Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - RFP - 7089 WATER WW AND SW UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES
City of Fort Collins Purchasing REQUEST FOR PROPOSAL CITY OF FORT COLLINS WATER, WASTEWATER, AND STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR PROPOSAL 7089 Purchasing Division 215 North Mason, 2nd Floor Opening Date: NOVEMBER 20, 2009 3:00 P.M. (our clock) rev 01/08 REFERENCE EVALUATION The City of Fort Collins will check references for overall performance, timetable, completeness, budget and job knowledge of selected projects/references. A satisfactory/unsatisfactory rating shall be given to each reference contacted. 11/17/2009 Project: Emergency Repair Estimate - 42" PCCP Repair in Arterial Road Date: November 20, 2009 Schedule of Values Item Description Unit of Estimated Unit Item Number Measure Quantity Cost ($) Cost ($) 1 Mobilization & Field Overhead LS 1 $ 9,100.00 $ 9,100.00 2 Traffic Control (Allowance) LS 1 16,900.00 16,900.00 3 Excavate Sump Adjacent to Leak/Cut Hole in Top of Pipe LS 1 5,000.00 5,000.00 4 Set-up Pumps & Dewater Pipe LS 1 8,600.00 8,600.00 5 Set-up Pumps & Lower Groundwater Table LS 1 4,400.00 4,400.00 6 Expose 40' Joint of Pipe & Support Excavation LS 1 6,600.00 6,600.00 7 Demo 40' Section PCCP LS 1 2,200.00 2,200.00 8 Install Steel Pipe & Adaptors w/Access Manhole (fumished by COFC) LS 1 7,000.00 7,000.00 9 Weld Buttstraps LS 1 6,600.00 6,600.00 10 Repair Interior Lining at Welds LS 1 800.00 800.00 11 Disinfect/Swab Interior of Pipe LS 1 700.00 700.00 12 Tape Wrap Exterior LS 1 1,700.00 1,700.00 13 Flowfill Excavation (Allowance) CY 299 77.00 23,023.00 14 Haul off Mud, Asphalt, Soil & Pipe (Allowance) CY 489 9.00 4,401.00 15 Install Temporary Asphalt Surface (Allowance) SY 178 30.00 5,340.00 16 Repair Concrete Curb, Gutter & Sidewalk (Allowance) LS 1 3,500.00 3,500.00 17 Install Permanent Asphalt Patch (Allowance) SY 294 58.00 17,052.00 18 Lodging & Subsistence For Crews LS 1 3,800.00 3,800.00 TOTAL ESTIMATED PRICE $ 126,716.00 000000•••• Summary late For: Emergency Repair Estimate - 42" PCCP Repair in Arterial Road mte Summary 11/17/2009 Uersioh,, 008'1JM • red by: Jeff Moore & Gary Haas 1 48 PM ida Noted: Item Description Quantity Unit Labor Material Subcontract Equipment Other Subtotal Pay Tax Total Casts Markup Balanced Bid Price Rounded Bid Price 0 I 32,00% 0.12890 Unit Total Unit Total I Mobilization & Field Overhead 1 LS 1,727 0 0 1,952 3,806 7,485 552 8,037 1,036 9,073.51 9,073.51 9,100.00 9,100.00 2 Traffic Control (Allowance) 1 LS 0 0 15,000 0 0 15,000 0 15,000 1,934 16,933.54 16,933.54 16,900.00 16,900.00 3 Excavate Sump Adjacent to Leak/Cut Hole in Top of Pipe 1 LS 1,727 540 0 1,092 524 3,882 552 4,435 572 5,006.48 5.006,48 5,000.00 5,000.00 4 Set-up Pumps & Dewater Pipe 1 LS 2,590 0 0 1,638 2,565 6,793 829 7,621 982 8,603.80 8,603.80 8,600.00 8,600.00 5 Expose 40' Joint of Pipe & Support Excavation 1 LS 2,590 0 0 1,638 785 5,014 829 5,842 753 6,595.31 6,595.31 6,600.00 6,600.00 6 Demo 40'Section PCCP 1 LS 863 0 0 546 262 1,671 276 1,947 251 2,198.44 2,198.44 2,200.00 2,200.00 7 Install Steel Pipe & Adaptors w/Access Manhole (furnished by COFC) I LS 1,727 2,343 0 1,092 524 5,685 552 6,238 804 7,041.89 7.041.89 7,000.00 7,000.00 8 Weld Buttstraps 1 LS 1,727 0 1,940 1,092 524 5,282 552 5,835 752 6,586.94 6,586.94 6,600.00 6,600.00 9 Repair Interior Lining at Welds 1 LS 216 200 0 137 65 618 69 687 89 775.39 775.39 800.00 800.00 10 Disinfect/Swab Interior of Pipe 1 LS 216 0 0 137 165 518 69 587 76 662.50 662.50 700.00 700.00 11 Tape Wrap Exterior 1 LS 432 S00 0 273 131 1,336 138 1,474 190 1,663.67 1,663.67 1,700.00 1,700.00 12 Flowfill Excavation (Allowance) 299 CY 703 18,538 0 546 262 20,049 225 20,274 2,613 76,55 22,887.28 77.00 23,023.00 13 Haul off Nlud, Asphalt. Soil & Pipe (Allowance) 489 CY 0 0 3,185 0 525 3,710 0 3,710 478 8.56 4,188.23 9.00 4,401.00 14 Install Temporary Asphalt Surface (Allowance) 178 SY 0 0 4,704 0 0 4,704 0 4,704 606 29.83 5,310.36 30.00 5,340.00 15 Repair Concrete Curb, Gutter & Sidewalk (Allowance) I LS 0 0 3,088 0 0 3,088 0 3,088 398 3,486.50 3,486, 50 3,500.00 3,500.00 16 Install Permanent Asphalt Patch(Allowance) 294 SY 0 0 15,180 0 0 15,180 0 15,180 1,957 58.29 17,136.74 58.00 17,052.00 17 Set-up Pumps & Lower Groundwater Table 1 LS 863 270 0 546 1,976 3,655 276 3,932 507 4,438.49 4,438.49 .4,400.00 4,400.0( 18 Lodging & Subsistence For Crews I LS 0 0 0 0 3,376 3,376 0 3,376 435 3,811.17 3,811.17 3,800.00 3,800.00 Bid Schedule Tolals 15,378 22,391 43,097 10,690 15,489 107,046 4,921 111,967 14,433 126,400.23 126,716.00 check Markup Factor 0.12890 14,433 0 Job Requirements Colorado Margin on Contract 10.970% Payroll Burden 32.0% Gross Receipts Tax 0.000% 'fax Exempt (yes or no) yes Bond Rate 0.413% Sales Tax Percentage 0.00'% Builder's Risk (if required).035/100 0,035% Gross Receipts Tax (yes or no Gross Receipts Tax Percent 0.00% Margin on Cost 12.897. Bond (yes or no) yes Builders Risk (yes or no) yes Management % Maintenance Guarantee over 12 months Contract Time (months) 12 First $5,000,000 Time Factor 1.00 Remaining Estimated Cost r 1267161 Amount Bond Cost Estimated Cost Bond Cost First 100,000 6,750 100,000 675 First 100k 10.465 1,047 Next 400,000 5,740 400,000 2,296 Next 400k 8.845 3,538 Next 2,000,000 4.730 2.00O,OD0 9,460 Next 2.OM 7.330 3.665 Next 2,500,000 4,050 25,000,000 101_50 Next 25M 6.290 0 Remaining 3.565 0 Next S.OM 5.520 0 Remaining 4.800 0 0.004133855 27.500.000 113,681 0,0082495 8,250 Page 1 9 Estimate For: Emergency Repair Estimate - 42" PCCP Repair in Arterial Road BIG PIPE CREW $ 19.26 Total Unit Estimate PIPE CREW $ 19.83 17-Nov-09 Version 2009JJNl Prepared by: Jeff Moore & Gary Haas SHORT CREW $ 19.53 01:40 PM Addenda Noted: REPAIR CREW $ 23.98 Comments Total LABOR Materials Subcontract Equipment Other 'total (Spec/Dwg) Description Quantity Unit MH MI-1/U Unit Total Unit Total Unit Total I Unit Total Unit- I Total Cost Re air Crew I Daily Cost assume 1/2 OT Wages/ 12 hour days) 1.00 sh 72.0 72.000 1,726.50 1,727 0 0 0 1,092 1,092 524 524 3,342 1 Mobilization & Field Overhead 0.0 #DIV/0! 0 0 0 0 0 0 General Conditions 0.0 #DIV/0! 0 0 0 0 0 0 GC's Sanitary Facility 1.0 is 0 0 0 0 165.00 165 165 GC's Safeiffirst Aid Equip 0.0 mh 0 0 0 0 60.00 0 0 GC's Trash Haul 0.0 too 0 0 0 0 0.00 0 0 GC's Air Compressor 20.0 hr 0 0 0 1.51 30 1.06 21 51 GC's Rubber Tire Backhoe 20.0 hr 0.0 0.00 0 0 0 16.50 330 5.78 116 446 GC's Light Plant (outside rental) 1.0 wk 0.0 0.00 0 0 0 500,00 500 200.00 200 700 GC's Small Tools 1.0 is 0 0 0 0 648.00 648 648 CC's Misc. Rental 1.0 Is 0 0 0 0 324.00 324 324 GC's Small Equipment Internal Allocation 1.0 is 0 0 0 0 388.80 389 389 0.0 #D1V/01 0 0 0 0 0 0 Mobilization 0.0 #DIV/01 0 0 0 0 0 0 Mob. Mobilize John Deere 450 Excavator (local move) 3 hr 0.0 0.00 0 0 0 0 130.00 390 390 Mob. Mobilize John Deere 624 Loader (road to site) 0 hr 0.0 #DIV/0! 0 0 0 0 0 0 Mob. Mobilize Trench Boxes for Welding a Bell/Spigot 2 hr 0.0 0.00 0 0 0 0 80.00 160 160 Mob. Mobilize Beams for Supporting Utilities 2 hr 0.0 0.00 0 0 0 0 80.00 160 160 COFC Load Repair Materials & Haul to Site 2 hr 0.0 0.00 0 0 0 0 80.00 160 160 Re air Crew Portion of Crew Time (Mobilization) 0.50 sh 36.0 72.000 1,726.50 863 0 0 0 1,092 546 524 262 1,671 0.0 #D1V/0! 0 0 0 0 0 0 Demobilization 0.0 #DIV/0! 0 0 0 0 0 0 De -Mob. De -mobilize John Deere 450 Excavator (local move) 3 hr 0.0 0.00 0 0 0 0 130.20 390 390 De -Mob. De -mobilize John Deere 624 Loader (road from site) 0 hr 0.0 #DIV/01 0 0 0 0 0 0 De -Mob. De-ntobikze Trench Boxes 2 ltr 0.0 0.00 0 0 0 0 80.00 160 160 0.0 #DIV/01 0 0 0 0 0 0 Re air Crew Portion of Crew Time (Demobilization) 0.50 sh 36.0 72.000 1,726.50 863 0 0 0 1,092 546 524 262 1,671 0.0 #DIV/01 0 0 0 0 0 0 1 Mobilization & Field Overhead 1 LS 72 1,727 0 0 1,952 3,806 7,485 2 Traffic Control (Allowance) Carnes Device Set-up 1.0 is 0.0 0.00 0 0 1,000.00 1,000 0 0 1,000 Carnes Major Traffic Control for Repair (round the clock) 4.5 dy 0.0 0.00 0 0 2,000.00 9,000 0 0 9,000 Carnes Minor Traffic Control for Asphalt & Concrete �dy 0.0 0.00 0 0 1,000.00 5,000 0 0 5,000 0.0 #DIV/0! 0 0 0 0 0 0 2 Traffic Control (Allowance) 1 LS 0 0 0 15,000 0 0 15,000 3 Excavate Sump Adjacent to Leak/Cut Hole in Top of Pipe Lafarge Purchase 1-1/2" Rock 30 to 0.0 0.00 0 18.00 540 0 0 0 540 0.0 #DIV/0! 0 0 0 0 0 0 Re air Crew Portion of Crew Time (allocated) I.00 sh 72.0 72.000 1,726.50 1,727 0 0 0 1,092 1,092 524 524 3,342 0.0 #DIV/01 0 0 0 0 0 0 3 Excavate Sump Adjacent to Leak/Cut Hole in Top of Pipe I LS 72 1,727 540 0 1,092 524 3,882 Unit Est Page 1 of 4 00000000000000000*00 Estimate For: Emergency Repair Estimate - 42" PCCP Repair in Arterial Road BIG PIPE CREW $ 19.26 Total Unit Estimate PIPE CREW $ 19.83 17-Nov-09 [Version - -� 20097jiQ Prepared by: Jeff Moore & Gary Haas SHORT CREW $ 19.53 01.40 PM Addenda Noted: REPAIR CREW $ 23.98 Comments Total LABOR Materials Subcontract Equipment Other Total (Spec/Dwg) Description Quantity Unit MH MH/U Unit Total Unit Total Unit I Total Unit I Total Unit I Total Cost 4 Set-up Pumps & llewater Pipe Wagner Rent 8" Trailer Mounted Pump 1 Is 0.0 0.00 0 0 0 0 1,061 1,061 1,061 Wagner Rent 30' of Suction I Is 0.0 0.00 0 0 0 0 263 263 263 Wagner Rent 300' of Discharge 1 Is 0.0 0.00 0 0 0 0 455 455 455 0.0 #DIV/0! 0 0 0 0 0 0 Repair Crew Portion of Crew Time (allocated) 1.50 sh 108.0 72.000 1,726.50 2,590 0 0 0 1,092 1,638 524 785 5,014 0.0 #DIV/0! 0 0 0 0 0 0 4 Set-up Pumps & llewater Pipe I LS 108 2,590 0 0 1,638 2,565 6,793 5 Expose 40' Joint of Pipe & Support Excavation Re lair Crew Portion of Crew Time (allocated) 1.50 sh 108.0 72.000 1,726.50 2,590 0 0 0 1,092 1,638 524 785 5,014 0.0 #DIV/0! 0 0 0 0 0 0 5 Expose 40' Joint of Pipe & Support Excavation 1 LS 108 2,590 0 0 1,638 785 5,014 6 Demo 40' Section PCCP Re air Crew Portion of Crew Time (allocated) 0.50 sh 36.0 72,000 1,726.50 863 0 0 0 1,092 546 524 262 1,671 0.0 #DIV/0! 0 0 0 0 0 0 6 Demo 40' Section PCCP 1 LS 36 863 0 0 546 262 1,671 7 Install Steel Pipe & Adaptors w/Access Manhole (furnished by COFC) Lafarge Purchase Squeegee Bedding to 6" on top ofpipe 90 ton 0.0 0.00 0 17.70 1,593 0 0 0 1,593 Colo. Precast Purchase Grade Beams 2 ea 0.0 0.00 0 100.00 200 0 0 0 200 Colo. Precast Purchase 48" Risers & Eccentric Cone 5 of 0.0 0.00 0 60.00 300 0 0 0 300 Colo. Precast Purchase Ring & Cover "Water" I ea 0.0 0.00 0 250.00 250 0 0 0 250 0.0 #DIV/0! 0 0 0 0 0 0 Re air Crew Portion of Crew Time (allocated) L00 sh 72.0 72.000 1,726.50 1,727 0 0 0 1,092 1,092 524 524 3,342 0.0 #DIV/0! 0 0 0 0 0 0 7 Install Steel Pipe & Adaptors w/Access Manhole (furnislu 1 LS 72 1,727 2,343 0 1,092 524 5,685 8 Weld Buttstraps Mhr. Man Welder & Truck 10 lir 0.0 0.00 0 0 85.00 850 0 : 0 850 Mtn. Man Welder & Truck 10 hr 0.0 0.00 0 0 85.00 850 0 0 850 Mtn. Man Travel/Mobilize 4 hr 0.0 0.00 0 0 60.00 240 0 0 240 0.0 #DIV/01 0 0 0 0 0 0 Re lair Crew Portion of Crew Time (allocated) 1.00 sh 72.0 72.000 1,726.50 1,727 0 0 0 1,092 1,092 524 524 3,342 0.0 #DIV/0! 0 0 0 0 0 0 8 Weld Buttstraps 1 LS 72 1,727 0 1,940 1,092 524 5,282 9 Repair Interior Lining at Welds Trinity Purchase Corropipe Polyureflume 20 mil 1 Is 0.0 0.00 0 200.00 200 0 0 0 200 0.0 #DIV/0! 0 0 0 0 0 0 Re air Crew Portion of Crew Time (allocated) 0.13 sh 9.0 72.000 1,726.50 216 0 0 0 1,092 137 524 65 418 0.0 #DIV/0! 0 0 0 0 0 0 9 Repair Interior Lining at Welds 1 LS 9 216 200 0 137 65 618 Unit Est Page 2 of4 eeeeeeeeeeeeeeeeeeee Estimate For: Emergency Repair Estimate - 42" PCCP Repair in Arterial Road BIG PIPE CREW $ 19.26 Total Unit Estimate PIPE CREW $ 19.83 17-Nov-09 Version 2009.JJNI Prepared by: Jeff Moore & Gary Ilaas SHORT CREW $ 19.53 01:40 PM Addenda Noted: REPAIR CREW $ 23.98 Comments Total I LABOR Materials Subcontract Equipment Other Total (Spec/Dwg) Description Quantity I Unit MH I MH/U I Unit I Total Unit I Total I Unit Total Unit I Total Unit I Total Cost 10 Disinfect/Swab Interior of Pipe Misc. Purchase Bleach I Is 0.0 0.00 0 0 0 0 50.00 50 50 Misc. Purchase Rags 1 Is 0.0 0.00 0 0 0 0 50.00 50 50 0.0 #DIV/0! 0 0 0 0 0 0 Re air Crew Portion of Crew Time (allocated) 0.13 sh 9.0 72.000 1,726.50 216 0 0 0 1,092 137 524 65 418 0.0 #DIV/0! 0 0 0 0 0 0 10 Disinfect/Swab Interior of Pipe 1 LS 9 216 0 0 137 165 518 11 Tape Wrap Exterior 'trinity Purchase Corropipe Polyurethane 25 mil 1 is 0.0 0.00 0 500.00 500 0 0 0 500 0.0 #DIV/0! 0 0 0 0 • 0 0 Ke air Crew Portion of Crew Time (allocated) 0.25 sh 18.0 72.000 1,726.50 432 0 0 0 1,092 273 524 131 836 0.0 #DIV/0! 0 0 0 0 0 0 11 Tape Wrap Exterior 1 LS 18 432 500 0 273 131 1,336 12 Flowfill Excavation (Allowance) Lafarge Flowfill Materials 299 cy 0.0 0.00 0 62.00 18,538 0 0 0 18,538 0.0 #DIV/0! 0 0 0 0 0 0 Re air Crew Portion of Crew Time (allocated) 0.50 sh 36.0 72.000 1,406.06 703 0 0 0 1,092 546 524 262 1,511 0.0 #DIV/01 0 0 0 0 0 0 12 Flowfill Excavation (Allowance) 299 CY 36 703 18,538 0 546 262 20,049 13 Haul off Mud, Asphalt, Soil & Pipe (Allowance) Tjaden Haul-off(assume 1 hour cycle) 49 loads 0.0 0.00 0 0 65.00 3,185 0 0 3,185 Larimer Cty. Dump Fees 10 loads 0.0 0.00 0 0 0 0 52.50 525 525 0.0 #DIV/0! 0 0 0 0 0 0 13 Haul off Mud, Asphalt, Soil & Pipe (Allowance) 489 CY 0 0 0 3,185 0 525 3,710 14 Install Temporary Asphalt Surface (Allowance) Lafarge Mobilization 1 is 0.0 0.00 0 0 1,500.00 1,500 0 0 1,500 Lafarge Prep. & 4" Asphalt Paving 178 sy 0.0 0.00 0 0 I8.00 3,204 0 0 3,204 0.0 #DIV/01 0 0 0 0 0 0 14 Install Temporary Asphalt Surface (Allowance) 178 SY 0 0 0 4,704 0 0 4,704 15 Repair Concrete Curb, Gutter & Sidewalk (Allowance) Vogel Mobilize 1 is 0.0 0.00 0 0 250.00 250 0 0 250 Vogel Concrete 801f 0.0 0.00 0 0 29.12 2,330 0 • 0 2,330 Vogel Demo 80 sf 0.0 0.00 0 0 2.70 216 0 0 216 Vogel Sawcut 271f 0.0 0.00 0 0 5.47 146 0 0 146 Vogel Aggregate Base 5 ton 0.0 0.00 0 0 27.55 147 0 0 147 0.0 #DIV/0! 0 0 0 0 0 0 15 Repair Concrete Curb, Gutter & Sidewalk (Allowance) 1 LS 0 0 0 3,088 0 0 3,088 16 Install Permanent Asphalt Patch (Allowance) Lafarge Lafarge Mobilization I Is 0.0 0.00 0 0 1,500.00 1,500 0 0 1,500 Lafarge Sawcut, Prep. & 10" Asphalt Paving 294 sy 0.0 0.00 0 0 45.00 13,230 0 0 13,230 Unit Est Page 3 of 4 0000000000*0900 Estimate For: Emergency Repair Estimate - 42" PCCP Repair in Arterial Road BIG PIPE CREW S 19.26 Total Unit Estimate PIPE CREW $ 19.83 17-Nov-09 Versiol) 2009.JJM Prepared by: Jeff Moore & Gary Haas SHORT CREW $ 19.53 01:40 PM Addenda Noted: REPAIR CREW $ 23.99 Comments Total LABOR Materials Subcontract Equipment Other Total Unit Total Unit I Total Unit Total Unit I Total Unit I Total (Spec/Dwg) Description Quantity Unit MH MH/U Cost Lafarge Adjust Manholes I ea 0.0 0.00 0 0 450.00 450 0 0 450 0.0 #DIV/0! 0 0 0 0 0 0 16 Install Permanent Asphalt Patch(Allowance) 294SY 0 0 0 15,180 0 0 15,180 17 Set-up Pumps & Lower Groundwater Table Wagner Rent Additional 3-4" Submersibles (2 each) 5 dy 0.0 0.00 0 0 0 0 281.78 1,409 1,409 Wagner Rent Additional3-4" Hoses 5 dy 0.0 0.00 0 0 0 0 40.00 200 200 Haynes Gen. Purchase 10' x 15' Dewatering Bags 4 ea 0.0 0.00 0 0 0 0 26.35 105 105 Lafarge Purchase 1-1/2" Rock 15 ton 0.0 0.00 0 18.00 270 0 0 0 270 0.0 #DIV/0! 0 0 0 0 0 0 Re air Crew Portion of Crew Tune (allocated) 0.50 sh 36.0 72,000 1,726.50 863 0 0 0 1,092 546 524 262 1,671 0.0 #DIV/01 0 0 0 0 0 0 17 Set-up Pumps & Lower Groundwater Table 1 LS 36 863 270 0 546 1,976 3,655 18 Lodging & Subsistence For Crews Misc. Motels for Crew 1 (4 nights x 4 rooms) 16 ea 0.0 0.00 0 0 0 0 65.00 1,040 1,040 Misc. Motels for Crew 2 (4 days x 4 rooms) 16 ea 0.0 0.00 0 0 0 0 65.M 1,040 1,040 Garuey Subsistence 432 hr D.0 0.00 0 0 0 0 3.00 1,296 1,296 0.0 #DIV/01 0 0 0 0 0 0 IS Lodging & Subsistence For Crews 1 LS 0 0 0 0 0 3,376 3,376 648 15,378 22,391 43,097 10,690 15,489 107,046 BASE BID TOTALS: Mils Labor Materials Subcontract Equipment Other TOTAL Unit Est Page 4 of 4 n L IJ Composite Crew Make-up/Summary updated 10/08/09 Estimate For: Emergency Repair Estimate - 42" PCCP Repair in Arterial Road # Resource Manhours Wage Rate Labor Equip. Rental EOE/FOG Misc./Hauling Total Supervision i 1 Super/Pickup/Phone 1.00 $ 37.00 $ 37.00 $ 5.50 $ 3.75 $ $ 46.25 Excavators 1 JD 450 1.00 24.50 24.50 40.00 20.34 84.84 Loaders 1 3.5 cy Loader/624/938 1.00 17.00 17.00 24.50 11.44 52.94 Compactors Support Eouipmt. 1 Tool TrailerNan - - - 5.00 1.75 6.75 2 Generator (24 hour) 6.02 6.36 12.38 2 Trench Boxes 10.00 - 10.00 Misc. - Field Labor 1 Pipe Layer 1.00 15.00 15.00 15.00 2 Laborers 2.00 14.50 29.00 29.00 Top Man - 15.00 - - Subtotal Hourly Labor 85.50 Add for Overtime 25.00% 12 hour shifts (assuming 1/2 OT) 21.38 21.38 Superintendent Salary 37.00 Hourly 85.50 Hourly OT Premium 21.38 Subtotal Labor 143.88 Summary: Comp Rate Total Hourly Cost 6.00 $ 23.98 $ 143.88 $ 91.02 $ 43.63 $ $ 278.53 Total Cost per Manhour $ 23.98 $ 15.17 $ 7.27 $ $ 46.42 Total_ r ay Cost 54.00 1,726.50 1,092.24 523.60 3,342.34 Hours per shift 12 Hourly Cost $ 143.88 $ 91.02 $ 43.63 $ $ 278.53 0 EMERGENCY REPAIR FLOW CHART City of �qe Fort Collins Uiilii3es ;�> ADVANCING V,A'Pf•N� ID Task Name Contact Cell Home/Office/Dispatch o en ies Problem tlges Pro en blem �2� _..______ ... -...__ CoFC Clews Isolate System � .. _�_. _._ ._.� - _ i 9 Contact Garnet' Project Manager - - .. . ., ........, J ff Moore 1... C-970-217-1934 , .,...,.H-970461-0375 et Gainey Project Manager 6ritWt Giinney S p t d t - Contact 0erney Pro)ect Eng near-- -- R h T -m bl 1- Gary Flaes� C-720-339-5967 ( C-970-219-916D,FI-970-222.4124 Fi-970-278-9205 tact Garnet' Superintendent r et' Project Engineer • 6 Contact Northwest (Steel Pipe) - - - - Neal Kelemen C-303478-8342 - - 0-303-2894080 ••11-1 "Par Contact HD Supply (DIP/PVC Pipe),..,.. Kev n McGethgan C-303-210-0807 0-303-292-1112 ! ! Determine Access Po nvstreet Address ... .. ---- .., - - - ' - � ' .......... .-.-- ermine Access POInVStreet Address Locate Area for Stockpiling Spoils .. ...... ...... ......... Locate/M bl E9 Pment ......... .............. Call for Emergency Uglily Locates _____.._... ...-__.{.. ... .._....�.. i --- - _ - !'...,. _ ... .____ _......._._ ...........___. f (Piff-Loate/Mobilize C-000-0D0-1811 � ______. _........ ........ - - 0-800-922-1987 ., :. Equipment a Notfy Warp Asphalt - - -- - Kelly Steele l„ C-970-566-0120 ; - --- -0-970-067-3642 _ 13 -Notify Lafarge' Aggregates - Larry Glenn ( C-970-081-5660 D-97o: 0w-3790 14 Notify Lafarge 46wfill Contact Mounbi n Man W t ng (Steel Pipe) Larry Glenn R k S bl tte `' C-970481-5686 C-303-947A615 .. D-970-007-3750-15 --0-303-798E622 ! pe) -T6- __..._ .. .............. Order Set n art' Toilets- ...._..._ _..._i.. f _ __......... 1 ..__ ._........ er Sanitary Toilets -�Y Call LV Trucking Ion Site Hauling) _--- - - Call Sch dt Earth Builders (On Sile Hauling) till Hersh Trucking (Transport Eqii pmenl) - LV or U tla Tjaden I.. J r Bra ry gg i '- -- Hotl ne j C-970-566-0693 i C-970-5fifi-5607 I✓ H-970482-3611 01970667E019 0-970692-9091-!. 0-970482-3625 Ite Hau Ing) Iltlers' ( n Site H uling) I Hersh Trucking (I ranspo I Equlpm t) 18 1 Cell Schmidt EarltN Builders (Transport Equ pment) Don Smith] C-976-566-5612 i 6-970692-9091 .' I Schmidt Earth B Itlers ( ransport qulpmenq Rant Equipment from Wag er Rents (.) Rent Equ „. � i nt from Sunstate E d- er t 7 - pmen q pmen () Wayne Heger - � - -�- 0-970-567-22370-970493-5005 - - - -0-970-08414499 .! t Equipment from Nagner Rents (?) t Equipment from unstat Equlpm nt (7) Rent Equpment tronn RSC Rentals(?]"0-970-482-9999 itEquipment from RSC Re itals (T) qu pment from Schm tll Earth Builders (?) Jerry Bragg i C-970-566-5607 I 0-9766924691' it Equipment from 3chmid Earth ftabder. (7) et' Crewe NotifyTraffc Coh(rol Sub (f not COFC) -....... C es Service . .. . ..........0-97056B-3632 ub (it no COFC) i Mobil¢e Pumps8Smal E-__ant_______ q -p ______ __^_ __ billze Pu ps & Sm ll Equi ment Instal BMP's as Necessary -"1 '....................._................................._.._............ Iva at SI fns I BMP' as Nece nary ate Sur ace Flow 2 31 S t 6p Tr H C tr I � p Traffl Control ; 3 . ... uerator ......._..,. Set-up P pslG .......... ._... .. I ......'. ... ... . .............. _.......... ..Generators ....... .... .... _... - 33 . ..._. _. .. MonitorD harge from -Site i 35 Verity Lock t/T g t Ify Lockout7Teg out 3�6 ..._._.- .......... Bring in Add konel Crews (?) --- - ....,,....._..................._ ...., ..,. ,. ,,,.,.._,..._........ ...._.. 11 . air Pipe 30 DisrnfiZtWEd Li - - i � - Infect 6 Load LI 9 VisuallY In peel Re - .__ pair .. .. - - ...... ....... .. } . IIY Ins act Repair ReWrn Pipe N Service . __..._..... ....... ...... ....,_.. ... ,......{.. ,,....... . _. .......... turn Pipe to Servic Pe ......_.__I, wfllUSac gil Pipe —42 Demobilize Crew B Equipment-- -------- . ! . p obillze CrewB Equipment 3 Temporary Patch Surface if regtl)_._..... ._....._. ._....___. __.,._I .... ............ _..... ..._...... jtiparary Patch Surface (if req'tl) ". Permanentli Patch Ashalt, ... ".".'..,. Y P Restore Sile tsPre-Existing Cond'tion - -----------------. _...._. ..�.. ..,.,..__...,, ...._.._.._ _ ,. _. _-- ._._.__._ ___.,., _. _.... .. _........, n ently Patch Asphalt re Site to Pre -Existing Condition Inventory Materals Used ............ .......... .._..... .... :... t ..... ._....... ............... Replete Materials Usetl-------�----�- Pre /S bmit Invoice for Repair- pare i ! j I Prepare/Submlt Invoice for Repair 48 Typical Waterline Emergency Repair Flowchart Logic Proposa17089 RESUMES SECTION 00520 CONTRACT DOCUMENTS FORT COLLINS UTILITIES FOR CONSTRUCTION WORK ORDERS: (Contract forms, Conditions of the Contract, General Requirements) City of Fort Collins Purchasing Date: Contractor:_ RFP # qarney ADVANCING WATER Contact Information Phone: (303) 791-3600 Fax: (303) 791-1801 Email: wobrien@garney.com Career Summary Employed by Gamey since: 1999 Employed in industry since: 1978 Education New Mexico State University Electrical Engineering University of New Mexico Construction Management Affiliations & Certifications • AWWA • APWA • ACI • NUCA WAYNE O'BRIEN PRINCIPAL -IN -CHARGE PROFESSIONAL SUMMARY As Vice President for Gamey's western region, Wayne oversees all of Gamey's Water Facility operations in the Southwest and West and monitors each project that is under construction. Wayne has responsibility for marketing, sales, estimating, project management, and negotiations for all projects in the Southwest and Western markets. He has more than 20 years of experience in construction management, estimating, planning, and public process of water resource projects. Wayne began as a laborer, and served as a pipe layer, equipment operator, and field engineer before moving into management. Having worked his way up through the ranks, Wayne understands the complexities and necessities that are involved in construction projects. His years of experience help him to identify value engineering opportunities. Wayne brings a strong background of successful water resource project experience, but also has a broad range in the areas of water supply, delivery and conveyance systems, water treatment, wastewater collection and treatment, and water distribution. Wayne has successfully managed large water resource construction teams, which has earned him a reputation for being able to complete projects ahead of schedule, without compromising safety or quality. This success can be attributed to his management style of being a team player and working closely with clients, his ability to quickly identify issues and problems and develop solutions, being responsive to changes in project direction with proactive leadership, and an in-depth and a comprehensive knowledge of water and wastewater systems. References Richard Bartels Robert Bates, P.E. Colorado Springs Utilities Bates Engineering Ph: (719) 641-1647 Ph: (303) 980-1212 Darryl "Tick" Benz Mark Van Nostrand, P.E. Colorado Springs Utilities Denver Water Ph: (719) 660-1079 (retired) Ph: (303) 591-8583 INDUSTRY EXPERTISE • Water and Wastewater Treatment Plants • Water Collection/Distribution Facilities • Design -Build and CMAR Contracts • Construction Management and Estimating RELEVANT EXPERIENCE COLORADO SPRINGS UTILITIES - Colorado Springs, Colorado Groundwater Collection Systems — Desi Build Won 2004 Colorado ACEC Excellence Award. $13.0 M c�rney ousrrrurnou ADVANC1k ,.WATER (O'Brien continued) COLORADO SPRINGS UTILITIES — Colorado Springs, Colorado Blue River Systems — Design/Build $500 K CITY OF MESA — Mesa, Arizona Mesa WWTP, 24 MGD UV Replacement Project $2.5 M CITY OF PHOENIX — Phoenix, Arizona 915, Ave. UP01 WWTP Completion Project $11.6 M CITY OF SANTA FE — Santa Fe, New Mexico Buckman Wells 10-13 and Booster Pump Stations $5.3 M TOWN OF BRECKENRIDGE — Breckenridge, Colorado 3.5 MG North Water Storage Tank $2.5 M EVERGREEN METROPOLITAN DISTRICT — Evergreen, Colorado Micro Filtration Water Treatment Plant — Design/Build $3.0 M TRI-LAKES AUTHORITY DISTRICT — Monument, Colorado Tri-Lakes Water Reclamation Facilities $4.6 M DEPARTMENT OF THE NAVY — Pearl Harbor, Hawaii Theater Missile Defense Missile Launch Facility — Design/Build $7.2 M EAST BUCKEYE SEWER GROUP — Buckeye, Arizona Central Buckeye Wastewater Treatment Plant 3.0 MGD Expansion - CMAR $16.0 M CHEYENNE BOARD OF PUBLIC WORKS — Cheyenne, Wyoming Dry Creek WWTP Expansion Project $17.8 M i arr�ey oNsrnurnoN ADVANCING WATER Career Summary Employed by Gamey since: 1987 Employed in industry since: 1981 Education Colorado State University B.S. in Industrial Construction Management Affiliations & Certifications • OSHA Supervisor Training • AGC American Augers, Inc. Horizontal Boring Operators Training • AWWA Member • Erosion Control Certification Training INDUSTRY EXPERTISE JEFFREY J. MOORE PROGRAM MANAGER PROFESSIONAL SUMMARY Jeff has been in the construction industry for more than 28 years, the past 22 with Gamey. He has served as carpenter, Field/Project Engineer, Assistant Project Manager, Project Manager, and currently serves as Program Manager for the City of Fort Collins' Infrastructure Design and Construction work program. Jeff's specialty is pipeline and underground utility projects and he has managed various treatment and water storage facilities. He will be the primary contact with the owner and engineer, and be responsible for seeing your project through to successful completion. Jeff has worked his way up through the ranks and has earned a reputation for producing high quality work in a partnering environment. References Owen Randall City of Fort Collins Ph: (970) 221-6809 Don Silar Stantec Ph: (970) 482-5922 Andrea Faucett Ayres & Associates Ph: (970) 223-5556 Brad Anderson Anderson Consulting Engineers Ph: (970) 226-0120 • Water and Wastewater Treatment and Storage Facilities • Storm Sewer Conveyance and Detention, and Flood Control Projects • Scheduling, Estimating, and Project Management • Horizontal Boring and Tunneling • Water, Sanitary Sewer, and Storm Sewer Pipelines up to 108" Diameter RELEVANT EXPERIENCE CITY OF FORT COLLINS - Fort Collins, Colorado Canal Importation Ponds & Outfall Drainage Improvements -Project $21.0 M • CITY OF LOVELAND — Loveland, Colorado Loveland 4.0 MG Water Storage Tank $4.3 M • SNAKE RIVER WATER DISTRICT — Keystone, Colorado • Sunrise Water Storage Tank Roof Slab Replacement Project $1.3 M CITY OF FORT COLLINS — Fort Collins, Colorado • Dry Creek Drainage Improvement Project $4.3 M CITY OF LOVELAND — Loveland, Colorado 43rd Street 4.0 MG Water Storage Tank $3.7 M coaPaqy ADVANCINGWATER (Moore continued) CITY OF FORT COLLINS — Fort Collins, Colorado Stormwater, Water & Sanitary Sewer Projects Combined $10.0 M CITY OF FORT COLLINS — Fort Collins, Colorado Sheldon Lake Drainage Improvement Project $4.5 M CITY OF FORT COLLINS — Fort Collins, Colorado Oak Street Outfall Project $6.7 M CITY OF FORT COLLINS — Fort Collins, Colorado Locust Street Outfall Project $6.8 M CITY OF FORT COLLINS — Fort Collins, Colorado Drake Road Storm Sewer & VTH Outfall Project $1.5 M conrst ey rnucnont ADVANCING WATER Career Summary Employed by Gamey since: 1992 Employed in industry since: 1989 Affiliations & Certifications • OSHA Safety Training • CPR/First Aid Certified • Competent Person Trained: • Fall Protection • Scaffold • Confined Space • Trench Safety • Hazardous Communications RICH R. TRIMBLE SUPERINTENDENT PROFESSIONAL SUMMARY Rich has been in the construction industry for more than 20 years, the past 17 with Gamey. He has served as Equipment Operator, Pipe Foreman and Superintendent. Rich's specialty is in pipeline and underground utility projects. Rich has worked his way up through the ranks and has earned a reputation for producing high quality work in a very competitive market. References Owen Randall City of Fort Collins Ph: (970) 221-6809 Tom Degrand City of Loveland Ph: (970) 962-3709 INDUSTRY EXPERTISE • Water and Wastewater Treatment Facilities • Pipe Foreman • Underground Utility • Pipeline Projects RELEVANT EXPERIENCE CITY OF FORT COLLINS — Fort Collins, Colorado Canal Importation Ponds & Outfall Drainage Improvements Project Brad Anderson Anderson Consulting Engineers Ph: (970) 226-0120 Mark Hollenbeck Gateway American Properties Ph: (303) 843-9742 CITY OF FORT COLLINS — Fort Collins, Colorado Sheldon Lake Drainage Improvements, Drainage System Improvements CITY OF FORT COLLINS — Fort Collins, Colorado Oak Street Outfall Project, Complete Underground Storm Drainage System CITY OF FORT COLLINS — Fort Collins, Colorado Locust Street Outfall Project, Storm Sewer, Flood Control, and Sanitary Sewer CITY OF FORT COLLINS — Fort Collins, Colorado Drake Road Outfall Project, Storm Sewer, Precast Bridges, Headwall, and Outlet CITY OF FORT COLLINS — Fort Collins, Colorado North Transmission Line, Fire Hydrants, and Air Valve Manholes GATEWAY AMERICAN PROPERTIES — Montbello, Colorado Gateway Village $21.0 M $4.5 M $6.7 M $6.8 M $1.5 M $747 K $2.4 M i arney oNsrnM ADVANCING WATER Career Summary Employed by Gamey since: 1977 Employed in industry since: 1977 INDUSTRY EXPERTISE • Complex Concrete Structures JOSE "LUIS" BARRUTIA SUPERINTENDENT PROFESSIONAL SUMMARY Luis has been instrumental and active in the construction industry for 32 years for Gamey. He has served as Laborer, Carpenter, Carpenter Foreman and currently as a Superintendent. Luis' specialty is with complex concrete structures and he also excels in process pipe fitting and plumbing. Luis has worked his way up through the ranks and is well known by many owners and engineers for producing high quality work. References Owen Randall City of Fort Collins Ph: (970) 221-6809 Dean Saye City of Fort Collins Ph: (970) 221-6809 • Process Pipe Fitting and Plumbing • Water and Wastewater Treatment Facilities Brian Smith Anderson Consulting Engineers Ph: (970) 226-0120 Tarl C. (TC) Bohnet Ayres & Associates Ph: (970) 223-5556 RELEVANT EXPERIENCE CITY OF FORT COLLINS — Fort Collins, Colorado Canal Importation Ponds & Outfall Drainage Improvements Project $21.0 M SNAKE RIVER WATER DISTRICT — Keystone, Colorado 4.0 MG Water Storage Tank Lid Replacement $1.3 M CITY OF FORT COLLINS — Fort Collins, Colorado Sheldon Lake Drainage Improvements $4.5 M PLUM CREEK WASTEWATER AUTHORITY — Castle Rock, Colorado Plum Creek Wastewater Treatment Plant Expansion and Improvements $24.6 M CITY OF FORT COLLINS — Fort Collins, Colorado Oak Street Outfall Project $6.7 M CITY OF FORT COLLINS — Fort Collins, Colorado Locust Street Outfall Project, Concrete Structures and Flatwork associated with Storm Sewer, Flood Control and Sanitary Sewer $6.8 M i eyCONSTRUCTION ADVANCING WATER Career Summary Employed by Gamey since: 1995 Employed in industry since: 1984 Education Vocational Technical Training Auto Mechanic Certification Affiliations & Certifications • First Aid/CPR/AED Certified • Confined Space Competent • Fall Protection Competent INDUSTRY EXPERTISE • Water and Wastewater Facilities • Pipe Fitting • Pump Stations • Post Tension Tanks WESLEY CONAWAY SUPERINTENDENT PROFESSIONAL SUMMARY Wes has nearly 25 years of experience in the construction industry, which includes all aspects of commercial, industrial and residential projects. He has served as superintendent for water and wastewater treatment plants, pump stations, box culverts, concrete water storage tanks and bridges. Wes also has experience as a foreman on natural gas pipelines, and as a nine fitter on comnressor atations. References John Graves Denver Water Board Ph: (303) 324-8577 Bob Polich East Dillon Water District Ph: (970) 468-6875 Dave Lighthart Evergreen Metropolitan District Ph: (970) 484-7477 RELEVANT EXPERIENCE • CITY OF AURORA — Aurora, Colorado Marina Tank and Pump Station $14.7 M • CITY OF AURORA —Aurora, Colorado Robertsdale Tank and Pump Station $14.7 M CITY OF LOVELAND — Loveland, Colorado • Loveland 4 MG Water Storage Tank $4.3 M CITY OF GILLETTE — Gillette, Wyoming Gillette Wastewater Treatment Plant $13.3 M • CITY OF LOVELAND — Loveland, Colorado 43rd Street 4 MG Post Tension Water Storage Tank $3.7 M CITY OF THORNTON — Thornton, Colorado • Columbine Water Treatment Plant Expansion, 45 MGD $55.0 M TOWN OF BRECKENRIDGE — Breckenridge, Colorado • Breckenridge 3.5 MG Water Storage Tank $2.9 M coroVsqy ADVANCING WATER (Conaway continued) TOWN OF DILLON — Dillon, Colorado Dillon Water Treatment Phase II Microfiltration Plant $1.5 M CITY OF FORT COLLINS — Fort Collins, Colorado Howes Street Outfall, Concrete Box Culvert, Street Reconstruction, and Utilities $2.9 M SOLDIER CANYON WATER TREATMENT PLANT — Fort Collins, Colorado Soldier Canyon Water Treatment Plant $4.0 M DENVER WATER BOARD — Douglas County, Colorado Chatfield Reservoir, Water Storage Tank, and Pump Station $7.3 M CITY OF BOULDER — Lakewood, Colorado Lakewood Dam Rehabilitation $655 K SOUTH FORT COLLINS SANITATION DISTRICT — Fort Collins, Colorado South Fort Collins Wastewater Treatment Plant Improvements $6.0 M EVERGREEN METROPOLITAN DISTRICT — Kittredge, Colorado Kittredge Wastewater Treatment Plant Improvements $500 K TOWN OF DILLON — Dillon, Colorado Dillon Water Treatment Plant, Phase II Microfiltration $514 K EAST DILLON WATER DISTRICT — Dillon, Colorado Snowberry Water Storage Tank $1.6 M CITY OF STEAMBOAT SPRINGS — Steamboat Springs, Colorado Steamboat Springs Wastewater Treatment Plant A Basins Additions $1.5 M TOWN OF FRISCO — Frisco, Colorado 1.2 MG Peninsula Water Storage Tank $1.2 M EVERGREEN METROPOLITAN DISTRICT — Evergreen, Colorado El Pinal Lift Station $174 K CITY OF WINTER PARK — Winter Park, Colorado Winter Park Water Treatment Plant Filter Upgrades $43.7 K CITY OF FORT COLLINS — Fort Collins, Colorado Storm Drainage Detention Ponds and Spillways $1.3 M i�►rney ADVANctNG WATER Career Summary Employed by Gamey since: 2004 Employed in industry since: 2004 Education Colorado State University B.S. in Construction Management Affiliations & Certifications • OSHA Safety Training • Erosion Control Certification Training • CPR & First Aid Certified GARY R. HAAS PROJECT ENGINEER PROFESSIONAL SUMMARY Gary has been in the construction industry for more than five years, all of which have been with Gamey. He has served as a Field/Project Engineer, and currently serves still as a Project Engineer for the City of Fort Collins' Infrastructure Design/Construction work program. Gary has been working hard at taking over many of the project manager duties and will soon hold that title. Gary's specialty is in pipeline and underground utility projects and he has experience on a few treatment and water storage facilities. He will be one of the primary contacts with the owner and engineer, and be responsible for seeing your project through to successful completion. References Owen Randall City of Fort Collins Ph: (970) 221-6809 Andrea Faucett Ayres & Associates Ph: (970) 223-5556 Brad Anderson Anderson Consulting Engineers Ph: (970) 226-0120 Dave Morris Snake River Water District Ph: (970) 468-6875 INDUSTRY EXPERTISE • Storm Sewer Conveyance and Detention, and Flood Control Projects • Water, Sanitary Sewer, and Storm Sewer Pipelines up to 102" diameter • Water and Wastewater Treatment and Storage Facilities RELEVANT EXPERIENCE CITY OF FORT COLLINS — Fort Collins, Colorado Canal Importation Ponds & Outfall Drainage Improvements Project $21.0 M SNAKE RIVER WATER DISTRICT — Keystone, Colorado 4.0 MG Water Storage Tank Lid Replacement $1.3 M CITY OF FORT COLLINS — Fort Collins, Colorado Dry Creek Drainage Improvement Project $4.3 M CITY OF FORT COLLINS — Fort Collins, Colorado Stormwater, Water & Sanitary Sewer Projects Combined $9.1 M cDsqy oni ADVANCING WATER Career Summary Employed by Gamey since: 2006 Employed in industry since: 1994 Education NW Mississippi Junior College A.A. in Civil Engineering Technology Affiliations & Certifications • American Society of Safety Engineers Member • OSHA 50010-Hour and 30-Hour Trainer • Construction Health and Safety Technician (CHST) • Land Surveyor in Training (LSIT) • Trench and Excavation Competent Person Trainer • Scaffold Competent Person Trainer • First Aid and CPR Trainer MONTE ADAMS SENIOR SAFETY CONTROLLER PROFESSIONAL SUMMARY As a Chief Field Engineer, Monte has been in the construction industry since 1994. His experience has been in industrial construction and he specializes in the construction of water and wastewater facilities. After graduating from college, Monte worked for a number of years as a Land Surveyor and a Field Engineer before moving into the safety profession. Monte currently works for Gamey Construction as the Senior Safety Controller. Prior to joining Garvey, Monte worked as a Regional Safety Manager performing project safety management. References Janet Polacek Western Summit Constructors Ph: (303) 298-9500 Neil Timmons Stanek Constructors Ph: (303) 980-8233 Randy Reale Kiewit Underground Ph: (703) 297-2762 RELEVANT EXPERIENCE CITY OF LONG BEACH — Long Beach, California Long Beach Water Treatment Improvements $46.0 M CITY OF ATLANTA — Atlanta, Georgia Utoy Creek Wastewater Treatment Plant Improvements $127.0 M CITY OF ATLANTA — Atlanta, Georgia RM Clayton Wastewater Treatment Plant Improvements $120.0 M GWINNET COUNTY —Buford, Georgia Fort Wayne Hill Wastewater Treatment Plant $111.0 M CITIES OF ENGLEWOOD/LITTLETON — Englewood,. Colorado Littleton/Englewood Wastewater Treatment Plant Improvements $87.0 M. CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages CONTRACT DOCUMENTS 00500 Construction work Order Agreement Forms 00520-1 - 00520-8 00520 Agreement - Construction Work Order Type 00525-1 - 00525-3 00525 Work Order & Notice of Award 00530-1 00530 Work Order Notice to Proceed 00530-1 00600 Bonds and Certificates 00600 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 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 0800-4 00900 Addenda, Modifications, and Payment 00960-1 - 00960-4 AGREEMENT 00520- Page 12 • IQ►rney ADVANCING WATER Career Summary Employed by Gamey since: 1997 Employed in industry since: 1985 Education Iowa State University B.S. in Construction Engineering ERIC COE CHIEF ESTIMATOR PROFESSIONAL SUMMARY Eric has worked in the water/wastewater industry for more than 23 years and has served as field engineer, office/project engineer, superintendent, project manager, and currently, chief estimator. He specializes in water and wastewater treatment plants, pump station facilities, and concrete post -tensioned water tanks. Eric has been responsible for estimating and being the low bidder on projects from $500 K to more than $100 M. Whether bidding your project or negotiating a design/build project, Eric will use his considerable skill to obtain the best value and service in the marketplace. References Owen Randall City of Fort Collins Ph: (970) 221-6809 Tim Grotheer Carollo Engineers Ph: (720) 289-8813 INDUSTRY EXPERTISE • Water and Wastewater Treatment Facilities • Pumping Facilities • Water Storage Facilities • Industrial Process/Piping RELEVANT EXPERIENCE TOWN OF BUCKEYE - Buckeye, Arizona Buckeye Wastewater Treatment Plant 1.5 MGD Expansion JOHNSON COUNTY WASTEWATER — Overland Park, Kansas Blue River Wastewater Treatment Plant - 2 phases CITY OF THORNTON — Thornton, Colorado Wes Brown (Columbine) Water Treatment Plant Expansion, 45 MGD CITY OF OLATHE — Olathe, Kansas Olathe Water Treatment Plant No. 2 Expansion - Design/Build CITY OF CHANDLER — Chandler, Arizona Airport Water Reclamation Facility Expansion PLUM CREEK WASTEWATER AUTHORITY — Castle Rock, Colorado Plum Creek Wastewater Treatment Plant Expansion Greg Woodward Stantech Consulting, Inc. Ph: (303) 295-1101 $5.0 M $30.0 M $56.0 M $18.4 M $19.3 M $23.4 M cousrnurnou�►t ey ADVANCINGWATER (Coe continued) OAK STREET — Fort Collins, Colorado Fort Collins Storm Water Outfall Project $20.0 M WATER DISTRICT NO. 1 — Kansas City, Kansas Facility 3 Phase V Water Treatment Plant $74.0 M CITY OF AURORA — Aurora, Colorado Prairie Waters North Campus $16.5 M METRO WASTEWATER RECLAMATION DISTRICT — Denver, Colorado PAR 942 North Secondary Complex Improvements $45.5 M ARIZONA AMERICAN WATER COMPANY — Surprise, Arizona White Tanks Regional WTP $40.5 M FINANCIAL STATEMENT Consolidated Financial Statements and Report of Independent Certified Public Accountants Gamey Holding Company and Subsidiaries December 31, 2008 and 2007 CONTENTS Page REPORT OF INDEPENDENT CERTIFIED PUBLIC ACCOUNTANTS 3 CONSOLIDATED FINANCIAL STATEMENTS CONSOLIDATED BALANCE SHEETS CONSOLIDATED STATEMENTS OF EARNINGS 5 6 CONSOLIDATED STATEMENT OF CHANGES IN STOCKHOLDERS' EQUITY AND COMPREHENSIVE EARNINGS 7 CONSOLIDATED STATEMENTS OF CASH FLOWS 8 NOTES TO CONSOLIDATED FINANCIAL STATEMENTS 9 SUPPLEMENTAL INFORMATION REPORT OF INDEPENDENT CERTIFIED PUBLIC ACCOUNTANTS ON SUPPLEMENTAL INFORMATION ' 32 CONSOLIDATING BALANCE SHEET - 2008 33 CONSOLIDATING STATEMENT OF EARNINGS AND RETAINED EARNINGS - 2008 35 0 GrantThornton REPORT OF INDEPENDENT CERTIFIED PUBLIC ACCOUNTANTS Board of Directors Gamey Holding Company and Subsidiaries Audit • Tax • Advisory Grant Thornton LLP 1201 Walnut Street, Suite 1000 Kansas City, M0 64106-2176 T 816.412.2400 F 816.412.2404 www.GrantThornton.com We have audited the accompanying consolidated balance sheets of Gamey Holding Company and subsidiaries as of December 31, 2008 and 2007, and the related consolidated statements of earnings, changes in stockholders' equity and comprehensive earnings, and cash flows for the years then ended. These financial statements are the responsibility of the Company's management. Our responsibility is to express an opinion on these financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America as established by the American Institute of Certified Public Accountants. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether • the financial statements are free of material misstatement. An audit includes consideration of • internal control over financial reporting as a basis for designing audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the Company's internal control over financial reporting. Accordingly, we express • no such opinion. An audit also includes examining, on a test basis, evidence supporting the • amounts and disclosures in the financial statements, assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audits provide a reasonable basis for our opinion. In our opinion, the consolidated financial statements referred to above present fairly, in all material respects, the financial position of Gamey Holding Company and subsidiaries as of December 31, 2008 and 2007, and the results of their operations and their cash flows for the years then ended in • conformity with accounting principles generally accepted in the United States of America. As is discussed in Note A10 to the financial statements, effective January 1, 2008, the Company adopted the provisions of Statement of Financial Accounting Standards No. 157, Fair Value • Measurements. 4 Kansas City, Missouri February 23, 2009 0 Grant Thornton LLP U.S. member firm of Grant Thornton International Ltd 0 CONSOLIDATED FINANCIAL STATEMENTS Garney Holding Company and Subsidiaries CONSOLIDATED BALANCE SHEETS December 31, ASSETS CURRENT ASSETS Cash and cash equivalents Short-term investments Accounts receivable, net Costs and estimated earnings in excess of billings on contracts in progress Prepaid expenses and other current assets Total current assets PROPERTY AND EQUIPMENT, at cost Land Buildings and improvements Machinery and equipment Office furniture and equipment Less accumulated depreciation LONG-TERM INVESTMENTS LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts payable Accrued liabilities Income taxes payable Billings in excess of costs and estimated earnings on contracts in progress Total current liabilities STOCKHOLDERS' EQUITY Contributed capital Common stock: authorized, 15,000,000 shares of $0.01 par value; issued and outstanding, 2,552,891 shares in 2008 and 2,536,591 shares in 2007 Additional paid -in capital Total contributed capital Retained earnings Accumulated other comprehensive loss Notes receivable from officers for exercised stock options Note receivable from Employee Stock Ownership Plan 2008 $ 43,892,226 55,808,325 14,726,996 463.155 114,890,702 432,000 1,028,091 16,535,580 556,089 18,551,760 9,033,565 9,518,195 27,063,784 $ 151,472,681 $ 31,798,447 23,909,113 100,755 2007 $ 39,716,743 34,020,486 42,066,366 9,244,807 491,039 125,539,441 432,000 1,028,091 17,459,416 538.641 19,458,148 _ 7,791,829 11,666,319 1,730,156 $ 138,935.916 $ 24,516,152 30,934,952 28,348 22,853,009 20,917,725 78,661,324 76,397,177 25,529 10.057.940 10,083.469 66,109,551 (2,250,000) (633,202) (498,461) 72,811,357 $ 151,472,681 The accompanying notes are an integral part of these statements. 5 25,366 9.601.039 9,626,405 54,891,182 (980,387) (998,461) 62,53 8,739 $ 138,935,916 Garney Holding Company and Subsidiaries CONSOLIDATED STATEMENTS OF EARNINGS Year ended December 31, Contract revenues Cost of revenues Gross profit General and administrative expenses Interest income Earnings before Employee Stock Ownership Plan contribution expense and employee incentive plan expense Employee Stock Ownership Plan contribution expense Employee incentive plan expense Earnings before income taxes Income tax benefit (expense) NET EARNINGS 2008 2007 $ 400,888,928 338,985,078 61,903,850 7,940,460 $ 347,025,009 271,916,327 75,108,682 7,579,992 2,046,204 3,174,710 56,009,594 5,766,171 13,350,426 36,892,997 (167,563) $ 36,725,434 The accompanying notes are an integral part of these statements. 6 70,703,400 5,022,467 16,325,856 49,355,077 87,964 $ 49,443,041 0000900*0000009000000 -4� 0 Wes 10 w Gamey Holding Company and Subsidiaries CONSOLIDATED STATEMENT OF CHANGES IN STOCKHOLDERS' EQUITY AND COMPREHENSIVE EARNINGS Years ended December 31, 2008 and 2007 Balance, January 1, 2007 Retirements of ESOP debt Stock option compensation expense Exercise of stock options Payments received on notes receivable from officers for exercised stock options, net of $39,698 of deferred interest payments Distributions Net earnings Balance, December 31, 2007 Retirements of ESOP debt Stock option compensation expense Exercise of stock options Payments received on notes receivable from officers for exercised stock options, net of $23,418 of deferred interest payments Distributions Comprehensive earnings Net earnings Unrealized loss on available -for - sale securities Total comprehensive earnings Notes Accumulated receivable Additional other from officers Note Total Common paid -in Retained comprehensive for exercised receivable stockholders' stock capital earnings loss stock options from ESOP equity $ 25,203 $ 9,095,238 $ 43,201,461 $ - $ (1,555,345) $ (1,498,461) $ 49,268,096 - - - - - 500,000 500,000 - 99,860 - - - - 99,860 163 405,941 - - (406,104) - - - - - - 981,062 - 981,062 - - (37,753,320) - - - (37,753,320) - - 49,443,041 - - - 49,443,041 25,366 9,601,039 54,891,182 - (980,387) 7 (998,461) 62,538,739 - - - - - 500,000 500,000 - 99,860 - - - - 99,860 163 357,041 - - (357,204) - - - - - - 704,389 - 704,389 - - (25,507,065) - - - (25,507,065) - - 36,725,434 - - - 36,725,434 - - - (2,250,000) - - (2,250,000) 34,475,434 $ 25,529 $ 10,057,940 $ 66,109,551 1(2,250,000) $ (633,202) $ (498,461) $ 72,811,357 SECTION 00500 CONSTRUCTION WORK ORDER AGREEMENT FORMS 00520 Agreement - Construction Work Order Type 00525 Work Order & Notice of Award 00530 Work Order Notice to Proceed rev 01/08 Garney Holding Company and Subsidiaries CONSOLIDATED STATEMENTS OF CASH FLOWS Year ended December 31, Cash flows from operating activities Net earnings Adjustments to reconcile net earnings to net cash provided by operating activities Depreciation Stock option compensation expense Gain on sale of property and equipment Amortization of investment premium Deferred income taxes Interest income added to notes receivable from officers for exercised stock options (Increase) decrease in assets Accounts receivable Costs and estimated earnings in excess of billings on contracts in progress Prepaid expenses and other current assets Increase (decrease) in liabilities Accounts payable Accrued liabilities Income taxes payable Billings in excess of costs and estimated earnings on contracts in progress Net cash provided by operating activities Cash flows from investing activities Purchases of property and equipment Proceeds from sale of property and equipment Purchases of held -to -maturity securities Proceeds fi•om maturities of held -to -maturity securities Purchases of available -for -sale securities Proceeds from sales of available -for -sale securities Collections on notes receivable Net cash provided by (used in) investing activities Cash flows from financing activities Collections on notes receivable from officers for exercised stock options ESOP principal contribution Distributions Net cash used in financing activities Net increase in cash and cash equivalents Cash and cash equivalents, beginning of year Cash and cash equivalents, end of year 2008 2007 $ 36,725,434 $ 49,443,041 2,607,439 2,696,666 99,860 99,860 (193,125) (267,449) 26,945 15,035 - (89,734) (23,418) (39,698) (13,741,959) 1,951,185 (5,482,189) 7,906,195 27,884 27,170 7,282,295 (1,368,773) (2,092,177) 4,208,751 72,407 (22,431) 1,935,284 2,947,296 27,244,680 67,507,114 (1,182,468) (3,130,740) 916,278 1,580,146 (1,213,147) - 1,552,575 1,383,515 (2,000,000) (12,995,914) 7,850,000 - 150,591 5,923,238 (13,012,402) 727,807 500,000 (30,220,242) (28,992,435) 4,175,483 39,716,743 $ 43,892.226 The accompanying notes are an integral part of these statements. 8 1,020,760 500,000 (34,246,489) _ (32,725,729) 21,768,983 17,947,760 $ 39,716,743 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES A summary of the significant accounting policies applied in the preparation of the accompanying consolidated financial statements follows. 1. The Company The consolidated financial statements include the accounts of Garney Holding Company (an employee -owned company) and its wholly owned subsidiaries, Garney Companies, Inc. (Garney Pipe Group); Grimm Construction Company, Inc. (Gainey Water Facilities Group); and Garney Wyoming, Inc. (Garney Wyoming), hereinafter collectively referred to as the Company. All material intercompany profits, transactions, and balances have been eliminated. Garney Pipe Group specializes in construction of water and sewer pipe systems, heavy concrete • structures, and industrial services. Garney Pipe Group's construction contracts are with public - and private -sector customers located in the western, midwestern, southern, and southeastern United States. • Garney Water Facilities Group specializes in construction of water treatment plants, pump stations, reservoirs, and pipelines. Garney Water Facilities Group's construction contracts are with public- and private -sector customers located in the western and midwestern United States. • Garney Wyoming specializes in construction of water treatment plants and pipelines. Garney Wyoming's construction contracts are with public -sector customers located in Wyoming. 2. Recognition of Revenue and Costs on Long -Term Contracts Garney Pipe Group recognizes revenue on certain long-term contracts using the percentage -of - completion method, under a value-added method. Under this method, profit is recognized based upon the value of work completed on each contract compared with the total contract value after • considering the value of stored materials and the complexity and difficulty of the remaining work on each contract. In addition, profit is recognized on each contract only after enough work has been performed on a contract to enable management to project income with reasonable accuracy. 9 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - Continued 2. Recognition of Revenue and Costs on Long -Term Contracts - Continued Gamey Water Facilities Group and Garrey Wyoming recognize revenues from fixed -price and modified fixed -price construction contracts on the percentage -of -completion method, measured by the percentage of costs incurred to date to estimated total costs for each contract. Income on short-term contracts is recorded upon the substantial completion of each contract. At the time a loss on a contract becomes known, the entire amount of the estimated ultimate loss on both short-term and long-term contracts is accrued. Revenue from claims is recorded when realization is probable and the amount can be reliably estimated. Such revenue is recognized only to the extent that it covers costs, with any additional revenue being recognized when collection is certain. Contract costs include all direct material costs, direct labor costs and fringe benefits, and certain indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs, and depreciation costs. General and administrative costs are charged to expense as incurred. As long-term contracts extend over one or more years, changes in job performance, job conditions, and estimated profitability, including those changes arising from contract penalty provisions and final contract settlements, might result in revisions to costs and income; these revisions are recognized in the period in which the facts requiring the revisions become known and the revisions are determined. The effect of changes in estimates of contract profits was to increase net earnings for the years ended December 31, 2008 and 2007 by approximately $1,400,000 and $2,800,000, respectively, from the amount which would have been reported had the revised estimate been used as the basis, for recognition of contract profits in the -preceding year. Costs and estimated earnings in excess of billings and billings in excess of costs and estimated earnings related to contracts in progress are included in the accompanying consolidated balance sheets as current assets and current liabilities, respectively, as they will be liquidated in the normal course of contract completion, although completion might require more than one year. 10 Gamey Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - Continued 3. Classification of Balance Sheet Accounts The Company's contracts vary in length from several months to more than one year. All balance sheet accounts directly related to contracts are classified as either current assets or current Iiabilities. Balance sheet accounts not directly related to contracts are classified as current or long-term using an annual operating cycle. 4.. Cash and Cash Equivalents Cash and cash equivalents include cash in banks, overnight investment accounts, and money market accounts, all of which are highly liquid investments that have original maturities of three months or less. The Company maintains its cash balances at several financial institutions; the balances may at times exceed federally insured limits. At December 31, 2008 and 2007, the Company had approximately $55,000,000 and $45,000,000, respectively, in excess of FDIC insurance limits. The Company has not experienced any losses in such accounts and believes it is not exposed to any significant credit risk on cash and cash equivalents. 5. Accounts Receivable The majority of the Company's accounts receivable are due from project owners or other general contractors. The Company grants credit to most customers; this credit may be secured by a lien. Accounts receivable are due on stated terms in contracts, usually 30 days, and are stated at amounts due from customers, net of an allowance for doubtful accounts. Accounts outstanding longer than their contractual or negotiated payment terms are considered past due. The Company determines its allowance for doubtful accounts by considering a number of factors, including the length of time contract receivables are past due, the status of the Company's perfected lien rights, the Company's previous loss history, the customer's ability to pay its obligations to the Company, and the condition of the general economy and the industry as a whole. The Company writes off accounts receivable when they become uncollectible, and payments subsequently received on such receivables are credited to the allowance for doubtful accounts. 11 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - Continued 6. Property and Equipment Property and equipment are stated at cost, less accumulated depreciation. Depreciation is provided for in amounts sufficient to relate the cost of depreciable assets to operations over their estimated service lives. Depreciation is computed using the following methods and useful lives: Asset Buildings and improvements Machinery and equipment Office furniture and equipment Principal method Useful life Straight-line 15-39 years Declining-balance/straight-line 3-10 years Straight-line 3-7 years Accelerated methods are used for income tax purposes. 7. Investments The Company determines the appropriate classification of its investments in debt and equity securities at the time of purchase and reevaluates such determinations at each balance sheet date. Debt securities are classified as held -to -maturity when the Company has the positive intent and ability to hold the securities to maturity. Debt securities which the Company does not have the intent or ability to hold to maturity are classified as available -for -sale. Held -to - maturity securities are classified as either short-term or long-term on the balance sheet based on their contractual maturity dates and are stated at amortized cost. Marketable securities that are bought and held principally for the purpose of selling them in the near term are classified as trading securities and are reported at fair value, with unrealized gains and losses recognized in earnings. Debt securities and marketable securities not classified as held -to - maturity or trading securities are classified as available -for -sale and are carried at fair market value, with unrealized gains and losses included in the determination of comprehensive earnings and reported in stockholders' equity. The Company uses the specific -identification method to determine the cost of securities sold. 12 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - Continued 8. Income Taxes Federal income taxes on net earnings are payable personally by the stockholders pursuant to an election under Subchapter S of the Internal Revenue Code not to have the Company taxed as a corporation. Accordingly, no provision has been made for federal income taxes. Had such taxes been payable by the Company, they would have been approximately $14,757,000 and $19,777,000 in 2008 and 2007, respectively. The Company pays certain state and local income taxes. The Company was subject to built-in gains tax for the year ended December 31, 2007. The built-in gains tax period expired as of December 31, 2007. Income tax benefit (expense) was as follows for the year ended December 31, Expense on certain state and local taxes Benefit from expiration of built-in gains tax 13 r 2008 2007 $ (167,563) $ (1,770) 89,734 $ (167,563) $ 87,964 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - Continued 8. Income Taxes - Continued In July 2006, the Financial Accounting Standards Board (the FASB) issued FASB Interpretation No. 48, Accounting for Uncertainty in Income Taxes (FIN 48). FIN 48 clarifies the accounting for uncertainty in income taxes recognized in accordance with Statement of Financial Accounting Standards No. 109, Accounting for Income Taxes. FIN 48 requires that all tax positions be evaluated using a recognition threshold and measurement of a tax position taken or expected to be taken in a tax return. Differences between tax positions taken in a tax return and amounts recognized in the financial statements are recorded as adjustments to income taxes payable or receivable, or adjustments to deferred taxes, or both. FIN 48 also requires expanded disclosure at the end of each annual reporting period, including a tabular reconciliation of unrecognized tax benefits. In December 2008, the FASB issued FASB Staff Position No. FIN 48-3, Effective Date of FASB Interpretation No. 48 for Certain Nonpublic Enterprises (FIN 48-3). FIN 48-3 defers the effective date of FIN 48 for nonpublic enterprises included within its scope to the annual financial statements for fiscal years beginning after December 15, 2008. The Company adopted FIN 48-3 on December 30, 2008 and is electing to defer its adoption of FIN 48 for the year ended December 31, 2008. The Company currently accounts for uncertain tax positions in accordance with Statement of Financial Accounting Standards No. 5, Accounting for Contingencies. Accordingly, a loss contingency is recognized when it is probable that a liability has been incurred as of the date of the financial statements and the amount of the loss can be reasonably estimated. The amount recognized is subject to estimate and management judgment with respect to the likely outcome of each uncertain tax position. The amount that is ultimately sustained for an individual uncertain tax position or for all uncertain tax positions in the aggregate could differ from the amount recognized. 14 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - Continued 9. Stock -Based Compensation On January 1, 2006, the Company adopted the provisions of Statement of Financial Accounting Standards No. 123(R) (revised 2004) [SFAS 123(R)], Share -Based Payment, which revises Statement of Financial Accounting Standards No. 123, Accounting for Stock -Based Compensation (SFAS 123), which supersedes APB Opinion 25, Accounting for Stock Issued to Employees. SFAS 123(R) requires the Company to recognize expenses related to the fair value of its stock -based compensation awards, including employee stock options. Prior to its adoption of SFAS 123(R), the Company accounted for stock -based compensation awards using the minimum -value method of SFAS 123 to measure fair value. Accordingly, the Company recognized compensation expense in the statements of earnings for options granted using the minimum value at the date of grant. SFAS 123(R) required the Company to use the prospective -transition method; therefore, the Company did not restate its financial results for prior periods. The Company is applying the provisions of SFAS 123(R) to new awards and to awards modified, repurchased, or canceled after January 1, 2006. Compensation cost for stock -based employee compensation was $99,860 for each of the years ended December 31, 2008 and 2007. The fair value of options granted is estimated on the date of grant using the Black-Scholes- Merton option -pricing model. The expected term of the options is based on evaluations of historical and expected future employee exercise behavior. The risk -free interest rate is based on the U.S. Treasury rates at the date of grant, with maturity dates approximately equal to the expected life at the grant date. Volatility is based on the historical volatility of the Company and of several public entities that are similar to the Company. Dividend yield is based on the Company's estimate of dividends expected to be paid to stockholders over the terms of the stock options. 15 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - Continued 10. Fair Value of Financial Instruments and Fair Value Measurements The Company's financial instruments include cash and cash equivalents, accounts receivable, accounts payable, and long-term debt. The recorded values of cash and cash equivalents, accounts receivable, and accounts payable approximate their fair values based on their short- term nature. The Company has no debt outstanding. Effective January 1, 2008, the Company adopted the required provisions of Statement of Financial Accounting Standards No. 157, Fair Value Measurements (SFAS 157). This standard defines fair value, establishes a framework for measuring fair value, and expands disclosures about fair value measurements. The provisions of SFAS 157 apply to all financial instruments that are being measured and reported on a fair -value basis and items disclosed at fair value in the notes to the financial statements. SFAS 157 does not change existing accounting rules governing what can or what must be must be recognized and reported at fair value in the Company's financial statements or disclosed at fair value in the Company's notes to the financial statements. In addition, SFAS 157 does not eliminate practicability exceptions that exist in accounting pronouncements amended by SFAS 157 when measuring fair value. As a result, the Company will not be required to recognize any new assets or liabilities at fair value. In February 2008, the FASB issued FASB Staff Position (FSP) No. FAS 157-2, Effective Date of FASB Statement No. 157. This FSP defers the effective date of SFAS 157 to fiscal years beginning after November 15, 2008 for certain nonfinancial assets and liabilities. The Company currently does not have nonfinancial assets or liabilities subject to this deferral. Prior to the Company's adoption of SFAS 157, certain measurements of fair value were based on the price that would be paid to acquire an asset or received to assume a liability (an entry price). SFAS 157 clarifies the definition of fair value as the price that would be received to sell an asset or paid to transfer a liability, in an orderly transaction between market participants at the measurement date (an exit price). The exit price is based on the amount that the holder of the asset or liability would receive or need to pay in an actual transaction (or in a hypothetical transaction if an actual transaction does not exist) at the measurement date. In some circumstances, the entry and exit price may be the same; however, they are conceptually different. Fair value is generally determined based on quoted market prices in active markets for identical assets or liabilities. If quoted market prices are not available, the Company uses valuation techniques that place greater reliance on observable inputs and less reliance on unobservable inputs. In measuring fair value, the Company may make adjustments for risks and uncertainties if a market participant would include such an adjustment in its pricing. 16 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - Continued 11. Use of Estimates In preparing financial statements in conformity with accounting principles generally accepted in the United States of America, management is required to make estimates and assumptions that affect the reported amounts of assets and liabilities, the disclosure of contingent assets and liabilities at the date of the financial statements, and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Material estimates that are particularly susceptible to significant change relate to the Company's estimate of the percentage of completion on long-term contracts and estimates used in fair value measurements of available -for -sale securities (see Note N). In connection with the determination of the percentage of completion, management obtains project -cost estimates from project managers and percentage -of -completion estimates from subcontractors. Although available information is used in determining these estimates, it is reasonably possible that completion costs on long-term contracts will be revised. 12. Reclassifications Certain immaterial reclassifications have been made to the 2007 consolidated financial statements to conform to the 2008 presentation. These reclassifications had no effect on net income. NOTE B - ACCOUNTS RECEIVABLE, NET Accounts receivable, net consisted of the following at December 31, Contract receivables Contract retainages Allowance for doubtful accounts 2008 $ 33,213,038 22,620,287 (25,000) $ 55,808,325 2007 $ 25,333,942 16,757,424 (25,000) $ 42,066,366 Contract retainages receivable expected to be held longer than one year were $5,466,722 and $3,096,947 at December 31, 2008 and 2007, respectively. 17 SECTION 00520 AGREEMENT CONSTRUCTION WORK ORDER TYPE THIS AGREEMENT made and entered into the by and between THE CITY OF FORT COLLINS, Corporation, hereinafter referred to as hereinafter referred to as CONTRACTOR. WITNESSETH: day and year set forth below, COLORADO, a Municipal OWNER, and In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: ARTICLE 1. WORK 1.1 Work Order Requirements. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is generally defined as Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor; a Work Order for a specific portion of the Work, and incorporating the Notice of Award for that portion of the Work, may be agreed upon in writing by the parties from time to time. A blank sample of a Work Order & Notice of Award is attached hereto as Section 00525, consisting of two (2) pages, and incorporated herein by this reference. Each signed, executed Work Order & Notice of Award is incorporated into the Contract Documents by this reference. 1.2. Work to be Performed. Each Work Order shall include a description and specification of the work to be performed; the. location and time for initiation and performance of the work; the amount of and procedures for payment, as specified in Article 5 of this Agreement; any labor, materials,.or support to be supplied by the City; and any other special. circumstances relating to the performance of work. 1.3. Work Orders Planned. The Project will include Work in accordance with General Pipeline Construction and Emergency Pipeline Repair. However, pursuant to this Agreement and the Contract Documents, OWNER reserves the right to alter or amend the scope of work of any specific Work Order as needed. 1.4. Work Order Authorization. The only work authorized under this Agreement is that which is performed after CONTRACTOR receives Notice to Proceed from OWNER, pursuant to a signed Work Order. The Notice to Proceed, Section 00530, shall be incorporated into each executed Work Order. However, in emergency circumstances, as required to protect the public health, safety, or welfare, oral work requests may be issued by OWNER. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working AGREEMENT 00520- Page 1 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE C - ACCOUNTS PAYABLE Accounts payable consisted of the following at December 31, 2008 2007 Contract payables $ 24,067,737 $ 21,025,155 Contract retainages 7,730,710 3,490,997 $ 31,798,447 $ 24,516,152 NOTE D - CONTRACTS IN PROGRESS Information on contracts in progress consisted of the following at December 31, Costs incurred to date on contracts in progress Estimated earnings on contracts in progress Total costs and estimated earnings on contracts in progress Less billings to date on contracts in progress 2008 $ 479,815,912 68,341,320 548,157,232 2007 $ 353,049,747 73,953,370 427,003,117 556,283,245 438,676,035 $ (8,126,013) $ (11,6723918) The following information was included in the accompanying consolidated balance sheets as of December 31, Costs and estimated earnings in excess of billings on contracts in progress Billings in excess of costs and estimated earnings on contracts in progress 18 2008 2007 $ 14,726,996 $ 9,244,807 (22,853,009) (20,917,725) $ (8,126,013) $ (11,672,918) Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE E - INVESTMENTS At December 31, 2008 and 2007, the Company's investments consisted of available -for -sale securities and held -to -maturity securities. The unrealized gains and losses and fair values of the Company's available -for -sale and held -to - maturity securities held at December 31, 2008 and 2007 are summarized as follows: Cost Available -for -sale securities Auction -rate securities $ 27,950,000 2008 Gross Gross Estimated unrealized unrealized fair gains losses value $ - $ (2,250,000) $ 25,700,000 Held -to -maturity securities U.S. government securities $ 1,363,784 $ 32,460 $ 2007 $ 1,396,244 Gross Gross Estimated unrealized unrealized fair Cost gains losses value Available -for -sale securities Certificates of deposit $ 600,000 $ - $ - $ 600,000 Auction -rate securities 33,420,486 - - 33,420,486 $ 34,020,486 $ - $ - $ 34,020,486 Held -to -maturity securities U.S. government securities $ 1,730,156 $ 11,108 $ - $ 1,741,264 The unrealized gains on the held -to -maturity securities are not recognized in the financial statements because these securities are carried at amortized cost. W Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE E - INVESTMENTS - Continued The following table lists the maturities of debt securities held at December 31, 2008 and classified as held -to -maturity and available -for -sale: Available - Held -to -maturity for -sale Estimated Estimated Amortized fair fair cost Due in one year or less $ 118,784 Due after one year through five years 720,000 value $ 122,178 740,068 value Due after five years 525,000 533,998 25,700,000 Total $ 1,363,784 $ 1,396,244 $ 25,700,000 At December 31, 2008 and 2007, the Company had investments classified as available -for -sale securities which totaled $25,700,000 and $33,420,486, respectively, consisting of auction -rate securities (ARS) whose underlying assets are student loans originated under the Federal Family Education Loan Program (the FFELP). FFELP student loans are guaranteed by state guarantors who have reinsurance agreements with the U.S. Department of Education. These ARS were intended to provide liquidity via an auction process that resets the applicable interest rate at periods ranging between 7 and 28 days and allowed the Company to roll either over its holdings or to gain immediate liquidity by selling such investments at par. The underlying maturities of these investments range from 19 to 49 years. In 2008, as a result of negative conditions in the global credit markets, auctions for the Company's investment in these securities failed to settle, resulting in the Company continuing to hold such investments. Consequently, the investments are not currently liquid, and the Company will not be able to access these funds until a future auction of these investments is successful or a buyer is found outside the auction process. Prior to 2008, the par value of the Company's ARS approximated fair value because of the frequent resetting of the interest rate upon settlement of the auctions. Although the Company continues to receive interest payments on these investments involved in failed auctions, the Company believes that the estimated fair value of these ARS no longer approximates par value. The Company estimated the fair value of these securities using a discounted cash flow model. See Note N for further discussion of the valuation of the ARS. As of December 31, 2008, the Company recorded an unrealized loss on these investments of approximately $2,250,000 in other comprehensive earnings; this amount reflects the decline in the estimated fair value of these securities. W Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE E - INVESTMENTS - Continued As of December 31, 2008, the Company believed that that the unrealized losses in the ARS are temporary. In making this determination, the Company primarily considered the financial condition of the issuers, collateralization underlying the securities, and the Company's ability and intent to hold these investments until recovery in market value occurs. Due to the Company's belief that the market for these ARS may take in excess of 12 months to fully recover, the Company has classified these investments as long-term on the accompanying balance sheet as of December 31, 2008. The Company continues to monitor the market for ARS and to consider its impact, if any, on the fair value of these investments. If the Company determines that any valuation adjustment is other than temporary, the Company will record an impairment charge to earnings. NOTE F - EMPLOYEE INCENTIVE PLANS The Company maintains employee incentive plans in the form of stock options and incentive bonuses. The following describes each plan. On December 29, 2005, the Board of Directors of the Company approved the granting of stock options for certain key employees of the Company. The plan provides the nine participants options to purchase 67,500 shares of common stock of the Company. Such options are exercisable at $20.76 per share, which approximates the fair value of the shares at the date of grant after repricing because of the impact of the special earnings distributions. Thirteen thousand five hundred options vest and are exercisable each year for 5 years from the grant date. All unexercised options under the terms of these agreements terminate 21h months from the vesting date. The plan allows for a put option to the Employee Stock Ownership Plan or to the Company by these stockholders based on the most recent appraisal after a 5-year holding period. On December 29, 2006, the Board of Directors of the Company approved the granting of stock • options for a certain key employee of the Company. The plan provides the participant options to purchase 14,000 shares of common stock of the Company. Such options are exercisable at $27.48 per share, which approximates the fair value of the shares at the date of grant after • repricing because of the impact of the special earnings distributions. Two thousand eight • hundred options vest and are exercisable each year for 5 years from the grant date. All • unexercised options under the terms of this agreement terminate 21/2 months from the vesting date. The plan allows for a put option to the Employee Stock Ownership Plan or to the • Company by this stockholder based on the most recent appraisal after a 5-year holding period. • i 21 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE F - EMPLOYEE INCENTIVE PLANS - Continued On December 29, 2008, the Board of Directors of the Company approved the granting of stock options for certain key employees of the Company. The plan provides the participants options to purchase 36,000 shares of common stock of the Company. Such options are exercisable at $56.67 per share, which approximates the fair value of the shares at the date of grant after repricing because of the impact of the special earnings distributions. Seven thousand two hundred options vest and are exercisable each year for 5 years from the grant date. All unexercised options under the terms of this agreement terminate 2% months from the vesting ' date. The plan allows for a put option to the Employee Stock Ownership Plan or to the Company by these stockholders based on the most recent appraisal after a 5-year holding period. The Employee Stock Ownership Plan has the right of first refusal at its sole discretion to purchase the shares issued under the stock option plans. The Employee Stock Ownership Plan has the intent and the ability to exercise its option. The following summary sets forth the status of the stock option plans: Outstanding, January 1, 2007 Granted Exercised Outstanding, December 31, 2007 Granted Exercised Outstanding, December 31, 2008 Options exercisable at December 31, 2008 Remaining contractual life Vested options exercisable at $20.76/ $27.48/ $56.67/ share share share Totals 54,000 14,000 - 68,000 (13,500) (2,800) - (16,300) 40,500 11,200 - 51,700 - - 36,000 36,000 (I3,500) (2,800) - (16,300) 27,000 8,400 36,000 71,400 7 years 8 years 10 years As of December 31, 2008, the Company had $813,888 of total unrecognized compensation cost related to nonvested awards granted under the stock -based plans; this amount is expected to be recognized over a weighted -average period of 2.6 years. Stock issued upon exercise of options is issued from authorized common stock. 22 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE F - EMPLOYEE INCENTIVE PLANS - Continued The Company makes loans to certain officers for the exercise of stock options. The amounts due from officers at December 31, 2008 and 2007 were $633,202 and $980,387, respectively. The loans mature through June 2014 and carry interest rates ranging fiom 2.36% to 5.48%. The loans will be repaid in part as an offset against the officers' future incentive bonuses. See Note L for loans made during the years ended December 31, 2008 and 2007. The Company has an incentive bonus plan for substantially all employees. The total bonus pool is calculated using a formula that is further divided into amounts for various employee categories. The individual employee bonuses are determined based on management's evaluation of performance within each category. Employee incentive plan expense was as follows for the year ended December 31, Incentive bonus plan compensation Stock option compensation NOTE G - LINE OF CREDIT 2008 2007 $ 13,250,566 $ 16,225,996 99,860 99,860 $ 13,350,426 $ 16,325,856 The Company has an available line of credit of up to $5,000,000. No borrowings were outstanding under the line at December 31, 2008 or 2007. The line carries an interest rate equal to the BBA LIBOR daily floating rate plus 0.75% (2.75% at December 31, 2008). The line matures in July 2009. The line is collateralized by accounts receivable. The line of credit agreement requires the Company to maintain a tangible net worth of not less than $35,000,000. The Company was in compliance with this requirement at December 31, 2008. 23 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE H - LEASES The Company has entered into several noncancelable operating leases for equipment and office space; the lease terms expire at various dates through 2012. Rent expense for these leases was $2,219,814 and $1,973,187 for the years ended December 31, 2008 and 2007, respectively. Future minimum lease payments are as follows: Year ending December 31, 2009 2010 2011 2012 Amount $ 2,132,021 891,100 266,568 50,484 $ 3,340,173 NOTE I - EMPLOYEE STOCK OWNERSHIP PLAN The Board of Directors of the Company adopted an Employee Stock Ownership Plan (ESOP) on January 1, 1986; the ESOP covers eligible employees of the Company. An employee becomes eligible on January 1 of the year the employee completes one year of service, defined as a calendar year in which at least 1,000 hours are worked. Employer contributions and earnings distributions to the ESOP are made as required by debt agreements and as directed by the Board of Directors of the Company. The ESOP has a 401(k) feature and provides for participant investment direction of contributions received from voluntary wage reductions. Employees may elect to contribute up to 25% of compensation. The Company matches the employee's contribution in shares of Company stock. The matching percentage is 100% of the first 1% of compensation and 50% of the next 5% of compensation for a maximum matching percentage of 3.5%. In 2007, the maximum matching percentage was 3%. 24 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE I - EMPLOYEE STOCK OWNERSHIP PLAN - Continued The Company contributed $5,766,171 and $5,022,467 to the ESOP during the years ended December 31, 2008 and 2007, respectively. ESOP contribution expense was as follows for the year ended December 31, 401(k) matching contributions Fair market value of shares released by payment of debt Board of Directors discretionary contributions 2008 2007 $ 1,031,091 2,054,211 $ 776,995 2,051,218 2,680,869 2,194,254 $ 5,766,171 $ 5,022,467 The ESOP has an outstanding note to the Company. The note was as follows at December 31, Note receivable in annual installments of $500,000 beginning in September 2003, with final maturity in September 2016; the note bears interest at a local bank's prime rate less 1.375% (1.875% at December 31, 2008) 2008 2007 $ 498,461 $ 998,461 This note has been recorded by the Company as an offset reduction of stockholders' equity and represents unallocated ESOP shares held in suspense. As Company contributions and earnings distributions to the ESOP are used to meet principal and interest payments on the loan, shares are allocated to eligible employees. The note receivable fiom ESOP in stockholders' equity is reduced as principal payments are made for shares purchased prior to December 31,1993. 25 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE I - EMPLOYEE STOCK OWNERSHIP PLAN - Continued Information on share allocations was as follows at December 31, Shares allocated to participants Shares committed to be released Shares held, in suspense Total shares purchased 2008 2007 1,867, 399 32,017 30,266 1,929,682 1,833,001 34,330 62,351 1,929,682 The fair value of unallocated ESOP shares held in suspense at December 31, 2008 and 2007 was $1,941,867 and $3,725,472, respectively, based upon preliminary appraisals at December 31 of each year. The Company's bylaws restrict ownership of substantially all shares of the Company's stock to current employees and the ESOP trust. Participants receive distributions entirely in cash based on the current fair market value of the shares in their accounts. The estimated fair value of the Company's common stock at December 31, 2008, based on tentative appraisal, was $64.16 per share. The fair value of the Company's common stock based upon the December 31, 2007 appraisal was $59.67 per share. NOTE J - UNION PENSION FUNDING The Company contributed $298,158 and $232,738 during the years ended December 31, 2008 and 2007, respectively, to several multiemployer pension plans for employees covered by collective bargaining agreements. These plans are not administered by the Company, and contributions are determined in accordance with provisions of negotiated labor contracts. The Multiemployer Pension Plan Amendments Act of 1980 (the Act) increased the pension responsibilities of participating employers. Under the provisions of the Act, if the plans terminate or the Company withdraws, the Company could be subject to a substantial withdrawal liability. Management has no intention of undertaking any action that could subject the Company to this obligation. W•. Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS CONTINUED December 31, 2008 and 2007 NOTE K - SELF-INSURANCE LIABILITIES The Company has a workers compensation policy whereby the Company is liable for claims up to a maximum amount of $250,000 per occurrence for specific claims with no aggregate plan limit for total claims per year. The Company has included $1,171,000 and $1,005,000 in accrued liabilities at December 31, 2008 and 2007, respectively, to reflect an estimate of all costs necessary to close both outstanding claims and potential unasserted incurred claims. NOTE L - CASH FLOW DISCLOSURES Supplemental cash flow information was as follows for the year ended December 31, 2008 2007 Cash paid during the year for income taxes $ 95,156 $ 24,201 Noncash investing and financing activity was as follows: • Stockholder' distributions included in accrued liabilities amounted to $3,943,065 and $8,656,242, at December 31, 2008 and 2007, respectively. These amounts were paid subsequent to their respective year -ends. • Additions to notes receivable from officers for the issuance of stock from the exercise of stock options amounted to $357,204 and $406,104, during the years ended December 31, 2008 and 2007, respectively. 27 days; however, nothing in this paragraph may be construed to alter or eliminate CONTRACTOR's responsibilities pursuant to paragraph 6.23 of the General Conditions. 1.5. Changes in the Work. OWNER may, at any time during the term of a particular Work Order and without invalidating the Agreement, make changes within the general scope of the particular work assigned and CONTRACTOR agrees to perform such changed work, pursuant to the provisions of the Contract Documents. OWNER reserves the right to independently contract for any services, rather than issuing work to CONTRACTOR pursuant to this Agreement. Nothing within this Agreement shall obligate OWNER to have any particular service performed by CONTRACTOR. 1.6. Bonds & Certificates. Pursuant to the Contract Documents and Article 5 of the General Conditions, each Work Order & Notice of Award shall specify the requirements for Performance and Payment Bonds. CONTRACTOR shall provide insurance required pursuant to the Contract Documents prior to OWNER's execution of any Work Order, and, as may be required at the sole option of OWNER, prior to the Work Order Notice to Proceed. ARTICLE 2. ENGINEER 2.1. ENGINEER.Each portion of the Project to be performed by CONTRACTOR through the issuance of a Work Order will be designed by a person, firm, or corporation designated by OWNER and identified in the Work Order, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2.2. OWNER's Representative. Notwithstanding the provisions of paragraph 2.1 above, the OWNER will designate, prior to the commencement of work on each specific Work Order, the OWNER's Representative, who shall make, within the scope of his or her authority,, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to OWNER's Representative. ARTICLE 3. CONTRACT TIMES 3.1. Substantial Completion and Final Payment & Acceptance. Each Work Order shall define the Contract Times, including the number of days or dates for the Work of that Work Order to be Substantially Complete, as provided in the General Conditions, and completed and ready for Final Payment and Acceptance in accordance with the General Conditions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of each Work Order authorized under this Agreement and that OWNER will suffer financial loss if the Work is not AGREEMENT 00520- Page 2 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE M - CONTINGENCIES The Company is involved in various legal proceedings in the normal course of business. In the opinion of management, no liability resulting from the disposition of these proceedings will materially affect the Company's financial position. NOTE N - FAIR VALUE MEASUREMENTS The Company currently records available -for -sale securities at fair value. As is disclosed in Note A10, the Company adopted SFAS 157 effective January 1, 2008. SFAS 157 establishes a fair value hierarchy that distinguishes between assumptions based on market data (observable inputs) and the Company's assumptions (unobservable inputs). Determining where an asset or liability falls within that hierarchy depends on the lowest -level input that is significant to the fair value measurements as a whole. An adjustment to the pricing method used within either level 1 or level 2 inputs could generate a fair value measurement that effectively falls in a lower level in the hierarchy. The hierarchy consists of three broad levels as follows: Level 1- Quoted market prices in active markets for identical assets or liabilities. . Level 2 - Inputs other than level 1 inputs which are either directly or indirectly observable. Level 3 - Unobservable inputs developed using the Company's estimates and assumptions, which reflect those which market participants would use. The determination of where an asset or a liability falls in the hierarchy requires significant judgment. The Company evaluates its hierarchy disclosures each reporting period; based on various factors, it is possible that an asset or a liability may be classified differently from one reporting period to another. However, the Company expects that changes in classifications between different levels will be rare. 28 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE N - FAIR VALUE MEASUREMENTS - Continued The Company's financial assets, measured at fair value on a recurring basis, subject to the disclosure requirements of SFAS 157,'were as follows at December 31, 2008: Fair value measurements at reporting date using Quoted prices in active markets Significant Significant for identical observable unobservable assets inputs inputs (Level 1) (Level 2) (Level 3) Total Available -for -sale securities (auction -rate securities) $ - $ - $ 25,700,000 $ 25,700,000 The following is a reconciliation of the beginning and ending balances of financial assets measured at fair value on a recurring basis using significant unobservable inputs (Level 3) during the year ended December 31, 2008: Level 3 Fair value, January 1, 2008 $ 27,950,000 Unrealized losses (included in other comprehensive earnings) (2,250,000) Fair value, December 31, 2008 $ 25,700,000 The Company currently has no financial liabilities measured at fair value on a recurring basis. The Company currently has no assets or liabilities measured at fair value on a nonrecurring basis. 29 Garney Holding Company and Subsidiaries NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED December 31, 2008 and 2007 NOTE N - FAIR VALUE MEASUREMENTS - Continued The level 3 assets are investments in ARS. Prior to 2008, these investments were valued at par value since this was deemed to approximate fair value because of the frequent resetting of the interest rate upon settlement of the auction. As a result of the market failure and lack of liquidity in the current ARS market, ARS were valued using a discounted cash flow model to determine the estimated fair value of these securities as of December 31, 2008. Some of the inputs into the model are unobservable in the market and are significant. The assumptions used in preparing the model include, but are not limited to, periodic coupon rates, market -"required rate of return, and expected holding period. The coupon rate is estimated using the current coupon rates that applied to each security at December 31, 2008. In making the assumption of the required rate of return, the Company considers rates on Federal securities with terms similar to the expected holding period adjusted for credit spread and marketability. The expected holding period was based on weighted estimates of the expected time from December 31, 2608 to the date on which the principal becomes available to the investor. The principal can become available under three scenarios: (1) the ARS are called or a settlement is reached with the marketer of these securities; (2) the market has returned to normal and auctions have recommenced and are successful; or (3) the principal has reached maturity. The Company's valuation is sensitive to market conditions and management's judgment. It is reasonably possible that a change in the fair value estimates could occur in the near term. Based on assumptions used, a 12-month increase or decrease in the expected holding period would result in a change to the gross unrealized loss of approximately $780,000. 30 SUPPLEMENTAL INFORMATION REPORT OF INDEPENDENT CERTIFIED PUBLIC ACCOUNTANTS ON SUPPLEMENTAL INFORMATION Board of Directors Gamey Holding Company and Subsidiaries Our audits were conducted for the purpose of forming an opinion on the consolidated financial statements taken as a whole. The 2008 consolidating information is presented for purposes of additional analysis of the consolidated financial statements rather than to present the financial position and results of operations of the individual companies. The 2008 consolidating information has been subjected to the auditing procedures applied in the audits of the consolidated financial statements and, in our opinion, is fairly stated in all material respects in relation to the consolidated financial statements taken as a whole. Nits'r I N o R u To wl I L. F, Kansas City, Missouri February 23, 2009 Garney Holding Company and Subsidiaries CONSOLIDATING BALANCE SHEET December 31, 2008 Gamey Garrey Grimm Holding Companies, Construction Gamey Company Inc. Company, Inc. Wyoming, Inc. Eliminations Consolidated ASSETS CURRENT ASSETS Cash and cash equivalents $ 39,278,648 $ 1,430,200 $ 2,277,543 $ 905,835 $ - $ 43,892,226 Accounts receivable, net - 28,500,110 24,793,688 2,514,527 - 55,808,325 Costs and estimated earnings in excess of billings on contracts in progress - 10,910,077 3,275,007 541,912 - 14,726,996 Prepaid expenses and other current assets 169,693 174,451 _ 119,011 - - 463,155 w Total current assets 39,448,341 41,014,838 30,465,249 31962,274 - 114,890,702 w PROPERTY AND EQUIPMENT, at cost Land 432,000 - - - - 432,000 Buildings and improvements 482,140 144,000 401,951 - - 1,028,091 Machinery and equipment 67,948 6,523,499 9,944,133 - - 16,535,580 Office furniture and equipment 150,498 98,366 307,225 - - 556,089 1,132,586 6,765,865 10,653,309 - - 18,551,760 Less accumulated depreciation 270,796 3,729,560 5,033,209 - - 9,033,565 861,790 3,036,305 5,620,100 - - 9,518,195 INVESTMENTS IN SUBSIDIARIES 15,649,869 - - _ (15,649,869) - LONG-TERM INVESTMENT'S 27,063,784 - - - - 27,063,784 $ 83,023,784 $ 44,051,143 $ 36,085,349 $ 3,962,274 $ (15,649,869) $ 151,472,681 Garney Holding Company and Subsidiaries CONSOLIDATING BALANCE SHEET - CONTINUED December 31, 2008 Garrey Garrey Grimm Holding Companies, Construction Garrey Company Inc. Company, Inc. _Wyoming, Inc. Eliminations Consolidated LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts payable $ - $ 14,599,825 $ 16,470,322 $ 728,300 $ - $ 31,798,447 Accrued liabilities 10,111,672_ 9,643,842 3,463,978 689,621 - 23,909,113 Income taxes payable 100,755 - - - - 100,755 Billings in excess of costs and estimated earnings on contracts in progress - 12,751,209 I0,054,555 47,245 - 22,853,009 Total current liabilities 10,212,427 36,994,876 29,988,855 1,465,166 - 78,661,324 STOCKHOLDERS' EQUITY Contributed capital Common stock 25,529 139,019 33,670 1,000 (173,689) 25,529 Additional paid -in capital 10,057,940 - 4,931,146 695,161 (5,626,307) 10,057,940 Total contributed capital 10,083,469 139,019 4,964,816 696,161 (5,799,996) 10,083,469 Retained earnings 66,109,551 6,917,248 1,131,678 1,800,947 (9,849,873) 66,109,551 Accumulated other comprehensive loss (2,250,000) - - - - (2,250,000) Notes receivable from officers for exercised stock options (633,202) - - - - (633,202) Note receivable from Employee Stock Ownership Plan (498,461) - - - - (498,461) $ 83,023,784 $ 44,051,143 $ 36,085,349 $ 3,962,274 $ (15,649,869) $151,472,681 -00*0000000 Garney Holding Company and Subsidiaries CONSOLIDATING STATEMENT OF EARNINGS AND RETAINED EARNINGS Year ended December 31, 2008 Garrey Garrey Grimm Holding Companies, Construction Garrey Company Inc. Company, Inc. Wyoming Inc_ Eliminations Contract revenues $ - $222,322,067 $166,435,216 $ 12,131,645 $ - Cost of revenues - 181,768,021 147,833,755 9,383,302 - Gross profit - 40,554,046 18,601,461 2,748,343 - General and administrative expenses - 3,702,100 4,238,360 - - Equity in earnings of subsidiaries 19,962,824 - - - (19,962,824) Interest income 2,046,204 Other income (expense), net 20,750,000 (17,200,000) (2,150,000) (1,400,000) - vWi Earnings before Employee Stock Ownership Plan contribution expense and employee incentive plan expense 42,759,028 19,651,946 12,213,101 1,348,343 (19,962,824) Employee Stock Ownership Plan contribution expense Employee incentive plan expense Earnings before income taxes Income tax expense NET EARNINGS 5,766,171 - - 99,860 9,113,032 3,450,448 36,892,997 10,538,914 8,762,653 (167,563) 36,725,434 10,538,914 8,762,653 .o-+V V,000,7L O 338,985,078 61,903,850 7,940,460 2,046,204 56,009,594 - - 5,766,171 687,086 - 13,350,426 661,257 (19,962,824) 36,892,997 - - (167,563) 661,257 (19,962,824) 36,725,434 Retained earnings, beginning of year 54,891,182 109,801 - 2,432,391 (2,542,192) 54,891,182 Distributions (25,507,065) - - - - (25,507,065) Distributions to Gamey Holding Company - (3,731,467) (7,630,975) (1,292,701) 12,655,143 - Retained earnings, end of year $ 66,109,551 $ 6,917,248 $ 1,131,678 $ 1,800,947 $ (9,849,873) S 66,109,551 BONDING LETTER Thomas McGee, INSURANCE AGENCY • SINCE 1 9 1 0 920 Main Street Suite 1700 P.O. Sox 419013 Kansas City, Missouri 64141-6013 816-842-4800 r FAX 816-472-5018 Website: www.thomasmcgee.com City of Fort Collins, Purchasing Division November 17, 2009 P.O. Box 580 215 North Mason Street, 2nd Floor Fort Collins, CO 80522 RE: Proposal for your upcoming Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor, #7089 Dear Sirs: We understand you are considering the services of Gamey Companies, Inc. for your upcoming Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services Contractor Project. In connection with the proposal process you have requested information concerning their surety bond program. We are pleased to respond. Gamey's bonds are written on a co surety basis by Western Surety Company, a member of the CNA Surety Corporation Group, and Liberty Mutual Insurance Company, a member of the Liberty Mutual Insurance Companies. A.M. Best, in their current online rating guide, rates Western Surety Company "A" Class Size IX, and Liberty Mutual Insurance Company "A" Class Size XV. Western Surety Company and Liberty Mutual Insurance Company are approved sureties for Federal projects as provided for in the current online edition of the Department of Treasury — Circular 570 with underwriting limitations of $26,837,000 and $610,791,000 respectively. The CNA Group of Insurance Companies has a combined underwriting limitation of $494,014,000. Western Surety Company and Liberty Mutual Insurance Company are prepared to provide surety support on behalf of Gamey on individual projects up to $100,000,000 within a $500,000,000 aggregate program. Additional credit is available beyond these limits on a project specific basis. This letter is not to be construed as an agreement to provide surety credit for any particular project, but rather is offered as an indication of our past experience and confidence in this firm. Any request for bonds is a matter between Gamey and the surety and will be underwritten based on its own merits. The surety assumes no liability to any party if for any reason they do not execute said bonds. Gamey Companies, Inc. enjoys a national reputation as one of the premier contractors in the country performing sewer and water line work and constructing water and wastewater treatment facilities. The company enjoys strong, intelligent management and is well financed. Company management is dedicated to providing top quality construction services within agreed upon schedule and budgets. We fully recommend your consideration of Gamey Companies, Inc. In the event you require additional information, please contact me. Sincerely, THOMAS MCGEE,, L.C. Douglas J0, e; C Member & S y M nager completed within the times specified in each Work Order pursuant to paragraph 3.1. 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 amount set forth in each Work Order. 3.3. Contract Period. This Agreement shall commence upon the date of execution as shown by the date this Agreement is signed by OWNER, and shall continue in full force and effect through , 20_ In addition, at the option of the City, the agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Written notice of renewal shall be provided to 'the Contractor and mailed no later than ninety (90) days prior to contract end. 3.4. Early Termination by OWNER / Notices. Notwithstanding the time periods contained herein or in any Work Order, OWNER may terminate this Agreement or any Work Order at any time without cause by providing written notice of termination to CONTRACTOR. Such notice shall be mailed at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: OWNER: City of Fort Collins Attn: PO Box 580 With Copy to: City of Fort Collins Purchasing Division Attn: Opal F. Dick, CPPO, Senior Buyer PO Box 580 - Fort Collins, CO 80522 Fort Collins, CO 80522 CONTRACTOR: Attn: In the event of early termination by OWNER, CONTRACTOR shall be paid for services rendered to the termination date, subject only to the satisfactory performance of CONTRACTOR's obligations under this Agreement. Such payment shall be CONTRACTOR's sole right and remedy for such termination. ARTICLE 4. CONTRACT PRICE 4.1. Unless otherwise provided in a Work Order, OWNER shall pay, CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds, as specified in each Work Order, as AGREEMENT 00520- Page 3 INSURANCE CERTIFICATE Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS 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. POLICY LIMITS ARE NO LESS THAN THOSE LISTED. ALTHOUGH POLICIES MAY INCLUDE ADDITIN�AL SUBLIMIT/LIMITS NOT LISTED BELOW. This is to Certify that Garney Companies Inc 1333 NW Vivion Road NAME AND ADDRESSOFINSUREDMutual® Liber a Kansas City MO 64118 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 /2010 WA2-64D-426942-739 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: AL,AR,AZ,CO,FL,GA,KS,KY, LA,MO,NE,OK,TN,TX,VA EMPLOYERS LIABILITY Bodily In'urybyAccident 1 OOO OOOEach Accident Bodily Injury By Disease $1 000 000 Bodily Injury By Disease 1 000 000 Each Person COMMERCIAL GENERAL LIABILITY 10/1 /2010 TB2-641-426942-729 General Aggregate $2,000,000 Products / Completed Operations Aggregate ❑ OCCURRENCE 2 000 000 ❑ CLAIMS MADE Each Occurrence 1 000 000 Personal & Advertising Injury 1 OOO OOO Per Person /Organization RETRO DATE er OV00,000 Fire Legal t$10,000 Medical AUTOMOBILE LIABILITY 10/1 /2010 AS2-641-426942-719 Each Accident —Single Limit $1,000,000 H.I. And P.D. Combined OWNED Each Person Each Accident or Occurrence QNON -OWNED HIRED Each Accident or Occurrence OTHER ADDITIONAL COMMENTS 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. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) 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: Liberty Mutual Insurance Group al of Fort Collins Purchasing Division Laura Rudolph t4 d P.O. Box 580 St. Louis / 0442 AUTHORIZED REPRESENTATIVE 12250 Weber Hill Road "x 215 North Mason Street, 2nd Flolor St. Louis MO 63127 800-392-9223 11 /18/2009 . Fort Collins CO 80522 I 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 Contract Price equal to the Cost of the Work plus a Fixed Fee. The Cost of the Work shall be as defined or excluded in Article 11, paragraphs 11.4 and 11.5, of the General Conditions, subject to the. following: 4.1.1..•Unless otherwise provided in a Work Order, payroll costs in the Cost of the Work shall be as defined in Article 11.4.1 of the General Conditions and shall not exceed (_%) percent of the salaries and wages. 4.1.2. Unless otherwise provided in a Work Order, costs shall not be allowed for equipment rentals as defined in Article 11.4.5.3 of the. General Conditions, costs of utilities as defined in Article 11.4.5.7, and minor expenses as defined in Article 11.4.5.8. 4.1.3. Unless otherwise provided in a Work Order, the Contract Price, exclusive of the cost or credit of any Change Orders or of Owner -procured equipment or Owner -provided work listed in each Work Order, is guaranteed by the CONTRACTOR not to exceed a Guaranteed Maximum Price specified in each Work Order, for all work covered by and included in the Work Order. The Allowable Cost of the Work shall be defined as the difference in the Fixed Fee and the Guaranteed Maximum Price. Costs which would cause the CONTRACTOR to exceed the Allowable Cost of the Work and/or Guaranteed Maximum Price shall be paid by the CONTRACTOR without reimbursement by the OWNER. 4.1.4. Unless otherwise provided in a Work Order, the CONTRACTOR's Fixed Fee that may be authorized in the Work Order shall include all Field Office and General Office overhead, mark-up on all materials, equipment and subcontract costs, small tools allowance, equipment fuels, and equipment rentals as defined in Article 11.4.5.3 and the CONTRACTOR'S profit for the Allowable Cost of the Work. Payment for additional Field Office and General Office overhead and the CONTRACTOR'S profit shall. not be included in any Change Order unless the total Contract Price, including all Change Orders, exceeds the Guaranteed Maximum Price. For any Change Order which increases the total Contract Price above the Guaranteed Maximum Price, the CONTRACTOR'S fee applied to the net increase shall, unless otherwise provided in the Work Order, include Field Office overhead and profit which shall be defined as (_) percent of the actual Cost of the Work, General Office overhead and profit which shall be defined as ( %) percent of the actual,Cost of the Work. 4.2. Unless otherwise provided in a Work Order, CONTRACTOR shall participate in any cost savings realized by the OWNER at the completion of the Work authorized by the Work Order. If the actual Cost of the Work is less than the Allowable Cost of the Work, the Shared Savings paid to the CONTRACTOR shall equal one-fourth of the difference between the actual Cost of the Work and the Allowable Cost of the Work for all work covered by and included in the Work Order. Shared Savings shall not apply to any cost or credit of any Change Orders. AGREEMENT 00520- Page 4 ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price for each executed Work Order on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Retainage. Prior to Substantial Completion of a Work Order, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. Ninety (90%) percent of the value of Work completed until the Work has been fifty (50%) percent completed as determined by ENGINEER, when the retainage equals five (5%) of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to.them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to, one hundred(100 percent of the Work completed. Ninety(90%) percent of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion of a Work Order, payment will be made in an amount sufficient to increase total payments to CONTRACTOR to ninety-five(95%) percent of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. Final Payment. Upon Final Completion and Acceptance of the Work in a Work Order in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. AGREEMENT 00520- Page 5 ARTICLE 6. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following _representations, which CONTRACTOR shall perform for each proposed Work Order prior to OWNER' s execution of said Work Order: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data .in respect of said Underground Facilities are or"will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of Article 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. AGREEMENT 00520- Page 6 F6rt of �,tSi Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/Purchasing REQUEST FOR PROPOSAL 7089 The purpose of the request for proposal is to select at least one contractor, and possibly two, to provide general construction and design assistance services for Water, Wastewater, and Stormwater Utilities Infrastructure Capital Projects and emergency repair services as needed. The selected contractor will become a member of the Alternative Product Delivery System project team, consisting of the Contractor, the Engineering Consultant, and the City of Fort Collins Utilities' Project Management Staff. All team members will work together from conceptual design through construction. The selected contractors) will be retained on a yearly basis for the next five years based on continued satisfactory performance. Proposals, ten copies (10) copies will be received at the City of Fort Collins Purchasing Division, P. O. Box 580, 215 North Mason St., 2"d Floor, Fort Collins, Colorado 80522 on or before 3:00 p.m. (our clock), November 20, 2009. Proposal number 7089. If delivered, proposals shall be addressed to 215 North Mason St., 2"d Floor, Fort Collins, ,Co. 80524. If mailed, proposals shall be addressed to P.O. Box 580, Fort Collins, Co 80522-0580. Selection of the contractor(s) will be based upon the submittal of detailed information required in the proposals, among which are data concerning experience, past performance, suitability and availability of key staff and proposed cost parameters. It is of utmost importance that the requested data be submitted with your proposal. The selection criteria are detailed in the Request for Proposals. Following review of proposals, the City anticipates a detailed interview with three or more contractors to determine the selected firm. Questions regarding proposal submittal or process should be directed to Opal F. Dick, CPPO, Senior Buyer (970)-221-6778. Firms interested in proposing are encouraged to contact the Utilities Senior Utility Engineer for information about the scope of the work. Questions should be directed to Dean Saye, (970) 217-8116. A copy of the Proposal may be obtained as follows: 1. Download the Proposal/Bid from the BuySpeed Webpage, , www.fcqov.com/eprocurement 2. Come by Purchasing at 215 North Mason St., 2"d floor, Fort Collins, and request a copy of the Bid. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents concerning the Work comprise the entire Agreement between OWNER and CONTRACTOR. Covenants or representations not contained in this Agreement shall not be binding on the parties. The Contract Documents consist of the General Conditions, the Supplementary Conditions, those items listed in Article 1.10 of the General Conditions, each signed and executed Work Order, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2. Forms for use by CONTRACTOR in performing the Work specified in any Work Order, and related actions in carrying out the terms of this Agreement, are deemed Contract Documents and incorporated herein by this reference. Included in Sections 00600 and 00900, these include, but are not necessarily limited to, the following: 7.2.1. Certificate of Substantial Completion 7.2.2. Certificate of Final Acceptance 7.2.3. Lien Waiver Releases 7.2.4. Consent of Surety 7.2.5. Application for Exemption Certificate 7.2.6. Application for Payment 7.3. Drawings, as specified and identified in each Work Order. The Contract Drawings for a Work Order shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. The Contract Documents also include all written amendments and other documents amending, modifying, or ,supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions, including amendments to any Work Order. 7.5. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents, including executed Work Orders issued under this Agreement, may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Definitions. Terms used in this Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. Assignment. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that AGREEMENT 00520- Page 7 may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. Binding Effect. OWNER and CONTRACTOR each binds itself, its partners, officers, employees, successors, agents, assigns and legal representatives to the other party hereto, its partners, officers, employees, successors, agents, assigns, and legal representatives in respect to all covenants,, Agreement and obligations contained in the Contract Documents. 8.4. Independent Contractor. It is agreed that in the performance of any services hereunder,, CONTRACTOR is an independent contractor responsible to OWNER only as to the results to be obtained in the particular work assignment and to the extent that the work shall be done in accordance with the terms, plans and specifications furnished by OWNER. CONTRACTOR shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of OWNER. 8.5. Acceptance Not Waiver. OWNER's approval or acceptance of, or payment for, any of the Work shall not be construed to operate as a waiver of any rights under the Agreement or of any cause of action arising out of the performance of this Agreement. 8.6. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according, to the terms of this agreement, such party may be declared in default thereof. 8.7. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 8.8. Law / Severability. This Agreement shall be governed in all respects by the laws of the State of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. AGREEMENT 00520- Page 8 8.9 Amendment 54. To the extent that this Agreement may constitute a "sole source government contract" within the meaning of Section 2(14.4) of Article XXVIII of the constitution of the State of Colorado, about which the City makes no representation, Section 15 of said Article XXVIII, which reads as follows, is'hereby incorporated into this Agreement and made a part hereof: a. Section 15. Because of a presumption of impropriety between contributions to any campaign and sole source government contracts, contract holders shall contractually agree, for the duration of the contract and for two years thereafter, to cease making, causing to be made, or inducing by any means, a contribution, directly or indirectly, on behalf of the contract holder or on behalf of his or her immediate family member and for the benefit of any political party or for the benefit of any candidate for any elected office of the state (of Colorado) or any of its political subdivisions. OWNER: CITY OF FORT COLLINS CONTRACTOR: By: I--yz JAMES B. O'NEILL II, CPPO DIRECTOR OF PURCHASING AND RISK MANAGEMENT Date: Attest: City Clerk Approved as to Form: Assistant City Attorney By: Name: Title: Date: (CORPORATE SEAL) Attest: Name: License No. AGREEMENT 00520- Page 9 SECTION 00525 WORK ORDER & NOTICE OF AWARD TO: WORK ORDER NUMBER: PURCHASE ORDER NUMBER: WORK ORDER TITLE: ENGINEER: OWNER S REPRESENTATIVE: NOTICE OF AWARD DATE: OWNER: CITY OF FORT COLLINS (hereinafter referred to as OWNER) 1. WORK. You are hereby notified that your Bid dated I , for the above Work Order has been considered. Pursuant to your AGREEMENT with OWNER dated 200, you have been awarded a Work Order for this Work Order Description: shall be inclusive of all projects associated with the Water, Wastewater, and Stormwater Utilities Infrastructure Design and Construction Services as defined in the Master Agreement dated , 200. The charges and fees are defined in Attachment A, hereby attached and incorporated as a part of this agreement. 2. CONTRACT PRICE, BONDS, AND CERTIFICATES. The Price of your Work Order is . 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 number of days or the date for Substantial Completion of this Work Order is and, after Substantial Completion, the number of days or the date for Final Payment and .Acceptance is 4. LIQUIDATED DAMAGES. Pursuant to the AGREEMENT and the Contract Documents: A. Substantial Completion: ($ ) for each calendar day or fraction thereof that expires after the (_) calendar day period for Substantial Completion of the Work of this Work Order until the Work is Substantially Complete. B. Final Acceptance: After Substantial Completion, ($ ) for each calendar day or fraction thereof that expires after the ( ) calendar day period for Final Payment and Acceptance of the Work of this Work Order until the Work is ready for Final Payment and Acceptance. 5/98 WORK ORDER & NOTICE OF AWARD 00525- Page 1 5. EXECUTION. Four (4) 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 (15) days of the date of this Work Order & Notice of Award, that is, by , A. You must deliver to OWNER four (4) 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, this Work Order, the General Conditions (Article 5.1) and the Supplementary Conditions. 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 WORK ORDER REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, and in the attached Contract Documents consisting of ( ) pages, in accordance with the terms and conditions contained herein and in the AGREEMENT dated f , between the parties. In the event.of a conflict between or ambiguity in the terms of the AGREEMENT and this Work Order (included the attached Contract Documents), the AGREEMENT shall control. CONTRACTOR: By: Name: Title: Date: 5/98 AGREEMENT 00525- Page 2 OWNER'S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference, and the attached Notice to Proceed is hereby given. ACCEPTANCE: ACCEPTANCE: ACCEPTANCE: Special Projects Manager Chief Engineer Jon Haukaas, Water Engineering & Field Services Operations Manager Brian Janonis, Utilities Executive Director (if $1,000,000) OWNER: CITY OF FORT COLLINS By: Date: JAMES B. O'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT (if greater than $60,000) 5/98 WORK ORDER & NOTICE OF AWARD 00525- Page 3 SECTION 00530 WORK ORDER NOTICE TO PROCEED WORK ORDER TITLE: WORK ORDER NUMBER: NOTICE TO PROCEED DATE: TO: _ Attn: Project Manager This notice is to advise you: That the Work Order and all amendments and supplements to the Contract Documents covering the above described Work have been fully executed by the CONTRACTOR and the OWNER. That the required •CONTRACTOR's Performance and Payment Bonds and insurance have been received by the OWNER. That the OWNER has approved the said Work Order and Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and.directed to proceed within ( ) calendar days from receipt of this notice as required by the Work Order and the AGREEMENT. The dates for Substantial Completion and Final Acceptance shall be and respectively. Dated this CITY OF FORT COLLINS OWNER By: Name & Title day of , ACKNOWLEDGMENT OF NOTICE Receipt .of the above Work Order Notice to Proceed is hereby acknowledged this day of , By: Name & Title 5/98 WORK ORDER NOTICE TO PROCEED 00530- Page 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 5/98 AGREEMENT SECTION 00610 PERFORMANCE BOND Bond No KNOW ALL MEN BY THESE PRESENTS: that a Corporation, hereinafter referred to as the "Principal" and (Firm) (Address) 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 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 entered into a certain Agreement with a copy of which i the _day of a part hereof. a copy o s NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Work Order and 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 Work Order and 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 Work Order and 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 Work Order and 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. 5/98 PERFORMANCE BOND 00610- Page 1 IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall be deemed an original, this day of IN PRESENCE OF: Principal (Name & Title) (Corporate Seal) IN PRESENCE OF: Surety By: (Name) Attorney -in -Fact (Company) (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Work Order. 5/98 AGREEMENT The City of Fort Collins is subject to public information laws, which permit access to most records and documents. Proprietary information in your response must be clearly identified and will be protected to the extent legally permissible. Proposals may not be marked 'Proprietary' in their entirety. Information considered proprietary is limited to material treated as confidential in the normal conduct of business, trade secrets, discount information, and individual product or service pricing. Summary price information may not be designated as proprietary as such information may be carried forward into other public documents. All provisions of any contract resulting from this request for proposal will be public information. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that ,. , , a Corporation, hereinafter referred to as the "Principal" and (Firm) (Address) 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 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 the day of , , a copy of which is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work Order, titled Work Order Number dated the day of a copy of which is hereto attached and made a part hereof. 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 Work Order and 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 Work Order and 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 Work Order and 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. 5l98 PAYMENT BOND 00615- Page 1 IN WITNESS WHEREOF, this instrument is executed in four (4) counterparts, each one of which shall be deemed an original, this day of IN PRESENCE OF: Principal (Name & Title) (Corporate Seal) IN PRESENCE OF: Surety By: (Name) Attorney -in -Fact (Company) (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Work Order. 5/98 AGREEMENT SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 5/98 CERTIFICATE OF INSURANCE 00630- Page 1 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) WORK ORDER NUMBER: DATE OF SUBSTANTIAL COMPLETION: WORK ORDER TITLE: PROJECT OR SPECIFIED PART SHALL INCLUDE: LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: WORK ORDER DATE: The Work performed under this Work Order, pursuant to the Contract Documents, 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 5/98 AGREEMENT 00635- Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: You are hereby notified that on the day of I , the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins Work Order, titled Work Order Number A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents, including the Work Order, which is dated , and the AGREEMENT, which is dated , In conformance with the Work Order and Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: , Sincerely, City of Fort Collins OWNER By: Name & Title ATTEST: Name & Title 5/98 CERTIFICATE OF FINAL ACCEPTANCE 000640- Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) WORK ORDER TITLE: WORK ORDER NUMBER: 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and.have released in full any and all. existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR's Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes an adequate description of the property and improvements 5/98 LIEN WAIVER RELEASE(CONTRACTOR 00650 Page 1 to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , CONTRACTOR By: Name & Title ATTEST: Secretary STATE OF COLORADO) )ss. COUNTY OF LARIMER) Subscribed and sworn to before me this day of by Witness my hand and official seal. My Commission Expires: Notary Public 5/98 2 LIEN WAIVER RELEASE (SUBCONTRACTOR) Page 2 SECTION 00650 LIEN WAIVER RELEASE (SUBCONTRACTOR) T0: (CONTRACTOR) FROM: (Subcontractor) WORK ORDER TITLE: WORK ORDER NUMBER: 1. The Subcontractor acknowledges having received payment 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, Miller Act 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 an adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further 5/98 LIEN WAIVER RELEASE (SUBCONTRACTOR) 00650 Page 3 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. . Signed this day of , SUBCONTRACTOR By: Name & Title ATTEST: Secretary STATE OF COLORADO) )ss. COUNTY OF LARIMER) Subscribed and sworn to before me this day of , by Witness my hand and official seal. My Commission Expires: Notary Public 5/98 4 LIEN WAIVER.RELEASE (SUBCONTRACTOR) Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: WORK ORDER TITLE: WORK ORDER NUMBER: CONTRACT DATE: WORK ORDER DATE: In accordance with the provisions of the Work Order and Contract between the OWNER and the CONTRACTOR as indicated above, for the Work Order titled on 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 day of , (Surety Company) By: (Name) Attorney -in -Fact ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. 5/98 CONSENT OF SURETY 00660-Page 1 REQUEST FOR PROPOSAL CITY OF FORT COLLINS WATER, WASTEWATER, AND STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR PROPOSAL NO. 7089 GENERAL: The purpose of the RFP is to select at least one contractor, and possibly two, to provide general construction and design assistance services for Water, Wastewater, and Stormwater Utilities Infrastructure Capital Projects and emergency repair services as needed, depending on the specific qualifications of the submitting contractors. The selected contractor will become a member of the Alternative Product Delivery System (APDS) project team, consisting of the Contractor, the Engineering Consultant, and the City of Fort Collins Utilities' Project Management Staff.'All team members will work together from conceptual design through construction to establish an atmosphere of respect, responsibility, and trust with a mutual goal of successful project implementation and ultimately a superior product to the City of Fort Collins Utilities' customers. The Contractor can expect to provide services during two major project phases and emergency response services: Project Design Phase The selected Contractor will attend design meetings, as needed, during conceptual, preliminary and final design of Utilities Capital Projects. The selected Contractor is expected to bring to the table their construction expertise and actively assist the Project Team on issues of constructability, materials and subcontractor selection, scheduling, cost estimating and contract requirements. An innovative approach to solving difficult construction problems is required. The selected Contractor will also assist the project team in developing positive public relations, investigating and recommending methods to reduce construction impacts to the public, and anticipating and planning for potential adverse site conditions. Project Construction Phase The selected Contractor will serve as the General Contractor on selected Water, Wastewater, and Stormwater Utilities Infrastructure Capital Projects. The selected Contractor will function as part of the "Project Team" during construction with the primary goal of a successful project for ALL team members. The selected Contractor will be expected to provide construction services for a wide variety of utility infrastructure improvements. Examples include installation of pipelines in sizes from 8-inch diameter up to 108-inch diameter in a wide range of materials. Includes construction of manholes, curb inlets, concrete cast -in -place structures, earthen dams and embankments, spillways, large excavations, pipeline appurtenances, boring, tunneling, trenching, grading, concrete flatwork, paving and landscaping. This list is not intended to be inclusive of all possible services that could be required. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (12196) COLORADO DEPARTMENT OF REVENUE DENVER CO 60261 (303) 232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuantto Statute Section 39-26.114(1)(a)(XIX) DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. RegistratlodAccoun t No. to be assigned by Period 0170-750 (999} 89 - CONTRACTOR INFORMATION Trade name/DBA er, partner, or corporate name: Mailing address (City, State,Zip): Contact Person E-Mail address: ederal Employer's denfilicatton Number: Bid amount foryour contract ax um er: Business telephone number: Colorado withholding tax account number EXEMPTION INFORMATION Copies of contract or agreement pages (1) Identifying the contracting parties and (2) containing signatures of contracting parties must be attached. Name of exempt organIzation (as shown on confacl): empt organ 7sboFs number: 98 - Address of exempt organization (City, State,Zip): Principal contact at exempt organization: Principal contacts telephone number: Physical location of projectsi te (give actual address when applicable and (;ibes andfor County, ties) where project is located) Scheduled Month ay Year Estimated Month ay Year consuudion start date: oompletion 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 orlicer: Ille of corporate of cer: Date: DO NOT WRITE BELOW THIS LINE 5/98 CONSENT OF SURETY 00670-Page 1 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 exem ption 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. 5/98 AGREEMENT 00670 Page 2 SECTION 00700 GENERAL CONDITIONS Incorporated into the final agreement will be the following documents. Please review these documents as they be included in the final agreement. http://fcqov.com/purchasing/pdf/00700tcl.pdf htti)://fcqov.com/purchasing/pdf/00700gcleic.pd 5/98 AGREEMENT 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. 9/94) and other provisions of the Contract Documents as indicated below. SC-1 DEFINITIONS SC-1.38. Add the following language to the conclusion of paragraph 1.38 of the General Conditions: 1.38. Substantial Completion. .... Substantial Completion is further defined as that degree of completion of the operating facilities or systems of the Project defined in the Work Order sufficient to provide the OWNER the full time, uninterrupted, continuous, beneficial operation of the modifications, and all inspections required have been completed and identified conditions 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 Drawings 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 5/98 AGREEMENT 00800 Page 1 performed until CONTRACTOR has received a signed and executed Work Order, incorporating the Notice to Proceed, from OWNER and no provision of this 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: 1. 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. City of Fort Collins, Colorado, 4316 LaPorte Avenue, Fort Collins, Colorado 80522 5.4.7.2. SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the General Conditions: 5.4.8.1. Limits of Liability. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: For Paragraphs 5.02.A.1 and 5.02.A.2: Coverage A - Statutory Limits; Coverage B - $100,000 / $100,000 / $500,000. For Paragraphs 5.02.A.3 and 5.02.A.5: The 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. For Paragraph 5.02.A.6: The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5/98 AGREEMENT For Paragraph 5.02.B.3: 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 after paragraph 6.14.2 of the General Conditions: 6.14.3. 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: 6.14.3.1. 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 of photostatic or certified copy of the designated of 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. 6.1.4.3.3. The CONTRACTOR must conform to the rules and regulations of the Industrial Commission of Colorado. Particular reference is made to rules and regulations governing excavation Work adopted by the Industrial Commission of Colorado. SC-11 CHANGE OF CONTRACT PRICE SC-11.6.2.7. Add the following new paragraph to paragraph 11.6.2 of the General Conditions: 11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up prescribed by Article 4 of the Agreement shall be used in lieu of any CONTRACTOR'S fee, overhead, profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2, and 11.6.2.3. 5/98 AGREEMENT 00800 Page 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 fixed fee shall be in proportion to the cumulative actual Cost of the Work as a percentage of the Allowable Cost of the Work. An amount not to exceed fifteen (15%) percent of the fixed fee shall be advanced to the Contractor for mobilization in the first progress payment. 5/98 AGREEMENT SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Change Order 00960 Application.for Payment 5/98 AGREEMENT CITY OF FORT COLLINS CHANGE ORDER CONTRACTOR: PROJECT TITLE: ADDRESS: PROJECT NUMBER: PURCHASE ORDER NO.: CHANGE ORDER NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COSTS TOTAL APPROVED CHANGE ORDER(S) TOTAL PENDING CHANGE ORDER(S) TOTAL THIS CHANGE ORDER TOTAL o OF ORIGINAL CONTRACT, THIS CO: TOTAL % OF ORIGINAL CONTRACT, ALL CO'S: ADJUSTED CONTRACT COST (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Title (Purchasing Agent if > ------------------------------------------------------------------------------ $60,000) cc: City Clerk Architect/Engineer Finance Purchasing Project Manager Contractor 5/98 AGREEMENT 00960 Page 1 SECTION 00960 PAYMENT APPLICATION S �SLARY On Hand Received Item Invoice Previota This Number Number Description Applicabon Period PAGE Installed On Hand This This Period Applicabon $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 5/98 AGREEMENT 00960 Page 1 Emergency Repair Services Emergency repairs on utility infrastructure that is unusually large, deep and/or complicated. Emergency repairs on large diameter water, sanitary sewer or stormsewer pipelines. The pipelines will generally vary in size from 12 inches to 108 inches in diameter. Pipeline materials are generally ductile or cast iron, tape wrapped steel, coal tar coated steel, pretensioned concrete, PVC, or reinforced concrete. The pipelines could carry either treated or raw water. Project work will be paid in one of three methods utilizing a Work Order system: ■ On a time and material basis from rates submitted as part of the RFP. ■ On a negotiated unit price contract determined before the work is started. ■ On a lump sum basis determined before the work is started. The selected contractor may be retained on a yearly basis for the next five years based on continued satisfactory performance with an annual renegotiation of contract costs as specified in the Agreement. Costs for the work are not limited nor are they defined at this time. As part of the Work Order negotiations, the complete scope of the work will be determined for each individual project. Projects are frequently phased and costs are negotiated as each phase is identified and the design completed. All costs are verified by independent cost estimates. All project negotiations will be done in an "open book" manner. Selection of the contractor will be based upon the submittal of. detailed information required in the proposal, among which are data concerning experience, past performance, suitability and availability of key staff and proposed cost parameters. It is of utmost importance that the requested data be submitted with your proposal. The selection criteria are detailed in the Request for Proposals. Following review of'proposals, the City anticipates a detailed interview with three or more contractors to determine the selected firm. GENERAL RFP SUBMITTAL REQUIREMENTS: Filling traditional adversarial roles between the owner and contractor is not an acceptable way of doing business for the City of Fort Collins Utilities. The project(s) require working in an atmosphere of trust, with all parties working toward the same goals. You are strongly encouraged to call and discuss the possible project(s) and to ask questions about our APDS process. Contact the Utilities' Project Manager, Dean Saye at (970) 217-8116, to discuss in more detail. Please present information concerning this proposal in a planned, concise and clear manner. Only include information about your firm that is specific to our proposal request and project needs. DETAILED APPROACH INFORMATION TO BE SUBMITTED: Qualified general contractors interested in the work described in this RFP should submit a minimum of the following information to the City. CONTRACT AMOUNTS APPLICATION FOR PAYMENT PAGE 2 OF 4 Work Completed Work Completed Work Completed Stored Bid This Month Previous Periods To Daly Materials Total Item This Earned Percent Number Desai Lion Quantih Unts Unit Price Amount Qb _ Amount Qty. Amount ON. Amount Penod To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $000 $0.00 $0.00 $0.00 $o ao $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $000 $0.00 $aoo $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $000 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $000 $0.00 $0.00 $0.00 $000 $0.00 $0.00 $000 $0.00 $000 $0.00 $o 0o $000 $aoo $0.00 $0.0o $o 00 $0,00 $0.00 $0.00 $o.00 $0.00 $000 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o_oo $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.o0 $000 $o.00 $0.00 $000 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $000 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $000 $0.00 $0.00 $o.00 $0.00 $000 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $000 $0.00 $000 $aoo $0.00 $0.00 $0.00 $000 $o_oo $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o.00 $0.00 $0.00 $0-00 $o.00 $0.00 $0_00 $o_oo $0.00 $o.oa $0.00 $0.00 $000 $0.00 $o.00 $0.00 $000 - $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 5/98 AGREEMENT 00960 Page 3 Mr. James B. C3'Neill II t November 20, 2009 City of Fort Collins Financial Services/Purchasing Division 215 North Mason Fort Collins, CO 80522 RE: Water, Wastewater, & Stormwater Utilities Infrastructure Design & Construction Services Contractor, Proposal #7089 Mr. O'Neill, As you might anticipate, your proposed work program is a perfect fit for Garney Companies, Inc. We have a tremendous record of success and a very talented, proven team to support you with the design and construction of the Water, Wastewater and Stormwater Utilities Infrastructure work program. We understand that there are no shortcuts and success is the result of hard work, dedication and having the right project team and a true team spirit. Our team has worked under the City of Fort Collins APDS procurement system for approximately ten years. We have a thorough understanding of the City's expectations in both the design and construction phases that the City has benefited from for throughout the years. We believe in a very high level of performance, and our references and your fellow employees will tell you that we walk the talk. Being a 100% employee owned company comes as a great benefit to our clients. Each and every one of our employees brings an "owner" mentality to the jobsite every day. Each piece of work they finish, each customer that they leave with a smile on their face, means success for our company. Our employees will continue to bring the same enthusiasm and effort to your work program as your Construction Service Contractor of choice. We take it very seriously. With Garney's extensive experience with the APDS procurement system we know what it takes to make your projects successful. We will use our experience and continue to add to your history of successful projects using our straight forward approach to project management. Simply said, we are here and will always be here to facilitate your needs. We sincerely look forward to the opportunity to serve the City of Fort Collins. Should you have any questions or would like any additional information, please feel free to contact me at (303) 791-3600 x412. Wayne A. O'Brien, Vice President Garney Companies, Inc. Jef"JInc. gram am M Ga 10822 West Toller Drive, Ste 100, Littleton, CO 80127 P: 303.791.3600 F: 303.791.1801 Fort Collins PROPOSAL FOR: Utilities WATER, WASTEWATER, & STORvIWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR TABLE OF CONTENTS Introduction...........................................................................................................................................................................1 I. Project Design Phase..................................................................................................................................................... 2 II. Project Construction Phase (CIPO)................................................................................................................................ 4 III. Emergency Repair.......................................................................................................................................................13 IV. Understanding of APDS Procurement System.............................................................................................................18 1. General Information......................................................................................................................................................19 2. Key Project Staffing...................................................................................................................................................... 20 3. General Company Resources....................................................................................................................................... 26 4. Project Experience........................................................................................................................................................ 28 5. Partnering Experience.................................................................................................................................................. 32 6. Safety Record............................................................................................................................................................... 34 7. Subcontractors..............................................................................................................................................................34 8. Construction Cost Factors............................................................................................................................................ 36 9. Financial Statement...................................................................................................................................................... 37 10. Banking Reference....................................................................................................................................................... 37 11. Bonding Company........................................................................................................................................................ 38 12. Insurance Company...................................................................................................................................................... 38 ATTACHMENTS IN THE APPENDIX Letters of Commendation CIPO Construction Schedule CIPO Cost Estimate Emergency Repair Estimate Emergency Repair Flow Chart Resumes Financial Statement Bonding Letter Insurance Certificate Carney • ADVANCING WATER • PROPOSAL 7089 • Fort Coll1ns -. Utilities INFRASTRUCTURE PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES DESIGN AND CONSTRUCTION SERVICES CONTRACTOR INTRODUCTION The Garvey Team has a long history with the City of Fort Collins (the City) and the Alternative Product Delivery System (APDS) Project Team. Our team is clearly the perfect choice to provide general construction and design assistance services for Water, Wastewater, and Stormwater Utilities and emergency repair services as needed. The following are benefits that only our Team can provide: • We know what is expected from all team Members! • We have a professional partnership with the City's Project Management staff and their consultants that has been established in an atmosphere of respect, responsibility, and trust! • We have successfully constructed 63 projects for the City under the APDS method! • You know our team! We bring the same proven performers and resources that you have worked with over the last 10 years. • You know our proven expertise and experience with design assistance, value engineering, valued pricing, quality of work, and timely construction of Water, Wastewater and Stormwater Utilities! Garvey was incorporated in Missouri in 1961. We have more than 48 years of wide-ranging experience with pipelines, water and wastewater treatment facilities, storage reservoirs, pump stations, electrical, and mechanical projects. As a 100% employee -owned company, our staff members and construction crews have a vested interest in providing the best customer service in the industry. Gamey's goal is to exceed our clients' value, quality, and schedule expectations while establishing long-term relationships. Our employee -owners work diligently each day to maintain one of the finest reputations in the water/utility industry. For the past seven years we have consistently ranked among the top contractors in both local and national trade publications. In the September 2007 issue of Engineering News Record, Garvey ranked 4th in the top 20 in Water Supply. We recently ranked #1 in the top 20 Transmission Lines and Aqueducts. In the JUIy 2008 Issue we ranked #5 - Top 20 All Environmental Firms, #9 -Top 20 Firms in Water Supply Treatment, and #32 - Top 200 Environmental Firms. Gamey's revenues for 2008 peaked at more than $400 million. With approximately 700 employee owners, our geographical coverage is focused primarily in the Southeast, Midwest, and Southwest United States, but our highly -mobile and well -trained workforce is able to "answer the call" no matter where a project is located. Our sound financial strength, highly qualified personnel, and safety record make Garvey an ideal candidate for the City of Fort Collins' (the City) Water, Wastewater & Stormwater Utility Infrastructure Design and Construction Services Contractor. By selecting Gamey for your upcoming projects the City will additionally benefit because our team offers: • Innovative approach to solving difficult construction problems. • Positive public relations with business and residences of the City. • Knowledge and vast experience from successful APDS projects with the City and staff. • Strong local relationships with vendors and subcontractors. • Exceptional safety program and record. The following proposal has been prepared to show our firm's capability and our motivation to be your contractor as you'll see by the comprehensive scope of this proposal, the proposed project team, our safety record, our extensive design and Carney PROPOSAL 7089 A-,.G WATER 0 ` ollins Fort C PROPOSAL FOR: / Utilities �. WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR construction experience and our competitive rates. We recognize that our reputation and track record with the City is only as good as the last project we completed for you, so you can be assured we will continually strive to meet the goals of the team and earn your confidence. I. PROJECT DESIGN PHASE Garvey is very interested and capable in participating in the design as well as the construction phases of each project. The earlier we are involved, the more of each project's background and design decisions we understand, and the more influence we provide from a contractor's perspective. The APDS process is also essential for building the project's team and is the foundation for meeting the City's goals for successful projects. Gamey offers a seasoned approach to the design phases with a team leader that has 10 years of experience and active participation in the design of more than 50 capital improvement projects. During a good portion of that time Jeff Moore has attended preliminary and final design meetings just about every week with the City, and has been an active team member along with the City's Special Project Managers and the respective consulting engineers that are responsible for the following projects: • °.Drake Road Storm Sewer and' VTH Pond Outfall • Rolland Moore Detention Pond Improvements • NorthTributaryStorm Sewer'' • ` CIPO W0 #1 Pre Irrigation"Construction Activities x *s 4 x x. 'z y.""� • =OakStreet Outfall Phasef I" "' 4 •' @, q,� CIPO.WO #2. <Red Fox and _Kane Pond Construction 'uW" ��k K �, 4 Y � . A�'#>"'^c Sq.,s �i6„ glzt. i fi .�,qds 1 i,�Y � � LL�„�:e " � �,s.�,S.n..'..z" x r°ri s t Oak,Street Udal�WaterQuahty FondsPhasell <qV Aztla�nenteDranage Pro�eet ullu CIPO WO #3 Outfall�Phase I `a` ,, • Sheldon Lake Drainage Improvements WM b .,- • Taft HaIIDetention Pond Underdram • CIPO;,WO #4' Fairbrooke Pond Construction • SpnngaCreek Utility Line and ChannelStabilization CIPOWO45 Fairbrooke Completion and°Outfall to, • :West Pros ect,Ponds Phase I , Springfield p • CIPO WO #6 Outfa(I to Ave'ry,'Avery Park,'. • Oak Street Inlet Retrofits r Springfeld and Suffolk Improvements • r Dry Creek FCB #1 and, Structural Package ••• .xPDDDryryM rCCCrreeeess kk< DEoaugsx zt lr aaeV�sin� De,fiar,"Bma , oitFxuCsue,l: tl, g ei strian""`Cuslve�xrt �°k`.' Vt a �,. 3,' CB IxPaOnyW&t=c O Co#n7srr titRuetidonF.Sxteo?artmndr 4 SKeardwnxee r PoadrioMain vr ,eai..."k.nonlinn�s F'S Railroad Pond�StornIPed3 pIrngatlon efts v% 0aImp �Pu`xP�R. • CIPOaWO #8 2009 Misc Scopes of Work • West Prospect Ponds Phase li Y" $� • CIPO`WO #9 Taft Hill Road Curb and Gutter • Taft Hill Detention Pond Improvements` • CIPOWO #10 Turf Rein forcement,;.Site Armament • ;Dry Creek EastVme Diversion Channel, Spillway and PunchlistWork s and Turnout Structure • CIPO WO #11 Fairbrooke LandscAz aping • C&S RR Detenb6fi Pond ��r •;Cl PO WO #12 Red Fox Meadows Landscaping s da. z °'� g° • �,BNRREmbankment Stabilization, 8 t .ra rbs< F' PPOWx • ;,Arthur Ditch Box Culvert Transitions n • LocustStreet Sanitary SiewerImprovements Phase:IV • w:.Taft Hill& orte 27" Pi a Modifications Myrtie N' p p Procurement Work Order k • Taft and Laporte 27" Pipe Modifications Field Work y. Orderer • PoudresReservoir InletSiphon; r 7k • ,.::Locust Street Sanita .Seweram rovements„Phase,.lu-, '' ySpnngwood Water Main Replacement Gamey AWANGMG WATER PROPOSAL 7089 2 • Fort Cothds PROPOSAL FOR: Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Easttlaler z %WateService Replacements m Locust Street LocustStreetSanita Sewer Imrovents i?h'a'se Il�:�;glirieStreet ry p HumanBean AlleSanitaSewer .$ p1,� Y ry :b Colorado< Replacement: r v • LocustStreet SanitarySewer.jmprovements Phase III •; Stover Street Utility Realignment" Endicott • Locust Street'=.Phase ] DrakesRelief Sewer�ig£ fa d • LocustFStreet.- Phases II andlll •. - Drake Road`Relief Sewer.Phase III • County Road 9 ReliefSewer I- • ; Locusta4Street = Phasel • WestProspect Pond"s Phase 11 • Oak Street Udall Water Quality Ponds-' Phase I I C&S RR Detention Pond • West Pr�gurzospect Ponds;Phase I.° R • CIPO WO #4 Fairbrooke Pond Construction 'g,FixF `F �" Fx ` m'�'A `P+S 1 :: xSR�Y e d i14� 4 t, ,�,.< K' „s},xzkxl ��Oxbow Levee v § '.h daax+x �.: 5� ' ``: • NelsoniFarm'Gradingk AM r• ze x • ' E`* Fx`x , -.. ,zq`,�e,'Ainaj° s,1�1., k"1 y a "'rt'„++ "#' t siF''E t183F u. 2 • Dry"" Creek'= FCB #1 and #2 Earthwork Package r: 1.., p�° :e :e ' CIFO°WO #2'° Red Fox and Kane Pond Construction : ._. . .< -: r, • Dry' Creek Irrigation Conveyance Pipeline x,. • Dry Creek ;Reservoirs#3: Gate Structure, L'CG = Dry Ctreek Poudre Headgates and�SCADA� System Wasteway and LCCIL and W Ditchbanks . Dry Creek East Vine Diversion Channel Spillway F m . TurnoutStructure �g y �;�ao,:. t, ,e�„ai n P'v Nn?`ru� . r. . • , n a * , F�aee. , d<K• + a S .>a ."FasFFss�9mxSt%.5-}d*> �c ` ^w ,i' r+._., A a, C, ..uw vye • Southwest Water System Improvements Spnngwood Water Main Replacement ° „ The design services Garvey offers have evolved over the years to meet the needs of the City's Alternative Product Delivery System (APDS). Garvey will provide the services of Jeff Moore, Gary Haas, Rich Trimble and other staff on an as -needed basis to offer the following input during the design phases: • CPM Schedules for both the design and construction phases. • Periodic updates of the CPM schedules to document completed activities and to project remaining activities, durations, and milestones and project completion dates. • Cost estimates for alternative designs in the preliminary design phase. • Cost comparisons for different products and for different means and methods of construction. • Periodic updates to cost estimates to reflect current level of design. • Budget level and final cost estimates for individual aspects of work and for entire projects during the preliminary and final design phases. • Constructability review of drawings and specifications including dimensional cross checking and quality control reviews of the contract documents. • Value engineering in the design phases including input from field personnel, specialty subcontractors, suppliers and industry consultants • Preparation of bid schedules and assistance with measurement and G �rney ADVANCING WATER PROPOSAL 7089 3 i PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES Fort Collins Utilities INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR payment specifications, • Advice and critical input on how to structure scopes of work so that fixed costs aren't combined with variable costs in unit price work to avoid adversarial contracting issues. • Field investigative services including potholing, test pits, trenching and sample end -product construction. • Pre -construction planning which is made possible by the APDS system and carries forward throughout each project. • Product submittals during the design phase to facilitate design and help with the preparation of design details. • Website hosting for project documentation including data transfer and archiving. • Critical input for system improvement projects for means, methods, sequencing and material selection. IL PROJECT CONSTRUCTION PHASE (CIPO) Gamey also offers a broad range of services in the construction phase of each project, Each project that Garney has participated in has had its own unique set of circumstances, but throughout each project Garney has provided the following services: • Cost savings proposals for savings identified after the project was negotiated and awarded have consistently been offered to the City on a pass through or on a shared savings basis. • Public relations by our supervisors and crew members have become a part of the day to day routine to minimize the impact of the project on residences, businesses and city streets. • Up-to-date CPM schedule tracking with distributed monthly updates and updates upon request. • Weekly 3-week look ahead schedules projecting the immediate work activities and addressing the coordination of different trades, departments, and municipal/independent utilities. • Supervisors that oversee Gamey's crews have developed a high level of trust with the City and the City's engineering consultants. • Competent and skilled workmen with high quality tools, equipment, and materials that have produced work that exceeds expectations, specifications and industry standards. • Day-to-day coordination with municipal and private utilities, permitting agencies, subcontractors and project personnel. • Extensive Stormwater management experience and knowledge. • Projects that are consistently constructed within contract time and budget criteria. • Timely performance of punchlist work and correction of warranty work items. • Weekly coordination between the City, the City's engineering firm, staff from City Departments, Garney subcontractors and suppliers, and Gamey's crews to facilitate the APDS processes construction phase. • Website hosting for project documentation including submittals, photographs, daily reports. • Crews that are seasoned to overcome the problems associated with system improvement projects. • An atmosphere that is "fun", yet professional and very productive. s The major capital projects that have gone through design and construction under the APDS format have resulted in very valuable relationships between the Owner, Engineer, and Contractor. Each project team is challenged to construct what they helped design, forming a commitment towards the project's ultimate success. The • • Garney PROPOSAL 7089 • AWANCIMG WATER • • Fort Collins Utilities INFRASTRUCTURE PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES DESIGN AND CONSTRUCTION SERVICES CONTRACTOR APDS system has evolved in to a network of resources for each participant that is based on a win -win philosophy. The APDS process in itself represents the true essence of the "Triple Bottom Line" since our design and construction approach is based on economic, social, and environmental success. The cost estimates and alternative evaluations ensure that the most economical means and methods are used. Open houses, public outreach, and interaction during construction, along with project amenities such as colored concrete walls with architectural form liners, trails, and pedestrian bridges are project specific features that benefit our society. The native and non-native seeding and landscaping, maintenance -free Corten handrails, snags for wildlife habitat and other features benefit the environment, while our outstanding stormwater management programs minimize the impact to the environment during the construction phase. Garney has consistently worked with the City and its consultants to design and construct more than $43.5 million of work in a manner that minimized the impact to the public, expedited the construction schedules, and provided the City superior service while maintaining costs within budget parameters to meet common goals of successful project implementation and delivery for the City and their customers. CIPO CONSTRUCTION SEQUENCES AND SCHEDULE To minimize impact to the community and students at Colorado State University it only makes sense to perform the mainline, inlet and lateral, and sanitary sewer work on West Elizabeth Street after the spring semester and to complete the restoration of the sidewalks and asphalt street prior to the start of the fall semester. In order to meet this time -frame the storm sewer installation work on Castlerock Drive must be performed in the early March to mid -May time frame, In an effort to minimize the overall impact of the project and to streamline the pipeline work for crew efficiency and continuity, it is logical to install the sanitary sewer on Glenmoor Drive prior to performing the work on Elizabeth. In fact, if the Glenmoor sanitary sewer work were performed in advance of the mainline work on Castlerock the outside rental of a 60-80 metric ton excavator would be reduced by several weeks. To further define the construction schedule and the sequencing of the project Garvey has prepared a complete construction schedule for the work north of mainline station 33+32 (Avery Park) which is included in the Appendix. The following is a general description of the schedule's logic. The Glenmoor sanitary sewer will be installed in mid -March, and once completed, the areas affected will be restored to their original condition. Restoration would include replacement of Hollywood curb, gutter, and sidewalk on the west side of the street, repair of the asphalt driveways and parking areas serving the apartment complexes, landscape repair and replacement of the island in the parking area west of Glenmoor, and temporary asphalt patching of the street, While the work on Glenmoor is taking place Garvey will take delivery of a 60-80 metric ton excavator on Castlerock and start building trench boxes for mainline construction. The pipe crew will then excavate and remove the plug on the existing 96" pipe, start dewatering operations and set the double stacked trench boxes. Installation of 84" RCP will then proceed to the north and stop short of Elizabeth as not to disrupt traffic while CSU is in session. The pipe will be installed and bedded to springline and the trench will be backfilled and tested to 95% modified proctor requiring significant compaction effort and relatively low moisture contents (10.5-11 % of optimum). The crew will then install Inlets and Laterals A-13 and A-14 while maintaining access and a temporary surface for the residents along Castlerock. Gaffney PROPOSAL 7089 AMMONG WATER City Of PROPOSAL FOR: rF6rt Collins / ~�- Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR As soon as the students complete the spring semester (mid -May) Gamey's crews will be at the intersection of Castlerock and Elizabeth and will begin the installation of the sanitary sewer in Elizabeth which will be followed by the 84" and 78" RCP mainline storm and the installation of Inlets and Laterals A-15, A-16 and A-18. The reconstruction of Castlerock Drive will be performed concurrently with the pipe work in Elizabeth. The City's Engineering Department will mark the Hollywood curb, gutter and sidewalk that needs to be replaced and the flatwork around the inlets, the cross pans at Clearview and Elizabeth will be replaced in conjunction with the new Hollywood curb, gutter and sidewalk. A full road closure will be set up to remove the remaining asphalt and recycled asphalt to subgrade. It is anticipated that Castlerock will require a 10-inch/12% addition of Fly -ash to stabilize the subgrade for the concrete paving. Twenty-four hours after the Fly -ash addition is completed the street will be blue topped and graded for 7-inches of concrete paving. The concrete paving of Castlerock will take place immediately after the subgrade is prepared and proof rolled. It is likely that the majority of this work will take place in two days paving the west side first and then the east side. Concrete paving returns will be provided to the PC's at Clearview Avenue and Clearview court. Twenty to thirty foot long asphalt transitions will then be installed to tie the existing asphalt paving to the new concrete paving on both sides of Castlerock at the Clearview intersection. When the pipeline work is completed on Elizabeth the mainline crew will proceed to work north on Glenmoor with the 78" RCP and the 4' x 9' RCB low profile stretch near West Plum Street and install the Box Base Manhole A-2 at Glenmoor and Plum. After installing the mainline 78" RCP to Inlet A-1 Inlets A-1 and A-2 will be installed and the 4' x 9' RCB will connect the two new inlets. The outlet pipe for the Glenmoor Pond and the water quality structure will be installed to provide an outlet for storm flows prior to the construction of the Glenmoor Pond. As the pipeline work is taking place on Glenmoor, the focus will be on reconstructing Elizabeth prior to the return of the students for the fall semester at CSU. Flatwork at the new inlets will installed at the same time as the crosspan at Elizabeth and Glenmoor is replaced and all damaged Hollywood curb, gutter and sidewalk will be replaced. The street will be subcut from curb to curb to allow for the installation of a 10-inch/12% of _4 Fly -ash, 11.5 inches of Class 6 road base and 7.5 inches of asphalt wearing surface. This work will be performed under the same road closure provided for the pipeline work in Elizabeth. According to our detailed construction schedule, all work on Elizabeth can be accomplished between the middle of May and the first week of August, well in advance of the students returning to C S U . P Street reconstruction on Glenmoor will start takinglace around the time t inlets A-1 and A-2 are being installed. Hollywood curb, gutter and sidewalk removal and replacement will start on the south end and end with the installation of the concrete flatwork at inlets A-1 and A-2. Glenmoor will be excavated to a depth of approximately 11- inches to allow for a 10-inch/12% of Fly -ash, 6 inches of Class 6 road base and 4 inches of asphalt wearing surface. As work is completed on each street, landscaping repair work will be performed to provide sod and/or seed at disturbed residential lawns and any flowerbeds, fences, bushes, shrubs, or tress will be replaced. The construction of Glenmoor pond will begin taking place just prior to the completion of the pipeline work. It is important that any stormwater received by the new pond has an outlet capable of draining the pond, so the construction of Glenmoor pond will take place in August and be completed in October. Q�rney PROPOSAL 7089 PWR -G-M • Fort Collins Utilities INFRASTRUCTURE PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES DESIGN AND CONSTRUCTION SERVICES CONTRACTOR CIPO VALUE ENGINEERING The CIPO project has been in design since mid 2006 and nearly every conversation imaginable has been held regarding the pipe's alignment and the overall design. We believe the current alignment and design will provide excellent results. Based on the depth and diameter of the mainline, reinforced concrete pipe is the material of choice due to its rigidity and economical advantage over composite or spiral welded steel pipe. The inlet banks have been optimized to handle the modeled flows with the appropriate clogging factors as well as the lateral pipe sizing. Our overall view of the current design is that the Value Engineering largely took place during the APDS design process with the design team's input, One variable to consider is that in the past Garvey has evaluated the cost of Class 67 washed rock versus the cost of 3/8" bedding chips and 1" landscape rock, and has been able to recognize significant savings for many capital projects. It is anticipated that Garvey will propose using one of these three aggregates as bedding for the CIPO project based on what is available and most cost effective at the time. Garvey continuously monitors the availability and pricing of various aggregates and has the flexibility to change materials as the markets for these material changes. Prior to construction Garvey proposes that an in depth subgrade analysis be performed on Elizabeth and Glenmoor since stability of the subgrade is almost always an issue during the street reconstruction process. The current directive from the City's Engineering Department is for a fly -ash addition of 12%, 10 inches in depth for both streets, and 7.5 inches of Class 6 road base under 11.5 inches of asphalt for Elizabeth, and 6 inches of road base and 4 inches of asphalt on Glenmoor. Once a complete analysis of the existing subgrade is performed, revised road base and asphalt pavement sections would be engineered that would likely reduce the amount of excavation and haul -off of existing material, and also reduce the thicknesses of road base and asphalt required. Considering the project will require upwards of 6,100 square yards of asphalt to reconstruct Elizabeth and Glenmoor, an engineered street section would result in substantial savings to the City. CIPO INPUT ON VARIOUS FACTORS Garvey has prepared an estimate for the CIPO project which includes all construction north of station 33+32 that is included in the Appendix. The estimate is based on today's cost of materials and services, and is largely based on quotes solicited from major vendors and subcontractors. With our proven track record of success, Garney proposes to perform this work on a cost plus basis and it is our goal to complete this project for approximately 90% of the original cost estimate. The remaining 109/6 represents a prudent amount of conservatism in mainline pipe production, and allows for items such as fly -ash additions to the subgrade prior to paving, flowfill to subgrade for inlets, and allowances for landscape repair and replacement. Although the final phase of CIPO has significant risk, it doesn't represent the same risk as tunneling or excavations that require special shoring. However, there is a certain element of risk associated with any construction activity and Garvey has found that a great way to handle risk is to create an estimate that essentially provides allowances for cost plus work, also known as "Time and Material" work. As the work progresses it is billed against the allowances which virtually eliminates risk to both the City and Garney. By eliminating or minimizing these risks the City ultimately saves money and it also serves as a very effective way to avoid contracting issues and to handle changes in site conditions. Garney PROPOSAL 7089 A-IMG WATER Proiect Design and Construction Phase One of the projects performed under this contract will be to complete the construction of the Canal Importation Ponds and Outfall (CIPO) pipeline. This phase of the proposed project consists of constructing approximately 2000 feet of 60" to 84" RCP stormsewer mainline, with lateral piping and associated inlets, in existing roads in established neighborhoods and excavation of a large detention basin in an empty lot adjacent to an elementary school. Address how your firm would approach the following factors in the construction: ■ Construction sequences and schedules. ■ Value engineering for the most cost effective solutions ■ Input such as cost, ease, of installation, delivery schedule, quality and past experience on materials and products proposed to be used ■ Traffic Control ■ Staffing ■ Subcontractors you would generally use ■ Impact to the public and landowners ■ Safety ■ Partnering ■ Equipment resources and availability Emergency repair Provide a sample detailed cost estimate of a theoretical pipeline repair. ■ Assume the repair is on a 42 inch, pretensioned concrete cylinder pipeline, conveying finished water. ■ Assume eight feet of cover, pipe bedded in granular fill, with ground water a factor. ■. Break is in an asphalt arterial road and must be repaired as soon as possible. ■ Assume a forty foot long section has to be replaced. ■ Address response time, equipment, staff, coordination efforts you would provide, requirements you would have from the City, experience in the construction and repair of similar waterlines. ■ Providing opinions and recommendations on suitable methods and approaches to accomplishing the work. Submit how your firm will provide The resources, manpower, ability, and commitment to provide construction services in a timely and a cost effective manner on an as needed basis. We realize this on -call service is difficult to plan for. The Utility will work in every way possible to provide as much lead time as possible for the contractor to prepare for the work. Emergency repair services are usually extremely critical in nature they must be fixed quickly. Address how you will meet the requirement for 24/7 response. SPECIFIC INFORMATION REQUIRED: 1. General information Name of firm, contact person for this proposal, title, phone number, e-mail address, fax number, street and mailing addresses, any previous names of firm in last 10 years, and date established. List in detail current projects under construction and include owner's name, contract price, City of PROPOSAL FOR: �F6rt Collins Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Garney has firsthand experience with the existing soil conditions, and the depths and diameters of pipe that are specified for the mainline installation. Double stacked 24-foot trench boxes will be used for the majority of the work with a height adaptor at the downstream end of the boxes to accommodate the large diameter conduits. Garvey has a complete inventory of trench boxes that will be used to work around utilities and provide a safe work environment for our crews (see table below). The proposed pipe crew is also very skilled at setting inlets and has set a number of sump inlets with snouts. It is our standard to backfill inlets with flowfill to eliminate the potential for settlement and we have become experts in constructing the relatively new "sweeper sections" at sump inlets and on the upstream ends of sloped inlets. Our crews are capable of "threading the needle" when it comes to installing mainlines and laterals under utilities. Our experience with constructing ponds is extensive and our estimate reflects our understanding of what it takes to perform a mass excavation in a neighborhood with a school crosswalk. We propose to install orange safety fencing with access gates, remove the existing curb and gutter and install a temporary concrete drive pan, a solid tracking pad to eliminate the tracking of material on to the City's streets and to have a full time person at the construction entrance to stop trucks to provide safe pedestrian crossings. Our earthwork subcontractor's truck drivers are specifically trained to cover their loads, drive at safe speeds, and take care with the traveling public. Our haul -off operation often goes unnoticed since the truck drivers are courteous and safe, they don't speed around just to increase production. A proven team of highly skilled subcontractors has been assembled to perform excavation and grading, concrete flatwork, subgrade preparation including fly -ash, concrete paving, asphalt paving, and sprinkler and landscape restoration. Garvey has developed these relationships over the years and our exceptional team is very loyal and dedicated to the City. .; As previously stated, Garvey has also prepared a complete CPM schedule for the project and the overall duration is approximately eight months. Based on the discussions above and the critical timing of the work to be performed in Elizabeth while CSU is not in Spring or Fall sessions, the construction in Elizabeth will take place between the middle of May and the first week of August. The proposed schedule fits nicely with the seasons and will allow us to take advantage of the spring, summer and fall months and still complete all asphalt paving and the seeding of Glenmoor Pond by the end of October. Early in the project's design phase Garney will offer a full spectrum of pipe materials and the costs associated with their procurement and installation for the City's selection. Along with this analysis Garvey will advise the project team of lead times for the preferred materials and provide product literature for the products being considered. The materials specified for the CIPO project are those best suited for this large diameter pipe application and other components such as inlets, inlets sweepers, and laterals. These are the industry standard for storm sewer projects. Gamey's reinforced concrete pipe and box culvert supplier uses state-of-the-art Tylox SuperSeal Pre -Lubricated Gaskets that are far superior to mastic rubber gaskets, 0-ring gaskets, and other conventional concrete pipe gaskets. The Tylox gasket system is standard for all diameters of pipe and is also standard for the reinforced concrete box culverts which eliminate the problems inherent to sealing box culverts. Gamey has developed solid relationships with two precast concrete inlet suppliers that provide excellent products. Their products are often quite technical to accommodate features like the sump portion of the snout inlets, the sweeper sections, and sweeper section blockouts. Our aggregate, flowfill, concrete, and asphalt supplier is also a strong team member that furnishes not only the standard aggregates used for pipe bedding, road base, dewatering, and stabilization rock, non-structural concrete and structural concrete, but they also provide highly technical mix designs that utilize state-of-the-art components such as Chronolia, Agilia and Artevia colored concrete. Garney's concrete crew has constructed a number of structures with Agilia and �rney PROPOSAL 7089 • AMOHG WATER • City of PROPOSAL FOR: Fort CO«111$ uuI.- WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Artevia colored concrete using elaborate form liners and knows the ins -and -outs of what it takes to make a beautiful, structurally sound architectural storm sewer structure. Our crews also understand the formwork pressures and the need to form the top of sloped walls and seal the seams when using Agilia, a very liquid, self -consolidating concrete mix additive. In the past Garvey has identified concerns over work items that represent significant risk. In the spirit of the APDS program, it will always be our duty to identify risk as it pertains to Gamey's work, the work of Gamey's subcontractors, the quality, lifetime, and liabilities associated with the products obtained from Garney's suppliers, and risk that the City or the Engineer, or Garney may incur based upon a given scenario. Garvey proposes to not only identify these risks, but to actively participate in ways to eliminate or share the perceived risks. Garvey recognizes the environmental sensitivity that must be addressed during the construction phase. In advance of construction, Garvey will obtain a CDPH&E Stormwater Discharge Associated with Construction Activities Permit and a CDPH&E Construction Dewatering Industrial Wastewater Discharge Permit. A Stormwater Management Plan (SWMP) will be prepared to address sediment and erosion discharges from the site and to prevent discharges from the site to any adjacent water conveyance facility. Bi-weekly and wet weather inspections will be conducted in accordance with the Stormwater Permit. Construction dewatering will be sampled in accordance with the Dewatering Permit which typically requires weekly sampling and monitoring of turbidity and pH. Dewatering bags and other means of filtration are frequently implemented to protect the water quality of the receiving waters. Garvey is a leader in Stormwater Management practices and routinely prepares, maintains, and administers Stormwater and Construction Dewatering Permits. Garvey uses a system of checks and balances to ensure stormwater compliance by utilizing an outside environmental consultant to perform bi-weekly inspections and performing alternating by -weekly inspections in house. Our environmental consultant advises and aids in providing state of the art BMP's and helps us achieve the highest level of permit compliance. Gamey's current project site has been referred to as the "poster -child" for stormwater compliance and Garvey strives to achieve this without excessive measures or over -interpolation of the CDPH&E regulations. CIPO TRAFFIC CONTROL Garvey has had positive and extensive firsthand experience working with the City's in-house Traffic Control staff and would be pleased to provide a high level of participation in coordinating the construction requirements with the traffic control constraints and resources. If this service is not available for the CIPO project, Garvey will seek the services of a local traffic control firm such as Carnes Service LLC. Garvey will coordinate the construction, in advance with Carnes, and assist them in obtaining approved traffic control plans • through the City's Traffic Operations Department. In the field, Gamey's Superintendent will take an active role to monitor • the services provided by the City's (or Carnes') forces and have the crew assist them with the traffic control devices if necessary. Our experience has been that day-to-day communication is necessary to minimize the disruption to the traveling public and that by doing so, the construction work zone is safer and more productive. • The CIPO project will require a number of traffic control plans as the work progress upstream on residential and arterial streets. Garvey envisions the following three scenarios for the three streets in the construction zone: 1. Castlerock will be closed to through traffic from Oakwood to Elizabeth until the crossing of Clearview is complete. After the mainline pipe crew is completely out of the Castlerock and Clearview intersection temporary asphalt paving will be installed from the existing concrete paving through the intersection. Traffic will then be restricted to L� • Qarney PROPOSAL 7089 • ADVANCING WATER • PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES City, of'. Fort Collins Utilities INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR local traffic east -west -south only until Castlerock is reconstructed. As stretches of the mainline installation are completed along Castlerock recycled asphalt will be installed as a temporary surface and residents will again have access and street parking. Once the pipeline activities are complete and the concrete sidewalks and inlet flatwork are restored, Castlerock will be completely closed from Oakwood to Elizabeth while the street is prepared and paved with concrete. 2. Elizabeth will require a full road closure to perform the work until the street is completely rebuilt and suitable for normal traffic conditions. Glenmoor will remain closed to through traffic between Elizabeth and Plum and then from Elizabeth to the apartment driveways on Glenmoor north of Plum. Once Box Base Manhole A-2 is installed, temporary asphalt paving will be installed at the Glenmoor and Plum intersection and east - west traffic will be provided for local traffic.. As stretches of the mainline installation are completed along Glenmoor recycled asphalt will be installed as a temporary surface and residents will again have access and street parking. Glenmoor will be completely closed between Elizabeth and the apartments north of Plum during the time it takes to prepare and asphalt pave Glenmoor. Garvey crews will work with the individual residents in order to accommodate their day-to-day needs for parking, trash removal, mail, and package delivery, and will address these with them to the greatest extent possible. On past projects Garnet' has provided special access and parking for weekends, and has been very sensitive and accommodating to handicapped citizens by recognizing and providing for their needs. Coordination with the US Postal Service, package delivery services and common carriers will be handled on an as needed basis. Our crews have carried trash containers and trash bags to common collection areas to make it easier on the trash haulers and the residents. Garvey also carries recycle bins to collection areas further advancing the Triple Bottom Line. CIPO STAFFING Garney proposes to staff this project with Program Manager Jeff Moore, Project Engineer Gary Haas, General Superintendent and Pipe Superintendent Rich Trimble and Concrete Foreman Jose (Luis) Barrutia. Jeff and Gary will prepare the final version of the estimate and negotiate the final work order with the City and the independent cost estimator. Jeff will provide an executed work order with Performance and Payment Bonds, and Insurance Certificates, and Jeff and Gary will proceed with writing subcontracts and purchase orders to initiate the construction phase. Jeff and Gary will work with and directly oversee Rich and Luis during the construction phase and coordinate the work with our subcontractors, suppliers, City departments and municipal/private utilities. Our President, Robert Millwee, and Vice President, Wayne O'Brien, are both available at any time to support the project. Section 2 below further defines the staffs roles and includes the resumes and qualifications of the members of Garney's team. CIPO SUBCONTRACTORS Garney will self -perform the majority of the work, including the mainline storm sewer, the storm sewer inlets and laterals, and the sanitary sewer relocations. To support Gamey throughout the project we are proposing the following subcontractors: • Schmidt Earth Builders, Inc. will be responsible for the site preparation and construction of the Glenmoor Pond. • Vogel Concrete, Inc. will perform the concrete flatwork associated with type 13 inlets and inlet sweepers, crosspans and Hollywood curb, gutter and sidewalk. Gainey PROPOSAL 7089 ADVANCING WATER 10 City of ' PROPOSAL FOR: Ft Collins Utilities . WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR • Lafarge North America will excavate the remaining asphalt and cut the streets to subgrade. Lafarge will also amend the existing soil with fly -ash, re -compact the subgrade, install road base, and place the concrete and asphalt wearing surfaces. • Belmire Sprinkler & Landscaping, Inc. will repair and replace landscape that is damaged during construction. CIPO IMPACT TO THE PUBLIC AND LANDOWNERS Garvey recognizes that the success of a project is frequently measured by how much or how little the project's impact has on the public and adjacent landowners. Prior to start of construction the CIPO team will host an Open House for the citizens in the immediate area. Garvey will participate in the Open House by staffing a station and answering construction related questions that are asked. Photographs that are representative of the impact construction will have to the area will be displayed so residents can visualize the magnitude of the project. Gamey's crew and supervisors have had extensive experience in the last 10 years working directly with the public while performing capital improvement projects. Our crews are well liked and have been there to lend a hand at times to facilitate someone's special interest. Garney has benefited from establishing these relationships with the local community and understands that people are inconvenienced by the construction activities, but they typically work with us when they are treated with respect. CIPO SAFETY Safety is priority one at Garvey and our EMIR of 0.63 speaks for itself. We employ a Safety Controller, Monte Adams, who manages our safety plan and leads our ongoing training efforts. We prepare project specific safety plans, conduct weekly site safety audits and hold weekly tool box talks for our crews. Monte will visit the project regularly to oversee the project audits and to keep our forces trained on the latest safety requirements. Our project specific safety plan includes a plan of action for emergencies, maps, and telephone numbers for our workman's compensation urgent care facility and the local PVH emergency room. Our staff and our hourly employees are trained for First Aid/CPR and receive annual training for the following OSHA programs: • Trenching and Excavation • Forklifts • Fall Protection • Confined Spaces • Ladders and Scaffolding • Air Monitoring • • Crane Safety and Rigging • Personal Protective Equipment • Fire Protection/Prevention • Haz Com • Lock Out and Tag Out • Oxygen and Acetylene • Power Actuated Tools • Power Hand Tools • Reparatory Protection • Signs and Signals • Garvey provides well trained and seasoned employees that will work efficiently and safely on the CIPO project and any other project we are awarded. CIPO PARTNERING • The heart of the APDS system is based on partnering and Garvey has taken a proactive role to further partnering efforts on each project we have performed. Garvey will work closely with the City's Senior Project Manager and Ayres Associates throughout the Construction Phases to ensure that the meetings and day-to-day interaction are accomplished in a positive • and productive environment. Garvey PROPOSAL 7089 . ADVANCING WATER 11 • City of PROPOSAL FOR: Fort Collins U116-.s WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR The staff Garvey has committed to the CIPO Project brings a wealth of partnering experience to the project team. Each member of Gamey's proposed staff have attended several partnering sessions; internal to the company and project specific to the City. The project team members are not bound by their traditional roles of exclusively representing the Owner, the Engineer, or the Contractor. This allows them, as a team, to make the decisions that are right for the project. In the process the team becomes committed to these decisions rather than resisting them to protect their employers interest. The team's buy -in provides the motivation to take action and make the decisions become reality. CIPO EQUIPMENT RESOURCES AND AVAILABILITY Garvey has a large inventory of trench boxes and spreaders that are committed to the City's work program. Excavators and loaders are frequently exchanged between projects to meet size requirements and to balance the workload between projects. In addition to company owned equipment, Garvey supervisors have the authority to rent what is required for the project and are expected to do so if company equipment is not available or practical to serve the project's need. The CIPO project will warrant the following pieces of equipment for the storm sewer installation: • One 60-80 metric ton Hydraulic Excavator with a 4-5 cubic yard bucket • One 45 metric ton Hydraulic Excavator with bucket and compaction wheel (for storm & sanitary sewer) • One 30 metric ton Hydraulic Excavator with bucket and compaction wheel (for sanitary sewer) • One 3-5 cubic yard Wheel Loader • One 35,000 pound All -Terrain Lift Truck (forklift) • One Backhoe Loader (tractor) • Two 10' x 24' Trench Boxes with spreaders and a height adaptor • Two 10' x 16' Trench Boxes with spreaders and a height adaptor • Other Trench Boxes as required • Two 25 KW Generators 0 2 & 3 inch Submersible Pumps & Hoses • One Tool Van • One Supervisor's Pickup • • One Job Pickup ® With the exception of the 60-80 ton hydraulic excavator, all of the equipment above is used on a day-to-day basis by our proposed pipe crew. Garvey has 60-80 ton excavators in various parts of the country and will try to utilize one if there is • one available at the time it is needed to offer the City a more competitive internal rate. If one must be leased, Garvey has a national account with Caterpillar and John Deere and will negotiate a 5-6 month lease that will be substantially better than typical short term rental rates. Construction of the Glenmoor Pond will require the following pieces of equipment: • One 45-55 metric ton Hydraulic Excavator 0 • One excavator with a 3-4 cubic yard bucket • • Eight highway trucks with side dump, end dump or belly dump trailers • One Motor Grader (road grader/blade) Carney PROPOSAL 7089 1 /� • ADVANCING WATER • ` 0 City of PROPOSAL FOR: F" 6rt Collins Utilities . . WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR • One medium size Track -type Tractor (bulldozer) • One 3-5 cubic yard Wheel Loader • One grading tractor • One water truck Section 3 of this III. EMERGENCY REPAIR Garvey has a tremendous amount of experience with buried pipe of all diameters and materials of construction. Pretensioned concrete cylinder pipe (PCCP) requires technical skills and knowledge, both of which Garvey has. A major waterline break is a tremendous problem for the City's water system and Gamey understands how critical a successful and timely repair is. Gamey crews and equipment are here to serve 24/7 and you will be pleased how smooth the repair will be under the circumstances. EMERGENCY REPAIR DETAILED COST ESTIMATE AND ASSUMPTIONS Garvey has prepared an estimate to remove the failed portion of the 42" pretensioned concrete cylinder pipe and replace it with steel pipe and fabricated PCCP adaptors furnished by the City (see Appendix). The following assumptions were made while preparing the estimate: • City Traffic Control is not available to perform the road closure during the repair. • The subgrade is saturated and not suitable for backfill material, • The 12 foot excavation will have to be sloped on a 1.5 to 1 and utilities will need to be supported with steel beams. • Flowfill will be used to backfill the excavation. • Potable and groundwater will be discharged to a ditch, storm sewer, or other means of conveyance from the site within 300 feet of the work zone. • The City will provide fabricated 42" steel and pipe adaptors to perform the repair. • Damage to the street will include some damage to curb, gutter, and sidewalk. • The work is proposed to be performed on a cost plus basis with allowances estimated for items that may vary substantially in quantity and/or overall cost. Carney PROPOSAL 7089 ADVANCING WATER 13 City of .... . PROPOSAL FOR: Fort Collins UIIIIZs WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR EMERGENCY REPAIR DETAILS FOR OURACTION PLAN Garvey will provide a 24/7 response and will rely on its supervisors who live in northern Colorado to respond to this emergency. Our response time will be approximately one hour to access the scene and determine what manpower and equipment will be necessary to perform the repair. At this time an address will be given to the site for material deliveries and to coordinate utility locates. A request for emergency locates will be made to the Utility Notification Center of Colorado, and a staff member will determine the limits of the excavation and meet the utility locators to make sure the locates are adequate. A log of the utility locates will be kept and checked back to the locate ticket to make sure all the utility companies and agencies have marked their lines. Gamey's Program Manager, Jeff Moore, will meet with the City's Special Projects Manager assigned to the repair and will stay in near constant contact until the repair is complete and the street is reopened for traffic. During initial contact it will be determined if the City's Traffic Control forces can be used and if unavailable, Jeff will contact a traffic control subcontractor and make arrangements for all traffic to be diverted around the site. At this time the jurisdictional owner(s) of the street, CDOT, Larimer County, and/or the City will be contacted by the City's Special Projects Manager and any permitting or special arrangements will be made. Depending on the location of the waterline break it may be possible to build a shoe -fly adequate enough for one lane traffic in each direction. If that is possible, our earthwork subcontractor will be brought in so Gamey's crews can focus on the waterline repair. Our assumption is that there is no room to build a shoe -fly in this scenario and that traffic must be diverted around the work zone. Simultaneously, our crews will be notified of the repair and given the address of the site. We anticipate they will be able to respond within a two hour time frame and they will be prepared to work 12 hour shifts. A backup crew will be notified to work an alternating 12 hour shift until the repair is complete. Garvey will provide lodging and subsistence to each crew so they can focus on the repair and have adequate time to rest between shifts. Gamey will also provide meals and sanitary facilities during each of the work shifts to maintain a continuous effort to repair the waterline. Garvey generally has a 45 metric ton hydraulic excavator and a 3 cubic yard wheel loader in the Fort Collins area and will make arrangements to have a lowboy transport truck haul the excavator to the site while the loader is being driven to the site. If these two major pieces of equipment are not available, Carney will make arrangements to rent similar machines from our earthwork subcontractor and/or dealers in the Northern Colorado area. The crew will mobilize the tool van, a job pickup, generators, and a pump storage trailer with 2-4" submersibles and discharge hoses to the site. Garney's Project Engineer, Gary Haas, will notify key suppliers and subcontractors so that their services are on -call and available after hours. Garney will arrive at the site and mitigate surface flows from the leak and install BMP's to protect the surrounding area from scouring and sediment discharge. Garney's General Superintendent, Rich Trimble, will work with the City's water crews to help isolate the section of line that is damaged. Once valves are closed, lock out/tag out devices will be installed and periodically checked to ensure that the work is performed safely inside the pipe. Garvey will rely on the City's expertise to close valves and isolate the segment of line to minimize the effects to the City's water system and to the water districts that also interconnect to the City's system. After receiving the excavator and the utility locates, Gamey's crew will excavate and expose the pipe and a sump will be dug on the side of the pipe leaking water. Submersible pumps discharging in to filtration bags will be used to control the mixture of groundwater and potable water while the pipe is being exposed. A 24 inch slotted HDPE or PVC section of ® Carney PROPOSAL 7089 ACING WATER 14 • City of PROPOSAL FOR: Fort CO«Ins WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR pipe will be installed with a large rock sump to help prevent the fines from migrating and to keep the discharge as clean as possible. Garney's backup crew will arrive at the site and continue to alternate with the original crew on a 12 hour shift schedule. The original crew will take a break and get rested for the next 12 hour shift. Gamey's backup crew will be our Pipe Superintendent Gil Duran and crew who installed a large amount of the PCCP in Fort Collins in the 1980's. A 24 inch square coupon will be cut out of the top of the 42" PCCP line so that an 8 inch trailer mounted pump suction line can be inserted in the water main. The 8 inch pump will greatly reduce the amount of time it would take to evacuate the waterline and submersible pumps will handle the water leaking from the pipe as well as the groundwater. While draining the line Gamey will work with the City's water crews to ensure that air valves are adequate and working to prevent further damage. As the pipe is being dewatered the crew will find the nearest joint and continue exposing pipe on the other side of the leak until the 40 foot joint plus 5 feet of additional pipe on each end of the joint is exposed to springline. The two exposed pipe joints will be completely exposed and these deeper portions of the excavation will be supported by trench boxes. Additional sumps and pumps will be required and installed to handle the groundwater while the excavation is being performed. The saturated soils removed from the pipe excavation will be hauled off by tandems to the nearest site identified by Jeff Moore and the City's Special Projects Manager. Once the pipe has been drained each end of the damaged joint will be sawcut and demolished with extreme care not to damage the PCCP bell or PCCP spigot of the adjacent pipes. Deeper sumps will be installed at each joint to draw the groundwater down below the flowline of the pipe. In the process of installing the deep sumps the joints will be completely cleaned to prevent contamination of the line. Once the ends are removed the pipe will be cut again in the middle and both pieces will then be lifted out of the excavation by the excavator. The crew will then clean out the pipe trench and install bedding for the replacement pipe and then install the replacement pipe and fit up the steel by Camegie joint adaptors. Gamey's welding subcontractor will weld the interior and exterior of the buildup rings and butt straps while the pipe crew provides ventilation and monitors the welder's safety and other needs. The welders will concentrate on the PCCP bell end joint so the internal polyurethane lining and exterior polyurethane coating can take place immediately after the welding is complete. The bell end build up ring joint welds will be air tested to 150 psi for a minimum of one hour through a tap on the interior of the buildup ring, and then the tap will be welded shut and ground flush with the pipe. The PCCP spigot end butt strap joint will be welded and tested through taps on each side of the butt joint's exterior and the polyurethane interior lining will be repaired and the exterior coating will be applied. The center joining butt strap will then be welded inside and out, and tested, then lined and coated with polyurethane. Given the amount of welding that is required inside of a 42" waterline it will be impractical to have more than one welder working inside of the pipe due to the amount of fumes generated and the limited amount of air that can be moved through a 24 inch access hatch. The second welder will concentrate on the exterior welds an alternate welding inside the pipe as necessary and a third welder may be brought in to assist and to offer alternating breaks for the other two welders. Trench boxes will be set at each of the three welding locations to support the additional depth of the bell holes providing a safe working trench for the welder on the outside of the pipe. After the interior and exterior polyurethane protective systems have cured (3-4 hours) the pipe will be cleaned out and disinfected with a 5% solution of Sodium Hypochlorite (bleach) and the access hatch will be sealed and coated. The steel pipe's coating will be checked again for nicks and damage, and repaired prior to the pipe being bedded to springline while iarney PROPOSAL 7089 ADVANCING WATER 15 City of PROPOSAL FOR: F`� t Collins Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR leaving the three joints exposed for visual testing. After the access hatch's blind flange is installed the lock-out/tag-out devices will be removed for the City water crews to start loading the line and blowing off the line at the fire hydrants downstream of the repair. The line will be monitored for leaks while it is being filled and for a minimum of one hour once the line is under normal system pressure. After the visual test is completed the new section will be bedded with squeegee and the bedding will be vibrated with concrete vibrators and jetted with water from a ground water sump or water truck. The bedding will placed to a depth of 12 inches over the pipe and grade beams for the access manhole will be installed parallel to the pipe. On top of the grade beams a 48 inch eccentric manhole will be constructed with a "water" ring and cover. Flowfill will then be used to backfill the excavation as the sumps are abandoned and the existing utility supports are removed. At the time the excavation is backfilled Gamey's crew and equipment will begin to demobilize. This will result in a repair that likely lasted nine 12 hour shifts or approximately 4-1/2 days, Three travel lanes (one in one direction and two in the other) will be created with a temporary asphalt patch and two-way traffic will be allowed through the work zone while damaged flatwork on each side of the street is being replaced. Traffic will then be shifted to the side of the road with two temporary lanes while the other side of the road is excavated and a permanent 10 inch asphalt patch is installed. Once the patch has had time to cool and is safe from rutting the traffic will be switched to the other side of the street and the remainder of the permanent asphalt patch will be installed. The City is best positioned to provide temporary and permanent lane striping and once striped traffic will return to normal. In addition to the water crew's support, Garvey requests that the City's Special Projects Manager handle communications with local businesses and residents, the water treatment plant, other City Departments including fire and law enforcement personnel, and handle any permitting for CDOT, Larimer County and the City. The City's Special Projects Manager should also coordinate with the four water districts that may be impacted by how the system is fed, aid in providing as -built records and shop drawings and installation instructions for the PCCP repair, and coordinate with other utility owners and agencies so that Garvey staff can focus on the repair. Garvey will assist in loading and unloading the PCCP repair materials, but may request the City's assistance in hauling the components to the site. Garvey has an extensive history of installing and repairing PCCP transmission lines and offers the following projects as examples of repairs and modifications it has performed in the past: The Standley Lake Pipeline Rehabilitation Project Phases I and II included removing two sections of 48" PCCP and replacing them with steel pipe and adaptors for the Carnegie joints. Rich Trimble worked closely with the City of Northglenn, the City of Thornton (Jerry Dye, 303.538.7493) and Integra Engineering (Randy Parks, 303.825.1802) to perform the repair work. 2. Garvey performed a series of 10 tendon repairs on a 108" PCCP line on the Windy Gap project for the Northern Colorado Water Conservancy District in the fall of 2004 (Jeff Drager, 970.532.7700). The project's duration was five months and the engineer was Integra Engineering (Randy Parks, 303.825.1802). 3. In 2006 and 2007, Garvey modified an existing 42" PCCP line for the West Loop Meter Vault project in Kansas, KS for the Board of Public Utilities (Duward Johnson, 913.573.9270) that was designed by Black & Veatch (Andrew Hanson, 913.458.3417). The project included the removal of a 42" section of pipe and the installation of a 36"flow meter and two 36" electrically operated butterfly valves to accommodate the new meter vault. qarney PROPOSAL 7089 ADVANCING WATER 16 City of PROPOSAL FOR: Fort Collins Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR 4. The City of Kansas City, MO contacted Gamey to repair a joint of 78" PCCP raw water intake under a highway at a river intake in 2001 (Andy Shively, 816.513.0304). 5. A 36" PCCP water main in the City of Kansas City, MO was ruptured in 2002 by a directional boring machine and Garvey was called to remove a 20 foot section and repair it with 36" DIP and PCCP x DIP transition couplings (Charlie Crowder, 703.698,5600). 6. In 2007 Garvey was contacted by Bay County, FL to repair a 48" PCCP line that ruptured in a highway intersection. Garvey mobilized a crew within six hours, worked around the clock, and the repair was completed in four days (Mike Anderson, 850.872.4298). 7. In 2002 a 24" PCCP sanitary force in Merritt Island, FL main needed repair and Garvey was contracted to install a 20 foot replacement section for Brevard County Water Resources. Garvey has also installed thousands of feet of PCCP in many different states across the country. The following is a brief listing that highlights our extensive PCCP installation experience since 2001: • 30,400 lineal feet of 54" PCCP Corpus Cristi, TX, 2003 • 72,750 lineal feet of 48" PCCP, Bentonville, AR, 2007 • 13,000 lineal feet of 54" PCCP, Cocoa, FL, 2004 • 15,750 lineal feet of 48" PCCP & 10,250 lineal feet of 36" PCCP, Kansas City, KS, 2007 • 19,600 lineal feet of 42" PCCP, 10,000 lineal feet of 36" PCCP & 4,000 lineal feet of 30" PCCP, Bartlesville, OK, 2005 • 15,000 lineal feet of 54" PCCP, Cocoa, FL, 2003 • 17,200 lineal feet of 36" PCCP, Fort Smith, AR, 2004 • 6,400 lineal feet of 36" PCCP & 9,410 lineal feet of 30" PCCP, Overland Park, KS, 2006 • 10.400 lineal feet of 60" PCCP, Lowell, AR, 2004 • 77,000 lineal feet of 30" PCCP, Amarillo, TX, 2006 • 13,560 lineal feet of 36" PCCP, Broken Bow, OK, 2005 • 49,300 lineal feet of 30" PCCP, Kansas City, MO, 2001 • 7,145 lineal feet of 36" PCCP, City of Columbia, MO, 2008 • 16,000 lineal feet of 24" PCCP, Tulsa, OK, 2009 • 530 lineal feet of 120" PCCP & 530 lineal feet of 96" PCCP, Underwood, ND, 2008 • 6,600 lineal feet of 48" PCCP, Lincoln, NE, 2003 • 1,020 lineal feet of 120" PCCP, St. Mary's, KS, 2008 EMERGENCY REPAIR OPINIONS AND RECOMMENDATIONS In our analysis of the critical nature of this kind of repair we have identified several potential issues and offer the following opinions and recommendations: • Extreme caution needs to be taken while draining and filling the waterline by monitoring the air valves and the rate of dewatering and filling to prevent further damaging the waterline. • The bedding should be field tested to ensure the density is 68% of relative density to ensure the steel pipe has adequate support under the haunches and does not egg shape when backfilled. • Personnel and equipment access points for all of the City's transmission and distribution lines should be identified in advance to minimize confusion if the emergency repair were not in a City street, but in an open field with private landowners to deal with. Names and telephone numbers for property owners should be tied to each access point's address and available to the City's Special Projects Manager. Carney PROPOSAL 7089 ADVANCING WATER 17 percent complete, scheduled completion date and brief description of the work. Due to the complexity of possible projects, the commitment of key staff to manage the work is critical to the City of Ft. Collins Utilities. 2. Key project staffing Submit the management staff that you would propose to be the normal and chief contacts with City staff. ■ An organization chart of project management with names. ■ An organizational chart of all management with names that will be involved in the project(s) including subcontractors. ■ Job descriptions of key positions (i.e. project manager, project superintendent(s), onsite project manager, project engineer, cost estimator, others as appropriate). ■ Detailed resumes of individuals proposed to fill key positions with past project experience. ■ Define who will negotiate contracts and cost issues. 3. General company resources List of appropriate equipment available for use such as excavator(s), loaders, compaction equipment, pumps for ground water, trench boxes, dump trucks, etc. 4. Project experience_ Provide brief summary of similar construction project work performed by the firm in the last five (5) years. The experience highlighted should reflect large scale utility projects both in pipe size as well as contract size. Highlight participation by key staff proposed for this RFP. Detail any experience with trenchless technologies, including tunneling, boring, pipebursting, sliplining or other alternative methods of pipeline rehabilitation. Provide both an owner reference and consulting engineer reference for cited projects. 5. Partnering experience Describe any experience by the firm or key staff with similar owner/engineer/contractor teams. Describe the firm's experience in Partnering, both formal and informal. Highlight any Partnering experience by key staff proposed for this project. Provide references for cited experience. Address in this section all projects completed in the last five years on a negotiated contract basis and give details and references. 6. Safety record Provide the firm's OSHA reportable accident rate and current worker's compensation insurance multiplier for the last 3 years. Address your company's safety program and any additional information that would be useful in showing your approach to a safe work site. Unsafe conditions with respect to the public, owner, engineer, and contractor are not an option. 7. Subcontractors Based on the description of the work in this request, describe subcontractors that you have working relationships with that might be used on these projects. 8. Construction cost factors Establish in detail the factors which will be used in determining the final prices of work on time City of PROPOSAL FOR: Fort Collins Utilities WATER, WASTEWATER, &_ STOR_MWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR • A complete emergency repair plan that is compatible with FEMA's National Incident Management System (NIMS) should be prepared for the City's inventory of water transmission and distribution lines. EMERGENCY REPAIR RESOURCES, MANPOWER & COMMITMENT Garvey will work with the City and the City's Engineer, Stantec, to completely develop an emergency repair response plan that is compatible with and modeled after FEMA's NIMS. Several flowcharts will be developed to address the roles and responsibilities of each team member and to streamline the repair response. Checklists and sign off sheets will be developed for each person's role, and each person will have a backup person to take their place if they are absent or unavailable. Rehearsals will be conducted to simulate real time emergency response to a utility failure. After an actual emergency repair takes place, a debriefing will be held to take advantage of lessons learned and the response plan will be amended accordingly. As a means of making initial contact, Garvey proposes cell phones and home telephone numbers be distributed for each of our key staff in Northern Colorado. The names and numbers will also include backups to the key positions noted above and may include other Garvey staff that normally perform concrete and mechanical work, but are equally qualified to represent Garvey in an emergency. A complete network of Garvey staff will be developed in the emergency response plan. Our crews are committed to act in a timely manner and are provided late model equipment, and they are well tooled and trained to perform an emergency repair. Pipe Superintendents Rich Trimble and Gil Duran have a wealth of combined experience with PCCP and we can also draw on our home office resources that include Matt Foster, Steve McCandless, and a number of other seasoned PCCP Managers and Superintendents. IV. UNDERSTANDING/SUPPORT OF THE CITY'S APDS PROCUREMENT SYSTEM We understand that working under APDS is not a quick and easy process that magically makes things go smoothly and makes all the problems vanish, as you know, it is quite the opposite. The APDS requires a totally different commitment and a lot harder work throughout the design and construction phases that results in superior products for the City. In an atmosphere of total trust, the Owner, Engineer, and Contractor work together as a team to design cost effective, environmentally and socially beneficial projects. The design team members are also the construction team members and each member has a complete understanding of the decisions made in design and construction phases. By forming this team in the design phase and challenging each other to design better projects, the value engineering process takes place automatically. So when a project design is complete there are virtually no viable alternatives left to consider. Garvey has worked with the City in the past to help facilitate the independent cost estimating process. To overcome problems from the past we will develop detailed bid schedule that defines the work and have a kick-off meeting with the independent cost estimator (ICE) to talk in depth about the project. The kick-off meeting has proven to be very successful and greatly helps the ICE come up to speed. It is a means of conveying months of learned knowledge from the design phase to the ICE and it helps convey the assumptions, the means and methods, the equipment and manpower needs, and other very useful information so the apples to apples comparisons can be made. Carney PROPOSAL 7089 ADVANCING WATER 18 City of PROPOSAL FOR: Frt Collins Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Garvey solicits and then sends material and subcontract quotes to the ICE and creates allowances for items that are not well enough defined to estimate. Garney also facilitates the independent cost estimate negotiations with a large screen projector and a sophisticated spreadsheet that was developed by the City and further refined by Garvey. The spreadsheet shows the difference in both dollars and percent, and has formulas to sort the differences by various dollar amounts. It is very effective in getting to the bottom line of what the differences are between the estimates and it prevents wasting valuable team time getting hung up on items that are small in quantity and dollar amount. By taking the extra time to prepare in-depth and comprehensive bid schedules and having the kick-off meeting with the ICE we have found that we usually aren't far from the 5% allowable difference between Gamey's estimate and the independent cost estimate. The extra effort also pays off during the negotiations since a well defined scope and understanding usually results in close cost estimates and usually there are very few items that require significant negotiation. The independent comparison also allows us to revisit and rethink items that are not only high, but may be too low. The discussions are invaluable and often lead to adjustments in both estimates to offer the right pricing to the City. The APDS system also creates a pool of resources from which to draw from in an unrestricted, team approach manner information is open -book and shared in an environment of trust. No single entity has a problem since problems identified in design or construction are problems for the project team and they are resolved by the project team in the most fair and equitable manner possible. Decisions are based on what is best for the project, not necessarily for the Owner, Engineer, or Contractor and they are made collectively with each members buy in. Our vision for the work program is in line with the City's goals for the next five years that will include more system improvement projects, small and large capital projects, and trenchless and pipeline rehabilitation projects. System improvement work, in particular, has brought new team members to the APDS based projects and it is important that the City have a contractor who will lead by example to help the new members understand and function well in the APDS process. One of our greatest proven strengths is to handle very large storm sewer projects like the upcoming NECCO project and the Magnolia Street Stormwater Outfall Project. Our knowledge of APDS and experience will bring great added value to these very technical and challenging projects. 1. GENERAL INFORMATION All • Garney Companies, Inc. Contact: Jeff Moore, Senior Project Manager/Program Manager Cell: 970.217.1934 Email: jmoore@garney.com Fax: 970.232.1839 Street Address: 1809 Longworth, Fort Collins, CO 80526 ® Main Office: 10822 West Toller Drive, Ste 100, Littleton, CO 80127 • Firms History: Garvey purchased Grimm Construction in 2001. Garvey is a wholly owned subsidiary of Garvey Holding Company. Date Established: 12/61 • Gaffney PROPOSAL 7089 • AD -LING WATER 19 • City of PROPOSAL FOR: Fort Collins Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Garvey has various projects underway with the City's Utilities Department and the following projects are cited as examples of work we do to compliment the City's System Improvement Program and of two large capital projects in the Fort Collins area. CIPO WO #8 - Miscellaneous Construction Activities Contract Value: $292,954.40 Percent Complete: 83% Scheduled Completion Date:12/29/09 Trail and access road construction, two elaborate boardwalks/outdoor classrooms, natural resource fencing and gates, mowing and weed control, a meter vault and backflow preventer for a large industrial irrigation system, concrete flatwork, sanitary sewer realignment, erosion control and erosion control blanketing. CIPO WO #12 - Red Fox & Kane Landscaping Contract Value: $292,004.00 Percent Complete: 0% Scheduled Completion Date: 05/14/10 An elaborate drip irrigation system for two stormwater detention ponds, 334 deciduous trees, 29 coniferous trees, 1,172 shrubs, beaver protection for trees, wetland seeding, native transition and upland seeding, and a pedestrian bridge with abutments and landscaping. North East Water Transmission Line (42" NEWT) Contract Value: $6,047,481 Percent Complete: 20% Scheduled Completion Date: 12/31/10 24,000 lineal feet of 42" DIP with extensive dewatering, a horizontal bore under College Avenue, a bore under the Union Pacific Railroad tracks and a crossing of the Cache La Poudre River CIPO WO #10 - Site Armament & Punchlist Work Contract Value: $199,782.00 Percent Complete: 62% Scheduled Completion Date: 12/29/09 Cover crop seeding, turf reinforcement matting, a low water crossing bridge, landscaping, a sidespill weir scour pan, low flow channel grade control structures and a low water crossing, and punchlist work for work orders #1-7. Stover Street Utility Realignment Contract Value: $587,295.35 Percent Complete: 70% Scheduled Completion Date: 12/30/09 Sanitary sewer, waterline and storm sewer improvements, and street reconstruction. The staff that oversees the projects is committed full time to the City's Water, Wastewater and Stormwater Utility Infrastructure Design/Construction Contractor work program. Specific information about each of Gamey's staff is provided in the following section. 2. KEY PROJECT STAFFING Garney's proposed project organization is designed to achieve all project objectives stated in the RFP by providing • qualified personnel and establishing clear levels of authority and accountability to the City. We commit to the City our "best -in -class" personnel that have a proven record of partnering with the City to deliver a quality project efficiently, safely and successfully. • �rney PROPOSAL 7089 • ADVANCING WATER 20 City of PROPOSAL FOR: F" 6rt Coltht Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR PROJECT MANAGEMENT ORGANIZATION CHART PROJECT ORGANIZATION CHART Gamey PROPOSAL 7089 /1 A-CING WATER � PROPOSAL FOR: Fort Of ueraes WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR This organization chart represents our overall proposed project team. We have streamlined the team, while maintaining appropriate spans of control and providing continuity through all phases of the work. Our organization provides clear lines of communication and accountability between our team, the City, and the Engineer through Jeff Moore supported by Wayne O'Brien. This structure has proven to be successful on recent City projects and ensures that each of our team members is responsible for their specific elements of the project. Virtually all project functions will be performed at the field office located in Fort Collins. With the exception of the Principal - in -Charge and cost estimating support, all other key positions are staffed on -site, As a result, we are able to provide an organization chart showing the staff names of who will work hand -in -hand with the City and Engineer to deliver the project(s). We have included resumes for the team in the Appendix. JOB DESCRIPTIONS OF KEY POSITIONS Wayne O'Brien, Principal -in -Charge Wayne's history with the organization spans over 10 years and he was personally involved with several of the early APDS stormwater projects with the City. Wayne is an extremely hard working and creative individual that can oversee the entire Western Region Division of Garney while still managing the day-to-day duties of a well grounded construction organization. He is a very likeable, trustworthy person that sees the big picture, yet digs right in to the details. Wayne has a very broad construction background and knows how to support each of us on a personal level. Wayne is responsible for overseeing Jeff Moore and ultimately, all aspects of Gamey's service to the City. He also represents Garvey, as necessary, in work order negotiations and will accept the annual renewals of the Master Contract. Most importantly, Wayne will continue to ensure that the City receives the highest degree of corporate commitment from Garvey. His principal duties are: • Select and assign qualified staff, delegate responsibility and authority to assigned staff, and monitor working relationships within the City, Engineer, and Gamey's project team. • Ensure that the project staff is adequately supported with additional personnel and equipment. • Be on -call on an as -needed basis to meet with the City for any reason. During the various phases of the project, Wayne will also: • Meet with the City to determine the work program and project specific goals. • Be available to attend design and construction meetings upon request. • Fully support the APDS process. • Require staff compliance with company policies and procedures. • Provide overall direction to Garney's project team. Jeff Moore, Program Manager As previously mentioned, Jeff has overseen the City's work program for more than 10 years. He is a self motivated, high • energy person that enjoys people and mixing laughter with business. Jeff has established relationships in the Fort Collins area and is regarded as a person that follows up and the one who actively maintains relationships. With the help of his Big Green Egg, Jeff has brought many delicious treats to the design and construction meetings including "Spam Ka-bob's", Pork Footballs and ABT's (Atomic Buffalo Turtles). Jeff was raised and educated in Fort Collins and has a true love for the • community and its uniqueness. Jeff will be under the general supervision of Wayne, and will supervise the City's work program, provide design assistance • and construction phase services out of an office based in Fort Collins. He has the authority for independent action and to • Gaffney PROPOSAL 7089 • ADVANCING WATER 22 • Cifty o PROPOSAL FOR: 'Fort Collins �utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR exercise his judgment within his assigned responsibilities. During the design and construction phases of the project Jeffs responsibilities will include: • Participation in all design meetings and constructability reviews. • Maintain the ongoing APDS based relationship between the City, Engineer, and Gamey. • Lead ongoing value engineering efforts throughout the design and construction phases. • Provide and maintain overall construction schedules during the design and construction phases. • Act as Gamey's head representative in dealing with: ■ City and Engineer representatives ■ Vendors and subcontractors ■ The general public • Work with the City staff to develop the scope of work orders. • Maintain project cost control systems and provide updated information to the City upon request. • Control project costs by establishing and monitoring appropriate controls. • Establish and maintain effective project -wide communication through distribution of reports, correspondence and personal contact. • Report all safety -related issues, statistics, and incidents to the Principal -in -Charge. • Prepare the cost estimates and to evaluate potential value engineering items and design alternatives. • Estimate the cost of any change orders to the contract. • Offer insight into market conditions that could affect the construction cost or construction schedule. • Ensure Stormwater Permit (SMWP) maintenance and compliance. • Attend progress meetings in construction phases. Gary Haas, Project Engineer and QAIQC Gary, too, was raised and educated in Fort Collins and he is also very much a people person. Gary is an exceptionally organized guy who could multi -task with the best. He is very motivated and responsible, and strives to take on more each day. Gary's office is the meeting place each morning to get caught up on what is going on in the world of sports. Gary is a perfect fit and has worked under the City's APDS format for more than five years now five years. Gary supports and assists Jeff in the management and administration of all aspects of the project's field operation. Gary's specific responsibilities include: • Preparing subcontracts and purchase orders. • Preparing and processing all submittals and shop drawings. • Expediting critical submittals from vendors and subcontractors, • Preparing submittal and shop drawing logs, contract drawing and contract specification logs. • Distributing revised shop drawings and contract documents to the appropriate subcontractors, vendors and project team members. Carney wDVANCING WATER PROPOSAL 7089 23 City of PROPOSAL FOR: J �F6rt Collins Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR • Monitoring construction performance for conformance to construction documents. • Identifying portions of the project that can be accelerated. • Coordinating engineering details, material acquisitions, material selections and other communications between vendors, subcontractors and crews. • Calling for utility locates when starting a new scope of work. • Daily scheduling for the delivery of construction materials, tools, and equipment. • Coordinating and monitoring the various steps in the project's construction and making daily observations of the job progress. • Overseeing the development and updates of the site specific safety plan and maintaining safety records. • Day-to-day coordination with field supervisors and crews. • Preparation and maintenance of 3-Week-Look-Ahead schedules, • Preparation of pay requests. • Ensuring Stormwater Permit (SMWP) maintenance and compliance. • Attending progress meetings. • Maintaining the web based Sharepoint project database. Rich Trimble, General Superintendent and Pipe Superintendent Rich is not your typical rough and tough Superintendent, rather he is a very personable and likeable guy. Rich is very much a family man who knows the line between work and home life. Rich is also self motivated and an achiever that is willing to take on new and difficult challenges. He has worked with the City on a number of projects over the last 10 years and understands the true spirit of the APDS system. On the weekends he and his son Hayden are typically disguised in camouflage mustering up foul and other wildlife so he can give it away as "fresh" meat prior to the next hunting season. General Superintendent Rich will supervise all field activities including those of subcontractors. Rich's responsibilities will be to: • Attend design meetings, as required, and contribute to the constructability reviews and provide value construction input. • Participate in the APDS process between the City, Engineer, and Gamey. • Hire and directly supervise field employees under his direction. • Determine the sequence and manner in which work will be performed, consistent with Jeffs directives and the established project schedule. • Coordinate work between Gamey crews, subcontractors, and the City's crews. • Make sure utility locates are adequately marked, and to call for refreshing as necessary, • Ensure that all work, whether performed by Garvey forces or by subcontractors, meets the highest standard of quality workmanship. • Coordinate activities between various City projects. • Schedule equipment so as to achieve maximum use and minimum cost. Qarney PROPOSAL 7089 AWANaNG w M 24 City of � PROPOSAL FOR: Fort Collins WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR • Ensure that all on -site activities are carried out in strict accordance with the Garney's Safety Program and all applicable OSHA regulations. • Ensure punchlist and warranty work items are addressed in a timely manner, • Act as a liaison to the general public and business communities. Pipe Superintendent Rich will supervise all pipe activities including those of subcontractors. He will: • Ensure that all work, whether performed by Garvey forces or by subcontractors, meets the highest standard of quality workmanship. • Hire and directly supervise field employees under their direction. • Determine the sequence and manner in which work will be performed, consistent with the and established project schedule. • Schedule equipment so as to achieve maximum use and minimize cost. • Act as ambassador to the general public and business communities. • Ensure that all onsite activities are carried out in strict accordance with the Garney's Safety Program and all applicable OSHA regulations. Wes Conaway and Luis Barrutia, Concrete Superintendent(s) Luis is originally from the old Basque country in Spain and speaks a blend of Spanish, Basque, and English known to the APDS team as "Luise" (Lu-Eeze). A true test of how well you really know the APDS system is if you understand Luis when he speaks. He is an extremely talented concrete Superintendent and his jack-of- all-trades talents have benefited many of the City's projects over the past 10 years. Luis not only brings his construction skills to the site, but he frequently brings his culinary skills that include exceptional BBQ Lamb, Green Chili, Basque Fries, Pico, and all the fixings. Luis is supported by Wes Conaway (concrete/mechanical). He will supervise all field activities including those of subcontractors and will: • Ensure that all work, whether performed by Garvey forces or by subcontractors, meets the highest standard of quality workmanship. • Hire and directly supervise field employees under their direction. • Determine the sequence and manner in which work will be performed, consistent with the General Superintendent's directives and established project schedule. • Schedule equipment so as to achieve maximum use and minimize cost. • Act as ambassador to the general public and business communities. • Ensure that all onsite activities are carried out in strict accordance with the Ganyey's Safety Program and all applicable OSHA regulations. CONTRACT AND COST NEGOTIATOR In his role as Program Manager, Jeff Moore will negotiate all contract matters. He will be supported by Wayne O'Brien, Principal -in -Charge, for other matters or issues. Qarney PROPOSAL 7089 ADVANCING WATER `V City of PROPOSAL FOR: rt Collins Utilities. WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR 3. GENERAL COMPANY RESOURCES Garvey owns the following equipment which is available whenever needed for your upcoming projects: EXCAVATORS: Cat 325D 2 each WHEEL LOADERS: Cat 930H Cat 328D 2 each Cat 938H Cat 336D 6 each Cat 950H Cat 345D 4 each Cat 966H Cat 385B 1 each Cat 385C 1 each Deere 624J Deere 624K Deere 270D 4 each Deere 644J Deere 330C 1 each Deere 350D 1 each Deere 450C 2 each BACKHOE Cat 420D-IT Deere 450D 5 each LOADER: Deere 310SG Deere 850D 2 each Deere 310TJ Komatsu 220-6 3 each CRAWLER DOZERS: Deere 700J Komatsu 330-6 2 each Deere 850J Komatsu 1250 1 each CRAWLER LOADERS: CRANES: Cat 963C 1 each Grove RT528 1 each Grove RT760 4 each Linkbelt HC138 1 each Manitowoc 222 1 each TRENCH BOXES The following list contains an inventory of trench boxes, some of which have been purchased in conjunction with our previous contract with the City. Each of these trench boxes is currently stored or being used in the Fort Collins area and will remain committed to any future City projects. ROUGH TERRAIN Lull 844C FORKLIFTS: Lull 944E 3 each 2 each 4 each 2 each 10 each 5 each 1 each 3 each 5 each 2 each 5 each 2 each 5 each 3 each WATER TRUCKS: 2000 Gallon 4 each 4000 Gallon 1 each 'GME s 8 8 - Aluminum w/adjustable spreaders f : rGME K 12 8 4 GME.,. t«'., 12 8 8 "GME� 12 10 - Aluminum w/adjustable spreaders $; GME x 16 8 4 ME` g 16 8 6 16 10 6 20 4 4 20 8 6 _<GME 20 8 6 Carney PROPOSAL 7089 AWANGMG WATFA 26 PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES City of Fort Collins Utilities INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Height (ft), ;GMEt " 20 8 8 20 8 8 24 6 6 24 10 6 xy GME „ _ 24 10 6 GME;... ry 27 4 6 GME�:` 27 6 6 GME,r 27 8 6 GME 27 8 8 GME�h"ei lifada tors<`10 20ft, 2 � ��` Multi"`le`S" readersrar m from3'to 1;6' m,1'.,increments wide ....:1, The GME,SI►de,RaU systems ava►lable four rent orpurel►ase Garney's propo"sedp►pel►necrewisoneof eery few crews' ►6,the nationato have utilized fhe GME SI►de`Rail`sysfem in`depths up to"30 ft antl.for'distances`in ezcess`of,1,200 ft _ ,` As previously mentioned we host a Sharepoint website, and routinely use w4` " Microsoft Office products, Microsoft Project scheduling software and have access to Expedition, P-5, and Spectrum through our internal Citrix based company link. Spectrum Construction Software is our company based accounting program that allows us to access real time cost data, and to approve invoices, to retrieve historical cost information, to perform our monthly reporting without significant effort, and to prepare pay requests based on moment -in -time information. The field crews rely heavily on Motorola two-way radios for instant and efficient communication between the supervisor, the machines, and the trench. Our office and field supervisors are equipped with cell phones and are residents of northern Colorado making them always just a phone call away. Our Fort Collins field office capacities are superior to many firm's overall capabilities and we are accustomed to handling $5-10 million in contracts per year with a very efficient office staff of two. ADDITIONAL COMPANY PERSONNEL AND CREW RESOURCES Garvey will meet the individual project challenges by providing additional experienced management and field crews from similar front -range projects as the needs of the projects are determined. These additional resources stand ready to assist the City and allow Gamey the ability to provide field-tested and crews that have worked together on many very similar projects. Gaffney PROPOSAL 7089 • ADVANCING WATER 217 and material projects OR on negotiated guaranteed maximum price construction contracts. These factors shall be comprehensive in establishing all costs to be applied to direct project labor and materials in determining the construction cost. Commitments shall include: ■ Overhead and profit (combined) margin for general office activities on the base bid cost. ■ Overhead and profit (combined) margin for field office activities on the base bid cost. ■ Markup on subcontractor work by the General Contractor. ■ Markup on materials and equipment on the base bid cost. ■ Markup on project labor or materials to determine the final contract price. ■ Change order markup, including supervision allowance, labor and material markups, and overhead and profit percentages, as a percent of labor and materials cost for any changes in the work following contract award. ■ You MUST submit the above requested information. The selection team will consider other methods of contract negotiations that the firm may have experience with. Firms are encouraged to submit basis for contract negotiation. Your firm is expected and required to have a completely open book policy on all pricing of work. 9. Financial statement Provide a recent financial statement (audited if possible) including balance sheet and income statement showing: ■ Current assets ■ Other assets Current liabilities ■ Other liabilities ■ Fixed assets and equipment 10. Banking reference Provide the name, address and phone number of the firm's banking reference. 11. Bonding company Provide the name, address and phone number of the firm's bonding agent. Provide a letter from the bonding agent indicating the firm's bonding capacity is adequate ($1,000,000-$10,000,000) to undertake this work. 12. Insurance company Provide the name, address and phone number of the firm's insurance agent(s). Provide certificate of insurance outlining coverage and policy limits. Can this coverage be extended for work on this project? Can coverage be increased? Can City and Engineer be listed as an additional insured? Are there any current claims that will affect coverage limits available to the City for this project? City of PROPOSAL FOR: Fort Collins �- uurt-s WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Available Resources 4. PROJECT EXPERIENCE With more than 48 years of demonstrated excellence delivering water, wastewater, heavy civil, and stormwater projects, Garvey is a leader in utilizing innovative project delivery approaches to meet our clients' ever -evolving needs to deliver new and upgraded utility infrastructure in the shortest time frame, with the highest standard of quality and safety, at the lowest cost. Water, wastewater, heavy civil, and stormwater services are the core business of Garvey. We have constructed the full range of utility infrastructure improvements, from replacing and expanding existing infrastructure, as well as constructing new facilities throughout the region. The following table is a depiction of our similar experience. SIMILAR PROJECT EXPERIENCE •Scope 43rd:Street40MG WaterStora eTank 3692480� Blastii' &Haul offPost TensionedtWater Tank Jeff�Mooce Cit kfh Meter Vault,&Site Ullork�;&Res o atiori>"POT';, ofL�ovelantl 2,376 If 27", 30" & 36" PVC Sanitary Sewer, 54" Jeff Moore Drake Relief Sewer $788,365 Open Cut Casing, 709 If of 21" & 36" Storm Gary Haas City of Fort Collins Utilities Sewer & Extensive Dewatering Rich Trimble 'Xt' t-. 3 �• i t OxbowL`evee;; ,Jeff Moore ,5. t � . � C►t' of Fort`Collins Utilif►es73 Y. a � , 22 000 cy of Earthwork &Site :Restoration � x Gary Haas Jeff Moore Dry Creek - FCB #1 & #2 Structural $1,292,200 Gary Haas FCB #1 — 900 cy of Concrete & 275' Spillway Package Rich Trimble FCB #2 — 200 cy of Concrete & 42' Spillway City of Fort Collins Utilities Luis Barrutia Wes Conway M 626 'R $Jeff Moore Storm/Pedestnan lvert h "` Cu 158 901f 12' x 9' RCB &kHeadwalls>t° b Gary Haase Jeff Moore Dry Creek - East Vine Box Culverts $372,493 Six 52 If runs of 10' x 5' RCB, Headwall & Gary Haas City of Fort Collins Utilities Guardrail Rich Trimble Luis Barrutia D Creek FGB #1 & #2 Earthwork P ; $ Of _. rr,leff Moorey ry€fisv w ° µ a $866 766 68 000 c of.lm ort & ®am. Embankment"68 000k .u; Ga o Haas ,1 #� , Cr fix. •.- A ifl ►tyofFortColhnsUtihtes,�Y��� c ofPond,Excavation &Wetland Mite anon 9,�� �RichTnmble a . ,ti �M. >>Sehmitlt _ Jeff Moore Rigden Farm Filing 6 Sanitary Sewer $503,046 3,400 If 30" PVC Sanitary & Dewatering Gary Haas Rigden Farm. LLC Rich Trimble Gaffney PROPOSAL 7089 ADVANCING WATER 28 City of PROPOSAL FOR: Fart Collins Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR �� r k y r Jeff,Moore Dry Creek Douglas Dam Fuse Plug 8¢80 cy Concrete & 2,635 cy ofSane, Aggregate, GaryHaas 'Lf`A. f C►tY ot, Fort Collins Utiliteies ;$566,130 y� �vi�jF x t "�4, A ggRiprap & Roa}d;Base p r ":^' ;Rich Tnrnble „ 4pyY r'3v'�i k� MOWN a 4 3 Jeff Moore Gary Haas West Prospect Ponds Phase II $389,740 26,000 cy of Excavation & Haul -off, Pond Rich Trimble City of Fort Collins Utilities Interconnecting Piping & Structures Luis Barrutia Schmidt {Conveyance ' ;, Jeff Moore ;Dry Creek I nr gation 1 8831f of 36 & 48 RCP County Road Pi eline p $456,716 Crossm g 60 Flume, Outlet Structure, Wetland Gary Haas Qk Cit of=Fort Colliris•Uti i&s l �l,K 5#, r , :Channel Excavation & Site'Restoration Rich Tumble ti Luis Barrutia ;gu' Jeff Moore Dry Creek -Reservoir#3 Gate Structure, Rehabilitation of ExistingTurnout Structure, $185,525 Gary Haas LCC Wasteway & LCC/L&W Ditchbanks Tilting Weir/ Overshot Gate & Operator & Ditch Rich Trimble City of Fort Collins Utilities Bank Raising Luis Barrutia UE Vin ``.Diversron LL 135 If of 48 ,SlideGates: Energy Dissipation f Jeff Moore Dr. .� $487,177' Structure, 2,000 cy ofsSpglway Excavation, Drop Gary Haas # hannel S ill'wa & Tumout`Structure Sfructure Site, Sidespill Weir, Riprap &, Rich Tumble C►ty df Fort Collins Ufi6t�es Restoration„ Wiz.. `. Luis Barrutia ...x. , �,. , . . 780 cy of Cut & Fill, cy of E 10, Excavation Jeff Moore C&S RR Detention Pond $844,476 & Haul -off, 11,245 sf of MSE Retaining Wall, 11'- Gary Haas City of Fort Collins Utilities 5" x 7'-3" Corrugated Arch Pipe & Site Rich Trimble Restoration Luis Barrutia � u ��� � +z z, 8g;. Jeff Moores Drake Road, Relief`Sewer,"Phase 111 ,�za::.r,.., $233 535 .;:��, 1x595�lfrof24&30,PUCtSanita Sewer ry ..,nm� GMY* Haas w aofyFort r CollmsUttlrtres . r y �� r ' ,fi3 s s ��5 Rich Tumble K "+t�,: ' '^A't.v.yi',� z� d� .. a E x z:" _ is z Jeff Moore Rolland Moore Detention Pond 10' x 61' Pedestrian Bridge & Abutments Site $525,889 Gary Haas Improvements Grading, Flood Proofing Plates &Site Rich Trimble City of Fort Collins Utilities Restoration/Landscaping Luis Barrutia Sunrise Water Storage TankgRoof Slab ;Demolition ari Replacement=of Post:Tension'° y `Jeff Moore ,. Replacement'Protect ; $1;246,000 aRoof Slab and Columns of 1 5 MG Vllater Tank, Gary Haas Ga z Snake Rrver;INaterDisfnct x Work &Restoration._.,is...Barrutia Y .`, N., . 1_. . 4 .,Site Loveland 4.0 MG Tank $4,304,650 Post Tensioned Water Tank, Meter Vault, Site Jeff Moore City of Loveland Work & Restoration Ldcus'tStreet Sanitary Sewer u '`'``''983 If of 8" Deep Sanitary Sewer;$Grountlwater, :Jeff Moore Improvements Phase Eastdale$291,538 Directional Boring & 29 SanitarySewer Service Gary Haas Crf of Fort Coltrns Ufil►ftesc�•a 4 ...1: . `.,,Modifications § ., µ Jeff Moore Southwest Water System Improvements $387,911 2,976 If of 20" PVC Waterline, Asphalt Paving & Rich Trimble City of Fort Collins Utilities Site Restoration Qarney PROPOSAL 7089 -LING WATER 29 City of PROPOSAL FOR: Fort Collins UtiliBes WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR "`'�'417 If of 33" &;torm Sewer,�488 If of 8" 42" S �as Locust StreetSanitar, s6wer r ;Jeff Moore �$670,228 Improvements4,Phase. l Colorado Sanitary' Sewer; 1,077; f of Directionally Drilled 8 _ Gary Haas * Sanitary Sewer405 Ifof 8"Waterlme & Apshalt Co11ms,Uti4t�esk Y�* � �P Schmidt < k vm �k �x * ..w....id.�.�,?,<<+<..<..A Jeff Moore Tracking Pad & Access Road, one 10' x 5' & two CIPO WO #1 - Pre -Irrigation Gary Haas $382,232 13' x 5' RCB Ditch Crossings, 8' x 4' RCB Construction Activities Rich Trimble Siphon, two Flume Demolitions, Sidespill Weir & City of Fort Collins Utilities Luis Barrutia Turf Reinforcement Matting Schmidt £ Nk „ k * Perimeter & Qnderdrain Installations for twos z ponds; Haul Roads, 738 If of 8"SS relocation Jeff Moore CIPO WO #2 `Red Fox & Kane Pond 758 If of 16" SS Replacement, 564 If 12" Gary Haas $?,886,539 of Construction o *, Waterline Lowering, 502 If of36" ƥ',RCP , s Rich Trimble ._,;.d" U""7 r.# ci �^ y. .^�t,�^ ,. "s°Storm Mb"ly..: ,d " .?;h ,tx '�a <,,,,i,- F. .�^?a, .`:Nr. r „k;in "�v Sewer3 h .x,.Farc .. .r:. Cit ofFortiColuns y,unt►es , ri „ Y gyp* 4 :"�'$ �.: 6� i'. #+,"'i`�. w+.F'»t COY 9 ti" ,%y"';j� <d 1 Misc: Demolition four Headwalls "3,k ln.'A t�,fen'3 .�z.z'F Pr'`i#"L.iA�•ik43P3J4tr."k?<x<.. i£ A Luis Barrutia Schmidt a,�"� * &ExtensiverErosion & Sediment Controls -Measures n ,. . u :> Locust Street Sanitary Sewer Jeff Moore $242,720 8 Sanitary Sewer &Sewer Service Improvements Phase III -Endicott Haas Modifications,Gary Storm Sewer &Asphalt Paving Cityof Fort Collins Utilities Schmidt iLocust-Street'$anitary Sewers ' , .... n tary Sewer &Sewer Service : ° � Jeff Moore ylmprovements.Phase°'IV Myrtle v $723;200 Modifications, Waterline Replacement; Stone Ga H ry aas sCi of;Fort Collins Utilities„ i; r.< & Asphalt_Payin :. rSchmidt s t . .. , „ ,Sewer ,; ,. ,.,.: Pre -construction surveys for Existing Structures, Jeff Moore Overburden Removal & Replacement, 1,212 If of Gary Haas CIPO WO #3 - Outfall Phase 1 $2,006,414 102" PRCP in Depths up to 30 feet using a Slide Rich Trimble Rail Trench Support System, Concrete & Asphalt Luis Barrutia Paving Schmidt *, `•., : s * � * i" 254 If of 102 RCP, 50 076$ c of Excavation & 7 .af ,. t{ 3a. P SR+tfi '{�rzrr .v`ev-'lati`{ V4.. E .Jeffi, ooze ig , �+'t Y�h''"t$4"tkrt y Y t X !"i CIPO WO #4 ° ,6 rbrooke Pond * +4' 4 $1,547,089 +<,�i Haul off, Crumb ,ontl Embankment F p' X.':'Yz: Gary Haas Construction= * Construction, 48" RCP Si hon102" Circular Rich Tumble Y. City of Fort C llms Utilities Energy Dissipation Structpre 8' x 2' Cast in Luis Barrutia Trarisition,.,. ,Schmidt Perimeter & Underdrain Installations, Pond Jeff Moore CIPO WO #5 - Fairbrooke Completion & Interconnecting Piping, 258 If of 102" RCP, 345 If $1,531,227 Gary Haas Outfall to Springfield of 8 Sanitary Sewer Storm Sewer Inlets & Rich Trimble City of Fort Collins Utilities Laterals, Concrete & Asphalt Paving Detention Luis Barrutia Piping, & various Headwalls .., "CIPO UIIO #6Outfall Avery,gAvery�; a; , E : „ Jeff Moore „k to f� If of 96 228 If of 7 �x 3 i'lRCB,4 ;Park; Springifeltl &Suffolk ` { $1;819,733RCP"81i rm Sewer�iniets &,Laterals; � Gary Haas ylmprovements FRCP, Pond Modifications, 60' Headwall, Rich Trimble „� City of Fort Collrns Utihtresa §Concrete &Asphalt Paving &Site Restoration Luis arrutia Schmidt;: 3 ¢: Jeff Moore Springwood Water Main Replacement $166,874 1,264 If of 6" & 8" PVC Waterline & Asphalt Gary Haas City of Fort Collins Utilities Paving Schmidt Gainey PROPOSAL 7089 City of PROPOSAL FOR: Fort Collins Utilities - WATER, WASTEWATER, & STORvIWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR TUNNELING, BORING, PIPE BURSTING, SLIP LINING & PIPELINE REHABILITATION EXPERIENCE Ganyey's staff has experience with large diameter liner plate and rib and lag tunneling, horizontal boring, pipe bursting and horizontal directional drilling (HDD). Garvey self performed the installation 224 lineal feet of 120" liner plate tunnel on the Locust Street Outfall Project (City of Fort Collins/Stantec). A 676 lineal foot 96" rib & lag tunnel and 180 lineal feet of Jacked Hobas pipe were installed for the Oak Street Outfall Project (City of Fort Collins/ Tetra Tech). Garvey has also subcontracted HDD and pipe bursting to install sanitary sewer service and mains on the Locust Street Outfall Sanitary Sewer Project (City of Fort Collins/Stantec) and has successfully used HDD for installing new water services on the Locust Water Services Project (City of Fort Collins/Stantec). Gamey's subcontractor EJM Pipe Services, Inc. recently completed four tunnels that were 393, 280, 154, and 170 in length and used 72" x .625 wall steel casing pipe for the Bellvue Transmission Pipeline — Mulberry Segment (City of Greeley, Boyle Engineering Corporation). Garney's crews work in many different locations throughout the West, Midwest and Southeast, and tunneling, boring and HDD are often required as part of these projects. The following summaries are offered to illustrate our commitment to utilizing these trades: Tunneling and Boring Projects 1,000 lineal feet of 72 inch, Atlanta, GA, 2009 640 lineal feet of 72 inch hand -mined tunnels with steel casings, Prairie Waters Project, Aurora, CO, 2009 500 lineal feet of 84 inch, Lake Tawakoni, TX, 2008 126 lineal feet of 60 inch jacked tunnel and 840 lineal feet of auger bores, Lincoln, NE, 2008 19 crossings of 66 inch casings totaling 1,400 lineal feet, Bentonville, AR HDD Projects 1,500 lineal feet of 24 inch HDPE, Crystal River, FL, 2009 900 lineal feet of 38 inch polyurethane coated, spiral weld steel pipe, Odessa, FL, 2008 2,200 lineal feet of 36 inch HDPE and 1,500 lineal feet of 30 inch HDPE, Jacksonville, FL, 2007 12 runs of 24 inch and 30 inch HDPE totaling 9,440 lineal feet, Kissimmee, FL, 2007 1,000 lineal feet of 18 inch HDPE, Augusta, GA, 2007 Slip Lining & Pipeline Rehabilitation Projects 1,066 lineal feet of 60 inch and 72 inch of slip lining, Lawrence, KS, 2009 Two runs of 500 lineal feet of 56 in slip lining, Topeka, KS, 2008 88 lineal feet of 11 ft - 5 inch x 7 ft — 3 inch arched pipe lining, Fort Collins, CO, 2006 Cleaning and cement mortar lining 72,413 lineal feet of cast iron pipe up to 18 inch, Nashville, TN, 2005 1,630 lineal feet of 72 inch and 84 inch Hobas, Smyrna, GA 2007 �rney ADVANCING WATFA PROPOSAL 7089 31 City of PROPOSAL FOR. F6rt Co«ins Utilities WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR 5. PARTNERING EXPERIENCE FORMAL AND INFORMAL PARTNERING EXPERIENCE Gamey's experience with the City, as well as our other previously successful projects, has taught us that the partnering process creates a positive atmosphere in which project team members develop a working relationship based on trust, common project goals and objectives. Partnering allows all members of a project team; owners, engineers, consultants, contractors, and major subcontractors/vendors to develop unique communication skills and the methods of resolving differences in advance of performing the tasks. Garney is very enthusiastic about partnering throughout the design and construction phases. Based on our extensive partnering experience with the City we have implemented both formal and informal partnering programs on other projects with great success. We consider partnering to be an integral part of our approach to administering all projects to the greatest extent possible. Partnering programs must be put in place early in the project and continuously implemented throughout to ensure that the established project objectives are maintained at all times. Garvey has significant experience in construction manager at risk, design/build, and CM/GC project delivery methods that • include a partnering agreement. This is our preferred type of work, as it gives the owner/engineer/contractor team the most flexibility. By working closely together at the early stages of the project, we can better meet the goals and objectives of the project. A sampling of these projects follows and we encourage you to call the included owner/engineer contact to assess our performance. CITY OF FORT COLLINS UTILITY INFRASTRUCTURE PROGRAM Owner Reference: Owen Randall, 970.221.6809 Engineer References: Don Silar, 970.482.5922, Stantec Andrea Faucett, 970.223.5556, Ayres Associates Brad Anderson, 970.226.1020, Anderson Consulting Engineers, Inc. • Key Staff Participation: Wayne O'Brien, Jeff Moore, Gary Haas, Rich Trimble, Jose (Luis) Barrutia, Wes Conaway • To date, we have had several partnering sessions consisting of one -day and two-day sessions involving the City's staff, the design engineer staff from various firms, and Gamey's management staff. Due to the evolving nature of these multiple projects, and the undefined scope of work, the team members, led by the City, expressed a desire to implement formal • partnering sessions to allow the team members to establish personal and project goals for the multi -year program. As a result of the early commitment and follow-up partnering sessions, the entire project team assigned to the City's Stormwater Improvement projects has developed the trust, confidence, respect and friendships with each of the other team members that have ensured the ultimate success of the program. • • • • • • • • • • Gaffney PROPOSAL 7089 • ADVANCING WATQt 32 • PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES Fort Collins Utilities INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR NEGOTIATED PROJECTS COMPLETED WITHIN THE LAST 5 YEARS (PERFORMED ON A PARTNERING BASIS) On Owen Randall, 970 221 6809 Stormwater Improvements Program' �, W Don Silar, PE 970 4845922 y City of Fort Collinsx u $30 Going, , w Andrea Fawcett, PE, 970 223M5556 g a, .F... Brad Anderson' PE 970 226 0120 X _ Fz, Metro Wastewater Reclamation District, Dan Digester Feed and Polymer System 2009 — Stillwell, 303.286.3000 Improvements - Par 1078 $2 6 Present Stantec Consulting, Inc., Greg Woodward, Metro Wastewater Reclamation District 303.758.4058 thills Tri PI rFooeatment ant Chlorine Contact; r Denver Water BoardRobertMahone�r Basin and. Chemical Improvements 2006 303µ628 661 s 2008 x1� x 303 Denver Water Board ,, ., . y.s., :_t ,e.._ Y , . n.. 'x"xis'.. .,'v Bafes,En ineenn ,Bob Bates, 98012`.12 x , <°. x . 75th Street Wastewater Treatment Plant City of Boulder, Colorado, Douglas Sullivan, 2006 - Upgrades $28.5 303.441.3244 2008 City of Boulder Brown & Caldwell, Boyd Hanzon, 303.239.5400 City of Boulder, Colorado; Douglas Sullivan, 75th Street Dewatering Improvements Project y 2006 - 303 441.3244 --- City of Boulder $11 8 2008,. Rothberg;,Tambunm, Wmsor Engineers &" a. Consultants, Dave :0erke303825 5999 e r PAR 942 North Secondary Complex Metro Wastewater Reclamation District, A.D. 2008— Improvements $45.5 Norford, 303.286.3293 Present Metro Wastewater Reclamation District Carollo Engineers, Jerry Salts, 720.641.4149 ECCV Northern Booster Pump-Stat o and East Cherry Creek alley Vllater & San tationx Southern Booster Pump Stations �� $71 and , 2005 b}; Disfnct, Kipp Scott, 303 6933800" x, Easf Cherry'Creek Valley Water &_Sanitation Camp Dresser,& McKee, Rick Thorht6n,4 �,, District. 832300 Dry Creek Wastewater Treatment Plant Cheyenne Wyoming Board of Public Works, 2004 - Improvements $24.2 Timothy E. Wilson, 307.637.6460 2006 Cheyenne Wyoming Board of Public Works Black & Veatch, Mike Gossett, 720.834.4284 $, ;.<r wxs� w City of Thornton, Colorado; Jerrypye,� W,.es.Brown';(Colurribin6) Witer�Tr,eatment 2004 = 303 538 7493 � Plant hmprovements $56 7 2006'rv: Y Burns &McDonnell Engineenng, Inc City of Thomton, Colorado; € ,zPaul �s Fischer 8'1;6 822.°3043 y CSU, General Infrastructure Small Projects — Colorado Springs Utilities, Rich Bowman, 2008 — Various IDIQ Projects TBD 719.668.5623 Present Colorado Springs Utilities Various Engineers CSU, General Infrastructure Large Projects Colorado Sprngs Utilities, Dave Mason, Various ID IQ Projects TBD 2008 -- 719 668 8068 v s.U.tilities. Present En ineers �- .Colorado5rin , .a�,r ._ ,; ., ... ,x. ._1M.�.� .,Various Gaffney ADVANCING WATFA PROPOSAL 7089 33 0 PROPOSAL FOR: WATER, WASTEWATER, & STOR[vIWATER UTILITIES Fort Collins ®� Utilities INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR 6. SAFETY RECORD OSHA Reportable Accident Rate 2008g; 200;7 2006 3.88 2.68 3.58 Current Worker's Compensation Insurance Multiplier 2_Q.d 3007 2006 0.63 1 0.72 1 0.91 ZAP SAFETY PROGRAM Garvey embrace's a philosophy of safety and health excellence. Our safety culture, by design, empowers employees at all levels to accept ownership for safety and take whatever actions are consistent with our goal of eliminating all injuries. Garvey has a detailed written Zero Accident Plan (ZAP) safety program that is updated periodically and kept on each of our jobsites. A complete training program is also provided for our staff members, craft employee owners, and subcontractors. In addition, a project specific safety plan will be developed and put into service on each project. Our employee -owners rotate on and off service with our Joint Occupational Safety and Health Committee, which conducts regular safety audits on each of our projects under construction. 7. SUBCONTRACTORS The following is a list of local and/or specialized subcontractors that have exhibited the skills, quality, safety and timeliness necessary to assist Garvey in the performance of the work associated with the City's projects. Garvey maintains strong working relationships with each of these companies and is prepared to solicit commitments from each firm to assist the City and Gamey in the design and performance of the work. Proposed Subcontractors and Suppliers Environmental Consulting Legacy Environmental Compliance, Inc. z"ait�9�''`' �1r� 3�'.>a<,�,z P`.re ,Constructi;on .Surve ,s.. 14�N11 Construction Surveying King Surveying Northern Engineering t, 1 raffic,Control,e x a�r.3.:,.3 5Carnes=Service211 . �.. E.,�.......:. .. ..� . � _ Earthwork Schmidt Earth Builders, Inc. Bemas Construction Connell Resources, Inc. Trucking (On Site Soil,,lmport,& Export) TfadenTrucking u �uA_ 'Schmidt Earth Builders,,lnc k ,j Tunneling / Horizontal Boring EJM Pipe Services, Inc. Pascal Construction Company Western Summit Boring and Tunneling BT Construction, Inc. �y, 3F9a. 4$ 3' •SS .fX �,-....... A •..:.§WP tiRi 4btvR Horizontal�Directional;, , n ing;rPipe Bursting antl. z.. `,,%y b:l.:-ai 3 S"a?�i,. y .`X;`L h� �v.^Y4„^�fd $t �ti�+ �. R` XMJtxS J '�-.?d Colorado Bol! ng Co g, Concrete Flatwork Vogel Concrete, Inc. As 'halt{P�e aration; Palm `&; Patclin „`°Lafar eyNorth Amenca,w r.,_�,eY 31,x .., .: . M. Concrete Preparation, Paving and Patching Lafarge North America/Northstar Concrete, Inc. Gaffney ADVANCING WATEP PROPOSAL 7089 34 PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES Fort Collins INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR - .k & Restoratl,on, Belmire &Lan°ds°ca mina =� �Laridsca�e �, S" nnkler Fencing Town & Country Fence Co. Dean Contracting, Inc. Seeding.Mulching & wx� Custom Services of Colorado g < x m Belinire S & Landsca` nriMr m , ,Ines Noxious/Perennial &Annual Weed Control Prime Vegetation Management Steel Pipe, Weldin .., ... T ..w. s , Mountain Man Welding_. _ ..� ... ti ... _. Pipeline Air & Joint Testing High Country Pipelines Major's & Son's -t r 9 C;athotlic Protectionz, a' Polyurethane Lining Joint Repair Complete Shotcrete Services # 9 .'Sbs f X i� , k06,3 CementMortara.mi,n nt`.Re . .:q Shotcrete�Services; =jaiair��........ .....w;' Com lete PCCP Tendon Repairs Bunne 's Inc, Phoenix, AZ KEY SUBCONTRACTORS Garvey has established very strong relationships with key subcontractors such as Lafarge, Vogel, Belmire Sprinkler & Landscaping, Custom Service of Colorado, and in particular Schmidt Earth Builders. All of these relationships warrant our highest respect and in return we get our most value from their loyalty, service and their quality of work. Although we strive to issue formal subcontract and change orders, our relationships with our key subcontractors are based on trust which allows us to pick up the phone and call them to action at any given moment. These relationships are extremely valuable when there are changed conditions, an emergency, or the project team just decides to do something differently. By the same token, our long history of fair and prompt payments has helped earn the mutual respect for how we do business together. Our key subcontractors have also become part of the APDS team. Occasionally, there are subcontractors that just don't fit in or understand how we do business, The key subcontractors we have cited have adopted the City's work program and are truly members of each project team. Schmidt has literally become an extension of Garvey and not only supports Garvey with earthwork services, but has similar capabilities to perform municipal pipe work. Schmidt has been available to handle small and large system improvement projects when at times it was not possible or practical to bring in a Garvey crew. Schmidt has local earthwork and pipe crews that now and understand the APDS process and perform work on our behalf acting as if they we our own employees. The City of Fort Collins, Garvey and Schmidt have worked hand in hand and have completed a number of very successful system improvement projects under some very difficult circumstances. The relationship with Schmidt is extremely valuable and we will continue to have Schmidt perform work to compliment and facilitate Gamey's full service approach to the City's work program. The City and Garvey have taken on a proactive role when a new vendor or subcontractor is introduced to the project team. We host a meeting and tell them all about the APDS system and what that means in the big picture as well as how we do business on a day today basis. If they are willing to buy into the process, they are welcomed.and they usually do when they understand up front that they will be part of the team and treated fairly. Taking this a step further we have adopted the concept of informal pre -construction conferences with our subcontractors that take place in the field prior to performing a new scope of work. We take this opportunity to lay out our expectations in advance to the subcontractors management and on site supervisors. We also identify foreseeable problems and coordination issues, and we have had very good success avoiding public relation and other issues as a result of addressing our expectations. Gaffney PROPOSAL 7089 ADVANCING WATER 35 PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES Fort Collins Utilities INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Garvey recognizes that our full service capabilities to deliver projects often relies heavily on the performance of our key subcontractors and we have built a comprehensive team of experts in their industries to aid us in meeting the City's expectations. 8. CONSTRUCTION COST FACTORS Garvey proposed the following fee structures for Time & Material, negotiated Unit Price, negotiated Lump Sum, and negotiated Guaranteed Maximum Price construction contracts: CONSTRUCTION COST FACTORS *6.0% Overhead and profit=(cornbmed) margin for.general officegactivitieson the'base bid cost Overhead and profit (eombmed) margin for field,offce ac-wities on the base bid cost *6.5% con Markup on"subtractor work by the General Contractor ***6.5% . �. Marku materialand a ui ment,on the base bid cost �` ; x' 6.5% on a,� pF:. q, apY Markup,omprolecatlabor or materials to determine the final contract price � � 32.0 /° s n� Materials 6.5% Change ortler markup = � 13,0% * If Garvey acts as a construction manager, a 6% markup will be applied to the work. The proposed 6% fee would be the maximum percentage and projects are identified the fee will be evaluated and negotiated. Typically, the larger the project the smaller the fee for acting as a construction manager. ** If Garvey is awarded a series of work orders a separate work order may be proposed to cover field overhead. *** If the total subcontractor cost of a project exceeds 75% of the total direct costs, a 5.5% markup will be substituted. tx�{am iexxL;aicuiation seit perrorm worK— less man tor° suacontractor participation) i? td wry k s1 ....k 3 `s h;. fr K" 7 X sPY 'wr 3Pti'n ., pt 7 'Li Cost of the 1Nork ro S'. -. r tS •.i M tli L Direct Field�Labor�Gost f (32 /o�Burden) Project Overhead Cost (cosf fo'admimsfrate work) ' #� Field Office Overhead: General Home Ouerheatl `"' =pry 6 0%r .0`ffce r ' §� arm �« - q � .: ,,, :.,.� .� . ,� e • ® , e © � �- Contractor Profit 4 RP 6 5% £ ® e ® •- ®e- a r ', ' e • '. � +Wc Gaffney ADVANCING WATER PROPOSAL 7089 36 0 PROPOSAL FOR: WATER, WASTEWATER, & STORMWATER UTILITIES City of Fort Collins Utilities INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Additionally, if the work is performed beneath a guaranteed maximum price (GMP) contract, Garvey proposes that the City and Gamey enter into a "Shared Savings Agreement" on the project as follows: 75% of the cost savings — City of Fort Collins 25% of the cost savings — Gamey Companies, Inc. Garvey has successfully acted as a Construction Manager (CM) on a number of projects that were performed solely by our subcontractor(s). On projects where we do not self perform the work, but act as a CM, we bring added value to the project by facilitating the APDS process, providing and actively managing 3-Week-Look-Ahead Schedules and overall CPM project schedules. Our input on design and construction is still as valuable as if we were self performing the work. We actively manage the work, attend formal and informal meetings, handle all project documentation, and facilitate the APDS process from the first design meeting to the project's completion. As previously stated, Garvey has established tremendous relationships with key subcontractors that have adopted the APDS system that are very loyal to the City and perform quality work, The key subcontractors have become an extension of Garvey and allow us to expand our scope of services. Garvey is used to performing work under various formats including negotiated unit prices, negotiated lump sums, and time and material based reimbursement also known as "cost plus". Garvey is a firm believer in cost plus work since it provides the flexibility to make minor and at times major changes in the scope of work to accommodate what is best for the project. As seen on a number of projects in the past, there is a lot of added value and it is typically a way for the City to recognize significant savings because it virtually eliminates the risk that otherwise would have to be covered in unit price or lump sum contracts. DESIGN PHASE COST .• . Prmc No Charge :. Program Manager ....:" ProjectMin N $60 Scheduler1Pr6'ect Engineer 4. %t f $40 CostEstimator': ..� $60 'Superintendent` `..,.y. $50 Subcontractor,(as required). $50 Included with these rates are all costs associated with travel to and from the design meetings, home office overhead, and payroll burden/fringes. No travel time will be charged. In the event that the construction phase of a project overlaps with the design phase of another project, no design assistance costs will be charged while the active project is under construction. 9. FINANCIAL STATEMENT We have included a side by side comparison financial statement in the Appendix for 2007-2008. 10. BANKING REFERENCE Tracy Lind, Vice President Commerce Bank 1000 Walnut Street P.O. Box 419248 Gaffney PROPOSAL 7089 AWAHCIHG WATER 37 CONTRACTOR REVIEW AND ASSESSMENT Construction firms will be evaluated on the following qualification criteria. Criteria will form the basis for rating of written proposals as well as oral interviews. Rating scale will be from 1 to 5 (or 10, depending on maximum possible points), with 1 being a poor rating, and the maximum possible points being an outstanding rating. POSSIBLE QUALIFICATION STANDARD POINTS MAX -MIN 10 - 1 Scope of Does the proposal show an understanding of the scope of Proposal the project, methodology to be used in the design and construction phases and the results that are desired from the project? 10 - 1 Assigned Project Does the proposed team have the necessary skills and Team experience to fulfill the requirements of the project? Is the key staff available to do the work? 5-1 Safety Record OSHA Illness/Injury Rate, OSHA Lost Work Day Incidence Rate and Workman's Comp Experience Modification Rate Insurance multiplier. 10 - 1 Firm Experience Has the firm worked on projects similar in scope to this --Design project? Has partnering been used as a basis in design --Construction and construction of other projects? Was this work of a high quality in nature? 5-1 Design Phase Are the proposed design.cost rates reasonable and Cost competitive? 10 - 1 Construction Do the proposed construction cost factors compare Cost favorably with industry standards and other firms' Factors construction cost factors? 10 - 1 Firm Capability Does the firm have experience, equipment, manpower and finances to complete the work? 10 - 1 Construction Do the referenced projects reflect favorably in respect to Performance completion within the contract schedule, cost and number of change orders and claims? 5-1 Motivation Has the firm shown an interest in work and a commitment to the successful completion of the project? City of PROPOSAL FOR: F„ 6rt Collins Utilitles WATER, WASTEWATER, & STORMWATER UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES CONTRACTOR Kansas City, MO 64141 816.234.2494 11. BONDING COMPANY Western Surety 920 Main Street, Ste 1700 Kansas City, MO 64141 816.842.4800 Western Surety Company and Liberty Mutual Insurance Company are prepared to provide surety support on behalf of Garvey on individual projects up to $100,000,000 within a $500,000,000 aggregate program. We have included a letter from the Bonding Company in the Appendix. 12. INSURANCE COMPANY Liberty Mutual 13160 Foster St., Ste 100 Overland Park, KS 66213 Ph: 913.681.1700 We have provided a certificate of insurance outlining coverage and policy limits in the Appendix. This coverage be extended for work on this project, the City and Engineer can be listed ad additional insured and the coverage can be increased if need be. There are no current claims that will affect coverage limits available to the City for this project. Carney PROPOSAL 7089 AMANCFNG WATER 38 LETTERS OF COMMENDATION 0 November 17, 2009 Mr. Jeffrey Moore Garnet' Construction 10822 West Toller Dr., Suite 100 Littleton, CO 80127 Re: Letter of Recommendation for Garnet/ Construction To Whom It May Concern: Staff from Ayres Associates has worked with Garney Construction on utility construction projects for over nine years. Beginning with the Locust Street Outfall. Project and continuing with Sheldon Lake and most recently the design of the North East College Corridor Outfall Project and the design and construction of the Canal Importation Ponds and Outfall project, We have worked together throughout this time as part of the Alternative Product Delivery System (APDS) process used by the City of Fort Collins. Because of the APDS process, Garney personnel (in particular Jeff Moore) have been involved with the design of these projects from Preliminary through Final Design. Gamey's insight and input into the design process has been invaluable through the years. Because of their willingness to share knowledge, experience and ideas we have been able to develop optimal solutions that are hydraulically efficient and cost effective for the City of Fort Collins. Even while not working on. a particular design Garney is willing to go above and beyond in offering advice and information on any construction related issue. In addition, we have been very impressed by the level of accuracy combined with amazing speed with which Gamey is able to construct projects. From their management team in the office right down to their backhoe operator, G:arney knows how to get the job done right, on time and in conformance with our designs. Garvey Construction and Jeff Moore have truly exceeded our expectations when it comes to construction related services, and we look forward to working with them for many years. If I can answer any additional questions, please contact me at (970) 223-5556. Sincerely, Ayres Associates Andrea H. Faucett, PE, CFM Manager of Municipal Engineering 3665 JFK Parkway a Building 2 c Suite 200 o Fort Collins, CO 80525-3152 c 970.223.5556 o www.AyresAssociates.com ANdERSON CONSULTING ENGINEERS, INC. Civil • Water Resources • Environmental November 17, 2009 Re: Letter of Recommendation To Whom It May Concern: Over the last several years, Anderson Consulting Engineers has worked with Garney Construction on numerous projects . Many of these construction projects have been specifically completed for the City of Fort Collins under the Alternative Product Delivery System (APDS). Based on our experience with Garney Construction, it is with great pleasure that I am providing this letter of recommendation. The approach taken by Garney to complete the work has been unique, innovative, and focused on exceeding the expectations of the Owner/client. Garney has consistently been proactive in their efforts to develop solutions to unforeseen problems encountered during construction, and has developed and sustained a program of cooperation among all participants (engineer, Owner, contractor, stakeholders) in the project. Their efforts during the pre -design, design and construction phases of the projects have resulted in award winning projects that have greatly benefitted the citizens of Fort Collins. Due to the professional approach, cooperative effort, and -ethical manner in which Garney Construction conducts their work, I would recommend their construction services to any Owner/client. I look forward to the possibility of working with them on future projects. Sincerely, ANDERSON CONSULTING ENGINEERS, INC. /Braclele4yA.Anderson, P.E. President 375 East Horsetooth Road, Bldg. 5 • Fort Collins, CO. 80525 Phone: (970) 226-0120 • Fax: (970) 226-0121 • www.acewater.com CIPO CONSTRUCTION SCHEDULE CIPO COST ESTIMATE illimlPZrZrk, Project: CIPO Estimate Sta 33+32 North & Including Glenmoor Pond Date: November 20, 2009 Schedule of Values for Cost Plus Work Order $ 0 Item Description Unit of Estimated Unit Item Number Measure Quantity Cost ($) Cost ($) General Conditions 1 Mobilization & 8 Months of Field Overhead LS 1 $ 441,600.00 $ 441.600.00 2 Traffic Control (By CoFC) LS 1 By CoFC 3 Construction Survey LS 1 18,300.00 18,300.00 4 Erosion Control (Allowance) LS 1 28,400.00 28,400.00 5 Tree Trimming (Allowance) LS 1 3,700.00 3,700.00 6 Dewatering LS 1 19,700.00 19,700.00 7 SS Service & Main Replacement Materials LS 1 2,300.00 2,300.00 8 Water Service Replacement Materials LS 1 3,400.00 3,400.00 9 Adjustment for Lease on CAT 385C for 6 full Months LS 1 105,100.00 105,100.00 10 Street Sweeping (by CoFC) LS 1 By CoFC 11 Asphalt Milling in Advance of Construction (by CoFC) LS 1 By CoFC Mainline Storm Sewer Pipe 12 84" Class III RCP LF 1,275 544.00 693,600.00 13 78" Class III RCP (downstream) LF 507 506.00 256,542.00 14 78" Class III RCP (upstream) LF 125 478.00 59,750.00 15 9' x 4' RCB (parallel to Glenmoor) LF 222 769.00 170,718.00 16 9' x 4' RCB (perpendicular to Glenmoor) LF 33 974.00 32,142.00 17 30" Class III RCP & 30" RCP Bend LF 226 106.00 23,956.00 18 18" RCP FES EA 1 725.00 725.00 Stone Sewer Inlets 19 A13 Inlet - 4 Unit Type 13 Combo w/Single Sweeper EA 1 25,500.00 25,500.00 20 A14 Inlet - 2 Unit Type 13 Combo w/Single Sweeper EA 1 13,700.00 13,700.00 21 A15 Inlet - 5 Unit Type 13 Combo w/Single Sweeper EA 1 35,400.00 35,400.00 22 A16 Inlet - 7 Unit Type 13 Combo w/Single Sweeper EA 1 47,000.00 47,000.00 23 A17 Inlet - 8 Unit Type 13 Combo w/Single Sweeper EA 1 53,300.00 53,300.00 Y4 Al Inlet - 8 Unit Modified Type 13 Combo EA 1 56,700.00 56,700.00 P5 A2 Inlet - 7 Unit Type 13 Combo EA 1 41,300.00 41,300.00 Storm Sewer Laterals 26 A13 Lateral - 30" Class III RCP LF 23 110.00 2,530.00 27 A14 Lateral - 24" Class III RCP LF 19 75.00 1,425.00 P8 A15 Lateral - 36" Class III RCP w/Bend LF 76 131.00 9,956.00 29 A16 Lateral - 48" Class III RCP w/Bend LF 34 232.00 7,888.00 30 A17 Lateral - 48" Class III RCP w/Bend LF 29 246.00 7,134.00 Storm Sewer Manholes. Specials & Cut-off Walls 31 96" x 84" RCP Transition EA 1 6,000.00 6,000.00 32 Manhole Riser A9 EA 1 3,800.00 3,800.00 33 Manhole Riser Al w/Blockout EA 1 3,900.00 3,900.00 34 84" RCP 44° Bend EA 1 3,300.00 3,300.00 35 Lateral Al 84" x 36" RCP Tee EA 1 900.00 900.00 36 84" RCP 52° Bend EA 1 3,300.00 3,300.00 37 Lateral A16 84" x48" RCP Wye EA 1 2,200.00 2,200.00 38 Lateral A17 84" x48" RCP Wye EA 1 2,200.00 2,200.00 39 84" x 78" RCP Transition EA 1 2,400.00 2,400.00 40 78" 44° & 48 RCP Bends EA 2 3,300.00 6,600.00 41 78" 10° RCP Bend EA 1 3,300.00 3,300.00 42 78" RCP x 9' x 4' RCB Transitions EA 2 3,000.00 6,000.00 43 Box Base Manhole A2 w/Snout EA 1 43,800.00 43,800.00 44 84" RCP Cut-off Walls EA 4 2,800.00 11,200.00 45 78" RCP Cut-off Walls EA 2 2,800.00 5,600.00 46 9' x 4' RCB Cut-off Walls EA 1 2,500.00 2,500.00 47 30" RCP Cut-off Walls EA 1 700.00 700.00 Misc. Work Activities 48 Water Quality Structure w/Snout LS 1 10,600.00 10,600.00 49 Water Quality Snouts @ Inlets (Install Pre -Purchased Snouts) EA 5 480.00 2,400.00 50 Remove & Replace Waterline at Castlerock & Elizabeth LS 1 6,000.00 6,000.00 51 CSU Waterline Crossings EA 2 1,100.00 2,200.00 52 R&R 15" Sanitary Sewer & By -Pass Pump @ 9' x 4' Sta 54+80 LS 1 8,400.00 8,400.00 11/17/2009 Item Description Unit of Estimated Unit Item Number Measure Quantity Cost ($) Cost ($) 53 By -Pass Pumping - Line A (78" Crossing) LS 1 1,900.00 1,900.00 54 Demo & Replace Twin 24" Avery Park Culverts LF 120 56.00 6,720.00 55 Avery Park Headwalls EA 2 5,500.00 11,000.00 56 Avery Park Drainage Pan @ East Headtvall EA 1 1,300.00 1,300.00 Elizabeth Sanitary Sewer Relocation 57 8" SDR 35 PVC Pipe - Line A LF 401 29.00 11,629.00 58 8" SDR 35 PVC Pipe - Lateral Al LF 24 51.00 1,224.00 59 48" Manholes - Line A EA 6 1,800.00 10,800.00 Glenmoor Sanitary Sewer Relocation 60 8" SDR 35 PVC Pipe - Line B LF 359 42.00 15,078.00 61 8" SDR 35 PVC Pipe - Line C LF 124 42.00 5,208.00 62 15" SDR 35 PVC Pipe - Lateral Bl LF 37 72.00 2,664.00 63 8" SDR 35 PVC Pipe - Lateral B2 LF 36 64.00 2,304.00 64 48" Manholes - Line B EA 3 2,100.00 6,300.00 65 48" Manholes - Line C EA 1 1,800.00 1,800.00 66 By -Pass Pumping - Line B LS 1 1,300.00 1,300.00 67 By -Pass Pumping - Line C LS 1 1,300.00 1,300.00 73 Castlerock Temporary Recycled Asphalt Surface (Allowance) SY 4,636 5.00 23,180.00 74 Castlerock/Clearview Cross Pan x 8' SF 320 12.00 3,840.00 Street Reconstruction & Site Restoration 75 Castlerock/Elizabeth Cross Pan x 8' SF 320 12.00 3,840.00 76 Castlerock Hollywood Curb, Gutter & Sidewalk (Allowance) LF 1,043 40.00 41,720.00 77 Castlerock 7" Concrete Paving on 10"/12% Fly -ash SY 4,803 86.60 415,939.80 78 Clearview 6" Asphalt Paving Tie-in's on 12% Fly -ash SY 178 64.00 11,392.00 79 Elizabeth Hollywood Curb, Gutter & Sidewalk (Allowance) LF 449 40.00 17,960.00 80 Elizabeth 7.5" Asphalt Paving on 11.5" Base on 10" x 12% Fly -ash SY 3,045 72.00 219,240.00 81 Glenmoor/Elizabeth Cross Pan x 8' SF 320 12.00 3,840.00 82 Glenmoor Hollywood Curb, Gutter & Sidewalk (R&R for SS) LF 374 43.00 16,082.00 83 Glenmoor Hollywood Curb, Gutter & Sidewalk (Allowance) LS 319 40.00 12,760.00 84 Glenmoor 4" Asphalt Paving on 6" Base on 10"/12% Fly -ash SY 3,036 48.00 145,728.00 85 Parking Lot Asphalt Repair SY 189 40.00 7,560.00 86 Sprinkler & Landscape Repair (Allowance for Pipeline) LS 1 11,400.00 11,400.00 87 Sprinkler & Landscape Repair (Allowance for Parking Lot) LS 1 5,700.00 5,700.00 Glenmoor Pond Construction 88 Safety Fence, Two Access Gates & Maintenance LS 1 1,969.00 1,969.00 89 Silt Fence & Maintenance LF 1,373 2.50 3,432.50 90 Tracking Pad & Maintenance EA 1 5,300.00 5,300.00 91 Demo Curb & Gutter & Install Concrete Pan LS 1 7,100.00 7,100.00 92 Clearing, Grubbing & Disposal LS 1 4,700.00 4,700.00 93 Topsoil Removal & Stockpile CY 3,500 3.70 12,950.00 94 Topsoil Strip & Place CY 3,500 3.70 12,950.00 95 Unclassified Excavation CY 2,475 3.40 8,415.00 96 Embankment Construction CY 2,475 1.90 4,702.50 97 Excavation & Haul -off (One Hour Cycle) CY 44,850 9.20 412,620.00 98 Topsoil Replacement CY 3,500 3.20 11,200.00 99 Final Shape & Grade Site SY 20,830 0.55 11,456.50 100 Access Ramp Surfacing SY 117 10.00 1,170.00 101 Street & Sidewalk Maintenance LS 1 4,800.00 4,800.00 102 Demo Concrete Pan & Install Curb & Gutter LS 1 4,400.00 4,400.00 103 Remove & Replace 10" Asphalt @ Construction Access SY 350 88.00 30,800.00 104 Install Concrete Weir Wall LF 190 70.00 13,300.00 105 3' Trickle Channel LF 433 16.00 6,928.00 106 Scourstop SF 1,600 15.00 24,000.00 107 Seeding & Mulching AC 4 1,800.00 7,740.00 108 Install Permanent TRIM SY 1,445 9.00 13,005.00 Plum Pond Construction 109 Excavate Sidespill Weir LS 1 6,000.00 6,000.00 110 Install Concrete Weir Wall LF 150 71.00 10,650.00 Ill Install Permanent TRM SY 667.0 9.00 6,003.00 TOTAL ESTIMATED PRICE $ 3,965,594.30 EMERGENCY REPAIR ESTIMATE