Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 7078 POWER TRAIL KEENLAND DRIVE TO TRILBY ROAD
No Text 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. 12. List your major equipment available for this contract. Ac a,le :6 a 13. Experience in construction Work similar in importance to this project: 71�s.se- 5c-e a 14. Background and experience of the principal members of your organization, including officers: C&be See %G$U�465r 15. Credit available: $ 5"00,000 16. Bank reference: �Jldl BG fJ� 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? VG4 If yes, in what city, county and state? What class, license and numbers? sz-e ✓tu. IGucdGS 19. Do you anticipate subcontracting Work under this Contract? yes If yes, what percent of total contract? and to whom? �,x S�cr� M od�k 3c7 / 20. Are any lawsuits pending against you or your firm at this time? No IF yes, DETAIL Rev 10/20/07 Section 00420 Page 2 21. What are the limits of your public liability? Eat Occar/- -,.cc, /�eoo� eoo lte�c crag rQ�y��� What company? %/au ��rrf4 jccyt.s (ec�c�. DETAIL .Ar- •2t, t/[ goo, 000 22. What are your company's bonding limitations? jaO, 000, 90o 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. this day of Name to'Bidder By= Title. C� 6 State of County of. MS 20 r-c%- Inf, l..-Cn being duly sworn deposes and says that he is GL of co.da. (f 'onST—C-VZ;j ,g- �Land 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 f 5 day of 20ca. Notary Public My commission expires loft s-) 2"k 0 o r IOTA q OF 1111;mnl My Commission Expires - 10-25,2010 Rev10/20/07 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 SUBCONTRACTOR Je- c re`c %,-% ! 1 ► Qe c h C I SV Y~ (,x. S Vryreyvrs �dsio,r, n 1 C D� Section 00430 Page 1 No Text Cl1I.ORADO t,ONSTRUCTO S (� INC. "Transforming two dimensional drawings into three dimensional reality" CURRENT CITY, COUNTY AND STATE LICENSES MUNICIPALITY TYPE OF LICENSE NUMBER EXP. City of Arvada Contractors License LO1-076 September 6, 2010 City of Aurora ROW Concrete 2008 320047 00 CL September 1, 2010 2003 10878500 SL Supervisor 3/12 CL City of Boulder (as needed) City of Breckenridge Vendor 41383 June 14, 2010 City of Broomfield General Contr. Class C C2008-712 December 31, 2009 Colorado Department Heavy Highway Const. Vendor ID April 30, 2010 of Transportation Concrete Contractor 0968A City & County of Denver RW - Sidewalk 231420 March 31, 2010 Construction Projects May 31, 2010 Town of Erie Contractors License 2587 (as needed) City of Ft. Collins ROW Concrete Bond — 3/7/10 City of Grand Junction General Contractor April 30, 2010 State of Kansas General Contractor June 11, 2010 Dept. of Transportation City of Lakewood Contractors License 9682 April 6, 2010 City of Longmont (as needed) City of Louisville (as needed) State of Nebraska DOT General Contractor February 28, 2010 City of Thornton Contractors License 12627 October 8, 2010 City of Westminster General License 050831045 August 31, 2010 City of Wheat Ridge (as needed) State of Wyoming DOT G.C. Prequalification 02409 February 28, 2010 6800 N Broadway, Suite 112, Denver, Colorado 80221 (303) 427-0868 email: mail@coloradoconstructorsinc.com f (303) 427-0882 C Ct1NSTRUCTO S INC. "Transforming two dimensional drawings into three dimensional reality" 6800 N Broadway, Suite 112 DENVER, CO 80221 (303) 427-0868 f (303) 427-0882 email: mail a coloridoconsnuctorsinc.com COMPLETED CONTRACTS - PAST THREE YEARS GENERAL AND SUB -CONTRACTOR OWNER BRIDGE CONTRACTS NAME OF PROJECT CONTRACT % OWN FORCES Pueblo County Avondale Bridge Replacement $933,882 215 W. 10 h Street Pueblo County, CO $913,268 Pueblo, CO 81003 Completed: 03/06 80% Vail Resorts Development Co. Peak 7 — Breckenridge $2,846,281 Skier Bridge $2,163,461 Vail, CO 81657 Breckenridge, CO Completed: 10/06 75% City of Lakewood Kipling St. Bridge Replacement $990,208 480 S. Allison Parkway Lakewood, CO $1,024,756 Lakewood, CO 80226 Completed: 10/06 75% L.G. Everist South Maryland Creek Ranch $3,957,444 (3) Bridges, New Subd. $3,092,899 P.O. Box 1150 Silverthorne, CO Silverthorne, CO 80498 Completed: 10/07 80% Compass Homes Anglers Mountain $1,191,750 New Bridge $992,596 0211 Tarnwood Drive Silverthorne, CO Blue River, CO 80424 Completed: 09/07 75% Noble Energy Production, Inc. Battlement Creek Bridge $261,864 804 Grand Avenue Parachute, CO $189,624 Platteville, CO 80651 Completed: 10/07 100% Kummer Development Adams Rib Pedestrian Bridge $302,994 P.O. Box 659 Eagle, CO $214,694 Eagle, CO 81631 Completed: 11/08 100% Tezak Heavy Equipment Co, Inc. Hardscrabble Bridge Repl 205 Tunnel Drive Florence, CO Canon City, CO 81212 Completed: 04/09 FLATWORK CONTRACTS City of Aurora 15151 E. Alameda Parkway Aurora, CO 80012 City & County of Denver 200 W. 141h Avenue Denver, CO 80204 City of Durango 1188 E. 2"d Avenue Durango, CO 81301 Sorrel Ranch Subdivision Curb/Gutter/Sidewalk Aurora, CO Completed: 09/06 Highline Canal Bike Path Denver, CO Completed: 10/06 Three Springs Subdivision Curb/Gutter/Sidewalk Durango, CO Completed: 11 /06 $553,928 $414,569 85% $485,875 $398,309 90% $323,606 $308,874 85% $484,235 $434,719 100% City of Aurora Murphy Creek Channel Improve. $1,322,878 15151 E. Alameda Parkway Aurora, CO $1,192,883 Aurora, CO 80012 Completed: 10/07 80% Larimer County Gov. Purchasing N. Taft Hill Rd. Improvements $179,150 2555 Midpoint Drive Ft. Collins, CO $177,077 Fort Collins, CO 80525 Completed: 10/07 100% Reynolds-Tierdael Company 1776 E. 69`h Avenue Denver, CO 80229 Elam Construction, Inc. P.O. Box 806 Fraser, CO 80442 United Companies 2271 River Road Grand Junction, CO 81502 C.D.O.T. 4201 E. Arkansas Avenue Denver, CO 80222 Tollgate Creek Parallel Trail $474,422 Aurora, CO $495,690 Completed: 11 /08 90% Fruita Access/Intersection $495,120 Construct Roundabout $609,130 Fruita, CO Completed: 08/08 100% Palisade Barrier $758,984 Palisade, CO $620,149 Completed: 08/08 100% Slab Replacement I-25 Loveland $1,427,579 Larimer County, CO $1,043,008 Completed: 11 /08 90% We are a concrete contractor, and provide curb and gutter, sidewalk, bike paths, cart paths, concrete floor slabs and any other concrete structure. We are also a bridge contractor, building new structures, bridge replacements, and box culverts. There are many various miscellaneous projects that are not included on this report. Please notify our offices if you would like to request a complete list of completed projects. CCOLORADO CONSTRUCTORS INC. UNIT# OWNER EQUIPMENT TRUCKS 212 WIJIJI 02 Chevy 1500 LS Silverado 213 WIJIJI 04 Dodge 2500 4x4 diesel 214 WIJIJI 05 Ford F350 Diesel Flatbed 215 WIJIJI 06 Ford F-150 216 WIJIJI 06 Ford F-350 Super Duty 217 WIJIJI 07 Dodge 3500 Quad Cab 218 WIJIJI 07 Chevy Silverado 2500 TRAILERS 300 CCI '94 P.J. 83x16 14,0009 w/racks 301 CCI '94 Staclite 5x9 TC 302 CCI '94 Staclite 4x8 303 CCI '95 Staclite 82x16 7,000# w/racks 304 CCI '95 Staclite 82x16 duv- tail 10,000# 305 CCI '96 P.J. 83x16 14,000# 306 CCI '96 Job office / Storage 307 CCI '96 P.J. 83x48 14,000# 308 WIJIJI '97 P.J. 83x48 14,000# 309 WIJIJI '97 P.J. 83x48 14,000# 310 CCI '98 Job office / Storage 311 WIJIJI '99 Box / Storage 313 CCI 2000 Wells Cargo Trailer 315 WIJIJI 2001 P.J. 83x18 Trailer 316 CCI Cargo Door Container 317 WIJIJI 2007 7X16 TA Load Runner EQUIPMENT 401 CCI Gomaco Slip Form Molds 403 CCI 9 Ton Crane 404 CCI Gomaco Bridge Deck Finisher 405 WIJIJI '97 Bob Cat 873 406 WIJIJI '88 Gomaco Comm. III Slip Form 407 WIJIJI Morrison Vibrating Screed 408 CCI 48" Sidewalk Mold 409 CCI Various Path Molds 410 CCI 1991 30-Ton Todano Crane 411 CCI 06 Bob Cat S300 412 WIJIJI 94 35-Ton Rough Terrain Tadano Crane 413 WIJIJI 2003 Power curber 5700-B SMALL TOOLS 500 CCI Curb & Gutter Form Rails 501 CCI Bridge Stripping Buggy 503 CCI Rock Cut Form Liners 504 WIJIJI Bob Cat Dozer Blade 505 CCI E-Z Drill 506 CCI Welder 507 CCI Concrete Saw 508 CCI Stamping Tools 509 CCI Curber Machine 510 WIJIJI Breaker#5560 511 CCI Norton Demo Saw, C13P16-N T1 CCI Jumping Jack Tamper,Macasa T2 CCI Plate Tamper, Vibramax T3 CCI Plate Tamper, Mikasa T4 CCI Whacker, Jumping Jack TS CCI Whacker, Plate Compactor C(1LI11�1)tl 1ONSTRUCTO S (� INC. 6800 N Broadway, Suite 112 DENVER, CO 80221 (303) 427-0868 f (303) 427-0882 email: mail@coloridoconstrucCorsinc.com "Transforming two dimensional drawings into three dimensional reality" SIMILAR FLA'IWORK EXPERIENCE GENERAL AND SUB -CONTRACTOR OWNER NAME OF PROJECT CONTRACT % OWN FORCES City of Greenwood Village Cherry Creek Dam Bike Path $617,727.58 10001 E. Costilla Avenue Greenwood Village, CO Greenwood Village, CO 80112 Completed: 04/99 85% Construct 12,000 LF of new 10' wide concrete bike path along the face of Cherry Creek Dam. Work included grading, drainage, backfill, landscaping and construction of 1,200 face square feet of concrete retaining wall. City of Aurora Tollgate Creek Trail $319,174.00 15151 E. Alameda Parkway Aurora, CO Aurora, CO 80012 Completed: 01/03 78% Construct 6,600 LF of new 10' wide concrete bike path through open space between Hampden Avenue and Quincy Avenue. Work included grading, drainage, backfill, furnishing and installing a pedestrian bridge and landscaping. City of Golden US 6 Bike Path $407,932.40 1445 Tenth Street Golden, CO Golden, CO 80401 Completed: 07/03 100% Construct 9,800 LF of new 10' wide concrete bike path with 1,500 SF of decorative concrete along SH6. Work included grading, drainage, backfill, traffic control, signs, and landscaping. City of Wheat Ridge Clear Creek Trail $232,500.00 4005 Kipling Street Wheat Ridge, CO Wheat Ridge, CO 80033 Completed: 07/03 90% Reconstruction of 4,234 LF existing asphalt bike trail to concrete trail along Clear Creek. Work included grading, drainage, backfill and landscaping. SECTION.,00300 BID FORM ..PROJECT: Place . Date Ocr o9 1. In compliance ,with your Invitation to .Bid dated 20P and subject to -all - conditions thereof, - the undersigned a,,(C-Orporation, Limited Liability Company, Partnership, Joint Venture, or. p � of Colorado Sole Proprietor) authorized to do business in the State 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 �w 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:.I`l on,Q�'S M VTVa� Ce.ivo��/ C�� rd� IZ DesMorY►GrS 5. Allthevarious 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 Ior Bid Schedules subject to changes as provided in the,Contract Documents.. 7. The undersigned Bidder hereby ..acknowledges receipt of Addenda. No. p through 3... Rev10/'20/07 Section .00300 Page 1 e City of Fort Collins 215 N. Mason Street Ft. Collins, CO 80522 Poudre Trail Ft. Collins Completed: 05/04 $235,576.26 Construct 7600 LF of new 10' wide colored concrete bike path along the Poudre River. Work included grading, drainage, backfill and landscaping. City & County of Denver Highline Canal Bike Path $318,136.00 200 W. 14°i Avenue Denver, CO Denver, CO 80204 Completed: 10/06 85% Construct 8700 LF of new 10' wide concrete bike path with handicap ramps along the Highline Canal. Work included grading, drainage, backfill and landscaping. We are a concrete contractor, and provide curb and gutter, sidewalk, bike paths, cart paths, concrete floor slabs and any other concrete structure. We are also a bridge contractor, building new structures, bridge replacements, and box culverts. There are many various miscellaneous projects that are not included on this report. Please notify our offices if you would like to request a complete list of completed projects. ROBERT C. CLINE 702 Dearborn Street Fort Collins, Colorado 80525 (303) 427-0868 (Office) EXPERIENCE 1994 - Present PRESIDENT Colorado Constructors, Inc. Denver, Colorado Responsible for all engineering functions of the corporation, including estimating, project management and supervision of field operations. 1990 - 1994 VICE PRESIDENT CONTRACT ADMINISTRATION Lawson Construction Company Longmont, Colorado Responsible for supervision of estimating and project management personnel. Projects range in scope from small bridges and structures to multimillion dollar concrete paving projects. Owners include the City and County of Denver, Denver International Airport and Colorado Department of Transportation. 1986 - 1990 PROJECT MANAGER, A. S. Horner Construction co., Inc., Englewood, Colorado Responsible for estimating and managing assigned projects varying in size from two to twenty million dollars. Projects include steel box girder, cast in place post tensioned concrete box and tee girder, prestressed concrete box and I girder bridges. 1982 - 1986 PROJECT MANAGER, Flatiron Structures Company, Longmont, Colorado Responsible for management of assigned projects including estimating, cost control, subcontract and material procurement. Projects include cast in place post tensioned box girder and tee girder bridges, varying in size from two to four million dollars. Assisted in the development of computer estimating and project management systems. 1983 - 1984 CASTING ENGINEER, Flatiron Structures Company, Eagle, Colorado. Responsible for the geometric and quality control for five precast segmental box girder bridges in Glenwood Canyon. The bridges have a total of 18 spans with span lengths from 106' to 132' totaling 2,116' for all five bridges. The segments were manufactured by "short line" match casting, and erected by the span -by -span method. PROFESSIONAL Current member of the Colorado Contractors Association/ ACTIVITIES Colorado Department of Transportation Bridge Committee. Chaired Committee in 1999. - A. MANAGED PROJECTS FOR PREVIOUS COMPANIES PROJECT: INTERSTATE 25 FROM 58TH AVENUE TO INTERSTATE 70 INTERCHANGE. OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $4,555,000.00 DESCRIPTION: 147,000 SQUARE YARDS OF CONCRETE PAVING ON MAIN LINE 1-25 FROM 58TH AVENUE TO 1-70 INTERCHANGE IN DENVER, COLORADO. PROJECT: SOUTH CAMPUS SITE WORK, FOR CONTINENTAL AIRLINES JOINT USE CARGO, IN FLIGHT KITCHEN AND GROUND SUPPORT EQUIPMENT FACILITIES. OWNER: DENVER INTERNATIONAL AIRPORT AMOUNT: $5,805,000.00 DESCRIPTION: 63,000 SQUARE YARDS OF CONCRETE PAVING, 162,000 CUBIC YARDS OF UNCLASSIFIED EXCAVATION, DRAINAGE, LIGHTING AND LANDSCAPING. PROJECT: NORTH/SOUTH CONSTRUCTION ROADS, SECURITY GATES AND PARKING LOTS OWNER: DENVER INTERNATIONAL AIRPORT AMOUNT: $2,596,000.00 DESCRIPTION: 90,000 SQUARE YARDS OF CONCRETE PAVING, 300,000 CUBIC YARDS OF UNCLASSIFIED EXCAVATION, 140 OF CUBIC YARDS OF CONCRETE BOX CULVERT, LIGHTING AND DRAINAGE. PROJECT: INTERSTATE 70 AND AIRPORT BOULEVARD INTERCHANGE OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $3,669,000.00 DESCRIPTION: 138,000 SQUARE YARDS OF CONCRETE PAVING ON MAIN LINE 1-70 AND MAIN LINE AIRPORT BOULEVARD. PROJECT: INTERSTATE 25 FROM 58TH AVENUE THRU INTERSTATE 76 INTERCHANGE OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $2,245,000.00 DESCRIPTION: 86,000 SQUARE YARDS OF CONCRETE PAVING ON MAIN LINE 1-25 FROM 58TH AVENUE TO 1-76 INTERCHANGE IN DENVER, COLORADO. PROJECT: RECONSTRUCTION OF 15TH STREET FROM BLAKE STREET TO COLFAX AVENUE OWNER: CITY AND COUNTY OF DENVER AMOUNT: $1,774,000.00 DESCRIPTION: 22,000 SQUARE YARDS OF CONCRETE PAVING ON 15TH STREET THRU DOWNTOWN DENVER, COLORADO. THE PROJECT WAS CONSTRUCTED IN ELEVEN PHASES UNDER TRAFFIC. PROJECT: BRIDGE REPLACEMENT, INTERSTATE 225 OVER SAND CREEK OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $4,036,000.00 DESCRIPTION: THREE PHASE TRAPEZOIDAL STEEL BOX GIRDER BRIDGE ON 1-225 OVER SAND CREEK IN AURORA, COLORADO. THE PROJECT INCLUDED 1,324 CUBIC YARDS OF SUBSTRUCTURE CONCRETE, 1,793 CUBIC YARDS OF SUPERSTRUCTURE CONCRETE AND 1,793,400 POUNDS OF STRUCTURAL STEEL. PROJECT: BRIDGE REPLACEMENT, TEJON BOULEVARD OVER FOUNTAIN CREEK OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $1,598,000.00 DESCRIPTION: PRESTRESS CONCRETE I GIRDER ON TEJON BLVD. OVER FOUNTAIN CREEK IN COLORADO SPRINGS, COLORADO. THE PROJECT INCLUDED 690 CUBIC YARDS OF SUBSTRUCTURE CONCRETE AND 1032 CUBIC YARDS OF SUPERSTRUCTURE CONCRETE. PROJECT: BRIDGE REPLACEMENT, INTERSTATE 25 NORTH & SOUTH BOUND BRIDGES OVER INTERSTATE 70 OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $4,884,000.00 DESCRIPTION: THREE PHASE STEEL BOX ARCH GIRDER BRIDGE ON I-25 OVER 1-70 IN DENVER, COLORADO. THE PROJECT INCLUDED 1277 CUBIC YARDS OF SUBSTRUCTURE CONCRETE, 1430 CUBIC YARDS OF SUPERSTRUCTURE CONCRETE AND 2,042,440 POUNDS OF STRUCTURAL STEEL. THE PROJECT WAS CONSTRUCTED UNDER TRAFFIC IN AN INTERSECTION THAT CARRIES 285,000 VEHICLES PER DAY. PROJECT: NEW BRIDGE CONSTRUCTION ON INTERSTATE 76 OVER SHERIDAN BLVD. IN ARVADA COLORADO. OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $3,067,000.00 DESCRIPTION: TWIN, CAST IN PLACE POST TENSIONED TEE GIRDER BRIDGES ON INTERSTATE 76 OVER SHERIDAN BOULEVARD. THE PROJECT INCLUDED 325 CUBIC YARDS OF SUBSTRUCTURE CONCRETE, 870 CUBIC YARDS OF SUPERSTRUCTURE CONCRETE AND 435,000 CUBIC YARDS OF EMBANKMENT MATERIAL. PROJECT: BRIDGE REPLACEMENT ON 64TH AVENUE OVER US 85 IN COMMERCE CITY, COLORADO. OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $2,247,000.00 DESCRIPTION: CAST IN PLACE POST TENSIONED BOX GIRDER BRIDGE ON 64TH AVENUE OVER US 85. THE PROJECT INCLUDED 320 CUBIC YARDS OF SUBSTRUCTURE CONCRETE AND 938 CUBIC YARDS OF SUPERSTRUCTURE CONCRETE. THE BRIDGE DECK IS VARIABLE WIDTH AND CURVED, WITH VARYING SUPERELEVATION. Craig Gabel Long 5111 Beech Street Arvada, CO 80002 (303) 420-1268 (Home) (303) 427-0868 (Office) EXPERIENCE 1994 to Present; CHIEF EXECUTIVE OFFICER, Colorado Constructors, Inc. Responsible for business and office administration for this concrete construction company. 1993 to 1994; ESTIMATOR and GENERAL MANAGER, Concrete Works of Colorado, Inc. Responsible for estimating, bidding and project management for this concrete and pipe construction company. 1989 to 1993; Various positions at Yenter Companies; 1992 to June 1993; VICE PRESIDENT, ROC EX, Inc.. a division of Yenter Companies, Morrison, CO. Responsible for marketing, estimating and project management for this excavation and pipe contractor. 1991 to 1992; VICE PRESIDENT, Yenter & Sons Blasting, Golden, CO. Responsible for estimating, marketing and project management for this drilling and blasting company. We grew from a company doing one million dollars a year to five companies doing four million and organized a support staff that wasn't there when we were smaller. I hired an estimator/project manager to assist in the growth of the company who grew to the position of VP of the quarry and highway company. 1989 to 1991; ESTIMATOR and PROJECT MANAGER, Yenter & Sons Blasting, Golden, CO. Responsible for estimating, bidding and negotiating work. Helped in installing new management systems and controls for this small family business. 1988 to 1989; ESTIMATOR and PROJECT MANAGER, D.C.C.I., Castle Rock, CO. Responsible for estimating, bidding, negotiating work, subcontract and material procurement for this water and waste water treatment plant company. 1987 to 1988; ESTIMATOR and PROJECT MANAGER, I.F. Jenson Company, Castle Rock, CO. Responsible for estimating, bidding, negotiating work, purchasing materials and writing subcontracts for this concrete paving company. 1986 to 1987; CHIEF ESTIMATOR, Mountain States Paving, Inc., Arvada, CO. Responsible for estimating, bidding, negotiating work, training and organizing of estimators. Helped in installing new management systems and controls for this re -organized concrete paving company. 1985 to 1986; GENERAL MANAGER and PRESIDENT, Kela Concrete Corp. and VICE PRESIDENT, Women Constructors, Inc., Henderson, CO. Hired to estimate, bid and manage work, set up office procedures for this concrete paving and flatwork company in the Colorado market. Responsible for managing all office procedures, establishing computerized estimating system, bidding and negotiating work, establishing cost controls and getting the company prequalified with various agencies (Colorado Department of Highways and others). At the time WCI was established I prepared and submitted all the information to get prequalified with the Colorado Department of highways and helped organize the business. 1983 to 1985; VICE PRESIDENT, DIVISION MANAGER, Palisade Construction Company / KNC Inc., Denver, CO. Hired to start and manage a heavy and highway construction division in the Colorado market. Responsible for determining the market, establishing an estimating system (which I Computerized), bidding and negotiating work, hiring and managing necessary supervision, establishing cost controls and full profit/loss responsibility for this division of the Terra Construction Companies. 1976 to 1983; Various positions at Flatiron Structures Company 1982 to 1983; VICE PRESIDENT, Flatiron Structures Company, Longmont, CO. Responsible for managing a division of the company including estimate preparation (I computerized part of the estimating system), bidding jobs, assigning jobs, assigning crews, material and subcontract procurement for this heavy and highway construction company. During my tenure from 1975 to 1983, the gross profit on my jobs built each year was the largest of the project managers. 1976 to 1982; ESTIMATOR / PROJECT MANAGER, Flatiron Structures Company, Longmont, CO. Responsible for estimating jobs, monitoring costs, subcontract and material procurement. Jobs bid include Colorado Highway Department, local cities, counties and private developers. To my knowledge my crews were the first in Colorado to slip -form over one mile of curb and gutter in a day. 1973 to 1976; Supervisory positions for D&M Construction Co., Denver, CO, Garland Construction Co., Denver, CO, Fortune Construction Co., Denver, CO, and I ran my own framing company building houses for Golden Key Building Corp. EDUCATION B.S. Industrial Construction Management, Colorado State University, June, 1973. Important courses; Construction Estimates and Costs, Construction Planning and Scheduling, Structural Theory and Design, Human Relations in Business, Calculus, Differential Equations. Other concentration: Electrical Engineering. PROFESSIONAL ORGANIZATIONS Member of the American Association of Cost Engineers International Member of various committees of the Colorado Contractors Association CURTIS W. WHEELER 1754 S. Leyden Street Denver, Colorado 80224 (303) 427-0868 (Office) EXPERIENCE 1995 - Present VICE PRESIDENT Colorado Constructors, Inc. Denver, Colorado Responsible for developing field side of the bridge construction Division. General Superintendent for all structures work. 1989 - 1995 SUPERINTENDENT Flatiron Structures Company Longmont, Colorado Management of new construction and renovation projects for Leading concrete construction firm. Supervise construction of 273 Mw co -generation plan with 5 combustion turbines and 2 steam turbine foundations — a project of more than $100 million in conjunction with Frontier Kemper. Administration of $15 million viaduct replacement project at 15te Street underpass. Reconstruction of 1-mile section of I-25 at 38'h Avenue for RTD, a 3-phase, $10 million project which included widening of the interstate and two bridges. Manage and coordinate as many as 25 subcontractors per project. 1986 - 1989 CARPENTER SUPERINTENDENT A & R Construction, Inc. Commerce City, Colorado Coordinate and supervise crew of 60 on new construction of Budweiser plant. Prepare bids and order materials. 1983 - 1986 CARPENTER G.E. Johnson Construction Company, Denver G.H. Phipps Construction Company, Denver Remodeling and new construction projects including Martin Marietta, St. Joseph Hospital and Presbyterian St. Luke's Hospital. 1965 - 1983 ASSISTANT SUPERINTENDENT CARPENTER GENERAL FORMAN A. S. Homer Construction Company Denver, Colorado Coordinate construction projects for major highway/bridge construction Contractor. Supervisor as many as 100 personnel per project. Managed expansion construction of Ideal Cement Plant in Portland, Colorado, and new construction of Henderson West Mill Site in Henderson, Colorado — a project requiring 80,000 cubic yard of concrete. PROJECTS CONSTRUCTED BY COLORADO CONSTRUCTORS, INC. WITHIN THE PAST FIVE YEARS PROJECT: BRIDGE REPLACEMENT ON SH 36 OVER WOLF CREEK. OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $785,000.00 DESCRIPTION: 2-SPAN (104'-0", 104'-0") PRESTRESSED CONCRETE BOX GIRDER BRIDGE PROJECT: SUPERSTRUCTURE REPLACEMENT ON HOVER STREET OVER THE ST. VRAIN RIVER OWNER: CITY OF LONGMONT, COLORADO AMOUNT: $1,100,000.00 DESCRIPTION: REPLACEMENT OF EXISTING DOUBLE TEE SUPERSTRUCTURE WITH PRESTRESSED CONCRETE BOX GIRDERS. CONSTRUCTED IN THREE PHASES UNDER TRAFFIC. PROJECT: BRIDGE REPLACEMENT ON SOUTH BOUND INTERSTATE 25 OVER WALSEN ARROYA OWNER: COLORADO DEPARTMENT OF TRANSPORTATION AMOUNT: $1,239,000.00 DESCRIPTION: 2-SPAN (10P-0", 101'-0") PRESTRESSED CONCRETE BT 54 GIRDER BRIDGE PROJECT: BRIDGE REPLACEMENTS ON 120' AVENUE OVER BOX ELDER CREEK, AND 88' AVENUE OVER COMMANCHE CREEK OWNER: ADAMS COUNTY, COLORADO AMOUNT: $1,202,000.00 DESCRIPTION: 3-SPAN (75'-0", 100'-0", 75'-0") PRESTRESSED CONCRETE BT 54 GIRDER BRIDGE; 2-SPAN (75'-0", 75'-0") PRESTRESSED CONCRETE BT 54 GIRDER BRIDGE PROJECT: BRIDGE REPLACEMENT ON RUSSELVILLE ROAD OVER EAST CHERRY CREEK OWNER: DOUGLAS COUNTY, COLORADO AMOUNT: $345,686.00 DESCRIPTION: 2-SPAN (50'-0", 50'-0") PRESTRESSED CONCRETE BOX GIRDER BRIDGE PROJECT: WALTON CREEK BRIDGES OWNER: STORM MOUNTAIN RANCH, STEAMBOAT SPRINGS, COLORADO AMOUNT: $939,000.00 DESCRIPTION: DESIGN BUILD 4 TIMBER BRIDGES, HIGHWAY RATED. 4-SPAN (50'-0", 50'-0", 50'-0", 50'-0") 2-SPAN (35'-0", 35'-0") 1-SPAN (67'-0"), 1-SPAN (35'-0"), 1-SPAN (70'-0") EQUESTRIAN BRIDGE - Financial Services CitPurchasing. y of Division 215 N. Nrason St. 2". Floor i-1 PO Box 580 L C, Fol ins Fort Collins, CO 80522 ��i 970.221.6775 970.221.6707 _ ill P rc fcgov.com/purchasing ADDENDUM No. 3 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of RFP 7078: Power Trail Keenland Drive to Trilby Road OPENING DATE: 3:00 P.M. (Our Clock) October 15, 2009 To all prospective bidders under the specification and contract documents described above, the following changes are hereby made. GENERAL CLARIFICATION: 1. Bid Item #4 — Erosion Control has been revised (see attached 01800 Definition of Bid Items). The City of Fort Collins will require an erosion control supervisor and a SWMP plan per the State of Colorado Stormwater Discharge Permit application. 2. If Silt fence is needed and installed along the west side of the proposed trail it can double as the limits of disturbance fence. 3. Bid Item #15 quantity of 30,488 SF was determined by taking the Centerline LF of both the colored and regular concrete with the over excavation of 2' either side of the trail that would need to be restored. This item is a unit price item and will be measured and paid based upon approved field quantities. 4. Bid Item #16 will be measured for payment. 5. The extent of clear and grub in Bid Item #6 will be approximately a 4' x 20' area of willows and one Russian Olive Tree located north of the 36" RCP location 6. Sanitary Facilities will be the contractors responsibility per SECTION 01000 — PROJECT SUMMARY, PART,1 —GENERAL, 1.13 A. 7. The city does require a CPM Schedule per Section 1310 - CONSTRUCTION SCHEDULES. It is not required to be,in Microsoft Project. 8. Proposed Trail Fence (By Others) is currently being installed and will be completed the week of Oct 12th. The Proposed 4' and 10' gates (By Others) will be installed after the trail project to allow for construction of the bridge. 9. Bid Item #10 is for the non -colored 8' sidewalk connection. 10. There is no set designated staging area, but contractor should reference the State of Colorado Stormwater Discharge Permit application on where an ideal location should be considered. 11. SECTION 02520 — PART 1 - GENERAL TEST PANELS calls for a 3'x3' test panel for concrete, this will be allowed to be included in the contactors first concrete pour and will be inspected by the City to meet the Specifications. 12. SECTION 02900 — PART 3 — EXECUTION 3.05 Reseeding and Repair refers to a satisfactory stand of grass at the end of 60 days after seeding. This will be weather dependent for seed establishment. 13. The proposed pedestrian bridge location relative to the power lines is from the center of the proposed bridge to the center of the closest power poles centerline at approximately 25'. Contractor will need to consult with Platte River Power Authority for construction methods for this project. Refer to SECTION 01100 — SUMMARY OF WORK, PART 1 - GENERAL 1.02, Notices to Private Owners and Authorities, for coordination methods. ATTACHMENTS 1. Revised Section 01800 — Definition of Bid Items (2 pages) Please contact John D. Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. COLOIR' 6'ONS'n'luc ons, IN 8. BID SCHEDULE Project: 7078 Power Trail - Keenland.Drive to Trilby Road _. BID SCHEDULE (BASE BID) - Bid items are described in Section 01800 BID_._._ ---.--. - — _ _. _ ESTIMATED UNIT - _ ._ ITEM ITEM # DESCRIPTION QUANTITY UNIT PRICE' TOTAL 1 Mobilization {, 1.00 LS b-750 57 - So_ 2 Surveying 1.00 LS 3 8 �S� Z�D~G0.. 3 - 3 Erosion Control 1.00 LS 0 4 Traffic Control 1.00 LS oo �� ov 00 ` •^ - 5 Temporary Fence - Limits of disturbance 1.00' LS O% � `t0 i' •,� -= 6 Clear & Grub 1.00 LS� ZU tl0 7 Unclassified Excavation 1,296.30 CY 8 Borrow ABC Class 516 (C.I.P.) 715.00 TON , 1 U L T �So 9 5" Colored Concrete Paving 73,790.00 SF �"' • c430 ( Z3 3 10 5" Concrete Paving 1,144.00 SF 11 36" RCP Culvert - (C.I.P.) 16.00 LF 12 36" RCP Culvert- F.E.S. (C.I.P.) 2.00 EA 9Go I Q Q G C! 13 65-Foot Pedestrian Prefabricated Bridge 1.00 EA 14 Pedestrian Bridge Abutment w/ Helix pier system 2.00 Ea 15 Landscape Restoration 30,488.00 SF cs 8 O - Zy ay 39 16 Drill Seeding wi Hydro -Mulch 30,488.00 SF TOTAL OF BASE BID ? i� " �� 4vnA, r -.a �.;vr�'�c,..,S-.M.) 1 �A,,,. I � 1 �„ -r _ O h,. b C I ) bars (Total Base Bid Written) Rev10/20/07 Section 00300 Page 2 o Financial Services f Purchasing Division 215 N. Mason St. 2nd Floor ®AF- Fo PO Box 580 rt oillns Fort Collins, CO 80522 970.221.6775 ' 970.221.6707 Pur hcasin{ fcgov.com/purchasing ADDENDUM No. 2 - SPECIFICATIONS AND CONTRACT DOCUMENTS - - Bid Number: 7078 - Power Trail Keenland Drive to Trilby Road OPENING DATE: October 15, 2009 — 3:00pm. (Our Clock) To all prospective bidders under the specification and contract documents described above, the following changes are hereby made. GENERAL CLARIFICATION 1. Sheet 6, S1, under the General Notes: 4. Helix Piers.It specifies that the helix pier manufacturer be Magnum Piering, Inc or equivalent to be installed. Equivalent helix piers will have to be approved by CTL Thompson's Structural Engineer. It is not required to have a certified installer for the helix piers. Inspection will be performed by a Geotechnical Engineer and that service is provided by the City of Fort Collins, along with all other geotechnical testing. 2. Bid Item # 5 is to be bid with 8,237 L.F. of Temporary Fencing as described in. the Definition of Bid Items, but will remain as 1 Lump Sum Unit Price. The location of the limits of disturbance is shown on the plan sheets 50-51 which is included in the Stormwater Management Plan for Power Trail City of Fort Collins, Colorado pdf, attached to this Addendum. 3. The City will sit down and go over the application for the Stormwater Management Plan for Power Trail with the General Contractor prior to issuing Notice to Proceed. The Stormwater Management Plan for Power Trail will need to be applied to the State of Colorado by the general contractor and will then be re -assigned to the City of Fort Collins once the project has met Final Completion. The City will then monitor and maintain the BMP's that need to remain in place for a 70% establishment rate. ATTACHMENTS 1. Stormwater Management Plan for Power Trail City of Fort Collins, Colorado - Dated 9/3/09 (103 sheets) Please contact John Stephen, Senior Buyer, CPPO at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. C01AUAW CON Financial Services Purchasing Division 215 N. Mason St. 2"' Floor PO Box 580 FO rt Fort Collins, CO 80522 - 970.221.6775 970.221.6707 -- N=010000purchasing-l'-7 _ - - - - fcgov.com/purchasing -- ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of RFP 7078: Power Trail Keenland Drive to Trilby Road OPENING DATE: 3:00 P.M. (Our Clock) October 15, 2009 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CLARIFICATIONS: 1. Entire alignment of the 7,379 LF concrete trail is not shown on the plan sheet set but the digital alignment is available for the alignment surveying. ATTACHMENTS 1. Plan Sheet Set — Dated 5/13/09 and 8/5/09 (4 sheets), replace with Plan Sheet Set - Dated 4/16/09 and 9/11/09 (6 sheets) Please contact John D. Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. where renewal Is a way of life 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place -of the several kinds -called for. -- Bidder acknowledges that the OWNER has the right to delete items in the. Bid or change- quantities at his sole discretion .without _affecting the -Agreement or prices of.any item so long" as the deletion or change. does not exceed twenty-five. percent (25%). of the total Agreement.Price. RESPECTFULLY SUBMITTED: ,�f t CONTRACTOR BY: Cfr`1 La INC E� 0C'j— 'a9 Signatu Date CEo Title ..... License Number (If Applicable) (Seal - if Bid.is by corporation) Attest: X�. Address O Odo N, 13> raGC W�ty 11 �enrec Co S' a zxZ Telephone �� '-4 Z7 CD 6cS C l�CC- . n a 0 CZn Y1� r-yd Email a cS �,C C) ^� Rev10/20/07 Section 00300 Page 3 9. PRICES The foregoing prices shall include all labor; materials, 'transportation, shoring, removal, dewatering, overhead, profit, insurance, etc , to cover the complete Work. in place of the several kinds -called fora _ Bidder acknowledges that the OWNER has the right t6`delete items in- the Bid _. or change_ quantities_ at, his sole discretion without .affecting the Agreement or prices of any item so long, as'- the deletion or change does not exceed twenty-five:percent.(25%).of the total Agreement Price. RESPECTFULLY SUBMITTED: COLORADO i;ONSTR CTO , �WC. CONTRACTOR BY: Crc`t C er. 'a9 Signatu Date Title LicensezNumber (If Applicable) (Seal..- if Bid is by corporation) Attest: /NH4y�.--. Address. b ody lU, l'aGC1Ngy 1 J 2 �enreCC3 �Z Telephone . , . �� L{ Z7 - CD 6 (S Email C. LO CCS d cri�o Y S r O cS � �C CZ} M Section 00300 Page 3 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Colorado Constructors Inc- as Principal, and*as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ Five Percent** for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. :TH.E`:CONDITION of this obligation .is such that whereas the Principal has submi.tl�id:, to the City of Fort Collins, .Colorado the accompanying Bid and hereby ''Iira'de a part hereof to enter into a Construction Agreement for the construc`tlon'of Fort Collins Project, 7078 Power Trail - Keenland Drive to Trilby RoAad.,` 'NOW THEREFORE, >; (a) ifsaid 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 herein stated. The Surety, for value received, hereby stipulates and acire.es 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.. f Surety Companies executing bonds must be .authorized to transact business in the State of Colorado and be accepted by the OWNER. `Employers Mutual Casualty Company **of the Amount Bid (5%y Rev10120/07 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety heve-hereunto set their hands and seals this 15th day of October 2009, 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: Colorado Constructors, Inc. Address: 6800 N. Broadway Suite 112 Denver, CO 80221 By: Title: _ ATTEST: By: ,4T ..- SURETY Employers Mutual Casualty Company. P.O. Box 712 Des Moines, IA 50306 J. X. BY: r Ti e : i y AcGonigle, Atto _y-In=Factt` '(S EAL ) Rev1=0107 Section 00410 Page 3 1001, , . 4 , � '.. :� - - '� _; _y v , I _! 7 Insurancenanies N o b 51$ 0 P:O Bax 712 • D;es Morriss, IA 50306-0712 CERTIFICATE . F AUTHORITY INDIVI"DUAL ATTORNEY -IN FACT KNOWALL MEN,BY THESE PRESENTS, that 1 Employers Mutual Casualty Company, an Iowa Corporation 5 ' Dakota`:Fire dnsurance Company, a North Dakota Corporation 2 , EMCASCO insurance; Company an Iowa Corporation 6 EMC t?roperty &:Casualty Company, an Iowa Corporation 3 Union InsuiaticeCompany of P.rovldence, an"Iowa Corporation 7 Ham lton:Mutua{ Insurance Company, an-Iowa:Corporation 4 Illinois EMCASCO Insurance Company, n Iowa Corporation ' +, } f eremaffi3r referred'to severally as Company antl collectively as "Companies", each does by these presents make constitute and appoint.: 7 t' KEVIN W MCMAHQN, FRANK C PENN, ,1AMI=S S. ROSULEK, TIFFANY MCGQNIOLE, DONA,LD E APPLEBY,FLORIETTA:ACOSTA°, , ,; DILYNNYGUERN, SUSAN J LATTARULO, J R RICHARDS, MARK SWEIGART, QEANNA M RL?BICHAIJD, INDIVIDUALLY, DENVER, _ COL.ORADO .. ..... jts true and lawful attorney in f1.act iwlth #ull power and aijthonty conferred to sign; seal, and execute. its lawful bonds underakmgs; and other obligatory instruments of a - similar,nature as#ollows U 2 / c r iw A -.z J ,:E D ALL BONDS _ NY AN r Yand to bind each Company ihbfOy is fully and tq the same extent as if such instruments were signed by the duly authorized officers of each such Company, „and all of 4 the acts of.said attorney pursuant to the authority hereby, given are hereby. ratified and confirmed. rthe authonty hereby granted"shall expire APRIL 1 2012 unless sooner revoked AUTHORITY FOR POWER ;OF ATTORNEY r ; '�� This Powet of Atto:mey is made and executedp '_ursuant to and.by the.authontyof the following reso_lufion ofithe Boards of Dgeetors of each of tW,Cdm 'antes at a< Y regularly cheduled meeting of each`company duly called and held in 1999' , P t RESOLVED 'The Rresidehta'5M Chief Executive Officer':Any. Vice President the Treasurer and the Secretary of Employers, Mutual:Casualty'Company;,shall;have, ower . and authority to (1) appoint attorneys m fact and authorize"them to execute on behalf of each Company and attach the sealr;of the'Compan"'thereto; bonds and' Y undertakings recoggizances, contracts of indemnity and`other writings obligatory in the nature thereof; and (2) to remove any such attorney in fact at any time and revoke: ' theypowerand authority given to him°or her.Mdrneys n-fact shall•have power and authority, subject to ahe terms and limitations of the power of attorne issued t them ; , Y fo execute antl deliver on behalf of tits Company and to attacl'the seal of the Company thereto bonds and -undertakings recognizances; contracts of tndemmty and`: other wntirigs obligatory in tfie nature _thereof and arty such instrument executed:by any such attomey trt #act sfiall be fully and in all res ects:.bmdin u `on the Com ri ^' P 9 ..P Pa. Y:> Certification ras to`the validity of any power of attorney :authorized herein made"by,an officerof Employers Mutual Casualty Company shall; be full ;`and m _all.'•res ects , %' Y, P binding upon this Company The facsimile or mechanically reproduced signaiure of such officer, whether made heretofore or iereafter wherever :appearing p certified copy of any,power of attorney, of the Company shalt be valid and bending upon the. Company.with the same force,and affect as though"manually affixed IN.,WITNESSYWHEREOF, th6:t'6- antes have :caused these presents to be signed:: for each by their officers as shown and the Corporate.seals to be':hereto affixed this= x 1 TFH 'day of MARCH y Seals ` t f { • �, � ` �'� � ,, ;. iNsu ice co BruceG: Kelley, hairman J ey, S;'Bin sley: Companies 2; 3, 4 5 & `:Pre sident:: Assistant Secrete ry -, w� �ORPORgr� C� 2`pPPOR4m oe =`pRPORq o of.Compaiiy 1 Vice .Chairman and S' CEO of Com an ,7 SEAL 3 ' 1863 m 1953 : - p Y !� lOY�7j' • !©WPC 4 t i • row, { c. r: otNSURAN�Fc \Q��Nsuea�F On this 17TH day of MARCH AD 2009 before me ak �PPOBy>'IO 4OPPORgJ' ��PPOgq.OrA Notary. Publiain:andtortheStateof Iowa personally'appeared Bruce G Kelley and;Jeffrey,S ;°, y Birdsley, who, being by me duly sworn; did saythat they;:are `and.;are known; to me <to b'e SEAL' Chairman, President Vice Ghairman,;and.CEO and/or. Assistant Secretary; respeefively, of ; ;;t; * o y p < oFr Each of" The Companies above thaiVfhe seals affixed to ttus instrument are',` the seals of said /OWP '•,°RrR naKa� - "so,n!E.S .corporations; .that5aid instrument was;signed and sealed-on�behalf.;of each.' ofthe,Companies - .e . a ' " ' by authority of their respective Boards of: Directors � and that the said Brice G }Kelley and ' ' • �jUAt �Ns Jeffreys: Birdsley,,as such, o#firers,._acknowledge the ezecutaon of said irtstrctmentta be the ;ox UTUq�G9y 41, voluntary act and deed of each of the:Compames' My Commission Expires October 16, 2011 ,;lit tf i j{if{�° J� `" n a 4 cmi �•�: CHERYLCROWNOVER sue.' > ,q x CommissionNumber71k64 t "+ i tsM01NES �s 1 y P Notary P c In and for the State olowa < , CfRTtfICATE David L Hixenbpugh ice President of the Companies'_do. hereby certify that,the foregomg ,resolufion o#the Y t'r mhnnies ::an t thic;power ofAttorne ;issued pursuant thereto oh ' 1. 6#A.[]/'.+u 4', v McMahon, IYrank C Pend Jamr.es S Rosulek, Tiffany McGonagle, D and are "still in full farce and effect Susan J.' Lattarulo; J f3 : Richards;: Mark;S� ereof I have subscribed my name bnd;affxed the facsimile seal of each Company this r- f 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: I CD/Ora-do CouSf/Ctcfo/S, —kkC-- 2. Permanent main office address: 90 Iv. 6/90lLt-) '0-1�2 3. When organized: J-(,e.l. 4. If a corporation, where incorporated: Colo Y,& o' 5. How many years have you been engaged in the contracting business under your present firm or trade name? �� JGd✓5 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) XZ011, t �L�, Sb 8. ©o off _ 2ooy -31,e g'I mil/ 4732./0 5 ao�o R &'2, 6 VV . 9.K. SG .5 n . x 010 7. General character of Work performed by your company: fiPuvy lUakwa i exwsfta-firm, , hi7xv-c Ort 5firq fa �s �'l � a � e,ur arc qw-f-t-�, � r � � •--� , t� w � s , ,o ,�.t�s 8. Have you ever failed to complete any Work awarded to you? AJ6 If so, where and why? , 9. Have your ever defaulted on a contract? )Jb If so, where and why? 10. Are you debarred by any government agency? Jjo If yes list agency name. Rev10/20/07 Section 00420 Page 1