Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout109420 HYDRO CONSTRUCTION CO INC - CONTRACT - RFP - 8286 CONSTRUCTION CONTRACTOR FOR PROJECTS AT THE W (20)CONTRACT DOCUMENTS FOR
Clearwell Drainage System
Contractor assistance to design, and construct a clearwell drain consisting of a suction lift
pump located in the Filter 1-8 pipe gallery, and a suction line through the clearwell influent
trough walls. The suction line will be 304 stainless steel (schedule 10), and discharge pipe
(schedule 80 PVC) connection into existing sump drain line discharge. Two 4” butterfly
valves and a 46” housekeeping pad under the pump base will also be installed.
Construction estimated to begin September 2017. The substantial completion date of the
project is April 30, 2018.
August 2017
ch2m
200 East 7th Street, Suite 314,
Loveland CO 80537
ch2m
Fort Collins Utilities
700 Wood Street
Fort Collins CO 80521
Hydro Construction Company, Inc.
301 East Lincoln Avenue
Fort Collins CO 80524
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
WTF 00525-1 Work Order, Notice of Award and
Bid Schedule
SECTION 00525
WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE
TO: Hydro Construction
W. O. No. SCP-WTF-ClearwellDr7-27-17
PURCHASE ORDER:
TITLE: WTF Clearwell Drainage System
OWNER’S REPRESENTATIVE: Sue Paquette
Original Bid/RFP Number & Name: RFP 8286, Construction Contractor for Projects at the Water and Wastewater
Treatment Facilities (BU 5026310068.535010.6)
Commencement Date: August 15, 2017
OWNER: CITY OF FORT COLLINS (hereinafter referred to as OWNER)
1. WORK. You are hereby notified that your bid dated May 25, 2017, for the above Work Order has been
considered. Pursuant to your AGREEMENT with OWNER dated June 20, 2016, you have been awarded a Work
Order for this Work Order Description:
A. See Section 01100 – Summary of Work.
2. CONTRACT PRICE, BONDS, AND CERTIFICATES. The price of your Work Order is One Hundred Twenty
Thousand Thirteen Dollars ($120,013.00). 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 April 30, 2018, 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 April 30, 2018 until the work is Substantially Complete.
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. One electronic copy 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. 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 August 30, 2017.
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
WTF 00525-2 Work Order, Notice of Award and
Bid Schedule
A. You must deliver to OWNER one fully-executed electronic counterpart of this Work Order,
including all amendments or supplements to the Contract Documents incorporated herein. The
electronic Work Order must bear your signature as provided.
B. You must deliver with the executed Work Order the Contract Security (Bonds) and insurance, as
specified in the Agreement.
Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid
abandoned and to annul this Work Order & Notice of Award. Within ten (10) days after you comply with those
conditions, OWNER will return to you one (1) fully-signed electronic 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 June 20, 2016 and the NOTICE OF AWARD dated August 15,
2017 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: Hydro Construction
By: Date:
Name: Title:
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.
Submitted: Date:
Sue Paquette, Special Projects Manager
Reviewed By: Date:
Pat Johnson, Senior Buyer, Purchasing
Reviewed By: Date:
Mark Kempton, Water Production Manager
Reviewed By: Date:
Owen L. Randall, Chief Engineer
Reviewed By: Date:
Carol Webb, Water Resources and
Treatment Operations Manager
Acceptance: Date:
Gerry Paul, Director of Purchasing
(over $60,000)
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
City of Fort Collins Water Treatment Plant – Clearwell Drainage System
July 17, 2017
Hydro Construction Company, Inc. - Scope of Services
Provide personnel and equipment to assist in design completion and construction of a clearwell drain
consisting of a suction lift pump located in the Filter 1-8 pipe gallery, a suction line through the clearwell
influent trough walls. The suction line will be 304 stainless steel (schedule 10), discharge pipe (schedule
80 PVC) connected into existing sump drain line discharge. Two 4” butterfly valves will be provided and a
46” housekeeping pad under the pump base.
Construction standard cost report $120.013.00, see attached.
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
Standard Estimate Report
FCWTF Clearwell Drain
Project name FCWTF Clearwell Drain
Labor rate table Labor - Bare
Equipment rate table Equipment
Report format Sorted by 'Structure'
'Detail' summary
Allocate addons
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
Standard Estimate Report
FCWTF Clearwell Drain
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equ
02 Construction
22 Bonds 1.00 ls - -
14 Project Manager 8.00 wk 5,927 - -
14 Project Engineer 8.00 wk 8,562 - -
14 Superintendent 4.00 wk 4,281 - -
12 Office Supplies 1.00 mo - - -
12 Copier 1.00 mo - - -
18 Telephone Charges 1.00 mo - -
20 Temporary Toilets 1.00 mo - -
10 Safety 1.00 ls 1,317 - 613
10 Fuels - Gas 4.00 wk - -
45 Connex Box 1.00 mo - - -
60 Core Drill 6.0" Hole 2.00 ea 817 - 2,330
50 Drain Clearwell 1.00 ls 3,240 1,226 920
35 Concrete Pad 8.00 cf 1,225 1,082 -
100 Centrifugal Pumps 1.00 ea 2,160 9,812 0
b 20 Pipe Support 6.00 ea 612 552 -
a 40 Butterfly Valve 4" 2.00 ea 612 1,226 -
a.5 Check Valve 1.00 ea 204 1,472 -
a 35 Link Seals 4.00 ea 408 491 -
2 Stainless Steel Pipe 70.00 lf 2,160 15,883 1,840
40 PVC Pipe Sch 80 4 14.00 LF 408 340 -
-sub Electrical Sub 1.00 ls - - 24,530
02 Construction 31,935 32,084 30,233
1,084.00 Labor hours
808.00 Equipment hours
Estimate Totals
Standard Estimate Report
FCWTF Clearwell Drain
Description Amount Totals Hours Rate Cost Basis
Labor 31,935 1,083.997 hrs
Material 32,084
Subcontract 30,233
Equipment 9,063 808.000 hrs
Other 6,621
109,936 109,936
Profit & Overhead 10,077 11.000 % T
Total 120,013
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
WTF Notice to Proceed
00530-1
SECTION 00530
WORK ORDER NOTICE TO PROCEED
Description of Work: WTF Reservoir Drainage System
To: Hydro Construction
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 August 15, 2017.
The dates for Substantial Completion and Final Acceptance shall be December 31, 2017 and March 1,
2018, respectively.
City of Fort Collins
OWNER
By:
Sue Paquette
Title Special Projects Manager
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this ___ day of ____________,
__________.
Hydro Construction________________
CONTRACTOR
By: ____________________________
Title:
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
WTF Performance Bond
00610-1
SECTION 00610
PERFORMANCE BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Hydro Construction
(Address) ___________________________________
(an Individual), (a Partnership), (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 One Hundred Twenty Thousand Thirteen Dollars ($120,013.00) 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 June 20, 2016, a copy of which is hereto attached and made a part
hereof for the performance of The City of Fort Collins project, WTF Clearwell Drainage System.
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.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this ____ day of ________________.
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
WTF Performance Bond
00610-2
IN PRESENCE OF: Principal
By:
Title
Address
(Corporate Seal)
IN PRESENCE OF: Other Partners
By:
By:
IN PRESENCE OF: Surety
By:
Attorney-in-Fact
By:
Address
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
WTF Performance Bond
00615-1
SECTION 00615
PAYMENT BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Hydro Construction
(Address) __________________________________
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) ______________________________________
(Address) ___________________________________
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300
Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the
OWNER", in the penal sum of One Hundred Twenty Thousand Thirteen Dollars ($120,013.00), 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 June 20, 2016, a copy of which is hereto attached and made a part
hereof for the performance of The City of Fort Collins project, WTF Clearwell Drainage System.
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.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this ____ day of _________________.
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
WTF Performance Bond
00615-2
IN PRESENCE OF: Principal
By:
Title
Address
(Corporate Seal)
IN PRESENCE OF: Other Partners
By:
By:
IN PRESENCE OF: Surety
By:
Attorney-in-Fact
By:
Address
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
The ACORD name and logo are registered marks of ACORD
CERTIFICATE HOLDER
© 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01)
AUTHORIZED REPRESENTATIVE
CANCELLATION
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
JECT LOC
PRO-
POLICY
GEN'L AGGREGATE LIMIT APPLIES PER:
CLAIMS-MADE OCCUR
COMMERCIAL GENERAL LIABILITY
PREMISES (Ea occurrence) $
DAMAGE TO RENTED
EACH OCCURRENCE $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
DED RETENTION $
CLAIMS-MADE
OCCUR
$
AGGREGATE $
UMBRELLA LIAB EACH OCCURRENCE $
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
INSR
LTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY) LIMITS
PER
STATUTE
OTH-
ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
If yes, describe under
DESCRIPTION OF OPERATIONS below
(Mandatory in NH)
OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
HIRED AUTOS
NON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
WTF Summary of Work
01110-1
SECTION 01110
SUMMARY OF WORK
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Site location and description.
B. Project description.
C. Scope of work and work sequence.
D. Underground utilities.
1.02 SITE LOCATION AND DESCRIPTION
A. WTF Reservoir Drainage System
The work is located at the City of Fort Collins Water Treatment Facility (WTF), Fort Collins,
Colorado. The project involves design and construction of a clearwell drain consisting of a
suction lift pump located in the Filter 1-8 pipe gallery, and a suction line through the
clearwell influent trough walls. The suction line will be 304 stainless steel (schedule 10),
and discharge pipe (schedule 80 PVC) connection into existing sump drain line discharge.
Two 4” butterfly valves and a 46” housekeeping pad under the pump base will also be
installed. Construction estimated to begin September 2017. The substantial completion
date of the project is April 30, 2018.
1.03 PROJECT DESCRIPTION
A. General Conditions - Provide:
1. Mobilization & Field Overhead
2. Traffic Control (By CoFC)
B. Stormwater Management - Provide:
1. Erosion & Settlement Control Allowance
2. SWMP Inspections
C. Landscaping – Provide and Install as per the bid schedule.
D. Miscellaneous Work Items & Allowances – Provide and Install as per the bid schedule.
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. Please see the City of Fort Collins Master Specifications for these and other
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
WTF Summary of Work
01110-2
Division section requirements, including Division 1 – General Requirements and Division
2 - Site Work.
1.05 UNDERGROUND UTILITIES
A. It shall be the responsibility of the CONTRACTOR to verify the existence and location of
all underground utilities along the route of the work and to coordinate the construction
schedules with these utility owners. See Section 01180 for a list of Utility Sources.
B. Known utilities and structures adjacent to or encountered in the work are shown on the
Drawings. The locations shown are taken from existing records and the best
information available from existing utility plans, however, there may be some
discrepancies and omissions in the locations and quantities of utilities and structures
shown. Those shown are for the convenience of the CONTRACTOR only, and no
responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or
completeness.
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)
END OF SECTION
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886
BODILY INJURY (Per accident)
PROPERTY DAMAGE $
$
$
$
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.
INSD
ADDL
WVD
SUBR
N / A
$
$
(Ea accident)
(Per accident)
OTHER:
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.
IMPORTANT: 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).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
ADDRESS:
E-MAIL
FAX
(A/C, No):
CONTACT
NAME:
NAIC #
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S) AFFORDING COVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INS025 (201401)
7/20/2017
Flood and Peterson
PO Box 578
Greeley CO 80632
Dana Stewart, CLCS, CIC, CISR
(970)266-7149 (970)330-1867
DStewart@floodpeterson.com
Hydro Construction Company Inc.
301 E Lincoln Ave
Fort Collins CO 80524
Phoenix Insurance Company 25623
Travelers Indemnity Company 25658
Travelers Property Casualty Company 25674
Pinnacol Assurance 41190
Zurich American Insurance Company 16535
CL1733116969
A
X
X
X
DTCO8G990899PHX16 4/1/2017 4/1/2018
1,000,000
300,000
10,000
1,000,000
2,000,000
2,000,000
B
X
X X
DT8108G990899IND17 4/1/2017 4/1/2018
1,000,000
C
X X
X 10,000
DTSMCUP8G990899TIL17 4/1/2017 4/1/2018
5,000,000
5,000,000
D
N
2091550 4/1/2017 4/1/2018
X
1,000,000
1,000,000
1,000,000
E Builders Risk PR04012017 4/1/2017 4/1/2018 $15,000,000 Limit
E Installation Floater PR04012017 4/1/2017 4/1/2018 $1,000,000 Limit
Project #17-01-457, Owners project number SCP-WTF-ClearwellDr7-17-17 Clearwell Drainage System
Certificate holder is included as Additional Insured as required by written contract with respects to
liability arising out of work performed by the named insured.
N Mosbrucker CIC,CISR
Fort Collins Utilities
700 Wood Street
Fort Collins, CO 80521
DocuSign Envelope ID: 3C83B6FC-68B2-400A-9E47-E85FC17BE886