Loading...
HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 5482 ASPHALT OVERLAY PROJECT 2000L SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Q 2000 ASPHALT OVERLAY PROJECT It 0 It 0 I 1 I fir. m BID NO. 5482 BID OPENING: PURCHASING DIVISION 256 WEST MOUNTAIN AV]E., FORT COLLINS MARCH 30, 2000 - 3:00 P.M. (OUR CLOCK) �oN.Je'cc.. �E�ecE3, Vic. Q 00330 HID SCHEDUI 8 - RAVISIOA'2 City of Fort Collins/CSU 2000 Asphalt Street Maintenance Protect Rent No Deecnpnon I Um[ I UnCast 4Oi4'rt Ouan4fy COBC Cost — ..' Qaan'try I CSU Cost _ I Tow Plolect ( ent 403 50 Patching Ton 949 0 403 60 Geoteznle Paving Fabne S Y 44,433 17,000 61401 'No Parking" Sign With Stand Per Day Per Fach 270 75 6W 02 Vertical Panel Without Light Per Day Per Each 200 50 6,,63 Type I namwdc Wun-o, Ligid .r Doy Per Each toe ,0 61404 Type If Bamcade Without Light Per Day Per Each 50 0 61405 Type Ill Bamcade Wtthout Light Per Day Per Each 2,000 25 61406 Size A Sign With Stand Per Day Per Each 725 200 61407 Size B Sign With Stand Per Day on, Each too 10 61406 Size Speeialty Sign- Cost of Manufacnaing Each 10 0 61409 Size B Specialty Sign- Cost of Manufacturing Each 10 0 61410 Cone With Reflective Strip Per Day Per Each 3,150 750 61411 Satat) Fence Pei Day Per Roll 20 0 61412 Light Steady Bwn Per Day Per Each 25 25 61413 Light Flashing Per Day Pis Each 25 25 61414 Advance Wammg Flashing -or Sequencing Artow Panel Per Unit Per Day 10 0 to 415 Traffic Control Superviaor Per Day 40 10 61416 Traffic Control Supervisor Per Hour 205 50 ]laggws Per t any 300 Total Page Two Total Page One - _ Total Coat Total Project Cost Signed Company Check One Individual Doing Busmess in Company Name Corporation Phrmaiship Add,.. Phone/I ax Dollars and lJ MARCH 22, 2000 CITY OF FOR COLLINS PLANHOLDERS LIST E=OR BID #5482 ASPHALT OVERLAY PROJECT 2000 t1 CONNELL RESOURCES 4305 E HARMONY RD FT COLLINS, CO 80525 aPH 970-223-3151 FAX 970-223-3191 ROCKY MOUNTAIN SAFETY ` 2411 E FOX FARM RD CHEYENNE, WY 82007 r, PH 970-532-3314 FAX 307-638-4857 LA FARGE 1800 N TAFT HILL RD FT COLLINS, CO 80521 PH 970-407-3600 FAX 970-407-3900 DON KEHN 6322 S COLLEGE AVE FORT COLLINS CO 8025 ty PH 970-226-4111 FAX 970-226-4115 FIE LD LINING SYSTEMS INC E 6970 NW GRAND AVE GLENDALE, AZ 85301 PH 623-842-1255 FAX 623-930-1766 ICJ I 0 I I I a SPECIFICATIONS AND CONTRACT DOCUMENTS FOR a 2000 ASPHALT OVERLAY PROJECT 0 I 10 I I ki I 0 BID NO. 5482 0 BID OPENING: PURCHASING DIVISION 256 WEST MOUNTAIN AVE., FORT COLLINS MARCH 30, 2000 - 3:00 P.M. (OUR CLOCK) I W M aSection BID INFORMATION 9 II N CONTRACT DOCUMENTS TABLE OF CONTENTS 00020 Notice Inviting Bids 00100 Instruction to Bidders 00300 Bid Form 00400 Supplements to Bid Forms 00410Bid Bond 00420 Statements of Bidders Qualifications 004_O Schedule of Ma]or Subcontractors CONTRACT DOCUMENTS 00500 Agreement Forms 00570 Notice of Award 00520 Agreement 005J0 Notice to Proceed 00600Bonds and Certificates 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion � 00610 00650 Certificate of Final Acceptance Lien Waiver Release (Contractor) G� G.7 00660 Consent of Surety 00670 Application for Exemption Certificate CONDITIONS OF THE CONTRACT 00700 General Conditions Exhibit GC -A 00800 Supplementary Conditions p00900Addenda, Modifications, and Payment 00950 Contract Change Order r 00960 Application for Payment CIT" OF FORT COLLINS SPECIFICATIONS CSU SPECIFICATIONS I a Pages 00020-1 - 00020-2 00100-1 - 00100-9 00300-1 - 00300-3 00400-1 00410-1 - 0OZ10-2 00420-1 - 00420-3 00430-1 00500-1 00510-0 00520-1 - 00520-6 00530-1 00600-1 00610-1 - 00610-2 00615-1 - 00615-2 00630-1 00635-1 00640-1 00650-1 - OOE350-2 00660-1 00670-1 - 00670-2 00700-1 - 00700-34 GC -Al - GC-A2 00800-1 - 00800-2 00900-1 00950-1 - 00950-2 00960-1 - 00960-2 iF I I Ll I I I N I i W W d a C9 A p m I I I I I I I I IA u IL I I I SECTION 00020 INVITATION TO BID I SECTION 00020 (31 INVITATION TO BID Date, March 6, 2000 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 256 West Mountain Avenue, Fort Collins, Colorado until 3:00 P M , our clock, on March 30, 2000, for the ASPHALT OVERLAY PROJECT 2000, Bid No 5482. Q At said place and time, and promptly thereafter, all Bids that nave been duly received will be publicly opened and read aloud. r The Contract Documents provide for replacement and/or installation of asphalt patching, overlays, geotextile fabric, taper milling, milling and reconstruction of street sections, subgrade preparation, asphalt recycling, and manhole and valve box adjustments on designated streets within the City of Fort Collins This is a cooperative bid with the City of Fort Collins and Colorado State University Contractors are responsible and must meet Purchasing requirements of each individual Agency Awarded contractor must sign a contract with the City of Fort. Collins and a contract with Colorado State University. Please call Frank �y Krappes, Purchasing Agent at 970-491-5105 for any Colorado State University Purchasing questions Each Agency will be responsible for sending their own Purchase Order(s) to the successful contractor For questions regarding City of Fort Collins portion contact John Stephen at 970- 221-6777 aThis is a one year bid and maybe extended for an additional one (1) year period not to exceed two (2) additional one year periods. Q All Bids must be in accordance with the Contract Documents on file with The City of For-- Collins, 256 West Mountain Avenue, Fort Collins, Colorado 80521. Contract Documents will be available Tuesday, March 7, 2000 Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 256 West Mountain Avenue, Fort Collins, Colorado, 80521 upon payment of a refundable fee of fifty dollars ($50.00) per set. No partial sets will be issued The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2 The Daily Journal, 2000 S Colorado Blvd Suite 2000, Denver, Colorado. 3 C'MD Denver Plan Room, 9250 E Costilla Ave, STE 400, Englewood, CO Q 7/96 Section 00020 Page 1 9 I 4 Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. aS. The Plan Room, 2176 South Jasmine St Door "E"/Suite 219, Denver, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 A m on Friday, March 17, 2011, at 281 N College Ave , Conference Rooms C and D. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. i Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2 3 of General Conditions. Substantial Completion of the Work is required as aspecified in the Agreement The successful Bidder will be required to furnish a Performance Bond and a a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein Bid security in the amount of not less than 5°s of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders Sales Prohibited/Conflict of Interest No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority ' concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited fJ City of Fort Collins 2 B 0 &:��l , ames B O'Neill, II, CPPO urchasing/Risk Management Director 7/95 Section 00020 Page 2 I I I I I I I j m I a I I I I N SECTION 00100 INSTRUCTIONS TO BIDDERS M I SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS aTerms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub - bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents including all Addenda issued prior to receipt of Bids) 2.0 COPIES OF BIDDING DOCUMENTS 1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid No partial sets will be issued The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2 Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents ?.3 The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed 2.4 OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the QWork and do not confer a license or grant for any other use 3.0 QUALIFICATION OF BIDDERS 3 1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the _jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Pro3ect is located or covenant to obtain such qualification prior to award of the contract The Statement of Qualifications shall be prepared on the form provided in Section 00420 Q 7/96 Section 00100 Page 1 0 Lit of Fort Collins k H 11 I C ICI rt IN d 1 Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No -1 ASPHALT OVERLAY PROJECT 2000 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5482 ASPHALT OVERLAY PROJECT 2000 OPENING DATE March 30, 2000, 3 00p m (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made 1 This is a one year bid and maybe extended for an additional one (1) year period not to exceed two (2) additional one year periods Pricing changes, if any, shall be negotiated by and agreed to by both parties in writing 2 Prospect Road will not require placement of Grading SG by the Contractor Reduce City of Fort Collins item 403 40 HBP- Grading SG, from 11,442 Ton, to 5233 Ton 3 All CSU parking lots have been removed from the bid Reduce CSU item 20210 Grinding (Planing)/Surface Preparation < 3", from 23,360 SY to 17,000 SY Reduce CSU item 403 50 Patching from 1201 Ton, to 0 Ton Reduce CSU item 403 60 Geotextile Paving Fabric from 63,342 SY to 17,000 SY 4 City Park Parking Area shall be paved, weather permitting, May 15 through 19, 2000 5 Item 403 40 HBP - Grading SG fractured face requirements shall be reduced from 90 to 60 6 Item 403 50 Patching, 949 Ton, shall be approximately distributed as street patching, 600 Ton, adjacent to new concrete, 350 Ton 7 The minimum values for fabric properties given in "Revision of Section 403 Geotextile Paving Fabric," are intended to be the absolute minimum values, not mean or average values 8 Please use the attached revised bid schedule 256 W Mountain Avenue • PO Box 580 • Fort Colknb, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 u a 3.2 In accordance with Section 8-159 of the Code of the City of Fort a Collins in determining whether a bidder is responsible, the following shall be considered. (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract 3 3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work No Bid will be accepted from a Bidder who is engaged on any other Work which would impair a his ability to perform or finance this Work. a 3 4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with Q federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, a and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4 2. Reference is made to the Supplementary Conditions for identification cf Subsurface and Physical Conditions SC-4 2 4 3. The submission of a Bid will constitute an incontrovertible +' representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents .and such means, methods, techniques, sequences or procedures of construction as may be 0 7/96 Section OO100 Page 2 N I indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey r understanding of all terms and conditions for performance and furnishing of the Work Q5 0 INTERPRETATIONS AND ADDENDA 5 1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding Oral and other interpretations or clarifications will be without legal effect a5.2. All questions concerning the scope of this project should be directed :o the Engineer. Questions regarding submittal of bids should be directed :.o the City of Fort Collins' Purchasing Division 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer 5.4 Addenda will be mailed or delivered to all parties recorded by the QOWNER as having received the Bidding documents 6.0 BID SECURITY S.1. Each Bid must be accompanied by Bid Security made payable to OWNER in :he amount stated in the Invitation to Bid The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 5.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of he seventh day after the effective date of the Agreement or the thirty- first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned Bid Security with Bids which are not competitive Qwill be returned within seven days after the Bid opening. 9 7/96 Section 00100 Page 3 I H 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement 9 0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without Q consideration of possible substitute or "or equal" items Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, applica=ion for such acceptance will not be considered by Engineer until after the "effective date of the Agreement" The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements a10 0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1 Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10 2. If OWNER or Engineer after due investigation has reasonable Qobjection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons Q or organization listed and to whom OWNER or Engineer does not make written cbDection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance a after the effective date of the Agreement as provided in the General Conditions 10.3 CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable cb]ection The use of subcontractors listed by the Bidder and accepted by CWNER prior to the Notice of Award will be required in the performance of the Work 8 7/96 Section 00100 Page 4 �11 N I I I 11 0 BID FORM. 11 1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder A separate unbound copy is enclosed for submission with the Bid 11.2. Bid Forms must be complete in ink or typed All lump sum prices on the form must be stated an words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums 11 3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and Q attested by the secretary or an assistant secretary The corporate address and state of incorporation shall be shown below the corporate name. j 11 4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature 11.5. Bids by joint venture shall be signed by each participant in the 3oint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11 6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11 7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder, if initialed, OWNER may require the Bidder to identify any alteration so initialed 11 8. The address and telephone number for communications regarding the Bid shall be shown a12 0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS 13.1 Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Protect title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders 7/96 Section 00100 Page 5 A Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it 13 2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened Bidder shall assume full responsibility for timely delivery at the location designated for receipt aof Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13 4. No Bidder may submit more than one Bid Multiple Bids under different names will not be accepted from one firm or association. 14 0 MODIFICATION AND WITHDRAWAL OF BIDS 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of a Bids. e 14 2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15 0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and ma]or alternates (if any) will be made available after athe opening of Bids. 16 0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date Q 7/96 Section 00100 Page 6 F I I I I I II ,9s1 I I I ICI I 17 0 AWARD OF CONTRACT. 17.1 OWNER reserves the right to reDect any and all Bids, to waive any and all informalities not involving price, time or changes in the work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids Also, OWNER reserves the right to reDect the Bid of any Bidder if OWNER believes that it would not be in the best interest of the ProDect to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award 17.3 OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4 OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17 5 If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The a basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded 17 6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 9 7/96 a Section 00100 Page 7 L71 I I I I I f II IKI J I Iji 11 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's .-equirements as to performance and other Bonds When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19 0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached Within fifteen (15) days thereafter, C09TR4CT0R shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart Ls to be accompanied by a complete set of the Drawings with appropriate identification 20 0 TAXES OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work Said taxes shall not be included _Ln the Contract Price Reference is made to the General and Supplementary Conditions. 21 0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement 22.0 PURCHASING RESTRICTIONS Purchasing restrictions- The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel 23 0 COLLUSIVE OR SHAM BIDS Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be reDected and reported to authorities as such Your authorized a 7/96 Section 00100 Page 8 ,signature of this Baal assures that such Bid is genuine and is not a collusive or sham Bid 24 0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening END OF SECTION 7/96 Section 00100 Page 9 A I I CI w I L1 I C I I L W I Li AlLJ I SECTION 00300 BID FORM I aSECTION 00300 W BID FORM PROJECT: ASPHALT OVERLAY PROJECT 2000; BID NO. 5482 P1aceJ3urchasing Division Date March 30 2000 7_56 W. Mountain Ave. 1 In compliance with your Invitation to Bid dated 3-6-00 and subject to all conditions thereof,. the undersigned -Lannell Ragniircps, Tnr a **l;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 Ell pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% of tntal hid amnnnt_ ($ ) 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. n The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: Travelers Casualty and Surety, One Tower Square, Hartford, CT 06183 S. 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 iry said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or 7/96 Section 00300 Page 1 If you have any questions regarding the City of Fort Collins portion please contact John °t Stephen, CPPB, Buyer, at 970-221-6777 For any Colorado State University Purchasing questions contact Frank Krappes, Purchasing Agent, at 970-491-5105 r� RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. a 4 §3 a f` I 0 C u u I I I �i t Bid Schedules subject to changes as provided in the Contract Documents �u 7 The undersigned Bidder hereby acknowlecges receipt of Addenda No through ConneII Resources, Inc. CONTRACTOR BY William Vice President ADDRESS- 4305 E. Harmony Rd. Fort Collins, CO 80528 8 BID SCHEDULE (Base Bid) Please use the attached Bid Schedule 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 SUBMITTTEDD: 4�k_�/ 3-m-no Signature Date William T. Welch, Vice Presi Title License Number (if Applicahle) 7/96 Section 00300 Page 2 (Seal - if Bid is by corporation) Atte._��l,{.��/ P� Address 4305 E. Ha Telephone (970) 223-3151 7/96 Rd. Section 00300 Page 3 =�a a 00330 City of Fort Collins 2000 Asphalt BID SCHEDULE Street Maintenance Project OWN. 5482 03 . "ink Uvrt ' CORC _ _ .' _ '`".', .�.i COFC Pail ,a = Cos Item No` '�_ s� UmtCost EnmeerhtgCOFC Engmeenng Cosf - i L.COFC Parks �200 _ _ - - 20210 Gnnding(Planm#Surface Preparation<3" S) $ 15,335 S30,6700 $000 20220 bonding (Planing)/Smfaee Preparation 3" to 5' SY $ 3 75 500 $i,875 0G 20230 Gnndmg (Planing)/Sudece Preparation 5' to 7" S \ $ 470 500 $2 350 00 0 $0 00 20240 Goulding (Plamng)/Surface Prepamaon 7 to 9" S Y $ 630 500 $3,150 00 0 $0 00 20240 Taper Planing Adjacent To Gutter LF $ 310 500 $1,55000 0 $000 20310 Excmalron- General 1100 CY CY $ 1690 75 $126750 0 $000 20311 Excavation - General Over IOOCV CY $ 250 7,000 $17,50000 0 Sow CY $ 1760 100 $1,76000 0 $000 20320 Lxcavation - Muck tort $ 1490 IN $1,49000 0 $000 20330 Borrow Ion $ 1230 500 $6,15000 0 5000 20331 Borrmv -O.er 100 Too Each $ 26400 156 S41,18400 0 $000 21001 Adjust Valve Box 2I002 Adjust Vahe Box,W) Ring Each $ 3100 20 $62000 0 $000 Adjust Vahe Box Tyler 6860 Series Item R 69, Screw Type Adjnstzble Riser Each $ 9509 20 $1,70000 0 S000 21003 with 21004 Adjust and Replace Top Sccuon of Valve Box Each $ 31200 20 S6,240 00 0 $0 00 21005 Tyler 6850 Sores, Item58,14" Vahe Box Extension (Pan Only) Lzcli $ 2900 20 $58000 0 S000 21006 lylvr6860S,nx I6 Vahe Box Top Section Without Lid (PartOulq) Each $ 2900 20 $58000 0 $000 21007 Tvier6660 Senee, 26" Value Box Tap Secbon Wlthnpt Lrd (Part Only) Each $ 4200 20 $840 00 0 5000 Eaoh 8 1166200 IO $5,16000 0 500 21008 Total Vahe Box Replacement Psrh 8 -000 1510 $69762 0 $000 2r009 nwp���3e�da.d A.a,Lo...<... Facli $ 51200 10 $5,12000 0 S000 21010 Adjust Special Manhole >24" Each $ 7600 20 $152000 0 $000 21011 Adjust Manhole w dh Rolf; SY $ 20) 12,500 $25,62500 0 $000 30610 l2cconUrtmnmg (ftJ SY $ 130 0 SO 00 0 $000 30620 Asphalt Reeldulg(<4') 30621 Asphalt Recycling- Additional l rich l Ine"ess 5t Inch $ 030 2,000 $60000 0 0UO $000---- 307 10 Class C Ply Ash Ddnered and Spread 12" Depth ® 10% Lou $ 55 20 300 $16,560 00 0 $000 30720 Stabilize Suhgmde - Idled Watered & Compacted SY $ 130 6,000 $7,90000 0 $000 Ton $ 35 85 0 $0 00 1 178 $42,231 30 403 10 HBP Grading SX Parking 1 of Oxeday Pon $ 3175 17,486 $-55,18050 0 $000 40320 HBP- GredingSX Ton $ 30 45 7,708 $234,708 6Q 0 $0 00 403 30 HBP - Grading b Ton $ 2725 3,178 $86,60050 0 $000 HBP-Grading SG _40340 �� F•' - - -?,Total Page One �_ — � - = -'?- _- - _ - _ - __ _ _ _ _ _ _ — _ _ _ _ _ _ _ - Page I of 2 Ma EM 00330 Cir, of Fort Collins 2000 Aryhalt BID SCHEDULE Street NI cis enon« Prgect Hid No 5482 Umt _ Ut_ v� * - _ - ..COCC -_ : r`3 ^-' _ = . COFC Pa$Aa _ _ _ _ m,r 'oi - item Vo „, Descnphon - - "" _ "- _ _ _-Umt Cosf =' ^ COFC Cngmeenng Cos c,' - - - COFC Parks Cae y _ _ _ _ _ _ _ ___ __ _ _�Engraeermg = _ _ _ _ - _ _Qu"anhfs _ __ -__„QoavtDI 403 50 Patching Ton $ 106 75 949 $101,305 75 0 $000 403 60 Geotertlle Pavmg Fabne S y $ 1 25 33,566 $41 957 50 10,867 $13 583 75 61401 No Parking' Sign W Ith Stand Per Day Per Each $ 1 65 250 $412 50 20 S33 00 614 02 Vertical Panel Without Light Per Day Per Each $ 066 150 $99 00 50 $33 00 614 03 Type I Bamcade lVrthout Light Per Day Per E ch $ 066 50 S33 00 50 $33 00 61404 Type ll Bamcade Witheut lght Por Day Per Escll $ 033 50 $1650 0 $000 61405 Type 111 Bamcade WiWout Light Per Day Per Each $ 27S 2'QW 55,500 00 0 $000 61406 Size A Sign With Stand Per D,, Per Each $ 165 700 $1,15500 25 54125 61407 Size B Sign With Stand Per [Jay Per Each $ Iso 100 $18000 0 $000 61408 S¢eAiOnwultySign- Cost ofMarafa,mmig Each $ 4400 10 $44000 0 $000 61409 SvtBSpeaaltySgn- Cost ofh7annfactonng Each $ 5000 10 $50000 0 $000 61410 Cone With Rellea.it e Strip Per Day Per Each $ 066 3000 $1,99000 150 $9900 614 11 Safety Fence Per Dav P,, Roll $ 1 65 20 $33 00 0 $000 61412 Light - ShadyBum Per Day Be, Each $ 017 25 $425 0 5000 61413 Light - Plashmg Per Due Per hash S 017 25 $425 0 $000 61414 Ad,eneeWarning Flaehmg_nr Cegnennng Ar—,.Panel Per U^^Pe, Dly $ I 00 $33000 0 3000 61415 l raftc Cartel Supervisor Per Day $ 30300 39 $11,91700 1 1 S30300 GI416 Traffic Cenral Superisor Per ll0nr S 2600 200 $5,20000 5 $13000 61417 Flagging Perltour $ 2365 1300 $3074500 5 $11825 _.Total Pagn Tea:= $201,71275w _- _ $14,37425 Total Page One bx�—% _ - -- - - - -" - _ -- $1,128,14310 $42,23130 — - ,Total Cost' - -- _ -- - ---- -- �- - -- _ _ _ _ - _ $1,329,85585�.- $56,60555 _ _ _ _ _ _ ^...:.,__.fr- 1 I ntal Pm3cct Cost Signed Company Check One mdinidazl Doing Business in Company Name I/ corporation Partnership SECTION 00400 SUPPLEMENTS TO BED 7ORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430 Schedule of Subcontractors I M N I I II SECTION 00410 LZ m-19iV7 KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Connell Resouraes, Inc. as Principal, and Travelers Casualty and Surety Company as Surety, are hereby held and firmly bound unto the Ciry of Fort Colling. Colorado asa, in the sum of $ 5% of total bid_, 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 Earr Collins, ColoracLQ the accompanying Enid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, ASPHALT OVERLAY PROMMT 2000; BID NO. 5482. NOW THEREFORE, (a) IE said Bid shall be rejected, or (b) IE 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 anci alll claims hereunder shall, in no event, exceed the penal amount of this obligation as herein 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 OWNE;3. 7/96 Section 00410 Page 1 Iu WITZMSS WHEREOF, the Principal and the Surety have hereunto set their hands and Seale this 30th day of Marrb _, 20 D and such of them as are CorporeLtions have caused their corporate seas to be hereto affixed and these presents to be signed by their proper officers, the day and year first set, forth above. PRINCIPAL Name: (,onnell Resources, Inc. 4305 E. Harmony Road Address: Fort Collins, CO 80528 Title:l iyal%% ATTEST _ (68AL) 7/96 SURETY Travelers Casualty and Surety Company Hartford, CT 06183 By; Title; Attorney -in -Fact (SEAL) Section 00410 Page 2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUAL-CY COMPANY Hartford, Connecticut 06183-9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 6056.i-8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT ®A KNOW ALL, PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF �plfp�l AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint Kathryn J. O'Shea, Connie K. Boston., Donald B. Martin, Chris S. Richmond, Scott Thomas, Margaret A. Meis, Darlene Knngs, Michael O'Shea, William C. Bensler, Kelly T. Urwiller, Russell J. Michels or Linda M. Nikolaeff * * of Greeley, CO, their true and lawful Attorney(s)-in-Fact, with full power and authonty hereby conferred to sign, execute and acknowledge. at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s) by lusher sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereb) ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect m, VOTED That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, anv Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-m-Fact and Agents to act for and on behalf of the company and rnav give such appointee such authority as his or her certificate of authority may prescribe to si_en with the Company's name and seal with the Company's seal bonds, recogmzances, contracts of indemnity, and other writings obligatory in W� the nature of a bond, recognizance, or conditional undertaking, and any of said ofiic ers or the Board of Directors at any time may remove any such �W( appointee and revoke the power given hurt or her VOTED That the Chairman, the President, anv Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or emplovees of this Company, provided that each such delegation is In writing and a copy thereof is filed in the office of the Secretary VOTED That any bond, recognizance, contract of indemnity, or writing obligatory in the stature of a bond, recognizance, or conditional �I undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Cha mian., any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant SecreLuy and duly attested and sealed with the Company's seal by a Seers tary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys-m-Fact and Agents pursuant to the power prescribed in lus or her certificate or their certificates of authonw or alby one or more Company officers pursuant to a written delegation of authority b This Power of Attorney and Certificate of Authority is signed and sealed b) facsimile under and by authority of the following tf!7 Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF Ilgl� AMEP.ICA, 'TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and �11 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED That the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice 1 Presment, any Assistant Vice President, any Secretary, any Assistant Secretary, ani the seal of the Company may be affixed by facsimile to any Power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-m-Fact for purposes only of executing and attestmg bonds and undertakings and other wnimgs oblgatory in the nature thereof, and any such power of attomey t, or certificate beanng such facsimile signature or facsmule seal shall be valid and binding upon the Company and any such power so executed and cerufted by such facsimile signature and facsimile seal shall be valid and buidmg upon the Company in the future with respect to any bond or uneertakmg to which it is attached 0 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS t 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. Connell Resources, Inc. 2 Permanent main office address 4305 E. Harmony Rd., Fort Collins, CO 80528 i 3. When organized: 1949 4 If a corporation, where incorporated Incorporated in Colorado 1969 5 How many years have you been engaged in the contracting business under your present firm or trade names Prior to 1982 operated as Loveland Excavating (18 years) 6 Contracts on hand (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion ) Please see Attarhmant "A" 7. General character of Work performed by your company Asphalt and aggregate Produrttnn, navinq, aarthwnrk,Pinal�?nri utilities �j construrtion_ fd 6 Have you ever failed to complete any Work awarded to you�NO 1' If so, where and why? 9 Have your ever defaulted on a contract? No If so, where and whyD 10. Are you debarred by any government agency?No ' If yes list agency name �1 7196 Section 00420 Page 1 I 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 Please see Attachment "B" W 12. List your major equipment available for this contract. Please see Attachment "C" 13. Experience in construction Work similar in importance to this project: Please see Attachment "B" 14 Background and experience of the principal members of your organization, including officers Please sea Attachment "D" 15. Credit available $ Please contact bank reference. 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? _ As a nrivataly halrl romp.any we wnid he willinn to Provide limited financial information. 18. Are you licensed as a General CONTRACTOR? No If yes, in what city, county and state' What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract" Yes, 13% of total and to whom Rocky Mountain Safety, Paratex, Crystal Sa uttLnjEAUS Paving Fabrics, `ion -Haul, Inc. 20. Are any lawsuits pending against you or your firm at this time?No If yes, DETAIL 1• What are the limits of your public liability? DETAIL See attached certificate of insurance. 7/96 Section 00420 Page 2 o M M= o = M®== M= o 0 00330 BID SCHEDULE -REVISED City of Fort Collins/CSU 2000 Asphalt Street Maintenance Protect IItem No Desetrphon I Unit I Unit Cost I ���nUFC ` f Quantity CO6C Cast f --'"' CSU i Qttmt,t, I CSD Coal I I Total Pmgject Cost l 20210 Grinding (Plamold/Surface Preparation <3" S Y L5,335 17,000 20220 Grinding (Plamog)/Surface Preparation 3' to 5" S Y 500 0 27-, 3D Grmdmg (Vianmg)JSurlacePreparation 5" to T S Y 500 0 20240 Grinding (PlamngVSurface Preparation 7' to 9' S Y 00 5 0 20240 taper Planing Adlabent To Gutter L F 5001 0 ". 203 10 Excavation - General <100 CY C Y 75 0 203 It Excavation- General Over 100 C Y CY 200 0 203 20 Excavation Muck C Y 100 0 20330 Borrow Ton 100 0 20331 Borrow -Over 100 Tan Tan 500 0 21001 Adjust Valve Box Each 158 0 21002 Adjust V alve Box with Ring Each 20 0 21003 Adjust Vahe Box with Fylet 6860 Scriev Item R 69, Screw T} e Adjnstible Rusin Each 20 0 21004 Adjust and Replace Top Section of Valve Box Lach 20 0 210 OS er 6850 Series, Item 58, 14" Vahe Box Fxhui (Part TylEach Only) 20 0 21006 Tyler 6960 Series 16" Valve Box lop Section Without Lid (Part Only) Each 20 0 21007 Tylet6860Seriee,26 Valve Box Top Seeton Without Lid (Part Only) Each 20 0 210 08 total Valve Box Replacement Fach 10 0 21009 Adjust Standam Manhole< 24" Each 158 0 21010 Adjust Special Manhole> 24" Each 10 0 21011 Adjust Manhole with Ring Fach 20 0 30610 Rewnditmnmg (8") S Y 21 200 0 30620 Asphalt Reoycltn¢ (<4") S Y 5 700 0 30621 Asphalt Recycling Additional Inch Thickness SY Inch 2,000 0 307 10 Class C IT) Ash Delivered and Spread 12" Depth @ 10% Ton 300 0 30720 Stabilize Subg.de- Tifbd, Watered &Compacted SY 6000 0 40110 HBP Grading SX Parlong l of Overlay Ton 1,179 0 40320 HBP- Grading SX Too 17,486 1823 40330 DBP - Grading S Ton 8 751 0 40340 UBP mwhog SG Ion 5,233 0 Tout Page One - What company" Travelers Property and Casualty 22. What are your company's bonding limitations? It has not yet been necessary to impose an upper limit. 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 Connell Rescurces this 30t.h day of Marrh 200L. Inc. Name By: Title: William T. Welch, Vice President. State of Colorado County of Larimer William T. Welch being duly sworn deposes and says that he is Vice President of Connell Resources, 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 30th day of March , 2000 Notary Public My Commission Expires My commission expires onSeMomberIS K,03 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 10% of the contract. ITEM 7/96 SUBCONTRACTOR Section 00430 Page 1 CONNELL RESOURCES, INC Attachment "A„ UPDATEDASOF 31846 SCHEDULE OF MA [OR 2000 COMPLETED WORK & WORK-IN PROGRESS CONTRACT PERCENT JOB NAME O{VVER CONTRACTTO TYPE OF {FORK AMOUNT JOB N COMPLETE LOCATION CONTACT COMPLETE GRADING $72,000 2001001 0% POO TAFT CARLISLE LLC V 72,000 LOVELAND DON MAROSTICA UTILITIES, STORM $732197 2001003 0% THOMPSON VALLEY 2ND SUB TAFT CARLISLE, LLC S 732,197 GRADING PAVING LOVELAND DON MAROSTICA UTILITIES, STORM S232522 2001004 0% MARIANA BUTTE I2TH SUB US HOME S 232522 GRADING, PAVING LOVELAND JERRY RICHMOND GRADING UTILITIES S385557 2001005 0% PIKA VILLAGE MRP,LLC S 385,557 PAVING LOVELAND DON MAROSTICA UTILITIES, STORM $469,458 2001006 0% GAKRIDGE BUSINESS PARK DRAHOTA CONSTRUCTION $ 469458 GRADING PAVING FORT COLLINS JEFFJENSEN UTILITY S63177 2001007 M. PRVVAULTS PC I LOVELAND WATER DISTRICT S 63,177 LARIMERCOUNTY NATE PAVING 51400,000 2001008 0% REGISTRY RIDGE FILING I PAVING US HOME CORPORATION S 1,400,000 FORT COLLINS GREGGSEEBOHM PAVING $721375 2001009 0% CARLSON FARMS ADVOCATE HOMES S 721375 JOHNSTOWN GRAHAM DEWITT UTILITIES GRADING 3300,000 2001010 0% STANLEY HOTEL EPU]lA $ 300,000 PAVING, STORM ESTES PARK WILL SMITH UTILITIES, GRADING SI03781 2004001 0% MID -VALLEY BUSINESS PARK MID VALLE l PARTNERS $ 103781 PAVING STEAMBOAT SPRINGS GUY ALCIATORE PAVING 52,200000 2004002 0% RABBIT EARS PASS OVERLAY CDOT S 2200000 ROUTT COUNTY VAN PILAUD GRADING, PAVING S127,00D 20NO03 0% WAGNER RENTS MAYS CONCRETE $ 127000 UTILITIES STEAMBOAT SPRINGS JANETDOROUGH GRADING PAVING $175,000 2004004 0% SCHROCK HELM OFFICE COMPLEX AMARON I OLKSTAD S 175,000 UTILITIES STEAMBOAT SPRINGS CRAIG BURNOAGE S 6 982 067 TYPE OF WORK STORM REMOVALS GRADING GRADING UTILITIES PAVING UTILITIES REMOVALS PAVING UTILITIES STORM GRADING, PAVING GRADING, REMOVALS GRADING, UTILITIES PAVING UTILITIES, GRADING PAVING UTILITIES, GRADING PAVING GRADING, PAVING GRADING, UTILITIES PAVING DEMOLITION, PAVING GRADING, PAVING PAVING PAVING UTILITIES, STORM GRADING, PAVING GRADING REMOVALS PAVING GRADING, PAVING PAVING GRADING, PAVING SEWER, REMOVALS PAVING GRADING PAVING GRADING PAVING GRADING PAVING GRADING, PAVING CONNELL RESOURCES, INC SCHEDULE OF MAJOR 1999 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME AMOUNT JOB 4 COMPLETE LOCATION 5595 033 991001 99% PINE TREE VILLAGE STORM LOVELAND $575,265 991002 67% CITY OF PC WATER TREATMENT FORT COLLINS $204,231 991003 100% WILLOW SPRINGS PH 28 FORT COLLINS 3480,869 991004 90% LARIMER COUNTY COURTHOUSE FORT COLLINS $65146 991006 100% ORTHOPEDIC CENTER OF THE ROCKIES FORTCOLLINS $836913 991007 100% VILLAGES@ MARIANA BUTTE PH 213 LOVELAND $704 158 991DOE 99% THOMPSON VALLEY P U D LOVELAND $1,920000 991009 98% CENTRE AVENUE EXTENSION FORT COLLINS $380,039 991010 100% LAKESIDE NINE LOVELAND $710549 991011 92% EAGLE RIDGE APARTMENTS LOVELAND $1,003,845 E1012 100% 1999 PC STREET MAINTENANCE FORT COLLINS $1 980,822 991013 90% POUDRE VALLEY HEALTH SYSTEMS FORTCOLLINS $43,443 991014 100% HAISTON OIL SERVICE STATION FORT COLLINS $266132 991015 100% MARIANA BUTTE 5TH SUB PH 3 LOVELAND S76,863 991016 100% UPLANDS @ FISH CREEK ESTES PARK $26403 991017 100% PIZZA HUT/ESTES PARK FORT COLLINS $89,408 991018 80% EAGLE RIDGE OFF SITE STREETS IOVELAND $511,769 991019 97% HARMONY VILLAGE FORT COLLINS $35,920 991020 100% RAWHIDI ENERGY STATION WELLINGTON $31236 991022 100% MAITLAND DRIVEWAY &HOA FORT COLLINS $38387 991023 100% NORTHWOOD APARTMENTS FORT COLLINS $105,961 991026 100% WESTGATE COMMERCIAL CENTER FORT COLLINS S856,274 991027 100% REGISTRY RIDGF OFF -SITE SEWER FORT COLLINS S37517 991028 28% MASTEC PATCHING JOHNSTOWN $63305 991029 100% COTTONWOOD GLEN PARK FORT COLLINS S841 701 991030 1% RIGDEN FARMS FILING I FORT COLLINS $28071 991031 100. PACIFIC FINANCIAL CENTER FORT COLLINS $40,209 991032 100% GREELEY WEST HIGH SCHOOL UPDATED AS OF 34SMR? OJPNER CONTRACTTO CONTACT COMPLETE PINE TREE VILL AGE LLC S DON MAROSTICA GAMEY COMPANIES S JIM RICE PARAGON POINT PARTNERS S BYRON COLLINS HENSEL PHELPS CONSTRUCTION S ALLAN BLIESMER THE NEENAN COMPANY S MELINDA EBLEN MRP LIC $ DON MAROSTICA TAFTCARLISLE LLC $ DON MAROSTICA CSU RESEARCH FOUNDATION S KATHLEEN BYINGTON LAKESIDE NINE LLC S DON MAROSTICA KERBS CONSTRUCTION S REED HAWKES CITY OF FORTCOLLINS S RICK RIGHTER M A MORTENSON $ DENNIS ASHLEY HAISTON OIL SERVICE STATION S JEFF HAI',TON U S HOMES S RUSSELL HENSON UPLANDS HOA $ PETER HONDUIS WINTER ENTERPRISES S MARTY BUCHANAN McWH1A EY ENTERPRISES S TROY McWHINNEY ALLIANCE CONSTRUCTION $ W ILLIAM JOYNER PLATTE RIVER POWER AUTHORITY $ PAUL HOUSER DAVE MAITLAND S B & B ASPHALT S BRUCE BIELFS SCHRAOFR OIL S PERRY SCHRADER DOUBLE EAGLE CONSTRUCTION S GREGG SEEBOHM MASTEC S BRIAN JONES ENVIRONMENTAL CONCERNS S DOUG SEVERANCE WHEELER CONSTRUCTION 5 KEN SNEE MBI CORPORATION $ ED RHOADARMER HASELDEN CONSTRUCTION $ 5 950 189,837 48,087 7,042 38,400 127 899 189,082 17 892 15 353 27,012 833,294 CONTRACT PERCENT JOB NAME OEPNFR CONTRACTTO TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE GREELEY RICHARD GODEHN GRADING, PAVING 5377,130 991034 100% LCR 74E LARIMERCOUNTY S LARIMERCOUNTY TOLD JUERGENS GRADING, PAVING $59 S00 991035 99% ED CARROLL MOTORS MARK YOUNG CONSTRUCTION $ 595 FORT COLLINS DAVID McMILLAN PAVING $210505 991036 100% HP ASHPALT MAINTENANCE HEWLETTPACKARD S - FORT COLLINS MARY BARNETT GRADING $74,515 991037 100% SW 14TH 57 REST IMPROVEMENTS COULSON EXCAVATING S LOVELAND JACK SULLIVAN UTILITIES, STORM 52107,533 991038 30% REGISTRY RIDGE FILING I US HOME CORPORATION S 1,475,277 PAVING FORT COLLINS GREGG SEEBOHM GRADING, PAVING 5234,963 991039 85% PRAIRIE TRAILS P U D BOEDECKER PRAIRIE TRAILS $ 35,244 LOVELAND KEN MOREY PAVING $107,899 991040 100% HEARTHFIRE II HEARTHFIRE, LLC S FORT COLLINS TOM KEPINEDY PAVING $100,334 991041 100% ESTES PARK STREET IMPROVEMENTS TOWN OF ESTES PARK $ - ESTES PARK GREG SIEVERS GRADING PAVING $54,095 991042 94% UNC PARKING LOTS G L HOI F CO $ 3 246 GRLELEY PAT NORRIS UTILITIES, GRADING 5538000 991043 99% CLOVERLEAF PHASE 11 TOWERMANAGEMENT $ 5380 PAVING FORT COLLINS ALEX BOGGS GRADING PAVING $290,760 991044 49% ROLLING HILLS RANCH IOTH GILLAM DEVELOPMENT S 148,289 JOHNSTO WN BRUCE GILLAM PAVING $196,753 991045 100% LARIMER CO ASPHALT PROGRAM LARIMER COUNTY $ - LARIMERCOUNTY TODD JUI RGENS GRADING 5105,265 991046 I00% MARIANA BUTTE IOTH BRUCE M(DANIEL S LOVELAND PAVING $109629 991047 95% THE BLUFFS Q PREGEL FARM PETERSBURG FAMILY, LLLP S 5,481 LOVELAND SHAWN PETERSBURG GRADING, PAVING $51,602 991048 100% HORSETOOTH TURN LANE MOUNTAIN CONSTRUCTORS $ - FORT COLLINS JOE KUNTZ GRADING, PAVING S166549 991050 72% BRUNNER FARMS 31M&4TH FILINGS DOUBLE EAGLE CONSTRUCTION $ 46,634 WINDSOR GREGG SI EBOHM UTILITIES $37,652 991052 100% MULBERRY COMMERCIAL PARK HAAG EXCAVATING S - FORTCOLULNS JERRY HAAG UTILITIES STORM S1,479420 991053 5I % THE PONDS® OVERLAND TRAIL 2ND GATEWAY AMERICAN PROP $ 724916 GRADING FORT COLLINS MARK HOLLENBECK GRADING PAVING $55,685 991054 100% CELESTICA OVERFLOW PARKING DPRCONSIRUCTION $ - FORT COLLINS TRENT WOODWORTH GRADING 329Q OW 991055 87% GREENBRIAR PH 3 KAUFMAN & BROAD $ 37 700 LOVELAND JANNELLE SPEAKS GRADING PAVING 5386,031 991056 44% EATON COMMONS CG SMITH CONSTRUCTION S 216,177 EATON GEOFF/MATT SMITH UTILITY, STORM S15f"80i 991057 41% PRAIRIE TRAILS P U D UTILITY BOEDECKER PRAIRIE TRAILS S 92,514 LOVELAND KEN MOREY PAVING $36,396 991059 3% MORIAH ESTATES P U D FORT COLLINS PAVING S 35 304 WINDSOR KELLY HODGE PAVING $65 ON 991060 0% STANTON BRIDGE DOUBLE EAGLE S 65,OOC FORT COLLINS GREGG SEEBOHM UTILITIES, GRADING $70747 991061 38% OVERLAND VALLEY M R D SCOTT CHARPENTIER S 43,863 PAVING I OPT COLLINS PAVING 5220,821, 991062 0% US 36/ESTES PARK FLATIRON STRUCTURES $ 220,82E ESTES PARK BRAD AMY PAVING $11)817 994001 100% HERITAGEPARK TY LOCKHART S ROUTT COUNTY PAVING MJU,692 994003 100% CDOI OVERLAY CRAIG COOT S CRAIG VAN PILAUD GRADING, PAVING $501093 994007 100% HAYDEN POWER PLANT UTILITY ENGINEERING CORP $ HAYDEN HOWARDNOBLE CONTRACT PERCENT JOB NAME OWNER CONTRACTTO TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE t[ REMOVALS, CONCRETE 559,138 994008 100% IRON SPRINGS PARK CURB/WALL CITY OF STEAMBOAT SPRINGS S - PAVING STEAMBOAT SPRINGS RICHARD BUCCINO REMOVALS GRADING $326,000 994016 51% ENCLAVE®STEAMBOAT SPRINGS MRK CONSTRUCTION % 159,740 PAVING STEAMBOAT SPRINGS MARK DAVIDSON REMOVALS, GRADING 5366,598 994017 100% STRAWBERRY PARK IMPROVEMENTS STEAMBOAT SPRINGS SCHOOL S LANDSCAPING STEAMBOAT SPRINGS STEAMBOAT SPRINGS GRADING PAVING S297,989 994018 100% 1999 HAYDEN WASHINGT0NUNCOLN TOWN OF HAYDEN E Q HAYDEN FRANK FOX PAVING $195823 994019 IW % COLOWYO ROAD IMPROVEMENTS COLOWYO COAL CO, LP $ MEEKER GORDON MEF REAM PAVING $133,005 994020 100% STEAMBOAT WEST WATERLINE MELDOR CONSTRUCTION $ STEAMBOAT SPRINGS BO SIMON PAVING $258,793 994021 IN% 1999 ROUTT COUNTY OVERLAY ROUTTCOLNTY $ STEAMBOAT SPRINGS LOU GABOS PAVING $140,R22 994023 100% RIVER ROAD/COUNTY SHOP ROAD CITY OF STEAMBOAT 5 - STEAMBOAT SPRINGS DOUG MARSH PAVING S70122 994025 64% GRAND SUMMIT RESORT HOTEL COLORADO FIRST/PC L JOINT VENT $ 25,244 STEAMBOAT SPRINGS PATRICK MO,LARD STORM REMOVALS $162282 994026 100% YVRAIMPROVEMENTS ROUTT COUNTY S - PAVING HAYDEN LOU GABOR GRADING PAVING $60552 994030 100% WEST SCOTT FIRE TRAINING CENTER WESTROUTTFIRE S - HAYDEN TERRY MCCARTY UTILITIES GRADING $142,642 994031 100% STOCKBRIDGE MULTI MODEL CCNTER CITYOFSTEAMBOAT $ PAVING STORM STEAMBOAT SPRINGS BRIAN FEE NEY f PAVING $105460 994033 100% WEST ACRES TRAILER PARK BIG COUNTRY MANAGEMENT $ - STEAMBOAT SPRINGS TOM SIMMONS PAVING 563691 994036 44% ASPEN VIEW ESTATES PRECISION EX( AVATING S 35,667 Q STEAMBOAT SPRINGS DAVEZEHNER CRUSHING $96000 994041 10M SENECACRUSHING SENECA COAL COMPANY S HAYDEN BRADBROWN GRADING PAVING $86052 994042 IN% TRLSTATE PAVING & IMPROVEMENTS TRI-STATE GST ASSOC $ - STEAMBOAT SPRINGS DONALD COOK $ 4 975 924 a a . Attachment `B" CONNELL RESOURCES, INC SCHEDULE OF MAJOR 2000 COMPLETED WORK & WORK IN PROGRESS CONTRACT PERCENT JOB NAME TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION GRADING $72,000 2001001 0% PDQ LOVELAND UTII ITIES STORM 5732,197 2001003 0% TI IOMMON VALLEY 2ND SUB GRADING, PAVING LOVELAND UTILITIES STORM S232 522 2001004 0% MARIANA BUTTE 12TH SUB GRADING PAVING LOVELAND GRADING, UTILITIES $385557 2001005 0% PIKA VILLAGE PAVING LOVELAND UTILITIES, STORM $469458 2001006 0% OAKRIDGE BUSINESS PARK GRADING, PAVING FORT COLLINS UTILITY $63177 2001007 0'% PRY VAULTS LARIMER COUNTY PAVING $1400000 2001008 0% REGISTRY RIDGE FILING I PAVING FORT COLT MS PAVING $721375 2001009 0% CARLSON FARMS JOHNSTOWN UTILITIES GRADING 5300,OOD 2001010 0% SPANLEY HOTEL PAVING STORM ESTES PARK U ❑LITIES GRADING $103,781 2004001 0% MID -VALLEY BUSINESS PARK PAVING STEAMBOAT SPRINGS PAVING $2200000 7004002 0% RABBIT EARS PASS OVLRLAY ROUTTCOUNTY GRADING, PAVING $127,000 2004003 0% WAGNER RENTS UTILITIES STE AMBOAT SPRINGS GRADING PAVING $175000 2004004 0% SCHROCK-HELM OFFICE COMPLEX UTILITIES STEAMBOAT SPRINGS UPDATED AS OF 3/ VOO OJPNER CONTRACTTO CONTACT COMPLETE TAFT CARLISLE LLC $ 72000 DON MAROSTICA TAFTCARLISLE LIC S 732,197 DON MAROSTICA US HOME $ 232 522 JFRRY RICHMOND MRP LLC $ 385,557 DON MAROSTICA DRAHOTA CONSTRUCTION $ 469458 JEFF JI NSEN PC / I OVELAND WATER DISTRICT $ 63177 NATE US HOME CORPORATION S 1 40G WO GREGG SEEBOIIM ADVOCASE HOMES $ 721375 GRAHAM DEWITT EPURA $ 300000 W 11,L SMITH MID VALLEI PARTNERS $ 103781 GUY AL(IATORF CDOT $ 220,000 VAN PILAUD MAYS CONCRE[E $ 127000 JANET BOROUGH AMARON FOLKSTAD $ 175000 CRAIG BURNBAGE $ 6 982 067 CONNELL RESOURCES, INC SCHEDULE OF MAJOR 1999 COMPLETED WORK & WORK-IN PROGRESS COAIR 0 PPRCENT JOB NAME TYPE OF WORK AMOUNT JOBN COMPLETE LOCATION STORM $59?,031 991001 99% REMOVALS GRADING $575261 991002 67% GRADING UTILITIES 5204,231 991003 100% PAVING UTILITIES REMOVALS $480869 991004 90% PAVING $65 146 991006 100% UTILITIES STORM GRADING PAVING GRADING REMOVALS GRADING UTILITIES PAVING UTILITIES, GRADING PAVING UTILITIES, GRADING PAVING GRADING PAVING GRADING UTILITIES PAVING DEMUTH ION PAVING GRADING, PAVING PAVING PAVING UTILITIES, STORM GRADING PAVING GRADING REMOVALS PAVING GRADING, PAVING PAVING GRADING PAVING SEWER REMOVALS PAVING GRADNG, PAVING GRADING PAVING GRADING PAVING GRADING PAVING 5836 911 $704 158 $1 920,000 $380090 $7H,549 SI 003 845 S 1880 822 $43 443 $266 13' $76 863 $26 403 $89408 SS 11,769 $35 920 $31 236 IDS 397 5105 961 S856 274 537,517 $63,305 $84 L701 $28 071 S40 209 991007 100% 991008 99% 991009 98% 991010 100% 991011 92% 991012 100% 991013 90% 991014 100% 991015 100% 991016 100% 991017 100"% 991018 80°% 991019 97% 991020 100% 991022 100% 991023 100% 991026 100% 991627 991028 991029 991030 991031 991032 160% 28% 100% I% [.T 100°/ PINE TRIPE VILLAGE STORM LOVELAND CITY OF PC WATER TREATMENT I ORT COLLINS WILLOW SPRINGS PH 2B I ORT COLLINS LARIMER COUNTY COURTHOUSE I ORT COI LINS ORTHOPEDIC CLNTER OF THE ROCKIES I ORE COLLINS VILLAGES Q MARIANA BUTTE PH 2B LOVELAND THOMPSON VALLEY P U D LOVELAND CENTRE AVENUE EXTENSION FORT COLLINS LAKESIDE NINE LOVELAND EAGLE RIDGE APARTMENTS LOVELAND 1999 PC STREET MAINTENANCE I ORT COLLINS POUDRE VALLEY HEALTH SYSTEMS FORT COLLINS HAISTON OIL SERVICE STATION I ORT COLT INS MARIANA BUTTE 5TH SUB PH 3 I OVELAND UPLANDS @ FISH CREEK ESTES PARK PIZZA HUI / ESTES PARK FORT COLLINS EAGLE RIDGE OFF -SITE STREETS LOVELAND HARMONY VILI AGE I ORT COLLINS RAWHIDE ENERGY STATION WELLINGTON MAITLAND DRIVEWAY & HOA FORT COLLINS NORTHWOOD APARTMENTS FORT COLLINS W LSTGATL COMMERCIAL CENTER FORT COI LINS REGISTRY RIDGE OFF SITE SEWER FORT COLLINS MASTEC PATCHING JOHNSTOWN COTTONWOOD GLEN PARK FORT COLLINS RIGDEN FARMS FILING 1 PORT COLLINS PACIFIC FINANCIAL CENTER F ORT COLLINS GREELFY WEST HIGH SCHOOL UPDATEDASOF 34&00 OWTER COATRACTTO CONTACT COMPLETE PINE TREE VILLAGE LLC $ DON MAF OSTICA GARNEY COMPANIES S JIM RICE PARAGON POINT PARTNERS S BYRON C OLLINS HENSEL PHELPS CONSTRUCTION $ ALLAN BLIESMLR THE NEENAH COMPANY S MELINDA EBLEN MR? LLC $ DON MAROSTICA TAFT CART ISLE, LLC $ DON MAF OSTICA CSU RESEARCH FOUNDATION $ KATHLEEN BYINGTON LAKESIDE NINE LLC S DON MAPOSTICA KERBS CONSTRUCTION $ REED HAWKLS CITY OF FORT COLLINS S RICK RICHTER M A MORTENSON $ DENNIS ASHLEY HAISTON OIL SERVICE STATION $ JEFF HA ISTON US HOMES S RUSSELL HENSON UPI ANDS PDA S PETER HONDUIS WINTER EN TERPRISES S MARTY BUCHANAN NUWHINNEY I NTERPRISES $ TROY McWHINNEY ALLIANCE CONSTRUCTION 5 W II I [AM JOYNER PLATTE RIVER POWER AUTHORITY $ PAUL HOUSER DAVE MA ITLAND $ B & B ASPHALT $ BRUCE HELPS SCHRADER OIL $ PERRY SCHRADER DOUBLE EAGLE CONSTRUCTION $ GREGG SIEEBOHM MASTEC $ BRIAN JONES ENVIRONMENTAL CONCERNS $ DOUG SEVERANCE WHEELER CONSTRUCTION S KFN',NFE MBI CORPORATION $ ED RHOADARMER HASELDEN CONSTRUCTION S 5 950 189,837 48,087 7 042 38 400 127 899 188 082 17 882 15 353 27 012 833,284 CONTRACT PERCENT JOB NAME OWNER CONTRACTTO TYPE OF WORA AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE GREELEY RICHARD GODEHN GRADING PAVING $377,130 991034 100% LCR 74E LARIMER COUNTY S - LARIMER COUNTY TODD JUERGENS GRADING PAVING 559,500 991035 99% ED CARROLL MOTORS MARK YOUNG CCNSTRUCHON $ 595 FLIRT COLLINS DAVID MCMILLAN PAVING $210505 991036 100% HP ASHPAL3 MAINTENANCE HEWLETT PACKARD $ - FORT COLLINS MARYBARNETT GRADING 574515 991037 100% SW 14TH S PREET IMPROVEMENTS COULSON EXCAVATING S LOVELAND JACK SULLIVAN UI LLITIES STORM 52,107,538 991038 30% REGISTRY RIDGE FILING I US HOME CORPORATION $ 1475277 PAVING FORT COLE INS GREGG SEE BOHM GRADING PAVING $234,961 991039 85% PRAIRIE TRAILS P G D BOEDECKER PRAIRIE TRAILS $ 35,244 LOVELAND KEN MOREL PAVING $107899 991040 100% HE ARTHFIRE II HEARTHFIRE LLC S FORT C OLLINS TOM KENNEDY PAVING $100334 991041 100% ESTLS PARKSTRECT IMPROVEMENTS TOWN OF ESE ES PARK $ ESTES PARK GREG SIEVFRS GRADING, PAVING $54095 991042 94% UNC PARKING LOTS GL HOIFCO S 3246 GREELEY PAT NORRIS UTILITIES, GRADING $538000 991043 99% CLOVERLEAF PHASE II TOWFR MANAGEMFNT $ 5390 PA V MG I FORT COLLINS ALCX BOGGS GRADING PAVING $290760 991044 49% ROLLING HILI S RANCH IOTH GILLAM DEVELOPMENT $ 14S TES JOHNSTOWN BRUCE GILLAM PAVING $196,753 991045 100% LARIMER CO ASPHALT PROGRAM LARIMER COUGF) S - LARIMFRCOUNTY TODD IUERGENS GRADING $105 265 991046 100% MARIANA BUTTE IOTH BRUCE MC13ANIEL $ LOVELAND PAVING $109629 991047 95% THE BLUE FS@PREGEL FARM PETLRSBLRGFAMILY LLLP $ 5481 LOVELAND SHAWN PETS RSBURG GRADING PAVING $51,602 991048 100% HORSIA OOTH TURN LANE MOUNTAIN CONSTRUCTORS $ FORT COLLINS JOE KUNTL GRADING PAVING $166,549 991050 72% BRUNTER FARMS 3RD&4TH III INGS DOUBLE EAGLE CONSTRUCTION $ 46634 WINDSOR GREGG SELBOHM UTILITIES $37652 991052 100% MULBERRY COMMERCIAL PARK HAAG EXCAVATING $ FORT COLLINS JERKY HAAG UTILITIES STORM 51479420 991053 51% THE PONDS @ OVERLAND TRAII 2ND GATEWAY AMERICAN PROP $ 724916 GRADING FORT COLLINS MARK HOLLFNBECK GRADING PAVING $55,685 991054 100% CELESTICA OVERFLOW PARKING DPR CONSTRUCTION S - FORT COLLINS TRF\TWOODWORTH GRADING $290000 991055 87% GRFENBRIAR PEE3 KAUFMANb BROAD S 37,700 LOVELAND JANNELLE SPFAKE GRADING, PAVING $386031 991056 44% EA70N COMMONS CG SMITH CONSTRUCTION $ 216 177 EATON GEOFF/MALT SMITH UTILITY STORM $156803 991057 41% PRAIRIE TRAILS P U D UTILITY BOEDECKER PRAIRIE TRAILS $ 92514 LOVE -LAND KEN MOREY PAVING 536396 991059 3% MOR1All ESTATES P U D FORT COLLINS PAVING $ 353M WINDSOR KELLY HODGE PAVING 565000 991060 0% STANTON BRIDGE DOUBLEIAGLE $ 65,000 FORT COLLINS GREGG SEEBOHM UTILITIES GRADING $70747 991061 38% OVERLAND VALLEY M R D SCOTTCHARPENTIER S 43,863 PAVING FORT COLLINS PAVING 1220826 991062 0% US 16/ESTES PARK FLATIRON STRUC TURPS S 220826 I STES PARK BRAD AMY PAVING $117,817 994001 100% HFRITAGE PARK TY LOCKHART S ROUTT COUNTY PAVING $1,184692 994003 100% CDOT OVERLAY CRAIG COOT $ - CRAIG VAN PILAUD GRADING PAVING $50109S 994007 100% HAYDEN POWER PLAN I UTILITY FNGINE EKING CORD S HAYDEN HOWARD NOBLE NII TYPE OF WORK REMOVALS CONCRETE PAVING REMOVALS GRADING PAVING REMOVALS GRADING LANDSCAPING GRADING PAVING PAVING PAVING PAVING PAVING PAVING STORM REMOVALS PAVING GRADING PAVING UTILITIES, GRADING PAVING SIORM PAVING PAVING CRUSHING GRADING PAVING CONTRACT PERCENT AMOUNT J084 COMPLETE $59,138 994008 100% $326 000 994016 51% $366598 994017 100% $297 789 99401E 100% $195 823 994019 100% $133 005 994020 100% $258,783 994021 100% $140S22 994023 100% $70 122 994025 64% $162 262 994026 100% S60,552 994030 100% $142 642 994031 100% $105 460 994033 l00% $63 691 994036 44% $96,000 994041 100% $86 052 994042 100% JOB NAME LOCATION IRON SPRINGS PARK CURB/WALL STEAMBOAT SPRINGS ENCLAVE e STEAMBOAT SPRINGS STEAMBOAT SPRINGS STRAWBERRY PARK IMPROVEMENTS STEAMBOAT SPRINGS 1999 HAYDEN WASHINGTON/LINCOLN HA\DEN COLOWI O ROAD IMPROVEMENTS MEFKER STEAMBOAT WFST WATERLINE STEAMBOAT SPRINGS 1999 ROL FT COUNTY OVERLAY STEAMBOAT SPRINGS RIVER ROAD / COUNTY SHOP ROAD STEAMBOAT SPRINGS GRAND SUMMI T RESORT HOTEL STEAMBOAT SPRINGS YVRAIMPROVEMENTS HAYDEN W EST ROUTT FIRE TRAINING CENTER HA} DFN STOCKBRIDGI MULTI MODEL CENTER STEAMBOAT SPRINGS W EST ACRES TRAILER PARK STEAMBOAT SPRINGS ASPEN VIEW ESTATES STEAMBOAT SPRINGS SENLCA CRUSHING HA) DEN TRI STATE PAVING & IMPROVEMENTS STEAMBOAT SPRINGS OWNER COATACT UTY OF STEAMBOAT SPRINGS $ RICHARD BUCCINO MIRK CONSTRUCTION $ MARK DAV IDSON STEAMBOAT SPRINGS SCHOOL S STEAMBOAT SPRINGS TOWN OF HAYDEN $ FRANK FOX COLOWYO COAL CO, LP $ CORDON MERRIAM MELDOR CONSTRUCTION S BO SIMON ROUTT COUNTY $ LOU GABOS CITY OF STEAMBOAT S DOUG MARSH COLORADO FIRST/PCLJOINT VENT $ PATRICK MOLLARD ROUTT COUNTY S LOU GABOS W EST ROU'fT FIRE $ TERRY MCCARTY CITY OF STEAMBOAT $ BRIAN FEENEY BIG COUNTRY M 4NAGEMENT $ TOM SIM14ONS PRECISION EXCAVATING $ DAVEZEHNER SENECA COAL COMPANY S BRAD BROWN TRI-STATE G8 T ASSOC $ DONALDCOOK CONTRACT TO COMPLFTF, 159 740 25,244 35,667 00330 BID SCHEDULE REVISED Otc of Port Cello s/CSU 2000 Asphalt Street Maintenance Prmea L....,_. r•. _ rl—, _ I - g,e Cast I COFC I Qnannry CDFC Cr,4 - CSU I Quantity CSU Coat 71 Total Propef Cost 403 50 Patching Tan 949 '-,^___ 0 40360 Geolexule Paving Fabnc SV 44433 17,000 61401 No Pa@mg" Sign With Stand Per Da} Per Fach 270 75 61402 Verhoal Panel Wtthoht Gght Per Day Pet Each 200 50 614 03 ght Pet Day Per Lerch 100 50 61404 Cyperl Barricade Without Light Paz Day Per lvch 50 0 61405 Type Ill Batnade Without Light Per Day Per Each 2,000 25 61406 1 So¢, A Sign With Stand Per Day Per Each 725 200 61407 Sue Sign With Stand Per Day Per Pach 100 10 61408 Size A Specialty Sign- Cost of Manufacturing Each 10 0 61409 S=B Specialty Sign- Cost of Manufacturing Each 10 0 614 10 Cone With Reflective Strip Per Day Per Each 3,150 750 614 11 Safety Fence Per Day Per Roll 20 0 61412 Light - SteadyBeen Per Day Per Each 25 25 614 13 Light- Flashing Pet Day Per Each 25 25 614 14 Advance Wmiag Flashing - or Sequencing Arrow Panel Per Unit Per Day 10 0 614 15 Traffic Control Superashr Per Day 40 10 61416 Traftc Chattel Superveshn Pcr Hnw 205 50 61417 Flagging Per How 1,305 300 Tribal Page'fno Total Page Qne _ Total Cost Total Protect Cost Signed Address Company Phone/fax Check One Individual Doing Business in Company Name Cmpwahon Dollars end _. Cents p R!i 9 CONNELL RESOURCES INC SCHEDULE OF MAJOR 1998 COMPLETED WORK & WORK-IN PROGRESS CONTRACT PERCENT ✓OBNAME TJPE OF WORK AMOUNT JOB# COMPLETE LOCATION GRADING, UTILITIES PAVING GRADING UTILITIES PAVING GRADING UTILITIES PAVING REMOVALS GRADING STORM PAVING REMOVALS GRADING UTILITIES PAVING GRADING GRADING UTILITIES PAVING GRADING, UTILITIES PAVING GRADING UTILITIES PAVING GRADING, PAVING UTILITIES STORM GRADING, PAVING GRADING, PAVING PAVING PAVING GRADING, PAVING UTILI TIES, STORM GRADING, PAVING GRADING, PAVING PAVING STORM, REMOVALS GRADING PAVING PAVING UTILITIES, STORM REMOVALS, PAVING PAVING REMOVALS PAVING GRADING UTILITIES PAVING, STORM GRADING, PAVING GRADING REMOVALS PAVING S74440� 5126 061 $856,109 $758 650 S4 014 107 $48,703 $2,904,035 S719 778 $303 849 5148,134 $703,449 $148,299 $63 43' $1,208,200 534 929 5202 608 981001 100% 981002 100°io 981003 100% 991004 100% 981006 100% 981008 100% 981009 100% 981010 100% 991011 100% 981012 100% 981013 100% 981014 100% 981015 100% 981016 100% 991017 100% 981018 100% $32 841 981020 $32558 981023 $410,454 991024 $110,150 981025 S978905 981026 100% 100% 100% 100% 100% $49,567 981029 100% $38 931 981032 100% $826284 981033 100% $113205 991034 100% $67,066 981035 100% $35610 981036 100% WILLOW SPRINGS PH 2A FORT COLLINS BROOKSIDEQ WILLOW SPRINGS FORT COLLINS SYMBIOS LOGIC FORT COLLINS GATEWAY ROUNDABOUTS LOVELAND HP GENESIS IV PROJECT FORT COLLINS HP I EMPORARY RECYCLE LOT FORT COLLINS VIEWPOINTE WELLINGTON ARGYLE APARTMENTS FORT COLLINS V, ILL OW SPRINGS NORTHSINGLE FORT COLLINS PR 1 TECHNOLOGY INFORMATION FORT COLLINS MARIANA BUTTE 5TH SUB PH I LOVELAND ROLL ING HILLS RANCH PH 11 JOHNSTOWN SI ETSON CREEK 1 ORT COLLINS 1998 FC S BEET MAINTENANCE FORT COLLINS LAPORTE PI AZA PUD LAPORTE MARIANA GLLN IN SUB PH 5 LOVELAND HARRIS MARINE CENTER FORT COLLINS EVEIUTT OFFICE PARK FORT COLLINS FRONT RANGE COLLEGE PARKING LO T LOVELAND EISENHOWER BLVD LOVELAND HARMONY ROAD REALIGNMENT FORT COLLINS MARTINEZ & EDORA TENNIS COURTS FORT COLLINS CSU FIELDHOUSE TRACK FORT COLLINS CLOVLRLEAF COMMUNITY FORT COLLINS W 114DSOR SCHOOLS W INDSOR I IP GUARD SHACK RELOCATION I ORT COLLINS COMPORT INN LOVELAND UPDATED AS OF 3/2V00 O{VNER CONTRACTTO CONTACT COMPLETE PARAGONPOINI PARTNERS S BYRON COLLINS THE GENESEE COMPANY $ RONALD SN ARKA ALLIANCE CONSTRUCTION $ SCOTT IOSLIN SAUNDERS CONSTRUCTION $ MIKE KARLSON M A MORTENSON $ JEFF MADDEN MARK YOUNG CONSTRUCTION S MARK YOUNG DAVIDIRRRUS $ DAVIS BROTHERS C ONSTRUCTION $ TOM DAVIS PARAGON POIN—PARTNERS $ BYRON COLLINS FRANCIS CONSTRUCTION $ DOUG MCCARTHY US HOMES $ RUM,LLLHENSON GILI AM DEVELOPMENT S BRUCE GILLAM EMPIRE MANAGEMENT S VERN MAR EINSON CIT\ OF FORT COLLINS S RICK RICHTPR GFRALD THOMAS $ BRAY ENTERPRISES S SCOTT BRAY LUTHER HARRIS S B & B ASPHALT MAINTENANCE 5 BRUCE RIFLES RC HEATH CONSTRUCTION S LEM COUNCIL MOUNTAIN CONSTRUCTORS $ JOE KUNTZ CITY OF FORI COLLINS $ WARD STANFORD EVERGRLEN TENNIS COURTS $ GEORGE S FAHLIN SOUTHWEST RECREATION $ JOHN RE NNER TOWER MAN IGEMENT $ ALEX BOGGS HASELDEN CONSTRUCTION S RICHARD GODEHN THE NEENAN COMPANY $ MIKECOLLENTINE WILLCO DEVELOPMENT LLLP $ BILL ALBRECHT TYPE OF WORN REMOVALS PAVING PAVING UTILITIES, PAVING UTILITIES GRADING, PAVING GRADING, PAVING REMOVALS, PAVING GRADING, PAVING GRADING, PAVING GRADING UTILITIES PAVING STORM UTILITIES GRADING, U FILITIES PAVING, STORM PAVING GRADING PAVING PAVING PAVING UTH THUS GRADING, REMOVALS GRADING UTILITIES PAVING STORM PAVING PAVING UTILITIES GRADING, LTILITIES STORM GRADING UTILITIES PAVING REMOVALS GRADING UTILITIES PAVING, STORM GRADING PAVING GRADING UTILITIES PAVING STORM SI ORM REMOVAI S GRADING PAVING PAVING CONTRACT PERCENT AMOUNT JORN COMPLETE 586404 981037 100% 530,431 981038 100% $34 107 991040 100% $76476 981NI 100% 52140IS 981042 100% $224575 981043 100% S127246 981045 100% $48500 981046 100% $318915 981047 100% $314 137 981048 100% S133479 981049 100% SI 00608n 981050 98% 5528,757 981051 72% $79 281 981052 100% $77,393 981053 100% $781 708 981054 79% $140315 981055 100% 5442 294 981056 82% $606,505 981057 100% $45226 981059 100% $35,321 981059 100% 5116350 981061 100% $1 187333 981062 100% $234,875 981063 100% $619,943 981064 100% $771 592 981065 64% SO825109 981066 69% $1 079 140 984001 100% $196674 984002 100% JOB NAME LOCATION PARK SCHOOL DISTRICT ESTES PARK KENTUCKY FRIED CHICKEN FORTCOLLINS WILLOW SPRINGS 5TH FORT COLLINS FAGLE RANCH IRRIGATION FORT COLLINS COUNTRY ACRES JOHNSTOWN ROLLING HILLS RANCH 4 6 & 7 JOHNSTOWN HP PARKING LOT IMPROVEMEN FS FORT COLLINS JFK PARKWAY IMPROVFMFNTS FORI COLLINS HEARTHFIRE PUD FORT COLLINS VILLAGES (D MARIANA BUTTF PH IS LOVELAND VILLAGE¢ IS MB OFFSITE UTILITY LOVELAND VILLAGES ® MARIANA BUTTE PH 2A LOVELAND HARMONY BRIDGE FOR] COLLINS H W Y 4021 HERON DRIVE LOVELAND SPRING( REEK IMPROVEMENTS FORT COLT INS QUAIL RIDGE LONGMONT HARMONY TECHNOLOGY PARK FORT COLLINS HORSESHOE LAKE P U D LOVELAND EMERALD GLEN 6TH SUBDIVISION LOVELAND RESIDENCE INN OAKRIDGE FORT COLI INS AURORA HILLS SUBDIVISION PORT COLI INS HP GENESIS IV PHASE 2 FORT COLI INS EAGLE RANCH ESTATES II FORT COLLINS THE OVERLOOK C. WOODRIDGE FORT COLI INS THE GATES © WOODRIDGE FORT COLLINS SHAMROCK WEST LOVELAND BOYD LAKE NORTH 6TH SUR LOVELAND HAYDEN DRAINAGE IMPROVEMENTS HAYDEN MAYBELL BRIDGES MOFFATCOUNTY OWNFR CONTRACT TO CONTACT COMPLETE PARK SCHOOL DISTRICT R 3 $ TONY PAGLIA INFRA TECH ASPHALT S GRID MILEWSKI PARAGON POINT PARTNERS $ - BYRON COLLINS THREE EAGLES DEVELOPMENT S DWAYNE WALKER GILLAM DEVELOPMENT S BRUCE G ILI AM GILLAM DEVELOPMENT $ BRUCE G ILLAM HEWLETT PACKARD $ - KENT SULLIVAN CITY OF FOR F COLLINS S - MATTB4KER TARED INC $ - JOE DOMENICO MET LLC $ DON MAROSTICA MRP, LLC $ DON MAROSTICA MET, ITC $ 20 122 DON MAROSTICA EDWARD KRAEMER d SONS $ 148052 JIM RENOE WAGNER E\IERPRISES $ VICKI WAGNER EDWARD KRAEMER d SONS $ - JIM RENCE TARCO INC $ 59159 JEFF RECKARD DPR CONSTRUCTION $ RANDY ST114EBAUGH THE GENESFE COMPANY S 79 613 RON SK-kRKA GLEN PROPERTIES $ - SCOTTFRAY ALI IANCE CONS] RUCTION S GREGG MEISINGER FORT COLLINS PAVING $ KELLY DODGE MA MORFENSON $ - JEEF MADDEN THREE EAGLES DEVELOPMENT S DWAYNE WALKER WOODMk THOMES $ TOM DIJGAN WOODCRAI T HOMES $ TOM DIJGAN KAUFMAN S BROAD $ 277773 MIKE KANALY THE GENESEI COMPANY S 565784 RONSKARKA CDOT S DALE ^YLE DUCKELS CONSTRUC PION $ JOT BACKURZ CONTRACT PERCENT JOB NAME OR NER CONTRACT TO TYPE OI NORK AMOUNT JOB COMPLETE LOCATION CONTACT COMPLETE PAVING $125025 984003 100% PASS CREFK DUCKELS CONSTRUCTION $ GRAND COUNTY JOE BACKURZ GRADING, PAVING $74525 984005 100% HOWELSE\ICE RINK I CITY OF STEAMBOAT S STEAMBOAT SPRINGS RICHARD BUCCINO GRADING $113,195 984007 100% WAGNER EQUIPMENT WA6NEREQUIPMENT S HAYDEN JEFF ROSiNDALE PAVING $333773 984009 100% 1998 CRAIG STREET OVFRI AY CITY OFCRAIG $ CRAIG STORM $318,314 984010 100°/ DOWNTOWN IMPROVEMENTS TOWN Ol, HAYDEN S HAYDEN RANDY PAVING S289311 984013 100% 1998 STEAMBOAT PAVING PROGRAM I CITY OF STEAMBOAT $ STEAMBOAT SPRINGS DOUG MARSH I PAVING $69,762 984014 100% THE VII I AS NATIVE EXCAVATING $ STEAMBOAT SPRINGS STUART HANDLOFF PAVING $724 110 984016 100% 199E ROUTT COUNTY PAVING I ROUTT COUNTY S ROUTT COUNTY DAVE BRAUDICA GRADING PAVING S562992 994018 100% EAGLE POINT TOPNVHOMES FELDMAN STRATTON S UTILITIES STEAMBOAT SPRINGS LARRY FELDMAN GRADING PAVING $65,183 984025 100% HUNT DRIVEWAY TERRY HUNT $ STEAMBOAT SPRINGS GRADING PAVING $80 502 984027 100% CMC PARKING LOTS MAINTENANCE COLORADO MOUNTAIN COLLEGE $ STEAMBOAT SPRINGS MIKE SAWYER PAVING $69220 994028 100%, STATE PARK HIGHWAY 40 I DUCKELS CONSTRUCTION S HAYDEN JOE BACKURZ PAVING $187756 984029 100% PH 2 ROUTT COUNTY PAVING ROUTT COUNTY S ROUTT COUNTY DAVE BRAUDICA PAVING $393576 984032 100% STEAMBOAT HIGH SCHOOL GL JOHNSON CONS ❑tUCTION S STEAMBOAT SPRINGS RICK SQUIRES PAVING $174,471 984035 100% HILLTOP CONNECTOR ROAD PRECISION EXCAVATING $ STEAMBOAT SPRINGS DAVEZEHNER PAVING $175,014 984037 100% CLARK'S GROCERY STORE CHRISMAN CONSTRUCTION S STEAMBOAT SPRINGS MARK GRAYSON PAVING S59950 984039 100% MID VALLEY BUSINESS PARK SUNSET BUILDERS S STEAMBOAT SPRINGS GARY GILLMAN CONNELL RESOURCES, INC SCHEDULE OF MAJOR 1997 COMPLETED WORK CONTRACT PERCENT JOB NAME I T}P.OFWORK AMOUNT JOB q COMPLETE LOCATION UTILITIES $32,269 971001 100% TAFT-GREELEY WATERLINE FORT COLLINS GRADING, UTILITIES S58•,618 971002 100% THE RESERVE 2ND SUBDIV LOVELAND GRADING, UTILITIES $256010 971003 100% PROSPECT PARK P U D C PAVING GRADING UTILITIES S430,820 971004 100% CANAL IMPORTATION CHANNEL FORT COL LINS GRADING, UTILITIES $144,678 971005 100% VILLAGES ®WILLOW SPRINGS PAVING PORT COLLINS GRADING, UI ILFTIES 5404,243 971006 100% COTTONWOOD MEADOWS PAVING LOVELAND GRADING, PAVING S420,492 971007 100% ROLLING HILLS RANCH JOHNSTOWN CONCRETE, PAVING 5109,031 971008 100% WELLINGTON PLACE WELLINGTON GRADING, UTILITIES $1,622,954 971009 100% THE PONDS @OVERLAND TRAIL FORT COLLINS PAVING $26,894 971010 100% BRIDGE OVER BOXELDER CREEK I FORT COL LINS PAVING 5390,286 971011 100% HEWLETT-PACKARD BLD5 FORT COLLINS GRADING, UTILITIES, $250,351 971012 100% WILDWOOD FARMS 3RD SUB PAVING FORT COL LINS GRADING, UTILITIES, $31 Q23 971013 100% WOODLAND PARK ESTA FES PH2 PAVING FORT COLLINS GRADING, SI ORM, $689,227 971014 100% COUNTY ROAD 30 PAVING LARIMER COUNT`( GRADING, UTILITIES $84,270 971015 100% A-1 TRASH SERVICE ESTES PARK GRADING, UTILITIES 5458,313 971016 100% MARIANA BUTT E 2ND PH 2 PAVING LOVELAND GRADING, PAVING $23h,195 971017 100% WAL-MAR 3RD SUBDIVISION MILIKI N PAVING $2,0E4,725 971019 100% FORT COLLINS PAVING REHAB FORT COI LINS PAVING 573,108 971019 100% 1997 CONCRETE REHAB FOR COLLINS GRADING,PAVING $16,995 971020 100% GK GYMNASTICS FORT COLLINS GRADING, UTILITIES $969,507 971021 100% FACET RANCH ESTATES PORT COLLINS GRADING,PAVING $17b,155 971022 100% UNIVERSITY SQUARE PARKING C FORT COLLINS GRADING, PAVING $129,821 971023 100% A-STORAGEPLACE LOVELAND UPDATED AS OF 3128100 OWNER CONTACT CITY OF LOVELAND ED RUSSELL CEDAR VALLEY LTD KEN MOREY ,LORADO STRUCTURES, INC SCOTT SCIIAEER CITY OF FORT COLLINS JAY ROSE THE GENESEE COMPANY RONSKARKA TSC LLC RICHARD CONNELL GILLAM DEVELOPMENT BRUCE GILLAM NDERSON CONSTRUCTION DOUG ANDERSON ATEWAY AMERICAN PROP MARK HOLLENBECK ,AI LINE STRUCTURES, INC RAY HUBER GERALD H PHIPPS TIM FELDMAN NEW WESTERN HORIZONS BOB DILDINE :HATEAU CUSTOMS BLURS TOM ISKIAN LARIMER COUNTY PAM DUNCAN W F B INC BILL BURCAW US HOMES RUSTY HENSON ALL IRWIN CONSTRUCTION ADAM MACK CITY OF FORT COLLINS RICK RICHTER EXPRESS CONCRETE MARSHALL ERICKSON BELLISIMO HOMES GINO COMPANA 2ELEAGLESDEVELOPMFNT DWAYNE WALKER LORADO STATE UNIVERSITY STEPHFN REISS FEE TIERRA CORPORATION JOHN SAILOR CONTRACT PERCENT TYPE OF WORK AMOUNT JOB# COMPLETE GRADING, PAVING $205,933 971024 100% UTILITIES GRADING PAVING SUY,834 971025 100% GRADING, PAVING S30 _99 971026 100% STORM, UTILITIES GRADING, PAVING S1,299,116 971027 100% STORM GRADING, PAVING S97,009 971028 100% GRADING, PAVING $19`,,334 971029 100% GRADING, PAVING S92,064 971030 100% PAVING S1,139,312 971031 100% REMOVALS $1,688,745 971032 100% GRADING, PAVING $329,018 971033 100% PAVING $43,406 971034 100% GRADING, PAVING S421,630 971035 100% STORM, UTILITIES GRADING, PAVING $13',,152 971036 100% STORM, UTILITIES PAVING $16',503 971037 100% GRADING,PAVING $69,248 971038 100% GRADING, Pk VIVG $43,618 971039 100% GRADING, PAVING 510;,061 971040 100% STRUCTURES GRADING, PAVING $1,172,305 971042 100% UTILITIES PAVING, U I7LITIES S210,177 971044 100% GRADING, PAVING S101,793 971045 100% STORM UTILITIES GRADING PAVING S694,633 971046 100% UTILITIES GRADING, PAVING S534,782 971048 100% UTILITIES GRADING S32,604 971049 100% PAVING $1,427,832 974001 100% GRADING, CULVERTS S2,9`,2,000 974002 100% PAVING JOB NAME OWNER LOCATION CONTACT MARIANA GLEN 2ND SUB PH 4 BRAY ENTERPRISES LOVELAND SCOTT BRAY TRACK REHAB ATHLETIC SURFACING IN'T'L FORT COLLINS ED HOLLAN HARMONY CROSSING PH 3A GATEWAY AMLRICAN PROP FORT COLLINS MARK HOLLENBECK SH 392 & 257 WINDSOR CDOT WINDSOR LARRY FEUERSTEIN RED FOX MEADOWS PH2 GENESEE COMPANY FORT COLLINS WAYNE MATSUDA GIFFORD HALL PARKING LOT COLORADO STATE UNIVERSITY FORT COLLINS STEPHEN KEISS MERIDIAN AVLNUE COLORADO STATE UNIVERSITY FORT COLLINS JOHN FRASER LARIMER COUNTY REHAB 97 LARIMER COUNTY LARIMER COUNTY PAM DUNCAN HARMONY CENTRE SAUNDERS CONSTRUCTION FORT COLLINS STEVEBEARD RIDGLWOOD LULLS 2ND, PHI MELODY HOMES FORT COLLINS ANNA LEE ZIMBFLMAN WINDSOR MIDDLE & HIGH SCHOOL HASELDEN CONSTRUCTION WINDSOR GARY IHORNAM McWHINNEY 9TH SUBDIVISION McWHINNEY HOLDING CO, LLC LOVELAND TROY McWHINNEY McWHINNEY 9TH SUB (BUILDING) THE NEENAN COMPANY LOVELAND RON NEW LAGO VISTA MOBIL E HOME PARK INFRA TECH ASPHALT LOVELAND GROG MILEWSKI POUDRE SCHOOL WAREHOUSE 44 POUDRE SCHOOL DISTRICT FORT COI LINS BILL FRANZEN CT ENTERPRISES IR C HEATH CONSTRUCTION FORT COI LINS ROB DEEVY THE RESERVE / DRY CREEK BRIDGE CEDAR VALLEY, LTD LOVELAND KEN MOREY VILLAGLS @ MARIANA BUTTE MRP, LLC LOVELAND DON MAROSTICA NATIONAL WILDLIFE RESEARCH GERALD 11 PHIPPS FORT COLLINS MIKE I IENNLY TRACT 19, BEAVER POINT M & S CONSULTANTS ESTES PARK SPENCER SMITH CRESTONE VILLAGE CRESTONE VILLAGE LLC LOVELAND DON MAROS I]CA HEW LETT PACKARD MODULAR THE NEENAN COMPANY FORT COLLINS JOE LAUMER ROCKY MOUNTAIN MARKETPLACE SAUNDERS CONSTRUCTION LOVELAND MIKE KARLSON HAHN'S PEAK ROAD RANDALL & BLAKE, INC STEAMBOAT JEFF CROEL SH 40 RABBIT EARS PASS CDOT STEAMBOAT VAN PILAUD CONTRACT PERCENT TYPE OF WORK AMOUNT JOB# COMPLL TL PAVING, GRADING $8C,350 974004 100% UTILITIES PAVING $77,400 974009 100% PAVING $261,000 974010 100% PAVING $135,000 974018 100% GRADING, PAVING $471,209 974019 100% STORM, UTILITIES PAVING $211,200 974026 100% PAVING 5213,681 974030 100% JOB NAME OWNER LOCATION CONTACT COUNTRY INN & SUITES CENTRAL DFVELOPMENT GROUP STEAMBOAT ROGER FINK SKI -TOWN SUITES HOTEL RICH -CAM, LLC STEAMBOAT STEVE CAMPBELL CITY OF STEAMBOAT PAVING CITY OF STEAMBOAT SPRINGS STEAMBOAT DOUG MARSH SH 13 BRIDGES CIVIL CONSTRUCTORS CRAIG GREG HARMS YAMPA VALLEY REG A]RPORT ROUTT COUNTY STEAMBOAT SPRINGS BOBSAVAGE SIDNEY PEAKS ROAD SIDNE) PEAKS RANCH STEAMBOAT SPRINGS HERB LEMEC ROUTT COUNTY PAVING PH 11 ROUTTCOUNTY STEAMBOAT SPRINGS LOUIS GABOS GRADING, PAVING GRADING, PAVING GRADING, PAVING GRADING GRADING, PAVING UTILITIES UTILITIES GRADING OF WORK PAVING GRADING, UTILITIES PAVING GRADING, PAVING GRADING, PAVING GUARDRAIL,ETC GRADING GRADING, RIP RAP GRADING, UTILITIES PAVING PAVING PAVING ASPHALT PATCHING ASPHALT PATCHING GRADING, UTILITIES PAVING GRADING, UTILITIES PAVING GRADING, UTILITIES PAVING GRADING, UTILITIES CONNELL RESOURCES, INC UPDATEDASOF 3128100 SCHEDULE OF MAJOR 1996 COMPLETED WORK CONPRACT PERCENT JOB NAME OWNER AMOUNT JOB # COMPLETE LOCATION CONTACT $293 490 961001 100% MARIANA GLEN 2ND PH 2 BRAY ENTERPRISES, INC LOVELAND SCOTT BRAY $463,253 961002 100% MEADOWBROOK HEIGHTS KB DEVELOPMENT, LLC FORTCOLLINS DON KEIRNS $320,935 961003 100% COUNTRY ACRES 8TH FILING CHESTER HAYS JOHNSTOWN S5,000 961004 100% WESTBURY HALL-IRWIN CONSTRUCTION PORT COLLINS ADAM MACK $128 679 961005 100% COTTAGES @ MIRAMONT ALBRECHT HOMES, INC FORT COLLINS BILL ALBRECHT $255,849 961006 100% THE GATES @ WOODRIDGE WOODCRAFTHOMES FORT COLLINS GARY BERGER $285,682 961007 100% THE OVERLOOK@ WOODRIDGE WOODCRAFT HOMES FORT COLLINS S642,539 961008 1001/1. HARBOR WALK 2ND FILING SOLLENBERGER DEVELOPMENT FOR COLLINS MIKESOLLLNBERGLR $111,359 961010 100% HARMONY C ROSSING GATLWAY AMERICAN FORT COLLINS JOHN CUNNINGHAM S126,507 961011 100% PARAGON POINT PH 5 PARAGON POINT PARTNERS FORT COLLINS BYRON COLLINS $262,146 961013 100% JOHNSTOWN CEN9 ER 4 I H GILLIAM DEVELOPMENT JOHNSTOWN BRUCE GILLAM $941,167 961014 100% STU 1191-010 CLOT BOULDER CANYON S56,547 961015 100% POUDRE VALLEY PI AZA WHEELER CONSTRUCTION FORT COLLINS SCOTT GRIFFIN $I81,756 961017 100% WELD COUNTY JAIL COMPLEX HALL-IRWIN CONSTRUCTION GREELEY BRET HALL $147,924 961019 100% ESTES PARK FIRE STATION RC HEATH ESTES PARK ROB DEAVY S1,302,706 961020 100% LARIMER COUNTY REHAB LARIMER COUNTY LARIMLR COUNT Y PAM DUNCAN $1,349 518 961021 100% 96 STREET MAINTENANCE CITY OF FORT COLLINS FORT COLLINS RICK RICHTER $61339 961022 100% CONCRETE RE HAB PATCH DEMEX PROCUT FORT COLLINS SPIKEIIOFFMAN $97 564 961023 100% HARMONY TRANSMISSION FIRS CONSTRUCTION FORT COLLINS S245,415 961024 100% PARK ENTRANCE ES f ATES VAN HORN ENGINEERING ESTES PARK KEVINFRYE $286,134 961025 100% SUNCREEK 4TH CIE ING SUNCREEK LTD RLLLP LOVELAND MATT DEAL $I 79,482 961026 100°o ALLNUTT FUNERAL C HAPEL ROCHE CONSTRUCTORS FORT COLLINS ERIC UMHOLTZ S440,196 961027 100% COTTONWOOD MEADOWS TSC LLC OF WORK PAVING UTILITIES GRADING, PAVING PAVING GRADING, PAVING PAVING PAVING GRADING, PAVING GRADING, GRADING, PAVING UTILITIES PAVING PAVING PAVING GRADING, PAVING GRADING PAVING STORM SE GRADING GRADING, PAVING GRADING, GRADING, CONTRACT PERCENT AMOUNT JOB k COMPLETL $203,752 961029 $261,358 961030 $79,873 961031 $80,507 961032 $224,784 961033 $L173, 100 961034 $19,519 961035 $22,000 961036 $103,835 961037 570,111 961038 $193,305 961039 $3 �,000 961040 $246,292 961041 $45,250 961042 532,607 96I041 $81,342 961044 $2E2,309 961045 $490,147 961046 586,500 961047 $114,962 961048 $36 424 961049 $97,077 961050 $53,425 961051 $70,758 961052 557,366 961053 100% 100% 100% 100% 100% 99% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 75% 100% 100% 100% 100% 100% 100% JOB NAME LOCATION LOVELAND YEW DR & 9TH WATERLINE LOVELAND RR TRACK CONSOLIDATION FORT COLLINS CLOVERLEAF MOBILE HOMES FORT COLLINS HARMONY CROSSING PH 29 FORT COLLINS SEVEN LAKES LOVELAND WILLOW SPRINGS IB FORT COLLINS COMMUNITY HEATHCARE CENTER FORT COLLINS RIDGEVIEW ESTAI LS HIGHLINE AUTOS FORT COLLINS STONLRIDGE 4T11 PORT COLLINS WILDCAT ACRES MILLIKEN STATE FOREST HQ GOULD MARIANA GLEN PHASE 3 LOVFLAND JOHNSTOWN REHAB JOHNSTOWN RW PROPERTIES FORT COLLINS ESTFS PARK REH AB ESTES PARK SERVICE CENTER WEST LOT FORT COLLINS WILLOW SPRINGS PH 2 FORT COLLINS HAYS MARKET JOHNS] OWN PROSPECT MOUNTAIN STORM ESTES PARK CIRCLE C RANCH EST FS PARK LOT 5, SMITHFIELD SUB FORT COLLINS CLASSROOM FACILITY BRIGGSDALE CREEKSIDE @ PT ARMIGAN WINDSOR PODTBURG VILLAGE OWNER CONTACT RICHARD CONNELL CITY OF LOVELAND JOEBOSCON CITY OF FORT COLLINS MARKSEARS 3OMPSON VALLEY SEALCOAT DEB MCLOUD GATEWAY AMERICAN JOHN CUNNINGHAM HALL-IRWIN CONSTRUCTION ADAM MACK PARAGON POINT PARTNERS BYRON COLLINS DRAHOTA CONSTRUCTION JIM FRANK FORT COLLINS PAVING KELLY HODGE DON SVITAK THU KAPLAN COMPANY LESKAPLAN HALL-IRWIN CONSTRUCTION ADAM MACK ER ANDERSON JERRY ANDERSON BRAY ENTERPRISES SCOTT BRAY TOWN OF JOHNSTOWN ED HILL RC HEATH ROB DEEVY TOWN OF ESTES PARK GREG SIEVERS Cl FY OF FORT COLLINS TERRY ROBINSON PARAGON POINT PARTNERS BYRON COLLINS GILLAM DEVELOPMENT BRUCEGILLAM TOWN OF ESTES PARK GREG SIEVERS BILL DARROUGH V ISSER REAL ES FATES INV GERARD GLOVLR RHOADS CONSTRUCTION GUY ENGELL WINDSOR INVESTMENTS IIALL-IRWIN CONSTRUCTION CONTRACT PERCENT JOB NAME OWNER TYPE OF WORK AMOUNT ✓OB# COMPLETE LOCATION CONTACT ]OHNSTOWN ADAM MACK PAVING $470,548 964003 100% CDOT HWY 40 WIDENING DUCKELS CONSTRUCTION STEAMBOAT SPRINGS DEBI DUCKLES PAVING 5105,139 964004 100% LAKE COUN PY AIRPORT TRICON-KENT LEADVILLE GREG NEJEZCHLEB PAVING SI f3,500 964005 100% MUDDY CRELK BRIDGE EDWARD KRAEMER&SONS KREMMLING DAVID KRAEMER PAVING $100,881 964006 100% BOB ADAMS FIELD DUCKLES CONSTRUCTION STLAMBOA7 SPRINGS DEBI DUCKLES PAVING SI-4,279 964007 100% YAMPA VALLEY REG AIRPORT DUCKLES CONSTRUCTION HAYDEN DEBI DUCKLES PAVING $326,117 964013 100% CITY OVERLAY CITY OF STEAMBOAT SPRINGS STEAMBOAT SPRINGS DOUG MARSH GRADING UTILITIES 578,298 964014 100% DISCOVERY LEARNING CENTER SNOW COUNTRY CONSTRUCT PAVING STEAMBOAT SPRINGS MARK HALVORSEN PAVING $163,398 964019 100% TRISTATE TRISTATE GENERA HUN CRAIG JOHN GOOD W IN PAVING S168,604 964020 100% 1 WENTYMILE ROAD PAVING TWENTYMILECOAL OAK CRELK RICK MILLS 0 I Attachment "C" 01-28-2000 15 27 CONNELL RESOURCES INC PAGE BY DONNA +R. Xrtw EQ\I warn.W.l+.....+.lwnw*w#xwR#Wx.xraw EQUIPMENT MASTER LISTING %%*Wlh4.ff#kYlfi.l+lY RWxF4+4.4X4!#4 h.+#..xfiX nh*%Rk#n#..WllFhfli%nR%%htl.*!F#%#h#h*4.4ll.tFt#ti+Y.fXf..tXX#W.%*h%##tR %f l..f Xfi *Rhh4w4.. 4f .iRXaX**4wR4t*R.h.F l� EQUIP SERIAL LICENSE PURCHASE LICENSE I NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT rt *4lihYR#+4R+M ♦k++Frt4i4+Yi4i h.R4+++i#i44YRR*FRR!#+l+rtiWYYY*%khiR4+4++R++t+kiii4+h+*+*4i+R++FtYiiY+ 44niY#ki+4#+iRhnhtRRR#R 002 2000 GMC 1500 PICKUP TRUCK 1 2000 1GTEC14W2YE119619 4742BLU 09/21/99 11/30/00 810 003 1999 GMC 2500 PICKUP SS TRUCK 1 1999 1GTGC24R6XR721973 4627CLU OB/11/99 D9/30/00 510 Q OD4 1999 GMC 1500 PICKUP CC TRUCK 1 1999 2GTEK19T9X1558978 433201,U 06/02/99 07/31/00 610 005 1999 GMC 2500 PICKUP JW TRUCK 1 2999 1GTEC14W1XE535499 4118OLU 04/05/99 OS/31/00 810 006 1999 GMC 1500 PICKUP ME TRUCK 1 1999 IGTEC14W9XE533768 41183LU 03/23/99 05/31/00 610 007 1999 GMC 1500 PICKUP MM TRUCK 1 1999 1GTEK14W9XE534101 41182LU 03/23/99 05/31/00 610 008 1999 GMC 1500 PICKUP MD TRUCK 1 1999 1GTEK14W2XE534148 411B1LU 03/23/99 05/31/00 810 009 1999 GMC 1500 EXTCAB PICKUP BC TRUCK 1 1999 1GTEK19=2516496 40672LU 02/OS/99 03/31/00 810 N 010 1985 CHEV PU STM SHP TRUCK 1 1985 IGCGC24MOFF307382 7099LY 05/22/86 04/30/00 540 O11 1994 CHEV K15 DO PKP HK TRUCK 1 1994 1GCEK14K3 RZ200381 3533ND 03 /10/94 04/30/00 810 012 1994 CHEV K2500 MF TRUCK 1 1994 1GCFKZ4R7RE262913 3532MD 03/10/94 04/30/00 810 013 1993 FORb EXPLORER BF TRUCK 1 1993 1FKDU34X9PUB22949 IJXB8338 05/22/98 01/31/00 B40 014 1994 CHEV K1500 JM TRUCK 1 1994 IGCEK14Z7RZ250178 7995MD 06/01/94 08/31/00 BID 015 1992 GMC PU ASPHALT CREW TRUCK 1 1992 IGTEK14KCNESS5395 12728WZ 02/05/96 03/31/00 840 016 1990 CHEV FLATBED DIRT CREW TRUCK 1 1990 1GBHK34N2LE223432 12936WZ 02/06/96 07/31/00 540 017 1984 GMC 1 TON PICKUP DIRT CREW TRUCK 1 1964 IGDHC34NOEV505469 13315WZ 08/29/96 09/20/00 840 4 018 1995 GMC 1/2 TON 4WD LD TRUCK 1 1995 IGTEK14ZSSZ511040 22095LU 03/12/97 04/30/00 810 019 1995 GMC 1500 PU FL TRUCK 1 1995 IGTEK14Z5SZ511507 22603LU 04/09/97 05/31/00 610 020 1998 GMC IWO PICKUP PR TRUCK 1 1998 1GTEC14W4WZ507909 2B540LU 05/12/99 06/30/00 810 {�{ k= 021 1994 CHEV K1500 DO TRUCK 1 1994 1GCEK14Z5RZ215BB2 00182S6 04/18/94 06/30/00 840 022 1994 CHEV PKUP DO TRUCK 1 1994 1GCEK14Z7RZ110745 12729WZ 01/26/94 04/30/OD B40 025 1991 GMQ KISDO WT TRUCK 1 1991 1GTDK14Z6ME506287 00266SG 11/03/90 04/30/00 840 026 19D6 GMC 1500 PICKUP TT TRUCK 1 1998 lGTEC14W2WZ543467 35979LU OB/10/98 09/30/00 810 027 1982 GMQ PU PIT TRUCK 1 1982 IGDGC24MOCJ511629 3464MC 02/01/93 02/2B/DO 810 028 1991 GMC PU KN TRUCK 1 1991 IGTECI4ZIME506DE7 2193MC 03/19/93 04/30/00 B10 030 1999 GMC YUKON DENALI TRUCK 1 1999 1GKEK13R7XR904549 FHT5320 07/10/9B 08/31/00 810 033 1992 CHQV PU PC TRUCK 1 1992 IGCEC14ZSNE103950 7356MD 06/29/94 09/30/00 810 034 1909 CH$V PU TRUCK 1 1989 1GCGK24K4KE182713 430OKE 01/08/96 03/31/00 810 035 1995 CHEV PU JA TRUCK 1 1995 1GCGK24K9SE215057 13542LU 03/29/96 05/31/00 810 a 036 199I3 CHEV C1500 DB TRUCK 1 1993 1GCEC14Z9PE166798 734ANB 05/28/96 07/31/00 BID 037 1997 GMC 1500 PICKUP - DD TRUCK 1 1997 lGTEK14W3VZS356GB 1428OWZ 04/17/97 06/30/00 B40 03B 1995 GMC 1500 PICKllP PS TRUCK 1 1995 1GTEK14215Z507809 22602LV 04 /23/97 05/31/00 810 039 1968 CH8V K2500 TRUCK 1 1988 2GCFK29KSJ1190799 14371WZ 06/06/97 07/31/00 B40 N 040 1998 GMC 3/4 TON TM TRUCK 1 1998 1GTGC24R2WZ508503 27973LU 09/17/97 11/30/00 810 041 1998 GMC 1500 EXTENDCAB CF TRUCK 1 1996 2GTEK19R6W1525544 2110OLU 01/16/96 03/31/00 810 042 1998 GMC 1500 PICKUP LD TRUCK 1 1998 1GTEK19R4WE523816 313201,17 02/23/98 04/30/00 810 043 1997 AUDI CABRIOLET TRUCK 1 1997 WAUAABSG4VN002343 1`1194031 03/31/98 05/31/00 BID 044 1993 GMC 1500 EXTENDCAB WS TRUCK 1 1998 2GTEK19R9W1555145 2B539LU 05/08/98 06/30/00 840 045 1993 CHEV BLAZER TRUCK 1 1993 iGNDT13WXP2159659 F4J5496 03/21/96 07/31/00 610 047 1992 GMC CAR PU SK TRUCK 1 1992 2GTFK29K2N1551364 1194MC 08/31/92 10/31/00 BID D48 1991IGMC CAD PU JL TRUCK 1 1991 2GTFK29KEM1544596 2273MB OB/13/91 11/30/00 810 049 19I95 CIJEV TAHOE TC TRUCK 1 1995 1GN£K13K4SJ439323 VXB7516 09/15/95 04/30/00 840 050 1973 FORD BOOM TRK TRUCK 2 1973 F75FVS09991 44758LU 07/12/79 09/30/00 810 051 1903 FQRD F600 TRUCK 2 1983 IFDMF60HXDVA21676 267WZ2 07/27/94 10/31/00 B40 052 1990 FORD STAKE - MANPOLE TRUCK 2 1990 IFDXR62AXLVA14645 9609ME 02/09/96 03/31/00 910 P 053 1990 GMC FUEL TRUCK TRUCK 2 1990 SGDM7111561,J606268 194WZ2 02/07/96 07/31/00 840 054 1997 FORD F800 SVC IRK JJ TRUCK 2 1997 1FDXFBCEXVVA39160 977LU2 03/26/57 04/30/00 610 055 1997 GMC 35H0 SERVICE TRUCK TRUCK 2 1997 1GDKC34F9VJ515396 14841WZ OB/OB/97 10/21/00 840 a Representative 0 0 = ) = =3 = = O-m rM Q ATTENDANCE FIFCORD PREO(D CONFCRCNCE Project: IZc� 1-un a Dale. Location L'ompaity Name l ele 0bone Number Fax Number -cj J Q�z %: )�: '%mf/7�f �.c ''Jirt�. �tl :.i ,,' / � t� ✓'t��dr �f�`�}/ � .'/'� t, IE elnjC- 2-7- 01-28-2000 15 27 CONNELL RESOURCES INC PAGE BY DONNA EQ\L awwwww.aaaa.aa rwaawwarwwr««ww«aara *** EQUIPMENT MASTER LISTING *** a..wx..a«+..aw....wawaa++.««wx«akw..aaa««wx.a..wa wwar.aawr++.....ww+ww+aa«a ra+rwa.a rww w«waw.w++r«rwwaa.++.wwwr«.raaaaaa«w««w.a,taawwarw«wwww++aa+a+w++aaaaw.aw+a.+ EQUIP SERIAL LICENSE PURCHASE LICENSE I NUMBER DESC2IPTION CLASS YEAR NUMBER NUMBER DATE BEN DATE DEPT �� «x......warr..aaaawrrr.+a.+«++a..wa+ww+....awaaww«ww+ww+awwa+w.w«++aww«w wasaarw.ww+ww..+a.w.r. wwxwwx..awaaaaw.xa.+.a awaaw ww ww+ 056 1995 FORD F450 ONE TON CD TRUCK 2 1995 1FDLF47G1SEA24900 22613LJ OS/15/97 07/31/00 BID 057 1993 CHEV LIN - PATCH JW TRUCK 2 1993 1GS,7C34F4PE113639 2407OLD 04/22/97 06/30/00 810 058 19BG GIC 1T14 MAZdUCLB CREW TRUCF, 2 19B6 SG➢GC34W2GS50663B 7361LY 05/01/97 02/28/00 810 059 1977 CHEV 2T FLATBED PVT MAINT TRUCK 2 1977 CCE667VI27S12 176WZ2 02/11/94 02/28/00 840 111 1971 INTNL DUMP TRK TRUCK 2 1979 AA185JHA3]3D8 175WZ2 02/11/94 03/31/00 840 f a 061 1976 FORD SERV TRK TRUCK 2 1978 R70BVBJ65130 197W22 OS/27/88 07/31/00 840 062 1990 FORD DIST IRK TRUCK 2 1990 1FDXR82ABLVA19466 1B9WZ2 02/24/94 07/31/00 840 063 1994 C�IBV 350OHD FLATEED LM TRUCK 2 1994 1GBKC34F7RJ105761 22091LU 03/07/97 04/30/00 810 C 066 1980 IHC S25D0 DIST TRUCK 2 1980 CA252KHA16378 313LV2 1D/12/93 04/30/00 810 067 1985 MACK FUEL TRUCK C'K TRUCK 2 1989 1M2N188YO SW027075 763LU-.. 07/21/95 09/30/00 BID 068 1993 KIINWORTH FUEL TRUCK LK TRUCK 2 1993 2XKDDB9X6PM537923 1342LL2 04/01/99 06/30/00 810 070 1991 GMC C3500 VAN TRUCK 2 1994 1GDHG31K9RF52065S 14833WZ OB/08/97 10/31/00 240 °t 071 196" CRANE TRUCK TRUCK 2 1967 692740 WZ00929 07/11/97 07/31/00 B40 080 1991, GMC TOPKICK SVC JP TRUCK 2 1995 IGDK7HIJ2SJ515438 769LU,' 04/22/9B 06/30/00 BIC 081 1995 DODGE RAM 3500 SVC IS TRUCK 2 1995 1B6MC36C3SS220966 285371,U 05/15/98 06/30/00 810 082 1999 GNC 1 TON PLATFORM TRUCK TRUCK 2 1999 IGDHC34RXXFO22305 406751,U 02/24/99 03/31/00 840 t 083 1991 GMC 1 TON PLATFORM TRUCK TRUCK 2 1999 1GDHC34R1XF021012 40674,U 02/24/99 03/31/00 810 100 1981 INTNL WATOR TRK TRUCK 3 1991 1HT1)2167XSGB1995S 1323LU2 06/22/94 03/31/00 810 101 199L INTNL WATER TRK TRUCK 3 1991 IHTSD27PYPrb357694 10395LU 11/01/96 11/30/00 640 {I 102 1981 INTNL WATUR TRK TRUCK 3 1981 IHTD2167YEGBI9793 1324LJ2 06/06/94 03/31/00 910 103 1986 INTL TANDEM DUM TRUCK 3 1966 1HSZJJWRYGHA13179 219WZ2 06/03/94 01/31/00 840 105 1981 FORD TANDEM DMP TRUCK 3 1981 1FDY7190v]E,BBVJ0549 174LU2 02/16/67 04/30/00 B10 i 106 FORD 7000 WATER TRUC TRUCK 3 1979 R708VFB1566 961LU2 09/19/91 11/30/00 81D 107 1967 HACK DUMP TRK TRUCK 3 1967 DM477S1109 TITLE ONLY 11/22/91 BID 109 1987 PACK TANDEM DUM TRUCK 3 1987 1M2AY101XHMD02S90 759LL2 01/10/94 05/31/00 810 e4 110 1987 PACK TANDEM DMP TRUCK 3 1997 1M2AYI0Y9HM002595 758LL2 01/10/94 05/31/00 84D 111 1987 MACK TANDEM DMP TRUCK 3 1987 1M2AY10Y6HM002585 678LL2 01/10/94 04/30/00 010 112 1987 MACK TANDEM DMP TRUCK 3 1987 1M2AYl0Y3HM002592 677LU2 02/03/94 04/30/00 810 113 1918 INTNL WATER IRK TRUCK 3 1978 D2137HGBRO487 1322LU2 10/17/94 03/31/00 610 i 114 1973 I4ACK WATER TRK TRUCK 3 1973 DM685512858 TITLF: ONLY 03 /09 /95 880 115 1989 MOCK TAND RW613 TRUCK 3 1989 1M2AY04Y2KM0D5766 193W'l,2 04/10/96 07/31/00 840 116 19E19 14ACK TAND RW613 TRUCK 3 1989 1M2AY04Y4XM00S769 192W?2 04/10/96 07/31/00 840 � 117 1908 FREIGHTLINER TANDEM TRUCK 3 1988 1FUY2CYB8JP334718 306W22 05/01/98 06/30/00 840 iR 15B PETERBILT TRAQ CADY TRUCK 4 1923 1XP9DB9X4DP159865 6AL43B 04/11/88 12/31/00 810 159 PETERSILT TRACTOR SB TRUCK 4 1983 1XP9DB9X2DP159864 6BH015 04/11/BB 12/31/00 640 160 1937 MACK CL713 TRACTOR TRUCK 4 1597 1M2A➢62Y4VW004762 6BA553 09/20/96 12/31/00 810 161 PEIERBILT TRACTOR MO TRUCK 4 1985 1XP9D29X5FP180BOB 6AL491 04/21/88 12/31/00 810 165 1973 WHITE WEST IT TRUCK 4 1973 341606 TITLE ONLY 02/09/95 840 166 1990 MACK TT CH613 TRUCK 4 1990 1M2AA06)XLW00457C 4B2LUB 04/17/95 05/31/00 610 167 1990 MACK TT CH613 TRUCK 4 1990 1M2AAD6P7LW004722 481LU6 04/17/95 01/31/01 610 168 1990 MACK IT CH613 TRUCK 4 1990 IM2AA06Y6LWD04727 480LiUB 04/17/95 OS/31/00 510 165 1990 MACK IT CH613 TRUCK 4 1990 1M2AA06YSLW004573 4831US 04/17/95 05/31/00 BID 170 1990 MACK IT CH613 TRUCK 4 1990 1M2AA06Y2LWO04725 476LUB 04/17/95 05/31/OD 810 172 1993 MACK TT CH613 TRUCK 4 1993 1M2AA13f4PWO19503 485LUB 05/31/96 08/31/00 BID 173 1993 MACK IT CHG13 TRUCK 4 1993 1M2AAI3Y6PW019504 688I,U8 05/31/96 09/3D/00 810 �I.. 174 1993 MACK IT CH613 TRUCK 4 1993 1M2AA13Y6PWD19505 4B6LUB 05/31/96 01/31/01 810 175 1993 MACK TT CH613 TRUCK 4 1993 1M2AA13YXPW019506 687LUB OS/31/96 09/30/00 810 176 1995 MACK TT CH613 TRUCK 4 1995 1M1AA13Y3SWO47225 787,UB 04/29/98 07/31/00 810 n 01-28-2000 15, 27 CONNELL RESOURCES INC PAGE BY DONNA EQ\I +#+*xF++#i+Ytw#+#Www+#i#+W YWwlkk+ft '# EQUIPMENT MASTER LISTING t k kµRakn#ihµ+#hRh+«4+f++µ4 µaµkRi#+++rµxYRah W#YYiii##h+Rf++Yi iiw++#W+#iw+«x kRkhWta+Wwx«#La#i++*+4+1R+#++kw+h4+++tRFW#wf r#Y EQUIP SERIAL LICENSE PURCHASE LICENSE I t #fN➢MBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE PEN DATE DEPT 177 1995 MACK IT C14613 TRUCK 4 1595 IMIAA13YBSW047226 786LU13 04/29/9B 07/31/00 810 178 1995 MACK IT CH613 TRUCK 4 1995 1M1AA13Y7SW047227 1270LU2 04/29/98 07/31/00 810 200 CMI LOAD KING TRAILERS 1990 1B41,483591,2116598 L4549B 01/20/93 02/28/00 810 201 TRAIL KING TK20 LOWS TRAILERS 1990 1TKA0482XLM066885 L44855 05/11/93 06/30/00 810 202 TRAIL KING TK100 TRAILERS 1997 ITKJ05337VM059109 L112B93 12/14/98 09/30/00 810 203 MILLER TILT TRAILER TRAILERS 1362 5291 RO19847 07/14/95 07/31/00 840 204 CAI TILT BED TRAILER TRAILERS 1995 ID06019604CO L056639 09/01/95 09/30/00 810 205 CRI TILT BED TRAILER TRAILERS 1996 ID260035:,5(70 R113646 07/26/96 07/31/00 040 206 CRI TILT BED TRAILER TRAILERS 1996 ID06018977CO L102939 09/23/96 09/30/00 840 210 1995 RtO TRAILER TRAILERS 1995 47SS142T)'SID10829 RLI5151 06/17/98 06/30/00 840 212 UTILITY TRAILER TRAILERS 1975 7L5B074007 LO59405 06/ll/B5 03/31/00 810 213 TRPJLMOBILE TRAILER TRAILERS 1979 T50203 L30759 04/D3/89 01/31/01 810 214 1970 IRUEHALF VAN TRAILERS 1978 MAZ556914 L120:44 07/20/98 1D/31/00 BID 218 1995 CMI LOAD KING 2060 TRAILERS 1995 1B4B4023SS1119211 R115240 06/19/98 07/31/00 810 219 1995 CMI LOAD KING 2060 TRAILERS 1995 1B4B40230R1118879 RIIS941 06/19/98 07/31/00 810 220 POSES END DUMP TRAILERS 1976 FHW623809 7AS9:B 01/14/77 12/31/00 810 222 CR ROCK TRAILER N1 TRAILERS 1987 I1)0615009CO 7AP970 02/01/87 12/31/00 810 223 CRC ROCK TRAILER 92 TRAILERS 1987 ID0615226CO 7AP972 05/01/87 12/31/00 BID 224 1999 CLEMENT ROCK TRAILER TRAILERS 1999 1C9BB32BBXM1103S7 1,121082 12/05/98 01/31/01 81D 227 19-37 RED RIVER TRAILLR TRAILERS 1997 4ZYLB4225VID00203 R115399 05/04/9B 06/30/00 81D 228 1936 RED RIVER TRAILER TRAILERS 1996 1R91,34220T1051103 R115090 05/04/98 06/10/00 840 229 1996 RED RIVER TRAILER TRAILERS 1996 1R9LB4222T1051104 L113013 05/04/9B 06/30/00 BID 4 230 1996 RED RIVER TRAILER TRAILERS 199E 1R9LB4224T1O51105 L113072 05/04/98 06/30/00 810 231 1996 RED RIVER TRAILER TRAILERS 1996 1R9L34226T10511G6 L113071 OS/04/98 06/30/00 810 232 1996 RED RIVER TRLR TRAILERS 1996 19RLS4227T1051096 L106078 06/25/96 09/31/00 810 233 1996 RED RIVER TRLR TRAILERS 1996 191ZLE4229T1051097 L106077 06/25/96 08/31/00 810 234 1992 RED RIVER TRLR TRAILERS 1992 1R91,13422ON1051007 L107766 10/21/94 11/30/00 810 235 1992 RED RIVER TRLR. TRAILERS 1992 SR9LB4222N1051039 L44917 10/21/94 11/30/00 810 236 1992 RE➢ RIVER TRLR TRAILERS 1992 1R9LE42:0N1D51041 L44916 10/21/94 11/30/00 810 a 237 1992 RED RIVER TRLR TRAILERS 1592 1R9LB42�SX1051045 L44915 10/21/94 11/30/00 810 238 1586 LOAD KING BTMDLMP TRAILERS 19BG 1L4B35239G1013B55 7AP975 05/18/B9 12/31/00 810 239 1985 LOADKING RIM DUMP TRAILERS 1985 11,4B3523471013356 7AP')76 OS/16/89 12/31/DO 810 240 CMI LOAD KING BOTTON DUMP TRAILERS 1994 iB4B40239R1118735 1,10:933 07/O1/96 08/31/00 B10 241 CD7I LOAD KING BOTTONI DUMP TRAILERS 1994 IB4B40230R1118722 L101934 07/01/96 08/31/00 810 242 CMI LOAD KING BOTTOM DUMP TRAILERS 1994 1B4B40237R1115734 LI02935 07/O1/96 08/31/00 810 243 CMI GOAD KING BOTTOM DUMP TRAILERS 1994 1B4B40230R1118882 L102936 07/01/96 08/31/00 810 24B CMI LOAD KING TRAILER TRAILERS 1995 1B4L4624851119252 LI02937 07/01/96 08/31/00 840 249 CMI LOADKING 02TT TRAILER TRAILERS 1994 1134T29212R6118652 L102929 07/01/96 08/31/00 BID 251 FRUEHAUF JOB TRAILER TRAILERS 1959 C41271 LO56615 06/28/79 02/28/00 610 252 BRWN VAN UTILITY TRL TRAILERS 1960 M601979 L14496 05/08/86 12/31/00 810 254 BROWN VAN TRAILER TRAILERS 1962 M62547E L26626 08/28/66 02/26/00 BID 255 CLN STRICK VAN TRLR TRAILERS 196E B12647 7BF177 06/08/87 12/31/00 810 256 6S TRAILMOB VAN TRLZ TRAILERS 1965 B62037 L264D0 08/25/BB 02/28/00 840 I 260 TRL QFFICE/STUTE PII TRAILERS 1960 14276 X51739 07/13/B7 12/31/00 010 270 ELDER FIELD OFF CL1 - WD TRAILERS 1972 CT353 LU2099 12/15/83 12/31/00 BID 271 CDNST TRLR 24X60 CT TRAILERS 12/31/94 B40 272 CONSIR TRAILER -STUTE TRAILERS 1996 03/01/96 810 276 ELDER FIEL➢ LAB CL2 TRAILERS 1983 382196 XS L740 03/07/89 12/31/00 810 0 01-28-2000 15 27 CONNELL RESOURCES INC PAGE BY DONNA ..«W#fr4 r+Wi W*w EQ\I Xy*yyk FWWkak*WR.k+w+W+ } EQUIPMENT MASTER LISTING RAi h#FhfxXxkR Y#A*hh4A*#4R4R#ix4m.#hxhXf##ah#4f RhYthf#*A*#T#AR#*#R#Fk#i#wRh#hFhAf F#F44i4 ii hilrk h Ah*k#+f RtRM hR Rt*kh Yi#h*A hkkRkR#Y EQUIP SERIAL LICENSE. PURCHASE LICENSE I NUMBERRDESCRIPTION CLASS YEAR NUMBER NUMBER DATE REM DATE DEPT R« RAk#ikhhwh#itY#FtiX#Yxf hhhhhAhk*##4it#t##ihyf hAMR#hh###hRt#RR4#RhhA}Ri#f At i#h44+rcthXhrtw+A A#Rh#R#RifFhrt#*hF+hRh###+1 277 ELDER FIELD LAB CL2 TRAILERS 1986 323490 X75570 03/28/90 12/31/00 840 r 281 HOMEMADE FUEL TRLR TRAILERS 1952 ST28111COL,0 L223B6 09/16/77 01/31/01 810 a282 HOMEMADE FUEL TRLR TRAILERS 1967 ID64082COL,0 1,053369 09/16/77 05/31/00 810 264 500 BBL, FRAC TANK TRAILERS 1968 328 LU3555 OS/11/90 12/31/00 840 285 550 BBL FRAC TANK TRAILERS 1974 C34 LU4368 OS/11/90 12/31/OD 810 266 FRAC TANK 20000 GAL TRAILERS 1984 A3464VB WZ01019 08/10/94 04/30/00 840 287 FRAC TANK 20000 GAL TRAILERS 1980 A3061VE LU4860 09/10/94 11/30/00 810 258 197E EINYRE TANK TRLR TRAILERS 197E J6764 LU4882 11/23/94 02/28/00 840 289 CRI POP'TABLE WATER TANK TRAILERS 1999 CRI289 LUD7209 11/10/99 11/30/00 BID 290 HOMEMADE WATER STAND TRAILERS 1981 ID610653COL0 WZO101B 04/20/61 12/31/00 840 291 HOMEMADE WATER STAND TRAILERS 1981 ID610653COLD 04/15/81 810 292 1994 T MPTE DYNA PUP TRAILERS 1994 ITDE280211ZC086723 L053371 OS/D6/94 06/30/00 610 i; i 293 1994 T MATE DYNA PUP TRAILERS 1994 1TDE2B023RCOB6724 L053370 05/06/94 06/30/00 940 294 1994 TEMPTS DYNA PUP TRAILERS 1994 171DE28025RC086725 L052212 05/19/94 06/30/00 510 295 1991 TEMPTS DYNA PUP TRAILERS 1994 ITDE28027RC066726 L053369 OS/19/94 06/30/00 810 Y, 296 1994 Rr.W TRLR TRAILERS 1994 4RWUR1621 ZN004034 1,120353 09/16/94 09/30/00 810 297 1994 Rio TRAILER TRAILERS 1994 4RWUE162XRN004033 L122891 04/13/99 04/30/00 810 298 199E C-10 TOWMASTER TRAILER TRAILERS 1999 41MC1624KLI63094 1,1276S4 09/09/99 11/30/00 810 305 CAT 935F LOADER EARTHMOV 1994 9MX00508 LUO56S0 07/01/96 08/31/00 840 213 CAT 966F LOADER EARTHMOV 1994 9YJ1176 X40706 07/01/96 06/31/00 840 314 CAT 970F LOADER EARTHMOV 1995 7SK00498 X407011 07/01/96 08/31/00 840 316 CAT 9EDF LOADER EARTHMOV 199E BJN00619 X40707 07/01/96 08/31/00 610 317 1995 CAT 966E LOADER EARTHMOV 1995 1SL01427 CAT FIN 02/15/96 02/23/00 810 318 199E CAT 95OF LOADER EARTHMOV 1996 5SX02584 XSI557 08/30/99 09/30/00 840 326 1995 CAT ➢9N DOZER EARTHMOV 1995 6XJ01031 X51140 06/04/99 01/31/00 810 a327 1994 CAT DGH XL DOZER EARTHMOV 1994 9LK00451 X51324 OS/01/99 05/31/00 810 r 328 1990 CAT D4H DOZER EARTHMOV 1990 DEPESS03 X40711 09/16/96 10/31/00 840 329 CAT CAN DOZER EARTHMOV i994 57J1710 X11035 07/01/96 08/31/00 810 331 CAT DGH CRAWLER TRAC EARTHMOV 198E 3ZP00481 X51233 01/28/93 05/31/00 810 p 334 199E CAT D3C TRACTOR EARTHMOV 199E 6SL01125 CAT FIN 02/15/96 06/30/00 E10 364 CAT 613C SCRAPER EARTHMOV 1986 92X00942 LU05610 05/1B/95 06/30/00 810 311 CAT 613E SCRAPER EARTHMOV 1978 38W05406 LU07110 04/30/94 04/30/00 810 y 367 1992 CAT 621E SCRAPER EARTHMOV 1992 6AH01463 X51234 04/02/97 OS/31/00 810 36B 1994 CAT 623F SCRAPER EARTHMOV 1994 GBK00087 X512-S 04/02/97 D5/31/00 610 369 1996 CAT 627F SCRAPER EARTHMOV 1996 1DL00276 CAT FIN 06/11/97 05/31/00 810 a 403 19514 CAT 140G GRADER EARTHMOV 1994 72VI6620 CAT FIN 02/15/96 03/31/00 BID 404 1991 CAT 140G GRADER EARTHMOV 1991 72VI4397 CAT F'IN 02/15/96 D2/29/00 810 40S 1995 CAT 140H GRADER EARTHMOV 1995 2ZK00104 CAT PIN 02/15/96 O9/31/00 B10 406 19'37 CAT 140H GRADER EARTHMOV 1997 2ZK01847 WZO0r969 04/08/98 04/30/00 840 Ij 407 19'97 CAT 140H GRADER EARTHMOV 1997 9TN00467 LU07L07 05/01/99 05/31/00 810 420 CAT B15H COMPACTOR EARTHMOV 1988 17Z00937 X51236 01/29/93 OS/31/00 BID 421 1993 CAT CP123 COMPACTOR EARTHMOV 1993 6JD00392 X75736 04/08/98 04/30/00 840 a 430 1995 DYNAPAC CAISIPDL VIH ROLLER EARTHMOV 1995 59SLO946 X11167 11/13/97 02/28/00 810 431 1996 DYNAPAC CAISID COMPACTOR EARTHMOV 1996 59811109 X51237 04/29/98 05/31/00 810 432 1997 DYNAPAC CA151PD COMPACTOR EARTHMOV 1997 5981148E 12/29/99 510 435 REX 3-35 COMPACTOR EARTHMOV 1994 HE1420 X51252 05/01/98 06/30/00 910 436 REX 3-35 COMPACTOR EARTHMOV 1995 HE1428 X51741 12/14/95 12/31/OD 810 437 REX 3-35 COMPACTOR EARTHMOV 1990 14E1305 X51742 12/14/9B 12/31/00 810 It R 01-28-2000 15 27 CONNELL RESOURCES INC PAGE BY DONNA EQ\L ' 4Rf YiF4 w11h1144iRYf h*4*4*�fR*i F4k4 EQUIPMENT MASTER LISTING +«w +++x++aR»4+iv»fR+44*+44Tw+++++I+Fhhrx4iffxa+a+a4xx++f++444rF44Ff++FF ai f++.fh+++4444+44f iFFi+*4rFr.rx*xfasf .ai>i4++i+F++++++++h EQUIP SERIAL LICENSE PURCHASE LICENSE E NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBEF DATE HEN DATE ➢EPT ***h*h******!**4*R****4******—**4***fa*+***h******4**f**********+*******4****************a*****************h*x*4****f w******* 441 19813 JOHN DEERE 6650 4WD TRACTOR EARTHMOV 1968 2W86501100925S LU06872 1D/20/9B 11/30/00 910 442 1987 JOHN USERS 8650 4WD TRACTOR EARTHMOV 1987 RW8650EOOB606 LUD1060 02/04/99 03/31/00 BID 452 1999 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV 1999 A83243 12/28/99 BID 453 KOMATSU PC40gLC-5 HYD EXCAVATOR EARTHMOV 1995 A40063 XS1741 01/01/96 12/31/00 810 455 CAT 325L EXCAVATOR EARTHMOV 1993 OBNK00362 X51253 02/01/95 06/30/DD 610 Y: 456 CAT 350L EXCAVATOR EARTHMOV 1995 3KL00490 CAT FEN OS/15/97 05/31/00 810 457 1997 CAT 330T3L EXCAVATOR EARTHMOV 1997 6DR00657 XS1319 04/08/98 04/30/00 810 460 KOMATSU PC300LC-5 EX EARTHMOV 1995 23482 X51217 12/01/95 04/30/00 810 461 1998 ROMATSU PC30OLC-6 EARTHMOV 1990 A81101 X34459 09/30/98 10/31/00 BID 462 KOMATSU PC150-6 EXCAVATOR EARTHMOV 1998 K30226 X51744 12/14/98 12/31/00 BID 463 ROMATSU PC22OLC-6 EXCAVATOR EARTHMOV 1997 A83217 X7563B 12/14/98 01/31/00 840 464 1994 CAT 350L EXCAVATOR EARTHMOV 1994 3MLOO201 X51325 OS/01/99 05/31/00 BID 467 1993 CAT 416E 13ACMOE EARTHMOV 1993 8ZKOOBBO CAT FIN 02/15/96 02/28/00 810 468 CAR' 416 LOADER/BACKH EARTHMOV 1992 5PCI6259 X11036 07/01/96 08/31/00 810 4E9 CAT 416E LOADER/BACK EARTHMOV 1993 6MJ00299 X11037 07/01/96 OB/31/0D 810 F 471 CAT 4:6 LOADER BACKH EARTHMOV 1992 0713CO542L LUD5609 02/01/95 06/30/00 840 r 472 JD LANDSCAPE TRACTOR EARTHMOV 2995 T021DC2809074 LUD6575 D3/27/95 0613D/DD BID 473 93 JD LANDSCAPE TRACTOR EARTHMOV 1993 T0210CE7135404 LU0611B 01/07/97 02/2B/00 B10 474 1997 JD 2101,E LANDSCAPE LOADER EARTHMOV 1997 T021OLEBZ983S LU06088 12/15/97 02/2B/00 210 475 19137 CASE 570LXT LANDSCAPE TRACTOP EARTHMOV 1997 JJG0225091 LU06090 12/16/97 02/28/00 B40 476 1998 iID210 LANDSCAPE LOADER EARTHMOV 1998 T0210LE048723 LU06866 09/08/98 10/31/00 810 492 AMCO G2-2832 ➢ISC EARTHMOV 1999 99030139 LU07091 D4/08/99 04/30/00 BID 483 1997 BOBCAT 763 LOADER EARTHMOV 1997 512226348 X33192 02/15/99 03/31/00 810 484 1939 BOBCAT 863H LOADER EARTUMOV 1999 514428614 X34955 03/05/99 04/30/0D 810 485 1998 CASE 1845 SKID STEER LOADER EARTHMOV 199E JAF0250756 X75774 07/13/38 07/31/00 840 486 1992 GEPJ, SY,ID LOADER EARTHMOV 1992 US40123 X75773 07/06/98 07/31/00 840 487 1995 BOBCAT 853 LOADER EARTHMOV ID95 512819993 X11038 OB/12/96 08/31/00 BID 488 1993 743E BOBCAT EARTHMOV 1993 509321184 X51254 06/14/96 06/30/00 610 489 CONNELL LANI) LEVELER EARTHMOV HOMEMADE, 09/18/95 810 q 490 ANCO DISC WOG2830-BG EARTHMOV 566 09/12/94 810 491 SCSCAT 85314 LOADER EARTHMOV 1595 512616276 LU05611 02/23/95 06/30/00 840 412 CPT 1125 WATER TRUCK EARTHMOV 1984 25DS6684 XS1255 04/10/15 06/30/00 810 e 493 CAT D35C ARTIC DUMP EARTHMOV 1988 02GDODIII X11051 07/14/95 04/30/00 810 494 CAT D35C ARTIC DUMP EARTHMOV 1988 02GD001 L2 X51256 07/14/95 06/30/00 BID 495 11188 D35C ROCK TRUCK EARTHMOV 1908 2GDOOEOb CAT FIN 02/15/96 02/28/00 810 a 496 GAT 1521 ROCK TRUCK EARTHMOV 1980 45PO2633 X34779 12/15/98 01/31/00 810 497 CAT 621 ROCK TRUCK EARTHMOV 1983 45PD357L X34i80 12/15/98 01/31/00 810 501 ELJAf C54 CONE CRUSH AGGREGAT 1995 41BOB95 LU06082 10/02/95 08/31/00 610 502 CIDARAPID JAWCRUSHEP AGGREGAT 1993 43617 X51336 10/06/93 05/31/00 BID 31 503 PIONEER 74EVT PORT IMPACTOR AGGREGAT 1996 74-DV-15B X11039 05/08/97 06/31/00 810 504 E6 JAY 1316 PORT CONE AGGRECAT 1989 42FOIBB LU06599 D3/26/98 04/30/00 640 III PIONEER 2016 PORT JAW AGGREGAT 1975 KNWN-3415 X75754 05/05/98 06/30/00 840 a506 199E PIONEER 2500 PORT IMPACTOR AGGREGAT 1998 400179 12/29/99 810 507 FEEDER/SURGE HOPPER AGGREGAT 1991 31591A LU3790 02/20/91 03/31/00 610 508 CONTROL HOUSE AGGREGAT 1575 BLW525635 L40111 03/06/91 03/31/00 810 509 CONTROL PANEL AGGREGAT 1991 1255092 04/01/91 840 A Q 510 SCREEN PLANT AGGREGAT 12/03/E1 810 a III 11ORDBERG 8'x20' SCREEN DECK AGGREGAT N4H➢1216AX3820-3823 03/26/9B BID p 01-28-2000 15 27 CONNELL RESOURCES INC PAGE 81 BY DONNA EQ\L }}rtrt*+*xf*}xr*xrtwh#«aw r}rtw*xf}Xraa *" EQUIPMENT MASTER LISTLNG f«ihahii r«xxxx}*r*w+i«rt}x#haaXf raa µah xf Y«i«*fFYYeih Y}i*}k*aFµfk#iFXX}rtµh*aaf FlFfrtrtkhkff TkFlf FX of 4hXih*tYk}Xµa MWrrt*kff F}*a}akwhhhh*+µ}Rx ea+wF}r4*IFf Y}rFkiWkw**hYa EQUIP SERIAL LICENSE; PURCHASE LICENSE E CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT aNUMBER }DESCRIP"P*ON 512 EL -SAY PORT SCREEN PLANT AGGREGAT 1972 43E1093 LU4779 07/20/93 OS/31/00 810 513 EL -JAY PORT WASH PLANT AGGRBGAT 1983 43H381 WZ00971 07/13/89 12/31/99 840 I� 514 1999 JCI 6163-32 SCREEN DECK AGGREGAT 1999 99N033332 X75742 02/09/99 06/30/00 840 515 CRI SCREEN DECK AGGREGAT 1996 96HOIE32 LU0614L 11/01/96 04/30/00 810 526 EL JAY PORT SCREEN PLAPP: S623ODB AGGREGAT 1994 4310994 LUD6058 04/07/97 05/31/DO 810 517 WAZEE ELECTRIC PANEL AGGREGAT 1394 NONE 04/07/97 810 520 POWERSCREEN COM!%ANDER AGGREGAT 1989 E103890 LU3746 10/25/91 01/31/01 B40 B21 CEDRPDS SURGE FEEDER AGGREGAT 43792 07/15/93 810 I4 531 EAGLE ROCK WASHER AGGREGAT 10/11/83 BID 533 EAGLE 3WINSCREW WSHR AGGREGAT 197E 9763 LUD6079 10/04/85 05/31/00 94D 534 CE➢ARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47530 X51745 12/14/98 12/31/00 810 535 CEDAIL'lDS 30"%60' CONVEYOR AGGREGAT 1998 47101 X75639 12/14/98 01/31/00 840 1 536 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 4710D X51746 12/14/98 12/3_/00 BID 537 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 199E 4709E X51747 12/14/98 12/31/00 810 536 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1997 46587 X51749 12/14/98 12/31/00 810 3 539 EL JAY 36"x27' REJECT CONVEYOR AGGREGAT 1994 43HO494 X34335 04/07/97 07/31/00 810 540 PEERLE'9S CONVEYOR AGGREGAT 1977 13153E LU1812 01/08/80 12/31/00 840 541 POR" STK CONVYR 24"X50' AGGREGAT 1980 CLU2163 1,02163 04/01/80 12/31/CO 840 542 24"XSD'CCNVEYOR AGGREGAT 1991 9138001 L04790 12/08/93 07/31/00 810 543 PEERLESS RADIAL STKR AGGREGAT 1994 22609 LUD5608 02/17/95 06/30/00 810 544 N C RIPPLE BELT FEED AGGREGAT 19B4 49664 X7557L 05/06/84 12/31/DO 640 545 CDR�DS 30"X60' CONVYR AGGREGAT 1994 44375 X51251 02/11/95 06/30/00 BID 546 CDRPDS 30"X60' CONVEYOR AGGREGAT 1994 44377 X512513 02/17/95 06/30/00 810 547 CEDARAPID CONVEYOR AGGREGAT 1994 44372 X51219 02/15/96 04/30/00 610 548 PEERLESS CONVEYOR AGGREGAT 1971 11462C LU3166 05/16/86 12/31/00 840 549 CEDARAPIDS CONVEYOR AGGREGAT 1993 44075 X51220 02/15/96 04/30/00 810 550 PEERLESS CONVEYOR 24"X50' AGGREGAT 2971 11462A LU3165 05/16/88 12/31/00 840 551 PEERLESS 30"X100'CONVEY0R AGGREGAT 21BB7 12/01/93 810 552 CEDARAPIDS CONVEYOR AGGREGAT 1994 44374 X51221 02/15/96 04/30/00 810 553 CEDARAPIDS CONVEYOR AGGREGAT 1994 44373 X51222 D2/15/96 04/30/00 810 554 CEDARAPI➢S CONVEYOR AGGREGAT 1993 44072 X51223 02/15/96 04/30/00 810 555 PEERL.SS 30"X50'CONVEYCR AGGREGAT 1984 20121 X11180 03/22/91 03/31/00 810 556 CEDARAPIDS 30"X60'CONVEYOR AGGREGAT 1990 41828 X111E1 03/22/91 03/31/00 BID 557 CEDARAPIDS 30"X60'COb VVYOR AGGREGAT 1990 41812 X111B2 03/22/91 03/31/00 810 55B CEDARSPIDS 36"X60'CO�WEYOR AGGREGAT 1990 41816 XIIIE13 03/22/91 03/31/00 810 559 CEDARAPIDS 36"X60'CONVEYORS AGGREGAT 1990 41817 X111B4 03/22/91 03/31/00 810 560 C'EDAR4PIDS 36"X60'CCNVEYOR AGGREGAT 1990 41815 X011L85 03/22/91 03/31/OD 910 561 EL JAY CONVEYOR 12"X30' AGGREGAT 1991 ID28003652CO 72B3952 09/05/92 20/31/00 810 562 PEERLESS 30"X60' CONVEYOR AGGREGAT 1990 21620 X51224 03/03/93 04/30/00 610 563 PECRLESS 3D"X90'CONVUYOR AGGREGAT 19498 07/16/93 810 564 CEDARAPIDS 36"X60'CONVEYOR AGGREGAT 1993 43686 X51259 12/01/93 06/30/00 BID 565 CEDARAPIDS 30"X60'CONVEYOR AGGREGAT 1993 436BS X51260 12/01/93 06/30/00 810 566 CEDARAPIDS 30"X60'CONVEYOR AGGREGAT 1993 43B86 X51239 07/16/93 OS/31/00 810 567 CEDARAPIDS 3D"X60'COWEYO& AGGREGAT 1993 43887 X51240 07/16/93 05/31/00 820 568 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1993 43888 X51241 07/16/93 05/31/00 810 569 CEDAPAPIDS 30"X6D' CONVEYOR AGGREGAT 1993 43889 X51242 07/16/93 05/31/00 810 e $70 BOWE RZCHAADSON SCALE 70'-CT AGGREGAT 1995 73-0385, 03/01/95 840 571 FAIRBANKS SCALE -SB ASPHALT AGGREGAT 04/26/95 840 �J 01-25-2000 15 27 CONNELL RESOURCES INC PAGI c BY DONNA EQ\I ',"�( f.++++a4wrwww#w+hwwr##ah«whf+af aw+ *** EQUIPMENT MASTER LISTING *** #w#«#xw#aaaa.#+wM+x+aMFwwrv«#ww «wwx Ile#h##«i.#wF##Yrt#hi#RikF#fw+a#Yt+####w+#a+rt#if#FFfff+##w44#kh##xf xw#h4 if ww#Yf iw##ww+##wR#Mw+i##hYf«tx##xw wf i#kk#wifxFw#Ff#4#M*#♦ EQUIP SERIAL LICENSE PURCHASE LICENSE I NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT 572 CARDINAL COT SCALE-W➢ AGGREGAT 1991 C10359 10/28/93 810 573 FAIRHAVKS SCALE-CAMII,ETTI AGGREGAT 7656F 05/27/SB 640 a 575 CEDARAPI➢S 30"X60' CONVEYOR AGGREGAT 1998 47526 X75571, 12/14/98 12/31/00 640 576 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 199B 47525 X75572 12/14/9B 12/31/00 B40 577 CEDARAPIOS 30"X60' CONVEYOR AGGREGAT 1998 47524 X75573 12/14/96 12/31/00 640 578 CED4RAPIDS 36"X60' CGINEYOR AGGREGAT 1998 47512 X75574 12/14/98 12/31/00 840 579 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1997 46565 X51749 12/14/98 12/31/00 610 560 CRI SCALE CONVEYOR AGGREGAT 1998 BID 582 CUMMINS DMT300 GEN AGGREGAT 1991 91427 X51243 07/OI/93 05/31/00 810 a 583 CAT 3306 GENERATOR W/ TRAILER AGGREGAT 1998 09NR02209 X75661 12/23/98 03/31/00 840 5B4 CAT 3306 GENERATOR W/ TRAILER AGGREGAT 1999 09NRO3050 X75741 05/01/99 06/30/00 840 S85 MAXILITE MLA4H PORTABLE LIGHT AGGREGAT 1994 940850 LU06091 12/12/97 02/28/00 810 566 MAXILITE ML4H PORTABLE LIGHT AGGREGAT 1994 940857 1006Q92 12/12/97 02/28/00 810 590 RIP RAP GRIZZLY AGGREGAT 12/15/88 SID 591 SCREEN TRAILER AGGREGAT 1985 1D0613H2000 L29911 09/07/89 06/30/00 610 i? 604 CEDARAPIDS PUGMILL ASPHALT 42426/42427 07/24/90 BID 609 DISCHARGE CONVEYOR ASPHALT 1999 07 /15/99 810 610 ASPHALT CONTROL PANEL ASPHALT 03/31/96 BID 611 EZ BIN COMPUTER-610 ASPHALT 1996 04/19/96 BID 612 ASpAA �T CONTROL HOUSE ASPHALT 1999 04/01/96 BIG 613 ASPHALT RECYCLE CONVLRSION ASPHALT 1998 04/O1/98 810 614 ASPHALT TESTING OVEN ASPHALT 1099 05/21/99 810 a 615 RP14SEY SCALE SYSTEM ASPHALT 03/31/96 BID 616 (31 200T STD HAVEN ASPHALT SILO ASPHALT 1997 03/30/97 SID 627 IODT PITSAVER ASPHALC SCALE ASPHALT 1997 500397 04/07/97 BID ('9 618 SIX BIN FEEDER ASPHALT 1997 OS/31/97 BID 1�1I,'BJj 620 EZ ELEND COMP (#630) ASPHALT 1996 OS/20/96 840 623 DUSTEX RA1540 BAGHOU ASPHALT 1974 72904S WZ00974 03/28/94 04/30/00 840 625 CEDARAPID ASPHALT PLANT (BAGHSE/DAM) ASPHALT 03/07/94 BID 626 GENTEIC HEAT ESCH ASPHALT 1995 03835696 03/15/95 810 627 CEI 3500A OIL HEATER ASPHALT 1995 H109295 05/22/p5 840 626 SID HAVENS ASPH SILO ASPHALT 1995 07/01/95 840 629 PC' ASPHALT PLANT SETUP ASPHALT 1997 06/01/97 810 630 C141 IITD300 PORTABLE DRUM ASPHALT 1997 04/20/97 840 631 SS ASPHALT PLANT SETUP ASPHALT 1997 07/01/97 840 I 632 BG-145 PAVER ASPHALT 1984 SA14SX541 X40710 07/11/91 10/31/00 81D 633 BG-225 PAVER ASPHALT 1986 13G225-X161 X75755 06/17/93 06/30/00 840 635 CIC461 PAVER ASPHALT 1994 44255 X75756 09/15/94 06/30/00 840 636 GILCREST 613 PRO PAVER ASPHALT 1996 2555 X51244 04/07/97 05/31/00 910 638 1996 CAT WES51B PICICUP MACHINE ASPHALT 1996 SBC00263 X34704 09/22/98 06/30/00 810 639 OWI PR-SOO PROFILER ASPHALT 1990 519105 X51245 04/25/97 05/31/00 SID 640 CS 8200 PROFILOGRAPH ASPHALT 1996 8200-1B6-96 05/28/96 840 n 641 GRAYCO LL 5000 STRIIER ASPHALT A2573 06/01/96 S40 642 POWER CHASER 150 ASPHALT 1997 150099"B90 X53720 09/17/97 11/30/DD 810 645 197E SLAW KNOX SHOULDERING MACHINE ASPHALT 1978 756003 X11034 04/05/99 08/31/00 810 I� 641 1997 CAT CR224C ASPHALT ROLLER ASPHALT 1997 3AL00B13S X075660 02/01/99 03/31/00 840 4 648 1997 HYPAC 530A RUBBER ROLLER ASPHALT 1997 A091C4b480 X1 168 01/27/98 02/25/00 BIC I 649 1991 KYSTER C340C ROLLER ASPHALT 1993 C146C3149F XS,261 04/01/96 06/30/00 BID 01-28-2000 15 :7 CONNELL RESOURCES INC PAGE BY DONNA £Q\L EQUIPMENT MASTED LISTINC '� +*h.*Rtti4*tw**k#*wFeRFFR#++F+FkF+*i*rti.kwk+f+t++**hF+f+.a++trt+*+t#tr+t+t*kRYkhRk+awRx+Rht++F+h4*khFhiMwFR4*+tY*hhx+Rthi+x+t++ EQUIP SERIAL LICENSE PURCHASE LICENSE I NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REM DATE DEPT g� 651 HYSTER P'NEUM ROLLER ASPHALT 1983 A91C3686G LU05848 12/12/B6 12/31/00 810 a112 # DYNAPAC CC21 DRUM RO 653 DYNAPAC CC10 DRUM CO ASPHALT 1985 730B041 ASPHALT 1985 S86004 X51246 X75775 05/11/93 05/31/00 12/01/93 O8/31/00 810 840 E54 DYNAPAC CC1D1 ROLLER ASPHALT 1990 61310207 X51262 12/01/93 06/30/00 610 557 HYSTER C7668 DRUM ASPHALT 2994 B209CI99SR X51263 02/17/95 05/3D/00 810 658 HYSTER C766S DRUM CO ASPHALT 1995 U209CID01P X75768 02/17/95 06/30/00 840 659 HYSTER C'S30A PNEU CO ASPHALT 1994 A091C4202P L005607 02/17/95 06/30/00 810 660 CAT CB414 DRUM COMP ASPHALT 1991 03TF00069 X75757 02/01/95 06/30/00 840 661 HYSTER PNEU COMPCTR ASPHALT 1971 4271R LU05606 04/19/95 06/30/00 840 662 1996 DYNAPAC CC122 VIBF ROLLER ASPHALT 1996 60112156 X11169 11/13/97 02/23/00 810 663 1996 DYNAPAC CC122 VIBF' ROLLER ASPHALT 1996 60112070 X75658 11/13/97 02/28/00 840 664 ING RAM) ➢D-32 VIER ASPH ROLLCR ASPHALT 1996 14445E X11170 12/29/97 02/25/00 810 665 MELROE PLANER ASPHALT 40D101228 09/15/96 BID 666 ING RAND SD-70D ASP ROLLER ASPHALT 1996 14SO77 W20200L 22/01/99 01/31/00 840 671 ROSCO BROOM ASPHALT 1975 477X LU3744 07/02/91 10/31/00 640 672 BROCD BROOM ASPHALT 1985 2432 LU4484 08/12/93 DB/31/00 810 a 673 BROCC BROOM ASPHALT 1986 2691 LU07:99 D4/06/95 06/30/00 810 678 1992 CHEVY W/TEMP 210 SWEEPER ASPHALT 1992 IGBJC34KSN2162875 WZ00952 01/27/9B 03/31/00 B40 660 CRT LIME TANK ASPnIXLT 1994 12/01/94 BID 681 CRT LIME TANK ASPHALT 1995 06019599C0 L056622 08/01/95 07/11/00 840 682 CHILDERS ASPH TANK ASPHALT 1966 0866-0765 12/02/94 BID 6B3 CIASP'RALT TANK ASPHALT 1995 T61195 05/22/95 840 !� 690 STEPHENCANPIELD CURB ASPHALT 641192 840 692 GAC CUB 300T PAD MAC ASPHALT 1995 004 O8/22/95 840 693 MEW GP3000-15 CMPCTR ASPHALT 1995 1353600 BID a 694 CIMLSNEI 13200 APPLIC ASPHALT 1994 93-250-32L 840 696 DIST SPRAY POT_ 600G ASPHALT 1965 267823 LU06043 08/29192 03131/00 SID 698 DISTRIB SPRAY POT ASPHALT 1130 09/03/93 840 701 GORMAN RUPP 3" PUMP SUPPORT 65BB76 06/19/78 810 702 TRASH PUMP 3" SUPPORT 07/09/80 840 704 GORMAN RUPP 6" PUMP SUPPORT 1993 1002835 LU0SI8 10/25/94 11/30/00 810 705 GORMM RUPP 4" PUMP SUPPORT 695646 02/10/86 BID Bpi 706 GOP34AN RUPP 4" PUMP SUPPORT 1986 B53335 10/01/86 BID 707 GORMAN RUPP 4" PUMP SUPPORT 779190 10/01/86 840 708 HONDA TRASH PUMP SUPPORT 1993 WAF-1009879 04/15/93 810 709 GOULD SUMMERS PUMP SUPPORT 1995 GCT 95-133 06/01/95 810 711 MONARCH WATER GUN SUPPORT 02/30/60 BID 712 GORMAN RUPP 2" PUMP SUPPORT 838289 06/09/59 BID 713 GORMAM RUPP PUMP SUPPORT 918123 06/21/89 910 1C 719 2000 GAL SKID TANK SUPPORT 06/20/94 610 720 20DO GAL SKID TANK SUPPORT 2980 JOE6351 X75568 08/32/93 12/31/09 840 121 SKID FUEL TANK HMADE SUPPORT 07/07/87 BID k 722 SKI➢ STEEL TANK SUPPORT 12/D1/91 910 732 1993 CAT 3412 GENERATOR SUPPORT 1993 BIZ1341B X40705 04/11/95 OB/31/00 BID 733 INC, RAND P-185 COMP SUPPORT 1992 204004U328 LU05649 D7/01/96 OB/31/00 810 134 INC; RAND P-185 COMP SUPPORT 1993 230212000328 LU05668 07/01/56 09/30/00 810 735 ING/RAND P1B5 COMPR SUPPORT 1991 IB9407US1328 LU48LO 03/19/95 04/30/00 610 736 ING/RAND COMPRESSOR SUPPORT 1586 142B34 WZ00311 03/11/66 05/31/00 640 01-2B-2000 15 27 CONNELL RESOURCES INC PAGE BY DONNA FrtW #Fn E4\I #*FFR%Fn>4+*t+fFFY#F+%F+#Ft#FFFii♦ EQUIPMENT MASTER LISTING +*i ***#*rtf fn44f+R*Y t*i#rtk%%Y++t4F% #+i FiFnh4*nn%knth+++%Yn+hWi#%n1fr+*4+W+hWYhnF##Fi***M+F+*Rf#4RF4Rh4fYaf**+F*i Y+FR i*hrt**F*%rtf*R*nn#*#F%+F#+n %W rtrt#a+#W*#Y*h+*%+R1 EQUIP SERIAL LICENS❑ PURCHASE LICENSE I NUMBER DESCiIPTION CLASS YEAR NUMBER NUMBER DATE BEN DATE DEPT ^J 4 a+M1Y++F#a*Wa+XY tYY###Ya+Y#%+hhYhhhYhff#aahi###a###f##rt*F#i++Y+Y##f Yrt4R#YYY#h+h++hYrt nYfrtYYnf Y##i#k#rt+#rt+##h#FYYh##hhah++a YfiWY%� 737 ING/RAN➢ COMPRESSOR SUPPORT 1926 154528US6957 LU3611 03/11/98 12/31/00 B10 "I HIXON 1115-1 PIPE LASE2 SUPPORT 1995 01/25/96 810 i a 739 LS00 ELECTRONIC LEVE SUPPORT 1996 7563/29121 05/01/96 810 740 LB00 ELECTRONIC LEVEL SUPPORT 1997 12B33/455C4 04/24/97 810 741 LE20 ELiECTRONIC LEVEL SUPPORT 1997 1585/5414E 09/26/97 910 742 PIPE LPSER #1165-1 SUPPORT 1997 L21219 11/01/97 810 'M 743 NQRTON 13UP SAW SUPPORT 1997 97DO0721 05/19/97 810 744 HIXON 1250 HP PIPE LASER SUPPORT 1999 10246 Oi/15/99 B10 745 ASPHALT CUTTER SUPPORT 07/25/60 B10 a 747 COLEMAN CORKS MOD SG SUPPORT 1986 03/26/86 BI❑ 749 PAVIFA PETROMAT MACH SUPPORT FU50068104 810 711 CONCRE"E FORMS SUPPORT 1981 10/20/81 640 771 MBW PLATE COMPACTOR SUPPORT 1996 1571321 NA OS/01/96 B10 773 VISFOMAX COMPACTOR SUPPORT 840330171 07/01/B2 B10 774 CASF ?LATE COMPACTOR SUPPORT 1987 0640021905 04/10/87 Bic 775 MIEUI A COMPACTOR SUPPORT T2012 01/01/69 B10 C 775 ERNE, EACKPILL TAMPER SUPPORT 01/01/89 810 778 ACT ON COMPACTION WHEEL SUPPORT 1993 6400W-X-D6 01/01/96 810 779 ACT ON 364EBC WHEEL SUPPORT A930102 01/22/93 810 780 MEW ASPH COMPACTOR SUPPORT 1567963 04/2B/93 640 781 ING/RAND GENERATOR SUPPORT 19BB 166667088802 LU06829 03/09/95 04/30/00 810 114 CAT 3406E GENERATOR SUPPORT 1993 02WBI2221 X11040 07/01/96 OB/31/00 810 tl a 785 CAT 3412 GENERATOR SUPPORT 1993 B1Z14B90 X1104L 07/01/96 08/31/00 B40 786 1991 CAT 3412 GEN SET SUPPORT 1994 SIZ16073 X11052 01/01/96 09/30/00 810 787 1995 MULTIQUIP 68KW GDNSET W/ TRAILER SUPPORT 1995 3659803 LU07059 02/13/99 02/31/00 BIC did 786 LANDA PRESSURE WASHER SUPPORT 1999 P0399 12649 XS1139 06/11/99 07/31/00 B10 789 1982 JOHN DEER£ 2240 i. DISK SUPPORT 1982 432647 LU06059 01/16/95 02/28/00 810 790 TRENCH CAGE SUPPORT 06/01/75 840 792 SEARS SNOWBLOWER SUPPORT 1954 325206675 01/01/94 840 A ag 793 JOHN DEERE SNOWBLOWER 1032D SUPPORT 1996 M01032D164130 12/24/96 840 794 RYLAND 9' HYD ANGLE PLOW SUPPORT 1996 7296 12/17/96 840 795 BXB SINGLE WALL BOX SUPPORT 68-4SW 01/07/93 B10 a 796 8' NORTHERN SNOWPLOW SUPPORT 913-023 02/11/94 840 797 CONFINE ENTRY TEST SUPPORT 1994 04/01/94 810 798 PRESSURE WASHER SUPPORT 1994 PHW5-20021Q 06/14/94 640 799 12' DEMO SAW SUPPORT 09/08/95 810 iB 800 LANDA WASHER SHOP 58998 02/13/79 810 802 HOSE CRESS EQUIPMENT SHOP 6V6015 & 6V4860 02/01/86 BID 803 WILGINS FORKLIFT SHOP 1980 374655 LU30L6 09/09/B7 12/31/00 810 a 804 1988 P&H 22 TON CRANE' SHOP 1988 55025 LU06644 07/08/98 07/31/00 810 805 KOICHRING MOTOHUG FOR SHOP W2150 B10 S07 POOL MANAGEMENT SYSTEM SHOP 1996 06/27/96 BID 805 GRAY 2100 TIRE MAChINE SHOP 1999 81-001119 04/19/99 B10 809 1933 PROSIGNA NOTEBOOK, COMPUTER JJ SHOP 1999 1V93CTM4SIC3 OS/06/99 B10 810 AUTO CRANE UNIT #081 SHOP 1998 4040001C4AAN0998 X34458 10/01/98 1D/31/00 810 d 811 EMC 100E PARTS WASHER SHOP 044179E 06/11/99 B10 830 MILLER WLDR & FEEDER SHOP 1981 900505 07/20/Bl B10 831 LINDE FEEDER WELDER SHOP BB1D-26103 06/02/87 810 Q 11-28-2000 15 27 CONNELL RESOURCES INC PAGE a3Y DONNA EQ\LE' +#«+«;+«iRwkXy Ryr«rw#rt«x«x«.�i;Kral F#* EQUIPMENT MASTER LISTING ++* _r ♦iFRiXyR#*F###h.Y4#rx4«*}*##4FF#x4iyyRRyy*Rt;#*wR ry**##YxfRRR#Y*RRhf*;#4hR k4##Wi#XW#*R*#h#W}r#R«RR+####W+#a«#RR;*#;#**#Y«hWrwY EQUIP SERIAL LICENSE PURCHASE LICENSE DE NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE NEW DATE DEPT R 4ii«##fRF#*Ri#iX##*rti*iRR}Y}*+W#F+##*�*aRR*hi#rthi*RRY#*}4*h*hYiYiiY*ti YiY Yi*flirt}Ri#i}#*i*#aRi*Fi+#}FFrt}rt#i*y*R*+rt}#}iii+}i#R# 832 P H WELDER SHOP 1978 72624224 X51750 OS/3l/B9 12/31/00 810 633 MILLER BEG 40 WELDER SHOP 72-604283 01/20/93 610 034 MILLER BIG 40 WELDER SHOP 72-604289 02/11/94 840 835 SA-2011 LINCOLN WELDER SHOP 761261 09/16/96 610 836 LINO CLASSIC II WELDER 063 SHOP 1997 U1970305550 X34339 04/04/97 07/31/00 B10 Q 817 LINC CLASSIC II WELDER SHOP 1998 U19BO709097 XS1751 11/03/9B 12/31/00 810 670 STORAGE SHED WD SHOP 04/01/97 B10 890 WASTE OIL HEATER SHOP 1994 WO-F350UL 11/23/94 840 903 CAT 623F SCRAPER -CAT FINANCIAL RENTAL 1996 69K00273 TE17909 02/16/99 07/31/00 810 1 904 CAT 631E SCRAPER -CAT FINANCIAL RENTAL 1997 INB01405 TE17911 12/03/96 07/31/00 810 1 905 CAT 631E SCRAPER -CAT FINANCIAL RENTAL 1939 INBO1390 TE17912 12/02/98 07/31/00 810 1 906 CAT 631E SCRAPER - WAGNER RENTAL 1998 IN201409 L052090 07/19/99 12/31/00 810 1 910 CAT 14 GO GRADER -CAT FINANCIAL RENTAL 1996 72V17489 TE23329 05/31/95 06/30/00 810 911 CAT 140G GRADER -CAT FINANCIAL RENTAL 1996 72VI7513 TE12317 05/31/96 06/30/00 B10 914 LNTL TANDEM DUMP (SCHWARTZ) RENTAL 610 927 66 FCRD WATER TRUCK-TC RENTAL 1965 YEBR010697 11859W2 06/30/00 B40 928 66 TAAILMOBILE VAN-TC RENTAL 1966 AIIAlAAHC60131 F11410I 06/30/00 E40 929 77 CFEV IT FLATBED-TC RENTAL 1977 CCL337VI41LBI 11660W2, 06/30/00 840 ® 930 CAT 570I' LOADER -CAT FINANCIAL RENTAL 1996 7SK00693 TE1331'-i 05/31/96 06/30/OO B10 % 93B CAT ISM CRAWLER RENTAL 1999 SES00917 L05233CI 05/26/99 12/21/00 B10 544 DYNAPAC CA151PD COMPACTOR - SEE #432 RENTAL 1997 59811465 L044943 03/01/99 07/31/00 210 954 ISUZU S'NEEPER RENTAL 1969 FTR12KA3534289 WZ0079i 06/30/00 810 I�I IA 559 CAT AP1055B PAVER - CA" FINL RENTAL 1997 BBM0020E L0381-05 06/25/91 08/31/00 810 964 CAT 9383 LOADER -CAT FINANCIAL RENTAL 1998 6WS00923 TE17913 06/12/9B 07/31/00 B10 $65 CAT '338F LOADER -CAT FINANCIAL RENTAL 1996 110401610 TE13313 OS/31/96 06/30/00 B10 966 CAT 93BF LOADER -CAT FINANCIAL RENTAL 1996 IKM01619 TE13314 05/31/96 06/30/00 B10 16? CAT '350F LOADER -CAT P114ANCIAL RENTAL 1996 SSK02204 TE13315 05/31/96 05/30/00 810 P68 CAT 9SOG LOADER -CRT FINANCIAL RENTAL 1916 2KROO646 TE23739 20/17/95 101311DO 910 969 CAT 980G LOADER -CAT FINANCIAL RENTAL 1998 2KR02177 TE15950 05/13/98 07/31/00 810 576 CAT 416C SACKHOE WAGNER RENTAL 1997 05XN00460 TE16018 12/31/00 810 984 IT28G IiOADER-CAT FINANCIAL RENTAL 1999 SCR01192 TE17910 06/29/98 07/31/00 610 III CAT 815F COMPACTOR - WAGNER RENTAL 1999 1GN00616 L040798 12/03/98 12/31/00 810 (� 994 REX 3-26 COMPACTOR POWER MOTIVE RENTAL HE1482 06/15/99 810 5 1200 WAGNER RENTS 416 HACKF[OE RENTAL 810 1205 WAGNER RENTS 436 BACKHOE RENTAL 010 a 1210 WAGNER RENTS IT28 LOADER RENTAL BID 1220 WAGNER RENTS CP433 SKEEPSFOOT COMP RENTAL 610 1.230 WAGNER RENTS TRENCHER RENTAL B10 124C WAGNER RENTS 2000 GAL WATER TRUCK RENTAL 830 y� 1245 WAGNER RENTS 3500 GAL WATER TRUCK RENTAL BID 1265 HAIU40NY PROPERTY BID OTHER OS/24/91 BID 1266 HARMONY PROPERTY SHP OTHER 12/12/93 B10 a 1267 MOD'3LAR OFFICE BUILDING OTHER 03/01/96 810 141 PIECES OF EQUIPMENT LISTED r�-+e rw �n on.urwnra.;cvu. errss+ Attachment "D" CONNELL RESOURCES, INC PRINCIPAL EMPLOYEES Individual Position Experience_ Richard Connell President 41 Years Highway & Heavy Construction William T Welch Vice -President 23 Years Construction Manager Construction Manager David E Simpson Vice-President/Estimating 30 Years Estimator, Project Manager Arlene L Connell Secretary/Treasurer 17 Years Office/Financial Manager Sheri C Welch Controller, 16 Years Office/Financial Manager Assistant Secretary/Treasurer Tony A Connell Vice -President, 17 Years Management Division Manager Robert A Frank Vice President/Estimating 23 Years Estimator Lloyd Deschene Base Superintendent 27 Years Highway & Heavy Construction Clay Crisp Dirt Superintendent 10 Years Highway and Heavy Construction Wayne Blais General Superintendent 32 Years Highway & Heavy Construction Richard Duncan Asphalt Supervisor 20 Years Paving C \Laurel's DocumentsTrequals & BiddmgTre-Qual Employees doc • 4305 East Harmony Road, Fort Collins, Colorado 80528-9527 Fort Collins (970) 223-3151 Denver (303) 623-3151 FAX (970) 223-3191 Equal Opportunity Employer MARCH 21, 2000 CITY OF FOR COLLINS PLANHOLDERS LIST FOR BID #5482 ASPHALT OVERLAY PROJECT 2000 CONNELL RESOURCES 4305 E HARMONY RD FT COLLINS, CO 80525 PH 970-223-3151 FAX 970-223-3191 ROCKY MOUNTAIN SAFETY 2411 E FOX FARM RD CHEYENNE, WY 82007 PH 970-532-3314 FAX 307-638-4857 LA 17ARGE 1800 N TAFT HILL RD FT COLLINS, CO 80521 PH 970-407-3600 FAX 970-407-3900 DON KEHN 6322 S COLLEGE AVE FORT COLLINS CO 8025 PH 970-226-4111, FAX 970-226-4115 F I E m u E N a H l 11 I If a I 0 I I L L I F k I IF Pt n2 r A M I Ht 1 I SECTION 00500 AGREEMENT FORMS 00SIONotice of Award 0 0 5 2 0 Agreement 00530Nctice to Proceed I SECTION 00510 NOTICE OF AWAF'D NDate May 25, 2000 TO Connell Resources, Inc PROJECT ASPHALT OVERLAY PROJECT 2000, BID NO 5482 OWNER: CIT OF FORT COLLINS '§ (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated N-arch 30, 2000 for the above proDect has been considered You are the apparent successful Bidder and have been awarded an Agreement for ASPHALT OVERLAY PROJECT 2000, BID NO 5482 i The Price of your Agreement is One Million Three Hundred Eighty-six Thousand Four Hundred Sixty-one Dollars and Forty-one cents, ($1,386,461 40) Four (4) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award Four (4) sets of the Drawings will be delivered separately or otherwise made available to you immediately You must comply with the following conditions precedent within fifteen (15) days i, of the date of this Notice of Award, that is by June 9, 2000 1 You must deliver to the OWNER four (4) fully executed counterparts of the Agreement Lncluding all the Contract Documents Each of the Contract Document,; must bear your signature on the cover of the page, 2 You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5 1) and Supplementary Conditions Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited Ho I WithLn ten (10) clays after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached 7/96 a Title Section 00510 Page 1 LJ X W SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 25th day of May the year of 2000 and shall be effective on the date this AGREEMENT is signed by the City The Citv of Fort Collins (hereinafter called OWNER) and Connell Resources Inc (hereinafter called CO\TTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows ARTICLE 1 WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the ASPHALT OVERLAY PROJECT 2000, BID NO 5482, and is generally described in Section 01010 ARTICLE 2 ENGINEER The Project has peen designed by City of Fort Collins Engineering Department, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents ARTICLE 3 CONTRACT TIMES 3 1 Contract Period This Agreement shall commence when this contract is signed by the City, and shall continue in full force until March 31, 2001, unless sooner terminated as herein provided. In addition at the option of the City, the a agreement may be extended for additional one year periods not to exceed two (2) additional one year periods Pricing changes, if any, shall be negotiated by and agreed to by both parties in writing I I 3 2 The Work shall be Substantially Complete within 60 working days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within 90 working days after the date when the Contract Times commence to run 3.3. Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General 7/96 Section 00530 Page 1 Conditions They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter 1) Substantial Completion One Thousand Dollars (81000) for each calendar day or fraction thereof that expires after the sixty (60) working day period for Substantial Completion of the Work until the Work is Substantially Complete 2) Final Acceptance After Substantial Completion, One Thousand Dollars ($1000) for each a calendar day or fraction thereof that expires after the thirty (30) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance ARTICLE 4 CONTRACT PRICE g 4 1 OWNER shall pay CONTRACTOR for performance of the Work in accordance wwith the Contract Documents in current funds as follows ($1,386,461 40), One Million Three Hundred Eighty-six Thousand Four Hundred Sixty-one Dollars and q Forty cents, in accordance with Section 00300, attached and incorporated herein by this reference it] f E I ARTICLE 5 PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions Applications for Payment will be processed by ENGINEER as provided in the General Conditions 5 1 PROGRESS PAYMENTS OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as reccmmended by ENGINEER, once each month during construction as provided below All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2 6 of the General Conditions and in the case of Unit Price work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work 5 1 1 Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14 7 of the General Conditions 90% of the value of work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the 7/96 Section 00530 Page 2 Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may deteI-mLne that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work w completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14 2 of the General Conditions) may be included in the application for ig payment r a I I I 5 1 2 Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14 7 of the General Conditions or as provided by law 5 2 FINAL PAYMENT Upon Final Completion and Acceptance of the Work in accordance with paragraph 14 13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14 13 ARTICLE 6 CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations. 6 1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnLsging of the Work 6 2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions 6 3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR cons=_ders necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4 2 of the General Conditions, and no additional examinations, investigations, explorations, tests, reports, studies or similar information or 7/96 Section 00530 Page 3 �i data are or will be required by CONTRACTOR for such purposes 6 4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities No additional examinations, "r investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within n the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4 3 of the General Conditions to 6 S CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and n, conditions of the Contract Documents 6 6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written t resolution thereof by ENGINEER is acceptable to CONTRACTOR ARTICLE 7 CONTRACT DOCUMENTS 7 1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, anc such other items as are referenced in this Article 7, all of which are incorporated herein by this t reference a 7 2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated hexern by this reference, and include, but are not limited to, the following 7.2 1 Certificate of Substantial Completion 7 2 2 Certificate of Final Acceptance = 7.2.3 Lien Waiver Releases 7 2 4 Consent of Surety 7 2 5 Application for Exemption Certificate 7.2 6 Apply_cation for Payment 7 3 Drawings none 7 4 Addenda Numbers 1 to 2, inclusive 7 5 The Contract Documents also include all written amendments and other 0 7/96 Section 00530 Page 4 f�j documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3 5 and 3 6 of the General Conditions 1:1 7 6 There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3 5 and 3 6 of the General Conditions aARTICLE 8 MISCELLANEOUS 8 1 Terms used in this Agreement which are defined in Article I of the ®a General Conditions shall have the meanings indicated in the General Conditions , 8 2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound, and specifically but not without limitations, moneys that may become due and moneys that are due may not be Q assigned without such consent (except to the extent tzat the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract ' Document 8.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document OWNER- CITY OF FORT •C/�OLLINS By -- 0-a '}. '1�'Yj� JOHN F FISCHBACH, CITY MANAGER BYAv— tS )TOR O'N ILL II, CPPO ] R TOR OF PURCHASING Date Attes CONTRACTOR Connell Resources, Inc By Title Date Attes 0 7/96 SectLon 00530 Page 5 Address for giving notices P. 0 Pox 580 Forte Collins, CO 80522 App'r ')v ed as to Form �1AA A iSt it'yAttorne�— Address for giving notices � p LICENSE NO 7/96 Section 00530 Page 6 SECTION 00530 NOTICE TO PROCEED Description of Work. To This notice is to advise you That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER That the OWNER has approved the said Contract Documents Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within _ ) calendar days from receipt of this notice as required by the Agreement Dated this day of , 20 The dates for Substantial Completion and Final Acceptance shall be and 20__, respectively. Citv of Fort Collins OWNER By:_ Title: ACK14OWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of _ , 20 CONTRACTOR By: Title: 7/96 Section 00530 Page 6 u QCit of Fort Collins I c� n P1 K I I ICI I n a I C' I I Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No 2 ASPHALT OVERLAY PROJECT 2000 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5482 ASPHALT OVERLAY PROJECT 2000 OPENING DATE March 30, 2000, 3 00p m (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made 1 Item 203 11 — Excavation — General Over 100 CY, shall be increased from 200 CY to 7000 CY Please use attached corrected Bid Schedule when submitting your bid It" you have any questions regarding the City of Fort Collins portion please contact John :Stephen, CPPB, Buyer, at 970-221-6777 For any Colorado State University Purchasing questions contact Frank Krappes, Purchasing Agent, at 970-491-5105 RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN 13TATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 256 VV Mountain Avznue • PO Box 580 • Port Collins, CO 80522-0580 • (970) 2'L1-6775 • FAX (970) 221-6707 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate a K F orm— ■t] SECTION 00610 PERFORMANCE BOND Sond 110. 19SB103252634 KNOW ALL MEN BY THESE PRESENTS: that (Firm) - Conne; (Address) 4- (an Individual), t'Principal" and I Resources, Inc. (a partnership), (a Corporation), hereinafter referred to as the (Firm) Travelers Casualty and Surety Company _ (Address) Hartford, CT 06183 hereinafter referred to as "the Surety", are held and firmly bound unto City of 6 i rr 1,�,�H. 300 L•a, s+�- �v _. ort col, �n �Qsado 8052P a (Municipal Corporation) hereinafter referred to as the: "OWNER", in the penal sum of �$1,386,461.40 in lawful money of the United States, -Cum 41ic payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 25th day of May , 20 O9 a copy of which is hereto attached and made a part hereof for the performance of Tho City of Fort Collins prooect, 1-7-W MT OVERLAY PROJ'$CT 7000, DID NO. 5482. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its , duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement durizq the original term thereof, and any ext.ensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OMMP, from all coat and damages which it may auffor by reason of failure to tin so, and shall reimburse and repay the oMtER all outlay and expense which the OWNER may incur in making good airy deraull then this obligation shall be void, otherwise to remain in full force and effect. 0 0 7/96 Section 00610 Page 1 14 0 QPROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates r_ and agrees that o change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and i it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications_ PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. 5 IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall be deemed an original, this 5th day of June +, 2000. a IN PRESENCE OF: ^ `/ Principal 60,c) Connell Resources, Inc�� �PC!P rc/ D6tLlit e Ste=; hL9 �iPc� FK (Title) •sse `e,^ ,i;�r�wswrvcY�2+,ar�, 3 `°`n 1425 E. Harmony Road, Fort Collins, Co 80528 "'p (Address) Via` (Cbrporatek Se��1i�)��""`a;,"+ -•=� �r"'�A`>ILQi=PRESENCE,°Or""Y',i. , Other Partners �, •w� r i�i .s —._ y • TIT PRESENCE OF: Surety Travelers Casufalty',and Surety • Company"'A".O_e :i��� c I 0 Witness AM an . (Address) x (Surety Seal) 1' F '.o, .`."•,1��¢.,`` WI �ORI,YPt9Sii4t�\C\\•1�\ NOTE: Date of Bond must be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond, 7/96 Section 00610 Page 2 0 a SECTION 00615 PAYMENT BOND T;nnd An.19SB103252634 PX0W ALL MEN BY THESE PRESENTS: that (Firm) Connell Resources, Inc. (Address) 4305 E. Harmony Road, Fort Collins, CO 80528 (an individual), (a Partnership), (a Corporation), hereinafter referred to As the "Principal" and (gLrTn) Travelers Casualty and Surety Company _ (Address) Hartford, CT 06183 ( hereinafter referred to as "the Surety", are held disci Iltc,sly to.uid unto tho Cit Lit port Col in;5. 300 Lapor Ave,, Fort C Q0522 a (Municipal Corporation) hereinafter referred t0 as "the OWNER", in the penal sum Of $1,386,461.40 in lawful money of the United States, for the payment of which stun well and truly to be: made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OnLIGATION arc such that whcroao the Principal ontared into a certain Agreement with the OWNER, dated the _25th day of Ma}Z a 20 00, a copy of which is hereto aLLached and made a part hereof for the performance of The City of Port Collins pro3ect, ASPHALT OVERLAY PROJECT 2000; BID NO. 5482. `•;r NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and ary authorized i� cxtcnoion or modification than®of, including all amounts tine fnr materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connecLiuu with the construction of such Work, and all insurance prcmiumo on said Work, and for all labor, performed in such Work whether by subcontractor or P otherwise, then this obligation shall be AOLd; otherwise to remain In full force and effect_ 'I i/96 Section 00615 Page 1 I n PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that,no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed chereunder or the Specifications accompany_ng the same S`iall in any way affect its obligation on this bond; and it does hcroby waive notice of any such change, extension of time, alteratinn or addition to the terms of the Agreement or to the Work or to the Specifications PROVIDED, FURTHER, that no final settlement between the OWNER, and the CONTRACTOR shall abridge the right of any beneticiary hereunder, whose claim may be unsatisfied. e PROVIDED, FURTHER, that the Surety Companv must be authorized to transact business in the State of Colorado and be acceptable to the OWNER IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each uiie of which shall be deemed an original, this 5th day of June 20 00 . V IN PRESENCE OF: Principal. Conne 1 Nources, Inc. Cf PAP 1,�-� yQvlG� C;/►7�Sayi lCa {7rp�f6�en�, _ (Title) z•,asd,tirM1,.�__u,:",;a'q 4305 E. Harmony Road, Fort Collins, CO 80528 (Address) ('tior r%�" Partners !,-%fPFtESENCE' Ox� Other ..pOrate�Sea7,');;;�9,+ Vno N IN P SENCE OF • Surety ' ' �sn�S°°"'••...,, Tr lers Casualty nd Surety Ce�trpany-r„� r�tiu-� l ti �G A A A s Y:I C Q _ Witness aqK Hartford, CT 06183J a. !'� Z a V (Address),, y� vile, =era (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement'tw.., IfQvCONTRACTOP, is Partnership, all partners should execute Bond. 7/96 Section OC915 Page 2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Q TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563-8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, P constitute and appoint Kathryn J. O'Shea, Connie K. Boston, Donald B. Martin, Chris S. Richmond, Scott Thomas, Margaret El. Meis, Darlene Firings, Michael O'Shea, William C. Bensler, Kelly T. Urtviller, Russell J. Michels or Linda M. Nikolaeff * * i� of Greeley, CO, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s) e by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect VOTED That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomevs-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescnbe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board o1 Directors at any time may remove any such appointee ar d revoke the power given hum or her VOTED That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in wnting and a copy thereof is filed in the office of the Secretary VOTED That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and biding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-m-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following 'a Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA., TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and T",NTELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: • . VOTED -That the 4gnature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any a power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purpoges'orOy cif executmg and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate Dearing such facsurule signature or facsumle seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking; to which it is attached (s-97) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 3rd day of November, 1999 ` STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS ,p SUA[7Y J,}iv ANp GASU4 00SURE/y ••////����i 3•� Cpws 9 sG� Dt� OR,)1L40PPOR.,I� euRrFORD. Y ¢ w1RTFORD, < o ' 19 8 2�' o SEAL BY Z tY71 a, oru+ W °°"" r° George W. Thompson Senior Vice President On this 3rd day of November, 1999 before me personally came GEORGE W. THOMPSON to me known, who, being by me dul} sworn, did depose and say that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OI, AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed thi above instrument, that he/she knows the seals of said corporations, that the seals affixed to the said instrument are such corporat(, seals, and that he/she executed the said instrument on behalf of the corporations by authority of luslher office under the Standing Resolutions thereof. p.TE71 TAA � �0UB1.10� 'I7VECt�' CERTIFICATE rC`wv:x. e My commission expires June 30, 2001 Notary Public Mane C. Tetreault I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations < the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of ttu State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains n full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in t1 Certificate of Authonty, are now in force Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut Dated,this... ,5,th_ day of June 12000 ye rA S�S�I J',tv ANps GASUq�A """Y �//� r\-:// �r%L1 e" Ity u. `,,•,b �l.'= ;Y�+h voPPOR7rR / /. _ �J_Jd�il : �vr33�j ., 7 ,URiFDRD a NAKrFORD, < c7 q,] 9 6 2� OSEAc - a l INONS ,C Kori M. Johanson.' -,,gyp ..• ,•a �`— )'�?, Assistant ,Secretary,°A,Soled r• °�,,�°�: , , `rr- �BIIttItlB:it,,,�\l :.,4 K.i .ia§l I SECTION 00630 CERTIFICATE OF INSURANCE aCONTRACTOR shall insert his own standard form for Certificate of Insurance. HE II II II 17, a I ICI n 1 I a F I F IQ L 11=11L ih 1Y YL / ACORTL CERTIFICATE OF LIABILITY INSURANCE 06/02/00 PRODUCER Flood & Peterson Insurance Inc 4821 Wheaton Drive THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS INO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW P 0 Box 270370 Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE INSURED — INSURER A Travelers Insurance Connell Resources, Inc. INSURER 13 Pinnacol Assurance 4305 E Harmony Rd Fort Collins CO 80528-9527 NsuRERc INSURER IJ INSURER I- y )" COVERAGES a I' a THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWTHSTAN DING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WRH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSfl LT TYPE OF INSURANCE POLICYNUMSER POLICY EFFEC TIVE DATE M/DD/YY1 POLICY EXPIRATION DATElMM/DD/Y LIMITS A GENERAL LIABILITY DTC0373PI266TIAOO 06/01/00 06/01/01 EACH OCCURRENCE $1 00O 000 FIREDAMAGE(Anyonehre $300,000 X COMMERCIALGENERALLIABILITY CLUMSMADE� OCCUR MEDEXP(Anynnepersan) $51000 PERSONAL &ADV INJURY $1 000 000 X PD Ded-250 GENERAL AGGREGATE $2, 000, 000 y G�ENL AGGREGAI E LIMITAPIPL�IES PER I POLICYIrX� PF �T LOC PRODUCTS-COMP/OP AGGi $2 000 000 A AUTOMOBILE LIABILITY X ANYAUrO DT810373P1266TIL00 06/01/00 06/01/0l COMBINEDSINGLELIMIT I$1 000, 000 (Ea accIN i BODILY INJURY (Perperson) I '$ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ (Peraccitlent) X HIREDAUTOS i X NON-OMNE D AUTOS PROPERTY DAMAGE $ (Per accident) IX Drive Other Carl GARAGE LIABILITY AUTO ONLY- EAACCIDENTI$ OTHERTHAN EAACO AUTO ONLY AGO I$ j ANYAUrO $ A rCESSLIABILITY OCCUR CLAIMSMADEI,TIL00 DTSMJCUP373P1266 06/01/00 06/01/0-L EACH OCCURRENCE $1 000 000 AGGREGATE $1, 000, 0O0 DEDUCTIBLE $ $ $O RETENI ION B WORKERS COMPENSATION AND EMPLOYERYLIABILITY 4029651 06/01/00 06/01/0l � � X WC SLIMIISL!OEH EL EACH ACCIDENT $100, 000 EL DISEASE EAEMPLOYEE $10 0, 000 E L DISEASE POLICY LIMIT $ S O O, 0 0 0 OTHER DESCRIPTION OF OPE RATIONS/LOCATIONS/VEHICLES/EXCLUSIONSADDED BYENDORSEMENT/SP'ECIALPROVISIONS RE CRI# 2001030 - 2000 Asphalt Overlay Project Certificate holder is named as additional insured, but only as respects liability arising out of work performed by the named insured (Excluding Workers' Compensation). City of Fort Collins PO Box 580 Ft Collins. CO 80522 SHOULD ANY OFTHE ABOVE DESCRIBED POUCIESBE CANCELLED BEFORE THE EXPIRATION DATETHEREOF,THE ISSUING INSURER W ILLF�AIL39 DAYS WRITTEN NOTICETO RFE CERTIFICATE HOLDERNAMEDTOTHE LEFTCD97ACMRK-1=X9Q3MIKX ACORD25-S (1797)1 of 2 #S154522/M153882 NIK 0 ACORD CORPORATION 1988 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION f T0: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION PROJECT TITLE. ASPHALT OVERLAY PROJECT 2000, BID NO. 5482 a PROJECT OR SPECIFIED PART SHALL LOCATION- _Fort Collins, Colorado INCLUDE. OWNER: City of Fort Collins 1 CONTRACTOR CONTRACT DATE The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) 1:3 hereby declared to be substantially completed on the above date A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete aLl the Work in accordance with the Contract Documents I LI L' L' I 0, ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantlal Completion and agrees to complete and correct the items on the tentative list within the time indicated. L-55 CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substan- tially complete and will assume full possession of the project or specified area of the project at 12:01 a m , on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below CITY OF FORT COLLINS, COLORADO By - OWNER REMARKS 7/96 AUTHORIZED REPRESENTATIVE Section 00635 Page 1 DATE 00330 BID SCHEDULE - REVISION 2 City of Fort Collins/CSU 2000 Asphalt Street Maintenance Project I[am No Description v � Unit I Unit Cost I a[y I I 4ULl. (:os[ I u4tY anI Q l-Su Cos[ ' To... Pr o,lec. Cw: 20210 Grinding (Plamng)/Surface Preparation <3" S Y 15,335 17,000 20220 Grinding (Plamng)/Surface Preparation 3" to 5" S Y 500 0 20230 Grinding (Planing)/Surface Preparation 5" to 7" S Y 500 0 20240 Grinding (Plamng)/Surface Preparation 7" to 9' S Y 500 0 20240 Tatter Maria, Adjacent To Cutter I F 500 0 203 10 Excavation General <100 CY C Y 75 0 203 Il Exeavanov General Over 100 C Y C Y 7,000 0 20120 Excavation - Muck CY I00 0 20330 Borrow Ton I00 0 203 31 Borrow - Over 100 Tov Ton 500 0 21001 Adjust Vahe Box Each 158 0 21002 Adjust Valvi,Bc t with Ring Lach 20 0 21003 Adjust Valve Box with Tyler 6860 Series, Item R 69, Screw Type Adjustable Riser Each 20 0 21004 Adjust and Replace Top Sectme of Valve Be. Each 20 0 21005 Tyler6850 Seriea Itern 58 14' Vahe Box Extenaien(Part Only) Each 20 0 21006 Tyler 6860 Series, 16' Valve Box Top Sctmn Without Lid (Part Only) Each 20 0 21007 Tyler 6860Senes,26" Valve Box Top Section Without Lid (NA Only) Each 20 0 21008 Total Vahe Box Replacement Each 10 0 21009 Adjust Standard Manhole< 24" Each 159 0 21010 Adjust Special Manhole> 24' Each l0 0 21011 Adjust Manhole with Ring Each 20 0 30610 Reconditioning (8') S Y 21,200 0 vile an Amhx I Rrrv�Lon I<4' c V 5 700 0 30621 Asphalt Recycling -Add of nal Inch Thmkness S Y Inch 2000 0 307 10 Class C Fly Ash Delivered and Spread 12' Depth @ 10% Too 300 0 30720 Stabthze Subgrade - Tilled Watered &Compacted SY 6000 0 403 10 IiBP - Grading SX Parlang Lot Overlay Ton 1,178 0 40320 HBP- Cording SX Ton 17,486 1,823 40330 IIBP Goading Ion 8,751 0 40340 "BP Grading SO Ton 5,233 0 ' Tntai Page One _ - ' SECTION 00640 CERTIFICATE OF FINAI, ACCEPTANCE TO - Gentlemen: 20 You are hereby notified that on the _ day of 201 the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins pro]ect, ASPHALT OVERLAY PROJECT 2000; BID NO S482 A check is attached hereto in the amount of $ _ as Final Payment for all Work done, sub]ect to the terms of the Contract Documents which are dated In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date Sincerely, OWNER City of Fort Collins By Title AAT'TEST : Title _ 7/96 Section 00640 Page 1 I SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO- City of Fort Collins, Colorado (OWNER) 9 FROM: _ (CONTRACTOR) j PROJECT- ASPHALT OVERLAY PROJECT 2000, BID QO 5482 '1 1 The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and j performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project 2 In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR @p voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U S C-A 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or work, labor, skill or may afterward have, materials furnished, claim or assert for all and delivered or performed for any the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, kll employees or assigns, against any fund of or in the possession or control t� of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project- 3 The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any (kid funds in the OWNER'S possession or control concerning the project or �¢ against the OWNER or its officers, agents, employees or assigns arising out of the project. 6� 4 The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, 2 7/96 Section 00650 Page 1 I employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. -1 The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed thas day of 20 CONTRACTOR Title aATTEST- Secretary STATE OF COLORADO ) )ss COUNTY OF LARIMER ) Subscribed and sworn to before me this 20__, by Witness my hand and official seal My Commission Expires 7/96 day of Notary Public Section 00650 Page 2 11 M CONTRACTOR PROJECT CONTRACT DATE SECTION 00660 CONSENT OF SURETY TO City of Fort Collins. Colorado (hereinafter referred to as the "OWNER") ASPHALT OVERLAY PROJECT 2000, BID NO. 5482 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for on bond of (Surety) __hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of _ (Surety Company) ATTACH: Powei of Attorney and Certificate of Authority of Attorney(s)-in-Fact i/96 Section 00660 Page 1