Loading...
HomeMy WebLinkAboutresolution.council.092-25RESOLUTION 4092 (Series of 2025) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORAnn , APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN AND ELITE PIPELINE SERVICES AND AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT ON BEHALF OF THE CITY OF ASPEN, COLORADO. WHEREAS, there has been submitted to the City Council a professional services agreement for 2025 Maroon Creek Pipeline Joint Repair, between the City of Aspen and Elite Pipeline Services, a true and accurate copy of which is attached hereto as Exhibit "A"; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves the professional services agreement for the 2025 Maroon Creek Pipeline Joint Repair, between the City of Aspen and Elite Pipeline Services, a copy of which is annexed hereto and incorporated herein, and does hereby authorize the City Manager to execute said agreement on behalf of the City of Aspen. RESOLVED, APPROVED, AND ADOPTED FINALLY by the City Council of the City of Aspen on the 24"' day of June 2025. I, Nicole Henning, duly appointed and acting City Clerk do certify that the foI egoing is a true and accurate copy of that resolution adopted by the City Council of the City of Aspen, Colorado, at a meeting held, June 24", 2025. . Nicole Henning, City Clerk Docusign Envelope ID: 20E05EA2-906E-4576-AE86-2C38462AA19C CITY OF ASPEN STANDARD FORM OF AGREEMENT SUPPLY PROCUREMENT and PROFESSIONAL SERVICES AGREEMENT made as of June 13th 2025. BETWEEN the City: The City of Aspen 427 Rio Grande Place Aspen, Colorado 81611 Phone: (970) 920-5079 And the Professional: Elite Pipeline Services, Inc. 5220 Edgewater Drive Allendale, MI 49401 US 616-726-8286 cj ona0t0s@el4tepipeline0 com For the Following Project: 2025 Maroon Creek Pipeline Joint Repair City of Aspen Contract No.: 2025-247 Contract Amount: Total: shall not exceed $120,000.00 by 9/8/2025 y If this Agreement requires the City to pay an amount of monein excess of $100,000.00 it shall not be deemed valid until it has been approved by the City Council of the City of Aspen. Exhibits appended and made a part of this Agreement: City Council Approval: Date: 06/24/2025 Resolution No.: 2025-092 Exhibit A: List of supplies, equipment, or materials to be purchased, Scope of Work, and Fee Schedule. Docusign Envelope ID: 20E05EA2-906B 4576-AE86-2C38462AA19C SUPPLY PROCUREMENT 1. Purchase. Professional agrees to sell and City agrees to purchase the supplies, equipment, or materials as described in Exhibit A, appended hereto and by this reference incorporated herein, for the sum of set forth above. 2. Deliv_erv_. (FOB Asnen Water Department 500 Dooli 3. Contract Documents. This Agreement shall include all Contract Documents as the same are listed in the Invitation to Bid or Request for Proposals and said Contract Document are hereby made a part of this Agreement as if fully set out at length herein. 4. Warranties. N/A 5. Successors and Assigns. This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the City and the Professional respectively and their agents, representatives, employee, successors, assigns and legal representatives. Neither the City nor the Professional shall have the right to assign, transfer or sublet its interest or obligations hereunder without the written consent of the other party. PROFESSIONAL SERVICES 6. Scone of Work. Professional shall perform in a competent and professional manner the Scope of Work as set forth at Exhibit A attached hereto and by this reference incorporated herein. 7. Completion. Professional shall commence Work immediately upon receipt of a written Notice to Proceed from the City and complete all phases of the Scope of Work as expeditiously as is consistent with professional skill and care and the orderly progress of the Work in a timely manner. The parties anticipate that all Work pursuant to this Agreement shall be completed no later than 09-08-2025, with the installation and operation of all the equipment no later than 09-08-2025. Upon request of the City, Professional shall submit, for the City's approval, a schedule for the performance of Professional's services which shall be adjusted as required as the project proceeds, and which shall include allowances for periods of time required by the City's project engineer for review and approval of submissions and for approvals of authorities having jurisdiction over the project. This schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by the Professional. 8. Pa, ent. In consideration of the work performed, City shall pay Professional on a time and expense basis for all work performed. The hourly rates for work performed by Professional shall not exceed those hourly rates set forth at Exhibit A appended hereto. Except as otherwise mutually agreed to by the parties the payments made to Professional shall not initially exceed the amount set forth above. Professional shall submit, in timely fashion, invoices for work performed. The City shall review such invoices and, if they are considered incorrect or untimely, the City shall review the matter with Professional within ten days from receipt of the Professional's bill. Docusign Envelope ID: 20E05EA2-906B4576-AE86-2C38462AA19C 9. Non-ASsl agn bility. Both parties recognize that this Agreement is one for personal services and cannot be transferred, assigned, or sublet by either party without prior written consent of the other. Sub -Contracting, if authorized, shall not relieve the Professional of any of the responsibilities or obligations under this Agreement. Professional shall be and remain solely responsible to the City for the acts, errors, omissions or neglect of any subcontractors' officers, agents and employees, each of whom shall, for this purpose be deemed to be an agent or employee of the Professional to the extent of the subcontract. The City shall not be obligated to pay or be liable for payment of any sums due which may be due to any sub -contractor. 10. Termination of Procurement. The sale contemplated by this Agreement may be canceled by the City prior to acceptance by the City whenever for any reason and in its sole discretion the City shall determine that such cancellation is in its best interests and convenience 11. Termination of Professional Services. The Professional or the City may terminate the Professional Services component of this Agreement, without specifying the reason therefor, by giving notice, in writing, addressed to the other party, specifying the effective date of the termination. No fees shall be earned after the effective date of the termination. Upon any termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Professional pursuant to this Agreement shall become the property of the City. Notwithstanding the above, Professional shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Professional, and the City may withhold any payments to the Professional for the purposes of set-off until such time as the exact amount of damages due the City from the Professional may be determined 12. Independent Contractor Status. It is expressly acknowledged and understood by the parties that nothing contained in this agreement shall result in, or be construed as establishing an employment relationship. Professional shall be, and shall perform as, an independent Contractor who agrees to use his or her best efforts to provide the said services on behalf of the City. No agent, employee, or servant of Professional shall be, or shall be deemed to be, the employee, agent or servant of the City. City is interested only in the results obtained under this contract. The manner and means of conducting the work are under the sole control of Professional. None of the benefits provided by City to its employees including, but not limited to, workers' compensation insurance and unemployment insurance, are available from City to the employees, agents or servants of Professional. Professional shall be solely and entirely responsible for its acts and for the acts of Professional's agents, employees, servants and subcontractors during the performance of this contract. Professional shall indemnify City against all liability and loss in connection with, and shall assume full responsibility for payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, social security and income tax law, with respect to Professional and/or Professional's employees engaged in the performance of the services agreed to herein. 13. Indemnification. Professional agrees to indemnify and hold harmless the City, its officers, employees, insurers, and self-insurance pool, from and against all liability, claims, and demands, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this contract, to the extent and for an amount represented by the degree or percentage such injury, loss, or damage is caused in whole Docusign Envelope ID: 20E05EA2-906E-4576-AE86-2C38462AA19C or in part by, or is claimed to be caused in whole or in part by, the wrongful act, omission, error, professional error, mistake, negligence, or other fault of the Professional, any subcontractor of the Professional, or any officer, employee, representative, or agent of the Professional or of any subcontractor of the Professional, or which arises out of any workmen's compensation claim of any employee of the Professional or of any employee of any subcontractor of the Professional. The Professional agrees to investigate, handle, respond to, and to provide defense for and defend against, any such liability, claims or demands at the sole expense of the Professional, or at the option of the City, agrees to pay the City or reimburse the City for the defense costs incurred by the City in connection with, any such liability, claims, or demands. If it is determined by the final judgment of a court of competent jurisdiction that such injury, loss, or damage was caused in whole or in part by the act, omission, or other fault of the City, its officers, or its employees, the City shall reimburse the Professional for the portion of the judgment attributable to such act, omission, or other fault of the City, its officers, or employees. 14. Professional's Insurance. (a) Professional agrees to procure and maintain, at its own expense, a policy or policies of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. Such insurance shall be in addition to any other insurance requirements imposed by this contract or by law. The Professional shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to Section 8 above by reason of its failure to procure or maintain insurance, or by reason of its failure to procure or maintain insurance in sufficient amounts, duration, or types. (b) Professional shall procure and maintain, and shall cause any subcontractor of the Professional to procure and maintain, the minimum insurance coverages listed below. Such coverages shall be procured and maintained with forms and insurance acceptable to the City. All coverages shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. (i) WoNker's Compensation insurance to cover obligations imposed by applicable laws for any employee engaged in the performance of work under this contract, and Employers' Liability insurance with minimum limits of ONE MILLION DOLLARS ($1,000,000.00) for each accident, ONE MILLION DOLLARS ($1,000,000.00) disease - policy limit, and ONE MILLION DOLLARS ($1,000,000.00) disease - each employee. Evidence of qualified self -insured status may be substituted for the Worker's Compensation requirements of this paragraph. (ii) Commercial General Liability insurance with minimum combined single limits of TWO MILLION DOLLARS ($2,000,000.00) each occurrence and THREE MILLION DOLLARS ($3,000,000.00) aggregate. The policy shall be applicable to all premises and operations. The policy shall include coverage for bodily injury, broad forth property damage (including completed operations), personal injury (including Docusign Envelope ID: 20E05EA2-906E-4576-AE86-2C38462AA19C coverage for contractual and employee acts), blanket contractual, independent contractors, products, and completed operations. The policy shall include coverage for explosion, collapse, and underground hazards. The policy shall contain a severability of interests provision. Comprehensive Automobile Liability insurance with minimum combined single limits for bodily injury and property damage of not less than ONE MILLION DOLLARS ($1, 000, 000.00) each occurrence and ONE MILLION DOLLARS ($1, 000, 000. 00) aggregate with respect to each Professional's owned, hired and non - owned vehicles assigned to or used in performance of the Scope of Work. The policy shall contain a severability of interests provision. If the Professional has no owned automobiles, the requirements of this Section shall be met by each employee of the Professional providing services to the City under this contract. (iv) Professional Liability insurance with the minimum limits of ONE MILLION DOLLARS ($1,000,000) each claim and TWO MILLION DOLLARS ($2,000,000) aggregate. (c) The policy or policies required above shall be endorsed to include the City and the City's officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the City, its officers or employees, or carried by or provided through any insurance pool of the City, shall be excess and not contributory insurance to that provided by Professional. No additional insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Professional shall be solely responsible for any deductible losses under any policy required above. (d) The certificate of insurance provided by the City shall be completed by the Professional's insurance agent as evidence that policies providing the required coverages, conditions, and minimum limits are in full force and effect, and shall be reviewed and approved by the City prior to commencement of the contract. No other form of certificate shall be used. The certificate shall identify this contract and shall provide that the coverages afforded under the policies shall not be canceled, terminated or materially changed until at least thirty (30) days prior written notice has been given to the City. (e) Failure on the part of the Professional to procure or maintain policies providing the required coverages, conditions, and minimum limits shall constitute a material breach of contract upon which City may immediately terminate this contract, or at its discretion City may procure or renew any such policy or any extended reporting period thereto and may pay any and all premiums in connection therewith, and all monies so paid by City shall be repaid by Professional to City upon demand, or City may offset the cost of the premiums against monies due to Professional from City. (f) City reserves the right to request and receive a certified copy of any policy and any endorsement thereto. Docusign Envelope ID: 20E05EA2-906B4576-AE86-2C38462AA19C (g) The parties hereto understand and agree that City is relying on and does not waive or intend to waive by any provision of this contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, Section 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to City, its officers, or its employees. Citv's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Property/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 15. Citv's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Property/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 16. Completeness of Agreement. It is expressly agreed that this agreement contains the entire undertaking of the parties relevant to the subject matter thereof and there are no verbal or written representations, agreements, warranties or promises pertaining to the project matter thereof not expressly incorporated in this writing. 17. Notice. Any written notices as called for herein maybe hand delivered or mailed by certified mail return receipt requested to the respective persons and/or addresses listed above. 18. Non -Discrimination. No discrimination because of race, color, creed, sex, marital stat>I.ls, affectional or sexual orientation, family responsibility, national origin, ancestry, handicap, or religion shall be made in the employment of persons to perform services under this contract. Professional agrees to meet all of the requirements of City's municipal code, Section 15.04.570, pertaining to non- discrimination in employment. Any business that enters into a contract for goods or services with the City of Aspen or any of its boards, agencies, or departments shall: (a) Implement an employment nondiscrimination policy prohibiting discrimination in hiring, discharging, promoting or demoting, matters of compensation, or any other employment -related decision or benefit on account of actual or perceived race, color, religion, national origin, gender, physical or mental disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status. (b) Not discriminate in the performance of the contract on account of actual or perceived race, color, religion, national origin, gender, physical or mental Docusign Envelope ID: 20E05EA2-906B4576-AE86-2C38462AA19C disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status. The foregoing provisions shall be incorporated in all subcontracts hereunder. 19. Waiver. The waiver by the City of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term. No term, covenant, or condition of this Agreement can be waived except by the written consent of the City, and forbearance or indulgence by the City in any regard whatsoever shall not constitute a waiver of any term, covenant, or condition to be performed by Professional to which the same may apply and, until complete performance by Professional of said term, covenant or condition, the City shall be entitled to invoke any remedy available to it under this Agreement or by law despite any such forbearance or indulgence. 20. Execution of Agreement b�tv. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding anything to the contrary contained herein, this Agreement shall not be binding upon the City unless duly executed by the City Manager of the City of Aspen (or a duly authorized official in the City Manager's absence) and if above $100,000, following a Motion or Resolution of the Council of the City of Aspen authorizing the City Manager (or other duly authorized official in the City Manager's absence) to execute the same. 21. Warranties Against Contingent Fees. Gratuities. Kickbacks and Confli (a) Professional warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Professional for the purpose of securing business. (b) Professional agrees not to give any employee of the City a gratuity or any offer of employment in connection with any decision, approval, disapproval, recommendation, preparation of any part of a program requirement or a purchase request, influencing the content of any specification or procurement standard, rendering advice, investigation, auditing, or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter, pertaining to this Agreement, or to any solicitation or proposal therefore. (c) Professional represents that no official, officer, employee or representative of the City during the term of this Agreement has or one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, except those that may have been disclosed at the time City Council approved the execution of this Agreement. (d) In addition to other remedies it may have for breach of the prohibitions against contingent fees, gratuities, kickbacks and conflict of interest, the City shall have the right to: Docusign Envelope ID: 20E05EA2-906B4576-AE86-2C38462AA19C l . Cancel this Purchase Agreement without any liability by the City; 2. Debar or suspend the offending parties from being a Professional, cont 3. Deduct from t11e contract price or consideration, or otherwise recover, the value of anything transferred or received by the Professional; and 4. Recover such value from the offending parties. 22. Fund Availability. Financial obligations of the City payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. If this Agreement contemplates the City utilizing state or federal funds to meet its obligations herein, this Agreement shall be contingent upon the availability 'of those funds for payment pursuant to the terms of this Agreement. 23. General Terms. (a) It is agreed that neither this Agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. (b) If any of the provisions of this Agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. (c) The parties acknowledge and tulderstand that there are no conditions or limitations to this understanding except those as contained herein at the time of the execution hereof and that after execution no alteration, change or modification shall be made except upon a writing signed by the parties. (d) This Agreement shall be governed by the laws of the State of Colorado as from time to time in effect. 24. Additional Provisions. In addition to those provisions set forth herein and in the Contract Documents, the parties hereto agree as follows: [) No additional provisions are adopted. [X] See Exhibit A below. 25. Electronic Signatures and Electronic Records This Agreement and any amendments hereto maybe executed in several counterparts, each of which shall be deemed an original, and all of which together shall constitute one agreement binding on the Parties, notwithstanding the possible event that all Parties may not have signed the same counterpart. Furthermore, each Party consents to the use of electronic signatures by either Party. The Scope of Work, and any other documents requiring a signature hereunder, may be signed electronically in the manner agreed to by the Parties. The Parties agree not to deny the legal effect or enforceability of the Agreement solely because it is in electronic form or because an electronic record was used in its formation. Docusign Envelope ID: 20E05EA2-906B4576-AE86-2C38462AA19C The Parties agree not to object to the admissibility of the Agreement in the form of an electronic record, or a paper copy of an electronic documents, or a paper copy of a document bearing an electronic signature, on the ground that it is an electronic record or electronic signature or that it is not in its original form or is not an original. 26. The Professional in performing the Services hereunder must comply with all applicable provisions of Colorado laws for persons with disability, including the provisions of §§24-85-101, et seq., C.R.S., and the Rules Establishing Technology Accessibility Standards, as established by the Office Of Information Technology pursuant to Section §24-85- 103(2.5) and found at 8 CCR 1501-11. Services rendered hereunder that use information and communication technology, as the term is defined in Colorado law, including but not limited to websites, applications, software, videos, and electronic documents must also comply with the latest version of Level AA of the Web Content Accessibility Guidelines (WCAG), currently version 2.1. To confirm that the information and communication technology used, created, developed, or procured in connection with the Services hereunder meets these standards, Professional may be required to demonstrate compliance. The Professional shall indemnify the CITY pursuant to the Indemnification section above in relation to the Professional's failure to comply with §§24-85401, et seq., C.R.S., or the Technology Accessibility Standards for Individuals with a Disability as established by the Office AInformation Technology pursuant to Section §24-85-103(2.5). Docusign Envelope ID: 20E05EA2-906B-4576-AE86-2C38462AA19C IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in three copies each of which shall be deemed an original on the date first written above. CITY OF ASE NByCOLORADO: By: Pete Strecker [Name] Title: Interim City Manager 6/25/2025 � 2:17:54 PM MDT Date: Approved as to form: DocuSigned by: 5711, City Attomey's Office PROFESSIONAL: —Signed by: 15v'ewv, josh Brown By: [Name] Title: superintendent Date: 6/16/2025 � 4:45:46 aM MDT Docusign Envelope ID: 20E05EA2-906B-4576-AE86-2C38462AA19C EXHIBIT A Shall not exceed $120,000 by 9/8/2025 1 EfimtePipeloine psi SERVICES ,��r►ne �, i���, ,�cn Bee<I c�itv of Aspen, CO 130 8 galena St ,aspen, CO 81611 Furnisf7 and Install 29.7�r, Et�►r��#�r�'I1VE�+� ���rl� r�r,ote h�o: Phony dell Fox: Email: 1on.beal@aspPn.gov� wank ;�o�a for allosP�in� Elite Pipeline t3er��ices I;EP�j the opport�anity to submit our proposal_ '4'b'� appreciate ,.our cc'nsideratiUn ar,d hope YVU find our fiut,nIission attractive_ til�re're coM itted to deli:�ering alue-added solutions ft�jst emphasize safety, exceptional quality, and a passion for excellence. Ourteam +gill work tirelessly to exceed expectations While delNeering results that are on tirne and vicithin buidget. Ve`re siaiall enough to listen; b1g enough to deliver - with the dependability ; Ou can rely on. �E�RVI�E: 1.1 Ell ohilize lcre4pt, eguipn�ent, Arad materials to identified project location. 1.�z' ,�cti,�el�r �arti�cipaie in jcfa-related planning, morning briefs, anri perform►., "Take a 1��linue"_huddles before Work aci�s+ity�, after hreaksrluncl� or events tha change or interrupt project sequencing, %vorkftow.. employee assignments, hazards, or any event that risks ownei contractor, or employee safety . 163 Inspect all safety procedures influencing E PS' scope andr'or others vkl th potential influence on purchaser, owner, and.lor participating contractors, including participation in dock-OLlV11ag-O+U , as appropriate. 1. Provide all eriipn�ent and tools regirec� for identifiedscope. unless otl-ieil)tilise specified. Provide confined spacea'fall retrieval equipment, harnesses, and :monitoring. Permitting, testing, and icontinuous nionitoring will be performed any maintained. 1l,6 Engineer atmospheric condilons suitable for confined space entry :pia electric or pneumatic ventilation. 1.7 Provide skilled labor qualified for the follo,r+Brig tasks: 1.7.1 Preform any joirl prep work needed for proper joint sealing surface 1.7.2 Furnish and install 29.75" standard WEKO seals 10703 Electronically provide videos and reports 1.8 Cleanup of Elite Pipeline Services activity. 109 Dernobilizatiori �.0 TIMELINE — PROPOSED SCHEDULE OF EVENTS: I�n9ess otherwise discloses! and MutUallY� agreeable, sertilict�4:s pnoV�irleci und'ertl�is l?ro��osa are based on 1n-hour ria}�s I;Pill onda�' thru Frida�� — no 7atiieekends�_ TJ'�e schedsil.irrt� identified k;el0�tir�� is tentati're �asecl on �ro�tlpt proposal a r_-ceptan ce. T.Ba Docusign Envelope ID: 20E05EA2-906B-4576-AE86-2C38462AA19C Item Description Ulm Qtya Unit Mee Amount 11 Mobil ationtDemobil zatio of Crew and Equipment EA 1 M 6291900M $2919MGO 12 Furnish and Install 29.7 " Standard `4 EKO Seals with two 16 Bands EA .9 11r 51 .09 7,549.99 E tint t d Rropc s i 1 "17,4�J0M Total. otesm Approx. Job Site Location: aspen Water Department 93 Doolittle Cyr Aspen, CO81611 Pricing in od s slipping and all items naeded to install VEKO seats M ` required2 All 3 Removal of all required valvesJspeols, as required. A De-)htatering normal draining of system, unless otherwise identified in 1 mO SCOPE OF SERVICE. a applicable, approved to ensure safe man�entry or to ensure a successful NASSCO�PACP,evaluation. 06 Excavation (if required for any reason including access), unless otherwise identified in 1.0 SCOPE OF SERVICE. w7 Provide aH traffic control services includingaignage, flagging, Plot x public items 4 phases of the project Provide68 allGbeyond EPS internal controls, if required. excess09 Project oversight and influence for scope planning, coordination, and execution. EPS standard crew assignment, as applicable. Provide.10 Safety oversight or rescue team in 11 disclosed,#EP&provided equipment. Doc sign Envelope ID: 20E05EA2- 06B457 - E86 2C38 62AA19C ,A CAI INIA: / gree a� � f �� # � 4 - » .» �� ■-.,� � . i , ■. ,! �. r-q!e� , and © . . . . . the oHowing T&M rates.,.■ apply ©in case of standby ,-delays not the fault of EPS. ■+ , . ■< :.,, ,.., .�,� « �,�.�.. .y,... = ■ ■ unless provided ..:! mpt statement from the buyer. *2 This proposal will expire in \ninety . ■ without , '■ contractual agreement. Furthermore, I this pro2 an Exhibit._ < » » to an. contractual agreement. After the expiration of this proposal,, pricing is deemed ior subject tos 2>in. +*3 alequipment re -■ due to contamination,if applicable, will be charged to the"buyer"at an agreedpon replacementvalue. , Payment shall , .w.. withinthirty ■ days after the date of invoice submitted b-_■ Paid"when - �zef�■.+ -«�4,: e. . disclosure authorization .: . ¥65 Thisproposal . Pipeline Service'sstandard wages.Pricing isto change prevailing wage requirements apply t, this work. Docusign Envelope ID: 20E05EA2-906B4576-AE86-2C38462AA19C �.Q %GLiSING: Vr~fe lope you find %our submission attractive and thank yfau fioI the Vppar#unity. If you have any questions or desire to proceed with serviice,tplease give me a call to coordinate scheduling. We look forward to a safe and successful project! Regards, James Hulbert Project Manager Elite Pipeline Services ',ell: {�61fi� J41-�4g� E-Mail: jholbertelitepipeline.com www_elitepipeline.com �•i 1'Cl�1�'ti �UG'rnnen lht;irxm Ewerpri.k, El,ite's pipeline repair portfolio comprises municipal, industrial, a:nd 30+nuclear plants with some of the largest nuclear facilities in the Northern Hem'asp!here. 1�Ve service Ameri€a by providing experienced pipeline repair personnel in C_IPP, SIPP, Internal Joint Seals, Coatings, r�cc�pted b�: NDE, Drain Inspections & Pipeline Cleaning Services, 5�2D Edgewater Driue — AlEendale, A�! 4940 � Phone. � � �-72�6-82$6 •Fax:. 616-72G-8�$7' Date: