Loading...
HomeMy WebLinkAboutRESPONSE - BID - 7405 TURNBERRY ROAD IMPROVEMENTS PROJECTSECTION 00300 BID FORM WARNING: AIM 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 (� (l /� (^ /� G n Attorney -In Fact No. 223049 Certificate No. 0 0 4 6 4 t-i• 5 4 0 KNOW ALLMEN BYTHESE 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. Banister, Kelly T. Urwiller, Diane F. Clementson, Anthony P. Stimac, Royal R. Lovell, Jennifer Winter, Russell D. Lear, Katherine E. Dill, Branch J. Tetley, and K'Anne E. Vogel of the City of Greeley , State of Colorado , their true and lawful Attomey(s)-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 permittecIm any actions or.proccedings allowed by law. 16th IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of December 2011 Farmington Casually Company I , s. ��`. C+ \� St Paul Mercury Insurance Company Fidelity and Guaranly4nsurannce Company���\} Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. _ Travders Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United Slates Fidelity and Guaranty Company St. Paul Guardian Insurance Company �GyyIyS U�!` 'N PE 4 OPY IMSUT ,Nl.1MSVNry +Y�l NOT F1WWI)Y ` n�mN¢.ttm P �fOPYOgl.fim •W :'ORYOR9lp'P 9 � � I 1982 0 - ". i[` —_ HnafFOFD, ro. S,D�977 b+ 1957 es�o? en varo' SBAL..'D� ca+a r �, lea. ¢ 1896m cr+' r ^ �qy b N 1. AN !T ...... A �aN! 'taP • "// AnE State of Connecticut City of Hanford ss. By: " �tl� i Georg Thompson, tr lice President 16th December 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. p,TET In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. O E0(JBII�y* CT'�' of . a e C. Tetreay Public 58440-6-11 Printed in U.S.A. THE RED 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 -in -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 Vice 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 Attorneys -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 Attorneys -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. 1, 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 United5tates Fidelity and Guaranty Company do hereby certify that the above and foregoing is a We and correct copy of the Power of Attorney executed by said Companies which,is in full force and effect and has not been revoked. 4-s 1G,� IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the se s oggqf sra C�bmpanies this 11 th day of July , 20 12. ; �vCll� Yg y Y ' Kevin E. Hughes, Assistant Sec Lary YIMLN� .=4q n J6f e.flxa 4 ���ny L 6' (1 "^'nwltia �iCOaf OflaaF�m Qi QPVOF9fl'. � 9 fnilr9A♦, i 1983 o jsn =; Maarroro, . .; O 1951 � Isn+/: eN. To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travcicrsbond.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. 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: 7785 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 E 91 Have you ever failed to complete any Work awarded to you? If so, where and why? 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. No 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? Yes If yes, what percent of total contract? -55 and to whom? 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? $ls 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 11 day of July 2012. Connell Resources, Inc. By me of Bi deO LL � 4� 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 11 day of July 2012 Notary Public V 04tr- •• •...9�� UANA CREDO My commission expires OF�` MY COMMISSION EXPIRES: August 13, 2015 CONNELL RESOURCES, INC. UPDATEDASOF 4130Q2 SCHEDULE OF MAJOR 2012 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACTTO TIDE OF WORK AMOUNT JOB COMPLETE LOCATION CONTACT COMPLETE SEWER 5524,122 2121001 99% CARLISLE SEWER CITY OFLOVELAND $ 5,241 LOVELAND CRAIG WEINLAND WATERLINE $15767 2121002 99% BRT UTILITY IMPROVEMENTS PH 2 CITY OF FORT COLLINS S 158 FORTCOLLINS SUEPAQUETTE GRADING 537,470 2121003 58% BOXELDER MISC REPAIRS BOXELDER SANITATION DISTRICT $ 15,737 FORTCOLLINS FRED WALKER SEWER $132,588 2121004 99% BRT UTILITY IMPROVEMENTS PH 3 CITY OF FORT COLLINS S 1,326 FORT COLLINS SUE PAQUETTE REMOVALS, PAVING $192,136 2121005 0% DYNO NOBEL 2012 ASPHALT DYNO NOBEL S 192,136 CHEYENNE, WY JAMES DIBBLE WATERLINE $41695 2121006 100% LOCUST n PETERSON WATERLINE CITY OF FORT COLLINS $ - FORT COLLINS DEAN SAYE PAVING 598,837 2121007 0% COTTONWOOD PARK NORTHERN CO LAND DEVELOPMENT $ 98,837 WELLINGTON JOHN ZELL GRADING 5173,280 2121008 100% ROCKY MTN TRANSLOAD FACILITY PH I ROCKY MTN TRANSLOAD $ - WINDSOR W ALT SANDERS STORM. REMOVALS, GRADIN( 5648,225 2121009 78% KODAK LOOP TRACK GREAT WESTERN RAILEAY LLC S 142,610 WINDSOR KEN KOFF SEWER, STORM, REMOVALS $348,117 2121010 100% COLLEGE PARK SEWER ENLARGEMENT CITY OF GREELEY S - GRADING GREELEY PHIL CHARTER WATERLINE, REMOVALS $158,727 2121011 52% WAPA BACKFLOW PREVENTER WESTERN AREA POWER ADMIN $ 76,189 LOVELAND PATRICK KEARNEY STORM, REMOVALS $324,563 2121012 1% MEAD FS/MS PARKING LOT ST. VRAIN SCHOOL DISTRICT $ 321,317 GRADING, PAVING MEAD GERALD CROMPTON SEWER $188,143 2121013 62% BRYAN& MULBERRY SS REHAB CITY OF FORT COLLINS S 71,494 FORT COLLINS SUEPAQUEfTE UTILITIES, REMOVALS 52,833,364 2121014 27% THEGROVE CAMPUS CREST CONSTRUCTION S 2,068,356 GRADING, PAVING FORTCOLLINS SEAN BARLEY STORM. REMOVALS $263,529 2121015 19% REALIGNMENT OF STOVE PRAIRIE ROAD LARIMER COUNTY S 213,458 GRADING, PAVING MASONVILLE DARRELL MORRELL GRADING, PAVING 545,605 2121016 100% RV AMERICA RV AMERICA $ - LOVELAND JOHNNY WONG REMOVALS, GRADING 5407,089 2121017 89% PTI- JOHNSTOWN NORCO CONSTRUCTION $ 48,851 PAVING JOHNSTOW N MIKE ZAPF GRADING, PAVING $187,589 2121018 24% AIMS GRADING&PAVING ECI SITE CONSTRUCTION $ 142,568 GREELEY IAN MESTDAGH SEWER, WATERLINE, PAVING $95,747 2121019 17% DAIRY QUEEN EXPANSION 2012 376 EAST EISENHOWER LLC $ 79,470 REMOVALS, GRADING LOVELAND DAVE SIMPSON REMOVALS, GRADING 591,708 2121020 79% L.C.A.C. 2010 MISC IMPROVEMENTS LARIMER COUNTY S 19,259 PAVING LARIMER COUNTY TODDJUERGENS SEWER SI 10.370 2121021 3% MRYTLE&MASON CITY OF FORT COLLINS $ 107,059 FORTCOLLINS SUE PAQUETTE STORM, SEWER, REMOVALS SI,357.228 2121023 1% LIBRARY- HARTSHORN PARKING LOT COLORADO STATE UNIVERSITY S 1.343,656 GRADING FORTCOLLINS TRACEY ABEL UTILITIES, GRADING 5833.335 2121024 0% SELF STORAGE Qa CENTERRA EXECUTIVE MANAGEMENT $ 833,335 LOVELAND TOM BESHORE STORM, WATERLINE $180,157 2121025 2% THE MEADOWS PEI 2A GUARANTY BANK $ 176,554 REMOVALS, GRADING WELLINGTON GREGG BROWN GRADING $140,000 2121026 1% COLORADO SWEET GOLD POND ENLARGE COLORADO SWEET GOLD LLC S 138,600 JOHNSTOWN DENNIS TREGO UTILITIES, GRADING 55,200,188 2121029 0% HALLIBURTON FRAC SAND TERMINAL USA TANK SALES & ERECTION $ 5,200,188 WINDSOR MICHELLE MILLER CONTRACT PERCENT JOB NAME OWNER CONTRACTTO TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE STORM, REMOVALS S40,568 212103G 0% CHOICE CENTER BLDG 4 PARKING LOT JOHNSON INVESTMENTS $ 40,568 GRADING, PAVING FORT COLLINS CINDY JOHNSON STORM S177,663 2121032 0% MASON STREET STORM IMPROVEMENTS CITY OF FORT COLLINS $ 177,663 GRADING FORT COLLINS SUE PAQUETTE WATERLINE, REMOVALS $159,727 2121033 52% WAPA BACKFLOW PREVENTER WESTERN AREA POWER ADMIN $ 76,189 LOVELAND PATRICK KEARNEY SEWER, WATERLINE, PAVING S1,752,970 2124001 0% BURGESS CREEK COLLECTOR PH I & 2 MT. WERNER WATER DISTRICT $ 1,752,970 REMOVALS, GRADING STEAMBOAT SPRINGS RICHARD BUCCINO GRADING, PAVING S60,003 2124002 0% ELK RIVER RANCH ELK RIVER RANCH S 60,003 ROUTTCOUNTY JOHN ADAMS REMOVALS, PAVING S519,951 2124003 1% CITY OF SB 2012 OVERLAY CITY OF STEAMBOAT SPRINGS S 514,751 STEAMBOAT SPRINGS DOUG MARSH REMOVALS, GRADING, S82,050 2124005 0% WALTON VILLEAGETOWNHOMESNO SIDE WALTON VILLAGE HOMEOWNERS S 82,050 PAVING STEAMBOAT SPRINGS EVELYN BERGE GRADING, PAVING $1912,231 2124006 0% MOFFAT COUNTY ROAD 4 MOFFAT COUNTY $ 1,912,231 MOFFAT COUNTY LINDA DAROSE REMOVALS, PAVING S1,037,161 2124007 0% MOFFAT COUNTY ROAD 29 MOFFAT COUNTY S 1,037,161 MOFFAT COUNTY LINDA DAROSE PAVING S51,315 2124008 0% ELK RIVER WATERMAM DUCKELS CONSTRUCTION $ 51,315 STEAMBOAT SPRINGS JOHN LITTLEHORN REMOVALS, GRADING S137,091 2124010 0% THE VILLAS SOUTH STEAMBOAT ASSOCIATION MGMT S 137,091 PAVING STEAMBOAT SPRINGS PAVING S135,378 2124011 0% RCR27ROUNDABOUT DUCKELS CONSTRUCTION S 135,378 HAYDEN DERRICK DUCKELS PAVING S93,698 2024013 0% CASEY'S POND INTERIOR ADOLFSON & PETERSON $ 93,698 STEAMBOAT SPRINGS CHAD IELINEK REMOVALS, PAVING $145,580 2124014 0% SEVERSON SUPPLY 2012 SEVERSONSUPPLY S 145,590 CRAIG DAN SEVERSON PAVING S49,135 2124015 0% DREAM ISLAND SEWER INTERCEPTOR NATIVE EXCAVATING $ 49,135 STEAMBOAT SPRINGS KEVIN RUSK C'ONNELL RESOURCES, INC. UPDATEDASOF 4/3W12 SCHEDULE OF MAJOR 2011 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORE AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE UTILITIES, GRADING $261,130 1111001 100% KEENESBURG WWTP TOWN OF KEENESBURG $ - KEENESBURG DANNY KIPP PAVING $33,746 2111002 100% FORMA FURNITURE HEATH CONSTRUCTION S - TIMNATH ALBERT HAMILL UTILITIES $737,629 2111003 100% DTRD PHI CITY OF FORT COLLINS $ FORT COLLINS SUE PAQUETTE GRADING, PAVING $1,198,916 2111004 94% L.C.A.C. 2010 MISC IMPROVEMENTS LARIMERCOUNTY $ 71,935 LARIMER COUNTY TODD JUERGENS PAVING $150,000 2111005 0% POUDRE SCHOOL DISTRICT ASPHALT POUDRE SCHOOL DISTRICT I 150,000 FORT COLLINS JERRY GARRETSON GRADING $101,671 2111006 100% HARMONY ROAD WIDENING II TOWN OF TIMNATH I - TIMNATH JOHNIORDAN UTILDNESGRADING, PAVING S981043 2111007 100% VAN DE WATER APARTMENTS ON -SITE SHAW BUILDERS I - LOVELAND PATHIGGINS STORM, WATER. REMOVALS, $1,485,147 2111008 100% FOSSIL CREEK TRAIL & UNDERPASS CITY OF FORT COLLINS $ - GRADING, PAVING FORT COLLINS JASON STUTZMAN UTILITIES, GRADING, PAVING $760,209 2111009 99% MEMORY CARE Q SEVEN LAKES DOHN CONSTRUCTION $ 7,602 REMOVALS LOVELAND JENNIFER CHAVIES GRADING $27,935 2111010 100% TERRY BISON RANCH CLEAN UP IRON MOUNTAIN BISON RANCH $ - CHEYENNE, WY AMY LENHARDT PAVING $83,625 2111011 100% EAST ELIZABETH MEDICAL CENTER EAST ELIZABETH MEDICAL CENTER $ - FORT COLLINS DR. JAMES TROXELL UTILITIES, GRADING $853,916 2111012 62% LEPRINO FOODS OFFICE LAMAR CONSTRUCTION CO I 324,498 PAVING GREELEY MATT LAMAR UTILITIES, GRADING, PAVING S401,808 2111013 100% VAN DE WATER APARTMENTS OFF -SITE SHAW BUILDERS I - LOVELAND PAT HIGGINS GRADING, PAVING S403,853 2111014 100% SH 60 LEFT HAND TURN LANES A&W WATER SERVICE INC. $ - STORM, REMOVALS PLATTEVILLE JEFFREY WRIGHT SEWER S32,098 2111015 100% FCLWD EMERGENCY REPAIRS FC-LOVELAND WATER DISTRICT $ - LARIMERCOUNTY JAY EAST STORM $284,266 2111016 98% TURKEY CREEK IRRIATION LINE RED ROCKS COUNTRY CLUB $ 5,685 MORRISON BILL DEWOLFE GRADING S62,614 2111017 100% WATER WAY PARK WALSHCONSTRUCTION $ FORT COLLINS MATTHEW WALSH GRADING, PAVING $295,511 2111018 100% CSU INTERNATIONAL HOUSE PAVING COLORADO STATE UNIVERSITY $ STORM, REMOVALS FORT COLLINS CASS BEITLER REMOVALS, GRADING S53,603 2111019 100% POUDRE RIVER SEDIMENT ©WCR 13 TOWN OF WINDSOR $ - WINDSOR DOUG ROTH PAVING S41065 2111020 100% HIGHLAND MEADOWS GOLF COURSE LAND DEVELOPMENT SERVICES $ - WINDSOR ANDY KRILL REMOVALS, GRADING, $208,426 2111021 100% RAWHIDE PAVING PLATTE RIVER POWER AUTHORITY $ - PAVING CARR MIKE MCNAUGHTON UTILITIES, GRADING $2,723,119 2111022 90% HALLIBURTON FIELD CAMP FCICONSTRUCTORS S 272,312 REMOVALS, PAVING FORT LUPTON CHAD RACINE GRADING $86,107 2111023 100% AULT SUBSTATION MAINLINE SUBSTATION CONSTRUCT S - AULT BILL DOUGLAS SEWER, WATERLINE, PAVING S62,701 2111024 100% COFC 2011 MISC STREET IMPROVEMENTS CITY OF FORT COLLINS S - FORT COLLINS JOHN STEPHEN PAVING $411,758 2111025 100% WINDSOR 2011 CAPITAL IMPROVEMENTS TOWN OF WINDSOR $ - WINDSOR CURTIS TEMPLEMAN GRADING $69,848 2111026 100% TRADEWINDS PARK EC( SITE CONSTRUCTION MGMT $ - THORNTON TEDJOHNSON CONTRACT PERCENT JOB NAME OWNER CONTRACTTO TYPE OF WORE AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE BASE $80,445 2111027 100% SANIEL-MACBAIN OUTLET GRAVEL GRANITE PEAK DEVELOPMENT LLC S - CHEYENNE,WY DEAN BYRNE UTILITIES, GRAD] NG $562,224 2111028 99% ST. VRAIN DIVERSION & PUMP STATION COLORADO STATE PARKS S 5,622 LONGMONT PAUL BARKER STORM, REMOVALS, PAVING S97,930 2111029 100% FORT COLLINS DRY DOCK BRAD KOONTZ S - FORT COLLINS PAVING $40,523 2111030 100% KUSTOM STRUCTURES KUSTOM STRUCTURES S - WELLINGTON DERREL BAKER PAVING $37,728 2111033 100% VICTORIA ESTATES VICTORIA ESTATES S - LOVELAND NORM WAKEFIELD REMOVALS, GRADING $359,559 2111035 97% MARGARET CARPENTER PARK ECI SITE CONSTRUCTION MGMT $ 10,787 THORNTON TEDJOHNSON GRADING, PAVING $901,618 2111036 100% DYNO NOBEL SITE ASPHALT PROJECTS DYNO NOBEL S - CHEYENNE, WY JEFFREY LUND STORM, REMOVALS, PAVING $958,115 2111037 100% BRUSH DOWNTOWN REVITALIZATION CITY OF BRUSH S - BRUSH MONTY TORRES SEWER, REMOVALS S153,911 2111039 100% NORTH COLLEGE SANITARY SEWER -TEST CITY OF FORT COLLINS S FORT COLLINS GWEN EBERHART REMOVALS $252,875 2111040 99% FORT COLLINS COMMONS CAPSTONE DEVELOPMENT $ 2,529 FORT COLLINS JOE HARRISON STORM, REMOVALS, $216,980 2111041 100% GILCREST RETENTION POND EXPANSION TOWN OF GILCREST S - GRADING GILCREST EDWARD BARENBERG SEWER $67,228 2111042 89% CHOICE CENTER SEWER UPSIZE CITY OF FORT COLLINS $ 7,395 FORT COLLINS SUE PAQUETTE SEWER $16,774 2111043 100% BRT UTILITY IMPROVEMENTS CITY OF FORT COLLINS $ FORT COLLINS SUE PAQUETTE SEWER, REMOVALS $850,147 2111044 98% NORTH COLLEGE SANITARY SEWER CITY OF FORT COLLINS $ 17,003 FORT COLLINS GWEN EBERHART STORM, WATERLINE, PAVING $301,436 2111045 1% BUCKINGHAM STREET IMPROVEMENTS NEW BELGIUM BREWING COMPANY S 298,422 GRADING, REMOVALS FORT COLLINS JEN ALLEN GRADING, REMOVALS $182,605 2111046 100% GREELEY WATERLINE PROTECTION TOWN OF WINDSOR $ - WINDSOR DOUG ROTH SEWER, REMOVALS, S493,283 2111047 97% THE KNOLLS PHASE 5 WHITHAM HOLDINGS S 14,798 GRADING, PAVING WELLINGTON BRAD WOODS STORM, WATERLINE, PAVING S6,169,500 2111048 24% NORTH COLLEGE IMPROVEMENTS CITY OF FORT COLLINS $ 4,688,820 GRADING. REMOVALS FORT COLLINS MATT BAKER REMOVALS S139,455 2111049 84% CLOVERLEAF DOG TRACK LVI ENVIRONMENTAL $ 22,313 LOVELAND RICK GIVEN GRADING $625,952 2111050 100% W WTP POND 2 CLEAN & RECONSTRUCT WESTERN ENVIRONMENTAL TECH S - CHEYENNE,WY MARK BAILEY PAVING $67,664 2111051 100% RESURRECTION CHURCH RESURRECTION FELLOWSHIP $ - LOVELAND DUANESMITH STORM,GRADING $440,918 2111052 56% TRI-STATE HEADQUARTERS DRAINAGE TRI STATE G&T ASSOCIATION $ 194,004 WESTMINSTER JERRY RAUSCHENBERGER PAVING $202.915 2111053 100% WELLINGTON 8 BAY MCCAULEY CONSTRUCTORS $ - WELLINGTON SCOTT BUTTERWORTH UTILITIES, GRADING, $2,572,049 2111054 76% FRONT RANGE COMMONS CATAMOUNT CONSTRUCTORS $ 617,292 PAVING, REMOVALS FORT COLLINS CHUCK BEASLEY GRADING $66,840 2111055 100% HALLIBURTON CHEMICAL WAREHOUSE FCI CONSTRUCTORS S - FORT LUPTON CHAD RACINE REMOVALS, PAVING S38,860 2111056 100% BUFFALO RIDGE LANDFILL PAVEMENT WASTE MANAGEMENT $ - KEENESBURG JESSICA WALKO SEWER & WATERLINE $188,378 2111057 100% ANDERSEN'S SALES & SALVAGE ANDERSEN'S SALES & SALVAGE $ - GREELEY DEAN ANDERSEN SEWER, REMOVALS, PAVING $47,274 2111059 58% tOXELDERPTRPR-TIMBERLINE/MULBERR' BOXELDER SANITATION DISTRICT $ 19,855 FORT COLLINS FRED WALKER CONTRACT PERCENT ✓OR NAME OWNER CONTRA CT TO TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE GRADING $119,773 2111059 100% WIGGINS WATER TOWN OF WIGGINS $ WIGGINS TIM HOLBROOK GRADING $105.000 2111060 72% JACKSON DITCH STRUCTURE WATER SUPPLY & STORAGE $ 29,400 LAPORTE DENNIS HARMON GRADING $25,107 2111061 100% GLENMOOR POND - CIPO #6585 GARNEY CONSTRUCTION S - FORTCOLLINS JEFF MOORE UTILITIES $22,552 2111062 100% STUART TO JOHNSON CITY OF FORT COLLINS $ - FORT COLLINS UTILITIES, REMOVALS, $496.812 2111063 99% ARTHUR'S DITCH COLORADO STATE UNIVERSITY $ 4,968 GRADING FORTCOLLINS TRACEY ABEL WATERLINE, REMOVALS $233,770 2114001 100% MT. WERNER BACKBONE, PH 2 MT. WERNER WATER DISTRICT $ - GRADING, PAVING STEAMBOAT SPRINGS BOBSTODDARD REMOVALS, GRADING $936,236 2114002 100% CITY OF STEAMBOAT 2011 OVERLAY CITY OF STEAMBOAT SPRINGS $ - PAVING STEAMBOAT SPRINGS DOUG MARSH STORM, REMOVALS $550,677 2114003 8% STRINGS IN THE MOUNTAINS STRINGS IN THE MOUNTAINS $ 506,623 GRADING, PAVING STEAMBOAT SPRINGS KAY CLAGETT REMOVALS, PAVING $54,745 2114005 100% STRAWBERRY ELEMENTARY SCHOOL STEAMBOAT SPRINGS RE 2 $ - STEAMBOAT SPRINGS PASCAL GMSETA GRADING, PAVING $80.528 2114006 100% CATAMOUNT LAKE REPAIRS 2011 CATAMOUNT METRO DISTRICT $ STEAMBOAT SPRINGS JOEL ANDERSON PAVING $155.590 2114007 100% WALGREENS WANER CONSTRUCTION $ STEAMBOAT SPRINGS STERLING PETERSON PAVING $60,728 2114009 100% WOLF RUN RANCH DRIVEWAY WOLF RUN RANCH S - STEAMBOAT SPRINGS SCOTT FLOWER STORM, REMOVALS $6,893,218 2114012 27% SH 131 CHOKE CHERRY LANE SOUTH COOT $ 5,032,049 GRADING, PAVING ROUTT COUNTY JUSTIN KUHN REMOVALS, GRADING $1,427,564 2114014 100% MOFFAT COUNTY 2011 PAVING MOFFAT COUNTY $ - PAVING MOFFAT COUNTY LINDA PAVING SI54,611 2114015 100% 2011 ROUTT COUNTY MILL &FILL ROUTTCOUNTY $ - ROUTTCOUNTY TAMMIE CRAWFORD PAVING $96,087 2114016 100% THE PHOENIX CONDOS SNOW COUNTRY CONSTRUCTION $ STEAMBOAT SPRINGS MARK REMOVALS, GRADING $61,852 2114017 100% ATMOS ENERGY PARKING LOT ATMOS ENERGY $ - PAVING STEAMBOAT SPRINGS NICK PLANANSKY PAVING $63,696 2114018 100% WALDEN APPROACHES SESSIONS & SONS S - W ALDEN PAVING 5203,924 2114020 100% TRAPPER MINE ENTRANCE ROAD TRAPPER MINE $ - CRAIG GREG CORTEZ PAVING 5294,915 2114021 35% COLORADO MOUNTAIN COLLEGE ADOLFSON & PETERSON S 191,695 STEAMBOAT SPRINGS LEE MACKE REMOVALS, GRADING $75,250 2114022 100% HAYDEN ELEMENTARY SCHOOL WEST ROUTT SCHOOL DISTRICT $ - PAVING HAYDEN JOB REMOVALS,PAVING 5197,141 2114023 100% SAFEWAY PARKING LOT SAFEWAY, INC. $ - MARY SOLAK REMOVALS, PAVING $132,480 21 t4024 100% THE VILLAS ©WALTON CREEK STEAMBOAT ASSOCIATION MGMT S STEAMBOAT SPRINGS HOLLIE SUTTON REMOVALS, GRADING, $107,390 2114025 100% TENNIS CENTER PARKING LOT IMPROVE CITY OF STEAMBOAT SPRINGS S - PAVING STEAMBOAT SPRINGS DANNYPAUL SECTION 00300 BID FORM PROJECT: 7405 Turnberry Road Improvements Project Place: July 9 2012 Date: In compliance with your Invitation to Bid dated June 15, 2012 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% of the total bid. ($ 5W Did Bond) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: Travelers Casualty & Surety of America One Tower Square Hartford CT 06183 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. O h e through +jvo, - i1 e-e r�jl�r 8. BID SCHEDULE (Base Bid) CONNELL RESOURCES, INC. UPDATED AS OF 4130112 SCHEDULE OF MAJOR 2010 COMPLETED WORK & WORK -IN -PROGRESS CONTRA CT PERCENT JOB NAME OWNER CONTRACTTO TYPE- OF WORK AMOUNT JOB N COMPLETE LOCATION CONTACT COMPLETE GRADING S322,288 2101001 100% TRAIL RIDGE ROAD ARE, INC. $ - ESTESPARK DERRICK GARBEN WATERLINE SL143,836 2101002 100% LARAMIE 2009 WATERLINE REHAB CITY OF LARAMIE $ - LARAMIE, WY KATHAINE TROWBRIDGE UTILITIES S131052 2101003 99% COFC DESIGNIBUILD UTILITIES CITY OF FORT COLLINS S 1,311 FORT COLLINS DEAN SAYE UTILITIES, REMOVALS, $1301064 2101004 100% BROWN HALL CSM WHITING -TURNER CONTRACTING S - GRADING GOLDEN BRIAN HICKS PAVING $51.660 2101006 100% LARIMER CO FAIRGROUNDS EXIT HALL G.H. PHIPPS S - LOVELAND TED LASZLO STORM, WATERLINE, $829.132 2101008 100% HARMONY I-25 RESERVOIR LOWER POUDRE AUGMENTATION CO $ - GRADING FORTCOLLINS CHRIS CLOPPER(APPLEGATE) UTILITIES, REMOVALS, $144.364 2101009 100% RIGDEN FARMS 15TH FILING BRINKMANN CONSTRUCTORS $ GRADING, PAVING FORTCOLLINS MATT BARROWS WATERLINE, REMOVALS S326906 2101010 100% HP LIT LAB DPR INC. $ GRADING, PAVING FORTCOLLINS RONDEA WINE SEWER $116,452 2101011 100% CHEYENNE 2010 SEWER REHAB CHEYENNE BOARD OF PUB UTILITIES $ - CHEYENNE,WY JEFF PACENKA GRADING, PAVING S764085 2101012 100% L.C.A.C. 2010 MISC IMPROVEMENTS LARIMER COUNTY S LARIMER COUNTY TODDIUERGENS REMOVALS, PAVING S148,387 2101013 100% HARMONY-PORTNER-BOYD TRANS PATCH GABE'S CONSTRUCTION $ - FORTCOLLINS PAT TUSCHEL PAVING $60,133 2101014 100% HARMONY MARKET BARCLAY GROUP S - FORTCOLLINS ZACH GARRETT PAVING $52,655 2101015 100% COUNTY ROAD 13 OVERLAY TOWN OF WINDSOR $ - WINDSOR DOUG ROTH SEWER, WATERLINE $33,417 2101016 100% NORDY'S TENANT FINISH LANDMARK SOLUTIONS $ - FORTCOLLINS SEAN ROGERS UTILITIES, REMOVALS SL938,499 2101017 100% COLLEGE/ WILLOX IMPROVEMENTS CITY OF FORT COLLINS $ GRADING, PAVING FORTCOLLINS MATTBAKER PAVING $222,489 2101018 100% NCAR WY SUPERCOMPUTER CENTER SAUNDERS CONSTRUCTION $ 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 ACCE1-/DECEL LANE G.H. PHIPPS S GRADING, PAVING CHEYENNE, WY JAIME RODRIGUEZ PAVING $41430 2101022 100% HACIENDA HOTEL HACIENDA HOTEL $ - SARATOGA, WY DAVE WILCOX PAVING S37,426 2101023 100% SARATOGA FISH HATCHERY US FISH& WILDLIFE SERVICE S SARATOGA, WY STEVEGESS UTILITIES, GRADING S2,472,218 2101024 100% LEPRINO FOODS LAMAR CONSTRUCTION CO $ - PAVING GREELEY MATT LAMAR REMOVALS, GRADING S128,832 2101025 100% CSU HOWES ST PARKING LOT COLORADO STATE UNIVERSITY $ - PAVING FORT COLLINS TRACEY ABEL UTILITIES, GRADING S940,562 2101026 100% PLATTE VALLEY SCHOOLS MILENDER WHITE CONSTRUCTION S - PAVING, REMOVALS KERSEY JIM FREIBERG WATERLINE, GRADING $72,748 2101027 100% WALMART DISTRIBUTION CENTER WALMART STORES $ - LOVELAND LOU KIRK PAVING, REMOVALS S31,085 2101028 100% KODAK 2010 REPAIRS EASTMAN KODAK $ - WINDSOR GREG SMITH REMOVALS, GRADING S55,590 2101029 100% WESTGATE HOA ALL PROPERTY MANAGEMENT S - PAVING FORT COLLINS NANCY MCDANIEL CONTRACT PERCENT JOR NAME OWNER CONTRACT TO TYPE- OF WORE AMOUNT JOB N COMPLETE LOC'ATJON CONTACT COMPLETE GRADING, PAVING 542,425 2101030 100% ADVANCETANK DOHN CONSTRUCTION S - WELLINGTON DAVE STOLTE REMOVALS, GRADING $322,297 2101031 100% I.25 FRONTAGE ROAD -FCSC FORT COLLINS SOCCER CLUB $ - PAVING FORTCOLLINS DAVID THOMAS GRADING, PAVING 573,019 2101032 100% GREELEY WELD AIRPORT APRON REHAB GREELEY WELD AIRPORT AUTHORITY S - GREELEY W ILLIAM GARCIA STORM, GRADING $789,991 2101033 100% NIST BLDG BIE WHITING -TURNER CONTRACTING $ - BOULDER ANGELA ABERCROMBIE PAVING, REMOVALS 531,370 2[01034 100% C-29 MILL &OVERLAY EASTMAN KODAK $ - WINDSOR GREG SMITH PAVING, REMOVALS $557,164 2101035 100% RIVER BLUFFS OPEN SPACE LARIMERCOUNTY $ - LARIMER COUNTY GREG SMITH GRADING $194,815 2101036 100% PARKFIELD LAKES ENVIRONMENTAL CONCERNS INC. $ - MONTBELLO TEDJOHNSON GRADING $27,560 2101037 100% HIGH COUNTY BEVERAGES DAVE NICHOLS $ - LOVELAND REMOVALS, PAVING $6.742,934 2101038 100% US 85 RECLAMATION & BOX CULVERTS COOT $ - GRADING WELD COUNTY NICOLA UPRIGHT UTILITIES, REMOVALS 51,128,038 2101039 100% FC/ LOVELAND AIRPORT FC I LOVELAND AIRPORT AUTHORITY S GRADING, PAVING FORT COLLINS/LOVELAND BILL VANHERKE REMOVALS 557,555 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 547,523 2101042 100% CSU NRRC-A BLDG PAVING COLORADO STATE UNIVERSITY $ FORT COLLINS JOEL CROMLEY REMOVALS, GRADING 5174,894 2101043 100% LES PARKING LOT EXPANSION MCWHINNEY REAL ESTATE SERVICES $ - 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 I3&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 $269,371 2101047 100% UW VISUAL ARTS GE JOHNSON CONSTRUCTION CO S - LARAMIE,WY MIKE KOSTERS PAVING 5105,648 2101048 100% LODAN BARN EXPANSION C.H. YARBER CONSTRUCTION S - CHEYENNE JASON BAY GRADING, STORM 590,713 2101049 100% COFC 2010 MISC STREET IMPROVEMENTS CITY OF FORT COLLINS S FORT COLLINS JOHN STEPHENS GRADING $703,349 2101050 100% SWAN RANCH ROADWAY SURFACING GRANITE PEAK DEVELOPMENT LLC S - CHEYENNE,WY TOM COBB WATERLINE, GRADING, $931,250 2 10 1054 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 $ - CHEYENNE,WY RON GORMAN PAVING 5161,114 2101056 100% AIR CARE ENTASIS GROUP S - FORT COLLINS AARON OJALA STORM, REMOVALS, 5130,398 2101057 100% CR 38 E 2010 S AFETY IM PROVEMENTS LARIMER COUNTY S GRADING, PAVING FORT COLLINS KYLE AREND WATERLINE 524,758 2101058 100% CR 50 VALVE REPLACEMENT ELCO WATER DISTRICT S - FORTCOLLINS JACK WARNER STORM, REMOVALS. $2,595,924 2101059 100% SH 71 IMPROVEMENTS COOT $ GRADING. PAVING BRUSH ROBIN STONEMAN PAVING 5172,000 2101060 100% CHEYENNE MARGINAL REIMAN CORP. S - 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 100% PROVINETOWN DRAHOTA CONSTRUCTION $ - REMOVALS FORT COLLINS SEWER, STORM, REMOVALS $150,662 2101063 100% RIST BENSON RESERVOIR REHAB PH IN LOUDEN IRRIGATING CANAL $ - GRADING LOVELAND DALELEACH GRADING $55,536 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 $2,875.143 2101066 100% WASHINGTON AVENUE OUTFALL PH 4 CITY OF LOVELAND $ - PAVING LOVELAND CHRIS CARLSON PAVING S63,210 2101067 100% RESURRECTION FELLOSHIP RESURRECTION FELLOWSHIP $ - LOVELAND MONTE SMITH PAVING $54,274 2104001 100% HOLIDAY INN THOR CONSTRUCTION $ STEAMBOAT SPRINGS KEVIN PAVING $44,985 2104002 100% US 40 REHAB PAVING SCOTT CONTRACTING $ STEAMBOAT SPRINGS CODY PATTERSON GRADING, PAVING $583,792 2104004 100% CNCC PROJECT ADOLFSON & PETERSON CONSTRUCT $ - CRAIG CHAD JELINEK PAVING S41 862 2104005 100% KEN KRUSE RESIDENCE KEN KRUSE $ - STEAMBOAT SPRINGS PAVING S51,411 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 2104011 100% CATAMOUNT LAKE 2010 CATAMOUNT METRO DISTRICT $ STEAMBOAT SPRINGS JOEL ANDERSON REMOVALS S46,947 2104012 100% SAFEWAY SAFEWAY $ STEAMBOAT SPRINGS BRIAN PANNING REMOVALS, PAVING S47,521 2104013 100% SAFEWAY SAFEWAY E - CRAIG BRIAN PANNING PAVING, REMOVALS S78,343 2104014 100% LONGVIEW PHASE I OVERLAY TRUE MOUNTAIN HOMES $ STEAMBOAT SPRINGS ALCHOY PAVING $182,832 2104017 100% CITY OF CRAIG PAVING CITY OF CRAIG $ - CRAIG BILL PARLEY PAVING $40,508 2104018 100% NEW CREATION CHURCH HOLMQUIST LORENZ CONSTRUCTION $ - CRAIG KEVIN PAVING, GRADING $92,230 2104021 100% STEAMBOAT PINES 2010 STEAMBOAT PINES FICA $ STEAMBOAT SPRINGS STEVE DOWNS CRUSHING $178,200 2104022 100% SENECA MINE 2010 CRUSHING SENECA COAL COMPANY $ - HAYDEN AARON RASPY PAVING, REMOVALS $191,786 2104024 100% CITY OF CRAIG WATER PLANT CITY OF CRAIG $ - GRADING CRAIG BILL EARLEY PAVING, REMOVALS S65,270 2104027 100% YAMPA VALLEY BUSINESS PARK DAVE DOOLEY $ STEAMBOAT SPRINGS PAVING $40,995 2104028 100% CRAIG MIDDLE SCHOOL MOFFAT COUNTY SCHOOL DISTRICT S - CRAIG MIKE TAYLOR STORM, GRADING, PAVING $107,752 2104029 100% TRAILS EDGE ROAD - DRAINAGE TRAILS EDGE HOA S STEAMBOAT SPRINGS DON REDLINGRT UTILITIES, GRADING $423,986 2104030 100% iPRING CREEK DRAINAGE IMPROVEMENT! CITY OF STEAMBOAT SPRINGS $ - STEAMBOAT SPRINGS PAVING S44,950 2104031 61% CASEY'S POND PHI 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 CONTRACT PERCENT TYPE OF WORK AMOUNT JOE0 COMPLETE UTILITIES, PAVING $48 Lou 2104034 100% PAVING $135.219 2104038 100% STORM, GRADING, PAVING S48,982 2104039 100% PAVING $6g000 2104040 100% STORM, GRADING, PAVING $185,662 2104041 100% JOB NAME OWNER CONTRACTTO LOGITJON CONTACT COMPLETE COPPER MOUNTAIN ESTATES CITY OF STEAMBOAT SPRINGS $ - STEAMBOATSPRINGS JON SYNDER CATAMOUNT GOLF 2010 CATAMOUNT METRO DISTRICT S STEAMBOAT SPRINGS JOEL ANDERSON TWENTYMILE GUARD SHACK PAVING TWENTYMILECOAL LLC $ OAK CREEK MIKEBERDINE BIEDENHARN PAVING JAY BIEDENHARN $ - STEAMBOAT SPRINGS TRI-STATE TRAINING AREA PARKING TRI-STATE GEN & TRANS ASSOC $ - CRAIG MIKE BERGIN $ 18,841 CONNELL RESOURCES, INC. SCHEDULE OF MA.;OR 2009 COMPLETED WORK TYPE Or WORK CONTRACT AMOUNT JOB PERCENT COAIPLETE JOB NAAfE LOCATION GRADING, REMOVALS S39,150 2091001 100% CDC BLDG 401 SHELL SPACE BUILD OUT FORT COLLINS STORM, GRADING S202,386 2091002 100% CARPENTER ROAD BOX CULVERT STORM, WATERLINE SI 258,470 2091003 100°% KEN MITCHELL INLGT/OUTLET BRIGHTON WATERLINE, REMOVALS, $2 094 461 2091004 100% NI WOT ROAD WATERLINE PH 2 NIWOT GRADING SEWER' REMOVALS, PAVING S16I,467 2091005 100% POUDRE INTERCEPTOR FORT COL INS REPAIR UTILITIES, GRADING, S1,173,136 2091006 100% AIMS AUTOMOTIVE TECHNOLOGY WINDSOR PAVING STORM, WATERLINE, PAVING REMOVALS, GRADING S4,359,725 2091007 100% HARMONY ROAD WIDENING PH 2 TIMNATH UTILITIES, REMOVALS GRADING PAVING S3,490,260 2091008 100% NORTH COLLEGE MARKETPLACE FORT COLLINS SEWER, WATERLINE, PAVING REMOVALS, GRADING S763,287 2091009 100% CENTERRA BOOSTER STATION LOVELAND PAVING S31,840 2091010 100% KODAK 2009 REPAIRS WINDSOR GRADING,PAVING $962,923 2091011 100% L.C.A.C. L2009 MISAPdMERC IMPROVEMENTS COUPAVING S136,999 2091012 100% HIDDEN VALLEY OFFSITE SEVERANCE GRADING, PAVING $58,050 2091013 100% WHEATON PARKING LOOT RENOVATION FORT WATERLINE S44,866 2091014 100% RIST CANYON WATERLINE PH I BELLVUE UTILITIES, REMOVALS, GRADING, PAVING $431,675 2091015 100% PLAZA@PAVILION LANE FORT COLLINS PAVING S285,777 2091016 100% SUNSET RIDGE SEVERANCE PAVING S103,612 2091017 100% CSU ASPHALT& RELATED MATERIALS FORT COLLINS GRADING, PAVING S191,471 2091018 100% CSU EQUINE MARE BARN FORT COLLINS REMOVALS, GRADING PAVING S250 642 2091019 100% SH 392 & LCR 9INTERSECTION LARIMER COUNTY STORM S241,018 2091020 100% GRAND RI VER DITCH CULVERT REPLACE LARIMER COUNTY GRADING, PAVING S79239 2091021 100% KING SOOPERS FUEL STATION N9 FORT COLLINS REMOVALS, GRADING PAVING S228 296 2091022 100% FORT COLLINS DODGE FORT COLLINS REMOVALS, GRADING PAVING 5181,899 2091023 100°% CITY OF FC MISC STREET IMPROVEMENTS FORT COLLINS GRADING, PAVING S30000 2091024 100% RIDGE OF LAPORTE LAPORTE STORM 5104,070 209102. 100% TURKEY CREEL: IRRIGATION LINE MORRISON UPDATED AS Or 12131117 OWNER CONTACT IE DUNN CONSTRUCTION FARON RILEY W Y DEPT OF TRANSPORTATION CITY OF BRIGHTON DAWN HESSHEIMER LEFT HAND WATER DISTRICT CHRIS SMITH BOXELDER SANITATION DISTRICT RANDY SIDDENS BRYAN CONSTRUCTION TODD BLANKS TOWN OF TIMNATH NORTH COLLEGE MARKETPLACE INC BLAINE RAPPE CITY OF LOVELAND TOM GREENE EASTMAN KODAK GREG SMITH LARIMER COUNTY TODD JUERGENS HIDDEN VALLEY FARM LLC TOM DONKLE BRYAN CONSTRUCTION ALICIA McCHESNEY WEST FORT COLLINS WATER DIST DOUG BIGGE CHESNIK GROUP EARL CHESNIK SEVERANCE INVESTMENT GROUP KELLY HODGE COLORADO STATE UNIVERSITY KATHLEEN THOMAS COLORADO STATE UNIVERSITY ELLEN SKOLD CDOT COREY STEWART WATER SUPPLY & STORAGE DENNIS HARMON DEER CREEL: CORPORATION DUSTIN MIKEDOWNEY CITY OF FORT COLLINS VARIOUS SUNSET RIDGE HOA CLIFF WILLIAMS RED ROCKS COUNTRY CLUB BILL DEWOLFE TI'PE OF WORK REMOVALS. GRADING PAVING STORM, REMOVALS STORM. REMOVALS, GRADING, PAVING SEWER, STORM, REMOVALS CONTRACT PERCEN7JOB NAAIE OWNER AAfOUA'T JORP COMPLETE LOCATION CONTACT S88,115 2091027 100%. O'REILLY AUTO PARTS KIL IAAN HOAMMACCTION AURORA 091028 100°h. 9TH & POUDRE WATER VAULT CITY OF GREELEY $Hi,059 2 LINDA HOOD S1,556456 2091029 S49,305 2091031 UTILITES, GRADING, PAVING S278258 209[032 REMOVALS, GRADING, S93488 2091033 PAVING REMOVALS, GRADING, S107,442 2091034 PAVING PAVING S259,891 2091035 GRADING $87,742 2091037 WATERLINE, SEWERLINE S246,373 2091513 PATCHING GRADING, PAVING S395,768 2094002 PAVING S65,050 2094003 GRADING, PAVING S721,162 2094004 GRADING, PAVING S728,981 2094008 PAVING $64,625 2094009 PAVING $85,440 2094011 GRADING, PAVING $76,698 2094014 PAVING $55,327 2094017 PAVING S256,203 2094018 PAVING $915776 2094019 PAVING $609,745 2094022 PAVING $55768 2094025 GRADING, PAVING S128,974 2094026 GRADING, PAVING S127206 2094029 PAVING SI68,786 2094030 PAVING S50,800 2094031 PAVING S54909 2094036 GREELEI 100% 4IRCRAFT PARKING APRON-SHIVELYFIELI TOWN OF SARATOGA SARATOGA,WY DAVID SHULTZ 100% STERLING REGIONAL MED CTR DRAINAGE JE DUNN CONSTRUCTION STERLING DAN SULLIVAN 100% NORTH WELD LANDFILL SCALE HOUSE ET ENVIRONMENTAL CORPORATION AULT MITCHELL GRADY 100% SUNFLOWER HOA AMERICAN RETIREMENT PROPERTIES FORT COLLINS PAUL GALLONSTEM 190% RAWHIDE 2009 PAVING PLATTE RIVER POWER AUTHORITY WELLINGTON MIKE MCNAUGHTON 100% OLD TOWN TIMNATH WINTER PAVING TOWN OF TIMNATH TIMNATH JOHN JORDAN 100% RAWHIDE RAILCAR REPAIR SHOP PLATTE RIVER POWER AUTHORITY WELLINGTON MIKE MCNAUGHTON 100% FORT COLLINS-LOVELAND WATER T&M--ORT COLLINS-LOVELAND WATER DIST LARIMER COUNTY NATE GILL 100% CRAIG MIDDLE SCHOOL THE NEENAN COMPANY CRAIG RICHARD MESERVE 100% HAYDEN POLICE DEPARTMENT TCD HAYDEN GERRY CARTER 100% DAKOTA RIDGE OVERLAY & REPAIRS COMMERCIAL PROPERTY GROUP STEAMBOAT SPRINGS MEDDRA FRALICK 100% MEMORIAL HOSPITAL ROBINS & MORTON CRAIG JOHN GALASSMI 100% ROWE DRIVEWAY SHIVELY CONSTRUCTION STEAMBOAT SPRINGS JOHN SMVELY 100% PORCHES PHASE I TOP MAT STRUCTURAL ASSOCIATES STEAMBOAT SPRINGS ROGER 100% DREAM ISLAND PAVING TIED MACKEY STEAMBOAT SPRINGS 100% CATAMOUNT LAKE ROAD REPAIRS CATAMOUNT METRO DISTRICT STEAMBOAT SPRING JOEL ANDERSON 100% CITY OF CRAIG OVERLAYS CITY OF CRAIG CRAIG BILL EARLY 100% MOFFAT COUNTY ROAD 7 MOFFAT COUNTY ROAD & BRIDGE CRAIG BILL MACK 100% SIDNEY PEAK RANCH SUBDIVISION COMMERCIAL PROPERTY GROUT' STEAMBOAT SPRINGS MEDORA FRALIK 100E BOULDER RIDGE DAVID JDSFAN STEAMBOAT SPRINGS 100% CRAIG AIRPORT MOFFAT COUNTY CRAIG JERRY HOBERG 1005. MEADOWS PARKING LOT EXPANSION STEAMBOAT SKI & RESORT CORP STEAMBOAT SPRINGS AUDREY WILLIAMS 100% JOURNEY@ FIRST BAPTIST MISHLER CORPORATION CRAIG CLAY 100% PRECISION EXCAVATING OFFICE PRECISION EXCAVATING HAYDEN ROBIN 100% STEAMBOAT AIRPORT CIT' OF STEAMBOAT SPRINGS STEAMBOAT SPRINGS MEL BAKER. rrrE or WORE PAVING PAVING PAVING PAVING PAVING CONTRACT RERCEN7' AAIOUNT JOB# COWLETE 5101,04 2094037 100% 5257,289 2094038 100% S66,96S 2094039 100% $78,145 2094044 100% 557,799 209404L 100°% JOB NAAIE LOCATION LARSON RESIDENCE STEAMBOAT SPRINGS POPLAR STREET HAYDEN EDGEMONT STEAMBOAT SPRINGS 13EHRMAN CONSTRUCTION CRAIG COG HILL SLIDE STABILIZATION HAYDEN OWNER CONDI CT TCD CONSTRUCTION BOB CHILDERS NATIVE EXCAVATING ED NATIVE EXCAVATING PETER BRUNNER BEHRMAN CONSTRUCTION VELDON BEHRMAN AMERICAN CIVIL CONSTRUCTORS JODY RANDALL VA NNELL j 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 615 Scrapers Excavators & Backhoes 5 — Caterpillar 416-436 Tractor/Backhoes 5 — 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 12 — Caterpillar 966 — 980 Front End Loaders 1 — Caterpillar 988H Front End Loader Off Road Haul Trucks 6 — Caterpillar D350—II (35 Ton)Articulated Dump Trucks Legal Haul Trucks 10 — Tandem Axle Dump Trucks 15 — Tractor Trucks (End Dumps, Belly Dumps, Live Bottom Trailers) 2 — Caterpillar D4H Dozers I — Caterpillar D5M Dozer 6 — Caterpillar D6H XL Dozers 2 — Caterpillar D8T Dozer I — Caterpillar 1055D Paver 2 — Caterpillar 1055B Pavers I — Leeboy 8500 Paver 1 — Gilcrest 913 Pro Paver Multiple Sizes & Configurations Track Dozers Pavin 1 — Blaw Knox PF 4410 Paver I —Road Tee Shuttle Buggy—M.T.V. Multiple Sizes & Configurations of Rollers 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. WINDSOR CAPITAL IMPROVEAlENTS 2007 WINDSOR, CO OWNER: Town of Windsor Curtis Templeman 970.674.2413 ENGINEER: Clear Water Solutions Cort Nickel 970.223.3706 CONTRACT AMOUNT: $1,085,728 PROJECT START: June 2007 PROJECT COMPLETION: Sept 2007 CONTRACT TYPE: Unit Price, Hard bid CRI PROJECT MANAGER: Roland Tremble CRI SITE MANAGER: Curtis Rogers CRI ON -SITE SUPERVISION: Eric Rios UNIQUE JOB ELEMENTS: Waterline replacement in existing street without disrupting water service MATERIAL QUANTITIES: 2600 LF or waterline replace 50 water service connections. 18,000SY of asphalt milling. 9,000SY of road base and pave. 26,000SY of asphalt overlay 4,000 LF of Curb gutter, walk WORK PERFORMED IN HOUSE: All with the exception of curb This annual capital improvement project for the town of Windsor involved installing new waterlines in existing streets, patching the trenches and overlaying the streets. Also several streets were rehabili- tated by having concrete and asphalt removed and replaced. Due to Connell's performance on the project an additional intersection mill and repave was added to the scope. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone: 970.223.3151 Fax: 970.223.3191 STATE HIGHWAY 71 BRUSH, CO OWNER: CDOT Bradley A Pierce, P.E. 970-522-0481 ENGINEER: CDOT Bradley A Pierce, P.E. 970-522-0481 CONTRACT AMOUNT: $ 2,320,885 PROJECT START: February 2011 PROJECT COMPLETION: June 2011 CONTRACT TYPE: Unit Price CRI PROJECT MANAGER: Bill Anderson CRI SITE MANAGER: Clay Crisp MATERIAL QUANTITIES: 22,253 CY Embankment 12,146 SY Removal of Asphalt Mat 6,518 CY Aggregate Base 13,325 Tons Asphalt 67 LF Concrete Box Culvert WORK PERFORMED IN HOUSE: 87% of CRT's contract Performed in house This project constructed for Colorado Department of Transportation was approximately two miles of state highway reconstruction including a box culvert and curve reconstruction. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone: 970,223.3151 Fax; 970.223.3191 Fort Collins TURNBERRY ROAD IMPROVEMENTS City of Fort Collins -Capital Projects Bid Tab - Addendum 92 Rat # Item # Item Description Quenbty - Unit Unit Cost Total Cost 1 201-01 Clearing and Grubbing 1 LS $3.290.00 $ 3.290.00 2 202-01 Removal of Pipe (RCP, PVC, CMP) 100 LF $18.80 $ 1.880.00 3 202-02 Removal of Curb and Ginter 600 LF $3.65 $ 2.190.00 4 202-03 Removal of Sidewalk 120 SF $9.10 $ 1.092.00 5 202-04 Removal of Asphalt Pavement (4"-8" Depth) 14.000 BY $3.60 $ 50,400.00 6 202-05 Removal of Abandoned Inigation Structures 4 EA $659.00 $ 2,636.00 7 202-06 Plug Pipe 1 LS $783,Ml $ 783.00 8 202-07 Removal of Inlet (10' Type R) 1 EA $998.00 $ 998.00 9 203-01 Excavation around existing Century Link Ober 1 LS $5,540.00 $ 5,540.00 10 203-02 Undassified Excavation 7,250 CY $5.30 $ 38.425.00 11 203-03 Embankment 9,469 CY $2.20 $ 20,831.80 12 203-04 Haul Material 421 CY $8,05 $ 3.389.05 13 203-05 Muck Excavation 100 CY $64 90 $ 6,490.00 14 203-04 Potholing 1 LS $13,90000 $ 13,900.00 15 206-01 Structure Excavation 4.000 CY $5,901 $ 23,600.00 16 206-02 Structure Backfill (Class 11) 1,360 CY $15.30 $ 20,808,00 17 206-03 Structure Back0ll (Flow Fill) 100 CY $71,60 $ 7,160.00 18 206-04 Structure Backfill (Class 1) 200 CY $37.30 $ 7,460,00 19 206-05 Bed Course Material (ABC Class 6 - 6" Depth) 40 TON $61,10 $ 2,444.00 20 206-06 Shoring 1 LS $56,100.00 $ 56,100,00 21 207-01 Topsoil (Striping, Stockpiling, Placing, Haul Unused) (Top 6") 6,017 CY $6,40 $ 38,508.80 22 207-02 Topsoil (Speaal) - Amend Topsoil On -site IV) 1,850 CY $11.60 $ 21,460.00 23 208-01 Erosion Control 1 LS $12,900.001 $ 12900.00 24 209-01 Water (Landscaping) 20,000 GAL $0.15 $ 3.000.00 25 210-01 Adjust Manhole Frame 5 EA $417.00 $ 2,085.00 26 21&02 Modify Manhole 1 FA $1,180.00 $ 1,180.00 27 210-03 Adjust Valve Box 17 EA $188.00 $ 3.196.00 28 210-04 Adjust Fire Hydrant 1 EA $1,500.00 $ 1.500.00 29 210-05 Tie in to Existing Manhole IS' Dia. Maple Hill Drive) (10' Depth) 1 EA $1,220.00 $ 1,22000 30 210-06 Relocate existing Mailbox 1 EA $567.00 $ 56Z00 31 211-01 Dewalering 10 Da $395,001 $ 3,950.00 32 212-01 Sod 55,492 SF $0,491 $ 27,191.08 33 212-02 Dryland Seeding 0.2 ACRE $2,910,00 $ 582,00 34 213-01 Mulch (1.5" River Rock, 3" Depth, Fabnc Included) 17,592 SF $0,58 $ 10,203,36 35 213-02 Mulch (Organic, Haul and Place only) 700 SF $0.35 $ 245.00 36 214-01 Street Trees (Western Catalpa, 2" Cal.) 21 EA $320.00 $ 6.720.00 37 214-02 Street Trees (Skyline Honeylocust, 2"Cal.) 23 EA $291.00 $ 6,693.00 38 214-03 Street Trees (Kentucky Coffee Tree, 2" Ca0 20 EA $349 W $ 6,980.00 39 214-04 Street Trees (Bur Oak, 2" Cal.) 21 E4 $349 W $ 7.329.00 40 214-05 Street Trees (Chinkapin Oak, 2" Cal.) 14 EA $407.001 $ 5,698.00 41 214-06 Street Trees (Greenspire Linden, 2" Cal.) 20 EA $320.00 $ 6,400,00 42 214-07 Street Trees (Redmond Linden, 2" Cal.) 6 EA $320.00 $ 1,920.00 43 214-08 Street Trees (Accoloade Elm, 2" Cal.) 12 EA $320.00 $ 3,840.00 44 214-09 Trees (evergreen 6' height) 21 EA $145.00 $ 3,045.00 45 214-10 Shrubs (5 Gallons) 661 EA $30.20 $ 19.962.20 46 214-11 Ornamental Grasses (1 Galion) 304 EA $11.60 $ 3.526.40 47 214-12 Perrenials(1 Gallon) 170 EA $14.00 $ 2,380.00 48 214-13 Landscape Maintenance 1 LS 1 $32.000.00 $ 32,000.00 DOWNTOWN REVITALIZATION BRUSH, CO OWNER: Town of Brush Monty Torrez 970-842-5001 ENGINEER: Nolte V5 Will Coffield 303-220-6445 CONTRACT AMOUNT: $ 770,000 PROJECT START: September 2011 PROJECT COMPLETION: December2011 CONTRACT TYPE: Unit Price CRI PROJECT MANAGER: Darin Fossum CRI SITE MANAGER: Jeff Laugel UNIQUE JOB ELEMENTS: 90% of work completed within 10 weeks. Maintained access to busi- nesses WORK PERFORMED IN HOUSE: 75% of CRI's contract Performed in house Reconstruction of the 100 Block of Clayton Street in Brush, CO. Included removals, utilities, concrete, aggregate base, HBP paving, signals, streetlights, and landscaping. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone: 970.223.3151 Fax: 970.223,3191 COLLEGE & WILLON INTERSECTION IMPROVEMENTS PORT COLLINS, CO OWNER: City of Fort Collins Matt Baker 970-221-6605 Interwest • I Group�YR'2 Ali - ••- I' v F '�+� `r, •1�4,f "�`� w ,qy 44,",@.bb I 1 • f11YS g �' CONTRACT • • ,�✓ D,'^4 9�.i1i�,.,i�'X�' Fij 3J.„'.� • y. "�' ` w4F3 at f y CHANGE ORDERS: D 4 - • • i m»` ... ear 4 P �letr`'•" �(i '$ PROJECT May 1 1, I j .If V ,,• :.r •,, h 4,� I diI J y 1��-t<;i PROJECT COMPLETION: October 21 1 CONTRACT�� ,_ -. X Fixed Completion Oct 15 2010 � ltJ! fp yy� •.mvm{l'� •k Unit Price Y 1 1M CRI PROJECT • Roland Tremble 47 CRI SITE MANAGER:, Jeff Laugel ; r_ UNIQUE JOB ELEMENTS: r :I1'PI • Reconstructed the intersection of College & Willox under traffic P -x o I • Maintain business access for alli phases of work • Reflective crack intedayer to _ place asphalt on existing con - Crete road. • Many existing utilties 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 MATERIAL QUANTITIES: • Extensive Roadway Removals round -a -bout on Willox St. The project scope included extensive demo- * 4,072 Tons Asphalt Paving lition of existing roadways, utility relocations, concrete paving, and as - Multiple Utility Line Relocations This highly visible • 7,800 SY Concrete Paving phalt paving. project was completed under continuous traffic and with minimal disruption of many local businesses. WORK PERFORMED IN HOUSE: 70% of CRI's contract ---------�--_._._____------------__-- _-- _ Performed in house Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone: 970.223.3151 Fax: 970.223.3191 Roland Tremble Project Manager/Estimator Resume Key Qualifications Mr. Tremble has over ten years of construction and estimating experience. While pursuing his B.S. degree, he worked as a pipeline laborer, construction supervisor and estimator. The combination of hands-on construction experience, educational background and mastery of estimating techniques gives Mr. Tremble a comprehensive set of skills for his estimating and project management duties. Education Bachelor of Science in Bio-Resource Engineering, Colorado State University - 2000 Key Project Experience College and Willox Roadway Improvements (1.9 million) Estimator and Project Manager for this roadway widening and intersection improvement project. This project was completed in multiple phases under live traffic conditions, and included construction of a new concrete intersection and a roundabout intersection as well as widening of State Highway 287. The widening included drainage improvements and concrete pavement which was then overlaid with hot mix asphalt which included a reflective crack interlayer asphalt pavement product designed to stop concrete joints from causing cracks in the driving surface Niwot Road Waterline ($2.0 Million) Estimator and Project Manager for Installation of 18" and 20" C-900 waterline. The project included 20,780 linear feet of 18 and 20" waterline installed in limited Right of way. The project also included 3700 LF of waterline under existing roadway, installed under live traffic. This project included three Horizontal bores with one hundred feet of casing installed in hard rock using a Robbins SBU boring head. Front Range Village ($12.5 Million) Estimator/Project Manager for the demolition, earthwork, pipe utility installation, aggregate base, and asphalt paving for this development. The 106 acre site holds 900,000 square feet of retail space. Connell efficiently managed numerous design changes to keep the project ahead of schedule. Magic Sky Ranch ($3.5 Million) Project Manager / Lead Estimator for this Camp in the Colorado Mountains. This GMP contract Design/Buiid project featured the widening of an existing jeep trail, widening of the county road, as well as pioneering for new roads around the camp. A new water system included installation of three raw water wells, a treatment facility and a 200,000 gallon storage tank, and a water / fire line loop around the camp. The sewer system consisted of installation of sewer pumping tanks and force main sewer from around the camp down to the proposed wastewater treatment facility. Pipeline installation required blasting the rock for the pipe trench and screening the shot rock to make bedding material. The project included the following: • 10,300 LF of roadway widening • 10,310 LF of water distribution pipe • 6,750 LF of new road • 9,500 LF of sewer system piping • 6,200 LF of raw water supply pipe Tremble - Page Z Centerra Booster Station ($736,000) Project Manager / Lead Estimator This project included installation of 800 LF of sewer main at 20 ft depths in high groundwater conditions, including a Horizontal bore, to eliminate the need for an existing sewer pump station. After the sewer pump station was removed a potable water pump station was installed in its place. The Pump station was 16'wide by 49 ft long and weighed over 118,400 lbs. The pump station was connected to the existing water system with 30" Locking joint Ductile Iron pipe. Timberline Street and Waterline Improvements — Phase 1B ($1.5 million) Project Manager for the construction of a major transmission water main and reconstruction of Timberline Road. The project included a large amount of muck excavation, wetlands mitigation, and drainage challenges. This project was negotiated with the owner, based in large part on Connell's performance on previous work and the timely completion of Phase IA. The project included: • 5400 feet of 30-inch steel water line • 10,700 SY of asphalt paving • 9-Cell 8 ft x 10ft box culvert • 4.4 acres of wetland mitigation Spring Canyon Community Park ($2.3 Million) Project Manager / Lead Estimator for this 100 Acre Community Park Site The site included multiple box culverts and large diameter storm drains, a 12" irrigation siphon, wetland mitigation and grading for a regional detention pond. Connell also completed grade work for specialty park amenities like baseball diamonds, a roller hockey rink, tennis courts, basketball courts, concrete parking areas, a playground and a dog park including a pond with a liner. The project included the following: • 5,700 LF of sanitary sewer • 4,900 LF of water line • 4,900 LF of storm drain including a structural plate underpass and 2 box culverts • 4,400 LF of irrigation siphon • 270,000 CY of excavation • 500,000 SY of finish grading for berms and swales Windsor Capital Improvements Project 2007 ($1.1 million) Project Manager for the construction waterline in existing city street and rehab of various streets around the town. The project included water line replacement without disrupting service or fire protection to existing customers. Street removal and replacement, including milling, sub -grade and shaping, road base concrete and paving. This project was a hard bid Unit Price contract. The project included: • 2600 feet of water line • 50 water service connections • 18,000 SY of asphalt milling • 9,000 SY of base and pave • 26,000 SY of asphalt overlay Systems Experience Microsoft Office Agtek Autocad Bid 2 Win Primavera P3 SureTrak Employment History 2002-Present Connell Resources Project Manager/Estimator 1998-2002 J.B. Excavating Pipelayer/Superintendent 1996.1997 Munson Earthmoving Layout Engineer / Pipelayer John M. Warren Vice President of Operations Resume Mr. Warren has over 15 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 Training &r Accreditation 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. 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 infrastructures and railroad spur to access Great Western Railroad's mainline. Warren Page 2 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. 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. Employment History 2004 - Present Connell Resources Inc. Construction Manager Fort Collins, CO 1997-2004 Peter Kiewit Sons' Inc Project Manager/ Superintendent Kiewit Western rnnnHt 1AA27 CONREI ACORD. CERTIFICATE OF LIABILITY INSURANCE D) 6/06/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If 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). PRODUCER Flood & Peterson Ins., Inc. P. O. Box 578 CONTACT NAME: Nikki MOsbrucker PHONE 970 266.7123 970 506.6823 AJC No I : A/C, No AODREss: nikki.mosbrucker@floodandpeterson.com CUSTOMEFF-- Greeley, CO 80632 970356.0123 INSURER(S) AFFORDING COVERAGE NAIC# INSURED INSURER A: Travelers Insurance Company Connell Resources, Inc. 7785 Highland Meadows Parkway #100 Fort Collins, CO 80528 INSURERS: Pinnacol Assurance INSURER C INSURER D INSURER E : INSURER F : COVERAGES r:FRTIFICATF NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE BR POLICY NUMBER MM/DD E/YYYY MMI�D YYYY LIMBS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR DTC04794N532- IND13 6/01/2012 06/0112013 EACH OCCURRENCE $1000000 PREMISES Ea occurrence $300,000 VEDEXP(Any one person) $10,000 PERSONAL B ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: —1 POLICY X PRO- LOC PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIREDAUTOS NON -OWNED AUTOS Drive Other Car DT8104794N532- TIL13 6/01/2012 06/01/201 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X X 8 X $ A )( UMBRELLA LUB EXCESS LIAR X OCCUR CLAIMS -MADE DTSMCUP4794N- 532TIL13 110112112 161111201 EACH OCCURRENCE $10 000 000 AGGREGATE $10 000 000 DEDUCTIBLE RETENTION $ X s B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEYIN OFFICEWMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 4029651 6/01/2012 06/01/201 X I WC STATU- OTH. E.L. EACH ACCIDENT ESOO,000 EL DISEASE -EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) SAMPLE CERTIFICATE 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 #S700226IM698847 01988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WK SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM Flo ne SUBCONTRACTOR City of F6rt Collins Purchasing - ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7405: Turnberry Road Improvements Project OPENING DATE: 3:00 PM (Our Clock) July 11, 2012 Financial Services Purchasing Division 215 N. Mason St. 2Id Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970,221,6707 fcgov. com/purchasing To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: 1. The Opening Date has been changed to July 11, 2012 at 3:00 PM (our clock) Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Addendum 1 - 7405 Turnberry Road Improvements Project Page 1 of 1 City Of F6rt Collins Purchasing ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7405: Turnberry Road Improvements Project OPENING DATE: 3:00 PM (Our Clock) July 11, 2012 Financial Services Purchasing Division 215 N. Mason St. 2"" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 kgov.cor&purchasing To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Revised Bid Tab Exhibit 2 — Clarifications from the Prebid Exhibit 3 — Revised Specifications Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST STATEMENT ENCLOSED WITH THE ADDENDUM HAS BEEN RECEIVED. BE ACKNOWLEDGED BY A WRITTEN BID/QUOTE STATING THAT THIS 7405 Turnberry Road Improvements Project Page 1 of 16 49 304-01 Aggregate Base Course (Class 5 or 6) (6" Depth - CIP) 1.800 TON $13,60 E 24,48000 50 304-02 Shouldering (Class 5 or 6) (4" Depth) 130 TON $20.70 $ 2,691 ol) 51 403-01 Hot Mix Asphalt (Grading S) (100) (PG64-28) (Modified Binder) IT Depth) 600 TON $67.90 $ 40,740.00 52 403-02 Hot Mix Asphalt (Grading S) (100) (PG58-28)(2" Depth) 600 TON $65 30 $ 39,000.00 53 403-03 Hot Mix Asphalt (Grading SG) (100) (PG58-28)(3.5' Depth) 1,050 TON $57,00 $ 59,850.00 54 506-01 Geogdd Reinforcing 200 SV $5.75 $ 1,150.00 55 601-01 Pedestrian Underpass 1 LS $458,100.00 $ 458,10000 56 603-01 181nch Reinforced Concrete Pipe (Class III) 825 LF $99.50 $ 82,087,50 57 603-02 21 Inch Reinforced Concrete Pipe (Class III) 45 LF $109.00 $ 4,905.00 58 603-03 271nch Reinforced Concrete Pipe (Class III) 32 LF $121,00 $ 3,872.00 59 603-04 301nch Reinforced Concrete Pipe (Class III) 100 LF $128.00 $ 12,800.00 60 603-05 42 Inch Reinforced Concrete Pipe (Class III) 645 LF $181 00 $ 116,745.00 61 604-01 Inlet, Type R (5 Foot) 2 EA $4 000.00 $ 8,000.00 fit 604-02 Inlet, Type R (15 Foot) 1 EA $7 68g00 $ 7,680,00 63 604-03 Inlet, Type R (20 Foot) 1 EA $11,900.001 $ 11,900.00 64 604-04 Inlet, Type R (25 Fool) 1 EA $12,700,00 $ 12,700.00 65 604-05 Inlet, Type R (30 Fool) 1 EA $15,300.00 $ 15,300.00 66 604-06 Manhole (5 Foot Dia.) 7 EA $2,990,00 $ 20,930.00 67 604-07 Connect pipe to inlet 3 EA $924.00 $ 2,772.00 fib 604-08 Clean out Inlets 4 EA $17300 $ 692.00 69 607-01 Fence (3 Rail Dowel) 460 LF $11.30 $ 5,198.00 70 608-01 Concrete Sidewalk (6") 31,000 SF $3,65 $ 113,150,00 71 608-02 Concrete Access Ramp (8" wt Truncated Domes) 1,560 SF $11.801 $ 18,408,00 72 608-03 Concrete Crosspan and Apron(9") 1,000 SF $6.10 $ 6,100.00 73 608-04 Concrete Drive fill") 130 SV $52.40 $ 6,812.00 74 608-05 Yosemite Brown Concrete Bike Path (5" Fibermesh)(Class DT) 5,470 SF $4,50 $ 24,615,00 75 609-01 Curb and Gutter Type 2 (Section IIB) 7,600 1 LF $12,20 $ 92,720.00 76 619-01 Water Service with meter pit 1 EA $3,450,00 $ 3,450.00 77 620-01 Construction Trailer 1 LS $2,550.00 $ 2.550.00 78 623-01 Traffic Conduit (Two 2' and Two 3')(Sch 60) 640 LF $16.10 $ 10.304.00 79 623-02 3' PVC Pipe (Sch 40) 200 LF $113.801 $ 3.760.00 80 623-03 Irrigation for Country Club 1 LS $55,800.00 $ 55,800.00 81 623-04 DesigNBuild Irrigation (Maple Hills) 1 LS S49100 00 $ 49,100,00 82 623-05 Design/Build Irtigation (Lind Property) 1 LS $22.700.00 $ 22,700.00 83 623-06 Oesign Build Irigation (Richards Lake) 1 LS $23,800.00 $ 23,800,00 84 626-01 Mobilization i LS $58,500.00 $ 58,500.00 Total Construction Bid Items $ 1.927.060,19 Bid Alternative 8 - Hot Mix Asphalt Pavement Ref # Item IfItem .�. Description Duan0ty Unit Unit Coat .. Total Coat 1 203-02 Unclassified Excavation 3,893 CV $1.50 $ 5.839.50 2 203-04 Haul Matenal 3,893 CV $6,35 $ 24.720.55 3 304-01 Aggregate Base Course (Class 5 or 6) IT Depth - CIP) 7,400 TON $13.00 It 96.200.00 4 403-01 Hot Mix Asphalt (Grading S) (100) (PG64-28) (Modred Binder) 2,515 TON $66.10 $ 166.241.50 5 403-02 Hot Mix Asphalt (Grading S) (100) (PG58-28) 2,515 TON $63.30 $ 159.199.50 6 403-03 Hot Mix Asphalt (Grading SG) (100) (PG58-28) 4,400 TON $55.80 $ 245,520.00 Total for Bid Alternative- Hot Mix Asphalt Pavement f 697721.05 Add. for long term maintenance considerations (not part of bid, just on determining award): f 75 000.00 Total Base Bid with Alternative B - HMA and Maintenance Considerations 2,6 $ 99,7a1.24 In -RZ)c &. Y hLknc6rQd Word. c n, 1a h l i 1tl A rt 6 A 0 1 a h h A in in D A, in n A f-% a '71 EXHIBIT 1 — REVISED BID TAB Revisions to the Plans/Bid Tab: A. The ELCO Waterline Relocation work has been added back to the project as a bid alternative. This work will not be awarded as part of the City's contract. ELCO may choose to develop a separate agreement with a contractor to perform this work based on submitted line item costs. All waterline removal and relocation work associated with the 14" AC line must meet ELCO specifications. ELCO's Contractor will be responsible to coordinate with the City's Contractor to ensure the waterline will be removed and replaced in a timely matter. B. The pedestrian underpass finish shall be a Class 5 Finish, Davis Color San Diego Buff. This work shall be incidental to the line item: • Pedestrian Underpass 1 LS C. Public art will be attached to the walls of the pedestrian underpass after the underpass has been constructed. To accommodate the art, 0.5" blockouts will need to be installed. Six blockouts on the inside face of the furthest west wall (Wall H on page 43) ranging from 7'x1' to 5'x1' will need to be installed while nine blockouts on the wingwalls and headwall ranging from 3'x1' to 3'x5' will be installed. Please see the attached artist rendition and sheet metal cut plan. This work shall be incidental to the line item: Pedestrian Underpass 1 LS Art will be installed by the Contractor and consists of placing painted sheet metal panels per the artist's direction. The art will be mounted with concrete expansion bolts supplied by the Contractor. Bolts shall be 3/8" expansion bolts and should be pan head or round head, with an allen key head. Anticipate 98 anchor bolts. D. Line item 203-07 Subgrade Preparations within the Bid Alternative — Concrete Pavement has been eliminated. The subgrade preparation (scarifying and compacting) shall not be paid for separately but shall be included in the cost of the earthwork. E. Replace previous bid tab with attached revised bid tab. Please note that the bid tab has also been uploaded as a separate Microsoft Excel file. 7405 Turnberry Road Improvements Project Page 2 of 16 City of Fort Collins TURNBERRY ROAD IMPROVEMENTS City of Fort Collins - Capital Projects Bid Tab -Addendum #2 -"'�Item31>escnption ..-�'..�.1+� ?.a^��rs......�'.�: -0uai ^K" j �Quantf r« ty *� . t �iLUntt�3i v ro'F " and "...�UNtiCost..r ' ': .a}ToialcCost„ 1 201_01 Clearing and Grubbing 1 LS $ - 2 202-01 Removal of Pipe (RCP, PVC. CMP) 100 LF $ - 3 202-02 Removal of Curb and Gutter 600 LF $ 4 202-03 Removl of Sidewalk 120 SF $ - 5 202.04 Removal of Asphalt Pavement (4"-8" Depth) 14,000 SY $ - 6 202-05 Removal of Abandoned Irrigation Structures 4 EA $ - 7 202-06 Plug Pipe 1 LS $ - 8 202-07 Removal of Inlet (10' Type R) 1 EA $ - 9 203-01 Excavation around existing Century Link fiber 1 LS $ - 10 203-02 Unclassified Excavation 7,250 CY $ 11 203-03 Embankment 9,459 CY $ - 12 203-04 Haul Material 421 CY $ - 13 203-05 Muck Excavation 100 CY $ - 14 203-04 Potholing 1 LS $ - 15 206-01 Structure Excavation 4,000 CY $ " 16 206-02 Structure Backfill (Class 11) 1,360 CY $ - 17 206-03 Structure Backfill (Flow Fill) 100 CY $ - 18 206-04 Structure Backfill (Class 1) 200 CY $ - 19 206-05 Bed Course Material (ABC Class 6 - 6" Depth) 40 TON $ - 20 206-06 Shoring 1 LS $ - 21 207-01 Topsoil (Striping, Stockpiling, Placing, Haul Unused) (fop 6") 6,017 CY $ - 22 207-02 Topsoil (Special) - Amend Topsoil On -site (6") 1,850 CY $ - 23 208-01 Erosion Control 1 LS $ - 24 209-01 Water (Landscaping) 20,000 GAL $ - 25 210-01 Adjust Manhole Frame 5 EA $ - 26 210-02 Modify Manhole 1 EA $ - 27 210-03 Adjust Vale Box 17 EA $ - 28 210-04 Adjust Fire Hydrant 1 EA $ - 29 210-05 Tie in to Existing Manhole (5' Dia. Maple Hill Dnve) (10' Depth) 1 EA $ - 30 210-06 Relocate existing Mailbox 1 EA $ - 31 211-01 Dewatering 10 Day $ - 32 212-01 Sod 55,492 SF $ - 33 212-02 Dryland Seeding 0.2 ACRE $ - 34 213-01 Mulch (1.5" River Rock, 3" Depth, Fabric Included) 17,592 SF $ - 35 213-02 Mulch (Organic, Haul and Place only) 700 SF $ - 36 214-01 Street Trees (Western Catalpa, 2" Cal.) 21 EA $ - 37 214-02 Street Trees (Skyline Honeylocust, 2"Cal.) 23 EA $ - 38 214-03 1 Street Trees (Kentucky Coffee Tree, 2" Cal) 20 EA $ - 7405 Turnberry Road Improvements Project Page 3 of 16 39 214-04 Street Trees (Bur Oak, 2" Cal.) 21 EA $ " 40 214-05 Street Trees (Chinkapin Oak, 2" Cal.) 14 EA $ - 41 214-06 Street Trees (Greenspire Linden, 2" Cal.) 20 EA $ " 42 214-07 Street Trees (Redmond Linden, 2" Cal.) 6 EA $ ' 43 214-08 Street Trees (Accoloade Elm, 2" Cal.) 12 EA $ ' 44 214-09 Trees (evergreen 6' height) 21 EA $ - 45 214-10 Shrubs (5 Gallons) 661 EA $ - 46 214-11 Ornamental Grasses (1 Gallon) 304 EA $ - 47 214-12 Perrenials 1 Gallon) ( 170 EA $ ' 48 214-13 Landscape Maintenance 1 LS $ - 49 304-01 Aggregate Base Course (Class 5 or 6) (6" Depth - CIP) 1,800 TON $ - 50 304-02 Shouldering (Class 5 or 6) (4" Depth) 130 TON $ " 51 403-01 Hot Mix Asphalt (Grading S) (100) (PG64-28) (Modified Binder) (2" Depth) 600 TON $ ' 52 403-02 Hot Mix Asphalt (Grading S) (100) (PG58-28)(2" Depth) 600 TON $ ' 53 403-03 Hot Mix Asphalt (Grading SG) (100) (PG58-28)(3.5" Depth) 1,050 TON $ " 54 506-01 Geogrid Reinforcing 200 SY $ - 55 601-01 Pedestrian Underpass 1 LS $ " 56 603-01 18 Inch Reinforced Concrete Pipe (Class III) 825 LF $ " 57 603-02 21 Inch Reinforced Concrete Pipe (Class III) 45 LF $ ' 58 603-03 27 Inch Reinforced Concrete Pipe (Class III) 32 LF $ - 59 603-04 30 Inch Reinforced Concrete Pipe (Class III) 100 LF $ " 60 603-05 42 Inch Reinforced Concrete Pipe (Class III) 645 LF $ - 61 604-01 Inlet, Type R (5 Foot) 2 EA $ " 62 604-02 Inlet, Type R (15 Foot) 1 EA $ ' 63 604-03 Inlet, Type R (20 Foot) 1 EA $ ' 64 604-04 Inlet, Type R (25 Foot) 1 EA $ " 65 604-05 Inlet, Type R (30 Foot) 1 EA $ ' 66 604-06 Manhole (5 Fool Dia.) 7 EA $ " 67 604-07 Connect pipe to inlet 3 EA $ ' 68 604-08 Clean out Inlets 4 EA $ - 69 607-01 Fence (3 Rail Dowel) 460 LF $ ' 70 608-01 Concrete Sidewalk (6") 31,000 SF $ - 71 608-02 Concrete Access Ramp (8" w/ Truncated Domes) 1,560 SF $ ' 72 608-03 Concrete Crosspan and Apron (9") 1,000 SF $ - 73 608-04 Concrete Drive (8") 130 SY $ " 74 608-05 Yosemite Brown Concrete Bike Path (5" Fibennesh)(Class DT) 5,470 SF $ - 75 609-01 Curb and Gutter Type 2 (Section IIB) 7,600 LF $ - 76 619-01 Water Service with meter pit 1 EA $ " 77 620-01 Construction Trailer 1 LS $ - 78 623-01 Traffic Conduit (Two 2" and Two 3")(Sch 80) 640 LF $ - 79 623-02 3" PVC Pipe (Sch 40) 200 LF $ - 80 623-03 Irrigation for Country Club 1 LS $ ' 7405 Turnberry Road Improvements Project Page 4 of 16 81 623-04 1 Design/Build Irrigation (Maple Hills) 1 LS $ - 82 623-05 Design/Build Irrigation (Lind Property) 1 LS $ - 83 623-06 Design/Build Irrigation (Richards Lake) 1 LS $ - 84 626-01 Mobilization 1 LS $ - Total Construction Bid Items $ &B Y't1 �1il d,Alterria4ve B="fiot;Mrx"Asphalt?P.avementey ,,- b �.,; ;, �,, �; ,,,�, �� _'+ pis 3=fix "�"_'_:�..- :.�.,;':✓ 'Ref #�;,Iteml#�.,., YVT.i ,4`.n y„.:Pfiitem Descriptionx,., „_-.,-..,„,tdOuantlryUnit��.,Unit'Cost,iiptTotal aI'r>tez'i{ Cosh 1 203-02 Unclassified Excavation 3,893 CY $ - 2 203-04 Haul Material 3,893 CY $ - 3 304_01 Aggregate Base Course (Class 5 or 6) (6" Depth - CIP) 7,400 TON $ - 4 403_01 Hot Mix Asphalt (Grading S) (100) (PG64-28) (Modified Binder) 2,515 TON $ - 5 403-02 Hot Mix Asphalt (Grading S) (100) (PG58-28) 2,515 TON $ - 6 403-03 Hot Mix Asphalt (Grading SG) (100) (PG58-28) 4,400 1 TO $ - Total for Bid Alternative - Hot Mix Asphalt Pavement $ _ Add. for long term maintenance considerations (notpart of bid, just on determining award): $ 75,000.00 Total Base Bid with Alternative B - HMA and Maintenance Considerations In Words Y.-. lternadv Bi,— 2. S Brd Alternative B,?;ConcretelP-avemenN'�f1Z.,� ..,�., ":• 't1 (lRek#? }+ ,Item # ! �i } RS t "wMi'.. i•+ >' t w.5'="'...T:L 4 f t P r k i '> ,_> _kM;.1 xsl:• rt „�ux,7ltem,De'scriptloniN,Quantlry.) _ ,kM n� ... Me ' „+;CUnitt" 4 -`k•4 ea. SY}I �'Unit,Cost} _. d rmt'.°Pv 4'"e"� u�sTotal Cost;? 1 412-01 Concrete Pavement (7")(Class P) 23,980 SY $ - 2 609-02 Additional 1" thickness added to Curb and Gutter 7,600 LF $ - Total for Bid Alternative - Concrete Pavement: $ - Total Base Bid with BidAhernative B -Concrete Pavement : $ In Words Bid,',` .lternative-.ELCO1Waterlmw e,Reiotion _ bus ..'sY. _.:•_.._ .�: Ref #„rltemlDescii Pillon i 1'aQuent4" r Unit- , , 'Unit Cost, - aTotal Cost$ 1 202-E-01 Remove and dispose 14" AC pipe (Friable Pipe) 272 LF $ - 2 202-E-02 Remove and dispose 14" AC pipe (Non -Friable Pipe) 272 LF $ - 3 203-E-01 Excavation outside ped underpass limits 33 CY $ - 4 619-E-01 14" PVC (C-900) pipe (Install Only) 272 LF $ - 5 619-E-02 New Butterfly Vahe on 14" PVC (w/ Foster Adapter, Restrained to "T') (In 1 EA $ - 6 619-E-03 Transition Coupling 14" AC to 14" PVC (Install Only) 1 EA $ - Total for Bid Alternative - ELCO Waterline Relocation: $ _ 7405 Turnberry Road Improvements Project Page 5 of 16 EXHIBIT 2 — CLARIFICATIONS FROM THE PREBID Pre -Bid Clarifications: Q. It is unclear within the plan set which storm sewer pipes are already installed or are to be installed with this project. Not knowing which pipes are already installed makes it difficult to verify the bid tab. Should the Contractor solely rely on the bid tab for the storm sewer line items? A. The following storm sewer runs are to be constructed as part of this project: • ST-4G (page 32) • ST-4H (page 32) • ST-10 (from Inlet 10A to Inlet 1013, in addition to 6' of 21" RCP east of Inlet 10A to tie into existing pipe)(page 33) • ST-10A (page 33) • ST-10A-1 (from manhole 1OA-1 to Inlet 10C)(page 33) • ST-4 (approximately 100 feet of 30" RCP to tie into existing manhole) The bid items were calculated from the above and have been verified. Q. Can the 21" and 27" reinforced concrete pipe (RCP) be upsized to 24" and 30"? The 21 " and 27" RCP are unusual sizes and may be difficult to find resulting in higher prices. A. The City has verified that upsizing these two pipe sizes to 24" and 30" will meet the intent of the design. It is anticipated some 21" pipe will be required for the project as it ties into existing infrastructure. An exact quantity will be determined in the field. For bidding purposes, the pipe sizes for the 21" and 27" pipe will not change. The City will consider the use of the larger pipes after the project has been awarded. Q. Is the removed asphalt to be returned to the City, and if so, is it to be sent to Hoffman Mill Road? If so, does the asphalt need to be broken up into small pieces? A. No, the milled asphalt will become the property of the Contractor. If the Contractor so chooses, it can be disposed of at the Hoffman Mill Road facility. The facility asks that large slabs not be delivered to the site. 7405 Turnberry Road Improvements Project Page 6 of 16 Q. Can the City verify the quantity for item 209-01 Water (Landscaping)? This quantity seems low. A. The line item 209-01 Water (Landscaping) is to be used to water sections of existing landscaping on the east side of Turnberry Road between Country Club Road and Brightwater Road. These areas are irrigated. It is the City's intent to keep the existing irrigation systems intact during the construction of the project. If the systems are damaged during the construction process, it will be the Contractor's responsibility to repair the system to an operable state as soon as possible so as to minimally impact the existing landscaping. This line item will be used as directed by the City to water in the case the existing systems cannot be operational for a period of time. The method of watering will be suitable to water existing landscaping and must be approved prior to by the City. The following line item has been adjusted to include additional watering capacity: • Water (Landscaping) 20,000 GAL Q. Where are the locations for the three design/build irrigation systems? A. The three design/build irrigation systems are located along the frontages of the following subdivisions: • Maple Hills — East side of Turnberry Road between Country Club Road and Richards Lake Road • Brightwater Landsings — East side of Turnberry Road between Richards Lake Road and Brightwater Drive • Richards Lake — West side of Turnberry Road between Richards Lake Road and Brightwater Drive The design/build irrigation systems will primarily serve a sod/tree parkway except at the pedestrian underpass where additional shrubs, ornamental grasses, and perennials will be planted. Please reference the plans for planting locations and details. All new work will be tied into existing system with existing controllers and existing backflow prevention. The proposed work includes all work necessary for installation of irrigation mainline, valve boxes, sprinkler heads, tree bubblers, drip systems, laterals, and wiring within the work areas shown on the attached map. See attached map for additional info. Q. How will power to the construction trailer be handled? Will the construction trailer need to have internet access? A. The City will coordinate with their Light and Power Department to provide electricity to the construction trailer. Monthly electric bills will be handled by the City. Internet will not need to be provided to the construction trailer. 7405 Turnberry Road Improvements Project Page 7 of 16 Location of the trailer, and securing this location, will be handled by the Contractor. Q. Can 20% Recycled Asphalt Pavement be used in the top lift of the hot mix asphalt pavement? A. Yes, 20% RAP can be used in the top lift of the asphalt pavement. An updated project specification has been included with this addendum. Q. Will the City be requiring a paving machine for the concrete pavement? A. No, the City will not be requiring a paving machine for the concrete pavement. However, the City will be using CDOT's smoothness criteria for concrete pavement. Pavement grinding will be performed in accordance with LCUASS 25.5. Pavement grinding limits will be performed in accordance with LCUASS 25.5.2 and Figure 25-1. The City would encourage the use of a paving machine in order to meet the smoothness specifications. Q. A curb with a 7" thick pan will be required if concrete pavement is used. This is not reflected in the bid tab. The curb and gutter should be included in the pavement alternatives since the pan thickness is specific to the pavement selected A. A line item has been added to the concrete pavement alternative reflecting this difference. The line item is as follows: Additional 1" thickness added to Curb and Gutter 7600 LF The line item 609-01 Curb and Gutter Type 2 (Section 1113) will remain in the base bid. Q. Preformed concrete pavement sealants should not be applicable to this project. Would the City consider the use of a silicone sealer? A. The City agrees with this statement. A cold applied silicone sealer, gray in color, shall be used to seal the concrete pavement. Both the backer rod and silicone sealer will be incidental to the line item: • Concrete Pavement (7")(Class P) Q. The earthwork calculations are unclear. Please clarify the earthwork calculations for both the asphalt and concrete pavement sections. A. In an effort to clarify the earthwork quantities, the bid tab now reflects earthwork quantities more specific to the pavement sections. The project is no longer being bid as Unclassified Excavation (Complete in Place). 7405 Turnberry Road Improvements Project Page 8 of 16 Instead, Unclassified Excavation, Embankment, and Haul Material will be bid. Please reference the revised project special for Section 203. Q. Will dowels be required in the concrete pavement or does the concrete mix design require No. 467 aggregate. A. Dowels will be required regardless of the concrete mix design. Clarifications Not Resulting in Changes to the Bid Documents: Q. Will the City supply the bid schedule in Excel format? A. Yes, the City will supply the bid schedule in Excel. 7405 Turnberry Road Improvements Project Page 9 of 16 EXHIBIT 3 — REVISED SPECIFICATIONS Revisions to the Project Specifications: The following specifications have been updated or added to the project: • Revision of Section 203, Unclassified Excavation and Embankment • Revision of Section 401, Reclaimed Asphalt Pavement 7405 Turnberry Road Improvements Project Page 10 of 16 REVISION OF SECTION 203 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.02(a) delete and replace with the following: (a) Unclassified Excavation. Unclassified excavation shall consist of the excavation to final grades of all materials of whatever character required for the work, obtained within the project limits as shown on the plans or at locations directed by the Engineer, including excavation for ditches and channels that is not removed under some other item. Subsection 203.03 shall include the following: (c) Haul Material. Haul Material shall consist of all work necessary to load, haul, and appropriately dispose of excess material not able to be used within the project created from unclassified excavation. This material will become the property of the Contractor. Engineer's Earthwork Calculations for Hot Mix Asphalt Pavement: Earthwork south of Country Club Road (STA 20+00 to STA 25+50): Top Soil Stripping: 325 CY Roadway Embankment 2000CY Earthwork between Country Club Road and Richard's Lake Road (STA 26+00 to 52+00): Topsoil Stripping: 5,284 CY Earthwork between existing and proposed contours (as shown on grading plan) 6,973 CY CUT 4,571 CY FILL Street Core: +6,645 CY CUT Fill required to replace strippings taken from cut areas 1759 CY FILL Cut Material due to lost strippings taken from cut area: -3,525 CY CUT SUBTOTAL: 10,093 CY CUT 6,330 CY FILL Compaction Factor: 18% 10,093 CY CUT 7469 CY FILL Unusable Fill to be Hauled off site: 0 CY HAUL Total Useable Cut: 10,093 CY CUT Total Required Fill: 7,469 CY Earthwork between Richard's Lake Road and Brightwater Drive (STA 10+50 to STA 21+00): 7405 Turnberry Road Improvements Project Page 11 of 16 Bid Alternative 8 - Conicrete Pavement,', 0 Lni� �6nii -1 TcialCeai 1 1 412-01 ICon—le Pavement (r)(Class P) 2"3.980 SY $35,80 $ 858,484.00 2 1 609-02 Additional I" thickness added to Curb and Gutter 7,600 LF $0.94 $ 7,144o0 Total for Bid Alternative- Concrete Pavement.- $ 868,628.M Total Base Bid with Bid Alternative B - Concrete Pavement : $ 2,792,#88.19 In 'N woms.ii nir-��A4 tr) icI Bid Alftarna`tiva*�EUCO Waterline Relocation �lt,, Description �''bNt 177"'Ff Unit Cost 74�'f�,izT ,Cost 1 202-E-01 Remove and dispose 14" AC pipe (Friable Pipe) 272 LF $188.00 $ 51,136.00 2 202-E-02 Remove and dispose 14" AC pipe (Noni Pipe) 272 LF $64.40 $ 17,516.80 3 203-E-01 Excavation outside ped underpass limits 33 CV $54,40 $ 1,795.20 4 619-E-01 14" PVC (C-900) pipe (Install Only) 272 LF $36.30 $ 9,873.60 5 619-E-02 New Butterfly Valve on 14" PVC (w/ Foster Adapter, Restrained to "T") flinsl 1 EA $374.00 $ 374.00 6 619-E-03 Transition Coupling 14" AC to 14" PVC (install Only) 1 EA $2,730.00 $ 2.730.00 Total For Bid Altai - ELCO Waterline Relocation: I $ 83.425.60 REVISION OF SECTION 203 UNCLASSIFIED EXCAVATION, EMBANKEMENT, & HAUL MATERIAL Topsoil Stripping: (2100-1050) x 0.5 x 25' / 27 = 408 CY Note on Existing Conditions: Earthwork has been completed in this location. Aside from topsoil stripping & asphalt removal, it is anticipated that an additional 6 inches of material will need to be removed for the roadway section. That amounts to: 54' x (2100-1050) x 0.5 / 27 = 1,050 CY CUT Location Topsoil Unclassified Ex Embankment South of Country Club Road 325 CY 0 CY 2000 CY Country Club Rd. to Richards Lake Rd. 5284 CY 10,093 CY 7469 CY Richards Lake Rd to Bri htwater Dr. 408 CY 1050 CY 0 CY Totals 6017 CY 11,143 CY 9469 CY Engineer's Earthwork Calculations for Concrete Pavement: Earthwork south of Country Club Road (STA 20+00 to STA 25+50): Top Soil Stripping: 325 CY Roadway Embankment 2000CY Earthwork between Country Club Road and Richard's Lake Road (STA 26+00 to 52+00): Topsoil Stripping: 5,284 CY Earthwork between existing and proposed contours (as shown on grading plan): 6,973 CY CUT 4,571 CY FILL Street Core: +3,628 CY CUT Fill required to replace strippings taken from cut areas Cut Material due to lost strippings taken from cut area: SUBTOTAL: FILL Compaction Factor: 18% Unusable Fill to be Hauled off site: Total Useable Cut: Total Required Fill: -3,525 CY CUT 7,076 CY CUT 7,076 CY CUT 7,076 CY CUT 1759 CY FILL 6,330 CY 7469 CY FILL 0 CY HAUL 7,469 CY 7405 Turnberry Road Improvements Project Page 12 of 16 REVISION OF SECTION 203 UNCLASSIFIED EXCAVATION, EMBANKEMENT, & HAUL MATERIAL Earthwork between Richard's Lake Road and Brightwater Drive (STA 10+50 to STA 21+00): Topsoil Stripping: (2100-1050) x 0.5 x 25' / 27 = 408 CY Note on Existing Conditions: Earthwork has been completed in this location. Aside from topsoil stripping & asphalt removal, it is anticipated that an additional 1 inch of material will need to be removed for the roadway section. That amounts to: 54' x (2100-1050) x 0.083 / 27 = 174 CY CUT Location To soil Unclassified Ex Embankment South of Country Club Road 325 CY 0 CY 2000 CY Country Club Rd. to Richards Lake Rd. 5284 CY 7076 CY 7469 CY Richards Lake Rd to Bri htwater Dr. 408 CY 174 CY 0 CY Totals 6017 CY 7250 CY 9469 CY When including the Structural Excavation and Structural Backfill (Class II) into the earthwork calculations the following becomes apparent: Description Base Bid Asphalt Pavement Concrete Pavement Unclassified Excavation 7250 CY 3893 CY 0 CY Embankment 9469 CY 0 CY 0 CY Structural Excavation 4000 CY 0 CY 0 CY Structural Backfill (Class II) 1360 CY 0 CY 0 CY Haul Material 421 CY 3893 0 CY The bid tab has been modified to reflect the above. Subsection 203.14 shall include the following: Payment will be made under: Pay Item Pay Unit Unclassified Excavation Cubic Yard Embankment Cubic Yard Haul Material Cubic Yard Unclassified Excavation, Embankment, and Haul Material will not be measured in the field but will be paid per plan quantity. 7405 Turnberry Road Improvements Project Page 13 of 16 REVISION OF SECTION 203 UNCLASSIFIED EXCAVATION, EMBANKEMENT, & HAUL MATERIAL Work shall include all material, equipment, labor, and disposal of materials to complete the work, including haul, stockpiling, dust control, soil moisture control, compaction, proof rolling, finish grading and disposal of unsuitable materials. Excess Material will become the property of the contractor to dispose. 7405 Turnberry Road Improvements Project Page 14 of 16 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. ``J1 Jd I oil" \\ A �.4 �• _ SE AL f " \ ®RRTSic> s y corporation) 111110 RESPECTFULLY SUBMITTED: Connell Resources., Inc. CONTRACTOR -William S Anderson 07-09-13S Anderson 07-09-13 Printed Date Vice President Title Number (If Applicable) Address 7785 Highland Meadows7785 Highland Meadows Pk�. Suite 100Suite 100 Fort Collins, CO 80528 Telephone 970-223-3151 Email iacton@connellresources.com SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 BID BOND KNOWALL ME BY E P ES S: th we the' dersi ned Connell Resources, Inc. as Principal, andNas �r'8�t ,TV41%K i�f aI° i o ' �u9n @@��� Collins, Colorado. as OWNER_ in the sum bfv5r�i'€ grYfeh��tCft to be made;we hereby jointly and Severally bind ourselves, Successors, ity of Fort I ell and truly and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 7405 Turnberry Road Improvements Project 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 furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of: said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. IN WITNESS 1(V,�IEREOF, the Principal and the Surety have hereunto set their hands and seals thin of July 2C 12, and such of them as are corporations have caused their corporate seals to be hereto afrrxed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Connell Resources, Inc SURETY Travelers Casualty and Surety Company of America Address:7785 Highland Meadows Parkway, One Tower Square Suite 100 Fort Collins, CO A052Hartford,CT 06183 By: By: tJ� Title: William S Anderson, vice PresidentTltle: Darlene Krings, Attorney -in -Fact By: `(� (- (SEAL) Sheri C Welch, Secretary PESO �v 9 SEAL e �'O ''•.. .••••• ///��RAO0`\���