Loading...
HomeMy WebLinkAboutCORRESPONDENCE - BID - 8844 MISCELLANEOUS CONCRETE (30)Utilities Work Order Form Official Purchasing Form Last updated 10/2017 WORK ORDER PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND LIGHTFIELD ENTERPRISES, INC WORK ORDER NUMBER: 5040440068 PROJECT TITLE: Hickory Stormwater Inlet & Concrete Replacement Project ORIGINAL BID/RFP NUMBER & NAME: 8844, Miscellaneous Concrete MASTER AGREEMENT EFFECTIVE DATE: February 1, 2019 ARCHITECT/ENGINEER: NA OWNER’S REPRESENTATIVE: Jason Eich WORK ORDER COMMENCEMENT DATE: August 3, 2020 WORK ORDER COMPLETION DATE: September 25, 2020 MAXIMUM FEE: (time and reimbursable direct costs): $65,401.81 PROJECT DESCRIPTION/SCOPE OF SERVICES: Replace 2 Combo Inlets, 6" Curb & Gutter, 6 & 8" Concrete flatwork, and include Traffic Control, Flagging Hours, Dump Fees, Temp Patching, Base Material, and Backfill. Actual costs will be invoiced at contract unit prices. See attached supporting documentation. Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of two (2) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: Lightfield Enterprises, Inc. By: Date: Name: Title: Page 1 of 7 DocuSign Envelope ID: 141FE862-421C-4AA9-8D87-44BEE2CF5C12 August 24, 2020 Chris Hansen General Manager Utilities Work Order Form Official Purchasing Form Last updated 10/2017 OWNER’S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference. ACCEPTANCE: Date: Jason Eich, Crew Chief, Stormwater Maintenance Operations REVIEWED: Date: Elliot Dale, Senior Buyer REQUISITION ENTERED BY: Date: ACCEPTANCE: Date: Douglas Groves, Manager, Stormwater Maintenance Operations ACCEPTANCE: Date: Andrew Gingerich, Interim Deputy Director, Water Engineering & Field Services ACCEPTANCE: Date: Kevin Gertig, Utilities Executive Director (if greater than $1,000,000) ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) ACCEPTANCE: Date: Darin Atteberry, City Manager (if greater than $1,000,000) ATTEST: Date: City Clerk (if greater than $1,000,000) Page 2 of 7 DocuSign Envelope ID: 141FE862-421C-4AA9-8D87-44BEE2CF5C12 Melissa Walker Coordinator, Finance August 17, 2020 August 24, 2020 August 24, 2020 August 24, 2020 August 24, 2020 August 24, 2020 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER COST AND SCOPE DETAIL Page 3 of 7 DocuSign Envelope ID: 141FE862-421C-4AA9-8D87-44BEE2CF5C12 Total 203.02 Excavation - General Over 50 CY Cubic Yard 50 $32.00 $1,600.00 210.02 Reset Brick Pavers Square Foot 200 $8.21 $1,642.00 210.03 Adjust Manhole Each 1 $107.80 $107.80 304.02 Aggregate Base Course/Recycled Concrete Base > 5 Tons Ton 70 $40.01 $2,800.70 604.15 Install New Modified Type 13 Curb Inlet (includes new Frame, Grate & Adjustable Curb Bonnet) (Detail 13-A) Each 4 $2,366.00 $9,464.00 604.21 Metal Sidewalk Culvert - 2' Opening, Remove & Replace Each 1 $815.67 $815.67 608.03 Vertical Curb, Gutter and 6" Sidewalk Lineal Foot 260 $44.07 $11,458.20 608.15 Pedestrian Access Ramp Square Foot 160 $8.62 $1,379.20 608.17 Truncated Dome Panel Square Foot 12 $43.09 $517.08 608.22 Flatwork - 6" Square Foot 880 $6.11 $5,376.80 608.25 Alley Approach - 8" Square Foot 810 $8.89 $7,200.90 608.28 Enhanced Crosswalk - 10" Brick Red, Stamped Square Foot 400 $14.11 $5,644.00 608.43 Expansion Material Lineal Foot 30 $4.21 $126.30 FA5 Skid Steer Hour 16 $87.27 $1,396.32 FA6 Mini Trackhoe Hour 16 $97.53 $1,560.48 FA7 Dump Truck Hour 16 $77.00 $1,232.00 SUB TOTAL COST $52,321.45 25% CONTINGENCY for Traffic Control Devices, Flagging Hours, Dump Fees, Temp Patching, Base Material, Backfill, Top Soil. Actual costs will be invoiced at contractual unit prices. 25% $ 13,080.36 ESTIMATED TOTAL COST $65,401.81 Item No. Description COST ESTIMATE FOR Hickory Stormwater Inlet and Concrete Replacement Project Unit Quantity 2020 Revised Unit Price Page 1 of 1 Page 4 of 7 DocuSign Envelope ID: 141FE862-421C-4AA9-8D87-44BEE2CF5C12 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B WORK ORDER SCHEDULE DETAIL Page 5 of 7 DocuSign Envelope ID: 141FE862-421C-4AA9-8D87-44BEE2CF5C12 8/3/2020 8/10/2020 9/25/2020 Project Notice to Proceed Project Construction Project Final Completion/Acceptance Hickory Stormwater Inlet and Concrete Replacement Project Page 6 of 7 DocuSign Envelope ID: 141FE862-421C-4AA9-8D87-44BEE2CF5C12 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT C CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. Page 7 of 7 DocuSign Envelope ID: 141FE862-421C-4AA9-8D87-44BEE2CF5C12 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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). 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 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ PROPERTY DAMAGE $ BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOS ONLY AUTOS NON-OWNED OWNED SCHEDULED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER (MM/DD/YYYY) LIMITS POLICY EXP (MM/DD/YYYY) POLICY EFF LTR TYPE OF INSURANCE POLICY NUMBER INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB EACH OCCURRENCE $ AGGREGATE $ $ OCCUR CLAIMS-MADE DED RETENTION $ PRODUCTS - COMP/OP AGG $ GENERAL AGGREGATE $ PERSONAL & ADV INJURY $ MED EXP (Any one person) $ EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 5/19/2020 The Harry A. Koch Co. P.O. Box 45279 Omaha NE 68145-0279 402-861-7000 lynn.haugen@hakco.com National Union Fire Ins Co. of Pitt 19445 LIG46636 New Hampshire Ins Company 23841 Lightfield Enterprises 2600 Midpoint Drive Fort Collins CO 80525 1372187799 A X 1,000,000 X 300,000 25,000 1,000,000 2,000,000 X X Y 3506965 6/1/2020 6/1/2021 2,000,000 A 1,000,000 X 4544903 6/1/2020 6/1/2021 B X N 25893880 6/1/2020 6/1/2021 1,000,000 1,000,000 1,000,000 RE: Miscellaneous Concrete Contract (Bid# 8844). Certificate holder is additional insured for General Liability and Auotmobile Liability if required by written contract executed prior to loss. City of Fort Collins Purchasing Division PO Box 580 Fort Collins CO 80522 DocuSign Envelope ID: 141FE862-421C-4AA9-8D87-44BEE2CF5C12