Loading...
HomeMy WebLinkAboutRESPONSE - RFP - 8214 CM/GC FOR LINCOLN CORRIDOR PROPJECTJanuary 22, 2016 3:00 PM RFP 8214 CM/GC Services for Lincoln Corridor Project RFP 8214 CM/GC Services for Lincoln Corridor Project 2 Table of Contents COMMITMENT LETTER 3 GENERAL COMPANY INFORMATION 4 PROJECT PROFILES 5 NORTH COLLEGE IMPROVEMENTS 6 TURNBERRY ROAD IMPROVEMENTS 7 RESEARCH DRIVE PARKING LOT 8 COLLEGE AVENUE WATERLINE REHABILITATION 9 HARMONY ROAD WIDENING PHASE II 10 COMPANY RESOURCES 11-13 KEY PROJECT STAFFING 14 RESUMES 15-18 PROJECT BUDGET AND COST CONTROL 19-20 SAMPLE BUDGET FOR COST 21-23 CONSTRUCTION SEQUENCING AND SCHEDULING 24-25 SAMPLE PROJECT SCHEDULE 26-31 METHOD OF CONSTRUCTION 32-35 QUALITY ASSURANCE/QUALITY CONTROL 36 PARTNERING EXPERIENCE 37 SAFETY RECORD 38 TRADE SUBCONTRACTORS 39 FINANCIAL STATEMENT 40 BONDING COMPANY REFERENCE 40 BONDING LETTER DATED JANUARY 19 2016 41 INSURANCE COMPANY 42 SAMPLE INSURANCE CERTIFICATE 43 SERVICES AND CONSTRUCTION AGREEMENTS 44 CM/GC FEES 45 RFP 8214 CM/GC Services for Lincoln Corridor Project 4 General Company Information p Connell Resources, Inc. f John M Warren, Vice President of Operations m jwarren@connellresources.com  7785 Highland Meadows Pkwy. Suite 100 Fort Collins, CO 80528 c 970-223-3151 d 970-223-3191 I We have operated as Connell Resources, Inc. for 34 Years in Northern Colorado and on the Western Slope of Colorado. , Our company was established in 1949 as Loveland Excavating.  We are a Colorado Corporation Connell Resources, Inc. has been located in Fort Collins, serving Northern Colorado and Southern Wyoming for over 65 years, as a family owned and operated business. Northern Colorado is our home and we are grateful for the opportunities we have been given over the years. We pride ourselves on our repeat clients and our solid reputation as a trustworthy and quality contractor. RFP 8214 CM/GC Services for Lincoln Corridor Project 5 Project Profiles The projects that we have highlighted on the following pages represent projects we have completed that are similar to the Lincoln Corridor Project include:  North College Improvements (Vine Drive to Conifer Street)  Turnberry Road Improvements  Research Drive Parking Lot  College Avenue Waterline Rehabilitation Mulberry Street to Buckeye Street  Harmony Road Widening Phase II FACTS: PROJECT TYPE: HARD BID DELIVERY METHOD: UNIT PRICE CONTRACT AMOUNT: $6.1 MILLION COST AT COMPLETION: $5.8 MILLION CHANGE ORDER INFORMATION: FORCE ACCOUNT UNDERRUNS ORIGINAL SCHEDULE: OCTOBER 2012 ACTUAL COMPLETION: OCTOBER 2012 PROJECT MANAGER: BILL ANDERSON SITE MANAGER: CLAY CRISP FORT COLLINS , COLORADO NORTH COLLEGE IMPROVEMENTS VINE DRIVE – CONIFER STREET Project Description Owner: CITY OF FORT COLLINS RANDY MAIZLAND 970-281-5658 Engineer: CITY OF FORT COLLINS KYLE LAMBRECHT 970-692-9209 Project Details: 32,430 SY – Asphalt Removal 15,500 CY – Earthwork 17,319 Tons – Aggregate Base 6,780 Tons – Asphalt Paving 4,000 LF – Storm Drain 2 EA – Pedestrian Bridges Roadway and urban streetscape enhancement in a busy commercial and highway corridor. This project required extensive public outreach with property owners and residents. RFP 8214 CM/GC Services for Lincoln Corridor Project 6 FORT COLLINS, COLORADO TURNBERRY ROAD IMPROVEMENTS Project Description Owner: CITY OF FORT COLLINS MARK LAKEN 970-222-3546 Engineer: INTERWEST CONSULTING GROUP MIKE OBERLANDER 970-674-3300 FACTS: PROJECT TYPE: HARD BID DELIVERY METHOD: UNIT PRICE CONTRACT AMOUNT: $2,386,848 COST AT COMPLETION: $2,498,731 CHANGE ORDER INFORMATION: Additional Scope ORIGINAL SCHEDULE: DECEMBER 2012 ACTUAL SCHEDULE: NOVEMBER 2012, FINAL OVERLAY COMPLETED MAY 2013 PROJECT MANAGER: ROLAND TREMBLE SITE MANAGER: AARON PACHOLEK Project Details: 20,600 CY - Earthwork 4,000 CY – Structure Excavation & Backfill 9,330 TON – Aggregate Base 11,680 TON – Asphalt Paving 1,650 LF – Storm Drain This project included the construction of a new two lane arterial roadway along Turnberry Road from approximately 500’ south of Country Club Road to Brightwater Drive. Along with the roadway construction, a pedestrian underpass crossing beneath Turnberry Road was installed just north of Richards Lake Road. RFP 8214 CM/GC Services for Lincoln Corridor Project 7 FORT COLLINS, COLORADO RESEARCH DRIVE PARKING LOT Owner: COLORADO STATE UNIVERSITY LAURA BENTLEY 970-492-4161 Design Partner: DITESCO, LLC. KEITH MEYER 970-988-8605 FACTS: PROJECT TYPE: DESIGN-BUILD DELIVERY METHOD: LUMP SUM CONTRACT AMOUNT: $ 3,400,000 COST AT COMPLETION: $3,600,000 CHANGE ORDER INFORMATION: CSU added a turn lane at Drake Road & Research Drive ORIGINAL SCHEDULE: NOVEMBER 2015 ACTUAL COMPLETION: NOVEMBER 2015 PROJECT MANAGER: JOHN WARREN SITE MANAGER: CLAY CRISP Project Description Design Build contract for a 900 space parking lot, including a box culvert bridge, detention basins, grading, paving, landscaping and lighting. Project Details: 22,444 CY – Excavation 32,431 SY – Subgrade Prep 540LF – Storm Drain 12”-36” 55 LF – 60x192 Plate Arch 21,120 SF – 9” Concrete Pavement 6,885 TONS – Asphalt Paving RFP 8214 CM/GC Services for Lincoln Corridor Project 8 FORT COLLINS, COLORADO COLLEGE AVENUE WATERLINE REHAB MULBERRY STREET TO BUCKEYE STREET Project Description Owner: CITY OF FORT COLLINS OWEN RANDALL 970-221-6700 Engineer: STANTEC DON SILAR 970-449-8611 FACTS: PROJECT TYPE: DESIGN ASSIST DELIVERY METHOD: CM/GC GMP CONTRACT AMOUNT: $2,198,444 COST AT COMPLETION: $2,296,275 CHANGE ORDER INFORMATION: Added storm sewer pipe replacement and restoration in Laurel Street. ORIGINAL SCHEDULE: AUGUST 2014 ACTUAL COMPLETION: AUGUST 2014 PROJECT MANAGER: DAN GIESLER SITE MANAGER: AARON PACHOLEK Project Details: 2400 LF – 8” HDD Waterline 2800 LF – 8” Pipe Bursting 400 LF – 12” HDD Storm Drain 86 EA – Service and Fitting Pits 400 Tons – Asphalt Patching This project involved reworking City of Fort Collins waterline infrastructure along CollegeAveand various side streets from Mulberry Street south for approx. 3/4 Mile. This project was part of a master services agreement that included early contractor involvement. During design it was found that the surfacing repairs and impact to the traveling public on College Ave (Highway 287) in the project area would cause an open cut installation to be cost prohibitive, therefore, a trenchless solution was pursued. Connell bored 16 water services across the highway using a pit bore machine. This particular location required that many existing businesses stay open during construction, Connell installed pedestrian fencing on the sidewalk to allow access for foot traffic basically limiting the work area to one lane of College Ave. RFP 8214 CM/GC Services for Lincoln Corridor Project 9 FACTS: PROJECT TYPE: HARD BID DELIVERY METHOD: LUMP SUM CONTRACT AMOUNT: $4.2 MILLION COST AT COMPLETION: $4.2 MILLION CHANGE ORDER INFORMATION: ORIGINAL SCHEDULE: MAY 2010 ACTUAL COMPLETION: JANUARY 2010 PROJECT MANAGER: BILL ANDERSON SITE MANAGER: JOHN WARREN TIMNATH, COLORADO ProjectII Description HARMONY ROAD WIDENING PHASE Owner: TOWN OF TIMNATH LARRY FEUERSTEIN 970-224-3211 Engineer: IB ASSOCIATES 303-678-7168 Project Details: 8,500 SY – Asphalt Removal 25,000 CY – Embankment 2,220 LF – 10” PVC Water Line 1,218 LF – RCP Storm Drain 18”-36” 5,462 Tons – Asphalt Paving 3,755 Tons – Aggregate Base 2,360 CY – Concrete for Bridge 424,068 LB – Epoxy Coated Rebar This project included constructing a new bridge over the Poudre River, widening a segment of Harmony Road from Weiztel Drive to the intersection of County Road 5. This project took Harmony Road to a 4 lane roadway with two 7-foot bike lanes and enough width to add additional lanes for future traffic. Also included were drainage and erosion control improvements, relocation of utilities crossing the Poudre River, concrete flatwork and signalization improvements. RFP 8214 CM/GC Services for Lincoln Corridor Project 10 RFP 8214 CM/GC Services for Lincoln Corridor Project 11 Company Resources Connell Resources, Inc. intends to self perform erosion control, earthwork, waterline and storm drain utilities, storm drain structures, concrete grading, aggregate base, asphalt paving and trucking on the Lincoln Corridor Project out of our Fort Collins office. We pride ourselves on our ability to provide a complete civil package to our customers, and generally self-perform 80% of our contracted work. Connell Resources, Inc. is fortunate to have a loyal and dedicated workforce that is not only knowledgeable but committed to doing their best. We are proud to have many supervisory and craft employees who have worked with us for more than 20 years and bring incredible skill to our team. Connell has a strong commitment to the sustainable growth of Northern Colorado. We fully understand that the projects we build carry far more impact on our community and our employees than simply the pursuit of profit. This is why we work diligently to constantly refine our business practices so that we limit our impact on the environment, provide growth for our employees, and make a positive influence in the community. We are active in this pursuit by donating financially to local charities and organizations as well as donating our time and equipment to aide in relief of recent natural disasters. We strongly support Colorado State University through endowments, the development of their recently completed materials lab and the hiring of CSU’s graduates. We train and grow our craft labor ranks through our internal training program as well as our federally certified On the Job Training (OJT) Program. Sustainable Business Practices:  Continually updating our equipment fleet to more efficient and cleaner burning models.  Pursuing and investing in newer technologies such as warm mix asphalt which requires less fossil fuel than traditional hot mix asphalt.  Recycling of construction materials. Our in house crews recycle and reuse more than 50,000 tons of asphalt and concrete per year, making us one of Northern Colorado’s largest construction material recyclers. Encourage, Develop & Empower our Employees Sustainable Business Practices Commitment to Northern Colorado & CSU Employee & Community Focused LOCAL RFP 8214 CM/GC Services for Lincoln Corridor Project 12 Company Resources (Continued) John Warren Vice President of Operations Damon Abeyta Environmental Health & Safety Manager Brandon Martin Environmental Health & Safety Tech Clay Crisp Site Manager Earthwork Supervisor Pipeline Utilities Supervisor Concrete Structures Supervisor Aggregate Base Supervisor Asphalt Paving Supervisor Subcontractors Roland Tremble Project Manager & Estimator A Proven Team Connell Resources Team 1 Driven Dedicated Team 16 Administration 8 Estimator Project Managers 3 Environmental Health & Safety 8 Site Managers 16 Superintendents 33 Foreman 21 Equipment Maintenance 150 Skilled Craft RFP 8214 CM/GC Services for Lincoln Corridor Project 13 Company Resources (Continued) Scrapers 8 – Caterpillar 627 Scrapers 3 – Caterpillar 615 Scrapers Excavators & Backhoes 5 – Caterpillar 416-436 Tractor/Backhoes 4 – Komatsu 160 Size Track Excavators 5 – Komatsu 200 Track Excavators 5 – Komatsu/Caterpillar 300 Size Track Excavators 6 – Komatsu/Caterpillar 400 Size Track Excavators 1 – Komatsu 650 Track Excavator Front End Loaders 11 – Caterpillar 938 – 950 Front End Loaders 12 – Caterpillar 966 – 980 Front End Loaders 2 – Caterpillar 988H Front End Loader Off Road Haul Trucks 2 – Caterpillar 740 (40 Ton) Haul Trucks 6 – Caterpillar 735 (35 Ton) Haul Trucks Legal Haul Trucks 10 – Tandem Axle Dump Trucks 19 – Tractor Trucks (Belly Dumps, Side Dumps, Live Bottom Trailers) Track Dozers 2 – Caterpillar D4H Dozers 1 – Caterpillar D5M Dozer 6 – Caterpillar D6H XL/LGP Dozers 2 – Caterpillar D8T Dozer Paving 2 – Caterpillar 1055B Pavers 1 – Caterpillar 1055D Paver 1 – Caterpillar 1055E Paver 1 – Caterpillar 1055F Paver RFP 8214 CM/GC Services for Lincoln Corridor Project 14 Key Project Staffing Owner and Consulting Engineer References John Warren Vice President of Operations Roland Tremble Project Manager & Estimator Clay Crisp Site Manager 100% Availability Phase I 25% Availability Phase II As Needed 100 % Availability Phase I 50% Availability Phase II As Needed 25% Availability Phase I 100% Availability Phase II Owen Randall City of Fort Collins Senior Utility Engineer orandall@fcgov.com 970-221-6700 Tanner Randall, PE, CFM City of Loveland Civil Engineer Tanner.Randall@cityoflovel and.org 970-962-3715 Matt Baker City of Fort Collins Street Oversizing mbaker@fcgov.com 970-224-6108 Todd Juergens Larimer County Road & Bridge Director tjuergens@larimer.org 970-481-5450 Ethan Cozzens City of Fort Collins Project Manager ecozzens@fcgov.com 970-221-6273 Laura Bentley Colorado State University Project Manager Laura.Bentley@colostate.edu 970-492-4161 Laura Bentley Colorado State University Project Manager Laura.Bentley@colostate.edu 970-492-4161 Randy Siddens, PE ELCO Water District District Engineer randys@elcowater.org 970-493-2044 RFP 8214 CM/GC Services for Lincoln Corridor Project 15 JOHN WARREN– VICE PRESIDENT OF OPERATIONS John has over 18 years of experience in heavy civil construction projects. He has managed projects in transportation, residential, commercial, and industrial development industries including parking lots, box culverts, heavy civil, and utilities. He has a broad base of project experience with knowledge and management experience including design/build, design/bid/build, CM at Risk, and Guaranteed Maximum Price projects. John manages over $60 million in overall construction operations, construction schedules, and resource allocation for the Northern Colorado office. He regularly participates in various design/build teams within local municipalities and has been part of City of Fort Collins APDS teams. PROJECT HIGHLIGHTS • Plum Street • College Avenue Waterline • CSU Research Drive Parking Lot • Harmony Road Widening Phase II • Rigden Reservoir • Flood Repairs 2013 • Mountain Avenue Waterline Rehabilitation PROFESSIONAL EXPERIENCE CONNELL RESOURCES, INC. 2004- Present Vice President, Construction Manager KIEWIT INFRASTRUCTURE 1997-2004 Project Manager, Superintendent EDUCATION COLORADO STATE UNIVERSITY - FORT COLLINS, COLORADO BACHELOR OF SCIENCE IN CONSTRUCTION MANAGEMENT, 1997 JOB DESCRIPTION Resumes RFP 8214 CM/GC Services for Lincoln Corridor Project 16 ROLAND TREMBLE – ESTIMATOR & PROJECT MANAGER JOB DESCRIPTION Roland has over 20 years of construction and estimating experience. While pursuing his Bachelor's degree, he worked as a pipeline laborer, construction supervisor and estimator. The combination of hands-on construction experience, educational background and mastery of estimating techniques gives Roland a comprehensive set of skills for his estimating and project management duties. PROJECT HIGHLIGHTS • Aspen Heights • South Aggie Village Parking Lot • Integrated Recycling Facility • Rocky Ridge Waterline • Turnberry Road Improvements • College Avenue & Willox Road Improvements • Arthur Ditch Bridge Replacement at Canyon Avenue PROFESSIONAL EXPERIENCE CONNELL RESOURCES, INC. 2002- Present Project Manager & Estimator JB EXCAVATING 1998-2002 Pipe Layer/Superintendent EDUCATION COLORADO STATE UNIVERSITY - FORT COLLINS, COLORADO BACHELOR OF SCIENCE IN BIO RESOURCE ENGINEERING, 2000 Resumes RFP 8214 CM/GC Services for Lincoln Corridor Project 17 CLAY CRISP – SITE MANAGER PROJECT HIGHLIGHTS • CSU Research Drive Parking Lot ($3.6 Million) • Costco Warehouse ($8.0 Million) • US 287 – Tie Siding to Laramie ($8.7 Million) • SH 402 Turn Lane ($500K) • North College Improvements Vine Drive To Conifer Street ($7.0 Million) • Fort Collins Loveland Airport ($800K) • Embassy Suites ($4.0 Million) PROFESSIONAL EXPERIENCE CONNELL RESOURCES, INC. 1996- Present Site Manager, Project Manager & Estimator KIEWIT INFRASTRUCTURE 1991-1996 Project Engineer and Foreman EDUCATION COLORADO STATE UNIVERSITY - FORT COLLINS, COLORADO BACHELOR OF SCIENCE IN CONSTRUCTION MANAGEMENT, 1990 JOB DESCRIPTION Clay has over 20 years of heavy highway and general civil construction experience. He provides field supervision, estimating support, and field project management. He has a strong understanding of local design standards, allowing him the ability to begin construction while working with the engineer on design reviews. Clay has the capacity to manage many subcontractors and internal crews. Resumes RFP 8214 CM/GC Services for Lincoln Corridor Project 18 DAMON ABEYTA – ENVIRONMENTAL HEALTH AND SAFETY SPECIALIST CONTINUING EDUCATION PROFESSIONAL CERTIFICATIONS EDUCATION RED ROCKS COMMUNITY COLLEGE – LAKEWOOD, COLORADO ACADEMIC CERTIFICATE PROGRAM, SAFETY AND HEALTH SPECIALIST IN CONSTRUCTION, 2005 JOB DESCRIPTION Damon has over 17 years of safety experience to include OSHA General Industry and Construction along with The Federal Motor Carrier Safety Regulations (FMCSR). He has a proven record in developing, implementing and managing comprehensive health and safety programs. He also has significant experience in interpreting and implementing regulations and recommendations for health and safety, working experience with employee supervision and fiscal management. He is a Construction Safety and Health Specialist (CSHS) as designated from the OSHA Training Institute and is an authorized OSHA Outreach trainer for 10 and 30-hour courses in construction. • 1.8 CEU – OSHA Update Course #502 (2012) • 2.0 CEU – OSHA Permit Required Confined Space Course #2264 (2009) • 2.0 CEU – OSHA Trenching, Excavation and Soil Mechanics Course # 3010 (2009) • 1.8 CEU – OSHA Fall Arrest Course #3110 (2009) • 0.9 CEU – Storm Water Management (2009) • 2.5 CEU – OSHA Electrical Standards Course #3095 (2009) • 1.2 CEU - RMEC Supervisors Safety Course (2009) • 1.8 CEU – RMEC Scaffolding Safety Course (2009) • 2.5 CEU – OSHA Trainer Course #500 (2004) PROFESSIONAL EXPERIENCE CONNELL RESOURCES, INC. 2012- Present Environmental Health & Safety Specialist STERLING CRANE 2011-2012 Safety Advisor US Region • Construction Safety and Health Specialist, OSHA Training Institute, US Depart. of Labor • US Department of Labor Authorized Outreach Instructor for 10 and 30 hour, construction • Authorized Trainer in First Aid and CPR for the American Red Cross • OSHA 10 hour Outreach certification, construction, 3 certifications over 6 years • OSHA 30 hour Outreach certification, construction • Erosion Control Supervisor, Colorado Department of Transportation • Certified Traffic Control Supervisor, American Traffic Safety Services Association • Certified Breath Alcohol Technician per 49 CFR Part 40 Resumes If selected to provide CM/GC services for the Lincoln Corridor Project, our project team will be dedicated to being an integral part of the project team from the word GO. Cost Development Approach One of the first contributions Connell will make to the project team is developing a baseline project budget from the existing 30% design drawings. After examining the existing drawings we are confident we can quickly develop a baseline construction budget. We would begin this process by providing detailed quantity take off from our Estimator/Project Manager, Roland Tremble, with the assistance of our in-house CADD technicians. This quantity take-off information coupled with our intimate knowledge of the local conditions and the City of Fort Collins Standards would allow our in house estimating team to establish a solid baseline construction budget within a week of selection. After the initial baseline budget is developed, we can assist the project team in estimating and tracking the full cost impacts of the continued design development such as 65% and 90% design drawings. We will also be able to quickly provide estimating/budgeting ideas that develop through weekly progress meetings and constructability reviews with input from our subcontractor partners. We would want the subcontractor selection to be a team process with the goal of bringing on key subcontractors early to assist with GMP and schedule development. Value Engineering RFP 8214 CM/GC Services for Lincoln Corridor Project 19 Project Budget and Cost Control GMP Development Budgeting Value Engineering Constructability Reviews Subcontractor & Supplier Evaluation The initial budget will allow for the identification of critical cost items that can be the focus of the team’s value engineering efforts. We would contribute to this critical function by lending our company’s vast experience with similar projects and by utilizing the expertise of our chosen subcontractors and our large network of material suppliers to aide in the development of design and construction alternatives. Our value engineering efforts would not be solely focused on reducing project costs, rather working to create added quality and value for the City’s dollars spent. Connell understands the City of Fort Collins goal of being World Class at everything they do, and our value engineering effort would be focused on making the Lincoln Corridor World Class and within budget. RFP 8214 CM/GC Services for Lincoln Corridor Project 20 Project Budget and Cost Control (Continued) Cost Transparency Throughout the budget development process we understand the need for being transparent in our cost estimating. We are committed to a completely open-book approach to our estimated costs and actual costs of performing the work on the Lincoln Corridor Project. Our estimates and our monthly construction cost reports detail every cost the project incurs and allows the project team to evaluate estimated cost versus actual cost. These reports will be provided monthly to the team. Please see the attached Integrated Recycling Center “Cost Detail with Pricing” that Connell put together as the CM/GC. Below is a list of projects Connell is currently performing completely open-book, cost-plus a fee basis. We feel this highlights our belief and commitment to transparent cost reporting. Owner Project ELCO Water District Rocky Ridge Waterline City of Fort Collins Utilities Downtown River District Lincoln Avenue & Willow Street Utilities West Fort Collins Water District Highway 287 Waterline Replacement Larimer County Engineering Devil’s Backbone Trailhead Parking Lot Replacement City of Fort Collins Facilities Integrated Recycling Facility Cost Detail With Pricing Project Name: Integrated Recycle Facility Customer: City Of Fort Collins - Operations Services Job Number: Billing Address: 117 N. Mason, PO Box 580 Bid As: Fort Collins, CO 80522 Estimator: Roland Tremble Phone: 970-221-6273 Project Address: Timberline Road, Fort Collins, CO Contact: Ethan Cozzens Completion Date: Pay Items Unit Total Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent Margin 00-100 - Mobilization 1.00 EACH $0.00 $0.00 $36,300.00 $36,300.00 -27.04% 00-110 - Bond If Required 1.00 LS $0.00 $0.00 $9,310.00 $9,310.00 14.50% 00-145 - Site Management 16.00 WK $2,444.44 $39,111.04 $3,010.00 $48,160.00 18.79% Man Hours: 40.00 MH/WK 640.00 GC-Supervision Site Manager 16.00 WK $2,444.44 $39,111.04 Man Hours: 40.00 MH/WK 640.00 GC-Site Manager (1.00 UNIT/DY, 80.00 DY) 80.00 UNIT $488.89 $39,111.04 Pickup 640.00 HR $10.00 $6,400.00 PM - Site Manager 640.00 HR $51.11 $32,711.04 00-165 - Roll Off Dumpster 4.00 MO $250.00 $1,000.00 $297.00 $1,188.00 15.82% 00-175 - Pothole Existing Utilities 8.00 HR $159.31 $1,274.45 $193.00 $1,544.00 17.46% Man Hours: 2.50 MH/HR 20.00 GC-Pothole Existing Utilities 8.00 EACH $159.31 $1,274.45 Man Hours: 2.50 MH/EACH 20.00 GC-Pothole With Vac Truck (8.00 EACH/DY, 1.00 DY) 8.00 EACH $159.31 $1,274.45 Pickup 4.00 HR $10.00 $40.00 LA - Pipelayer 8.00 HR $24.30 $194.40 Truck - Pothole Rig 8.00 HR $85.20 $681.60 DR - Truck Driver 8.00 HR $27.00 $216.00 Foreman - Utility 4.00 HR $35.61 $142.45 00-180 - Surveying 1.00 LS $8,960.00 $8,960.00 $10,700.00 $10,700.00 16.26% 00-190 - Pavement Marking (Precision Pavement Markings) 1.00 LS $1,633.07 $1,633.07 $1,940.00 $1,940.00 15.82% 00-195 - One Way / Do Not Enter Signs (Precision Pavement Markings) 2.00 EACH $225.75 $451.50 $269.00 $538.00 16.08% 00-195 - Stop Sign With No Left Turn Sign (Precision Pavement Markings) 1.00 EACH $299.25 $299.25 $356.00 $356.00 15.94% 00-195 - Stop Sign (Precision Pavement Markings) 1.00 EACH $225.75 $225.75 $269.00 $269.00 16.08% 00-201 - Joint Trench Fees To The City Of Fort Collins (allowance) 1.00 LS $5,000.00 $5,000.00 $5,950.00 $5,950.00 15.97% 00-200 - Electrical Work (W.L. Contractors) 1.00 LS $95,849.00 $95,849.00 $104,700.00 $104,700.00 8.45% 00-300 - Install 6 Ft Chain Link Fence (Black Eagle Fence) 650.00 LF $18.54 $12,051.00 $22.10 $14,365.00 16.11% 1/22/2016 11:04:32 AM Integrated Recycle Facility (Item 02-308 - Type C Inlet With Orifice Plates To Function As Pond Outlet Structure continued) Unit Total Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent Margin Excavator KOM 300 3.00 HR $96.00 $288.00 OP - Excavator, Small 3.00 HR $34.70 $104.10 Loader CAT 938 3.00 HR $75.75 $227.25 OP - Loader, Small 3.00 HR $28.50 $85.50 LA - Laborer 3.00 HR $23.37 $70.11 EX-Structure Backfill Class 2 30.00 CY $39.64 $1,189.24 Man Hours: 1.76 CY/MH 17.05 GC-Construction Water 1.20 MGAL $5.02 $6.02 Construction Water Fort Collins 1.20 MGAL $5.02 $6.02 Structure Backfill 30.00 CY $39.44 $1,183.22 Man Hours: 1.76 CY/MH 17.05 EX-Structure Backfil (95.00 CY/DY, 0.32 DY) 30.00 CY $39.44 $1,183.22 Pickup 2.84 HR $10.00 $28.42 Foreman - Grading 2.84 HR $37.04 $105.26 Loader CAT 938 2.84 HR $75.75 $215.29 OP - Loader, Small 2.84 HR $28.50 $81.00 Backhoe Loader CAT 416 & Compactor OSR 2.84 HR $83.50 $237.32 OP - Loader Backhoe / Skid Steer 2.84 HR $25.79 $73.31 Water Truck 1500 Gal 2.84 HR $48.00 $136.42 DR - Water Truck 2.84 HR $28.50 $81.00 Compactor Walk Behind 33" OSR 2.84 HR $32.50 $92.37 LA - Laborer [2] 2.84 HR $23.37 $132.84 08-102 - Concrete Pavement (8" Thick) (Hoff Construction) 17,700.00 SF $6.21 $109,894.63 $7.40 $130,980.00 16.10% 08-300 - Concrete Curb And Gutter 18" Vertical With V Notches (Hoff Construction) 670.00 LF $17.85 $11,959.58 $21.20 $14,204.00 15.80% 08-300 - Concrete Pad 6" (Hoff Construction) 240.00 SF $5.95 $1,428.01 $7.10 $1,704.00 16.20% 21-100 - Clear And Grub 6.00 ACRE $773.21 $4,639.28 $933.00 $5,598.00 17.13% Man Hours: 8.25 MH/ACRE 49.50 RMV-Removal Haul - Clearing 6.00 LOAD $307.60 $1,845.59 Man Hours: 2.25 MH/LOAD 13.50 Dump Fee - Clearing 6.00 LOAD $99.45 $596.70 RMV-Removal Haul (12.00 LOAD/DY, 0.50 DY) 6.00 LOAD $208.15 $1,248.89 Truck - Tractor W/ Trailer [3] 4.50 HR $64.01 $864.14 DR - Truck Driver [3] 4.50 HR $28.50 $384.75 Clear And Grub 6.00 ACRE $465.62 $2,793.70 Man Hours: 6.00 MH/ACRE 36.00 EX-Clear & Grub - Heavy (6.00 ACRE/DY, 1.00 DY) 6.00 ACRE $465.62 $2,793.70 Loader CAT 966, 970, 972 9.00 HR $95.25 $857.25 Pickup 9.00 HR $10.00 $90.00 LA - Laborer 9.00 HR $23.37 $210.33 OP - Loader, Large 9.00 HR $34.56 $311.01 Foreman - Grading 9.00 HR $37.04 $333.32 Direct Cost Totals Indirect Cost Totals Amount Equipment Rented: Direct Cost Percent of Equipment Owned: Materials Owned: Materials Purchased: Labor: Subcontracted: Trucking Owned: Trucking Hired: Miscellaneous: Plug: Direct Cost: Labor: Equipment Owned: Equipment Rented: Materials Owned: Materials Purchased: Subcontracted: Trucking Owned: Trucking Hired: Miscellaneous: Plug: Amount Indirect Cost Percent of Indirect Cost: $99,748.40 $98,756.88 $1,751.50 $21,191.39 $337,980.05 $0.00 $59,595.55 $971.70 $28,960.00 $121,715.24 $770,670.72 $9,623.96 $1,600.00 $0.00 $1,118.00 $5,000.00 $0.00 $0.00 $3,740.00 $18,340.00 $6,693.50 $46,115.46 12.94% 0.23% 15.79% 43.86% 0.00% 7.73% 0.13% 3.76% 12.81% 2.75% RFP 8214 CM/GC Services for Lincoln Corridor Project 24 Construction Sequencing and Scheduling Construction Sequence and Scheduling At Connell we believe that the project schedule is a living document that is owned by the entire project team and should be used as a tool to organize and more importantly communicate project responsibilities and project goals. We feel that the ability to build the project schedule as a project team (Owner, Designer, General Contractor, and Subcontractors) early in the project lifecycle is one true benefit of the CM/GC process. This process allows input from all project stakeholders and creates a true sense of ownership by the entire project team. At Connell we have found that one of the foundations to managing a successful project, and overcoming unforeseen obstacles and challenges is to invest in and develop an aggressive, yet realistic project schedule as early in the project as possible. A well-built project schedule helps facilitate communication amongst the project team members and it creates accountability amongst team members, both of which are keys to avoiding project obstacles before they arise. We would anticipate developing the initial sequence and schedule of the Lincoln Corridor Project through a collaborative effort with the Lincoln Corridor Project Team using Microsoft Project Software. We would use the baseline project estimate based upon the 30% design drawings to identify work activities and their corresponding durations. We would seek input from the design team and City staff to determine design durations, define possible phasing opportunities, and identify critical milestones that need to be met. Finally, as a team we will identify long lead procurement items, outline the local events that need to be considered in the work flow, and establish seasonal constraints, such as high flows in the Poudre River that need to be worked around. Once the initial project schedule is developed and agreed upon by the project team, Connell will cost load the schedule to match with the baseline construction estimate to assist the City in forecasting cash flow throughout the project lifecycle. As the design of the project continues to be refined, the above process will need to be repeated periodically, or as necessary until the project is released for construction. Upon start of construction, the overall Lincoln Corridor Project schedule will be used as the basis for developing our 3 week look-ahead schedules, which are created weekly to communicate near term project activities. The overall project schedule will be as-built and updated, at a minimum, monthly. The monthly updated schedule will be distributed to the entire project team so that the project progress can be openly discussed, reviewed, and assessed. RFP 8214 CM/GC Services for Lincoln Corridor Project 25 Construction Sequencing and Scheduling (Continued) We recognize even with thorough and thoughtful project preconstruction planning, obstacles do arise on projects which create challenges in maintaining the project schedule. One advantage that Connell has in circumventing these issues is the fact that we self-perform an average of 80% of our contract work. This allows us greater control of the project schedule. We are able to manage the schedule delays or interruptions by supplementing our existing project crews with additional locally based resources, be that manpower or equipment. We also only hire subcontractors that we have successfully worked with in the past and are confident could meet the project schedule. We use subcontractors exclusively who we have an extensive knowledge of and we are aware of each company’s strengths. This knowledge allows us to match the correct subcontractor with the needs of a specific project. We feel it is critical to match subcontractor’s strengths to the specific needs of a projects and its team. Please see the attached U.S. 85 Reconstruction Project schedule dated December 15 2015 as an example. This is a $19.5 Million project for Colorado Department of Transportation which is currently 60% complete. ID Task Mode Area Resource Initials Activity Description Duration Remaining Duration % Complete Early Start Early Finish Actual Start Actual Finish 1 GC General Conditions 273.1 days 104.33 days 62% 6/15/15 10/21/16 6/15/15 NA 2 GC MOBE Mobilization 0 days 0 days 100% 6/15/15 6/15/15 6/15/15 6/15/15 3 GC KS 2015 Construction Surveying 55 days 0 days 100% 6/15/15 11/2/15 6/15/15 11/2/15 4 GC KS 2016 Construction Surveying 34 days 34 days 0% 2/2/16 3/18/16 NA NA 5 GC CRI Field Office (CL 2) 0 days 0 days 100% 6/15/15 6/15/15 6/15/15 6/15/15 6 GC CRI Field Lab (CL 2) 0 days 0 days 100% 6/15/15 6/15/15 6/15/15 6/15/15 7 GC CRI Seasonal Shut Down (2015) 0 days 0 days 100% 12/10/15 12/10/15 12/10/15 12/10/15 8 GC CRI Seasonal Start Up (2016) 0 days 0 days 0% 2/2/16 2/2/16 NA NA 9 GC CRI Seasonal Summer Shut Down 0 days 0 days 0% 7/18/16 7/18/16 NA NA 10 GC CDOT Seasonal Start Up (Fall 2016) 0 days 0 days 0% 10/3/16 10/3/16 NA NA 11 GC CRI Project Completion 0 days 0 days 0% 10/21/16 10/21/16 NA NA 12 Area 1 FDR Section (Sta 5101+74 - Sta 5622+61) 111.9 days 0 days 99% 6/15/15 12/10/15 6/15/15 NA 13 1 CDOT PVREA OH Power Relocation Completed (CR 108) 0 days 0 days 100% 6/25/15 6/25/15 6/25/15 6/25/15 14 1 BMS Erosion Control 1 day 0 days 100% 6/15/15 6/15/15 6/15/15 6/15/15 15 1 POTHOLE Potholing (30 HR) 1 day 0 days 100% 6/18/15 6/18/15 6/18/15 6/18/15 16 1-Str 300 Str 300 BR- Sta 5582+06 (12 x 4 CBC) 50 days 0 days 100% 6/15/15 8/29/15 6/15/15 8/29/15 17 1-Str 300 LMC Shoring (A 2) 1 day 0 days 100% 6/17/15 6/17/15 6/17/15 6/17/15 18 1-Str 300 TMI Conc Barrier (Temp) 0 days 0 days 100% 6/17/15 6/17/15 6/17/15 6/17/15 19 1-Str 300 DIRT Rem Wall (4 EA) 2 days 0 days 100% 6/18/15 6/19/15 6/18/15 6/19/15 20 1-Str 300 DIRT Str Excav 2 days 0 days 100% 6/19/15 6/22/15 6/19/15 6/22/15 21 1-Str 300 SCI Conc CL D (Box) 21 days 0 days 100% 6/22/15 7/21/15 6/22/15 7/21/15 22 1-Str 300 SCI Concrete Cure Time 11 days 0 days 100% 7/22/15 8/5/15 7/22/15 8/5/15 23 1-Str 300 DIRT Str Bkfl (CL 1) 2 days 0 days 100% 8/19/15 8/20/15 8/19/15 8/20/15 24 1-Str 300 MS Fence/Posts BW MP (167 LF) 0 days 0 days 100% 8/29/15 8/29/15 8/29/15 8/29/15 25 1-Str 300 MS Rem Fence (167 LF) 1 day 0 days 100% 6/15/15 6/15/15 6/15/15 6/15/15 26 1-Str 080 Str 080 BR- Sta 5520+55 (8 x 8 CBC) 94.5 days 0 days 100% 6/18/15 11/10/15 6/18/15 11/10/15 27 1-Str 080 LMC Shoring (A 3) 1 day 0 days 100% 6/18/15 6/18/15 6/18/15 6/18/15 28 1-Str 080 DIRT Rem Wall (4 EA) 2 days 0 days 100% 6/23/15 6/24/15 6/23/15 6/24/15 29 1-Str 080 DIRT Str Excav 2 days 0 days 100% 6/26/15 6/29/15 6/26/15 6/29/15 30 1-Str 080 SCI Conc CL D (Box) 14 days 0 days 100% 7/14/15 7/31/15 7/14/15 7/31/15 31 1-Str 080 SCI Concrete Cure Time 17 days 0 days 100% 7/31/15 8/25/15 7/31/15 8/25/15 32 1-Str 080 DIRT Str Bkfl (CL 1) 2 days 0 days 100% 8/26/15 8/27/15 8/26/15 8/27/15 33 1-Str 080 GCC Rem Gdrail Ty 3 (432 LF) 7.5 days 0 days 100% 10/27/15 11/10/15 10/27/15 11/10/15 34 1-Str 080 MS Fence/Posts BW MP (167 LF) 2 days 0 days 100% 9/17/15 9/18/15 9/17/15 9/18/15 35 1-Str 080 MS Rem Fence (167 LF) 1 day 0 days 100% 6/18/15 6/18/15 6/18/15 6/18/15 36 1 DIRT Emb Matl (CIP)- Strip Topsoil ( 5199+00 - 5227+00)(3800 CY) 4 days 0 days 100% 6/15/15 6/18/15 6/15/15 6/18/15 37 1 DIRT Emb Matl (CIP) - Import R50 (5199+00 - 5227+00)(9370 CY) 5 days 0 days 100% 6/19/15 6/25/15 6/19/15 6/25/15 38 1 DIRT Emb Matl (CIP) - Replace Topsoil (5199+00 - 5227+00)(3800 CY) 4 days 0 days 100% 6/29/15 7/2/15 6/29/15 7/2/15 39 1 UT 24 In RCP (CIP) 1 day 0 days 100% 7/29/15 7/29/15 7/29/15 7/29/15 40 1 UT 36 In RCP (CIP)(112 LF) 2 days 0 days 100% 7/21/15 7/22/15 7/21/15 7/22/15 41 1 UT 48 In RCP (CIP) 0.75 days 0 days 100% 7/22/15 7/22/15 7/22/15 7/22/15 42 1 UT 42 In SES 1 day 0 days 100% 7/23/15 7/23/15 7/23/15 7/23/15 43 1 BASE ABC (CL 6)- Widening Subgrade Prep (5227+00 - 5199+00) 1 day 0 days 100% 6/26/15 6/26/15 6/26/15 6/26/15 ID Task Mode Area Resource Initials Activity Description Duration Remaining Duration % Complete Early Start Early Finish Actual Start Actual Finish 45 1 ARS FDR 0f HMA Pvmt (0-8 In.) (5622+61 - 5101+74) (51,265 SY) 4 days 0 days 100% 7/27/15 7/30/15 7/27/15 7/30/15 46 1 ARS FDR 0f HMA Pvmt (8-12 In) (5622+61 - 5101+74) (203,359 SY) 16 days 0 days 100% 7/31/15 8/21/15 7/31/15 8/21/15 47 1 PAVE HMA Test Strip (Bottom Mat) 1 day 0 days 100% 8/3/15 8/3/15 8/3/15 8/3/15 48 1 PAVE HMA (Gr S) (75) (PG 64-22)- 3" 2nd Layer (RT 5622+61 - 5101+74) (20,421 TN) 12.5 days 0 days 100% 8/4/15 9/9/15 8/4/15 9/9/15 49 1 PAVE HMA (Gr S) (75) (PG 64-22)- 3" 2nd Layer (LT 5622+61 - 5101+74) (20,418 TN) 6.5 days 0 days 100% 8/5/15 9/10/15 8/5/15 9/10/15 50 1 PAVE HMA (Gr SX) (75) (PG 64-28)- 2" Top Layer (RT 5622+61 - 5101+74) (13,275 TN) 25.73 days 0 days 100% 9/23/15 10/30/15 9/23/15 10/30/15 51 1 PAVE HMA (Gr SX) (75) (PG 64-28)- 2" Top Layer (LT 5622+61 - 5101+74) (13,275 TN) 28 days 0 days 100% 9/21/15 10/29/15 9/21/15 10/29/15 52 1 MILL Rem Asphalt Mat (Planing)- US 85 (5622+61 & 5101+74) (444 SY) 1 day 0 days 100% 9/17/15 9/17/15 9/17/15 9/17/15 53 1 BASE ABC (CL 6)- CR's/ ST's/ DW's (CR 108) (425 CY) 1 day 0 days 100% 10/16/15 10/16/15 10/16/15 10/16/15 54 1 BASE ABC (CL 6) (Spec) (5622+61 - 5101+74) (6,408 CY) 13.95 days 0 days 100% 10/19/15 11/13/15 10/19/15 11/13/15 55 1 PATCH HMA (Patching) (Asph)- County Rds (RT CR 122 - CR 108) (278 TN) (27 TN) 13.13 days 0 days 100% 10/19/15 11/13/15 10/19/15 11/13/15 56 1 PATCH HMA (Patching) (Asph)- County Rds (LT CR 114 - CR 108) (228 TN) (30 TN) 14.5 days 0 days 100% 10/23/15 11/13/15 10/23/15 11/13/15 57 1 LJR Piezo (Elec)(CL II) 18 days 0 days 100% 10/15/15 11/24/15 10/15/15 11/24/15 58 1 TMI Roadway Signs 16.5 days 0 days 100% 10/12/15 12/4/15 10/12/15 12/4/15 59 1 RKM Pvmt Mkg Paint- Phase I 6 days 0 days 100% 12/3/15 12/10/15 12/3/15 12/10/15 60 1 BMS Seeding/Mulch (Native) 6 days 0 days 100% 11/18/15 11/25/15 11/18/15 11/25/15 61 1-A 17 B STR A-17-B (Sta 5194+72) 42.5 days 0 days 99% 9/17/15 11/25/15 9/17/15 NA 62 1-A 17 B MILL Rem of Asph Mat (Special)(A-17-B)(314 SY) 1 day 0 days 100% 9/17/15 9/17/15 9/17/15 9/17/15 63 1-A 17 B GCC Rem Bridge Railing (A-17-B)(120 LF) 4 days 0 days 100% 11/5/15 11/10/15 11/5/15 11/10/15 64 1-A 17 B DIRT Rem Port Present Str (A-17-B) 4 days 0 days 100% 10/27/15 10/30/15 10/27/15 10/30/15 65 1-A 17 B NPW Waterproofing (Membrane)(A-17-B)(314 SY) 1 day 0 days 100% 10/19/15 10/19/15 10/19/15 10/19/15 66 1-A 17 B NPW Br Expan Joint (Asphaltic Plug)(A-17-B)(70 LF) ID Task Mode Area Resource Initials Activity Description Duration Remaining Duration % Complete Early Start Early Finish Actual Start Actual Finish 78 Area 2 North of Pierce (Sta 401+00 - Sta 743+50) 130.88 days 76.55 days 42% 6/15/15 1/27/16 6/15/15 NA 79 2 POTHOLE Potholing (40 HR) 3 days 0 days 100% 6/19/15 6/23/15 6/19/15 6/23/15 80 2 BMS Erosion Control 1 day 0 days 100% 6/15/15 6/15/15 6/15/15 6/15/15 81 2 MS Fence/Posts BW MP (2415 LF) 6 days 0 days 100% 6/18/15 6/25/15 6/18/15 6/25/15 82 2 MS Rem Fence (4425 LF) 3 days 0 days 100% 6/15/15 6/17/15 6/15/15 6/17/15 83 2 DIRT Emb Matl (CIP) - Strip Topsoil (395+00 - 630+00)(26102 CY) 13 days 0 days 100% 6/18/15 7/10/15 6/18/15 7/10/15 84 2 DIRT Emb Matl (CIP) - Cut to Embankment (395+00 - 630+00)(34,000 CY) 10 days 0 days 100% 6/22/15 7/24/15 6/22/15 7/24/15 85 2 DIRT Emb Matl (CIP) - Import R50 (395+00 - 630+00)(6,000 CY) 3 days 0 days 100% 7/27/15 7/29/15 7/27/15 7/29/15 86 2 DIRT Emb Matl (CIP) - Replace Topsoil (395+00 - 630+00)(26102 CY) 15 days 12 days 20% 8/20/15 12/4/15 8/20/15 NA 87 2 UT Rem Pipe (333 LF) 1 day 0 days 100% 7/30/15 7/30/15 7/30/15 7/30/15 88 2 UT 30 In Drainage Pipe (CL 0) (CIP)(336 LF) 3 days 0 days 100% 11/2/15 11/4/15 11/2/15 11/4/15 89 2 SCI Conc CL D (35.3 CY)(Headwall, Dropstructure) 3 days 0 days 100% 8/21/15 8/25/15 8/21/15 8/25/15 90 2 ARS FDR 0f HMA Pvmt (0-8 In.) ( 743+50 - 396+60) (34,120 SY) 3 days 0 days 100% 8/24/15 8/26/15 8/24/15 8/26/15 91 2 ARS FDR 0f HMA Pvmt (8-12 In) (743+50 - 396+60) (60,594 SY) 7 days 2.1 days 70% 8/27/15 11/4/15 8/27/15 NA 92 2 ARS FDR 0f HMA Pvmt (12-16 In) (743+50 - 396+60) (41,422 SY) 8 days 8 days 0% 11/4/15 11/19/15 NA NA 93 2 BASE ABC (CL 6)- Remove Excess FDR & Place (710+00 - 401+00) (5,787 CY) 7 days 5.25 days 25% 8/27/15 11/13/15 8/27/15 NA 94 2 BASE ABC (CL 6)- Widening (710+00 - 401+00) (24,571 CY) 16 days 4.8 days 70% 8/4/15 11/9/15 8/4/15 NA 95 2 BASE ABC (CL 6)- Widening Subgrade Prep (710+00 - 401+00) 6 days 1 day 83% 7/27/15 11/2/15 7/27/15 NA 96 2 PAVE HMA (Gr S) (75) (PG 64-22)- 2" 2nd Layer(441+00 - 401+20) (1187 TN) 1 day 1 day 0% 11/13/15 11/16/15 NA NA 97 2 PAVE HMA (Gr S) (75) (PG 64-22)- 3" 2nd Layer(RT 743+50 - 441+00) (13,281 TN) 7 days 5.39 days 23% 9/15/15 11/25/15 9/15/15 NA 98 2 PAVE HMA (Gr S) (75) (PG 64-22)- 3" 2nd Layer(LT 743+50 - 441+00) (12,288 TN) 7 days 5.39 days 23% 9/10/15 12/7/15 9/10/15 NA 99 2 PAVE HMA (Gr S) (75) (PG 64-22)- 2 .5" 3rd Layer(RT 441+00 - 401+20) (998 TN) ID Task Mode Area Resource Initials Activity Description Duration Remaining Duration % Complete Early Start Early Finish Actual Start Actual Finish 108 2 MILL Rem Asphalt Mat (Planing)- CR's (west CR 100, 88, 86, 84) (1,346 SY) 1 day 1 day 0% 11/2/15 11/2/15 NA NA 109 2 MILL Rem Asphalt Mat (Planing)- CR'ss (east CR 108, 88, 86) (239 SY) 1 day 1 day 0% 11/3/15 11/3/15 NA NA 110 2 PATCH HMA (Patching) (Asph)- County Rds (RT CR 100 - CR 92) (158 TN) 3 days 3 days 0% 1/2/16 1/9/16 NA NA 111 2 PATCH HMA (Patching) (Asph)- County Rds (LT CR 100 - CR 92) (477 TN) 2 days 2 days 0% 1/9/16 1/14/16 NA NA 112 2 PATCH HMA (Patching) (Asph)- ST's/ DW's/ FA's (RT 724+32 - 632+15) (41 TN) 1 day 1 day 0% 1/14/16 1/17/16 NA NA 113 2 PATCH HMA (Patching) (Asph)- ST's/ DW's/ FA's (LT 724+32 - 408+12) (265 TN) 4 days 4 days 0% 1/17/16 1/27/16 NA NA 114 2 LJR Weather Monitor System / Tower 10 days 10 days 0% 11/2/15 11/16/15 NA NA 115 2 TMI Roadway Signs 15 days 15 days 0% 12/15/15 1/21/16 NA NA 116 2 RKM Pvmt Mkg Paint- Phase 2 5 days 4 days 20% 12/10/15 1/22/16 12/10/15 NA 117 2 BMS Seeding/Mulch (Native) 9 days 9 days 0% 12/25/15 1/16/16 NA NA 118 2 STR B-17-DD (Sta 433+75) 13.25 days 13.25 days 0% 12/10/15 1/12/16 NA NA 119 2 MILL Rem of Asph Mat (Special)(B-17-DD)(512 SY) 1 day 1 day 0% 12/10/15 12/12/15 NA NA 120 2 NPW Br Expan Joint (Asphaltic Plug)(B-17-DD)(160 LF) 2 days 2 days 0% 1/7/16 1/12/16 NA NA 121 Area 3 Pierce (Sta 368+50 - Sta 401+00) 45.13 days 45.13 days 0% 11/2/15 2/3/16 NA NA 122 3 ARS FDR 0f HMA Pvmt (0-8 In.)- Northbound ( 396+60 - 368+49) (2,464SY) 1 day 1 day 0% 11/2/15 11/2/15 NA NA 123 3 ARS FDR 0f HMA Pvmt (0-8 In.)- Southbound ( 396+60 - 368+49) (2,464 SY) 1 day 1 day 0% 12/15/15 12/17/15 NA NA 124 3 ARS FDR 0f HMA Pvmt (8-12 In) (396+60 - 368+49) (4,928 SY) 1 day 1 day 0% 12/17/15 12/20/15 NA NA 125 3 ARS FDR 0f HMA Pvmt (12-16 In) (396+60 - 368+49) (14,980 SY) 3 days 3 days 0% 12/20/15 12/27/15 NA NA 126 3 BASE ABC (CL 6)- Remove Excess FDR- Northbound (401+00 - 368+50) (5,560 CY) 8 days 8 days 0% 11/3/15 11/13/15 NA NA 127 3 BASE ABC (CL 6)- Remove Excess FDR- Southbound (401+00 - 368+50) (5,560 CY) 8 days 8 days 0% 12/15/15 1/4/16 NA NA 128 3 PAVE HMA (Gr S) (75) (PG 64-22)- 2" 2nd Layer(RT 401+20 - 368+50) (1,692 TN) 1 day 1 day 0% 12/10/15 12/12/15 NA NA 129 3 PAVE HMA (Gr S) (75) (PG 64-22)- 2" 2nd Layer(LT 401+20 - 368+50) (1,674 TN) ID Task Mode Area Resource Initials Activity Description Duration Remaining Duration % Complete Early Start Early Finish Actual Start Actual Finish 138 3 PAVE HMA (Gr SX) (75) (PG 64-28)- 2" Top Layer (RT 401+20 - 368+50) (1,688 TN) 1 day 1 day 0% 1/19/16 1/21/16 NA NA 139 3 PAVE HMA (Gr SX) (75) (PG 64-28)- 2" Top Layer (LT 401+60 - 368+50) (1,669 TN) 1 day 1 day 0% 1/21/16 1/24/16 NA NA 140 3 BASE ABC (CL 6) (Spec) (414+50 - 394+50) (321 CY) 1 day 1 day 0% 1/19/16 1/21/16 NA NA 141 3 TMI Roadway Signs 5 days 5 days 0% 1/24/16 2/3/16 NA NA 142 Area 4 (2016) Ault to Pierce (Sta 199+00 - Sta 368+50) 189.1 days 165.46 days 13% 10/22/15 10/21/16 10/22/15 NA 143 4 CRI Resume Construction 0 days 0 days 0% 2/2/16 2/2/16 NA NA 144 2 Pierce Lateral 27.5 days 2.97 days 89% 10/22/15 12/9/15 10/22/15 NA 145 2 LMC Shoring (A 1) 1 day 0 days 100% 10/22/15 10/22/15 10/22/15 10/22/15 146 2 UT Rem Headwall 2 days 0 days 100% 10/26/15 10/27/15 10/26/15 10/27/15 147 2 UT Rem Wall (4 EA) 2 days 0 days 100% 10/26/15 10/27/15 10/26/15 10/27/15 148 2 UT 72 In RCP (CIP) 2 days 0 days 100% 10/26/15 10/27/15 10/26/15 10/27/15 149 2 SCI Conc CL B (3.8 CY)(Sta 448+48 Headwall) 6 days 0 days 100% 11/4/15 11/12/15 11/4/15 11/12/15 150 2 SCI Concrete Cure Time 10 days 0 days 100% 11/14/15 11/27/15 11/14/15 11/27/15 151 2 UT Geotextile (Drain) (CL 2)(292 SY) 3 days 0 days 100% 11/30/15 12/2/15 11/30/15 12/2/15 152 2 DIRT Str Bkfl (CL 1) 3 days 0 days 100% 11/30/15 12/2/15 11/30/15 12/2/15 153 2 DIRT Riprap (18 In) 3 days 0 days 100% 11/30/15 12/2/15 11/30/15 12/2/15 154 2 GCC Rem Gdrail Ty 3 (1040 LF) 2 days 1 day 50% 10/26/15 12/3/15 10/26/15 NA 155 2 GCC Gdrail Ty 3 (6-3)(412.5 LF) 3 days 3 days 0% 12/4/15 12/9/15 NA NA 156 4 CDOT Century Link Telephone/ Pedestal Relocations Completed 0 days 0 days 0% 2/1/16 2/1/16 NA NA 157 4 CDOT Baja Communication Lines Abandoned 0 days 0 days 0% 2/1/16 2/1/16 NA NA 158 4 CDOT XCEL OH Power Relocations Completed (Sta 199+00 - 368+50) 0 days 0 days 0% 2/1/16 2/1/16 NA NA 159 4 POTHOLE Potholing (40 HR) 4 days 4 days 0% 2/2/16 2/5/16 NA NA 160 4 BMS Erosion Control 4 days 4 days 0% 2/2/16 2/5/16 NA NA 161 4 MS Rem Fence(2315 LF) 2 days 2 days 0% 2/2/16 2/3/16 NA NA 162 4 LJR Rem of Road Closure Gate 2 days 2 days 0% 5/18/16 5/19/16 NA NA 163 4 DIRT Emb Matl (CIP) - Strip Topsoil (202+00 - 368+00)(14950 CY) 9 days 9 days 0% 2/8/16 2/18/16 NA NA 164 4 DIRT Emb Matl (CIP) - Cut to Embankment (202+00 - 368+00)(11,000 CY) 7 days 7 days 0% 3/8/16 3/16/16 NA NA 165 4 DIRT Emb Matl (CIP) - Import R50 (202+00 - 368+00)(6000 CY) 8 days 8 days 0% 3/17/16 3/28/16 NA NA 166 4 DIRT Emb Matl (CIP) - Replace Topsoil (202+00 - 368+00)(14950 CY) 10 days 10 days 0% 4/4/16 4/15/16 NA NA 167 4 DIRT Rem Inlet 1 day 1 day 0% 2/8/16 2/8/16 NA NA 168 4 DIRT Rem Ditch Lining 1 day 1 day 0% 2/9/16 2/9/16 NA NA ID Task Mode Area Resource Initials Activity Description Duration Remaining Duration % Complete Early Start Early Finish Actual Start Actual Finish 179 4 UT Riprap (12 In)(57 CY) 3 days 3 days 0% 3/29/16 4/1/16 NA NA 180 4 IT Culvert Lining (48 In) 3 days 3 days 0% 5/18/16 5/20/16 NA NA 181 4 ARS FDR 0f HMA Pvmt (8-12 In) (368+49 - 266+00) (25,367 SY) 3 days 3 days 0% 4/20/16 4/22/16 NA NA 182 4 ARS FDR 0f HMA Pvmt (12-16 In) (368+49 - 266+00) (18,260 SY) 3 days 3 days 0% 4/25/16 4/27/16 NA NA 183 4 BASE ABC (CL 6)- Remove Excess FDR (368+50 - 199+00) (2,063 CY) 3 days 3 days 0% 4/26/16 4/28/16 NA NA 184 4 BASE ABC (CL 6)- Widening (368+50 - 199+00) (26,432 CY) 15 days 15 days 0% 3/29/16 4/19/16 NA NA 185 4 BASE ABC (CL 6)- Leveling (368+50 - 199+00) (2,295 CY) 2 days 2 days 0% 4/29/16 5/2/16 NA NA 186 4 MILL Rem Asphalt Mat (Planing)- US 85 (199+00 & 295+60) (2,676 SY) 2 days 2 days 0% 5/6/16 5/9/16 NA NA 187 4 PAVE HMA (Gr S) (75) (PG 64-22)- 2" 2nd Layer(RT 368+50 - 199+00) (505 TN) 0.5 days 0.5 days 0% 4/20/16 4/20/16 NA NA 188 4 PAVE HMA (Gr S) (75) (PG 64-22)- 2" 2nd Layer(LT 368+50 - 199+00) (531 TN) 0.5 days 0.5 days 0% 4/20/16 4/20/16 NA NA 189 4 PAVE HMA (Gr S) (75) (PG 64-22)- 3" 2nd Layer(RT 368+50 - 199+00) (6,225 TN) 5 days 5 days 0% 4/21/16 4/27/16 NA NA 190 4 PAVE HMA (Gr S) (75) (PG 64-22)- 3" 2nd Layer(LT 368+50 - 199+00) (6,163 TN) 5 days 5 days 0% 4/28/16 5/4/16 NA NA 191 4 PAVE HMA (Gr S) (75) (PG 64-22)- 2 .5" 3rd Layer(RT 368+50 - 199+00) (640 TN) 0.5 days 0.5 days 0% 5/5/16 5/5/16 NA NA 192 4 PAVE HMA (Gr S) (75) (PG 64-22)- 2 .5" 3rd Layer(LT 368+50 - 199+00) (394 TN) 0.5 days 0.5 days 0% 5/5/16 5/5/16 NA NA 193 4 PAVE HMA (Gr SX) (75) (PG 64-28)- 2" Top Layer (RT 368+50 - 199+00) (4,687TN) 3 days 3 days 0% 5/10/16 5/12/16 NA NA 194 4 PAVE HMA (Gr SX) (75) (PG 64-28)- 2" Top Layer (LT 368+50 - 199+00) (4,671 TN) 3 days 3 days 0% 5/13/16 5/17/16 NA NA 195 GC GCC Rumble Strip (Grind)(Asphalt) 11 days 11 days 0% 5/13/16 5/27/16 NA NA 196 4 BASE ABC (CL 6)- CR's/ ST's/ DW's (CR 88 - CR 84) (423 CY) 1 day 1 day 0% 5/18/16 5/18/16 NA NA 197 4 BASE ABC (CL 6) (Spec) (368+50 - 202+00) (2,115 CY) 3 days 3 days 0% 5/18/16 5/20/16 NA NA 198 4 PATCH HMA (Patching) (Asph)- County Rds (RT CR 88 - CR 84) (209 TN) RFP 8214 CM/GC Services for Lincoln Corridor Project 32 Method of Construction Project Timeframe Owner Lincoln Avenue & Willow Street Storm Sewer and Waterline Improvements Completion May 2016 City of Fort Collins Reconstruction of 1st Street Storm Sewer System from Buckingham Street to Lincoln Avenue Completed Spring 2015 City of Fort Collins Widening and Enhancement of Buckingham Street Between 1st Street and 3rd Street Completed Fall 2015 City of Fort Collins New Belgium Brewery Understanding and Experience The Lincoln Corridor Project is a unique challenge in approaching the complete reconstruction of the existing infrastructure. The construction of this project will impact a wide spectrum of users which is more diverse than a typical roadway and bridge reconstruction project. This project will impact the local traveling public, the Buckingham Neighborhood, commercial and industrial businesses, Fort Collins’ ever growing craft beer tourism industry, the Downtown River District, as well as having an environmental impact on the Poudre River Corridor. All of these entities are stakeholders in this project, who deserve attention and consideration from the design and construction team. They create what we believe should be the focal point of planning our construction approach to this project. Connell has had the recent privilege to work as the CM/GC on multiple projects within the Lincoln Corridor Area. We have been involved in the following projects within the last year: Through our involvement in these particular projects we have developed a clear understanding of day to day access needs in this area as well as the expectations of stakeholders affected by the construction work. Our team has developed a solid rapport and working relationship with many of the local businesses including Ranch –Way Feeds, Team Petroleum, and Hydro Construction. We are also aware of the sensitivity the residents of the Buckingham Neighborhood have toward the continued development and construction surrounding their neighborhood. We worked closely with these residents to communicate our construction schedules, explain the short term impacts of our work, and consider their feedback to help mitigate the impact of our work on their lives. RFP 8214 CM/GC Services for Lincoln Corridor Project 33 Method of Construction (Continued) Our Pre-Planning and Management Approach The Connell Team has tested and proven relationships with Ditesco, Interwest Consulting Group and the City of Fort Collins. We believe that our previous working relationships with this team along with our experience and relationships in the Lincoln Corridor area will provide a springboard to efficient and effective planning of the Lincoln Corridor Project. As with developing the project schedule, the sequencing or phasing of this project must be a collaborative effort amongst the project team along with input from the other project stakeholders noted above. Our experience on similar CM/GC and design assist projects has given us the ability to recognize early start opportunities and begin specific work prior to completion of 100% construction drawings. These early start opportunities reduce design time and costs, as well as compress the overall project duration. We believe that the phasing of the Lincoln Corridor Project will be the most critical component in planning, managing, controlling costs and minimizing impacts of the construction activities. As with developing the project budget and schedule, the sequencing or phasing of this project must be a collaborative effort amongst the Project Team along with input from the other project stakeholders noted above will be vital. Upon review of the existing 30% drawings, we have highlighted a few phasing opportunities we believe would be beneficial to the Lincoln Corridor Project. RFP 8214 CM/GC Services for Lincoln Corridor Project 34 Method of Construction (Continued) Phasing 1st Street to Lemay Avenue Segment The 1st Street to Lemay Avenue segment of this project appears to present the greatest opportunity and need to start work sooner than the Notice to Procced date listed in the Request for Proposals.  We would suggest that the storm sewer work, particularly the outfall pipe to the Poudre River, be installed in an initial phase ideally in the March – April time frame. The timing of this phase would allow for the outfall pipe to be installed prior to spring runoff in the Poudre River and guarantee that the project have positive storm drainage throughout the remaining phases. This phase could also be complete with very limited impact to the traveling public and it would expedite the completion of work and impact to Hydro Construction and In-Situ adjacent properties.  We would also like to explore the opportunity to complete the work at the Lincoln Avenue and Lemay Avenue intersection as a single, early, fast track phase. This would shorten the impact to this extremely busy intersection and help facilitate a greater traffic load on the intersection that we anticipate will occur when the Lincoln Avenue Bridge over the Poudre River is under construction.  We also believe that our initial phasing plans must include the incorporation of well-defined and clear pedestrian and bike corridors. This will allow residents and tourist a safe, well-delineated route through the reconstruction process. The remainder of the phasing and sequencing of this phase would be structured to maximize constructability to reduce costs and to minimize impact to the local residences and business. RFP 8214 CM/GC Services for Lincoln Corridor Project 35 Method of Construction (Continued) Poudre River Bridge Segment The Poudre River Bridge Segment would ideally be constructed under a full road closure to expedite the construction schedule and reduce overall cost of construction. If the full closure of Lincoln Avenue is allowed, the focus of the project team would need to center around working closely with adjacent business and residents to create appropriate and acceptable access to their properties. Accurate scheduling and transparent communication would be paramount to making this successful. This approach would also require additional consideration into the phasing and execution of work on the 1st Street to Lemay Avenue segment. One such idea to soften the impact of a full road closure would be to explore the possibility of building a temporary Pedestrian Bridge over the Poudre River for use of bikes and pedestrians throughout construction. This would allow continued access from Old Town Fort Collins to the “Brewery District” and to the Poudre Trail much as it exists today. It would be our intent to attempt to use one of the existing salvaged pedestrian bridges from the Mulberry Bridge Reconstruction project or identify a future pedestrian bridge need to lessen the cost impact of such an idea. RFP 8214 CM/GC Services for Lincoln Corridor Project 36 Quality Assurance/Quality Control At Connell, quality is a core value and we take great PRIDE in our finished product. We have been building work in the Fort Collins area for over 65 years. Much of our work is from repeat clients. We feel this REPEAT business is attributed to our attention to detail from conception through construction that provide the highest quality and value for our clients. Our company CULTURE is such that quality is a top priority second only to safety. Quality control is a primary objective for all members of our team. We emphasize quality from the initial estimating stage through final completion. Our managers are directly involved in a projects quality control through pre- activity meetings, daily oversight, and continual review of quality control testing results. Our company quality control program is structured in a similar way to that of our safety program. We EMPOWER and ENCOURAGE all of our employees from supervisors to laborers to review each other’s work and continually evaluate our processes to SEEK IMPROVEMENT. We encourage employees to continually communicate with one another on the steps being taken to ensure nothing is overlooked and that our operational means and methods will produce a product that exceeds project specifications and our own expectations. To SUPPORT our field crews and to assist in ensuring and documenting quality work Connell employs a staff of quality control professionals. We own and operate multiple state of the art, accredited material testing laboratories for our aggregate production facilities and our asphalt production and paving division. Within our pipeline utility division we have invested in a full time crew DEDICATED to quality control and testing of newly installed waterlines, sanitary sewer lines and storm sewer lines pipelines. Connell Resources has been RECOGNIZED numerous times for our quality work. We have recently been recognized by the International Parking Institute (IPI) for excellence in quality on Hartshorn Parking Lot at Colorado State University. Over the years we have been HONORED with multiple awards from the Colorado Department of Transportation (CDOT) for quality project management and the quality of our asphalt paving. Our U.S. Highway 85 Reconstruction Project has recently been nominated by CDOT for the 2015 Smoothest Asphalt in the State of Colorado Award. RFP 8214 CM/GC Services for Lincoln Corridor Project 37 Partnering Experience Our culture at Connell is based on the free flow of ideas that encourages constructive criticism, mutual respect, and peer accountability; these traits aide in the idea and values of partnering. We try to approach all projects, whether they are hard bid or negotiated, with a partnering attitude. Through this attitude, we found partnering methods that work well and others that do not. The most success we have had in partnering and project execution is through the use of Early Contractor Involvement. The CM/GC process presented for the Lincoln Corridor Project allows for the construction team to be involved in the preliminary design phase of a project. This benefits the project stakeholders not only by adding the contractor’s experience in terms of construction means, methods, and material selections but also facilitates a team atmosphere and creates an attitude of project ownership from the entire team. Further, the use of open book estimate reviews, value engineering, and shared past experiences from the city staff, the design team, the contractor, its’ subcontractors and suppliers helps develop a true partnership that aides in achieving the project delivery goals. Connell Resources, Inc. has a long and successful history of partnering on its construction projects. We have been involved in a wide variety of projects from the public and private sector that have utilized partnering both on a formal and informal basis. Owner Projects Team Members Colorado State University Research Drive Parking Lot Clay Crisp John Warren City of Fort Collins Facilities Integrated Recycling Center Roland Tremble John Warren City of Fort Collins Parks Arapahoe Bend/ Poudre Trail Extension John Warren ELCO Water District Crestview Road Waterline Vine & Shields Waterline Relocation Rocky Ridge Waterline Roland Tremble City of Fort Collins Utilities APDS Downtown River District Mountain Avenue Waterline Rehabilitation College Avenue Waterline Rehabilitation Plum Street Sewer North College Sewer Rehabilitation MAX/BRT Utility Relocations Fossil Creek Stream Rehabilitation John Warren Our core belief in advantages of partnering and the mutual benefit of open communication and trust between the project stakeholders has led us to over 40 such successful negotiated projects in just the past 5 years with contract values that range from $50,000 to over $10,000,000. RFP 8214 CM/GC Services for Lincoln Corridor Project 38 Safety Record At Connell safety is a CORE VALUE. We recognize that our employees are our greatest asset and protecting our greatest asset is simply priceless. We focus on safety at every step in the construction process, from preconstruction safety planning, to constantly analyzing our operations, to the continual investment into new technology, we aspire to always work safer. We EMPOWER ALL OF OUR EMPLOYEES with the responsibility of job site safety. All Connell employees have STOP WORK AUTHORITY. From our president, to our equipment operators and laborers, everyone has the authority, ability, and obligation to stop work on any of our operations if they believe that an unsafe condition exists. We then work as team to take whatever actions are required to correct these situations. Our process of creating safety as a core value includes extensive TRAINING for all employees. We perform daily and task specific Job Hazard Analysis (JHA), we hold weekly “toolbox” safety meetings on-site with every crew and we hold monthly companywide supervisor safety meetings to discuss incidents that have occurred as well as near-miss incidents. We perform annual in house training on such topics as confined space, trenching and excavation safety, first aid and CPR and all of our employees receive OSHA 10 hour outreach training in construction. We also perform mock training, specific to the on-site conditions to prepare the workers for what they may encounter and how to handle the actual situations. Not only do we consider our employee’s safety but we also focus on the safety of all of our project’s STAKEHOLDERS, including the PUBLIC’S SAFETY. We demand that our subcontractors meet our safety requirements. We highly encourage our owner and engineering partners to contribute and be involved in our job site safety planning and execution. We strongly believe in constant communication with neighbors and the traveling public to inform of our operations and changing conditions. 2015 2014 2013 2012 2011 TRIR 2.93 4.08 5.10 5.04 4.13 EMOD 0.74 0.80 0.84 0.82 0.74 OSHA CITATIONS 0 0 0 0 0 RFP 8214 CM/GC Services for Lincoln Corridor Project 39 Trade Subcontractors Our longstanding presence in Northern Colorado has given us the opportunity to establish strong working relationships with quality subcontractors for scopes of work we typically don’t perform in house. Over the years we’ve been able to evaluate these subcontractors on projects and establish relationships with those who uphold our quality and safety standards. The following are scopes of work Connell would intend to subcontract for the Lincoln Corridor Project.  Survey  Concrete Structures  Concrete Flatwork  Landscaping  Electrical  Fencing  Traffic Control Again, we would want the subcontractor selection to be a team process with the goal of bringing on key subcontractors early. Connell is committed to soliciting a minimum of three qualified subcontractor partners for each scope of work listed. The subcontractors we solicit will be those that we have strong relationship with and are confident in their abilities. We will also commit to subcontracting 5% of the project to DBE subcontractors. All subcontractors and their quotes will be evaluated by the project team and subcontractors will be selected based on those who can bring the best value to the project and who are committed to meeting the project goals and expectations. RFP 8214 CM/GC Services for Lincoln Corridor Project 40 Financial Statement Our confidential audited financial statement has been sent under separate cover to City of Fort Collins Purchasing Department. Connell Resources, Inc. banks with Bank of Colorado. Our personal banker is Christopher Burns, Senior Vice President. He can be reached at 970-267-3663 and his email address is Christopher.burns@bankofcolorado.com. Please let us know if you require further information. Bonding Company Reference Travelers Surety Company of America issues Connell’s surety bonds through Flood & Peterson. Connell Resources, Inc. has done business with Flood & Peterson for over 25 years. Connell has no limit on aggregate bonding capacity and can obtain single project bonds from Travelers in the excess of $15 million. Flood & Peterson 4821 Wheaton Drive Fort Collins, CO 80525 Darlene Krings, Attorney-In-Fact 970-266-8710 Please see attached bonding letter from Flood & Peterson dated January 19, 2016. RFP 8214 CM/GC Services for Lincoln Corridor Project 42 Insurance Company Connell Resources, Inc. has worked with Flood and Peterson for over 25 years. Flood & Peterson Insurance, Inc. 4821 Wheaton Drive Fort Collins, CO 80525 Nikki Mosbrucker 970-266-8710 1. Does coverage meet minimum project requirements? Yes 2. Does coverage include Builder’s Risk? Per Addendum 2, Builder’s Risk is not required on this project. 3. Can this coverage be extended for work on this project? Connell’s coverage can be for work on this project. 4. Can coverage be increased? Connell’s coverage can be increased as necessary for this project. 5. Can the City be listed as an additional insured? Yes, the City would be listed as an additional insured. 6. Are there any current claims that will affect coverage limits available for this project? There are no current claims that would affect this project. Please see a sample insurance certificate attached. CERTIFICATE HOLDER ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. AUTHORIZED REPRESENTATIVE CANCELLATION CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) JECT LOC PRO- POLICY GEN'L AGGREGATE LIMIT APPLIES PER: CLAIMS-MADE OCCUR COMMERCIAL GENERAL LIABILITY GENERAL LIABILITY PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ DED RETENTION $ CLAIMS-MADE OCCUR $ AGGREGATE $ UMBRELLA LIAB EACH OCCURRENCE $ EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) RFP 8214 CM/GC Services for Lincoln Corridor Project 44 Services and Construction Agreements Connell Resources, Inc. makes no exceptions to and is prepared to execute the Services Agreement (SA) or the Construction Agreement if selected. RFP 8214 CM/GC Services for Lincoln Corridor Project 45 Construction Cost Factors Connell Resources, Inc. will maintain an open book policy with the City regarding the pricing of any work under this contract. A listing of construction cost factors has been included below. Work Order I ( Pre Construction Services) Estimated Hours Hourly Rate Total John Warren 80 $ 90.00 $7200.00 Roland Tremble 96 $ 80.00 $7680.00 Clay Crisp 20 $ 75.00 $1500.00 TOTAL 196 $16,380.00 Work Order II (Construction Services) Total Base Bid Costs Labor + Burden Cost Equipment Cost Permanent Materials Cost Subcontractors Cost Overhead & Profit Costs Overhead 8% Profit 6% Guaranteed Maximum Price Total Base Bid Costs + Overhead + Profit We do not anticipate any change orders. However, if change orders were to occur they would be calculated based on the fee structure above. Connell also has in house hydro excavation potohole crews that would be available to assist in underground utility locating during the preconstruction phase. PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) 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). The ACORD name and logo are registered marks of ACORD COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201005).01 6/12/2015 Flood and Peterson PO Box 578 Greeley CO 80632 Nikki Mosbrucker CIC,CISR (970)266-7123 (970)506-6823 NMosbrucker@floodpeterson.com Connell Resources, Inc. 7785 Highland Meadows Parkway #100 Fort Collins CO 80528 Charter Oak Fire Insurance 25615 Travelers Indemnity Company 25658 Travelers Property Casualty 25674 Pinnacol Assurance 41190 CL1552803110 A X X X X Y DTCO4794N532COF15 6/1/2015 6/1/2016 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B X X X X Y DT8104794N532TIL15 6/1/2015 6/1/2016 1,000,000 Uninsured motorist combined 1,000,000 C X X X Y DTSMCUP4794N532TIL15 6/1/2015 6/1/2016 10,000,000 10,000,000 D N Y 4029651 6/1/2015 6/1/2016 X 500,000 500,000 500,000 N Mosbrucker CIC,CISR Sample Certificate *For Information Purposes Only 3 days 3 days 0% 5/19/16 5/23/16 NA NA 199 4 PATCH HMA (Patching) (Asph)- County Rds (LT CR 88 - CR 84) (157 TN) 3 days 3 days 0% 5/24/16 5/26/16 NA NA 200 4 PATCH HMA (Patching) (Asph)- ST's/ DW's/ FA's (21 TN) (9 TN) 1 day 1 day 0% 5/27/16 5/27/16 NA NA 201 4 MILL Rem Asphalt Mat 5 days 5 days 0% 5/18/16 5/24/16 NA NA 202 2 DIRT Emb Matl (CIP) - Strip Topsoil (630+00 - 710+00)(2300 CY) 2 days 2 days 0% 5/18/16 5/19/16 NA NA 203 4 DIRT Emb Matl (CIP) - Cut to Embankment (202+00 - 368+00) Haul to (630+00 - 680+00)(9,000 CY) 6 days 6 days 0% 5/20/16 5/27/16 NA NA 204 2 DIRT Emb Matl (CIP) - Replace Topsoil (630+00 - 710+00)(2300 CY) 5 days 5 days 0% 5/31/16 6/6/16 NA NA 205 4 LJR Road Closure Gate 5 days 5 days 0% 5/20/16 5/26/16 NA NA 206 4 TMI Roadway Signs 10 days 10 days 0% 5/23/16 6/6/16 NA NA 207 4 BMS Seeding/Mulch (Native) 15 days 15 days 0% 6/7/16 6/27/16 NA NA 208 4 CRI Final Clean Up/ Demobilization 14 days 14 days 0% 6/28/16 7/18/16 NA NA 209 4 BMS Final Seeding 14 days 14 days 0% 10/3/16 10/21/16 NA NA S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S May 31, '15 Jun 7, '15 Jun 14, '15 Jun 21, '15 Jun 28, '15 Jul 5, '15 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Critical Critical Split Progress Manual Progress Page 6 Connell Resources, Inc. US 85 Ault to Wyoming (CDOT Proj. Sta 0853-070) Master Schedule Update- November 2015 Date: 12/15/15 169 4 SCI Conc S and D Pave 2 days 2 days 0% 3/8/16 3/9/16 NA NA 170 4 UT Rem Pipe (1439 LF) 4 days 4 days 0% 2/10/16 2/15/16 NA NA 171 4 UT 15 In RCP (CIP) 3 days 3 days 0% 2/16/16 2/18/16 NA NA 172 4 UT 30 In RCP (CIP) 4 days 4 days 0% 2/19/16 2/24/16 NA NA 173 4 UT 36 In RCP (CIP)(280 LF) 6 days 6 days 0% 2/25/16 3/3/16 NA NA 174 4 UT 18 In CSP 2 days 2 days 0% 3/4/16 3/7/16 NA NA 175 4 UT 18 In Drainage Pipe (CL 0) (CIP) 2 days 2 days 0% 3/17/16 3/18/16 NA NA 176 4 UT 24 In Drainage Pipe (CL 0) (CIP) 2 days 2 days 0% 3/21/16 3/22/16 NA NA 177 4 UT 30 In Drainage Pipe (CL 0) (CIP)(172 LF) 2 days 2 days 0% 3/23/16 3/24/16 NA NA 178 4 DIRT Geotextile (Drain) (CL 2)(111 SY) 2 days 2 days 0% 3/25/16 3/28/16 NA NA S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S May 31, '15 Jun 7, '15 Jun 14, '15 Jun 21, '15 Jun 28, '15 Jul 5, '15 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Critical Critical Split Progress Manual Progress Page 5 Connell Resources, Inc. US 85 Ault to Wyoming (CDOT Proj. Sta 0853-070) Master Schedule Update- November 2015 Date: 12/15/15 1 day 1 day 0% 1/7/16 1/9/16 NA NA 130 3 PAVE HMA (Gr S) (75) (PG 64-22)- 2 .5" 3rd Layer(RT 401+20 - 368+50) (2,119 TN) 1 day 1 day 0% 12/12/15 12/15/15 NA NA 131 3 PAVE HMA (Gr S) (75) (PG 64-22)- 2 .5" 3rd Layer(LT 401+20 - 368+50) (2,376 TN) 1.5 days 1.5 days 0% 1/9/16 1/13/16 NA NA 132 3 STR BZ-17-AZ (Sta 392+50) 9 days 9 days 0% 12/27/15 1/19/16 NA NA 133 3 MILL Rem of Asph Mat (Special)(B-17-AZ)(936 SY) 1 day 1 day 0% 12/27/15 12/30/15 NA NA 134 3 GCC Rem Bridge Railing (B-17-AZ)(86 LF) 1 day 1 day 0% 12/30/15 1/1/16 NA NA 135 3 SCI Conc CL D (Bridge)(B-17-AZ)(0.6 CY) 4 days 4 days 0% 1/1/16 1/11/16 NA NA 136 3 SCI Reinf Steel(B-17-AZ)(44 LB) 1 day 1 day 0% 1/11/16 1/14/16 NA NA 137 3 GCC Mfg./ Install Brdg Rail Ty 3R (B-17-AZ)(86 LF) 2 days 2 days 0% 1/14/16 1/19/16 NA NA S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S May 31, '15 Jun 7, '15 Jun 14, '15 Jun 21, '15 Jun 28, '15 Jul 5, '15 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Critical Critical Split Progress Manual Progress Page 4 Connell Resources, Inc. US 85 Ault to Wyoming (CDOT Proj. Sta 0853-070) Master Schedule Update- November 2015 Date: 12/15/15 1 day 1 day 0% 12/7/15 12/9/15 NA NA 100 2 PAVE HMA (Gr S) (75) (PG 64-22)- 2 .5" 3rd Layer(LT 441+00 - 401+20) (744 TN) 1 day 1 day 0% 12/9/15 12/10/15 NA NA 101 2 MILL Rem Asphalt Mat (Planing)- US 85 (743+50) 1 day 0 days 100% 9/17/15 9/17/15 9/17/15 9/17/15 102 2 PAVE HMA (Gr SX) (75) (PG 64-28)- 2" Top Layer (RT 743+50 - 401+20) (9,217 TN) 5 days 5 days 0% 12/15/15 12/27/15 NA NA 103 2 PAVE HMA (Gr SX) (75) (PG 64-28)- 2" Top Layer (LT 743+50 - 401+60) (8,551 TN) 5 days 4.25 days 15% 10/29/15 1/7/16 10/29/15 NA 104 2 BASE ABC (CL 6) (Spec) (743+50 - 414+50) (4,068 CY) 4 days 2.8 days 30% 11/3/15 1/14/16 11/3/15 NA 105 2 BASE ABC (CL 6)- CR's/ ST's/ DW's (CR 100 - CR 92) (945 CY) 1 day 1 day 0% 1/7/16 1/9/16 NA NA 106 2 BASE ABC (CL 6) (Spec) (CR 100) (125 CY) 1 day 0 days 100% 11/10/15 11/10/15 11/10/15 11/10/15 107 2 BASE ABC (CL 6) (Spec) (743+50 - 414+50) (4,068 CY) 4 days 4 days 0% 12/15/15 12/25/15 NA NA Potholing (40 HR) Erosion Control Fence/Posts BW MP (2415 LF) Rem Fence (4425 LF) Emb Matl (CI S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S May 31, '15 Jun 7, '15 Jun 14, '15 Jun 21, '15 Jun 28, '15 Jul 5, '15 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Critical Critical Split Progress Manual Progress Page 3 Connell Resources, Inc. US 85 Ault to Wyoming (CDOT Proj. Sta 0853-070) Master Schedule Update- November 2015 Date: 12/15/15 5 days 0 days 100% 11/19/15 11/25/15 11/19/15 11/25/15 67 1-A 17 B SCI Conc CL D (Bridge)(A-17-B)(1 CY) 2 days 0 days 100% 10/30/15 11/2/15 10/30/15 11/2/15 68 1-A 17 B SCI Reinf Steel(A-17-B)(42 LB) 0 days 0 days 0% 11/1/15 11/1/15 NA NA 69 1-A 17 B GCC Brdg Rail Ty 10R (A-17-B)(127 LF) 4 days 0 days 100% 11/5/15 11/10/15 11/5/15 11/10/15 70 1 GCC Rem Gdrail Ty 3 (758 LF) 0 days 0 days 100% 11/11/15 11/11/15 11/11/15 11/11/15 71 1 GCC Gdrail Ty 3 (6-3)(600 lf) 1 day 0 days 100% 11/11/15 11/12/15 11/11/15 11/12/15 72 1-A 17 C Str A-17-C (Sta 5604+76) 44.5 days 0 days 100% 9/17/15 12/1/15 9/17/15 12/1/15 73 1-A17C MILL Rem of Asph Mat (Special)(A-17-C)(222 SY) 1 day 0 days 100% 9/17/15 9/17/15 9/17/15 9/17/15 74 1-A17C NPW Br Expan Joint (Asphaltic Plug)(A-17-C)(60 LF) 7 days 0 days 100% 11/23/15 12/1/15 11/23/15 12/1/15 75 1-A17C NPW Waterproofing (Membrane)(A-17-C)(232 SY) 1 day 0 days 100% 10/20/15 10/20/15 10/20/15 10/20/15 76 1 GCC Rem Gdrail Ty 3 (576 LF) 8.5 days 0 days 100% 10/27/15 11/12/15 10/27/15 11/12/15 77 1 GCC Gdrail Ty 3 (6-3)(600 LF) 12 days 0 days 100% 10/27/15 11/12/15 10/27/15 11/12/15 S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S May 31, '15 Jun 7, '15 Jun 14, '15 Jun 21, '15 Jun 28, '15 Jul 5, '15 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Critical Critical Split Progress Manual Progress Page 2 Connell Resources, Inc. US 85 Ault to Wyoming (CDOT Proj. Sta 0853-070) Master Schedule Update- November 2015 Date: 12/15/15 44 1 BASE ABC (CL 6)- Widening (5227+00 - 5199+00) (1,880 CY) 1.5 days 0 days 100% 6/29/15 6/30/15 6/29/15 6/30/15 6/15 6/15 6/15 6/25 Erosion Control Potholing (30 HR) Shoring (A 2) 6/17 Rem Wall (4 EA) Str Excav Rem Fence (167 LF) Shoring (A 3) Rem Wall (4 EA) Str Excav Rem Fence (167 LF) Emb Matl (CIP)- Strip Topsoil ( 5199+00 - 5227+00)(3800 CY) Emb Matl (CIP) - Import R50 (5199+00 - 5227+00)(9370 CY) Emb Matl (CIP) - Replace Topsoil (5199+ ABC (CL 6)- Widening Subgrade Prep (5227+00 - 5199+00) ABC (CL 6)- Widening (5227+00 - 5199+00) (1,88 S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S May 31, '15 Jun 7, '15 Jun 14, '15 Jun 21, '15 Jun 28, '15 Jul 5, '15 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Critical Critical Split Progress Manual Progress Page 1 Connell Resources, Inc. US 85 Ault to Wyoming (CDOT Proj. Sta 0853-070) Master Schedule Update- November 2015 Date: 12/15/15 20.87% 14.51% 3.47% 0.00% 2.42% 10.84% 0.00% 0.00% 8.11% 39.77% Man-hours: 2,806.15 Man-hours: 195.50 Bid Price $959,003.00 $57,555.88 Pay Item Summary Amount Total Bond: Total Indirect Cost: Total Overhead: Total Profit: Total Direct Cost: Total Bid Price: $770,670.72 $46,115.46 $7,959.59 $76,701.36 Total DC Adds/Cuts: $0.00 80.36% 4.81% 0.00% 0.83% 8.00% 6.00% Total Overall Cost: $824,745.77 Total Margin: $134,257.23 86.00% 14.00% Percent of Total Man-hours: 3,001.65 1/22/2016 11:04:32 AM Integrated Recycle Facility Excavator KOM 200 9.00 HR $75.50 $679.50 OP - Excavator, Small 9.00 HR $34.70 $312.29 22-250 - Remove Fence 750.00 LF $3.32 $2,489.44 $4.00 $3,000.00 17.02% Man Hours: 27.78 LF/MH 27.00 Remove Fence 750.00 LF $1.71 $1,281.85 Man Hours: 41.67 LF/MH 18.00 RMV-Removal Crew (1,500.00 LF/DY, 0.50 DY) 750.00 LF $1.71 $1,281.85 Loader CAT 938 4.50 HR $75.75 $340.88 Pickup 4.50 HR $10.00 $45.00 1/22/2016 11:04:32 AM Integrated Recycle Facility Jay East FCL Water District Utility Superintendent jay@fclwd.com 970-226-3104 x 105 Please see resumes attached for all individuals listed 1 – Carlson 8’ Paver 1 – Blaw Knox PF 4410 Paver 1 – Road Tec Shuttle Buggy – M.T.V. 1 – Road Tec RX700-3 Rotomill 1 - Wirtgen W120Fi Rotomill Multiple Sizes & Configurations of Rollers Trench Boxes Multiple Sizes & Configurations Pumps & Generators Multiple 25 KW – 700 KW Generators Multiple 2” – 8” Pumps (Trash, Submersible, Dry Prime) In addition to this equipment Connell Resources, Inc. owns and operates its own asphalt hot plant as well as mining and processing our own aggregates. The following equipment is owned and maintained by Connell Resources, Inc. Below is a partial list of equipment highlighting only some of the major pieces in our fleet of more than 400 pieces. All of Connell’s fleet is available for use on this project.