Loading...
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