HomeMy WebLinkAboutWORK ORDER - RFP - P951 WATER WW & SW UTILITY INFRASTRUCTURE DESIGN AND CONSTRUCTION (7)CONTRACT DOCUMENTS FOR
CANAL IMPORTATION PONDS AND OUTFALL
_s Drainage
Improvement
Project
Canal Importation Ponds & Outfall
WORK ORDER #6 — PHASE II OUTFALL
AND AVERY PARK MODIFICATIONS
WORK ORDER G-CIPO-2009-6
Qarney
Garvey Construction
10822 W. Toller Drive, Suite 100
Littleton, CO 80127
AN&RSoN CONSVITING ENGINEERS, INC.
Civil R'ulrr Raoxmes Enwro.unavxl
Anderson Consulting Engineers
772 Whalers Way, Suite 200
Fort Collins, CO 80525
March 2009
City of SEB/
11",F,�O_rt Collins
unity
Operations
Fort Collins Utilities Schmidt Earth Builders
700 Wood Street 7250 Greenridge Road
Fort Collins, CO 80521 Windsor, CO 80550
ASSOCIATES
Ayres Associates
3685 JFK Parkway, Building 2, Suite 200
Fort Collins, CO 80525
SECTION 00615
PAYMENT BOND.
Bond No. 58658757
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Garney Campanies, Inc.
(Address) 10822 W. Toller Drive, Suite 100, Littleton, CW 80127
( , (a Corporation), hereinafter referred to as the "Principal" and
(Firm) West :ern Surety Company
(Address PO Box 5077, Sioux Falls, SD 57117-5077 800/331-6053
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300
Laporte Ave., Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the
OWNER", in the penal sum of One Million Eight Hundred Nineteen Thousand Seven Hundred Seventy
Three Dollars and 00 Cents ($1,819,773.00), in lawful money of the United States, for the payment of
which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally,
firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Agreement with the OWNER, dated December 6, 2004, a copy of which is hereto attached and made a
part hereof for the performance of The City of Fort Collins project, Canal Importation Ponds'and Outfall
— Work Order #6 — Phase II Outfall and Avery Park Modifications.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and
corporations furnishing materials for or performing labor in the prosecution of the Work provided for in
such Agreement and any authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in
connection with the construction of such Work, and all insurance premiums on said Work, and for all
labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State
of Colorado and be acceptable to the OWNER.
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications
March 2009 00615-1
Payment Bond
IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall
be deemed an original, this 18 day of March , 2009.
IN PRESENCE OF: Princi al Gamey des, Inc.
—z �B -
(Corporate Seal)
IN PRESENCE OF
IN PRESEN OF:
C9:'GORPORq T •• �N
F
�M%ssou���
m 'A:' Miller, Witness
�q �(Sur�etyaSeall9�,t�
Title
10822 W. Toller Dr., Suite 100
Address Littleton 00 80127
Other Partners
By:
By:
Surety Western Surety Ccmpany
By: I2LClot') ,.
Attorney -in -Fact Linda L. Nutt
By: c/o Thanas McGee, L.C.
Address F0 Box 419013
Kansas Cty, MO 64141-WI3
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
March 2009 00615-2
Payment Bond
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Barbara A Miller, Brenda L Linze, J Douglas Joyce, Eric Van Buskirk, Linda L Nutt,
Lawrence S Kaminsky, Michael T Kelly, Eugene A Klein, Thomas P Latz, Thomas M English,
Michael Lee Swift, Individually
of Kansas City, MO, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse. hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 23rd day of January, 2007.
.s�aE WESTERN SURETY COMPANY
'W?xPOR c02%
=NfpP gj�'yS}
IT 16,
CA
Wf4 =t
TM op� Paul . Bruflat, Senior Vice President
State of South Dakota
ss
County of Minnehaha
On this 23rd day of January, 2007, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that
he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and
which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
My commission expires ; '''`"""""' """""'""'"''''''`' a
D. KRELL f
November 30, 2012 i NOTARY PUBLIC
SEaL SE l f
r SOUTH DAKOTAr
f l
�4SS�sS4ti�s�s4h4SSb44h4ti�rYh
CERTIFICATE
1jj_4 k4-aj-
D. Krell, Notary Public
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force.
In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation, thisr.r� day of March
2�
teSjAETy,` "
r ';,WESTERN
SURETY COMPANY
4~• •°jaw �pPOgq�das , .y
L. Nelson, Assistant Secretary
Form F4280-09-06
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Certificate of Insurance
March 2009 00630-1
Certificate of Insurance
THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION. ONLY AND CONFERS NO RIGHT UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN
INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
This is to Certify that
GARNEY CONSTRUCTION
NAME AND �'• Libert):
10822 W TOLLER DRIVE, SUITE 100 ADDRESS
OF INSURED Mutual®
LITTLETON CO 80127
is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and
Conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued.
EXP DATE
TYPE OF POLICY
❑ CONTINUOUS
❑ EXTENDED
POLICY NUMBER
LIMIT OF LIABILITY
® POLICY TERM
WORKERS
COMPENSATION
10/1 /2009
WA2-14D-426942-738
COVERAGE AFFORDED UNDER WC
LAW OF THE FOLLOWING STATES:
AL,AR,AZ,CO,FL,GA,KS,KY,MO,
NE,SD,TN,TX
EMPLOYERS LIABILITY
Bodily ldurybyAccident
1 OOO OO O Each Accident
Bodily Injury By Disease
1 000 000
Bodily Injury By Disease
1 000 000 a P r
GENERAL LIABILITY
10/1 /2009
TB2-141-426942-728
General Aggregate —Other than Products / Completed Operations
2 000 000
❑ OCCURRENCE
Products / Completed Operations Aggregate
❑ CLAIMS MADE
2 000 000
Bodily Injury and Property Damage Liability
1 000 000 Per Occurrence
Personal Injury
RETRO DATE
1 000 000 Per Person / Organization
OtTYOO,000 Fire Legal IDT10,000
Medical
AUTOMOBILE
LIABILITY
10/1/2009
AS2-141-426942-718
Each Accident —Single Limit
$1 ,000,000 B.I. And P.D. Combined
Each Person
OWNED
Each Accident or Occurrence
mNON -OWNED
HIRED
Each Accident or Occurrence
OTHER
ADDITIONAL COMMENTS
See Addendum Attached.
. If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date.
SPECIAL NOTICE-OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS
AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD.
IMPORTANT NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS: IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION ABOUT
THIS CERTIFICATE FOR ANY REASON, PLEASE CONTACT YOUR LOCAL SALES PRODUCER WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LOWER
RIGHT HAND CORNER OF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS NUMBER. Liberty Mutual
NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS 1S ENTERED BELOW.) Insurance Group
BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE
INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 60 DAYS NOTICE
OF SUCH CANCELLATION HAS BEEN MAILED TO:
City of Fort Collins, ColoradoCi
Laura Rudolph
St. Louis / 0442 AUTHORIZED REPRESENTATIVE
"— 12250 Weber Hill Road
PO BOX 580 St. Louis MO 63127 800-392-9223 3/10/2009
Fort Collins CO 80522 OFFICE PHONE DATE ISSUED
This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772
I1VHIVItU INJUKtU UtKIIFILIA It HULUtK 311012009
IGARNEY CONSTRUCTION City of Fort Collins, Colorado
10822 W TOLLER DRIVE, SUITE 100 PO Box 580
LITTLETON CO 80127 Fort Collins CO 80522
RE: Canal Importation Ponds and Outfall - Work Order #6 - Phase II Outfall and Avery Park Modifications.
City of Fort Collins, Colorado and Ayres Associates are an additional insured under the General Liability and
Automobile Liabilty policy if required by written contract with the Named Insured, but only for the coverage and limits
provided by the policy and additional insured endorsement.
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: City of Fort Collins
(OWNER)
Date of Substantial Completion:
PROJECT TITLE: Canal Importation Ponds and
Outfall — Work Order #6 — Phase II Outfall and
Avery Park Modifications
LOCATION: Fort Collins, Colorado
OWNER: City of Fort Collins
Project or Specified Part Shall Include: CONTRACTOR: Garvey Companies, Inc.
CONTRACT DATE:
Work performed under this contract has been inspected by authorized representatives of the OWNER,
CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated
above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
By:
ENGINEER Authorized Representative Date
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete
and correct the items on the tentative list within the time indicated.
By:
CONTRACTOR Authorized Representative Date
The OWNER accepts the project or specified area of the project as substantially complete and will
assume full possession of the project or specified area of the project at 12:01 a.m., on The
responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set
forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER Authorized Representative Date
REMARKS:
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Certificate of Substantial Completion
March 2009 00635-1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO
Gentlemen:
, 2009
You are hereby notified that on the day of , 2009, the City of Fort
Collins, Colorado, has accepted the Work completed by Garney Construction for the City of Fort Collins
project, Canal Importation Ponds and Outfall — Work Order #6 — Phase II Outfall and Avery Park
Modifications.
A check is attached hereto in the amount of $ as Final Payment for all Work done,
subject to the terms of the Contract Documents which are dated
In conformance with the Contract Documents for this project, your obligations and guarantees will
continue for the specified time from the following date:
Sincerely,
OWNER: City of Fort Collins
QI
Title:
ATTEST:
Title:
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Certificate of Final Acceptance
March 2009 00640-1
SECTION 00650
LIEN WAIVER RELEASE
(Contractor)
TO: City of Fort Collins, Colorado
(OWNER)
:0►A
(CONTRACTOR)
PROJECT: Canal Importation Ponds and Outfall — Work Order #6 — Phase II Outfall and Avery Park
Modifications
The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt and
adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights,
claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A.
270 a and b), stop notices, equitable liens and labor and material bond rights which the
CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor,
skill or materials furnished, delivered or performed for the construction, design, improvement,
alteration, addition or repair of the above described project, against the OWNER or its officers,
agents, employees or assigns, against any fund of or in the possession or control of the
OWNER, against the project or against all land and the buildings on and appurtenances to the
land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed
to or for the construction, design, improvement, alteration, addition or repair of the project were
furnished, delivered or performed by the CONTRACTOR or its agents, employees, and
servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or
their agents, employees and servants and further affirms the same have been paid in full and
have released in full any and all existing or possible future mechanic's liens or rights or claims
against the project or any funds in the OWNER'S possession or control concerning the project
or against the OWNER or its officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and
the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S
Subcontractors, materialmen, employees, servants, agents or assigns against the project or
against the OWNER or its officers, employees, agents or assigns arising out of the project for all
loss, damage and costs, including reasonable attorneys fees, incurred as a result of such
claims.
5. The parties acknowledge that the description of the project set forth above constitutes and
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Lien Waiver Release (Contractor)
March 2009 00650-1
be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds
for the project.
Signed this day of , 2009
CONTRACTOR
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of 2009
By
Witness my hand and official seal.
My Commission Expires:
Notary Public
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Lien Waiver Release (Contractor)
March 2009 00650-2
SECTION 00500
AGREEMENTFORMS
00525
Work Order, Notice of Award, and Bid Schedule
00525-1
00530
Notice to Proceed
00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1
- 00610-2
00615
Payment Bond
00615-1
- 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release (CONTRACTOR)
00650-1
- 00650-2
00651
Lien Waiver Release (SUBCONTRACTOR)
00651-1
- 00651-2
00660
Consent of Surety
00660-1
00670
Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00800
Supplementary Conditions
00800=1 - 00800-8
00900
Addenda, Modifications and Payment
00900
00950
Work Order Change Order
00950-1
00960
Application for Payment
00960-1 - 00960-4
CIPO WO#6 - Phase II Outfall
and Avery Park Modifications Agreement Forms
March 2009 00525-1
TO
FROM:
SECTION 00651
LIEN WAIVER RELEASE
(Subcontractor)
(CONTRACTOR)
(Subcontractor)
PROJECT: Canal Importation Ponds and Outfall - Work Order #6 - Phase II Outfall and A
Park Modifications
The Subcontractor acknowledges having received payment, except retainage, from the
CONTRACTOR for all work, labor, skill and material furnished, delivered and performed by the
Subcontractor for the CONTRACTOR or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt and
adequacy of which are hereby acknowledged, the Subcontractor voluntarily waives all rights, claims
and liens, including but not limited to, mechanic's liens, MillerAct claims (40 U.S.C.A. 270 a and b),
stop notices, equitable liens and labor and material bond rights which the Subcontractor may now or
may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered
or performed for the construction, design, improvement, alteration, addition or repair of the above
described project, against the CONTRACTOR or its officers, agents, employees or assigns, against
the project or against all land and the buildings on and appurtenances to the land improved by the
project.
3. The Subcontractor affirms that all work, labor and materials, furnished, delivered or performed to or
for the construction, design, improvement, alteration, addition or repair of the project were furnished,
delivered or performed by the Subcontractor or its' agents, employees, and servants, or by and
through the Subcontractor by various sub -subcontractors or materialmen or their agents, employees
and servants and further affirms the same have been paid in full and have released in full any and
all existing or possible future mechanic's liens or rights or claims against the project or against the
CONTRACTOR or its officers, agents, employees or assigns arising out of the project.
4. The Subcontractor agrees to defend and hold harmless the CONTRACTOR, the lender, if any, and
the Surety on the project against and from any claim hereinafter made by the Subcontractor's sub -
subcontractors, materialmen, employees, servants agents or assigns against the project or against
the CONTRACTOR or OWNER, lender or Surety or their officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys fees,
incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes and adequate
description of the property and improvements to which this Lien Waiver Release pertains. It is
further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by
the CONTRACTOR, OWNER, the lender, if any, and Surety on any labor and material bonds for the
project.
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications
Lien Waiver Release (Subcontractor)
March 2009 00651-1
Signed this day of
SUBCONTRACTOR:
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
2009
Subscribed and sworn to before me this day of 2009,
By
Witness my hand and official seal.
My Commission Expires:
Notary Public
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Lien Waiver Release (Subcontractor)
March 2009 00651-2
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR: Garnet/ Companies, Inc.
PROJECT: Canal Importation Ponds and Outfall — Work Order #6 — Phase II Outfall and
Avery Park Modifications
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as
indicated above, for
bond of (Surety)
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the
CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set
forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
.2009.
(Surety Company)
0
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
March 2009 00660-1
day of
Consent of Surety
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261 CONTRACTOR APPLICATION
(303)232-2416
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1 XaKXIX)
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building
materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment,
supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure,
highway, road, street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime
contractor to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Period
0 1 70-750 (999) $0.00
89 -
-rade name/DBA:
Mailing address (City, State, Zip):
Owner, partner, or corporate name:
Contact Person
E-Mail address: Federal Employer's Identification Number: Bid amount for your contract:
Fax Number: Business telephone number: Colorado withholding tax account number:
Name of exempt organization (as shown on contract): Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip):
contact at exempt
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled IVIVnuI vdy Tcdi Estimated iwUmn vdy Tedi
construction start date: I completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are true and
complete to the best of my knowledge.
Signature of owner, partner or corporate officer: Title of corporate officer: Date:
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Contractor Application for Tax Exemption Certificate
March 2009 00670
DO NOT WRITE BELOW THIS LINE
Special Notice
Contractors who have completed this application in the past, please note the following changes in procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contrac-
tors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the
project and complete it by filling in the subcontractor's name and address and signing it.
The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the
prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a
minimum of three years and be available for inspection in the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any applications
submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-
12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed-
ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in
sequence as this may delay processing of your application.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Contractor Application for Tax Exemption Certificate
March 2009 00670
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the Construction
Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications (rev. 9/99))
and other provisions of the Contract Documents executed under the P951 Water, Wastewater, and
Stormwater Utility Infrastructure Improvements Master Contract dated December 6, 2004.
Unless included in this work order, all work performed under this work order shall be conducted in
accordance with the technical specifications of Work Order No. G-CIPO-2008-1, Canal Importation Ponds
and Outfall - Pre -Irrigation Work; Work Order No. G-CIPO-2008-2, Canal Importation Ponds and Outfall -
RFM and Kane Ponds; Work Order No. G-CIPO-2008-3, Canal Importation Ponds and Outfall - Phase I
Outfall; Work Order No. G-CIPO-2008-4, Canal Importation Ponds and Outfall - Fairbrooke Pond and
Outfall Structure; Work Order No. G-CIPO-2009-5, Canal Importation Ponds and Outfall - Outfall Phase II
and Fairbrooke Pond; and Work Order No. G-CIPO-2009-6, Canal Importation Ponds and Outfall - Phase II
Outfall and Avery Park Modifications.
SCA DEFINITIONS
SC-1.38. Add the following language to the conclusion of paragraph 1.38 of the General Conditions:
1.38. Substantial Completion. ... Substantial Completion is further defined as that degree of
completion of the operating facilities or systems of the Project defined in the Work Order sufficient to
provide the OWNER the full time, uninterrupted, continuous, beneficial operation of the
modifications, and all inspections required have been completed and identified deficiencies
corrected.
SC-1.43.A Add the following new paragraph immediately after paragraph 1.43 of the General Conditions:
1.43.A. Work Order - A written document executed by OWNER and CONTRACTOR that provides
for the construction of a portion of the Work, pursuant to the Agreement and all as required by the
Contract Documents, and that becomes a Contract Document when executed.
SC-2 PRELIMINARY MATTERS
SC-2.8. Delete paragraph 2.8 of the General Conditions entirely and replace it with the following paragraph:
2.8 Preconstruction Conference. Within ten days after the Contract Times for a Work Order
start to run, but before any Work at the site is started, a conference attended by CONTRACTOR,
ENGINEER and others as appropriate will be held to establish a working relationship among the
parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for
handling Shop Drawing and other submittals, processing Applications for Payment, and maintaining
required records.
SC-2.10, Add the following new paragraph immediately after paragraph 2.9 of the General Conditions:
2.10 Work Order Required for All Work. References to the Agreement in this Article 2 and in
the General and Supplementary Conditions and Contract Documents notwithstanding, no Work shall
be initiated or performed until CONTRACTOR has received a signed and executed Work Order,
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications Supplementary Conditions
March 2009 00800-1
incorporating the Notice to Proceed, from OWNER; and no provision of the Article 2 or of the
General and Supplementary Conditions and Contract Documents shall permit or require any action
of CONTRACTOR in the absence of a signed and executed Work Order. All provisions of this
Article 2 and of the General and Supplementary Conditions and Contract Documents referencing
the Agreement or other parts of the Contract Documents, or permitting or requiring any action of
CONTRACTOR, shall be read as referencing and, as appropriate, requiring a signed and executed
Work Order.
SC-4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE
POINTS
SC-4.2.1.2. Add the following new paragraph immediately following paragraph 4.2.1.2 of the General
Conditions:
4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface
structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to
the site have been utilized by the Engineer in preparation of the Contract Documents, except the
following:
A. Canal Importation Channel Corridor; Ground Water Monitoring Wells, CTL
Thompson, 9/22/2006.
B. Ground Water Investigation; New Mercer Ditch Improvements, CTL Thompson,
9/27/2006.
C. Groundwater Investigation; New Mercer Tunnel and Pipeline, CTL Thompson,
10/11 /2006.
D. Ground Water Monitoring Wells, CTL Thompson, 5/22/2007.
E. Geotechnical Investigation, Canal Importation Ponds and Outfall (CIPO) Glenmoor
Drive, West Elizabeth Street, Castlerock Drive and Prospect Road Fort Collins,
Colorado, CTL Thompson, 3/23/2007.
Contractor may rely upon the accuracy of the technical data contained in the documents, but not
upon non -technical data, interpretations or opinions contained therein or upon the completeness of
any information in the report. .
SC-5 BONDS AND INSURANCE
SC-5.4.7. Include the following parties or entities as additional Insureds, as provided in paragraph 5.4.7
of the General Conditions:
5.4.7.1.The City of Fort Collins, Colorado, 4316 LaPorte Avenue, Fort Collins, Colorado 80522
5.4.7.2.Ayres Associates, 3665 JFK Parkway, Building 2, Suite 200, Fort Collins, Colorado 80525
SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the General
Conditions:
5.4.8.1.1. Limits of Liability. The limits of liability for the insurance required by the paragraph numbers
of the General Conditions listed below are as follows:
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Supplementary Conditions
March 2009 00800-2
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000 / $100,000 / $500,000.
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits
(CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless
waived by the Owner.
5.4.6: The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined
single limits (CSL).
5.4.9. This policy will include completed operations coverage / product liability coverage with limits of
$1,000,000 combined single limits (CSL). This policy shall also include an Umbrella Excess Liability as
follows: General liability and automobile liability insurance in an amount not less than $1,000,000 per
occurrence in excess of the above stated primary limits.
SC-6 CONTRACTOR'S RESPONSIBILITIES
SC-6.14.3. Add the following new paragraph immediately following paragraph 6.14.2 of the General
Conditions:
6.14.3.1. The following Laws or Regulations are included in the Contract Documents as
mandated by statute or for the convenience of the CONTRACTOR. Other Laws and
Regulations apply which are not included herein, and are within the CONTRACTOR'S duty
and responsibility for compliance thereto:
6.14.3.2. Notice to owners of Underground Facilities is required prior to excavations in the
vicinity of such facilities.
6.14.3.2. Unless otherwise decided by reason of the amount of the Contract Price involved, or
other good reason, before or at the time that the contract is awarded to a corporation outside
the State of Colorado, such corporation must carry out the proper procedure to become
authorized to do business in the State of Colorado, designate a place of business therein,
and appoint an agent for service of process. Such corporation must furnish the OWNER
with a certificate from the Secretary of State of Colorado, has been issued by its office and
there shall also be procured from the Colorado Secretary of State a photostatic or certified
copy of the designated place of business and appointment of agent for service of process, or
a letter from the Colorado Secretary of State that such designation of place of business and
agent for service of process have been made.
6.14.3.3 The CONTRACTOR must conform to the rules and regulations of the Industrial
Commission of Colorado. Particular reference is made to rules and regulations governing
excavation Work adopted by the Industrial Commission of Colorado.
SC-6.35. Add the following new paragraphs immediately following paragraph 6.34 of the General
Conditions:
6.35 Federal Requirements. As applicable, and as may be required for any Work Order,
CONTRACTOR agrees to the following additional requirements.
6.35.1. CONTRACTOR agrees that he is subject to the provisions of the Williams -Steiger
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Supplementary Conditions
March 2009 00800-3
Occupational Safety and Health Act of 1970 and related program requirements, as included
in Appendix A of the Supplementary Conditions.
6.35.2. CONTRACTOR agrees to utilize the rural Area business Development Plan, as included in
Appendix B of the Supplementary Conditions.
6.35.3. CONTRACTOR agrees to the Prohibition Against Listed Violated Facilities, as included in
Appendix C of the Supplementary Conditions.
6.35.4. N/A CIPO WO#6 - Phase II Outfall and Avery Park Modifications
SCA 1 CHANGE OF CONTRACT PRICE
SC-11.6.2.7. Add the following new paragraph to paragraph 11.6.2 of the General Conditions.
11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up prescribed by
Article 4 of the Agreement shall be used in lieu of any CONTRACTOR'S fee, overhead,
profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2 and 11.6.2.3.
SC-12 CHANGE OF CONTRACT TIMES
SC-12.3. Add the following language to the end of paragraph 12.3 of the General Conditions.
12.3 ... Lost days due to abnormal weather conditions will be allocated as required.
SC-14 PAYMENTS TO CONTRACTOR AND COMPLETION
SC- 14.1. Add the following language to the end of paragraph 14.1 of the General Conditions.
14.1. Schedule of values ... Progress payments on the negotiated not -to -exceed fee shall be
based on a time and materials basis.
END OF SECTION
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications
Supplementary Conditions
March 2009 00800-4
APPENDIX A
W ILLIAMS-STEIGER OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
A. AUTHORITY
(1) The CONTRACTOR is subject to the provisions of the Williams -Steiger Occupational Safety and
Health Act of 1970.
(2) These construction documents and the joint and several phases of construction hereby contemplated
are to be governed, at all times, by applicable provisions of the Federal law(s), including but not
limited to the latest amendment of the following:
a. Williams -Steiger Occupational Safety and Health Act of 1970, Public Law 94-596;
Part 1910 - Occupational Safety and Health Standards, Chapter XVII of the Title 29, Code of
the Federal Regulations.
C. Part 1926 - Safety and Health Regulations for Construction, Chapter XVII of Title 29, Code of
Federal Regulations.
B. SAFTEY AND HEALTH PROGRAM REQUIREMENTS
(1) This project, its prime contractor and its subcontractors, shall at all times be governed by Chapter
XVII of Title 29, Code of Federal Regulations, Part 1926 - Safety and Health Regulations for
Construction (29 CFR 22801), as amended to date.
(2) To implement the program and to provide safe and healthful working conditions for all persons,
general project safety meetings will be conducted at the site at least once each month during the
course of the construction, by the construction superintendent or his/her designated safety officer.
Notice of such meeting shall be issued not less than three (3) days prior, stating the exact time,
location and agenda to be included. Attendance by the OWNER, architect, general foreman, shop
steward(s) and trades, or their designated representatives, witnessed in writing as such, shall be
mandatory.
(3) To further implement the program, each trade shall conduct a short gang meeting, not less than once
a week, to review project safety requirements mandatory for all persons during the coming week. The
gang foremen shall report the agenda and specific items covered to the project superintendent, who
shall incorporate these items in his/her daily log or report.
(4) The prime contractor and all subcontractors shall immediately report all accidents, injuries or health
hazards to the owner and architect or their designated representatives, in writing. This shall not
obviate any mandatory reporting under the provisions of the Occupational Safety and Health Act of
1970.
(5) This program shall become a part of the contract documents and the contract between the owner and
prime contractor, prime contractor and all subcontractors, as though fully written therein.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Supplementary Conditions
March 2009 . 00800-5
SECTION 00525
WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE
TO: Garney Companies, Inc.
W. O. No. G-CIPO-2009-6 PURCHASE ORDER:
TITLE: Canal Importation Ponds and Outfall — Work Order #6 — Phase II Outfall and
Avery Park Modifications
ENGINEERS: Ayres and Associates
OWNER'S REPRESENTATIVE: Dean O. Saye
NOTICE OF AWARD DATE: March 9, 2009
OWNER: CITY OF FORT COLLINS (hereinafter referred to as OWNER)
1. WORK. You are hereby notified that your bid dated March 9, 2009, for the above Work Order has
been considered. Pursuant to your AGREEMENT with OWNER dated December 6, 2004, you have
been awarded a Work Order for this Work Order Description:
A. See Section 01100 — Summary of Work.
2. CONTRACT PRICE, BONDS, AND CERTIFICATES. The price of your Work Order is One Million
Eight Hundred Nineteen Thousand Seven Hundred Seventy Three Dollars and 00 Cents
($1,819,773.00). Pursuant to the AGREEMENT and the Contract Documents, Performance and
Payment Bonds and insurance are required.
3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for
Substantial Completion of this Work Order is September 4, 2009, and after Substantial Completion, the
number of days for Final Payment and Acceptance is 60 Calendar days.
4. LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of
this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times
specified in paragraph 3 above, plus any extensions thereof allowed in accordance with Article 12 of
the General Conditions. They also recognize the delays, expenses and difficulties involved in proving
in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth
hereafter.
1) Substantial Completion: Five Hundred Dollars ($500.00) for each calendar day or
fraction thereof that expires after September 4, 2009 until the work is Substantially
Complete.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Work Order, Notice of Award and
Bid Schedule
March 2009 00525-1
APPENDIX B
RURAL AREA BUSINESS ENTERPRISE DEVELOPMENT PLAN
The Contractor agrees and is required to utilize the following affirmative steps:
A. Placing Small Businesses in Rural Areas (SBRA) on solicitation lists;
B. Ensuring that SBRAs are solicited whenever they are potential sources;
C. Dividing total requirements, when economically feasible, into small tasks or quantities to permit
maximum participation by SBRAs;
D. Establishing delivery schedules, where the requirements of work will permit, which would
encourage participation by SBRAs;
E. Requiring the contractors if it awards subcontracts, to take the affirmative steps in subparagraphs
A. through E. of this condition.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Supplementary Conditions
March 2009 00800-6
APPENDIX C
PROHIBITION AGAINST LISTED VIOLATED FACILITIES
A. REQUIREMENTS
(1) To comply with all the requirements of section 114 of the Clean Air Act, as amended (42 U.S.C. 1857,
et seq., as amended by Pub. L. 92-604) and section 308 of the Clean Water Act (33 U.S.C. 1251, as
amended), respectively, which relate to inspection, monitoring, entry, reports and information, as well
as other requirements specified in section 114 and section of the Air Act and the Water Act,
respectively, and all regulations and guidelines issued thereunder before the award of this contract.
(2) That no portion of the work required by this prime contract will be performed in a facility listed on the
Environmental Protection Agency list of violating facilities on the date when this contract was awarded
unless and until the EPA eliminates the name of such facility or facilities from the listing.
(3) That the best efforts to comply with clean air and clean water standards at the facilities in which the
contract is being performed.
(4) To insert the substance of the provisions of this clause, including this paragraph (4), in any
nonexempt subcontract.
B. DEFINITIONS
(1) Air Act means the Clean Air Act, as amended (42 U.S.C. 1857 et seq.).
(2) Water Act means the Clean Water Act, as amended (33 U.S.C. 1251 et seq.).
(3) Clean Air Standards means any enforceable rules, regulations, guidelines, standards, limitations,
orders, controls, prohibitions or other requirements which are contained in, issued under or otherwise
adopted under the Air Act or Executive Order 11738, an applicable implementation plan as described
in section 110(d) of the Air Act (42 U.S.C. 1857c-5(d), an approved implementation procedure or plan
-under section 111(c) or section 111(d), or an approved implementation procedure under section
112(d) of the Air Act (42 U.S.C. 1857c-7(d).
(4) Clean Water Standards means any enforceable limitation, control, condition, prohibition, standard or
other requirement which is promulgated under the Water Act or contained in a permit issued to a
discharger by the Environmental Protection Agency or by a State under an approved program, as
authorized by section 402 of the Water Act (33 U.S.C. 1342), or by a local government to ensure
compliance with pretreatment regulations as required by section 307 of Water Act (33 U.S.C. 1317).
(5) Compliance means compliance with clean air or water standards. Compliance shall also mean
compliance with a schedule or plan ordered or approved by a court of competent jurisdiction, the
Environmental Protection Agency in accordance with the requirements of the Air Act or Water Act and
regulations.
(6) Facility means any building, plant, installation, structure, mine, vessel or other floating craft, location
or site of operations, owned leased or supervised by a contractor or subcontractor, to be used in the
performance of a contract or subcontract. Where a location or site of operations contains or includes
more than one building plant, installation or structure, the entire location or site shall be deemed to be
a facility except where the Director, Office of Federal Activities, Environmental Protection Agency,
determines that independent facilities are located in one geographical area.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Supplementary Conditions
March 2009 00800-7
SECTION 00900
ADDENDA, MODIFICATIONS, AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Addenda, Modifications & Payment
Table of Contents
March 2009 00900-1
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Canal Importation Ponds and Outfall — Work Order #6 — Phase II Outfall and
Avery Park Modifications
CONTRACTOR: Garney Companies, Inc.
PROJECT NUMBER:
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST
TOTAL APPROVED CHANGE ORDER
TOTAL PENDING CHANGE ORDER
TOTAL THIS CHANGE ORDER
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST
(Assuming all change orders approved)
ACCEPTED BY:
ACCEPTED BY:
REVIEWED BY:
Contractor's Representative
Project Manager
Title:
DATE:
DATE:
DATE:
APPROVED BY: DATE:
Title:
APPROVED BY:
Purchasing Agent over $30,000
cc: Project File
Contractor
Purchasing
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
March 2009 00950-1
DATE:
$ 0.00
Contract Change Order
SECTION 01110
SUMMARY OF WORK
PART GENERAL
1.01 SECTION INCLUDES
A. Site location and description.
B. Project description.
C. Scope of work and work sequence.
D. Underground utilities.
1.02 SITE LOCATION AND DESCRIPTION
A. Canal Importation Ponds and Outfall — Work Order #6 — Phase II Outfall and Avery Park
Modifications
1. The site of the work is located approximately one quarter mile east and one quarter
mile north of the intersection of Prospect Road and Taft Hill Road, Fort Collins,
Colorado as shown on the Drawings.
2. The site is in the Canal Importation Basin in west central Fort Collins, Colorado.
1.03 PROJECT DESCRIPTION
Work Order #6 — Phase II Outfall and Avery Park Modifications work includes but is not limited
to:
A. Phase II Outfall:
1. Construction of approximately 487 LF of 96" RCP main line including riser manholes
and a 102" x 96" transition piece.
2. Construction of inlets A-5 through A-10 including water quality snouts.
3. Construction of laterals A-5 through A-11 including manholes and A-11 headwall.
4. Construction of Al Box Base Manhole.
5. Construction of approximately 70 LF of 30" RCP Avery Pond drain with manhole and
snout.
6. Construction of temporary surfacing and permanent concrete paving on Castlerock.
7. Springfield Drive and Oakwood Drive asphalt paving.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Summary of Work
March 2009 01110-1
8. Repair of Hollywood sidewalk, curb and gutter and inlet tie-ins.
B. Springfield Storm Sewer:
9. Construction of approximately 564 LF of 24", 36" and 42" RCP including manholes
and snouts.
10. Construction of Inlets A6-1 and A6-2
11. Repair of Hollywood sidewalk, curb and gutter and inlet tie-ins.
12. Repair of Skyline Drive cross pan.
C. Avery Pond Modifications:
13. Construction of 520 LF of 15" HDPE Avery Pond drain with inlets.
14. Construction of Avery Pond weir wall.
15. Construction of approximately 379 LF of 24" RCP lateral A-12.
16. Construction of Inlet A-12
17. Construction of an earthen swale.
18. Construction of an earthen embankment.
19. Seeding of disturbed areas.
20. Demolition of existing concrete outlet structure.
21. Plug existing 48" drains.
D. Suffolk Street Storm Sewer:
22. Construction of approximately 228 LF of Tx 3' RCBC with bend.
23. Construction of 6 Inlets with connecting 42" RCP.
24. Repair of sidewalk, curb and gutter and inlet tie-ins.
25. Repair of disturbed landscape.
26. Construction of 6" irrigation main line.
E. Job specific equipment rental and demobilizing:
27. Komatsu PC800
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications Summary of Work
March 2009 01110-2
28 Taylor TH-350 lift truck
29. Other items incidental to the above work items including surveying, erosion control,
clearing and grubbing, stripping and stockpiling topsoil, dewatering, excavation and
backfill.
30. All other items set forth in the Specifications and Drawings.
1.04 WORK SEQUENCE
A. The Work Sequence is to be submitted as part of the construction schedule required in
Section 01320 (Construction Schedules) and Section 01330 (Submittals). Construction
of the project shall begin within seven (7) calendar days of the date of Notice to
Proceed.
1.05 UNDERGROUND UTILITIES
A. It shall be the responsibility of the CONTRACTOR to verify the existence and location of
all underground utilities along the route of the work and to coordinate the construction
schedules with these utility owners. See Section 01180 for a list of Utility Sources.
B. Known utilities and structures adjacent,to or encountered in the work are shown on the
Drawings. The locations shown are taken from existing records and the best
information available from existing utility plans, however, there may be some
discrepancies and omissions in the locations and quantities of utilities and structures
shown. Those shown are for the convenience of the CONTRACTOR only, and no
responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or
completeness.
A. The CONTRACTOR shall field verify all utilities and coordinate construction with utility
owners prior to starting construction. The CONTRACTOR shall be responsible for
protecting utilities during construction and scheduling utility adjustments to eliminate
conflict with progress of the work. Any damage to existing utilities shall be repaired at
no additional cost to the OWNER.
C. The CONTRACTOR shall notify the ENGINEER immediately of any field condition not
consistent with the contract documents.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Summary of Work
March 2009 01110-3
SECTION 01270
MEASUREMENT AND PAYMENT
PART1 GENERAL
1.01 SECTION INCLUDES
A. The work performed under this Agreement shall be paid for on a Time and Materials
basis. The quantities provided on the Bid Schedule are only estimates of the actual
quantities of the work to be performed, and are only included for purposes of making the
award and establishing a basis for estimating the probable cost of the Work. The actual
amounts of work performed and materials furnished may differ from the estimated
quantities. The basis of payment for work and materials bid as time and materials will
be the actual amount of approved work done and materials furnished. The
CONTRACTOR agrees that he will make no claim for damages, anticipated profits, or
otherwise on account of any difference between the amounts of work actually performed
and materials actually furnished and the estimated amount for bid items.
Payment shall be made only for those items included in the Bid Schedule. All costs
incurred shall comply with the provisions of these Specifications and shall be included in
the price bid for the associated items in the Bid Schedule. Except as may be otherwise
stipulated, the OWNER will furnish no material, labor or equipment. The quantity of
work, which will be considered for payment, is the actual cost of the work plus
CONTRACTOR'S markups in accordance with all relative Specifications and
Agreements.
END OF SECTION
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
01270 -1
March 2009
Measurement and Payment
SECTION 01320
CONSTRUCTION SCHEDULES
1.01 SECTION INCLUDES
A. Prepare detailed schedule of all construction operations and procurements to be reviewed
by parties attending the preconstruction conference.
Schedule shall be approved by the OWNER and ENGINEER prior to Notice to Proceed.
1.02 FORMAT AND SUBMISSIONS
A. Prepare construction and procurement schedules in a graphic format suitable for displaying
scheduled and actual progress.
B. Submit four (4) copies of each schedule to the OWNER and -ENGINEER for review.
The ENGINEER will return one copy to the CONTRACTOR with revisions suggested or
necessary for coordination of the Work with the needs of the OWNER or others.
1.03 CONTENT
A. Construction Progress Schedule
1. Show the complete work sequence of construction by activity and location.
2. Show the dates for the beginning and completion of major task items. At a minimum,
show the following items for CIPO WO #6 — Phase II Outfall and Avery Pond
Modifications.
Phase II Piping
• RCP and lateral installations
• Inlet installations
• Paving
• Restoration
Springfield Lateral
• RCP and lateral installations
• Inlet installations
• Paving
• Restoration
Avery Park Modifications
• Stripping and grubbing
• Excavation and haul
• RCP and inlet installations
• Demolition of existing structures
• Embankment
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Construction Schedules
March 2009 01320-1
• Erosion control
• Fencing
Show projected percentage of completion for each item as of the first day of the
month.
B. Report of delivery of equipment and materials.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a schedule which includes the critical path for Shop Drawings, tests, and
other submittal requirements for equipment and materials.
1.04 PROGRESS REVISIONS
A. Submit revised schedules and reports when changes are foreseen, when requested by
OWNER or ENGINEER, and with each application for progress payment.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
1.05 OWNER'S RESPONSIBILITY
A. OWNER's review is only for the purpose of checking conformity with the Contract
Documents and assisting CONTRACTOR in coordinating the Work with the needs of the
Project.
B. It is not to be construed as relieving CONTRACTOR from any responsibility to determine the
means, methods, techniques, sequences and procedures of construction as provided in the
General Conditions.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications Construction Schedules
March 2009 01320-2
2) Final Acceptance: After Substantial Completion Two Hundred Dollars ($200.00) for
each calendar day or fraction thereof that expires after the 60 calendar day period for
Final Payment and Acceptance until the Work is ready for Final Payment and
Acceptance.
5. SHARED SAVINGS CLAUSE. Should a new way of constructing any portion of the Project be
discovered that involves a substantial savings, Shared Savings may be applied. The shared savings
proposal must involve modifying the means, methods and/or the materials used without impacting the
quality of the project. After receiving approval from the Design Engineer, the construction team shall
submit their proposal to the review Committee. This committee will be comprised of the Senior Utilities
Engineer, the Utility Senior Buyer, and the contractor's General Manager. If the change is approved, a
Change Order will be processed documenting the change(s) to the Contract. As per the Contractor's
Proposal, Seventy-five (75) percent of the savings shall belong to the City while twenty-five (25) percent
of the savings shall belong to the Contractor. This Paragraph 5, Shared Savings Clause, supersedes
and will take president over the Shared Savings Clause contained in the Master Agreement dated
December 6, 2004.
6. EXECUTION. Three (3) copies of this proposed Work Order & Notice of Award, and
accompanying amendments or supplements to the Contract Documents (except any applicable
Drawings) incorporated herein, are provided. Four (4) sets of any applicable Drawings will be delivered
separately or otherwise made available to you immediately. You must comply with the following
conditions precedent within fifteen (fifteen) days of the date of this Notice of Award, that is, by June 13,
2008.
A. You must deliver to OWNER three (3) fully -executed counterparts of this Work Order,
including all amendments or supplements to the Contract Documents incorporated
herein. Each Work Order must bear your signature as provided.
B. You must deliver with the executed Work Order the Contract Security (Bonds) and
insurance, as specified in the Agreement,
Failure to comply with these conditions within the time specified will entitle OWNER to consider your
Bid abandoned and to annul this Work Order & Notice of Award. Within ten (10) days after you comply
with those conditions, OWNER will return to you one (1) fully -signed counterpart of this Work Order with
any amendments or supplements to the Contract Documents attached.
CONTRACTOR'S NOTICE OF AWARD REPRESENTATION & EXECUTION:
CONTRACTOR agrees to perform the services identified above, in accordance with the terms and
conditions contained herein and in the AGREEMENT dated December 6, 2004 and the NOTICE OF
AWARD dated March 9, 2009, between the parties. In the event of a conflict between or ambiguity in
the terms of the AGREEMENT or specific Work Orders, the AGREEMENT shall control.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
March 2009 00525-2
Work Order, Notice of Award and
Bid Schedule
SECTION 00900
ADDENDA, MODIFICATIONS, AND PAYMENT
00950 . Contract Change Order
00960 Application for Payment
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Addenda, Modifications Payment
Table off Contents
March 2009 00900-1
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Canal Importation Ponds and Outfall — Work Order #6 — Phase II Outfall and
Avery Park Modifications
CONTRACTOR: Garney Companies, Inc.
PROJECT NUMBER:
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST
TOTAL APPROVED CHANGE ORDER
TOTAL PENDING CHANGE ORDER
TOTAL THIS CHANGE ORDER
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST
(Assuming all change orders approved)
ACCEPTED BY:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
Purchasing Agent over $30,000
cc: Project File
Contractor
Purchasing
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
March 2009 00950-1
DATE:
DATE:
DATE:
DATE:
DATE:
$ 0.00
0.00
0.00
0.00
$ 0.00
Contract Change Order
SECTION 01110
SUMMARY OF WORK
PART GENERAL
1.01 SECTION INCLUDES
A. Site location and description.
B. Project description.
C. Scope of work and work sequence.
D. Underground utilities.
1.02 SITE LOCATION AND DESCRIPTION
A. Canal Importation Ponds and Outfall — Work Order #6 — Phase II Outfall and Avery Park
Modifications
1. The site of the.work is located approximately one quarter mile east and one quarter
mile north of the intersection of Prospect Road and Taft Hill Road, Fort Collins,
Colorado as shown on the Drawings.
2. The site is in the Canal Importation Basin in west central Fort Collins, Colorado.
1.03 PROJECT DESCRIPTION
Work Order #6 — Phase II Outfall and Avery Park Modifications work includes but is not limited
to:
A. Phase II Outfall:
1. Construction of approximately 487 LF of 96" RCP main line including riser manholes
and a 102" x 96" transition piece.
2. Construction of inlets A-5 through A-10 including water quality snouts.
3. Construction of laterals A-5 through A-11 including manholes and A-11 headwall.
4. Construction of Al Box Base Manhole.
5. Construction of approximately 70 LF of 30" RCP Avery Pond drain with manhole and
snout.
6. Construction of temporary surfacing and permanent concrete paving on Castlerock.
7. Springfield Drive and Oakwood Drive asphalt paving.
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Summary of Work
March 2009 01110-1
8. Repair of Hollywood sidewalk, curb and gutter and inlet tie-ins.
B. Springfield Storm Sewer:
9. Construction of approximately 564 LF of 24", 36" and 42" RCP including manholes
and snouts.
10. Construction of Inlets A6-1 and A6-2
11. Repair of Hollywood sidewalk, curb and gutter and inlet tie-ins.
12. Repair of Skyline Drive cross pan.
C. Avery Pond Modifications:
13. Construction of 520 LF of 15" HDPE Avery Pond drain with inlets.
14. Construction of Avery Pond weir wall.
15. Construction of approximately 379 LF of 24" RCP lateral A-12.
16. Construction of Inlet A-12
17. Construction of an earthen swale.
18. Construction of an earthen embankment.
19. Seeding of disturbed areas.
20. Demolition of existing concrete outlet structure.
21. Plug existing 48" drains.
D. Suffolk Street Storm Sewer:
22. Construction of approximately 228 LF of Tx 3' RCBC with bend.
23. Construction of 6 Inlets with connecting 42" RCP.
24. Repair of sidewalk, curb and gutter and inlet tie-ins.
25. Repair of disturbed landscape.
26. Construction of 6" irrigation main line.
E. Job specific equipment rental and demobilizing:
27. Komatsu PC800
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Summary of Work
March 2009 01110-2
28 Taylor TH-350 lift truck
29. Other items incidental to the above work items including surveying, erosion control,
clearing and grubbing, stripping and stockpiling topsoil, dewatering, excavation and
backfill.
30. All other items set forth in the Specifications and Drawings.
1.04 WORK SEQUENCE
A. The Work Sequence is to be submitted as part of the construction schedule required in
Section 01320 (Construction Schedules) and Section 01330 (Submittals). Construction
of the project shall begin within seven (7) calendar days of the date of Notice to
Proceed.
1.05 UNDERGROUND UTILITIES
A. It shall be the responsibility of the CONTRACTOR to verify the existence and location of
all underground utilities along the route of the work and to coordinate the construction
schedules with these utility owners. See Section 01180 for a list of Utility Sources.
B. Known utilities and structures adjacent to or encountered in the work are shown on the
Drawings. The locations shown are taken from existing records and the best
information available from existing utility plans, however, there may be some
discrepancies and omissions in the locations and quantities of utilities and structures
shown. Those shown are for the convenience of the CONTRACTOR only, and no
responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or
completeness.
A. The CONTRACTOR shall field verify all utilities and coordinate construction with utility
owners prior to starting construction. The CONTRACTOR shall be responsible for
protecting utilities during construction and scheduling utility adjustments to eliminate
conflict with progress of the work. Any damage to existing utilities shall be repaired at
no additional cost to the OWNER.
C. The CONTRACTOR shall notify the ENGINEER immediately of any field condition not
consistent with the contract documents.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Summary of Work
March 2009 01110-3
SECTION 01270
MEASUREMENT AND PAYMENT
PART1 GENERAL
1.01 SECTION INCLUDES
A. The work performed under this Agreement shall be paid for on a Time and Materials
basis. The quantities provided on the Bid Schedule are only estimates of the actual
quantities of the work to be performed, and are only included for purposes of making the
award and establishing a basis for estimating the probable cost of the Work. The actual
amounts of work performed and materials furnished may differ from the estimated
quantities. The basis of payment for work and materials bid as time and materials will
be the actual amount of approved work done and materials furnished. The
CONTRACTOR agrees that he will make no claim for damages, anticipated profits, or
otherwise on account of any difference between the amounts of work actually performed
and materials actually furnished and the estimated amount for bid items.,
Payment shall be made only for those items included in the Bid Schedule. All costs
incurred shall comply with the provisions of these Specifications and shall be included in
the price bid for the associated items in the Bid Schedule. Except as may be otherwise
stipulated, the OWNER will furnish no material, labor or equipment. The quantity of
work, which will be considered for payment, is the actual cost of the work plus
CONTRACTOR'S markups in accordance with all relative Specifications and
Agreements.
END OF SECTION
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Measurement and Payment
01270 -1
March 2009
SECTION 01320
CONSTRUCTION SCHEDULES
1.01 SECTION INCLUDES
A. Prepare detailed schedule of all construction operations and procurements to be reviewed
by parties attending the preconstruction conference.
Schedule shall be approved by the OWNER and ENGINEER prior to Notice to Proceed.
1.02 FORMAT AND SUBMISSIONS
A. Prepare construction and procurement schedules in a graphic format suitable for displaying
scheduled and actual progress.
B. Submit four (4) copies of each schedule to the OWNER and -ENGINEER for review.
The ENGINEER will return one copy to the CONTRACTOR with revisions suggested or
necessary for coordination of the Work with the needs of the OWNER or others.
1.03 CONTENT
A. Construction Progress Schedule
1. Show the complete work sequence of construction by activity and location.
2. Show the dates for the beginning and completion of major task items. At a minimum,
show the following items for CIPO WO #6 — Phase II Outfall and Avery Pond
Modifications.
Phase II Piping
RCP and lateral installations
Inlet installations
® Paving
6 Restoration
Springfield Lateral
RCP and lateral installations
• Inlet installations
• Paving
• Restoration
Avery Park Modifications
® Stripping and grubbing
o Excavation and haul
RCP and inlet installations
Demolition of existing structures
® Embankment
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Construction Schedules
March 2009 01320-1
® Erosion control
C Fencing
Show projected percentage of completion for each item as of the first day of the
month.
B. Report of delivery of equipment and materials.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a schedule which includes the critical path for Shop Drawings, tests, and
other submittal requirements for equipment and materials.
1.04 PROGRESS REVISIONS
A. Submit revised schedules and reports when changes are foreseen, when requested by
OWNER or ENGINEER, and with each application for progress payment.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
1.05 OWNER'S RESPONSIBILITY
A. OWNER's review is only for the purpose of checking conformity with the Contract
Documents and assisting CONTRACTOR in coordinating the Work with the needs of the
Project.
B. It is not to be construed as relieving CONTRACTOR from any responsibility to determine the
means, methods, techniques, sequences and procedures of construction as provided in the
General Conditions.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications Construction Schedules
March 2009 01320-2
3/9/2009
Project: CIPO WO #6 — Outfall Phase II and Fairbrooke Pond
Schedule of Values co�usaa:r€czroiv
Item
Number
Description
Unit of
Measure
Estimated
Quantity
Unit
Cost ($)
Item
Cost ($)
1 Mobilization & Field Overhead
LS
1
$ 50,100.00
$ 50,100.00
2 Traffic Control (By CoFC)
LS
1
-
By CoFC
3 Tree Trimming (Allowance)
LS
1
2,500.00
2,500.00
4 Construction Survey
LS
1
14,000.00
14,000.00
5 Work Order #6 Erosion Control (Allowance)
LS
1
15,100.00
15,100.00
6 Dewatering (Allowance)
LS
1
10,800.00
10,800.00
7 By -Pass Pumping (Allowance)
LS
1
3,100.00
3,100.00
8 SS Service & Main Temporary & Repair Materials (Allowance)
LS
1
2,300.00
2,300.00
9 Water Service Temporary & Repair Materials (Allowance)
LS
1
3,400.00
3,400.00
Outfall Construction - Springfield to Avery Park (Sta 33+10)
18 102" x 96" RCP Transition
EA
1
7,200.00
7,200.00
19 96" Class IV RCP
LF
487
662.00
322,394.00
20 96" Cut-off Wall
EA
1
2,800.00
2,800.00
21 Manhole Snouts & Inlet Snouts
EA
6
3,400.00
20,400.00
22 A5 Lateral - 24" Class III RCP
LF
17
80.00
1,360.00
23 A5 Inlet - 3 Unit Type 13 Combo. w/Single Sweeper
EA
1
13,500.00
13,500.00-
24 A6 Lateral - 42" Class III RCP (Stop @ MH A6-1 STA 10+98)
LF
98
193.00
18,914.00
25 A7 Lateral - 30" Class III RCP
LF
50
92.00
4,600.00
26 A6-1 & A7-1 Manholes - 72" Manholes
EA
2
14,200.00
28,400.00
27 A7 Lateral - 24" Class III RCP
LF
19
73.00
1,387.00
28 A7 Inlet - 3 Unit Type 13 Combo. w/Single Sweeper
EA
1
12,700.00
12,700.00
29 A6 Manhole - 96" x 60" Tee Manhole & Riser (Lateral A8)
EA
1
9,100.00
9,100.00
30 A8 Lateral - 30" Class III RCP
LF
24
102.00
2,448.00
31 A8 Inlet - 4 Unit Type 13 Combo. w/Double Sweeper
EA
1
27,000.00
27,000.00
32 A7 Manhole - 102" x 48" Tee Manhole & Riser (Lateral A9)
EA
1
8,300.00
8,300.00
33 A9 Lateral - 18" Class III RCP
LF
18
65.00
1,170.00
34 A9 Inlet - 2 Unit Type 13 Combo. w/Double Sweeper
EA
1
14,900.00
14,900.00
35 A8 Manhole - 102" x 60" Tee Manhole & Riser (Lateral Al0)
EA
1
9,100.00
9,100.00
36 A10 Lateral - 30" Class III RCP
LF
23
79.00
1,817.00
37 A10 Inlet - 4 Unit Type 13 Combo. w/Double Sweeper
EA
1
26,800.00
26.800.00
38 Al Box Base Manhole - 1 V x 11' Box Base Manhole
EA
1
34,500.00
34,500.00
39 Al 1 Lateral - 60" Class III RCP
LF
56
337.00
18,872.00
40 All 60" Headwall
LS
1
21,100.00
21,100.00
41 All 60" Headwall Handrail & Trash Rack (Allowance)
LS
1
16,189.00
16,189.00
42 Avery Lateral Stubout - 30" Class III RCP
LF
42
212.00
8,904.00
43 Abandoned Existing Storm on Castlerock
LS
1
1,100.00
1,100.00
56 Sprinkler & Landscape Repair (Allowance)
LS
1
6,200.00
6,200.00
57 Castlerock/Clearview Cross pan
EA
1
3,800.00
3,800.00
58 Castlerock Hollywood Curb, Gutter & Sidewalk (Allowance)
LF
747
39.00
29,133.00
59 Castlerock Temporary Recycled Asphalt Surface (Allowance)
SY
3,556
5.00
17,780.00
60 Castlerock Concrete Paving
SY
2,223
87.00
193,401.00
61 Asphalt Street Tie-ins to Castlerock Concrete Paving
SY
272
81.00
22,032.00
62 Temporary Asphalt Paving 33+10 to Clearview
. SY
1,067
54.00
57,618.00
Springfield Storm Sewer
70 Springfield - 42" Class III RCP
LF
429
140.00
60,060.00
71 Springfield - 36" Class III RCP
LF
30
93.00
2,790.00
72 Springfield - 24" Class III RCP
LF
7
121.00
847.00
73 Springfield - A6-2 Manhole - 72" Manhole
EA
1
5,800.00
5,800.00
74 Springfield - A6-1 Inlet - 3 Unit Type 13 Combo. w/Single Sweeper
EA
1 2
7,300.00
1 14,600.00
Page 1 of 2
3/9/2009
Item
Number
Description
Unit of
Measure
Estimated
Quantity
Unit
Cost ($)
Item
Cost ($)
75 Springfield - A6-1-1 Inlet - 5 Unit Type 13 Combo. w/Single Sweeper
EA
1
18,900.00
18,900.00
76 Springfield - 42" Cut-off Wall
EA
1
440.00
440.00
77 Springfield - Hollywood Curb, Gutter & Sidewalk (Allowance)
LF
110
39.00
4,290.00
78 Springfield - Asphalt Paving
SY
2,467
76.00
187,492.00
79 Springfield - R&R Crosspan @ Skyline
EA
1
3,800.00
3,800.00
Avery Park Modifications
90 AP - 15" HDPE Lateral
LF
520
40.00
20,800.00
91 AP - 15" Nyloplast Inlets
EA
2
1,300.00
2,606.00
92 AP - CDOT Type C Inlet w/Beehive Grate
EA
1
2,700.00
2,700.00
93 AP - Weir Wall
LS
1
2,200.00
2,200.00
94 Al2 Lateral - 24" Class III RCP
LF
379
57.00
21,603.00
95 Al2 Inlet - 2 Unit Type 13 Combo. w/Double Sweeper
EA
1
9,600.00
9,600.00
96 Al2-1 Manhole - 72" Manhole
EA
1
12,400.00
12,400.00
97 AP - Plug Existing 48" Drains @ Headwall
EA
2
1,800.00
3,600.00
98 AP - Plug & Abandon Existing 48" Pipe
EA
4
700.00
2,800.00
99 AP - Demo Existing Outlet Structure
LS
1
5,000.00
5,000.00
100 AP - Remove & Replace 6" Topsoil at Swale & Berms
CY
800
13.70
10,960.00
101 AP - Construct Swale (Export)
CY
1,050
7.00
7,350.00
102 AP - Construct Berm & Extend Contour (Import)
CY
604
13.00
7,852.00
103 AP - Grade Weir (Import)
CY
118
43.00
5,074.00
104 AP - Seeding & Blanketing (Allowance)
AC
2
10,100.00
20,200.00
Suffolk Street Storm Sewer
110 Suffolk - Tx 3' RCBC w/Bend
LF
228
456.00
103,968.00
111 Suffolk - Special Triple Type 13 Box N/E
EA
1
17,100.00
17,100.00
112 Suffolk - 42" RCP N
LF
32
277.00
8,864.00
113 Suffolk - Special Triple Type 13 Box N/W
EA
1
14,600.00
14,600.00
114 Suffolk - Triple Type 13 Inlets N
EA
2
8,200.00
16,400.00
115 Suffolk - 48" RCP Crossing Suffolk
LF
32
383.00
12,256.00
116 Suffolk - Special Triple Type 13 Box S/E
EA
1
14,500.00
14,500.00
117 Suffolk - 42" RCP S
LF
16
316.00
5,056.00
118 Suffolk - Special Triple Type 13 Box S/W
EA
1
14,100.00
14,100.00
119 Suffolk - Triple Type 13 Inlets S
EA
2
8,100.00
16,200.00
120 Suffolk - Sidewalk R&R Along Taft
SF
1,200
10.00
12,000.00
121 Suffolk - Hollywood Curb, Gutter & Sidewalk (Allowance)
LF
200
39.00
7,800.00
122 Suffolk -Asphalt Paving
SY
534
78.00
41,652.00
123 Suffolk - Landscape (Allowance)
LS
1
13,200.00
13,200.00
124 Suffolk - 6" Irrigation Line (Allowance)
LS
1
7,400.00
7,400.00
Pre -Purchase Materials Based on Previous Commitments
148 IPre-Purchase 96" RCP Shear Reinforcing (Allowance)
LS
1
8,300.00
8,300.00
Job Specific Equipment Demobilization
150 Komatsu PC800 Demobilization (Allowance)
LS
1
5,400.00
5,400.00
151 Taylor TH-350L Lift Truck Demobilization (Allowance)
LS
1
1,000.00
1,000.00
TOTAL ESTIMATED PRICE $ 1,819,773.00
Page 2 of 2
CONTRACTOR: Garney Companies, Inc.
By: _.
Name:
OWNER'S ACCEPTANCE & EXECUTION:
This Work Order and
by this reference a
ACCEPTANCE:
Dean
Reviewed By:
Reviewed By:
Approved By:
OWNER: OITT
By- -- ( -
Jam
Date:
Title:
the attached Contract Documents are hereby accepted and incorporated herein
he attachedNotice to Proceed is hereby given.
ye,
Projects Manager
Oven Randall, Se 'or Utilitieg Engineer
C.-At4/
im Hi ard, E gineering & Field Services Manager
i anon . Ufi sties Executive Director
OF FORT aOLLLNS
::�� �6 0:-T� I I
3. O'Mill II, CPPO, FNIGP
of Purchasing And Risk Management
By:
DariMX
ry,
4^
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
March 2009
anager
00525-3
Date: e95 lz.!)
Date:
Date: Z� 9
Date: 3 -L6 -d 1
Date: is 0
Date:-&V�
Work Order, Notice of Award and
Bid Schedule
may. LL��M
MEMORANDUM
Utilities
electric • stormwater • wastewater • water
700 Wood Street
PO Box 580
Fort Collins, CO 80522
970.221.6700
970.221.6619 — fax
970.224.6003 — TDD
utilities@fcgov.com
fcgov. com/utilities
DATE: March 24, 2009
TO: Darin Atteberry, City Manager
FROM: Dean Saye, Special Projects Manager
THRU: Owen Randall, Senior Utilities Engineer I
Jim Hibbard, Water Engineering and Field rations Manage
Brian Janonis, Utilities Executive Director
James O'Neill, Director of Purchasing & Risk anagemen,
RE: Canal Importation Ponds and Outfall Project, Work Order #6 — Phase II Outfall
and Avery Park Modifications
Attached are three duplicate originals of the construction work order for the CIPO Work Order
#6 — Phase II Outfall and Avery Park Modifications for your execution.
The purpose of this work order is to provide continuation of the construction of improvements for
the Canal Importation Ponds and Outfall project. Major portions of this work order include the
installation of approximately 487 LF of 96" RCP main line storm drainage pipe in with associated
laterals, inlets and restoration in Castlerock Drive, 564 LF of 24", 36" and 42" RCP main line
storm drainage pipe in with associated laterals, inlets and restoration in Springfield Road, 228
LF of 7' x 3' RCBC with associated laterals, inlets and restoration in Suffolk Street and
stormwater modifications in Avery Park Detention Pond.
Garney Companies, Inc will be the General Contractor for the work order. Garney is currently
under contract with the City of Fort Collins for the Utilities' annual services contract. In
accordance with the Utilities' APDS policies, an independent estimate of Garney's work order
estimate was conducted by Capstone Planning & Control, Inc. After reconciliation the estimates
had approximately a 1.1 % deviation.
Please let me know if you have any questions regarding this matter. Call me at 217-8116 when
the agreements have been signed and I will have them picked up.
Attachments
Dminage
Y Improvement
Project
Canal Importation Ponds &. Outfall
SECTION 00530
WORK ORDER NOTICE TO PROCEED
Description of Work: Canal Importation Ponds and Outfall -Work Order #6 -Phase 11 Outfall and
Avery Park Modifications.
To: Garnet/ Companies, Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the CONTRACTOR and
the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the
OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to
proceed within fifteen (15) calendar days from receipt of this notice as required by the Agreement.
Dated this 03 f2;cl
The dates for Substantial Completion and Final Acceptance shall be September 4, 2009 and
November 2, 2009, respectively.
Citv of.Fort Collins
OWNE
By: )IL,
DeNan Saye
Title Project Manager
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this ?*M day of LV e"l. ,
2009.
Garnev Companies, Inc.
Title: 'J c
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications
Notice to Proceed
March 2009 00530-1
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00651 Lien Waiver Release (SUBCONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
CIPO WO #6 — Phase II Outfall
and Avery Park Modifications
Bonds and Certificates
March 2009 00600-1
SECTION 00610
PERFORMANCE BOND
Bond No. 58658757
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Gamey CaTanies, Inc.
(Address) 10822 W. Toller Drive, Suite 100, Littleton, OD 80127
(a Corporation), hereinafter referred to as the "Principal" and
(Firm)
(Address)
Western Surety Ccnpany
F0 Box 5077, Sioux Falls, SD 57117-5077 800/331--6053
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte
Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in
the penal sum of One Million Eight Hundred Nineteen Thousand Seven Hundred Seventy Three Dollars
and 00 Cents ($1,819,773.00), in lawful money of the United States, for the payment of which sum well
and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Agreement with the OWNER, dated December 6, 2004, a copy of which is hereto attached and made a
part hereof for the performance of The City of Fort Collins project, Canal Importation Ponds and Outfall
- Work Order #6 - Phase II Outfall and Avery Park Modifications.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the original term
thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the
Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and
demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER
from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and
repay the OWNER all outlay and expense which the OWNER may incur in making good any default
then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State
of Colorado and be acceptable to the OWNER.
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications
March 2009 00610-1
Performance Bond
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this 18 day of March 2009.
IN/nPRESENCE OF: / Principal Garrey Companies, Inc.
(Corporate Seal)
IN PRESENCE OF
IN PRESEN E OF:
co
C9 CORPORA TF': �tN
�M..souR`
Barbara A. Miller, Witness
Title
10822 W. Toller DR., Suite 100
Address Littleton, CD 80127.
Other Partners
By:
By:
Surety Western Surety Company
By:�
Attorney -in -Fact Linda L. Nutt
By; c/o Thomas McGee, L.C.
Address PO Box 419013
Kansas City lD 64141-6013
?oed4Jco, o r,4nn
rg°y,?R9'S` e
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
CIPO WO #6 - Phase II Outfall
and Avery Park Modifications
March 2009 00610-2
Performance Bond