Loading...
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