Loading...
HomeMy WebLinkAboutWORK ORDER - BID - 7273 N COLLEGE IMPROVEMENTS PROJECT - VINE TO CONIFER• 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 is 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 6 Agreement Forms September 2012 00500-1 • IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 5th day of September 2012_ (Corporate Seal) IN PRESENCE OF: IN PRESENCE Witness (Surety Seal) rincl al C nail esources,Inc. By: �— Title 7785 Highland Meadows Parkway, Suite 100, Address Fort Collins, CO 80528 Other Partners Surety Travelers Casualty and Surety Company of America By:._. Cn, Attorney -in -Fact Diane F. Clementson By: One Tower Square, Hartford, CT 06183 Address NOTE: Date of Band must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. . UOlities BRT Phase 6 September 2012 00610-2 Performance Bond 0 SECTION 00615 PAYMENT BOND Bond No. 105796759 KNOW ALL MEN BY THESE PRESENTS: that (Firm) Connell Resources. Inc. (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 finely 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 Two Hundred Severity Thousand. One Hundred Thirty dollars and zero cents ($270.130.00). in lawful money of the United States, for the payment of which sum well and trury to be made, we bind ourselves, successors and assigns, jointly and severally, finely by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain • Agreement with the OWNER, dated July 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 6 — Prospect Road 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. ',IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 5th day of September 2012. SUtilities BRT Phase 6 Performance Bond September 2012 00616-1 'I IN jE✓° rel� (CorporrateSeal): Y fY IN PRESENCE OF: n IN PRESENCE OF: • ... ) Witness -. t . ',,., ,--(Surety Seal) Title 7785 Highland Meadows Parkway, Suite 100, Address Fort Collins, CO 80528 Other Partners M Surety Travelers Casualty and Surety Company of America By: t r r A- Attomey-in-Fact Diane emen on By: One Tower Square, Hartford, CT 0613 Address . NOTE Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Utilities BRT Phase 6 September 2012 00615-2 Performance Bond 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 Surely Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 223049 Certificate No. 004644459 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 Surely 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, Branch J. Tetley, and K'Anne E. Vogel of the City of Greeley , State of Colorado , their true and lawful Attorney(s)-in-Pact, each in their separate capacity if more than one is named above, to sign, 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 pertnitted'in any actions or. proceedings allowed by law. 1" Ui' Vi p� �E:�y� 16th tWITNESS WHEREOF, the Companies have caused this instrument to be signed and their -corporate seals to be hereto affixed, this y of December 2011 � �1L" �,Ci l>� ,�C v- Farmington Casualty Company F �$� Fidelity and Guaranty Iasuranc\Company� Fidelity and Guarantv Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surely Company Travelers Casualty and Surety Company of America United Slates Fidelity and Guaranty Company G•5(yr` pO VM..IMSU� 4�P' SY9yn J��, ry4 Slp y'4)i GzOY4r*%1 6 n rtra74tllFa�1t nnrr._m Q;�onaoaar�::n 98E o =HanrFORD, . rxmta0.1Yy�sirFfn19':SEAL%: �%.+SBEL;.'t� ecwNa> �r . vYd.s:1 +� State of Connecticut City of Hartford ss. By: George Thnmp,vm, tior ice President On this the 16th day of December 2011 , 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. 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, 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. �.inq„ �Witness Whereof, 1 hereunto set my hand and official seal. y Commission expires the 30th day of June. 2016. O Ai/BL\�s `n cfru k C . t�� hlarle C. Tetreault Notary Public 58440-6-11 Printed in U.S.A. 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 Vi 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 behal 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 seat with the Company's seal bonds, recognizances, 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 Atlomeys-i n- 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 furore with respect to any bond or understanding to which it is attached. I, 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 Fid\ li y and Guaranty Company do hereby certify that the above and foregoing is a we and correct copy of the Power of Attorney executed by said Compariies�which.is imfull force and effect and has not been revoked. *®�O� A-- � in IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed these`als of said1Companies this 5th day of September , 20 V`r L Kevin E. Hughes, Assistant Sec tary 9G1fa lOIxM�}r:t,;.� pi tppr0994r� w9p r•Pomf.e7,q a 0.1 ea n n0 Aggo 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 Attomey-In-Fact number, the above -named individuals and the details of the bond to which the power is attached. is 0 • • SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Utilities BRT Phase 6 September 2012 Certificate of Insurance 00630-1 Client#: 14427 CONREI ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) 9/05/2012 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 ESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IRTANT: 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 970 356-0123 CONTACT NAME: Nikki Mosbrucker PHO, NE g70 266-7123 970 506-6823 NA/CNo), AlC o Ext : nik RESki. ADDS: CUSTOMER ID It: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Connell Resources, Inc. 7785 Highland Meadows Parkway #100 Fort Collins, CO 80528 INSURER A: Travelers Insurance Company INSURERS, Pinnacol Assurance INSURER C INSURER D: 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. LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYF EXP (MM%DD/YYY1' LIMITS A GENERALUABIUTY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 51OCCUR DTC04794N532- IND13 6/01/2012 O6I01I201 EACH OCCURRENCE $1 000000 PREMISES Ea occurrence) $300,000 MED EXP(Any one person) $10,000 PERSONAL B ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC PRODUCTS - COMPIOP AGO $2,000,000 $ IXx, OMOBILE LIABILITY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Drive Other Car DT8104794N532- TIL73 6101/2012 06/01/201 (Ea accident) COMBINED SINGLE LIMITANY $1000000 BODILY INJURY(Per person) $ BODILY INJURY(Per accident) $ PROPERTY DAMAGE (Peracciden) $ $ A LIAR EXCESS LIAB X OCCUR CLAIMS -MADE DTSMCUP4794N- 532TIL13 6/01/2012 0610112013 EACH OCCURRENCE $10 000 000 �UMBRELLA AGGREGATE $10 000 000 RETENTION $ HDEDUCTIBLE X $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORPARTNEREXECUTIVEY OFFICERIMEMBER EXCLUDED? Y (Myandator, In Ni It DESCRIPTION OF OPERATIONS We. NIA 4029651 610112012 06/01/2013 X WCSTATu- I OTH- E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYEE s500,000 E.L. DISEASE -POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more apace la required) RE: CRI# 2121046 - BRT Phase 6, Prospect Road Improvements The City, its officers, agents and employees are named as additional insured, but only as respects liability arising out of work performed by the named insured. A waiver of subrogation applies. City of Fort Collins . PO BOX 580 Fort Collins, CO 80522 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 ACORD 25 (2009/09) 1 of 1 #S729296/M698847 01988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD l • SECTION-00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: City of Fort Collins PROJECT TITLE: Utilities BRT Phase 6 — Prospect (OWNER) Road Improvements Date of Substantial Completion: LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins Project or Specified Part Shall Include: 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. By: CONTRACTOR 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;:setr- forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER Authorized Representative Date REMARKS: Utilities BRT Phase 6 September 2012 Certificate of Substantial Completion 00635-1 • SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: You are hereby notified that on the day of , 2012, the City of Fort Collins, Colorado, has accepted the Work completed by Connell Resources, Inc. for the City of Fort Collins project, Utilities BRT Phase 6 — Prospect Road Improvements. A check has been issued in the amount of $ subject to the terms of the Contract Documents which are dated as Final Payment for all Work done, 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: By: Title: Utilities BRT Phase 6 September 2012 Certificate of Final Acceptance 00640-1 • SECTION 00660 LIEN WAIVER RELEASE (Contractor) TO: City of Fort Collins, Colorado (OWNER) FROM: Connell Resources, Inc. (CONTRACTOR) PROJECT: Utilities BRT Phase 6 — Prospect Road Improvements 1. 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 6 September 2012 Lien Waiver Release (Contractor) 00650-1 • SECTION 00525 WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE TO: Connell Resources, Inc. W. O. No. SCP-BRT-PH6-092812 PURCHASE ORDER: TITLE: Utilities Improvements along the BRT — Phase 6, Prospect Road Improvements ENGINEERS: Stantec Consulting Services, Inc. OWNER'S REPRESENTATIVE: Sue Paquette NOTICE OF AWARD DATE: September 28, 2012 OWNER: CITY OF FORT COLLINS (hereinafter referred to as OWNER) 1. WORK. You are hereby notified that your bid dated August 27, 2012, for the above Work Order has been considered. Pursuant to your AGREEMENT with OWNER dated July 1, 2012 you have been • awarded a Work Order for this Work Order Description: is A. See Section 01100 — Summary of Work. 2. CONTRACT PRICE, BONDS, AND CERTIFICATES. The price of your Work Order is $270,130.00. 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 November 1, 2013, 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 November 1, 2013 until the work is Substantially Complete. Utilities BRT Phase 6 September 2012 Work Order, Notice of Award and Bid Schedule 00525-1 • 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. 0 My Commission Expires: Utilities BRT Phase 6 September 2012 Notary Public 20 day of 20 Lien Waiver Release (Contractor) 00660-2 0 SECTION 00651 LIEN WAIVER RELEASE (Subcontractor) TO: Connell Resources, Inc. (CONTRACTOR) FalMEAA (Subcontractor) PROJECT: Utilities BRT Phase 6 — Prospect Road Improvements 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, MillerAct claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the Subcontractor 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 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 repair of 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 or materialmen ortheir 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 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 or against 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 labor and material bonds forthe project. Utilities BRT Phase 6 Lien Waiver September 2012 00651-1 0 Signed this SUBCONTRACTOR: By: Title: ATTEST: Secretary day of 20 STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20 a Witness my hand and official seal. My Commission Expires: Utilities BRT Phase 6 September 2012 Notary Public 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 6 — Prospect Road Improvements 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) 0 ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. 0 _ Utilities BRT Phase 6 September 2012 day of Consent of Surety 00660-1 DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER C080261 (303) 232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) DO 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 0170-750 (999) 89 - CONTRACTOR INFORMATION I e name/DBA: Owner, partner, or corporate name: 7E—ail ng address (City, State, Zip): Contact Person address: Federal Employers Identification Number: Bid amount for your contract: umber: Business telephone number: Colorado withholding tax account number: EXEMPTION INFORMATION Copies of contract or agreement pages (1) identifying the contracting parties and 2 containing signatures of contractin Parties must be attached. Name of exempt organization (as shown on contract): Exempt omanization's number: 98 - exempt Scheduled Month Day Year Estimated Month Day Year construction start date: I 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. owner, partner or corporate Utilities BRT Phase 6 September 2012 corporate Date: 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 6 September 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 isany 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 6 September 2012 Supplementary Conditions 00800-1 Documents referencing the Agreement or other parts of the Contract Documents, or permitting isor 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 6 Supplementary Conditions September 2012 00800-2 $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 6 September 2012 Supplementary Conditions 00800-3 • • r1 LJ Utilities BRT Phase 6 September 2012 END OF SECTION Supplementary Conditions 00800-4 • 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 October 13, 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 September 28, 2012, between the parties. In the event of a conflict between or ambiguity in the rms of the AGREEMENT or specific Work Orders, the AGREEMENT shall control. CONTRAC R: C nnell Resources, Inc. By: Date: y /Z Name: !,✓ w✓✓arn Title: /cC ✓tst T' OWNER'S ACCEPTANCE & EXECUTION: 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. d ACCEPTANCE: Al" , Date: B �� Sue Paquette, pecigI acts Manager Reviewed By: Date: a�LS'dd //- Owen L. Randall, Chief Engin er Approved By: ��— Date: 36 /2— Jon Haukaas, Water Engineering and Field Services Operations Manager Utilities BRT Phase 6 Work Order, Notice of Award and September 2012 Bid Schedule 00525-2 n U 11 SECTION 00900 ADDENDA, MODIFICATIONS, AND PAYMENT 00950 Contract Change Order 00960 Application for Payment Utilities BRT Phase 6 Addenda, Modifications, & Payment September 2012 00900-1 " • SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Utilities BRT Phase 6 — Prospect Road Improvements CONTRACTOR: Connell Resources, Inc. PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST 0.00 TOTAL APPROVED CHANGE ORDERS 0.00 TOTAL PENDING CHANGE ORDERS 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGINAL CONTRACT ADJUSTED CONTRACT COST $ (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Special Projects Manager REVIEWED BY: DATE: Chief Engineer APPROVED BY: DATE: Water Engineering and Field Services Operations Manager APPROVED BY: DA Purchasing. Agent over $60,000 cc: Project File Contractor Purchasing Utilities BRT Phase 6 September 2012 Contract Change Order 00950-1 No Text • • 0 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 6 September 2012 Division 1 TOC - 1 Division 1 Table of Contents • 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 6 — Prospect Road Improvements 1. The site of the work is located at the intersection of Prospect Road and the Burlington Northern and Santa Fe railroad, west of College Avenue in Fort Collins, Colorado as shown on the Drawings. Water line and sewer main will be relocated and reinforced, respectively, where the MAX/BRT and BNSF crosses or parallels these infrastructures. 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 Utilities BRT Phase 6 Summary of Work September 2012 01110-1 • 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. 0 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 6 Summary of Work September 2012 01110-2 C� • 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. Utilities BRT Phase 6 September 2012 END OF SECTION 01270 -1 Measurement and Payment 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 SSECTION 02644 TAPPING SLEEVES Utilities BRT Phase 6 Site Work TOC September 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 0 Utilities BRT Phase 6 Site Work TOC September 2012 Division 2 Site Work - 2 0 0 0 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 6 Division 3 Table of Contents September 2012 • OWNER: By: 1 Purchasing and Risk Management Utilities BRT Phase 6 September 2012 00625-3 Date: 10A e Work Order, Notice of Award and Bid Schedule 0 0 0 DIVISION 16 - ELECTRICAL (see BRT Phase 2 Work Order for these Specs) SECTION 16643 CATHODIC PROTECTION Utilities BRT Phase 6 September 2012 Division 16 Table of Contents • I RICHARDIELEANOR ANDERSON 200 W. PROSPECT RD. t a� a NEXT UPSTR M CO RESEARCH STATE UNIVERSITY STREIT C J ✓ 4 �' aC < MANHOLE 11985. LOCA RESEARCH FOUNDATION 0 PROPOSED 6(S E NOTE X% W. PROSPECT RD. STORM SEVER (SEE NOTE 2) 282 NORM OF EXI59 1. W. PROSPECT RD. + 3430 SURREY LN. 9 k 7s' to' E ,4 u CI Cl k 5 8 I MANHOLE 159 � I I PO BOX 483 SEE NOTE 6 EXISTSANITARY NO TES TOO BE R BACKFII� TRENCHES MTH NATIVE BAC01LL COMPACTED TO REPC DETAILS ON SHEET - 2 I -E TEMP MAXIMUM PATCH. FINAL N. REPLACE EXISTING ASPHALT WITH TEMPORARY PATCH. FlN T ROAD SURFACE TO BE INSTALLED STA. 10+II TEI m AFTER BRT IMPROVEMENTS COMPLETED. its WATER SERVICE FOR INSTALL 9D D.I. BEND III/ TB w I YlJ �� �E� 2. ALL STORMWATER INLETS. PIPES, AND MANHOLES ARE PROPOSED € y N 1941 .76 I G COFC SANITAR ANHOLE 15984 IE e 2AI T PR T E 194159.76 - 1 RIM 498889 TO BE INSTALLED AS PART OF ME BRT PROJECT. NONE OF [[[g g55y (MAINTAIN �" 15' NWIN (N) - 4982.94 CUT IN 8' D.I. GATE VALVE (A x TMJ)ER THESE ITEMS SEE IN PLACE TI THE TIME OF THE WATER i818 � WRING CONS ) 'V1NV OUT (S) � 4982. WITH FOSTER ADAPTER AND SANITARY SEWER CONSTRUCTION. !�^ ppg;pp a OLD 10' CAPPED MIT DU TO EAST RESTRAIN E%ISnNC 8' WATER LINE J. ALL NEW 8' ADDITIONALLY PVC SHALL 8E RESTRAINED USING JOINT TO THE EAST 60'. VALVE SHALL BE RESTRAINT. ADDITIONALLY THRUST BLOCKS SHALL BE INSTALLEDitf 3%¢ NOTE 10 RESTRAINED TO EXISTING TEE. AT ALL 90' BENDS AND NEWLY INSTALLED TEES. \�\ SEE NOTE 6 (SEE NOTE 7. 8, 4t 9) 4. UTILIZE BWM COMPANY MODEL KP POLY SPACER (8- DIP SIZE) J \J• CUT IN a- O.I. TE VALVE (MJ X MJ) 1 - STk 11+9 24 to Tom- W$� CASING SPACERS FOR ME CERTA-LOK PVC C-900 (SEE NOTE - RES _ -p "- - 12) IN THE 16- STEEL CASING. 111E NEST ' , -T:- T = 9' AOISOLIl AEEW 106 M. OF 16'NSTEEL CASING PIPE (C-0.375T THE CASING ' d ---�- 94286i3 INSERTION (RESTRAIN BE INSTALLED USING A BORED METHOD VAMIN 26' OF 5. IGr00 - 1 G JOIN EITHER SIDE OF THE RAILROAD TRACKS. CASING BEYOND 26' + - - MS ---- --- -- IM.a- ���.-12+22---- - - G-------- MAY BE INSTALLED NA OPEN CUT METHODS AND WELDED TO TyP RES1RAIlI ALL J I E >8� { rn _ _ _ THE BORED CASING. I` 1 E m m THIS UN HAS PREVIDUSLY1J - - Na- - -- - "� 6. CAP OR PLUG EgSnNG e' WATERLINE BY USING A MECHANICAL PLACE NEW VALVE ON EXISTING 3' DIP TO THE WEST AND LAY NEW E _ 'S ABANDONED BETWEEN NH 15984 RESTRAIN ALL JOIN15 )00 8' PVC TO THE EAST OF THE VALVE ( RESTRAIN ALL JOINTS) _ _ Ik MH 1598E JOINT CAP OR PLUG. ,HOD JsP---wi NOTE6 rN'- O-__(fi`{ >_m s�- -v,-)•-_ ON EXISTING _ )-1w m- I 7. INSTALL NEW VALVE IMMEDIATELY EAST OF WATER SERVICE TO FOR W. PROSPECT. COORDINATE THIS LOCATION TE CAT OF I I I I+ m0 I FORT GOWNS. THE PLAN SNOWS AN APPROXIMATE LOCATION. PROSPECT ROAD n' EXISTING COFC B. TO FACUTATE THE INSTALLATION OF THE NEW WATERLINE, THE STA 11+74.27 `EXISTING COFC SANITARY SANITARY SEWER I STA. tOH8.90 125.37 LF of 8' PVC O 6.14E ; INSTALL 90 D.I. BEND W/IB MANHOLE 15985 MANHOLE 15986 I TWO PROPOSED 8' GATE VALVES SHALL BE CLOSED. INSTALL 8' D.I. TEE W/ TB ( TE 12) N 123739.68 I I 9. NEWLY INSTALLED VALVES SHALL BE INSTALLED 1NTH STAINLESS --- - E 194285.13 y i STEEL BOLTS AND NUTS AND BE INSTALLED MTH ANTI-SEEZE. 10. EXISTING SERVICE AND FIRE LINE VALVES WITHIN STREET SHALL INSTALL 8' 22.5' ND AND 8'%8' D.1 "� BE CLOSED AND THE VALVE BOX, IF EXISTING, REMOVED._ ai REDUCER 1W FOSTER ADAPTORS I RECSTAONNECT -- 'i - 11. PVC PPE ANDTRACER WRE TERMINATED AHALL HE TLLALOCATION PER THE ON ALL NEWLY OWNER'S O INST NEW 8' D.I. GA EXISTING ITARY RECONNECT 2' COPPER I DISCRETION. FOSTER ADAFlOR }r_ BUILDING E VALTERVE SERVICE' 12. 125.37' OF B' PVC UNDER RAILROAD TRACKS SMALL BE _ DETAI SLEET C 502 I STA. 11+80. (MJ GATE VALVE W/TB RECONNECT 4' COP N:123J) STRETCH ALL RE TRAI (BLUE) PIPE JOINTS IN THIS HYDRANT ( N EXISTING FIRE BUILDING FIRE SERIA U194280.13 STRETCH STALL BE RESTRAINED WITH INTEGRAL BELL PIPE DETAIL SHEET -502) Y I E194280.13 HYDRANT + RESTRAINT WHILE JOINTS AT 90' BENDS ON EACH END SHALL Q � I USING 8'X4' 0.1. SWI TEE, �, V v USE TYPICAL MECALUC STYLE MECHANICAL JOINT RESTRAINT. 4' GATE VALVE, W MJd1 'I' F i N:123739.68 13. EXISTING 15' RCP STORM SEWER TO BE REMOVED. IN WATERLINE H - wy- E194271.24 BORE ALIGNMENT PRIOR TO WATERLINE CASING BORE. SEASPAN LLC � SHOPPESAT LEGEND 223 W. PROSPECT m� _ PRW. PECTLLC PJM7 LLC = - I Ia RD. 111 W. PROSPECT 1611 S. COLLEGE AVE EXISTING CONCRETE RD. UNIT A 6 8 L II I I (XISTING q BNSF EXISTING ASPHALT RAILRO TRACK Lr p s WATER' ' P N {� T -EXISTING TELEPHONE S � 8 P A ft'_ 8 � n` m ry bnv ry 4N I G- G EXISTING GAS ELECTRIC aa ♦ F9AiLid ' aPa�` O m n v�' nm - E E EXISTING ELEC71tlC LINE -O Za 4 U$� ± m m m mm e a z I z - p p w l _W_W EXISTING WATERLINE 5019 < �o < a °: s a w. F ci 'Z a?+- >�- 5010 Q �.. _. - - _ r - Q < W -8A SA EXISTING SANITARY SEWER LINE "' O MIN. CASIN TO BE BORED 4M d- PROPOSED BRT STORM DRAINAGE Z - v d a Ci 1- n °J - d INLETS TO BE COMPLETED BY Q 5006 - mH o p m o - SEWER WORK OTHERS WING WATER& W w� Il + <. m z. i w w n mp 1 500 1- Z 4c.. _Y I- _ vFi ----EXISTING CITYWATERLINE LU _.� m w o + m +' i - _ _------ > Z --- EXISTING oI _ _ ID V y PROPOSED CASINO PIPE O O> 5000 - - - - GRWNQ __ i g - 4 r 4 - - _ wo U P= o OQ O SURFACE m..- i -.. m0 awe I- >9> 0 Ir � gaa. IQ O Warn O F z U 2 faE51RAN ALL w -- _ _ 4 Z YtT� LL J 0 W - o s oLU 499s-- - m - - - - - - _ - - 499 GO _ ---t-t � z v m P r a m NEW a. .11+ 1 GO Z-i F asso e;n" / c.-490.7E f n ;: 0 0 �A BTA.11+53.5 4990 OT PefeMSam d`'V0 STA.1G+72.7 987:71 ills h A IQ6 l�. WE _ _ -_- _ 125. l�"OF e - D@iYJ ST OSPE R 6 FOR 4985 _ �� ,x� G9�DP --==� e,ae n CONSTRUCTION "° STRUC ��� .96 LF OF 8' C900 I Ilanno m Nm cs 4985 _ n m wn1 m - - --- P SLOPE F 8' Z OJE T ss EXISTIN- rc 1 - STEEL OF a L~j a nm 4980 SANITARYSENER NO 4 & 8 3< 22} 4980 3 z a - vi- ai o .� 1 nlw y RI 42783 i f�' �pJ rn n nMs1 ns 4aaa D 497E -_ *� �" - -- iS F1 S". N3 _ 497 m I,�i DMAL ?ymice m w> n <> n,aaa nn Dn}ct N., 187310258 +- z a is i k zu• I nmu ne, i au Iw.. Imsec-TIT _ _ TIT Bt.6 4970 ma-m �s w.P.. 'Ja.a �m m ?Y 1n mLMz _ 497 rAnem® 101 nas/I xeR mt 12oT.tt ttR we. m,. rrAlu.Oo 10+00 10+50 11+00 11+50 12+00 12+50 PROSPECT ROAD AREA WATER SYSTEM oawrIgfro. C-203 WATER W PROFILE N.T.S. Revision sheet 0 4of8 I* 0 C-502 BNSF TRACKS NATIVE MATERIAL BACKFlLL 60' DUROMAXX OR 6 3 SHEETS OF I STEEL STORM SEWER 2' THICK CLOSED CELL BLUE BOARD FLO FILL I TRENCH WALL/ UNDISTURBED SOIL I EXISTING 15' VCP TO C6' MIN.) OVER PI RUBBER GASKET (TYP. 4, ONE PER PIPE) 9' (APPROX.) 9' (APPROX.) CONCRETE COLLAR (TYP. 2) 16' DIP SEE DETAIL STORM SEWER CROSSING SCALE: N.T.S. MUELLER XYpXAN! NLBffER A-423 OR WAIRWS PACER 250 I LOCAitli S1ARM V Y-.... IRACER ORE (PVC WATER MAIN ONLY) iNSTAu 22.5- O.I. BEND TO BF ATTACHED TO B' D.I. /-TEE OTH FOSTER ADAPTOR (M.N.4 r B'XB' TFE NOTE NO TANOSCARINO (TREES. SCRUBS. BOUDERs, ETC.), RETAMNO WADS OR FENCES ALLOWEC OTHIN 4 wr of F1RE N+oannr. FIRE HYBRANr PINNC. VALA% ETC. SHALL BE MAPPED IN 8 MEPa.ETH.n E. NATIVE MATERIAL BACKFlLL BNSF TRACKS FLO FILL (BEHIND PIPE) -V om TRENCH WALL/ /UNDISTURBED SOIL 1 T 1 V a a }' CL. 67 CRUSHED ROCK 62" STEEL 6' STORM SEWER TO 6' (MIN.) OVER PIPE 16" DIP n SECTION ~ SCALE: N.T.S. 6" LINE INSULATION DETAIL SCALE: N.T.S. RUBBER GASKET CLEARANCE 3" TYP. ALL REBAR CONCRETE ENCASEMENT 36' #4 REBAR I 1�r —mr I 6_k4 REBAR 3 6. 16' DIP 15' VCP .9W -I 9' 6. I �I6• MIN. MIN. MIN. MIN. RUBBER GASKET (2) 8-y4 REBAR CONCRETE ENCASEMENT p4 REBAR 15' PIPE JOINT ENCASEMENT DETAIL SCALE: N.T.S. 2 SHEETS OF 2' THICK STYROFOAM BRAND HIGHLOAD 100 CLOSED CELL INSULATION BOARD, BY DOW. 6" DIP FIRE HYDRANT LATERAL 9 a O N,O g �� ggggg°gg' sit sasjt J CSC ���d8d8 I� z W ED Z LU 0 O a. W of U 0 �Q o z Z o o O - � U a p U m LL 0 Q a U Pend -Seal FOR CONSTRUCTION � 42783 OPAL P jlOi, eAWRb4.. 107310258 M IIWnc 10255-502 CIYys/)dF 1M 1206II! �W3 oa w� Drawing No. C-502 ReMeim Sheet 0 8 Of 8 Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 Phone: (970) 223-3151 Fax: (970)223-3191 Estimator: Dan Giesler QUOTATION Date: 8/27/2012 Submitted To: City Of Fort Collins - Utilities Bid Title BRT PH 6 - Prospect Water & Sewer Address: 700 Wood St. Bid Number: Fort Collins, CO 80522 Project Location: Prospect Raod @ BNSF RR Crossing Contact: Sue Paquette Project City, State: Fort Collins, CO Phone: (970) 221-6700 Fax: (970) 221-6619 Engineer/Architect: Stantec We offer for your consideration the following Quotation which, if accepted, shall constitute a contract between us. Item # Item Description Estimated Quantity Unit Unit Price Total Price 00-100 Mobilization & Management 1.00 EACH $19,000.00 $19,000.00 00-175 Pothole Existing Utilities 20.00 EACH $210.00 $4,200.00 00-180 Surveying -ALLOWANCE 1.00 LS $2,200.00 $2,200.00 01-108 15" / 10" Sewer - Replaced Per Detail With DIP 2.00 EACH $17,500.00 $35,000.00 01-140 By -Pass Sewer Flows - ALLOWANCE 2.00 EACH $5,700.00 $11,400.00 03-100 4" Temp Water To Keep Service To 111 W. Prospect - 200.00 LF $38.00 $7,600.00 ALLOWANCE 03-105 8" PVC Waterline 190.00 LF $265.00 $50,350.00 03-150 8" X 4" Service Install / Reconnect 1.00 EACH $7,000.00 $7,000.00 03-208 Fire Hydrant 1.00 EACH $7,700.00 $7,700.00 03-253 8" X 2" Service Tie Over 1.00 EACH $3,700.00 $3,700.00 Cut-In 8" Gate Valve & Restrain Exist Pipe 60' 2.00 EACH $11,700.00 $23,400.00 •03-256 03-650 Waterline Bare Under RR ROW 106.00 LF $580.00 $61,480.00 08-502 Patch Concrete Curb And Gutter, Flatwork - ALLOWANCE 1.00 LS $2,600.00 $2,600.00 47-100 R & R Asphalt Paving 7" Asphalt / 12" Class 6 Agg Base 300.00 SY $115.00 $34,500.00 Total Bid Price: $270,130.00 Notes:. Pricing is based upon plans entitled "Prospect Road Water and Sewer Improvements" dated 12/7/11, Sheets C-203 & C-502, as prepared by Stantec. And No Geotechnical engineering report. • The following are excluded from this proposal: Construction layout and 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, wastewater discharge, storm water discharge (NPDES), air quality, etc.; Fees, including but not limited to, for developement, inspection, utility connection, meters, etc.; Dewatering; 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 2012 / 2013. • Frost removal or winter protection is not included. If requested, it will be billed either on a time and material basis or a lump sum amount that is mutually agreed apon. • Connell will install fire line to the extent agreed upon, Connell will notify the sponsor so that a certified fire protection contractor is availiable to inspect the installation, pressure test, and blow off of the fire line, Connell will only perform these tests once. • Environmental site assesment / Mitigation of hazardous or contaminated materials is excluded. • Excludes RR Flagging, we understand this to be part of other City of Fort Collins Agreements with the BNSF. • BRT PH 6 - Prospect Water & Sewer Page 1 of 2 CONDITIONS AND AGREEMENTS L W ITHDRAWAL OF QUOTATION: This quotation maybe withdrawn or modified by Connell Resources, Inc. ("Connell") fact accepted by the named sponsor (the "Sponsor l within thirty (30) days from date of issue. 2.PERFORMANCE: Delivery of materials and performance of tmvices herein quoted are subject to delays occasioned by circumstances beyond Connell's aontrol. Completion date is subject to weather conditions, mechanical failures, labor difficulties, fuel or material shonsges, fire, government authority or 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 coals 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 util ity installation or a US tractor cannot rip for grading work, a price adjustment maybe necessary. If blasting (or other approved method) becomes necessary, this work will he 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. S.DESIGN AND ENGINEERING SERVICES: Sponsor acknowledges that Connell is not providing professional design or engineering services. Sponsorissolclyrosponsible 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. b.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 received from the sponsor any written authorization for the extra work, then Connell may in its solo absolute discretion proceed with extra work if Connell considers it necessary. As compensation for the extra work, the sponsor shall pay Connell on a lima -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 a fierconstmction, and the total price to be paid by sponsor will be calculated by multiplying the verified 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 l Off of each month following their issue. Payment shall be overdue and delinquent if not received by Connell by the due date. Time is of the essence to this Agreement. Connell will be entitled to a l-1!b% 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 ofa partial payment shall not be construed as a waiver ofConnell's right to frill 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 ofthe default. 10.WARRANTIES: All work shall be performed in a good and workmanlike manner in accordance with the applicable ordinances and regulations of the City, County or District in which it isperformed. 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.ASPRALT 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 furnish a long-crm price for asphalt cement. If paving work is not performed during Connell's current paving season, the price maybe increased by Connell to reflect price increases in the following paving season when the work is completed. The normal paving season extends from April to November 15, depending on weather conditions. 13.AUTHORITY TO PERFORM WORK: The sponsor accepting this quotation represents that it is the representative of the Owner of the premises on which the work is to be done, or that the signer is an authorized representative critic Owner, and that permission and authority are hereby granted to Connell to perform such work on the premises in accordance with the terms and conditions of this Agreement. 14.1NDEMNIFICATION/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 hornless from and against all claims, demands, suits, liabilities, losses and expenses (including reasonable attorneys fees) arising from or relating to any act c r omission of sponsor, spomor's agents, or any third party. In no event shall Connell be liable for any consequential, incidental, special, punitive or indirect losses or damages which the sponsor may incur or suffer in connection with this Agreement. 15.8INDING EFFECT: This Agreement shall be binding upon and inure to the benefit ofthe parties, their respective successors and assigns. HcHAZARDOUS 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 was "Hazardous Materials") which are not introduced to thejob-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, stoic, or local laws, regulations or ordinances pertaining to the handling,storage, or disposal ofthe Hazardous Materials. Conned shall not be required to perform further work in the vicinity of the Hazardous Materials to the extent such Materials may, in Connell's sale opinion, pose any threat to the health and safety of Connel I 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 Cannel I'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 tJK I PM b - Frospea water R Sewer Page 2 or 2 • L • • SECTION 00630 WORK ORDER NOTICE TO PROCEED 0 Description of Work: Utilities BRT Phase 6 — Prospect Road 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 September 10, 2012. The dates for Substantial Completion and Final Acceptance shall be November 1, 2013 and January 1, 2014, respectively. City of Fort Collins OWNER �i Sue . •,�_ Title Special Projects Manager ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this o� Connell Races. Inc CONTFTACTQR By. % Title: L ll�i V'✓iS� �c. Utilities BRT Phase 6 Notice to Proceed September 2012 00530-1 • • • Utilities BRT Phase 6 September 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 i • SECTION 00610 PERFORMANCE BOND Bond No. 105796759 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 Casualtv'a1d 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 Two Hundred Seventy Thousand, One Hundred, Thirty dollars and zero cents ($270.130.00), 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 July 1, 2012a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, Utilities BRT Phase 6 — Prospect Road • 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 6 September 2012 00610-1 Performance Bond