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 (48)Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
WORK ORDER
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
HYDRO CONSTRUCTION, INC.
WORK ORDER NUMBER: WTFHydroWQLIF062718
PROJECT TITLE: WQ Lab Interior Finishes
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: NA
OWNER’S REPRESENTATIVE: Sue Paquette
WORK ORDER COMMENCEMENT DATE: July 9, 2018
WORK ORDER COMPLETION DATE: November 30, 2018
MAXIMUM FEE: (time and reimbursable direct costs): $116,500.00
PROJECT DESCRIPTION/SCOPE OF SERVICES: Contractor to provide construction services
and repair services for interior finishes at the Fort Collins Water Treatment Facility, Water Quality
Lab. See the attached supporting documentation.
Service Provider agrees to perform the services identified above and on the attached forms in
accordance with the terms and conditions contained herein and in the Master Agreement between
the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement
and this Work Order (including the attached forms) the Master Agreement shall control.
The attached forms consisting of four (4) pages are hereby accepted and incorporated herein,
by this reference, and Notice to Proceed is hereby given after all parties have signed this
document.
SERVICE PROVIDER: Hydro Construction, Inc.
By: Date:
Name: Title:
Page 1 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
Jim Eurich COO
July 9, 2018
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
OWNER’S ACCEPTANCE & EXECUTION:
This Work Order and the attached Contract Documents are hereby accepted and incorporated
herein by this reference.
ACCEPTANCE: Date:
Sue Paquette, Civil Engineer III
REVIEWED: Date:
Pat Johnson, Senior Buyer
APPROVED AS TO FORM: Date:
Name,City Attorney's Title
(if greater than $1,000,000)
ACCEPTANCE: Date:
Jill Oropeza, Sciences Director
ACCEPTANCE: Date:
Owen L. 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)
ACCEPTANCE: Date:
Darin Atteberry, City Manager
(if greater than $1,000,000)
ATTEST: Date:
City Clerk
(if greater than $1,000,000)
Page 2 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
July 5, 2018
July 5, 2018
July 9, 2018
July 10, 2018
July 11, 2018
July 11, 2018
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT A
WORK ORDER SCOPE & SCHEDULE OF SERVICES
Page 3 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
June 27, 2018
Hydro Construction Company, Inc. - Scope of Services.
Fort Collins Water Quality Lab Interior
Perform remodeling/repairs at the Fort Collins Water Treatment Facility Water Quality Lab consisting of
the following;
• Remove and replace fluorescent light fixtures with LED’s.
• Remove cabinet and patch wall where necessary
• Supply and install white/cork board
• Install office window
• Replace damaged or stained ceiling tiles
• Replace door hardware where needed
• Install FRP around mop sink in janitor closet
• Remove and replace corner counter/sink with acid resistant counter with integral sink. Replace
faucets
• Install exterior metal trim at garage door and provide venting or CO2 alarms
Schedule as follows;
WTF WQ Lab Interior Project 2018
July August September October November December
Project Notice to Proceed
Project Construction
Project Substantial Completion
Page 4 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT B
WORK ORDER COST DETAIL
Page 5 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
Standard Estimate Report Page 1
FC WQL Interior 6/27/2018 9:53 AM
Project name FC WQL Interior
Labor rate table Labor - Bare
Equipment rate table Equipment
Report format Sorted by 'Structure/Group phase'
'Detail' summary
Allocate addons
Page 6 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
Standard Estimate Report Page 2
FC WQL Interior 6/27/2018 9:53 AM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
01 WQL Finishes
1000.000 GENERAL CONDITIONS
26 Bonds 1.00 ls - - - 2,097 2,097
14 Project Manager 6.00 wk 11,928 - - 1,500 228 13,656
14 Superintendent 6.00 wk 11,928 - - 1,500 489 13,917
12 Office Trailer 1.00 mo - - - 163 163
18 Telephone Charges 1.00 mo - - - 130 130
20 Temporary Toilets 1.00 mo - - - 130 130
10 Safety 1.00 ls 1,136 - 1,000 - 544 2,680
16 Conex 1.00 mo - - - 1,200 0 1,200
GENERAL CONDITIONS 24,992 1,000 4,200 3,782 33,974
520.00 Labor hours
480.00 Equipment hours
1900.000 OWNED EQUIPMENT
10 Gators 1.00 mo - - - 1,000 - 1,000
OWNED EQUIPMENT 1,000 1,000
9000.000 FINISHES
10 Ceiling Tiles 1.00 ls 3,578 13,479 0 - 163 17,220
40 Counter/Sink/Fau 1.00 ls 358 - 3,750 - 27 4,135
40 Mop Sink 1.00 ls 716 82 0 - 16 814
40 White/Cork Board 1.00 ls 179 217 0 - - 396
40 Garage Door Trim 1.00 ls 1,431 1,304 0 - 71 2,806
40 Garage Vent 1.00 ls 2,863 1,902 2,500 - 38 7,303
40 Doors/Door Hardware 1.00 ls 1,968 3,277 2,500 - 114 7,860
40 Office Window 1.00 ls 1,789 245 2,500 - 114 4,648
FINISHES 12,882 20,506 11,250 544 45,182
144.002 Labor hours
16000.000 ELECTRICAL
-sub Electrical Sub 1.00 ls - - 24,800 - - 24,800
ELECTRICAL 24,800 24,800
01 WQL Finishes 37,874 20,506 37,050 5,200 4,325 104,956
664.002 Labor hours
480.00 Equipment hours
Page 7 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
Standard Estimate Report Page 3
FC WQL Interior 6/27/2018 9:53 AM
Estimate Totals
Description Amount Totals Hours Rate Cost Basis Cost per Unit Percent of Total
Labor 37,874 664.002 hrs 32.51%
Material 20,506 17.60%
Subcontract 37,050 31.80%
Equipment 5,200 480.000 hrs 4.46%
Other 4,325 3.71%
104,955 104,955 90.09 90.09%
Profit & Overhead 11,545 11.000 % T 9.91%
11,545 116,500 9.91 100.00%
Total 116,500
Page 8 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
Utilities Work Order Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT C
CERTIFICATE OF INSURANCE
CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents.
Page 9 of 9
DocuSign Envelope ID: 20CF30F2-9085-405B-9DB1-A631308051AB
07/02/2018
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 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: WQ Lab Site Work, Lighting, Cabinet, Window, Ceiling Tiles, and Counters Replacement.
Work Order No. WTFHydroWQLIF062718
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
4316 W Laporte
Fort Collins CO 80521-1945
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: 20CF30F2-9085-405B-9DB1-A631308051AB