Loading...
HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9152633Vendor: Connell Resources Requisition Form Today's Date: Ship To: Date Required: Special Instructions: February 18, 2015 Requisition No.: Date Entered: Date Approved: Date Denied: Item # Quantity Unit Description Unit Price Total Charge Numbers 1 1 IWO # CR-RWSR-2015-1 $45,760.00 $45,760.00 5040452520.535010.6 Foothills Outfall Channel Cleaning Requested By: Cliff Hoelscher KENGWORMSMO CR-RWSR-2015-1 Rep..d Authorized By: Utilities 7V � \,A 1 T t �l r WORK ORDER & NOTICE OF AWARD TO: Connell Resources, Inc. WORK ORDER NUMBER: CR-RWSR-2015-1 PURCHASE ORDER NUMBER: WORK ORDER TITLE: Foothills Outfall Channel Cleaning ENGINEER: Anderson Consulting OWNER: CITY OF FORT COLLINS (hereinafter referred to as OWNER) OWNER'S REPRESENTATIVE: Cliff Hoelscher NOTICE OF AWARD DATE: February23, 2015 WORK. You are hereby notified that the Scope -of -Services to perform the following tasks Foothills Outfall Channel Cleaning_ • Clean the Foothills Outfall Channel of vegetation for the above Work Order has been considered. Pursuant to your AGREEMENT with OWNER dated August 13, 2009, you have been awarded a Work Order for this Work Order Description: Foothills Outfall Channel Cleaning. 2. CONTRACT PRICE. The total work order cost is FOURTY FIVE THOUSAND SEVEN HUNDRED SIXTY DOLLARS ($45,760). 3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for Substantial Completion of this Work Order is April 30, 2015 and after Substantial Completion, the date for Final Payment and Acceptance is May, 30, 2015. 4. LIQUIDATED DAMAGES. Liquidated damages will not be assessed. 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. You must comply with the following conditions precedent within fifteen (15) days of the date of this Work Order & Notice of Award, that is, by March 10, 2015. 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, Certificate of Insurance documents, 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. WORK ORDER AND NOTICE OF AWARD CONTRACTOR'S WORK ORDER REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions contained herein and in the AGREEMENT dated August 13, 2009, between the parties. In the event of a conflict between or ambiguity in the terms of the AGREEMENT and this Work Order (including the attached Contract Documents), the AGREEMENT shall control. CONTRPyCTOCONNELL RESOURCES, INC. By: Dante Name: ��ti M. C%i��. Title: V� ` PCs%��-- OWNER'S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference, and Notice to Proceed is hereby given. OWNER: CITY OF FORT COLLINS Submitted By: a!Anal dn'e� Spec I rojects Ma age Reviewed By: Senior Util;ty Engineer Reviewed By: Water Engineering & Field Services Mgr. Approved By: Approved By: Utilities Executive Director Director of Purchasing and Risk Management Date: al) - 965 - / Date: Z fZG��J- Date: Z Date: Date: WORK ORDER AND NOTICE OF AWARD Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 It Et ■ Phone: (970) 223-3151 Fax: (970) 223-3191 Estimator: Dan Giesler QUOTATION Date: 2/18/2015 Submitted To: City Of Fort Collins - Utilities Bid Title Foothills Outfall Channel Clean Out Address: 700 Wood St. Bid Number: Fort Collins, CO 80522 Project Location: Horsetooth Contact: Cliff Hoelsher Project City, State: Fort Collins, CO Phone: (970) 221-6700 Fax: (970) 221-6619 Engineer/Architect: Item # Item Description Estimated Quantity Unit Unit Price Total Price D. Earthwork 23-175 Muck Excavation (4160 Cy Foothills) 4,160.00 CY $11.00 $45,760.00 Total Price for above D. Earthwork Items: $45,760.00 Total Bid Price: $45,760.00 Notes: • Pricing is based upon exisitng plans and field shots taken to determine the amount of excavation to get back to proposed grades 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 dewaterng, wastewater discharge, storm water discharge (NPDES), air quality, etc.; Fees, including but not limited to, for development, 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. • 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 4 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 March 2015. • 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 upon. • Environmental site assessment / mitigation of hazardous or contaminated materials is excluded. Treatment or testing for contaminated groundwater is specifically excluded. CONDITIONS AND AGREEMENTS LW ITHDRAWAL OF QUOTATION: This quotation may be withdrawn or modified by Connell Resources, Inc. ("Connell") if not accepted by the named sponsor (the "Sponsor") within thirty (30) days from date of issue. 2.PERFORMANCE: Delivery ofmatenals and performance of services herein quoted are subject to delays occasioned by circumstances beyond Connell's control. Completion date is subject to weather conditions, mechanical failures, labor difficulties, fuel or material shortages, fire, government authority or regulation, ads 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 famish all easements and adequate working right of ways. Sponsor will pay all costs of design engineering and inspections and quality control testing. 4.SOIL MECHANICS AND UNDERGROUND CONDITIONS: During excavation, if material is encountered that a 1-'/4 yard backhoe cannot remove for utility installation or a D8 tractor cannot rip for grading work, a price adjustment may be necessary. If blasting (or other approved method) becomes necessary, this work will be done as an additional cost on a time and material basis or a negotiated lump sum basis. Also, if unstable subgrade conditions are encountered, these conditions shall be the criteria for change order negotiations between Sponsor and Connell. 5.DESIGN AND ENGINEERING SERVICES: Sponsor acknowledges that Connell is not providing professional design or engineering services. Sponsor is solely responsible for performing, or retaining qualified professionals to perform, all such services, at their cost. Connell shall not be liable for any damages resulting from design or engineering services performed by sponsor, sponsor's agents or third parties. 6.EXTRA WORK: Upon written notice from Connell to the sponsor, sponsor's agent or employee that extra work not specifically included in the quotation is necessary to complete the work described, the parties shall negotiate a written, signed agreement for the extra work within three (3) working days of the date of such notice. If such written agreement is not reached within three (3) working days and Connell has not otherwise received from the sponsor any written authorization for the extra work, then Connell may in its sole absolute discretion proceed with extra work if Connell considers it necessary. As compensation for the extra work, the sponsor shall pay Connell on a time -and material basis for all costs related to such work unless the parties agree in writing on another method of compensation. 7.QUANTITV DETERMINATION AND BILLINGS: For any unit price quotation, the quantities shall be verified by in -field measurement after construction, and the total price to be paid by sponsor will be calculated by multiplying 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 -stun quotation. 8.PAVMENT TERMS: The sponsor agrees to pay Connell the full quoted price with any adjustments, provided for the work herein specified. Invoices or progress payments will be due on the 10th of each month 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 1-I-'h% per month LATE PAYMENT CHARGE, NOT A FINANCE CHARGE, which is an ANNUAL PERCENTAGE RATE OF 18%, on any past due balances. Acceptance by Connell of a partial payment shall not be construed as a waiver of Connell's right to full and immediate payment. 9.DEFAULT: If sponsor defaults in timely making any payment or performing any obligation under this Agreement, sponsor shall pay all costs and expenses (including reasonable attorney's fees) incurred by Connell as a result of the default. 2/18/2015 3:14:35 PM Page 1 of 2 Client#: 14427 CONRE1 ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2/19/2015 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 CONTACT NAME: Nikki Mosbrucker Flood &Peterson Ins., Inc. (AICo"N . EXt): 970 266-7123 ac No : 970 506-6823 P. O. Box 578 E-MAIL s: nmosbrucker@floodpeterson.com Greeley, CO 80632 ADDREINSURER(S) AFFORDING COVERAGE NAIC # 970 356-0123 r-- INSURED Connell Resources, Inc. 7785 Highland Meadows Parkway #100 Fort Collins, CO 80528 INSURER A: Travelers Insurance Con' INSURER B : Pinnacol Assurance INSURER C : INSURER D : INSURER E : COVERAGES CFRTIFICATF NIIMRFR• DCVICIn AI KI"RADCD. 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 CONTRACTOR 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 ADDLSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE I SR IWVD I POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 7 OCCUR X X DTC04794N532- IND14 6/01/2014 06/01/201 EACH OCCURRENCE $1 OOOOOO DAMAG TO RENTED PREMISS Ea occurrence $300 OOO MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY _ $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY 7X PRO LOC JECT PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS X NON -OWNED AUTOS X X DT8104794N532- TIL14 6/01/2014 06/01/201 COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY Per accident ( ) $ PROPERTY DAMAGE Per accident $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X DTSMCUP4794N532- TIL14 Follows Form 4029651 06/01/2014 06/01/2015 EACH OCCURRENCE $10000 000 AGGREGATE $1000O 000 RETENTION$ DED�S'UIABILITY X WCSTATU-OTH-AND $ B AND KERSEMPLCOMPENSATION EMPLO ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A X 6/01/2014 06/01/201 _ E.L. EACH ACCIDENT $5OO OOO E.L. DISEASE - EA EMPLOYEE _ $500000 E.L. DISEASE -POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) CRI # 2151005; Foothills Outfall Channel Cleaning Certificate holder is included as Additional Insured as required by written contract with respects to liability arising out of work performed by the named insured. City of Fort Collins P.O. Box 580 Fort Collins, CO 80522 ACORD 25 (2010/05) 1 Of 1 #S974258/M892257 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 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WNM WORK ORDER & NOTICE OF AWARD TO: Connell Resources, Inc. WORK ORDER NUMBER: CR-RWSR-2015-1 PURCHASE ORDER NUMBER: WORK ORDER TITLE: Foothills Outfall Channel Cleaning ENGINEER: Anderson Consulting OWNER: CITY OF FORT COLLINS (hereinafter referred to as OWNER) OWNER'S REPRESENTATIVE: Cliff Hoelscher NOTICE OF AWARD DATE: February23, 2015 WORK. You are hereby notified that the Scope -of -Services to perform the following tasks Foothills Outfall Channel Cleaning_ • Clean the Foothills Outfall Channel of vegetation for the above Work Order has been considered. Pursuant to your AGREEMENT with OWNER dated August 13, 2009, you have been awarded a Work Order for this Work Order Description: Foothills Outfall Channel Cleaning. 2. CONTRACT PRICE. The total work order cost is FOURTY FIVE THOUSAND SEVEN HUNDRED SIXTY DOLLARS ($45,760). 3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for Substantial Completion of this Work Order is April 30, 2015 and after Substantial Completion, the date for Final Payment and Acceptance is May, 30, 2015. 4. LIQUIDATED DAMAGES. Liquidated damages will not be assessed. 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. You must comply with the following conditions precedent within fifteen (15) days of the date of this Work Order & Notice of Award, that is, by March 10, 2015. 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, Certificate of Insurance documents, 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. WORK ORDER AND NOTICE OF AWARD CONTRACTOR'S WORK ORDER REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions contained herein and in the AGREEMENT dated August 13, 2009, between the parties. In the event of a conflict between or ambiguity in the terms of the AGREEMENT and this Work Order (including the attached Contract Documents), the AGREEMENT shall control. CONT CT R: CONNELL RESOURCES, INC. By: Date / /S Name: Title: OWNER'S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference, and Notice to Proceed is hereby given. OWNER: CITY OF FORT COLLINS Submitted By: Reviewed By: Reviewed By: Approved By: Water Engineering & Field Services Mgr. Utilities Executive Director Date: (o - I Date: TZLz Date: Date: Approved By: Date: Director of Purchasing and Risk Management WORK ORDER AND NOTICE OF AWARD Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 133Z Phone: (970) 223-3151 Fax: (970) 223-3191 Estimator: Dan Giesler QUOTATION Date: 2/18/2015 Submitted To: City Of Fort Collins - Utilities Bid Title Foothills Outfall Channel Clean Out Address: 700 Wood St. Bid Number: Fort Collins, CO 80522 Project Location: Horsetooth Contact: Cliff Hoelsher Project City, State: Fort Collins, CO Phone: (970) 221-6700 Fax: (970) 221-6619 Engineer/Architect: Item # Item Description Estimated Quantity Unit Unit Price Total Price D. Earthwork 23-175 Muck Excavation (4160 Cy Foothills) 4,160.00 CY $11.00 $45,760.00 Total Price for above D. Earthwork Items: $45,760.00 Total Bid Price: $45,760.00 Notes: • Pricing is based upon exisitng plans and field shots taken to determine the amount of excavation to get back to proposed grades 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 development, 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. • 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 4 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 March 2015. • 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 upon. • Environmental site assessment / mitigation of hazardous or contaminated materials is excluded. Treatment or testing for contaminated groundwater is specifically excluded. CONDITIONS AND AGREEMENTS LW ITHDRAWAL OF QUOTATION: This quotation may be withdrawn or modified by Connell Resources, Inc. ("Connell") if not accepted by the named sponsor (the "Sponsor") within thirty (30) days from date of issue. 2.PERFORMANCE: Delivery of materials and performance of services herein quoted are subject to delays occasioned by circumstances beyond Connell's control. Completion date is subject to weather conditions, mechanical failures, labor difficulties, fuel or material shortages, fire, government 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 costs of design engineering and inspections and quality control testing. 4.SOIL MECHANICS AND UNDERGROUND CONDITIONS: During excavation, if material is encountered that a 1-'/4 yard backhoe cannot remove for utility installation or a D8 tractor cannot rip for grading work, a price adjustment maybe necessary. If blasting (or other approved method) becomes necessary, this work will be done as an additional cost on a time and material basis or a negotiated lump sum basis. Also, if unstable subgrade conditions are encountered, these conditions shall be the criteria for change order negotiations between Sponsor and Connell. S.DESIGN AND ENGINEERING SERVICES: Sponsor acknowledges that Connell is not providing professional design or engineering services. Sponsor is solely responsible for performing, or retaining qualified professionals to perform, all such services, at their cost. Connell shall not be liable for any damages resulting from design or engineering services performed by sponsor, sponsor's agents or third parties. 6.EXTRA WORK: Upon written notice from Connell to the sponsor, sponsor's agent or employee that extra work not specifically included in the quotation is necessary to complete the work described, the parties shall negotiate a written, signed agreement for the extra work within three (3) working days of the date of such notice. If such written agreement is not reached within three (3) working days and Connell has not otherwise received from the sponsor any written authorization for the extra work, then Connell may in its sole absolute discretion proceed with extra work if Connell considers it necessary. As compensation for the extra work, the sponsor shall pay Connell on a time -and material basis for all costs related to such work unless the parties agree in writing on another method of compensation. 7.QUANTITY DETERMINATION AND BILLINGS: For any unit price quotation, the quantities shall be verified by in -field measurement after construction, and the total price to be paid by sponsor will be calculated by multiplying 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 10th 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 14-1/?/.per month LATE PAYMENT CHARGE, NOT A FINANCE CHARGE, which is an ANNUAL PERCENTAGE RATE OF 18•%, on any past due balances. Acceptance by Connell of a partial payment shall not be construed as a waiver of Connell's right to full and immediate payment. 9.DEFAULT: If sponsor defaults in timely making any payment or performing any obligation under this Agreement, sponsor shall pay all costs and expenses (including reasonable attorney's fees) incurred by Connell as a result of the default. 2/18/2015 3:14:35 PM Page 1 of 2 Client#: 14427 CONRE1 ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2/19/2015 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 NAME: Nikki Mosbrucker Flood 8r Peterson Ins., Inc. PHONE 970 266-7123 AIC No Ext : 777FW, No): 970 506-6823 Box E-MAIL nmosbrucker@floodpeterson.com G e O 80632 Greeley, Greeley, 12 970 356-0123 INSURER(S) AFFORDING COVERAGE NAILS INSURER A: Travelers Insurance Company INSURED INSURERB: Plnnacol Assurance Connell Resources, Inc. 7785 Highland Meadows Parkway #100 INSURER C : Fort Collins, CO 80528 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 CONTRACTOR 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. T'R TYPE OF INSURANCE ADDL INSR SUB WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X X DTC04794N532- IND14 6/01/2014 06/0112015 EACH OCCURRENCE $1 000 000 A G TO RENTED R IS S Eaoccurrenca $300,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X ECT LOC PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS X NON -OWNED AUTOS X X DT8104794N532- TIL14 6/01/2014 06/01/201 COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ i P BODILY INJURY (Per accident) ( ) $ PROPERTY DAMAGE Per accident $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X DTSMCUP4794N532- TIL14 Follows Form 4029651 6/01/2014 06/01/201 EACH OCCURRENCE $10 000 000 AGGREGATE $10 000 000 DED I I RETENTION$ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBEREXCLUDED? NJ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A X 6/01/2014 06/01/2015 X WCSTATU- OTH- rR E.L. EACH ACCIDENT $500OOO E.L. DISEASE - EA EMPLOYEE s500,000 E.L. DISEASE - POLICY LIMIT $500,000 T_r DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) CRI # 2151005; Foothills Outfall Channel Cleaning Certificate holder is included as Additional Insured as required by written contract with respects to liability arising out of work performed by the named insured. City of Fort Collins P.O. 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 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S974258/M892257 WNM WORK ORDER & NOTICE OF AWARD TO: Connell Resources, Inc. WORK ORDER NUMBER: CR-RWSR-2015-1 PURCHASE ORDER NUMBER: WORK ORDER TITLE: Foothills Outfall Channel Cleaning ENGINEER: Anderson Consulting OWNER: CITY OF FORT COLLINS (hereinafter referred to as OWNER) OWNER'S REPRESENTATIVE: Cliff Hoelscher NOTICE OF AWARD DATE: February23, 2015 WORK. You are hereby notified that the Scope -of -Services to perform the following tasks Foothills Outfall Channel Cleaning_ • Clean the Foothills Outfall Channel of vegetation for the above Work Order has been considered. Pursuant to your AGREEMENT with OWNER dated August 13, 2009, you have been awarded a Work Order for this Work Order Description: Foothills Outfall Channel Cleaning. 2. CONTRACT PRICE. The total work order cost is FOURTY FIVE THOUSAND SEVEN HUNDRED SIXTY DOLLARS ($45,760). 3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for Substantial Completion of this Work Order is April 30, 2015 and after Substantial Completion, the date for Final Payment and Acceptance is May, 30, 2015. 4. LIQUIDATED DAMAGES. Liquidated damages will not be assessed. 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. You must comply with the following conditions precedent within fifteen (15) days of the date of this Work Order & Notice of Award, that is, by March 10, 2015. 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, Certificate of Insurance documents, 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. WORK ORDER AND NOTICE OF AWARD CONTRACTOR'S WORK ORDER REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions contained herein and in the AGREEMENT dated August 13, 2009, between the parties. In the event of a conflict between or ambiguity in the terms of the AGREEMENT and this Work Order (including the attached Contract Documents), the AGREEMENT shall control. CONTR CTO : CONNELL RESOURCES, INC. By: �- - Date 2 °l 1-5 l Name: ��in /r%, L1i.er� Title: OWNER'S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference, and Notice to Proceed is hereby given. OWNER: CITY OF FORT COLLINS Submitted By: 46� pe al ojectsMaMaanager Reviewed By: p� Senior Utility Engineer Reviewed By: Water Engineering & Field Services Mgr. Approved By: Utilities Executive Director Date: o9 ' of 0 - ' J Date: z ZG /S Date: Date: Approved By: Date: Director of Purchasing and Risk Management WORK ORDER AND NOTICE OF AWARD Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 It ot ■ Phone: (970) 223-3151 Fax: (970) 223-3191 Estimator: Dan Giesler QUOTATION Date: 2/18/2015 Submitted To: City Of Fort Collins - Utilities Bid Title Foothills Outfall Channel Clean Out Address: 700 Wood St. Bid Number: Fort Collins, CO 80522 Project Location: Horsetooth Contact: Cliff Hoelsher Project City, State: Fort Collins, CO Phone: (970) 221-6700 Fax: (970) 221-6619 Engineer/Architect: Item # Item Description Estimated Quantity Unit Unit Price Total Price D. Earthwork 23-175 Muck Excavation (4160 Cy Foothills) 4,160.00 CY $11.00 $45,760.00 Total Price for above D. Earthwork Items: $45,760.00 Total Bid Price: $45,760.00 Notes: • Pricing is based upon exisitng plans and field shots taken to determine the amount of excavation to get back to proposed grades 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 development, 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. • 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 4 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 March 2015. • 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 upon. • Environmental site assessment / mitigation of hazardous or contaminated materials is excluded. Treatment or testing for contaminated groundwater is specifically excluded. CONDITIONS AND AGREEMENTS LWITHDRAWAL OF QUOTATION: 'Misquotation maybe withdrawn or modified by Connell Resources, Inc. ("Connell") if not accepted by the named sponsor (the "Sponsor") within thirty (30) days from date of issue. 2.PERFORMANCE: Delivery of materials and performance of services herein quoted are subject to delays occasioned by circumstances beyond Connell's control. Completion date is subject to weather conditions, mechanical failures, labor difficulties, fuel or material shortages, fire, government authority or regulation, acts of God, engineering changes, contractors not included in this Agreement or any cause beyond Cotnell's control. 3.SPONSOR'S RESPONSIBILITIES: This quotation does not include any charges for tapping fees unless noted. Sponsor to fumish all easements and adequate working right of ways. Sponsor will pay all costs of design engineering and inspections and quality control testing. 4.SOIL MECHANICS AND UNDERGROUND CONDITIONS: During excavation, ifmaterial is encountered that a WA yard backhce cannot remove for utility installation or a D8 tractor cannot rip for grading work, a price adjustment may be necessary. If blasting (or other approved method) becomes necessary, this work will be done as an additional cost on a time and material basis or a negotiated lump sum basis. Also, if unstable subgrade conditions are encountered, these conditions shall be the criteria for change order negotiations between Sponsor and Connell. 5.DESIGN AND ENGINEERING SERVICES- Sponsor acknowledges that Connell is not providing professional design or engineering services. Sponsor is solely responsible for performing, or retaining qualified professionals to perform, all such services, at their cost. Connell shall not be liable for any damages resulting from design or engineering services performed by sponsor, sponsor's agents or third parties. 6.EXTRA WORK Upon written notice from Connell to the sponsor, sponsor's agent or employee that extra work not specifically included in the quotation is necessary to complete the work described, the parties shall negotiate a written, signed agreement for the extra work within three (3) working days of the date of such notice. If such written agreement is not reached within three (3) working days and Connell has not otherwise received from the sponsor any written authorization for the extra work, then Connell may in its sole absolute discretion proceed with extra work if Connell considers it necessary. As compensation for the extra work, the sponsor shall pay Connell on a time -and material basis for all costs related to such work unless the parties agree in writing on another method of compensation. 7.QUANTITY DETERMINATION AND BILLINGS: For any unit price quotation, the quantities shall be verified by in -field measurement after construction, and the total price to be paid by sponsor will be calculated by multiplying 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 loth 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 ]-1-%,%per month LATE PAYMENT CHARGE, NOT A FINANCE CHARGE, which is an ANNUAL PERCENTAGE RATE OF 18%, on any past due balances. Acceptance by Connell of a partial payment shall not be construed as a waiver of Connell's right to full and immediate payment. 9.DEFAULT: If sponsor defaults in timely making any payment or performing any obligation under this Agreement, sponsor shall pay all costs and expenses (including reasonable attorney's fees) incurred by Connell as a result of the default. 2/18/2015 3:14:35 PM Page 1 of 2 Client#: 14427 CONRE1 ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2/19/2015 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 CONTACT NAME; Nikki Mosbrucker Flood 8r Peterson Ins., Inc. PHONE A/( C No, E:1): 970 266-7123 (ac No): 970 506-6823 P. 0. Box 578 E-MAIL s: nmosbrucker@floodpeterson.com ADDRE Greeley, CO 80632 INSURER(S) AFFORDING COVERAGE NAIC9 970 356-0123 INSURED Connell Resources, Inc. 7785 Highland Meadows Parkway #100 Fort Collins, CO 80528 A: Travelers Insurance Company B: Pinnacol Assurance E: COVFRAnFR CERTIFICATE NI IMRCD• 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 CONTRACTOR 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 - ADDL SUER POLICY EFF POLICY EXP - - LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDD/YYYY MMIDDIYYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X X DTC04794N532- IND14 6/01/2014 06/01/2015 EACH $1 OOO,OOO E ��OCCURRENCE PREMISES Ea occunence s300,000 MED EXP (Any one person) $1 O 000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X JECT LOC PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OS SCHEDULED AUTOS AUTOS HIRED AUTOS X NON -OWNED AUTOS X X DT8104794N532- TIL14 6/01/2014 6/01/2014 06/01/201 06/01/2014EACH NE' Ea aeB.el'.. SINGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY Per accident ( ) $ PROPERTY DAMAGE Per accident $ RENCE is $10 000 000 A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X DTSMCUP4794N532- TIL14 Follows Form 4029651 $10000 000 DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PRO PRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? � (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA X 6/01/2014 06/01/201u- OTH- CIDENT $5UO O00 _ $500000 E.L. DISEASE - EA EMPLOYEE E.L. DISEASE -POLICY LIMIT 1 s500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) CRI # 2151005; Foothills Outfall Channel Cleaning Certificate holder is included as Additional Insured as required by written contract with respects to liability arising out of work performed by the named insured. City of Fort Collins P.O. Box 580 Fort Collins, CO 80522 U1Af4t r_LLA I IUN 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 91988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD 25 (2010/05) 1 of 1 #S974258/M892257