Loading...
HomeMy WebLinkAboutCORRESPONDENCE - BID - 5858 MISC. STREET IMPROVEMENTS (5)Administrative Services Purchasing Division City of Fort Collins June 12 2008 Connell Resources Inc Attn John Warren Construction Manager 4305 E Harmony Rd Fort Collins CO 80528 lUl� RECEIVED JUN 18 &0 apg Re Renewal 5858 Miscellaneous Street Improvements Dear Mr Warren JUN 16 2008 RECEIVED The City of Fort Collins wishes to extend the agreement term for the above captioned proposal per the existing terms and conditions including a price increase listed as Exhibit A consisting of Five (5) pages and the following Prohibition Against Employing Illegal Aliens This paragraph shall apply to all Contractors whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work Pursuant to Section 8-17 5-101 C R S et seq Contractor represents and agrees that a As of the date of this Agreement 1 Contractor does not knowingly employ or contract with an illegal alien and 2 Contractor has participated or attempted to participate in the basic pilot employment verification program created in Public Law 208 104th Congress as amended and expanded in Public Law 156 108th Congress as amended administered by the United States Department of Homeland Security (the Basic Pilot Program ) in order to confirm the employment eligibility of all newly hired employees b Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement c Contractor shall continue to apply to participate in the Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter until Contractor is accepted or the public contract for services has been completed whichever is earlier The requirements of this section shall not be required or effective if the Basic Pilot Program is discontinued d Contractor is prohibited from using Basic Pilot Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed e If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall 1 Notify such subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien and 2 Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not 215 North Mason Street 2nd Floor PO Box 580 Fort Collins CO 80522-0580 (970) 221 6775 FAX (970) 221 6707 cease employing or contracting with the illegal alien except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien f Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment (the Department ) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17 5-102 (5) C R S g If Contractor violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17 5-102 C R S the City may terminate this Agreement If this Agreement is so terminated Contractor shall be liable for actual and consequential damages to the City arising out of Contractors violation of Subsection 8-17 5-102 CRS h The City will notify the Office of the Secretary of State if Contractor violates this provision of this Agreement and the City terminates the Agreement for such breach The term will be extended for one (1) additional year July 1 2008 through July 1 2009 If the renewal is acceptable to your firm please sign this letter in the space provided include a current copy of insurance naming the City as an additional insured and return all documents to the City of Fort Collins Purchasing Division P O Box 580 Fort Collins CO 8�2 within the next fifteen days If this extension is not agreeable with your firm we ask that you send us a written notice stating that you do not wish to renew the contract and state the reason for non -renewal Please contact John D Stephen CPPO CPPB Senior Buyer at (970) 221-6777 if you have any questions regarding this matter Sincerely V ' nt1_0� J as B O Neill II CPPO erector o chasing and Risk Management S ature �yGN M /„%w,,•�. Date (Please indicate your desire to renew 5858 by signing this letter and returning it to Purchasing Division within the next fifteen days ) JBO mar t Rtrcha's-- Order 11mLk �0 13,o Lncne-aseck to A-75,o0o p.e_r Lu" Rev 01/08 EXHIBIT A Connell Resources. Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins CO 80628 Phone (070) 2233151 Fax (970) 2233191 Estimator Jennifer Acton QUOTATION pate 6/6R008 i Submltbld ro• Gly Of PortCdko Bid Title CRY Of Fat CARm Msc street [mprovenlartS 200e-2009 Address 256 Mountain Bid Numban Fat Cdhrn, CO Project Location Various localkms Contact jdn Stephen Pro3ect City, stale Fat CPllins, CO Phone Felt. Enghuer/Architect We offer for your consideration the following Quotation which If accepted, shall constibrte a contract between us. Item i item Description Estanated Quentily Unit Unk Price Total Price A. eaaa aid 20201 Remove Pipe (ADStMP-RCP-PVCttay Tile) 3000 LF $6 90 $20700 20203 Remove vertical Curb 13700 LF $4 11 $563 07 20204 Remove Rollover Curb And Siewak IM00 LF $6 10 $610 00 20205 Remove CrosspaNOrivewey/Apron 15000 SF $261 $nl 50 202 06 Remove Concrete Paving Ir Avg Depth 40000 5F 42.62 $1 OMB 0o 202-07 Remove Asphalt 8 5000 SY $6.98 $349 Do 202-08 Rotor 14913 4 Asphalt tO0D0 SY $548 $50800 20202 Plug Existing Pipe (12 36) 100 EACH $16934 $189 34 20209 Profile Mil o r 600 Do SY $2 01 $1,2X00 202 IO Remove Sidewalk 4-6 4U00 SF $2 16 $870 48 202 12 Remove Rip Rap 20XI) SY $2 16 03.20 202 13 Remove Fence VNIM S Types 10100 LF $2 74 $274 00 202 L5 Saw Cutting Existing Asphalt 10000 LF $2.52 $252 00 203-01 Uodassmed Excavation 11500 CY $5.67 $65205 203-02 Embankmert(CIP) 7500 CY $3.95 $2%25 203-03 Borrow Suitable FA Material 50.00 CY $1418 17" 00 20304 Had Dispose 6500 CY $702 "SC30 20305 Tcpsal (Strlppng, Stockpiling Placing) 7500 CY $1388 $1041 00 203 06 Muds Excavation (CIP) 5000 CY $28 07 $1 403 50 203 07 Borrow ABC Class 5 or 6 (CIR) 5Q 00 TON $19 2L $960 50 203-08 Borrow FIII R. 25 50 00 CY $23 16 $1 im 00 203-09 Median Splash Bock Shaping SIM 00 SF $7 91 $1 455 00 203 10 Import Topsoll Screened 5000 CY W 35 $2 417 SO 203 11 Potiwling 1000 EACH $297 57 $2 975 70 206 Ol Structure Excavation 50.00 CY $7 01 $350 50 20602 Structure Backfs on site 01[ 5000 CY $7 B3 $391 50 20603 Haut and Leveling 5000 CY $1620 ssi"o 206-04 Stnxlure Backfll Flow FIII 5009 CY $8131 $4 065 50 46-05 Fitter mate" 1 112 washed radl 50 00 TON Vo 62 $1 53100 206-06 Dewatermg 1500 DY $900 84 $13,512 60 208-02 Silt Fence Furnished and installed 32000 LF $8 05 $2 576 00 200-03 Straw Saks furnished and installed 1000 LF $66 S2 $665,20 208-04 Saw Retention Blanket ISO 00 SY $4 97 $745 50 21a01 AOJtst Valve Box 300 EACH $281 13 01339 210-02 Adjust Manhole Ring/Cover zoo EACH $494 83 $98966 210-03 Modify Manhole 200 EACH $112997 $225994 210-04 Relocate fire hydrant 100 EACH $135901 $135901 230-05 Relocate water meter 100 EACH $111000 $111000 21006 Relocate CP Test Station 100 EACH $929 61 $929 61 210-07 Irrigation Service (314 1 j 2 OD EACH $4038.89 $4 077 78 210-08 Relocate Fence Various Types 10000 LF $605 f6nall a1Y IX Fort Cdfns Mac Arne: Im ffxints 2OW200 Pepe 1 d 5 Rev 01/08 Item # Item Description Estimated Quantity Unit Unit Price Total Price 21009 Relocate Mailbox (Provide Temporary Service) 200 EACH $389 79 $779 58 30401 Aggregate Base CL 5 6 CIP (6 ) 5000 TON $19 33 $966 50 30402 Shouldering Base Class 5 6 (41n) CIP 5000 TON $22 40 $1 12000 30403 Patch Placement Base CL 5 6 (6 ) CIP 5000 TON $40 56 $2,028 00 30601 Reconditioning (8 ) 5000 SY $3 50 $175 00 403 01 Asphalt Patching Grading S (3 Depth) 300 TON $168 O6 $504 18 40302 Asphalt Patching Grading SG ()6 10 Depth) 600 TON $163 04 $978 24 403 03 Hot Bituminous Pavement Grading S (3 Depth) 5000 TON $87 10 $4 355 00 403 04 Hot Bituminous Pavement Grading SG (4 Depth) 5000 TON $82 07 $4 103 50 40305 Asphalt Paver Leveling Course SG 2500 TON $82 07 $2 051 75 403 06 Asphalt Paver Patch Grading S (3 Depth) 2500 TON $99 10 $2,477 50 41201 Concrete Pavement 10 7500 SY $107 51 $8 063 25 412 02 Concrete Pavement 8 17500 SY $93 35 $16 336 25 42001 Geotextile Stabiilzbon Fabric 5000 SY $10 57 $528 50 42002 Geo Grid Reinforcement 5000 SY $10 67 $533 50 42003 Geotextile Paving Fabric Up To 1000 SY 100 SY $3 937 50 $3 937 50 50601 Rip Rap With Type II Bedding and Topsoil 1000 SY $8193 $819 30 603 01 12 CMP 2700 LF $43 47 $1 17369 603 02 12 CMP FES 200 EACH $192 63 $385 26 60303 24 CMP 3000 LF $58 35 $1 750 50 60304 24 CMP FES 200 EACH $305 00 $610 00 603 05 12 Class 3 RCP 3000 LF $38 52 $1 15560 60306 15 Class 3 RCP 3000 LF $42 64 $1 279 20 60307 18 Class 3 RCP 3000 LF $52 27 $1 568 10 603 09 24 Class 3 RCP 8000 LF $67 33 $5 386 40 603 11 30 Class 3 RCP 3000 LF $90 38 $2 711 40 603 12 36 Class 3 RCP 3000 LF $11148 $3 344 40 603 13 42 Class 3 RCP 3000 LF $137 61 $4,128 30 603 15 15 RCP Class 3 FES 200 EACH $536 27 $1,072 54 603 16 18 RCP Class 3 FES 200 EACH $601 31 $1 202 62 603 17 21 RCP Class 3 FES 200 EACH $697 06 $1 394 12 603 18 24 RCP Class 3 FES 200 EACH $697 06 $1 394 12 603 19 27 RCP Class 3 FES 200 EACH $843 63 $1 687 26 603 20 30 RCP Class 3 FES 200 EACH $843 62 $1 687 24 603 21 36 RCP Class 3 FES 200 EACH $1 352 16 $2 704 32 603 22 42 RCP Class 3 FES 200 EACH $1 449 00 $2 898 00 60323 24 X 38 RCP 3000 LF $113 50 $3 405 00 60324 24 X 38 RCP FES 200 EACH $852 08 $1 704 16 603 25 14 a 23 RCP 3000 LF $82 46 $2 473 80 603 26 14 x 23 RCP FES 200 EACH $617 15 $1 234 30 603 27 Trash Rack 2 00 EACH $842 40 $1 684 80 603 28 15 ADS N 12 3000 LF $35 46 $1 063 80 603 29 15 ADS FES 200 EACH $300 49 $600 98 60330 18 ADS Pipe N 12 3000 LF $40 04 $1 201 20 603 31 18 ADS FES 2 00 EACH $300 49 $600 98 603 32 24 ADS Pipe N 12 3000 LF $50 32 $1 509 60 60333 24 ADS FES 200 EACH $323 24 $646 48 60334 36 ADS Pipe N 12 3000 LF $78 26 $2 347 80 603 35 36 ADS FES 2 00 EACH $900 59 $1 801 18 603 37 4 Sanitary Sewer Service (SDR 35) 3000 LF $30 14 $904 20 60338 6 PVC Sanitary Sewer 3000 LF $30 76 $922 80 60339 8 PVC Sanitary Sewer (SDR 35) 3000 LF $38 18 $1 14540 603 40 Concrete Encasement 2000 LF $97 46 $1 949 20 60341 Concrete Cut off Walls (ditch crossing) 200 EACH $4 86171 $9 723 42 60342 Pipe Headwall 200 EACH $3 671 45 $7,342 90 City Of Fort Collins Mlsc Street Improvements 2008 2009 Page 2 of 5 Item * Item Description Estimated Quantity Unit Unit Price Total Price 60343 4 Median Underdram Pipe Perforated 3000 LF $23 63 $708 90 603-44 4 Median Underdrain Pipe Solid 3000 LF $23 62 $708 60 60345 4 Clean Out 200 EACH $426 84 $853 68 60401 Type 3 Single Inlet 200 EACH $2,804 61 $5 609 22 60402 Type 3 Double Inlet 200 EACH $4 159 12 $8 318 24 60403 5 Type R Inlet 200 EACH $3 108 04 $6 216 08 60404 10 Type R Inlet 200 EACH $4 991 60 $9 983 20 60405 15 Type R Inlet 200 EACH $6 314 65 $12 629 30 60406 Combination Type 13 Inlet 200 EACH $3 017 86 $6 035 72 60407 COFC Single Inlet (area inlet) 200 EACH $2 713 20 $5 426 40 60408 4 Diameter manhole 200 EACH $1 861 25 $3 722 50 60409 5 Diameter Manhole 200 EACH $2 738 20 $5 476 40 604 10 5 Diameter manhole drop 200 EACH $3 305 26 $6 610 52 604 11 6 Diameter manhole 200 EACH $3 383 33 $6 766 66 607 01 Temporary Fence Corral Fence 10000 LF $22 64 $2 264 00 607 02 Temp Fence Corral Panel + Screen 10000 LF $28 47 $2 847 00 607 03 Privacy Fence 8 Cedar 10000 LF $30 92 $3 092 00 607 04 Privacy Fence 6 Cedar 10000 LF $25 72 $2 572 00 607 05 2 Rail Split 10000 LF $16 13 $1,613 00 60706 3 Railed Dowel Fence 10000 LF $19 O5 $1,905 00 607 07 4 Strand Barb Wire 10000 LF $7 05 $705 00 607 08 Orange Safety Fence 10000 LF $3 60 $360 00 60801 Concrete Sidewalk (4 ) 50000 SF $4 21 $2 SOS 00 60802 Concrete Sidewalk (6 ) 93500 SF $6 03 $5 638 05 60803 Concrete Access Ramps with Colored Landing (6) 3600 SF $29 99 $1 079 64 608 04 Concrete Drrve Approach (6 ) 25000 SF $7 31 $1 827 50 60805 Drive Over Curb + Sidewalk (6) 20000 SF $8 28 $1 656 00 608 06 Concrete Crosspans + Aprons (10) 39000 SF $14 47 $5,643 30 60807 Concrete Trickle Pan (oft Wide 6 Thick) 76000 SF $5 96 $4 529 60 60808 Colored Concrete Bike Path 5 Fibermesh and Colored 1 00000 SF $8 90 $8 900 00 Yosemite Brown 608 09 Bus Stop Pad 6 Flat Work 50000 SF $6 75 $3 375 00 608 10 Pedestrian Refuge Islands 10000 SF $13 66 $1 366 00 608 11 Hi Early Concrete (24hr) 2500 CY $75 68 $1 89200 608 12 Flow Fill 5000 CY $82 45 $4 122 50 60901 Remove and Replace Concrete Curb and Gutter (match 10000 LF $38 99 $3 899 00 existing) 609 02 Vertical Curb + Gutter 30 6600 LF $24 41 $1 61106 609 03 Outfall Curb + Gutter 18 5000 LF $22 77 $1 13850 609 04 Rollover Curb + Gutter 5000 LF $24 29 $1 21450 60905 Driveway Curb Cuts 400 EACH $592 27 $2 369 08 60906 Asphalt Curb 15000 LF $10 85 $1 627 50 610 01 Exposed Aggregate Concrete Hardscape Medians 4 25000 SF $11 10 $2 775 00 610 02 Patterned Concrete (Stamped) 25000 SF $14 47 $3 617 50 61901 6 DIP Class 52 and poly wrap 3000 LF $48 18 $1 445 40 61902 6 x6 Tee 100 EACH $385 78 $385 78 61903 6 x 6 Cross 100 EACH $457 47 $457 47 61904 6 45* Bend 100 EACH $323 11 $323 11 61905 6 Gate Valve and Box 100 EACH $990 86 $990 86 61906 6 Mega Lugs Restraints 2 00 EACH $146 97 $293 94 61907 6 x 2 Blow Off 100 EACH $1 16353 $1 16353 61908 8 DIP Class 52 And Poly Wrap 3000 LF $56 00 $1 680 00 61909 8 x 6 Tee 100 EACH $480 93 $480 93 619 10 8 x 8 Cross 100 EACH $481 35 $481 35 619 11 8 45* Bend 100 EACH $372 64 $372 64 City Of Fort Collins Mlsc Street Improvements 2008 2009 Page 3 of 5 Item # Item Description Estimated Quantity Unit Unit Price Total Price 619 12 8 x 2 Blow off 100 EACH $1,583 59 $1 583 59 619 13 8 PVC C 900 3000 LF $34 93 $1 047 90 619 14 8 Gate Valve and Box 100 EACH $1 359 48 $1 359 48 619 15 8 Mega Lugs Restraints 200 EACH $172 10 $344 20 619 16 8 x 2 Blow off 100 EACH $1 662 68 $1 662 68 619 17 Fire Hydrant 100 EACH $2,848 70 $2 848 70 619 18 6 Fire Hydrant Extension 100 EACH $568 12 $568 12 619 19 12 Fire Hydrant Extension 100 EACH $701 52 $701 52 619 20 3/4 Copper Pipe 3000 LF $29 54 $886 20 61921 3/4 Corp Stop 100 EACH $296 50 $296 50 61922 3/4 Curb Stop 100 EACH $260 62 $260 62 61923 3/4 Meter Pit with 3/4 Yoke 100 EACH $912 64 $912 64 619 24 1 Copper Pipe 3000 LF $38 70 $1 16100 619 25 1 Corp Stop 100 EACH $306 16 $306 16 619 26 1 Curb Stop 100 EACH $288 14 $288 14 61927 1 Meter Pit w/ 3/4 Yoke 100 EACH $775 04 $775 04 619 28 1 Air Vac Assembly 100 EACH $4 870 64 $4 870 64 Total Price for above A Base Bid Items $369,169 49 B. Proposed 4000 Unit Prices Estimating 100 HR $59 04 $59 04 4002 Project management 100 HR $59 04 $59 04 4004 GPS Survey 100 HR $83 32 $83 32 5002 Mobilization (6 10 Miles) 100 EACH $1 713 90 $1 713 90 5000 Mobilization (0 5 Miles) 100 EACH $1 529 33 $1 529 33 5004 Mobilization (11 15 Miles) 100 EACH $2 570 85 $2 570 85 5006 Mobilization (15+ Mlles) 100 EACH $3 856 66 $3 856 66 Total Price for above B Proposed Unit Prices Items $9,87214 Notes These unit prices are for the extension of the bid #5858 Miscellaneous Street improvements Contract Dated 7 7 04 for a one year period Connell Resources Requires 3 sets of the most current city standards for the construction of Streets Storm Drains Waterline and wastewater systems Item 607 07 Excludes line & corner braces to be quoted per project dependent on job Asphalt Cement suppliers are not holding their prices Past June therefore work quoted to be completed after June 2008 will be subject to price adjustment if asphalt cement prices increase Currently the estimate is based on 525 / Liquid ton for A/C Oil This estimate includes Diesel Fuel bid at $4 05 per Gallon When work is to be performed the contract sum will be negotiated based on Connells current Cost per gallon of Diesel Fuel City Of Fort Collins Misc Street Improvements 2008 2009 Page 4 of 5 CONDITIONS AND AGREEMENTS 1 WITHDRAWAL OF QUOTATION This quotation may be withdrawn or modified by Connell Resources Inc ( Connell ) if not accepted by the named sponsor (the Sponsor � within thirty (30) days from date of issue 2 PERFORMANCE Delivery of materials and performance of services herein quoted are subject to delays occasioned by circumstances beyond Connell s control Completion date is subject to weather conditions mechanical failures labor difficulnes fuel or material shortages fire government authomyor regulation actsof God engmeenngchauges contractorsnot included in this Agreement or any cause beyond Connell s control 3 SPONSORS RESPONSIBILITIES This quotation does not include any charges for tapping fees unless noted Sponsor to furnish all easements and adequate working right of ways Sponsor will pay all costs of design engineering and inspections and quality control testing 4 SOIL MECHANICS AND UNDERGROUND CONDITIONS During excavation ifmaterial is encountered that a I / yard backhoe cannot remove for utility installation or a D8 tractor cannot np for grading work a price adjustment may be necessary If blasting (or other approved method) becomes necessary this work will be done as an additional cost on a time and material basis or a negotiated lump sum basis Also if unstable subgrade conditions are encountered these conditions shall be the criteria for change order negotiations between Sponsor and Connell 5 DESIGN AND ENGINEERING SERVICES Sponsor acknowledges that Connell is not providing professional design or engineering services Sponsor is solely responsible for performing or retaining qualified professionals to perform all such services at then cost Connell shall not be liable for any damages resulting from design or engmeenngservmes performed by sponsor sponsor s agents or third parties 6 EXTRA WORK Upon written nonce from Connell to the sponsor sponsor s agent or employee that extra work not specifically included in the quotation is necessary to complete the work described the panes shall negotiate a written signed agreement for the extra work within three (3) working days of the date of such notice If such written agreement is not reached within three (3) working days and Connell has not otherwise recervedfrom the sponsor any written authorization for theextra work then Connell may in insole absolute discretion proceed with extra work if Connell wnsiders n necessary As compensation for the extra work the sponsor shall pay Connell on a time and material basis for all costs related to such work unless the parties agree in writing on another method of compensation 7 QUANTITY DETERMINATION AND BILLINGS For any unit price quotation the quantities shall be verified by in field measurement after construction and the total price to be paid by sponsor will be calculated by multiplying thevenfied quantities times the unit prices for such quantities This quotation shall be considered a unit price quotation unless it is specifically designated as a lump -sum quotation 8 PAYMENT TERMS The sponsor agrees to pay Connell the full quoted price with any adjustments provided for the work herein specified Invoices or progress payments will be due on the 10th of each month followmgthen issue Paymentshall be overdue and delinquent if notreceived by Connell by the due date Time is of the essence to this Agreement Connellwdl be entitled to a I I / / per month LATE PAYMENT CHARGE NOT A FINANCE CHARGE which is an ANNUAL PERCENTAGE RATE OF 18 / on any past due balances Acceptance by Connell of a partial payment shall not be construed as a waiver of Connell s right to full and immediate payment 9DEFAULT If sponsor defaults in timely makmgany payment or performing any obligation under this Agreement sponsor shall pay all costs and expenses(mcludmgreasonable attorney s fees) incurred by Connell as a result of the default 10 WARRANTIES All work shall be performed in a good and workmanlike manner in acconcha cewrth the applicable ordinances and regulations of the City Couwyw District in which it is performed All warranties will be as per the City County or District in which the work is performed as stated by then ordinances or regulations EXCEPT AS PROVIDED ABOVE CONNELL MAKES NO WARRANTIES WITH RESPECT TO THE WORK PERFORMED UNDER THIS AGREEMENT AND ALL WARRANTIES EXPRESS OR IMPLIED INCLUDING (WITHOUT LIMITATION) ANY WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE ARE DISCLAIMED BY CONNELL AND WAIVED BY BUYER 11 SOIL STERILIZATION If a and sterilizer is applied it is done as an effort to retard weed growth and no guarantee is expressed or implied that its use will be effective 12 ASPHALT PRICE ADJUSTMENTS In the event of national and regional shortages of crude oil or other factors beyond Connell s control Connell s suppliers will no longer firm sh a long term price for asphalt cement If paving work is not performed during Connell s current paving season the price maybe increased by Connell to reflect price increases in the following paving season when the work is completed The normal paving season extends from April to November 15 depending on weather conditions 13 AUTHORITY TO PERFORM WORK The sponsor accepting this quotation represents that it is the representative of the Owner of the premises on which the work is to be done or that the signer is an authonwd representative of the Owner and that Permission and authority are hereby granted to Connell to perform such work on the premises in accordance with the terms and conditions of this Agreement 14 INDEMNIFICATIONILIABILITY LIMITATION Connell shall not be responsible for sponsor s acts or omissions or those of any other person or entity Sponsor shall indemnify, and hold Connell harmless from and agamstall claims demands suits liabilities losses and expenses(mcludmg reasonable attorneys fees)ansmg from or relatingto any act or omission of sponsor sponsor s agents or any thud party In no event shall Connell be liable forany consequential incidental special punitive or indirect losses or damage"Inch the sponsor may incur or suffer m connection with this Agreement 15 BINDING EFFECT This Agreement shall be binding upon and inure to the benefit of the panes their respective successors and assigns 16 HAZARDOUS MATERIALS In the event Connell encounters on thejob site hazardous chemicals wastes or material as defined by any federal state or local authority (referred to as Hazardous Materials ) which are not introduced to the job site by Connell Connell shall have no duty or responsibility for handling storage or disposal of such Hazardous Materials or for complying with any federal state or local laws regulations or ordmancespemmnmg to the handling storage or disposal oflhe Hazardous Materials Connell shall notbe required to perform further work in the vicinity of the Hazardous Materials tothe extent such Materials may mConnell s sole opinion pose any threat tothe health and safety of Connell personnel Any delays in the performance of Connell s work related to or caused by the presence of Hazardous Materials on thejob site will extend Connell s time for performance under this Agreement a like amount of the time ACCEPTED The above prices specifications and conditions are satisfactory and hereby accepted Sponsor Signature Date of Acceptance CONFIRMED Connell Resources, Inc Authorized Signature Estimator Jennifer Acton City Of Fort Collins Mist: Street Improvements 2008 2009 Page 5 of 5