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