HomeMy WebLinkAboutRESPONSE - BID - 7273 N COLLEGE IMPROVEMENTS PROJECT - VINE TO CONIFERSECTION 00300
BID FORM
PROJECT: 7273 N. College Improvements Project — Vine to Conifer
Place September 21, 2011
Date
In compliance with your Invitation to Bid dated August 25 , 2011 and subject to all
conditions thereof, the undersigned Connell Resources, Inc. 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 5% of the Total Bid in the form of a Bid Bond
($ 5% Bid Bond ) in accordance with the Invitation To Bid and Instructions to Bidders.
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 are as
follows: Connell Resources, Inc. 7785 Highland Meadows Pkwy. Suite 100 Fort Collins 80528
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.
The undersigned Bidder hereby acknowledges receipt of Addenda No.
1 through 2
Rev 10/20/07 Section 00300 Page 1
Name of firm submitting Bid/Quote
Certified
DBE firm?
Yes No
Work item(s) description
Firm being
used?
Yes No
15.
16.
17.
18.
19.
20.
SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT
1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: Cl 15() %
2) Will your company's Underutilized DBE (UDBE) participation commitment meet the contract goal? Yes ❑ No
3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid committed to each.
UDBE Firm name
Certification #
Committed work item(s)
% Commitment
toward DBE Goal'
1
7023
(ot)
l 50
2.1' s ,*
(01500
a) 4
390 %
3. a c
%
4. 1 r
�(
C (JYJ
1
I��
�V%
5.
%
BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) -- . ✓`1 /J�VJ\%
Detailed instructions on how to calculate DBE commitment amounts are available on CDOT Form #715 and in the "Counting DBE Participation
Toward Contract Goals and CDOT's annual DBE goal" section of the "DBE — Definitions and Requirements' in the Standard Special Provisions.
I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed
CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed in Section II of this form
to the Transportation Department by 4:00 pm on the third work day after the day bids are opened. The actual amounts
submitted on each CDOT Form #715 must equal or exceed the DBE percentage commitments documented on this
form. In addition, if my company does not meet the DBE/UDBE goal for this project, I must submit a completed
CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before 4:00 pm on the day after bids are opened.
CDOT Form #715s submitted for firms not included on this form, OR for amounts exceeding those listed on this
form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts the contractor made priorto the bid
opening will count as Good Faith Efforts.
I understand my obligation to abide by the Policy stated above Section I. 1 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 PENALTY 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:
Connell Resources, Inc.
Date: 09 / 21 / 2011
CompanyOfficer Signat r : William S Anderson
W
Title: Vice President
age c or c vrevious eamons are oosoieie ana may not ne usea CDOT Form #714 4/06
COLORADO DEPARTMENT OF TRANSPORTATION
PR0,ECTNO 7273
ANTI -COLLUSION AFFIDAVIT
LOCATION
Fort Collins, CO
I 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:
1. 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
py
+
pate
09-21-11
Connell Resources, Inc.
Title
William S Anderson, Vice President
2nd contractor's firm or rompany name (Ifjoint venture)
By
Date
Tlfle
Sworn to before me this 15� ay P day of, e < 20 1
�P......., (iB
s
••(1
Notary Public i
DAr�-u
C •t J"
My commission expires
NOTE: This document must be si ink.
--riew +a• eV10 COOT Forth 06DB 1f02
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
Rev 10/20/07 Section 00410 Page 1
SECTION 00410
BID BOND
Connell
KNOW ALL MEN BY THESE PRESENTS: that we, the undersignedResources, Inc. as Principal,
and as Surety, are hereby. h�ld ar}c� ly bound unto the City of Fort Collins, Colorado, as
rve ercen 5 e
OWNER, in the sum of $ of total bid -- or 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 C�
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, 7273 N. College
Improvements Project — Vine to Conifer.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the
form of Contract attached hereto (properly completed in accordance with said Bid) and
shall furnish a BOND for his faithful performance of said Contract, and for payment of all
persons performing labor or fumishing 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.
Rev10/20/07 Section 00410 Page 2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this 21st day of September , 2011 , 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: Connell Resources, Inc.
7786 Highland Meadows Parkway
Address: Suite 100
Fort
Collins, CO 8 528
Title:William s Anderson. VP
ATTEST:
Sheri C Welch, Secretary
(S `Ej I r
pEgoV
�� opPo
:,•gt'te
is a .•op ,
SEAL
oRAOp````.
SURETY
Travelers Casualty and Surety Company
of America
One Tower Souare
Hartford, CT 06183
By:�+�
Mane F. Clementson
Title: Attorney -in -Fact
(SEAL)
Rev10/20/07 Section 00410 Page 3
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.A. POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 223049
I ,
Certificate No. 0 �V' 4 5) 2 ^ ^� 02
KNOW ALLMEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company and St. Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota. that Farmington Casualty Company. Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies"). and that the Companies do hereby make. constitute and appoint
Darlene Krings, William C. Bensler, Kelly T. Urwiller, Diane F. Clementson, Anthony P. Stimac, Royal R. Lovell, Jennifer Winter, Russell D. Lear,
Katherine E. Dill, Brandi J. Tetley, and K'Anne E. Vogel
of the City of Greeley . State of Colorado , their true and lawful .Attornevs)-in-Fact.
each in their separate capacity if more than one is named above, to Sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory 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 WITNF,$S WH REOF, the Comp s Pave caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of
eptenn er 1
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters. Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
9th
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
G I.SUaI V t1PE 6 ,P1t �
= .MS` l.+ 1NSUgq P�tY PNO Vb SWhR YY'Y
♦ 4 O q �P, .......... eP u y4 HOC �AUgP L � ¢ Y 7A Q' RPOR Y
°.� $ o NCatPoR4ltp a z nfLo RrE,m W �coPvonq F:_ •y � m � � i
8S r `19TI g 19$ SEAL of J '' W X ca"�OAr D 3i� t9
.. i0 oa,.SfiRL/p ;uOe 2 0�
�S
State of Connecticut
City of Hartford ss.
By: '4�A
Ge xg Thompson, tr ice President
9th September 2011
On this the day of , before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
g,Tl7
In Witness Whereof, I hereunto set my hand and official seal. �1JT*AA
My Commission expires the 300h day of June. 2016. �r pflBl.�G i
C+ MYEt; fps
&Ati k C
Marie C'. Tetreauh. Vo1a1) Public
58440-6-11 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company. Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attorneys-]n-Fact and Agents to act for and on behalf
of the Company and may give such appointee .such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary: and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vicc Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I. Kevin E. Hughes, the undersigned, Assistant Secretary. of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United Stares Fidelity and Guaranty Company 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 in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ?LSt day of September .20 11.
Kevin E. Hughes, Assistant Sec tary
?,(j�,'pRSMU��q�jy � • t1R1 y4• PO\RM.�h3'49 O=ySpI"l,y Rfi��elt�2R�l-NG a�fO 1 7977tl� Nr'19$N1tED ySLS.xHi ct `ot! DO)fOSf5FVOjCa LyC EW�1i
E.AO
To verify the authenticity of this Power of Attorney. call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
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: Connell Resources, Inc.
2. Permanent main office address: 77e5 Highland Meadows Pkwy. Suite 100 Fort Collins 80528
3. When organized:
4
1949
If a corporation, where incorporated: Colorado
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 29 Years
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
Please see attached.
7. General character of Work performed by your company:
Earthwork, Utilities, Aggregate Base, Asphalt Paving
8. Have you ever failed to complete any Work awarded to you? No
If so, where and why?
9. Have your ever defaulted on a contract? No
If so, where and why?
10. Are you debarred by any government agency? No
If yes list agency name.
Rev10/20/07 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.
Please see attached work in progress
12. List your major equipment available for this contract.
Please see attached equipment list.
13. Experience in construction Work similar in importance to this project:
Please see attached project profiles
14. Background and experience of the principal members of your organization, including
officers:
Please see attached resumes
15. Credit available: $ 4.0 Million
16. Bank Reference: Wells Fargo Bank, Sue Wagner 970-266-7751
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER?
Upon request and award of contract
18
Are you licensed as a General CONTRACTOR? As Necessary
If yes, in what city, county and state?
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract?
If yes, what percent of total contract?
and to whom? 1�
Yes
n
Rev10/20/07 Section 00420 Page 2
20
Are any lawsuits pending against you or your firm at this time? No
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL Please see attached insurance cert
What Company? Flood & Peterson Insurance Co.
22. What are your company's bonding limitations? $15 Million Per Project
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 Fort Collins, Co this 21 day of September , 20 11
Connell Resources, Inc.
Name of Bidder
By: I "
Title: William S Anderson, Vice President
State of Colorado
County of Larimer
William S Anderson being duly sworn deposes and says that he is
Vice President of Connell Resources, Inc. and that (name of
organization) the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this 21 day of September 2011
Notary Public
My commission expires
DANA
CRE(;D
My CC *N� PMa:
AUMM
Rev 10/20/07 Section 00420 Page 3
EXHIBIT 1 - REVISED BID TAB
NORTH COLLEGE IMPROVMENTS PROJECT - VINE TO CONIFER
Bid Tabulation - Revised per Addendum #1
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
201-00000
CLEARING AND GRUBBING
LS
1
$10600.00
$10600.00
202-00000
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
LS
1
$27 500.00
$27 500.00
202-00001
REMOVAL OF STRUCTURE
EACH
1
$1750.00
$1750.00
202-00010
REMOVAL OF TREE
EACH
25
$292.00
$7 300.00
202-00015
REMOVAL OF HEADWALL
EACH
1
$438.00
$438.00
202-00019
REMOVAL OF INLET
EACH
8
$438.00
$3 SOd.00
202.00021
REMOVAL OF MANHOLE
EACH
6
$438.00
$2 628.00
202-00027
REMOVAL OF RIPRAP
BY
510
$20.60
$10506.00
202
REMOVAL OF WATER METER
EACH
2
$384,00
$768,00
202-00031
REMOVAL OF FIRE HYDRANT
EACH
8
$764.00
$6112.00
202
REMOVAL OF VALVE
EACH
2
$1400.00
$2800.00
202-00035
REMOVAL OF PIPE
LF
1808
$8.40
$15187.20
202-00195
REMOVAL OF MEDIAN COVER
BY
1274
$12.50
$15925.00
202-00200
REMOVAL OF SIDEWALK
BY
789
$15Ao
$11913.90
202-00203
REMOVAL OF CURB AND GUTTER
LF
3982
$4.85
$19312.70
202-00206
REMOVAL OF CONCRETE CURB RAMP
SY
83
$38.30
$3 178.90
202
REMOVAL OF COMPOSITE PAVEMENT
SY
2,934
$24,20
$71 002.80
202-00210
REMOVAL OF CONCRETE PAVEMENT
BY
710
$14.50
$10295.00
202-00220
REMOVAL OF ASPHALT MAT
SY
15,190
$4.60
$69.874.00
202-00240
REMOVAL OF ASPHALT MAT (PLANING)
SY
17.240
$2.55
$43,962.00
202-04001
PLUG CULVERT
EACH
4
$216,00
$864,00
202-04002
CLEAN CULVERT
EACH
3
$729.00
$218Z00
202-04010
CLEAN INLET
EACH
3
$729.00
$218T00
202-00425
REMOVAL OF BRIDGE RAILING
LF
64
$16.50
$1 056,00
202-01000
REMOVAL OF FENCE
LF
749
$1.65
$1 235.85
202
REMOVAL OF GATE
EACH
2
$275.00
$550.00
202-04100
ABANDON WELL
EACH
3
$4400.00
$13200.00
202
ABANDON SERVICE
EACH
1
$384.00
$394.00
20240700
REMOVAL OF LIGHT STANDARD PRIVATE LIGHT
EACH
7
$635.00
$4 445.00
203-00010
UNCLASSIFIED EXCAVATION COMPLETE IN PLACE
CY
15,526
$14.50
$225,127.00
203-00100
MUCK EXCAVATION
CY
3000
$14.80
$44400.00
203
BEADING
HOUR
60
$119.00
$7140.00
203-01597
POTHOLING
LS
1
$17600.00
$17500.00
206.00000
STRUCTURE EXCAVATION
CY
127
$48.10
$6 108.70
206-00200
STRUCTURE BACKFILL CLASS 1
CY
66
$89.80
$5 926.80
206-00065
STRUCTURE BACKFILL FLOW FILL
CY
2076
$66.60
$138261.60
207
TOPSOIL
CY
3,250
$10.30
$33475.00
207-00210
STOCKPILE TOPSOIL
CY
3,250
$2.05
$6.662.50
207
PRE -AMENDED TOPSOIL - PERENNIAL/SHRUB
CY
683
$25.90
$17689.70
207
PRE -AMENDED TOPSOIL - WATER QUALITY POND / DRYLAND GRASS
CY
753
$25.90
$19 502.70
207
PRE -AMENDED TOPSOIL- LANDSCAPE PARKWAY
CY
392
$25.90
$10152.80
207
PRE -AMENDED TOPSOIL - TREE GRATE
CY
7
$25.90
$181.30
208.00002
EROSION LOG 121NCH
LF
30
$5,60
$168.00
208-00010
EROSION BALES WEED FREE
EACH
17
$61.60
$1 047.20
206
EROSION INLET BALE FILTER
EACH
10
$137.00
$1 370,00
208-00021
SILT FENCE REINFORCED
LF
361
$3.15
$1 137.15
208-00045
CONCRETE WASHOUT STRUCTURE
EACH
6
$1 040.00
$6 240.00
208-00050
STORM DRAIN INLET PROTECTION
EACH
22
$189.00
$4158.00
208
STORM DRAIN GUTTER PROTECTION
EACH
27
S48.10
$1 298.70
208-00070
STABILIZED CONSTRUCTION ENTRANCE
EACH
1
$802.00
$802.00
208.00100
SEDIMENT REMOVAL AND DISPOSAL
LS
1
$37700.00
$37700.00
208-00206
EROSION CONTROL SUPERVISOR
LS
1
$48 900.00
$48 900.00
210-00010
RESET MAILBOX STRUCTURE
EACH
27
$165.00
$4 455.00
kidendum 1- 7273 N. College lmyrwemen6 Pmjw - Vine to Cumhr Page 2 or
Connell Resources, Inc.
Backlog
As of 07/31/10
2007 Contracts In Progress
2008 Contracts In Progress
2009 Contracts In Progress
2010 Contracts In Progress
2011 Contracts In Progress
$ 611,079.00
$ 59,323.00
$ 2,386,035.00
$ 16,562,866.00
Total Contracts In Progress $ 19,619,303.00
C'ONNE'LL RESOURCES, INC.
UPDATED A.S OF 7131117
SCHEDULE
OF MAJOR 2011
COMPLETED
WORE: &
WORK -IN -PROGRESS
CONTRACT
PERCENT
JOB NAME
OWNER
CONTRAC-TTO
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
LOCATION
CONTACT
COMPLETE
UTILITIES, GRADING
$261,130
2111001
100%
KEENESBURG WWTP
TOWN OF KEENESBURG
$ -
KEENESBURG
DANNY KIPP
PAVING
$33,746
2111002
100%
FORMA FURNITURE
HEATH CONSTRUCTION
$ -
TIMNATH
ALBERT HAMILL
UTILITIES
$733,344
2111003
100%
DTRD PHI
CITY OF FORT COLLINS
S -
FORTCOLLINS
SUE PAQUETTE
GRADING, PAVING
S323,444
2111004
99%
L.C.AC. 2010 MISC IMPROVEMENTS
LARIMER COUNTY
$ 3,234
LARIMER COUNTY
TODDJUERGENS
PAVING
$150,000
2111005
0%
POUDRE SCHOOL DISTRICT ASPHALT
POUDRE SCHOOL DISTRICT
$ 150,000
FORT COLLINS
JERRY GARRETSON
GRADING
S101,671
2111006
100%
HARMONY ROAD WIDENING II
TOWN OFTIMNATH
$ -
TIMNATH
JOHNIORDAN
-
UTILITIES,GRADING, PAVING
$951.050
2111007
69%
VAN DE WATER APARTMENTS ON -SITE
SHAW BUILDERS
$ 294,826
LOVELAND
PAT HIGGINS
STORM, WATER, REMOVALS,
$1,476,000
2111008
79%
FOSSIL CREEK TRAIL & UNDERPASS
CITY OF FORT COLLINS
$ 309,960
GRADING, PAVING
FORT COLLINS
JASON STUTZMAN
UTILITIES, GRADING, PAVING
$743,811
2111009
34%
MEMORY CARE rQ SEVEN LAKES
DOHN CONSTRUCTION
$ 490,915
REMOVALS
LOVELAND
JENNIFER CHAVIES
GRADING
$27,935
2111010
100%
TERRY BISON RANCH CLEAN UP
IRON MOUNTAIN BISON RANCH
$ -
CHEYENNE,WY
AMY LENHARDT
PAVING
S83,625
2111011
100%
EAST ELIZABETH MEDICAL CENTER
EAST ELIZABETH MEDICAL CENTER
$ -
FORT COLLINS
DR. JAMES TROXELL
UTILITIES, GRADING
$841,624
2111012
62%
LEMING FOODS OFFICE
LAMAR CONSTRUCTION CO
$ 319,817
PAVING
GREELEY
MATT LAMAR
UTILITIES, GRADING, PAVING
S370,843
2111013
90%
VAN DE WATER APARTMENTS OFF -SITE
SHAW BUILDERS
$ 37.084
LOVELAND
PAT HIGGINS
GRADING, PAVING
S399,948
2111014
100%
SH 60 LEFT HAND TURN LANES
A&W WATER SERVICE INC.
$ -
STORM, REMOVALS
PLATTEVILLE
JEFFREY WRIGHT
SEWER
$32,100
2111015
100%
FCLWD EMERGENCY REPAIRS
FC-LOVELAND WATER DISTRICT
S -
LARIMER COUNTY
JAY EAST
STORM
$349,593
2111016
1%
TURKEY CREEK IRRIATION LINE
RED ROCKS COUNTRY CLUB
$ 346,097
MORRISON
BILL DEWOLFE
GRADING
S62,614
2111017
91%
WATER WAY PARK
WALSH CONSTRUCTION
$ 5,635
FORTCOLLINS
MATTHEW WALSH
GRADING, PAVING
$293,678
2111018
79%
CSU INTERNATIONAL HOUSE PAVING
COLORADO STATE UNIVERSTFY
$ 61,672
STORM, REMOVALS
FORTCOLLINS
CASS BEITLER
REMOVALS, GRADING
$53603
2111019
61%
POUDRE RIVER SEDIMENT @ WCR 13
TOWN OF WINDSOR
S 20,905
WINDSOR
DOUG ROTH
PAVING
$41,065
2111020
100%
HIGHLAND MEADOWS GOLF COURSE
LAND DEVELOPMENT SERVICES
$ -
WINDSOR
ANDY KRILL
REMOVALS, GRADING,
$205.936
2111021
0%
RAWHIDEPAVING
PLATTE RIVER POWER AUTHORITY
S 205936
PAVING
CARR
MIKE MCNAUGHTON
UTILITIES, GRADING
$2,539,166
2111022
17%
HALLIBURTON FIELD CAMP
FCI CONSTRUCTORS
$ 2.107,508
REMOVALS, PAVING
FORT LUPTON
CHAD RACINE
GRADING
$84,153
2111023
4%
AULT SUBSTATION
MAINLINE SUBSTATION CONSTRUCT
$ 80,797
AULT
BILL DOUGLAS
PAVING
S417,512
2111025
5%
WINDSOR 2011 CAPITAL IMPROVEMENTS
TOWN OF WINDSOR
$ 396,636
WINDSOR
CURTIS TEMPLEMAN
GRADING
$69.848
2111026
99%
TRADEWINDS PARK
ECI SITE CONSTRUCTION MGMT
S 698
THORNTON
TEDIOHNSON
BASE
S80,445
2111027
100%
SANJEL-MACBAIN OUTLET GRAVEL
GRANITE PEAK DEVELOPMENT LLC
S -
CHEYENNE,WY
DEAN BYRNE
CONTRACT
PERCENT
JOB NAME
OWNER
C'ONTRAC'TTO
TYPE OF WORK
AMOUNT
JOB
COMPLETE
LOCATION
CONTACT
COMPLETE
STORM, REMOVALS, PAVING
$95,290
2111029
9%
FORT COLLINS DRY DOCK
BRAD KOONTZ
$
86.714
FORT COLLINS
PAVING
$37,728
2111033
0%
VICTORIA ESTATES
VICTORIA ESTATES
$
37728
LOVELAND
NORM WAKEFIELD
REMOVALS, GRADING
$346,078
2111035
0%
MARGARET CARPENTER PARK
ECI SITE CONSTRUCTION MGMT
S
346.078
THORNTON
TEDJOHNSON
GRADING, PAVING
$770,081
2111036
0%
DYNO NOBEL SITE ASPHALT PROJECTS
DYNO NOBEL
S
770081
CHEYENNE, WY
JEFFREY LUND
STORM, REMOVALS, PAVING
$818,077
2111037
0%
BRUSH DOWNTOWN REVITALIZATION
CITY OF BRUSH
$
818.077
BRUSH
MONTY TORRES
WATERLINE, REMOVALS
$233,770
2114001
69%
MT. WERNER BACKBONE, PH 2
MT. WERNER WATER DISTRICT
S
72.469
GRADING, PAVING
STEAMBOAT SPRINGS
BOB STODDARD
REMOVALS, GRADING
$936,236
2114002
100%
CITY OF STEAMBOAT 2011 OVERLAY
CITY OF STEAMBOAT SPRINGS
$
PAVING
STEAMBOAT SPRINGS
DOUG MARSH
STORM, REMOVALS
$534,257
2114003
0%
STRINGS IN THE MOUNTAINS
STRINGS IN THE MOUNTAINS
$
534,257
GRADING, PAVING
STEAMBOAT SPRINGS
KAY CLAGETT
REMOVALS, PAVING
$54.745
2114005
100%
STRAWBERRY ELEMENTARY SCHOOL
STEAMBOAT SPRINGS RE 2
S
-
STEAMBOAT SPRINGS
PASCALGINSETA
GRADING, PAVING
$80,528
2114006
100%
CATAMOUNT LAKE REPAIRS 2011
CATAMOUNT METRO DISTRICT
S
STEAMBOAT SPRINGS
JOEL ANDERSON
PAVING
$159,440
2114007
1%
WALGREENS
WANER CONSTRUCTION
$
157,846
STEAMBOAT SPRINGS
STERLING PETERSON
PAVING
$60,728
2114009
100%
WOLF RUN RANCH DRIVEWAY
WOLF RUN RANCH
$
-
STEAMBOAT SPRINGS
SCOTTFLOWER
STORM, REMOVALS
$6,893,218
2114012
1%
SH 131 CHOKE CHERRY LANE SOUTH
COOT
$
6,824.286
GRADING, PAVING
ROUTT COUNTY
JUSTIN KUHN
REMOVALS, GRADING
SI,512,475
2114014
1%
MOFFAT COUNTY 2011 PAVING
MOFFAT COUNTY
$
1,497.350
PAVING
MOFFAT COUNTY
LINDA
REMOVALS, PAVING
$154,611
2114015
0%
2011 ROUTT COUNTY MILL &FILL
ROUTT COUNTY ROAD &BRIDGE
$
154,611
ROUTTCOUNTY
TAMMIECRAWFORD
PAVING
$94,520
2114016
29%
THE PHOENIX CONDOS
SNOW COUNTRY CONSTRUCTION
S
67,109
STEAMBOAT SPRINGS
MARK
REMOVALS, GRADING
$61 852
2114017
25%
ATMOS ENERGY PARKING LOT
ATMOS ENERGY
$
46,389
PAVING
NICK PLANANSKY
PAVING
S245,976
2114020
0%
TRAPPER MINE ENTRANCE ROAD
TRAPPER MINE
S
245.976
CRAIG
GREG CORTEZ
REMOVALS, GRADING
$72,183
2114022
0%
HAYDEN ELEMENTARY SCHOOL
WEST ROUTT SCHOOL DISTRICT
$
72.183
PAVING
HAYDEN
JOE
$ 16,562.866
CONNELL RESOURCES, INC',
UPDATED AS OF 7131111
SCHEDULE
OF MAJOR 2010 COMPLETED
WORK &
WORK -IN -PROGRESS
CONTRACT
PERCENT
JOB NAME
OWNER
CONTRACTTO
TYPE OF WORK
AMOUNT
JOR#
COMPLETE
LOCATION
CONTACT
COMPLETE
GRADING
$372,288
2101001
100%
TRAIL RIDGE ROAD
ARS, INC.
S
-
ESTES PARK
DERRICK GARDEN
WATERLINE
S1,143,836
2101002
100%
LARAMIE 2009 WATERLINE REHAB
CITY OF LARAMIE
$
-
LARAMIE,WY
KATHAINE TROWBRIDGE
UTILITIES
$45,975
2101003
92%
COFC DESIGN/BUILD UTILITIES
CITY OF FORT COLLINS
$
3,618
FORT COLLINS
DEAN SAYE
UTILITIES, REMOVALS,
S1,299,982
2101004
98%
BROWN HALL CSM
WHITING -TURNER CONTRACTING
$
26,000
GRADING
GOLDEN
BRIAN HICKS
PAVING
$51,660
2101006
100%
LARIMER CO FAIRGROUNDS END HALL
G.H. PHIPPS
$
-
LOVELAND
TED LASZLO
STORM, WATERLINE,
$829,132
2101008
100%
HARMONY I-25 RESERVOIR
LOWER POUDRE AUGMENTATION CO
$
-
GRADING
FORT COLLINS
CHRIS CLOPPER(APPLEGATE)
UTILITIES, REMOVALS,
S144,364
2101009
100%
RIGDEN FARMS 15TH FILING
BRINKMANN CONSTRUCTORS
$
-
GRADING,PAVING
FORT COLLINS
MATT BARROWS
WATERLINE, REMOVALS
$326,906
2101010
100%
HP LIT LAB
DPR INC.
S
GRADING, PAVING
FORTCOLLINS
RONDEAWINE
SEWER
$116,452
2101011
100%
CHEYENNE 2010 SEWER REHAB
CHEYENNE BOARD OF PUB UTILITIES
S
CHEYENNE, WY
JEFF PACENKA
GRADING, PAVING
$764.085
2101012
100%
L.C.AC. 2010 MISC IMPROVEMENTS
LARIMER COUNTY
S
LARIMERCOUNTY
TODD JUERGENS
REMOVALS, PAVING
S148,387
2101013
100%
HARMONY-PORTNER-BOYD TRANS PATCH
GABF'S CONSTRUCTION
$
FORT COLLINS
PAT TUSCHEL
PAVING
$60,133
2101014
100%
HARMONY MARKET
BARCLAY GROUP
$
FORT COLLINS
ZACH GARRETT
PAVING
S52,655
2101015
100%
COUNTY ROAD 13 OVERLAY
TOWN OF WINDSOR
$
WINDSOR
DOUG ROTH
SEWER, WATERLINE
$33,417
2101016
100%
NORDY'S TENANT FINISH
LANDMARK SOLUTIONS
S
FORT COLLINS
SEAN ROGERS
UTILITIES, REMOVALS
S1,938,499
2101017
100%
COLLEGE/ WILLOX IMPROVEMENTS
CITY OF FORT COLLINS
$
GRADING, PAVING
FORT COLLINS
MATT BAKER
PAVING
S222400
2101018
65%
NCAR WY SUPERCOMPUTER CENTER
SAUNDERS CONSTRUCTION
$
77,84(
CHEYENNE, WY
DALE SCHNEIDER
STORM
$93.822
2101020
100%
TURKEY CREEK IRRIGATION LINE
RED ROCKS COUNTRY CLUB
$
MORRISON
BILL DEWOLFE
STORM, REMOVALS
$64,208
2101021
100%
COMBINED LAB ACCEUDECEL LANE
G.H. PHIPPS
$
GRADING, PAVING
CHEYENNE,WY
JAIME RODRIGUEZ
PAVING
S4I430
2101022
100%
HACIENDA HOTEL
HACIENDA HOTEL
$
SARATOGA. WY
DAVE WILCOX
PAVING
$37426
2101023
100%
SARATOGA FISH HATCHERY
US FISH& WILDLIFE SERVICE
5
SARATOGA, WY
STEVE GESS
UTILITIES, GRADING
$2469,000
2101024
92%
LEPRINO FOODS
LAMAR CONSTRUCTION CO
$
197,52C
PAVING
GREELEY
MATTLAMAR
REMOVALS, GRADING
S128,832
2101025
100%
CSU HOWES ST PARKING LOT
COLORADO STATE UNIVERSITY
S
PAVING
FORT COLLINS
TRACEY ABEL
UTILITIES, GRADING
$940,562
2101026
100%
PLATTE VALLEY SCHOOLS
MILENDER WHITE CONSTRUCTION
$
PAVING, REMOVALS
KERSEY
JIM FREIBERG
WATERLINE, GRADING
S72,748
2101027
100%
WALMART DISTRIBUTION CENTER
WALMART STORES
$
LOVELAND
LOU KIRK
PAVING, REMOVALS
$31085
2101028
100%
KODAK 2010 REPAIRS
EASTMAN KODAK
S
WINDSOR
GREG SMITH
REMOVALS, GRADING
$55,590
2101029
100%
WESTGATE HOA
ALL PROPERTY MANAGEMENT
$
PAVING
FORT COLLINS
NANCY MCDANIEL
CONTRACT
PERCENT
JOB NAME
OWNER
CONTRA CT TO
TYPE OF WORK
AMOUNT
JOB
COMPLETE
LOCATION
CONTACT
COMPLETE
GRADING, PAVING
$42,425
2101030
100%
ADVANCETANK
DOHN CONSTRUCTION
S
WELLINGTON
DAVE STOLTE
REMOVALS, GRADING
$322,297
2101031
100%
1.25 FRONTAGE ROAD -FCSC
FORT COLLINS SOCCER CLUB
S
PAVING
FORT COLLINS
DAVIDTHOMAS
GRADING, PAVING
573,019
2101032
100%
GREELEY WELD AIRPORT APRON REHAB
GREELEY WELD AIRPORT AUTHORITY$
GREELEY
WILLIAM GARCIA
STORM, GRADING
$673,715
2101033
63%
NIST BLDG B I E
WHITING -TURNER CONTRACTING
S
249.275
BOULDER
ANGELA ABERCROMBIE
PAVING, REMOVALS
531,370
2101034
100%
C-29 MILL &OVERLAY
EASTMAN KODAK
S
-
WINDSOR
GREG SMITH
PAVING, REMOVALS
5557,164
2101035
100%
RIVER BLUFFS OPEN SPACE
LARIMER COUNTY
$
-
LARIMER COUNTY
GREG SMITH
GRADING
$194815
2101036
100%
PARKFIELD LAKES
ENVIRONMENTAL CONCERNS INC.
S
-
MONTBELLO
TEDJOHNSON
GRADING
$27,560
2101037
100%
HIGH COUNTY BEVERAGES
DAVE NICHOLS
$
-
LOVELAND
REMOVALS, PAVING
56,788,098
2101038
87%
US 85 RECLAMATION & BOX CULVERTS
CDOT
$
882453
GRADING
WELD COUNTY
NICOLA UPRIGHT
UTILITIES, REMOVALS
51,128,038
2101039
I00%
FC I LOVELAND AIRPORT
FC J LOVELAND AIRPORT AUTHORITY
$
GRADING. PAVING
FORT COLLINS/LOVELAND
BILL VANHERKE
REMOVALS
$57,555
2101040
100%
US 287- SPRINGFIELD SOUTH
LAWSON CONSTRUCTION
S
-
SPRINGFIELD
LLOYD LAWSON
REMOVALS, GRADING
$131,413
2101041
100%
2010 RAWHIDE PAVING
PLATTE RIVER POWER AUTHORITY
S
-
PAVING
CARR
MIKE MCNAUGHTON
REMOVALS, PAVING
$47.523
2101042
100%
CSU NRRC-A BLDG PAVING
COLORADO STATE UNIVERSITY
$
FORT COLLINS
JOEL CROMLEY
REMOVALS, GRADING
$174,894
2101043
100%
HIS PARKING LOT EXPANSION
MCWHINNEY REAL ESTATE SERVICES
S
-
PAVING
GREELEY
JEFFIENSEN
GRADING
$36,339
2101044
100%
'OLE HILL CANAL -BOX CULVERT DELIVER
PRECAST CONCEPTS
$
-
LOVELAND
DON GRZESIEK
STORM, WATERLINE
$102,967
2101045
100%
JOHNSTOWN SIGNAL 13 & 60
W.L. CONTRACTORS
$
PAVING, GRADING
JOHNSTOWN SIGNAL
GENE MURREN
PAVING
$92,074
2101046
100%
ANDORRA DR WATERLINE REPLACEMENT
CITY OF LOVELAND
S
-
LOVELAND
CRAIG WEINLAND
REMOVALS, GRADING
$246,656
2101047
63%
UW VISUAL ARTS
GE JOHNSON CONSTRUCTION CO
$
91,263
LARAMIE, WY
MIKE KOSTERS
PAVING
$105,648
2101048
100%
LODAN BARN EXPANSION
C.H. YARBER CONSTRUCTION
S
-
CHEYENNE
JASON BAY
GRADING, STORM
$98,188
2101049
77%
COFC 2010 MISC STREET IMPROVEMENTS
CITY OF FORT COLLINS
$
22,583
FORT COLLINS
JOHN STEPHENS
GRADING
$701642
2101050
92%
SWAN RANCH ROADWAY SURFACING
GRANITE PEAK DEVELOPMENT LLC
$
56,131
CHEYENNE,WY
TOM COBB
WATERLINE, GRADING,
$931,250
2101054
100%
CR 54G WATERLINE
CITY OF FORT COLLINS
S
-
PAVING
FORT COLLINS
DEAN SAYE
PAVING
$75,122
2101055
100%
AGO PAVING
WYOMING DEPT OF ADMIN&INFO
S
-
CHEYENNE,WY
RON GORMAN
PAVING
$161,114
2101056
100%
AIR CARE
ENTASIS GROUP
S
FORT COLLINS
AARON OJALA
STORM, REMOVALS,
$130.398
2101057
100%
CR 38E 2010 SAFETY IMPROVEMENTS
LARIMERCOUNTY
$
GRADING, PAVING
FORT COLLINS
KYLE AREND
WATERLINE
$24,759
2101058
100%
CR 50 VALVE REPLACEMENT
ELCO WATER DISTRICT
S
-
FORT COLLINS
JACK WARNER
STORM, REMOVALS,
$2,561.016
2101059
94%
SH 71 IMPROVEMENTS
CDOT
$
153,661
GRADING, PAVING
BRUSH
ROBIN STONEMAN
PAVING
5165,492
2101060
97%
CHEYENNE MARGINAL
REIMAN CORP.
$
4.965
CHEYENNE, WY
RICH BOLKOVATZ
CONTRACT
PERCENT
JOB NAME
OWNER
CONTRACTTO
TYPE OF WORK
AMOUNT
JOB
COMPLETE
LOCATION
CONTACT
COMPLETE
UTILITIES, GRADING, PAVING
$1,178,612
2101061
96%
PROVINETOWN
DRAHOTA CONSTRUCTION
$ 47,144
REMOVALS
FORT COLLINS
SEWER, STORM, REMOVALS
$150,662
2101063
100%
RIST BENSON RESERVOIR REHAB PH III
LOUDEN IRRIGATING CANAL
$ -
GRAD W G
LOVELAND
DALE LEACH
GRADING
$55536
2101064
100%
FRENCH HILL DRIVE
DAVID LEVY
$
BERTHOUD
PAVING
$39,988
2101065
100%
OUR LADY OF THE VALLEY
MCCAULEY CONSTRUCTORS
$
WINDSOR
SCOTT BUTTERWORTH
UTILITIES, REMOVALS
$3,041,736
2101066
82%
WASHINGTON AVENUE OUTFALL PH 4
CITY OF LOVELAND
$ 547,512
PAVING
LOVELAND
CHRIS CARLSON
PAVING
$63,210
2101067
100%
RESURRECTION FELLOSHIP
RESURRECTION FELLOWSHIP
IS
LOVELAND
MONTE SMITH
PAVING
$54,274
2104001
100%
HOLIDAY INN
THOR CONSTRUCTION
$
STEAMBOAT SPRINGS
KEVIN
PAVING
$44,995
2104002
100%
US 40 REHAB PAVING
SCOTT CONTRACTING
$
STEAMBOAT SPRINGS
CODY PATTERSON
GRADING, PAVING
$418,904
2104004
100%
CNCC PROJECT
ADOLFSON & PETERSON CONSTRUCT
$
CRAIG
CHAD JELINEK
PAVING
541,862
2104005
100%
KEN KRUSE RESIDENCE
KEN KRUSE
$
STEAMBOAT SPRINGS
PAVING
$51,411
2104008
100%
CATAMOUNT GOLF 2010
CATAMOUNT METRO DISTRICT
$
STEAMBOAT SPRINGS
JOEL ANDERSON
PAVING
$173,904
2104010
100%
EXCEL STATION PAVING
NATIVE EXCAVATING
$
HAYDEN
PETER
PAVING
$56,480
21 G4011
100%
CATAMOUNT LAKE 2010
CATAMOUNT METRO DISTRICT
$
STEAMBOAT SPRINGS
JOEL ANDERSON
REMOVALS
$46,947
2104012
100%
SAFEWAY
SAFEWAY
$
STEAMBOAT SPRINGS
BRIAN HANNING
REMOVALS, PAVING
$47,521
2104013
100%
SAFEWAY
SAFEWAY
$
CRAIG
BRIAN HANNING
PAVING, REMOVALS
$78,343
2104014
100%
LONGVIEW PHASE I OVERLAY
TRUE MOUNTAIN HOMES
$
STEAMBOAT SPRINGS
AL CHOY
PAVING
$182,832
2104017
100%
CITY OF CRAIG PAVING
CITY OF CRAIG
$
CRAIG
BILL EARLEY
PAVING
$40,509
2104018
100%
NEW CREATION CHURCH
HOLMQUIST LORENZ CONSTRUCTION
$
CRAIG
KEVIN
PAVING, GRADING
$92 230
2104021
100%
STEAMBOAT PINES 2010
STEAMBOAT PINES FICA
IS
STEAMBOAT SPRINGS
STEVE DOWNS
CRUSHING
$178,200
2104022
100%
SENECA MINE 2010 CRUSHING
SENECA COAL COMPANY
$
HAYDEN
AARON RASEY
PAVING, REMOVALS
$191,786
2104024
100%
CITY OF CRAIG WATER PLANT
CITY OF CRAIG
$
GRADING
CRAIG
BILL EARLEY
PAVING, REMOVALS
565,270
2104027
100%
YAMPA VALLEY BUSINESS PARK
DAVE DOOLEY
$
STEAMBOAT SPRINGS
PAVING
$40,995
2104078
100%
CRAIG MIDDLE SCHOOL
MOFFAT COUNTY SCHOOL DISTRICT
$
CRAIG
MIKE TAYLOR
STORM, GRADING, PAVING
$107,752
2104029
100%
TRAILS EDGE ROAD -DRAINAGE
TRAILS EDGE HOA
$ -
STEAMBOAT SPRINGS
DON KEDLINGRT
UTILITIES, GRADING
$413,986
2104030
98%
SPRING CREEK DRAINAGE IMPROVEMENT!
CITY OF STEAMBOAT SPRINGS
$ 8,480
STEAMBOAT SPRINGS
PAVING
$44,950
2104031
61%
CASEYS POND PH I
ADOLFSON & PETERSON
$ 17,531
STEAMBOAT SPRINGS
KIRBY LLOYD
CRUSHING
$400,250
2104032
100%
RIO BLANCO COUNTY CRUSHING
RIO BLANCO COUNTY
$ -
RIO BLANCO COUNTY
RON LEEPER
TYPE OF WORK
UTILITIES, PAVING
PAVING
STORM, GRADING, PAVING
CONTRACT PERCENT
AMOUNT JOB COMPLETE
$481,088 2104034 100%
I135,219 2104038 100%
548,982 2104039 100%
PAVING I60,000 2104040
STORM, GRADING, PAVING 5185,662 2104041
100
100%
JOB NAME
LOCATION
COPPER MOUNTAIN ESTATES
STEAMBOAT SPRINGS
CATAMOUNT GOLF 2010
STEAMBOAT SPRINGS
TWENTYMILE GUARD SHACK PAVING
OAK CREEK
BIEDENHARN PAVING
STEAMBOAT SPRINGS
TRI-STATE TRAINING AREA PARKING
CRAIG
OWNER
CONTRACTTO
CONTACT
COMPLETE
CITY OF STEAMBOAT SPRINGS
I -
IONSYNDER
CATAMOUNT METRO DISTRICT
$ -
JOELANDERSON
TWENTYMILE COAL LLC
$ -
MIKE BERDINE
JAY BIEDENHARN
$
TRI-STATE GEN & TRANS ASSOC
I
MIKE BERGIN
I 2,386,035
C'ONNELL RESOURCES, INC.
1
SCHEDULE OF MAJOR 2009 COMPLETED WORK &
WORK -IN -PROGRESS
CONTRACT PERCENT
JOB NAME
TYPE OF WORK AMOUNT JOB COMPLETE
L0CAT/ON
GRADING, REMOVALS $39,150 2091001 100%
CDC BLDG 401 SHELL SPACE BUILD OUT
FORTCOLLINS
STORM, GRADING 5203,386 2091002 100%
CARPENTER ROAD BOX CULVERT
UPDATEDA.S'OF 7131111
OWNER CONTRACTTO
CONTACT COMPLETE
JE DUNN CONSTRUCTION $
FARON RILEY
WY DEPT OF TRANSPORTATION $
STORM, WATERLINE
$1.258 470
2091003
100%
KEN MITCHELL INLET/OUTLET
CITY OF BRIGHTON $
BRIGHTON
DAWN HESSHEIMER
WATERLINE, REMOVALS,
52,094,461
2091004
100%
NIWOT ROAD WATERLINE PH 2
LEFT HAND WATER DISTRICT S
GRADING
NIWOT
CHRIS SMITH
SEWER, REMOVALS, PAVING
$161,467
2091005
100%
POUDRE INTERCEPTOR REPAIR
BOXELDER SANITATION DISTRICT $
FORTCOLLINS
RANDY SIDDENS
UTILITIES, GRADING,
$1,173.136
2091006
100%
AIMS AUTOMOTIVE TECHNOLOGY
BRYAN CONSTRUCTION $
PAVING
WINDSOR
TODD BLANKS
STORM, WATERLINE, PAVING
54,359,725
2091007
100%
HARMONY ROAD WIDENING PH 2
TOWN OF TIMNATH $
REMOVALS, GRADING
TIMNATH
UTILITIES, REMOVALS
$3.490,260
2091008
100%
NORTH COLLEGE MARKETPLACE
NORTH COLLEGE MARKETPLACE INC $
GRADING PAVING
FORT COLLINS
BLAINE RAPPE
SEWER, WATERLINE, PAVING
5763,287
2091009
100%
CENTERRA BOOSTER STATION
CITY OF LOVELAND S
REMOVALS, GRADING
LOVELAND
TOM GREENE
PAVING
$31840
2091010
100%
KODAK 2009 REPAIRS
EASTMAN KODAK $
WINDSOR
GREG SMITH
GRADING, PAVING
$962,923
2091011
100%
L.C.A.C. 2009 MISC IMPROVEMENTS
LARIMER COUNTY $
LARIMER COUNTY
TODD JUERGENS
PAVING
$136,999
2091012
100%
HIDDEN VALLEY OFFSITE
HIDDEN VALLEY FARM LLC $
SEVERANCE
TOM DONKLE
GRADING, PAVING
$58,050
2091013
100%
WHEATON PARKING LOT RENOVATION
BRYAN CONSTRUCTION $
FORTCOLLINS
ALICIA M.CHESNEY
WATERLINE
544,866
2091014
100%
RUST CANYON WATERLINE PH I
WEST FORT COLLINS WATER DIST $
BELLVUE
DOUG BIGGE
UTILITIES, REMOVALS,
$431675
2091015
100%
PLAZA@ PAVILION LANE
CHESNIK GROUP $
GRADING, PAVING
FORT COLLINS
EARL CHESNIK
PAVING
5285,777
2091016
100%
SUNSET RIDGE
SEVERANCE INVESTMENT GROUP S
SEVERANCE
KELLY HODGE
PAVING
$156,112
2091017
62%
CSU ASPHALT& RELATED MATERIALS
COLORADO STATE UNIVERSITY $
FORT COLLINS
KATHLEENTHOMAS
GRADING, PAVING
$191,471
2091019
100%
CSU EQUINE MARE BARN
COLORADO STATE UNIVERSITY $
FORT COLLINS
ELLEN SKOLD
REMOVALS, GRADING
$250,642
2091019
100%
SI1392 & LCR 9 INTERSECTION
CDOT $
PAVING
LARIMER COUNTY
COREY STEWART
STORM
$241018
2091020
100%
GRAND RIVER DITCH CULVERT REPLACE
WATER SUPPLY & STORAGE $
LARIMER COUNTY
DENNIS HARMON
GRADING, PAVING
$79,238
2091021
100%
KING SOOPERS FUEL STATION 49
DEER CREEK CORPORATION $
FORTCOLLINS
DUSTIN
REMOVALS, GRADING
$228,296
2091022
100%
FORT COLLINS DODGE
MIKEDOWNEY $
PAVING
FORT COLLINS
REMOVALS, GRADING
SI8I,899
2091023
100%
CITY OF FC MISC STREET IMPROVEMENTS
CITY OF FORT COLLINS S
PAVING
FORT COLLINS
VARIOUS
GRADING, PAVING
530,800
2091024
100%
RIDGE OF LAPORTE
SUNSET RIDGE HOA S
LAPORTE
CLIFF WILLIAMS
STORM
$104 070
2091025
100%
TURKEY CREEK IRRIGATION LINE
RED ROCKS COUNTRY CLUB $
MORRISON
BILL DEWOLFE
REMOVALS, GRADING
$88,115
2091027
100%
O'REILLY AUTO PARTS
KILLIAN CONSTRUCTION $
PAVING
AURORA
STAN HAMMACK
59,323
CONTRACT
PERCENT
JOB NAME
OWNER
CONTRACTTO
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
LOCATION
CONTACT
COMPLETE
STORM, REMOVALS
585,059
2091029
100%
9TH& POUDRE WATER VAULT
CITY OF GREELEY
S -
GREELEY
LINDA HOOD
STORM, REMOVALS,
51,556,456
2091029
100%
URCRAFT PARKING APRON-SHIVELY FIELI
TOWN OF SARATOGA
S
GRADING, PAVING
SARATOGA, WY
DAVID SHULTZ
SEWER, STORM, REMOVALS
549,305
2091031
100%
STERLING REGIONAL MED CTR DRAINAGE
JE DUNN CONSTRUCTION
5 -
STERLING
DAN SULLIVAN
UTILITES, GRADING, PAVING
5278,258
2091032
100%
NORTH WELD LANDFILL SCALE HOUSE
ET ENVIRONMENTAL CORPORATION
S -
AULT
MITCHELL GRADY
REMOVALS, GRADING,
$93.488
2091033
100%
SUNFLOWER FICA
AMERICAN RETIREMENT PROPERTIES
S -
PAVING
FORT COLLINS
PAUL GALLONSTEIN
REMOVALS, GRADING,
5107,442
2091034
100%
RAWHIDE 2009 PAVING
PLATTE RIVER POWER AUTHORITY
$ -
PAVING
WELLINGTON
MIKE MCNAUGHTON
PAVING
$259,891
2091035
100%
OLD TOWN TIMNATH WINTER PAVING
TOWN OF TIMNATH
$ -
TIMNATH
JOHNJORDAN
GRADING
587,742
2091037
100%
RAWHIDE RAILCAR REPAIR SHOP
PLATTE RIVER POWER AUTHORITY
$ -
WELLINGTON
MIKE MCNAUGHTON
WATERLINE, SEWERLINE
$246,373
2091513
100%
FORT COLLINS-LOVELAND WATER T&M'ORT
COLLINS-LOVELAND WATER DIS'
S -
PATCHING
LARIMERCOUNTY
NATE GILL
GRADING, PAVING
$395.768
2094002
100%
CRAIG MIDDLE SCHOOL
THE NEENAN COMPANY
$ -
CRAIG
RICHARD MESERVE
PAVING
$65,050
2094003
100%
HAYDEN POLICE DEPARTMENT
TCD
5 -
HAYDEN
GERRY CARTER
GRADING, PAVING
$721,162
2094004
100%
DAKOTA RIDGE OVERLAY & REPAIRS
COMMERCIAL PROPERTY GROUP
S
STEAMBOAT SPRINGS
MEDORA FRALICK
GRADING, PAVING
$728,981
2094008
100%
MEMORIAL HOSPITAL
ROBINS & MORTON
$ -
CRAIG
JOHN GALASSINI
PAVING
564,625
2094009
100%
ROWE DRIVEWAY
SHIVELY CONSTRUCTION
$
STEAMBOAT SPRINGS
JOHN SHIVELY
PAVING
$85,440
20940I1
100%
PORCHES PHASE I TOP MAT
STRUCTURAL ASSOCIATES
5
STEAMBOAT SPRINGS
ROGER
GRADING, PAVING
$76,698
2094014
100%
DREAM ISLAND PAVING
TED MACKEY
5 -
STEAMBOAT SPRINGS
PAVING
$55,327
2094017
100%
CATAMOUNT LAKE ROAD REPAIRS
CATAMOUNT METRO DISTRICT
$
STEAMBOAT SPRING
JOEL ANDERSON
PAVING
5256,203
2094018
100%
CITY OF CRAIG OVERLAYS
CITY OF CRAIG
$ -
CRAIG
BILL EARLY
PAVING
$915,776
2094019
100%
MOFFAT COUNTY ROAD 7
MOFFAT COUNTY ROAD & BRIDGE
$ -
CRAIG
BILL MACK
PAVING
$609,745
2094022
100%
SIDNEY PEAK RANCH SUBDIVISION
COMMERCIAL PROPERTY GROUP
$
STEAMBOAT SPRINGS
MEDORA FRALIK
PAVING
$55.768
2094025
100%
BOULDER RIDGE
DAVID JOSFAN
$ -
STEAMBOAT SPRINGS
GRADING, PAVING
5128,974�
2094026
100%
CRAIG AIRPORT
MOFFAT COUNTY
S -
CRAIG
JERRY HOBERG
GRADING, PAVING
$127.206
2094029
100%
MEADOWS PARKING LOT EXPANSION
STEAMBOAT SKI &RESORT CORP
5
STEAMBOAT SPRINGS
AUDREY WILLIAMS
PAVING
$168.786
2094030
100%
JOURNEY@ FIRST BAPTIST
MISHLER CORPORATION
5 -
CRAIG
CLAY
PAVING
$50,800
2094031
100%
PRECISION EXCAVATING OFFICE
PRECISION EXCAVATING
$ -
HAYDEN
ROBIN
PAVING
$54,909
2094036
100%
STEAMBOAT AIRPORT
CITY OF STEAMBOAT SPRINGS
$ -
STEAMBOAT SPRINGS
MEL BAKER
PAVING
$101,034
2094037
100%
LARSON RESIDENCE
TCD CONSTRUCTION
$
STEAMBOAT SPRINGS
BOB CHILDERS
PAVING
$257,289
2094038
100%
POPLAR STREET
NATIVE EXCAVATING
$ -
HAYDEN
ED
TYPE OF WORK
PAVING
PAVING
PAVING
CONTRACT PERCENT
AMOUNT JOB# COMPLETE
566,968 2094039 100%
$78,345 2094044 100%
S57,399 2094048 100%
JOB NAME
LOCATION
EDGEMONT
STEAMBOAT SPRINGS
BEHRMAN CONSTRUCTION
CRAIG
COG HILL SLIDE STABILIZATION
HAYDEN
OWNER CONTRACTTO
CONTACT COMPLETE
NATIVE EXCAVATING $ -
PETERBRUNNER
BEHRMAN CONSTRUCTION E -
VELDON BEHRMAN
AMERICAN CIVIL CONSTRUCTORS $ -
JODYRANDALL
$ 59,323
210
RESET WATER METER
EACH
1
$768.00
$768.00
210
RESET LIGHT STANDARD PRIVATE LIGHT
EACH
2
$1220.00
$2440.00
210
RESET CURB STOP
EACH
5
$768.00
$3 840.00
210
ADJUST FIRE HYDRANT
EACH
1
$995.06
$995.00
210-04010
ADJUST MANHOLE
EACH
8
$428.00
$3424.00
21044050
ADJUST VALVE BOX
EACH
14
$232.00
$3 248.00
210
ADJUST CURB STOP
EACH
4
$384.00
$1 536.00
210-04060
ADJUST WATER METER
EACH
2
$384.00
$768.00
211
DEWATERING
LS
1
$19700.00
$19700.00
212
TREE RETENTION AND PROTECTION
LS
1
$1180.00
$1180.00
212-00006
SEEDING NATIVE
ACRE
1.4
$7650.00
$10710.00
212-00050
SOD
SF
21165
$0.59
$12487.35
213
RIVER COBBLE
TON
2.5
$64.70
$161.75
213
FILTER FABRIC
SF
463
$0.18
$83.34
213-00004
MULCHING WEED FREE STRAW
ACRE
2
$4.65
$9.30
213-00008
MULCHING WOOD CHIP
CF
3184
$4.65
$14805,60
213
MULCH TACKIFIER
LB
200
$4.10
$820.00
213-00460
METAL LANDSCAPE EDGER 3116x4INCH)
LF
511
$2.35
$1 200.85
214A0000
LANDSCAPE MAINTENANCE
LS
1
$3060.00
$3060.00
214
Deciduous Tree 3 Malus'Red Barron'
EACH
11
$553.00
$6 083.00
214
Deciduous Tree 3" Gledasia lriacanthos inermis "Skyline")
EACH
24
$500.00
$12 000.00
214
Deciduous Tree 3" Malus'Thunderchild'
EACH
24
$471.00
$11304,00
214
Deciduous Tree 3" P rus calle ana'Chantideef
EACH
1 26
$441.00
$11 466.00
214
Deciduous Tree 3" Ouercus robur'P mmich'
EACH
18
$530,00
$9 540.00
214
Shrub 5 Gallon Cornus stolondera
EACH
50
$29.40
$1 470.00
214
Shrub 5 Gallon Juni eras wmmunis'Effusa'
EACH
29
$29A0
$852.60
214
Shrub 5 Gallon Prunus besse i'Pawnee Buttes'
EACH
63
$29.40
$1 852.20
214
Shrub 5 Gallon Rhus aromatica'Gro LOW
EACH
30
$29.40
$882.00
214
Shrub 5 Gallon Ribes aureum'Gwen Buffalo'
EACH
31
$29 40
$911 40
214
Shrub 5 Gallon Arctosla h los uva-ursi
EACH
218
$29.40
$6 409.20
214
Shrub 5 Gallon (Spires ni onica'Snowmound'
EACH
21
$29.40
$617.40
214
Perennial Grass 1 Gallon Calama rosis x actiflora
EACH
176
$14.10
$2 481.60
214
Perennial Grass 1 Gallon Festuca flauca'EGah Blue
EACH
114
$14.10
$1 607A0
214
Perennial Grass 1 Gallon Nasselaa Sli atenuissime
EACH
79
$14.10
$1 113.90
214
Perennial Grass 1 Gallon Pennisetum alo ecuroides'Hameln'
EACH
648
$14A0
$9 136.80
214
Perennial Grass 1 Gallon Schizach rium sC0 anum
EACH
70
$14A0
$987.00
214
Perennial 1 Gallon Achillea'Moonshine'
EACH
296
$14.10
$4173.60
214
Perennial Gallon Aster novi-bel ii'Professor Ki enbur'
EACH
83
$14.10
$1170.30
214
Perennial Gallon (Campanula car atica'Blue dips')
EACH
314
$14.10
$442740
214
Perennial Gallon (Caryoptens x clandonensis
EACH
12
$14.10
$169.20
214
Perennial Gallon Coreo sis verticillata'Moonbeam'
EACH
149
$14.10
$2100.90
214
Perennial 1 Gallon Echinacea ur urea
EACH
46
$14A0
$648.60
214
Perennial l Gallon Iberis Sem ervirens
EACH
354
$14A0
$4991A0
214
Perennial 1 Gallon Leucanlheumum x su erbum'Ldtle Miss Mullet'
EACH
312
$14.10
$4 399.20
214
Perennial Gallon Rudbeckia ful ida'Goldstunn'
EACH
424
$14.10
$5978,40
214
TREE GRATE AND FRAME
EACH
2
$14W.00
$2820.00
304
RAILROAD BUMPER
LS
1
$782,00
$782,00
309-06000
AGGREGATE BASE COURSE CLASS 6
TON
17,319
$14.70
$254 589.30
403
HOT MIX ASPHALT REFLECTIVE CRACK INTERLAYER
TON
1,655
$213.00
$352 515.00
403-00720
HOT MIX ASPHALT PATCHING
TON
731
$111.00
$81141.00
403-33821
HOT MIX ASPHALT GRADING SG 100 PG 58-28
TON
521
$84.40
S43 972.40
403-33851
HOT MIX ASPHALT GRADING S 100 PG 64-28
TON
3,450
$85.30
$294 285.00
412-0a600
CONCRETE PAVEMENTS INCH
SY
588
$33.00
$19404.00
412-00600
CONCRETE PAVEMENT isINCH FAST TRACK
SY
349
$52.80
$18427.20
412-00800
CONCRETE PAVEMENT 81NCH
SY
9,910
$40.70
$403 337.00
412-00800
CONCRETE PAVEMENT 81NCH FAST TRACK
SY
1944
$63.80
$124027.20
420
TRANSITION MATS
SY
1,305
$1.00
$1 305.00
420
TRM CLASS I
BY
295
$8.60
$2 537.00
420
TRM CLASS II
SY
1,110
$4.45
$4 939.50
420
TRM CLASS III
SY
1,110
$1.85
$2053,50
420
GEOGRID REINFORCEMENT
SY
11,695
$3.55
$41 517.25
502-00100
DRILLING HOLE TO FACILITATE PILE DRIVING
LF
18
$55.00
$990.00
addmdum 1 7273 N. C61e Imonenemene Rd1cr - vine m Cnnlfer ". snr
CONNELL RESOURCES, INC.
SCHEDULE OF MAJOR 2008 COMPLETED WORK
UPDATED AS OF
1213117010
CONTRACT
PERCENT
JOBNAAfE
OWNER
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
LOCATION
CONTACT
GRADING, PAVING
$42,852
2081001
100%
PELOTON CYCLES
ALLIANCE CONSTRCUTION SOLUTION
FORT COLLINS
KATHY BALDWIN
PAVING
$34,078
1081002
100%
KODAK 2008 PROJECTS
EASTMAN KODAK COMPANY
WINDSOR
GREG SMITH
STORM, GRADING,
$395,551
2081003
100%
CSU FOREST SERVICE ROAD PAVING
STATE OF COLORADO
REMOVALS, PAVING
FORT COLLINS
TRACEY ABEL
UTILITIES, GRADING,
$674 446
2081004
100%
Ti IE I'IGME RANCH
TFIE HOME RANCH LLC
PAVING
WINDSOR
CHRIS SERBOUSEK
STORM, GRADING,
$883 329
2081006
100%
NORTH TAFT HILL RECONSTRUCTION
LARIMER COUNTY
REMOVALS, PAVING
FORT COLLINS
DARRELL MORRELL
GRADING
S1,347,207
2091007
100%
L.C.A.C. 2008 MISC IMPROVEMENTS
LARIMER COUNTY
FORT COLLINS
TODDJUERGENS
GRADING, PAVING
S68.452
2081008
100%
WINDSOR CHARTER ACADEMY
MCCAULEY CONSTRUCTORS
WINDSOR
JEREMIAH GENES
STORM, GRADING,
S339,643
2081009
100%
HARMONY TECHNOLOGY PARK
MAV DEVELOPMENT COMPANY
REMOVALS, PAVING
FORT COLLINS
MICHAEL GENRICH
UTILITIES, GRADING,
$2,602 905
2081010
100%
GATEWAY TIMNATH OFFSITE IMPROV
CACHE LA POUDRE INVESTORS NO
PAVING, REMOVALS
TIMNATH
GRANTNELSON
UTILITIES, GRADING,
$852,847
2081011
100%
PEAKVIEW COMMERCIAL PARK PH I
FLEISCHLI ENTERPRISES
REMOVALS, PAVING
LOVELAND
KRIS FLEISCHLI
PAVING
532,280
2081012
100%
LAKESIDE CUL DE SAC PAVING
TOWN OF WINDSOR
WINDSOR
ROB WINTER
WATERLINE
$41,568
2081013
100%
TAFT & LAPORTE 14" WATERLINE
ELCO WATER DISTRICT
FORT COLLMS
JACK WARNER
UTILITIES, REMOVALS,
$662,439
2081014
100%
WINDSOR CAPITAL IMPROVE 2008
TOWN OF WINDSOR
GRADING, PAVING
WINDSOR
CURTIS TEMPLEMAN
PAVING
$443,774
1081015
100%
WELD RE4 MIDDLE SCHOOL
ROCHE CONSTRUCTORS
SEVERANCE
GREG LOCKWOOD
PAVING
5250,999
2091016
100%
CITY OF FORT COLLINS MISCELLANEOUS
CITY OF FORT COLLINS
FORT COLLINS
JOHN STEPHEN
REMOVALS
S35,759
2081017
100%
STRUCTURE DEMO LCR 30
LARIMER HUMANE SOCIETY
LOVELAND
KEITH MEYER
STORM, REMOVALS,
$201506
2091018
100%
KINGDOM 14ALL-OFFSITE IMPROVEMENT
VIZION INFRASTRUCTURE CONSULT
GRADING, PAVING
FORT COLLINS
QUENTIN EGAN
STORM, GRADING, PAVING
$72999
2081019
100%
BRAUCH SUBDIVISION
DICK BRAUCH
FORT COLLINS
GRADING, PAVING
5300,740
2081020
100%
HIDDEN VALLEY FIRST FILING
DOUBLE EAGLE CONSTRUCTION
SEVERANCE
GREGG SEEBOHM
SEWER, WATER, REMOVALS
S140,819
2081021
100%
SPRING CANYON LIFT STATION#3
SPRING CANYON WATER DISTRICT
FORT COLLINS
KEVIN BARRICKLOW
STORM, REMOVALS,
S321,759
2081023
100%
HERMIT PARK TURN LANES
LARIMER COUNTY
GRADING, PAVING
ESTES PARK
JOE TEMPLE
UTILITIES, REMOVALS,
S332,178
2081024
100%
CENTERRA CONSTANT CONTACT
COHN CONSTRUCTION
GRADING, PAVING
LOVELAND
BRIAN CASS
REMOVALS, GRADING,
$312,092
2081025
100%
VANCE BRAND MUNICIPAL AIRPORT
CITY OF LONGMONT
PAVING
LONGMONT
TOM THOMPSON
REMOVALS, GRADING,
52,021 324
2081026
100%
CSU RESEARCH INNOVATION CENTER
GERALD H PHIPPS
PAVING
FORT COLLINS
CRIS GOLDY
STORM, GRADING, PAVING
S63,868
M81027
100%
RESPITE CARE CENTER
THE NEENAN COMPANY
FORT COLLINS
BILL WELLS
TYPE OF WORK
GRADING, PAVING
GRADING, REMOVALS,
PAVING
PAVING
GRADING. PAVING
PAVING
CONCRETE
REMOVALS, PAVING
GRADING, PAVING
REMOVALS
PAVING
PAVING
WATERLINE
GRADING, PAVING
UTILITIES, GRADING
PAVING
GRADING, PAVING
GRADING, PAVING
STORM, REMOVALS
PAVING
SEWER
GRADING, STORM
CONTRACT
PERCENT
JOB NAME
OWNER
AMOUNT
✓ORN
COMPLETE
LOG TION
CONTACT
$776473
2081028
100%
YMCA OP THE ROCKIES
THE NEENAN COMPANY
ESTES PARK
BOB GRONDIN
$91 408
2081029
100%
11F STORAGE
COTTIER CONSTRUCTION
$210 513 2081030
S207 061 2081031
$103.150 1081032
$114 000 2081033
S29,256 2081034
$305 215 1081035
$180,590 2081036
S274,791 2081037
$79 310 2081038
S72,204 2081040
S1,522,257 2081041
$444,696 2081042
S8,519,503 2081043
$48 094 2081044
S584.596 2081045
$1,960,670 2081046
STORM, WATERLINE
$418,522
2091047
REMOVALS, GRADING
SEWER, REMOVALS. GRADIN(
SI21 613
2081048
WATERLINE, GRADING,
S55 410
2081049
SEWER
STORM, REMOVALS,
S7,049,231
2084001
GRADING, PAVING
PAVING
S206.083
2084003
PAVING
PAVING
PAVING
REMOVALS, PAVING
$68 310 2094005
SI 910,626 2084007
$103,553 2084008
S77,740 2094009
PORT COLLINS
PETE COTTIER
100%
CSU DIAGNOSTIC MEDICINE CENTER
GERALD H PHIPPS
FORT COLLINS
CRIS GOLDY
100%
PROVINCETOWN
SHADOW CREEK HOMES
FORT COLLINS
TOBY TERHUNE
100%
GRAND COUNTY AIRPORT
COLOMBINE HILLS CONCRETE
GRANBY
SCOTT DOWNIN
100%
TURKEY CREEK IRRIGATION LINE
RED ROCKS COUNTRY CLUB
MORRISON
DAVID WARREN
100%
VILLAGE PARK IRRIGATION LINE PAVING
TEMPLE CONSTRUCTION COMPANY
EVANS
JIM TEMPLE
100%
RAWHIDE PAVING 2008
PLATTE RIVER POWER AUTHORITY
WELLINGTON
PATTHOMS
100%
ESTES PARK 2008 STREET IMPROVEMENTS
TOWN OF ESTES PARK
ESTES PARK
GREG SIEVERS
100%
EASTGATE SUB FIRST FILING
ZEPHYR MANAGEMENT
LONGMONT
DENNIS THOMPSON
100%
SUMMERFIELD WATERLINE LOOP
TIMNATH RANCH LLC
TIMNATH
ANDY KRILL
100%
CHASE BANK
CHRISTOFFERSON COMMERCIAL BLD
WINDSOR
TIM POOL
100%
SOUTHGATE KIA
DOHN CONSTRUCTION
WINDSOR
JOHN REFINER
100%
ANHEUSER BUSCH DROP LOT EXPANSION
R.C. HEATH CONSTRUCTION
FORT COLLINS
MALISSA SMITH
100%
TIE SIDING SECTION
WY DEPT OF TRANSPORTATION
WYOMING
100%
RETAIL ROADS PH 2
DOUBLE EAGLE CONSTRUCTION
JOHNSTOWN
GREGG SEEBOHN
100%
JOHNSON'S CORNER SEWERLINE
TOWN OF JOHNSTOWN
JOHNSTOWN
JIM WRIGHT
100%
ALLISON DRAW
LARAMIE COUNTY
CHEYENNE, WY
100%
BENSON RESERVOIR DAM IMPROVEMENT:
CITY OF FORT COLLINS
FORT COLLINS
MATT DAY
100%
MARTIN CREEK DAM REHAB
RAY & DEB CROGHAN
ROUTTCOUNTY
100%
CSFS FIRE MANAGEMENT BUILDING
COLORADO STATE UNIVERSITY
FORT COLLINS
RICK TENSLEY
100%
HWY 131 CHOKE CHERRY LANE SOUTH
CDOT
ROUTT COUNTY
VAN PILAUD
100%
HOLIDAY INN
SCOTT MARK
STEAMBOAT SPRINGS
100%
CATAMOUNT RANCH CLUB
CATAMOUNT RANCH CLUB
STEAMBOAT SPRINGS
JONAH ROBINSON
100%
ROUTT COUNTY ROAD 27
PRECISION EXCAVATING
ROUTT COUNTY
DAVE
100%
FIRST TRACKS a WILDHORSE
DRAHOTA CONSTRUCTION
STEAMBOAT SPRINGS
TODD PARKER
100%
STEAMBOAT LUMBER
STEAMBOAT LUMBER
STEAMBOAT SPRINGS
STU KOCI
CONTRACT
PERCENT
JOB NA AlE
0WATR
TIDE OF WORK
AAIOUNT
JOB#
COMPLETE
LOCATION
CONTACT
GRADING, PAVING
$51,545
2084010
100%
HAYDEN AIRPORTOFFICES
DAVID THORP
HAYDEN
PAVING
S68,900
2084011
100%
WHISTLER ROAD WATERLINE
NATIVE EXCAVATING
STEAMBOAT SPRINGS
ED MACARTHUR
PAVING
5728,128
2094012
100%
CITY OF STEAMBOAT 2008 PAVING
CITY OF STEAMBOAT SPRINGS
STEAMBOAT SPRINGS
DOUG MARSH
GRADING, PAVING
SH7.104
2084017
100%
BUD WERNER MEMORIAL LIBRARY
ADOLFSON& PETERSON CONSTRUCT
STEAMBOAT SPRINGS
RICK RITTER
PAVING
8164300
2094019
100%
MOFFAT COUNTY NATIONAL BANK
APH CONSTRUCTION
CRAIG
KAREN
PAVING
S107,323
2084020
100%
CANDLEWOOD SUITES
SUPERIOR BUILDERS, INC.
CRAIG
KEITH ANDERSON
PAVING
$72480
2094021
100%
RESORT GROUP PH III
THE COMMERCIAL DIVISION
STEAMBOAT SPRINGS
SHANE DOOLEY
GRADING, PAVING
S61 Gel
2084028
100%
ROUTT COUNTY ROAD 179
ROUTT COUNTY
ROUTTCOUNTY
TAMMIE CRAWFORD
REMOVALS, PAVING
$178,001
2084031
100%
RIVERSIDEPLAZA
ALIOTAINMENT VENTURES, LLC
STEAMBOAT SPRINGS
MICHAEL GRAVES
PAVING
SI,406,366
2084032
100%
MOFFAT COUNTY ROAD 7
MOFFAT COUNTY
CRAIG
BILL MACK
GRADING, PAVING
S225,311
2084035
100%
CRAIG REGIONAL TRANSIT FACILITY
FOX CONSTRUCTION
CRAIG
REMOVALS, PAVING
$56420
2084038
100%
THE HAMPTON INN STEAMBOAT
MESA LODGING, LLC
STEAMBOAT SPRINGS
DAVEPARMLEY
REMOVALS, PAVING
S93,325
2084045
100%
DAVE'S CUSTOM COLOR
DAVE MIHAICH
STEAMBOAT SPRINGS
REMOVALS, PAVING
$618,415
2084048
100%
MOFFAT COUNTY HIS PARKING LOT
DIVERSIFIED CONSULTING SOLUTIONS
CRAIG
DAN GIROUX
PAVING
S71,900
2084050
100%
WATERSONG LANE DRIVEWAY
MANGUS, INC.
STEAMBOAT SPRINGS
PAVING
S638.080
2094052
100%
ROUTTCOUNTY ROAD 14
ROUTT COUNTY
ROUTTCOUNTY
TAMMIE CRAWFORD
PAVING
S65,275
2084054
100%
YAHMONITE BRIDGE & WATERLINE
TARCOINC.
STEAMBOAT SPRINGS
KEVIN MARSH
PAVING
5113,300
2084058
100%
YV MEDICAL CENTER PARKING LOT EXP
NATIVE EXCAVATING
STEAMBOAT SPRINGS
PETER
PAVING
$73400
2084059
100%
AIRPORT MEADOWS
NATIVE EXCAVATING
STEAMBOAT SPRINGS
PETER
PAVING
$128445
2084060
100%
RIVERWALK PATCHING
R&D PIPELINE
STEAMBOAT SPRINGS
DAN ROSS
CRUSHING
S368,200
2084062
100%
RIO BLANCO 2008 CRUSHING
RIO BLANCO COUNTY
RANGELY
RON LEEPER
GRADING. PAVING
$219,000
2084065
100%
MEADOWS PARKING LOT
STEAMBOAT SKI &RESORT CORP
STEAMBOAT SPRINGS
AUDREY WILLIAMS
PAVING
S189,325
2084066
100%
SADDLE RIDGE
MIKE BELL CONSTRUCTION
STEAMBOAT SPRINGS
MIKE BELL
PAVING
5357,002
2084075
100%
COUNTRY GREEN PAVEMENT
COUNTRY GREEN HOMEOWNERS
STEAMBOAT SPRINGS
JIM ZUCCONE
PAVING
568,800
2084079
100%
BOULDER RIDGE
EXCEL CONSTRUCTION
STEAMBOAT SPRINGS
DAVID JOSFAN
PAVING
593.360
2084079
100°%
ROCKY PEAK
NATIVE EXCAVATING
STEAMBOAT SPRINGS
PETER
REMOVALS, PAVING
S88938
2084082
100%
SYDNEYPEAK RANCH
SYDNEY PEAK RANCH
TYPE OF WORK
PAVING
PAVING
CONTRACT PERCENT
AMOUNT JOB# COMPLETE
864,550 1084086
581,860 2084089
100 %
100 %
✓OB NAAfE
LOCATION
STEAMBOAT SPRINGS
BUILDING 600
STEAMBOAT SPRINGS
ONE STEAMBOAT PLACE
STEAMBOAT SPRINGS
OWNER
CONTACT
MIDORA FRALIK
PAT GLEASON
FIASELDEN CONSTRUCTION
C'ONNELL RESOURCES,, INC
UPOATEDA.S'OF 12131110
SCHEDULE OF MAJOR 2007 COMPLETED
WORKS
WORK -IN -PROGRESS
C'ONTRAC7
PFRCENT
JOB NAME
OWNER
CONTRACTTO
TYPE OF WORK
AMOUNT
JOI/0
C'OMFLETE
LOCATION
CONTACT
COMPLETE
WATERLINE, PAVING
$62,626
2071001
100%
RELIANT CO2 PLANT
RELIANT PROCESSING
S -
WINDSOR
JOSHUA JONES
GRADING
$333,500
2071002
100%
MAGIC SKI' RANCH GRADING 2007
GIRL SCOUTS MILE HI COUNCIL
S -
REDFEATHERLAKES
NANCY KOBERSTEIN
UTILITIES. GRADING, PAVING
$347,171
2071003
100%
HARMONYONE
BRINKMAN CONSTRUCTION
S -
FORT COLLINS
JIM CIESLA
UTILITIES, GRADING, PAVING
S4258,23I
2071004
100%
DAKOTA GLEN PH I
GLEN DEVELOPMENT, LLC
S -
LOVELAND
SC07FBRAY
UTILITIES. GRADING. PAVING
S3555434
207](106
100%
HARMONY SUBDIVISION PH 2A
HARMONY LLC
S -
FORTCOLLINS
BYRON COLLINS
UTILITIES, IRRIGATION,
$I3.i%G270
2071007
100%
FRONT RANGE VILLAGE
HOAR CONSTRUCTION
S -
REMOVALS.GRADING,PAVING
FORTCOLLINS .
JASON ABERNATHY
GRADING, PAVING
SI09,509
2071008
100%
CAMPUS WEST REDEVELOPMENT
DELTA CONSTRUCTION
$
FORT COLLINS
TIM HENDRICKS
PAVING
S149,448
2071009
100%
CROOKFDSTICK DRIVE
GLH CONSTRUCTION
S
WINDSOR
JOE SCHUMACHER
STORM, REMOVALS,
S170,000
2071011
100%
OUTLETS PEDESTRIAN BRIDGE
CRAIG REALTY GROUP
S
GRADING
LOVELAND
DAN HILL
PAVING
S1,851021
2071012
100%
L.C.A.C. 2006 MISC PATCHING
LARIMER COUNTY
$
LARIMER COUNTY
TODD JUERGENS
GRADING, PAVING
$177,778
2071013
100%
PLANK PLD & PD
KASEY'S GARDEN, LLC
S
UTILITIES, GRADING
S3,127,199
2071014
100%
DEER MEADOWSIMARIANA BUTTE I4TH
DEER MEADOWS METRO DISTRICT
S
LOVELAND
MARK CONNER
REMOVALS, GRADING
$761,395
2071015
100%
THOMPSON RIVER I-25 FRONTAGE ROAD
THOMPSON CROSSING METRO DIST N3
S
PAVING, STORM
LOVELAND
VARNELLROBERTS
GRADING, PAVING
$49,581
2071016
100%
CENTERRA OFFICE CONDOS BLDG D
BRINKMAN CONSTRUCTION
E
DAVE CARLSON
MICHAEL MINNIS
PAVING
S212,411
2071017
100%
STATE HWY 60B
COOT
S
JOHNSTOWN
DAVE LEBSTOCK
WATERLINE, REMOVALS,
$L106,602
2071019
100%
WINDSOR CAPITAL IMPROVEMENTS
TOWN OF WINDSOR
S
GRADING, PAVING
WINDSOR
CURTIS TEMPLEMAN
PAVING
$160.673
2071019
100%
WATER VALLEY SOUTH 6TH FILING
GLH CONSTRUCTION
S
WINDSOR
IOESCHUMACHER
REMOVALS, GRADING
S355,748
207 HDI
100%
RAWHIDE BLACKTOP ROAD 2007
PLATTE RIVER POWER AUTHORITY
S
PAVING
WELLINGTON
MIK MCNAUGHTON
REMOVALS, GRADING
SI89,447
2071022
100%
PRESTON JR HIGH ASPHALT REPLACE
POUDRE SCHOOL DISTRICT
S
PAVING
FORTCOLLINS
SHARON KOONCE
GRADING. PAVING
S82,931
1071023
100%
LITTLE SNAKE RIVER EVENT CENTER
LITTLE SNAKE RIVER EVENTS
S
DIXON WYOMING
JACK COBB
REMOVALS. GRADING.
$130,781
2071024
100%
CLP JR. HIGH ASPHALT REPLACEMENT
POUDRE SCHOOL DISTRICT
$
PAVING
LAPORTE
SHARON' KOONCE
REMOVALS. GRADING,
$401,575
2071025
100%
TRA ISPORTATION DPERATION CENTER
POUDRE SCHOOL DISTRICT
S
PAVING
FORTCOLLINS
SHARON KOONCE
GRADING. STORM. PAVING
S809,396
2071026
1008$
FC/LOVELAND MUNCIPAL AIRPORT
CITIES OF FORT COLLINS/LOVELAND
S
FORTCOLLINS
STORM, REMOVALS,
$153,626
2071027
100%
RUST DITCH IMPROVEMENTS
DEER MEADOWS METRO DISTRICT
S
GRADING
LOVELAND
MARK CONNOR
PAVING
S35.961
2071028
100%
ROCKY MOUNTAIN TEMP SIDEWALK
CENTERRA METRO DISTRICT 01
S
LOVELAND
JON ERICKSON
GRADING, PAVING
S241.359
2071029
100%
TOUCHSTONE
GLH CONSTRUCTION
S
WINDSOR
JOE SCHUMACHER
CONTRACT
PLRC'ENT
JOB NAME
OWNER
CONTRACTTO
TYPE OF WORK
AMOUNT
JOB
COMPLETE
LOCA T/ON
CONTACT
COMPLETE
GRADING, PAVING, UTILITIES
$2820,615
2071030
100%
EMBASSY SUITES
KCC CONTRACTOR INC.
$
REMOVALS. CONCRETE
LOVELAND
CRAIG ERICSON
PAVING
$143400
2071031
100%
CITY OF PORT COLLINS MISCELLANEOUS
CITY OP FORT COLLINS
S
FORT COLLINS
JOHN STEPHEN
PAVING
$100,386
2071032
100%
LARIMER PROFESSIONAL PARK
BRINKMAN CONSTRUCTION
S -
JOHNSTOWN
JIM CIESLA
GRADING
$120,622
2071033
100%
DEER MEADOW BRIDGE
CONCRETE STRUCTURES S
LOVELAND
WAYNESCHELL
PAVING
536,787
2071034
100%
ST. MICHAELS RETAIL BLDG H5
BRINKMAN CONSTRUCTION S
GREELEY
DAN GRIFFITH
PAVING
SI80,244
2071035
100%
CROSSROADS IST&BTH ASP14ALT
CHESNIK GROUP LLC S
LOVELAND
EARLCHESNIK
GRADING
5312,250
2071036
100%
RAWHIDE ASH PONDS
PLATTE RIVER POWER AUTHORITY S
WELLINGTON
MIK MCNAUGHTON
REMOVALS, PAVING
SI42,242
2071037
100%
WATER VALLEY REPAIRS 2007
POUDRE TECH METRO DISTRICT S
WINDSOR
DICK VON BETROTH
REMOVALS, GRADING
5623,980
2071038
100%
FAIRGROUNDS PARK PAVING
R.C. HEATH CONSTRUSTION S
PAVING
LOVELAND
TERRY BEEN
GRADING, PAVING
525,814
2071039
100%
HANSON DRIVEWAY
DICK HANSON S
LOVELAND
PAVING
$102,373
2071040
100%
KUM&GO STORE 4934
HENNING CONSTRUCTION CO S
WELLINGTON
DEREK POST
WATERLINE
540,698
2071043
100%
STOR N LOCK SELF STORAGE
NCB LLC S
FORT COLLINS
TODDNORDSTROM
STORM, REMOVALS,
SI61 874
2071044
100%
HP MODS 4 & 5 RESTORATION
R.C. HEATH CONSTRUCTION S
GRADING, PAVING
FORT COLLINS
STEVE ORECCHIO
STORM, REMOVALS,
$703,337
2071045
100%
SH 66 & CR 13
COOT S
GRADING. PAVING
WELD COUNTY
NICHOLAUPRIGHT
GRADING
548,000
2071046
100%
RAWHIDE COAL POND CLEANING
PLATTE RIVER POWER AUTHORITY S
WELLINGTON
PATTHOMS
SEWER
52,868,070
2071048
100%
TIMNATH SEWER
CACHE LA POUDRE INVESTORS NORTE S
TIMNATH
GRANT NELSON
GRADING, PAVING
5155487
2071049
100%
CANDLELIGHT DINNER PLAYHOUSE
CLARK CONSTRUCTION S
JOHNSTOWN
KELLY HUFF
UTILITIES, IRRIGATION,
$2,572,655
2071050
100%
WATERFALL 4TH SUBDIVISION
BOYD LAKE VILLAGE LLC S
REMOVALS, GRADING. PAVING
LOVELAND
KIRK DANDO
WATERLINE
560,577
2071051
100%
HIGHWAY 287 WATERLINE REPLACEMENT
FC LOVELAND WATER DISTRICT S
FORT COLLINS
JAY EAST
GRADING. PAVING
57223.514
2074001
100%
US 40 MEADOWS CAMP
CDOT S
STEAMBOAT SPRINGS
VAN PILAUD
PAVING
$989,RI0
2074003
100%
ALPINE MOUNTAIN RANCH ROADWAYS
CORPOREX DEV AND CONSTRUCTION S
STEAMBOAT SPRINGS
MIKE O'DONNELL
PAVING
S2,350,303
2074004
74%
MARABOU SUBDIVISION
NATIVE EXCAVATING 5
STEAMBOAT SPRINGS
ROD SCOTT
PAVING
$202,325
2074005
100%
ROUTT COUNTY JUSTICE CENTER
FCICONSTRUCTORS S
STEAMBOAT SPRINGS
ROB LAWRENCE
PAVING
$221647
2074008
100%
THE VILLAGES a STEAMBOAT 2007
DRAHOTA CONSTRUCTION $
STEAMBOAT SPRINGS
KEVIN KOPASZ
REMOVALS, PAVING
SI29,695
2074009
100%
HONVELSEN SPORTS COMPLEX
CITY OF STEAMBOAT SPRINGS S
STEAMBOAT SPRINGS
ANNE SMALL
GRADING. PAVING
$69,740
2074010
100%
GARRITY DRIVEWA}
RUSSGARRITY S
OAK CREEK
GRADING. PAVING
195,140
2074011
100%
ELK RIVER RANCH PAVING
J.Q. ENTERPRISES S
STEAMBOAT SPRINGS
T. WAYNE CAIN
PAVING
5595,974
2074014
100%
ROUTT COUNTY PAVING 2007
ROUTTCOUNTY S
ROUTT COUNTY
TAMMIECRAWFORD
611,079
CONTRACT
PERCENT
.1011 NAME
OWNER
CONTRACTTO
TYPE OPWORK
AAIOUNT
Jolt
COMPLETE
LOCATION
CONTACT
COMPLETE
PAVING
SI,286,740
2074015
100%
ROUTT COUNTY FIAT PAVING 2007
ROUTTCOUNTY
$
ROUTT COUNTY
TAMMIE CRAWFORD
REMOVALS, GRADING,
S89,722
2074017
100%
WALTON VILLAGE BUILDING ROL
WALTON VILLAGE CONDO ASSN
S
PAVING
STEAMBOAT SPRINGS
EVELAN BURGY
PAVING
S110,926
2074020
100%
CATAMOUNT GOLF OVERLAY
CATAMOUNT METRO DISTRICT
S
STEAMBOAT SPRINGS
JOEL ANDERSON
REMOVALS, PAVING
S36,777
2074022
100%
SUNDANCE n FISH CREEK
NORDIC SPIRIT
$
STEAMBOAT SPRINGS
BOB LARSON
PAVING
S639,750
2074024
100%
STEAMBOAT 2007 PAVING PROGRAM
CITY OF STEAMBOAT SPRINGS
S
STEAMBOAT SPRINGS
DOUG MARSH
GRADING, PAVING
$32,390
2074025
100%
33700 CANYON COURT - OWNER'S
JIM NICHOLS
S
STEAMBOAT SPRINGS
GRADING, PAVING
S229,757
2074027
100%
LONGVIEW SUBDIVISION OVERLAY
TRUE MOUNTAIN HOMES
$
STEAMBOAT SPRINGS
ALCHOY
GRADING, PAVING
$106,599
2074031
100"16
STEAMBOAT MOTORS
STEAMBOATMOTORS
S
'
STEAMBOAT SPRINGS
JIM STENKE
GRADING.PAVING
S123060
2074033
100%
BENDER/WHITE DRIVEWAY
JOHN BENDER
$
STEAMBOAT SPRINGS
PAVING
$48,100
2074036
100%
COPPER RIDGE LOT 93
FRONTIER STRUCTURES
S
STEAMBOAT SPRINGS
STEVE HOLMBERG
GRADING, PAVING
$102,759
2074037
100%
TRUCK STOP
CLAMS
$
STEAMBOAT SPRINGS
MAX ERB
GRADING, PAVING
SI62,211
2074039
100%
HAYDEN AIRPORT GARAGES
SOUND CONSTRUCTION
$
HAYDEN
ROGER KAROLEWSKI
CRUSHING
$244,710
2074042
100%
RIO BLANCO COUNTY CRUSHING
RIO BLANCO COUNTY
S
MEEKER
RON LEEPER
PAVING
S278,007
2074045
100%
COCA COLA WAREHOUSE
DELTA CONSTRUCTION
S
HAYDEN
FRED SOUR
PAVING
$122.467
2074048
100%
ONE STEAMBOAT PLACE
HASELDEN CONSTRUCTION
S -
STEAMBOAT SPRINGS
GRADING,PAVING
$484467
2074049
100%
DOWNHILL WATERLINE PATCHING
TWIN PEAKS UTILITIES & INFRAS
S -
STEAMBOAT SPRINGS
PAVING
$64,02
2074052
100%
STEAMBOAT SPRINGS COMMUNITY CTR
FOX CONSTRUCTION
$ -
STEAMBOAT SPRINGS
PAVING
$77776
2074054
100%
THE PORCHES 2ND PHASE
STRUCTURAL ASSOCIATES
$
STEAMBOAT SPRINGS
SCOTTPARKS
PAVING
$96,478
2074061
100%
SHERATON GOLF COURSE
NORDIC EXCAVATING
$
STEAMBOAT SPRINGS
RICK NEWBORN
GRADING, PAVING
$170.651
2074062
100%
SODA CREEK ELEMENTARY
HASELDEN CONSTRUCTION
$
STEAMBOAT SPRINGS
GRADING, PAVING
S77,917
2074063
100%
STRAWBERRY PARK ELEMENTARY
HASELDEN CONSTRUCTION
S
STEAMBOAT SPRINGS
S 611,079
The following equipment is owned and maintained by Connell Resources, Inc. Below is
a partial list of equipment highlighting only some of the major pieces in our fleet. All of
Connell's fleet is available for use on this project.
Scrapers
6 -- Caterpillar 627 Scrapers
2 — Caterpillar 623 Scrapers
1 — Caterpillar 613 Scraper
Excavators & Backhoes
5 — Caterpillar 416-436 Tractor/Backhoes
4 — Komatsu 200 Track Excavators
6 — Komatsu/Caterpillar 300 Track Excavators
6 — Komatsu/Caterpillar 400 Track Excavators
1 — Komatsu 600 Track Excavator
Front End Loaders
10 — Caterpillar 938 — 950 Front End Loaders
10 — Caterpillar 966 — 980 Front End Loaders
I — Caterpillar 988H Front End Loader
Off Road Haul Trucks
6 — Caterpillar D350—II (35 Ton)ATticulated Dump Trucks
Legal Haul Trucks
10 — Tandem Axle Dump Trucks
15 — Tractor Trucks (End Dumps, Belly Dumps, Live Bottom Trailers)
Track Dozers
2 — Caterpillar D41-1 Dozers
1 — Caterpillar D5M Dozer
6 — Caterpillar D6H XL Dozers
2 — Caterpillar D8T Dozer
1 — Caterpillar D9N Dozer
Paving
1 — Caterpillar 1055D Paver
1 — Blaw Knox PF 4410 Paver
2 — Caterpillar 1055B Pavers
1 — Road Tee Shuttle Buggy — M.T.V.
1 — Leeboy 8500 Paver
Multiple Sizes & Configurations of
1 — Gilcrest 813 Pro Paver
Rollers
Multiple Sizes & Configurations
Trench Boxes
Pumps & Generators
Multiple 25 KW — 700 KW Generators
Multiple 2" — 8" Pumps (Trash, Submersible, Dry Prime)
In addition to this equipment Connell Resources, Inc. owns and operates its own asphalt
hot plant as well as mining and processing our own aggregates.
HARMONY ROAD WIDENING PHASE 2
TININATH, CO
OWNER:
Town of Timnath
Larry Feuerstein
970-224-3211
ENGINEER:
IB Associates
Contact
303-678-7168
CONTRACT AMOUNT:
$ 4.2 Million
CHANGE ORDERS:
29 EA—$108,169
PROJECT START:
February 2009
PROJECT COMPLETION:
January2010
CONTRACT TIME:
210 Calendar Days
CONTRACT TYPE:
Lump sum
CRI PROJECT MANAGER:
Bill Anderson
CRI SITE MANAGER:
John Warren
UNIQUE JOB ELEMENTS:
• Keeping access to Swetsville
open at all times.
• Replacing the existing bridge
over the Poudre River
MATERIAL QUANTITIES:
• 8,500 SY Asphalt Removal
• 25,000 CY Embankment
• 2,220 LF 10" PVC Water Line
• 1,218 LF of 18"-36" RCP Storm
Drain
• 5,462 Tons of Asphalt Paving
• 3,755 Tons of Aggregate Base
• 2,360 CY of Concrete for the
Bridge
• 424,068 LB of Epoxy Coated
Reber
Harmony Road Widening Phase Two included constructing a new
bridge over the Poudre River, widening a segment of Harmony Road
starting at Weiztel Drive and ending at the intersection of County Road
5, to become a 4 lane roadway with two 7-foot bike lanes and wide
enough to add additional lanes for future traffic. Also included were
drainage and erosion control improvements, relocation of utilities,
concrete flatwork and signalization improvements.
WORK PERFORMED IN HOUSE:
60% of CRI's contract
Connell Rein .' Inc.
7785 Highland Meadows Partway, Suite 100 Fen Calll,a, CO 80528
Phom:970.223.3151 F.:970.223.3191
COLLEGE &c WILLOX INTERSECTION IMPROVEMENTS
FORT COLLINS, CO
OWNER:
City of Fort Collins
Matt Baker
970-221-6605
ENGINEER:
Interest Consulting Group
Mike Obedander
970-674-3300
CONTRACT AMOUNT:
$1,674,941
CHANGE ORDERS:
4EA—$91,842
PROJECT START:
May 2010
PROJECT COMPLETION:
October 2010
CONTRACT TIME:
Fixed Completion Oct 15 2010
CONTRACT TYPE:
Unit Price
CRI PROJECT MANAGER:
Roland Tremble
CRI SITE MANAGER:
Jeff Laugel
UNIQUE JOB ELEMENTS:
• Reconstructed the intersection
of College & Willox under traffic
• Maintain business access for all
phases of work
• Reflective crack intedayer to
place asphalt on existing con-
crete road.
• Many existing utilties
MATERIAL QUANTITIES:
Extensive Roadway Removals
• 4,072 Tons Asphalt Paving
• Multiple Utility Line Relocations
• 7,800 SY Concrete Paving
WORK PERFORMED IN HOUSE:
70%of CRI's contract
Performed in house
This project consisted of the complete reconstruction of the intersection
of North College Ave and Willox St. as well as the addition of a new
round -a -bout on Willox St. The project scope included extensive demo-
lition of existing roadways, utility relocations, concrete paving, and as-
phalt paving. This highly visible project was completed under continuous
traffic and with minimal disruption of many local businesses.
Connell Reeounce% Inc.
7785 Hghland Mead. Padway, Suite 100 FortCollim, C060528
Phone: 970.223.3151 Far: 970.223.3191
502-00460
PILE TIP
EACH
6
$117.00
$702.00
502-11274
STEEL PILING HP 12x74
LF
72
$54,50
$3,924,00
504
SEAT WALL
EACH
7
$6 010.00
$42 070.00
50MOMO
STRUCTURAL STEEL
LB
22469
$4.30
$96616.70
601
CONCRETE CLASS TRICKLE CHANNEL
CY
40
$374.00
$t4960.00
601
CONCRETE CLASS D SPILLWAY
CY
12
$424.00
$5 088.00
601
CONCRETE CLASS HWALUWALLS
CV
17
$462.00
$7854.00
601-01040
CONCRETE CLASS D BRIDGE
CV
78
$318.00
$24 804.00
601-01050
CONCRETE CLASS D WALL
CV
60140006
CUT STONE VENEER SLAB
SF
84
$27.50
$2 310.00
W140007
CUT STONE VENEER ASHLER
SF
436
$24.20
$10 551.20
W2-00000
REINFORCING STEEL
LB
5728
$0.86
$4926.08
603-00021
CULVERT LINING 21 INCH)
L
W34)1185
181NCH REINFORCED CONCRETE PIPE COMPLETE IN PLACE
LF
613
$41.80
$25623.40
603-01245
241NCH REINFORCED CONCRETE PIPE COMPLETE IN PLACE
LF
142
$76.60
$10877.20
6034)1185
301NCH REINFORCED CONCRETE PIPE(COMPLETE IN PLACE)
LF
603-01365
36 INCH REINFORCED CONCRETE PIPE COMPLETE IN PLACE
LF
859
$75.60
$64 940 40
603-01425
421NCH REINFORCED CONCRETE PIPE COMPLETE IN PLACE
LF
335
$93.00
$31 155.00
603-01485
481NCH REINFORCED CONCRETE PIPE COMPLETE IN PLACE
LF
809
$122.00
$98 698.00
603-02185
23X14 INCH REINFORCED CONCRETE PIPE ELLIPTICAL CIP
LF
160
$108,00
$17 280.00
603-02245
30x191NCH REINFORCED CONCRETE PIPE ELLIPTICAL CIP
LF
558
$61.00
$34 038.00
603-02425
53x34 INCH REINFORCED CONCRETE PIPE ELLIPTICAL CIP
LF
436
$156.00
$68 016.00
603
181NCH REINFORCED CONCRETE PIPE SPECIAL COMPLETE IN PU
EACH
2
$481.00
$962.00
603
481NCH REINFORCED CONCRETE PIPE SPECIAL COMPLETE IN PU
EACH
2
$1 070.00
$2 140.00
603-05024
24 INCH REINFORCED CONCRETE END SECTION
EACH
1
$444.00
$444.00
603-05048
481NCH REINFORCED CONCRETE END SECTION
EACH
4
$2440.00
$9760.00
604
INLINE CHECK VALVE
EACH
1
$28 500.00
$28 500.00
604
OIL -WATER -DEBRIS SEPARATOR
EACH
1
$4680.00
$4680.00
604-13005
INLET TYPED 5 FOOT
EACH
1
$3 630.00
$3 630.00
604-13010
INLET TYPE 13 10 FOOT
EACH
2
$2 980.00
$5 960.00
604-1900O
INLET SPECIAL 10 FOOT
EACH
1
$4 570.00
$4 570.00
604-19105
INLET TYPE R L 5 5 F0OT
EACH
13
$3 530.00
$45 890.00
604-19110
INLET TYPE R 15 10 FOOT
EACH
3
$3 690.00
$11 070.00
W4-20000
OUTLET STRUCTURE
EACH
1
$8750.00
$8750.00
604-30005
MANHOLE SLAB BASE 5 FOOT
EACH
3
$1 630.00
$4 890.00
604-30010
MANHOLE SLAB BASE 10 FOOT
EACH
2
$2 380.00
$4 760.00
604
MANHOLE SPECIAL 6'X9' BOX BASE 10 FOOT
EACH
1
$13 700.00
$13 700.00
604
MANHOLE SLAB BASE FLAT TOP 5 FOO 72" DIA
EACH
2
$3 390.00
$6 780.00
604
MANHOLE SLAB BASE FLAT TOP 10 FOO 48" DIA
EACH
1
$1 580.00
$1 580.00
604
MANHOLE SLAB BASE FLAT TOP 10 FOO 72" DIA
EACH
9
$3 510.00
$31 590.00
604
MANHOLE SLAB BASE FLATTOP 10 FOOT 96" DIA
EACH
2
$7860.00
$15720.00
604
MANHOLE SPECIAL MANHOLE RISER 5 FOOT
EACH
1
$2 540.00
$2 540.00
604
MANHOLE SPECIAL MANHOLE RISER 10 FOOT
EACH
1
$1 780.00
$i 780.00
605
61NCH PERFORATED PIPE UNDERDRAIN
LF
283
$22.10
$6254.30
606
TRANSITION TYPE 3H
EACH
4
$2750.00
$11000.00
606-11010
BRIDGE RAIL TYPE IOR SPECIAL
LF
49
$218.00
$10682.00
608
SANDBLAST STREET IDENTIFICATION
EACH
12
$330.00
$3960.00
60B
CONCRETE UNIT PAVERS TYPE i 4x8
SY
113
$180,00
$20 340.00
608
CONCRETE UNIT PAVERS TYPE 2 BX8
SY
302
$180.00
$54 360.00
608
CONCRETE BAND
SY
48
$66A0
$3 168.00
608
COLORED CONCRETE CROSSWALK
SY
896
$105,00
$94080.00
608-00005
CONCRETE SIDEWALK SPECIAL
SY
103
$55.00
$5665.00
608-OOOOC
CONCRETE SIDEWALK 61NCH
SY
3606
$33.00
$118998.00
608-00010
CONCRETE CURB RAMP
SY
283
$93.50
$26 460.50
609-21010
CURB AND GUTTER TYPE 2 SECTION I-B
LF
1,294
$9.90
$12 810.60
609-21020
CURB AND GUTTER TYPE 2 SECTION II-B
LF
5,409
$10.20
$55 171.80
609-24W4
GUTTER TYPE 2 4 FOOT
LF
111
$21.80
$2 419.80
610-00024
MEDIAN COVER MATERIAL
F
613
WIRING PEDESTRIAN LIGHTING
LS
1
$16300.00
$16300.00
613
ART IN PUBLIC PLACES A.P.P. LIGHT J-BOX
EACH
4
$626,00
$2 504.00
613
PEDESTRIAN LIGHT STANDARD
EACH
44
$3 820.00
$168 080.00
613
PEDESTRIAN LIGHT FOUNDATION
EACH
44
$5 57.00
$24 508.00
OAOaqum I- 7273 N. CORge Impaw mProjw -l mC ffe Paged
NORTH TAFT HILL ROAD RECONSTRUCTION
FORT COLLINS, CO
OWNER:
Latimer County
Kyle Arend
970.489.5700
ENGINEER:
Latimer County
Kyle Arend
970.489.5700
CONTRACT AMOUNT:
$853,671.00
PROJECT START:
June 2008
PROJECT COMPLETION:
July 2008
CONTRACT TYPE:
A + B Unit Price
CRI PROJECT MANAGER:
Darin Fossum
CRI SITE MANAGER:
Clay Crisp
CRI ON -SITE SUPERVISION:
Clint Fisher —Utilities
Hersh Breen —Base
Mike Maestas—Paving
UNIQUE JOB ELEMENTS:
This project was completed
ahead of schedule
Multiple utility lines had to be
relocated
MATERIAL QUANTITIES:
12,025 SY RAP in place
16,500 SY Class C Fly -Ash
7,000 TN Class 5 Base
1,300 LF Storm Sewer
900 LF of Curb and Gutter
4,650 TN Asphalt Paving
WORK PERFORMED IN HOUSE:
80% of CRI Contract Work
This project consisted of milling the existing asphalt which was then
repurposed for subgrade stabilization; additional aggregate base had to
be hauled in and fly -ash treated before paving could start on the wider
road bed. The project included widening both Taft Hill Road and
Laporte Avenue simultaneously. The intersection had multiple utility
lines that had to be relocated, and coordination for the installation of the
new signals by the City of Fort Collins.
Cornell ReeouRee, Inc
7785 Hlghlend Meedowa Parkway, Suite 100 FM Collins, CO 80528
Phone: 970.223.3151 Far: 970.223.3191
■
OWNER:
City of Fort Collins
Craig Farver
970.221,6605
ENGINEER:
Interwest Consulting
303.444.0524
CONTRACT AMOUNT:
$5.7 million
PROJECT START:
March 2007
PROJECT COMPLETION:
October 2007
CONTRACT TYPE:
Unit Price, Hard Bid
CRI PROJECT MANAGER:
Dave Simpson
CRI SITE MANAGER:
Mark Foster
CRI ON -SITE SUPERVISION:
Clint Fisher —Pipe
Hersh Breen —Base
UNIQUE JOB ELEMENTS:
Completed within budget and
ahead of schedule
MATERIAL QUANTITIES:
65,000 CY unclassified
Excavation
52,000 SY asphalt milling
1,900 LF sanitary sewer
2,800 LF water main
3,450 LF storm drain < 30"
875 LF storm drain >30"
38,000 tons of base
28,000 tons of asphalt paving
WORK PERFORMED IN HOUSE:
65%of CRI contract
TIMBERLINE. ROAD RECONSTRUCTION
FORT COLLINS, CO
As the general contractor on this project for the City of Fort Collins
Connell Resources performed the milling, earthwork, utility installation,
aggregate base course and asphalt paving. This road widening took
place in a high traffic area which had to remain open throughout
construction; despite the traffic volume this project was completed within
budget and ahead of the City's schedule.
Connell Ranounxl9, Inc.
7705 Hphland Meadows Panay, Sure 100 Fon Collire, CO 00526
Phone: 970.223.3151 Fax: 970.223.3191
William S. Anderson
Vice President/Senior Estimator Resume
Key Qualifications
Mr. Anderson has over 20 years of estimating and construction management experience on
a wide range civil and heavy highway projects.
Education
Bachelor of Science in Civil Engineering, Montana State University, 1990
Key Experience
Grand River Ditch ($215,500)
Project Manager for this project in Rocky Mountain nation Park with access through USFS, project
challenges included:
• High Altitude
• Remote Project Site
Environmentally Sensitive Area
Replaced Twin 60" HDPE storm run with 300' 13' x 8' Precast CBC (owner furnished)
Tie Siding — Laramie, WY ($9.0 Million)
Estimator and Project Manager for blasting, grading, crushing, storm drain improvements, milling,
aaaregate base and asphalt pavinq.
• 40,000 CY of blasting
• 265,000 CY of grading
• 107,000 Tons of crushing
• 2100 LF of storm drain
• 90 LF of 10' x 10' Box Culvert
• 46,000 SY of Milling
• 107,000 Tons of Aggregate Base
• 42,200 Tons of Asphalt Paving
Front Range Village, Fort Collins, CO ($11.7 million)
Project Manager for the earthwork, utilities, and paving on this 106 acre development site
with 900,000 square feet of retail space.
Anderson Page 2
Embassy Suites, Loveland, CO
Project Manager for this 9-story hotel with a one-story
attached conference center. Located to the
southwest of the existing Budweiser Event Center
in Loveland, CO.
Mr. Anderson also served as Estimator/Project Manager on the following projects:
• Leprino Cheese
• Larimer County Road 38 & 5
• Front Range Energy
• New Belgium Brewery
• PVHS Harmony
• State Highway 66
Systems Experience
• Microsoft Office • AGTEK
• Microsoft Project • Bid2Win
• Primavera P3 • SureTrak
Employment History
6/07 — Present Connell Resources, Inc. Vice President / Senior
Estimator
11/03-6/07 Connell Resources, Inc. Senior Estimator
7/90 — 11/03 Kiewit Pacific Co. Senior Engineer/Estimator
John M. Warren
Vice President of Operations Resume
Mr. Warren has over 14 years experience in heavy civil construction projects. He has
managed projects in the transportation industry and residential, commercial, and industrial
developments. He has a broad base of project experience with an emphasis in mass
grading, drill and shoot excavation, underground utilities, aggregate production, and asphalt
paving and production.
Mr. Warren provides project management and oversight to site managers and trade
supervisors; manages overall construction operations, construction schedules and resource
allocation in the Fort Collins area on contracts totaling +$50 million annually. Additionally he
reviews quotations and bids; manages pre -construction efforts for contracts that include
management of the design process; and negotiates contracts and change orders.
Education
Bachelor of Science in Construction Management, Colorado State University, 1997
Key Project Experience
Gateway Offsite Improvements, Timnath, CO
Construction Manager for this negotiated GMP contract. The work included major
infrastructure improvements for the Town of Timnath.
Timnath Trunk Sewerline, Timnath, CO
John was the Construction Manager on this design/assist project. The project brought a
trunk sewerline from an existing development to another being built. Multiple municipalities
and various landowners were involved in the construction of this project.
Dixon Airport, Dixon, WY
Mr. Warren was the construction manager for the complete removal and reconstruction of
8,000 ft. of runway and accompanying taxiways.
New Belgium Brewery Bottling Plant Expansion, Fort Collins, CO
Mr. Warren was the project manager for the site infrastructure on this design/build, LEED
Silver accredited project.
Front Range Energy Ethanol Plant, Windsor, CO
As the Project Manager for this project Mr. Warren was responsible for the complete site
development of this design/build contract for a new 40 million gallon ethanol plant. Project
scope included construction of all plant infrastructure and railroad spur to access Great
Western Railroad's mainline.
Tom Landry Freeway, Dallas, TX ($30 budget of $98 million contract)
Roadway Construction Manager, responsible for all grading, drainage, underground utility
and asphalt paving operations on the project. managed a budget totaling $30+ million of the
$100 million contract, to rehabilitate five miles of Interstate 30 trough downtown Dallas, TX
for the Texas Department of Transportation.
Warren Page 2
Crystal Park / Cedar Heights, Manitou Springs, CO
Project Manager for this residential design/build roadway and drainage improvement project
for the Crystal Park and Cedar Heights Home Owners Association. Responsible for leading
the project team (owner, designer, & contractor) from the budgeting process through design
and construction. The project included major stormwater reconstruction, mass excavation,
drill and shoot excavation, and asphalt paving.
Centennial Airport Runway 10-28 - Centennial, CO
Project Superintendent for this a fast -track (45 calendar days) removal and reconstruction of
Runway 10-28 for the Centennial Airport Authority.
Wolf Creek Pass Reconstruction - Pagosa Springs, CO
Project Superintendent for the complete reconstruction of 7 miles of U.S. Highway 160 over
Wolf Creek Pass for the Colorado Department of Transportation. This project included
grading, extensive drainage improvements, and asphalt paving.
Eisenhower Tunnel Concrete Paving
Project Superintendent on the tunnel portal reconstruction project, for the Colorado
Department of Transportation, a fast track two -week removal and reconstruction of .5 miles
of concrete paving inside the Eisenhower Tunnel.
Other Relevant Experience
Certified Competent Person, Trenching and Shoring.
Red Cross Certified First Aid and CPR.
Hot Mix Asphalt Construction (QA/QC), Colorado Asphalt Paving Association.
OSHA, Certified 40 hour hazardous materials training.
OSHA, Certified 10 hour Construction.
Employment History
2004 - Present Connell Resources Inc. Construction Manager
Fort Collins, CO
1997-2004 Peter Kiewit Sons' Inc Project Manager/
Kiewit Western Superintendent
Mitchel W. Little, CIH, CSP
Environmental, Health & Safety Manager Resume
Summary of Qualifications
Mr. Little has over twenty-three years of professional industrial hygiene and safety
experience in construction, manufacturing, private consulting, federally -funded consultation
for small business and private industry. He has a proven record in developing,
implementing and managing comprehensive health and safety programs. He also has
significant experience in interpreting and implementing regulations and recommendations
for health and safety, working experience with employee supervision and fiscal
management. He is also an OSHA Construction Outreach trainer for 10 and 30 hour
courses.
Education
Master of Science in Environmental Health (Industrial Hygiene), Colorado State University,
1986
Bachelor of Science in Zoology, Colorado State University, 1980
Professional Experience
Connell Resources, Inc.
EHS Manager, 07/01 through Present
Develop and manage comprehensive environmental, health and safety programs for
heavy highway construction contractor (280 employees) with aggregate mining,
trucking, asphalt production, pipeline construction and paving.
Manage workers' compensation program including post -offer screening, case
management and return to work.
Program development, implementation, training and review includes drug and
alcohol, trenching and excavation, confined spaces, hearing conservation, hazard
communication, fall protection, personal protective equipment, energy control
(LOTO), respiratory protection, fleet safety, exposure monitoring and others.
Manage all environmental permitting activities.
Hellman and Associates, Inc. / Private Health and Safety Consultation
Vice President/COO, 11199 through 07101
• Provide technical safety and health consultation to business clients generating
revenue of $180,000 annually.
• Develop and implement safety and health management systems and other required
programs for clients.
• Conduct safety and health hazard audits and provide technical reports and
recommendations to clients.
• Provide training for management, staff and employees.
• Manage activities, time and expenses to maintain profitability in the company.
• Develop and manage an e-commerce website providing consultation to clients
nationwide.
Little - Page 2
Colorado State University / Occupational Health and Safety Consultation
Program / Senior Industrial Hygienist - 11/87 through 11/99
• Researched, organized and performed health and safety audits for small businesses
in Colorado under contract to U.S. Department of Labor / OSHA.
• Identified and evaluated diverse health and safety hazards and recommended
correction methods.
• Assisted employers in correction of hazards and establishment of necessary health
and safety programs.
• Region Vill representative to the OSHA National Office for computer applications.
Continuing Education
• Solutions in Construction Safety Symposium (ASSE) — 2008
• OSHA 500 Outreach Trainer Course (RMEC) — 2007
• Exposure Assessment Strategies and Statistics (AIHA) — 2007
• Safety Measurements Safety Symposium (ASSE) — 2007
• Reducing Vehicle Exposures (Zurich Insurance) - 2006
• Incident Investigation: A Management Approach (ASSE) — 2002
• Balanced Scorecard Strategy Implementation for Safety (ASSE) — 2002
• HVAC and Indoor Air Quality (AIHA) - 2000
• Introduction to Behavioral Based Safety (AIHCE) - 1999
• Ergonomic Job Analysis (University of Michigan) — 1998
• Lighting and Vision as Ergonomic Issues in the Workplace (AIHCE) - 1997
• Hazardous Substances Management and Response (RMCOEH) - 1994
• What Every IH Should Know About Process Safety Management (AIHCE) — 1994
• Safety and Health Programs Assistance (OTI) - 1994
• Hazardous Waste: A Technical Overview of the RCRA Regulations (AIHCE) - 1993
• Agricultural Safety and Health (RMCOEH) - 1992
• Industrial Laser Safety (Rockwell Associates) - 1991
• Overview of Laser Safety for the Industrial Hygienist (AIHCE) — 1991
• Semiconductor Hazards/Process Based Training (AIHCE) - 1991
• Indoor Air Quality (OTI) - 1991
• Construction Standards (OTI) - 1991
• Hazardous Materials (OTI) - 1990
Certifications
• Certified in Comprehensive Practice —American Board of Industrial Hygiene
• Certified Safety Professional — Board of Certified Safety Professionals
Course Instructor/Presentations
• Flood & Peterson Insurance Seminar — Changes to the OSHA Respiratory Protection
Regulations 2007
• AIHA Quantitative Industrial Hygiene Short Course — 1990 through 1999
• AIHA Fundamentals of Industrial Hygiene Short Course —1991 through 1994
Client#: 1CONREI 4427 DATE Immloon
ACORD CERTIFICATE OF LIABILITY INSURANCE 1
6110f20"
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDE
BELOW. THIS CERTIFICATE OF INSURANC
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES E DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER,
IMPORTANT: If the certi0cate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. It SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s). Mosbrucker
Flood 8. Peterson Ins., Inc. uc N. E-t'"' - ---
- AIL nikki.mosbrucke
P. O. BOX 578 ADDRESS.
RODUCER ,FTC full cert
Greeley. CO 80632 CUSTOMER IO#.
970 356-0123 INSURER
INSURER A'. Travelers Insur:
INSURED PIOna col QSSUrI
Connell Resources, Inc. INSURER B.
7785 Highland Meadows Parkway INSURER C:
Fort Collins, CO 80528 INSURER D:
)VERAGES CERTIFICATE NUMBttt: POLICY PERIOL
ITIS IS TONHO CATEDIE IN:
CNOTW NOTWITHSTANDING ANYI-ISTED BELOW HAVE REQUIREVENT. TERM OR CONDITION OF ANYNCONTRACOOR OTHERRDOCUMENT WITH R 3PEC ETO WHICH THIS
CERTIFICATE MAY BE ISSUED OR OF ISU SUCH POLDE
ICIES. LIMITS INSURANCE OWNFF YHAVE BEEN EDUCD BY THE IED BY PAES RD CLAIMSIBED REIN IS SUBJECT TO AL THE TERMS,
_..... . .e.nue A .onncv FGF POLICY EXP I LIMITS
A GENERAL LIABILITY
MERCIAL GENERAL LIABILITY
CLAIMS -MADE O OCCUR
LIMIT
A AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
1 X NON -OWNED AUTOS
X Drive Other Car
A X
UMBRELLA LIAB X OCCUR
EXCESS LIAB I CLAIMS
I I DEDUCTIBLE
B IwonetKo....--
AND EMPLOYERS'
ANY PROPRIETOR
NIA
POLICY NUMBtH m•^•�•••• "'---
DTC04794N532- 6101IZU 1106/01/201 E;RE
MAGCCURRENCE Et
MISES Ea acwrrence S3
IND11
D EXP (A, one person) S1
RSnNAL S ADV INJURY S1
DT6104794N532• 0610112011 06101/201 comeweD SINGLE LIMIT $
(Ea accident)
TILL 1 BODILY INJURY (Per person) S
BODILY INJURY (Per Iccid-11) E
PROPERTY DAMAGE E
IPer accident) _
DTSMCUP479610112011
N532TIL11
4029651
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES lntlaCh ACORD 101, f.tldleanal Re.nurks Schedule, it mom space is mpu.m
SAMPLE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS,
AUTHORIZED REPRESENTATIVE
ACORD 25 (2009109) 1 of 1
#S6201521M615935
>�
m 1988-2009 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD NIK
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM
SUBCONTRACTOR
Section 00430 Page 1
613
1 INCH ELECTRICAL CONDUIT IRRIGATION
LF
55
8.80
$484.00
613
2INCH ELECTRICAL CONDUIT PEDESTRIAN
LF
5,510
12.10
$66,671.00
613-5010o
LIGHTING CONTROL CENTER
EACH
3
5,550.00
$16,650.00
614
IMPACTATTENUATOR
EACH
2
14 500.00
$29,ODO.00
603-707N
7x4 FOOT CONCRETE BOX CULVERT PRECAST COMPLETE IN PLA
LF
129
353.00
$45,537.00
603-707N
7x4 FOOT CONCRETE BOX CULVERT PRECAST COMPLETE IN PLA
EACH
2
31740.00
17,480.00
616
SIPHON PIPE TRASH GUARD / TRASH RACK
EACH
2
2,130.00
$4,260.00
619
6INCH VALVE AND VALVE BOX
EACH
1
2 200.00
$2,2DO.00
619
12 INCH VALVE AND VALVE BOX
EACH
1
3,660.00
3 660.00
6194X1001
WATER METER
EACH
2
1,140.00
$2,280.00
619
WATER SERVICE
EACH
1
1 530.00
1 530.00
619
LOWER WATER SERVICE
EACH
12
1060.00
$12,720.00
619
LOWER 6INCH WATER LINE
EACH
1
4,740.130
4 740.00
619
LOWER 12 INCH WATER LINE
EACH
2
7410.00
$14,820.00
619
LOWER 14 INCH ELCO WATER LINE
EACH
1
7,860.00
7 860.00
619
FIRE HYDRANT
EACH
8
8100.00
$64,800.00
619-40060
1 INCH COPPER PIPE
LF
10
10.60
$106.00
619400BO
1 1/2 INCH COPPER PIPE
LF
80
17.70
$1,416.00
619-50080
1 INCH PLASTIC PIPE
LF
6035
0.33
$1,991.55
619-50100
1 1/4 INCH PLASTIC PIPE
LF
135
0.53
$71.55
619-50120
1 1/2 INCH PLASTIC PIPE
LF
4,570
0.71
3 244.70
619-50160
.2 INCH PLASTIC SLEEVE
LF
2,310
1.10
$2,541.00
619-50320
4INCH PLASTIC SLEEVE
LF
1 675
4.10
6 867.50
623
BUBBLER CANISTER
EACH
8
34.10
$272.80
623-00162
DRIP LATERAL LINE
LF
3170
0.33
$1,046.10
623-00164
DRIP EMITTER
EACH
3794
0.47
$1,783.18
623-00186
3/4 INCH FLUSH UNIT ASSEMBLY
EACH
21
17.70
$371.70
623-002W
6 INCH POPUP SPRAY SPRINKLER ASSEMBLY
EACH
693
14.10
$9,771.30
623-01708
1 INCH BACKFLOW PREVENTER ASSEMBLY
EACH
1
1,770.05
$1,770.00
623-02004
314 INCH DRAIN VALVE ASSEMBLY
EACH
22
29.40
$646.80
623-02008
1 INCH DRAIN VALVE ASSEMBLY
EACH
1
1.770.00
$1,770.00
623-03005
1 INCH DRIP ZONE VALVE ASSEMBLY
EACH
12
29.40
$352.80
623-03108
1 INCH AUTOMATIC CONTROL VALVE ASSEMBLY
EACH
31
88.30
$2,737.30
623-04000
CONTROL WIRE 24 VOLT
LF
73,390
0.14
$10,274.60
623-04002
POWER SOURCE WIRE
LF
150
0.18
$27.00
623-0 W8
1 INCH QUICK COUPLER VALVE ASSEMBLY
EACH
26
106.00
2 756.00
623-04008
1 1/2 INCH GATE VALVE ASSEMBLY
EACH
52
58.90
$3,062.80
623-07008
1 INCH WATER METER ASSEMBLY
EACH
1
11410.00
$1,410.00
623
1 INCH FLOW SENSOR ASSEMBLY
EACH
1
353.00
$353.00
623-08148
48 STATION CONTROLLER ASSEMBLY
EACH
1
5,300.00
$5,300.00
CONTRACT BOND
LS
1
51 2D0.00
$51,200.00
625
FLOODPLAIN STAKING
LS
1
7080.00
$7,080.00
625
CONSTRUCTION SURVEYING
LS
1
70 800.00
70 800.00
626-00000
MOBILIZATION
LS
1
256 383.60
$256,383.60
626-01000
PUBLIC INFORMATION SERVICES
LS
1
48900.00
$48,900.00
628-00050
BRIDGE GIRDER AND DECK UNIT 55 FEET
EACH
1
175 300.00
$175,300.00
63000000
FLAGGING
HOUR
4,340
22.00
$95,480.00
630
TRAFFIC CONTROL MANAGEMENT
DAY
245
385.00
94 325.00
630
TRAFFIC'CONTROL INSPECTIONS,
DAY
100
66.00
6600.00
630
BUSINESS ACCESS SPECIALTY SIGN
EACH
26
88.00
2 288.00
630-60355
PORTABLE MESSAGE SIGN PANEL
DAY
270
66.00
$17,820.00
630
CONSTRUCTION TRAFFIC CONTROL
LS
1
79 100.00
$79,100.00
700-70009
F/A MISCELLANEOUS REMOVALS
FA
1
65 000,00
65 000.00
7W-70010
F/A MINOR CONTRACT REVISIONS
FA
1
325,000.00
$325,000,00
7W-7Wl1
F/A PARTNERING
FA
1
5 000.00
$5,DDO.00
7W-7Wl2
F/A ASPHALT PAVEMENT INCENTIVE
FA
1
35 250.00
$35,250.00
700-7WM
F/A CONCRETE PAVEMENT INCENTIVE
FA
1
10600.00
$10,600.00
700-70016
F/A FUEL COST ADJUSTMENT
FA
1
45 000.00
$45,000.00
700-70018
F/A ROADWAY. SMOOTHNESS INCENTIVE
FA
1
37 150.00
$37,150.00
700-70019
F/A ASPHALT CEMENT COST ADJUSTMENT
FA
1
30000.00
$30,000.00
700-70021
F/A ON THE JOB TRAINEE
HOUR
1
5,000.00
$5,000.00
7W-70022
F/A OJT COLORADO TRAINING PROGRAM
FA
1
2,100.00
$2,100.00
Addendum 1- 7273 N. Won, lmom" emen6 PqW Vine to cOmia Page 5 or 15
IOOJ0040
F!A RAILROAD
FA
1
$5,000.00.
$5,000.00
700.70587
F!A HAZARDOUS WASTE REMOVAL
IFA
1 11
$10 000.00
$10,000.00
700-00589
IFIA ENVIRONMENTAL HEALTH & SAFETY MANAGEMENT
IFA
1 1
$10,000.00
$10,000.00
TOTAL NORTH COLLEGE IMPROVEMENTS PROECT - VINE TO CONIFER CONSTRUCTION COST 1 $6,111,000.00
IN WORDS
BID ALTERNATIVE - HOT MIX ASPHALT LEVELING COURSE
403-33851 1 HOT MIX ASPHALT GRADING S 100 PG 64-25 LEVELING COURSE TON 500 $117.00 $5$50o A0
BID ALTERNATIVE - HOT MIX ASPHALT LEVELING COURSE $58.500.00
Meenaum 1 7273 N. College Impmaemena PmlettMne m CONfer Page 6 of
623-04008
1 INCH QUICK COUPLER VALVE ASSEMBLY
EACH
26
623-04008
1 1/2 INCH GATE VALVE ASSEMBLY
EACH
52
623-07008
1 INCH WATER METER ASSEMBLY
EACH
1
623
1 INCH FLOW SENSOR ASSEMBLY
EACH
1
623-08148
48 STATION CONTROLLER ASSEMBLY
EACH
1
_
CONTRACT BOND
LS
1
FLOODPLAIN STAKING
LS
1
62
CONSTRUCTION SURVEYING
LS
!9
626-0000
MOBILIZATION
LS
/ 1
626-01000
BLIC INFORMATION SERVICES
LS
1
628-00050
BRMGE GIRDER AND DECK UNIT 55 FEE
EAC
1
630-00000
FLAGGMIG
HMR
500
630
BUSINESS'ACCESS SPECIALTY SIGN
EACH
26
630-80355
PORTABLE MESSAGE SIGN PANEL
DAY
270
630
CONSTRUCTION TRAFFIC CONTROL
LS
1
700-70009
F/A MISCELLANEOUS REMOVALS
FA
1
$65.000
$65 000
700-70010
F/A MINOR CONTRACT REV NS
FA
1
$325,000
$325 000
700-70011
F/A PARTNERING
FA
1
$5,000
$5.000
700-70012
F/A ASPHALT PAVEMENT INCENTIVE
FA
1
$35,250
$35,250
700-70013
F/A CONCRETE PAVEMENT INCENTIVE
FA
1
$10,600
$10,600
700-70016
F/A FUEL COST ADJUSTMENT
FA
1
$45 000
$45 000
700-70018
F/A ROADWAY SMOOTHNESS INCENTIVE
FA
1
$37,150
$37 150
700-70019
F/A ASPHALT CEMENT COST ADWSTMENT
FA
1
$30,000
$30,000
700-70021
F/A ON THE JOB TRAINEE
HOUR
1
$5,000
$5,000
700-70022
F/A OJT COLORADO TRAINM4G PROGRAM
'-EA
1
$2,100
$2 100
700-70040
F/A RAILROAD
FA
1
$5000
$5,000
700-70587
F/A HAZARDOUS W E DISPOSAL
FA
\ 1
$10,000
$10 000
700-00589
F/A ENVIRONMLEbKAL HEALTH & SAFETY MANAGEMENT
FA
1
1 $10 000
10 000
i
TOTAL NORT COLLEGE IMPROVEMENTS PROJECT - VINE TO CONIFER CONSTRUCTION COSI
The CDOT Form 347, Certification of EEO Compliance, is no longer required to be submitted in
the bid package. This form certified that the contractor/proposed subcontractors were in
compliance with the Joint Reporting Committee EEO-1 form requirements. The EEO-1 Report
must still be submitted to the Joint Reporting Committee if the contractors and subcontractors
meet the eligibility requirements (29CFR 1602.7); we will, however, no longer require
certification. For additional information regarding these federal requirements, please refer to:
http://www.eeoc.gov/stats/iobpat/el instruct. html
ACCEPTANCE OF FUEL COST ADJUSTMENTS:
Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of
Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must
fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost
changes for bidders who answer "NO". If neither line is marked, the Department will assume
the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will
not be given any other opportunity to accept or reject this adjustment.
(Mark only one line with an "X"):
YES, I choose to accept Fuel Cost Adjustments for this project
NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is
marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project
Rev10/20/07 Section 00300 Page 5
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so
long as the deletion or change does not exceed twenty-five percent (25%) of the total
Agreement Price.
RESPECTFULLY SUBMITTED:
Connell Resources. Inc.
CONTRACTOR
BY: William S Anderson
w,
` v�VN
•••••
•••••••• `� Ii 09-21-11
Signature Date
's :a
Vice President
r V • ; • Z Title
r i • �
•••••••w•••••••• • \\
�i��tpwAO�p�\ License Number (If Applicable)
�'1111110
(Sea[ - if Bid is by corporation)
Attest: '/� c
Sheri C Welch, Secretary e
Address
Telephone
7785 Highland Meadows Pkwy. Suite 100
Fort Collins. CO 80528
970-223-3151
Email banderson@connellresources.com
Rev10/20/07 Section 00300 Page 6
COLORADO DEPARTMENT OF TRANSPORTATION Project #: 7273
BIDDERS LIST DATA and UNDERUTILIZED
DBE (UDBE) BID CONDITIONS ASSURANCE Location: Fort Collins, CO
Prime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete
Section I to list all subcontract quotes received (non -DBE and DBE). Complete Section II to report only Underutilized DBE
(UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form
#715 instructions before completing Section II. Attach additional sheets as necessary.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have equal
opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal
Regulations (CFR) Part 26.11, the Bidders List data provided by the Contractors will provide CDOT as accurate data as
possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in
setting overall DBE goals.
SECTION 1: CDOT BIDDERS LIST INFORMATION (Non -DBEs and DBEs)
1) Are all subcontract bids (quotes) received by your firm for this project listed below? ❑ Yes U No
2) If No, make certain any additional subcontract bidding information is submitted to the CDOT Business Programs Office
before 4:00 pm on the day after bids are opened to ensure CDOT has the best data possible for setting future DBE goals
(use the same table format as below):
CDOT Business Programs Office
4201 E. Arkansas Ave., Room 200
Denver, Colorado 80222 FAX: 303-757-9019 EMAIL: eo@dot.state.co.us
3) The most recent CDOT Bidders List will be posted online at: www.dot.state.co.us/EEO/DBEProgramPage.htm
Name of firm submitting Bid/Quote
Certified
DBE firm?
Yes No
Work item(s) description
Firm being
used?
Yes No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12,
13.
14. IT
I
Page 1 of 2 Previous editions are obsolete and may not be used COOT Form #714 4108