Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 5850 WEST ELIZABETH BIKE LANE IMPROVEMENTS (2)
0 SECTION 00300 BID FORM PROJECT: WEST ELIZABETH BIKE LANE IMPROVEMENTS; BID NO. 5850 Place Date +-4 27 flt+ 1. In compliance with your Invitation to Bid dated Ariori1 5 2po * and subject to all conditions there f� undersigned Coned.61,d 0ty-S of '(oloratioylnc+. a ** (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of S of 4ykdl aawu-nk h;d ($ ) 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: 14aA)%rc! FirGT }: Flood n ills., Inc•, q351 Gr&Mt Sdt• foOoi Zvwer. CO 80221 5. Arl 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 N ONe . 7/96 Section 00300 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. wee a.�rirheh . 13. Experience in construction Work similar in importance to this project: 5e e_ nar b 14. Background and experience of the principal members of your organization, including officers: Sec, n �lcir hem . 15. Credit available: $ .Z,'1 rn;llbn 16. Bank reference: We11S VrAo $a.nK,�rj`4 0 — Man Lemons 503-46S-N24 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? t5. If yes, in what city, county and state?1 V&,r10U5 cries 1Alule+f-0ccre4What class, license and numbers? %r r;ou-s 19. Do you anticipate subcontracting Work under ,this Contract? 4-es. If yes, what percent of total contract? 7g ►1% and to whom? Alpine- Gardens Lar.Arc oM91f.CTnA k: 20. Are any lawsuits pending against you or your firm at this time?1Jo. If yes, DETAIL 7/96 Section 00420 Page 2 21. What are the 1`imits of your public liability? DETAIL What company? 22. What are your company's bonding limitations? 4ap,pop pp 0 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 Q�� , �this 7.i'th day of << ( 20q4. Title: M4.fG itr\0_r . :FreSidenl- State of i'Akor&40 County of �&Vj&' maXL ` enAxt being duly sworn deposes and says that he is ?0_5&&Z4 of emere4t Color&&, lr%,0. 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 214h day of Arnr-%l , 20 . Notary Public My commission expires It- \\ `,,,,,. , a •. i n urrgrr��/'i d' aoz •NOTgRy:.Z= 9 '•. Q `\� O, ' C O IO1 1Q,Q, \\�� 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing oL o of the contract. ITEM SUBCONTRACTOR ( oOG 7/96 Section 00430 Page 1 COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATION OF EEO COMPLIANCE Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts greater than $10,000. This is required by the Equal Employment Opportunity Regulations [41 CFR 60-1.7(b) (1)]. The regulation also requires that if you have participated in a previous contract or subcontract and have not filed a Standard Form 100 (EEO- 1), you cannot be awarded this contract. You may file a report covering the delinquent period for consideration by the Federal Highway Administration or the Director of the Office of Federal Contract Compliance, U.S. Department of Labor. The Standard Form 100 (EEO-1) may be requested from the: Joint Reporting Committee P.O. Box 779 Norfolk, VA 23501 (757)461-1213 1. li Yes ❑ No I have developed and have on file at each establishment an affirmative action program as required by 41 CFR Chapter 60, Part 60-2. 2. Yes ❑ No I have participated in a previous contract1subcontract subject to the equal opportunity clause. 3. Yes ❑ No I have filed with the Joint Reporting Committee, the Director, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I declare under penalty of perjury in the second degree and any other applicable state or federal laws, that the state- ments made in this document are true and complete to the best of my knowledge. Company Cor%erre-v� i.l�OrKS o� Co�Ora l� bidder ❑ proposed subcontractor By: Title: {�r(SiCierl i- Date: `i127 f O4 mdq rc. t_e_VN 6t f J- CDOT Form A347 11l94 COLORADO DEPARTMENT OF TRANSPORTATION Project# CONTRACTORS PERFORMANCE CAPABILITY STATEMENT J 5850 1. List names of partnerships or joint ventures P none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes ' none b. Key equipment changes none c. Fiscal capability changes (legal actions, etc.) none d. Other changes that may effect the contractors ability to perform work. none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractors firm or company name (r /t Cbnare ,e_ t�Or{�S Ot Uora.dp� �r�. By Date 2"1 O�( Title —4 Presl den 2nd Contractors firm or company name (if joint venture) By Date Title GDOT Form #505 1192 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT N . 50 ANTI -COLLUSION AFFIDAVIT LOCATION wcs-- effrabeA S� 1; 1 hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: f . The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractor's firm or company name By Date �/ff COrICreA,e, WorKS J C410ro-do GXQ . Title Mares LGrta r�- 2'1 O 1'res'.den•t- 2nd contractor's firm or company name. (If joint venture.) By Date Title • M Sworn to before me this Z'� day of, �r; I ���° LAP �(N %1, 200q Notary ub c _ Q 4 rr r. : Z 3 i. �p B i N v� 1 1 ZP OZZ ` My commission expires '''�i,����OF NOTE: This document must be signed in ink. CO 0 \\--' CDOT Form 66D6 IM2 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. ASSIGNMENT OF ANTITRUST CLAIMS S�So Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: Contractor hereby irrevocably assigns to CDOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by CDOT pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third parry has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third parry that the antitrust claim had been assigned to CDOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and c. Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to CDOT hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to CDOT (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to CDOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) Contractor and CDOT that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to CDOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to CDOT pursuant hereto. 1, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. or company name Date Coaerel-,e- LAD orV-5 Co1OrG1C[oJ (Ile- ITIlle �N+r-�^� contractor's firm or company name. (If CDOT Form %621 12191 COLORADO DEPARTMENT OF TRANSPORTATION Project # 5850 UNDERUTILIZED DBE BID Location CONDITIONS ASSURANCE we,SF itabeA.SF, 61-1- afirtka Instructions: Contractor - Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participa- tion which qualifies under the contract goal specification for this project. POLICY It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds. INTENDED UNDERUTILIZED DBE PARTICIPATION 1) Will your company's intended Underutilized DBE (UDBE) participation meet contract goals? yes ❑ no Mel Meets contract goals 2) Total intended Underutilized DBE (UDBE) participation: 10% yes ❑ no 3) List the UDBE firms you intend to use for your UDBE participation Name of UDBE firm(s) Certification Intended item(s) expiration date of work I understand that, if my company is determined to be the low bidder for the contract on this product, I must submit a completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION to the Transportation Department by 4:00 pm the day after the bids are opened. In addition, if my company does not meet the intended contract goals, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before the above stated deadline. I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALITY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Company name CO1nCxe,I-e. WDrKS S CO(Or4ADI lr1C• Date 412Z101 Company off i r signature Title �r GSici en 4— INAOL{-ram- Lkx16-jr J Previous editions are obsolete and may not be used COOT Form #714 6/02 COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATE OF PROPOSED project No.: 6$ SD UNDERUTILIZED DBE (UDBE) Project Code (SA#): PARTICIPATION Location: (,()(f � Eli ZctbeA ..$*, Form #: ( of Prime Contractor - Send completed/signed form to the Business Programs Office (instructions on second page). (NOTE: See 49 CFR part 26.55, and the "DBE - Definitions and Requirements" in the Standard Special Provisions, for further information concerning counting DBE participation of subcontractors, suppliers and service providers toward the project's UDBE goal.) PART I — SUBCONTRACT EXPIRATION ELIGIBLE UDBE SUBCONTRACTDATE NAME OF UDBE FIRM TIER CERTIFICATION # AMOUNT ACTUAL CONTRACT AMOU •� f. M u Tru.CKi � �-s � 6 /30 � oS $ y g s o o ITEMS OF WORK SUBCONTRACTED: PART 1 b — SUPPLY CONTRACT If the supplier is a UDBE "Manufacturer" of the item(s): • ACTUAL UDBE AMOUNT = Entire expenditure for materials and supplies including cost Of any delivery services provided by the firm • ELIGIBLE UDBE SUPPLY AMOUNT = I (ACTUAL UDBE AMOUNT) X 100% If the supplier is a UDBE "Regular Dealer' of the item(s): • ACTUAL UDBE AMOUNT = Entire expenditure for materials and supplies including cost of any delivery services provided by the firm • ELIGIBLE UDBE SUPPLY AMOUNT = I (ACTUAL UDBE AMOUNT) X"6 %,1 If the supplier is neither a "Manufacturer" nor a "Regular Dealer" of the itern(s) see PART 1 c - SERVICE / BROKER CONTRACT. NAME OF UDBE FIRM CERTIFI6,ATI6 # 11iATION ACTUAL UDBE ELIGIBLE UDBE SUPPLY a DATE AMOUNT AMOUNT MATERIALS SUPPLIED: PART 1c — SERVICE j BROKER CONTRACT Transportation service (hauling) fees/commissions are to be counted toward contract goals in this section (provided the trucker is NOT classified as a "Manufacturer" or a "Regular Dealer" for the materials supplied). Examples of other services to include in this section would be brokering, bonding, consulting, security guards, and insurance. For a UDBE "Service/Broker Contract": • ACTUAL UDBE AMOUNT = Entire expenditure for services rendered including cost of any materials/supplies provided by the firm ELIGIBLE UDBE SERVICE FEE AMOUNT = [ (ACTUAL UDBE AMOUNT) - (Cost of any materials and supplies) I (NOTE: The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the fee/commission is determined by COOT to be reasonable and not excessive as compared with fees customarily charged for similar services.) NAME OF UDBE FIRM CERTIFICATION # EXPIRATION I ACTUAL UDBE ELIGIBLE UDBE SERVICE FEE DATE AMOUNT AMOUNT SERVICES RENDERED: Original — Business Programs Office Previous editions may not be used CDOT Form 715 05/03 PART 2 - UDBE PARTICIPATInN si IMMAI2V A) What is the total dollar value of this proposed subcontract supply contract, OR service/broker contract that is eligible for counting toward contract goals? (NOTE: Provide in actual subcontractor dollars and not prime contract prices) A> A = [ TOTAL FROM "ELIGIBLE" COLUMNS IN PART 1 ] B) What is the total dollar value of proposed subcontracts that are eligible for counting towards contract goals from prior sheets/forms? B> C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C> C=[A + B] D) What is the original contract bid total? D> E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E_[(C + D) X 100] ,i E>,, PAOT 4 - 001MC f%A\rrM A�m . 11 1....... certify that: • my company has met the contracted UDBE goals or has attached a completed MOT Form #718, DBE Good Faith Effort Documentation. • my company has accepted a proposal from_(hp UDBE subcontractor named above. • my company has notified the proposedSubpontroc(orpfsthe contracted UDBE commitment. • my company's use of the proposed VbBi subc©ntta6top16r-the items of work listed above is a condition of the contract award. • my company will invite the proos0d"606F subcontractor to attend the preconstruction conference. • my company will not use a substitute UbBE subcontractor for the proposed UDBE subcontractor's failure to perform under a fully executed subcontract, unlet rriy Company complies with the definitions and requirements section of the DBE Special Provisions. • 1 understand that failure to° comply,with the information shown on this form will be considered grounds for contract termination. I declare under pdoilty of perjury to the second degree, and any other applicable state or federal laws, that the statements made on this document are true and complete to the best of my knowledge. IPrime Contractor Name: I Date: Officer Signature and Title: FORM INSTRUCTIONS Prime Contractor: 1. An officer of the contractor(s) must complete this form. 2. Include only DBE firms which meet the underutilized criteria in the contract goal specification for this project (i.e., UDBE firms). 3. Complete ONLY ONE section for Part 1 (1a, 1b, OR 1c) 4. Complete ALL sections of Part 2 and Part 3 5. Submit a separate CDOT Form #715 for EACH proposed UDBE. may not be 6. Retain a photocopy for your records. 7. Send original to: Colorado Department of Transportation Business Programs Office 4201 E. Arkansas Ave. Denver, Colorado 80222 FAX: (303) 757-9019 Form PAGE 2 CvrcreAe- WorICS Colorado, (AC. CONTRAC OR BY: {M 41 oar Lenart , re siden+ ADDRESS: lafoo 'Roew Creex-C rcte. .L&f"e_+e,Cp 80o24p 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 (250) of the total Agreement Price. RESPECTFULLY SUBMITTED: jou 4 � Yi ( 2 100 �t Signature Date Mara Lena r+ �reS, den k Title Licehse Number (If Applicable) (Seal - if Bid is by corporation) Attest' t .UjO— MiGhGt � SGC�'G� Address WAD Q ak' Creek 'Ur0Ae, Telephone 303-(of05- 7/96 CO Zoo 21, Section b 0300 Page 2 E Concrete Works of Colorado, Inc. CURRENT CONTRACT DATE OWNER/CONTRACTOR GENERAL/ CONTACT CONTRACT AMT % COMPL. TYPE OF APPROX. SUB ADDRESS OWNERICONTRACT NAME WORK COMPLETION 2002 CITY 8 COUNTY OF DENVER GEN SHERIDAN SIDEWALKS-FLORIDA TO 6TH CURRENT $487,496.32 9346 CONCRETE R&R DATE JEFF JONES - DENVER 720-913-4549 Jan-04 CWC 2242 201 W COLFAX DEPT 506-DENVER, CO 80202 �� 20916. 2003-Apr. HAMON CONTRACTORS, INC. SUB 1-225 AND 6TH AVENUE $2,579,950 29% CONCRETE PAVING May-04 LARRY MATHEWS 303-297.0340 CWC 2312 5670 FRANKLIN ST., DENVER, CO 80216 $750 172 62 2003-July KIEWIT WESTERN CO. SUB FHA - ROCKY MOUNTAIN NATIONAL $429,980.00 3% COLORED CONCRETE Jun-04 CWC 2334 CHRIS KRUMWEIDFJJILL HENNEN 970-586-3564 PARK- BEAR LAKE ROAD PAVING, CURB & GUTTER, 2003-Sept. 7926 S. PLATTE CANYON RD., LITTLETON, CO 80128 CITY AND COUNTY OF DENVER GEN 2003 CITYWIDE CURB & GUTTER-PH III $13 147.20 $674,475.00 0% & SIDEWALK JERRY MILLER, P.E. 720-913-4528 R&R Apr-04 2003-Dec. 201 W COLFAX DEPT 5W-DENVER, CO 80202 CITY AND COUNTY OF DENVER GEN 2003 NEIGHBORHOOD ALLEYS $0.00 $990,826.40 0% CURB/GTTR BOB STEWART 720-913-4533 CONCRETE ALLEY PAVING Apr-04 CWC 2348 201 W COLFAX DEPT W6-DENVER, CO 80202 CURB & GUTTER R & R 2003-Oct. CITY OF BOULDER GEN MARTIN PARK IRRIGATION PUMP $95,400.00 0% INSTALL AN IRRIGATION Feb.-04 MIKE MUNDY 303-441-3451 STATION PUMP STATION FOR PARK PO BOX 791-BOULDER, CO 80306 2003-Nov. HAMON CONTRACTORS, INC. SUB SH 42/96TH ST, CONNECTION - $1,193,878.45 0% May-04 RON BIGNALL 303-297-0340 LOUISVILLE RCP, WATERLINE, SEWERLINE, CWC 2364 5670 FRANKLIN ST., DENVER, CO 80216 MANHOLES, CONCRETE CURB & 2004-Fe CIT Y TY OF SHERIDAN GEN WEST MILAN STREET IMPROVEMENTS $223,645.20 0% GUTTER, RAMPS & BIKEWAY R&R RANDY MOURNING - 303-437-0073 Apr-04 CWC 2372 4101 S. FEDERAL BLVD. , SHERIDAN, CO CURB/GTTR 2004-Jan. CITY OF LITTLETON GEN GALLUP STREET BRIDGE OVER THE $73,890.40 0% R&R Apr-04 BURT WHITAKER 303-795-3871 HIGHLINE CANAL BRIDGE DECK REPAIR CWC 2368 2255 WEST BE AVE., LITTLETON, CO 80165 CONCRETE BRIDGE DECK 2004-Feb. CITY OF SHERIDAN GEN WEST MILAN STREET IMPROVEMENTS $223,645.20 0% R&R Apr-04 RANDY MOURNING - 303-437-0073 CWC 2372 4101 S. FEDERAL BLVD. , SHERIDAN, CO CURB/GTTR 2003-Dec. CITY OF BRIGHTON GEN BRIGHTON ROUNDABOUTS $2,522461.64 45% CONSTRUCTION OF NEW May-04 CWC 2166 TERRY BENTON 22 S. 4TH AVE., BRIGHTON, CO 8W01 ROUNDABOUTS AT INT. OF, 2004-Feb. CDOT STA 0404-040; COLFAX $2,315,204.50 0% HWY 7 AND US85 ASPHALT PAVING, CONCRETE Aug-04 CWC 2402 DARYL MILLER 303.370-2040 4201 E ARKANSAS DENVER 60222 GENERAL CURB/GUTTER/PAN R&R 2004-Feb. CDOT STA 0881-013; FEDERAL $1,347,148.60 0% GRINDING, MILLING, ULTRA- Aug 04 CWC 2404 TONY sTEwaRT 303-954-5261 4201 E ARKANSAS DENVER 80222 GENERAL THIN ASPHALT OVERLAY, 2004-March CITY OF LONE TREE SOUTH YOSEMITE DECELERATION LANE $60,014.50 0% CONCRETE R&R CONSTRUCTION OF NEW Apr-04 CWC 2406 TAYLOR GOERTZ 303-662-8112 9777 Sr YOSEMITE ST., LONE TREE, CO 80124 DECELERATION LANE 2004-Feb. CITY OF THORNTON GRAVEL LAKES PIER $160,300.09 0% CONSTRUCTION OF NEW Jul-04 CWC 2408 DENNIS LAURITA 720-872-6058 95M CIVIC CENTER OR, THORNTON, CO 80229 FISHING PIER AND CONCRETE 2004-March CITY OF GREENWOOD VILLAGE WESTLANDS PARK PAVILION _7 $75,726.48 0% SUPPORTS CONCRETE WALLS, MOW Jun-04 CWC 2418 110001 COLIN REUTER 303.708-8135 E. COSTILLA AVE., GRNWD VILLAGE STRIPS, EARTHWORK, FLAGSTONE CAPS, HANDRAIL Page 1 of 1 Concrete Worm of Colorado, Inc. COMPLETED CONTRACTS CONTRACT DATE NER/CONTRACTOR OENERALI CONTRACT %COMP. TYPE OP CO CO CONTACT SUB OWNERICONTRACT NAME AMOUNT WORK 2002-May OWNER ADDRESS CITY BOULDER GEN 28TH STREET -BASELINE TO ARAPAH EE $2,587,500.94 DATE 100% CONCRETE PAVING CWC 2230 FELL JASIX4 FELL 70bN1-32B8 PD Box 7e1-BMLDER, CO S0308 CONCRETE R&R 2002-Ma7 CITY & COUNTY OF DENVER OEN DOWNING, BAYAUD & MARION INTERSE. $706,329.32 100% CONCRETE R&R DENNIS OHLROGGE - DENVER 7200.813.4846 CWC 2244 221 W COLfAX DEPT 50bDENVER, CO 80202 2003-Feb CIl'Y OF BOULDER GEN 2003 SMALL PUBLIC WORKS $500,000.00 100% R8R STEPHANY WESTHUSIN 303-441-3268 CWC 2316 PoBOX 7e1-Bou ER C080708 2002-Nov CITY & COUNTY OF DENVER GEN 23RD AVE RECONSTRUCTION $3,867,468.86 100% CURB/GTTR STREET RECONSTRUCTION BRENT tMEN 720-913-4647 CWC 2270 201 W COLFAX DEPT 508-OEWER, CO 80202 2002-Sept CITY OF BOULDER GEN SH 931 BROADWAY $8,117,765.23 100% WATER & STORM SEWER STREET RECONSTRUCTION ALEX MAY 303-H1-7268 CWC 2272 PO BOX 791-BOULDER, CO 80308 2003-June PARSONS SUB CITY AND COUNTY OF DENVER $930,821.58 IW% WATER &STORM SEWER R & R CONCRETE CURB, CWC 2328 TOM WOOD 303.764-5860 CONTRACT NO CE31001: RADIUM GUTTER, SIDEWALK 2003-July 1700 BROADWAY, STE 800, DENVER, CO 80290 CITY OF LITTLETON CONTAMINATED STREETS A.15" 8 18"RCP INLETS GEN SOUTH BOW MAR PROJECT $882,%8.35 100% R 8 R CONCRETE CURB, CWC 2338 FRANK NIAEST BERR AVE., L rrLE 2265 CO B0185 GUTTER, SIDEWALK, 2003-July COLD ABERRYNSTRDTLE70N, COLORADO CONSTRUCTORS, INC. SUB CDOT - NORTH FORK FRENCHMAN' $332,296.00 100% CROSSPAN CONCRETE PAVING DAVE FEDIRKO 303-427-0888 CREEK CWC 2330 8810 N. BROADWAY, STE. B, DENVER, CO 80221 2DO3-Oct. CITY OF THORNTON GEN 2DO3 CONGESTION RELIEF AND TURN $354,698.45 100% CONCRETE CURB, GUTTER, RICHARO SORCHARDT 72"72-8044 LANE IMPROVEMENTS & WALK R&R, SIGNALIZATION CWC 2354 BS00 CIVIC CENTER DR., THORNTON, CO 80229 2W3-Oct. CITY OF ENGLEWOOD OEN US 285 SIDEWALK PROJECT $211,190.50 100% CONCRETE PAVING, WALK, CWC 2358 LARRY NIMMO 303-762-23Do 3440 S. ELATI ENGLEWOOD CO 80110 CURB &GUTTER 2003-Oct. TOWN OF SUPERIOR GEN McCASLIN BLVD. IMPROVEMENTS $131,547.10 1OD% CONCRETE CURB, GUTTER CWC 2360 WAYNE ROBINSON 303-293.8107 R.G. CONSULTING ENO1331 17TH ST. DENVER WALK 8 MEDIAN R8R., REVISED PREOUAL JOB LISTAS 4/27/2004 10:03 AM Concrete Narks of Colorado, Inc. COMPLETED CONTRACTS - CONTRACT OWNERICONTRACTOR GENERALI CONTRACT %COMP. TYPE Of DATE CONTACT SUB OWNER/CONTRACT NAME AMOUNT WORT( OWNER ADDRESS DATE 2002-May CITY OF LAKEWOOD GENERAL 2ND & VAN GORDON $60,241.39 10D% DRAINAGE IMPROVEMENTS- RRY ROGERS 303-047-79M CWC 2240 480 S ALLISON PKWY-LAKEWOOD, CO so AD -02 2002-June TOWN OF PARKER GENERAL 20 MILE RD / MOTSENBOCKER RD $664,653.40 10D% CONCRETE PAVING CHRIS HUDSON 303.805-3203 WATERLINE CWC 2252 m120 E MAN Sr -PARKER, CO $0138 Jan-03 2002-Apr CITY OF BOULDER GENERAL 2002 SIDEWALK REPAIR $473,737.18 100% R&R DAVE DOUGHERTY 303•441.3288 CWC 2214 PO BOX 791•BWLDER CO W308 Feb-D3 CURB/GTTR 2D02Feb CITY OF BOULDER GENERAL 2DD2 SMALL PUBLIC WORKS $663,0o7.00 100% R&R STEPHANY WESTHUSM 303-441-32ee CWC 2216 PO BOX 7B1-BOULDER, C080300 Feb-03 CURB/GTTR 2002-Aug CITY 8 CWNTY OF DENVER GENEWZ VIRGINIA VILLAGE STORM SEWER N $1,000,000.00 100% STORM SEWER JIM POTTER 303.44&3724 CWC 2268 2000 W 3RD AVE-DEWER, CO $0223 Mar-03 2003-Feb. HOAR CONSTRUCTION SUB ASPEN GROVE LIFESTYLE CENTER-, $155,098.80 100% CONCRETE FOOTINGS MIKE CAHOON 205423.2230 BUILDING G PIPE CWC 2306 TWO METROPLEX OR STE 406BIRMINGHAM AL 35200 Jul-03 2003•Feb, CITY OF WESTMINSTER GENERAL 2003 CONCRETE REPLACEMENT $681,213.50 100% R&R RON ELROD 303-43D2400 CWC 2310 4800WEsr92ND AvE., WEsrMINSTER, cD 80031 Au-03 CURB/GUTR RAMPS ASPH. 2003-June BOW MAR WATER 8 SANITATION GEN BOW MAR DR/LAKE SHORE DR $199,673,70 100% REPLACE WATER MAIN: RICHARD CASSENS-ENS CONSULTING 30b67a1406 WATER MAIN REPLACEMENT 12" PVC, &' PVC, 8" DIP CWC 2332 739 W. LITTLETON BLVD.. LITTLETON, CO 60120 Oct-03 2003-Feb CITY OF BOULDER GENERAL 2003 SIDEWALK REPAIR $300,873.53 100% R&R DAVE DOUGHERTY 303.441-3288 CWC 2314 PO BOX 791.SOULDER, CO80308 Se CURB/GTTR 2002-Nov HOAR CONSTRUCTION SUB BRIARGATE LIFESTYLE CENTER $1,342,065.40 100% NEW MARK HENDRICKS 1-203-803-2121 CWC 2290 TWO METROPLEX DR STE 400-BIRMINGIIW AL 36209 Se•D3CURB/GTTR 2002-Oct CITY & COUNTY OF DENVER GENERAL PED CROSSING AT EASTMOOR PARK $127,477.70 100% R&R CAL WARD M913-4640 CWC 2262 1201 W COLFAX DEPT W&DENVER, CO WZQ SB -03 CURB/GTTR 2003-June GREEN MTN. WATER & SANITATION GEN 2003 SYSTEM IMPROVEMENTS $287,384.55 100% 4,560 LF W'PVC WATERLINE DAVE FARTKOPF 303.986.1581, EXT 102 314 COPPER SERVICE LINE CWC 2324 13019 W. UTAH AVE., LAKEWOOD, CO 00220 Na,-03 2003-Sept. CITY OF GREENWOOD VILLAGE GEN FIDDLER'S GREEN CIRCLE SPECIALTY $261,698,00 10D% CONCRETE R&R, PAVING WANDA DEVARGAS, PROJ. MOIL 303-708.0140 CONCRETE CUR&IX7RER, SIDEWALKS, RAMPS 10001 EAST COSTILLA AVE. GREENWOOD VLO CO Nov-03 COLOREDIPATTERNED CONCRETE 2003-Oct. CITY OF LONGMONT GEN 2003 SEWER LINE REHABILITATION $121,591.00 100% 18" PVC SEWER PIPE, BILL TAYLOR, P.E. 303451-8355 MANHOLE R&R, CONCRETE CWC 2350 1100 SOUTH SHERMAN ST.. LONGMONT, CO 80501 Nov-03 R&R 2003-Aug, CONNELL RESOURCES, INC. SUB STEAMBOAT SPRINGS AIRPORT/BOB $239,632.50 100% CONCRETE PAVING PATRICK MCCOLLUM. P.E. 87UV7 0200 ADAMS FIELD 4305 E. HARMONY RD.. FT. COLLINS, CO W528 Nov-03 2003-July CITY OF LITTLETON GENERAL 2003 STORM DRAINAGE PROJECT $343,189,46 100% R & R CONCRETE CURB, JIM REDMOND 303-7M38M GUTTER, SIDEWALK, CWC 2340 2255 WEST BERRY AVE., LrrTLEToK co Sam Nov-03 CROSSPAN 2003-June CITY OF LITTLETON GENERAL WEST POWERS AVE. REHABILITATION $872,455.18 100% R & R CONCRETE CURB, FRANK MARSURY 303-705,3830 GUTTER, SIDEWALK, CWC 2328 2255 WEST BERRY AVE., LRTLETON, CO$0106 Oct-03 CROSSPAN 2002-Dec CITY & COUNTY OF DENVER GENERAL 2002 CITYWIDE C & G AND CROSSPAN $1,383,398.80 100% R&R GARY KACZYNSKI 72De13.4829 REPAIR PROGRAM, PH 2 CWC 2302 201 W COLFAX DEFT SOBDENVER, Co M2 Nov-03 CURB/GTTR 2003-Oct. LINCOLN PARK METRO DISTRICT MARKET GREEN IRRIGATION LINE $122,541.00 100% 12' DIP PIPELINE, 6" PVC YELENA PODNOVSKAYA, PROD. ENG. 303-293-8107 PIPELINE CWC 2356 R.G. CONSULTING ENG., 133117rH ST,, DENVER On-03 REVISED PREOUAL JOB LIST AS 4/27/2004 10:03 AM Concrete Worin of Colorado, Inc. COMPLETED CONTRACTS CONTRACT OWNERICONTRACTOR OENERAL/ CONTRACT %COMP. TYPEOF DATE CONTACT SUB OWNERICONTRACT NAME AMOUNT WORK OWNER ADDRESS DATE JUIM CITY OF BRIGHTON EGBERT ST NORTH OUTFACE $83,950.00 100% STORM SEWER BILL ALLEN 303-855.2000 CWC2254 22S4THAVEBRIGHrONC0 ml GENERAL Se -02 Sep-00 EAGLE COUNTY COMMISSIONERS EAGLE COUNTY AIRPORT $1,820,239.00 10D% CONCRETE PAVING 0219 ELDON WILSON RD GYPSUM 81637 GENERAL I Jan-01 Oct-00 COOT WIGGINS REST AREA $3,134,916.00 100% CONCRETE PAVING BRAD PIERCE 970.522-0481 CWC 2048 120 N RIVERVIEW RD STERLING 80751 GENERAL Jan-02 CURB/GTTR Nov-00 COOT EMPIRE $792,421.00 100% R&R JOHN UNBEWUST 303-757-0354 4201 E ARKANSAS DENVeR S02Z2 GENERAL Se -01 CURB/GTTR Nov-9 HOAR CONSTRUCTION ASPEN GROVE LIFESTYLE CENTER $3,708,773.00 100% NEW CONCRETE C & G BRIAN COOK 205-423-2231 CWC 2104 SUB Feb-02 Feb-01 DOUGLAS COUNTY 2001 CONCRETE PAVEMENT REPAIR $884,385.00 100% R&R KARL LUCERO 303.880.7490 CWC 2128 100 THIRD STCASTLE ROCK 80104 GENERAL Dec-01 CONCRETE PAVING Jan-01 DOUGLAS COUNTY YOSEMITE STREET WIDENING $1,343,154.00 100% STREET RECONSTRUCTION PATRICK WOODS 303-000.7490 CWC 2118 100 THIRD ST-CASTLE ROCK 80104 GENERAL Nov-01 Nov-01 CITY OF BRIGHTON 12' WATERLINE $290,354.37 100% WATERLINE BILL ALLEN 303-665.2DOD CWC 2178 22 a 4TH AVE BRIGHTON OO SIMI GENERAL Jul-02 Feb-02 SOUTHEAST TRANSPORTATION AUTHORITY TRAFFIC SIGNAL CONSTRUCTION $401,664.00 100% CONCRETE R & R JOE HENDERSON 303-586-8875 CWC 2222 9191 SHERIDAN BLVD WESTMINSTER 8000 GENERAL Se -02 7W2-Feb ARAPAHOE COUNTY GENERAL BROOKRIDGEIGRANT OUTFALL $913,044.40 100% PIPELINE CLANG NGUYGEN 720-874-GSW CWC 2204 10730 E. BRIARWOOO AVE-CENTENNIAL, CO 80112 AU -02 2002-Jan TOWN OF CASTLE ROCK GENERAF 2001 TRAFFIC SIGNAL IMPRV $785,358.50 100% CONCRETE R&R M CLEMENTS-SURLSTONE 303-877-3375 CWC 2208 100 N WILCOX-CASTLE ROCK CO 80104 .9e OZ 2002-Feb COWRY REDEVELOPMENT AUTHORITY 8TH AVE/OUEBEC ST RECONSTRUCTION $809,599.59 100% STORM SEWER ROGER WINGATE- LRA 303-360-6542 CONCRETE R&R CWC2212 565 UINTA WAY-DENVER,0080220 GENERAL Se 2 2002-May DOUGLAS COUNTY 2002 CONCRETE PAVEMENT REPAIR S630,812.94 100% CONCRETE PAVING KARL LUCERO- DOUGLAS 00. 303-800-7490 CWC 2238 100 THIRD ST-CASTLE ROCK CO 80104 GENERAL DeC-02 2002-Sept RICHMOND HOMES RIVER RUN II $285,498.32 100% NEW MATT DEISEL 301-220-4448 CWC 2264 3800 S YoBEMTTE ST-DENVER, CO 80237 GENERAL Dec-02CURB/GTTR 2002-Nov TOWN OF PARKER EAST MAIN8TREET STREETSCAPE $108,629.50 100% MEDIANS CHRIS HUDSON 303.W&32D3 CONCRETE R&R CWC 2284 20120 E MAINS -PARKER 0080138 GENERAL Jan-03 2002-May OKLAND CONSTRUCTION HOLLY CREEK LIFESTYLE CENTER $145,618.52 100% NEW C & G ALAI COLLIER-1-480.990.3330 CWC 2260 1700 N MCCUN=K OR-TEMPE, AZ 85281 SUB Nov-02 2002-Dec CITY OF LITTLETON GENERAL BOWLES AVENUE CONCRETE $31,075.00 10D% CROSSWALKS DAVID FLAIG 303.7W3708 CURB RAMPS CWC 2296 2255 W. BERRY AVE. UTTLETON, CO SO185 Jan-03 2002-May TOWN OF CASTLE ROCK GENERAL PLUM CREEK WATERLINE $911.100,00 100% WATERLINE BILL WEMMERT- URS 303-8042770 CWC 2234 8181 ETUFTS AVE-DENVER, CO 80237 NOV-02 2002-May CITY OF THORNTON GENERAL 2002 TURN LANE IMPROVEMENTS $576,283.05 100% CONCRETE R & R BUTT CONDON 303-639.7396 CWC 2250 95M CIVIC CENTER DR-THORNTDN, CO 8022E Jan-03 REVISED PREOUAL JOB LIST.KIs 4/27/2004 10:03 AM Concrete Works of Colorado, Inc. COMPLETED CONTRACTS CONTRACT DATE OWNS TRACTOR GENERAU CONTACT CONTACC %COMP. TYP OF SUB OWNER/CONTRACTNAME AMOUNT WORK OWNER ADDRESS DATE Mar -DO CITY OF BRIGHTON - TONY HUERTA 12TH AVE AND EGBERT STORM DRAIN $407,257.50 100% PIPELINE 22 SOUtH 47H AVE., BRIGHTON, CO 80e01 303-655.2036 GENERAL Se Mar-00 MARK ELMORE 1-25 AND HYW 52 $27,006.00 100% PIPELINE 376a HWY62. ERIECO SWIG 970-227-1289 GENERAL Jun-00 Mar- 00 COLUMBINE LAND RES.-D000 TIEFEL 24TW WADSWORTH 533,988.00 100% R & R P.O. BOX 17130 BOULDER CO 80308 Mar-00 303-665-0165 GENERAL LAFARGE - TOM DREILING OTIS- CDOT SH34 (WASHINGTONIYUMA) $115,750,00 Jul-00 100% CURBIGTTR R & R IWO N. TAFT HILL RD., FT. COLLINS CO M22 May-00 970-407.3642 SUB DOUGLAS COUNTY-KARL LUCERO 2000 CONCRETE Se -00 CURB/GTTR $585,091.00 100% R&R 100 THIRD ST., CASTLE ROCK CO 00104 303-660-7490 GENERAL NOv-00 CURBIGTTR May-00 ENGLEWOOD-DAVE HENDERSON PARKWAY EXTENSION ROUNDABOUT $1.366 277.00 100% R&R 1000 ENGLEWOOD PKY ENGLEWOOD, CO 80110 303-762.25M GENERAL Au -01 CURBIGTTR May-00 ENGLEWOOD-RAVE HENDERSON DARTMOUTH a INCA $177,806.00 100% R&R 1000 ENGLEAWD PKY ENOLEWOOD, CO 80110 303-762-2606 GENERAL Au -00 CURB/GTTR May00 ENGLEWOOD-DAVE HENDERSON FLOYD AVENUE WIDENING $150,000.00 100% R&R 1000 E40LEWOOD PKY ENGLEWOOD, CO 80110 303-762-2506 GENERAL Nw-00 CURB/GTTR M8700 ENGLEW 00--DAVE HENDERSON S. BROADWAY WIDENING $4,145,186.00 100% R&R 1000 ENGLEWOOD PKY ENGLEWOOD, CO 80110 303-762.2506 GENERAL Nov-00 CURB/GTTRJun-00 BOULDER -BAR BARA KENYON N. BOULDER PARK WATERLINE $927,223.00 100% PIPELINE PO BOX 791 BOULDER, CO 00" 303-441.3293 GENERAL Jun-01 Jan-00 BOULDER-ALEX MAY SKUNK CREEK UNDERPASS $1,794,744.71 100% PED. & BIKE UNDERPAS5 PO BOX 701 BOULDER, CO 90300 303.441.3268 GENERAL Au -01 Mar-01 CITY OF LAKEWOOD 2001 BIKEPATHS, SIDEWALKS $614,478.45 100% CONCRETE R & R WAYNE CAMPBELL 303487.7000 CWC 2130 480 S ALLISON PKWY LAKEWOOD 80220 GENERAL Sep-02 May-01 CITY OF GREENWOOD VILLAGE SELLEVIEW AND DAYTON $378,291.55 100% CONCRETE R & R WANDA DEVARGAS 303-70e41140 CWC 2142 am S QUEBEC GREEMNOOD VLG 80111 GENERAL Ma -02 Jul-01 CITY OF THORNTON 120TH AVE WIDENING $1,230,351.69 100% STREET RECONSTRUCTION MATT CONDON 303-538.7308 CWC2120 IMCNIC CENTER DRTHORNTON802M GENERAL SIR 01 Jul-01 JARAPAHOE COUNTY ARAPAHOE / QUEBEC INTERSECTION $4,983,207.18 1 OD% STREET RECONSTRUCTION VERN TABERT 720-87M6670 CWC2144 1I0730E8RfARWO0DCENTENNIAL80il2 GENERAL Jun-02 May-02 CITY OF ARVADA 2002 CONCRETE REPLACEMENT II $160,165.00 100% CONCRETE R & R PATRICK DOUGHERTY 303-421-2550 CWC 2236 8101 RALSlON RD ARVADA BOD02 GENERAL Se 02 REVISED PREQUAL JOB LISTAS 4/27/2004 10.03 AM Concrete Works of Colorado, Inc. COMPLETED CONTRACTS CONCRETE WORKS OF COLORADO, INC. CONTRACT OWNERICONTRACTOR OENERALI CONTRACT %COMP. TYPEOF DATE CONTACT SUB OWNERICONTRACT NAME AMOUNT WORK OWNER ADDRESS DATE Sep-97 COOT - RON BUCK SANTA FEIBELLEVIEW PH II $14596,658.00 100% PAVING, STRUCTURES, 4201 E. ARKANSAS AVE., DENVER CO 80222 WATERLINE CWC 9790 303-798-7664 GENERAL Jan-99 CONCRETE Feb-98 ENGLEWOOD, CITY- CAVE HENDERSON INCA STREET $499,528.00 100% NEW STREET CONSTRUCT 3400 S. ELATI, ENGLEWOOD, CO 80110 CWC 9850 303-789-1125 GENERAL Dec-99 CONCRETE Apr-98 BOULDER, CITY -CAVE DOUGHERTY BOULDER CONCRETE PATCH $998,341.00 100% R 8 R 1777 BROADWAY , BOULDER, CO 80300 CWC 9805 303-489-3794 GENERAL Aug- CONCRETE Sep-98 ENGLEWOOD, CITY LARRY NIMMO ENGLEWOOD PAVING IMPRV $1,121,645.00 100% PAVING,CONCRETE IMPR. 3440 S. ELAn ENGLEWOOD, CO 80110 CWC 9815 303-762-2300 GENERAL Dec-99 Nov-26 COOT - RON BUCK SANTA FEIBELLEVIEW PHIII $5,892,379.00 100% R & R 4201 E. ARKANSIS AVE., DENVER CO 80222 303-798-7664 GENERAL Jun-00 CONCRETE Jun-99 LAFARGE, TERRI MAREZ SH 6 - GOLDEN $179,316.D0 100% R & R 18M NOR7H TAFT HILL RD., FT. COLLINS CO 90522 970-407-WO SUB Se 99 CONCRETE Oct-98 HAMON - LARRY I-2251 PARKER ROAD $1,156,705.00 10D% PAVING 5a70 FRANKLIN ST., DENVER, CO 80210 303-297-0340 SUS Dec-00 Ott-98 ED KRAEMER/SONS - TIM MALONEY 1.70 - FLOYD HILL $1,152,512.00 100% PAVING 880 ATCHINSON WAY ST., CASTLE ROCK 80104 303-688-7500 SUB Oct-00 Jan-99 BOULDER -DON VET TERLING VETTERLING 199912000 $200,000.00 100% R&R PO BOX 791 BOULDER, CO $0300 GENERAL Dec -DO CURBIGTTR May-99 LONGMONT- TOM THOMPSON 9THIHOVER S403,150.00 100% R & R 1100 8. SHERMAN, LONDMONT CO B0501 303-651-SM5 GENERAL Jun-00 CONCRETE SOP-99 BOULDER, CITY - DAVE DOUGHERTY PEDESTRIAN IMPROVE. #3 $1,906,268.00 100% R & R 1777 BROADWAY, BOULDER CO 803M 303-441-3266 GENERAL Oct-W CONCRETE Sep-99 LONGMONTILDDA-NEIL LOOKER LONGMONT DOWNTOWN D.A. $3,026,242.00 100% STREETSCAPE, CONCRETE 528 MAIN Sr., LONGMONT CO 80501 303-651-8494 GENERAL 00 Nov-99 CENTRIC JONES - DAVID CAMPBELL ALLEN WATER TREAT. PLANT $69,636.9 100% CURBIGTTR 5400 W, 13TH AVE., LAKEWOOD, CO 80214 303-788-0864 GENERAL r-00 SIDEWALK Dec-99 LONGMONT, CITY -ALAN BRYNING 17THIPACE $2,662,057,00 100%INTERSCTN 1IDD S. SHERMAN. LONGI.IONr CO 90601 303-651-8494 GENERAL Mar RECONSTR Feb-00 LEFT HAND WATER D1ST: K. PETERSON HWY 52A-25 $119,937.00 100% PIPELINE P.O. BOX 210 NIWOT CO 80544 303-530-4200 GENERAL Mar-00 Mar-00 HIGHLANDS RANCH METRO #3 STORM DRAINAGE - PIPE 53 $308,540.00 100% PIPELINE 62 W. PLAZA DR. HIGHLANDS RANCH CO 80126 CHRIS SEELEY 303-791-0430 GENERAL Jun-00 REVISED PREQUAL JOB LISTAS 4/27/2004 10:03 AM CONCRETE WORKS CF CCLORACC NIASTcR ECUIPMENT 1 1S7 .% %� - (MODEL - TYPF IP135'WJD CcmPR=-SSCF ,VtC�04�/ IK 'SA.-89 jCOhIPRE'-zZ0P IP135YV D C,cn" cc-c,-p i !CASE IVIBROMAX SL2 IPLATE COMPACTOR =--CATERPILLAR ICPS63C ROLL-C3tv1PACTOR 'PjHACKER ES600 IJUNINPING JACK LiR-SGH 8HP ROLL -COMPACTOR �VNACK�R VVK VIP 1550AW IPLATE COMPACTOR NIT-74F IJUNIPIN JACK W 1017n IPLATE COMPACTOR �IBW R270 S-P R&S VIB COMPACT 1 WAKWP 1550AVV PLATE - VIBRATORY 19.5X23 '75fMBW GP3000H PLATE COMPACTOR :t:IVIlACKER BS 60 Y PLATE COMPACTOR ;'3iHYSTER C6106 ROLL -COMPACTOR t WHACKER OPU6065 REV VIBRATORY PLATE S9 'v�IACKER RS 600 PLATE COMPACTOR MBW R270 JUMPING JACK WACKER DPU6065 PLATE COMPACTOR S9 MBW AP2000H PLATE COMPACTOR 92 MBVV GP3000H PLATE COMPACTOR C0 PLATE COMPACTOR 57 HV-2P VIBRATOR ,y8 GOMACO TC600 CURE PAVER/C&G GOMACO 9500 TRIMMR PAVER/C&G C0 DENVER CONCRETE VIBRATOR 93 NORTON 35HP 26" CONCRETE SAW =' SOFF-CUT GX3000 CONCRETE SAW .71 HANDLE JACK HAMMER PARTNER K950 14" CONCRETE SAW PARTNER CONCRETE SAW 4�8 CORE CUT 65HP 20" CONCRETE SAW CUTQUICK CONCRETE SAW 21082SRAN2151 DRILL EZ 70 PARTNER K950 16" CONCRETE SAW 70 TRANS-FLO 606MT CEMENT BLOWER 33 NORTON CLIPPER C18AKBT CONCRETE SAW 0 CON-E-CO LO-PRO 10SCM BATCH PLANT 38 GOMACO COM 111 GT6300 PAVER/C&G 36 CUTQUICK CONCRETE SAW 34 CUTQUICK CONCRETE SAW 38 CUTQUICK CONCRETE SAW JAB CLIPPER C188 CONCRETE SAW 32 GOMACO GP2500 SLIPFORM PAVER 31 HONDA CC1313H-S HONDA PUSH SAW 32 CORE CUT 26" 37 ALLEN 12 SHED SCREED MACHINE 37 DRUM D-807 CEMENT BLOWER 38 CUTQUICK CONCRETE SAW 33 NORTON CONCRETE SAW )0 CENTRAL SILO CONCRETE SILO 4/9/0310:33 AMEquipment List.xis TES No • 1-2-- COiICRET_ YiOR'KS OF COLCI?-kCC A1ASTFp Fr1UIPNIENT LIST =' i HAKE jMODEL TYPE I0-210-2SPA ICR.IL_ �GON9AC0 �C& j'.fCLC MCL:� r_&•� 3e" NICL_ CUTQUICK CCNCPETE SA`i`i ;•cg CURB IMOLD 53'DENVER JCONCRETE VIBRATOR ,:GC;RARTNER K-950 14" CONCRETE SAW NFE,4�^l0 H`N20-24C0 ` jATER HEATER CATERPILLAR 140H ART. FRAME GRADER v---IJOHN DEERE 280 SKIDSTER '41 CATERPILLAR 436E SACKHOE ;,?a JOHN DEERE 500C SACKHOE ICATERPILLAR ,0 CATERPILLAR 916 ART. WHEEL LOADER S=: I CATERPILLAR 966F SER.II ART. WHEEL LOADER 399 CATERPILLAR 914G ART. WHEEL LOADER 702 BOBCAT s02 BOBCAT 102 BOBCAT l65 JOHN DEERE 5100-4WD BACKHOE :02 ICATERPILLAR 950G WHEEL LOADER ,77 BOBCAT MELROE 773 S/S LOADER JOHN DEERE 7810 MFWD 83,CATERPILLAR 950E ART. WHEEL LOADER SS,SOBCAT MELROE 743E S/S LOADER 93 CATERPILLAR D7H CRAWLER -DOZER S8 1 BOBCAT MELROE 873 S/S LOADER GC BOBCAT MELROE 873 S/S LOADER ^< JOHN DEERS 350C CRAWLER -DOZER BOBCAT MELROE 773 S/S LOADER 95 JOHN DEERE 510D BACKHOE 86 CATERPILLAR 140G ART. FRAME GRADER 90ICATERPILLAR EL300B EXCAVATOR 97 CATERPILLAR 345BL EXCAVATOR 71 GRADALL XL5200 EXCV W/ 96"BKT #1149 38 GRADALL G3WD EXCAVATOR 34 GRADALL 660C EXCAVATOR Jt GRADALL XL3300 EXCAVATOR/ATT 02 CATERPILLAR 3206L EXCAVATOR )2 GRADALL XL3300 EXCAVATOR )2 GRADALL XL3300 EXCAVATOR 35 i GRADALL XL5200 EXCAVATOR )0 GRADALL XL2300 EXCAVATOR 37 HONDA EM3500 GENERATOR 32 HONDA EM3500 GENERATOR 39 YAMAHA YG66000EX OHV GENERATOR )OIYAMAHA YG4600DX OHV IGENERATOR )0 YAMAHA YG4600DX OHV IGENERATOR )O YAMAHA IYG4600DX OHV IGENERATOR 4/9/0310:33 AMEquipment List.xis vv MASTER EOUIFVENT L157 •? :MAXF6 IMCCEL JTYPE - :'"�CNCA EN135G0 iGE`iER?TCR - �OR1GA '-CRICK IG`i`iERATC? - GE�iERA-OR AIL L ET 1 iGENE.'"'A i uR { I � I i 2PiVANC0 'A/TSP110-LSAC ARROV11 BOARD 29: EROCE RJ-300 BRO0(vI9 `rVANCO WTSP110-LSAC ARROW BOARD 'iVANCO 'A,7SP110-LSAC ARROV/ BOARD WANCO VVTSP110-LSAC ARROW BOARC iVVANCO V`lTSP110-LSAC25 JARROW BOARD 71HOTSY 83035H IPRESSURE WASHER 21 BOBCAT SS200 SNOWBLOWER 11 HOTSY 603513H PRESSURE WASHER 98;TRAILBLAZER 251 WELDER HOTSY 770A PRESSURE WASHER 341 IMPACT TOOL 99 RRP-1999-03-15 3/4" DRILL 92 GORMAN-RUPP PUMP ISO CONTAINER 8X20 21062SRAN2151 DRILL EZ 38 BEALL E-DUMP 2XL SEMI -TRAILER 36 FONTAINE FLATBED Pi P182 PINTLE HOOK TRAILER 'G CLEMENT FLEETSTAR 2 XL DUMP .G MERTZ ROCKMASTER ROCK TRAILER ;0 MERTZ ROCKMASTER ROCK TRAILER ;1 Pi 102X30 GOOSENECK TRAIL ;.„ BEALL DUMP 112 RND ROCK DUMP 14 BEALL DUMP 1/2 RND ROCK DUMP )0 LOADTRAIL CH7018 CARHAULER 14 BUTLER 1014 ELECT BRAKE TRAILER )0 TRAILBLAZER TB816TA2 CARGO TRAILER 34 HOBBS 42'X96" TRAILER/STORAGE )8 HAULMARK MC61 OBS TRAILER/ PROFILOGRAPH )2 JAYHAWK 2001 RCM 20' GOOSENECK TRAILER 16 BEAN SMALL TRAILER )1 TK110HDG LOWBOY )1 )7 BUTLER LT1014 TILT TRAILER )0 WABASH DURAPLATE 53' A HEIL SUPERJET DRY BULK TRAILER 11 FRUEHAUF SEMI -TRAILER 12 TALBERT 3 AXLE LOW SEMI -TRAILER 13 FORD F-350 1 TON DUMP TRUCK :0 FORD F550 SERVICE TRUCK :0 PETERBILT 378 SERIES TRUCKITRACTOR I MTM BOOSTER AXLE - MIXER #839 ,1 MTM BOOSTER AXLE - MIXER # 835 4;V/W1U:33 AMr--quip1 ent L1S1.X15 I --. 1A.1fiT7-1:? IIr-V-, 7 I_IS- WAKc I MOCEL (TYPE %1 7 M BOOSTER A;(La- - MIXER #Z3 , I i BCCS T ER AXLE - -W_ l #_ 4: ,iT4t 2C0S`ER A,(LE - LIl,'gEF #° 3 IV C -ORC I,�iCXJFJ ': IGAAC 2500 X-CAB PICKUP ::FORD F250 SUPERCAB JPICKUP FORD IWATER TANKER - I%IACK CL713 TRUCKITRACTCR DCDGE RW 35'G QCA.n PICKUP I =ORD F-250 4X4 PICKUP DDODGE RAM 3500 FLATBED -!FORD SUPRDUTY FLATBED ;DODGE 2500X-CAS PICKUP :'DODGE 2500X-CAS PICKUP ,31 !DODGE RAM 3500 PICKUP 91j1DODGE RAM 3500 FLATBED '-'DEEP CHEROKEE MISC. ,�G DODGE RAM 2500 PICKUP 89 FORD F-350 X-CAB PICKUP 02 FORD FORD FLATBED 97 CHEVY C6500 2TON FLATBED 97 GMC 2500 X-CAB PICKUP CCIPETERBILT 357 AXLE#238BYF 00 PETERBILT 357 AXLE #240BYF CO PETERBILT 357 AXLE #244BYF 00 PETERBILT 357 AXLE #241 BYF ^O;PETERBILT 357 AXLE#242BYF GD PETERBILT 357 AXLE #239BYF �0 PETERBILT 357 AXLE #243BYF �-0 PETERBILT 357 AXLE #2458YF CHEVY 314 TON X-CAB PICKUP FORD PICKUP 38 CHEVY C-70 SERVICE TRUCK D3 FORD F350 FLATBED 33 FORD F350 FLATBED 32 MACK TRUCKITRACTOR D21 FORD F-350 X-CAB PICKUP 39 DODGE RAM FLATBED 39 DODGE RAM FLATBED 39 DODGE RAM FLATBED 39 DODGE RAM 3500 FLATBED y9 FORD F-350 CREWCAB PICKUP D2 GMC TC6H042 FLATBED DO FORD F250 SUPERCAB PICKUP 31 FORD F350 PICKUP )I FORD F350 PICKUP 31 FORD F350 PICKUP 31 FORD F350 PICKUP 31 FORD F350 PICKUP 39 GMC Tc7h042 WATER TANKER 79 PETERBILT INACTIVE TRUCK/TRACTOR 32 FORD F-350 FLATBED 37 CHEVY S-10 1/2 TON PICKUP .0 W PICKUP 00330 `Hm SCHEDULE - REVISED BID #5850 WEST ELIZABETH BIKE LANE IMPROVEMENTS Item No. Description Unit Contract Cost 201 CLEARING AND GRUBBBVG Dana n[t Cos[ Total 202 REMOVAL OF CURB AN-1- LS 1.0 g 202 REMOVAL OF ASPHALT PAVEMENT 202 REMOVAL dF CONCRETE PAVEMENT REMOVAL OF PIPE REMOVAL OF GROUND SICN REMOVAL OF STORM INLET SAWCUT ASPHALT MAT SY SY LF EACH EACH LF 2279. 1322.0 16.0 $,0 7.0 .rj_ T T +- g + - T C $ 202 202 202 202 g 203 EXCAVATION 5219.0 203 BORROW cY 443.0 T - 203 POTHOLING TON 423.0 $ 207 FINE GRADING HOUR 40.0 g wee + _ 207 TOPSOIL JIMPORT SF CY 11037. S O 20B GRAVEL INLET FILTERS 1220 $ 208 EROSION CONTROL EACH LS g,p $ 208 OUT STRUCTURE EACH 1.0 $ DO- 210 ADJUST MANHOLE ADJUST MANHOLE EACH '� + 210 ADJUST WATER VALVE BOX SEED SOIL PREPARATION WOOD MULCH RECONDITIONING HOT BITUMINOUS PAVEMENT PATCHING ASPHALT ASPHALTSIDEWALK EACH SF SF SF SY TON 3.0 8.0 8842.0 11037.0 2195.0 1922. 250.0 • $ $ $ $ fir $ O _ $ $ go*-- 212 212 213 306 403 403 603 12 IN RCP CIP TON LF 250.0 $ r - 603 15 IN RCP CIP 18 IN RCP CI LF 11 0 7. $ $ D - 603 604 INLET TYPRR t4FOOT MODIFIED RADIAL LF EACH 1 H. $ 0-' - 604 INLET TYPER 5FOOT) 2.0 +- $ 60/ INLET TYPE 13 COMBINATION SFOO INLET TYPE 13 COMBINATION 10 FOOT MODIFIED EACH EACH t.0 3. - $ 0� - S Do - 608 CONCRETE CURB RAMP CONCRETE CROSSPAN CONCRETEAPRON CURB AND GUTTER TYPE 2 SPECIAL T PAN EACH SY SY SY LF 10 107.0 59. 244. - $ $ _ $ _ 608 bull 609 $ -_ 609 CURB AND GUTTER TYPE 2 SECTION H-B LF 22,370 $ 1 609 6" MOUNTABLE CURB LF 286.0 $ 610 MEDIAN COVER MATERIAL SF 802.0 .� $ _ 613 JUNCTION BOXES LABOR ONLY EACH 180 2g,0 �""' $ _ 613 ELECTRICAL CONDUIT LABOR ONLY LF 2928.0 j.'� T _ 626 MOBILIZATION yT ,� $ _- 630 TRAFFIC CONTROL SIZE A SPECIALTY SIGNS EACH 1 $ T 630 TRAFFIC CONTROL LS LS Z5.0 PIA ON -THE JOB TRAINING FfA LO $ _ $ F/A OJT COLORADO TRAINING PROGRAM F/A 0.0 F/A MCR 0.0 $ Total Base Construction Cost 4 $ Zlnc -�h. {-�wosn..d Et 1..4 k•A,.41„c.d �n o Donors an •w Cents. Signed 1WAddress 12100 RACK CCU*, CirrlC. marcK.ena.r+1 tt�eSidpAi Company CQnCAC IrlOrKs color -$.I 07r& Inc L"*1*KQ 20021 • Phgnc Fax 3o3 •(o"-293 3o3 -"S- 2 q& Check One: Individual Doing Business in Company Name Corporation Partnership The sum of t ese two amounts will be -used to determine the lowest successful bidder according to the following formula: A+ B X (the daily cost) = Contractor's bid for evaluation for the lower successful bidder Where: A = Contractor's total bid for the work items B = Number of Calendar Days required to substantially complete the Work Daily Cost for this Project = $3,828.00 A= Total Construction Cost $ 4a3184a. a o olIR2..1V a A-p 43J $L{2.2.1 Page I oft MA =T=R =01 I!PVF:,N1T r !MODEL ITYPE �I=ETERBiLT 1373 TRUCX,—R, CTCR - =GRD f F 35J FLATE -i=ORD =-35J PICK' P �.K�:�.l1/11a --, Il�/-7l_�-•.'S T^tJG F., ^ 1 C,^. j iNI-V is- STER A:('_- - %IIXER # i BOOST" AXLE: - MIX XER ER :O;FORD IF250 SUPERCAB 1PICKUP - G;MC 1250C X-CAB FLATBED 753; DODGE RAM 35C0 OCAS PICKUP IFORD JE<PEDITICN ISUNi N,t OGSTER AXLE - MIXER #833 L FORD F-350 X-CAS FLATBED 'i IC HEVY 3/4 TON SUBURBAN ,:9'FORD IPICKUP =131DODGE RAM X-CAB loumP ,`i3 ALLEN SPRAYER 97 PULL CART ' 9 AMIDA AL4060D-4MH ILIGHT PLANT MONOLITHIC MOLD 73" TO 84" C/G MACHINE ATTACHMENT HCROSS AUGER ASSEMBLY C/G MACHINE ATTACHMENT FIOPPER PROLE TRIMMERHEAD C/G MACHINE ATTACHMENT EN-LIFT KL9000 BARRIER LIFTER OBCAT MELROE SKID ATT.-BREAKER EN -LIFT #850 BARRIER LIFTER OBCAT MELROE 72" SKID ATT.-BUCKET RADALL f 96 " DITCHING BUCKET OBCAT MELROE 3500 SKID ATT.-BREAKER OBCAT MELROE 3570 SKID ATT.-BREAKER OBCAT MELROE 3570 SKID ATT.-BREAKER OBCAT MELROE 2560 SKIDATT.-BREAKER LEN 12 SHED SCREED SECTION --' BOBCAT MELROE 66" Cl SKID ATT.-BUCKET 72" DITCH BUCKET 36 BOBCAT MELROE SKID ATT.-AUGER J0 EXCAV. ATT. BUCKET 36 GRADALL 60" FOR XL5200 SKID ATT.-DITCH BUCKET 34 GRADALL 60" FOR 660C EXC. ATT.-DITCH BUCKET 51 BOBCAT PYD BREAKER #987 34 CATERPILLAR 12" HD 2.5 CF BACKHOE ATT.-BUCKET 38 BOBCAT MELROE 9197 72" SKID ATT.-BUCKET 35 ALLIED HY RAM EXCAV. ATT.-HAMMER 34 MBW NPK C-2 TRACTOR ATT. TAMPER GRADALL ATTACHMENT 72" DITCH BUCKET 36 BOBCAT MELROE SKID ATT.-BIT 36 BOBCAT MELROE SKID ATT-BIT 35 ALLIED 750 EXCAV. ATT.-HAMMER 34 DEERE BACKHOE ATT.-RIPPER 32 3" PUMP HOSE 37 PAVING HOSE 35 BOBCAT MELROE 66" Cl SKID ATT.-BUCKET 35 BOBCAT MELROE 5774 78" SKID ATT.-BUCKET 32 �/n UNIDEN lnOn.nn . SMS815T IRADIO , JUJ z u.jo nlvir-gwpment USLAS CUNCii!= i c VVCtiKS OF CULOK,wO "'j`INIDE`i SI�ISS'�': I~:�JIO I �;Vr,- TILT SNSP .NIL T ILT JVNAIR NIC BRCKT HYDRLC KiT Sv^NA? MC SONIC RTATN ASSMBLY SONAR ,3;VC INTFCE BOX ASSMBLY SONAR MC PNL ASSY SONIC CNTP.L 2000 SONAR - RADIO I—ANASONIC UF885 COPIER I ;i MC C-111016 CNIPTR PROFILOGRAPH IELECTRONIC TOTAL STATION SURVEY EQUIP IAGL GL2000AL PIPE LASER �_>siPANASONIC 7728 FAX MACHINE 0 EFJ 8610 RADIO I 4SY RADIO �,51NEXTEL EFJ8600 RADIO c,!SOKKIA LT8 300P T-LEVEL G6 SOKKIA C41 20X AUTOLEVEL 83 RADIO 83 RADIO 83 RADIO �.i MOBILE PHONE a4 RADIO 85 RADIO 37 E.F.JOHNSON LTR8790 RADIO 83 PHONE VIDEO CAMERA RADIO 31 CELL PHONE 5= CELL PHONE " 31 CONSTRUCTION SOFTWARE .;; RADIO 35 HEADSET 35 HP FAX MACHINE 35 BASE STATION RADIO 36 CELL PHONE 36 RADIO 36 SUPERDUTY RADIO 39 ESTIMATING SOFTWARE 3g SAFE 31 DESK 31 DESK 31 DESK EE] ?3 ITOOLBOX 4/9/0310:33 AMEquipment List -As concrete works of colorado, inc, IV 1260 rock creek circle lafayef;e, colorado 80026 303-665-29331 fax 303-665-2980 Marc Lenart Concrete Works of Colorado, Inc. / Platte River Pipeline, Inc. President/ Owner Professional Registrations Active, prominent member of the Colorado Contractors Association Active, prominent member of the ACPA (American Concrete Paving Association) Work History Marc has significant heavy highway and pipeline construction experience, which began in the early 1970's. In 1978, he formed his own construction company, Concrete Works of Colorado, and incorporated it in 1980. Marc has built Concrete Works up from a single pickup truck with a few employees to the current 125 employee, very successful company doing up to $26M worth of work per year. Marc is a very hands-on owner and values doing the highest of quality work, building tough, challenging projects with tough, challenging deadlines and building good, long lasting relationships with Owners, clients, suppliers, subcontractors and employees. Marc sets high standards for work ethic, quality work and integrity and sets similar, clear expectations of all employees of Concrete Works of Colorado, Inc. Marc's construction experience includes: sidewalk, curb and Batter and concrete replacement, mainline concrete paving, street and intersection construction and reconstruction, underpasses, retaining walls, bridges, and all pipeline and utility construction including waterline, sanitary sewer and storm sewer. Marc recently purchased a new concrete plant and currently operates this plant providing concrete for all Concrete Works projects as well as concrete to the general public. In 1999, Marc formed an affiliated company, Platte River Pipeline. Platte River Pipeline has increased Marc's ability to compete for and complete a wide range of utility projects and provides for all the utility related work connected with all Concrete Works' heavy highway projects. road building & street construction • curb & gutters & excavation/bridges ITcm roo.I4 concrete works _ 'of colorado, inc, 1260 rock creek circle lafayefte, colorado 80026 Richard Brasher, P.E. 303-665-2933 \ fax 303-665-2980 Concrete Works of Colorado, Inc. i Platte River Pipeline, Inc. General Manager Education B.S., Civil Engineering Professional Registrations Registered Professional Engineer, Colorado Professional Experience Dick Brasher has 22 years of experience in the engineering design, project management, construction management and construction industry. His experience ranges the spectrum from private sector, consulting engineering, to public sector, municipal engineering/ project management, to private sector, construction. His experience has consistently related to the design, management, construction and implementation of public works projects. Projects have included street and intersection construction and reconstruction, bridges, underpasses, bikepath and pedestrian improvements, waterline and storm sewer improvements and a wide variety of other public works related projects. He has managed professional engineering project management staffs and has been responsible for budget development, budget tracking and complete implementation of public works capital improvement programs. Work History KKBNA Consulting_Eneineers — 1980 to 1986 Design and Project Engineer. Dick was responsible for the design and management of numerous public works related projects including transportation projects, bridge projects and utility projects. He had significant experience in the construction management and implementation of these projects as well. Citv of Boulder. Public Works — 1986 to 1991 Engineering Project Manager. Dick was responsible for the design, management and construction of numerous transportation and utility projects. Projects included street improvements, bridge replacements, bikepaths, underpasses, overlay programs, sidewalk replacement programs, storm sewer improvements and water main relocations. His responsibilities included: project design and management, public involvement, budget development and tracking, scheduling, construction management and contractor negotiations. C itv of Boulder. Public Works — 1991 to 2001. Eng. Project Management Coordinator. Dick managed a staff of 10, including 5 Engineering project managers, civil engineers, technicians and inspectors. He was responsible for the entire implementation of the Transportation Divisions Capital Improvement Program. Responsibilities included: budget development and tracking, design and construction management, contract administration, contract negotiations, board and city council presentations and considerable public involvement. C oncrete 'Works of Colora do Platte River Pipeline — 2001 to Present. Genera! Manager. ger.Dick is responsible for day-to-day operations, contract and cost negotiations, project management a-nd imrde lenta*Lion, naaint&ining clier.: a^Q ownor relations. sclledulmg, project cost development a::dl trackin_. -:id all around, `-neral proI-i= and company spokesman. i )Cl �Uii�irig & S"e+CO'1S`r,1C`IDrI • CU;e & gutterS & excavation/bridges concrete works of coiorado, inc. 1260 rock creek circle lafcyehe, coiorado 80026 303-665-2933 1 fax 303-665-2980 Juan Blanco Concrete Works of (Olorado, Inc. Platte Ricer Pipeline, Inc. General Superintendent Professional Experience Mr. Blanco has over 26 years of pipeline and utility related construction experience. His experience th ranges frohands on pipe laying and construction to general superintendence, running several crews and projects at a time. He has experience with all utilities including waterline, sanitary sewer, and storm sewer and in all pipe types and sizes. He has constructed city water main replacement projects as well as long, large diameter pipeline projects. Mr. Blanco is hard driven and values high quality work and building long lasting working relationships. Vvhile working in the Denver metro area, Mr. Blanco has developed an outstanding reputation with many municipalities, counties, water and sanitation districts, and with the Denver Water Board. Work Experience Aurora Pipeline Company - 19'78 to 1983. Project foreman' Superintendent. Mr. Blanco worked mostly on residential and commercial development utility installations including water, sanitary and sewer. TIC (Tire Industrial Company)/ ERS - 1983 to 1989. General Superintendent. NIr. Blanco worked mostly on residential and commercial development utility installations, including water, sanitary and storm. He also worked on a number of large diameter water and sanitary sewer pipeline projects. He managed and was responsible for several projects and several crews. Adam li Construction Cotnpanv- 1989 to 1994. General Superintendent, Mr. Blanco was responsible for several utility pipeline projects, mostly water and was responsible for several crews. Proto Construction - 1994 to 1999. General Superintendent. .Mr. Blanco was responsible for several subdivision utility projects, several large diameter pipeline projects and several crew s. Projects included installing / miles of 36" steel water pipeline and 1; miles of = 6" ductile wat r pipeline. Platte Fiver Pipeline - 1999 to Present. Vice -President General Superintendent. In 1999, Concrete Works of Colorado formed Platte River Pipeline (PRP j a?id Mr. Blanco was hired as Vice- President and General Superintendent. Mr. Blanco is responsible for the day-to-day operation of Platte River Pipeline and is responsible for all PRP prciects. H.-is hands on and is intimar-.iy involved in all PRP projects. He leas coarL'eted m" erot;s IM,Cjects.th inclndi^«: t itv of Lo, I nont - i'7 atd ?acw. Waterhne, sa.,:ta.-t- se:s er and stol,r: sewer. r Ci-' of Boul ier - 2')00 water tt:ain replacement. / CSt4` of BOUtdP,r — 1��, and CQiOra:i'v'. 1>_ �+' :.er ria:n II?StallailCn. i Citd cf Boulder - Broadway_ and Boul31er Creek. 1'_' water r_:ain wnd 1'_" sax itati sewer .. c•a:: anon in n_i_..v. r(.,ra rcn_n:nv_.- r..,. ^r-�a+i• a=.n _ -,oti nn rno,.:nrto Pt bite Can')'on WCrDistzt. I ,0;_! J i,+ -r ik 3ter l: is fi±,::n 11.'..On,.4-12 dlalnete:. I C, , ��t c;, ,i- Est; 4- / C:i✓ C•t J"T. olr - \::,:.n C'7�Ci. 1_ vN:?i:a :i:1 .I: �. a�:a1:.,•1. n cx 0rre-, - ,: ri,_�^, . �-�,;� �;•�1� ,., z•. x"_7•✓uTi;�r„''�ri;1a�;; concrete works of colorado, inc. 1260 rock creek circle, lafayette, colorado 80026 303.665.2933 / 303.665.2980 fax COMPANY OFFICIALS: Marc Lenart: Marc is the president/owner of Concrete of Concrete Works of Colorado, Inc. Concrete Works was incorporated in June, 1980. Dick Brasher: Dick started with Concrete Works of Colorado, Inc. in 2001 and is the General Manager and Vice President. Jodi Michel: Jodi started with Concrete Works of Colorado, Inc. in 1999 and is presently the Secretary/Treasurer. She serves as the Office Manager and handles accounting, project administration and accounts receivable duties. ADMINISTRATIVE STAFF: Dick Brasher: Dick started with Concrete Works of Colorado, Inc. in 2001 and is the General Manager and Vice President. Brad Kivett: Brad started with Concrete Works of Colorado in 2004 and is the Controller. Jodi Michel: Jodi started with Concrete Works of Colorado, Inc. in 1999 and is presently the Secretary/Treasurer. She serves as the Office Manager and handles accounting and accounts receivable duties. Patti McCubbin: Patti started with Concrete Works of Colorado, Inc. in 1998. She is the Director of Human Resources. Sheree Clay: Sheree started with Concrete Works of Colorado, Inc. in 2000. She is the Safety/Risk Manager. ESTIMATING/PROJECT ADMINISTRATION: David Taylor: Dave started with Concrete Works of Colorado in February 2004 and is the Utilities Estimator. concrete works of colorado, inc. Rea Ann Fletcher: Rea Ann came to Concrete Works of Colorado, Inc. in 2002. She is the Project Administrator and Bid Coordinator. PROJECT SUPERINTENDENTS: Juan Blanco: Juan started with Concrete Works of Colorado, Inc./Platte River Pipeline in 1999. He is the Vice President and General Superintendent for Platte River Pipeline. Gary Coffey: Gary started with Concrete Works of Colorado, Inc. in 1992 and is presently a supervisor for the company. Jeff Darnell: Jeff started with Concrete Works of Colorado, Inc. in 1990 and is presently a supervisor for the company. Ryan Stice: Ryan started with Concrete Works of Colorado, Inc. in 1991 and is presently a supervisor for the company. John O'Brien: John started with Concrete Works of Colorado, Inc. in 1986 and is presently a supervisor for the company. Scott Jacobson: Scott started with Concrete Works of Colorado, Inc. in 2000 and is presently a supervisor for the company. concrete works of coiorado, inc. 1260 rock creek circle, lafayette, colorado 80026 303.665.2933 / 303.665.2980 fax. PUBLIC LIABILITY DETAILS Commercial General Liability: $1,000,000.00 (each concurrence), Fire Damage: $300,000.00 (any one fire), Medical Expense $5,000.00 (any one person), Personal and ADV Injury $1,000,000.00, General Aggregate $2,000,000.00, Products — Comp/OP AGG $2,000,000.00. The above is insured by Travelers Indemnity Company; agents are: Flood & Peterson Insurance, Inc., 9351 Grant St., Suite 600, Denver, CO 80229.Telephone: (720) 977-7100 Workers Compensation and Employers Liability: E.L. $500,000.00 (each accident), E.L. — Worker's Comp. $500,000.00 (each employee), E.L. Disease $500,000 (Policy Limit). The above is insured by Pinnacol Assurance; agents are: Flood & Peterson Insurance, Inc., 9351 Grant St., Suite 600, Denver, CO 80229.Telephone: (720) 977-7100 ITEM NO . 21 ,00330 ,BID SCHEDULE -REVISED BID #5850 WEST ELIZABETH BIKE LANE IMPROVEMENTS Item Na. Description Unit Con[racl QnanU Cost Unit Cost Total B = Total number of calendar days bid = Total number of calendar days bid ( p ) X $3,828.00 = $ act (too TOTAL PROJECT COST = A t B X (the daily cost) = S BID ALTERNATE 623 SHRUBIRRIGATION LS 1.0 12. q554S 623 IRRIGATION TAP AND METER (314-1 LS 1. 2 4o. S 214 DECIDUOUS CANOPY TREES 2" CAL. EACH 2.0 S b ' Q 214 SHRUBS IS GAL.), EACH 77. . S $ 2 ,( 608 ENHANCED CONCRETE CROSSWALK SY 1 89.0 ;z S Page 2 of 2 6"'a, SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 Page 1 SF-CTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Concrete Works of as Principal, and Hartford Fire Insurance Company as Colora are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the.sum of $-------- 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 submittedto the City of Fort Collins Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, WEST ELIZABETH BIKE LANE IMPROVEMENTS; BID NO. 5850. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Sid 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 $hall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 2 IN WITNESS WHEREOFf the Principal and the Surety have hereunto set their hands and seals this 27th day of Anril , 2004, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above_ PRINCIPAL Name: Concrete Works of Colorado. Inc Address: 1260 Rock Creek Circle LafayetteCO 80026 BY: A010 14 &rr' ar+ Title: Frgt;dgnk ATTEST: , 4; rn;ctieI , 5e&re.�" (SEAL) 7/96 SURETY 7670 South Chester Street Englewood- On f3f111 9 By: Er- 11-/�Q P Vicie F. Reales Title: Attorney-im-Fact (SEAL) Section 00410 page 3 Direct Inquiries/Claims to: THE POWER OF ATTORNEY 690 ASYLUMA7 HARTFORD HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757.5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34-341738 Hartford Fire Insurance Company, a corporation duly urganized under the laws of the Slate of Connecticut X� Hartford Casualty Insurance Company, a curporation duly organized under the laws of the State olAndiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of C0uueet1Crtt Hartford Underwriters Insurance Company, a corporation duly organized under the laws orthe State of'Counecieut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Loree Vanderhye, Vicie F. Reales, David Janssen of Denver, CO their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. •LI (Y YMV Man. 'g :`.. i llv� r •rauMa 1870 i:c 1 1�� .3� 397Nllk�' a . '0 0-k . (`'� Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD David T. Akers. Assistant Vice President On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. •� • Scott E. Paseka NotaryPublic CERTIFICATE My Commission Expires October 31, 2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of April 27 , 2004. Signed and sealed at the City of Hartford. ,yrr ly,,. 4° u as:� i.';..'+r-j'.,fi��"' aw' `•.'s, Ye r.+'/'....g, .y/vWr'yir �/ :��Leu.rGriti`: F LVOT L� .�vT �•N4rb �� `•..c°vr°ya` 3i .vwNOWtea ,. = ✓ $ �Y _:'• 9 'i\ 18B7 B 8 :� • �F 3`t • loa 1 �979i. 3 ]979 4 • w.�xe�ti °p,w...G• � rx '. 1�, �wW;!?.+� D°f �°Y',! 5��.'' ; �iA' Yves Cantin, Assistant Vice President POA 2003 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: Q-aaereke,l�prk�S t '��orado, �nC 2. Permanent main office address: 1aLg0 Pw-kCce V.G7G(GtLA644f,Co $002(, 3. When organized: 4tAAC IC180 4. If a corporation, where incorporated: 0,010ro 0 5. How many years have you been engaged in the contracting business under your present firm or trade name? d.4 uY5. T 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) SPA a�14-arhec�. '7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? ►Jo, If so, where and why? 9. Have your ever defaulted on a contract?—Mo. If so, where and why? 10. Are you debarred by any government agency? IJO- If yes list agency name. 7/96 Section 00420 Page 1