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