Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8286 CONSTRUCTION CONTRACTOR FOR PROJECTS AT THE WATER & WASTEWATER TREATMENT FACILITIES (63)Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
FORT COLLINS UTILITIES CONSTRUCTION
WORK ORDER
DWRF NonPot & RAS Disinfection Replacement
WORK ORDER NO. H-WRF-2018-20
CONTRACTOR: Hydro Construction, Inc.
Page 1 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
TABLE OF CONTENTS
AGREEMENT FORMS
00525 Work Order, Notice of Award & Bid Schedule
00530 Work Order Notice to Proceed
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
00800 Supplementary Conditions
00900 Addenda, Modifications and Payment
00950 Work Order Change Order Form
00960 Application for Payment
ADDITIONAL DOCUMENTS
Attachment A DRAWING INDEX
Page 2 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00500
CONSTRUCTION WORK ORDER AGREEMENT FORMS
00525 Work Order, Notice of Award & Bid Schedule
00530 Work Order Notice to Proceed
Page 3 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00525
WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE
TO: Hydro Construction, Inc.
WORK ORDER NUMBER: H-WRF-2018-20
PROJECT TITLE: Non-Pot and RAS Disinfection Replacement
ORIGINAL BID/RFP NUMBER & NAME: 8286, Construction Contractor for Projects at
the Water and Wastewater Treatment
Facilities
MASTER AGREEMENT EFFECTIVE DATE: June 20, 2016
ARCHITECT/ENGINEER: Carollo Engineering, Inc.
OWNER’S REPRESENTATIVE: Link Mueller
WORK ORDER COMPLETION DATE: December 14, 2018
MAXIMUM FEE: (time and reimbursable direct costs): $270,960.00
NOTICE OF AWARD DATE: June 21, 2018
OWNER: City of Fort Collins (hereinafter referred to as OWNER)
1. WORK. Pursuant to your MASTER AGREEMENT with OWNER dated June 20, 2016, and
your Work Order Proposal dated June 18, 2018, you have been awarded a Work Order for
Non-Pot and RAS Disinfection Replacement.
PROJECT DESCRIPTION & SITE LOCATION: The work is located at the City of Fort Collins
Water Drake Water Reclamation Facility (DWRF) in Fort Collins, Colorado. The address is
3036 Environmental Drive and the construction is located in the old chlorination/dechlorination
building located on the north end of the site.
A. Demolition of existing SO2 exhaust ducting and SO2 dilution water piping on west
wall of room. Removal of SO2 tank storage pads, truck fill piping, safety equipment
cabinet, and monorail.
B. Installation of concrete containment walls, concrete tank pads and concrete fill and
drain piping.
C. Installation of 2 – 2500-gallon sodium hypochlorite storage tanks with associated fill
and recirculation piping
D. Installation of recirculation and dilution pumping system
E. Installation of 3 perastaltic feed pumps and associated chemical feed panels
F. Installation of mini electrical feed panel, instrumentation, wiring and conduit for all
equipment.
G. Installation of tubing and schedule 80 piping for bleach feed to non-potable water
and RAS systems
H. Start-up and commissioning of equipment and systems.
See the attached supporting documentation.
2. CONTRACT PRICE, BONDS AND CERTIFICATES. The price of your Work Order is two
hundred seventy thousand nine hundred sixty dollars and zero cents ($270,960.00).
Pursuant to the AGREEMENT and the Work Order Documents, Performance and Payment
Bonds and insurance are required.
Page 4 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
3. CONTRACT TIMES. Pursuant to the MASTER AGREEMENT and the Work Order
Documents, the date for Substantial Completion of this Work Order is November 14, 2018,
and after Substantial Completion, the date for Final Completion is December 14, 2018.
4. LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the
essence of this Work Order 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 after November 14, 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 after 30 calendar day period
until the Work is ready for Final Payment and Acceptance.
5. EXECUTION. Work Order Documents must be executed in DocuSign within fifteen (15)
calendar days of the date of this Notice of Award. Contractor shall attach Payment and
Performance Bonds and Certificate of Insurance(COI) to the Work Order Documents in
DocuSign. In addition, one original set of executed Bonds and COI shall be provided to the
Buyer.
Failure to comply with these conditions within the time specified will entitle OWNER to
consider your Work Order Proposal abandoned and to annul this Work Order & Notice of
Award.
CONTRACTOR’S NOTICE OF AWARD REPRESENTATION & EXECUTION:
CONTRACTOR agrees to perform the services identified above, in accordance with the terms
and conditions contained herein, the MASTER AGREEMENT, and the NOTICE OF AWARD
between the parties. In the event of a conflict between or ambiguity in the terms of the MASTER
AGREEMENT or specific Work Orders, the MASTER AGREEMENT shall control.
CONTRACTOR: Hydro Construction, Inc.
By: Date:
Name: Title:
Page 5 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
July 2, 2018
John Podeyn Project Manager
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
OWNER’S ACCEPTANCE & EXECUTION:
This Work Order and the attached Documents are hereby accepted and incorporated herein by
this reference.
ACCEPTANCE: Date:
Link Mueller , Civil Engineer III
REVIEWED: Date:
Pat Johnson, Senior Buyer
APPROVED AS TO FORM: Date:
Cyril Vidergar, Assistance City Attorney
(if greater than $1,000,000)
ACCEPTANCE: Date:
Jason Graham, Plant Operation Director
ACCEPTANCE: Date:
Owen Randall, Civil Engineering Director
ACCEPTANCE: Date:
Carol Webb, Utilities Deputy Director
ACCEPTANCE: Date:
Kevin Gertig, Utilities Executive Director
(if greater than $1,000,000)
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
THROUGH: Date:
Jeff Mihelich, Deputy City Manager
(if greater than $1,000,000)
ACCEPTANCE: Date:
Darin Atteberry, City Manager
(if greater than $1,000,000)
ATTEST: Date:
City Clerk
(if greater than $1,000,000)
Page 6 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
June 27, 2018
June 28, 2018
July 11, 2018
July 2, 2018
July 11, 2018
July 11, 2018
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
BID SCHEDULE
Page 7 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Hydro Construction Company, Inc. DWRF - Sodium Hypochlorite Page 1
90% Design Estimate - Reconciliation 6/18/2018 12:57 PM
Page 8 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Hydro Construction Company, Inc. DWRF - Sodium Hypochlorite Page 2
90% Design Estimate - Reconciliation 6/18/2018 12:57 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
1000.000 GENERAL CONDITIONS
1100.100 Project Management
14 Project Manager 0.75 mo 6,480 - - 855 225 7,560
16 Project Engineer 1.50 mo 7,212 - - 855 300 8,367
Project Management 13,692 1,710 525 15,927
1102.100 Site Supervision
12 Project Superintendent 0.75 mo 5,100 - - 1,928 450 7,478
16 Project Foreman 3.00 mo 14,400 - - 3,780 225 18,405
Site Supervision 19,500 5,708 675 25,883
1260.100 Utilities
20 Temporary Toilets 3.00 mo - - - 450 450
Utilities 450 450
1270.100 OSHA & Safety
14 Safety 3.00 mo 516 - 1,500 3,000 5,016
OSHA & Safety 516 1,500 3,000 5,016
12.00 Labor hours
1300.100 Project Clean Up
46 Dump Fee 3.00 mo - - 375 375
Project Clean Up 375 375
1380.100 Punch List
10 Punch List by LS 1.00 ls 2,000 1,500 - - 750 4,250
Punch List 2,000 1,500 750 4,250
40.00 Labor hours
1400.100 Misc. Labor Expense
10 Start-Up 8.00 day 1,200 - 400 800 2,400
Misc. Labor Expense 1,200 400 800 2,400
64.00 Labor hours
64.00 Equipment hours
1622.100 Fuels
10 Fuels 12.00 wk - - - 1,200 1,200
Fuels 1,200 1,200
GENERAL CONDITIONS 36,908 1,500 0 9,318 7,775 55,501
116.00 Labor hours
64.00 Equipment hours
1900.000 OWNED EQUIPMENT
1900.100 Skidsteers
10 Skidsteer 1.00 mo - - - 2,675 - 2,675
Page 9 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Hydro Construction Company, Inc. DWRF - Sodium Hypochlorite Page 3
90% Design Estimate - Reconciliation 6/18/2018 12:57 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
Skidsteers 2,675 2,675
OWNED EQUIPMENT 0 0 0 2,675 0 2,675
2000.000 SITEWORK
2221.110 Saw Cut/Hammer
10 Demo Concrete Pads 2.00 ea 1,000 - - 370 50 1,420
40 Sawcut & Demo Floor Opening - Carrier Pipe 24.00 sf 500 - - 175 0 675
Saw Cut/Hammer 1,500 545 50 2,095
50.00 Labor hours
21.00 Equipment hours
2221.310 Demo Mono Rail
12 Demo Mono Rail 1.00 ea 400 - - 125 50 575
Demo Mono Rail 400 125 50 575
24.00 Labor hours
2221.500 Demo Existing Process Piping/Equipment
14 Demo Existing SO2 System 1.00 ls 1,200 150 - 25 1,375
Demo Existing Process Piping/Equipment 1,200 150 25 1,375
24.00 Labor hours
2502.010 Pipe Trenching
6 Hand Excavate to Carrier Pipe 3.00 cy 250 - - 0 0 250
Pipe Trenching 250 250
25.00 Labor hours
10.00 Equipment hours
2502.018 Spoils Removal
10 Spoils to Waste 3.00 cy 200 - - 0 - 200
Spoils Removal 200 200
4.00 Labor hours
0.06 Equipment hours
2512.201 PVC Sch 80
n 40 PVC Sch 80 Pipe 4 - Carrier Pipe 40.00 lf 100 150 - - 0 250
PVC Sch 80 100 150 250
6.00 Labor hours
2512.214 PVC Sch 80 Bends
n d 4 PVC Sch 80 90 ell 4 - Carrier Pipe 4.00 ea 150 248 - - 0 398
PVC Sch 80 Bends 150 248 398
9.00 Labor hours
SITEWORK 3,800 548 0 670 125 5,143
142.00 Labor hours
31.06 Equipment hours
Page 10 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Hydro Construction Company, Inc. DWRF - Sodium Hypochlorite Page 4
90% Design Estimate - Reconciliation 6/18/2018 12:57 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
3000.000 CONCRETE
3100.120 Forms - Tank - S-O-G
10 S.O.G. Edge Form < 1' 26.00 sf 250 0 - 0 208 458
Forms - Tank - S-O-G 250 208 458
21.50 Labor hours
3100.160 Forms- Sump
6 Trench Forms 3 - 6 Deep 50.00 sf 400 0 - - 400 800
Forms- Sump 400 400 800
34.40 Labor hours
3100.180 Forms- Containment Wall Forms
c 4 Job Built with Plyform 0-4' 128.00 sf 826 0 - 0 1,152 1,978
Forms- Containment Wall Forms 826 1,152 1,978
71.02 Labor hours
3210.208 Rebar- Tank - SOG
6 SOG Rebar # 5 0.50 tn 250 735 - 0 0 985
Rebar- Tank - SOG 250 735 985
5.00 Labor hours
3210.210 Rebar- Containment Wall
6 Wall Rebar # 4 0.15 tn 250 205 - 0 0 455
Rebar- Containment Wall 250 205 455
5.00 Labor hours
3210.218 Rebar- Sump
5 Trench Rebar # 5 0.10 tn 300 147 - - - 447
Rebar- Sump 300 147 447
6.00 Labor hours
3310.100 Concrete- Buy
45 4500 psi Concrete - Sump 1.00 cy - 137 - - - 137
45 4500 psi Concrete - Tank SOG 4.50 cy - 614 - - - 614
45 4500 psi Concrete - Cantainment Walls 2.00 cy - 273 - - - 273
Concrete- Buy 1,024 1,024
3310.150 Place- Sump
1 Buggy - Place sump 1.00 cy 100 - - - - 100
Place- Sump 100 100
10.00 Labor hours
3310.195 Place- Encasement Conc
1 Place Pipe Encasement 3.00 cy 100 0 - - - 100
Place- Encasement Conc 100 100
10.001 Labor hours
3310.230 Place- Tank - S-O-G
4 Buggy Place Slab on Grade 4.50 cy 250 - - - - 250
Page 11 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Hydro Construction Company, Inc. DWRF - Sodium Hypochlorite Page 5
90% Design Estimate - Reconciliation 6/18/2018 12:57 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
Place- Tank - S-O-G 250 250
25.00 Labor hours
3310.260 Place- Containment Walls
4 Buggy Place Walls 2.00 cy 200 - - - - 200
Place- Containment Walls 200 200
20.00 Labor hours
3350.130 Patch & Grind
2 Grind/Patch Walls 128.00 sf 100 192 - - - 292
8 Grind/Patch Concrete Floor 240.00 sf 500 360 - 0 0 860
Patch & Grind 600 552 1,152
12.001 Labor hours
3510.610 Containment Wall Waterstop
6 Hydrophylic Water Stop 32.00 lf 100 403 - - 0 503
Containment Wall Waterstop 100 403 503
2.00 Labor hours
CONCRETE 3,626 3,066 0 0 1,760 8,452
221.92 Labor hours
7000.000 THERMAL & MOIST PROTECT
7530.100 Roofing Penetrations
20 Roof Penetration 2.00 ea 0 0 3,500 0 0 3,500
Roofing Penetrations 3,500 3,500
12.00 Labor hours
THERMAL & MOIST PROTECT 0 0 3,500 0 0 3,500
12.00 Labor hours
10000.000 SPECIALTIES
10520.100 Fire Cabinets
20 Wall Mounted Fire Extinguisher 1.00 ea 103 300 - - - 403
Fire Cabinets 103 300 403
6.00 Labor hours
SPECIALTIES 103 300 0 0 0 403
6.00 Labor hours
11000.000 EQUIPMENT
11210.712 Recirculation Pump
15 Recirculation Pump - Purchase (MTE) 1.00 ea 0 2,600 - - - 2,600
15 Recirculation Pump Installation 1.00 ea 150 125 - - 50 325
Page 12 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Hydro Construction Company, Inc. DWRF - Sodium Hypochlorite Page 6
90% Design Estimate - Reconciliation 6/18/2018 12:57 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
Recirculation Pump 150 2,725 50 2,925
28.60 Labor hours
11240.001 Chemical Feed Panel
100 Chemical Feed Panel - Purchase 3.00 ea 0 10,500 - - 0 10,500
100 Intake Filter - Purchase 2.00 ea 0 3,164 - - - 3,164
100 Chemical Feed Panel Installation 3.00 ea 600 450 - - 75 1,125
Chemical Feed Panel 600 14,114 75 14,789
125.00 Labor hours
11240.005 Chemical Feed Metering Pumps
200 Chemical Metering Pumps - Purchase (MTE) 3.00 ea 0 11,100 - - - 11,100
200 Chemical Metering Pump Installation 3.00 ea 600 600 - - 75 1,275
Chemical Feed Metering Pumps 600 11,700 75 12,375
90.00 Labor hours
11501.006 Storage Tanks - Install
n 100 Chemical Tank Installation 2.00 ea 1,120 500 - 500 250 2,370
Storage Tanks - Install 1,120 500 500 250 2,370
80.00 Labor hours
EQUIPMENT 2,470 29,039 0 500 450 32,459
323.600 Labor hours
15000.000 MECHANICAL
15210.102 Copper Pipe - PW Modifications/Rerouting
k 15 Copper Piping & Fittings - Purchase & Install 40.00 lf 800 880 - - 60 1,740
Copper Pipe - PW Modifications/Rerouting 800 880 60 1,740
64.00 Labor hours
15215.101 Carrier Pipe Chemical Tubing
02 3/4" Tubing Purcahse 1,200.00 lf 0 3,960 - - - 3,960
02 3/4" Tubing Install 1,200.00 lf 2,240 0 - 480 300 3,020
Carrier Pipe Chemical Tubing 2,240 3,960 480 300 6,980
164.02 Labor hours
15215.102 PVC Pipe Sch 80 - Building
07 Sch 80 Process Piping - Install 340.00 lf 8,000 0 - 340 255 8,595
07 Sch 80 Process Piping - Purchase 340.00 lf 0 14,212 - - - 14,212
PVC Pipe Sch 80 - Building 8,000 14,212 340 255 22,807
650.202 Labor hours
15215.342 PVC Pipe Sch 80 - North Tunnel
02 Sch 80 Proces piping - Purchase 300.00 lf 0 1,188 - - - 1,188
02 Sch 80 Proces piping - Install 300.00 lf 2,500 1,326 - - - 3,826
PVC Pipe Sch 80 - North Tunnel 2,500 2,514 5,014
260.004 Labor hours
15410.080 Emergency Eyewash
60 Emergency Shower & Eyewash - Purchase 1.00 ea 0 2,200 0 0 0 2,200
60 Emergency Shower & Eyewash - Install 1.00 ea 200 225 0 0 50 475
Page 13 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Hydro Construction Company, Inc. DWRF - Sodium Hypochlorite Page 7
90% Design Estimate - Reconciliation 6/18/2018 12:57 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
Emergency Eyewash 200 2,425 50 2,675
32.00 Labor hours
15410.280 Backflow Preventer
15 Backflow Preventer 1-½" 1.00 ea 250 800 - - - 1,050
Backflow Preventer 250 800 1,050
20.00 Labor hours
MECHANICAL 13,990 24,791 0 820 665 40,266
1,190.222 Labor hours
16000.000 ELECTRICAL
16000.001 Electrical - Sub
10 Electrical - Sub 1.00 ls - - 66,536 - - 66,536
Electrical - Sub 66,536 66,536
ELECTRICAL 0 0 66,536 0 0 66,536
Page 14 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Hydro Construction Company, Inc. DWRF - Sodium Hypochlorite Page 8
90% Design Estimate - Reconciliation 6/18/2018 12:57 PM
Estimate Totals
Description Amount Totals Hours Rate Cost Basis Cost per Unit Percent of Total
Labor 60,897 2,011.741 hrs 22.47%
Material 59,244 21.86%
Subcontract 70,036 25.85%
Equipment 13,983 95.060 hrs 5.16%
Other 10,775 3.98%
214,935 214,935 79.32 79.32%
Sales Tax 1,832 7.400 % C 0.68%
Perform & Payment Bond - 2 yr. 4,200 B 1.55%
Labor Burden 23,141 38.000 % C 8.54%
29,173 244,108 10.77 90.09%
Profit & Overhead 26,852 11.000 % T 9.91%
26,852 270,960 9.91 100.00%
Total 270,960
Page 15 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Activity ID Activity Name Original
Duration
Start Finish Total
Float
Predecessors Successors
DWRF DWRFReplacement - NPW & RAS Disinfection Replacement 207 02-Jan-18 22-Oct-18 46
Preconstruction 157 02-Jan-18 10-Aug-18 53
A1000 NTP for Design 0 02-Jan-18 46 A1010, A1020
DDeessiiggnn 80 02-Jan-18 24-Apr-18 46
A1010 Generate Design Documents for Storage Tank Procurement 60 02-Jan-18 26-Mar-18 46 A1000 A1030
A1020 Generate 90% Design Documents for Construction 80 02-Jan-18 23-Apr-18 46 A1000 A1040
A1030 Issue Storage Tank Procurment Design Documents 0 27-Mar-18 46 A1010 A1060
A1040 Issue 90% Design Documents for Construction 0 24-Apr-18 46 A1020 A1050
A1050 90% Design Document Review Workshop 0 24-Apr-18 46 A1040 A1130, A1140
Contract ContractProcurement Procurement 57 27-Mar-18 15-Jun-18 46
A1060 Generate Storage Tank Procurement Estimate 5 27-Mar-18 02-Apr-18 46 A1030 A1070
A1070 Genarate Storage Tank Procurement Work Order 5 03-Apr-18 09-Apr-18 46 A1060 A1080
A1080 Issue Storage Tank Purchase Order 5 10-Apr-18 16-Apr-18 46 A1070 A1090
A1130 Generate GMP Estimate for Construction 15 24-Apr-18 14-May-18 46 A1050 A1150
A1140 Estimate Generation for Reconciliation - Capstone 10 24-Apr-18 07-May-18 51 A1050 A1150
A1150 Estimate Reconciliation Meeting 0 15-May-18 46 A1140, A1130 A1160
A1160 Generate Work Order for Construction 5 15-May-18 21-May-18 46 A1150 A1170
A1170 Procure Bonds & Insurance 2 22-May-18 23-May-18 46 A1160 A1180
A1180 Execute Work Order 15 24-May-18 14-Jun-18 46 A1170 A1190
A1190 Issue NTP for Construction 0 15-Jun-18 46 A1180 A1200, A1210, A1220, A1230, A1240, A1250, A1410, A1440, A1480
Submittal SubmittalGeneration Generation 57 17-Apr-18 06-Jul-18 63
A1090 Storage Tank Submittal Generation 15 17-Apr-18 07-May-18 46 A1080 A1100
A1200 Chemical Feed Panel Submittal Generation 10 15-Jun-18 28-Jun-18 50 A1190 A1260
A1210 Chemical Feed Pump Submittal Generation 10 15-Jun-18 28-Jun-18 50 A1190 A1270
A1220 Recirculation Pump Submittal Generation 10 15-Jun-18 28-Jun-18 50 A1190 A1280
A1230 Emergency Eyewash/Shower Submittal Generation 5 15-Jun-18 21-Jun-18 73 A1190 A1290
A1240 Concrete Submittal Generation 5 15-Jun-18 21-Jun-18 49 A1190 A1300
A1250 Electrical Submittal Generation 15 15-Jun-18 06-Jul-18 46 A1190 A1310
A1410 Process Pipe & Fitting Submittal Generation 5 15-Jun-18 21-Jun-18 66 A1190 A1400
A1440 Chemical Tubing Submittal Generation 5 15-Jun-18 21-Jun-18 69 A1190 A1450
Submittal SubmittalReview Review 52 08-May-18 20-Jul-18 63
A1100 Storage Tank Submittal Review 10 08-May-18 21-May-18 46 A1090 A1110
A1290 Emergency Eyewash/Shower Submittal Review 10 22-Jun-18 06-Jul-18 73 A1230 A1350
A1300 Concrete Submittal Review 10 22-Jun-18 06-Jul-18 49 A1240 A1520, A1530, A1540, A1560
A1400 Process Pipe & Fitting Submittal Review 5 22-Jun-18 28-Jun-18 66 A1410 A1420
A1450 Chemical Tubing Submittal Review 5 22-Jun-18 28-Jun-18 69 A1440 A1460
A1260 Chemical Feed Panel Submittal Review 10 29-Jun-18 13-Jul-18 50 A1200 A1320
A1270 Chemical Feed Pump Submittal Review 10 29-Jun-18 13-Jul-18 50 A1210 A1330
A1280 Recirculation Pump Submittal Review 10 29-Jun-18 13-Jul-18 50 A1220 A1340
A1310 Electrical Submittal Review 10 09-Jul-18 20-Jul-18 46 A1250 A1680
Fabrication FabricationDelivery & Delivery 57 22-May-18 10-Aug-18 53
A1110 Storage Tank Fabrication 40 22-May-18 18-Jul-18 46 A1100 A1120
A1420 Process Pipe & Fitting Fabrication 10 29-Jun-18 13-Jul-18 66 A1400 A1430
A1460 Chemical Tubing Fabrication 5 29-Jun-18 06-Jul-18 69 A1450 A1470
A1350 Emergency Eyewash/Shower Fabrication 5 09-Jul-18 13-Jul-18 73 A1290 A1390
Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May
Qtr 4, 2017 Qtr 1, 2018 Qtr 2, 2018 Qtr 3, 2018 Qtr 4, 2018 Qtr 1, 2019 Qtr 2, 2019
DWRF - NPW & RAS Disinfection Replacement
Preconstruction
NTP for Design
Design
Generate Design Documents for Storage Tank Procurement
Generate 90% Design Documents for Construction
Issue Storage Tank Procurment Design Documents
Issue 90% Design Documents for Construction
Activity ID Activity Name Original
Duration
Start Finish Total
Float
Predecessors Successors
A1320 Chemical Feed Panel Fabrication 20 16-Jul-18 10-Aug-18 50 A1260 A1360
A1330 Chemical Feed Pump Fabrication 20 16-Jul-18 10-Aug-18 50 A1270 A1370
A1340 Recirculation Pump Fabrication 20 16-Jul-18 10-Aug-18 50 A1280 A1380
Construction 50 15-Jun-18 24-Aug-18 56
A1480 Demo Existing SO2 System 2 15-Jun-18 18-Jun-18 61 A1190 A1490
A1490 Demo Existing Concrete Pads 1 19-Jun-18 19-Jun-18 61 A1480 A1500, A1540
A1500 Sawcut and Demo Floor Opening - Carrier Pipe 1 20-Jun-18 20-Jun-18 83 A1490 A1510
A1510 Install Carrier Pipe & Backfill 1 21-Jun-18 21-Jun-18 83 A1500 A1520
A1470 Chemical Tubing Delivery 5 09-Jul-18 13-Jul-18 69 A1460 A1660
A1540 Form & Place Tank Pad/Trench 5 09-Jul-18 13-Jul-18 49 A1490, A1300 A1550, A1520
A1520 Repair Floor Opening 1 13-Jul-18 13-Jul-18 69 A1510, A1540, A1300 A1530, A1660
A1390 Emergency Eyewash/Shower Delivery 0 16-Jul-18 73 A1350 A1620
A1430 Process Pipe & Fitting Delivery 5 16-Jul-18 20-Jul-18 66 A1420 A1670
A1620 Install Emergency Eyewash/Shower 1 16-Jul-18 16-Jul-18 73 A1390 A1630
A1660 Install Chem Feed Tubing to NPT 2 16-Jul-18 17-Jul-18 69 A1470, A1520 A1670
A1120 Storage Tank Delivery 0 19-Jul-18 46 A1110 A1550
A1550 Install Storage Tanks 2 19-Jul-18 20-Jul-18 46 A1540, A1120 A1530, A1570, A1650, A1640, A1680
A1530 Form & Place Containment Walls 4 23-Jul-18 26-Jul-18 65 A1520, A1550, A1300 A1560
A1570 Install Storage Tank Piping 5 23-Jul-18 27-Jul-18 75 A1550 A1580
A1670 Install NPT Tunnel Chem Feed Piping 5 23-Jul-18 27-Jul-18 66 A1430, A1660 A1720
A1680 Electrical Installation & Termination 25 23-Jul-18 24-Aug-18 46 A1550, A1590, A1600, A1720 A1610, A1310
A1560 Form & Place Recirc Pump Pad 2 25-Jul-18 26-Jul-18 65 A1530, A1300 A1650
A1580 Patch Roof Vent Penetrations 1 30-Jul-18 30-Jul-18 75 A1570 A1690
A1360 Chemical Feed Panel Delivery 0 13-Aug-18 50 A1320 A1590
A1370 Chemical Feed Pump Delivery 0 13-Aug-18 50 A1330 A1600
A1380 Recirculation Pump Delivery 0 13-Aug-18 50 A1340 A1610
A1590 Install Chem Feed Panels 1 13-Aug-18 13-Aug-18 50 A1360 A1640, A1680
A1600 Install Chem Feed Pumps 1 13-Aug-18 13-Aug-18 50 A1370 A1640, A1680
A1610 Install Recirc Pump 1 13-Aug-18 13-Aug-18 50 A1380 A1630, A1650, A1680
A1630 Install PW Line to Recirc Pump & Eyewash/Shower 2 14-Aug-18 15-Aug-18 53 A1620, A1610 A1720
A1640 Install Chem Feed Piping 5 14-Aug-18 20-Aug-18 50 A1590, A1600, A1550 A1720
A1650 Install Recirc Piping 2 14-Aug-18 15-Aug-18 53 A1550, A1610, A1560 A1720
Post Construction 40 27-Aug-18 22-Oct-18 46
A1720 Startup & Commissioning 10 27-Aug-18 10-Sep-18 46 A1670, A1630, A1640, A1690 A1650, A1680
A1690 Substantial Completion 0 11-Sep-18 46 A1580, A1720 A1710, A1700
A1710 Punch List 5 11-Sep-18 17-Sep-18 71 A1690 A1700
A1700 Final Completion 0 22-Oct-18 46 A1690, A1710
Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May
Qtr 4, 2017 Qtr 1, 2018 Qtr 2, 2018 Qtr 3, 2018 Qtr 4, 2018 Qtr 1, 2019 Qtr 2, 2019
Chemical Feed Panel Fabrication
Chemical Feed Pump Fabrication
Recirculation Pump Fabrication
Construction
Demo Existing SO2 System
Demo Existing Concrete Pads
Sawcut and Demo Floor Opening - Carrier Pipe
Install Carrier Pipe & Backfill
Chemical Tubing Delivery
Form & Place Tank Pad/Trench
Repair Floor Opening
Emergency Eyewash/Shower Delivery
Process Pipe & Fitting Delivery
Install Emergency Eyewash/Shower
Install Chem Feed Tubing to NPT
Storage Tank Delivery
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00530
WORK ORDER NOTICE TO PROCEED
NOTICE TO PROCEED DATE:
WORK ORDER TITLE: Non-Pot and RAS Disinfection Replacement
WORK ORDER NUMBER: H-WRF-2018-20
TO: Hydro Construction, Inc.
77 NW Frontage Road
Fort Collins, CO 80524
This notice is to advise you:
That the Work Order and all amendments and supplements to the Work Order 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
Work Order 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 day of
Month, Year.
(CONTRACTOR)
By: ___________________________________________
Name, Title
Page 18 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
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 19 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00610
PERFORMANCE BOND
Bond No __
KNOW ALL MEN BY THESE PRESENTS: that
Hydro Construction, Inc.
77 NW Frontage Road
Fort Collins, CO 80524
(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 ($ ) 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 Master Agreement with the OWNER, dated the Day day of Month, Year, a copy of which
is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work
Order, titled Work Order Project Title, Work Order Number PM's Tracking #, dated Work Order
Date, a copy of which is hereto attached and made a part hereof.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Work Order and Master
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 Work Order and Master
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 Work Order and Master
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 Work Order and Master
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.
Page 20 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which
shall be deemed an original, this _____ day of ___________, _____.
IN PRESENCE OF: Principal
(Title) (Title)
(Corporate Seal)
(Address)
IN PRESENCE OF: Other Partners
_____________________________ By:
_____________________________ By:
IN PRESENCE OF: Surety
_____________________________ By:
_____________________________
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is
Partnership, all partners should execute Bond.
Page 21 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00615
PAYMENT BOND
Bond No __
KNOW ALL MEN BY THESE PRESENTS: that
Hydro Construction, Inc.
77 NW Frontage Road
Fort Collins, CO 80524
(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 ($ ) 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 Master Agreement with the OWNER, dated the Day day of Month, Year, a copy of which
is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work
Order, titled Work Order Project Title, Work Order Number PM's Tracking #, dated Work Order
Date, a copy of which is hereto attached and made a part hereof.
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 Work Order and Master 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 Work Order and Master
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 Work Order and Master
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.
Page 22 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which
shall be deemed an original, this _____ day of ___________, _____.
IN PRESENCE OF: Principal
(Title) (Title)
(Corporate Seal)
(Address)
IN PRESENCE OF: Other Partners
_____________________________ By:
_____________________________ By:
IN PRESENCE OF: Surety
_____________________________ By:
_____________________________
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is
Partnership, all partners should execute Bond.
Page 23 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall submit Certificate of Insurance in compliance with the Work Order
Documents.
Page 24 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER) PROJECT TITLE: Non-Pot and RAS
Disinfection Replacement
DATE OF SUBSTANTIAL COMPLETION: LOCATION: Fort Collins, Colorado
OWNER: City of Fort Collins
PROJECT OR SPECIFIED PART SHALL CONTRACTOR: Hydro Construction, Inc.
INCLUDE:
WORK ORDER DATE:
The Work performed under this Work Order, pursuant to the Work Order 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 Work Order 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 Work Order Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS ________ By: __________________________ ________
OWNER AUTHORIZED REPRESENTATIVE DATE
REMARKS: _________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
Page 25 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
DATE:
TO:
You are hereby notified that on the Day day of Month, Year, the City of Fort Collins, Colorado,
has accepted the Work completed by Contractor Company Name, for the City of Fort Collins Work
Order, titled Project Title, Work Order Number PM's Tracking #.
Your continuing obligations and guarantees for the Project will be as provided in the Work Order
and Work Order Documents.
Sincerely,
City of Fort Collins
OWNER
By: ___________________________________________
___________________________________________
Name, Title
Page 26 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Hydro Construction, Inc. (CONTRACTOR)
WORK ORDER TITLE: Non-Pot and RAS Disinfection Replacement
WORK ORDER NUMBER: H-WRF-2018-20
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
Page 27 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material
bonds for the project.
Signed this ______ day of __________, ___.
CONTRACTOR: Company Name
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 28 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00650
LIEN WAIVER RELEASE
(SUBCONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Hydro Construction, Inc. (CONTRACTOR)
WORK ORDER TITLE: Non-Pot and RAS Disinfection Replacement
WORK ORDER NUMBER: H-WRF-2018-20
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 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 CONTRACTOR, OWNER, the lender, if any, and Surety on any
labor and material bonds for the project.
Page 29 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
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 30 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Hydro Construction, Inc.
TITLE: Non-Pot and RAS Disinfection Replacement
WORK ORDER NUMBER: H-WRF-2018-20
WORK ORDER DATE:
In accordance with the provisions of the Work Order and Master Agreement between the OWNER
and the CONTRACTOR as indicated above, for the Work Order titled Work Order Project Title 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 31 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Page 32 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Page 33 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00800
SUPPLEMENTARY CONDITIONS
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition, with City of Fort Collins
Modifications, Rev. 9/94) and other provisions of the Work Order 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 the Work, or a portion of the Work
pursuant to the Master Agreement and all as required by the Work Order Documents,
and that becomes a Work Order 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 Work Order
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 Master Agreement in
this Article 2 and in the General and Supplementary Conditions and Work Order
Documents notwithstanding, no Work shall be initiated or performed until
CONTRACTOR has received a signed and executed Work Order, and the Notice to
Proceed, from OWNER; and no provision of this Article 2 or of the General and
Supplementary Conditions and Work Order 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 Work
Page 34 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Order Documents referencing the Master Agreement or other parts of the Work Order
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 Work Order Documents, except the following:
None
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, PO Box 580, Fort Collins, CO 80522 and
4316 LaPorte Avenue, Fort Collins, Colorado 80522
5.4.7.2. Ditesco, 1315 Oakridge Drive, Suite 120, Fort Collins, CO 80525
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 and
automobile liability insurance in an amount not less than $1,000,000 per occurrence
in excess of the above stated primary limits.
Page 35 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
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 Work Order
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 Work Order 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 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 the Master Agreement shall be used in lieu of any CONTRACTOR'S fee, overhead,
profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2, and
11.6.2.3.
SC-12 CHANGE OF CONTRACT TIMES
SC-12.3. Add the following language to the end of paragraph 12.3 of the General Conditions:
12.3. .... Lost days due to abnormal weather conditions will be allocated as
required.
SC-14 PAYMENTS TO CONTRACTOR AND COMPLETION
SC-14.1. Add the following language to the end of paragraph 14.1 of the General Conditions:
Page 36 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
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 37 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Change Order
00960 Application for Payment
Page 38 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Non-Pot and RAS Disinfection Replacement
CONTRACTOR: Hydro Construction
WORK ORDER NUMBER: H-WRF-2018-20
PO NUMBER:
DESCRIPTION:
1. Reason for Change: Why is the change required?
2. Description of Change: Provide description of the changes to the Work
3. Change in Work Order Price:
4. Change in Work Order Time:
ORIGINAL WORK ORDER PRICE $ .00
TOTAL APPROVED CHANGE ORDER .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGINAL WORK ORDER %
ADJUSTED WORK ORDER COST $ .00
CONTRACTOR: Company Name
By: Date:
Name: Title:
ACCEPTED: Date:
City PM Name, Title
REVIEWED: Date:
Name, Buyer or Senior Buyer
ACCEPTED: Date:
Name, Title
ACCEPTED: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
Page 39 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00960
APPLICATION FOR PAYMENT
PROJECT Page 1 of 1
OWNER:
ENGINEERS:
ADDRESS:
NUMBER DATE AMOUNT
$ -
$ -
$ -
NUMBER DATE AMOUNT FUND OBJECT
Amount Due this Pay Application (before retainage):
$ -
$ -
0.00%
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager
BY: DATE: DATE:
NAME & TITLE:
BY: DATE:
NAME & TITLE: Official Purchasing Form
Last updated 10/2017
Net Change by Change Order:
Change order %:
Original Contract Amount
Net Change by Change Order
Revised Current Contract Amount
Total Work Completed to Date:
Total Stored to Date:
CHANGE ORDERS PAY APPLICATION
Application is made for Payment as shown below in connection with the Contract.
The present status of the account for this Contract is as follows:
CONTRACTOR:
$ -
$ -
RETAINAGE
$ -NumbersCharge
$ -
$ -
Less Previous Payments:
Total Completed and Stored Materials to Date:
Less Retainage
$ -
$ -
$ -
AMOUNT DUE THIS APPLICATION: $ -
The above Amount Due this Application is requested by the CONTRACTOR's Project Manager.
BY:
PO NUMBER
ADDRESS: ADDRESS:
APPLICATION NUMBER
APPLICATION DATE
PERIOD BEGINNING
PERIOD ENDING
PROJECT NUMBER
Retainage to Date:
NAME & TITLE:
Total (after retainage):
Payment of the above Amount Due This Application is approved by the OWNER.
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Unit Price Total Quanitity Total Quantity Total Quantity Total
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
$ -
$ -
$ -
$ -
$ -
0.00%
$ - $ - $ - $ - $ - 0.00%
Official Purchasing Form
Last Updated 10/2017
Total to Date Less Retention
Change Orders to Date (see attached)
$ -
$ -
CONTRACT SUMMARY
Total Due
Adjusted Contract Amount
$ -
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
Crosscheck
Total Completed to Date
Total Materials Remaining @ Site
$ -
$ -
$ -
Original Contract Amount
Less Previous Billings $ -
$ -
$ -
$ -
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT A
DRAWING INDEX
WORK ORDER # H-WRF-2018-20
WORK ORDER TITLE: Non-Pot and RAS Disinfection Replacement
BY: Carollo Engineering, Inc.
Sheet Title Drawing Revision Date
G-01 Title Sheet June 1, 2018
D-01 Chlorination/Dechlorination Building Demolition Plan June 1, 2018
GS-01 Typical Details 1 June 1, 2018
GS-02 Typical Details 2 June 1, 2018
SM-NFD-01 Chlorination/Dechlorination Building Plan June 1, 2018
SM-NFD-02 Section & Details June 1, 2018
GE-01 Typical Details June 1, 2018
ESD-M1218-01 MCC1218 Elevation June 1, 2018
ESD-M1218-02 MCC1218 One-Line Diagram June 1, 2018
ESD-M1218-03 MCC1218 Panelboard Schedules June 1, 2018
ESD-M1214-03 MCC1214 Panelboard Schedules June 1, 2018
E-NFD-NFD-01 North Complex Electrical Plan June 1, 2018
GI-01 Typical Details June 1, 2018
PI-NFD-01 Sodium Hypochlorite Storage June 1, 2018
PI-NFD-02 North Process Train Sodium Hypochlorite Pump SHP951 June 1, 2018
PI-NFD-03 North Process Train Sodium Hypochlorite Pump SHP952 June 1, 2018
PI-NFD-04 North Process Train Sodium Hypochlorite Pump SHP953 June 1, 2018
PI-NFD-05 North Process Train Sodium Hypochlorite Dilution Pump DWP951 June 1, 2018
PI-NFD-06 South Process Train Sodium Hypochlorite System June 1, 2018
PI-NPD-01 Non-Potable Water June 1, 2018
PI-RSN-01 NPT Return Sludge - I June 1, 2018
PI-RSN-03 NPT Return Sludge - III June 1, 2018
PI-RSS-01 Return Sludge June 1, 2018
Page 42 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
nasbp.org/toolkit - Version 2.0
© Copyright 2010 National Association of Surety Bond Producers. All Rights Reserved. The NASBP Tool Kit is for the
use and benefit of NASBP members, affiliates, and associates. For complete terms and conditions, visit nasbp.org/toolkit.
FLOOD AND PETERSON
4821 Wheaton Drive
Fort Collins, CO 80525
Phone: (970) 266-7102 Cell: (970) 231-6290 Fax: (970) 506-6869
dkrings@floodpeterson.com
To: Darlene Krings Today’s Date:
From:
Contractor: Hydro Construction Company
Obligee (Bond Payable To):
Address:
Legal Project Name (including any identifying numbers):
Job Location:
Scope of Work:
Estimated Start Date: Work On Hand As Of: $
Completion Time: Penalties/Damages: $
Special Bond Forms? Yes (attach forms) No Retainage: %
Warranty Period: Covered By Manufacturer? Yes No
Job Breakdown: Labor: % or $ Materials: % or $
Subcontracts: % or $ Profit: % or $
List Major Subcontractors Amount Sub Bonded?
$ Yes No
$ Yes No
$ Yes No
Architect/Engineer
Phone:
Special Hazards:
BID BOND INFORMATION
Bid Date and Time: Estimated Bid: $
Bid Bond Amount: % or $ Bid Opening Location:
BID RESULTS
Low Bidder: Bid Amount: $
2nd Bidder: Bid Amount: $
3rd Bidder: Bid Amount: $
Do you expect to be awarded the contract? Yes No
Comments:
PERFORMANCE & PAYMENT BOND INFORMATION
Contract Date: Contract Amount: $
Performance Bond Amt: % Payment Bond Amt: % Number of Executed Sets:
Please include a certificate of insurance with the bond: Yes (attach requirements) No
NOTE: Please attach a copy of the bid specs or contract. Failure may result in the delay of delivery of the bond.
CCOONNTTRRAACCTT
BBOONNDD RREEQQ
UUEESSTT FFOORRM
M
nnaassbbpp..oorr
gg//ttoooollkkii
tt
6/13/18
John Podeyn
City of Fort Collins
700 Wood Street, Fort Collins Colorado, 80521
H-WRF-2018-18; DWRF Polymer Pump Replacement
DWRF 3036 Environmental Dr., Fort Collins CO, 80525
Remove and replace 3ea centrifuge polymer feed pumps with associated piping, electrical work, and instrumentation.
6/13/18
1/31/19 200/day
5
CERTIFICATE REQUEST
Date:
Please send completed form to:
Flood and Peterson
Attn: Dana Stewart
Fax: 970-506-6823
Email: dstewart@floodpeterson.com
Name of Insured: HYDRO CONSTRUCTION COMPANY, INC.
Hydro Project #:
Owner's Project #:
Project Name:
**Please send insurance section of contract along with the certificate request
Certificate Holder
Mailing Address
Certificate holder is Additional Insured? YES NO
Special Instructions
(if any)
Certificates are issued within 24 hours of receipt. If needed sooner, please indicate here:
Requested By:
2018-06-13
John Podeyn
18-01-533
H-WRF-2018
DWRF Polymer Pump Replacement
City of Fort Collins
700 Wood Street
Fort Collins, CO 80521
✔
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
SECTION 00610
PERFORMANCE BOND
Bond No _34BCSHU4611C
KNOW ALL MEN BY THESE PRESENTS: that
Hvdro Construction Company. Inc.
77 NW Frontage Road
Fort Collins. CO 80524
(an Individual), (a Partnorehip), (a Corporation), hereinafter referred to as the "Principal" and
Hartford Fire Insurance Company
One Hartford Plaza, Hartford CT 06155
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 Two Hundred Seventy Thousand Nine Hundred Sixty &
00/100 Dollars ($270^60. 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 Master Agreement with the OWNER, dated the 20"_ day of June, 2016, a copy of which
is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work
Order, titled DWRF Non-Pot and RAS Disinfection Replacement, Work Order Number H-WRF-
2018-20. dated. June 21, 2018, a copy of which is hereto attached and made a part hereof.
RFP #8286
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Work Order and Master
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 Work Order and
Master 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 Work Order and
Master 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
Work Order and Master 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.
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 28th day of June 2018
IN PRESENCE QF:
-^ 0. 1^_ a^^
'MYl/l^^<^
(titfe)
(Corporate Seal)
Principal
Hvdro^@cfristruct[on CpmBanv, Inc..
f^FS^i^^ ES'-~i-T
77 NW Frontage Road
Fort Collins, CO 80524
(Address)
IN PRESENCE OF: Other Partners
By:_
By:_
I^PRESENCEOF:
AjiCl^/K
Witness
f/y? A
c3
Surety,: Hartford Fire Insurance Company
By: I^LAJ^C^-L f^^i-,. L4dl
Darlene Krings, Attorney-iih-Fact f\
One Hartford Plaza. Hartford, CT 06155
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is
Partnership, all partners should execute Bond.
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
SECTION 00615
PAYMENT BOND
Bond No 34BCSHU4611C
KNOW ALL MEN BY THESE PRESENTS: that
Hydro Construction Company, Inc.
77 NW Frontage Road
Fort Collins, CO 80524
(an Individual), (a-Partnefsbip), (a Corporation), hereinafter referred to as the "Principal" and
Hartford Fire Insurance Company
One Hartford Plaza, Hartford CT 06155
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 LaPorte
Aye. Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in
the penal sum of Two Hundred Seventy Thousand Nine Hundred Sixty & 00/100 Dollars ($270^6000) 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
Master Agreement with the OWNER, dated the 20 day of June, 2016, a copy of which is hereto attached
and made a part hereof, for the performance of The City of Fort Collins Work Order, titled DWRF Non-Pot
and RAS_ Disinfection Replacement. Work Order Number H-WRF-2018-20, dated^_Jyne_21i _2018, a copy
of which is hereto attached and made a part hereof. RFP #8286
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 Work Order and Master 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 Work Order and Master 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 Work Order and Master 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.
. Clty. of.
For'fCollins Utilities Work Order - Construction Form Official Purchasing Form ~^>
Last updated 10/2017
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be
deemed an original, this _28th_ day of June . 2018.
IN PRESENCE 0^:
^//ly»AA/^l/- L^>»i/2>(A^
f/'AS^I'Avi/L^
TrN~^
(Corporate Seal)
Principal
Hydro CooStrLl^tion. Companv, Inc..
<=^w- ^feiS^in'l^-T
/(Title) / /
77 NW Frontage Road.
Fort Collins. CO 80524
(Address)
IN PRESENCE OF: Other Partners
By:_
By:_
IM PRESENCE OF:
Witness
Surety: Hartford Fire Insurance Company
By:Ji. iLA^
Darlene Krings, Attorney-int-Fact
One Hartford Plaza, Hartford CT 06155_
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is Partnership, all
partners should execute Bond.
. Clty.of.
f:6r'fCollins Utilities Work Order - Construction Form Officia! Purchasing Form ~^>
Last updated TO/2017
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
POWER OF ATTORNEY
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-12
One Hartford Plaza
Hartford, Connecticut 06155
Bond. Claims@thehartford. com
KNOW ALL PERSONS BY THESE PRESENTS THAT:
caft 888-266-3488 or tax: 860-757-5835
Agency Name: FLOOD S. PETERSON INSURANCE INC
Agency Code; 34-340869
x Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
X Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
x Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
I J Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of Unlimited :
Melanie Lathouwers, Russell D. Lear, Darlene Krings, Kelly T. Urwiller, Steven J.
Blohm, Wesley J. Butorac, Dulce R. Huggins, Royal Lovell, Kristen Pereiro, K'Anne E.
Vogel of GREELEY, Colorado
their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by E3, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
John Gray, Assistant Secretary M. Ross Fisher, Senior Vice President
STATE OF CONNECTICUT
ss. Hartford
COUNTfOF HARTFORD
On this 5th day of January, 2018, before me personally came M, Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
<^'-i%'
icct//-^-^-7/"' ^a^-f^L^^L
Kathleen T. Mavnard
Notan, Public
CERTIFICATE Mv Commission Expires July 31. 2021
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of June 28, 2018
Signed and sealed at the City of Hartford.
^"T^
Kevin Heckman, Assistant Vice President
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
06/27/2018
Flood and Peterson
PO Box 578
Greeley CO 80632
Dana Stewart, CIC, CISR
(970) 266-7149 (970) 506-6845
DStewart@floodpeterson.com
Hydro Construction Company Inc.
77 NW Frontage Road
Fort Collins CO 80524
Phoenix Insurance Company 25623
Travelers Indemnity Company 25658
Travelers Property Casualty Company of America 25674
Pinnacol Assurance 41190
GL/AU/XS/WC x4/19
A Y DT-CO-8G990899-PHX-18 04/01/2018 04/01/2019
1,000,000
300,000
10,000
1,000,000
2,000,000
2,000,000
B Y DT-810-8G990899-IND-18 04/01/2018 04/01/2019
1,000,000
C
10,000
Y CUP-2J40080A-18-26 04/01/2018 04/01/2019
10,000,000
10,000,000
D Y 2091550 04/01/2018 04/01/2019
1,000,000
1,000,000
1,000,000
RE: 18-01-535
Project #: DWRF NonPot & RAS Disinfection Replacement
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.
City of Fort Collins
700 Wood Street
Fort Collins CO 80521
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
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
2 years
Corollo Engineers - Becky Luna 303-404-6313
6/13/18 167,430.00
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
$ -
$ -
Combined
Total Completed to Date
Total Contract Amount
Total This Period
Previous Billings
Balance Remaining
Percent Complete
PAY REQUEST
Item # Description Quantity Cost
Remaining
Percent
UOMComplete
Contract Summary This Period Previous Total to Date
Period Ending:
Page 41 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
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.
CERTIFICATION
BU
SCOPE OF WORK CHANGE ORDERS
RECONCILIATION CHANGE ORDERS
INVOICE NUMBER
Total Change Order Work to Date:
$ -
$ -
Retainage Previous:
Change in Retainage:
Page 40 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
Install Storage Tanks
Form & Place Containment Walls
Install Storage Tank Piping
Install NPT Tunnel Chem Feed Piping
Electrical Installation & Termination
Form & Place Recirc Pump Pad
Patch Roof Vent Penetrations
Chemical Feed Panel Delivery
Chemical Feed Pump Delivery
Recirculation Pump Delivery
Install Chem Feed Panels
Install Chem Feed Pumps
Install Recirc Pump
Install PW Line to Recirc Pump & Eyewash/Shower
Install Chem Feed Piping
Install Recirc Piping
Post Construction
Startup & Commissioning
Substantial Completion
Punch List
Final Completion
Data Date:01-Jan-18 DWRF - NPW RAS Disinfection Replacement Current Date:18-Jun-18
Remaining Level of Effort
Actual Level of Effort
Actual Work
Remaining Work
Critical Remaining Work
Milestone
Page 2 of 2 TASK filter: All Activities
© Oracle Corporation
Page 17 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C
90% Design Document Review Workshop
Contract Procurement
Generate Storage Tank Procurement Estimate
Genarate Storage Tank Procurement Work Order
Issue Storage Tank Purchase Order
Generate GMP Estimate for Construction
Estimate Generation for Reconciliation - Capstone
Estimate Reconciliation Meeting
Generate Work Order for Construction
Procure Bonds & Insurance
Execute Work Order
Issue NTP for Construction
Submittal Generation
Storage Tank Submittal Generation
Chemical Feed Panel Submittal Generation
Chemical Feed Pump Submittal Generation
Recirculation Pump Submittal Generation
Emergency Eyewash/Shower Submittal Generation
Concrete Submittal Generation
Electrical Submittal Generation
Process Pipe & Fitting Submittal Generation
Chemical Tubing Submittal Generation
Submittal Review
Storage Tank Submittal Review
Emergency Eyewash/Shower Submittal Review
Concrete Submittal Review
Process Pipe & Fitting Submittal Review
Chemical Tubing Submittal Review
Chemical Feed Panel Submittal Review
Chemical Feed Pump Submittal Review
Recirculation Pump Submittal Review
Electrical Submittal Review
Fabrication & Delivery
Storage Tank Fabrication
Process Pipe & Fitting Fabrication
Chemical Tubing Fabrication
Emergency Eyewash/Shower Fabrication
Data Date:01-Jan-18 DWRF - NPW RAS Disinfection Replacement Current Date:18-Jun-18
Remaining Level of Effort
Actual Level of Effort
Actual Work
Remaining Work
Critical Remaining Work
Milestone
Page 1 of 2 TASK filter: All Activities
© Oracle Corporation
Page 16 of 42
DocuSign Envelope ID: 8BD7F5F9-6503-4B9E-8C9B-A2E4C4FF9D3C