Loading...
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