Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWORK ORDER - PURCHASE ORDER - 9131589Vendor: Hydro Construction Company, Inc.
Requisition Form
Today's Date:
Ship To:
Vendor #:
Special Instructions:
March 27, 2013
A, (� \, --- (zq
Requisition No.:
Date Entered:
Date Approved:
Date Denied:
Item #
Quantity
Unit
Description
Unit Price .
Total
Charge Number
1
1
Is
Work Order H-2013-2 Fire
$69,009.00
$69,009.00
5029300501.562020.6
Work Order H-2013-2 (Replacement)
$257,375.00
$257,375.00
5026310033.562020.6
Project Total
$326,384.00
�� J
Eg)N&qC
Tmj
Item Description
!O
Standas
ate Report
Page 1
012012013
ION
FC
2 System
11:54 AM
Takeoff Oty
Amount
Amount Amount Name
Amount Amount Amount
01 General Conditions
1000.000
GENERAL CONDITIONS
16
Bonds
1.00
Is
10
Contingency
1.00
Is
10
Survey & Layouts
1.00
Is
14
PM
6.00
wk
14
Supt
4.00
wk
14
Job Trailer
1.00
mo
100
Office Supply & Equip -GC
1.00
mo
10
Safety
1.00
Is
12
Trash
5.00
wk
10
Fuels
5.00
wk
GENERAL CONDITIONS
602.00 Labor hours
400.00 Equipment hours
1900.000
OWNED EQUIPMENT
45
Connex Box
1.00
mo
20
ZX350 Hitachi Trackhoe
0.50
mo
60
305 Cat Mini Excavator
0.50
mo
OWNED EQUIPMENT
"
-
-
6,528
6,528
-
0 -
-
5,000
5,000
510
-
545
1,055
6,615
-
765
-
7,380
6,468
-
1.020
436
7.924
"
- 0
1,020
163
1.183
-
-
153
163
316
510
-
545
1,055
-
545
545
"
-
953
953
13,083
1,020
2,958
14,876
31,937
765
4,621
1,265
6,650
765
4.621
1,265
6,650
01 General Conditions
13,083 0 1,020
9,608
14,876
38,588
602.00 Labor hours
400.00 Equipment hours
02 C102 Room
2000.000 SITEWORK
14 Demo Pumps & Piping 1.00 Is
564 - -
-
38
603
14 Demo Generators & Misc Equip 1.00 Is
423 - -
0
49
472
14 Core Drill 1.00 Is
423 - -
153
16
593
SITEWORK
1,411
153
103
1,668
20.00 Labor hours
10000.000 SPECIALTIES
20 Pump Shelving 1.00 ea
212 357 -
-
16
585
SPECIALTIES
212 357
16
585
6.00 Labor hours
Eg)HYDRO
Standard Estimate Report
Page 2
CONSTRUCTION
FCWTF C102
System
312012013 11:54 AM
Item Description
Takeoff City
Amount
Amount
Amount
Name Amount
Amount
Amount
11000.000 EQUIPMENT
100 Pumps
2.00
ea
0
28,764
-
-
-
28,764
100 Install Pumps
2.00
ea
564
153
-
-
-
717
100 Generators
2.00
ea
83,640
-
-
-
83,640
100 Install Generators
2.00
ea
1,693
153
-
-
-
1,846
200 Install Strainer 8 Valves
1.00
ea
141
-
-
-
141
100 BV
2.00
as
0
82
-
-
-
82
100 BV
4.00
ea
82
-
-
-
82
100 BV & PRV
8.00
ea
612
-
-
-
612
100 BV & CV
8.00
ea
367
-
-
-
367
100 BV & Pre Valve
4.00
ea
184
-
-
-
184
EQUIPMENT
2,399
114,036
116,435
164.00 Labor hours
15000.000 MECHANICAL
b 20 Pipe Support
1.00
Is
564
459
-
-
-
1,023
15 PVC Pipe Sch 80
10.00
LF
282
45
-
-
-
327
15 PVC Pipe Sch 80
18.00
LF
508
81
-
-
-
589
15 PVC Pipe Sch 80
24.00
LF
677
108
-
-
-
785
15 PVC Pipe Sch 80
24.00
LF
677
108
-
-
-
785
15 PVC Pipe Sch 80
18,00
LF
508
1,313
-
-
-
1,821
MECHANICAL
3,218
2,113
5,330
182.40 Labor hours
16000.000 ELECTRICAL
-sub Electrical Sub
1.00
Is
-
-
82,859
-
-
82,859
ELECTRICAL
82,859
82,859
02 C102 Room
7,239
116,506
82,859
153
120
206,877
372.40 Labor hours
'
03 UV Room
15000.000 MECHANICAL
b 20 Pipe Support
1.00
Is
564
459
-
-
-
1,023
15 PVC Pipe Sch 80
80.00
LF
2,258
5,834
-
-
-
8,092
MECHANICAL
2,822
6,293
9,116
160.00 Labor hours
03UVRoom
2,822
6,293
0
0
0
9,116
160.00 Labor hours
Item Description
;O Standa�mate Report Page 3
T I O N FC 2 System f120/2013 11:54 AM
�17ii�1".a6`or'" AAatiHalP�# 'S}r��.Ca"� " Nn;
Takeoff Qty Amount Amount Amount
04 Poudre River Disp Vault
'�E u Ill!" �;thli9r 1 a ��'�xGTotal# �»t
Name Amount Amount Amount
2000.000
SITEWORK
14
Core Drill 1.00
Is
282
-
-
153
16
452
12
Corporation Valve 1.25" 1.00
ea
282
357
255
-
16
911
SITEWORK
564
357
255
153
33
1,362
16.00 Labor hours
15000.000
MECHANICAL
b 20
Pipe Support 1.00
Is
141
128
-
-
-
269
15
PVC Pipe Sch 80 41.00
LF
1,157
2,990
-
-
-
4,147
MECHANICAL
1,298
3118
4,416
73.60 Labor hours
04 Poudre River Disp Vault
1,863
3,475
255
153
33
5,778
89.60 Labor hours
05 Plea Valley Vault
2000.000
SITEWORK
14
Core Drill 1.00
Is
282
-
-
153
16
452
6
Trench Excav & Lay Pipe 4- 6' 115.00
If
1,129
352
-
0
31
1,512
12
Corporation Valve 1.25" 1.00
ea
282
357
255
-
16
911
10
Excavation & Backfill 1.00
ea
564
77
-
-
641
10
Vault 1.00
ea
0
15,402
-
0
-
15.402
12
Vault Install 1.00
ea
282
1.530
128
163
-
2,103
10
Site Restoration 1.00
Is
564
153
510
-
-
1,227
SITEWORK
3,105
17,870
893
316
64
22,248
124.80 Labor hours
44.00 Equipment hours
11000.000
EQUIPMENT
100
BV 2.00
ea
92
-
-
-
92
EQUIPMENT
92
92
15000.000
MECHANICAL
b 20
Pipe Support 1.00
Is
141
128
-
-
-
269
15
PVC Pipe Sch 80 126.00
LF
564
9,189
-
-
-
9,754
O)HYDRO
Item Description Takeoff City
MECHANICAL
40.00 Labor hours
Standard Estimate Report
FCWTF C102 System
Amount Amount Amount
706 9,317
Page 4
312012013 11:54 AM
HE
Name Amount Amount Amount
10,022
05 Plea Valley Vault 3,810 27,279 893 316 64 32,362
164.80 Labor hours
44.00 Equipment hours
Estimate Totals
Desc►iotion Amount
Totals Hours Rate
Cost Basis Cost oer Unit Percent of Total
Labor 28.818
1.388.799 his
8.63%
Material 153.553
47.05%
Subcontract 85.026
26.05%
Eauipment 10.231
444.000 hrs
3.13%
Other 15.093
4 69%
292,721
292,721
89.69
Profit & Overhead 33.663
11.500 %
T 10,31%
Total
326,384
0 0 0
PERFORMANCE BOND
•
KNOW ALL BY THESE PRESENTS: that
Bond No. 0175079
(Firm) Hydro Construction Company, Inc.
(Address) 301 East Lincoln Avenue, Fort Collins CO 80524
j�fi4ft@Li lq tl Rilili(�Za Corporation), hereinafter referred to as "the Principal,"- and
(Firm) Berkley Regional Insurance Company
(Address) 11201 Douglas Avenue, Urbandale, IA 50322
hereinafter referred to as "the Surety," are held and fimfly bound unto the City of Fort Collins, 300 West LaPorte Avenue, Post Office Box
580, Fort Collins, Colorado 80522, a Municipal Corporation, hereinafter referred to as "the Owner," in the penal sum of $ 326, 384.00
Three Hundred Twenty Six Thousand Three Hundred Eighty Four Dollars and 00/100
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 Contract Agreement with the
Owner, dated the 26th day of May , 2011 , a copy of which is hereto attached and make a part hereof for the
performance of City of Fort Collins Project, Work Order No. H-WTF-2013-2 - Chlorine Dioxide Feed System Replacement and
Improvements - Notice of Award Date: March 19, 2013
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms,
conditions and agreements of said Contract 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 he shall satisfy all claims and demands
incurred under such Contract Agreement, and shall fully indemnify and save harmless the Owner from all cost and damages which it may
s er 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
y default, and then this obligation shall be void; otherwise to remain in fall 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 Contract Agreement or to the work to be performed thereunder or the specifications accompanying
the same shall in anyway 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 Contract 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 maybe unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in three counterparts, each one of which shall be deemed an original, this
20th day of March , 2013 .
Hydro Construction Company, Inc.
P 'pal
(Title)
301 East Lincoln Avenue, Fort Collins, CO 80524
&ORFORATE SELL)
(Address)
G14 Page 1 of 2
0SENCE OF:
N/A
IN PRESENCE OF.
WitBy: s�_p_
0
La
Other Partners
N/A
Berkley Regional Insurance Company
( Surety
By: U l\ 1 U" Homey-m-
Nicole L. McCollam
Philip J. Monasch 11201 Douglas Avenue, Urbandale, IA 50322
(Address)
(SURETY SEAL) ; ;.; •:'
44.
NOTE: Date of Bond must not be prior to date of Contract Agreement. If Contractor is Partnership; all partrizrs sirrula,eay u¢e
Bond. i' '' ....:..• nil
' esn�•s
IMPORTANT: Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the Owner.
IMA
• I r, CO
Den Street, Suite
600
Denier, C80202-1657
Phone 303.534.4567
Page 2 of 2
OD601
PAYMENT BOND
Bond No. 0175079
&NOW ALL BY THESE PRESENTS: that
(Firm) Hydro Construction Company, Inc.
(Address) 301 East Lincoln Avenue, Fort Collins, CO 80524 ,
�mao�ii�vitdtraaxlrtr (a Corporation), hereinafter referred to as "the Principal," and
(Firm) Berkley Regional Insurance Company
(Address) 11201 Douglas Avenue Urbandale IA 50322
hereinafter referred to as "the Surety," are held and firmly bound unto the City of Fort Collins, 300 West LaPorte Avenue, Post Office Box
580, Fort Collins, Colorado 80522, a Municipal Corporation, hereinafter referred to as "the Owner," in the penal sum of $326, 384.00
Three Hundred Twentv Six Thousand Three Hundred Eiqhtv Four Dollars and 00/100
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 Contract Agreement with the
Owner, dated the 26th day of May , 2011 , a copy of which is hereto attached and make a part hereof for the
performance of City of Fort Collins Project, Work Order No. H-WTF-2013-2 - Chlorine Dioxide Feed System Replacement and
Improvements - Notice of Award Date: March 19, 2013
0 W, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors and corporations furnishing
for or performing labor in the prosecution of the work provided for in such Contract Agreement, and any authorized extension or
mo ifrcation 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 Constriction 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 Construction 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.
•
Page 1 of 2
IN WITNESS WHEREOF, this instrument is executed in three counterparts, each one of which shall be deemed an original,
this 20th day of March 1 2013 -
(CORPORATE SEAL)
IN PRESENCE OF:
N/A
I)WV PRESENCE OF:
i n ss:
BY �(S Vy�
Philip J. Monasch
• (SURETY SEAL)
Principal
Hydro Cor4struction Company, Inc.
B • #'L ` . "
true)
301 East Lincoln Avenue, Fort Collins, CO 80524
am
By:
By:
(Address)
Other Partners
N/A
Surety
Berkley Regional Insurance Company
By: V �U.l 'p.ysVv�jwyfI�
At omey4n-Fact
Nicole L. McCollam
11201 Doualas Avenue
(Add9W)'1':
Urbandale, IA 50322
NOTE: Date of Bond must not be prior to date of Contract Agreement. If Contractor is
execute Bond.
IMPORTANT: Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the Owner.
IMA
11SS0 17th Street, Suite 600
Denver, CO 80202-1657 Phone 303.3.539.4567
Page 2 of 2
No. 7724d
POWER OF ATTORNEY
BERKLEY REGIONAL INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof.. Please review carefully.
OALL .MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a
orporatW ion duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa,
9 has made, constituted and appointed, and does by these presents make; constitute and appoint: Sheryll Show, Nicole L. McCollam,
D Sue Wood, Bradley J. Jeffress, Kristen L. McCormick, Sarah Finn, Robert L. Cohen, Robert J. Reiter, Michael Lischer, Jr.,
Philip J. Monasch or Jessica Talbot of 1M4, Ltc. of Denver, CO its true and lawful Attorney -in -Fact, to sign its name as surety
only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of
Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars
c (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected
Nofficers of the Company at its principal office in their own proper persons.
= This Power of Attorney shall be construed and enforced in accordance. with, and governed by, the laws of the State of Delaware,
o without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at meeting of the Board of Directors of the Company held on August 21, 2000:
E "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and
qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations
o on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto;
and further
0 o RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
m or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
t manner and to the extent therein stated; and further
oRESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
zRESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
o power of attorney or certification thereof authorizing the execution and delivery of.any bond, undertaking, recognizance, or
Q other suretyship obligation of the -Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
z ceased to be such at the time when such instruments shall be issued."
b '0 IN WITNESS WHEREOF the Company has caused these resents to be signed and attested b its appropriate officers and its
�� � P Y P b Y�
E o corporate seal hereunto affixed this J t day of 2013.
oAttest: Berkley Regional Insurance Company
U
U (Seal) By
F Ira S. Lederman r.Wafter
Senior Vice President & Secretary S Viee President
o WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER.
7 0
o STATE OF CONNECTICUT )
ss:
0 o COUNTY OF FAIRFIELD )
o�° Sworn to before me, a Notary Public in the State of Connecticut, this / 1 day of ^'fin 2013, by Jeffrey M. Hafter and
s Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of
Berkley Regional Insurance Company.
EILEEN KILLEEN
Q ❑ Norv;r rutn.Ic P;+re OF conavFCncUr - Notary Public, State of Connecticut
° MY CONMISSION EXPIRES JUNE 30.14017
CERTIFICATE
Z <r I, the undersigned, Assislaptt&cretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the
FA, W.-
ZU foregoing is a true, o recL6B1Yomp„ fete copy of the original Power of Attorney; that said Power of Attorney has not been revoked
„ or rescinded -and Yh'at the authonty.. -the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this
„au N arb •
ower of Attorney israttached is m full -force and effect as of this date.
Givenund�r my h d and s ' 1.0f. he Company, this 20th day of March 2013
(Seal) :3..,
:•
.T a
Instructions for Inquiries and Notices Under the Bond Attached to This Power 0
Berkley Surety Group, LLC is the affiliated underwriting manager for the surety business of: Acadia Insurance
Company, Berkley Insurance Company, Berkley Regional Insurance Company, Carolina Casualty Insurance
Company, Union Standard Insurance Company, Continental Western Insurance Company, and Union
Insurance Company.
To verify the authenticity of the bond, please call (866) 768-3534 or email BSGlnquiry@berkleysurety.com
Any written notices, inquiries, claims or demands to the surety on the bond to which this Rider is attached
should be directed to:
Berkley Surety Group, LLC
412 Mount Kemble Avenue
Suite 31ON
Morristown, NJ 07960
Attention: Surety Claims Department
in
email BSGClaim@berkleysurety.com
Please include with all notices the bond number and the name of the principal on the bond. Where a claim is
being asserted, please set forth generally the basis of the claim. In the case of a payment or performance bond,
please identify the project to which the bond pertains.
• WORK ORDER & NOTICE OF AWARD
TO: Hydro Construction Company, Inc.
W. O. No. H-WTF-2013-2
PURCHASE ORDER: 1 I � ( 531
TITLE: Chlorine Dioxide Feed System Replacement and
Improvements
ENGINEER: CH2M Hill
OWNER'S REPRESENTATIVE: Kenneth Morrison
NOTICE OF AWARD DATE
OWNER:
March 19, 2013
CITY OF FORT COLLINS
1. WORK. You are hereby notified that your bid dated March 18, 2013, for the above Work Order has
been considered. Pursuant to your AGREEMENT with OWNER dated May 26, 2011, you have been
Isawarded 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 Three
Hundred Twenty Six Thousand Three Hundred Eighty Four and No Cents ($326 384.00). 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 June 28, 2013, and after Substantial Completion, the
number of days for Final Payment and Acceptance is July 31, 2013.
4. LIQUIDATED DAMAGES. Liquidated damages will not be assessed.
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. Four (4) sets of any applicable Drawings will be delivered separately
or otherwise made available to you immediately. You must comply with the following conditions
precedent within fifteen (fifteen) days of the date of this Notice of Award, that is, by April 9, 2013.
0
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.
isChlorine Dioxide Feed System Replacement
And Improvements
March 2013 00525-1
Work Order & Notice of Award
4
AC40R L®
CERTIFICATE OF LIABILITY INSURANCE
ATE
DIDDI
03/20/2013
03/20
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
PORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 1-303-534-4567
IMA, Inc. - Colorado Division
CONTACT
NAME:
PHONE FAX
ac No):
E-MAL
ADDRESS:
1550 17th Street
Suite 600
Denver, CO $0202
INSURERS AFFORDING COVERAGE
NAIC#
INSURER A: TRAVELERS IND CO
25658
INSURED
INSURER B: TRAVELERS PROP CAS CO OF AMER
25674
Hydro Construction Company, Inc.
INSURER CPINNACOL ASSUR
41190
INSURER D:
301 East Lincoln Avenue
INSURER E:
Fort Collins, CO 80524
INSURER F :
COVERAGES CERTIFICATE NUMBER: 32569234 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFF
MMIDD
POLICY EXP
MMIDD/VYYY
LIMBS
A
GENERAL LIABILITY
DTC08743RO16IND12
09/30/1
09/30/13
EACH OCCURRENCE
$ 1,000,000
% COMMERCIAL GENERAL LIABILITY
DAMAG—E'TURENTED
PREMISES Ea o rrence
E 300,000
CLAIMS -MADE aOCCUR
MED EXP(Any one person)
$10,000
% PD Ded:$5,000
—
PERSONAL &ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GENT AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
$2,000,000
POLICY MPR0. LOC
I
I
$
AUTOMOBILE
LIABILITY
DT8108743RO16TIL12
COMBINED SINGLE LIMIT
Ea acpdeM
1,000, 000
BODILY INJURY (Per person)
$
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
%
PROPERTY DAMAGE
Per accIdeM
$
NON -OWNED
HIRED AUTOS N AUTOS
E
B
%
UMBRELLA LIAR
%
OCCUR
DTSMCUP8743RO16TIL12
09/30/1
09/30/13
EACH OCCURRENCE
$ 11000,000
AGGREGATE
$ 1,000,000
EXCESS LIAR
CLAIMS -MADE
DEC) I % I RETENTIONS 10, 000
$
C
WORKERS COMPENSATION
AND EMPLOYERS'LIABIUTY YIN
ANY PROPRIETORIPARTNERIEXECUTNE
OFFICERIMEMBER EXCLUDED?
NIA
2091550
04/O1/1
04 /O1/13
WC STATU- OTH-
%LIMITS
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
(Mandatory In NH)
If yes, tlascribe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
City of Fort Collins is included as Additional Insured on the General and Automobile Liability Policies if required by
written contract or agreement and with respect to work performed by Insured subject to the policy terms and conditions.
RE: Chlorine Dioxide Feed System Replacement and
Improvements Job#H-NTF-2013-2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Fort Collins THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Wood Street AUTHORIZED REPRESENTATIVE
Collins , CO 80521
USA 111111 r/�//�
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
kiplinginny
32569234
B. You must deliver with the executed Work Order the Contract Security (Bonds) and
insurance, as specified in the Agreement, 0
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 May 26, 2011 and the NOTICE OF
AWARD dated March 19, 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:
Name: James E. Eurich
OWNER'S ACCEPTANCE & EXECUTION:
Date: -1d 13
Title: VP/COO
•
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:Date:
Keryneth Morrison, Technic*Services Supervisor
Reviewed By: I /� '\,/ —
Li 'a Voytko, Water Produ ion Manager
Approved By: e—
Kevin Ge ig, Water Resourc s and Trey
Operations Manager
OWNER:
11
Ja' es,A O'Neill II, CPPO, FNIGP —
DieQ06r of Purchasing and Risk Management
Chlorine Dioxide Feed System Replacement
And Improvements
Date: 3 ' 'Ll ' 13
Date: .-�5 -- Z o - � 3
Date: i
Work Order & Notice of Award .
March 2013 00525-2
01F*DRO
C TRUCTION
Standaate
FC�y�System
Report
001201311:54
Page 1
AM
Labor
Material
Subcontract
E of ment
Other
Total
Item Description
Takeoff Qty
Amount
Amount
Amount
Name Amount
Amount
Amount
01 General Conditions
1000.000 GENERAL CONDITIONS
16 Bonds
1.00
Is
-
-
-
6,528
6,528
10 Contingency
1.00
Is
-
0
-
-
5,000
5,000
10 Survey & Layouts
1.00
Is
510
-
545
1,055
14 PM
6.00
wk
6,615
-
765
-
7,380
14 Supt
4.00
wk
6,468
-
1,020
436
7,924
14 Job Trailer
1.00
mo
-
-
0
1,020
163
1,183
100 Office Supply & Equip -GC
1.00
mo
-
-
153
163
316
10 Safety
1.00
Is
510
-
545
1,055
12 Trash
5.00
wk
-
-
545.
545
10 Fuels
5.00
wk
-
-
-
953
953
GENERAL CONDITIONS
13,083
1,020
2,958
14,876
31,937
602.00 Labor hours
400.00 Equipment hours
1900.000 OWNED EQUIPMENT -
45 Connex Box
1.00
mo
-
-
765
-
765
20 ZX350 Hitachi Trackhoe
0.50
mo
-
-
-
4,621
-
4.621
60 305 Cat Mini Excavator
0.50
mo
-
-
-
1,265
-
1.265
OWNED EQUIPMENT
6,650
6,650
01 General Conditions
13,083
0
1,020
9,608
14,876
38,588
602.00 Labor hours
400.00 Equipment hours
02 C102 Room
2000.000 SITEWORK
14 Demo Pumps & Piping
1.00
Is
564
-
-
-
38
603
14 Demo Generators & Misc Equip
1.00
Is
423
-
-
0
49
472
14 Core Drill
1.00
Is
423
-
-
153
16
593
SITEWORK
1,411
153
103
1,668
20.00 Labor hours
10000.000 SPECIALTIES
20 Pump Shelving
1.00
ea
212
357
-
-
16
585
SPECIALTIES
212
357
16
585
6.00 Labor hours
HYDRO Standard Estimate Report Page 2
CONSTRUCTION FCWTF C102 System 312012013 11:54 AM
# LatiwNlateAal'^ ' '-
' - -' 'Subiontraet
E ul merit `
'"Other ` 'Total
Item
Description
Takeoff City
Amount
Amount
Amount
Name Amount
Amount
Amount
11000.000
EQUIPMENT
100 Pumps
2.00
ea
0
28,764
-
-
-
28,764
100 Install Pumps
2.00
ea
564
153
-
-
-
717
100 Generators
2.00
ea
83,640
-
-
-
83,640
100 Install Generators
2.00
ea
1,693
153
-
-
-
1,846
200 Install Strainer & Valves
1.00
ea
141
-
-
-
141
100 BV
2.00
ea
0
82
-
-
-
82
100 BV
4.00
ea
82
-
-
-
82
100 BV & PRV
8.00
ea
612
-
-
-
612
100 BV & CV
8.00
ea
367
-
-
-
367
100 BV & Pre Valve
4.00
ea
184
-
-
-
184
EQUIPMENT
2,399
114,036
116,435
164.00 Labor hours
15000.000
MECHANICAL
b 20
Pipe Support
1.00
Is
564
459
-
-
-
1,023
15 PVC Pipe Sch 80
10.00
LF
282
45
-
-
-
327
15 PVC Pipe Sch 80
18.00
LF
508
81
-
-
-
589
15 PVC Pipe Sch 80
24.00
LF
. 677
108
-
-
-
785
15 PVC Pipe Sch 80
24.00
LF
677
108
-
-
-
785
15 PVC Pipe Sch 80
18.00
LF
508
1,313
-
-
-
1,821
MECHANICAL
3,218
2,113
5,330
182.40 Labor hours
16000.000
ELECTRICAL
-sub
Electrical Sub
1.00
Is
-
-
82,859
-
-
82,859
ELECTRICAL
82,859
82,859
02 C102 Room
7,239
116,506
82,859
153
120
206,877
372.40 Labor hours
03 UV Room
15000.000
MECHANICAL
b 20
Pipe Support
1.00
Is
564
459
-
-
-
1,023
15 PVC Pipe Sch 80
80.00
LF
2,258
5,834
-
-
-
8,092
MECHANICAL
2,822
6,293
9,116
160.00 Labor hours
03 UV Room
Z822
6,293
0
0
0
9,116
160.00 Labor hours
0
0
0
DRO
O)F
StandarcJ�nate
Report
Page 3
T R U C T 10 N
FC
System
0
0/2013 11:54 AM
" L'alioi'`'.
'M to eiial'V,''`-°Suticohtrat''
`
'E `ui rnent
Other
Total
Item
Description Takeoff Qty
Amount
Amount
Amount
Name Amount
Amount
Amount
04 Poudre River Disp
Vault
2000.000
SITEWORK
14
Core Drill 1.00
Is
282
-
-
153
16
452
12
Corporation Valve 1.25" 1.00
ea
282
357
255
-
16
911
SITEWORK
564
357
255
153
33
1,362
16.00 Labor hours
15000.000
MECHANICAL
b 20
Pipe Support 1.00
Is
141
128
-
-
-
269
15
PVC Pipe Sch 80 41.00
LF
1,157
2,990
-
-
-
4,147
MECHANICAL
1,298
3,118
4,416
73.60 Labor hours
04 Poudre River Disp Vault
11863
3,475
255
153
33
5,778
89.60 Labor hours
05 Plea Valley Vault
2000.000
SITEWORK
14
Core Drill 1.00
Is
282
-
-
153
16
452
6
Trench Excav & Lay Pipe 4- 6' 115.00
If
1,129
352
-
0
31
1,512
12
Corporation Valve 1.25" 1.00
ea
282
357
255
-
16
911
10
Excavation & Backfill 1.00
ea
564
77
-
-
641
10
Vault 1.00
as
0
15,402
-
0
-
15,402
12
Vault Install 1.00
ea
282
1,530
128
163
-
2,103
10
Site Restoration 1.00
Is
564
153
510
-
-
1,227
SITEWORK
3,105
17,870
893
316
64
22,248
124.80 Labor hours
44.00 Equipment hours
11000.000
EQUIPMENT
100
BV 2.00
ea
92
-
-
-
92
EQUIPMENT
92
94
15000.000
MECHANICAL
b 20
Pipe Support 1.00
Is
141
128
-
-
-
269
15
PVC Pipe Sch 80 126.00
LF
564
9,189
-
-
-
9,754
HYDRO Standard Estimate Report Page
C 13 N S T R U C T 10 N FCWTF C102 System 312012013 11:54 AM
Labor Material
Item Description Takeoff Qty Amount Amount Amount
MECHANICAL 706 9,317
40.00 Labor hours
E ul ment Other �Total
Name Amount Amount Amount
10,022
05 Plea Valley Vault
3,810
27,279 893
316
164.80 Labor hours
44.00 Equipment hours
Estimate Totals
_ — Descriotion__Amount._—
Totals._.._Hours_.__Rate___—______Cost.Basis__Cost.oer_Unit_____
Percent.of_Total
Labor 28.818
1.388,799 hrs
8.83%
Material 153.553
47.05%
Subcontract 85.026
26.05%
Eauioment 10.231
444.000 hrs
3.13%
Other 15.093
4 62%
292,721
292,721
89.69
Profit & Overhead 33,663
11.500 % T
10.31%
Total
326,384
64 32,362
• WORK ORDER & NOTICE OF AWARD
TO: Hydro Construction Company, Inc.
W. O. No. H-WTF-2013-2
PURCHASE ORDER: 011 3 t a I
TITLE: Chlorine Dioxide Feed System Replacement and
Improvements
ENGINEER: CH2M Hill
OWNER'S REPRESENTATIVE: Kenneth Morrison
NOTICE OF AWARD DATE
OWNER:
March 19, 2013
CITY OF FORT COLLINS
1. WORK. You are hereby notified that your bid dated March 18, 2013, for the above Work Order has
been considered. Pursuant to your AGREEMENT with OWNER dated May 26, 2011, you have been
isA.
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 Three
Hundred Twenty Six Thousand Three Hundred Eighty Four and No Cents ($326,384.00). Pursuant to
the AGREEMENT and the Contract Documents, Performance and Payment Bonds and insurance are
required.. - . - - . - 'j_. ,.I .
3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for
Substantial Completion of this Work Order is June 28, 2013, and after Substantial Completion, the
number of days for Final Payment and Acceptance is July 31, 2013.
4. LIQUIDATED DAMAGES. Liquidated damages will not be assessed.
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. Four (4) sets of any applicable Drawings will be delivered separately
or otherwise made available to you immediately. You must comply with the following conditions
precedent within fifteen (fifteen) days of the date of this Notice of Award, that is, by April 9. 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.
•Chlorine Dioxide Feed System Replacement Work Order & Notice of Award
And Improvements
March 2013 00525-1
B. You must deliver with the executed Work Order the Contract Security (Bonds) and •
insurance, as specified in the Agreement,
Failure to comply with these conditions within the time specified will entitle OWNER to consider your
Bid abandoned and to annul this Work Order & Notice of Award. Within ten (10) days after you comply
with those conditions, OWNER will return to you one (1) fully -signed counterpart of this Work Order with
any amendments or supplements to the Contract Documents attached.
CONTRACTOR'S NOTICE OF AWARD REPRESENTATION & EXECUTION:
CONTRACTOR agrees to perform the services identified above, in accordance with the terms and
conditions contained herein and in the AGREEMENT dated May 26, 2011 and the NOTICE OF
AWARD dated March 19, 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:
Name: James E. Eurich
OWNER'S ACCEPTANCE & EXECUTION:
Date: 3�0�
Title: VP/COO
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.
�A a
ACCEPTANCE: Date:
Reviewed
Kenpeth Morrls,Rn, Technic�LSeniices Supervisor
Voytko, Water ProducWh Manager
Approved By-� -_ \_�\ (--I
Kevin Gert g, Water Res6urcels and
Operations Manager
a
B. O'Neill II, CPPO, FNIGP
r of Purchasing and Risk Management
Chlorine Dioxide Feed System Replacement
And Improvements
March 2013 00525-2
ent
Date:
Date: 3 - 2 �C3 -13
Date:
Work Order & Notice of Award •