Loading...
HomeMy WebLinkAboutRESPONSE - RFP - 7089 WATER WW AND SW UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICESL 1 11 Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone:970-223-3151 Fax:970-223-3191 Contact Person for this Bid: John M Warren, Vice President of Operations jwarren@connellresources.com 970-231-9278 Responsible Pe n• John M Warren Signature: - Proposal For: Water, Wastewater, and Stormwater Utilities Infrastructure Design & Construction Services Contractor Project No: 7089 city of Forta` �Co City of Fort Collins Attn: Opal F Dick Purchasing Division 215 N. Mason Street Fort Collins, CO 80522 rs: We would follow this by coordinating and communicating with City staff on repair plans and details and ensuring that other existing utilities in the area of the repair are located. Finally, we would mobilize necessary crews, equipment, and materials to perform the repair work. Requirements we would have from the city - By holding pre -incident meetings, it would be our intent, to understand the City's texpectations and to have an inventory of the materials the city has on hand, if needed, for the repair work, prior to any incident. We would rely on the city to provide knowledge and background of the system that failed, such as, valve location and past history of successful repairs, in order to 1 expedite the work at hand. Experience in the construction & repair of similar waterlines - Connell has recently completed two emergency waterline repairs and one emergency sanitary sewer line repair that were similar in scope. Both waterline projects were completed for the Fort Collins/Loveland Water District. One repair was located in Highway 287 just south of Harmony Road and the other was located in Larimer County Road 30 just west of Timberline. The sanitary sewer repair was completed for Box Elder Sanitation District and consisted of a pipe failure in Timberline Road, just south of Mulberry Street. Please ' see the attached project profile. Providing options & recommendations on suitable methods & approaches to ' accomplish work - With limited knowledge of the existing facilities and location of the repair we made some safe assumptions in our detailed cost estimate, we also looked at 3 different possible ways for the repair. Given the indication of existing ground water and a failed waterline we feel establishing two dewatering wells, as one of the initial items of work is something that would both aid in keeping the excavation area to a minimum and also keeping nuisance water to a minimum, while the repair is being completed. This knowledge 1 comes from our experience installing many deep wet utilities. Another positive aspect of this idea is discharging better filtered water. We realize this is not the ultimate goal of an emergency repair however, we believe it would help the overall repair. One scenario would be for the city to supply steel piping, PCCP x MJ Spigot transition adapters and transition couplings for the steel pipe to PCCP Adapters. This repair can be done using welding as an option utilizing butt straps in lieu of the transition couplings however, entering the pipe to complete interior joint grouting Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor 1 C I L� 2. Only trained and authorized employees -are permitted to conduct arc welding and gas welding operations. 3. Precautions for fire prevention, such as isolation of work areas, removal of fire hazards from the vicinity, posting a fire watch, etc., will be taken where welding, cutting, heating, grinding, or other "hot work" is to be performed. 4. No welding, cutting, heating, grinding, or other "hot work" will be conducted where flammable liquids, flammable compounds, or heavy dust concentrations creates afire hazard. 5. Fire extinguishers rated 2A: 40-B: C will be posted and maintained within 50 feet of all welding, cutting, heating, or grinding operations. 6. Oxy-fuel torches will be equipped with devices to prevent flashback. 7. Non-combustible or flameproof shields should be used at Arc welding and cutting operations to protect employees from direct arc rays. 8. When electrode holders are left unattended, electrodes are to be removed and holders placed to avoid electrical contact. 9. Welding cutting, heating, and grinding equipment will be inspected prior to each use. Defective equipment, including hoses and cables, will not be used. 10. General mechanical or local exhaust ventilation will be provided as required when welding, cutting, heating or grinding in confined spaces. See the confined space requirements in this document. 11. Always wear approved eye and face protection when welding, cutting, heating, or grinding. Personnel protective equipment is specified in the PPE section. 12. Welding operations that must.take place in confined spaces must follow requirements contained in the Confined Spaces section of this manual. 13. Torches and electrode holders must be removed from confined spaces whenever personnel come out for any reason (breaks, lunch, etc.) 14. All gas supplies must be turned off at the cylinder valve and pressure released from the hoses when not in use. 15. Welding, cutting and grinding on drums to make waste containers is prohibited. 16. Welding, cutting and grinding on enclosed containers is prohibited unless specific procedures are followed to prevent ignition of flammable vapors from residual flammable and/or combustible liquids. a. Containers must be drained and steam cleaned prior to any welding, cutting or grinding operations, or; b. Drain the container and measure flammable vapors using confined space monitors provided by the Company to ensure flammable vapors have been removed, or; January 5, 2009 31 I c. Drain the container and provide a constant flow of an inert gas (nitrogen or argon) while welding, cutting or grinding. Do not use inert gases in confined spaces or enclosed spaces where there is not adequate ventilation. 17. Employees conducting welding operations must be aware of other personnel and ensure that they are protected from the welding arc and electrical equipment associated with arc welding and cutting. 18. Material Safety Data Sheets must be available on the jobsite for all welding gases, electrodes and wire. . COMPRESSED GAS CYLINDERS 1. Valves must be closed and valve protection caps in place before cylinders are transported, moved, or stored. 2. When work is finished and when cylinders are empty or being moved, cylinder valves shall be closed. 3. Store cylinders so they are upright. Secure them to prevent them from falling over. 4. Keep cylinders a safe distance, or shielded from welding or cutting operations and placed where they cannot become part of an electrical circuit. 5. Oxygen must be stored away from fuel gases (propane, acetylene). They must be stored 20 feet apart or be separated by a 1-hour rated firewall. 6. Separate and mark full and empty cylinders. Ensure all valves are closed. PORTABLE POWER TOOLS 1. Portable power tools and operations must comply with the requirements specified in 29 CFR 1926, Subpart I at a minimum. 2. Inspect all tools before use. Any tool that is damaged or otherwise not in good operating condition must be taken out of service and not used. Place a tag on the equipment to indicate it is out of I ervice. Look for damaged guards, electrical cords, electrical plugs, leaking fuel, etc. 3. OEM guards must be present and functional on all portable powered tools. Employees shall not shim or pin guards to prevent their use as designed by the manufacturer. 4. Employees are prohibited from operating powder -actuated tools unless they have been specifically trained and certified. 5. Switches that provide on -off control are required as specified in 1926.300. 6. Pneumatic power tools shall be secured to the hose or whip by positive means to prevent the tool from accidentally being disconnected. January 5, 2009 32 7. All solid abrasive wheels shall be inspected and ring tested before mounting them to the tool. Defective wheels shall be taken out of service and destroyed to prevent use. 8. "Freehand" cutting using circular saws, demo saws, etc. is prohibited: Secure the piece being cut on a solid surface or ensure it can be immobilized safely. 9. Personal protective equipment is specified in the PPE section. 10. Compressed air shall not be used for cleaning surfaces, skin or clothing. CHEMICAL HAZARD COMMUNICATION ' 1. The Company has implemented a written hazard communication program that is intended to ensure that all employees are provided with necessary information to work safely with all hazardous materials utilized in the performance of their job. ' 2. Employees are provided with the necessary information and training through the following mechanisms: • General information and training during new -hire orientation • Labeling containers of hazardous materials o Original manufacturer's containers are labeled by the manufacturer o Secondary containers are labeled by the Company r• Providing Material Safety Data Sheets (MSDS) to employees in the field. MSDS binders are available at asphalt plants, shops and through your Foreman. • Providing training through weekly safety meetings and in classroom style sessions You have a right to know about chemicals that you work with how to work with them safely and how to g Y � Y protect yourself. Utilize the information and training to ensure your safety. ' PORNOGRAPHIC MATERIALS POLICY Pornographic materials will not be tolerated.in Company vehicles, equipment, trailers, offices, facilities and/or job sites. These materials cannot be downloaded, transmitted, stored or displayed on any company computer or using the company's internet service. This includes, but is not limited to, magazines, videos, photographs, written materials and illustrations that describe or show situations that would be considered pornographic in nature by current public standards. This would include, but is not limited to, bare breasts and/or genitals, sexual acts and situations. The Company reserves the right to determine what materials are considered pornographic in nature. Supervisors and Foremen are expected to ensure these materials are not present in Company vehicles, trailers ' and facilities. Employees who disregard these requirements will face disciplinary actions up to and including dismissal. IJanuary 5, 2009 33 OVERHEAD UTILITIES These requirements must be followed any time a piece of equipment can. come within 10 feet of an overhead utility line through normal operation or by extending or raising movable parts of equipment or when equipment is operating near utility poles or guy wires. 1. Estimators shall be aware of overhead utilities, poles and .guy wires that may impact job costs and production and make adequate considerations in pricing jobs with the following requirements in mind. 2. Project Managers and/or Site Managers are responsible for identifying all overhead utilities, poles and guy wires on all jobs and on approaches to jobs where equipment transport may be affected. Affected personnel must be made aware of these utilities before they begin work on the site through a written.utility locate sheet. This sheet must indicate the elevation of any lines and the location of poles and guy wires. The locate sheet must be shared with all affected personnel and placed in the job file. The sheet must be updated if grade is changed under the line. A notation of overhead utilities must be made on the job planning board. 3. Project Managers and/or Site Managers shall notify the trucking supervisor of all overhead utility lines that may impact equipment transport_ before transport begins. Equipment being transported on trailers is not restricted to the 10 feet clearance requirement. Trucking supervisors and transport drivers are responsible for ensuring that their equipment will safely clear power lines during transport. 4. Project Managers, Supervisors, Foremen and Operators are responsible for ensuring that the following requirements are met in descending order of priority before work begins: a. Contact the utility owner and relocate or raise the power lines/poles to the extent possible. b. If the lines/poles are still in a location where equipment can come within 10 feet during any work or by extending or raising movable parts of the equipment, have the utility owner apply shields to the lowest line over where the equipment is working or moving. Move the shields if the equipment moves. Place orange flagging on any guy wires and poles. . c. Place signs adjacent to where the work is being performed that warn of overhead lines. d. Assign an employee to act as a spotter during all work. This employee cannot have any other duties while work is being performed by any piece of equipment that can be extended or raised within 10 feet of a power line, pole or guy wire. Spotters have the express authority and responsibility to direct equipment movement and activities, up to, and including shutting down operations if he/she observes any equipment operating within ten (10) feet of any overhead power line. e. As an alternative to spotters physically mark boundaries of an exclusionary zone where no equipment is permitted to access. This zone must be large enough to prevent equipment from being raised or extended closer than 10 feet from the overhead power line. The boundary must be marked with lath placed at intervals so that the equipment cannot drive between them. Apply orange flagging to the lath and ensure that the boundary is maintained throughout the duration of work in the area. January 5, 2009 34 f. Make every employee who operates apiece of equipment that could be extended or raised within 10 feet of an overhead powerline aware of the hazard. Make every employee aware of poles and guy ' wires. Incident Investigation, Accountability and Authority Immediately following any incident involving overhead power lines, the Supervisor on the job is responsible for ensuring employee and public safety as a priority. Keep all personnel away from power lines and any equipment involved! Contact the Utility Owner to have all power shut down. Once employee and public safe is insured (power is shut down the Supervisor must shut down an P safety (p ) P Y equipment that was involved and secure the site to preserve it for investigation purposes. Equipment should not be moved or the site altered until the investigation is complete. The Supervisor on the job is required to report all incidents involving overhead utilities to the Safety Manager and the Construction Manager. This report shall be made by radio or telephone immediately after the site is secured and employee and public safety is assured. The Supervisor shall document the names of all personnel present at the time of the incident including other contractors, clients, etc. using the Incident Report Form. ' The Safety Manager will direct an investigation to determine root causes and employee responsibilities. Findings of the investigation will be documented and distributed to the Construction Manager and the President. ' All personnel who have responsibilities under this policy will be held accountable for any incidents involving overhead power lines. The Safety Manager, Construction Manager and President will determine if specific individuals did not meet their responsibilities. Any employee who did not meet their responsibilities will be suspended from work for two weeks, without pay. Additional disciplinary action may be taken, including job termination. Operators of equipment that comes into contact with any overhead utilities will be ' required to undergo post -incident testing following our substance abuse and alcohol program. Injury Care ' Any employee(s) who has been involved in an incident involving a live power line must be evaluated by our medical provider as soon as possible after the incident. This requirement must be met even if the employee does not demonstrate signs or symptoms of an injury. IJanuary 5, 2009 35 RIGGING AND HOISTING 1. Only trained, qualified and authorized personnel are permitted to rig material or equipment for hoisting. 2. The weight of all loads (including rigging) must be accurately determined prior to. rigging the load. 3. All rigging equipment (hooks, shackles, thimbles, slings, hitches, etc.) must be inspected before and during use. Ensure that all equipment is compatible and has the same lifting capacity. Defective equipment must be tagged and removed from service. 4. All chains used for overhead lifting must be Grade 8 at a minimum. All chains used for overhead lifting shall be inspected and re -certified by an outside vendor annually. 5. Chains are prohibited for towing and pulling equipment. Use appropriately sized wire rope with appropriate shackles, hooks, etc. 6. All wire rope slings shall be inspected for kinks, bird -caging, broken wires, broken strands and other defects daily. 7. All synthetic slings shall be inspected for damage daily 8. All lifting hooks designed to have a safety latch shall have a functioning latch. 9. Softeners should be used to protect slings from sharp edges. 10. Ensure rigging is placed on the throat of the hook, not near the point. 11. Ensure `load is properly balanced and rigged so that no horizontal angles less than 30 degrees are created in the sling. 12. Side loading is prohibited. Ensure that the load is directly below the lifting point. 13. Taglines must be utilized when maneuvering loads into position. 14. Never work under a live load. 15. Riding on the hook or the load is prohibited. 1. Cranes and crane operations shall comply with 29 CFR 1926, Subpart N at a minimum. 2. Only trained and authorized employees are permitted to operate cranes. 3. Cranes are not to be operated in excess of the manufacturer's recommendations. 4. Rated load capacities and recommended operating speeds, special hazard warnings or instructions shall be posted on all cranes and visible to the operator while at the controls. January 5, 2009 36 1 Li 5. Cranes are to be level with outriggers fully extended and cribbed prior to picking any load over the side. 6. Cranes are to be inspected prior to and during use to ensure they are in safe operating condition. Written inspection reports will be kept with the equipment. 7. Only authorized personnel may give hand or radio signals, and only standard signals will be used. 8. The area within the swing radius of the rear of the rotating superstructure of a crane will be barricaded to prevent employees from being injured by contact. 9. A fire extinguisher rated 5BC or greater will be available at the operator station or cab of the crane. 10. Employees. are prohibited from riding the hook or load of a crane. 11. Safety latches are required on all crane hooks. 12. Only trained and qualified personnel may serve as signalmen. 13. Signalmen must be in full view of the operator at all times when using visual signals, or in uninterrupted radio contact when using radio signals. 14. Signalmen, riggers, and others involved with a lift operation will be responsible to insure unauthorized personnel are kept clear of the work area. 15. Lift operations are to stop immediately upon loss of contact with the signalman. A backup communication system must be available during all blind craning operations to insure safety in the event of primary communications loss. 16. An audible warning is to be sounded prior to hoisting or swinging any load over any work area where personnel may be present. FORKLIFTS 1. Only trained and qualified personnel will be authorized to operate forklifts. 2. Forklifts are not to be operated in excess of the manufacturer's recommendations. 3. Daily equipment inspections must be completed by the operator using forms provided in the equipment. Equipment must be taken out of service for items as noted on the form. 4. Operators should be familiar with and follow the safe operating procedures outlined in the operator's manual. 5. Seatbelts must be worn at all time (when equipment is provided). 6. Forklifts must be equipped with a backup alarm or flashing light if rear vision is obstructed. 1 January 5,.2009 37 7. Parking brakes are to be secured and forks completely lowered before operators leave the driver's seat. 8. Forks should be spread as far apart as possible and the load checked for stability prior to movement. 9. Operators should look in the direction of travel before and during movement. Be especially cautious of overhead obstructions. 10. Back down grades when carrying loads. 11. Forks are not to be used as elevators or elevated work platforms. 12. Passengers may ride a forklift only if a seat and seatbelt are provided. 13. A fire extinguisher rated 513C or higher must be available on each forklift. HEARING PROTECTION Hearing protection in the form of muffs and/or aural inserts must be utilized by employees exposed to high levels of noise. In the absence of actual monitoring to determine employee exposure use the following rule of thumb: If the noise is loud enough that you can't hold a face to face conversation without raising your voice you should be wearing hearing protection. The company has implemented a hearing conservation program for employees that are overexposed to noise on the job. Job titles that are included in the program include: 1. Crushing operators and laborers 2. Paving and Patching operations 3. Shop. and Field Mechanics 4. Welders This program includes: 1. Personal exposure monitoring 2. Provision of hearing protection 3. Training 4. Annual audiograms Hearing protection is required when operating or working in the vicinity of. 1. All fuel powered portable tools including circular saws, demo saws, mowers, weed -whackers, etc. 2. Jack hammers 3. Rotomill equipment 4. Air hammers or chisels 5. Crushing/Screening 6. Plate compactors 7. Tilling equipment .8. Potholing vacuum truck January 5, 2009 38 RESPIRATORY PROTECTION The Company has implemented an effective respiratory protection program that ensures effective respiratory protection is available for employees when job tasks expose them to hazardous airborne contaminants. The ESH Manager is responsible for administering this program. Employees are prohibited from wearing cartridge -type respirators without prior medical surveillance, fit testing and training. Disposable respirators may be utilized without these steps in situations where exposures are present in nuisance concentrations and do not exceed a Permissible Exposure Limit (PEL) or Threshold Limit Value (TLV). ' Respirators may be required in crushing, maintenance and utility installation operations. The Company provides necessary equipment, medical surveillance, training, fit testing and ongoing maintenance of the program. Air purifying respirators (disposable and cartridge type) cannot be worn over beards or in other situations when the respirator to face -piece seal is not tight. IDisposable respirators must have two straps and both straps must be used during use. Employees may not provide their own respirator unless it has been pre -approved by the ESH Manager. 0 u IJanuary 5, 2009 39 SAFETY POLICY MEMOS Safety policy memos are often issued to address recent or short-term issues. Safety policy memos that have been issued are listed here: Ether Use — Originally published 12/11/01 Ether is used to start cold engines. Ether is available for use in two different methods. Some engines provide an attachment point for a canister of ether. The operator can dispense the material using a push button in the cab. A second method involves an aerosol spray can. This method requires an individual to spray the material directly into the intake breather. The only safe way to do this is with two people. Ether is an extremely flammable chemical that must be used with extreme caution. Due to the unique hazards involved in using the second delivery method, equipment operators are required to call on a Field Mechanic if using this method. Use of the canisters to deliver material using a push button in the cab is allowed. There are specific pieces of our equipment that have air inlet heaters. Polar Starting Fluid is NOT to be used on any of these pieces of equipment due to the fire and explosion potential. There are no exceptions for this rule. If you are unsure, contact your Supervisor. Cutting Trees and Chain Saw Use — Originally published 12/10/01 Connell Resources employees are prohibited from cutting trees when:. • The tree is larger than six inches in diameter, or; • The tree is taller than fifteen feet, or; • The top of the tree is in overhead power lines, or; • The tree may fall onto an existing paved road, power lines, building or other structure In these situations we will hire professional subcontractors to remove these trees and include the work in the contract as such. In situations other than those described above Connell Resources employees who operate chain saws are required to wear chaps, gloves, hard-hat with face shield, heavy leather boots and hearing protection. Extreme care must be taken when moving brush, limbs and branches with heavy equipment t0 ensure that all personnel are kept at an adequate distance to prevent injury. Setting conveyors at Crushing Plants — Originally published on 01/14/04 • When preparing to set conveyors plan ahead and make every effort to have two front-end loaders available. When lifting one end of a conveyor to place it on an incline, one loader will make the lift and the other will be placed at right angles to the conveyor so that the bucket will catch the top end of the conveyor if the rigging fails. • When lifting one end of a conveyor to place it on an incline, the manufacturer's. designed lifting points must be used. • Vertical legs and angled supporting members must be designed so they can be bolted to the conveyor, before lifting and swivel down as the lift begins. • Sole plates and crossing/supporting members must be bolted into place as quickly as possible utilizing the fewest number of employees to reduce exposure to falling loads. • Grease hoses that can be accessed from the ground must be installed on conveyors to eliminate the need to crawl up the conveyor to grease bearings and fittings. January.5, 2009 40 may be an issue without an available man way into the pipe. You could possibly pre mortar the pipe and use compression couplings and weld exterior restraints with rodding. This method offers good flexibility, on the necessary length of the pipe to be installed, as it can be field cut. However, welding may be somewhat time consuming for an emergency situation. Using DIP, the repair can be completed very similarly to the steel installation, with the same ease of installation but, with no welding needed, as this repair can be restrained through the use of megalugs. You would still need to acquire the PCCP x MJ spigot transition adapters, as well as 40 LF of 42" DIP, 42" Megalugs and 42" MJ Sleeves. This method is very flexible because the pipe available can be cut to any length and has ease of installation consisting entirely of nuts and bolts. ' The third way repairing of re airin the line is to use PCCP material. We contacted Hanson Pressure Pipe concerning their repair materials. They informed us that they do keep all sizes of repair sections and PCCP x DIP adapters in stock and ready for shipment. The one drawback we see with using these materials exclusively Is the lack of field fit ' ability. The closure assembly gives you about a 4' window for installation, so unless the length of affected pipe was known it may be difficult to use this option. Installation of this method is easy and there would be continuity in the system. 1 1 I Given the three different methods, the DIP option appears to be the quickest and easiest to adapt to field conditions, without any interior mortaring needed. We would approach corrosion protection for steel or DIP the same way. In all three different methods grout diapers would need to be poured around the adapters and fittings supplied by Hanson. We have provided the material pricing we received for the different methods which can be found in the detailed estimate provided. The Hanson material is the only readily available material, the DIP and steel suppliers could not commit to availability. Once on -site we would verify and locate existing utilities, set-up traffic control signing and concrete barrier if needed. Dewatering wells would be installed, either while excavation equipment is being mobilized to the site or possibly concurrently with excavation. The valves isolating the damaged pipe section would need to be closed, leaving only enough flow to keep any contaminated materials from entering the pipe. If the section was able to be flushed through low point blow -offs, it may not be necessary to leave the flow on until excavated below damaged area. When excavation gets to grade, the existing pipeline can be saw cut around the circumference, near the center of the repair. After saw cutting the piece would be lifted out, allowing disassembly of the two outside joints. After damaged pipe removal, further excavation and stabilization material may be needed to get the area ready for pipe bedding. Depending on the location of the damage only one section of pipe may need to be removed, care would be taken not to damage the existing joints as they need to remain intact for inserting adapters. After adapter installation, a field measurement will be made to determine the length of the pipe necessary between the adapters, and installed concurrently. It may be necessary to either cut a slice out of the pipe to install the second or, join the pipes together on top and install Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor Washing Company Equipment in Cold Weather — Originally published 02/14/06 Washing vehicles and equipment is prohibited when outside air temperatures are 28 degrees Fahenheit or lower. This policy is intended to eliminate the possibility of injury due to icy/slick conditions and to ' eliminate the possibility of damage to pressure washing equipment. IJanuary 5, 2009 41 THIS PAGE LEFT BLANK INTENTIONALLY January 5, 2009 42 ACKNOWLEDGEMENT FORM By my signature below I acknowledge that I have received a copy of the Connell Resources, Inc. Employee Safety Handbook dated June 16, 2006 and that a representative of Connell Resources, Inc. has discussed the information contained in the Handbook to my satisfaction. I have been encouraged to ask questions and request additional information from my Supervisor or the Environmental, Safety and Health (ESH) Manager at any time during my employment. I understand that this handbook addresses most policies and procedures but cannot address every possible hazard that may be encountered during my employment. I understand that working safely, and complying with the rules in this handbook are conditions of employment with Connell Resources, Inc. I further understand that a violation of these rules or failure to perform my work in a safe manner may be cause for dismissal from employment. EMPLOYEE NAME: (PRINT NAME) EMPLOYEE SIGNATURE: TODAY'S DATE: 1 ' January 5, 2009 (SIGN NAME) 43 h VII. Subcontractors Connell Resources, Inc. is a full service site construction and heavy civil construction company, our crews complete earthwork, utilities, aggregate base course, and asphalt ' paving with our own aggregate and equipment. We pride ourselves on our ability to provide a complete civil package to our customers, and generally self perform 80% of our contracted work. Our ability to self perform so much of our contracts allows us ' to maintain tight project schedules, and the limited number of subcontractors minimizes interruptions in the schedule due to coordination difficulties. Our longstanding presence in Northern Colorado has given us the opportunity to establish strong working relationships with quality subcontractors for scopes we typically don't perform in house. Over the years we've been able to evaluate these subcontractors on projects and establish relationships with those who uphold our quality and safety standards. The following are subcontractor scopes we would use ' for the work presented in the theoretical scenarios, and subcontractors who we have relationships with whom might be contracted for those scenarios. ' Connell Resources, Inc. would have to subcontract the following scopes for this project: ' Concrete Flatwork & Paving Boring & Tunneling Traffic Control ' Seeding & Landscaping Surveying ' Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor k 1 k VIII. Construction Cost Factors Connell Resources, Inc. will maintain an open book policy with the City regarding the pricing of any work under this contract. A listing of construction cost factors has been attached. Description Fixed Fee for General Office Activities on Base Bid Cost Fixed Fee for Field Office Activities on Base Bid Cost (1) Mark Up on Subcontractor Work by Connell Resources, Inc. Mark Up on Materials Produced by Connell Resources, Inc. (2) Mark Up on Materials Purchased from Supplier Mark up on Equipment Owned by Connell Resources, Inc. Mark Up on Specialty or Rented ' Equipment (including fuel, maintenance & repairs) Mark Up on Project Labor (labor is wages plus 35% payroll burden) Bond Rate on Base Bid Cost (if necessary) Change Order Mark up for Any Changes Following Contract Award Mark Up Percentase 4.0% 4.0% 5.0% 5.0% 8.0% 5.0% 8.0% 9.0% 0.75% 10.0% (1) Unless specified by the City of Fort Collins, cost of field offices are not anticipated at this time. This cost would be included as cost of the Work Office, needs will be accommodated at our Fort Collins company office. (2) Materials produced at our area pits and plants. Materials include; crushed and washed aggregates, bedding rock, and hot mix asphalt. (3) Cost Factor definitions based upon EJCDC General Conditions 1910-8 (1990 Edition) with City of Fort Collins Modifications (Rev 9/99) and RFP Documents. Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor k C 1'1 H H IX. Financial Statement As a privately held firm we don't typically share our Income Statement with any entity outside the company. However, we are including our Balance Sheet, and if additional information considering our financial strength is required Sheri C. Welch, CFO/Vice President can be contacted at our office. Please consider this information strictly confidential. See Attached 2008 Audited Balance Sheet Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor CONNELL RESOURCES, INC. FINANCIAL STATEMENT DECEMBER 31, 2008 1 CONTENTS Independent Auditors' Report Financial Statement Balance Sheets Notes to Financial Statement 2 ' MARTIN, VEJVODA AND ASSOCI ES INCORPORATED eejj�;) ' 3443 SOUTH GALENA STREET - SUITE 200 DENVER, COLORADO 80231 (303) 338-9277 FAX: (303) 338-9281 INDEPENDENT AUDITORS' REPORT Board of Directors ' Connell Resources, Inc. We have audited the accompanying balance sheets of Connell Resources, Inc. (an S ' Corporation) as of December 31, 2008 and 2007. This financial statement is the responsibility of the Company's management. Our responsibility is to express an opinion on this financial statement based on our audits. ' We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain ' reasonable assurance about whether the balance sheets are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the balance sheets. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall balance sheet ' presentation. We believe that our audits, of the balance sheets, provide a reasonable basis for our opinion. In our opinion, the balance sheets referred to above present fairly, in all material respects, the financial position of Connell Resources, Inc., as of December 31, 2008 and 2007, in conformity with accounting principles generally accepted in the United States of America. � G March 4, 2009 1 3 F 0 IJ Li CONNELL RESOURCES, INC. BALANCE SHEETS DECEMBER 31, 2008 AND 2007 ASSETS CURRENT ASSETS Cash and Cash .Equivalents Accounts Receivable: Trade Retainage Employee Total Accounts Receivable Inventory Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts Other Current Assets Total Current Assets PROPERTY AND EQUIPMENT - At Cost Land Office Furniture and Fixtures Equipment Vehicles Buildings Leasehold Improvements Less: Accumulated Depreciation Total Property and Equipment (Net) OTHER ASSETS Cash Surrender Value - Life Insurance Other Investments Land Loan Origination Fee (Net of Amortization) Total Other Assets ' TOTALASSETS See accompanying notes to financial statement. 51 2008 2007 $ 2,796,607 $ 404,744 4,302,207 5,191, 051 1,897,393 2,602,085 1,150 6,200,750 7,793,136 4,498,937 4,197,162 400,647 746,610 167,528 248,345 14, 064, 469 13, 389, 997 530,508 1,002,268 670,059 525,592 34,491,011 33,128,749 7,171, 350 6,913,689 1,547,440 275,951 102,863 60,625. 44,513,231 41,906,874 30,694,983 28,715,999 13, 818;248 13,190,875 110,003 136,706 - 453,000 - 290,882 5,590 - 115,593 880.588 $27,998,310 $27,461;460 as one unit with sleeves slid over the pipe ends. Just before the pipe is lowered, it and the existing pipe ends, would be swabbed with chlorine. Next step would be to slide sleeves out over the ends of the DIP and halfway onto the adapters, finish ' sleeve bolt up on both ends and torque down the megalugs. A tap a would be added in the line to release air while refilling the line if there were no Air Release Valves in the vicinity of the repair, we would than perform a final check when line pressure is achieved to verify there are no leaks. The pressure would be released from the line, and cathodic protection installed and necessary anodes or test stations. As -built dimensions would be obtained by GPS and also by tying into existing surface features. The area would be backfilled to one foot over top of pipe with bedding, and depending on whether the excavated material is still usable, continue backfilling, use tneeded imported material or flow fill. Excess materials would be removed from the site. If place base to grade or leave low for asphalt patching. Finish with patching and pull traffic control, restripe road if necessary. 1 ' Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor LIABILITIES AND STOCKHOLDERS' EQUITY 2008 CURRENT LIABILITIES Current Portion of Long -Term Debt $ 2,163,647 Accounts Payable: Trade 1,075,433 Retainage 290,079 Total Accounts Payable 1,365,512 Billings in Excess of Costs and Estimated Earning on Uncompleted Contracts 1,301,843 Accrued Payroll Taxes 50,297 Other Accrued Liabilities 1,076,116 Accrued Profit Sharing Contribution _ Accrued Dividends 1,082,917 Note Payable - Related Party Total Current Liabilities LONG-TERM LIABILITIES Long -Term Debt, Less Current Portion Total Liabilities STOCKHOLDERS' EQUITY Common Stock, No Par Value; 10,000,000 Shares Authorized; 185,238 Shares Issued and Outstanding Retained Earnings Total Stockholders' Equity TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY See accompanying notes to financial statement. 5 3,475,464 10,515,796 35,858 17,446,656 17,482,514 2007 $ 2,154,641 1,511,644 635,953 2,147,597 556,503 111,607 993,431 150,000 229,81.9 1.225,000 7,568,598 1,878,540 9,447,13 35,858 17,978,464 18,014,322 $27,998,310 $27,461,460 X. Banking Reference We have been banking with Wells Fargo Bank N.A for over twenty years and have a strong relationship with their firm as well as a $6 million line of credit for our Accounts Receivable. For reference please contact: Wells Fargo Bank N.A. Attn: Sue Wagner 3600 S. College Drive Fort Collins, CO 80525 970-266-7751 Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor XI. Bonding Capacity Bonding Company: Travelers Casualty & Surety Company of America One Tower Square Hartford, CT 06183 Ph: (860) 277-0111 Bonding Agent: Flood and Peterson Insurance, Inc. Attn: Darlene Krings 4821 Wheaton Drive Fort Collins, CO 80525 Ph: (970) 266-8710 Our current value of bonded work is $38,675,000 of that amount $19,830,000 is work that has been completed and is in the process of being closed out. See Attached Reference Letter from Darlene Krings of Flood & Peterson Insurance Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor Ej ' Phone: 970.266.8710 Flood & Peterson Fax: 970.266.8715 1 Insurance 821 Wheaton Drive � Inc.. Fort Collins, Colorado 80525 INovember 12, 2009 tCity of Fort Collins, Purchasing Division Attn: Opal F. Dick ' 215 N. Mason St., 2°d Floor Fort Collins, CO 80522 ' Re: Connell Resources, Inc. Water, Wastewater and Stormwater Utilities Infrastructure Design and Construction Services Contractor ' Dear Opal: We at Flood & Peterson Insurance have been acquainted with Ben Connell for many years and can attest to his experience and ability to professionally manage and successfully perform any work they might undertake. Their personnel and management are indicative of a successful business. Their work has always been completed to the satisfaction of the project owner, and we feel we can recommend this firm from every standpoint. Surety bonds for Connell Resources, Inc. are written by Travelers Casualty and Surety Company of America. Travelers has agreed to consider single bonds in excess of$15,000,000, and an aggregate limit has not been established. Current bonding capacity is more than adequate to accommodate bonding for the above referenced project, and we are in a position to consider providing bonds subject to review of the contract and other pertinent underwriting information. This letter is not an assumption of liability, nor is it a bid bond or a performance bond. It is issued only as a bonding reference requested from us by our client. We would be happy to provide any additional information or answer any questions you may have. Sincerely, 1 ' Darlene Krings Attorney -in -Fact r "Building Relationships Since 1939" XII. Insurance Company Connell Resources, Inc. also works with Flood & Peterson Insurance for all of our insurance policies. For reference please contact: Flood & Peterson Insurance Attn: Nikki Mosbrucker 4821 Wheaton Drive Fort Collins, CO 80525 970-266-8710 Our sample insurance certificate is attached with our standard policy limits. If necessary the policy limits can be increased and additional policies can be added for an additional premium. The City can be listed as additional insured as requested and there are no current claims that will affect coverage. See Attached Sample Insurance Certificate Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor RD., CERTIFICATE OF LIABILITY INSURANCE I 05/29/2009 YY' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood & Peterson Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4821 Wheaton Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 270370 Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: Travelers Insurance Company Connell Resources, Inc. INSURERB: Pinnacol Assurance 7785 Highland Meadows Parkway INSURER C: Fort Collins, CO 80528 INSURERD: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER p LTCY EFFEDCYVE POLICY EXPIR SON LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 7 OCCUR X PD Ded: $5,000 DTC04794N532- IND09 06/01/09 06/01110 EACH OCCURRENCE $1,000,000 1 RENTED PREMISES $300 000 MED EXP (Any one person) $1 O 000 PERSONAL&ADV INJURY $1 00O 00O GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC PRODUCTS - COMP/OP AGG s2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Drive Other Car DT8104794N532- TIL09 06/01/09 06/01/10 COMBINED SINGLE LIMIT (Ee accident) $1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ A EXCESSIUMBRELLA LIABILITY X OCCUR 7 CLAIMS MADE DEDUCTIBLE X RETENTION $ 10,000 DTSMCUP4794N532- TIL09 06/01109 06/01/10 EACH OCCURRENCE $10 000 000 AGGREGATE $10 00O 000 $ $ B WORKERS COMPENSATION AND EMPLOYERS• LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below 4029651 NO 06/01/09 06/01/10 X ORY WC STATUS OTH- LIMITS FIR E.L. EACH ACCIDENT $500000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500 000 A OTHER Builder's Risk QT6609479B257 06/01/09 06/01/10 $1,000,000 Limit $5,000'Deductible DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS TE HOLDER CANCELLATION 10 Days for Non -Payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA n( DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 DAYS WRITTEI NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALI IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. REPRESENTATIVE ACORD 25 (2001/08) 1 of 2 #446336 NIK 0 ACORD CORPORATION 1 1 1 1 1 1 1 1 1 1 1 1 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 2 #446336 ' Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 ' Phone: (970) 223-3151 Fax: (970) 223-3191 Estimator: Dan Giesler BUDGET WITH TERMS Submitted To: City Of Fort Collins - Engineering Bid Title COFC - 42" PCCP Repair Address: 281 North College Avenue Bid Number: Fort Collins, CO 80522 Project Location: North Lemay Contact: Dean Saye Project City, State: Fort Collins, CO Phone: 970-221-6605 Fax: 970-221-6378 Engineer/Architect: Date: 11/20/2009 We have prepared for your information the following items for budget evaluation purposes for the referenced project. This budget includes conceptual quantities, resource costs, scope -of -work and schedules and therefore may not completely represent all items of work or cost ultimately necessary for completion of the project. This budget was prepared using reasonable skill and judgment, but is not an offer to perform the Work described. Item * Item Description Estimated Quantity Unit . Unit Price Total Price 00-100 Mobilization 1.00 LS $2,800.00 $2,800.00 ' 00-110 Dewatering 3.00 DY $2,820.00 $8,460.00 00-175 Pothole Existing Utilities 10.00 EACH $239.00 $2,390.00 03-113 42" PCCP Waterline Repair (with City Supplied Materials) 40.00 LF $534.10 $21,364.00 47-100 Asphalt Paving 9" Asphalt / 6" Agg Base 93.00 SY $102.00 $9,486.00 ' 64-200 Traffic Control 1.00 LS $3,980.00 $3,980.00 64-100 Set/Pull Concrete Barrier 100.00 LF $27.60 $2,760.00 ' Backfill Options Total Price for above Items: $51,240.00 00-120 Bedding For Backfill To Subgrade Of Rd. 125.00 CY $40.00 $5,000.00 00-120 Flow Fill Backfill To Subgrade Of Rd. 125.00 CY $93.00 $11,625.00 ' Material Alternates (contractor Provided) Total Price for above Backfill Options Items: $16,625.00 03-114 Repair Materials - PCCP 40.00 LF $816.00 $32,640.00 03-115 Repair Materials - DIP 40.00 LF $1,000.00 $40,000.00 03-116 Repair Materials - Steel 40.00 LF $982.00 $39,280.00 Total Price for above Material Alternates (Contractor Provided) Items: $111,920.00 ' Notes: • Pricing is based upon verbal & written information regarding location and type of work. • The following are excluded from this proposal: Construction layout and engineering; Drainage facility certification; Street cleaning for work performed by others; Permits: including but not limited to, city building, development construction, wastewater discharge, storm water ' discharge (NPDES), air quality, etc.; Fees, including but not limited to, for developement, inspection, utility connection, meters, etc.; Maintenance of erosion control devices for others; quality control or acceptance testing; prairie dog removal, relocation, or extermination; landscaping, seeding, or revegetation. • All work is contingent on the availability of construction water, access to the work, negotiation of acceptable contract terms, a mutually ' agreeable schedule, and verification of financing. • Please provide a minimum of 2 weeks advanced notification of work requests to allow for scheduling the work. No work will be completed without a signed Contract Agreement. • If native is usable that may be used in lieu of import. ' • Assumed streed without concrete Curb, Gutter and Walk after discussing possible location with Dean Saye. • We've included 3 different repair options for materials. Hanson Pressure Pipe (PCCP Supplier) has their repair materials on hand and ready to ship from their South Beloit, III facility, the other people I spoke to would need some time to get the materials in hand. COFC - 42" PCCP Repair Page 1 of 2 ' CONDITIONS AND AGREEMENTS LWITHDRAWAL 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 difficulties, fuel or material shortages, fire, government authorityor regulation, acts of God, engineering changes,. contractors not included in this Agreement or any cause beyond Connell's control. 3.SPONSOR'S 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, if material is encountered that a 1-'/. yard backhoe cannot remove for utility installation or a D8 tractor cannot rip 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 their cost. Connell shall not be liable for any damages resulting from design or engineering services performed by sponsor, sponsor's agents or third parties. 6.EXTRA WORK: Upon written notice 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 parties 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 receivedfrom the sponsor any written authorization for theextra work, then Connell may in itssole absolute discretion proceed with extra work if Connell considers it 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 theverified 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. &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 loth of each month followingtheir issue. Payment shall be overdue and delinquent if not received by Connell by the due date. Time is of the essence to this Agreement. Connellwill be entitled to a 1-1-'/:% 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. 9.DEFAULT: If sponsor defaults in timely making any payment or performing any obligation under this Agreement, sponsor shall pay all costs and expenses (including reasonable 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 accordancewith the applicable ordinances and regulations of the City, Countyor 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 their 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. I LSOIL STERILIZATION: If a soil 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 famish a long-term price for asphalt cement. If paving work is not performed during Connell's current paving season, the price may be 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 authorized 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 ' terns and conditions of this Agreement. 14.INDEMNIFICATION/LIABILITY 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 againstall claims, demands, suits, liabilities, losses and expenses (including reasonable attorneys fees)arising from or relatingto any act or omission of sponsor, sponsor's agents, or any third party. In no event shall Connell be liable forany consequential, incidental, special, punitive or indirect losses or damageavhich the sponsor may incur or suffer in connection with this Agreement. 15.BINDING EFFECT: This Agreement shall be binding upon and inure to the benefit of the parties, their respective successors and assigns. ' !Hazardous MATERIALS: In the event Connell encounters on the job 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 ordinancespertaining to the handling, storage, or disposal ofthe Hazardous Materials. Connell shall notbe required to perform further work in the vicinity of the Hazardous Materials tothe extent such Materials may, inConnell'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 the job -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: Dan Giesler COFC - 42" PCCP Repair Page 2 of 2 Connell Resources, Inc. 7785 Highland Meadows Pkwy #100 Fort Collins, CO 81D528 Phone: (970) 223-3151 Fax: (970) 223-3191 Cost Detail With Pricing Project Name: COFC - 42" PCCP Repair Customer: City Of Fort Collins - Engineering Job Number: Billing Address: 281 North College Avenue Bid As: Fort Collins, CO 80522 Estimator: Dan Giesler Phone: 970-221-6605 Project Address: North Lemay, Fort Collins, CO Contact: Dean Saye Completion Date: Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent ( 00-100 - Mobilization 1.00 LS $2,369.93 $2,369.93 $2,800.00 $2,800.00 12.27% Man Hours: 22.50 MH/LS 22.50 ¢j GC-Mobilizatlon For Paving 1.00 EACH $710.98 $710.98 Man Hours: 6.75 MH/EACH 6.75 GC -Mobilization (4.00 LOAD/DY, 0.75 DY) 3.00 LOAD $236.99 $710.98 Low Boy Transport 6.75 HR $77.40 $522.45 DR - Lowboy 6.75 HR $27.93 $188.53 b GC -Mobilization For Utilities 1.00 EACH $1,658.95 $1,658.95 Man Hours: 15.75 MH/EACH 15.75 GC -Mobilization (4.00 LOAD/DY, 1.75 DY) 7.00 LOAD $236.99 $1,658.95 Low Boy Transport 15.75 HR $77.40 $1,219.05 r DR - Lowboy 15.75 HR $27.93 $439.90 { 00-110 - Dewatering 3.00 DY $2,387.01 $7,161.03 $2,820.00 $8,460.00 12.27% �`�`s•',�, Install wells for dewatering initially to start drawing down water. i31 USS-Dewatering Drilled Wells 40.00 LF $179.03 $7,161.03 Install Wells 2.00 EACH $1,573.32 $3,146.65 Install Drilled Wells (30" Diameter) 2.00 EACH $1,200.00 $2,400.00 Average Depth = ? USS-Bedding Haul Sewer 20.00 TON $15.28 $305.56 AG-CRI-Bedding Rock - 3/4" (Connell 20.00 TON $9.60 $192.00 Resources, Inc) Trucking (1.00 DY, 0.20 Trucks, 2.50 20.00 TON $5.68 $113.56 TON/HR) PVC-I-15" SDR 51 1/2 Slotted, 1/2 Solid 40.00 LF $11.03 $441.09 (.125" Slot Width) Maintain Wells 40.00 LF $60.36 $2,414.39 it,* USS-Dewatering Drilled Wells (13.33 40.00 LF $60.36 $2,414.39 LF/DY, 3.00 DY) ks 3" Submersible Pump [4] 36.00 HR $7.00 $1,008.00 1-4 OSR-portable Generator Set 45 KW (24 0.14 MO $5,039.55 $1,406.39 Hr Run) [2] Jb Rent Or Purchase Discharge Pipe 500.00 LF $2.00 $1,000.00 f Water Quality Pump Discharge Bags 3.00 EACH $200.00 $600.00 ( 00-120 - Bedding For Backfill To Subgrade 125.00 CY $33.66 $4,207.85 $40.00 $5,000.00 12.77% Of Rd. Man Hours: 6.17 CY/MH 2O.25 _.D) W-Bedding Haul Waterline 250.00 TON $9.16 $2,290.28 11/19/2009 4:43:37 PM COFC - 42" PCCP Repair Page 1 of 7 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 00-120 - Bedding For Backfill To Subgrade Of Rd, continued) AG-CRI-Natural. Sand (Connell Resources, 250.00 TON $3.25 $812.50 Inc) 90 Trucking (1.00 DY, 2.64 Trucks, 31.25 Wr 250.00 TON $5.91 $1,477.78 TON/HR) pj RMV-Removals Haul 9.00 LOAD $213.06 $1,917.58 Man Hours: 2.25 MH/LOAD 20.25 Dump Fee 9.00 LOAD $20.00 $180.00 tCti„ RMV-Removal Haul (8.00 LOAD/DY, 1.13 DY) 9.00 LOAD $193.06 $1,737.58 Tractor W/ Trailer [2] 10.13 HR $59.80 $1,210.95 i DR - Truck Driver [2] 10.13 HR $26.01 $526.63 100-120 -flow Fill Backfill To Subgrade Of 125.00 CY $77.80 $9,724.40 $93.00 $11,625.00 13.30% Rd. Man Hours: 3.81 CY/MH 32.85 &, -10'w x 561 x 5.75' dp = 3220/27 =119 cy x 5% = 125 cY W-Flow Fill Streets Waterline 125.00 CY $62.45 $7,806.82 Man Hours: 9.92 CY/MH 12.60 CO-M-FLO- FILL 125.00 CY $60.00 $7,500.00 GC-Flowfill (178.57 CY/DY, 0.70 DY) 125.00 CY $2.45 $306.82 -12 OSR-Concrete Vibrator 0.70 DY $51.00 $35.70 r�, LA -Laborer [2] 6.30 HR $21.52 $271.12 RMV-Removals Haul 9.00 LOAD $213.06 $1,917.58 Man Hours: 2.25 MH/LOAD 20.25 Dump Fee 9.00 LOAD $20.00 $180.00 . RMV-Removal Haul (8.00 LOAD/DY, 1.13 DY) 9.00 LOAD $193.06 $1,737.58 Tractor W/ Trailer [2] 10.13 HR $59.80 $1,210.95 DR - Truck Driver [2] 10.13 HR $26.01 $526.63 00-175 - Pothole Existing Utilities 10.00 EACH $200.44 $2,004.36 $239.00 $2,390.00 13.08% Man Hours: 3.60 MH/EACH 36.00 4b GC -Pothole For Existing Utilities 10.00 EACH $200.44 $2,004.36 Man Hours: 3.60 MH/FACH 36.00 GC -Pothole With Vac Truck (6.67 EACH/DY, 10.00 EACH $200.44 $2,004.36 1.50 DY) Pickup 6.00 HR $7.80 $46.80 t LA - PipeLayer 12.00 HR $21.06 $252.72 qz Pothole Rig 12.00 HR $82.40 $988.80 c DR - Truck Driver 12.00 HR $24.64 $295.65 S Foreman - Pipe 12.00 HR $35.03 $420.39 03-113 - 42" PCCP Waterline Repair (with 40.00 LF $450.60 $18,024:02 $534.10 $21,364.00 12.70% City Supplied Materials) Man Hours: 5.45 MH/LF 217.80 GC -Construction Water 4.80 MGAL $5.00 $24.00 0 Construction Water Average With Meter 4.80 MGAL $5.00 $24.00 Waterline Exc / Backfill 40.00 LF $353.46 $14,138.52 Man Hours: 4.73 MH/LF 189.00 p W-Lay / Backfill Watermaln 40.00 LF $353.46 $14,138.52 Man Hours: 4.73 MH/LF 189.00 WATERMAIN W/400 (13.33 LF/DY, 3.00 40.00 LF $353.46 $14,138.52 DY) CAT 938 27.00 HR $72.95 $1,969.65 to KOM 400 [2] 27.00 HR $111.65 $6,029.10 to Pickup 27.00 HR $7.80 $210.60 LA - Laborer 27.00 HR $21.52 $580.97 t LA - PipeLayer [2] 27.00 HR $22.23 $1,200.42 f OP - Excavator, Large [2] 27.00 HR $30.28 $1,635.19 OP - Loader, Small 27.00 HR $25.08 $677.16 Foreman - Pipe 27.00 HR $36.98 $998.43 Trench Box -Trench [2] 27.00 HR $10.00 $540.00 Bedding Box 27.00 HR $11.00 $297.00 11/19/2009 4:43:37 PM COFC - 42" PCCP Repair Page 2 of 7 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent 1 1 1 1 1 1 1 1 1 1 (Item 03-113 - 42- PCCP Waterline Repair (with City Supplied materials) Continued) W Bedding Haul Waterline 62.26 TON $9.16 $570.39 AG-CRI-Natural Sand (Connell Resources, 62.26 TON $3.25 $202.35 Inc) Trucking (1.00 DY, 0.66 Trucks, 7.78 62.26 TON $5.91 $368.04 TON/HR) j W-Swab Chlorine 40.00 LF $3.85 $154.06 Man Hours: 22.22 LF/MH 1.80 Waterline Pressure Testing (400.00 LF/DY, 40.00 LF $3.05 $122.04 0.10 DY) to Air Compressor W/ Tools 0.90 HR $17.10 $15.39 Testing Van 0.90 HR $60.00 $54.00 LA -Laborer 0.90 HR $21.52 $19.37 Foreman - Pipe 0.90 HR $36.98 $33.28 W-A-B# HTH CHLORINE, GRANULAR 2.00 EACH $16.01 $32.03 i Haul -off Pipe Zone Material & Pipe 3.00 DY $857.26 $2,571.77 Man Hours: 9.00 MH/DY 27.00 -} RMV-Removals Haul 3.00 DY $857.26 $2,571.77 Man Hours: 9.00 MH/DY 27.00 Dump Fee 3.00 LOAD $85.00 $255.00 RMV-Removal Haul (1.00 DY/DY, 3.00 DY) 3.00 DY $772.26 $2,316.77 Tractor W/ Trailer 27.00 HR $59.80 $1,614.60 t DR -Truck Driver 27.00 HR $26.01 $702.17 UM -Stabilization Rock 37.00 TON $15.28 $565.28 t,10'w x 1 x 50' L = 37 tons AG-CRI-Bedding Rock -I" (Connell 37.00 TON $9.60 $355.20 Resources, Inc) Trucking (1.00 DY, 0.38 Trucks, 4.63 37.00 TON $5.68 $210.08 TON/HR) 47-100 - Asphalt Paving 9" Asphalt / 6" 93.00 SY $86.19 $8,015.25 $102.00 $9,486.00 12.42% Agg Base Man Hours: 1.10 SY/MH 84.72 1-Assume 10'w x 56' L patch area. -Add 2' around for clean edge = 14'w x 60' L 93.33 SY AB -Aggregate Base Course Class 5 30.69 TON $12.39 $380.18 To be installed during backfill operations f (jj Base Haul 30.69 TON $12.28 $376.81 Trucking (1.00 DY, 0.31 Trucks, 3.84 30.69 TON $5.68 $174.25 TON/HR) AG-CRI-ABC - Class 5 (Connell Resources, 30.69 TON $6.60 $202.55 Inc) GC -Construction Water 0.68 MGAL $5.00 $3.38 jo Construction Water Average With Meter 0.68 MGAL $5.00 $3.38 0 AC -Asphalt Paving (Paver Patching) 47.71 TON $150.47 $7,178.56 Man Hours: 1.67 MH/TON 79.72 AC -Soil Sterilant 93.00 SY $0.15 $13.95 ICY AC -Asphalt Patching 47.71 TON $150.17 $7,164.61 Man Hours: 1.67 MH/TON 79.72 �Ur AC -Asphalt Patching (47.88 TON/DY, 1.00 47.71 TON $108.17 $5,160.83 DY) to Bobcat W/ Attachments 9.96 HR $32.40 $322.85 Ij CAT 416 Backhoe 9.96 HR $54.25 $540.58 to Crew Truck 9.96 HR $28.70 $285.99 t4 Dynapack CC21 Double Drum 3.29 HR $32.75 $107.69 Pickup 9.96 HR $7.80 $77.72 t, OP - Loader Backhoe 9.96 HR $27.62 $275.23 r`* OP - Roller, Asphalt Finish 9.96 HR $30.96 $308.53 t LA - Patching Labor [2] 9.96 HR $23.61 $470.56 t Foreman - Patch 9.96 HR $35.64 $355.14 Tandum Dump [2] 9.96 HR $44.80 $892.83 11/19/2009 4:43:37 PM COFC - 42" PCCP Repair Page 3 of 7 Unit 'Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent 1 1 1 1 1 1 1 1 1 (Item 47-100 - Asphalt Paving 9"Asphalt / 6"Agg Base continued) DR - Truck Driver [2] 9.96 HR $27.10 $540.11 { Lee Boy Paver 9.96 HR $62.40 $621.79 !? OP - Paver 9.96 HR $36.31 $361.80 AC -Hot Mix Asphalt - Grade S (75) (PG 47.71 TON $42.00 $2,003.78 2f 58-28) Mix #132 (Connell Resources, Inc) GC -Street Sweeping 5.00 HR $91.30 $456.51 Man Hours: 1.00 MH/HR 5.00 t ER -Street Sweeping (8.00 UNIT/DY, 0.63 DY) 5.00 UNIT $91.30 $456.51 Sweeper 5.00 HR $70.85 $354.25 LA - Unskilled Operator 5.00 HR $20.45 $102.26 64-200 - Traffic Control 1.00 LS $3,400.00 $3,400.00 $3,980.00 $3,980.00 11.46% Flagging 80.00 HR $20.00 $1,600.00 Traffic Control Supervisor & Signage 40.00 HR $45.00 $1,800.00 i 64-100 - Set/Pull Concrete Barrier 100.00 LF $23.16 $2,315.69 $27.60 $2,760.00 13.04% Man Hours: 3.47 LF/MH 28.80 TC-Concrete Barrier From CRI Yard (Max 1400 100.00 LF $23.16 $2,315.69 LF) Man Hours: 3.47 LF/MH 28.80 TC-Concrete Barrier (10' CRI) 100.00 LF $5.34 $533.75 TC-Set/Load Out Barrier CRI (500.00 LF/DY, 100.00 LF $8.91 $890.97 0.20 DY) CAT 966, 970, 972 1.80 HR $91.65 $164.97 KOM 400 1.80 HR $111.65 $200.97 Low Boy Transport 1.80 HR $77.40 $139.32 Pickup 1.80 HR $7.80 $14.04 DR - Lowboy 1.80 HR $27.93 $50.27 LA - Laborer [4] 1.80 HR $21.52 $154.93 OP - Excavator, Large 1.80 HR $30.28 $54.51 c„ OP - Loader, Large 1.80 HR $28.22 $50.79 g Foreman - Base 1.80 HR $33.99 $61.18 TC-Set/Load Out Barrier CRI (500.00 LF/DY, 100.00 LF $8.91 $890.97 0.20 DY) to CAT 966, 970, 972 1.80 HR $91.65 $164.97 to KOM 400 1.80 HR $111.65 $200.97 to Low Boy Transport 1.80 HR $77.40 $139.32 o, Pickup 1.80 HR $7.80 $14.04 ( DR - Lowboy 1.80 HR $27.93 $50.27 tr LA - Laborer [4] 1.80 HR $21.52 $154.93 OP - Excavator, Large 1.80 HR $30.28 $54.51 OP - Loader, Large 1.80 HR $28.22 $50.79 Foreman - Base 1.80 HR $33.99 $61.18 03-114 - Repair Materials - PCCP 40.00 LF $683.65 $27,346.00 $816.00 $32,640.00 13.16% �V 42" Emergency Repair Kit (20' LL) 2.00 EACH $9,948.00 $19,896.00 Delivery Of PCCP Adapters To Jobsite From S. 1.00 LS $7,000.00 $7,000.00 Beloit, ILL Grout For Diapers On PCCP Transitions & 3.00 CY $150.00 $450.00 Closure 03-115 - Repair Materials - DIP 40.00 LF $836.12 $33,444.95 $1,000.00 $40,000.00 13.34% Man Hours: 2.47 LF/MH 16.20 42" PCCP Spigot X MIS Adapter 1.00 EACH $3,938.00 $3,938.00 42" PCCP Bell X MIS Adapter 1.00 EACH $3,938.00 $3,938.00 Delivery Of PCCP Adapters To Jobsite From S. 1.00 LS $5,000.00 $5,000.00 Beloit, ILL Grout For Diapers On PCCP Transitions 8.00 CY $150.00 $1,200.00 (M 42" DIP Pipe (Approx 40') 40.00 LF $212.00 $8,480.00 W-MJ-42" Sleeve 2.00 EACH $2,001.56 $4,003.13 W-ML-42" DIP MEGA LUG 4.00 EACH $1,302.35 $5,209.40 Cathodic Protection 4.00 EACH $419.11 $1,676.42 Man Hours: 4.05 MH/EACH 16.20 11/19/2009 4:43:37 PM COFC - 42" PCCP Repair Page 4 of 7 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 03-115 - Repair Materials - DIP continued) ,tW UM -Short Crew W/ Kom 400 (6.67 EACH/DY, 4.00 EACH $120.47 $481.89 0.60 DY) k, Pickup 5.40 HR $7.80 $42.12 f LA - PipeLayer (2] 5.40 HR $22.23 $240.08 Foreman - Pipe 5.40 HR $36.98 $199.69 W-CAT-100 # (48 Lb Bare) Prepackaged 4.00 EACH $266.88 $1,067.50 J Anode With.20' Lead Wire W-CAT-Cad Weld Caps Box Of 20 DIP 1.00 EACH $42.70 $42.70 W-CAT-Cad Weld Gun 1.00 EACH $42.70 $42.70 W-CAT-Royston 747 Primer 1.00 EACH $16.01 $16.01 W-CAT-Royston Handy Caps 4.00 EACH $6.41 $25.62 03-116 - Repair Materials - Steel 40.00 LF $820.06 $32,802.42 $982.00 $39,280.00 13.45% Man Hours: 2.47 LF/MH 16.20 WSP-42" Steel Waterline 40.00 LF $200.00 $8,000.00 W-FL-42" Restr Flexible Cplg Assy DIP X Stl 2.00 EACH $4,500.00 $9,000.00 Pipeline Welding -Rest For Coupling 2.00 EACH $400.00 $800.60 42" PCCP Spigot X MIS Adapter 1.00 EACH $3,938.00 $3,938.00 42" PCCP Bell X MIS Adapter 1.00 EACH $3,938.00 $3,938.00 Delivery Of PCCP Adapters To Jobsite From S. 1.00 LS $5,000.00 $5,000.00 Beloit, ILL sf Grout For Diapers On PCCP Transitions 3.00 CY $150.00 $450.00 Cathodic Protection 4.00 EACH $419.11 $1,676.42 Man Hours: 4.05 MH/EACH 16.20 UM -Short Crew W/ Kom 400 (6.67 EACH/DY, 4.00 EACH $120.47 $481.89 0.60 DY) to Pickup 5.40 HR $7.80 $42.12 t LA - PipeLayer (2] 5.40 HR $22.23 $240.08 f Foreman -Pipe 5.40 HR $36.98 $199.69 W-CAT-100 # (48 Lb Bare) Prepackaged 4.00 EACH $266.88 $1,067.50 Anode With 20' Lead Wire W-CAT-Cad Weld Caps Box Of 20 DIP 1.00 EACH $42.70 $42.70 W-CAT-Cad Weld Gun 1.00 EACH $42.70 $42.70 W-CAT-Royston 747 Primer 1.00 EACH $16.01 $16.01 W-CAT-Royston Handy Caps 4.00 EACH $6.41 $25.62 Unit Total Description Quantity UM Direct Cost Direct Cost 12 - Local Indirect 0.60 WK $6,642.69 $3,985.62 Man Hours: 80.00 MH/WK 48.00 GC-Indirects Local 0.60 WK $6,642.69 $3,985.62 Man Hours: 80.00 MH/WK 48.00 OH-2 Salary Supervision 0.60 WK $3,909.36 $2,345.62 Man Hours: 80.00 MH/WK 48.00 ltj GC -Site Manager 0.60 WK $2,046.48 $1,227.89 Man Hours: 40.00 MH/WK 24.00 GC -Site Manager (1.00 UNIT/DY, 3.00 3.00 UNIT $409.30 $1,227.89 DY) Pickup 24.00 HR $7.80 $187.20 f PM - Site Manager 24.00 HR $43.36 $1,040.69 �b GC -Project Manager 0.60 WK $1,862.88 $1,117.73 Man Hours: 40.00 MH/WK 24.00 GC -Project Manager (1.00 UNIT/DY, 3.00 UNIT $372.58 $1,117.73 3.00 DY) 4 Pickup 24.00 HR $7.80 $187.20 (31 PM - Project Manager 24.00 HR $38.77 $930.53 OH-4 Temp Utilities 0.15 MO $200.00 $30.00 , G) GC -Temp Sanitary Facility 0.15 MO $200.00 $30.00 11/19/2009 4:43:37 PM COFC - 42" PCCP Repair Page 5of7 INovember 20, 2009 City of Fort Collins Attn: Opal F. Dick, CPPO, Senior Buyer Purchasing Division 215 North Mason, 2nd Floor Fort Collins, CO Re: 7089 Water, Wastewater, and Stormwater Utilities Infrastructure Design & Construction Services Contractor Proposal Ms. Dick: ' Please find attached, our response to the above stated Request For Proposal. If P q P you have any questions regarding the included information feel free to contact me at your convenience. Thank you for the opportunity to provide our qualifications for this project. tConnell Resources, Inc. has had the great fortune to be a locally owned, leading pipeline and general contractor in northern Colorado for over 60 years. We believe that our employee's vast construction and pipeline experience and "can do" attitude will be a perfect fit as a member of the Water, Wastewater, and Stormwater Utilities Infrastructure Design & Construction team. tSinc y, ohn Warren Vice President/ Construction Manager 1 Unit Total Description Quantity UM Direct Cost Direct Cost (Item 12 - Local Indirect continued) 4 Temp Sanitary Facility 0.15 MO $200.00 $30.00 } GC-OH-9 Permits 1.00 LS $310.00 $310.00 :j Dewatering 1.00 EACH $150.00 $150.00 () Dewatering Sampling And Testing 1.00 DY $160.00 $160.00 z} OH-12 Quality Control & Testing 1.00 LS $850.00 $850.00 QC Testing And Sampling 1.00 LS $850.00 $850.00 iZ OH-13 Survey 1.00 LS $450.00 $450.00 j Surveying And Layout (As -built 1.00 LS $450.00 $450.00 Installation) 11/19/2009 4:43:37 PM COFC - 42" PCCP Repair Page 6 of 7 Percent of Amount Direct Cost Percent of Amount Indirect Cost 1 1 1 1 1 1 1 1 1 1 i 1 A Labor: $12,805.05 8.49% Labor: $2,051.22 51.47% Equipment Owned: $21,263.89 .14.10% Equipment Owned: $374.40 9.39% Equipment Rented: $1,442.09 0.96% Equipment Rented: $0.00 0.00% Materials Owned: $3,768.38 2.50% Materials Owned: $0.00 0.00% Materials Purchased: $83,963.83 55.67% Materials Purchased. $0.00 0.00% Subcontracted: $5,813.95 3.85% Subcontracted: $1,300.00 32.62% Trucking Owned: $0.00 0.00% Trucking Owned: $0.00 0.00% Trucking Hired: $19,343.70 12.83% Trucking Hired: $0.00 0.00% Miscellaneous: $1,415.00 0.94% Miscellaneous: $180.00 4.52% Plug: $1,000.00 0.66% Plug: $80.00 2.01% Direct Cost: $150,815.89 Indirect Cost: $3,985.62 Man-hours: 475.32 Man-hours: 48.00 Percent of Amount Bid Price Total Direct Cost: $150,815.89 83.89% Total DC Adds/Cuts: $0.00 0.00% Total Indirect Cost: $3,984.86 2.22% Total Bond: $1,484.69 0.83% Total Overall Cost: $156,285.45 86.93% Total Overhead: $12,435.74 6.92% Total Profit: $11,063.81 6.15% Total Margin: $23,499.55 13.07% Total Bid Price: $179,785.00 Total Man-hours: 523.32 11/19/2009 4:43:37 PM COFC - 42" PCCP Repair Page 7 of 7 Accommodating On -Call Services Pre Incident Planning Meeting City, Connell, Subcontractors and Suppliers Review Response Plan/Materials Availability (On hand at City or Connell Yard) Bi-Annually City Reviews with internal staff City secures initial site and shuts off valves as necessary CRI to assist as necessary Mobilize Emergency Equipment (Pumps, Generators, etc.) Contact subs potentially needed Mobilize personnel & equipment Traffic Control (Secure the site) I Connell Reviews with internal staff I Incident Occurs: Example: 42" Pipe Bursts City contacts Connell John Warren (970) 231-9275 Clint Fisher (970) 481-9246 CRI Personnel to site Mobilize Equipment & Per—nnel Evaluate Needs 5 — 24 Hours from Incident 30 min —1 Hr from Incident 2 — 3 Hours from Incident CRI Contact Possible SUDOliers 4 -5 Hours from Incident Begin to mobilize necessary materials �► Repairs Made 2448 Hours for Incident Area cleaned up and reclaimed, Roads re -paved if needed Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor Example of Connell Resources, Inc.'s ability to respond to On -Call Services In January 2009, The Box Elder Sanitation District issued a request for proposal for the emergency repair of its Poudre Interceptor located near the intersection of North Timberline Road and East Mulberry Street in Fort Collins. The proposal invited contractors to propose a method of repair for the 18" gravity sewer. The techite pipe installed in 1973 was showing signs of failure due to deformation of the pipe. Timberline Road was constructed over the existing Poudre Interceptor for approximately 400 feet. It was this section which was to be repaired in the winter ' months under traffic. ' After reviewing Connell Resources, Inc. proposal, Box Elder Sanitation District negotiated a contract for the repair. Connell Resources, Inc. submitted an alternate bypass pumping plan, by utilizing the existing abandoned sewer lines as the bypass piping, thus reducing the exposure of the Poudre River and associated wetlands. Connell Resources, Inc. asphalt plant was available during the winter months for the street repair. Connell Resources, Inc. coordinated with the City of Fort Collins Streets, Traffic Operations, and Box Elder Sanitation District to successfully complete the emergency repair. Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor 0 OWNER: Box Elder Sanitation District Randy Siddens 970-498-0604 ENGINEER: Box Elder Sanitation District CONTRACT AMOUNT: $151,909 PROJECT START: February 2009 PROJECT COMPLETION: March 2009 CONTRACT TYPE: GMP CRI PROJECT MANAGER: Bill Anderson CRI SITE MANAGER: Clint Fisher CRI ON -SITE SUPERVISION: Curtis Rogers —Pipe UNIQUE JOB ELEMENTS: Emergency repair work in roadway needed to be completed quickly 12'-16' Deep w/ dewatering MATERIAL QUANTITIES: 400 LF of 18" sewer pipe WORK PERFORMED IN HOUSE: 87% of CRI's contract POUDRE INTERCEPTOR REPAIR FORT COLLINS, CO The district awarded Connell this cost-pIus'contract with a not -to -exceed limit. The project was to repair a section of the Poudre Interceptor located near the intersection north of Timberline Road and East of Mulberry Street in Fort Collins. Due to the nature of the failure, traffic and other utilities in the vicinity of the project the District requested Connell provide the method of repair with our proposal. Connell proposed a unique solution with a structurally sound end product acceptable to the district. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone:970.223.3151 Fax:970.223.3191 I. General Information Proposal Submitted By: Connell Resources, Inc. 7785 Highland Meadows Pkwy. Suite 100 Fort Collins, CO 80528 Point of Contact: John M Warren, Vice President of Operations Phone: 970-223-3151 Fax:970-223-3191 jwaffen@connellresources.com This firm has not operated under any other names during the last 10 years Connell Resources, Inc. was established as Loveland Excavating in 1946; the name was changed to Connell Resources, Inc. in 1982. See Attached Work In Progress Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor GENERAL COMPANY INFORMATION Title: Address: Phone: Fax: Cell Phone: Contact person for this project: Established: Date of incorporation in Colorado: Previous company titles: Connell Resources, Inc. 7785 Highland Meadows Pkwy. Ste. 100 Fort Collins, CO 80528 (970) 223-3151 (970) 223-3191 (970) 481-0021 Dan Giesler 1949 1969 Loveland Excavating prior to 1982. Connell Resources, Inc. has been located in Fort Collins since 1991 having moved our headquarters from Loveland, Colorado. We have operated as Connell Resources, Inc. since 1982. Prior to 1982 we operated as Loveland Excavating Company. We also maintain an office and operations in Steamboat Springs, Colorado. We are a locally owned, full -service site development contractor with expertise in asphalt production, paving, earthwork, pipeline construction, and aggregate processing. We are licensed to work in all the cities and counties along the Colorado Front Range and are pre -qualified with the Departments of Transportation in Colorado and Wyoming. We have the capacity and desire to serve our customers' daily needs in a professional and friendly manner on projects involving asphalt paving, earthmoving, pipeline, storm drainage and materials supply. We also have the expertise to select and manage quality subcontractors as necessary, to expand our line of services, and to better address our varied client desires. Additionally, we can respond to your budgetary requirements through negotiations or with a traditional sealed bid. Connell Resources prides itself on its ability to bring projects in on time and within budget for our clients. CONNELL RESOURCES, INC. UPDATED AS OF 9130109 SCHEDULE OF MAJOR 2009 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT COMPLETE GRADING, REMOVALS $59,684 2091001 43% CDC BLDG 401 SHELL SPACE BUILD OUT JE DUNN CONSTRUCTION $ 34,020 FORT COLLINS FARON RILEY STORM, GRADING $202,270 2091002 100% CARPENTER ROAD BOX CULVERT WY DEPT OF TRANSPORTATION $ STORM, WATERLINE $1,258,470 2091003 99% KEN MITCHELL INLET/OUTLET CITY OF BRIGHTON $ 12,585 BRIGHTON DAWN HESSHEIMER WATERLINE, REMOVALS, $2,094,461 2091004 98% NIWOT ROAD WATERLINE PH 2 LEFT HAND WATER DISTRICT $ 41,889 GRADING NIWOT CHRIS SMITH SEWER, REMOVALS, PAVING $161,467 2091005 100% POUDRE INTERCEPTOR REPAIR BOXELDER SANITATION DISTRICT $ - FORT COLLINS RANDY SIDDENS UTILITIES, GRADING, $1,124,319 2091006 84% AIMS AUTOMOTIVE TECHNOLOGY BRYAN CONSTRUCTION $ 179,891 PAVING WINDSOR TODD BLANKS STORM, WATERLINE, PAVING $4,306,913 2091007 70% HARMONY ROAD WIDENING PH 2 TOWN OF TIMNATH $ 1,292,074 REMOVALS, GRADING TIMNATH UTILITIES, REMOVALS $3,470,665 2091008 14% NORTH COLLEGE MARKETPLACE NORTH COLLEGE MARKETPLACE INC $ 2,984,772 GRADING PAVING FORT COLLINS BLAINE RAPPE SEWER, WATERLINE, PAVING $806,920 2091009 100% CENTERRA BOOSTER STATION CITY OF LOVELAND $ REMOVALS, GRADING LOVELAND TOM GREENE PAVING $31,840 2091010 100% KODAK 2009 REPAIRS EASTMAN KODAK $ WINDSOR GREG SMITH GRADING, PAVING $809,053 2091011 74% L.C.A.C. 2009 MISC IMPROVEMENTS LARIMER COUNTY $ 210,354 LARIMER COUNTY TODD JUERGENS PAVING $136,999 2091012 100% HIDDEN VALLEY OFFSITE HIDDEN VALLEY FARM LLC $ - SEVERANCE TOM DONKLE GRADING, PAVING $58,050 2091013 100% WHEATON PARKING LOT RENOVATION BRYAN CONSTRUCTION $ FORT COLLINS ALICIA McCHESNEY WATERLINE $44,866 2091014 100% RIST CANYON WATERLINE PH 1 WEST FORT COLLINS WATER DIST $ BELLVUE DOUG BIGGE UTILITIES, REMOVALS, $431,675 2091015 98% PLAZA @ PAVILION LANE CHESNIK GROUP $ 8,634 GRADING, PAVING FORT COLLINS EARL CHESNIK PAVING $302,614 2091016 25% SUNSET RIDGE SEVERANCE INVESTMENT GROUP $ 226,961 SEVERANCE KELLY HODGE PAVING $376,496 2091017 7% CSU ASPHALT & RELATED MATERIALS COLORADO STATE UNIVERSITY $ 350,141 FORT COLLINS KATHLEEN THOMAS GRADING, PAVING $191,000 2091018 98% CSU EQUINE MARE BARN COLORADO STATE UNIVERSITY $ 3,820 FORT COLLINS ELLEN SKOLD REMOVALS, GRADING $247,463 2091019 24% SH 392 & LCR 9 INTERSECTION CDOT $ 188,072 PAVING LARIMER COUNTY COREY STEWART STORM $241,018 2091020 100% GRAND RIVER DITCH CULVERT REPLACE WATER SUPPLY & STORAGE $ - LARIMER COUNTY DENNIS HARMON GRADING, PAVING $78,040 2091021 100% KING SOOPERS FUEL STATION 99 DEER CREEK CORPORATION $ FORT COLLINS DUSTIN REMOVALS, GRADING $228,296 2091022 100% FORT COLLINS DODGE MIKE DOWNEY $ PAVING FORT COLLINS GRADING, PAVING $30,800 2091024 100% RIDGE OF LAPORTE SUNSET RIDGE HOA $ LAPORTE CLIFF WILLIAMS STORM $107,000 2091025 18% TURKEY CREEK IRRIGATION LINE RED ROCKS COUNTRY CLUB $ 87,740 MORRISON BILL DEWOLFE REMOVALS, GRADING $88,115 2091027 40% OREILLY AUTO PARTS KILLIAN CONSTRUCTION $ 52,869 PAVING AURORA STAN HAMMACK STORM, REMOVALS $83,338 2091028 1% 9TH & POUDRE WATER VAULT CITY OF GREELEY $ 82,505 GREELEY LINDA HOOD 1 1 1 1 1 1 1 1 1 1 i 1 1 1 CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB H COMPLETE LOCATION CONTACT COMPLETE STORM, REMOVALS, $1,612,063 2091029 16% URCRAFT PARKING APRON-SHIVELY FIELI TOWN OF SARATOGA $ 1,354,133 GRADING, PAVING SARATOGA, WY DAVID SHULTZ SEWER, STORM, REMOVALS $49,305 2091031 0% STERLING REGIONAL MED CTR DRAINAGE JE DUNN CONSTRUCTION $ 49,305 STERLING DAN SULLIVAN UTILITES, GRADING, PAVING $190,262 2091032 0% NORTH WELD LANDFILL SCALE HOUSE ET ENVIRONMENTAL CORPORATION $ 190,262 AULT MITCHELL GRADY REMOVALS, GRADING, $88,818 2091033 0% SUNFLOWER HOA AMERICAN RETIREMENT PROPERTIES $ 88,818 PAVING FORT COLLINS PAUL GALLONSTEIN REMOVALS, GRADING, $91,209 2091034 0% RAWHIDE 2009 PAVING PLATTE RIVER POWER AUTHORITY $ 91,209 PAVING WELLINGTON MIKE MCNAUGHTON PAVING $137,127 2091035 0% OLD TOWN TIMNATH WINTER PAVING TOWN OF TIMNATH $ 137,127 TIMNATH JOHN JORDAN GRADING $80,984 2091037 0% RAWHIDE RAILCAR REPAIR SHOP PLATTE RIVER POWER AUTHORITY $ 80,984 WELLINGTON MIKE MCNAUGHTON GRADING, PAVING $441,816 2094002 47% CRAIG MIDDLE SCHOOL THE NEENAN COMPANY $ 234,162 CRAIG RICHARD MESERVE PAVING $65,050 2094003 100% HAYDEN POLICE DEPARTMENT TCD $ - HAYDEN GERRY CARTER GRADING, PAVING $721,162 2094004 100% DAKOTA RIDGE OVERLAY & REPAIRS COMMERCIAL PROPERTY GROUP $ - STEAMBOAT SPRINGS MEDORA FRALICK PAVING $52,113 2094005 0% HOLIDAY INN THOR CONSTRUCTION $ 52,113 STEAMBOAT SPRINGS KEVIN GRADING, PAVING $723,179 2094008 98% MEMORIAL HOSPITAL ROBINS & MORTON $ 14,464 CRAIG JOHN GALASSINI PAVING $64,625 2094009 100% ROWE DRIVEWAY SHIVELY CONSTRUCTION $ - STEAMBOAT SPRINGS JOHN SHIVELY PAVING $85,440 2094011 100% PORCHES PHASE I TOP MAT STRUCTURAL ASSOCIATES $ - STEAMBOAT SPRINGS ROGER GRADING, PAVING $78,098 2094014 98% DREAM ISLAND PAVING TED MACKEY $ 1,562 STEAMBOAT SPRINGS PAVING $55,327 2094017 100% CATAMOUNT LAKE ROAD REPAIRS CATAMOUNT METRO DISTRICT $ - STEAMBOAT SPRING JOEL ANDERSON PAVING $256,203 2094018 82% CITY OF CRAIG OVERLAYS CITY OF CRAIG $ 46,117 CRAIG BILL EARLY PAVING $915,776 2094019 100% MOFFAT COUNTY ROAD 7 MOFFAT COUNTY ROAD & BRIDGE . $ - CRAIG BILL MACK PAVING $609,745 2094022 100% SIDNEY PEAK RANCH SUBDIVISION COMMERCIAL PROPERTY GROUP $ STEAMBOAT SPRINGS MEDORA FRALIK PAVING .$55,768 2094025 100% BOULDER RIDGE DAVID JOSFAN $ STEAMBOAT SPRINGS GRADING, PAVING $128,974 2094026 99% CRAIG AIRPORT MOFFAT COUNTY $ 1,290 CRAIG JERRY HOBERG GRADING, PAVING $127,206 2094029 100% MEADOWS PARKING LOT EXPANSION STEAMBOAT SKI & RESORT CORP $ - STEAMBOAT SPRINGS AUDREY WILLIAMS PAVING $153,894 2094030 0% JOURNEY @ FIRST BAPTIST MISHLER CORPORATION $ 153,894 CRAIG CLAY PAVING $59,930 2094031 100% PRECISION EXCAVATING OFFICE PRECISION EXCAVATING $ - HAYDEN ROBIN PAVING $58,110 2094036 2% STEAMBOAT AIRPORT CITY OF STEAMBOAT SPRINGS $ 56,948 STEAMBOAT SPRINGS MEL BAKER PAVING $101,184 2094037 72% LARSON RESIDENCE TCD CONSTRUCTION $ 28,332 STEAMBOAT SPRINGS BOB CHILDERS PAVING $265,533 2094038 0% POPLAR STREET NATIVE EXCAVATING $ 265,533 HAYDEN ED PAVING $66,968 2094039 100% EDGEMONT NATIVE EXCAVATING $ - STEAMBOAT SPRINGS PETER BRUNNER CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT COMPLETE PAVING $78,345 2094044 0% BEHRMAN CONSTRUCTION BEHRMAN CONSTRUCTION $ 78,345 CRAIG VELDON BEHRMAN PAVING $86,020 2094048 0% COG HILL SLIDE STABILIZATION AMERICAN CIVIL CONSTRUCTORS $ 86,020 HAYDEN JODY RANDALL $ 8,766,942 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L Table Of Contents Tab: Project Design & Construction Phase -Construction Sequence and Schedules -Value Engineering -Input on Cost, Installation, Schedule, Quality and Past Experience -Traffic Control -Staffing -Subcontractors -Impact to the Public and Landowners Tab: Emergency Repair -Detailed Cost Estimate -Accommodating On -Call Services Tab 1: General Information -General Company Information -Current Work In Progress Tab 2: Key Project Staffing -Company Organization Chart -Resumes of Key Personnel Tab 3: General Company Resources -General Company Resources -Equipment List Tab 4: Project Experience ' -Grand River Ditch Project Profile -Ken Mitchell Lakes Inlet/Outlet Pump Stations #4 Project Profile -Allison Draw Project Profile -Timberline Road and Waterline Phase lA Project Profile -Timberline Road and Waterline Phase I Project Profile -2❑d Street Improvements Project Profile Tab 5: Partnering Experience 1 -Partnering Experience -Turkey Creek Irrigation Pipeline Replacement Project Profile -Larimer County Annual Contract Project Profile ' -Timnath Gateway Phase I and Trunk Sewer Line Project Profile -List of Negotiated Projects Tab 6: Safety Record -Safety Record -Safety Program - Environmental, Health and Safety Managers' Resume ' -Daily Job Hazard Analysis Worksheet -Employee Safety Handbook ' Tab 7: Subcontractors Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor CONNELL RESOURCES, INC. UPDATED AS OF 9130109 SCHEDULE OF MAJOR 2008 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT COMPLETE GRADING, PAVING $42,852 2081001 100% PELOTON CYCLES ALLIANCE CONSTRCUTION SOLUTION $ FORT COLLINS KATHY BALDWIN PAVING $34,078 2081002 100% KODAK 2008 PROJECTS EASTMAN KODAK COMPANY $ WINDSOR GREG SMITH STORM, GRADING, $395,551 2081003 100% CSU FOREST SERVICE ROAD PAVING STATE OF COLORADO $ REMOVALS, PAVING FORT COLLINS TRACEY ABEL UTILITIES, GRADING, $674,446 2081004 100% THE HOME RANCH THE HOME RANCH LLC $ PAVING WINDSOR CHRIS SERBOUSEK STORM, GRADING, $883,329 2081006 100% NORTH TAFT HILL RECONSTRUCTION LARIMER COUNTY $ REMOVALS, PAVING FORT COLLINS DARRELL MORRELL GRADING $1,347,207 2081007 100% L.C.A.C. 2008 MISC IMPROVEMENTS LARIMER COUNTY $ FORT COLLINS TODD JUERGENS GRADING, PAVING $68,452 2081008 100% WINDSOR CHARTER ACADEMY MCCAULEY CONSTRUCTORS $ WINDSOR JEREMIAH DENEE STORM, GRADING, $339,643 2081009 100% HARMONY TECHNOLOGY PARK MAV DEVELOPMENT COMPANY $ REMOVALS, PAVING FORT COLLINS MICHAEL GENRICH UTILITIES, GRADING, $2,602,905 2081010 100% GATEWAY TIMNATH OFF -SITE 1MPROV CACHE LA POUDRE INVESTORS NO $ PAVING, REMOVALS TIMNATH GRANT NELSON UTILITIES, GRADING, $844,877 2081011 95% PEAKVIEW COMMERCIAL PARK PH 1 FLEISCHLI ENTERPRISES $ 42,244 REMOVALS, PAVING LOVELAND KRIS FLEISCHLI PAVING $32,280 2081012 100% LAKESIDE CUL DE SAC PAVING TOWN OF WINDSOR $ WINDSOR ROB WINTER WATERLINE $41,568 2081013 100% TAFT & LAPORTE 14" WATERLINE ELCO WATER DISTRICT $ FORT COLLINS JACK WARNER UTILITIES, REMOVALS, $662,439 2081014 100% WINDSOR CAPITAL IMPROVE 2008 TOWN OF WINDSOR $ GRADING, PAVING WINDSOR CURTIS TEMPLEMAN PAVING $443,774 2081015 100% WELD RE4 MIDDLE SCHOOL ROCHE CONSTRUCTORS $ SEVERANCE GREG LOCKWOOD PAVING $250,999 2081016 93% CITY OF FORT COLLINS MISCELLANEOUS CITY OF FORT COLLINS $ 17,570 FORT COLLINS JOHN STEPHEN REMOVALS $35,759 2081017 100% STRUCTURE DEMO LCR 30 LARIMER HUMANE SOCIETY $ - LOVELAND KEITH MEYER STORM, REMOVALS, $201,506 2081018 100% KINGDOM HALL - OFFSITE IMPROVEMENT VIZION INFRASTRUCTURE CONSULT $ GRADING, PAVING FORT COLLINS QUENTIN EGAN STORM, GRADING, PAVING $72,999 2081019 100% BRAUCH SUBDIVISION DICK BRAUCH $ FORT COLLINS GRADING, PAVING $300,740 2081020 100% HIDDEN VALLEY FIRST FILING DOUBLE EAGLE CONSTRUCTION $ SEVERANCE GREGG SEEBOHM SEWER, WATER, REMOVALS $140,819 2081021 100% SPRING CANYON LIFT STATION #3 SPRING CANYON WATER DISTRICT $ FORT COLLINS KEVIN BARRICKLOW STORM, REMOVALS, $321,759 2081023 100% HERMIT PARK TURN LANES LARIMER COUNTY $ GRADING, PAVING ESTES PARK JOE TEMPLE UTILITIES, REMOVALS, $332,178 2081024 100% CENTERRA CONSTANT CONTACT DOHN CONSTRUCTION $ GRADING, PAVING LOVELAND BRIAN CASS REMOVALS, GRADING, $312,092 2081025 100% VANCE BRAND MUNICIPAL AIRPORT CITY OF LONGMONT $ - PAVING LONGMONT TOM THOMPSON REMOVALS, GRADING, $1,742,065 2081026 79% CSU RESEARCH INNOVATION CENTER GERALD H PHIPPS $ 365,834 PAVING FORT COLLINS CRIS GOLDY STORM, GRADING, PAVING $63,868 2081027 100% RESPITE CARE CENTER THE NEENAN COMPANY $ FORT COLLINS BILL WELLS GRADING, PAVING $778,473 2081028 100% YMCA OF THE ROCKIES THE NEENAN COMPANY $ ESTES PARK BOB GRONDIN i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT COMPLETE GRADING, REMOVALS, $91,408 2081029 100% JIF STORAGE COMER CONSTRUCTION $ PAVING FORT COLLINS PETE COMER PAVING $210,513 2081030 100% CSU DIAGNOSTIC MEDICINE CENTER GERALD H PHIPPS $ FORT COLLINS CRIS GOLDY GRADING, PAVING $207,061 2081031 100% PROVINCETOWN SHADOW CREEK HOMES $ FORT COLLINS TOBY TERHUNE PAVING $103,150 2081032 100% GRAND COUNTY AIRPORT COLOMBINE HILLS CONCRETE $ GRANBY SCOTT DOWNIN CONCRETE $114,000 2081033 100% TURKEY CREEK IRRIGATION LINE RED ROCKS COUNTRY CLUB $ MORRISON DAVID WARREN REMOVALS, PAVING $29,256 2081034 100% VILLAGE PARK IRRIGATION LINE PAVING TEMPLE CONSTRUCTION COMPANY $ EVANS JIM TEMPLE GRADING, PAVING $305,215 2081035 100% RAWHIDE PAVING 2008 PLATTE RIVER POWER AUTHORITY $ REMOVALS WELLINGTON PAT THOMS PAVING $180,590 2081036 100% ESTES PARK 2008 STREET IMPROVEMENTS TOWN OF ESTES PARK $ ESTES PARK GREG SIEVERS PAVING $274,791 2081037 100% EASTGATE SUB FIRST FILING ZEPHYR MANAGEMENT $ LONGMONT DENNIS THOMPSON WATERLINE $79,310 2081038 100% SUMMERFIELD WATERLINE LOOP TIMNATH RANCH LLC $ TIMNATH ANDY KRILL GRADING, PAVING $72,204 2081040 100% CHASE BANK CHRISTOFFERSON COMMERCIAL BLD $ WINDSOR TIM POOL UTILITIES, GRADING $1,522,257 2081041 100% SOUTHGATE KIA DOHN CONSTRUCTION $ PAVING WINDSOR JOHN REHMER GRADING, PAVING $444,696 2081042 100% ANHEUSER BUSCH DROP LOT EXPANSION R.C. HEATH CONSTRUCTION $ - FORT COLLINS MALISSA SMITH GRADING, PAVING $9,142,690 2081043 66% TIE SIDING SECTION WY DEPT OF TRANSPORTATION $ 3,108,515 STORM, REMOVALS WYOMING PAVING $48,094 2081044 100% RETAIL ROADS PH 2 DOUBLE EAGLE CONSTRUCTION $ - JOHNSTOWN GREGG SEEBOHN SEWER $584,596 2081045 100% JOHNSON'S CORNER SEWERLINE TOWN OF JOHNSTOWN $ JOHNSTOWN JIM WRIGHT GRADING, STORM $1,960,670 2081046 100% ALLISON DRAW LARAMIE COUNTY $ - CHEYENNE, WY STORM, WATERLINE $407,377 2081047 58% BENSON RESERVOIR DAM IMPROVEMENTf CITY OF FORT COLLINS $ 171,098 REMOVALS, GRADING FORT COLLINS MATTDAY SEWER, REMOVALS, GRADINC $121,613 2081048 100% MARTIN CREEK DAM REHAB RAY & DEB CROGHAN $ ROUTT COUNTY WATERLINE, GRADING, $55,410 2081049 100% CSFS FIRE MANAGEMENT BUILDING COLORADO STATE UNIVERSITY $ - SEWER FORT COLLINS RICK TENSLEY STORM, REMOVALS, $7,028,090 2084001 99% HWY 131 CHOKE CHERRY LANE SOUTH CDOT $ 70,281 GRADING, PAVING ROUTT COUNTY VAN PILAUD PAVING $206,083 2084003 100% HOLIDAY INN SCOTT MARR $ - STEAMBOAT SPRINGS PAVING $68,310 2084005 100% CATAMOUNT RANCH CLUB CATAMOUNT RANCH CLUB $ STEAMBOAT SPRINGS JONAH ROBINSON PAVING $1,910,626 2084007 100% ROUTT COUNTY ROAD 27 PRECISION EXCAVATING $ ROUTT COUNTY DAVE PAVING $103,553 2084008 100% FIRST TRACKS @ WILDHORSE DRAHOTA CONSTRUCTION $ STEAMBOAT SPRINGS TODD PARKER REMOVALS, PAVING $77,740 2084009 100% STEAMBOAT LUMBER STEAMBOAT LUMBER $ STEAMBOAT SPRINGS STU KOCI GRADING, PAVING $51,545 2084010 100% HAYDEN AIRPORT OFFICES DAVID THORP $ HAYDEN PAVING $68,900 2084011 100% WHISTLER ROAD WATERLINE NATIVE EXCAVATING $ STEAMBOAT SPRINGS ED MACARTHUR TYPE OF WORK PAVING GRADING, PAVING PAVING PAVING PAVING GRADING, PAVING REMOVALS, PAVING PAVING GRADING, PAVING REMOVALS, PAVING REMOVALS, PAVING REMOVALS, PAVING PAVING PAVING PAVING PAVING PAVING PAVING CRUSHING GRADING, PAVING PAVING PAVING PAVING PAVING REMOVALS, PAVING PAVING' PAVING CONTRACT PERCENT JOB NAME OWNER CONTRACT TO AMOUNT JOB N COMPLETE LOCATION CONTACT COMPLETE $728,128 2084012 100% CITY OF STEAMBOAT 2008 PAVING CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS DOUG MARSH $117,104 2084017 100% BUD WERNER MEMORIAL LIBRARY ADOLFSON & PETERSON CONSTRUCT $ STEAMBOAT SPRINGS RICK RITTER $164,300 2084019 100% MOFFAT COUNTY NATIONAL BANK APH CONSTRUCTION $ CRAIG KAREN $107,323 2084020 100% CANDLEWOOD SUITES SUPERIOR BUILDERS, INC. $ CRAIG KEITH ANDERSON $72,480 2084021 100% RESORT GROUP PH III THE COMMERCIAL DIVISION $ STEAMBOAT SPRINGS SHANE DOOLEY $61,681 2084028 100% ROUTT COUNTY ROAD 179 ROUTT COUNTY $ ROUTT COUNTY TAMMIE CRAWFORD $178,001 2084031 100% RIVERSIDE PLAZA AUTOTAINMENT VENTURES, LLC $ STEAMBOAT SPRINGS MICHAEL GRAVES $1,406,366 2084032 100% MOFFAT COUNTY ROAD 7 MOFFAT COUNTY $ CRAIG BILL MACK $225,311 2084035 100% CRAIG REGIONAL TRANSIT FACILITY FOX CONSTRUCTION $ CRAIG $56,420 2084038 100% THE HAMPTON INN STEAMBOAT MESA LODGING, LLC $ STEAMBOAT SPRINGS DAVEPARMLEY $93,325 2084045 100% DAVE'S CUSTOM COLOR DAVE MIHAICH $ STEAMBOAT SPRINGS $618,415 2084048 100% MOFFAT COUNTY HS PARKING LOT DIVERSIFIED CONSULTING SOLUTION: $ CRAIG DAN GIROUX $71,900 2084050 100% WATERSONG LANE DRIVEWAY MANGUS, INC. $ STEAMBOAT SPRINGS $638,080 2084052 100% ROUTT COUNTY ROAD 14 ROUTT COUNTY $ ROUTTCOUNTY TAMMIE CRAWFORD $65,275 2084054 100% YAHMONITE BRIDGE & WATERLINE TARCO INC. $ STEAMBOAT SPRINGS KEVIN MARSH $113,300 2084058 100% YV MEDICAL CENTER PARKING LOT EXP NATIVE EXCAVATING $ STEAMBOAT SPRINGS PETER $73,400 2084059 100% AIRPORT MEADOWS NATIVE EXCAVATING $ STEAMBOAT SPRINGS PETER $128,445 2084060 100% RIVERWALK PATCHING R&D PIPELINE $ STEAMBOAT SPRINGS DAN ROSS $368,200 2084062 100% RIO BLANCO 2008 CRUSHING RIO BLANCO COUNTY $ RANGELY RON LEEPER $219,000 2084065 100% MEADOWS PARKING LOT STEAMBOAT SKI & RESORT CORP $ STEAMBOAT SPRINGS AUDREY WILLIAMS $377,351 2084066 39% SADDLE RIDGE MIKE BELL CONSTRUCTION $ 230,184 STEAMBOAT SPRINGS MIKE BELL $357,002 2084075 100% COUNTRY GREEN PAVEMENT COUNTRY GREEN HOMEOWNERS $ STEAMBOAT SPRINGS JIM ZUCCONE $68,800 2084078 100% BOULDER RIDGE EXCEL CONSTRUCTION $ STEAMBOAT SPRINGS DAVID JOSFAN $93,360 2084079 100% ROCKY PEAK NATIVE EXCAVATING $ STEAMBOAT SPRINGS PETER $88,938 2084082 100% SYDNEY PEAK RANCH SYDNEY PEAK RANCH $ STEAMBOAT SPRINGS MIDORA FRALIK $64,550 2084086 100% BUILDING 600 PAT GLEASON $ STEAMBOAT SPRINGS $81,860 2084089 100% ONE STEAMBOAT PLACE HASELDEN CONSTRUCTION $ - STEAMBOAT SPRINGS $ 4,005,725 CONNELL RESOURCES, INC. UPDATED AS OF 9130109 SCHEDULE OF MAJOR 2007 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB N COMPLETE LOCATION CONTACT COMPLETE WATERLINE, PAVING $62,626 2071001 100% RELIANT CO2 PLANT RELIANT PROCESSING $ WINDSOR JOSHUAJONES . GRADING $333,500 2071002 100% MAGIC SKY RANCH GRADING 2007. GIRL SCOUTS MILE HI COUNCIL $ RED FEATHER LAKES NANCY KOBERSTEIN UTILITIES, GRADING, PAVING $347,171 2071003 100% HARMONY ONE BRINKMAN CONSTRUCTION $ FORT COLLINS JIM CIESLA UTILITIES, GRADING, PAVING $4,258,231 2071004 100% DAKOTA GLEN PH 1 GLEN DEVELOPMENT, LLC $ LOVELAND SCOTTBRAY UTILITIES, GRADING, PAVING $3,555,434 2071006 100% HARMONY SUBDIVISION PH 2A HARMONY LLC $ FORT COLLINS BYRON COLLINS UTILITIES, IRRIGATION, $13,176,270 2071007 100% FRONT RANGE VILLAGE HOAR CONSTRUCTION $ REMOVALS, GRADING, PAVING FORT COLLINS JASON ABERNATHY GRADING, PAVING $109,509 2071008 100% CAMPUS WEST REDEVELOPMENT DELTA CONSTRUCTION $ FORT COLLINS TIM HENDRICKS PAVING $149,448 2071009 100% CROOKED STICK DRIVE GLH CONSTRUCTION $ WINDSOR JOESCHUMACHER STORM, REMOVALS, $170,000 2071011 100% OUTLETS PEDESTRIAN BRIDGE CRAIG REALTY GROUP $ GRADING LOVELAND DAN HILL PAVING $1,851,021 2071012 100% L.C.A.C. 2006 MISC PATCHING LARIMER COUNTY $ LARIMER COUNTY TODD JUERGENS GRADING, PAVING $177,778 2071013 100% PLANK PLD & PD KASEY'S GARDEN, LLC $ UTILITIES, GRADING $3,127,199 2071014 100% DEER MEADOWS/MARIANA BUTTE 14TH DEER MEADOWS METRO DISTRICT $ LOVELAND MARK CONNER REMOVALS, GRADING $761,395 2071015 100% THOMPSON RIVER I-25 FRONTAGE ROAD THOMPSON CROSSING METRO DIST 43 $ PAVING, STORM LOVELAND VARNELL ROBERTS GRADING, PAVING $49,581 2071016 100% CENTERRA OFFICE CONDOS BLDG D BRINKMAN CONSTRUCTION $ DAVE CARLSON MICHAEL MINNIS PAVING $212,411 2071017 100% STATE HWY 60B CDOT $ JOHNSTOWN DAVE LEBSTOCK WATERLINE, REMOVALS, $1,106,602 2071018 100% WINDSOR CAPITAL IMPROVEMENTS TOWN OF WINDSOR $ GRADING, PAVING WINDSOR CURTIS TEMPLEMAN PAVING $160,673 2071019 100% WATER VALLEY SOUTH 6TH FILING GLH CONSTRUCTION $ WINDSOR JOESCHUMACHER REMOVALS, GRADING $355,748 2071021 100% RAWHIDE BLACKTOP ROAD 2007 PLATTE RIVER POWER AUTHORITY $ PAVING WELLINGTON MIK MCNAUGHTON REMOVALS, GRADING $189,447 2071022 100% PRESTON JR HIGH ASPHALT REPLACE POUDRE SCHOOL DISTRICT $ PAVING FORT COLLINS SHARON KOONCE GRADING, PAVING $82,931 2071023 100% LITTLE SNAKE RIVER EVENT CENTER LITTLE SNAKE RIVER EVENTS $ DIXON WYOMING JACK COBB REMOVALS, GRADING, $130,781 2071024 100% CLP JR. HIGH ASPHALT REPLACEMENT POUDRE SCHOOL DISTRICT $ PAVING LAPORTE SHARON KOONCE REMOVALS, GRADING, $401,575 2071025 100% TRANSPORTATION/OPERATION CENTER POUDRE SCHOOL DISTRICT $ PAVING FORT COLLINS SHARON KOONCE GRADING, STORM, PAVING $809,396 2071026 100% FC/LOVELAND MUNCIPAL AIRPORT CITIES OF FORT COLLINS/LOVELAND $ FORT COLLINS STORM, REMOVALS, $153,626 2071027 100% RIST DITCH IMPROVEMENTS DEER MEADOWS METRO DISTRICT $ GRADING LOVELAND MARK CONNOR PAVING $35,961 2071028 100% ROCKY MOUNTAIN TEMP SIDEWALK CENTERRA METRO DISTRICT 41 $ LOVELAND JON ERICKSON GRADING, PAVING $241,359 2071029 100% TOUCHSTONE GLH CONSTRUCTION $ WINDSOR JOESCHUMACHER CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT COMPLETE GRADING, PAVING, UTILITIES $2,820,615 2071030 100% EMBASSY SUITES KCC CONTRACTOR INC. $ REMOVALS, CONCRETE LOVELAND CRAIG ERICSON PAVING $143,400 2071031 100% CITY OF FORT COLLINS MISCELLANEOUS CITY OF FORT COLLINS $ FORT COLLINS JOHN STEPHEN PAVING $100,386 2071032 100% LARIMER PROFESSIONAL PARK BRINKMAN CONSTRUCTION $ JOHNSTOWN JIM CIESLA GRADING $120,622 2071033 100% DEER MEADOW BRIDGE CONCRETE STRUCTURES $ LOVELAND WAYNESCHELL PAVING $36,787 2071034 100% ST. MICHAELS RETAIL BLDG #5 BRINKMAN CONSTRUCTION $ GREELEY DAN GRIFFITH PAVING $180,244 2071035 100% CROSSROADS IST & 8TH ASPHALT CHESNIK GROUP LLC $ LOVELAND EARL CHESNIK GRADING $312,250 2071036 100% RAWHIDE ASH PONDS PLATTE RIVER POWER AUTHORITY $ WELLINGTON MIK MCNAUGHTON REMOVALS, PAVING $142,242 2071037 100% WATER VALLEY REPAIRS 2007 POUDRE TECH METRO DISTRICT $ WINDSOR DICK VON BERNUTH REMOVALS, GRADING $623,980 2071038 100% FAIRGROUNDS PARK PAVING R.C. HEATH CONSTRUCTION $ PAVING LOVELAND TERRY BEEN GRADING, PAVING $25,814 2071039 100% HANSON DRIVEWAY DICK HANSON $ LOVELAND PAVING $102,373 2071040 100% KUM & GO STORE #934 HENNING CONSTRUCTION CO $ WELLINGTON DEREK POST WATERLINE $40,698 2071043 100% STOR N LOCK SELF STORAGE NCB LLC $ FORT COLLINS TODD NORDSTROM STORM, REMOVALS, $161,874 2071044 100% HP MODS 4 & 5 RESTORATION R.C. HEATH CONSTRUCTION $ GRADING, PAVING FORT COLLINS STEVE ORECCHIO STORM, REMOVALS, $703,337 2071045 100% SH 66 & CR 13 CDOT $ GRADING, PAVING WELD COUNTY NICHOLA UPRIGHT GRADING $48,000 2071046 100% RAWHIDE COAL POND CLEANING PLATTE RIVER POWER AUTHORITY $ WELLINGTON PAT THOMS SEWER $2,868,070 2071048 100% TIMNATH SEWER CACHE LA POUDRE INVESTORS NORTF. $ TIMNATH GRANT NELSON GRADING, PAVING $155,487 2071049 100% CANDLELIGHT DINNER PLAYHOUSE CLARK CONSTRUCTION $ JOHNSTOWN KELLY HUFF UTILITIES, IRRIGATION, $2,572,655 2071050 100% WATERFALL 4TH SUBDIVISION BOYD LAKE VILLAGE LLC $ REMOVALS, GRADING, PAVING LOVELAND KIRK DANDO WATERLINE $60,577 2071051 100% HIGHWAY 287 WATERLINE REPLACEMENT FC LOVELAND WATER DISTRICT $ FORT COLLINS JAY EAST GRADING, PAVING $3,223,514 2074001 100% US 40 MEADOWS CAMP CDOT $ - STEAMBOAT SPRINGS VAN PILAUD PAVING $989,810 2074003 100% ALPINE MOUNTAIN RANCH ROADWAYS CORPOREX DEV AND CONSTRUCTION $ - STEAMBOAT SPRINGS MIKE O'DONNELL PAVING $2,350,303 2074004 74% MARABOU SUBDIVISION NATIVE EXCAVATING $ 611,079 STEAMBOAT SPRINGS ROD SCOTT PAVING $202,325 2074005 100% ROUTT COUNTY JUSTICE CENTER FCI CONSTRUCTORS $ STEAMBOAT SPRINGS ROB LAWRENCE PAVING $221,647 2074008 100% THE VILLAGES @ STEAMBOAT 2007 DRAHOTA CONSTRUCTION $ STEAMBOAT SPRINGS KEVIN KOPASZ REMOVALS, PAVING $129,695 2074009 100% HOWELSEN SPORTS COMPLEX CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS ANNE SMALL . GRADING, PAVING $69,740 2074010 100% GARRITY DRIVEWAY RUSS GARRITY $ OAK CREEK GRADING, PAVING $95,140 2074011 100% ELK RIVER RANCH PAVING J.Q. ENTERPRISES $ STEAMBOAT SPRINGS T. WAYNE CAIN PAVING $595,974 2074014 100% ROUTT COUNTY PAVING 2007 ROUTTCOUNTY $ ROUTTCOUNTY TAMMIE CRAWFORD CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT COMPLETE PAVING $1,286,740 2074015 100% ROUTT COUNTY EIAF PAVING 2007 ROUTTCOUNTY $ ROUTTCOUNTY TAMMIE CRAWFORD REMOVALS, GRADING, $89,722 2074017 100% WALTON VILLAGE BUILDING ROU WALTON VILLAGE CONDO ASSN $ PAVING STEAMBOAT SPRINGS EVELAN BURGY PAVING $110,926 2074020 100% CATAMOUNT GOLF OVERLAY CATAMOUNT METRO DISTRICT $ STEAMBOAT SPRINGS JOEL ANDERSON REMOVALS, PAVING $36,777 2074022 100% SUNDANCE @ FISH CREEK NORDIC SPIRIT $ STEAMBOAT SPRINGS BOB LARSON PAVING $639,750 2074024 100% STEAMBOAT 2007 PAVING PROGRAM CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS DOUG MARSH GRADING, PAVING $32,390 2074025 100% 33700 CANYON COURT - OWNER'S JIM NICHOLS $ STEAMBOAT SPRINGS GRADING, PAVING $229,757 2074027 100% LONGVIEW SUBDIVISION OVERLAY TRUE MOUNTAIN HOMES $ STEAMBOAT SPRINGS AL CHOY GRADING, PAVING $106,599 2074031 100% STEAMBOAT MOTORS STEAMBOAT MOTORS $ STEAMBOAT SPRINGS JIM STENKE GRADING, PAVING $123,060 2074033 100% BENDER/WHITE DRIVEWAY JOHN BENDER $ STEAMBOAT SPRINGS PAVING $48,100 2074036 100% COPPER RIDGE LOT 43 FRONTIER STRUCTURES $ STEAMBOAT SPRINGS STEVE HOLMBERG GRADING, PAVING $102,759 2074037 100% TRUCK STOP CJAMS $ STEAMBOAT SPRINGS MAX ERB GRADING, PAVING $162,211 2074039 100% HAYDEN AIRPORT GARAGES SOUND CONSTRUCTION $ HAYDEN ROGER. KAROLEWSKI CRUSHING $244,710 2074042 100% RIO BLANCO COUNTY CRUSHING RIO BLANCO COUNTY $ MEEKER RON LEEPER PAVING $278,007 2074045 100% COCA COLA WAREHOUSE DELTA CONSTRUCTION $ HAYDEN FRED SOUR PAVING $122,467 2074048 100% ONE STEAMBOAT PLACE HASELDEN CONSTRUCTION $ STEAMBOAT SPRINGS GRADING, PAVING $484,467 2074049 100% DOWNHILL WATERLINE PATCHING TWIN PEAKS UTILITIES & INFRAS $ . STEAMBOAT SPRINGS PAVING $64,132 2074052 100% STEAMBOAT SPRINGS COMMUNITY CTR FOX CONSTRUCTION $ STEAMBOAT SPRINGS PAVING $77,776 2074054 100% THE PORCHES 2ND PHASE STRUCTURAL ASSOCIATES $ STEAMBOAT SPRINGS SCOTTPARKS PAVING $86,478 2074061 100% SHERATON GOLF COURSE NORDIC EXCAVATING $ STEAMBOAT SPRINGS RICK NEWBORN GRADING, PAVING $170,651 2074062 100% SODA CREEK ELEMENTARY HASELDEN CONSTRUCTION $ STEAMBOAT SPRINGS GRADING, PAVING $77,917 2074063 100% STRAWBERRY PARK ELEMENTARY HASELDEN CONSTRUCTION $ STEAMBOAT SPRINGS $ 611,079 C E H. Key Project Staffing Project Management Organization Chart Management Organization Chart (including subcontractors) .......................... John Warren Contracts Dan Giesler Project Manager Primary Poinf of Contact' Job Descriptions of Key Positions ........................... oland Tremble; Eslimxtor to Assist c Bill Anderson Vice President of Estimating to Asssst .......................... Clint Fisher On -Site Superintendent i Project Engineer As Needed Crew Foreman Assigned Job Specific Project Manager — Full time office contact. Responsible to handle all estimating, CPM schedules with cost loading as needed, budgets, purchase orders, subcontracts, invoice approvals, pay estimates and time and materials documents. Available for ' all design and constructability reviews. Will attend and participate in neighborhood meetings. rOn -Site Manager — Full time field contact. Oversee the execution of the project schedule and directly oversee Connell's assigned foreman and crews, as well as ' coordinate any subcontractors, schedule supplier deliveries, document any jobsite information, as well as daily coordination with project team, and adjacent property owners. Will be involved in design and constructability reviews. Construction Manager — Handle any contract negotiations, ensure that projects have all the necessary management support needed and ensure that proper and adequate ' resources are allocated to the project. CM will be available for design and constructability reviews and neighborhood meetings. ' Safety Manager — Jobsite checks and provide any needed safety equipment and make jobsite safety assessments. Safety Manager will be available and actively participate in project meetings and planning sessions. He will also consult on OSHA standards. ' Assist in shoring design and selection. Environmental Health Technician — Assist in any needed environmental compliance ' requirements and permitting. Perform water quality testing for discharge permit compliance and erosion control compliance reviews. ' See Attached Resumes for Key Positions Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor •M M M m m m m M M M M M i M M =11 M M M I Ben Connell President M Sheri Welch CFO w �i G R Ben Connell Ed Wells Ben Connell John Warren Equipment Plant/Paving Land/Resources Construction Manager Manager Manager Manager bFHembree 8 'a ._...._.....,Bill Mitch Little Anderson Ed Wells Marshall Mike Mark Clint Tim Shawn EH Safe Manage stimator Erickson Duster Tucker Fisher Crosby O'Mara Concrete Crushing Truck Utility Base Grading sor Supervisor Supervisor S Su ervisor Su ervso '' Supervisor Tracey Oilers Leo Martinez Welding Foreman uperv�sor. P P ' Trybom Jenmfer Acton I e Ricardo Jim Juan ana Te hncian Est, PM Maestri Luna Luthy Ttick desantiago Benny Carter --_ Paving Concrete Crusher Drivers pipe Gutierrez Grading Foreman Foreman Plant Foreman Base Foreman Clay Darin Operator Foreman Crisp Site Fossum LPa n Transports Vincente John Lenny Manager illo Bob desantiago Dougherty Kirkman pie Korgan ch P Grading man Crushing Foreman Base Foreman e Foreman ' Dan ,.. _ : Foreman Laugel Giesler Bill I eMF-R�orvy Pat Site Est, PM Wagner FForbes Makousky Mana er Plant Pipe Grading Foreman ForemanForeman Lloyd Kevin Larry Johnson Deschene AggregateSite Heuer AStruentple. Development DougKirk Manager Est, PM Manager Myers Wiedeman Nuss Pipe Base Grading Foreman Foreman Foreman �Enaineer ronRoland holek oject Tremble Er�l� Est, PM Rios Pipe GPS Welders I `� Rogers Spec Proj Foreman Dejulio Project Simpson Chief Estimator Cory Lindblad IT Manager Lisa Kelly CAD Technician V, Doug Anderson Contracts ° Administrator O _�.�, ro O° CA C) UQ A� N O� n ' Dan Giesler ' Estimator / Project Manager Resume Key Qualifications ' Mr. Giesler is an Estimator / Project Manager for Connell with 14 years of field, estimating, and project management experience in civil construction including dirt, utility, base and pave operations. {J Education Bachelor of Science in Building Construction Management, Purdue University - 1997 Key Project Experience Ken Mitchell Lakes Inlet/Outlet Pump Stations #4 ($1.2 million) Project Manager for City of Brighton, to install 1,800 LF of fused HDPE pipeline within the lake. In addition to the pipe there were four slide gates ranging in size from 12" to 72" with operators installed at the river intake structure, rip rap and flared end section installed on the lake bottom Carter Lake Marina, Loveland, CO ($943,000) Project Manager for Larimer County to demolish the existing Carter Lake Marina Building and prepare the site for the construction of a new marina building. The project included 15,000 CY of rock excavation, 4,000 LF of rock trenching, utilities, backfill and asphalt paving. Larimer County Miscellaneous Construction Contract ($ 1 million + per year) ' This project is awarded every five years by Larimer County. Mr. Giesler is the Estimator/Project Manager for all projects that come up under this contract. These projects are generally design/assist and are completed on an open book billing basis. 1 Giesler Page 2 11 Timnath Sewer Trunkline, Timnath, CO ($ 2.8 million) Project Manager / Estimator for the installation of an 18" PVC sewer trunkline an average of 14' deep for 3.15 miles. Groundwater was at 4' so the depth of the pipe meant the project included extensive dewatering. 47 coated manholes were installed along the pipeline which crossed multiple landowners and involved several municipalities. The project was completed ahead of schedule and for less than the original GMP contract amount. Dalton -Northside Water Project, Whitfield County, TN —(20 million) ' As a Foreman on this project Mr. Giesler led crews to complete the installation of more than 30,000 feet of the 950,000 foot pipe job in the first month of construction. The job included: 1 million LF of 6", 8", and 12" HDPE waterline throughout the county 10,000 services 5,000 fire hydrants Indian Creek Sewer, Buckhead Atlanta, GA - ($12.2 million) Mainline Foreman for the installation of this sewer line project, the site included stream bed areas with limited access due to an existing residential area. In addition to the new sewer line approximately 5,000 LF of 18" sewer by-pass line needed to be installed and maintained for the duration of the project. The project totaled 5,000 linear feet of 42" DIP and dewatering throughout the project. Additionally 3 existing roadways over the sewer alignment had to be tunneled under. Greenville 48" Replacement, Greenville, SC —(2.8 million) Project Engineer on this 7500 LF replacement of a deteriorating 48" PCCP with 48' DIP. All 1.5 miles of this project went through narrow city streets in existing residential areas; requiring extensive utility relocation, at the end of each workday the street had to be reopened and functional for local residents. Unique challenge of maintaing water, gas, and sewer services to customers. Tab 8: Construction Cost Factors -Detailed Breakout of Construction Cost Factors Tab 9: Financial Statement -2008 Audited Balance Sheet Tab 10: Banking Reference -Banking Reference Tab 11: Bonding Company -Bonding Capacity -Reference Letter from Bonding Agent Tab 12: Insurance Company -Insurance Reference -Sample Insurance Certificate Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor 1 Giesler Page 3 Mill Creek Trunk Sewer Upgrade Phase 1, Nashville, TN — ($2.9 million) Project Engineer/Estimator for this extension of the trunk sewer. The project included: • 1,600 LF of 8.5 feet of TBM tunnel • 1,440 LF of 54-inch diameter HOBAS sewer inside a 96-inch diameter tunnel • 995 LF of 54" diameter 20' to 26' depth sewer open cut • 110 VF deep shaft — drill and shoot • 100 LF of 8' liner plate hand tunnel • 2 CIP concrete diversion junction boxes ' West End Clean and Cement Line, Nashville, TN — ($2.3 million) This project consisted of cleaning and lining services in order to rehabilitate 25,000 LF of existing 16-inch and 18-inch cast iron water mains. All construction was completed ' during nighttime hours. Sewer Rehabilitation I & I Reduction, Charlotte, NC — ($2.3 million) This project included rehabilitating 438 sewer manholes and approximately 20,000 LF of sewer line, using two different methods, CIPP and Fold & Form. Other Relevant Experience • Microsoft Office • Bid2Win • SureTrak • AgTek ' • HCSS 1 Employment History 2006 — Present Connell Resources, Inc. Project Manager / Estimator 2004 — 2006 Summit Constructors Project Manager / Estimator 1997 — 2004 W.L. Hailey and CO. Site Foreman / Estimator / Project Engineer E Clint Fisher On -Site Utility Superintendent Key Qualifications Mr. Fisher provides supervision to six company pipe c jobs, communicates with project inspectors, material public. Mr. Fisher also manages job cost and project changes to the contract, and trains new crew members. determining production rates and job building. Resume trews and oversees larger pipeline suppliers, project owners and the flow, documents project progress, Additionally he assists estimators in Education High School Diploma, Montrose High School, Montrose, CO 1988 ARTBA Graduate — Project Manager Academy Key Project Experience Grand River, Ditch, Rocky Mountain National Park, CO ($215,510) Site Manager for this project, which consisted of replacing 300' of 60" twin HDPE storm runs with 13' x 8' precast concrete box culverts, in the Grand River Ditch. In order to complete this work, cofferdams were built upstream and downstream of the work area. Timnath Sewer Trunkline, Timnath, CO ($ 2.8 million) Project Superintendent for the installation of an 18" PVC sewer trunkline an average of 14' deep for 3.5 miles. Groundwater was at 4' so the depth of the pipe meant the project included extensive dewatering. 47 coated manholes were installed along the pipeline which crossed multiple landowners and involved several municipalities. The project was completed ahead of schedule and for less than the original GMP contract amount. 24" Waterline Extension, Fort Collins, CO ($1.0 million) Site Manager for approximately 2 miles of 24" cathodically protected steel water line with a 42" bore under Interstate 25, the project also included a 24" booster pump station, and the reconstruction of 3,000 LF of roadway. The portion of the water line installed in the county road was completed in tight working space and could not be shored due to the 45ft laying length. IFisher Page 2 1 30" Steel Waterline, Fort Collins/Loveland, CO ($2.4 million) Project Superintendent for this waterline project completed for the Fort Collins/Loveland Water District. • Ten -bay box bridge and associated wetland mitigation through Fossil Creek • 15,000 LF of pipe utilities Harmony Subdivision, Timnath, CO (2 jobs totaling $9.7 million) Pipeline Superintendent for the watermain, and storm and sanitary sewer installation in this private subdivision development. • 28,000 LF of sanitary sewer • 30,000 LF of watermain • 13,000 LF of storm drain Mr. Fisher also served as Project Superintendent or Pipeline Superintendent on the following projects: • Front Range Village, Fort Collins, CO ($21.5 million) • Medical Center of the Rockies, Loveland, CO ($6.5 million) • Poudre Valley Health Systems, Fort Collins, CO ($2.1 million) • Timberline Road Waterline Phase I and IB Fort Collins, CO ($2.2 million) • Second Street Improvements, Berthoud, CO ($1.3 million) • Gateway Offsite Improvements, Timnath, CO ( $2.8 million) I • Larimer County Fairgrounds & Event Center, Loveland, CO ($7 million) • Dakota Glen, Loveland, CO ($3.7 million) Systems Experience Y p • Microsoft Office • Microsoft Project • Bid-2-Win Employment History 1997 - Present Connell Resources Project Superintendent 1990-1997 Hall -Irwin Project Superintendent, Pipeline Superintendent John M. Warren Construction Manager Resume Mr. Warren has over 12 years experience in heavy civil construction projects. He has managed projects in the transportation industry and residential, commercial, and industrial developments. He has a broad base of project experience with an emphasis in mass grading, drill and shoot excavation, underground utilities, aggregate production, and asphalt paving and production. Mr. Warren provides project management and oversight to site managers and trade supervisors; manages overall construction operations, construction schedules and resource allocation in the Fort Collins area on contracts totaling +$50 million annually. Additionally he reviews quotations and bids; manages pre -construction efforts for contracts that include management of the design process; and negotiates contracts and change orders. Education Bachelor of Science in Construction Management, Colorado State University, 1997 Key Project Experience Gateway Offsite Improvements, Timnath, CO Construction Manager for this negotiated GMP contract. The work included major infrastructure improvements for the Town of Timnath. Timnath Trunk Sewerline, Timnath, CO John was the Construction Manager on this design/assist project. The project brought a trunk sewerline from an existing development to another being built. Multiple municipalities and various landowners were involved in the construction of this project. Dixon Airport, Dixon, WY Mr. Warren was the construction manager for the complete removal and reconstruction of 8,000 ft. of runway and accompanying taxiways. New Belgium Brewery Bottling Plant Expansion, Fort Collins, CO Mr. Warren was the project manager for the site infrastructure on this design/build, LEED Silver accredited project. Front Range Energy Ethanol Plant, Windsor, CO As the Project Manager for this project Mr. Warren was responsible for the complete site development of this design/build contract for a new 40 million gallon ethanol plant. Project scope included construction of all plant infrastructure and railroad spur to access Great Western Railroad's mainline. Tom Landry Freeway, Dallas, TX ($30 budget of $98 million contract) Roadway Construction Manager, responsible for all grading, drainage, underground utility and asphalt paving operations on the project. managed a budget totaling $30+ million of the $100 million contract, to rehabilitate five miles of Interstate 30 trough downtown Dallas, TX for the Texas Department of Transportation. Warren Page 2 Crystal Park / Cedar Heights, Manitou Springs, CO Project Manager for this residential design/build roadway and drainage improvement project for the Crystal Park and Cedar Heights Home Owners Association. Responsible for leading the project team (owner, designer, & contractor) from the budgeting process through design and construction. The project included major stormwater reconstruction, mass excavation, drill and shoot excavation, and asphalt paving. Centennial Airport Runway 10-28 - Centennial, CO Project Superintendent for this a fast -track (45 calendar days) removal and reconstruction of Runway 10-28 for the Centennial Airport Authority. Wolf Creek Pass Reconstruction - Pagosa Springs, CO Project Superintendent for the complete reconstruction of 7 miles of U.S. Highway 160 over Wolf Creek Pass for the Colorado Department of Transportation. This project included grading, extensive drainage improvements, and asphalt paving. Eisenhower Tunnel Concrete Paving Project Superintendent on the tunnel portal reconstruction project, for the Colorado Department of Transportation, a fast track two -week removal and reconstruction of .5 miles of concrete paving inside the Eisenhower Tunnel. IOther Relevant Experience Certified Competent Person, Trenching and Shoring. Red Cross Certified First Aid and CPR. Hot Mix Asphalt Construction (QA/QC), Colorado Asphalt Paving Association. OSHA, Certified 40 hour hazardous materials training. OSHA, Certified 10 hour Construction. Employment History 2004 - Present Connell Resources Inc. Construction Manager Fort Collins, CO 1997-2004 Peter Kiewit Sons' Inc Project Manager/ Kiewit Western Superintendent William S. Anderson ' Vice President/Senior Estimator Resume Key Qualifications Mr. Anderson has over 18 years of estimating and construction management experience on a wide range civil and heavy highway projects. Education Bachelor of Science in Civil Engineering, Montana State University, 1990 ' Key Experience Front Range Village, Fort Collins, CO ($11.7 million) Project Manager for the earthwork, utilities, and paving on this 106 acre development site with 900,000 square feet of retail space. Embassy Suites, Loveland, CO ($2.8 million) Project Manager for this 9-story hotel with a one-story attached conference center. Located to the southwest of the existing Budweiser Event Center in Loveland, CO. Larimer County Roads 38 & 5, Larimer County, CO ($1.6 million) Project Manager for this reconstruction of the intersection of county roads 38 and 5. The project removed the existing `Y' configuration and constructed a traditional 4-way intersection along with a new traffic signal. Surrounding utilities had to be reconfigured to work with the new intersection as well. r I Anderson Page 2 Mr. Anderson also served as Estimator/Project Manager on the following projects: • Front Range Energy • New Belgium Brewery • PVHS Harmony • State Highway 66 Systems Experience • Microsoft Office • AGTEK • Microsoft Project • Bid2Win • Primavera P3 • SureTrak Employment History 6/07 — Present Connell Resources, Inc. Vice President / Senior 11/03 — 6/07 Connell Resources, Inc. 7/90 —11/03 Kiewit Pacific Co. Estimator Senior Estimator Senior Engineer/Estimator Roland Tremble Project Manager/Estimator Resume Key Qualifications Mr. Tremble has over ten years of construction and estimating experience. While pursuing I his B.S. degree, he worked as a pipeline laborer, construction supervisor and estimator. The combination of hands-on construction experience, educational background and mastery of estimating techniques gives Mr. Tremble a comprehensive set of skills for his estimating and project management duties. Education 1 Bachelor of Science in Bio-Resource Engineering, Colorado State University - 2000 F1 Key Project Experience Front Range Village ($ 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/Build 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 for the pipes. The project included the following: • 10,300 LF of roadway widening • 6,750 LF of new road • 6,200 LF of raw water supply pipe • 10,310 LF of water distribution pipe • 9,500 LF of sewer system piping • 19,000 LF of trench blasting k Tremble - Page 2 Windsor Capital Improvements Project 2008 ($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 pject 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 1 Timberline Street and Waterline Improvements — Phase 1 B ($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 1A. The project included: • 5400 feet of 30-inch steel water line • 9-Cell 8 ft x 10ft box culvert • 10,700 SY of asphalt paving • 4.4 acres of wetland mitigation 24" Waterline Extension and Pump Station ($1 A Million) Project Manager/Lead Estimator A steel waterline and pump station project including cathodic protection steel pipeline with welding and a bore under the interstate. The project included the following: • Installation of 10,612 LF of 24" steel waterline, with Cathodic protection joint wrapping and mortar lining • 260 LF 42" horizontal bore • 24" diameter pumping station • 5771 SY of roadway removal and replacement C Tremble - Page 3 Spring Canyon Community Park ($2.3 Million) Project Manager Lead Estimator for this 100 Acre Community Park Site The site included multiple box culverts and large diameter storm drains, a 12" irrigation siphon, wetland mitigation and grading for a regional detention pond. Connell also completed grade work for specialty park amenities like baseball diamonds, a roller hockey rink, tennis courts, basketball courts, concrete parking areas, a playground and a dog park including a pond with a liner. The project included the following: • 5,700 LF of sanitary sewer • 4,900 LF of water line • 4,900 LF of storm drain including a structural plate underpass and 2 box culverts • 4,400 LF of irrigation siphon • 270,000 CY of excavation • 500,000 SY of finish grading for berms and swales Lyons Valley Park Bridge Over the Saint Wain River ($ 155,000) Project Manager/Lead Estimator This structural plate culvert was installed in half of the budgeted time. The project included the following: • Installation of three 64 LF, 8 FT rise by 16 FT span structural plate arches Backfill with onsite and imported material Extension of contract to include asphalt paving Koldeway Industrial 3rd Subdivision ($3.1 Million) Project Manager Lead Estimator for this Residential Subdivision This project was completed in three phases performed one after another, the subdivision had extensive ground water and highly expansive clay requiring an under drain system and fly ash under the roadway. The project included the following: • 5,700 LF of sanitary sewer • 18,000 LF of perforated under drain • 7,700 LF of water main with 164 services 4,000 LF of storm drainage with 25 inlets Road base and paving for 45,000 SY of roadway Millennium SW 5th Subdivision ($2.0 Million) Project Manager/Lead Estimator The development and infrastructure performed by Connell for this subdivision was completed on time and on budget. The project included: • Installation of 3,000 LF of new sanitary sewer • Installation of 3,250 LF of new water main (8") • Overlot grading • Installation of curb and gutter • 17,000 SY of paving • Coordination with a street project to the south and water and sewer installation on the east. Project Design & Construction Phase — How would we approach the following: Sequence & Schedule - It would be our intent to develop the sequence and schedule of the project through a ' collaborative effort with City Stormwater Staff and other project stakeholders. The initial meetings would be used to build an understanding of the project budget, create overall project goals as well as share information pertaining to design status and ' material requirements. Along with the discussion of specific goals, we would look at project phasing and interim schedule milestones. The next step for the team would be to develop preliminary cost estimates, activity durations, and an initial cost loaded CPM schedule. These estimates and schedules ' would be reviewed with the City to discuss any further refinement or value engineering options that are available. ' Assuming that the design of the project would continue to be refined, the above process would need to repeated as necessary until the project was ready for construction. Throughout this process we feel it would also be critical to ' communicate our progress and goals with area residents affected by the work in an effort to build consensus for the project and eliminate surprises. Value Engineering - We believe that the focus of Value Engineering efforts should not only be directed at the reduction of project costs, but also to the reduction of overall impact of the ' construction project on the surrounding area. When plans and specifications are reviewed by the City and Connell personnel, the effort will be to brainstorm any innovative methods to construct portions of the work. Examples of this thought ' process might be to use a method of shoring that may slow production, but reduces disturbance and restoration costs, or exploring an alternative pipeline route that may cost slightly more but will result in less congestion in an area with less disturbance ' and impact to the public. We have the ability to quickly build detailed cost analyses and schedules to assist in examining if cost savings or cost increases justify the end project goals. Input such as cost, ease of installation, delivery schedule, quality & past experience on materials & products proposed to be used - Our 60 year history and involvement in northern Colorado pipeline and infrastructure projects has allowed our managers and craft ranks to develop extensive experience in the installation of countless varieties of pipeline materials. We believe ' that this experience of utilizing different pipe materials as well as our local knowledge of soil conditions, water tables, and existing pipeline systems throughout the Fort Collins area gives Connell a unique resume in dealing with the requirements of challenging and diverse pipeline projects. We continually train our craft personnel in use of new materials and techniques and utilize our sound relationship with our suppliers to assist in solving specific project needs. ' Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor t I�` Tremble - Page 4 Systems Experience • Microsoft Office • Agtek • Autocad • Bid2Win • 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 f- F 1 1 I III. General Company Resources Connell Resources, Inc. has a large fleet of well maintained equipment selected specifically for the type of construction we perform. All three of Connell's project team members are personally familiar with all of the equipment in the fleet and what each piece is capable of or most efficient at. This allows them to assign equipment to each project as it is needed and to ensure only the equipment necessary to complete the work is dispatched to the site and in turn charged to the City. Additionally, Connell transports our equipment with our own trucks allowing us to have equipment on site quickly; this is also facilitated by our close location to any work requested by the City. 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 the Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contract. Excavators & Backhoes 5 — Caterpillar 416-436 Tractor/Backhoes 4 — Komatsu 200 Track Excavators 6 — Komatsu/Caterpillar 300 Track Excavators 6 — Komatsu/Caterpillar 400 Track Excavators 1 — Komatsu 600 Track Excavator Front End Loaders 10 — Caterpillar 938 — 950 Front End Loaders 10 — Caterpillar 966 — 980 Front End Loaders 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) Track Dozers 2 — Caterpillar D4H Dozers 1 — Caterpillar D5M Dozer 6 — Caterpillar D61-1 XL Dozers 2 — Caterpillar D8T Dozer 1 — Caterpillar D9N Dozer Trench Boxes Multiple Sizes & Configurations 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. Response for Request for Proposal Water, Wastewater, and Stonnwater Utilities Infrastructure Design and Construction Services Contractor IV. Project Experience Throughout our 60 year history Connell Resources, Inc. has had the opportunity to successfully complete a variety of diverse and challenging pipeline projects. These projects have been completed through sound project management and by a dedicated group of highly skilled pipeline crews. In the following pages please review the Project Profiles that highlight a fraction of the work we have completed over the past 5 years. Our key staff involvement, contract size, and owner and consulting engineer references are included in each profile. ' After your review if you have any questions regarding any of the projects, we would enjoy the opportunity to discuss them with you. See Attached Grand River Ditch, Ken Mitchell Lakes Inlet/Outlet Pump Stations #4, Allison Draw, Timberline Road and Waterline Phase IA, Timberline Road and Waterline Phase 1 B, 2nd Street Improvements Project Profiles 1 Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor OWNER: ' Water Supply & Storage Co. Dennis Harman 970-482-3433 ' ENGINEER: ANDEK Consulting, LLC ' John Andrew, P.E. 970-227-2657 CONTRACT AMOUNT: ' $215,510.00 PROJECT START: ' August 2009 PROJECT COMPLETION: September 2009 ' CONTRACT TYPE: Lump Sum CRI PROJECT MANAGER: Bill Anderson tCRI SITE MANAGER: Clint Fisher CRI ON -SITE SUPERVISION: Marshall Erickson ' UNIQUE JOB ELEMENTS: • High Altitude • Remote Project Site • Environmentally Sensitive Area • Work in Rocky Mountain National Park with access through USFS ' • Rock Excavation MATERIAL QUANTITIES: 300' 13' x 8' Precast CBC ' (owner furnished) WORK PERFORMED IN HOUSE: ' 100% of CRI's contract Performed in house 1=11-Al GRAND RIVER DITCH ROCKY MOUNTAIN NATIONAL PARK g M Project consisted of replacing 300' of 60" twin HDPE storm runs with 13' x 8' precast concrete box culverts, in the Grand River Ditch. In order to complete this work cofferdams were built upstream and down- stream of the work area. Also included were concrete headwall struc- tures at the inlet and outlet of the box culvert and 4" drain pipe. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone:970.223.3151 Fax:970.223.3191 I OWNER: ' City of Brighton Dawn Hessheimer 303-655-2127 ' ENGINEER: IFE ' Tim Holbrook 720-963-4060 CONTRACT AMOUNT: ' $1,240,000.00 PROJECT START: ' March 2009 PROJECT COMPLETION: ' June 2009 CONTRACT TYPE: Unit Price CRI PROJECT MANAGER: Dan Giesler ' CRI SITE MANAGER: Aaron Pacholek ' CRI ON -SITE SUPERVISION: Doug Myer ' UNIQUE JOB ELEMENTS: • Fused large diameter HOPE • Dewater below lake and river Elevations • Excavate and Lay pipe from a Barge on the lake ' Control building with valves, T's and flow meters • Valve engineered and check valves control building ' MATERIAL QUANTITIES: • 600' 14" HOPE DR 17 • 450' 22" HOPE DR 17 • 440' 34" HOPE DR 17 • 300' 28" HOPE DR 17 WORK PERFORMED IN HOUSE: ' 90 % of CRI's contract Performed in house o KEN MITCHELL LAKES INLET/OUTLET PUMP STATIONS—#4 BRIGHTON, CO Installation of all fused HDPE pipelines as listed at various depths and within the lake. This also included a complete control building, pipe, fittings, valves, meters and check valve installation. Also involved value engineering of a basement addition to the control building. In addition to the pipe there were four slide gates ranging in size from 12" to 72" with operators installed at the river intake structure, rip rap and flared end section installed on the lake bottom. Plumbed discharge lines for wet well pumps. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone:970.223.3151 Fax:970.223.3191 OWNER: ' Laramie County Public Works Don Beard 307-633-4302 ' ENGINEER: USDA Natural Resources ' Conservation Service Blane Christopherson 307-233-6742 ' CONTRACT AMOUNT: $1.8 million PROJECT START: ' December 2008 ' PROJECT COMPLETION: May 2009 CONTRACT TYPE: ' Unit Price, Hard Bid CRI PROJECT MANAGER: Dave Simpson CRI SITE MANAGER: Clay Crisp ' CRI ON -SITE SUPERVISION: Shawn O'Mara —Earthwork UNIQUE JOB ELEMENTS: Completed on time and within budget under very extreme ' conditions MATERIAL QUANTITIES: ' 154,000 CY Unclassified Ex 5,000 CY Rip Rap 775 LF Structural Plate Arch ' 3 months dewatering WORK PERFORMED IN HOUSE: 90% of CRI Contract ALLISON DRAW CHEYENNE, WY This project was constructed for Laramie County Public Works. Connell Resources performed the earthwork, erosion control, structural plate pipe arch installation, and all dewatering for this project. The project was to construct a 3600' flood control channel ranging from 12' -18' deep with a 50' bottom and 3:1 side slopes. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone:970.223.3151 Fax:970.223.3191 M3U� OWNER: ' Fort Collins/Loveland Water District Terry Farrill ' 970.226.3104 ENGINEER: ' TST, Inc. Shar Shadowen 970.226.0557 ' CONTRACT AMOUNT: $740,000 PROJECT START: ' June 2003 ' PROJECT COMPLETION: September 2003 CONTRACT TYPE: ' Hard bid CRI PROJECT MANAGER: ' Roland Tremble CRI SITE MANAGER: ' Clint Fisher UNIQUE JOB ELEMENTS: Traffic control for major ' arterial roadway Limited working space ' MATERIAL QUANTITIES: 9,200 LF of 30" steel Waterline ' 8,700 SY of asphalt paving 27" steel casing bore under railroad for 12" tie in ' WORK PERFORMED IN HOUSE: 90% CRI Contract TIMBERLINE ROAD AND WATERLINE PHASE 1A FORT COLLINS, CO The first phase involved installation of steel waterline one mile down a county road and associated asphalt and roadway work, adding another 4,000 LF along railroad R.O.W. to a bulk head. The project was challenging with limited working room and easements, and work within the Railroad ROW. Pipeline materials were provided by the owner: requiring a high level of cooperation and communication. Connell's team -oriented approach led the owner to feel comfortable adding significant additional work to the contract on a negotiated basis. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone:970.223.3151 Fax:970.223.3191 OWNER: Fort Collins/Loveland Water District Terry Farrill 970.226.3104 ENGINEER: ' TST, Inc. SharShadowen 970.226.0557 ' CONTRACT AMOUNT: $1.6 million ' PROJECT START: September 2003 PROJECT COMPLETION: April 2004 CONTRACT TYPE: Negotiated CRI PROJECT MANAGER: Roland Tremble CRI ON -SITE SUPERVISION: Clint Fisher UNIQUE JOB ELEMENTS: Wetlands mitigation Muck excavation Embankment Dewatering Box culvert with head walls MATERIAL QUANTITIES: 5,378 LF of 30" steel Waterline 100 LF of 36" sanitary sewer 9-Cell concrete box culvert ' 5 acres of wetland mitigation 15,000 CY of embankment material and road widening 10,300 tons asphalt paving WORK PERFORMED IN HOUSE: 80% of CRI Contract TIMBERLINE ROAD AND WATERLINE PHASE 113 FORT COLLINS, CO After the completion of the first phase, the owner worked with Connell and the engineer on the design of Phase 113, which involved the continuation and final connection of the new steel waterline to existing infrastructure: The second phase was more complex in that the existing roadway was inadequate. A joint venture between the Water District and the City of Fort Collins Street Over -sizing Department developed and the roadway was widened at the location of a new box culvert to a future ultimate width, since the roadway was now encroaching on the existing wetlands, a wetland mitigation area was required. The work associated with Phase 1 B was paid for as a change order to the original contract. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone:970.223.3151 Fax:970.223.3191 OWNER: City of Berthoud James White 970.532.2643 1 ENGINEER: JL Walters Consulting ' JL Walters 970.613.2037 CONTRACT AMOUNT: $1.2 million PROJECT START: April 2002 PROJECT COMPLETION: July 2002 CONTRACT TYPE: Unit Price, Hard Bid CRI PROJECT MANAGER: Kevin Heuer CRI SITE MANAGER: Clint Fisher ' UNIQUE JOB ELEMENTS: Continuous access had to be provided to surrounding businesses and property owners. The working conditions were extremely tight for the portion of work that crossed Main Street. MATERIAL QUANTITIES: 4,700 tons asphalt paving 3,500 LF 12" waterline 2,400 LF of storm piping from 15 to 48" 3,100 LF of 12" sewer line WORK PERFORMED IN HOUSE 80% of CRI Contract 2ND STREET IMPROVEMENTS L BERTHOUD, CO This turnkey project consisted of utility construction and street reconstruction through downtown Berthoud. The entire project spans 1.67 miles including crossing Main Street in tight working conditions. Due to existing conditions portions of the sewer line were installed as deep as 30 feet. This project was completed on time and within budget. Connell Resources, Inc. 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 Phone:970.223.3151 Fax:970.223.3191 1-1 Turkey Creek Irrigation Pipeline Replacement Project — fOwner: Red Rocks Country Club, William DeWolf (303) 549-6700 Engineer: Design/Build, Connell Resources, Inc. Red Rocks Country Club ' This project is located in Turkey Creek Canyon, 500 vertical feet below the nearest access point off of US Highway 285 in Morrison, CO. The project is owned by the Red Rock Country Club and has been a negotiated design/build partnership between RRCC and Connell Resources, Inc. The scope of work includes replacement of 1242 LF of deteriorated 24" pipeline and water quality structures that have been used for over 100 years to capture water from Turkey Creek and convey it to an adjacent storage reservoir. The access to the work area was extremely limited, with much of the pipeline having to be installed cantilevered or suspended off of the adjacent canyon walls. Connell Resources was contacted through a reference provided to RRCC to partner with their resident engineer to design and construct the replacement pipeline while removing the existing pipeline. Connell and RRCC negotiated a time and materials contract that allowed for a free flow of ideas on project approach and safety, open book estimating, and mutually agreeable schedules. John Warren negotiated contract, Roland Tremble was the Project Manager, and Clint Fisher was the Pipeline Superintendent. Turkey Creek Pipe Installation ' Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor Traffic Control - Traffic control is the most visible portion of many underground utility projects. ' Traffic control has a direct impact on the daily activities of residents that surround the project and therefore deserves unique attention. Traffic control needs to be approached during the initial planning phases of the project. This planning process 1 needs to include area residents or home owner associations whom are affected by the work, the City of Fort Collins Traffic Engineers, along with the project team. The goal of the planning sessions would not only be to discuss traffic disruption, road ' closures, and expected detour routes, but also to facilitate communication between all levels of project stakeholders. These planning sessions would allow for direct ' communication in regards to unique safety issues related to the traveling public, as well as anticipated completion schedules. ' Staffing - For a project of this exposure, Connell would dedicate a Project Manager as well as an On -Site Manager. Along with full time staff, there will be continual support ' throughout the projects from other management within our company such as the, Construction Manager, Safety Manager and Environmental Health Technician. When needs dictate during different phases of the project, we will also call on the ' expertise of our other trade managers (grading, structural concrete & asphalt) whom will coordinate with the On -Site Manager to assist in planning, or the completion of their scopes of work. Our On -Site Manager will oversee the execution of the project schedule and directly oversee Connell's assigned foreman and crews, as well as coordinate any subcontractors, schedule deliveries, document any jobsite information, as well as daily coordination with project team, and adjacent property owners. The Project Manager will be responsible for all estimating, cost loaded schedules, budgets, purchase orders, subcontracts, invoice approvals, pay estimates or time and materials documents. Our Safety Manager will make jobsite checks and provide any needed safety equipment and make jobsite safety assessments. The Construction Manager will handle any contract negotiations, ensure that projects have all the necessary management support needed and ensure that proper and adequate resources are allocated to the project. Our in house Environmental Health Technician will assist in any needed environmental compliance requirements and permitting. Subcontractors we would generally use - We typically utilize subcontractors that perform the following; concrete flatwork, survey, geotechnical testing, seeding, landscaping, traffic control, fencing, crane operations, boring and directional drilling. Having a long contracting history in the area we have had the opportunity to work with and develop relationships with many quality subcontractors. We have an extensive knowledge of what each company's strengths are; this knowledge allows us to match the correct subcontractor with the needs of a specific project. We do use subcontractors exclusively. We feel it is critical to match subcontractor's strengths to the specific needs of a projects and its team. Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor Larimer County Annual Contract — Owner: Larimer County, Colorado, Todd Juergens (970) 498-5700 ' Engineer: Larimer County In House, Joe Temple and Kyle Arend (970) 498-5700 I This project is an annual contract renewable for five years upon the mutual agreement of Larimer County and Connell Resources, Inc. In 2009 Connell was awarded this contract for the second consecutive 5 year term. Larimer County approaches CRI with conceptual projects that the County needs completed in very specific time frames or projects that are too undefined to bid publically. Through partnering, design/assist and complete open book cost estimates the projects have been completed on fast track schedules with budgets that accomplish the intended construction goals and have proven successful for both Larimer County and Connell Resources. This partnership has resulted in the completion of over 100 projects in this manner of size and scope over the contract period of 2003-2009. Dan Giesler is the Project Manager overseeing this contract and John Warren is the Construction Manager. Clint Fisher has supervised multiple pipeline utility projects within the contract. North Taft Hill Road Box Culvert Extension ' Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor ' Timnath Gateway Ph I & Trunk Sewer Line - Owner: Town of Timnath, Rebecca Donaldson (970) 224-3211, South Fort ' Collins Sanitation District, Terry Farrell (970) 226-3104 Engineer: The Engineering Co., Josh Cook (970) 484-7477, Drexel Barrel Engineering, Curtis Stevens (303) 442-4338 ' The project consisted of the reconstruction and realignment of the intersection of p J � Harmony Rd and the I-25 East Frontage Road and the installation of 3.5 miles of 18" trunk sewer line to service the town of Timnath. The project stakeholders included the Town of Timnath, The South Fort Collins Sanitation District, The ' Engineering Company, Drexel Barrel Engineering, Goldberg Properties, Connell Resources, Inc. and multiple adjacent property owners. Connell Resources was brought on to the project team when plans were at the 30% completion level. Connell's roll within the team was to assist in plan reviews, build conceptual estimates for budgeting and for analysis of alternate design and material ' ideas. Regular team meetings were also held to establish the project's goals and focus on key components such as, detailed schedules, quality control plans, and communication with property owners affected by the project. Connell's contract was ' awarded on a Guaranteed Maximum Price based off of 70% engineered drawings. John Warren negotiated contract terms, Dan Giesler served as Project Manager, and Clint Fisher was the Onsite Superintendent on this project. Timnath Trunk Sewer Line ' Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor M M M s M M M M M M M M M M M M M s M This is only an abbreviated list of the negotiated contracts that Connell Resources, Inc. has performed over the last five years. FCLWD Emergency Repair Servic Fort Collins/Loveland, C1 Fort Collins Loveland Water District Jay East (970) 226-3104 Materials On Gall Emergency Services Contract Poudre Interceptor Energy Repair Fort Collins, CO Box Elder Sanitation District Randy Siddens (970) 498-0604 Lump Sum Emergency Repair of 400 LF of 18" Sewer in Timberline Red Rocks Irrigation Morrison, CO Red Rocks Country Club William DeWolf (303) 549-6700 Negotiated Time & Materials Design Build 24" Irrigation Pipeline Replacement at the bottom of Turkey Creek Canyon Timnath Gateway Sewer Timnath, CO South Fort Collins Sanitation District/Town of Timnath Jay East/ Rebecca Davidson (970) 226-3104 GMP 3.5 Miles of 18" trunk sewer line - Limited ROW 14' to 22' in depth Ken Mitchell z !Y . Cambridge Ave/Lady Moon Drive ]Brighton, CO ,.. .. Fort Collins, CO City of Brighton F T Roada � Lester Kaplan Dawn Hessheimer (303) 655-2127 Fes' ���� g / .//;..•^'.�Y :I ! nfra'structure Lester Kaplan (970) 226-6819 Unit Price .:. Installed 24" - 32" fused HDPE pipe from the South Platte River to Low point of Reservoir up to 30' in depth � K \\� Unit Price New arterial roadway and related infrastructure Magic Sky Ranch Red Feather Lakes, CO Girl Scouts - Mile Hi Council Andy Jagger (303) 778-8774 GMP Construction of new roadway, HDPE pipelines and water treatment facility for large summer camp facility Timnath Old Town Center For Disease Control Timnath CO Town of Timnath ,. �..�� � �.. General Services Administration Rebecca Davidson Iridustrral (970) 224-3211 Time &Materials Emergency roadway construction through Old Town Timna th r . Skanska USA Atlanta, GA Lum Sum Complete Site Infrastructure for $80 Mil laboratory Front Range Energy Windsor, CO Front Range Energy Dan Sanders, Jr. (970) 674-2910 Unit Price Complete Site Infrastructure for $30 Mil Ethanol Plant Rawhide Rail Maintenance Faciht .; North College Marketplace Wellington, CO k'. Fort Collins, CO Platte River Power Authority w�Comrner°. North College Marketplace, Inc. Mike MacNau hton (970) 226-4000 I, c><a .: . Blaine Ra a (970) 667-7000 Site Grading and Structural Concrete for rail maintenanc Lum Sum buildin u5 Lump Sum Wetlands mitigation and complete site infrastructure for commercial development North ColleLe Corridor Front Range Village Fort Collins, CO Hoar Construction Joe Johnson (407) 448-6888 Lump Sum on Complete site infrastructure for 106 acre commercial development Jared Jewelers Loveland, CO Centerra Properties West, LLC. Chris Laplante (970) 962-9990 GMP Complete site infrastructure for commercial development Kohls Loveland, CO McWhinney Enterprises Chris Laplante (970) 962-9990 GMP Complete site infrastructure for commercial developmen Peakview Commercial Park Loveland, CO K & G Development Kris Fleischli (970) 218-7747 Unit Price Complete site infrastructure for commercial development Plaza at Pavillion Lane Fort Collins, CO PA Investments, LLP Bill Albrecht (970) 226-1686 Lump Sum Complete site infrastructure for commercial development Waterfall 4th Subdivison Loveland, CO 1 .. r, Buckhorn Ranch Masonville, CO Boyd Lake Village, LLC .: Friendly Valley, LLC Kirk Dando (970) 613-1200 cSubdiyisn\ Stan Wagoner (970) 846-9589 GMP LumpHDPE Sumdevelopment Complete site infrastructure for commercial developmen :at O x M: water line and mountainous residential site Dakota Glen Subdivision Loveland, CO Glen Companies Scott Bra (970) 663-1897 Lum Sum Turnkey Site Development for Subdivision Harmony Subdivision Timnath, CO Harmony LLC Byron Collins 970) 224-2944 Unit Price Subdivision and Golf Course Infrastructure 1 L VI. Safety Record OSHA Reportable Accident Rate 2009 2008 2007 1.789 7.187 3.801 Current Workman's Compensation Insurance Multiplier 2009 2008 2007 Connell Resources, Inc. evaluates each job during pre -construction in house and Owner meetings for safety concerns, in addition to evaluating the safest way to complete various portions of the work during bidding. Once plans are received, Estimators will bid the installation of the work with the safest means and methods. A project specific safety plan will then be designed upon award of the project based on these discoveries during the estimating process. In addition to project specific safety plans Connell has a company wide standard Safety Program and an Employee Safety Handbook which are provided to all employees during orientation, and have been included for your review. Additionally, field personnel are required to complete a Daily Job Hazard Analysis Worksheet, which is also included for your review. The culture of our company is such that safety is held as highest priority, our employees are our greatest asset and we do everything we can to keep them safe. Our full time EHS Manager is involved in all aspects of construction planning and makes job visits regularly to ensure sites are safe and possible hazards are dealt with in advance. His resume is also attached for your review. See Attached Safety Program, Resume for Mitch Little, EHS Manager, Daily Job Hazard Analysis Worksheet and Employee Safety Handbook Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor Safety Program ' Connell Resources, Inc. (CRI) has developed and implemented a comprehensive Safety and Health Program with established standards; policies and procedures. CRI Management believes that an effective safety program is an essential part of our business practices. CRI intends to involve all employees in the program to accomplish continued safety improvement. This program includes but is not limited to: • Post Offer Medical Screening • Disciplinary Actions • Job Hazard Analysis • Substance Abuse/Alcohol Policy • Weekly Field Safety Meetings • Injury Case Management ' • Hazard Communication • Return to Work Program • PPE Selection and Use • Measurable Goals • Regular Jobsite Inspections • Respiratory Protection ' • Fall Protection • Trenching and Excavation • MSHA Safety Training • Lockout/Tagout • Investigation/Reporting • Confined Space ' • Fire Protection/Prevention • Hearing Conservation • Emergency Response CRI takes a pro -active approach towards safety by ensuring every employee on the project is trained on his/her duties, responsibilities and the specific hazards associated with the intended scope of work. This is achieved by the use of Daily Task Training and Job Hazard Analysis activities (see attached). Supervisors/Foremen are responsible for ensuring these activities are conducted before each shift and/or throughout the shift when the intended scope of work is altered in such a way that new hazards are introduced. ' Our Worker's Compensation Insurance Experience Modifier (EMOD) demonstrates our commitment to reducing the number and severity of work related injuries. During the past seven years we have reduced our EMOD from 1.02 to 0.62. ' Minimum personal protective equipment (PPE) requirements include; hardhats, protective eyewear, leather work style boots that cover the ankle, long pants, high -visibility vests and/or bright yellow shirts with limited exceptions. Other equipment, such as gloves, hearing protection, fall protection and respirators is required when the task or conditions warrant. These requirements are further specified in written PPE policy. CRI employs a full time, Environmental, Health and Safety (EHS) Manager who conducts periodic and regular ' inspections of all work areas to ensure that all state, federal and client safety policies and procedures are being adhered to and all compliance issues are met. The EHS Manager is a Certified Safety Professional (CSP) and a Certified Industrial Hygienist (CIH). When safety deficiencies are discovered, the EHS Manager will discuss ' the issue with the job supervisor to ensure the problem is corrected in a safe and timely manner. In the event of a non -life threatening injury, the project Foreman will immediately notify the EHS Manager who will dictate what further action is to be taken. If the injury constitutes the need for minor medical treatment or evaluation, the victim(s) will be transported to our designated medical provider via Company vehicle or to a nearby, previously identified, medical facility. During a serious or potentially life threatening incident, the Supervisor will initiate appropriate emergency response protocols. Many CRI personnel are currently trained 1 and certified in first aid and CPR, and receive annual supplemental training. All subcontractors working under contract with CRI will be required to adhere to Federal OSHA, MSHA and ' DOT regulations. The CRI EHS Manager is available to meet with all subcontractor management teams to relay specific program requirements and responsibilities. CRI Supervisors/Foremen and EHS Manager will actively monitor subcontractor performance throughout the duration of the project to ensure all compliance issues are ' met. 11/19/09 ' Mitchel W. Little CIH CSP ' Environmental, Health & Safety Manager Resume Summary of Qualifications Mr. Little has over twenty-two years of professional industrial hygiene and safety experience ' in construction, manufacturing, private consulting, federally funded consultation for small business and private industry. He has a proven record in developing, implementing and managing comprehensive health and safety programs, and demonstrates skills in organizing ' and prioritizing activities. He has excellent verbal and written communication skills. Mr. Little is proficient with many personal computer hardware configurations and software ' applications. He also has significant experience in interpreting and implementing regulations and recommendations for health and safety, working experience with employee supervision and fiscal management. Education Master of Science in Environmental Health, Colorado State University, 1986 Bachelor of Science in Zoology, Colorado State University, 1980 Professional Experience Connell Resources, Inc. EHS Manager, 07/01 through Present Develop and manage comprehensive environmental, health and safety programs for heavy highway construction contractor (270 employees) with aggregate mining, trucking, asphalt production, pipeline construction and paving. Manage workers' compensation program including post -offer screening, case management and return to work. Program development, implementation, training and review includes drug and alcohol, trenching and excavation, confined spaces, hearing conservation, hazard communication, fall protection, personal protective equipment, energy control (LOTO), respiratory protection, fleet safety, exposure monitoring and others. Hellman and Associates, Inc. / Private Health and Safety Consultation ' Vice President/COO, 11/99 through 07/01 • Provide technical safety and health consultation to business clients generating ' revenue of $180,000 annually. • Develop and implement safety and health management systems and other required programs for clients. ' • Conduct safety and health hazard audits and provide technical reports and recommendations to clients. • Provide training for management, staff and employees. ' • Manage activities, time and expenses to maintain profitability in the company. Develop and manage an e-commerce website providing consultation to clients nationwide. ' Little - Page 2 Colorado State University / Occupational Health and Safety Consultation Program / Senior Industrial Hygienist - 11/87 through 11/99 ' • Researched, organized and performed health and safety audits for small businesses in Colorado under contract to U.S. Department of Labor / OSHA. • Provided technical assistance to employers through audits, training and program development. • Identified and evaluated diverse health and safety hazards and recommended ' correction methods. • Assisted employers in correction of hazards and establishment of necessary health and safety programs. ' • Interfaced extensively with employers, employees, government agencies and the general public. • Trained new employees on field procedures and computer applications. ' Region VIII representative to the OSHA National Office for computer applications. Intel Corporation / Chandler, Arizona / Semi -Conductor Manufacturing Facility ' Industrial Hygienist / Safety Engineer - 4/86 through 11/87 Continuing Education • Solutions in Construction Safety Symposium (ASSE) — 2008 • OSHA 500 Outreach Trainer Course (RMEC) — 2007 ' Exposure Assessment Strategies and Statistics (AIHA) — 2007 • Safety Measurements Safety Symposium (ASSE) — 2007 • Incident Investigation: A Management Approach (ASSE) — 2002 ' • Balanced Scorecard Strategy Implementation for Safety (ASSE) — 2002 • HVAC and Indoor Air Quality (AIHA) - 2000 • Introduction to Behavioral Based Safety (AIHCE) - 1999 ' Ergonomic Job Analysis (University of Michigan) — 1998 • Lighting and Vision as Ergonomic Issues in the Workplace (AIHCE) - 1997 • Hazardous Substances Management and Response (RMCOEH) - 1994 ' What Every IH Should Know About Process Safety Management (AIHCE) — 1994 • Safety and Health Programs Assistance (OTI) - 1994 • Hazardous Waste: A Technical Overview of the RCRA Regulations (AIHCE) - 1993 • Agricultural Safety and Health (RMCOEH) - 1992 • Industrial Laser Safety (Rockwell Associates) - 1991 • Overview of Laser Safety for the Industrial Hygienist (AIHCE) — 1991 ' Semiconductor Hazards/Process Based Training (AIHCE) - 1991 • Indoor Air Quality (OTI) - 1991 • Construction Standards (OTI) - 1991 ' • Hazardous Materials (OTI) - 1990 • Safety Hazard Recognition for the Industrial Hygienist (OTI) - 1989 • Electrical Hazards/NEC and OSHA Standards (ASSE) - 1988 ' Principles of Scaffolding (OTI) - 1988 Daily Job Hazard Analysis Worksheet Job Location: Foreman: Truck Spotter (Name): Scope of work: Physical Hazards ❑ Cave-in ❑ Fire ❑ Poor Footing ❑ Crushing ❑ Flooding ❑ Poor Lighting ❑ Electrocution ❑ High Pressure 0 Radiation ❑ Elevated work ❑ High Walls 0 Rollover ❑ Entrapment ❑ Pinching ❑ Slipping ❑ Explosion ❑ Poor Air Quality ❑ Striking Safety Precautions to be taken to protect against identified hazards Required PPE Q Boots ❑ Fall Protection ❑ Coveralls ❑ Gloves EI Eye Protection ❑ Goggles ❑ Face Shield EI Hardhat Task Plan Describe How the work is to be performed: Foreman Pre -Task Hazard Analvsis _ Date: Job No. ❑ Tripping ❑ Traffic ❑ Other: ❑ Other: ❑ Other: ❑ Other: ❑ Hearing Protection 0 Orange Vest or Yellow T-shirt ❑ Respirator Type: ❑ Other: id �tr i��.V"',. iKd Kf•f .7' w ^H. Desch tion w� px 'i0V ,� P Acce t p @ n+ �_'! *� Defictent , ]F d '.N/A ;_� ry ':&^,'w,y{,jn,\,`-.4dvia"`$FyNi 4 '}{1-"4'*SC"f`rcu'i'y t eAction Taken Correc110 M 8 ,� t Abatement; FSDate �d __ �a Utility Locates Overhead Utilities PPE Illumination Ventilation Sanitation Drinking Water Housekeeping Hand Tools Power Tools Welding/Burning Electrical Mobile Equipment Machinery Guarding Excavation & Trench Material Handling Signs, Barricades Fire Protection/Prevent Ladders, scaffolds Confined S ace Any Deviation From This Plan Must Be Discussed and Approved By The Company Supervisor Responsible For The Task. ' Crew Member Signature(s) SERSORrUSE'ONLY UPd '_ ? _ .y?4. x�§i wa 4�s=n�:".. ,•�,.,.. , r. ?S r:r, e n, y� rs. . t...� a . - '7i7�,F iS3 wr"'�-„'�e.i.< t ' Was the task completed as planned? ❑ Yes ❑ No If No, what changes were made? C E Task Outlined By Upon Completion, please return to Connell Resources, Inc. Main Office. Reviewed By E caniniEIL. IL EMPLOYEE SAFETY HANDBOOK Impact to the public and landowners - We feel that communication with local property owners and the traveling public is ' the key to making them part of the project team. Making sure that everyone has a clear understanding of what is going to happen long before it does, is the best way to eliminate surprises and to get a true "buy in" from all parties. We have achieved this ' in the past and found success by holding neighborhood meetings and open houses to explain project details and goals, project update newsletters, targeted mailings, project websites that are updated periodically and simply just meeting one on one ' with interested neighbors. Along with keeping the public informed, we also make a strong effort to make our ' job sites professional. By professional we mean the work site is safe, clear of debris, backfill and reclamation operations are completed as the work progresses, not at the ' end of the job, and that traffic control is configured correctly with detour and travel routes that are easy to follow. Finally, we instill in our employees to have a positive attitude and a courteous demeanor to local residents and the traveling public. ' Safety - Safety is our number one priority. We understand that our employees are our ' greatest asset and protecting our greatest asset is simply priceless. We focus on safety at every step in the construction process, from preconstruction safety planning to continually analyzing our operations to see if we can make our job sites safer. We also believe that we can prove that safety is a core value in our company not only through our low Experience Modifier Rate of 0.62 but also by the fact that at the time of the submission of this proposal we have gone over 18 month without a lost ' time incident, and even more so, that our employees have a positive safety attitude. Our process of creating safety as a core value includes, holding weekly "toolbox" ' safety meetings on -site with every crew, monthly company wide foremen's safety meetings, and annual in house training on such topics as confined space, trenching and excavating safety and first aid and CPR. We empower any individual to call ' attention to any safety issues they see or anything that could become a safety issue. We have strict policies for all lifting devices, trench boxes and personal protective equipment. We also perform mock training, specific to the on -site conditions, to ' prepare the workers for what they may encounter and how to handle the actual situations. ' Not only do we consider our employees safety but also the public's safety. We feel the goal of keeping the public safe can be accomplished by constant communication and by use of proper traffic control devices. We own a large quantity of concrete barrier rails that we use to keep the public as well as our employees safe. This project would require the use of barrier rail for the duration. Along with the barrier we would use temporary chain link fence to encompass our active jobsite and kept permanently along the front of the houses to keep area residents a safe distance away from the work area. Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor R ' PRESIDENT'S STATEMENT Connell Resources, Inc. (CRI) is committed to providing all employees with a safe and healthy work environment. It is our belief that incidents and injuries can be prevented. Connell will not accept or consider incidents and injuries a risk of conducting our business. It is our firm promise to make safety an equal consideration to cost and production. Incident prevention must be made an essential part of everyday operations. No job need ever become so routine or so urgent that every safety precaution is not observed. Prevention of personal injury and damage to the property and equipment of the company and its customers must always remain uppermost in the mind of every employee. Proper job planning will assure that our goal of zero incidents will be met. Project Managers, Site Managers and Supervisors have -the full support of company management in taking necessary steps to achieve the goal of zero incidents for every project. Safe working conditions will be maintained through safety training to eliminate unsafe behavior, the acquisition and use of safety equipment ' to eliminate unsafe work conditions, and the implementation and enforcement of safety policies to maintain accountability and compliance. It will be a condition of employment for each employee to develop safe work habits, properly use safety equipment, correct and report unsafe work conditions and reporting incidents any time they are encountered on the project, and be knowledgeable of and follow established safety and health requirements. We encourage employee suggestions and recommendations that will further help provide safe and healthful conditions and practices. Richard Connell, President 7785 Highland Meadows Pkway, Ste. 100 Fort Collins, CO 80528 (970)223-3151 FAX (970) 223-3191 iJanuary 5, 2009 1205 Hilltop Pkway, Ste. 100 Steamboat Springs, CO 80487 (970)870-0200 FAX (970) 870-0290 This booklet is intended to provide the employee with information about Connell Resources' Safety Program, Policies, Procedures and Expectations. It is not intended to provide specific detail of every Safety Policy in place in the company. -Whenever you have a question about Company Policy or Procedures that is not addressed in this booklet you are encouraged to contact your direct Supervisor and/or the Safety Manager. You should become familiar with the information provided in this booklet, especially how it relates to your specific job tasks and responsibilities. You will learn more detail about our Safety Program and Culture as you work with other Connell employees and if you"strive'to be an active participant in our program. We encourage your input and suggestions. We also encourage your participation and attention when Safety Meetings are conducted and when Safety information is provided in written form or through your Supervisor. We all work here together and we all want to perform our jobs as Safely as possible to make the Company as successful as possible. We want you to help us in our endeavors! Mitchel W. Little Environmental, Safety and Health Manager January 5, 2009 2 1 GENERAL SAFETY REQUIREMENTS....................................................... RESPONSIBILITIES....................................................................................... POST -OFFER SCREENING........................................................................... DISCIPLINARY PROCEDURES................................................................... INCIDENTREPORTING................................................................................ MANAGING WORK -RELATED INJURIES ................................................. RETURN TO WORK PROGRAM.................................................................. LIFTING REQUIREMENTS........................................................................:.. MSHATRAINING...................................................................I........................ SUBSTANCE ABUSE/ALCOHOL POLICY ................................................. JOB HAZARD ANALYSIS............................................................................. SAFETYMEETINGS...................................................................................... EMERGENCY RESPONSE AND FIRST AID ............................................... PERSONNEL PROTECTIVE EQUIPMENT (PPE) ....................................... TRAFFIC CONTROL.................................................................... LOCATING UNDERGROUND UTILITIES .................................................. TRENCHING AND EXCAVATION.............................................................. ENERGY CONTROL (LOCKOUT / TAGOUT)............................................ CONFINEDSPACES...................................................................................... FALLPROTECTION...................................................................................... LADDERS........................................................................................................ HEAVY EQUIPMENT AND COMPANY VEHICLES ................................ ELECTRICAL SAFETY.................................................................................. FIREPREVENTION....................................................................................... SMOKING TOBACCO PRODUCTS............................................................. WELDING AND CUTTING OPERATIONS ................................................. COMPRESSED GAS CYLINDERS............................................................... PORTABLE POWER TOOLS......................................................................... CHEMICAL HAZARD COMMUNICATION ................................................ PORNOGRAPHIC MATERIALS POLICY .................................................... RIGGING AND HOISTING............................................................................ CRANES.......................................................................................................... FORKLIFTS..................................................................................................... HEARING PROTECTION.............................................................................. RESPIRATORY PROTECTION..................................................................... CAFFTY POLICY MF.MCIC .............................................. 4 .............................................. 6 .............................................. 8 .............................................. 8 .............................................. 9 ............................................10 ............................................ I 1 ............................................12 ........................................... 13 ............................................14 .............................. :............. 15 ............................................15 ................................... .....15 ............................................16 ........................................... 19 ............................................19 ............................................ 20 ............................................ 23 ............................................ 25 ............................................ 27 ............................................ 27 ............................................ 28 ............................................ 28 ........................................... 29 .. ....................................30 ........................................... 30 ....................... ...........32 ........................................... 32 ........................................... 33 ........................................... 33 ........................................... 36 ........................................... 36 ........................................... 37 ........................................... 38 ........................................... 39 AO IJanuary 5, 2009 3 GENERAL SAFETY REQUIREMENTS 1. It is the responsibility of each worker to perform his/her assigned duties so as to provide: a. Safety to themselves. b. Safety to their fellow worker. c. Protection to the general public and all other workers. d. Protection to equipment, materials and tools. 2. Employees must properly utilize seat belts when operating company vehicles and equipment that are equipped with seat belts and roll -over -protective -systems (ROPS). 3. Employees operating company vehicles must adhere to all applicable traffic safety laws and regulations. 4. Employees are prohibited from riding or being transported on vehicle running boards and tailgates, in the rear box of pickups, in equipment buckets, etc. 5. Firearms, pellet and BB guns, stun guns, bow and arrows and similar weapons are prohibited in Connell vehicles, equipment and on company property and job sites. 6. Employees must adhere to the requirements of the current controlled substance and alcohol policy. 7. Employees must report property damage incidents and all work -related injuries to their Supervisor or the Safety Manager as soon as the incident/injury situation is under control. The employee must make reasonable attempts to call their Supervisor and/or the Safety Manager if this notification is outside of normal working hours. 8. Employees may not operate company vehicles and equipment on public roads open to normal traffic unless they have a current vehicle operator's license and have been approved to do so by the Company. The operator must have a valid commercial driver's license when operating commercial vehicles on public roadways. 9. The use of cellular telephones while driving company vehicles or equipment is strongly discouraged. Let calls go to voice mail and choose to make calls when you are safely parked. 10. Personal stereos or radios that utilize headphones, ear buds or similar devices may not be used by employees when operating company equipment. Hands -free devices used with company cellular telephones may be used when conducting company business. 11. Personal telephones may not be used by employees when operating company equipment. 12. No worker will use damaged tools or equipment. Damaged equipment or tools that present safety hazards must be tagged and removed from the work site for repair or replacement. This includes equipment with defective or missing guards, damaged electrical cords or equipment and damaged ladders. 13. Each worker will ensure that the proper guards and safety devices are present and operational on all tools and equipment. No worker will remove a guard or safety device for any reason other than required maintenance. Required lockout procedures must be followed when maintaining equipment when guards have been removed. 14. Conveyors or other moving equipment that is jammed or malfunctioning must be turned off and the power locked out before attempting to clear the jam or repair the equipment. January 5, 2009 4 fl k 1 I 15. No worker will enter a confined space without prior authorization and training. Procedures outlined in the Confined Space Entry program must be followed. 16. No worker will attempt to operate equipment or specialized tools (e.g. chain saws, demo saws, air driven tools) unless authorized and properly trained. 17. Employees who operate company owned Commercial Vehicles must have a current, valid Commercial Drivers License (CDL). Maintenance of all CDL requirements is the responsibility of the employee. Commercial vehicles cannot be operated on public roadways unless the operator has a valid CDL. 18. Employees who operate company owned commercial vehicles must adhere to all laws and regulations established by the Department of Transportation (DOT). This includes all equipment requirements, controlled substance and alcohol requirements (see the Company Program), load securement requirements and hazardous materials requirements. Training of hazardous materials employees is the responsibility of the company. 19. Mounting or dismounting moving mobile equipment is strictly prohibited. 20. Towing vehicles and equipment with chains is strictly prohibited. Use appropriate wire ropes or synthetic slings. 21. Use the right tool for the job. Common examples of improper applications include: a. Driving T-posts (metal fence posts) with sledge hammers. Drive T-posts with a two -handled tool intended for that purpose. b. Using a wrench for a hammer. c. Using a box cutter for cutting materials that should be cut with a more appropriate tool d. Using a chain that isn't designed or marked for lifting to do overhead lifting (use a Grade 8 or 10 -chain that is marked with the capacity). e. Using a crescent wrench when the more appropriate tool is a correctly sized box end wrench or a correctly sized socket. f. Using a cam -over type chain binder for securing loads when a ratchet -type is required. Cam -over types are prohibited. g. Using a pipe wrench when the nut or bolt will accept a properly sized socket or box end wrench h. Working off a ladder when a scaffold is more appropriate. r January 5, 2009 RESPONSIBILITIES SITE MANAGERS AND SUPERVISORS Site Managers and Supervisors are responsible for initiating and implementing safety on all projects with the assistance of the Project Manager and the EHS Manager. These responsibilities include: 1. A thorough knowledge and understanding of all company policies and procedures with regard to safety. 2. Training employees on policy, procedures, and equipment operation to ensure they meet Company requirements for safety. 3. Providing necessary documentation of training. 4. Follow established disciplinary policy when necessary and provide necessary documentation to the Human Resources Manager. 5. Plan production so that all work is performed in compliance with established policy and procedures, rules and regulations. 6. Accountability for safety on each project and ensuring the immediate correction of safety deficiencies. 7. Ensuring that adequate materials, equipment and protective devices are available, in good working order and properly used. 8. Instruction of Foremen regarding safety procedures and requirements and holding them accountable for safety performance. 9. Complete incident investigations and provide necessary documentation to the ESH Manager. Supervise corrective action items as appropriate following incident investigations. 10. Require compliance with federal, state, local and CRI safety requirements from subcontractors and suppliers. 11. Maintain job sites in neat, clean and orderly state to assure project safety at all times. Ensure EMS vehicles can access the project as necessary. 12. Report all safety violations, near -miss incidents and incidents to the ESH Manager. 13. Provide for the protection of subcontractors, suppliers and the general public. 14. Lead by example. January 5, 2009 FOREMEN ' Foremen are responsible for promoting safety awareness and demonstrating to employees that safety is a priority for the company. Responsibilities include: 1. Implement policy and procedures at the field level. 2. A thorough knowledge and understanding of company policies and procedures that apply to their operations. 3. Complete Job Hazard Analysis (JHA) daily to ensure that safety is planned into the work. 4. Complete weekly safety meetings and other meetings as necessary using materials provided by the ESH Manager. Safety meetings must be held by gathering your employees, discussing the materials provided and encouraging questions, suggestions and discussion. 5. Complete equipment operator experience and training documentation using established forms. 6. Follow established disciplinary policy when necessary and provide necessary documentation to the Human Resources Manager and ESH Manager. ' 7. Instruct new employees and existing employees performing new tasks in.safe work practices and policy and procedures that apply. 8. Utilize and maintain protective devices necessary to protect workers, subcontractors, suppliers and the general public. 9. Regularly inspect the job site to identify and correct potential hazards. 10. Require crews to maintain the work area in a clean and orderly condition. 11. Secure prompt Emergency Medical, Rescue and Fire Services when necessary. Know the address or physical description of the job site so you can direct Emergency services. 12. Investigate all injuries, near -miss incidents, incidents and safety violations. Report these to your ' Supervisor and the ESH Manager. 13. Lead by example. ' WORKERS Workers are responsible for safeguarding their own health and safety and the safety of their fellow workers. Responsibilities include: l . Comply with all safety policy and procedures. 2. Actively participate in all safety meetings and training sessions. 3. Request help when you are unsure about how to perform a task safely. 4. Report unsafe acts and/or conditions to your immediate Supervisor. 5. Report for work in good mental and physical condition to safely completed assigned tasks. 6. Inform your immediate Supervisor if there is any reason that you cannot perform your job duties safely. 7. Properly use and maintain all required safety equipment and devices including personal protective equipment (PPE). 8. Maintain and properly use all tools. 9. Provide help and training to fellow employees to assure safe job completion. ' 10. Report all injuries, near -miss incidents and incidents to your immediate Supervisor regardless of the severity. IJanuary 5, 2009 POST -OFFER SCREENING Connell Resources, Inc. has developed ADA compliant descriptions of the physical requirements for our major job classifications. Prospective employees will take part in post -offer medical. screening and drug testing. Until this process is complete the prospective employee is extended a conditional job offer. The offer may be rescinded i£ l . The prospective employee chooses not to complete any of the tests or questionnaires required. 2. The prospective employee chooses not to provide necessary medical information or releases. 3. A medical review reveals that the prospective employee cannot perform one or more of the essential functions of the job (with accommodations that they may request) and/or; 4. The prospective employee presents a direct safety or health risk to themselves or others which cannot be eliminated or minimized to acceptable levels by a reasonable accommodation and/or; 5. The accommodations requested by the prospective employee are not reasonable and/or will create an undue hardship on the company and/or; 6. The prospective employee provides false or misleading statements at any stage of the hiring process including the application or interview. DISCIPLINARY PROCEDURES Compliance with company policy and procedures is necessary to maintain a safe and healthy working environment. When necessary, corrective disciplinary measures may be required to address non-compliance issues. The following steps will be taken as disciplinary actions for non-compliance with policy and procedures: 1. First infraction — Supervisor will issue a verbal warning to the employee along with re -instruction regarding expected performance and existing policy and procedures. 2. Second infraction — Supervisor will issue a written Employee Warning Report to the employee and provide copies of the report to the Safety Manager and to Personnel for filing. The Supervisor will provide re -instruction regarding expected performance and existing policy and procedures to the employee. The Supervisor may also suspend the employee without pay for a period of time. During any period of suspension, the employee is prohibited from working on any other project controlled by the Company. 3. Third infraction — Supervisor will issue a written Employee Warning Report to the employee and may initiate actions in the Company termination policy. The Supervisor has the discretion to require the employee to leave the job site. Supervisors must complete an Employee Warning Report for each phase of the disciplinary action. The Company reserves the right to terminate the employment of any employee for a single safety infraction, with or without prior notice. You are an employee at will, and your employment will be for no definite period. Your employment and compensation can be terminated with or without cause, and with or without notice,•at any time at the option of either Connell Resources, or you. No representative of the company other than the company President has any authority to enter into any agreement for employment for any specified period of time, or to make any agreement contrary to the above statement. January 5, 2009 INCIDENT REPORTING ' All incidents that result in property damage or injury must be reported to your supervisor as soon as reasonably practical. In most cases this means immediately after you become aware of the incident or.injury. Supervisors are required to report incidents and injuries to the Safety Manager as soon as they become aware of the incident or injury. Initial reports must be provided as soon as reasonably practical using the telephone or radio. Written reports must be filed within 24 hours. STRAINS AND SPRAINS Employees who believe they have a strain or sprain as a result of work are required to report this to their ' supervisor regardless of overt injury. The Supervisor and the Safety Manager will confer with the employee to determine the extent of the injury and the need for medical care. ' PROPERTY DAMAGE INCIDENTS All property damage incidents must be documented to illustrate the incident. Digital cameras or disposable cameras must be used to illustrate the location and extent of the damage. In the case of utility damages, photos should show the relative location of the damaged utility in relation to any locate marks or flags on the ground. Use tape measures or grade rods to illustrate distances (to locate marks or depths) in the photo. Document any conversations with utility owners or locating personnel. Collect business cards or write down names and telephone numbers. In the case of vehicle damage, collect all information required to submit a claim to insurance carriers (use the attached form). All documentation must be provided to the Safety ' Manager for filing. When the incident involves vehicles or equipment that does not belong to Connell, i.e. other company or ' private vehicles, the following information must be obtained from the owner: _ Full Name Vehicle Identification Number (VIlN) Address Insurance Company Name Telephone Number Insurance Company Telephone Number Vehicle License Number Take pictures of any and all damages. Do not admit fault or indicate that Connell will pay for damages. IJanuary 5, 2009 MANAGING WORK -RELATED INJURIES Injuries that happen at work must be actively managed by the Supervisor/Foreman and the Safety Manager to ensure good outcome for the employee and so that the case doesn't become worse because of poor management. We want to keep employees at work and we want to reduce our costs associated with injuries. Connell has preferred medical providers in Fort Collins and Steamboat Springs. All injuries must'be managed by these providers. Fort Collins Concentra Medical Centers 2620 Prospect Rd. 970-221-5811 Occupational Health Services 1330 Oakridge Dr. or 1025 Pennock Place or 2500 Rocky Mountain Ave. 495-84M Steamboat. Springs Steamboat Medical Group 1475 Pinegrove Road 970-879-0203 Yampa Works 940 Central Park Dr. 970-871-2449 If the injury requires physical therapy these providers will refer the employee to ErgoMed. Refer all strain and sprain injuries for screening to ErgoMed before sending the employee to our designated providers. In addition, any time an employee reports an ache or pain that is more than a day old he/she should be referred to ErgoMed. An appointment is necessary (arrange through Human Resources, the ESH Manager or the Office Manager .in Steamboat) so you may need to send the employee home if they are unable to perform their job without aggravating the injury. ErgoMed has committed to seeing these cases within 24 hours or less. ErgoMed in Fort Collins or Greeley ErgoMed in Steamboat 4663 West 20t' Rd. — Greeley 1809 Central Park Dr. 970-353-9543 970-879-7799 1020 Luke St. — Fort Collins 970-493-2998 Call 911 for all life or limb threatening injuries. Emergency medical services will transport the employee to the nearest medical center regardless of affiliation with our designated providers. Supervisors should know where the nearest medical center is located. January 5, 2009 10 u Partnerin& Our culture at Connell is based on the free flow of ideas that encourages constructive criticism, mutual respect, and peer accountability; these traits aide in the idea and values of partnering. We try to approach all projects, whether they are hard bid or negotiated, with a partnering attitude. Through this attitude, we found partnering methods, that work well and others that do not. The most success we have had in partnering and project execution is through the use of "Early Contractor Involvement". The ECI method ' of partnership allows for the involvement of the contractor in the preliminary design phase of a project. This benefits the project stakeholders not only by adding the ' contractor's experience in terms of construction means, methods, and material selections but also facilitates a team atmosphere and creates an attitude of project ownership from the entire team. Further, the use of open book estimate reviews, value engineering, and shared past experiences from the city staff, the engineer, the contractor its' subs and suppliers helps develop a true partnership that aides in achieving the project goals. Equipment Resources & Availability - We operate with a staff of over 40 salaried professionals as well as approximately 175 talented and highly trained craft employees. We have weekly, company wide ' scheduling meetings to coordinate our resources and ensure that we are meeting our contractual obligations and exceeding our owner's expectations. Connell is the proud owner of a large fleet of late model equipment. This ranges from numerous excavators, wheel loaders, track dozers, articulated dump trucks, wheel scrapers, loader backhoes, motor graders, grade tractors, skid loaders, various compactors, asphalt mills and asphalt paving equipment. We also own and operate a fleet of tractor trailers, tandem dump trucks, and low boy transports. We own and operate numerous gravel pits that produce aggregates for construction use and to supply our 3 asphalt batch plants. All of this equipment is cared for by a fully staffed shop and a fleet of field mechanics. Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor 1 RETURN TO WORK PROGRAM 1 1 1 This return -to -work policy is intended to utilize eligible injured workers in a productive capacity while they are recovering from an injury. The goal of temporary modified duty is to provide a progression of job duties that will return the employee to their regular job.. The Company Environmental, Health and Safety (EHS) Manager will be responsible for coordinating the Modified Duty Program. The alternate or backup coordinator will be the Vice President for Construction in Fort Collins and Steamboat Springs. The following steps shall be followed when an individual sustains a work -related injury or illness and is released to modified duty by the physician. 1. The EHS Manager will maintain regular contact with the medical provider and injured worker, be kept informed of recovery status and obtain updated work restrictions. 2. The EHS Manager will maintain a list of modified duty tasks. 3. The injured worker will be offered modified duty tasks in writing following requirements established by the state of Colorado (Rule 6 letter). 4. The injured worker will be paid based on the value of the tasks performed, as determined by management. If the injured worker is being paid less than pre -injury wages during modified duty, Pinnacol Assurance may pay Temporary Partial Disability (TPD) benefits. 5. During the modified duty period, the ESH Manager will provide to Pinnacol Assurance records of wages paid to the injured worker. If the injured worker is receiving full wages during the modified duty period, the EHS Manager will provide Pinnacol Assurance a statement to that effect; no ongoing provision of pay records is then required. 6. Modified duty will be allowed as long as it is realistic for the job to continue, or until the injured worker receives a release to full duty or reaches maximum medical improvement (MMI). 7. The EHS Manager will monitor and document the injured worker's performance while on modified duty in concert with the worker's direct supervisor. While on modified duty, the employee will be expected to follow all existing personnel policies and will be responsible for maintaining acceptable performance standards as a condition of continued employment. Modified duty assignments are designed to be temporary and transitional in nature. They will be reviewed jointly by the supervisor, injured worker, and relevant staff to address increasing work duties and overall performance. This shall be done at least once a month until the employee reaches MMI or is released to work without restrictions. January 5, 2009 11 LIFTING REQUIREMENTS Individual employees are prohibited from lifting those items listed below and from lifting any item that weighs more than 75 pounds when lifting by themselves. These items must be lifted with the use of a mechanical aid or with two or more persons to prevent injury. In addition, these items cannot be moved or placed by one person when the item is below their feet (into an excavation or to a lower level) or above their head. The goal of this requirement is to prevent back, shoulder and other injuries associated with lifting. Plate Compactors Jumping Jack Compactors Manhole Covers Manhole Rings (4" and larger) Concrete Riser Rings Jack Hammers Submersible Pumps . Brake Drums Ring Gear Cutting Edges 8' and 10' Concrete Wall Forms 12" Steel Concrete Forms Portable Generators Rolls of Polywrap for Ductile Pipe Rolls of Geogrid Rolls of Petromat 55-gallon Metal Barrels Connell "Open. Trench" Signs Manhole Lifters Heavy Lifting Chains Valve Boxes (4' and larger) Storm Sewer Inlet Grates Lamp Hole Covers (18" or larger) 24" and 36" Sewer lineTest Plugs 10" and larger must be lifted by machine Ready mixed concrete (80 lb. and larger) Water Valves (8" and larger) Water and Sewer pipe (8" and larger) Water and Sewer fittings (8" and larger) 10" and larger must be lifted by machine Pouring Rings for Manholes (5' and larger) Fire Hydrant Extensions (24" and larger) Pressure Reducing Valves (4" and larger) Rolls of Copper pipe (1" and larger pipe) Ford and Mueller Tapping Machines 28' Fiberglass Ladders 4-way Choker Cables Stairs for Tool Trailers These requirements do not address moving the object horizontally (dragging) from one position to the other However, all material handling must be completed in a manner that reduces the possibility of injury. Employees are encouraged to use mechanical lifting devices whenever possible. When handling materials manually, always use two or more people to move heavy and awkward items. Use proper body mechanics that have been addressed in other training sessions. Plan the lift carefully (especially when two or more people are involved) and make sure there, are no tripping hazards or other impediments in the route to be traveled or where the object will be placed. Consider reducing the size and/or weight of the load by separating contents if possible. January 5, 2009 12 ri IMSHA TRAINING ' All employees that work where they are exposed to mining hazards must have completed training to meet requirements established by the Mine Safety and Health Administration (MSHA). Newly -hired, inexperienced miners must complete 24 hours of training. At least four hours of training must be completed before working in the mine environment. This training will be provided via an interactive computer program and site -specific training provided by the Crushing Supervisor and/or Foreman. The new miner can begin work under the direct Supervision of an experienced miner. The last 20 hours of training must be provided within 90 days. ' Newly -hired, experienced miners must provide evidence of prior training and/or experience. These miners must receive site -specific training and interactive computer program before beginning work in the mining environment. iExperienced miners already employed with CRI must receive eight -hours of refresher training annually. Truck drivers delivering materials in and out of the gravel pit, suppliers, vendors and other visitors must ' receive site -specific training before entering mine property. This training is accomplished via written materials provided to the individual. Each individual must read and sign the document at least annually. They must carry the card provided to document that they received the training. 1 C H IJanuary 5, 2009 13 1 SUBSTANCE ABUSE/ALCOHOL POLICY It is the policy of CRI to maintain a workplace free from the use and abuse of controlled substances and alcohol. A detailed copy of the Policy is provided to new employees upon hire. As a condition of continued employment, employees must sign the acknowledgement form attached to the policy and return it to their Supervisor within the first week of employment.. Compliance with this policy is a condition.of continued employment. Pursuant to the Drug -Free Workplace Act of 1988, the unlawful manufacture, distribution, dispensation,possession, or use of a controlled substance and impairment as a result of the use of alcohol by CRI employees is strictly prohibited. The policy describes the following items in detail: 1. Inquiries from Previous Employers (for CDL holders) 2. Controlled Substances and Alcohol Prohibitions 3. Refusal to Submit to a Test 4. Exclusions Over-the-counter and prescribed drugs. Employees are required to inform their supervisors of any use of over-the-counter or prescribed medicine that could affect their performance. They are required to have a written statement from their doctor regarding its effect on the employee's performance or job duties and present this to his/her supervisor. An employee will not be allowed to operate equipment if medication could interfere with safe operations. The serving and consumption of alcoholic beverages at any Connell Resources function may be permitted when authorized by Management. Each employee is responsible for safe and legal operation of your vehicle when traveling to and from these functions. Connell strongly encourages the use of designated drivers and taxis or other public transportation. 5. Testing • Post Job Offer • Post Incident • Random • Reasonable Suspicion • Return -to -Duty 6. Supervisory training 7. Disciplinary procedures . 8. Counselling, rehabilitation and assistance Programs 9. Reinstatement of suspended employee 10. Responsibilities January 5, 2009 14 1 JOB HAZARD ANALYSIS ' Foremen are required to perform Job hazard analysis (JHA) on a daily basis for field projects. The JHA form must be completed and returned to the front office with weekly paper work. Findings must be shared with all employees performing the job. ' JHA is intended to help employees recognize potential hazards before a task is completed. All.potential hazards must be adequately controlled before work begins. Control may be established by following ' company policy and procedures, by training employees or by taking specific actions to reduce or eliminate the hazard. If the hazard is not adequately controlled the Foreman is responsible for insuring employees are not exposed to the hazard by removing them from the hazard area or shutting down operations. SAFETY MEETINGS Written safety information will be distributed to Foremen in the field on a weekly basis by the ESH Manager. Foremen are required to provide the information to their employees by gathering them together and discussing the information provided. Employees are required to participate in the safety meeting and to ' sign the document. Foremen are required to return the signed form to the front office with their weekly paper work. Employees are encouraged to participate in the weekly safety meeting by listening to the information ' provided, asking questions and offering their own suggestions and comments during the meeting. P, EMERGENCY RESPONSE AND FIRST AID Site Managers, Project Managers, Supervisors and Foremen must maintain current training in First Aid. Select personnel will also maintain certification in CPR. Training is provided by the Company., First aid kits are provided at Asphalt Plants, Crushers, Wash Plants, Shops and in vehicles operated by Site Managers, Supervisors and Foremen. Employees in Supervisory positions are required to be aware of the physical address or description of their jobsite and be prepared to effectively communicate with Emergency Medical Services (EMS) to provide rapid emergency response in the case of foreseeable emergencies. Know the location of the nearest medical facility. Site Managers and Project Managers are required to ensure access is provided for EMS vehicles on their jobs. Call EMS for all life threatening injuries. Do not move injured personnel unless it is necessary to prevent further injury. Use effective personal protection and work practices to prevent exposure to blood and body fluids. Gloves and breathing barriers are available in first aid kits. Following any exposure to blood and body fluids thoroughly wash the exposed area with soap and water. Contact the EHS Manager immediately following any exposure to blood and body fluids. Preventative vaccines are available for Hepatitis infections. January 5, 2009 15 PERSONNEL PROTECTIVE EQUIPMENT (PPE) Listed below are minimum requirements for PPE. Connell encourages all employees to protect themselves beyond minimum requirements. We recommend that all employees wear long sleeved shirts, safety boots, hard hats, eye protection and high -visibility clothing at all times during their working day. Gloves, hearing protection, respiratory protection and other PPE are recommended when potential hazards exist. The use of sunscreen products is highly recommended. Requirements 1. Pants covering the entire length of the leg to the top of the boot must be worn. Sweat pants or similar loose fitting pants are not permitted. 2. Shirts with at least a four -inch sleeve must be worn. Long sleeved shirts are recommended to reduce sun exposure. Shirts must also cover the trunk of the body, starting at the base of the neck and continuing to the belt line. Tank tops, midriffs or shirts with deep cut necklines are not permitted. Loose fitting shirts are not permitted. 3. Sturdy, heavy-duty work boots are required. Boots must cover the ankle to provide adequate support — low cut work shoes or boots are not acceptable. Mechanics, welders, oilers and personnel that work in shops, crushing and/or wash -plant activities must wear safety boots that meet ANSI Z41 — 1991 design requirements. 4. Hard hats that meet ANSI Z89.1 — 1986 design requirements must be worn when not in the enclosed cab of a vehicle or in a covered building. Hard hats must be worn in a covered building when working within the reach or travel of an overhead crane or lifting. equipment or other overhead hazard. Hard hats are not required when walking across parking lots unless overhead hazards are present. 5. Eye and face protection that meets ANSI Z87.1 — 1968 design requirements must be worn; a. When using any portable powered tool such as, but not limited to, hammers, picks or chipping equipment, saws; grinders, weed whackers, etc b. When using compressed air for cleaning surfaces, c. When using pressure -washing equipment, . d. When working in excavations, e. When handling any gas, liquid or semi -liquid chemical, f. When working with Asphalt Cement or Asphalt products, or g. When other potential eye hazards exist. 6. Employees that wear corrective lenses must wear ANSI eyewear over their prescription eyewear when ANSI eye and face equipment is required. 7. Additional eye and face protection in the form of a full -face shield must be worn when grinding with solid -wheel grinding tools such as pedestal grinders and angle grinders, when operating demolition saws and when loading and unloading hot asphalt cement. 8. Meta -tarsal guards must be worn by employees operating jack -hammers, plate compactors and/or "pogo sticks". January 5, 2009 16 9. Hearing protection must be worn during those activities summarized in the Hearing Conservation Program. These include but are not limited to the operation of: a. All fuel powered portable tools including circular saws, demo saws, mowers, weed -whackers, etc. b. Jack hammers c. Rotomill d. Air hammers or chisels e. Crushing/Screening f. Plate Compactors g. Tiller h. Compressed Air used for cleaning 10. High Visibility Clothing must be worn by all employees on all jobsites and around shop and yard facilities where mobile equipment may be operating. Acceptable high visibility clothing includes ANSI Class II or Class III safety vests (orange or green) or T-shirts provided by the company. Employees working around conveyors at crushing operations and at asphalt plants should use T-shirts or tight -fitting vests to reduce the possibility of loose clothing getting caught in conveyor belts. a. T-shirts are not acceptable when working after sunset or before sunrise. T-shirts are not acceptable when working within the right-of-way of any public road. ANSI vests must be used during these times. ANSI vests may be required on specific individual jobs. b. High visibility clothing is not required when passing through office parking areas or when in equipment or vehicles. 11. Chemical resistant gloves must be worn when pouring, transferring or working with any material that may be a skin irritant or corrosive material according to the label and/or the MSDS. These include, but are not limited to; acids, strong bases, solvents, glues and epoxies. Mechanics that are in contact with petroleum products for much of their workday are required to wear chemical resistant gloves when working with these fluids. 12. Welders must wear appropriate eye protection as recommended by the manufacturer for specific arc and fuel gas applications depending on the current and electrodes utilized. Appropriate leathers and gloves must be worn depending upon the work area and type of welding. 13. Connell Resources provides the following personal protective equipment (PPE): a) Hard hats b) Protective eyewear c) ANSI Class II high -visibility vests d) Hearing protection e) Fall protection equipment 0 Gloves for chemical exposures g) Respiratory protection (when necessary due to hazardous exposures) h) High visibility T-shirts (3 will be provided upon hire. Additional T-shirts can be purchased at a nominal cost). January 5, 2009 17 i) Welding shields, gloves, leathers, etc. j) Meta -tarsal guards k) Insect repellant These items will be replaced at no cost to the employee if they become worn or non-functional due to normal use on the job. The cost of replacement because of misuse or loss will be the responsibility of the employee. Employees may provide their own PPE only when it has been pre -approved by the Safety Manager. 14. Connell Resources will not provide footwear, regular work clothing, work gloves or clothing for temperature extremes or precipitation. These articles are the responsibility of the employee. 15. Requirements for respiratory protection and the use of respirators is contained in a separate section 16. Other PPE requirements may be specified for specific tasks and applications. January 5, 2009 18 TRAFFIC CONTROL All work conducted on any street, highway or bicycle trail open to public travel shall have traffic control established according to the 2003 Edition of the Manual on Uniform Traffic Control Devices (MUTCD) and the Colorado Work Zone Best Practices Safety Guide. Connell utilizes subcontractors to provide all traffic control functions on our jobs. LOCATING UNDERGROUND UTILITIES All underground utilities will be located prior to any excavation activities. Locates will be requested by calling the Utility Notification Center of Colorado (UNCC) (1-800-922-1987) at least two days prior to beginning excavation. Locate requests will be documented in the office following established procedures. Utility companies will provide marks in the field and a sketch showing any conflicts with their facilities. This documentation must be placed in the job file for reference. The utilities will be physically located in the field by potholing according to established procedures. iForemen are responsible for ensuring these procedures are followed. If a gas line hit is damaged and gas is leaking 1 • shut down all equipment near the excavation • eliminate all sources of ignition • evacuate all personnel to a location where the odor of gas is not present • call 911 and report the leak and your location • call .your Supervisor and the EHS Manager Foremen are responsible for ensuring these procedures are followed. 1 January 5, 2009 Q TRENCHING AND EXCAVATION All employees will be protected from hazards associated with trenching and excavating by meeting or exceeding all OSHA standards in 29 CFR1926, Subpart P. Common hazards associated with trenching and excavation include: heavy equipment operations, collapse or cave-in of slopes and walls, buried utilities, water. infiltration, hoisting and rigging, materials handling, use of ladders and potentially harmful atmospheres, among others. These procedures apply to any man-made cut, cavity, trench or depression in the earth surface formed by earth removal. Definitions Competent Person — An employee authorized by the Company who. is trained to identify existing and predictable hazards associated with trenching and excavation activities that has authority to take prompt corrective measures to eliminate the hazards. Connell's foremen and leadmen are designated as Competent Persons. Leadmen must be trained to perform competent person duties. Excavation — Any man-made cut, cavity, depression or trench made in an earth surface formed by earth removal. Hazardous Atmosphere — An atmosphere that is explosive, flammable, poisonous, corrosive, oxidizing, irritating, oxygen rich, oxygen deficient, toxic or otherwise harmful, may cause death, illness or injury. Protective System — A method of protecting employees from cave-ins, from material falling or rolling into an excavation, or from the collapse of adjacent structures. Protective systems include support systems, sloping and benching systems, shield systems and other systems that provide necessary protection. Trench — A trench is a type of excavation. It is a narrow excavation (compared to its length). In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet. If forms or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to 15 feet or less, the excavation is considered to be a trench. Requirements for All Excavations Foremen are responsible for ensuring that all requirements are met with regard to all excavations. Inspections must be completed at the beginning of each shift and as needed during the day for evidence of situations that could result in possible cave-ins, indications of protective systems failures, hazardous atmospheres, or other hazardous conditions. Inspections must also be completed after every precipitation event. Inspections must be documented using Connell's inspection form. Inspections are not required when employees will not be exposed to hazards. A competent person must inspect excavations in the following situations: a. All trench excavations when employees must enter the trench and will be exposed to potential hazards. All non -trench excavations that are five feet deep or more when employees must work within five feet of the wall of the excavation. January 5, 2009 20 1 Emergency Repair 1 Response Time - The city would have direct contact to the Connell supervisors through an established contact list. Our supervisors would be immediately available to meet with city representatives, on -site, to assess the situation and decide what equipment and materials would be needed for the repair. Also, through bi-annual planning ' meetings, we would be familiar with the City's Emergency Response Manual and the City's on hand repair materials and their location. The primary contacts at Connell know the locations of all equipment and have contact numbers for all employees. We have prior experience & are currently under contract to do similar emergency response work for other municipalities such as the, Fort Collins/Loveland Water ' District. See Attached Emergency Response Flow Chart for additional detail and anticipated response times Equipment - Our operations are based in Fort Collins and 80% of our contract work occurs within 60 miles of Fort Collins, allowing us access to virtually our entire equipment fleet on very short notice. We also own and operate our own gravel sources and asphalt ' plants giving us immediate access to any needed aggregates for the repair. Staff - The emergency contacts list that would be established through the preplanning effort would only include Connell management personnel who have decision making authority and have a clear understanding of the location and availability of our company resources. We would provide in-house training with our utility supervisors, foremen, and crews ensuring that they have a clear understanding of the emergency response plan. Through this training and planning we would be able to provide a competent, well trained, well equipped staff prepared to respond to any pipeline emergency 24 hours a day, 7 days a week. Coordination efforts we would provide - The initial coordination effort would be to work with City staff to ensure the site was safe for the public and safe for crews to begin work. We would also assist in finding existing valves boxes and closing down valves to limit water flow. Simultaneously, ' we would begin the effort of contacting necessary subcontractors such as traffic control and begin mobilizing initial equipment and crews for needs such as dewatering and stabilizing the roadway. Response for Request for Proposal Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor 2. All excavations five feet deep or greater will be assumed to be in Class C soil. ' a. All trench excavations must be sloped 1.5 horizontal to 1.0 vertical or employees in the trench must work within acceptable protective systems (usually trench boxes or shields). b. All non -trench excavations that are.five feet deep or more must also be sloped or provided with protective systems if employees must work within five feet of the toe of the wall. ' Protection may be provided by installing a barrier (i.e., orange fence) at least five feet from the toe of the wall to prevent employee exposure. c. In circumstances where steeper slopes are necessary (because of adjacent buried utilities, etc.) the slopes may be made steeper only when the Utility Supervisor and/or the Safety Manager confirm that the soil type will permit. d. Soil classification must be completed by using at least one visual test and one manual test as described in 29 CFR 1926, Subpart P for slopes steeper than 1.5 to 1.0 3. Requirements for all excavations of 20 feet or greater. a. Exclusive use of sloping as a protective system is not permitted unless approved by a p g P Y Registered Professional Engineer. b. Trench boxes or other protective systems must be designed for use in the full depth of the excavation. c. All other types of protective systems (shields, pile and sheeting, etc.) must be designed and approved by a Registered Professional Engineer. 4. When trench boxes or other protective systems are used: a. All written specifications -must be maintained at the job site. b. Company owned shields and trench boxes must be inspected and certified by the manufacturer or a Registered Professional Engineer on an annual basis. The utility Supervisor is responsible for ensuring this certification is completed and documented. c. They must be inspected by the competent person daily to ensure they will perform as designed. d. They must not be used in excavations that will exceed the design specifications. e. They must be installed to within 18 inches or less of the bottom of the excavation. f. Employees are not permitted outside of protective systems in excavations for any length of time or for any reason when they are the primary protective system utilized. g. If the excavation is deeper than the protective system the slope above must not be steeper than 1.5 to 1.0. i. The toe of the slope.above the protective system must begin at least 18 inches below the top to the box or shield. h. Employees are not permitted in the excavation when boxes or shields are being lifted or lowered into the excavation. i. Employees are not permitted to crawl on boxes or shields when assembling them if it creates ' j. a potential fall hazard of six feet or more - ladders or manlifts must be utilized. Employees are not permitted to stand on the edge of the box or to crawl or walk over the spreader bars when it results in a potential fall hazard of six feet or more — use acceptable ramps with standard guardrails. "Potholing 5. All underground utilities must be located as required by Connell's Procedures". ' January 5, 2009 21 6. While the excavation is open, all underground utilities must be removed, protected or supported to protect employees working in the excavation. 7. Ramps used to cross excavations must be constructed to meet OSHA requirements including standard guardrails. 8. A ladder must be placed within 25 feet of any employee working in an excavation that is four feet deep or deeper. Any ladder that is steeper than 1.5 to 1.0 must be secured at the top to prevent movement during use. Ladders that are fitted over the top edge of shields or trench boxes are acceptable. 9: Employees are not permitted under live loads lifted into or out of excavations. 10. Operators of mobile equipment must have a clear view of the edge of the excavation at all times. When the view is obstructed hand signals must be used to help guide the operator. 11. The atmosphere in excavations must be tested if there is reason to believe a hazardous atmosphere may be encountered. Testing must be conducted when excavating within 50 yards of existing fuel depots, gas stations, landfills or other suspect areas. Employees are not permitted to enter excavations when testing equipment alarms. 12. All water flowing into excavations must be controlled by pumping or diverting to prevent accumulation. The foreman is responsible for monitoring pumping operations to ensure adequate water removal. Employees are not permitted to work in excavations where water is accumulating. 13. All pipe or other materials that could roll into the excavation must be placed at least two feet from the edge of the excavation or blocked to prevent its movement. All spoil piles must be placed or moved so that the toe of the pile remains at least two feet from the edge of the excavation. Loose rock or soil on the slope of the excavation must be removed to prevent it from presenting hazards to employees in the excavation. 14. Where the stability of adjoining buildings, walls, sidewalks or other structures is endangered by excavation activities, support systems such as shoring, bracing or pinning must be utilized to ensure their stability. Excavation below the level of the base or footing of any foundation or retaining wall is not permitted unless the structure is adequately supported and approved by a Registered Professional Engineer. Transite (Asbestos) Pipe Connell Resources employees will not intentionally cut or otherwise damage transite pipe encountered on our job sites. Transite pipe that is broken or cut may release fibers into the air that are known to cause lung disease, including cancer. When plans or other communications indicate that transite pipe will be encountered during trenching and excavating activities Connell Project Managers will arrange for an approved asbestos contractor to perform any work that requires cutting, breaking or otherwise removing transite materials. Proper disposal will be the responsibility of the subcontractor. January 5, 2009 22 F I I] ENERGY CONTROL (LOCKOUT / TAGOUT) All employees will be protected from injuries resulting from unexpected energizing, movement, or start-up of machines or equipment, release of stored energy during repair, service and maintenance. This will be accomplished by locking out and tagging out energy isolating devices, and otherwise disabling or blocking machines or equipment to prevent unexpected energizing, start-up, movement or release of stored energy. Normal production operations are not covered by these requirements. Repairing and/or maintaining equipment during normal production operations are covered only if 1. An employee is required to remove or bypass a guard or other safety device; or 2. An employee is required to place his/her body into an area on a machine or piece of equipment where work is actually performed upon the material being processed (point of operation) or where an associated hazard zone exists during a machine operating cycle. These requirements do not apply when working with cord and plug connected electrical equipment for which exposure to the hazards of unexpected energizing or start-up of the equipment is controlled by unplugging the equipment from the energy source and by the plug being under the exclusive control of the employee performing the work. Potential energy sources that must be controlled include electrical, pneumatic, hydraulic systems and raised components that may fall due to gravity when systems fail. Obvious examples include electric motors and pneumatic and hydraulic cylinders. Raised components include dump truck bodies, front-end loaders buckets, etc. Other examples include articulation points on equipment. Requirements I. Implementation of energy control procedures must be performed only by authorized employees. 2. Employees involved in performing maintenance and servicing activities must be trained to understand the hazards and to understand these requirements and procedures. 3. Before any employee performs any maintenance or repair of a machine, vehicle or equipment where unexpected start-up or release of stored energy could occur, the machine vehicle or equipment must be isolated from all energy sources, rendered inoperative and/or blocked to prevent motion. 4. If an energy -isolating device is capable of being locked out then lock(s) and tag(s) must be utilized. Each employee involved in performing the work must apply a lock and a tag. Tags must be personalized so that the employee that applied it is clearly identified. 5. The employee must maintain personal control of all key(s) for the lock he/she has applied. 6. Once energy isolation has been completed the machine must be tested to ensure the isolation devices are effective. Employees in charge of the operation must test all systems to ensure .the effectiveness of all isolation devices. Ensure all employees are clear of potential hazards when conducting isolation test(s). 7. Locks must never be removed by anyone other than the employee who applied the lock to the isolating device with one exception. A Supervisor may remove (cut) a lock only after he/she has positively verified that the employee is not exposed to any hazards. This verification must be made in person (face to face or by telephone) and documented before any equipment can be released for production. 8. Maintenance and servicing procedures that extend past one shift require special attention. If different employees come onto the job they must ensure they have applied their lock to any isolating devices. IJanuary 5, 2009 23 Employees who are leaving the job must remember to remove their locks. Supervisors must coordinate this change. 9. This program and associated procedures will be evaluated at least annually by the Safety Manager to ensure effectiveness. General Sequence of Energy Control 1. Preparation. Notify all affected employees that a lockout is required and the reasons (potential hazards) it is required. 2. Machine or Equipment Shutdown. If the equipment is operating, shut it down following normal procedures. Disconnect switches should never be pulled while under load because of the possibility of arcing or explosion. Personnel knowledgeable of equipment operation should be involved in shutdown or re -start. 3. Machine or Equipment Isolation. Operate the switch, valve or other energy isolating. device so that the energy source(s) (electrical, mechanical, hydraulic, pneumatic, etc.) is (are) disconnected or isolated from the equipment. Stored energy such as that in capacitors, springs, elevated machine members, hydraulic systems, and air, gas or water pressure must also be dissipated, disconnected, or restrained by methods such as grounding, repositioning, blocking, bleeding down, etc. Pulling fuses is not a -substitute for locking out. 4. Application of Lockout/Tagout. Lock and tag the energy isolating device with an individual lock, even if someone else has already applied their own lock. You will not be protected unless.you apply your own lock! Tags must be applied to the energy isolating device and to the normal operating controls. 5. Verification of Operation. After ensuring that no personnel can be exposed and as a check on having disconnected the energy sources, operate the controls to make certain the equipment will not operate. CAUTION: Return the operating controls to the neutral or off position after the test. 6. Release from Lockout. Before locks and tags are removed and energy is restored, inspect the work ,. area to ensure that nonessential items have been removed and to ensure that equipment components (guards, etc.) have been replaced. Check the work area to ensure all employees are clear. Locks and tags can only removed only by the employee that applied them. Restore energy to the equipment. Examples of Where Energy Control Must be Performed 1. Any maintenance or servicing work on electrical, pneumatic or hydraulic systems at asphalt plants, crushing plants, maintenance shops or welding shops. 2. Any maintenance or servicing work on raised or elevated equipment such as truck dump beds, front- end loader buckets, dozer blades, excavator arms, etc. Devices on hydraulic cylinders and/or articulation points that are capable of receiving a lock must be locked into place by the employee performing the maintenance. If blocking devices are not provided on the equipment the raised item must be adequately blocked to prevent motion. 3. Any maintenance or servicing work on belly dump trailer doors. The manufacturer's pins must be used to block the doors open during any, and all maintenance procedures. If the pins are capable of receiving a lock they must be locked. Accountability Employees are required to use and follow this policy for all maintenance and servicing work when applicable. Failure to use and follow these procedures will result in disciplinary action up to and including dismissal as described in company policy. January 5, 2009 24 CONFINED SPACES All employees will be protected from hazards associated with confined space entry. Common hazards associated with confined space entry include: oxygen deficient/enriched atmospheres, flammable/explosive atmospheres, toxic atmospheres (chemical and dust), engulfment/ entrapment hazards (stored materials), and/or electrical or mechanical hazards (conveyors, augers, etc.). Conditions in a confined space may be unknown and can change rapidly during entry as a result of work being done in the space or from unforeseen circumstances. IA Confined space is any space that is large enough and configured in such a way that an employee can bodily enter and perform assigned work. It has limited or restricted means for entry or exit, and is not designed for continuous employee occupancy. Confined spaces include, but are not limited to: storage tanks, pits, vats, vessels, sewer manholes, electrical manholes, vaults, pump or lift stations, septic tanks, pipelines, and tunnels. Specific examples of confined spaces at Connell Resources include sewer manholes, electrical manholes, pump or lift stations, vaults, asphalt cement tanks, material silos, fuel tanks and water tanks. Fixed facilities have been labeled with signs: WARNING CONFINED SPACE ENTRY PERMIT REQUIRED New manholes and vaults that are being constructed during utility installation are not considered confined I' spaces for these requirements unless a new line has been tapped into an existing system. They are considered confined spaces if any work (other than their installation) is conducted inside them that could create a hazardous atmosphere (operation of fuel powered equipment, use of chemicals for cleaning or coating, etc.) Manholes and vaults that have been backfilled and connected to existing systems are confined spaces for the purposes of these requirements. Requirements 1. Employees are prohibited from entering confined spaces unless specific procedures are followed. Supervisors/Foremen are responsible for ensuring all procedures are completed as required. 2. At a minimum, the following procedures must be followed for all confined space entries: a. All employees involved in confined space work must be trained to understand the unique hazards of confined space work, how to use necessary equipment such as full body harness, tripods, winches, etc. and their duties and responsibilities. b. Each employee assigned to specific tasks (entrant, attendant, supervisor) must be trained to understand their responsibilities. c. Prior to entry the atmosphere inside the confined space must be measured from outside with a properly calibrated gas monitor. Measure at all elevations inside the space as gases may pocket in different areas. Follow directions in the instructions for the gas monitor. IJanuary 5, 2009 25 d. Use the Confined Space Entry Permit to document what potential hazards are present, how those hazards have been addressed or controlled, the.names of the entrant and the attendant and gas measurement results. e. If the atmosphere inside the space is not within acceptable limits as shown on the instructions for the gas monitor, all entry is prohibited. Contact the Safety Manager. . f. If the space has a vertical entry (sewer manhole, vertical tank, etc.) a tripod, winch and full body harness must be used to allow rescue of the entrant from outside the space. This equipment also provides necessary fall protection. The entrant must wear retrieval equipment whenever entry is performed and throughout the duration of entry. g. If the tripod and winch cannot be used because of the configuration of the space a full -body harness and lifeline must be used by all entrants to facilitate rescue from outside the space. h. The Supervisor must ensure that EMS can be summoned in case of confined space emergencies (cell phone service must be available at the jobsite). i. Guard the opening to prevent falls into the space. j. An attendant must remain outside the space during entry and maintain communications with the entrant at all times. The attendant must keep others away from the opening and monitor the entry and entrant to ensure continued safety. k. Entrants must take the gas monitor into the space with them and wear it so it can continuously monitor the atmosphere. If the monitor alarms all entrants must exit the space immediately. 1. A manhole blower may be utilized to make the atmosphere safe for entry. However, the source of gas causing the monitor to alarm must be positively identified and corrected before entry. Proper use and operation of the blower must be continuously monitored by the Supervisor. If the gas monitor continues to alarm when using the blower the entry must be suspended. Contact the Safety Manager. in. Never enter a confined space to try to. rescue another person. Call 911 and use the winch and retrieval lines to retrieve the person. Exceptions Rescue devices (tripod, winch and body harness) are not required on newly constructed manholes and vaults that are not connected to a live, existing system as long as the following conditions are met: 1. Air monitoring must be conducted and determined to be acceptable prior to any entry. 2. Air quality must be within acceptable limits at all times during entry. Entrants must carry and use the air monitor at all times during entry. 3. An attendant must be in constant contact with entrants during entry. 4. Acceptable ladders.(fixed or portable) must be used for entry and exit. 5. If acceptable ladders are not used, the tripod, winch and body harness must be used for all spaces that are more than five feet deep. 6. All requirements in the "Requirements" section above must be followed for entry into newly constructed manholes and vaults that are connected to a live, existing system. January 5, 2009 . 26 IFALL PROTECTION 1. Fall protection must be provided for all walking/working surfaces where employees are exposed to potential falls of six feet or more. Fall protection must be provided in the form of guardrail systems or personal fall arrest systems 2. Work performed on heavy equipment by field mechanics is specifically excepted from these requirements. However, reasonable efforts shall be made to provide guard rail systems where possible for common repair and maintenance activities. In addition, ladders, handholds and grab bars shall be provided and maintained where necessary. Slip resistant materials shall be provided on surfaces for common repair and maintenance activities. r3. Personal fall arrest systems (full body harness, lanyard and proper anchorage point) must be utilized by employees on elevated work platforms such as manlifts, bucket trucks, scissor lifts, etc. 4. Employees that use personal fall arrest systems shall be trained to recognize fall hazards, to inspect the equipment on a regular basis and to use the equipment properly. Particular emphasis will be r5. placed on anchor points, lanyard selection and proper body harness use. Fall protection shall be planned for and included in all operations as required by 29 CFR 1926, Subpart M. These requirements shall be complied with at a minimum. 6. Fall protection requirements are also specified in Subpart L (scaffolds), Subpart N (cranes and derricks), Subpart R (steel erection), Subpart X (stairways and ladders) and in 1926.105 (tanks, communication towers and broadcast towers). These requirements shall be complied with at a minimum. LADDERS 1. Straight ladders are only to be used to access another elevation. They are not intended to be work platforms. Always use 3 points of contact to climb the ladder. Face the ladder at all times when ascending or descending. 2. Straight ladders must extend at least three feet above the level you are climbing to. They must be secured at the top to prevent movement. Ladders placed on a slope of an excavation that is 33 per cent or less (1.5 to 1) are not required to be secured. 3. Use the 4 to 1 rule when placing straight ladders for use. If the elevation you are climbing to is 4 feet off the ground the base of the ladder should be 1 foot away from the wall. If the elevation you are climbing to is 16 feet off the ground the base should be 4 feet from the wall. 4. Ensure that all ladders are not damaged before use. Ensure that the spreaders on all step ladders are fully extended before and during use. 5. Do not use the next -to -last step on a step ladder. Do not stand on the top step to complete work — get a taller ladder. ' 6. Aluminum ladders shall not be used when there is a potential electrical hazard. January 5, 2009 27 HEAVY EQUIPMENT AND COMPANY VEHICLES 1. All motor vehicles and motorized equipment shall comply with the requirements specified in 29 CFR 1926, Subpart O at a minimum. 2. All equipment operators must have adequate training and/or experience to operate the equipment in a safe manner. All training activities shall take place in a location that does not present a hazard to employees working in normal production operations. 3. Foremen are responsible for training newly -hired equipment operators and documenting the training using an established form. 4. Daily equipment inspections must be completed by the operator using forms provided in the equipment. Equipment must be taken out of service for items as noted on the form. Employees are prohibited from riding on running boards, in buckets, on forks, bumpers, etc. Each employee transported on a piece of equipment or in a vehicle must have a seat designed for the purpose. 6. Seat belts shall be worn on all equipment and vehicles that have roll-over protective devices (ROPS). 7. Employees shall use 3 points of contact at all times when mounting and dismounting equipment. 8. Back-up alarms that can be heard above background noise are required on all equipment where the operator's vision is impaired when backing. All Company equipment of one ton or greater that does not have blades, buckets, rippers or other implements must have wheel chocks set in place to prevent movement whenever the operator leaves the equipment. Equipment with blades, buckets, rippers or other implements must be parked with the implements lowered. Parking a piece of equipment against a berm or other adequate barrier to prevent movement may be used in place of chocks. Equipment operators are responsible and will be held accountable for insuring their equipment is parked according to these requirements. 10. Equipment operators that do not have current CDL's are prohibited from adjusting brakes on company vehicles and equipment. Brake adjustment must be completed by trained shop or field mechanics. ELECTRICAL SAFETY 1. Electrical equipment and operations shall comply with the requirements specified in 29 CFR 1926, Subpart K at a minimum. 2. Employees are prohibited from working on electrical equipment unless they have been specifically trained and certified to perform the work. 3. Ground fault circuit interrupters (GFCI) or an assured equipment grounding conductor program must be used to protect employees from electrical hazards. If an assured equipment grounding program is utilized, a written description of the program must be available at the jobsite. January 5, 2009 28 4. All portable electrical equipment and tools must be properly grounded or be double insulated. All damaged equipment, cords, receptacles, etc. must be tagged out and removed from service. 5.- All portable generators that are hard -wired to equipment must have a ground rod driven and connected to the grounding lug on the generator. 6. Splices are not permitted in flexible electrical cords unless the cord is hard service and is No. 12 or larger. When these cords are spliced the conductors must be joined with mechanical connections and the insulation must provide the same protection as the original (electrical tape does not meet these requirements!). 7.. Flexible cords shall not be passed through holes, walls or doors unless they are protected with bushings to provide adequate protection for the insulation. 8. Electrical equipment used in locations where flammable vapors or gases may be present must be designed and marked for use in hazardous locations. ' 9. All electrical work performed by qualified employees must be completed on de -energized equipment unless there is a specific need to have the circuit energized. Electrical meters must be utilized to verify voltages, amperages and to ensure equipment is de -energized. Follow energy control (lockout/tagout) requirements. FIRE PREVENTION 1. Call emergency medical services (911) for any fires. Fire extinguishers are available throughout facilities and on most vehicles and equipment. ' 2. All large construction equipment must have a fire extinguisher available. Operators are required to inspect these extinguishers on a monthly basis and to mark the tag to indicate the inspection has been completed. 3. Employees are not required to use portable extinguishers. Only choose to use an extinguisher if you have received training on proper use. Ensure you have an exit route before fighting a fire. 4. Smoking is prohibited within 25 feet of any container of flammable or combustible liquid and/or gas including gasoline, diesel fuel, propane and acetylene. 5. The use of flammable liquids for cleaning and degreasing is prohibited. 6. Flammable and combustible liquids shall be stored in metal containers with self -closing lids and properly labeled to meet hazard communication requirements. 7. No more than 25 gallons of flammable or combustible liquids shall be stored in one area outside of an approved flammable liquid storage cabinet. 8. All fuel burning portable tools shall be shut off during fueling operations. January 5, 2009 1 29 9. Transfer of flammable liquids from one container to another must be completed only when the containers are electrically interconnected (bonded) or when they are touching during the transfer. Place containers on the ground to ensure they are properly grounded. 10. Suitable portable fire extinguishers must be available when working with flammable and combustible liquids or in areas where they are stored. 11. Spray painting with flammable and combustible materials is prohibited in shops, buildings or other enclosed spaces. Aerosol spray cans may be utilized for minor touch up.work as long as this activity is performed outside in well ventilated areas where no ignition sources are present. Projects that need to be done with pressurized airline equipment must be sent to outside vendors who have the necessary facilities and permits to conduct this type of work. 12. Welding, cutting and grinding on barrels or drums to make waste containers is prohibited. 13. Welding, cutting and grinding on enclosed containers is prohibited unless specific procedures are followed to prevent ignition of flammable vapors from residual flammable and/or combustible liquids. See procedures outlined in the Welding and Cutting Operations section. 14.Open fires are prohibited for burning trash and debris. SMOKING TOBACCO PRODUCTS Employees are prohibited from smoking any tobacco product in any indoor work area or within fifteen feet of any window, door or other entrance to indoor work areas. This includes, but is not limited to, main office buildings, maintenance shops, weld shops, storage trailers, job trailers, control buildings (asphalt plants and crushing plants) and testing laboratory buildings. Smoking tobacco products is permitted in enclosed cabs of company equipment and vehicles when the smoker is the only person present. The employee will be held responsible for repairing any damages and/or for necessary cleaning of vehicles or equipment associated with smoking. Smoking is prohibited in the enclosed cabs of company equipment and vehicles when any other individual is in the cab of the equipment or vehicle. All smoking materials must be extinguished before any other individual enters the enclosed cab of the equipment or vehicle. These requirements apply whether or not others give consent. Smoking tobacco products is prohibited in trenches, excavations, vaults, etc. that are five feet deep or deeper. This policy does not change any other Connell policy that prohibits smoking associated with the storage and use of flammable and combustible liquids and gases. Violations of this policy will result in disciplinary action up to and including dismissal from employment with the company. Foremen are required to enforce this policy in the field. WELDING AND CUTTING OPERATIONS 1. Welding and cutting operations must comply with requirements specified in 29 CFR 1926, Subpart J at a minimum. January 5, 2009 30