-8000 SERVICE TRUCK sin
1FDWR82E7TVA21440
136PA2
201
1997 FL70 FREIGHTLINER
I
202
11997
FL70 FREIGHTLINER
1FV6HLAAOVH831877
____ _ _
219
1989 KENWORTH DUMP TR TANDEM
1XKDDB9X9KS524938
220
!
1976 KW DUMP TRUCK TANDEM
148790S
086PA2
221
_
11986
GMC DUMP TRUC tandem
1 GDT9F4C3GV500284
098PA2
_
223
1989 PETERBILT TR SEMI
1XP5D29X2KN269093
092PA8
224
1988 KENWORTH TR SEMI
1XKAD29XXJS512881
112PAB
_
225
_
1994 PETERBILT TR SEMI
_
1XPFDB9XORD354597
124PA8
1998 PETERBILT TR SEMI
iXPFD9XOWD446370
227
2000 KENWORTH TR SEMI
iXKWDB9X4YR865527
230!
1994 FORD WATER TRUCK
1FTYS95W4RVA47532
231
232
1965 MACK WATER TR TANDEM
1361S52896
061PA2
1979 KENWORTH WATER TRUCK TANDI
163455S
120PA2
233
1976 INT'L WATER TR S.A.
D0532FFIA32578
063PA2
234
_
1975 KW WATER TR TAND
ID 39249 COLO
119PA2
235
_
1986 FORD F700 DIST. S.A.
1FDNF70HOGVA44110
062PA2
- 237
1986 FORD DISTRIBUTOR -KOCH
1FDXK87UIGVA31119
095PA2
300
1984 GROVE COLES TRUCK CRANE
41719
PA00512
301
1986 FRUEHAUF BOOM TRAILER
1 H4PO242XGJ006803
PA00511
331
1994 CAT 426B BACKHOE
5YJ01492
332
1994 CAT 416B BACKHOE
OBZKO1709
PA00481
333
1996 CAT 426B BACKHOE
6KL02252
PA00528
—334
11998 CAT 426C BACKHOE (LEASED L
06XNO1432
---------
SMMRENT ----------
335
I1986 CAT 416 BACKHOE
05PCO1754
PA0411
335A
1.416A BREAKER I
4KLO4166
336
340
1998 436C BACKHOE LEASED
11993 CAT 966F LOADER
08TNO0384
1 SL00439
-----------
--- -----
SMMRENT
PA00517
341
1972 CAT 966 C LOADER
76J6107
PA0365
342
2001 SKID STEER LOADER
06LZO1090
343
1994 BOBCAT 743 B
509323810
Z015935
344
1998 863H BOBCAT
514420755
Z15936
344B
_
BOBCATBREAKER
344S
1998 MELROE WHEELSAW
561600141
Z015950
344M
24' PLANER
721700349
345
_
1983 GALION BLADE VSL
10453
_
3461
1982 GALION A550 BERRY(VSL)
10316
PA00457
347'
348
1990 CAT 140 G GRADER
72V13366
PA00434
PA00527
1989 CAT 140 G GRADER
72V12501
349
1986 CAT 140G GRADER
72VO8380
350
1988 CAT 950 E LOADER
022ZO4403
PA0412
351
1996 CAT IT28F WHEEL LOADER
3CLO1892
!PA00526
351E
BROOM 8FT
7AW00488
352
11992 CAT 95OF LOADER
6YCO1840
PA00525
354
11972 CAT J621 SCRAPER
231-12908
PA0363
355
11989 CAT 225 B EXCAVATOR
02ZD01636
Z015937
_
355E
1998 HAMMER W/ MOUNTING
57504
356
1996 CAT EXCAVATOR
1325BL
02JR00658
SMMRENT
357
2003 EXCAVATOR
_
360
1971 CAT D7 DOZER
94N2339
_
433
1996 CATERPILLAR COMPACTOR 433
2MJ386
Z017741
_
434
_
CAT COMPACTOR 563
5JN203
447
1979 CHIP SPREADER
K4346
_
PA00443
449
11982 BROS. ROLLER SP3000
9036
PA0360
450
'',1995 ING RAND TIRE ROLLER
141610 SDE
PA00437
452
-
�1979 BLAW KNOX PAVER
0824015
PA0358
_
459
i 1986 BROCE BROOM
2752
_
PA00462
460
11990 BROCE BROOM
86495
PA0359
461
11979 DYNAPAC ROLLER CC50
417024
Z015941
462
1994 DYNAPAC ROLLER PIGLET
60110849
Z015942
463
1995 DYNAPAC ROLLER PIGLET II
60111572
1996 GOMACO DECK FINISHER & TRAILI
900800- 65 (dkme
1DWlQ815MW4139(TM)
Z015943
DCPI!�..rIAIIGHE""�"�e old)
192
476'
1990 SHOULDERING MACHINE
-�
2000 GOMACO SLIPFORM MACHINE
900100343
Z015944
1975 JETCO TRENCHER
7337113
_ _
Z015946—�
=
SLIPFORMS VSL
_
- 601�
SMALL TOOLS (MISC)
IMISC
605
1993 RAMMAX ROLLER
13741
'ZO15947
606
1994 RAMMAX COMPACTOR ROLLER
i33A312997
Z015948
607
-
1995 RAMMAX ROLLER
33110840
Z015949
608
1996 RAMMAX / REMOTE CONTROL
325262
Z015931
609
20021NGERSOL RAND COMPACTOR
169811
610
2003 INGERSOLL RAND TC-13 COMPACI
13199971
620
MAGSAW
321001624
Z15950
621
SUPERMAG/26" PAVEMENT SAW
221011729
Z017739
622
2003 PAVER SKREED
1559010803
_
625
BROOM FOR 1T28
_
7AW00488
F:MSOFFICE/EQUIPMENT/TLM EQUIPMENT LIST
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS that we, the undersigned
TLM* 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** $--------- 5y-------- 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 a Construction Agreement for the construction of
Fort Collins Project, SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866.
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 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 hereilb 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.
*Constructors, Inc.
**Five Percent of Total Amount Bid
7/96 Section 00410 Page 2
No Text
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 30th day of June , 2004, 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: TLM Constructors Inc
Address:1013 37th Ave. Ct., Suite 202
Greeley, Colorado 80633
By: a o
Title:,—„�
ATTEST:
By: ��l
01 —
Ryan C. Mills, Asst. Secretary
7/96 *HRH®
hilb rogal & hobbi
HRH of Colorado
P.O. Box 469025
Denver, CO 80246-9025
m 303-722-7776
2 303-722-8862
SURETY
Employers Mutual Casualty Company
P.O. Box 370010
DenveF.t Colorado 80237
By:
Pamela JUHansen
Title: Attorney -In -Fact
(SEAL)
Section 00410 Page 3
} o
K
O c
w
LL z
O 2 w
W
d
Y
K
W p
z Y O_ a N N N O�
x C' ttppOi N i0 �a �O
m qN oS r Cy r N N N n W n N O
p WW
R ^ V N
d N CJ C6 c6
n
c g y m m U
rn U m 5 x o o m
E L c
d
Q W m d d y = d 3 N K m N :
m _m pJo ti Y E T c t N i E
O O E �' °' O a ' O~ O~ p J 3 a 7 o o H m
F U m o 0 0 o~ u y z m m 1
U U O g
H c 0 w U U p (J UY
a
c r a w
w
W F E c w
W J c E m m $zpm .yc
z W V m m a O O O
w W 3 W m e J o m m m 3 crn.N
°LL
Wm Q
U Oo Kz D x U 3 x U U G U U U z G z G G (D0
$ a rn
fq a z a ti LLm. a a (n a fn tq a 75 O $
m
_ C _ m
U L° (mj L° Lu m c a
c F U' ; cJmm 7W
O La c c
0 O
O 6 c Eo
2 4 c U U m
z O 't Lwo
Ua O E c o LL 0H E 5 U CE=9
c H m p
of c '3c d a;
U U _ O _ 7 Um r pp m m d�U m o Oo
O O
m
= m J J J J O O O c O o
J o O J Z' o O Z' O m O Z` � 2• 2P
d x U m U U U c5 c> i U U > G a >
fQ �oE ay�o po pn v m uS aW�o �O ON ON rn W �i aro rn v
6' 7 N "�tip ^ W A N ci 7cli v
2 O
O Q
U
O
m
z —8 8 c E
c
° p 3
c
J yyO 'U={p
J J3rU N
cc O 9 U UN U ''0m 0
5 0
9rOayi iO
O o Q Oui
U U U m oU O
.E d Fz J O m
= >y= c O d
7 mCco
7 O J J
C
F- x W d QUy (D a 0. ry E N J mJ
Y
Q O
C
E
m $ 3
_o y o m
b d J c O
m a a p 3
g w g iz m
Y m y p d a 0 o m 2 m
O J E 2 x (n U > t c m m co .Lp. m a
3 m J a ry U O
m a U E c 9�j m O
O ? m 5 c a 4)0 o
Oh= EEoUr Ne- cm ,aUc
ui a ama
IL 0 cpx= JU cm d$
U>FFZ7 EE Q
y #mcc QE i mo Q Q
d o o'
U O U IL o m E Eo Q
W m U y m $ £ Fy
o c E E E=a i ) m 0: a U >U0 W oU L0 L0 o 12 a >zN. m m 0
K a s a' W
p� Eon
y F } r � O N r! N� m m W
TLM Constructors, Inc.
CONTRACTOX
BY:
Aaron L. Mills, Vice President
ADDRESS: PO Box 336
Greeley, CO 80633-0611
8. BID SCHEDULE (Base Bid)
SH 287 and LAKE STREET - MEDIAN IMPROVEMENTS
City of Fort Collins Bid No.
CDOT Project No. SHE 2873-128 (14591)
Item No.
Description
Unit
Estimated
Quantity
Unit
Cost
Item Total
202.01
Removal of Concrete Median Cover
SY
83
202.02
Removal of Wood Mulch
SY
100
202.03
Removal of Curb and Gutter
LF
573
202.04
Removal of Asphalt Mat
SY
534
203.01
Unclassifi6d Excavation (CIP)
CY
66
203.02
Borrow (CIP) (Special)
CY
173
207.01
Topsoil (Special)
CY
7.5
208.01
Concrete Washout Structure
EA
1
213.01
Mulch (wood chip)
CIF
1,656
214.01
Deciduous Tree (2" Caliper)
EA
6
306.01
Reconditioning
SY
198
420.01
Geotextile (Weed Barrier)
SY
552
609.01
Curb Type 2 (Section B)
LF
709
626.01
Mobilization
LS
1
630.01
Construction Zone Traffic Control
LS
1
7/96 Section 00300 Page 2
}
m �
Y
O 2v1°i n n rn m ro m vrn z
J
w
a
w a^D N V T o N W Oi Oi ' A n I` A V Q ❑
N _
y C o
a A A m � M a � w w � rn o� � � W a rn f
F
z
O
U
d � �
c c 3
F- a rn t U U U $ v°
6 E 0 E c E w d d E 10
F- Y c m 3 N Q Z ° N O p E w N m CO
z U c L m `ai aR = F m N ❑
U m o w 00, m K � w w N O N m { E LO 0 V
" C O
w V E E m m E ° o c r p z c c 9 "p A
co)c U c c
IL 0
LU
z R p O 0 O °� O O �c 8 iy` � O � � � w o > U P
w Q c°� o c❑i 4 c❑i $ m`c o °❑ $ 8 c❑i o o $ d S
K Q U U 3 ❑ ❑ U >.
Z
q W q g tyq t$ $ $ $ $ g $ $ $ g $ $ $ $
LL Q ❑ V V ❑ z z fi fn Q Q Q ❑
N
78
° c
U K ° U > m ° c _c0 `o_ 0
O w U m L" _ U U
O "
m U oa x2 O flNz O g a
V Q c m0
'E
F H > ;
L. eM e �, ai
000aO❑ ° O❑ L°` QO❑ O❑3 o_' ❑n ❑n ❑on " 0
U0'
U ° a
Q "c `m Lo
0 '" '
U U o 0 0 m mU U U m 2 U U a U 6 > >"
F
t°
M
O
I�
N
a0
i0
O!
aD
r0
N
f°
N
ao0
O
O
?
n
N
m
N
{NOS
t�
��OOO
C�
tpOp
M
Cq
the
1°
Nj
afOO
N
�Np
lh
tr0
pN
�O
et�p
>
O
Z
N
Cl
N
V
O Q
U
D
m
2
p
OU
m
m
m
$'
0
0
U
a
co
U
G
H
o
c
U
a
o
0
c
m
'm+
r
c
a
0>
n
tE
3
a
0
OU
'o
N
ai
O
o
LL
m0
m
J
"
m
-'�
m
m
9
m
O
U
c
o
U
N
N
U
m
N
3
CQ
J
CE_.,
G
O
O
V
Lyy
U
N
a0
�
0
N
pC�
pCJ
.0
.0
"
a
c
L
C
Y
N
❑
>
O
e
a
g
j
E
a
m
m
0
V7
8
O
O
3
Ys
~
E
i
m
m
c
a
n
$
M
LL
ac1
�o
"
o
n
O
E
ti
'uf
°'
Ix
r
t
a
°m
O
a
c
❑_
m
E
$
i
Y3
E
❑
aai
_
c
:E
t
i
2
E
aai
aci
U
°
0
.'
m
'c
c
K
8
m
a
U
c
m
r
a
o
c
❑
�e
m
c
_
:�
j
K
V
y
R
L
c
o
c
0
�
y
❑
m
K
a
U
0
0
a U
N
2
0
mm
i
°
m
(D
m
c
c
d
K
0
c
a
c
v
c
L
o0f
c
8
of
°
c
"
d
> >
a'
a
=
U)
m
m
3
8
in
c
m
in
i
m
❑
z
0
f
L'
me
a
v
m`
w
u
i
3
o
m f~q
U
> z
U
Q
e
g
g,
e
pp
c
c
W
}
a
Cl)
a
O
N
�
X
m
Y g
K
O f W
~ W
IL
ag_p cy_p o Y
IL
Ix
�+ n
m
vnr, ^� o6 0a m ao 0 o a c� rn of (° w o W of W a rn rn 0
n n n n n n n n n e�i Ro
w F
Z
O
U
c
U �QQ E E E E
F y c E E E E E E o m d m O 0
0 3 m ygy±� .o Sc �j in U F y W a W oC a
U 'm E C x o c Y c4 .� t c t m " mi m y o c
p, 12 R -� J W y m ' K ' = 0 iR 0 c m m Y
(L c
0) C 0 m
~ C C d `O m C N ° �p C
W F O O U m E — J `� F- t- Q c
? S O Doi p 3 (7 ai a O
c O O m O O ¢ 0 'o °o
z< o U w` c D p o LLJ0 an D U L) U o 0 o c0i O c > >
U U U $ U U U U U
0
Z
N N N
LL 4 4 Q 4 a n w n m g' 4 R Rm 4 q R 4 4 .o 4
a ¢ a a a a 0 � z o z° > > $
c
0
O Z ry`0ry ° E `o
V m 0 O L .O O f 2
= U g 0 U C °
c o
c_
0 m 0
c c c @ 2 g U E c
U a y v° S `o a`i @ F
02 Uoye ZEc
Eo o `o D m c c0
U oo 0U `o U 7
0 Ea
d ?o m `o c Uo ? '
°6 d d o u5`cE`amnl
d
d a 6 0 u 0 0
z
Z
F 0
0�
0 a
0
a
O
J
MN f O W O O n n 0vv N W n n m Nn 2Oi w N� �V NOVnr Oappp V N-NN�Vp � 8 0 4Op m 0 °Ci W M N 0 N NN W rj
a 0
° 0 a o
o O0 0 00 o
U C U y O TB C m Uo d-1 2—
m
h
'o
N O G N _ C m m N () T L J f p< < m
W F J m m (7 6 a. a
N
J � �
m
J
O
Z m O
� N
O m
e Q A E CO
Q _ ' CL
a 0) a
o m O E E y E 3 2° � 9 LE ve
m
m a U m 0 a c �c m E c 3 o d q m h
E c E c 0 E 3 >
c E E l m a @ c a U c 0 m a C 0
o cgm' g Z' E v g E E E '>
d d d 0' o E 3 `o m c
m m ym ` mD E a o a
c m c c m U `u Nc U)
co 2 c° .a m a m o °)zm 1 z L>
N N O N
M
�F,
m
ee
o.
m
� 8
m
0
0
U
LL
O f
z
W
at
W
IL
N
n
3
ILof
rn
N
fV
y
ud1
t�J
�1�//
c�
N
aq
M
w
o6
of
Y
O
4a
F
2
O
c
ggc
b
U
S
Z m
m
C7
m
i
a
w
Z
w
`w
n
Z
�,
N
U Q
F
o
d
ON
w
O
O
K
m
V)
T
w
5
c
c
c
O
Z
Z S p
U
O
4)
(7
o
O
c
J
°
U'
01
m
O
O
O
z C'
W a
~
N
�
o
e
0
W
U
E
J
U
>
>
U
U
N
Z
N"
4
9
4
N4'
4
R
R
4
R
44
9
N
4
4
4
LL Q
v)
CO
Q
Q
i
i
¢
Q
y
2
c
VJ
z }
F_ Ory
o
8
C
UOC
y
L
L
C
O Qc
F
y
C
N
C
U
o
N
)
C
�T
0_S
2
LLy
n
(yp
J
N1
j
t
qCD
N
U
U
U
C
O
LL
c
�p
J
O
V
U
N
O
V
T
NN
O
O
N
O
O
�
O
�'
Q
N
C
C
'S
�'
W
�
�'
O
'C
7
O
'C
U
U
G
U
S
U)
G
C
>
3
0
U
G
>
>
fQQ LQ .ter- 7i o o x n M
4' 7
z
O
U
O
U OO O O O
O O = O U U O O U O U O
O U U N U N c U U N U U
Z OU N
R d m m =c 1 °c x o o 0 9 'o
m O C LL LL
U
T
N
'C
N
N
N
G
f7
a
-
to
T
N
a
0
e
0
.c
e
o
3 a
LL
t
N
a
d
c
E
Eau
COC
y
y
t
Q
3
�n
?
t
a o
L
m
coo
m
d
n
T
Q
U
c@
t
d
U
E
IIm
S�
O
�i
Vl
Q
m
N
R
c
d�
c_
Ixw
w
R
@
d
o
a
'
o
to
yy
N$
N
U
Lp
IxE
IL
c
w
_
N
=
c
m
m
m
I
N
s
c
co0
i.
m
a
N
3
c
'C
>
Cp
C
N
�
m
z
O
c>
}
m
Y $
� 6
O f
W
r
w
IL
6
W
N
O
❑
N
n
W
N
a "i
^
t+l
th
th
m
ab
$7
$7
Ix
F
Z
U
c
r c
R
m
Y
g0
OJ
Y
g
L
eCe
N
N
�b
x
N
E
it
c
O)
>
z
x
0
r
E
0
y'�'
E
0
m
y
c
a
m
d
s
3
Y
y
CD
❑
m
n
i
O
3
a
A
U W
N
Y
co
J
U
C
m
y0
O
C
m
J
U
N
Y
_
N
c
c
O
c
O
m
m
E
N
>
Y_
U
C
C
C
Y
u
E
OJ
a
C
0
F
(n
LL
Y
r
J
z
0
gIx
Y
c
a L
N
0
2
W
c
O
z~ m
O
O
O
O
O
d
c
W
r
r
r
r
S C
❑
�
O
c
❑
C
.WQ
❑
❑
p❑
pr
J
O
U
U
S
W
U
❑
U
Q
m
'
I
>
G
OJ
OJ
O
m
Q
m
w
F
U
U
U
Oy
N
4
4
44
4
R
4
q
4
4
N
N
N
4
4
4
4
4
4
-'
a
O
❑
O
O
�
�
a
c
'T-i
cc
0 K
app
o
0
_o
a
Coo
coqp
Lp
�0qp
Lpa
t0p
1q0Q
2
O
cop
_o�pp
=
6
S.
0oo
¢
6
O
Lpa
Lpp
L
RL
L
v a
r
r
.5il
�
3
❑
r
F--
T
F
o
o
`o
o
m
o
N
'
p
g
o
(i
T
p
p
w
°�
`O
O
C
C9
d
❑
d
❑
m
❑
y
m
m
m
m
n
n
-'
m
UO
J
N
NLY
O
O
O
❑16
❑
J
O
"a
J
U
U
VOO
U
U
r
U
U
A
O
U
O
O
U
U
U
(500
U
U
F
U
U5320
U
U
U
K
r q
N
O
W
i0
f^h.
O
Y
M
W
a�D
O
00
n
O
^
W�W
O
Obi
O
(�pO
a0
QU3 r a
(fj
Oj
m
^
<
O
W
Of
f0
O
K
t�D
M
ap
W
W
pA
��Wpp
aeD
a00
Obi
FF
O 2
V
U a
O O
O
p
p
U
O
O
O
O
O
O
U p
U
p
p
p
0
O
p
O
O
O
U
Lo
yp
N
O
p
p
Q d
N
O
J
mT
J
C
C
LL
C
J 0
U)a
w
9
m
m
x
w
U)
0.c
a
N
c
L°
U
N
c
U
ry
2
N
OLa
9
N
O
10
N
N
_
NR
1
;g
N
wW
N
O _m
Ln
N
'ZS
ep
t7
U
W
(O
Q
Q
^
J
L
O
O
Z
c
C
c
V
v
LL
m
m
IX
m
O r^
J
co
z
o
W
o
m
O
c
E
M
c
y
®
Q
L.
C
❑
2
m
t
W¢
IL L°
"
y
m
£
0
o
z
m
�+
❑
U)
J
m
�
r
y
a1
c
U
C
U
a
E
p
o
c
¢
❑
U U
?
r
c
aci
€
c
'>
$
E
E
v
L
m
W
2'
W
c
d
'
E
`�
L
cl
a
n
a
v
10
- O
V
W
J
i
U
9
w
0
y
LL
J
w
LL
E
o
U
m
°(
_
3
m
cri
D a
iO,•
W
❑
J
T
J
O
Ye
�cp
T
ay
_N
y)
y
W
m
U
.Rc
LL
O
R' J
CX
OA
OA
N
y
J
C
N
>
a
c
O
a
a
_
_
n
3
a
co
y
v
(n
L
m
f
>
3
m`
m`
a
>
w
v
wcr
z
N
g
N
N
8
N
r3
O
U
0
0
0
0
$
o
$
o
$
0
o
08
0
0
N
aR
a
X �
ul
O^
r0
'
O
N
a0
N
u7
O
O
W
tf��gj
yqN
r
fO
n
°�
aq
4°ri
�
t7
a0
^
gg
O
CN]
a�D
N
LL
o
A
0
0
^
rn
A
6
on'i
°^'i
W
o
o
Yo
vv
d
o3
�
o
o
m
rn
a>
rn
is
c4i
n
n
rn
rn
w
n7
r�
A
m c4i
c
c
c
c
a
LM
Q
m
E
c
mEEg
2
x
Egwd
F
U
U
,
g
i
3
3
❑
8
m
❑
U)
H
❑
a
n
u
E
t
O
0
w C7
rn
n
f
F
p
CL
°
o
a U
m
m
D
c
y
z
i
$
>.
z
o
o
0
o
o
="
t
o
0
0
0
0
0
0
0
0
Lu
3
c7 0
u
U
x
0
o
U
m
2
o
o
❑
0
0
❑
❑
❑
E
0
c ❑
z C
U
U
U
U
U
U
U
U
3
o
y, U
w 6
3
o
m
m
3
w
E
N
U1
0 N U 0 0 0
ii c 8c
E pO c
g. n O❑ m U U U
0
c m c c U U c c c c c
L� > L" N ( j �Q LA(L0 Y Y Y
~ ❑ ~ N Z' � N 'y J N F� J J �
0. 0 LL N c m O 0 US x
aai m U m U J U U rn L n O a
of U d
o 00o Q ;o o O m m 0 o
U U J U U U U
p� IpNni ottC] w� �Wno¢p ° p�m
C'j ry 25
0 0 0 0 c
c 4
S S g o FL
> La
H
O O O O 3❑� D T p
d o o d O1 0 0
8 L 2 0
U U U 0000 3: U U U
t�i n
W N N th
0
OU
> c
J Y
>
J
U
f
LL
c
E
ui
c
U
O
O
J
O
c
(n
O
J
O
m
J
O
d
O
La
❑
O
O
J
OU
'mC
O
m
OU
g
OU
Y
O
3
O
LL
Q 3
> O
H O! N Y > J
4
$ zjj LL E g
U c w ° L 2 a J `p
go
N g) T J m N c o0
m 0 d ; t p _m c E x
U = m m m Q fq m in W U
ag
c
0
yLa
U
d
a 2 c °
OO pp ot} W U E
U 4 -M c > c
aYa �i m 0. o U
0 0 m is Q J
t w a 3
Lo _
L @ E 5 —°
°°� o a e
o d' o
U
Z
9
0
U
U)
z
U
C
0
N
S
T
R
U
C
T
0
R
S
1
N
C
Corporate
102 C Street
P. O. Box 505
Swink, CO 81077
PH. (719) 384-5956
FAX: (719) 384.5959
Northern Division
1013 37th Ave., Ct.
Suite 202
P. O. Box 336638
Greeley, CO 60633
PH: (970) 346.8323
FAX: (970) 346-8324
1Jan-04
FOLLOWING IS A LISTING OF CONSTRUCTION EXPERIENCE OF
INDIVIDUALS WHO WORK FOR TLM CONSTRUCTORS, INC.
YEARS
NAME:
PRESENT POSITION:
EXPERIENCE:
MAGNITUDE & TYPE OF WORK:
CAPACITY:
TERRY L. MILLS
PRESIDENT
34 YEARS
MANAGEMENT
AARON MILLS
VICE-PRESIDENT
10 YEARS
MANAGEMENT
RYAN MILLS
ESTIMATOR
6 YEARS
MISCELLANEOUS PROJECTS
ESTIMATOR & SUPERINTENDENT
UP TO 1.0 MM PROJECTS
VICTOR MATA
SUPERINTENDENT
26 YEARS
DIRT - ASPHALT
SUPERINTENDENT
UP TO 1.0 MM PROJECTS
DAVE CROSSON
SUPERINTENDENT
33 YEARS
DIRT - STRUCTURES - ASPHALT
SUPERINTENDENT
UTILITIES
UP TO 5.0 MM PROJECTS
CHARLES GEIST
SUPERINTENDENT
27 YEARS
DIRT -ASPHALT- STRUCTURES
SUPERINTENDENT
UTILITIES
UP TO 5.0 MM PROJECTS
HARLEY DELLINGER
SUPERINTENDENT
21 YEARS
DIRT- STRUCTURES - UTILITIES
SUPERINTENDENT
UP TO 5.0 MM PROJECTS
SAM TROTTER
FOREMAN
12YEARS
DIRT - ASPHALT- STRUCTURES
FOREMAN
UP TO 1.0 MM PROJECTS
JASON STUCHLIK
ESTIMATOR
9 YEARS
MISCELLANEOUS PROJECTS
ESTIMATOR & SUPERINTENDENT
UP TO 3.0 MM PROJECTS
ROSS ALLSWORTH
FOREMAN
14 YEARS
STRUCTURES - UTILITIES
FOREMAN
UP TO 1.0 MM PROJECTS
ELIASALTAMIRANO
FOREMAN
10YEARS
STRUCTURES -UTILITIES
FOREMAN
UP TO .25 MM PROJECTS
TOM TANABE
IRRIGIATION SUPT.
6 YEARS
CONCRETE LINED DITCHES
SUPERINTENDENT
UP TO.5 MM PROJECTS
DUSTIN BRENING
FOREMAN
3 YEARS
STRUCTURES - UTILITIES
FOREMAN
UP TO.5 MM PROJECTS
SCOTT GRIESER
FOREMAN
7 YEARS
STRUCTURES - UTILITIES
FOREMAN
UP TO.5 MM PROJECTS
ERIC BACA
ESTIMATOR
5 YEARS
STRUCTURES - UTILITIES
ESTIMATOR & FOREMAN
UP TO.5 MM PROJECTS
AN EQUAL OPPORTUNITY EMPLOYER
SECTION 00330
BID SCHEDULE - Addendum No. 2
SH 287 and LAKE STREET - MEDIAN IMPROVEMENTS
City of Fort Collins Bid No. 5866
CDOT Project No. SHE 2873-128 (14591)
Item No.
Description
Unit
Estimated
Quantity
Unit Cost
Item Total
202.01
Removal of Concrete Median Cover
SY
83
0
202.02
Removal of Wood Mulch
SY
100jom
oe
202.03
Removal of Curb and Gutter
LF
573
�A0
I,�.--
202.04
Removal of Asphalt Mat
SY
534
410
203.01
Unclassified Excavation (CIP)
CY
88
aj=1Ai
203.02
Borrow (CIP) (Special)
CY
173
eZrZ
3 9 R
207.01
Topsoil (Special)
CY
7.5
#A
208.01
Concrete Washout Structure
EA
1
=
Vf D
213.01
Mulch (wood chip)
CF
1,656
311E
AA 3-0a—.
214.01
Deciduous Tree (2" Caliper)
EA
5
l te
fr/l SOO
306.01
Reconditioning
SY
198
/j Ili
%i do
420.01
Geotextile (Weed Barrier)
SY
552
3 "
f 79
609.01
Curb Type 2 (Section B)
LF
709
l9-"
623.01
Median Irrigation f.T�Hi
LS
1
ge
626.01
Mobilization FWC T Ous N J70l l
LS
1
5000
5 DDio
630.01
Construction Zone Traffic Control
LS
1
Aaron L. Mills, Vice President
Company _ TLM CONSTRUCTORS, I NC.
Check One:
Individual Doing Business in Company Name
x Corporation
Partnership
FSPry GAArr>
Address PO E
Greeley, CO 80633-0611
Phone/Fax 970-346-8323/970-346-8324
Signed Address
Aaron L. Mills, Vice President
Company TLM Constructors, Inc.
Check
One:
Individual Doing Business in Company Name
x Corporation
Partnership
9. PRICES
1013 37th Ave Ct #202
Greeley, CO 80634
Phone/Fax 970-346-8323 / 970-346-8324
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 (250) of the total Agreement Price.
RESPECT F LY SUBMITTED:
06/30/04
Signature Aaron L. Mills Date
Vice President
Title
License Number (If Applicable)
(Seal - iis by corporation)
Attest:
Ryan C. Mills
Address 1013 37th Ave Ct. #202
Greeley, CO 80634
Telephone 970-346-8323
7/96 Section 00300 Page 3
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
7/96 Section 00410 Page 1
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may be
answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder: TLM Constructors, Inc.
2. Permanent main office address: 1013 37th Ave. Ct. 1202 Greeley,CO
3. When organized: 03/01/1992
4. If a corporation, where incorporated: 12/91
5. How many years have you been engaged in the contracting business under your
present firm or trade name? 12 years
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
Interstate 25 $921,507.00 Unkown date of completion
in+Prs+a+A 70 64,370.40 Four year open contract
SH 257 62,847.50 July 2004
7. General character of Work performed by your company:
General contractin /asphat-concrete-aggregates/highway
structures
8. Have you ever failed to complete any Work awarded to you? No
If so, where and why?
9. Have your ever defaulted on a contract? No
If so, where and why?
10. Are you debarred by any government agency? No
If yes list agency name.
7/96 Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
Interstate 25 953,205.65 12/03 Slab Replacement
SH 14, Brlggsdale 263,953.44 12/03 Street Improvements
Home Supply Ditch 223,466.47 04/04 Box Culvert
12. List your major equipment available for this contract.
Please see attached
13.
Experience in construction Work similar in
importance to this
project:
Please see attached
14.
Background and experience of the principal
including officers:
members of your organization,
Please see attached
15.
Credit available: $ 400,000.00
16.
Bank reference: Colorado Bank & Trust
17.
Will you, 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? Yes
If yes, in what city, county and state?
Colorado
What
class, license and numbers? 05-37677
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
22
What are the limits of your public liability? DETAIL
2,000,000.00
What company? HRH of Colorado
What are your company's bonding limitations?
5,000,000.00
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 G r e ey, CO this 30 day of June
TLM Com'sXructoy's
Name of/B�idder �`f
By: GiL ,,/�
Aaron L.-Mills
Title: Vice President
State of Colorado
, 2004.
County of Weld
Aaron L. Mills being duly sworn deposes and says that he is
Vice President of TLM Constructors, 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 3 0 t h day of
June 20 04
Nary Public�����
Michelle R. Darnell
Office Manager
My commission expires
10/23/2006
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.
SUBCONTRACTOR
7/96 Section 00430 Page 1