HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - PURCHASE ORDER - 9123194CONTRACT DOCUMENTS FOR THE
Utilities Improvements for
the BRT ~ Phase 4
Lake Street Improvements
[CONNELL
City of
ort Collins
Utility
Services
June 2012
City of
F„`rt Collins
Utility
Services
�I
Stantec
Connell Resources, Inc. Fort Collins Utilities Stantec Consulting Services, Inc.
7785 Highland Meadows Parkway 700 Wood Street 2950 East Harmony Road
Fort Collins CO 80528 Fort Collins CO 80521 Fort Collins CO 80525
SECTION 00610
PERFORMANCE BOND
Bond No. 105759954
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Connell Resources, Inc
(Address) 7785 Highland Meadows Pkwv, St 100, Fort Collins, CO 80528
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Travelers Casualty and Surety Company of America
(Address) One Tower Square, Hartford, CT 06183
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300 Laporte
Ave. Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in
the penal sum of One Hundred Twenty -Six Thousand, Five Hundred. Eighty -Four dollars and zero
cents ($126.584.00), in lawful money of the United States, for the payment of which sum well and truly
to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Agreement with the OWNER, dated June 1, 2012, a copy of which is hereto attached and made a part
hereof for the performance of The City of Fort Collins project, Utilities BRT Phase 4 — Lake Street
Improvements.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the original term
thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the
Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and
demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER
from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and
repay the OWNER all outlay and expense which the OWNER may incur in making good any default
then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State
of Colorado and be acceptable to the OWNER.
Utilities BRT Phase 4 Performance Bond
June 2012
00610-1
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this 1st day of June 2012.
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
Witness
(Surety Seal)
v
pal
Co ources, Inc.
By: r / e
Title
7785 Highland Meadows Parkway, Suite 100
Address Fort Collins, UO 80528
Other Partners
By:
By:
Surety
Trrler�s rCasualty and Surety Company of America
By:
6ji�,1 T/
Attorney -in -Fact —
By: Darlene Krings
Address
One Tower Square
Hartford, CT 06183
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
Utilities BRT Phase 4 Performance Bond
June 2012
00610-2
SECTION 00615
PAYMENT BOND
Bond No. 105759954
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Connell Resources, Inc
(Address) 7785 Highland Meadows Pkwy, St 100, Fort Collins, CO 80528
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) Travelers Casualty and Surety Company of America
(Address) One Tower Square, Hartford, CT 06183
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300
Laporte Ave.. Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the
OWNER", in the penal sum of One Hundred Twenty -Six Thousand, Five Hundred, Eighty -Four dollars
and zero cents ($126,584.00), in lawful money of the United States, for the payment of which sum well
and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Agreement with the OWNER, dated June 1. 2012, a copy of which is hereto attached and made a part
hereof for the performance of The City of Fort Collins project, Utilities BRT Phase 4 — Lake Street
Improvements.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and
corporations furnishing materials for or performing labor in the prosecution of the Work provided for in
such Agreement and any authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in
connection with the construction of such Work, and all insurance premiums on said Work, and for all
labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State
of Colorado and be acceptable to the OWNER.
Utilities BRT Phase 4 Performance Bond
June 2012
00615-1
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this 1st day of June , 2012.
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
Witness
(Surety Seal)
in ipal
Co ell sources, Inc.
By: V
' /'( L
Title
7.7_85 Highland Meadows Parkway, Suite 100
Address Fort Collins, CO 80528
Other Partners
By:
By:
Surety
Travelers Casualty and Surety Company of America
By:Le
Attomey-in-Fact
By: Darlene Krings
Address
One Tower Square
Hartford, CT 06183
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
Utilities BRT Phase 4
June 2012
00615-2
Performance Bond
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
�. POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
r�4 �� r 1111066
Attorney -In Fact No. 223049 Certificate No. h: : 4 '3 `, `t j
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company and St. Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company. Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc.. is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint
Darlene Krings, William C. Bensler, Kelly T. Urwiller, Diane F. Clementson, Anthony P. Stimac, Royal R. Lovell, Jennifer Winter, Russell D. Lear,
Katherine E. Dill, Brandi J. Tetley, and K'Anne E. Vogel
of the City of Greeley , Stetc of Colorado , their true and lawful Attomey(s)-in-Fact.
each in their separate capacity if more than one is named above.. it, .igu, execute. seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN NN'ITNESS WHEREOF. the Comp, ttje have caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of December UU l
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
16th
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
pxSuq racy r.N, iMs x ,xsu P rr •y. V'^wMx Y'Hb�
O p,� f ♦t'P11a°gylf•f CQi I¢qq P, � 6
s 6 n 't4 1977 a pa to S.*%., °6"0.0.-
.......... �P
State of Connecticut
City of Hartford ss.
By: Z'��A 4�
Georg Thompson, nior lice Resident
16th December 2011
On this the day of .before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters.
Inc.. St. Paul Fire and Marine Insurance Company, St. Patti Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company. and that he, as such. being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
-TIT
In Witness Whereof, I hereunto set my hand and official seal, i�"�
My Commission expires the 30th day of June. 2016. *+' CM brl *
EDo
:Marie C. Tetreaull, Nulary Puhlic
58440-6-11 Printed in U.S.A.
OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds. recoenizances. contracts of indemnity. and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman. any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any pan of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President. any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President. any Executive Vice President, any Senior Vice President, any Vice President.
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
1. Kevin E. Hughes, the undersigned. Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters. Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed the seals of said Companies this 1St day of _ June , 20 12
Grp
Kevin E. Huehcs. ,Ai,tant Sea Lary
GI.BU.1� f yNpE 4 M1 CSF
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Auorney-In-Fact number, the
above -named individuals and the details of the bond to which the power is attached.
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
Utilities BRT Phase 4
June 2012
Certificate of Insurance
00630-1
Client$• 14427
CONREI
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
D) 5129/201Y
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Flood & Peterson Ins., Inc.
P. O. Box 578
Greeley, CO 80632
970356-0123
NAME, CONTACTNikki Mosbrucker
PHONE 970-266-7123 970-506{823
No Eat: AIC. No:
FIAT,
'IAA L nikki.mosbrucker f Insurance.com
ADDRESS: P
CUSTOMER ID p: FTC full cart
INSURER(S) AFFORDING COVERAGE
NAIC#
INSURED
INSURER A. Travelers Insurance Company
Connell Resources, Inc.
7785 Highland Meadows Parkway
Fort Collins, CO 80528
INSURER BPinnacol Assurance
INSURER L
INSURER 0:
INSURER E:
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR LiEL
TYPE OF INSURANCE
L
POLICY NUMBER
MMI00 EmYT
MMIOU EIYYYY
LIMITS
A
GENERALLIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE I -XI OCCUR
DTC04794N532-
IND11
6/01/2011
0610112012
EACH OCCURRENCE
$1000000
PREMISES(Ea000tmence
s300000
MED EXP (Any one person)
$10 000
PERSONAL B ADV INJURY
$1,000,000
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE LIMITAPPLIES PER:
POLICY X PRa LOG
PRODUCTS - COMPIOP AGO
s2,000,000
$
A
AUTOMOBILE
LIABILITY
ANV AUTO
ALL OWNED AUTOSBODILY
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS Drive Other Car
DT8104794N532-
TIL11
6/01/2011
06/01/2012
COMBINED SINGLE LIMIT
(Ea Sock q
$
1 00gDog
BODILY INJURY (Per person)
$
1XXX
INJURY (Per accitlenl)
8
PROPERTY DAMAGE
(Per accitlenl)
$
$
A
UMBRELLA LIAR
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
DTSMCUP4794•
N532TIL11
6/01/2011
06/011201
EACH OCCURRENCE
$10000000
AGGREGATE
s10 000 000
DEDUCTIBLE
RETENTION $
$
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITYrIS
ANY PROPRIETOWPARTNEWEXECUTIVEY/N
OFFICERIMEMBER EXCLUDED'!
(Mandatory in NH)
It yea, describe under
DESCRIPTION OF OPERATIONS below
NIA
4029651
6/01/2011
06/0112012
X I WC STATU- OTH-
EL EACH ACCIDENT
$500,000
E. L. DISEASE -EA EMPLOYEE
5500,000
E.L. DISEASE -POLICY LIMIT
s500,000
DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
RE: CRI#2121033; BRT Phase 4 -- Lake Street
The City, its officers, agents and employees; and CDOT are named as additional insured, but only as
(See Attached Descriptions)
City of Fort Collins -
Purchasing Department
PO Box 580
Fort Collins, CO 80522
ACORD 25 (2009/09) 1 of 2
#S698038/M615935
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
01988.2009 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
KXH
DESCRIPTIONS (Continued#rom'Page 1)
respects liability arising out of work performed by the named insured (Excluding Workers' Compensation). A
waiver of subrogation applies.
AMS 25.3 (2009109) 2 of 2
#5698038/M615935
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: City of Fort Collins
(OWNER)
Date of Substantial Completion:
Project or Specified Part Shall Include:
PROJECT TITLE: Utilities BRT Phase 4 — Lake
Street Improvements
LOCATION: Fort Collins. Colorado
OWNER: City of Fort Collins
CONTRACTOR: Connell Resources, Inc.
CONTRACT DATE:
Work performed under this contract has been inspected by authorized representatives of the OWNER,
CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated
above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
By:
ENGINEER
Authorized Representative Date
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete
and correct the items on the tentative list within the time indicated.
CONTRACTOR
By:
Authorized Representative Date
The OWNER accepts the project or specified area of the project as substantially complete and will
assume full possession of the project or specified area of the project at 12:01 a.m., on The
responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set
forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER Authorized Representative Date
REMARKS:
Utilities BRT Phase 4
June 2012
Certificate of Substantial Completion
00635-1
SECTION 00500
AGREEMENTFORMS
00525
Work Order, Notice of Award, and Bid Schedule
00530
Notice to Proceed
00600
Bonds and Certificates
00610
Performance Bond
00615
Payment Bond
00630
Certificate of Insurance
00635
Certificate of Substantial Completion
00640
Certificate of Final Acceptance
00650
Lien Waiver Release (CONTRACTOR)
00651
Lien Waiver Release (SUBCONTRACTOR)
00660
Consent of Surety
00670
Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00800
Supplementary Conditions
00900
Addenda, Modifications and Payment
00950
Work Order Change Order
00960
Application for Payment
Utilities BRT Phase 4
June 2012 00500-1 Agreement Forms
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
Gentlemen:
.2012
You are hereby notified that on the day of , 2012, the City of Fort
Collins, Colorado, has accepted the Work completed by Connell Resouces. Inc. for the City of Fort
Collins project, Utilities BRT Phase 4 — Lake Street Improvements.
A check has been issued in the amount of $ as Final Payment for all Work done,
subject to the terms of the Contract Documents which are dated
In conformance with the Contract Documents for this project, your obligations and guarantees will
continue for the specified time from the following date:
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
0
Title:
Utilities BRT Phase 4
June 2012
Certificate of Final Acceptance
00640-1
SECTION 00650
LIEN WAIVER RELEASE
(Contractor)
TO: City of Fort Collins, Colorado
(OWNER)
FROM: Connell Resources. Inc.
(CONTRACTOR)
PROJECT: Utilities BRT Phase 4 — Lake Street Improvements
The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt and
adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights,
claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A.
270 a and b), stop notices, equitable liens and labor and material bond rights which the
CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor,
skill or materials furnished, delivered or performed for the construction, design, improvement,
alteration, addition or repair of the above described project, against the OWNER or its officers,
agents, employees or assigns, against any fund of or in the possession or control of the
OWNER, against the project or against all land and the buildings on and appurtenances to the
land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed
to or for the construction, design, improvement, alteration, addition or repair of the project were
furnished, delivered or performed by the CONTRACTOR or its agents, employees, and
servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or
their agents, employees and servants and further affirms the same have been paid in full and
have released in full any and all existing or possible future mechanic's liens or rights or claims
against the project or any funds in the OWNER'S possession or control concerning the project
or against the OWNER or its officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and
the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S
Subcontractors, materialmen, employees, servants, agents or assigns against the project or
against the OWNER or its officers, employees, agents or assigns arising out of the project for all
loss, damage and costs, including reasonable attorneys fees, incurred as a result of such
claims.
5. The parties acknowledge that the description of the project set forth above constitutes and
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may
be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds
for the project.
Utilities BRT Phase 4
June 2021
Lien Waiver Release (Contractor)
00650-1
Signed this day of
CONTRACTOR
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
By
Witness my hand and official seal
My Commission Expires:
Notary Public
Utilities BRT Phase 4
June 2021
20
day of .20
Lien Waiver Release (Contractor)
00650-2
SECTION 00651
LIEN WAIVER RELEASE
(Subcontractor)
TO: Connell Resources. Inc. (CONTRACTOR)
FROM: (Subcontractor)
PROJECT: Utilities BRT Phase 4 - Lake Street Improvements
1. The Subcontractor acknowledges having received payment, except retainage, from the
CONTRACTOR for all work, labor, skill and material furnished, delivered and performed by the
Subcontractor for the CONTRACTOR or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt and
adequacy of which are hereby acknowledged, the Subcontractor voluntarily waives all rights, claims
and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b),
stop notices, equitable liens and laborand material bond rights which the Subcontractor may now or
may afterward have, claim or assertfor all and any work, labor, skill or materials furnished, delivered
or performed for the construction, design, improvement, alteration, addition or repair of the above
described project, against the CONTRACTOR or its officers, agents, employees or assigns, against
the project or against all land and the buildings on and appurtenances to the land improved by the
project.
3. The Subcontractor affirms that all work, labor and materials, furnished, delivered or performed to or
for the construction, design, improvement, alteration, addition or repairof the project were furnished,
delivered or performed by the Subcontractor or its' agents, employees, and servants, or by and
through the Subcontractor by various sub -subcontractors ormaterialmen ortheiragents, employees
and servants and further affirms the same have been paid in full and have released in full any and
all existing or possible future mechanic's liens or rights or claims against the project or against the
CONTRACTOR or its officers, agents, employees or assigns arising out of the project.
4. The Subcontractor agrees to defend and hold harmless the CONTRACTOR, the lender, if any, and
the Surety on the project against and from any claim hereinafter made by the Subcontractor's sub -
subcontractors, materialmen, employees, servants agents or assigns against the project oragainst
the CONTRACTOR or OWNER, lender or Surety or their officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys fees,
incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes and adequate
description of the property and improvements to which this Lien Waiver Release pertains. It is
further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by
the CONTRACTOR, OWNER, the lender, if any, and Surety on any laborand material bonds for the
project.
Utilities BRT Phase 4
June 2012
Lien Waiver
00651-1
Signed this day of
SUBCONTRACTOR:
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
20
Subscribed and sworn to before me this day of .20
Z
Witness my hand and official seal.
My Commission Expires:
Notary Public
Utilities BRT Phase 4
June 2012
Lien Waiver
00651-2
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins. Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR: Connell Resources, Inc.
PROJECT: Utilities BRT Phase 4 — Lake Street Improvements
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as
indicated above, for
bond of (Surety) _
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the
CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set
forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
,20
(Surety Company)
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
Utilities BRT Phase 4
June 2012
day of
Consent of Surety
00660-1
UK ul fZ (1J 98)
CCLORADO DEPARTMENT OF REVENUE
DENVER C080281 CONTRACTOR APPLICATION s
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
nn NOT WRITE iN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building
materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment,
supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure,
highway, road, street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime
contractor to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Period
89 -
0170-750 (999) $0.00
CONTRACTOR INFORMATION
Trade name/DBA:
Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employer's Identification Number:
Bid amount for your contract:
Fax Number:
Business telephone number:
Colorado withholding tax account number:
EXEMPTION' INFORMATION'`:; Copies of contract pr,agreement pages;O Identifying the contracting parties
and 2 'containin to natures of.contractin arties.must be attached.
Name of exempt organization (as shown on contract): Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County ties) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date:
completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are true and
complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date:
Utilities BRT Phase 4
June 2012
DO NOT WRITE 6ELOW THIS LINE
Contractor Application for Tax Exemption Certificate
00670
Special Notice
Contractors who have completed this application in the past, please note the following changes in procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contrac-
tors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the
project and complete it by filling in the subcontractor's name and address and signing it.
The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the
prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a
minimum of three years and be available for inspection in the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any applications
submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-
12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed-
ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in
sequence as this may delay processing of your application.
Utilities BRT Phase 4
June 2012
Contractor Application for Tax Exemption Certificate
00670
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the Construction
Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications (rev.
9/99)) and other provisions of the Contract Documents executed under the P951 Water, Wastewater,
and Stormwater Utility Infrastructure Improvements Master Contract dated December 6, 2004.
Unless included in this work order, all work performed under this work order shall be conducted in
accordance with the technical specifications of the Work Order No.
SC-1 DEFINITIONS
SC-1.38. Add the following language to the conclusion of paragraph 1.38 of the General Conditions:
1.38. Substantial Completion. ... Substantial Completion is further defined as that degree of
completion of the operating facilities or systems of the Project defined in the Work Order
sufficient to provide the OWNER the full time, uninterrupted, continuous, beneficial operation of
the modifications, and all inspections required have been completed and identified deficiencies
corrected.
SC-1.43.A Add the following new paragraph immediately after paragraph 1.43 of the General
Conditions:
1.43.A. Work Order — A written document executed by OWNER and CONTRACTOR that
provides for the construction of a portion of the Work, pursuant to the Agreement and all as
required by the Contract Documents, and that becomes a Contract Document when executed.
SC-2 PRELIMINARY MATTERS
SC-2.8. Delete paragraph 2.8 of the General Conditions entirely and replace it with the following
paragraph:
2.8 Preconstruction Conference. Within ten days after the Contract Times for a Work
Order start to run, but before any Work at the site is started, a conference attended by
CONTRACTOR, ENGINEER and others as appropriate will be held to establish a working
relationship among the parties as to the Work and to discuss the schedules referred to in
paragraph 2.6, procedures for handling Shop Drawing and other submittals, processing
Applications for Payment, and maintaining required records.
SC-2.10. Add the following new paragraph immediately after paragraph 2.9 of the General Conditions:
2.10 Work Order Required for All Work. References to the Agreement in this Article 2 and
in the General and Supplementary Conditions and Contract Documents notwithstanding, no
Work shall be initiated or performed until CONTRACTOR has received a signed and executed
Work Order,, incorporating the Notice to Proceed, from OWNER; and no provision of the Article 2
or of the General and Supplementary Conditions and Contract Documents shall permit or require
any action of CONTRACTOR in the absence of a signed and executed Work Order. All
provisions of this Article 2 and of the General and Supplementary Conditions and Contract
Utilities BRT Phase 4
June 2012
Supplementary Conditions
00800-1
Documents referencing the Agreement or other parts of the Contract Documents, or permitting
or requiring any action of CONTRACTOR, shall be read as referencing and, as appropriate,
requiring a signed and executed Work Order.
SC-4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
SC-4.2.1.2. Add the following new paragraph immediately following paragraph 4.2.1.2 of the General
Conditions:
4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface
structures (except Underground Facilities referred to in Paragraph 4.3) which are at or
contiguous to the site have been utilized by the Engineer in preparation of the Contract
Documents, except the following:
A. Excel Spreadsheet, AutoCAD, and text file Pothole information by BRT Mason
Corridor City Surveyors dated 6-6-11.
B. Pothole information obtained by Connell Resources in the Fall of 2011 and Spring of
2012 along the BRT corridor for utility information.
C. Design for Construction Drawings prepared by Stantec for use during construction.
Contractor may rely upon the accuracy of the technical data contained in the documents, but not
upon non -technical data, interpretations or opinions contained therein or upon the completeness
of any information in the report.
SC-5 BONDS AND INSURANCE
SC-5.4.7. Include the following parties or entities as additional Insureds, as provided in paragraph
5.4.7 of the General Conditions:
5.4.7.1.The City of Fort Collins, Colorado, 4316 LaPorte Avenue, Fort Collins, Colorado 80522
5.4.7.2.Stantec Consulting Services, 2950 E Harmony Rd, Ste 290, Fort Collins, CO 80528
5.4.7.2.Connell Resources, Inc. 7785 Highland Meadows Pkwy, Ste 100, Ft Collins, CO 80528
SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the General
Conditions:
5.4.8.1.1. Limits of Liability. The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000 / $100,000 / $500,000.
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single
limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage
unless waived by the Owner.
5.4.6: The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000
combined single limits (CSL).
5.4.9. This policy will include completed operations coverage / product liability coverage with limits of
Utilities BRT Phase 4
June 2012
Supplementary Conditions
SECTION 00525
WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE
TO: Connell Resources, Inc.
W. O. No. SCP-BRT-PH4-061112
PURCHASE ORDER: gig 3 / R q
TITLE: Utilities Improvements along the BRT — Phase 4 Lake Street Improvements
ENGINEERS: Stantec Consulting Services, Inc.
OWNER'S REPRESENTATIVE: Sue Paquette
NOTICE OF AWARD DATE: June 1, 2012
OWNER: CITY OF FORT COLLINS (hereinafter referred to as OWNER)
1. WORK. You are hereby notified that your bid dated May 21, 2012, for the above Work Order has
been considered. Pursuant to your AGREEMENT with OWNER dated February 16, 2010 you have
been awarded a Work Order for this Work Order Description:
A. See Section 01100 — Summary of Work.
2. CONTRACT PRICE, BONDS, AND CERTIFICATES. The price of your Work Order is
$126,584.00. Pursuant to the AGREEMENT and the Contract Documents, Performance and Payment
Bonds and insurance are required.
3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for
Substantial Completion of this Work Order is August 1. 2012, and after Substantial Completion, the
number of days for Final Payment and Acceptance is 60 Calendar days.
4. LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of
this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times
specified in paragraph 3 above, plus any extensions thereof allowed in accordance with Article 12 of
the General Conditions. They also recognize the delays, expenses and difficulties involved in proving
in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth
hereafter.
1) Substantial Completion: Five Hundred Dollars ($500.00) for each calendar day or
fraction thereof that expires after August 1, 2012 until the work is Substantially
Complete.
Utilities BRT Phase 4
June 2012
Work Order, Notice of Award and
Bid Schedule
00525-1
$1,000,000 combined single limits (CSL). This policy shall also include an Umbrella Excess Liability
as follows: General liability and automobile liability insurance in an amount not less than $1,000,000
per occurrence in excess of the above stated primary limits.
SC-6 CONTRACTOR'S RESPONSIBILITIES
SC-6.14.3. Add the following new paragraph immediately following paragraph 6.14.2 of the General
Conditions:
6.14.3.1. The following Laws or Regulations are included in the Contract Documents as
mandated by statute or for the convenience of the CONTRACTOR. Other Laws and
Regulations apply which are not included herein, and are within the CONTRACTOR'S
duty and responsibility for compliance thereto:
6.14.3.2. Notice to owners of Underground Facilities is required prior to excavations in the
vicinity of such facilities.
6.14.3.2. Unless otherwise decided by reason of the amount of the Contract Price involved,
or other good reason, before or at the time that the contract is awarded to a corporation
outside the State of Colorado, such corporation must carry out the proper procedure to
become authorized to do business in the State of Colorado, designate a place of
business therein, and appoint an agent for service of process. Such corporation must
furnish the OWNER with a certificate from the Secretary of State of Colorado, has been
issued by its office and there shall also be procured from the Colorado Secretary of State
a photostatic or certified copy of the designated place of business and appointment of
agent for service of process, or a letter from the Colorado Secretary of State that such
designation of place of business and agent for service of process have been made.
6.14.3.3 The CONTRACTOR must conform to the rules and regulations of the Industrial
Commission of Colorado. Particular reference is made to rules and regulations
governing excavation Work adopted by the Industrial Commission of Colorado.
SC-11 CHANGE OF CONTRACT PRICE
SC-11.6.2.7. Add the following new paragraph to paragraph 11.6.2 of the General Conditions.
11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up prescribed by
Article 4 of the Agreement shall be used in lieu of any CONTRACTOR'S fee, overhead,
profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2 and 11.6.2.3.
SC-12 CHANGE OF CONTRACT TIMES
SC-12.3. Add the following language to the end of paragraph 12.3 of the General Conditions.
12.3 ... Lost days due to abnormal weather conditions will be allocated as required.
SC-14 PAYMENTS TO CONTRACTOR AND COMPLETION
SC- 14.1. Add the following language to the end of paragraph 14.1 of the General Conditions.
14.1. Schedule of values ... Progress payments on the negotiated not -to -exceed fee shall be
based on a time and materials basis.
Utilities BRT Phase 4
Supplementary Conditions
June 2012
00800-3
END OF SECTION
Utilities BRT Phase 4
June 2012
Supplementary Conditions
SECTION 00900
ADDENDA, MODIFICATIONS, AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
Utilities BRT Phase 4 Addenda, Modifications, & Payment
June 2012
00900-1
PROJECT TITLE
CONTRACTOR:
PROJECT NUMBER:
DESCRIPTION:
SECTION 00950
CHANGE ORDER NO.
Utilities BRT Phase 4 — Lake Street Improvements
Connell Resources, Inc.
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST
TOTAL APPROVED CHANGE ORDERS
TOTAL PENDING CHANGE ORDERS
TOTAL THIS CHANGE ORDER
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGINAL CONTRACT
ADJUSTED CONTRACT COST
(Assuming all change orders approved)
ACCEPTED BY:
ACCEPTED BY:
Contractor's Representative
Special Projects Manager
REVIEWED BY:
Senior Engineer
DATE:
S_
DATE:
APPROVED BY: DA
Water Field Services & Ops Manager
APPROVED BY: DATE:
Purchasing Agent over $60,000
cc: Project File
Contractor
Purchasing
Utilities BRT Phase 4
June 2012
Contract Change Order
00950-1
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01110 SUMMARY OF WORK
SECTION 01270 MEASUREMENT AND PAYMENT
(See BRT Phase 2 work order for other specifications)
Utilities BRT Phase 4 Division 1 Table of Contents
June 2012 Division 1 TOC - 1
SECTION 01110
SUMMARY OF WORK
PART1 GENERAL
1.01 SECTION INCLUDES
A. Site location and description.
B. Project description.
C. Scope of work and work sequence.
D. Underground utilities.
1.02 SITE LOCATION AND DESCRIPTION
A. Phase 4 — Lake Street Improvements
1. The site of the work is located approximately near the intersection of Lake Street
and the Burlington Northern and Santa Fe railroad, south of College Avenue in Fort
Collins, Colorado as shown on the Drawings.
1.03 PROJECT DESCRIPTION
A. General Conditions - Provide:
1. Mobilization & Field Overhead
2. Traffic Control (By CoFC)
B. Stormwater Management - Provide:
3. Erosion & Settlement Control Allowance
4. SWMP Inspections
C. Landscaping — Provide and Install:
D. Miscellaneous Work Items & Allowances — Provide and Install:
1.04 WORK SEQUENCE
A. The Work Sequence is to be submitted as part of the construction schedule required in
Section 01320 (Construction Schedules) and Section 01330 (Submittals). Construction
of the project shall begin within seven (7) calendar days of the date of Notice to
Proceed.
1.05 UNDERGROUND UTILITIES
A. It shall be the responsibility of the CONTRACTOR to verify the existence and location of
all underground utilities along the route of the work and to coordinate the construction
schedules with these utility owners. See Section 01180 for a list of Utility Sources.
Utilities BRT Phase 4 Summary of Work
June 2012 01110-1
B. Known utilities and structures adjacent to or encountered in the work are shown on the
Drawings. The locations shown are taken from existing records and the best
information available from existing utility plans, however, there may be some
discrepancies and omissions in the locations and quantities of utilities and structures
shown. Those shown are for the convenience of the CONTRACTOR only, and no
responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or
completeness.
C. The CONTRACTOR shall field verify all utilities and coordinate construction with utility
owners prior to starting construction. The CONTRACTOR shall be responsible for
protecting utilities during construction and scheduling utility adjustments to eliminate
conflict with progress of the work. Any damage to existing utilities shall be repaired at
no additional cost to the OWNER.
D. The CONTRACTOR shall notify the ENGINEER immediately of any field condition not
consistent with the contract documents.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
Utilities BRT Phase 4 Summary of Work
June 2012 01110-2
SECTION 01270
MEASUREMENT AND PAYMENT
PART1 GENERAL
1.01 SECTION INCLUDES
A. The work performed under this Agreement shall be paid for on a Time and Materials
basis. The quantities provided on the Bid Schedule are only estimates of the actual
quantities of the work to be performed, and are only included for purposes of making the
award and establishing a basis for estimating the probable cost of the Work. The actual
amounts of work performed and materials furnished may differ from the estimated
quantities. The basis of payment for work and materials bid as time and materials will
be the actual amount of approved work done and materials furnished. The
CONTRACTOR agrees that he will make no claim for damages, anticipated profits, or
otherwise on account of any difference between the amounts of work actually performed
and materials actually furnished and the estimated amount for bid items.
Payment shall be made only for those items included in the Bid Schedule. All costs
incurred shall comply with the provisions of these Specifications and shall be included in
the price bid for the associated items in the Bid Schedule. Except as may be otherwise
stipulated, the OWNER will furnish no material, labor or equipment. The quantity of
work, which will be considered for payment, is the actual cost of the work plus
CONTRACTOR'S markups in accordance with all relative Specifications and
Agreements.
END OF SECTION
Utilities BRT Phase 4 Measurement and Payment
June 2012 01270 -1
DIVISION 2 — SITE WORK
(see BRT Phase 2 Work Order for these Specs)
SECTION 02100
SITE PREPARATION
SECTION 02200
EARTHWORK
SECTION 02220
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
SECTION 02225
TRENCHING, BEDDING AND BACKFILL
SECTION 02230
CLEARING AND GRUBBING
SECTION'02231
TREE PROTECTION
SECTION 02235
TOPSOIL
SECTION 02240
WATER CONTROL AND DEWATERING
SECTION 02315
EXCAVATION AND EMBANKMENT
SECTION 02321
CONTROLLED LOW STRENGTH MATERIAL BACKFILL (FLO-FILL)
SECTION 02375
RIPRAP, BEDDING AND FEATURE BOULDERS
SECTION 02510
ASPHALT PAVING
SECTION 02600
PIPED UTILITY MATERIALS
SECTION 02605
MANHOLES AND VAULTS
SECTION 02610
REINFORCED CONCRETE PIPE
SECTION 02612
STEEL PIPE AND FITTINGS
SECTION 02615
DUCTILE IRON PIPE AND FITTINGS
SECTION 02621
PLASTIC PRESSURE PIPE
SECTION 02622
PLASTIC NON -PRESSURE PIPE
SECTION 02640
VALVES AND COCKS
SECTION 02642
HARNESS RODS AND THRUST BLOCKS
SECTION 02643
FLEXIBLE COUPLINGS AND FLANGE ADAPTERS
SECTION 02644
TAPPING SLEEVES
Utilities BRT Phase 4 Site Work TOC
June 2012 Division 2 Site Work - 1
SECTION 02645 HYDRANTS
SECTION 02646
WATER SERVICE LINES AND APPURTENANCES
SECTION 02675
DISINFECTION OF WATER SYSTEMS
SECTION 02676
HYDROSTATIC TESTING
SECTION 02677
CONNECTIONS TO THE OWNERS WATER SYSTEM
SECTION 02710
AGGRAGATE BASE COURSE
SECTION 02722
WASTEWATER COLLECTION SYSTEM
SECTION 02770
SIDEWALK CURB AND GUTTER AND MISCELLANEOUS CONCRETE
SECTION 02850
PEDESTRIAN AND LIGHT VEHICLE BRIDGE
SECTION 02900
LANDSCAPE PLANTING
SECTION 02921
GROUND PREPARATION FOR SEEDING
SECTION 02936
SODDING
SECTION 02950
PLANTING SOIL PREPARATION FINISH GRADING
Utilities BRT Phase 4 Site Work TOC
June 2012 Division 2 Site Work - 2
2) Final Acceptance: After Substantial Completion Two Hundred Dollars ($200.00) for
each calendar day or fraction thereof that expires after the 60 calendar day period for
Final Payment and Acceptance until the Work is ready for Final Payment and
Acceptance.
5. EXECUTION. Three (3) copies of this proposed Work Order & Notice of Award, and accompanying
amendments or supplements to the Contract Documents (except any applicable Drawings)
incorporated herein, are provided. Four (4) sets of any applicable Drawings will be delivered separately
or otherwise made available to you immediately. You must comply with the following conditions
precedent within fifteen (fifteen) days of the date of this Notice of Award, that is, by June 16, 2012.
A. You must deliver to OWNER three (3) fully -executed counterparts of this Work Order,
including all amendments or supplements to the Contract Documents incorporated
herein. Each Work Order must bear your signature as provided.
B. You must deliver with the executed Work Order the Contract Security (Bonds) and
insurance, as specified in the Agreement,
Failure to comply with these conditions within the time specified will entitle OWNER to consider your
Bid abandoned and to annul this Work Order & Notice of Award. Within ten (10) days after you comply
with those conditions, OWNER will return to you one (1) fully -signed counterpart of this Work Order with
any amendments or supplements to the Contract Documents attached.
CONTRACTOR'S NOTICE OF AWARD REPRESENTATION & EXECUTION:
CONTRACTOR agrees to perform the services identified above, in accordance with the terms and
conditions contained herein and in the AGREEMENT dated February 16, 2010 and the NOTICE OF
AWARD dated June 1, 2012, between the parties. In the event of a conflict between or ambiguity in the
terms of the AGREEMENT or specific Work Orders, the AGREEMENT shall control.
CONTRAC R: onnell Resources, Inc.
By: -
Name: -j<7h 14, 4✓yr4^
OWNER'S ACCEPTANCE & EXECUTION:
Date:
.e//�Z
Title:
This Work Order and the attached Contract Documents are hereby accepted and incorporated herein
by this reference and the attached Notice to Proceed is hereby given.
ACCEPTANCE: i
Sue Pa ette, �peci ojects Manager
Reviewed By: C�
Owen Randall, Chief Engineer
Approved By:
Jon Haukaas, Water Engineering and Field Services
Operations Manager
Utilities BRT Phase 4
June 2012
Date: t
Date: - S _/Zz�/Z
Date: % z
Work Order, Notice of Award and
Bid Schedule
00525-2
DIVISION 3 - CONCRETE
(see BRT Phase 2 Work Order for these Specs)
SECTION 03151 HYDROPHILIC RUBBER WATERSTOP
SECTION 03310 STRUCTURAL CONCRETE
SECTION 03350 CONCRETE FINISHING
SECTION 03390 CONCRETE CURING
SECTION 03615 GROUT
Utilities BRT Phase 4 Division 3 Table of Contents
June 2012
DIVISION 16 - ELECTRICAL
(see BRT Phase 2 Work Order for these Specs)
SECTION 16643 CATHODIC PROTECTION
Utilities BRT Phase 4
June 2012
Division 16 Table of Contents
OWNER: CITY OF FORT COLLINS
( A-
ey: ,�� � � Date: i
James B. O'Neill II, CPPO, FNIGP
Director/of Purchasing and Risk Management
Utilities BRT Phase 4 Work Order, Notice of Award and
June 2012 Bid Schedule
00525-3
Connell Resources, Inc.
7785 Highland Meadows Pkwy, #100
Fort Collins, CO 80528 ■
Phone: (970) 2233151
Fax: (970)223-3191
Estimator: Dan Giesler QUOTATION Date: 5/18/2012
Submitted To:
City Of Fort Collins - Utilities
Bid Title
BRT - Lake St.
Address:
700 Wood St.
Bid Number:
Fort Collins, CO 80522
Project Location:
Lake St @ RR Tracks
Contact:
Sue Paquette
Project City, State:
Fort Collins, CO
Phone:
(970) 221-6700 Fax: (970) 221-6619
Engineer/Architect:
Stantec
••_ _��_� �_� r==� wnarueraaon ne rouowmg tluotation wmcn, it accepted, shall constitute a contract between us.
Line # Item Description Estimated Quantity Unit Unit Price Total Price
10 Mobilization & Management 1.00 EACH $13,000.00 $13,000.00
20 Pothole Existing Utilities 15.00 EACH $193.00 $2,895.00
30 15" PVC Sewer 45.00 LF $256.00 $11,520.00
40 Restack CSU Sewer Manhole 1.00 EACH $3,190.00 $3,190.00
50 By -Pass Pumping (Set-up, Teardown) 1.50 WK $5,730.00 $8,595.00
60 16" Steel Waterline Raising Over Proposed Storm 50.00 LF $918.00 $45,900.00
70 Temp Water Service 7.00 EACH $772.00 $5,404.00
80 2" Air Vac 1.00 EACH $6,160.00 $6,160.00
90 16' Butterfly Valve In Valve Manhole 1.00 EACH $11,000.00 $11,000.00
too Asphalt Removal Milling Y-7 200.00 Sy $15.60 $3,120.00
110 Asphalt Paving Streets 8" Asphalt / 8" Class 5 Agg Base 200.00 SY $79.00 $15,800.00
Total Bid Price: $126,584.00
Notes:. Pricing is based upon plans entitled "Lake St. Water and Sewer Improvements" dated 5/3/12, Sheets 202 through 502, as prepared by
Stantec.
And No Geotechnical engineering report.
. The following are excluded from this proposal: Construction engineering; Drainage facility certification; Warrantee period in excess of one
year; Street cleaning for work performed by others; Permits: including but not limited to, city building, development construction,
construction dewatering (if needed to be discharged into existing sewer manhole), 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.
• Pavement Drainage less than 1.5% designed or obtainable fall will not be guaranteed.
• Material Prices for pipeline Items are guaranteed for a period of 30 days from the Date shown on the top of this quote. After 30 days the
material prices may change the unit prices quoted.
• 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. Work is anticipated June / July 2012.
Environmental site assesment / Mitigation of hazardous or contaminated materials is excluded.
BRT - Lake St. Page 1 of 2
fmdN� w
wh
1.50 i,wo i,.w
WATER'A' PROFILE
NS.u:nc
—
.wR— w,w uwr um°wo
ro�Inu® � z mom
_--
—
a®rotes, ws:"'sv rox.a'.umwMw°.xn
_
4.aw
_mar±a.mo�e�'°,os�.xn., T, msrm
,.
Ip�TY
°1q
!
IIYOI°° Nq ,�'w
FR,W xWrt QiVn,YF tllrV
y•...:LL[ .w wm rm,K tlrc wrtun
mm
STREET
a .nm°d'1'�',is xmnrcr.r,,w,m .nu
---
— ... _ ---
•ilvx"�:
"
ro"xwnm
:w rue w�umus my
maim vw.""'.r.
v:w>.x.
//
I
.�a,mt. �r"xue wua a.os as
'LAN
,
smwx roxnK mM xunw o,r nxn
�.40A pt t]E1M S,m Re .IX M ry
xm �-
WATERLINERAISINGDETAIL
N.T.S ____1_.____m..°x
°w
I
r
hA3Qa
—
Irma[
M 1¢IO.,C I
-:era
A xta'
y!e 94 •EA++
11.{1
=6 •i'
°a r
IIIIiI�
IIIIII�
W 4M
} L 6
artg � 8
r.aew
FOR.
CONSTRUCTION
SECTION 00530
WORK ORDER NOTICE TO PROCEED
Description of Work: Utilities BRT Phase 4 — Lake Street Improvements
To: Connell Resources, Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the CONTRACTOR
and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the
OWNER.
That the OWNER has approved the said Contract Documents
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within fifteen (15) calendar days from receipt of this notice as required by the
Agreement.
Dated this June 1, 2012.
The dates for Substantial Completion and Final Acceptance shall be August 1. 2012 and
October 1. 2012, respectively.
City of Fort Collins
OWNER
By: 'Ll t
Sue Pmuette
Title Special Projects Manager
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this- `T qc aO/a2
Connell Rasumes. Inc.
CONT VCTO
By:
Title: 0c
Utilities BRT Phase 4 Notice to Proceed
June 2012 00530-1
Utilities BRT Phase 4
June 2012
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00651 Lien Waiver Release (SUBCONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
Bonds and Certificates
00600-1