HomeMy WebLinkAboutWORK ORDER - RFP - 7089 WATER WW AND SW UTILITIES INFRASTRUCTURE DESIGN AND CONSTRUCTION SERVICES (8)CONTRACT DOCUMENTS FOR
city of
varrray
Operations
NANCY GRAY AVENUE
SANITARY SEWER REPAIR
Carney
ADVANCING WATER
Garvey Companies
7911 Shaffer Parkway
Littleton CO 80127
February 2013
Fort Collins
/,O,�- warty
Operations
Fort Collins Utilities
700 Wood Street
Fort Collins CO 80621
• SECTION 00610
PERFORMANCE BOND
Western Bond #58697178
Liberty Bond No.674020476
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Garvey Companies, Inc.
(Address) 7911 Shaffer Parkway, Littleton, CO 80127
(an Individual), (a Partnership), or ora io hereinafter referred to as the "Principal' and
(Firm) Western Surety Company and Liberty Mutual Insurance Company
PC Box 5077 450 Plymouth Rd, Suite 400
(Address) Sioux Falls SD )t Plymouth Meeting, PA 19462
05-33 -0 50 .(6lo-832-824o)
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 Thirty Three Thousand Six Hundred Dollars and No Cents t$ 33,600.00), in lawful
money of the United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Agreement with the OWNER, dated February 5, 2010, a copy of which is hereto attached and made a
part hereof for the performance of The City of Fort Collins project, Nancy Gray Avenue Sanitary Sewer
• Repair.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the original term
thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the
Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and
demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER
from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and
repay the OWNER all outlay and expense which the OWNER may incur in making good any default
then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State
of Colorado and be acceptable to the OWNER.
Nancy Gray Avenue
Sanitary Sewer Repair
• February 2013
00610-1
Performance Bond
•
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this 15 day of February 2013.
INJ PRESENCE OF:
(Corporate Seal)
IN PRESENCE OF:
Companies,
..o-04T,Npal Gamey
Vice President
Title
7911 Shaffer Parkway, Littleton, CO 80127
Address
0
Other Partners
Western Surety Company and Liberty Mutual Insurance
IN PRESENCE OF: -�1 Sur ty Company
By:_CGP��me By: /✓�
Attorney -in -Fact Barbara A. M i l l e r
witness By:
Address
(Surety Seal)
THOMAS MCGEE, L.C.
920 MAIN ST., STE. 1700
KANSAS CiTY, MO 64105
8161842/4800
Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
4" Nr partners should execute Bond.
7„
Nancy Gray Avenue
Sanitary Sewer Repair
February 2013
00610-2
Performance Bond
11
SECTION 00616
PAYMENT BOND
Western Bond #586971.78
Liberty Bond No.674020476
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Garvey Companies, Inc.
(Address) 7911 Shaffer Parkway, Littleton, CO 80127
(an Individual), (a Partnership), or ora io hereinafter referred to as the "Principal' and
(Firm) Western Surety Company anc
(Address Sioux Fa11s, SD 57117
50)
Liberty Mutual Insurance Company
450 Plymouth Rd,. Suite 400
Plymouth Meeting, PA 19462
(6lo-832-824o)
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins. 300
Laporte Ave.. Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the
OWNER", in the penal sum of Thirty Three Thousand Six Hundred Dollars and No Cents ($33.600.00),
in lawful money of the United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Agreement with the OWNER, dated February 5. 2010, a copy of which is hereto attached and made a
•part hereof for the performance of The City of Fort Collins project, Nancy Gray Avenue Sanitary Sewer
Repair.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and
corporations furnishing materials for or performing labor in the prosecution of the Work provided for in
such Agreement and any authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in
connection with the construction of such Work, and all insurance premiums on said Work, and for all
labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State
of Colorado and be acceptable to the OWNER.
Nancy Gray Avenue
• Sanitary Sewer Repair
February 2013
00615-1
Performance Bond
•IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this 15 day of February 2013.
IN PRESENCE OF:
(Corporate Seal)
IN PRESENCE OF:
/v v'I Gamey Companies,
11
Title
7911 Shaffer Parkway, Littleton, CO 80127
Address
Other Partners
By:
Western Surety Company and. Liberty Mutual Insurance
IN PRESENCE OF: (� Suretywd C m�p/aj�
• witness a— Attorney -in -Fact Barbara A. Miller
By:
Address
THOMAS MCSEE, LC.
(Surety Seal) 920 MAIN ST., Si E. 1700
KANSAS CITY, MO 64105
816/842/4800
'NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
.t—
Nancy Gray Avenue Performance Bond
Sanitary Sewer Repair
February 2013
00615-2
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Barbara A Miller, Brenda L Linze, J Douglas Joyce, Eric Van Buskirk, Linda L Nutt, Michael
T Kelly, Eugene A Klein, Thomas P Latz, Thomas M English, Michael L Swift, Individually
of Kansas City, MO, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seat to be
hereto affixed on this 20th day of September, 2012.
?SJRET}c,�
:iv PPagS �.;
. i�SE A'o
N�UPt�p
State of South Dakota l
JT
County of Minnehaha as
WESTERN SURETY COMPANY
'Paul T. BruBat, Vice President
On this 20th day of September, 2012, before me personally came Paul T. BruBat, to me known, who, being by me duly sworn, did depose and say: that
he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so
,affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to likeauthority, and
acknowledges same to be the act and deed of said corporation.
My commission expires i�"�'
J. MOHR I
+ ^ NOTARY PUBLIC ^
June 23, 2015 J SEAL BOOTH OAKOTA SEAL r IV
J. Mohr, Notary Public
CERTIFICATE
1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 15 day of February 2013
?yUNET}C
WESTERN SURETY COMPANY
I=I
CY \Lrlr2l�
Form F4280-7-2012 - ,,,ti L. Nelson, Assistant Secretary
No Text
0
E
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
Nancy Grey Avenue
Sanitary Sewer Repair
Certificate of Insurance
February 2013
00630-1
Certificate of Insurance
I IIE CER'n F'ICATE HOLDER. '1'IIts CER'DF'ICA'I E IS NOT AN
LISTED BELOW. POLICY LIMITS ARE NO LESS THAN THOSE
This is to Certify that
I Garney Companies Inc10� Kansas
s City
MO Road NAME, AND Liberty Mutual
Kansas City MO 64118 ADDRESS e
OFINSURED
L I INSURANCE
is, at the issue date ofthis certificate, insured by the Company under the policyfes) listed below. The insurance afforded by the listed policyUes) is subject to all their terms, exclusions and
Conditions and is not altered by any requirement, tern or condition of any contract or other document with respect to which this certificate may be issued.
TYPE OF POLICY
EXP DATE
❑ CONTINUOUS
❑ EXTENDED
POLICY NUMBER
LIMIT OF LIABILITY
❑ POLICY TERM
WORKERS
COMPENSATION
10/1/2013
WA2-64D-426942-732
COVERAGE AFFORDED UNDER WC
LAW OF THE FOLLOWING STATES:
AL AR AZ
KY, Md NCCN NK OKASCst
TX, VA
EMPLOVERS LIABILITY
Badilyln'ury by Accident
1 000 OOO Each A Lli E
Bodily Injury By Disease
1 00 000
Bodily Injury By Disease
1 000 000
COMMERCIAL
GENERAL LIABILITY
10/1/2013
T82-641 -426942-722
Gcocral Aggmgue
$2,000,000
❑ OCCURRENCE
ElCLAIMS MADE
Products / Completed Operations Aggregate
$2,000,000
Each Occurrence
$1 000 000
Personal & Advertising Injury
$1,000,000 Per Person/Organvstion
RETRO DATF.
oil,, 101he"
$3 0,000 Fire Legal
$10,000 Medical
AUTOMOBILE
LIABILITY
10/1/2013
AS2-641-426942-712
$2,000,000 Ia8.1.And P.D. CochA=C.mbinSingledeLimit
OWNED
Each Person
Each Accident or Occurrence
❑ NON -OWNED
HIRED
Each Accident or Occumenee
OTHER
ADDITIONAL COMMENTS
RE: Job # 6665 Nancy Gray Avenue 8" Sanitary Sewer Line Repair
City of Fort Collins, Colorado and Stantec Consulting Services is an additional insured under the General Liability and Automobile Liability policy
if required by a written contract with the Named Insured, but only for the coverage and limits provided by the policy and the
additional insured endorsement.
Ifthe certificate expiration date is continuous or extended tent you will be notified ifcovemge is mnnin:ned or reduced before the certificate expiration data
NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) Liberty Mutual
BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE y
INSURANCE AFFORDED UNDER 'THE ABOVE POLICIES UNTIL AT LEAST60 DAYS NOTICE Insurance Group
OF SUCH CANCELLATION HAS BEEN MAILED TO:
RE: Job # 6665 ��.,�.�;
FCity of FortCollins V LL 00 J6� LcLi
sic 'P- ,
• V 300 LaPorte Avenue Laura Rudolph
=a Fort Collins CO 80521 St. Louis/0442 ADI HORIZED REPRESENTATIVE
12250 Weber Hill Road
u St. Louis MO 63127 800-392-9223
2/19/2013
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 07-10
CeRT NO.: 15536359 CLIENT CODE: LM_2660 Christopher aei ing 2/19/2013 10:21726 AM Page 1 of 1
LDI COI 268896 02 11
• SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: City of Fort Collins PROJECT TITLE: Nancy Gray Avenue Sanitary
(OWNER) Sewer Repair
Date of Substantial Completion:
Project or Specified Part Shall Include:
LOCATION: Fort Collins, Colorado
OWNER: City of Fort Collins
CONTRACTOR: Gamey Companies
CONTRACT DA
Work performed under this contract has been inspected by authorized representatives of the OWNER,
CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated
above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
Am 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.
CONTRACTOR
By:
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
REMAR
•Nancy Gray Avenue
Sanitary Sewer Repair
Certificate of Substantial Completion
February 2013
00635-1
•
TO
Gentlemen:
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
,20
You are hereby notified that on the day of , 2013, the City of Fort
Collins, Colorado, has accepted the Work completed by Gamey Companies for the City of Fort Collins
project, Nancy Gray Avenue Sanitary Sewer Repair.
A check is attached hereto in the amount of $ as Final Payment for all Work done,
subject to the terms of the Contract Documents which are dated
In conformance with the Contract Documents for this project, your obligations and guarantees will
continue for the specified time from the following date:
•Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
By:
Title:
Nancy Gray Avenue
Sanitary Sewer Repair
Certificate of Final Acceptance
February 2013
00640-1
Fort Collins
DT: February 20, 2013
Utilities
electric • stormwater • wastewater • water
700 Wood St.
PO Box 580
Fort Collins, CO 80522
970.221.6700
970.221.6619 fax 970.224.6003 TDD
utilities@fcgov.com fcgov.com/utilities
MEMORANDUM
TO: Jon Haukaas, Manager — Water Engineering and Field Services Operations
TH: Owen Randall, Chief Engineer Mr
• FR: Tim McTague, Special Projects Manager
RE: Nancy Gray Avenue Sanitary Sewer Emergency Repair
This project involves a sanitary sewer repair at Nancy Gray Avenue and Windrow Drive. An
outside drop manhole has failed and the tee and 8" pipe outside the manhole have been crushed
and separated. The project will take 5 days at an estimated cost of $36,000. The final repair of
the intersection will be done in the spring when the asphalt plants open. This contract does not
include the cost of asphalt repair, traffic control, and the street permit.
If you have any questions, please contact Tim McTague at 970-310-5980.
0
SECTION 00650
LIEN WAIVER RELEASE
(Contractor)
TO: City of Fort Collins. Colorado
(OWNER)
FROM:
(CONTRACTOR)
PROJECT: Nancy Gray Avenue Sanitary Sewer Repair.
The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt and
adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights,
claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A.
270 a and b), stop notices, equitable liens and labor and material bond rights which the
CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor,
skill or materials furnished, delivered or performed for the construction, design, improvement,
alteration, addition or repair of the above described project, against the OWNER or its officers,
agents, employees or assigns, against any fund of or in the possession or control of the
OWNER, against the project or against all land and the buildings on and appurtenances to the
land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed
to or for the construction, design, improvement, alteration, addition or repair of the project were
furnished, delivered or performed by the CONTRACTOR or its agents, employees, and
servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or
their agents, employees and servants and further affirms the same have been paid in full and
have released in full any and all existing or possible future mechanic's liens or rights or claims
against the project or any funds in the OWNER'S possession or control concerning the project
or against the OWNER or its officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and
the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S
Subcontractors, materialmen, employees, servants, agents or assigns against the project or
against the OWNER or its officers, employees, agents or assigns arising out of the project for all
loss, damage and costs, including reasonable attorneys fees, incurred as a result of such
claims.
5. The parties acknowledge that the description of the project set forth above constitutes and
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may
Nancy Gray Avenue Lien Waiver Release (Contractor)
Sanitary Sewer Repair
February 2013
00650-1
be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds
for the project.
Signed this day of
CONTRACTOR
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
By
Witness my hand and official seal.
My Commission Expires:
Notary Public
*Nancy Gray Avenue
Sanitary Sewer Repair
20
day of .20
Lien Waiver Release (Contractor)
February 2013
00650-2
EA
TO:
FROM:
SECTION 00651
LIEN WAIVER RELEASE
(Subcontractor)
(CONTRACTOR)
(Subcontractor)
PROJECT: Nancy Gray Avenue Sanitary Sewer Repair.
The Subcontractor acknowledges having received payment, except retainage, from the
CONTRACTOR for all work, labor, skill and material furnished, delivered and performed by the
Subcontractor for the CONTRACTOR or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt and
adequacy of which are hereby acknowledged, the Subcontractor voluntarily waives all rights, claims
and liens, including but not limited to, mechanic's liens, 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
Is project.
3. The Subcontractor affirms that all work, labor and materials, furnished, delivered or performed to or
for the construction, design, improvement, alteration, addition or repair of the project were furnished,
delivered or performed by the Subcontractor or its' agents, employees, and servants, or by and
through the Subcontractor by various sub -subcontractors or materialmen or their agents, employees
and servants and further affirms the same have been paid in full and have released in full any and
all existing or possible future mechanic's liens or rights or claims against the project or against the
CONTRACTOR or its officers, agents, employees or assigns arising out of the project.
4. The Subcontractor agrees to defend and hold harmless the CONTRACTOR, the lender, if any, and
the Surety on the project against and from any claim hereinafter made by the Subcontractor's sub -
subcontractors, materialmen, employees, servants agents or assigns against the project or against
the CONTRACTOR or OWNER, lender or Surety or their officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys fees,
incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes and adequate
description of the property and improvements to which this Lien Waiver Release pertains. It is
further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by
the CONTRACTOR, OWNER, the lender, if any, and Surety on any labor and material bonds forthe
project.
Nancy Gray Avenue
Sanitary Sewer Repair
Lien Waiver Release Balance to Complete
(Subcontractor)
February 2013
00651-1
Signed this day of
SUBCONTRACTOR:
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
20
Subscribed and sworn to before me this day of .20
By
Witness my hand and official seal.
My Commission Expires:
Notary Public
Nancy Gray Avenue
Sanitary Sewer Repair
Lien Waiver Release Balance to Complete
(Subcontractor)
February 2013
00651-2
•
TO:
CONTRACTOR:
PROJECT:
CONTRACT DATE:
SECTION 00660
CONSENT OF SURETY
City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
Gamey Companies
Nancy Gray Avenue Sanitary Sewer Repair.
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as
indicated above, for
bond of (Surety)
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the
CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set
forth in the said Surety Company's Bond.
•IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
,20 .
(Surety Company)
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
•Nancy Gray Avenue
Sanitary Sewer Repair
February 2013
00660-1
day of
Consent of Surety
UH 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVERC060261 CONTRACTOR APPLICATION 6
(303) 232-2416
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
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.
Reg istr abon/Account No. (to be assigned by DOR)
Penod
0170-750 999 $0.00
� )
-
89 -
INFORMATION
name/OBA: Owner, partner, or corporate name:
Mailing address (City, State, Zip): Contact Person
E-Mail address: Federal Employer's Identification Number: Bid amount for your contract:
Fax Number: Business telephone number: Colorado withholding tax amount number:
(
EXEMPTION INFORMATION Copies of contract or agreement pages (1) identifying the contracting parties
and 2 containing signatures of contractin parties must be attached.
Name of exempt organization (as shown on contract): Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization: Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County lies) where project is located)
Scheduled Month Day Year Estimatetl Month Day Year
construction start date: completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are true and
complete to the best of my knowledge.
owner, partner or corporate officer: I Title of
Special Notice
tractors who have completed this application in the past, please note the following changes in procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contrac-
tors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the
project and complete it by filling in the subcontractor's name and address and signing it.
The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the
prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a
minimum of three years and be available for inspection in the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any applications
submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-
12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed-
ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in
sequence as this may delay processing of your application.
•
s
Conditions of the Contract
SECTION 00800
SUPPLEMENTARY CONDITIONS
These Supplementary Conditions amend or supplement the General Conditions of the Construction
Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications (rev.
9/99)) and other provisions of the Contract Documents executed under the P7089 Water, Wastewater,
And Stormwater Utilities Infrastructure Design And Construction Services Contractor master contract
dated January 1, 2010.
Unless included in this work order, all work performed under this work order shall be conducted in
accordance with the technical specifications of Work Order No. Nancy Gray Avenue Sanitary Sewer Repair.
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 deficiencies
corrected.
�SC-1.43.A Add the following new paragraph immediately after paragraph 1.43 of the General Conditions:
1.43.A. Work Order —A written document executed by OW NER and CONTRACTOR that provides
for the construction of a portion of the Work, pursuant to the Agreement and all as required by the
Contract Documents, and that becomes a Contract Document when executed.
SC-2 PRELIMINARY MATTERS
SC-2.8. Delete paragraph 2.8 of the General Conditions entirely and replace it with the following paragraph:
2.8 Preconstruction Conference. Within ten days after the Contract Times for a Work Order
start to run, but before any Work at the site is started, a conference attended by CONTRACTOR,
ENGINEER and others as appropriate will be held to establish a working relationship among the
parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for
handling Shop Drawing and other submittals, processing Applications for Payment, and maintaining
required records.
SC-2.10. Add the following new paragraph immediately after paragraph 2.9 of the General Conditions:
2.10 Work Order Required for All Work. References to the Agreement in this Article 2 and in
the General and Supplementary Conditions and Contract Documents notwithstanding, no Work shall
be initiated or performed until CONTRACTOR has received a signed and executed Work Order,
incorporating the Notice to Proceed, from OWNER; and no provision of the Article 2 or of the
General and Supplementary Conditions and Contract Documents shall permit or require any action
Nancy Gray Avenue Supplementary Conditions
Sanitary Sewer Repair
February 2013
00800-1
of CONTRACTOR in the absence of a signed and executed Work Order. All provisions of this
Article 2 and of the General and Supplementary Conditions and Contract Documents referencing
the Agreement or other parts of the Contract Documents, or permitting or requiring any action of
CONTRACTOR, shall be read as referencing and, as appropriate, requiring a signed and executed
Work Order.
SC-4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE
POINTS
SC-4.2.1.2. Add the following new paragraph immediately following paragraph 4.2.1.2 of the General
Conditions:
4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface
structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to
the site have been utilized by the Engineer in preparation of the Contract Documents, except the
following:
A. None
Contractor may rely upon the accuracy of the technical data contained in the documents, but not
upon non -technical data, interpretations or opinions contained therein or upon the completeness of
any information in the report.
SC-5 BONDS AND INSURANCE
�SC-5.4.7. Include the following parties or entities as additional Insureds, as provided in paragraph 5.4.7
of the General Conditions:
5.4.7.1.The City of Fort Collins, Colorado, 4316 LaPorte Avenue, Fort Collins, Colorado 80522
SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the General
Conditions:
5.4.8.1.1. Limits of Liability. The limits of liability for the insurance required by the paragraph numbers
of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000 / $100,000 / $500,000.
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits
(CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless
waived by the Owner.
5.4.6: The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined
single limits (CSL).
5.4.9. This policy will include completed operations coverage / product liability coverage with limits of
$1,000,000 combined single limits (CSL). This policy shall also include an Umbrella Excess Liability as
follows: General liability and automobile liability insurance in an amount not less than $1,000,000 per
Nancy Gray Avenue Supplementary Conditions
Sanitary Sewer Repair
February 2013
00800-2
occurrence in excess of the above stated primary limits.
SC-6 CONTRACTOR'S RESPONSIBILITIES
SC-6.14.3. Add the following new paragraph immediately following paragraph 6.14.2 of the General
Conditions:
6.14.3.1. The following Laws or Regulations are included in the Contract Documents as
mandated by statute or for the convenience of the CONTRACTOR. Other Laws and
Regulations apply which are not included herein, and are within the CONTRACTOR'S duty
and responsibility for compliance thereto:
6.14.3.2. Notice to owners of Underground Facilities is required prior to excavations in the
vicinity of such facilities.
6.14.3.2. Unless otherwise decided by reason of the amount of the Contract Price involved, or
other good reason, before or at the time that the contract is awarded to a corporation outside
the State of Colorado, such corporation must carry out the proper procedure to become
authorized to do business in the State of Colorado, designate a place of business therein,
and appoint an agent for service of process. Such corporation must furnish the OWNER
with a certificate from the Secretary of State of Colorado, has been issued by its office and
there shall also be procured from the Colorado Secretary of State a photostatic or certified
copy of the designated place of business and appointment of agent for service of process, or
a letter from the Colorado Secretary of State that such designation of place of business and
agent for service of process have been made.
6.14.3.3 The CONTRACTOR must conform to the rules and regulations of the Industrial
Commission of Colorado. Particular reference is made to rules and regulations governing
excavation Work adopted by the Industrial Commission of Colorado.
SC-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.
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.
Nancy Gray Avenue Supplementary Conditions
Sanitary Sewer Repair
February 2013
00800-3
• SECTION 00500
AGREEMENTFORMS
00525
Work Order, Notice of Award, and Bid Schedule
00525-1
00530
Notice to Proceed
00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 — 00610-2
00615
Payment Bond
00615-1 — 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release (CONTRACTOR)
00650-1 — 00650-2
00651
Lien Waiver Release (SUBCONTRACTOR)
00651-1—00651-2
•
00660
Consent of Surety
00660-1
00670
Application for Exemption Certificate
00670-1 — 00670-2
CONDITIONS OF
THE CONTRACT
00800
Supplementary Conditions
00800-1 — 00800-8
00900
Addenda, Modifications and Payment
00900
00950
Work Order Change Order
00950-1
00960
Application for Payment
00960-1 — 00960-4
01110
Summary of Work
01110-1
01270
Measurement and Payment
01270-1
01320
Construction Schedules
01320-1 - 01320-2
ancy Gray Avenue Agreement Forms
Sanitary Sewer Repair
February 2013 00500-1
•
14.1. Schedule of values ... Progress payments on the negotiated not -to -exceed fee shall be
based on a time and materials basis.
END OF SECTION
•
•
Nancy Gray Avenue
Sanitary Sewer Repair
Supplementary Conditions
February 2013
00800-4
•
•
•Nancy Gray Avenue
Sanitary Sewer Repair
SECTION 00900
ADDENDA, MODIFICATIONS, AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
Addenda, Modifications, & Payment
Table of Contents
February 2013
00900-1
•
PROJECT TITLE:
CONTRACTOR:
PROJECT NUMBER:
DESCRIPTION:
SECTION 00950
CHANGE ORDER NO.
Nancy Gray Avenue Sanitary Sewer Repair.
Garvey Companies
Reason for change:
2. Description of Change:
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ 33,600.00
TOTAL APPROVED CHANGE ORDERS 0.00
TOTAL PENDING CHANGE ORDERS 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGINAL CONTRACT
+ADJUSTED CONTRACT COST 0.00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY: DATE:
Project Manager
REVIEWED BY: DA
APPROVED BY: DA
Title:
APPROVED BY: DATE:
Purchasing Agent over $30,000
cc: Project File
Contractor
Purchasing
Nancy Gray Avenue Contract Change Order
Sanitary Sewer Repair
February 2013 00950-1
OPART1 GENERAL
1.01 SECTION INCLUDES
A. Site location and description.
B. Project description.
SECTION 01110
SUMMARY OF WORK
C. Scope of work and work sequence.
D. Underground utilities.
1.02 SITE LOCATION AND DESCRIPTION
A. Nancy Gray Avenue Sanitary Sewer Repair.
Nancy Gray Avenue and Windrow Drive, in Fort Collins, Colorado. Excavate and
repair crushed sanitary sewer tee and pipe.
1.03 PROJECT DESCRIPTION
A. Contractor shall provide and/or install:
1. Mobilization and Field Overhead
2. Traffic Control (By CoFC)
3. Excavate and Repair Crew and Equipment
4. Excavate and Repair Materials
5. Temp Concrete Surfacing (3" Thick)
1.04 WORK SEQUENCE
A. The Work Sequence is to be submitted as part of the construction schedule required in
Section 01320 (Construction Schedules) and Section 01330 (Submittals). Construction
of the project shall begin within seven (7) calendar days of the date of Notice to
Proceed.
1.05 UNDERGROUND UTILITIES
A. It shall be the responsibility of the CONTRACTOR to verify the existence and location of
all underground utilities along the route of the work and to coordinate the construction
schedules with these utility owners. See Section 01180 for a list of Utility Sources.
B. Known utilities and structures adjacent to or encountered in the work are shown on the
Drawings. The locations shown are taken from existing records and the best
information available from existing utility plans, however, there may be some
discrepancies and omissions in the locations and quantities of utilities and structures
Nancy Gray Avenue Summary of Work
Sanitary Sewer Repair
February 2013
01110-1
shown. Those shown are for the convenience of the CONTRACTOR only, and no
responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or
completeness.
C. The CONTRACTOR shall field verify all utilities and coordinate construction with utility
owners prior to starting construction. The CONTRACTOR shall be responsible for
protecting utilities during construction and scheduling utility adjustments to eliminate
conflict with progress of the work. Any damage to existing utilities shall be repaired at
no additional cost to the OWNER.
D. The CONTRACTOR shall notify the ENGINEER immediately of any field condition not
consistent with the contract documents.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
6
END OF SECTION
Nancy Gray Avenue
Sanitary Sewer Repair
Summary of Work
February 2013
01110-2
•
SECTION 01270
MEASUREMENT AND PAYMENT
PART1 GENERAL
1.01 SECTION INCLUDES
A. The work performed under this Agreement shall be paid for on a Time and Materials
basis. The quantities provided on the Bid Schedule are only estimates of the actual
quantities of the work to be performed, and are only included for purposes of making the
award and establishing a basis for estimating the probable cost of the Work. The actual
amounts of work performed and materials furnished may differ from the estimated
quantities. The basis of payment for work and materials bid as time and materials will
be the actual amount of approved work done and materials furnished. The
CONTRACTOR agrees that he will make no claim for damages, anticipated profits, or
otherwise on account of any difference between the amounts of work actually performed
and materials actually furnished and the estimated amount for bid items.
Payment shall be made only for those items included in the Bid Schedule. All costs
incurred shall comply with the provisions of these Specifications and shall be included in
the price bid for the associated items in the Bid Schedule. Except as may be otherwise
stipulated, the OWNER will furnish no material, labor or equipment. The quantity of
work, which will be considered for payment, is the actual cost of the work plus
CONTRACTOR'S markups in accordance with all relative Specifications and
Agreements.
END OF SECTION
•Nancy Gray Avenue
Sanitary Sewer Repair
February 2013 01270 -1
Measurement and Payment
• SECTION 00525
WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE
TO: Garnet/ Companies
WORK ORDER NUMBER: Nancy Gray Avenue 8" Sanitary Sewer Line Repair — Garnet/ 2013
PURCHASE ORDER:
TITLE: Nancy Gray Avenue Sanitary Sewer Repair
ENGINEER:
OWNER'S REPRESENTATIVE: Tim McTague, Special Proiects Manager
NOTICE OF AWARD DATE:
OWNER:
February 15, 2013
CITY OF FORT COLLINS
(hereinafter referred to as OWNER)
1. WORK. You are hereby notified that your bid dated February 15, 2013, for the above Work Order
has been considered. Pursuant to your AGREEMENT with OWNER dated February 5, 2010, you have
•been awarded a Work Order for this Work Order Description:
A. See Section 01100 — Summary of Work.
2. CONTRACT PRICE, BONDS AND CERTIFICATES. The price of your Work Order is Thirty Three
Thousand Six Hundred Dollars and No Cents ($ 33,600.00). Pursuant to the AGREEMENT and the
Contract Documents, Performance and Payment Bonds and insurance are required.
3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for
Substantial Completion of this Work Order is March 20, 2013, and after Substantial Completion, the
number of days for Final Payment and Acceptance is 60 Calendar days.
4. LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of
this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times
specified in paragraph 3 above, plus any extensions thereof allowed in accordance with Article 12 of
the General Conditions. They also recognize the delays, expenses and difficulties involved in proving
in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth
hereafter.
1) Substantial Completion: Five Hundred Dollars ($500.00) for each calendar day or
fraction thereof that expires after March 20, 2013 until the work is Substantially
Complete.
•Nancy Gray Avenue Work Order, Notice of Award and Bid Schedule
Sanitary Sewer Repair
February 2013 00525-1
•
2) Final Acceptance: After Substantial Completion Two Hundred Dollars ($200.00) for
each calendar day or fraction thereof that expires after the 60 calendar day period for
Final Payment and Acceptance until the Work is ready for Final Payment and
Acceptance.
5. EXECUTION. Three (3) copies of this proposed Work Order & Notice of Award, and accompanying
amendments or supplements to the Contract Documents (except any applicable Drawings)
incorporated herein, are provided. Three (3) 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 Notice of Award, that is, by February 15,
2013.
A. You must deliver to OWNER three (3) fully -executed counterparts of this Work Order,
including all amendments or supplements to the Contract Documents incorporated
herein. Each Work Order must bear your signature as provided.
B. You must deliver with the executed Work Order the Contract Security (Bonds) and
insurance, as specified in the Agreement, 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 NOTICE OF AWARD REPRESENTATION & EXECUTION:
CONTRACTOR agrees to perform the services identified above, in accordance with the terms and
conditions contained herein and in the AGREEMENT dated February 5. 2010 and the NOTICE OF
AWARD dated February 15, 2013, between the parties. In the event of a conflict between or ambiguity
in the terms of the AGREEMENT or specific Work Orders, the AGREEMENT shall control.
CONTRACTOR: Garvey Companies
,y: Date:
Name: Wayne O'Brien
Nancy Gray Avenue
• Sanitary Sewer Repair
February 2013
00525-2
Title:
��y•coiy,,q
18.2013 �PGORPORgTF.,�N
MVSSOOV
Work Order, Notice of Award and Bid Schedule
•
0
•
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: I --,✓t'ic- \r- (",-- Date:
Tim McT ue, S�pecciia Project anager
ACCEPTANCE: ag. (�C Date: Z
Owen L. Randall, Chief Engineer
ACCEPTANCE: Date: Z/ /
Jon Haukaas, Engineering & Field Services Manager
ACCEPTANCE: Date:
Brian Janonis, Utilities Executive Director
OWNER: CITY OF FORT COLLINS
ACCEPTANCE: Date:
James B. O'Neill II, CPPO, FNIGP
Director of Purchasing and Risk Management
Nancy Gray Avenue
Sanitary Sewer Repair
February 2013
00525-3
Work Order, Notice of Award and Bid Schedule
2/14/2013
Project: Nancy Gray Avenue Sanitary Sewer Repair
Date: February 13, 2013 GaMgY
• CONfTI1K1rUN
Schedule of values
Item
Final Item
Unit of
Estimated
Unit
Item
Number
Number
Description
Measure
Quantity
Cost ($)
Cost($)
General Conditions
1
1
Mobilization & Field Overhead
LS
1
$ 10,600.00
$ 10,600,00
2
2
Traffic Control (by COFC )
LS
1
By CoFC
3
3
Excavate & Repair Crew 8 Equipment
LS
1
18.100,00
18.100.00
4
4
Excavate B Repair Materials
LS
1
1.900.00
1,900.00
5
5
Demobilization
LS
1
3,000.00
3.000.00
TOTAL ESTIMATED PRICE
11
$ 33,600.00
SECTION 00530
WORK ORDER NOTICE TO PROCEED
Description of Work:
To: Garvey Companies
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the CONTRACTOR and
the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the
OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to
proceed within fifteen (15) calendar days from receipt of this notice as required by the Agreement.
Dated this .2-- P-/ , (3
*The dates for Substantial Completion and Final Acceptance shall be February 24, 2013 and April 23, 2013,
respectively.
City of Fort Collins
OWNER
By:
Tim McTague
Title Special Projects Manager
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this ZI sT day of
2013.
Gamey Companies
CONTRACTOR
By: / / / 1
Title: 7l`i/✓J O Z P/ty li C-r M,ft N1{6Ljz
*Nancy Gray Avenue
Sanitary Sewer Repair
Notice to Proceed
February 2013
00530-1
•
C
•Nancy Gray Avenue
Sanitary Sewer Repair
February 2013
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
Bonds and Certificates
00600-1