Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWORK ORDER - RFP - 8286 CONSTRUCTION CONTRACTOR FOR PROJECTS AT THE WATER AND WASTEWATER TREATMENT FACILITIES (4)FORT COLLINS UTILITIES
WORK ORDER
WTF Replacement Project - High Service Pump
Station Electrical Construction
WORK ORDER NO. SCP-WTF-HSPSCONST-091917
DATE: 09/20/2017
CONTRACTOR: Hydro Construction
Page 1 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
TABLE OF CONTENTS
AGREEMENT FORMS
00525 Work Order & Notice of Award 00530-1
00530 Work Order Notice to Proceed 00530-1
00600 Bonds and Certificates 00600
00610 Performance Bond 00610-1 – 00610-2
00615 Payment Bond 00615-1 – 00615-2
00630 Certificate of Insurance 00630-1
00635 Certificate of Substantial Completion 00635-1
00640 Certificate of Final Acceptance 00640-1
00650 Lien Waiver Release (CONTRACTOR) 00650-1 – 00650-2
00651 Lien Waiver Release (SUBCONTRACTOR) 00651-1 – 00651-2
00660 Consent of Surety 00660-1
00670 Application for Exemption Certificate 00670-1 – 00670-2
CONDITIONS OF THE CONTRACT
00900 Addenda, Modifications and Payment 0900-1
00950 Work Order Change Order Form 00950-1
00960 Application for Payment 00960-1 - 00960-4
Page 2 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00500
CONSTRUCTION WORK ORDER AGREEMENT FORMS
00525 Work Order, Notice of Award & Bid Schedule
00530 Work Order Notice to Proceed
Page 3 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00525
WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE
TO: Hydro Construction
WORK ORDER NUMBER: SCP-WTF-HSPSConst-091917
PURCHASE ORDER:
TITLE: WTF Replacement Project – High Service
Pump Station Electrical Construction
ORIGINAL BID/RFP NUMBER & NAME: 8286, Construction Contractor for Projects at
the Water and Wastewater Treatment
Facilities
ENGINEER: CH2M
OWNER’S REPRESENTATIVE: Sue Paquette
NOTICE OF AWARD DATE: 10/01/2017
OWNER: City of Fort Collins (hereinafter referred to as OWNER)
1. WORK. You are hereby notified that your bid dated July 24, 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 Forty Two Thousand Four Hundred Eleven Dollars($142,411.00). 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 date for Final Completion is June 30, 2018.
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) CONTACTOR 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.
Page 4 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
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 October 16, 2017.
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 June 20, 2016, and the
NOTICE OF AWARD dated October 1, 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:
Page 5 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
COO
28/9/2017
Jim
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: Date:
Sue Paquette, Special Projects Manager
REVIEWED: Date:
Pat Johnson, Senior Buyer
APPROVED AS TO FORM: Date:
, Assistant City Attorney
(if greater than $1,000,000)
ACCEPTANCE: Date:
Owen L. Randall, Chief Engineer
ACCEPTANCE: Date:
Carol Webb, Water Resources & Treatment Operations Manager
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:
City Clerk
(if greater than $1,000,000)
ACCEPTANCE:
Date:
Mark Kempton, Water Production Manager
Page 6 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
28/9/2017
28/9/2017
28/9/2017
2/10/2017
28/9/2017
2/10/2017
City of Fort Collins Water Treatment Plant – High Service Pump Station MCC & ATS Construction
Hydro Construction Company, Inc. - Scope of Services
Provide labor and miscellaneous electrical materials associated with the replacement of the existing
MCC. Additionally, provide labor and miscellaneous electrical materials associated with of the
replacement of the existing manual transfer station with an automatic transfer switch.
1. MCC191
a) Install (1) 480V, 1200A, 65KASC MCC with RVSS and an internal SPD to replace the
existing MCC. The new MCC will be mounted in the same location as the existing MCC.
b) Furnish and install a separate breaker for the unit heater, SDP801, SDP802, and
PRV305. This will require a new 2” feed into the building.
c) The existing panel 191 LP1 located in MCC 191. LVT 191 LP1 will be installed outside of MCC
191 to allow additional spacing.
d) Reroute the existing power feeder into the new MCC. We anticipate that the existing
wire is long enough to re-use.
e) Reroute the branch motor wiring into the new MCC. We anticipate that the existing wire is
long enough to re-use.
f) A shutdown of the MCC will need to be coordinated with the City of Fort Collins in-order
to swap the MCC’s.
g) Temporary generators power during the shutdown to provide full temp power for
instruments (fed from LPs) and PLC’s.
2) ATS
a) Install (1) 1200A, 480V, 3 Wire, NEMA 3R, 65KAIC ATS to replace the existing manual
transfer stations.
b) Install (1) 480V, 300AT, 3P breaker for the generator to replace the existing 200AT
breaker.
c) Install a 3” conduit with 3-#500 KCMIL (Ø) and 1-#3 (G) to feed the ATS from the
generator, EGU191.
d) Re-feed MCC 191 from the ATS with 3(3-#600 KCMIL XHHW CU (Ø) and 1-#4/0 (G)
e) Re-feed Metering C.T. Cabinet on the building from the ATS with 3(3-#600 KCMIL
XHHW CU (Ø) and 1-#4/0 (G)
f) Demo MTS 914 and MTS 915
g) Provide temporary generators power during the shutdown
Hydro cost estimate is attached, as $142,411.
Page 7 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Standard Estimate Report Page 1
FCWTF HSPS MCC-ATS Const 7/24/2017 11:11 AM
Project name FCWTF HSPS MCC-ATS Const
Labor rate table Labor - Bare
Equipment rate table Equipment
Report format Sorted by 'Structure/Group phase'
'Detail' summary
Allocate addons
Page 8 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Standard Estimate Report Page 2
FCWTF HSPS MCC-ATS Const 7/24/2017 11:11 AM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
* unassigned *
1000.000 GENERAL CONDITIONS
20 Bonds 1.00 ls - - - 2,208 2,208
14 Project Manager 6.00 wk 2,130 - - 600 - 2,730
14 Project Foreman 6.00 wk 1,704 - - 1,500 - 3,204
18 Telephone Charges 1.00 mo - - - 82 82
20 Temporary Toilets 1.00 mo - - - 82 82
14 Safety 1.00 ls 710 - - 250 109 1,069
GENERAL CONDITIONS 4,544 2,350 2,480 9,374
480.00 Labor hours
480.00 Equipment hours
2000.000 SITEWORK
4 Trenching 60.00 lf 966 - - 581 36 1,583
SITEWORK 966 581 36 1,583
46.003 Labor hours
18.401 Equipment hours
16000.000 ELECTRICAL
-sub Electrical Sub - ATS 1.00 ls - - 44,328 - - 44,328
-sub Electrical Sub - MCC191 1.00 ls - - 73,013 - - 73,013
ELECTRICAL 117,341 117,341
* unassigned * 5,510 0 117,341 2,931 2,516 128,298
526.003 Labor hours
498.401 Equipment hours
Estimate Totals
Description Amount Totals Hours Rate Cost Basis Cost per Unit Percent of Total
Labor 5,510 526.003 hrs 3.87%
Material
Subcontract 117,341 82.40%
Equipment 2,931 498.401 hrs 2.06%
Other 2,516 1.77%
128,298 128,298 90.09
Profit & Overhead 14,113 11.000 % T 9.91%
14,113 142,411 9.91
Total 142,411
Page 9 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
BID SCHEDULE
SECTION 00530
WORK ORDER NOTICE TO PROCEED
NOTICE TO PROCEED DATE:
WORK ORDER TITLE:
WORK ORDER NUMBER:
TO:
Attn:
This notice is to advise you:
That the Work Order and all amendments and supplements to the Contract Documents covering
the above described Work have been fully executed by the CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance and Payment Bonds and insurance have been
received by the OWNER. That the OWNER has approved the said Work Order and Contract
Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within ( ) calendar days from receipt of this notice as required
by the Work Order and the AGREEMENT.
The dates for Substantial Completion and Final Acceptance shall be , and ,
respectively.
Dated this _____________ day of ___________, _____.
CITY OF FORT COLLINS (OWNER)
By: ___________________________________________
___________________________________________
Name & Title
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Work Order Notice to Proceed is hereby acknowledged this
_____________ day of ___________, _____.
(CONTRACTOR)
By: ___________________________________________
___________________________________________
Name & Title
Page 10 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
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
Page 11 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00610
PERFORMANCE BOND
Bond No. 0208534
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Hydro Construction
(Address) 301 East Lincoln Avenue. Fort Collins. CO 80524
(an-tfldividuaf), (a-Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) Berkley Insurance Company
(Address) 475 Steamboat Road, Greenwich, CT 06830
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 Forty-Two Thousand Four Hundred Eleven and no/100ths Dollars ($142. 411. 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 Replacement Project - High Service
Pump Station Electrical Procurement. Work Order#SCP-WTF-HSPSCONST-091917. Notice of Award Dated
October 1, 2017
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 1st day of October, 2017
WTF Performance Bond
00610-1
Page 12 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
IN PRESENCE OF:
l^lwtt^ -/
&FO
(Corporate Seal)
Principal Hydro Construction
~<~
iiQ\A?<'/. C
6_r^
Title
301 East Lmcoln_Avenue, Fort Collins. CO 80524
Address
IN PRESENCE OF: Other Partners
By:.
By:.
IN PRESENCE OF:
^^ £^
Witness
Surety Berkley Insurance Company
By: UAAJUJU^ ~i'V[ . FVL^<^^
Attorney-in-Fact Darlene M. Ki-ings
By: 475 Steamboat Road, Greenwich, CT 06830
Address
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
WTF Performance Bond
Page 00610-13 of 2 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00615
PAYMENT BOND
Bond No. 0208534
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Hydro Construction
(Address) 3()1 East Lincoln Avenue, Fort Collins. CO 80524
(«n'4ftdfvidtta)), (a-Partnefship), (a Corporation), hereinafter referred to as the "Principal" and
'irml Berkley Insurance Company
(Address) 475 Steamboat Road, Greenwich, CT 06830
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 Fortv-Two Thousand Four Hundred Eleven and no/100ths Dollars
($142. 411.00 ), 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 Replacement Project - High Service
Pump Station Electrical Procurement. Work Order #SCP-WTF-HSPSCONST-091917, Notice of Award Dated
October 1, 2017
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 1st day of October, 2017
WTF Performance Bond
00615-1
Page 14 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
IN PRESENCE OF:
-/- ^'
dfv
(Corporate Seal)
iPrincipal Hydro Consfruction
ilQyA^^ y. C^M. ''^
r^.
Title
301 East Lincoln Avenue. Fort Collins. CO 80524
Address
IN PRESENCE OF:
By:.
By:.
Other Partners
IN PRESENCE OF:
Witness
Surety Berkley Insurance Company
u 1^, ^ li2:
ings
By:_
Attorney-in-Fact Dariene M.
By: 475 Steamboat Road, Greenwich, CT 06830
Address
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
WTF Performance Bond
Page 15 00615-of 40 2
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
No. BI-7958a
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERXLEY FNSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
^ and appointed, and does by these presents make, constitute and appoint: Russell D. Lear; Darlene M. Krings; K'Anne E. Vogel;
=Diane F. Clementson; Katherine E. Dili; Jennifer L. Winter; Wesley J. Butorac; Steve J. Blohm; or Dulce R. Huggins of Flood
_^ & Peterson Insurance, Inc. of Greeley, CO its true and lawful Attorney-in-F act, to sign its name as surety only as delineated
t: below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
^ Insurance, providmg that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U. S. $50, 000, 000. 00), to the
^ same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers 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,
^ 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 a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary 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 on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney-in-fact and revoke any power of attorney previously granted; and further
'^ RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or
otlier suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner
> and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
~^ further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
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
ceased to be such at the time when such instruments shall be issued.
^ IN WITNESS WHEREOF, Ihc. Compatiy has caused these presents to be signed and attested by its appropricitc officers iind its
. J-oi':h .
iai]y lias causj
S ^J cui-punilu seal hci-euiUo affixed th1^<?*1-dEiy of ^
(Seal)
Berkley Insurance Coinpany
IraS'. Ledennan
Executive Vice President & Secretdry resident
WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER.
STATE OF CONNECTICUT )
day of./ 1C^~f~' , by li'ii S. l, ederma[i
.3S ) ss:
i: ? COUNTY OF FAIRFIELD )
= -S Sworn to before me, a Notaiy Public in the State of Connecticut, this
I ^ and JcITrcy M. 1-Iaficr wlio arc sworn to me to be; llie Execiitivc Vice Pregjdeyt and Scy(7tary, /^nfi the Senior Vic;e PrcsicfeiU,
/. "^ respectively, of Berkley Insurance ComparT§1ARIAC. RUNDBAKEN //../. / , / ^/^ /<' //". /.'.
^ ^ ' ' ' ' ' NOTARY PUBLIC"' / I / MA'<-^ <--^-t-^--r-^iy-/is'-/1^
MY COMMISSION EXPIRES / 'Kotaiy Public, State ofConnecticiit
APRIL 30, 2019
> :^ CERTIFICATE
Y 'c I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HER£BY CERTIFY that the foregoing is a true, correct
'-;; '-' and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the
.; -= Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in fuli force and effect as
ofthisdate. _ .. I L . . lr,. t., . . ^-
Given under my hand and seal of the Company, this j ~<JT day of U&^t1-' ^^^-^^ '?^f/ITK\' //
(Seal) .^y
Please verify the authenticity of the instrument attached to this Power
by:
Toll-Free Telephone: (800) 456-5486; or
Electronic Mail: BSGInquiry@berkleysurety. com
Any written notices, inquiries, claims or demands to the Surety on the bond
attached to this Power should be directed to:
Berkley Surety Group
412 Mount Kemble Ave.
Suite 3 ION
Morristown, NJ 07960
Attention: Surety Claims Department
Or
Email: BS^GClaim(5), berkleysurety. com
Please include with all communications 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 also
identify the project to which the bond pertains.
Berkley Surety Group is an operating unit of W. R. Berkley Corporation that
underwrites surety business on behalf of Berkley Insurance Company, Berkley
Regional Insurance Company and Carolina Casualty Insurance Company.
Page 17 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
Page 18 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
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
POLICY PRO-
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)
BODILY INJURY (Per accident)
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER) PROJECT TITLE: WTF Replacement
Project - High Service Pump Station
Electrical Construction
DATE OF SUBSTANTIAL COMPLETION: LOCATION: Fort Collins, Colorado
OWNER: City of Fort Collins
PROJECT OR SPECIFIED PART SHALL CONTRACTOR:
INCLUDE:
CONTRACT DATE:
The Work performed under this Work Order, pursuant to the Contract Documents, has been
inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER
and the project (or specified part of the project, as indicated above) is hereby declared to be
substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
_____________________________ By: __________________________ ________
PROJECT MANAGER AUTHORIZED REPRESENTATIVE DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list within the time indicated.
_____________________________ By: __________________________ ________
CONTRACTOR AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as substantially complete and
will assume full possession of the project or specified area of the project at 12:01 a.m., on
. The responsibility for heat, utilities, security, and insurance
under the Contract Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS By: ___________________________ ________
OWNER AUTHORIZED REPRESENTATIVE DATE
REMARKS: _________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
Page 20 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
DATE: ________________, _____
TO: Hydro Construction
Gentlemen:
You are hereby notified that on the day of , , the City of Fort Collins,
Colorado, has accepted the Work completed by , for the City of Fort Collins Work Order,
titled , Work Order Number .
A check is attached hereto in the amount of $ . as Final Payment for all Work
done, subject to the terms of the Contract Documents, including the Work Order, which is dated
, and the AGREEMENT, which is dated .
In conformance with the Work Order and Contract Documents for this project, your obligations
and guarantees will continue for the specified time from the following date:
___________________, _____.
Sincerely,
City of Fort Collins
OWNER
By: ___________________________________________
___________________________________________
Name & Title
ATTEST: _________________________________________
___________________________________________
Name & Title
Page 21 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Hydro Construction (CONTRACTOR)
WORK ORDER TITLE: WTF Replacement Project - High Service Pump Station Electrical
Construction
WORK ORDER NUMBER: SCP-WTF-HSPSConst-091917
1. The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives
all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims
(40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights
which the CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the construction,
design, improvement, alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund of or in the
possession or control of the OWNER, against the project or against all land and the
buildings on and appurtenances to the land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the CONTRACTOR or its agents,
employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in the
OWNER'S possession or control concerning the project or against the OWNER or its
officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any,
and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR's Subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes an
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and
may be relied upon by the OWNER, the lender, if any, and Surety on any labor and
material bonds for the project.
Page 22 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Signed this ______ day of __________, ___.
CONTRACTOR:
By: ___________________________________________
___________________________________________
Name & Title
ATTEST:
_____________________________
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this _________ day of __________, _____, by
________________________________________________________________.
Witness my hand and official seal.
My Commission Expires: ___________________________.
_________________________
Notary Public
Page 23 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00650
LIEN WAIVER RELEASE
(SUBCONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Hydro Construction (CONTRACTOR)
WORK ORDER TITLE: WTF Replacement Project - High Service Pump Station Electrical
Construction
WORK ORDER NUMBER: SCP-WTF-HSPSConst-091917
1. The Subcontractor acknowledges having received payment from the CONTRACTOR for
all work, labor, skill and material furnished, delivered and performed by the Subcontractor
for the CONTRACTOR or for anyone in the construction, design, improvement, alteration,
addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the Subcontractor voluntarily waives all
rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40
U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights
which the Subcontractor may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the construction,
design, improvement, alteration, addition or repair of the above described project, against
the CONTRACTOR or its officers, agents, employees or assigns, against the project or
against all land and the buildings on and appurtenances to the land improved by the
project.
3. The Subcontractor affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the Subcontractor or its agents,
employees, and servants, or by and through the Subcontractor by various sub-
subcontractors or materialmen or their agents, employees and servants, and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or against the
CONTRACTOR or its officers, agents, employees or assigns arising out of the project.
4. The Subcontractor agrees to defend and hold harmless the CONTRACTOR, the lender, if
any, and the Surety on the project against and from any claim hereinafter made by the
Subcontractor's sub-subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the CONTRACTOR or OWNER, lender or Surety or their
officers, employees, agents or assigns arising out of the project for all loss, damage and
costs, including reasonable attorney fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes an
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and
may be relied upon by the CONTRACTOR, OWNER, the lender, if any, and Surety on any
labor and material bonds for the project.
Page 24 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Signed this ______ day of _________, ___.
SUBCONTRACTOR:
By: ___________________________________________
___________________________________________
Name & Title
ATTEST:
_____________________________
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this _________ day of __________, _____, by
__________________________________________________________________.
Witness my hand and official seal.
My Commission Expires: ___________________________.
__________________________________
Notary Public
Page 25 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Hydro Construction
TITLE:
WORK ORDER NUMBER:
CONTRACT DATE:
WORK ORDER DATE:
In accordance with the provisions of the Work Order and Contract between the OWNER and the
CONTRACTOR as indicated above, for the Work Order titled on bond of
, (Surety) _______________________________________
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to
the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the
OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this _________ day of
__________, _____.
____________________________________________
(Surety Company)
By: ________________________________________
(Name) Attorney-in-Fact
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
Page 26 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Page 27 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Page 28 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition, with City of Fort
Collins Modifications, Rev. 9/94) and other provisions of the Contract Documents as indicated
below.
SC-1 DEFINITIONS
SC-1.38. Add the following language to the conclusion of paragraph 1.38 of the General
Conditions:
1.38. Substantial Completion. .... Substantial Completion is further defined as
that degree of completion of the operating facilities or systems of the Project defined
in the Work Order sufficient to provide the OWNER the full time, uninterrupted,
continuous, beneficial operation of the modifications, and all inspections required
have been completed and identified conditions corrected.
SC-1.43.A. Add the following new paragraph immediately after paragraph 1.43 of the
General Conditions:
1.43.A. Work Order--A written document executed by OWNER and
CONTRACTOR that provides for the construction of a portion of the Work, pursuant
to the Agreement and all as required by the Contract Documents, and that becomes
a Contract Document when executed.
SC-2 PRELIMINARY MATTERS
SC-2.8. Delete paragraph 2.8 of the General Conditions entirely and replace it with the
following paragraph:
2.8. Preconstruction Conference. Within ten days after the Contract Times
for a Work Order start to run, but before any Work at the site is started, a conference
attended by CONTRACTOR, ENGINEER and others as appropriate will be held to
establish a working relationship among the parties as to the Work and to discuss the
schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and
other submittals, processing Applications for Payment, and maintaining required
records.
SC-2.10. Add the following new paragraph immediately after paragraph 2.9 of the General
Conditions:
2.10. Work Order Required for All Work. References to the Agreement in this
Article 2 and in the General and Supplementary Conditions and Contract Documents
notwithstanding, no Work shall be initiated or performed until CONTRACTOR has
received a signed and executed Work Order, incorporating the Notice to Proceed,
Page 29 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
from OWNER; and no provision of this Article 2 or of the General and Supplementary
Conditions and Contract Documents shall permit or require any action of
CONTRACTOR in the absence of a signed and executed Work Order. All provisions
of this Article 2 and of the General and Supplementary Conditions and Contract
Documents referencing the Agreement or other parts of the Contract Documents, or
permitting or requiring any action of CONTRACTOR, shall be read as referencing
and, as appropriate, requiring a signed and executed Work Order.
SC-4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
SC-4.2.1.2. Add the following new paragraph immediately following paragraph 4.2.1.2 of the
General Conditions:
4.2.1.2.1. No drawing of physical conditions in or relating to existing surface or
subsurface structures (except Underground Facilities referred to in paragraph 4.3)
which are at or contiguous to the site have been utilized by the Engineer in
preparation of the Contract Documents, except the following:
SC-5 BONDS AND INSURANCE
SC-5.4.7. Include the following parties or entities as additional insureds, as provided in
paragraph 5.4.7 of the General Conditions:
5.4.7.1. City of Fort Collins, Colorado, 4316 LaPorte Avenue, Fort Collins,
Colorado 80522
5.4.7.2. __________.
SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the
General Conditions:
5.4.8.1. Limits of Liability. The limits of liability for the insurance required by the
paragraph numbers of the General Conditions listed below are as follows:
For Paragraphs 5.02.A.1 and 5.02.A.2: Coverage A - Statutory Limits; Coverage B -
$100,000 / $100,000 / $500,000.
For Paragraphs 5.02.A.3 and 5.02.A.5: The Commercial General Liability policy will
have limits of $1,000,000 combined single limits (CSL). This policy will include
coverage for Explosion, Collapse, and Underground coverage unless waived by the
Owner.
For Paragraph 5.02.A.6: The Comprehensive Automobile Liability Insurance policy
will have limits of $1,000,000 combined single limits (CSL).
For Paragraph 5.02.B.3: This policy will include completed operations coverage /
product liability coverage with limits of $1,000,000 combined single limits (CSL).
This policy shall also include an Umbrella Excess Liability as follows: General liability
Page 30 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
and automobile liability insurance in an amount not less than $1,000,000 per
occurrence in excess of the above stated primary limits.
SC-6 CONTRACTOR’S RESPONSIBILITIES
SC-6.14.3. Add the following new paragraph immediately after paragraph 6.14.2 of the
General Conditions:
6.14.3. The following Laws or Regulations are included in the Contract
Documents as mandated by statute or for the convenience of the CONTRACTOR.
Other Laws and Regulations apply which are not included herein, and are within the
CONTRACTOR's duty and responsibility for compliance thereto:
6.14.3.1. Notice to owners of Underground Facilities is required prior to excavations
in the vicinity of such facilities.
6.14.3.2. Unless otherwise decided by reason of the amount of the Contract Price
involved, or other good reason, before or at the time that the contract is awarded to a
corporation outside the State of Colorado, such corporation must carry out the proper
procedure to become authorized to do business in the State of Colorado, designate a
place of business therein, and appoint an agent for service of process.
Such corporation must furnish the OWNER with a certificate from the Secretary of
State of Colorado has been issued by its office and there shall also be procured from
the Colorado Secretary of State of photostatic or certified copy of the designated of
place of business and appointment of agent for service of process, or a letter from
the Colorado Secretary of State that such designation of place of business and agent
for service of process have been made.
6.14.3.3. 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:
Page 31 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
12.3. .... Lost days due to abnormal weather conditions will be allocated as
required.
SC-14 PAYMENTS TO CONTRACTOR AND COMPLETION
SC-14.1. Add the following language to the end of paragraph 14.1 of the General
Conditions:
14.1. Schedule of Values. .... Progress payments on the fixed fee shall be in
proportion to the cumulative actual Cost of the Work as a percentage of the
Allowable Cost of the Work. An amount not to exceed fifteen (15%) percent of the
fixed fee shall be advanced to the Contractor for mobilization in the first progress
payment.
Page 32 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Change Order
00960 Application for Payment
Page 33 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00950
CHANGE ORDER FORM
CHANGE ORDER NO.
CONTRACTOR:
WORK ORDER TITLE & NO. :
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COSTS $ ________________
TOTAL APPROVED CHANGE ORDER(S) $ ________________
TOTAL PENDING CHANGE ORDER(S) $ ________________
TOTAL THIS CHANGE ORDER $ ________________
TOTAL % OF ORIGINAL CONTRACT, THIS CO: _______________ %
TOTAL % OF ORIGINAL CONTRACT, ALL CO’S: _______________ %
ADJUSTED CONTRACT COST $ ________________
(Assuming all change orders approved)
ACCEPTED BY: _____________________________________ DATE: ____________
Contractor's Representative
ACCEPTED BY: _____________________________________ DATE: ____________
Project Manager
REVIEWED BY: _____________________________________ DATE: ____________
Title:
APPROVED BY: _____________________________________ DATE: ____________
Title:
APPROVED BY: _____________________________________ DATE: ____________
(Purchasing Agent if > $60,000)
cc: City Clerk Architect/Engineer
Finance Purchasing
Project Manager Contractor
Page 34 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
SECTION 00960
PAYMENT APPLICATION
Page 35 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Section 00960
APPLICATION FOR PAYMENT PAGE 1 OF 3
OWNER: City of Fort Collins Utilities PROJECT: APPLICATION NUMBER:
700 Wood Street APPLICATION DATE:
Fort Collins, CO 80522 PERIOD BEGINNING:
ENGINEER: CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
INVOICE NUMBER:
PO NUMBER:
CHANGE ORDERS Application is made for Payment as shown below in connection with Contract
NUMBER DATE AMOUNT The present status of the account for this Contract is as follows:
1
2 Original Contract Amount:
3 Net Change by Change Order:
Current contract Amount: $0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage: $0.00
Less Retainage:
Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By:
XXXXXXX, Project Manager
Payment of the above Amount Due This Application is recommended by the OWNER’S Project Manager.
Date: By:
XXXXXXX, Special Projects Manger
Payment of the above Amount Due This Application has been reviewed by the OWNER.
Date: By:
Owen L. Randall, Chief Engineer
Page 36 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Period Ending: PAGE 2 OF 3
Contract
Summary This Period Previous Total to Date Cost Percent
Item # Description Quantity UOM
Unit
Price Total Quantity
Tota
l Quantity Total Quantity Total Remaining Complete
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
18a
19
20
21
22
23
24
25
25a
26
27
28
Page 37 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
Total Contract Amount
Total This Period
$ -
Previous Billings
Total Completed to Date
Balance Remaining
Percent Complete
Crosscheck
Contract Summary:
Original Contract Amount
Change Orders To Date (see attached)
Adjusted Contract Amount
Total Completed to Date
Total Materials Remaining @ Site
Total Change Order Work to Date (see attached)
Value of Work in Place
Percent Complete Including Stored Materials
Less Retention @ 10% up to 50% complete, 5% beyond 50% of Adjusted Contract
Total to Date Less Retention
Less Previous Billings
Total Due
PAGE 3 OF 3
Page 38 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
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 Replacement Project – High Service Pump Station Electrical Construction
The work is located at the City of Fort Collins Water Treatment Facility (WTF), Fort Collins,
Colorado. The project involves installation of electrical components at the WTF for the
replacement of the existing MCC in the HSPS, including replacing the existing manual transfer
station with an automatic transfer switch.
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
Division section requirements, including Division 1 – General Requirements and Division
2 - Site Work.
Page 39 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
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
Page 40 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
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)
9/25/2017
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
RE: 17-01-478 WTF WTF Replacement Project-High Service Pump Station Electrical Construction - Owner's
Project #SCP-WTF-HSPSCONST-091917
City of Fort Collins is included as Additional Insured on the General, Automobile, and Umbrella Liability
Policies if required by written contract or agreement and with respect to work performed by Insured
subject to the policy terms and conditions.
N Mosbrucker CIC,CISR
City of Fort Collins
700 Wood Street
Fort Collins, CO 80521-1945
Page 19 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6
T
Page 16 of 40
DocuSign Envelope ID: 64754E90-3294-4CDF-A586-72492D3624B6