HomeMy WebLinkAboutRESPONSE - BID - 5767 LEMAY AVENUE WIDENING PROJECT (13)SECTION 00300
BID FORM
PROJECT: LEMAY AVENUE WIDENING PROJECT; BID NO. 5767
Place
Date�ir o3
1. In compliance with your Invitation to Bid dated
and subject to all conditi s--- hereof, "the undersigned
' Z"7w5e-r 65�si= �c_ a ** orpor on, Limited Liability Company,
Partnership, Joint Venture, or Soleprietor)** authorized to do business
in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3. Accompanying this Bid is,a certified or cashier's check or standard Bid
bond in the sum of f/vim pe cfe<,i e74 6r,l ($
a
4111 o/ ) in accordance with the Invitation To Bid and
Instructions to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this Bid.
The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and payment bonds is as
follows:
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by the
CONTRACTOR under one of the items listed in the Bid Schedule, irrespective
of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through eW,. .
7/96 Section 00300 Page 1
i MAW
1- .� ..oa your Wmpany been In
the contracting business?
cener
6. List the constrU tion experience of the principle Individuals who work for you.
Nano
PraseMpociDon
Years
nce
ku9maze and type «work
S N
PRESIDENT
40
HEAVY
& HIGHWAYS
L. LAWSON
ESTIMATOR
15
HEAVY
& HIGHWAYS
D. SHARP
VP CONTRACTS
25
HEAVY
& HIGHWAYS
R. JOHNSON
SUPERVISOR
25
HEAVY
& HIGHWAYS
M. GARCIA
SUPERVISOR
25
HEAVY
& HIGHWAY
In whm capahy
COMPANY OFFICER
PROJECT MANAGER
PROJECT MANAGER
SUPERINTENDENT
SUPERINTENDENT
K. WILSON L SUPERVISOR 16
HEAVY
& HIGHWAY
SUPERINTENDENT
G. RAMERO SUPERVISOR 16
HEAVY
& HIGHWAY
SUPERINTENDENT
RE STOUT ESTIMATOR 8
7. List the protects your company completed In the Iasi
HEAVY & HIGHWAY PROJECT MANAGER
5 years. (include city, county or state protects)
rear rypo «wwk
Empioyarrgmo
Conaaaamounc
wotkkxsdon
THIGHWAY
120TH AVE
119 INTERC
TE HWY 287
287/EADS
SEE ATACJED ST
,
CDOT 12,157,609.001 ADAMS COUNTY
CDOT/BOB CHADDERTON 18,720,000.00
CDOT/PAUL WESTHOFF 17,200,000.001 KIOWA COUNTY
S. Attach a list of your construction equipment. (Include the quantity, name description and capacity)
CFA ATTAncvon r'--
9. Attach a list of your parent, affiliate or subsidiary companies. (Include relationship, percentage of ownership and
principals) NONE
10. Has your company, Its parent, affiliate or subsidiary been denied prequaliflcation In the last S years by any
governmental agency In Colorado or any other states highway agency?
Ii no ❑ yes, (attach explanation)
11. Have you ever failed to complete any contract awarded to you?
XX no 0 yes, (attach statement with date, work location and reason)
LAWSON CONSTRUCTION COMPANY (ACTIVE -SHORT)
UNIT DESCRIPTION
ASSIGNED
YR
EQUIPMENT LIST
VIN #
AS OF JANUARY 9, 2002
MODEL TITLE
PLATE
EXP.
DATE
10-901
MISC EQUIPMENT
N/A
10-902
OFFICE
N/A
10-903
MATT
MATT'S PERSONAL VEHICLE
2001
N/A
11-901
ARROW HYDRO HAMMER
1969
01AA1093
G264
65BO70411
B
ML3508
08/2002
11-902
BOBCAT 2500 BREAKER
1990
693203949
2500
N/A
N/A
N/A
11-903
INGERSOLL DOUBLE DRUM ROLLER
1991
6228
65BO70328
B
Z04815
09/2002
11-904
2500 BOBCAT BREAKER
1994
896706938
2500
N/A
N/A
N/A
11-905
INGERSOLL 54" SMOOTH DRUM ROLLER
1995
5681 SAC
SD-40D
65BO70826
B
Z27925
06/2002
11-906
SHEEPS FOOT / COMPACTOR
11-907
HYPAC VIBRATOR SHEEPSFOOT ROLLER
1998
B208C1949V
C832B
65CO30623
W
Z28119
03/2002
11-908
INGERSOLL 54" SMOOTH DRUM ROLLER
2000
162925SCJ
SD40D
W
NEW
20-901
YARD
COMPRESSOR OLD IR
1976
80098
G175
65BO70140
B
ML3018
02/2002
20-902
JUNK
COMPRESSOR 100 CFM DAVEY
23249
100
CFM
N/A
N/A
20-904
CHEV S-10 CURE WAGON
1991
2904
S-10
65BO70252
B
Z27420
12/2001
20-905
COMPRESSOR INGERSOL RAND 185CFM
1993
237987UHD328
185
07M845983
B
ML03828
02/2002
20-906
COMPRESSOR INGERSOL RAND 185CFM
1996
263867UCG327
185
07PO23745
B
ML04189
05/2002
20-907
COMPRESSOR INGERSOL RAND 185CFM
1998
288666UD1221
P185WJD
03M760099
W
HY5272
08/2002
22-902
PLANT
3412 GENSET
1997
81Z20149
3412
N/A
N/A
N/A
22-903
PLANT
MULTIQUIP #60 GENSET
1995
3615768
DCA-60
N/A
N/A
N/A
22-904
ALLMAND PORTABLE MAXI-LITE
1991
910818
03M751394
W
X791248
04/2002
24-901
CARGO CONTAINER 8' X 20'
1998
SE2525550
N/A
N/A
N/A
24-902
40' STORAGE CONTAINER
USED
N/A
N/A
N/A
N/A
25-901
GOMACO PS-48 PLACER/SPREADER
1987
MC 14861-48
24 FT
N/A
N/A
N/A
26-901
THAW / HEAT UNIT 2500
1998
119839
2A 2500
03M985675
W
HY5671
01/2002
28-901
WALDON BROOM / SWEEPER
1995
WD00783
BROOM
65CO30193
W
HY5222
04/2002
30-901
ERIE STRAYER CONCRETE PLANT
1993
930420 / UNIT 7
CVB
65A033978
W
Z28158
04/2002
30-901
ERIE STRAYER CONCRETE PLANT
1993
930420 / UNIT 8
CVB
65AO33979
W
Z28159
04/2002
30-901
ERIE STRAYER CONCRETE PLANT
1993
930420 / UNIT 9
CVB
65AO33980
W
Z28160
04/2002
30-901
ERIE STRAYER CONCRETE PLANT
1993
930420 / UNIT 10
65AO33974
W
Z28164
04/2002
30-902
CON-E-CO CONCRETE BATCH PLANT
1997
C-5093AX
ALLPRO SUPER
W
30-903
CON-E-CO CONCRETE BATCH PLANT
1998
W
30-904A
VINCE HAGEN CONCRETE BATCH PLANT
2000
000425A
03V889000
W
615BPL
03/2002
30-904B
VINCE HAGEN CONCRETE BATCH PLANT
2000
000425E
03V889001
W
616BPL
03/2002
EQLIST2 ACTIVE EQUIP.
LAWSON CONSTRUCTION COMPANY (ACTIVE)
UNIT DESCRIPTION
ASSIGNED
YR
EQUIPMENT LIST
VIN #
AS OF JANUARY 9, 2002
MODEL TITLE
PLATE
EXP.
DATE
30-904C
VINCE HAGEN CONCRETE BATCH PLANT
2000
000425C
03V889002
W
617BPL
03/2002
30-904C
VINCE HAGEN CONCRETE BATCH PLANT
2000
200180599
03V889084
W
043BYH
07/2002
32-908
GREG
GOMACO GP2500 PAVER
1989
MC-15407-25
GP2500
65B070248
B
Z27959
09/2002
32-909
GREG
GOMACO 4 TRACK PAVER
1993
MC18400-01
GT6300
65B070369
B
Z27901
04/2002
32-910
MATT
COMMANDER III
1993
MC1910801
GT6300
65B070430
B
Z27421
12/2001
32-911
COMMANDER III
1997
900100-137
GT6300
65B070819
B
Z27903
05/2002
32-912
GOMACO GP 4000 PAVER
1997
905100-07
GP4000
65C030194
W
Z28165
04/2002
32-914
LAYTON SPREADER BOX / ASPHALT
1984
H9500B4
PA
65C030223
W
Z39953
06/2002
32-915
GOMACO CURB MACHINE
1999
907100-109
GT 3200
65C030622
W
Z18356
03/2002
32-916
GOMACO COMMANDER PAVER
2000
900100-322
GT 6300
03V888918
W
Z43999
01/2002
35-901
GOMACO 8500E GRADE TRIMMER
1989
MC-16402-28
65B070306
B
Z27500
04/2002
35-902
GOMACO 9500 GRADE TRIMMER
1998
MC1449255
9500
65C030261
W
Z60203
07/2002
36-907
STEEL CURB & GUTTER FORMS
N/A
N/A
N/A
N/A
N/A
36-908
BARRIER MULE
N/A
MC1784-21
N/A
N/A
N/A
36-909
STANDARD BARRIER MULE
N/A
N/A
N/A
N/A
N/A
36-910'
FLATBACK BARRIER MOLD
36-911
8" X 10" PAVING FORMS
37-928
PLANT
CAT 966 F SERIES 2 WHEEL LOADER
1993
1SL00280
966F
65B070797
B
ML04776
03/2002
37-930
DENNIS
CASE SKID LOADER 1845C
1995
JAF0161835
1845C
65B070646
B
Z27902
05/2002
37-931
MARK
CASE SKID LOADER 1845C
1996
JAF0196086
1845C
65B070780
B
Z27422
11/2001
37-932
WILSON
CASE SKID LOADER 90XT
1998
JAF0245414
90XT
65C030262
W
Z60204
07/2002
37-933
PLANT
CAT 966 F SERIES 2 WHEEL LOADER
1998
1SL03176
966F
651-1122189
C
TE16286
08/2000
37-934
CAT SKID LOADER
2000
04YZ00922
236 SSL
65C030638
W
Z28162
04/2002
37-935
CAT SKID LOADER
2000
04YZ00890
236 SSL
65C030639
W
Z28163
04/2002
37-936
CAT SKID LOADER
2000
04YZ01441
236 SSL
65C030640
W
Z28161
04/2002
37-937
CAT 966G LOADER
2000
3SW00779
966G
12V004017
C
M065649
11/2002
C
127CDY
11/2002
38-901
BUNYAN ROLLERSCREED 28A
N/A
N/A
N/A
N/A
43-901
PROFILEAGRAPH / MCCRACKEN
1992
111001-166
N/A
N/A
N/A
43-902
PROFILEAGRAPH / MCCRACKEN
1997
111016
N/A
N/A
N/A
48-901
YARD
HARLO FORKLIFT H6000D
1988
60275
65B070528
B
ML3671
09/2002
48-902
CAT FORKFIFT TELEHANDLER
1997
3RN00816
TH83 W/CAB
03V889023
W
Z28166
05/2002
49-901
E-Z DRILL
1991
E-477
200
N/A
N/A
N/A
EQLIST2 ACTIVE EQUIP.
LAWSON CONSTRUCTION COMPA
UNIT DESCRIPTION
EQUIPMENT LIST AS OF JANUARY 9, 2002 EXP.
YR VIN # MODEL TITLE PLATE DATE
49-903
E-Z DRILL
50-901
GREG
CURE MACHINE GOMACO
50-902
GREG
TEXTURE CURE MACHINE
50-903
50-904*
GREG
GREG
GOMACO AUTO FLOAT 2500
GOMACO AUTO FLOAT COM III
50-905
GREG
TEXTURE CURE MACHINE
91-908
BONNIE
1998 MERCURY MOUNTAINEER
91-909
RETURN
FORD EXPLORER
91-911
DUANE*
FORD EXPLORER
91-912
KEN
FORD EXPEDITION
92-901
LLOYD
FORD F150 CREW CAB PICKUP 4X4 SIB
92-943
FORD BRONCO KTL
92-944
SALVAGE
CHEVY C10 PICKUP - CURE TRUCK
92-965
YARD
FORD F150 PICKUP - LONGBED
92-967
DAVID*
FORD CREWCAB PICKUP
92-971
FORD F150 PICKUP - LONGBED
92-975
DENNIS
FORD F150 PICKUP - LONGBED
92-986
YARD
FORD PICKUP - SHORTBED 4X4
92-987
FORD PICKUP - EX CAB 4X4
92-989
FORD PICKUP - EX CAB 4X4
92-990
R.E.*
FORD PICKUP - LONGBED 4X4
92-991
FORD PICKUP - LONGBED 4X4
92-994
FORD CLUBWABON VAN
92-995
FORD PICKUP - EX CAB 4X4
92-996
BOB*
FORD PICKUP - EX CAB 4X4
92-997
MARK*
FORD PICKUP - EX CAB 4X4
92-998
RON*
FORD PICKUP - EX CAB 4X4
93-901
SHOP
GMC 1 TON FLATBED
93-902
GILBERT(
INTERNATIONAL TRUCK - 1 1/2 TON
93-902A
CRANE FOR INTERNATIONAL TRUCK
93-902B
THERMAL ARC PREDATOR WELDER
93-903
INTERNATIONAL TRUCK - 1 1/2 TON
93-904
BENITO*
INTERNATIONAL TRUCK - 1 1/2 TON
93-905
JOSE*
FREIGHTLINER TRUCK - 1 1/2 TON
93-906
MANUEL*
FREIGHTLINER TRUCK - 1 1/2 TON
93-907
MARCELIt
FREIGHTLINER TRUCK - 1 1/2 TON
E413
200
N/A
1982
50901
C450
65B070249
B
227960
09/2002
1991
MC1765845B
TC400B
65B070568
B
Z27423
12/2001
1992
1993
N/A
AF21-019
24 FT
16 FT
N/A
N/A
N/A
N/A
N/A
N/A
1998
904400-026
TC 600
65C030332
W
Z18354
03/2002
1998
4M2ZU55P3WUJ07036
MNTEER
03M937264
W
MAW6559
01/2002
1998
1FMZU34E7WZB78295
EXPL
07P108144
B
MBA6292
11/2001
2000
1FMDU74EXYZA27696
EXPL
03M790612
W
505AGU
02/2002
2001
1FMPU18L21LA85877
EXPEDITION
03M939557
W
970DEJ
02/2002
2001
1FYRW08LXlKA17639
F150
03M943198
W
482DDN
02/2002
1979
CCD149J109301
1985
IFTEF15Y7FPB24095
1985
2FTJW35L2FCB44819
F350
1987
1FTDF15N6HPB11696
1991
1FTDF15N9MPA21792
F150
1995
1FTEF14NOSLB83210
1997
1FTDX1862VKB09762
F SERIES
1997
1FTDX1865VKB09805
F SERIES
1997
1FTDF18W8VKD38868
F SERIES
1997
1FTDF18WXVKD38869
F SERIES
1994
1FBJS31H5RHA10692
1998
1 FTZX18W7WNC07319
1998
1 FTZX18W3WNC07320
2001
1FTRX18L51NA23141
F150
2001
1FTRX18L71NA29765
F150
1981
1GDHC34M1BV579915
C3500
1996
1HTSLAAMITH360975
4700
1999
366820-100A0799
6006EH
1999
M91036A191707C
TA/10-2701-
1996
1 HTSLAAMXTH360974
4700
1996
1HTSLABMXTH360973
4700
1997
1FV3GJACOVH865961
FL-60
1997
1FV3GJAC2VH865962
FL-60
1997
1FV3GJAC4VH865963
FL-60
07M474636
9116MS
SCRAP
07M746619
B
9118MS
09/99
07M746616
B
35658ML
11/2001
07M746614
B
9 009MS
01/2002
07M821825
B
3889MU
12/2001
07P023156
B
24188ML
11/2002
03M995812
B
31051ML
07/2002
03M993326
W
31052ML
07/2002
03M993329
W
39150ML
08/2002
03M993330
W
39149ML
08/2002
03M753270
W
WAS8297
05/2002
07P108 443
B
49304ML
11/2001
07P108145
B
49305ML
01/2003
03M993337
W
926DDM
01/2002
03M993335
W
925DDM
01/2002
07M746609
B
9106MS
08/2001
03M712280
W
778HZ2
06/2002
03V889025
W
Z28168
05/2002
03V889024
W
Z28167
0512002
03M712279
W
779HZ2
06/2002
03M712283
W
777HZ2
06/2002
03M995811
W
747HZ2
04/2002
03M727995
W
748HZ2
04/2002
03M727996
W
749HZ2
04/2002
EQLIST2 ACTIVE EQUIP.
LAWSON CONSTRUCTION COMPANY (ACTIVE)
UNIT DESCRIPTION
ASSIGNED
YR
EQUIPMENT LIST
VIN #
AS OF JANUARY 9, 2002
MODEL TITLE
PLATE
EXP.
DATE
93-908
GREG
FORD 9000 WITH CRANE
1971
W90JVL94320
W903
07M746607
B
341ML2
11/2002
93-909
MACK MIXER TRUCK
1980
DM686S6684
03M751392
W
48185HY
04/2002
93-910
MACK MIXER TRUCK
1978
DM685S36645
03M751391
W
48184HY
04/2002
93-911
ADRIAN
CHEVY CREW CAB PU
1994
1GCGC33K3RJ374095
3500
03M756166
W
49038HY
07/2002
93-912
FRED*
KENWORTH TRACTOR
1998
1XKDDBOX4WR780401
T800B
03M753741
W
524HZ8
06/2002
93-914
FREIGHTLINER DUMP TRUCK
1989
1 FUYDCYBOKP342596
FLD12064ST
03M756170
W
994HZ2
07/2002
93-915
FREIGHTLINER DUMP TRUCK
1989
1FUYDCYB7KP342594
FLD12604ST
03M757160
W
998HZ2
07/2002
93-916
PLANT
FORD SUPER DUTY TRUCK
1991
2FDLF476XMCA40649
SUPER DUTY
03M760097
W
51384HY
08/2002
93-917
FREIGHTLINER CREW TRUCK
1992
1FV3GJAC9XHAO8821
FL60
03M765257
W
204AUZ
01/2002
93-918
CHANO
FREIGHTLINER DUMPTRUCK
1992
1FUYDCYB1NP486467
FLD120
03M765253
W
207AUZ
01/2002
93-919
JERRY
FREIGHTLINER DUMPTRUCK
1992
1FUYDCYB4NP486429
FLD120
03M765254
W
203AUZ
01/2002
93-920
MIKE
FREIGHTLINER DUMPTRUCK
1992
1FUYDCYBBNP486451
FLD120
03M765251
W
206AUZ
01/2002
93-921
FREIGHTLINER DUMPTRUCK
1992
1FUYDCYB3NP486454
FLD120
03M765250
W
202AUZ
01/2002
93-922
FRED
FREIGHTLINER DUMP/ROCK TRUCK
1992
1FUYDCYBlNP486453
FLD120
03M756256
W
205AUZ
01/2002
93-923
FREIGHTLINER WATER TRUCK
1990
1FUYDCYB6LH373489
FLD120
03M776312
W
299JA2
05/2002
93-924
TOM*
FORD F350 4 X 4 TRUCK
1999
1 FDWF3654XED55880
F350
03M858219
W
59816HY
05/2002
93-925
CHANO
MACK 10CY MIXER TRUCK
1981
1 M2R125C8BHO58618
RI-6
03M776315
W
59964HY
05/2002
93-925A
CHANO
BOOSTER AXCEL 93-925
1981
92925
MTM
65CO30473
W
347BGX
04/2002
93-926
MACK 11CY MIXER TRUCK
1984
1M2R126C9EM001161
03M776314
W
59963HY
05/2002
93926A
BOOSTER AXCEL FOR 93-926
1984
14884
MTM
65CO30472
W
346BGX
04/2002
93-927
SAMMY
FORD 4 X 2 CHASSI
1999
1 FDXF46S5XED92396
03M868061
W
61172HY
07/2002
93-928
JERRY
MIXER TRUCK
2000
1NKWLOOXXYS840039
03M799989
W
128BIM
07/2002
93-928A
JERRY
BOOSTER AXLE
2000
14186
65CO30641
W
348BGX
04/2002
93-929
MIKE
MIXER TRUCK
2000
1NKWLOOX8YS840041
03M799988
W
127BIM
07/2002
93-929A
MIKE
BOOSTER AXLE
2000
14190
65CO30642
W
349BGX
04/2002
93-930
DAVID*
FORD F350 4 X 4 TRUCK
2000
1 FDWW36F5YEE18053
F350
03M995058
W
481 DDN
02/2002
93-931
SPIKE*
FORD F350 4 X 4 TRUCK
2000
1 FDWF36F2YEE27373
F350
03M988881
W
482BTC
1012002
93-932
KEVIN*
FORD F350 4 X 4 TRUCK
2000
1 FDWF36F6YEE27374
F350
03M988885
W
483BTC
10/2002
93-933
MATT*
FORD F350 4 X 4 TRUCK
2000
1 FDWF36F6YEE27375
F350
03M988883
W
481 BTC
10/2002
93-934
GREG*
FORD F350 4 X 4 TRUCK
2000
1 FDWF36F8YEE27376
F350
03M988890
W
48OBTC
10/2002
93-935
FREIGHTLINER CREW TRUCK
2001
1FVABPAL91HH09911
FL60
03M993331
W
40 BBHJ
01/2002
93-936
FREIGHTLINER CREW TRUCK
2001
1FVABPAL01HH09912
FL60
03M993332
W
41OBHJ
0112002
93-937
BRIGADIER WATER TRUCK
1978
TJH908V591415
03M976990
W
535BHJ
05/2002
93-978
YARD
FORD 2 TON / WATER TRUCK
1979
N71AVEE9367
N712
07M746636
B
5927MT
02/2002
93-980
JOE
FORD CREW CAB F350 / 1 TON F350
1987
2FTJW35L4HCB03918
F350
07M746640
B
9110MS
02/2002
93-982
CHEV TRUCK - 1 TON
1989
1GBJR34J1KF309608
07M821818
B
3176MT
12/2001
93-983
YARD
CHEV DUMP TRUCK - 1 1/2 TON
1946
5PVG1527
07M676288
5905MT
08/94
93-984
MATT
GMC STRING LINE TRUCK - 2 TON
1988
1GDE6D1B7JV523186
07M746642
B
9941MT
01/2002
93-987
YARD
KENWORTH TRACTOR
1958
70516
07M746643
B
600ML8
02/2000
93-988
KEN
FORD ELDORADO - 1 TON
1981
1FDKE3OL9BHB26590
07M712777
B
0858MV
12/2000
93-991
PLANT
FORD SERVICE BODY
1977
F60DVO21508
F600
07M821813
B
ML04119
05/2002
93-992
FINISHER FORD F350 TRUCK - 1 TON
1993
2FDJF37G3PCA83302
F350
07M751829
B
37124ML
12/2001
EQLIST2 ACTIVE EQUIP.
LAWSON CONSTRUCTION COMPANY (ACTIVE)
UNIT DESCRIPTION
ASSIGNED
YR
EQUIPMENT LIST
VIN #
AS OF JANUARY 9, 2002
MODEL TITLE
PLATE
EXP.
DATE
93-993
TOM P. '
FORD F350 TRUCK - 1 TON
1993
2FDKF37G3PCB18974
F350
07M751831
W
920BTB
12/2001
93-994
YARD
KENWORTH TRACTOR
1994
2XKWDB9XORM615789
07M994203
B
775AUZ
03/2002
93-995
MARK
1994 INTERNATIONAL TRUCK
1994
1HTSBZRM4RH591335
07M791705
B
12152ML
09/2002
93-996
DENNIS
1994 INTERNATIONAL TRUCK
1994
1HTSBZRM6RH591336
07M791704
B
31006ML
09/2002
93-997
GRAPH
1994 FORD TRUCK
1994
1FDJF37H2REA18477
07M821812
B
12150ML
0712002
93-998
KEN
KTL TRUCK - 1 TON
1994
1FTJX35F6RKB40859
03M770296
W
636ANW
02/2002
93-999
KEN
1999 FORD F350 TRUCK
1999
1FTWX32F9XEA35707
F350
07P100715
B
47149ML
07/2002
94-905
YARD
4 WHEEL CONSTRUCTION VAN
1976
T76MMC0305
MMC
07M746645
B
M24413
09/2002
94-911
BIRMINGHAM TRAILER
1978
KHHCS1211
07M746647
B
M24414
09/2002
94-919
CURE TRAILER
1991
ID714376CO
07M746648
B
M28608
03/2002
94-920
MAXEY TRALER
1978
T78MMC0638
07M746650
B
M102399
09/2002
94-921
CURE TRAILER
1991
ID714375CO
07M746651
B
M28607
03/2002
94-924
MAXEY TRAILER - 12 FOOT
1991
ID714374CO
07M746653
B
M101235
05/2002
94-925
MAXEY MACHINE TRAILER - 24 FOOT
1983
TMMC1815
07M746655
B
M24416
0912002
94-926
FORD PU BOX CURE TRAILER
1978
HOME MADE
N/A
N/A
N/A
94-927
TRAILER FROM GORANSON
1987
11WEF1629HW143865
07M746656
B
M101331
09/2002
94-928
TRAILER FLATIRON - 5 TON
1985
ID03991000
07M746657
B
M31261
09/2002
94-929
TRAILER - HARPER
1991
4P5CF1826M1111200
07M746658
B
M046940
09/2002
94-930
HYSTER TRAILER FROM FARIS
1971
15850
07M746660
B
M34847
09/2002
94-931
GRAPH
WELLS -CARGO (PROFIL. TRAILER)
1992
1WC200D17N1055619
07M746663
B
M34627
09/2002
94-932
TRAILER FROM MIKE OPPERMAN
1993
ID715409CO
07M821816
B
M35527
05/2002
94-934
FRED
TALBERT LOWBOY TRAILER - 50 TON
1993
40FW04836P1010307
07M749314
B
M39046
08/2002
94-935
BUTLER LT-1014-H TRAILER
1993
1BUD14202P1001865
LT-1014-H
07M821804
B
M042167
08/2002
94-936
BUTLER LT-1014-H TRAILER
1993
1BUD14204P1001866
LT-1014-H
07M821802
B
M106266
08/2002
94-937
BUTLER LT 1014H TRAILER
1993
1BUD14206P1001867
07M745457
B
M106284
12/2001
94-938
BUD TRAILER
1979
71-1923417
07M840545
B
M042068
12/2001
94-939
BUTLER LT-1014-H TRAILER
1994
1BUD14207R2002717
LT-1014-H
07M821811
B
M103695
05/2002
94-940
BUTLER LT-1014-H TRAILER
1994
1BUD14209R2002718
LT-1014-H
07M821808
B
211ATU
05/2002
94-941
KTL
KTL KING OF ROAD TRAILER
1994
1DRKF2924RB050289
07M797063
B
M041099
08/2002
94-942
GRAPH
UNITED TRAILER (PROFIL. TRAILER)
1995
48B500L2XS1016583
UXT824TA2T
07M870410
B
M043077
05/2002
94-943
FRED
CMI LOAD KING (BELLY DUMP)
1994
1B4B40236R1118739
2060
03M727990
W
W103326
04/2002
94-944
FRED
TALBERT LOWBOY DROPDECK TRAILER
1998
40FWK6546W1016187
T4FE60HRGRA
03M747781
W
W107536
03/2002
94-945
KTL
OPPR - MAN
1994
g
94-946
FLOW - BOY ST1000 LIVE BOTTOM
1990
1H9SS4124KN101728
ST1000
03M751393
W
W108349
04/2002
94-947
MCCULLOUGH48FTT/AALU (FLOAT)
1989
41BFS4828KM001167
03M760096
W
W110540
08/2002
94-948
BUTLER LT-1014 TRAILER
1998
1BUD14207V2008849
LT-1014
03M767941
W
C31755
01/2002
94-949
BUTLER LT-1014 TRAILER
1998
1BUD14203V2008850
LT-1014
03M797940
W
296ATM
01/2002
94-950
PLANT SATALITE TRAILER
1993
906379
03M716638
W
HY4740
04/2002
94-951
PLANT SATALITE TRAILER
1998
9819042T
03M779533
W
HY5637
07/2002
94-952
BUTLER TRAILER
2000
1BUD14201Y2002291
03M985311
W
760BRK
08/2002
94-953
BUTLER TRAILER
2000
1BUD14203Y2002292
03M985312
W
761BRK
08/2002
EQLIST2 ACTIVE EQUIP.
LAWSON CONSTRUCTION COMPANY (ACTIVE)
UNIT DESCRIPTION
ASSIGNED
YR
EQUIPMENT LIST
VIN #
AS OF JANUARY 9, 2002
MODEL TITLE
PLATE
EXP.
DATE
96-902
WARD ROW CROP WHEEL TRACTOR
N/A
N/A
N/A
N/A
96-903
7020 JOHN DEERE TRACTOR
1979
T773R003502R
7020
N/A
N/A
N/A
96-904
416 BACKHOE TRACTOR 4WD
1998
1 WR3031
65C030301
W
452AVH
01/2002
98-906
CAT 140G GRADER
1995
72V17493
140G
65A031375
W
486AVH
02/2002
98-907
CAT 14G GRADER
1988
96U07315
14G
65C030379
W
HY5525
04/2002
91901
KEN MERCEDES BEN.
1984
WDBBA45ADEA014222
B
91902
KEN MERCEDES BEN.
1985
WDBABAB53A4FA256966
B
KEN MERCEDES BEN.
1994
WDBEA52E6RC078589
07MB42687
B
MAG6685
01/2003
EQLIST2 ACTIVE EQUIP.
00410 BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Lawson
Construction Company as Principal , and American Casualty
Company of Reading, as Surety, are hereby held and firmly bound unto the
City of Fort Collins, Colorado, as Owner, in the penal sum of Five Percentof
Amount Bid ($ 5% )for the payment of which, well and truly to be made, we
hereby jointly and severally bind ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal
has submitted to the City of Fort Collins, Colorado the accompanying bid
and hereby made a part hereof to enter into a Contract Agreement for the
construction of City of Fort Collins Project, Project No.5767, Lemay Avenue
Widening _ w
WHEREAS, the Owner, as a condition for receiving said bid, requires
the Principal to deposit with the Owner a Bid Guaranty equal to five
percent (5%) of the amount of said bid.
NOW, THEREFORE,
(a) If said bid shall be rejected; or in the alternate,
(b) If said bid shall be accepted and the Principal
shall execute and deliver a Contract Agreement
(properly completed in accordance with said bid) and
shall furnish a Performance and Payment Bond upon
the forms prescribed by the Owner for the faithful
performance of said Agreement; 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 liabi-
lity of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
00410 continued
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.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set
their hands and seals this 11th day of March , 2003 , and such of them
as are corporations have caused their corporate seals to be hereto affixed
and these presents to be signed by their proper officers, the day and year
first set forth above.
PRINCIPAL
Name Lawson Construction Company
20 South Sunset Street, Longmont, CO 80502
Address:
By
Tit
(SEAL)
SURETY
Arnerican Casualty
Company of Reading. PA
Surety Phone No. 303-837-8500
(SEAL)
NOTE: Surety Companies executing bonds must be authorized to transact
business in the State of Colorado and be acceptable to the Owner.
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a
Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies"),
are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the
signatures and seals herein affixed hereby make, constitute and appoint
Douglas C Baesler, Joan C Armstrong, Kimberly D Johnson, Henry C Higginbottom III, Individually
of Denver, CO, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the
acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto
affixed on this 25th day of November, 2002.
GAS tt�tT` tNSORggc _�ppNrde�
Copp re GO; 8g �Neoaeq+gtFo .x
a JULY 31.
F yy�
GU SEAL 'Zc �, A I= oz
1 e97 ttantF°� 6 •►'
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
7� -
Michael Gengler Se r Vice President
State of Illinois, County of Cook, ss:
On this 25th day of November, 2002, before me personally came Michael Gengler to me known, who, being by me duly swom, did depose and say:
that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois corporation,
National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania
corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he
signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
OFFICIAL SEAL •
ELIZA PRICE •
NOTARY PUBLIC, STATE OF ILLINOIB
MY COMMISSION EXPIRES: OYM T,OB
45
My Commission Expires September 17, 2006 Eliza Price Notary Public
CERTIFICATE
1, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of
Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the
Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations
pri on.t reverse here i still in force. In testimony wlfreof I have hereunto subscribed my name and affixed the seal of the said corporations this
� ' day of i ACC G�
x'GASUq<TL Q� tXSURq,� _,004oe*
COROORgTE eaen+grrc
x
a NLY n,
o� SEAL gds 1902 s
tee? �` Nalt�°� • �'
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Form F6853
Mary A. R ika kis Assistant Secretary
i
CONTRACTOR
BY:
ADDRESS: mac) S S/isrs i
('o
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
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� S BMITTED:
Si-grinaatl�re Date
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest�,�ry��%
Address
Telephone tic l - A4�90
7/96 Section 00300 Page 2
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by any one
or more of the following companies (collectively the "Writing Companies") as surety
or insurer: Western Surety Company, Universal Surety of America, Surety Bondin-
Company of America. Continental Casualty Company, National Fire Insurance
Company of Hartford, American Casualty Company of Reading, PA, The Firemen's
Insurance Company of Newark. NJ. and The Continental Insurance Company.
DISCLOSURE OF PREMIUhI
The premium attributable to coverage for terrorist acts certified under the Act was
Zero Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES
The United States will pay: nlnetY percent t90''u) ut i'Ul'ered terrorism losses elceedln,,
the applicable surety/insurer deductible.
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may be
answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder: Lawson Construction Company
2. Permanent main office address: 3. When organized: 119919
4. If a corporation, where incorporated:
5. How many years have you been engaged in the contracting business under your
present firm or trade name?
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
ATTc�c��rc- c/
7. General character of Work performed by your company:
C>e�Terv< C' r�oTo /��ic.cTe w /�"c-,-eTe_
SirueTu. a s �iM.0 e TC r�LaTwc,- c
8. Have you ever failed to complete any Work awarded to you? Ald
If so, where and why?
9. Have your ever defaulted on a contract? X/o
If so, where and why?
10. Are you debarred by any government agency? A110
If yes list agency name.
7/96 Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
12. List your major equipment available for this contract.
13. Experience in construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
C d
15. Credit available: $ 4'1's-yZ;lW7—e
16. Bank reference: // < /d,, <
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
18. Are you licensed as a General CONTRACTOR? (/e5
If yes, in what city, county and state. (�o�a,_��/� What
class, license and numbers? S�
19. Do you anticipate subcontracting Work under this Contract? 1/e S
If yes, what percent of total contract? �e
and to whom? /17, c7cife/
20. Are any lawsuits pending against you or your firm at this time? Selo
If yes,
DETAIL
7/96 Section 00420 Page 2
21. What are the limits f your public liability? DETAIL
� GgOfl D�a , duo
T �
What company? i- U� /eG %��_, ie ��6rsa�ra�,ce
22. What are your company's bonding limitations? i/i��i..�,ie�l
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 �6�9/l�o�ri this �/7/i day of �/%rc��'c'� 200�.
Lawson Construction Company
Name of Sp
By:
Title:
State cf`O�Dr�o/o
County of
be}�g duly s�+worn deposes and says that he is
of Ldffl) tronstructlon lid al1V 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
20e3.
Z4�
Notary Public
My commission expires y &
day of;,;
v
V
'F
-v.
ptW
ki
}} F
i.
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 15% of the contract.
IT
2�'/de,
SUBCONTRACTOR
7/96 Section 00430 Page 1
WORK IN PROGRESS
AS OF OCTOBER 2001
LAWSON CONSTRUCTION COMPANY
ESTIMATED BILLINGS
CONTRACT TO DATE
B129
BROADLAND 6 & 7
$491,877.00
$468,414.00
B210
TOWN OF ERIE
$5,554,167.00
$5,554,167.00
B217
AMBER DR &TURNPIKE PK
$245,601.00
$245,601.00
B218
WILD VIEW PHASE 1
$47,745.00
$38,384.00
B222
INDIAN PEAKS, 11
$210,000.00
$204,365.00
B225
SUMMIT VIEW ESTATES
$189,388.00
$189,388.00
B303
HAWK RIDGE ESTATES
$66,325.00
$63,313.00
B309
GATEWAY
$70,419.00
$70,419.00
B311
INDIAN PEAKS 15
$713,854.00
$713,854.00
B312
BROADLANDS FIL8,PH2
$21,058.00
$21,058.00
B314
DAKOTA RIDGE VILLAGE
$452,058.00
$275,326.00
B315
TOWN OF ERIE SR CTR
$293,959.00
$293,959.00
B316
RIGHT MOVE SUBDIVISION
$37,826.00
$37,826.00
B317
VISTA BUSINESS PARK
$457,630.00
$260,057.00
B321
ST VRAIN RANCH FIL 3
$428,998.00
$428,998.00
B322
FOX MEADOWS FIL 1
$313,305.00
$313,305.00
B325
BROADLANDS FIL 10 PH 1
$307,218.50
$90,433.00
B326
ST VRAIN RANCH FIL 5
$319,339.00
$319,339.00
B327
MAPL:EWOOD 5TH SUB
$113,287.50
$0.00
B330
N BROADWAY & US 36 IMP
$47,525.00
$12,290.00
B331
HWY 287 & HWY 66
$34,505.00
$18,821.00
B332
SANDSTONE RANCH/119
$66,528.00
$66,528.00
B401
SUMMIT VIEW
$53,479.00
$53,479.00
B402
THE BUSINESS CTR @CTC
$56,624.00
$56,624.00
B403
BROADLANDS FL11, TR 5
$74,431.00
$74,431.00
B404
WILD VIEW PH 2
$65,616.25
$34,805.00
B405
ANGLEVIEW ESTATES
$54,373.50
$45,037.00
B406
WALLACE EDITION FIL 3
$115,588.50
$85,097.00
B407
HAWK RIDGE ESTATES
$75,322.00
$0.00
B410
RENAISSANCE REPAIR
$95,880.00
$95,880.00
B411
BROADLANDS
$84,597.50
$80,425.00
B412
ST VRAIN RANCH FIL 6
$54,191.20
$0.00
B415
NELSON ROAD FILING 6
$21,072.00
$19,936.00
B416
MEADOWVIEW FIRE ACC
$11,160.00
$10,800.00
B417
OAK MEADOWS PH 2
$352,743.00
$0.00
D103
COLLEGE HILLS
$576,954.00
$576,954.00
D305
S SIMMS WIDENING
$639,736.00
$595,480.00
D306
HIGHPLAINS F 2/LOCHBUIE
$223,074.00
$223,074.00
D308
CROWN PT PH 1 IMPROVE
$396,485.00
$370,018.00
D401
WADSWORTH ESTATES
$265,715.00
$2651715.00
PAGE 1 OF 2 01/09/200203:20 PM
WORK IN PROGRESS
AS OF OCTOBER 2001
LAWSON CONSTRUCTION COMPANY
ESTIMATED BILLINGS
CONTRACT TO DATE
D402
L WWRY FILING 9, PHASE 1
$31,810.00
$10,077.00
D403
COYOTE CREEK
$242,730.00
$0.00
D405
LOWRY FIL 9, BLOCK 7
$55,655.00
$30,280.00
D406
BROMLEY LANE
$77,431.25
$0.00
F204
HWY 34 IMP/FALL RIVER
$54,775.00
$19,467.00
F205
FOSSIL LAKE
$708,497.00
$708,497.00
F207
HARMONY RIDGE
$192,026.00
$192,026.00
F301
REGISTRY RIDGE
$586,391.00
$580,234.00
F302
ROCKY MTN AVE
$79,941.00
$66,710.00
F303
ROCKY MTN VILLAGE II
$611,943.00
$372,512.00
F304
ROCKY MTN MKT CONDO
$666,910.00
$213,816.00
F305
LONGVIEW PHASE 3
$55,831.00
$46,917.00
F306
TRIMBLE HILLS
$328,604.00
$292,046.00
F307
CLYDESDALE PARK P.U.D.
$183,910.00
$163,047.00
F401
INTERCHANGE BUS PRK
$185,962.00
$77,461.00
F402
ROCKY MTN AVE NORTH
$262,688.00
$129,752.00
F403
FOSSIL LAKE FILING 2
$631,944.00
$0.00
F404
WESTCHASE
$867,955.50
$26,271.00
F405
TIMBER RIDGE PUD
$472,023.00
$0.00
F407
HAHNS PEAK
$386,105.50
$213,312.00
F408
ROCKSBURY RIDGE 1ST FL
$365,220.50
$298,873.00
F409
KENDALL BROOK 1ST SUB
$1,093,455.50
$0.00
F410
SHENANDOAH R&R
$13,750.00
$12,328.00
F411
HUNTINGTON HILLS T & M
$16,450.00
$11,789.00
TOTAL SUBDIVISION
PERCENTAGE OF TOTAL
$21,8713063.20
$15,739,015.00
38.83%1
51.72%
B226
HWY 52 & 1-25 INTRCHG
$1,822,075.00
$1,822,075.00
B414
1-25 US HWY 7 to CR 18
$15,952,000.00
$0.00
F406
MULBERRY & LEMAY
$897,909.00
$897,909.00
M301
US 285 - CONIFER
$4,789,848.00
$1,292,651.00
P301
SH6 HAXTON TO HOLYOKE
$7,792,017.00
$7,679,163.00
S301
HIGHWAY 24 BARRIER
$510,650.00
$510,650.00
W200
LARAMIE
$2,694,758.00
$2,489,797.00
TOTAL PAVING
PERCENTAGE OF TOTAL
$34,459,257.00
$149692,245.00
61.17% 48.28%
TOTAL ALL WORK
56 330 320.20
30 431 260.00
PAGE 2 OF 2 01/09/200203:20 PM