HomeMy WebLinkAbout21-210 APPROVING AN AGREEMENT BETWEEN THE TOWN OF FIRESTONE AND LAYNE CHRISTENSEN COMPANY FOR EXISITNG WELL MODIFICATIONS FOR THE ST. VRAIN WATER TREATMENT PLANT PROJECT 12.8.2021RESOLUTION NO. 21-210
A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF
FIRESTONE, COLORADO, APPROVING AN AGREEMENT BETWEEN THE
TOWN OF FIRESTONE AND LAYNE CHRISTENSEN COMPANY FOR
EXISITNG WELL MODIFICATIONS FOR THE ST. INTRAIN WATER
TREATMENT PLANT PROJECT
WHEREAS, the Town of Firestone ("Town") is in need of construction services for the St.
Vrain Water Treatment Plant Project ("Project") to abandon some existing test wells, make surface
modifications to certain monitoring wells and to modify the three Firestone Alluvial Supply
Treatment ("FAST") wells to add underground meter vaults; and
WHEREAS, the Town requested bids from three qualified contractors and received two
responses which as to cost were within five per cent however the low bidder was not able to
complete the work within the Town's timeline; and
WHEREAS, staff thus reconunends that the Town select Layne Christensen Company who
is qualified, can complete the work within the Town's timeframe and having previously installed
the pumps and control systems for the three FAST V-Wells is familiar with the Project.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE
TOWN OF FIRESTONE, COLOR -ADO:
The Agreement between the Town of Firestone and Layne Christensen Company for
existing well modifications for the St. Vrain Water Treatment Plant Project is approved in
substantially the same form as the copy attached hereto and made a part of this resolution and the
Mayor is authorized to execute the Agreement on behalf of the Town.
INTRODUCED, READ AND ADOPTED this 5 day of -D-GGyl(W , 2021.
ATTEST:
�4P--(
Koenig,essiea CMC, Town
4eo Le",w A
�'Px�
TOWN ON //ORRLORADO
Bobbi Sindelar, Mayor
APPROVED S TO F
O N
rl,� �� `g ® William P. Hayashi, Town ttorney
i
10
��pmaa as ..e..a.....: ci
CONSTRUCTION CONTRACT
THIS CONSTRUCTION CONTRACT (the "Construction Contract" or "Agreement°) is made and
entered into this " day of J��, 2021 (the "Effective Date"), by and between the TOWN OF
FIRESTONE, a Colorado municipal corporation with an address of 9950 Park Avenue, P.O. Box 100,
Firestone, Colorado 80504 (the "Town" or the "Owner"), and LAYNE CHRISTENSEN COMPANY an
independent contractor with a principal place of business at 9303 New Trails Drive, Suite 200, The
Woodlands, TX 77381("Contractor") (each a "Party" and collectively the "Parties").
WHEREAS, the Town requires services; and
WHEREAS, Contractor has held itself out to the Town as having the requisite expertise and
experience to perform the required services.
NOW THEREFORE, for the consideration hereinafter set forth, the receipt and sufficiency of which
are hereby acknowledged, the Parties agree as follows:
1. SCOPE OF WORK
A. Contractor shall complete ail Work and perform all Services which are described or
reasonably implied from the Scope of Work set forth in Exhibit A and the Contract Documents, attached
hereto and incorporated herein by this reference and known as: 2022 Existing Well Modifications (W2021•
9541.02)
B. A change in the Scope of Work shall not be effective unless authorized as a written
amendment to this Agreement or change order in accordance with the Contract Documents, If Contractor
proceeds without such written authorization, Contractor shall be deemed to have waived any claim for
additional compensation, including a claim based on the theory of unjust enrichment, quantum merit or
implied contract. Except as expressly provided herein, no agent, employee, or representative of the Town is
authorized to modify any term of this Agreement, either directly or implied by a course of action.
11. DESIGN PROFESSIONAL
This Project has been designed by: McGrane Water Engineering LLC,
who is hereinafter called DESIGN PROFESSIONAL and who is to act as FIRESTONE's representative,
assume all duties and responsibilities and have the rights and authority assigned to DESIGN
PROFESSIONAL in the Contract Documents in connection with completion of the Work in accordance with
the Contract Documents,
Page 1 of 11
FIRESTONE
G 0 1. 0 N A D 0
III. CONTRACT TIMES• COMMENCEMENT AND COMPLETION OF WORK
A. The Work shall be substantially completed by March 1, 2022, and shall continue until
Contractor completes the Scope of Services to the satisfaction of the Town, or until terminated as provided
herein.
B. Either Party may terminate this Agreement upon 30 days advance written notice. The Town
shall pay Contractor for all work previously authorized and completed prior to the date of termination. If,
however, Contractor has substantially or materially breached this Agreement, the Town shall have any
remedy or right of set-off available at law and equity.
C. Should a delay in completion constitute a compensable inconvenience to the Town and its
residents, the liquidated damages established in this Section shall be enforced. Such damages are not a
penalty, the parties recognize the delays, expense and difficulties involved In proving the actual loss suffered
by the Town if the Work Is not completed on time. For each day that all or a portion of the Work is delayed
beyond the deadlines set forth in Section III hereof, plus any extensions thereof allowed, the Contractor shall
be assessed the amount of two hundred fifty dollars ($250) each day until the Work is complete.
IV. COMPENSATION
Inconsideration for the completion of the Work by Contractor, the Town shall pay Contractor, subject
to all of the terms and conditions of the Contract Documents, an amount not to exceed $ 009,2 00.00 (the
"Contract Price"). The Contract Price shall include all fees, costs and expenses incurred by Contractor, and
no additional amounts shall be paid by the Town for such fees, costs and expenses.
V. PAYMENT PROCEDURES
Contractor may submit Applications for Payment for completed work per the UNIT -PRICE BID FORM
or the LUMP -SUM BID FORM. Contractor may submit periodic invoices, which shall be paid by the Town
within 30 days of receipt.
VI. RESPONSIBILITY
A. Contractor hereby warrants that it is qualified to assume the responsibilities and render the
services described herein and has all requisite corporate authority and licenses in good standing, required
by law.
B. The Work performed by Contractor shall be in accordance with generally accepted practices
and the level of competency presently maintained by other practicing contractors in the same or similar type
of work in the applicable community.
C. The Work performed by Contractor hereunder shall be done in compliance with applicable
laws, ordinances, rules and regulations, including the Keep Jobs in Colorado Act, C.R.S. 8-17-1011 et seq.
the "Act") and the rules adopted by the Division of Labor of the Colorado Department of Labor and
Employment implementing the Act (the "Rules")
Page 2 of 11
FIRESTONE
(: 0 1. 0 H A U 0
D. The TOWn'S review, approval or acceptance of, or payment for any completed Work shall not
be construed to operate as a waiver of any rights under this Construction Contract or of any cause of action
isi
arng out of the performance of this Construction Contract,
E. Contractor hereby warrants to the Town that all materials and equipment used in the Work,
and made a part of the Work, or placed permanently in the Work, shall be new unless otherwise specified in
the Contract Documents. Contractor further warrants that all equipment and materials shall be of good
quality, conform to the requirements of the Contract Documents and will be free from defects. All Work,
materials, or equipment not conforming to the Contract Documents shall be considered defective.
F. The Contractor shall warrant and guarantee all materials and equipment furnished under the
Contract and all Work performed for one year after the date of Substantial Completion. Under this warranty,
Contractor agrees to repair or replace, at its own expense, any Work that is found to be defective. The
expiration of the warranty period shall in no way limit the Town's legal or equitable remedies, or the period in
which such remedies may be asserted, for work negligently or defectively performed.
VII. OWNERSHIP
Any materials, items, and work specified in the Scope of Work, and any and all related documentation
and materials provided or developed by Contractor shall be exclusively owned by the Town. Contractor
expressly acknowledges and agrees that all work performed under the Scope of Work constitutes a "work
made for hire." To the extent, if at all, that it does not constitute a "work made for hire," Contractor hereby
transfers, sells, and assigns to the Town all of its right, title, and interest in such work. The Town may, with
respect to all or any portion of such work, use, publish, display, reproduce, distribute, destroy, alter, retouch,
modify, adapt, translate, or change such work without providing notice to or receiving consent from
Contractor.
VIII. INDEPENDENT CONTRACTOR
Contractor is an independent contractor. Notwithstanding any other provision of this Construction
Contract, all personnel assigned by Contractor to perform work under the terms of this Construction Contract
shall be, and remain at all times, employees or agents of Contractor for all purposes. Contractor shall make
no representation that it is a Town employee for any purposes.
IX. INSURANCE
A. Contractor agrees to procure and maintain, at its own cost, a policy or policies of insurance
sufficient to insure against all liability, claims, demands, and other obligations assumed by Contractor
pursuant to this Construction Contract. At a minimum, Contractor shall procure and maintain, and shall cause
any subcontractor to procure and maintain, the insurance coverages listed below, with forms and insurers
acceptable to the Town.
Page 3 of 11
f Ifit STONE
1. Worker's Compensation insurance as required bylaw.
2. Commercial General Liability insurance with minimum combined single limits of $1,000,000
each occurrence and $2,000,000 general aggregate. The policy shall be applicable to all premises
and operations, and shall include coverage for bodily injury, broad form property damage, personal
injury (including coverage for contractual and employee acts), blanket contractual, products, and
completed operations. The policy shall contain a severability of interests provision, and shall include
the Town and the Town's officers, employees, and contractors as additional insureds. No additional
insured endorsement shall contain any exclusion for bodily injury or property damage arising from
completed operations.
B. Such insurance shall be in addition to any other insurance requirements imposed bylaw.
The coverages afforded under the policies shall not be canceled, terminated or materially changed without
at least 30 days prior written notice to the Town. In the case of any claims -made policy, the necessary
retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage.
Any insurance carried by the Town, its officers, its employees, or its contractors shall be excess and not
contributory insurance to that provided by Contractor. Contractor shall be solely responsible for any
deductible losses under any policy.
C. Contractor shall provide to the Town a certificate of insurance as evidence that the required
policies are in full force and effect. The certificate shall identify this Construction Contract.
X. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the Town and its officers, insurers, volunteers,
representative, agents, employees, heirs and assigns from and against all claims, liability, damages, losses,
expenses and demands, including attorney fees, on account of injury, loss, or damage, including without
limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage,
or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this
Construction Contract if such injury, loss, or damage is caused in whole or in part by, the act, omission, error,
professional error, mistake, negligence, or other fault of Contractor, any subcontractor of Contractor, or any
officer, employee, representative, or agent of Contractor, or which arise out of a worker's compensation claim
of any employee of Contractor or of any employee of any subcontractor of Contractor.
XI. WORKERS WITHOUT AUTHORIZATION
A. Certification. By entering into this Construction Contract, Contractor hereby certifies that, at
the time of this certification, it does not knowingly employ or contract with a worker without authorization who
will perform work under this Construction Contract and that Contractor will participate in either the E-Verify
Program administered by the U.S. Department of Homeland Security and Social Security Administration or
Page 4 of 11
FIRESTONE
c 0 L 0 R A n 0
the Department Program administered by the Colorado Department of Labor and Employment to confirm the
employment eligibility of all employees who are newly hired to perform work under this Construction Contract.
B. Prohibited Acts. Contractor shall not knowingly employ or contract with a worker without
authorization to perform work under this Construction Contract, or enter into a contract with a subcontractor
that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with a worker
without authorization to perform work under this Construction Contract.
C. Verification.
1. If Contractor has employees, Contractor has confirmed the employment eligibility of all
employees who are newly hired to perform work under this Construction Contract through
participation in either the E-Verify Program or the Department Program.
2. Contractor shall not use the E-Verify Program or Department Program procedures to
undertake pre -employment screening of job applicants while this Construction Contract is being
performed.
3. If Contractor obtains actual knowledge that a subcontractor performing work under this
Construction Contract knowingly employs or contracts with a worker without authorization who is
performing work under this Construction Contract, Contractor shall: notify the subcontractor and the
Town within 3 days that Contractor has actual knowledge that the subcontractor is employing or
contracting with a worker without authorization who is performing work under this Construction
Contract; and terminate the subcontract With the subcontractor if within 3 days of receiving the notice
required pursuant to subsection 1 hereof, the subcontractor does not stop employing or contracting
with the worker without authorization who is performing work under this Construction Contract;
except that Contractor shall not terminate the subcontract if during such 3 days the subcontractor
provides information to establish that the subcontractor has not knowingly employed or contracted
with a worker without authorization who is performing work under this Construction Contract,
D. Duty to Comply with Investigations. Contractor shall comply with any reasonable request by
the Colorado Department of Labor and Employment made in the course of an investigation conducted
pursuant to C.R.S. § &IT5-102(5)(a) to ensure that Contractor is complying with the terms of this Section XI.
E. Affidavits. If Contractor does not have employees, Contractor shall sign the "No Employee
Affidavit" attached hereto. If Contractor wishes to verify the lawful presence of newly hired employees who
perform work under the Construction Contract via the Department Program, Contractor shall sign the
"Department Program Affidavit" attached hereto.
Page 5 of 11
FIRESTONE
XII. CONTRACT DOCUMENTS
The Contract Documents, which comprise the entire agreement between the Town and Contractor
concerning the Scope of Services, consist of the following;
A. Exhibit to this Construction Contract:
1. Exhibit A; Scope of Work
2. Exhibit Be Completed Bid Form (attached)
B. Addenda numbers;
1. Addenda #1
There are no Contract Documents other than those listed above in this Section XII.
XIII. MISCELLANEOUS
A. Governing Law and Venue. This Construction Contract shall be governed by the laws of the
State of Colorado, and any legal action concerning the provisions hereof shall be brought in Weld County,
Colorado,
B. No Waiver. Delays in enforcement or the waiver of any one or more defaults or breaches of
this Construction Contract by the Town shall not constitute a waiver of any of the other terms or obligation of
this Construction Contract.
C. Integration. This Construction Contract and any attached exhibits constitutes the entire
agreement between the Parties, superseding all prior oral or written communications.
D. Third Parties. There are no intended third -party beneficiaries to this Construction Contract.
E. Notice. Any notice under this Construction Contract shall be in writing, and shall be deemed
sufficient when directly presented or sent pre -paid, first class U.S. Mail to the Party at the address set forth
on the first page of this Agreement.
F. Severability. If any provision of this Construction Contract is found by a court of competent
jurisdiction to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in
full force and effect.
G. Modification, This Construction Contract may only be modified upon written agreement of
the Parties.
H. Assignment. Neither this Construction Contract nor any of the rights or obligations of the
Parties shall be assigned by either Party without the written consent of the other.
Page 6 of 11
C UPO 1. O R A D O
I. Governmental Immunity. The Town and its officers, attorneys and employees, are relying
on, and do not waive or intend to waive by any provision of this Agreement, the monetary limitations or any
other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, C.R.S. § 24-
10-101, of seg., as amended, or otherwise available to the Town and its officers, attorneys or employees.
J. Rights and Remedies. The rights and remedies of the Town under this Construction
Contract are in addition to any other rights and remedies provided by law. The expiration of this Construction
Contract shall in no way limit the Town's legal or equitable remedies, or the period in which such remedies
may be asserted, for work negligently or defectively performed.
K. Subject fo Annual Appropriation. Consistent with Article X, § 20 of the Colorado Constitution,
any financial obligation of the Town not performed during the current fiscal year is subject to annual
appropriation, shall extend only to monies currently appropriated, and shall not constitute a mandatory
charge, requirement, debt or liability beyond the current fiscal year.
Page 7 of 11
FIRESTONE
C O L() it A D O
IN WITNESS WHEREOF, the Parties have executed this Construction Contract as of the Effective
ATTEST:
JL� t
Town Clerk: �essiea-I�oeraig-��
(S E
TOWN' FIRS NE; COL RADO
"P
Print Name : Bobbi Sindelar
Title :_Mayor
LAYNE CHRIST NSE OMPANY
By:
Print Name
el :Ito
ss,
'f#c
The foregoing instrument was subscribed, sworn to and acknowledged before me this day of
2021, by 45 Ki1QN � �LC� as S� • I1c� r �'` G, tC of
My commission expires: 4-T21 .-r24
C .1
Notary Public
Page 0 of 11
FIRESTONE
DEPARTMENT PROGRAM AFFIDAVIT
To be completed only if Contractorparticipafes !n fhe Departmenf of Labor Lawful Presence Veriflcatlon Program
as a public contractor under contract with the Town of Firestone (the
"Town"), hereby affirm that:
1. I have examined or will examine the legal work status of all employees who are newly hired
for employment to perform work under this public contract for services ("Agreement") with the Town within
20 days after such hiring date,
2. I have retained or will retain file copies of all documents required by 8 U.S.C. § 1324a, which
verify the employment eligibility and identity of newly hired employees who perform work under this
Agreement; and
3. I have not and will not alter or falsify the identification documents for my newly hired
employees who erform work under this Agreement.
Signature
STATE OF COLORADO
ss.
Date
i�
The foregoing instrument was subscribed sworn to and acknowledged before me this _day of
fl 2021, by 1�N� t'�lj-E AZT' as S� UP
C-F S l'ekwo� a-v.
Page 9 of 11
FIRESTONE
t: 0 to 0 It A U 0
EXHIBIT A
Scope of Work by McGrane Water Engineers
(22 pages)
Page 10 of 11
FIRESTONE
>,.aH.,,���
Firestone - 2021 Miscellaneous Well Work
Page 2 of 23
scoPE or woRlc
The project consists of three. tasks described below.
NOVCIIIUCJ12, 2021
TASK 1—INSTALL PITLESS ADAPTERS AND MANHOLE METER VAULTS
1.1 Objective
Three production wells (referred to as, "West', "Middle", and "Fast") were installed at the FAST
site as shown on Figure 2. The objective of this task is to move the existing well head piping and
flow meters below ground into 5-ft diameter concrete manhole meter vaults. A second pipeline
contractor will connect to the stubbed 4-in discharge outside the manhole.
1.2 Existing Equipment
At each well site there is an existing above -ground discharge header that consists of from upstream
to downstream:
• 4-in diameter 90 degree elbow
• 0.75 ft long 4" diameter spool;
• 1.5 ft long 4" diameter spool,
• 13 in long 4" diameter flow meter (McCrometer UltraMag);*
• 1 ft long 4" flanged spool;''`
• 44n wide 4" butterfly valve*; and
• 6-in long 4" flanged spool.
1'he items with asterisks (*) will be reused in the underground configuration. Other on -site
equipment that will be reused includes:
• Support stand*;
• Metal conduit with wiring from the VFD to the flow meter*
Submittals for the above electronics are available upon request. A pietute of the West Well
discharge header is shown below:
West Well Photograph
McGrane Water• Engineering, LLC
1669 Apple Valicy Rd., Lyons, CO t30301. website: ����w.mceriu�eaaterenaipeerine.com
E
rirestone - 2021 Miscellaneous Well Work November 12, 2021
Page 3 of 23
1.3 New lJquipment and Materials
A. I Ianging Pitless Adapter (Owner Provided)
i. Manufactured by Mass
ii. 4-in "hanging" style with NPT threads
B. Pipe: Schedule 40 steel pipe with 100 psi flanges.
C. New Discharge Piping (Figure 8) will include:
i. A 5 ft spool with a threaded end to install into a hanging Pitless adapter
and a flanged end to connect to the check valve inside manhole.
ii. Check valve (w/ 100 psi flanges); and
iii. A 3 ft long flanged spool with a plain end with MJ plug.
D. Epoxy paint: Green
E. rive foot diameter standard concrete manhole (7 ft high) with steps, floor and cast
iron lid
F. Sealants:
i. Between lid, vault sections and floor: Butyl polymer joint sealant.
McGrane Water Engineering, LLC
1G69 Ap��le Valley Rd., Lyons, CO 80301. Website: �������.mcQranc���alercn�inccring.com
k?
Firestone - 2021 Miscellaneous Well Work
Page 4 of 23
November 12, 2021
Waterproofing over sealed joints: Polymer -modified concrete repair
mortar (Speccllem Speepatch-30 or equivalent)
G. Approximately 5-10 feet of metal clectricai conduit to house flow meter power and 4-
20 output cable between the VFD and flow meter within concrete manhole.
I -I. Submittals for all new materials used in this section shall be submitted to the
lJngineer for review and approval prior to ordering.
1.4 Execution
The pump will be removed and installed by a Colorado licensed pump installer. Tasks
include.
A. Remove wellhead cover and upper 7 ft "pup" joint and discard;
B. The pipe and vault excavation will be dug to a depth of seven feet;
C. The pitless will be installed (facing north unless directed otherwise) according to
manufactures recommendation at a burial depth of 5 ft. below ground surface;
D. The hanging pitless will be screwed onto the top of the remaining drop pipe;
lowered back in the well and engaged in the hanging device,
E. The vault will be installed as shown in Figure 9 with 6-inches of 3/a-in crushed rock
below the vault floor;
F. The cover, sections, and floor vault sections will be sealed with approved sealant;
G. The sealed sections will be waterproofed with approved waterproofing sealant;
Iit Piping will be installed in the sequence shown on Figures 8 and 9 on the support
stand;
I, All piping within the vault (except the flow meter) will be painted with primer and
green epoxy paint;
J. The electric conduit will be extended (approximately 5 to 10 ft) from the variable
speed drive into the vault and the cord will be connected (and extended if
necessary);
K. All holes in the manhole will be sealed with approved sealant;
L. Conduct Startup (sec below);
M. Disinfect well according to State standards; and
N. Place soil in 2 ft lifts around the excavation and compact with a sheep's foot
compactor
1.5 Startup
McGrane Water Engineering, LLC
IGG9 Appie Vnliey Rd., Lyons, CO 80301. Websile:«����.nu�ruie��alereuQincering.amr
a
Firestone - 2021 Miscellaneous Well Work
Page 5 of 23
November 12, 2021
The Contractor is responsible for notifying the Engineer 48 hours in advance of setting
the punip and initiating any start-up. The Contractor will start the equipment before and
after the installation to comfirm the equipment is operating within its expected range of
production and power parameters, the Contractor will notify the Engineer immediately.
A. Contractor Made Resistance Readings: Resistance readings shall be taken on the
motor with pigtail and motor with drop cable attached.
B. Start-up Data: The pump contractor shall measure and record for submission to the
Engineer in the project O&M manuals the following data determined at the start- ip of
the pump.
i. Line -to -Line ohms, all phases
ii. Line -to -Ground nneg ohms, all phases
iii. No Load Volts
iv. Static Water Level
v. GPM Flow Rate
vi. Pumping Water Level
vii. Running Amps
viii. Running Volts
C. The Contractor will notify the Engineer if any cquipnnent is not working within its
normal range of operational parameters before proceeding with pulling the
pumps.
TASK 2 —WELL ABANDONMENTS
2.1 Bacicgrau►ui
A. The contractor will abandon eight existing wells at five sites shown on Figure 1.
B. MWE is acting as the Town's representative and will submit all abandorunent forms
to the State.
C. Five of the monitoring wells have 4-in square protective steel surface casings; two
monitoring Wells leave flush 1n10llnt InOnito►'i►lg well covers; test well GTW-1 has a
round 8-in surface casing; and an old domestic well (permit no. 154183-F) has 4-
in round steel casing extending above the ground surface.
McGrane Water Engineering, LLC
IGG9 Apple Vnllcy Rd., Lyons, CO 80301. Website: +v++++.niczr inc���►ereneine�ring.cc�ti�
5
Firestone - 2021 Miscellaneous Well Work
Page 6 of 23
November 12, 2021
D. The Contractor will provide the following information to MWE to complete the
abandonment form (GWS-09) including:
i. Section 9 -Intervals of casing removed; and
ii. Section 10 - Amount and type of material used and method of placement.
E. Appendix A includes forms GWS-09 and the guidelines GWS-09A. Section 16.1
"lb1 Abandomnent of Wells or Boreholes in Type II (unconfined bedrock
aquifers) and Type III Aquifers (unconsolidated aquifers) -Wells completed
into unconfined bedrock aquifers and unconsolidated aquifers must be plugged,
sealed, and abandoned by filling the well to the static water level with clean
sand or clean gravel. Between the static water level and the ground surface,
the borehole must be filled with clean native clays, cement, drill cuttings, or high
solid bentonite grout to the ground surface. The uppermost five (5) feet of casing
must be filled with grout or a permanent watertight cover must be installed at the
top of the casing. If casing is removed, the hole must be filled as described above
to within five (5) feet of the ground surface. The top five (5) feet of the hole
must be filled with materials that are not more permeable than the surrounding
soils that areadequately compacted to prevent settling."
F. Since all the wells except G-TW-1 are under 4-inches in diameter and are wells
average approximately 38 feet in depth, those wells will be bid at a common unit
rate.
G. Test well G-TW1 has a 3-hp 4-in diameter pump installed that will be pulled and
relinquished to the Engineer. A separate bid is included for the task work described
in section 2.2B below.
I -I. Table 1 includes: the location; map figure (Figspermit number,
Owner's designation, UTM location, depth, surface casing diameter and length,
well diameter, screened interval and static water level when drilled.
McGrane Water Engineering, LLC
1669 Apple Vnlley RV., Lyons, CO 80301. Website: www.mcernncwalerensineerin�.coui
6
Firestone - 2021 Miscellaneous Well Work
Page 7 of 23
NOVCML)ei• l2, 2Q21
Table 1- Well Abandonment Details'
Owner's
Permit No.
UTM E
UTM N
Depth
Surface
borehole
Diameter
Well
Screen
SWL (it)
Location
Project Map
Designation
Casing
Diameter (in)
Int
(in)
Figure 5
FT4 (4-In)
56575-MIl
5065SO
4447170
53
4 x 4
9
4
30-50
24.5
steel 5'
Firestone Trail
Figure 5
FT-2
56575-MIi
506266
4446655
48
Flush
9
1.5
38-48
35
Sable Glen
Figure 6
Sable Glen (4•
56484-Mil
504258
4444227
36
4 x 4"
9
4
13-33
9
steel 5'
Vogel
Figure 5
Vogel (4-In)
56575-MH
506514
4445900
38
411 x 4409
4
11-35
9
steel 5'
Figure 2
G-MW4
057372-MH
505006
4447664
25
4" x 4"
9
2
12-22
6.1
steel 5'
8" round
FAST
Figure 2
G*TW4
057372-MH
504991
4447664
28
steel
9
6
I5-25
7
Figure 2
Dom. Well
11154183-F
505000
4447275
35
4" round
steel
Link
4
Unk
9
Mountain
Figure 4
Flush MW
57371-MH
504264
4446112
37
Flush
9
2
17-37
9
Shadows Park
near 20.1n
2.2 )CXCCIItIOIi
A. All wells will be abandoned according to State Standards. In general, abandonments
include:
i. Removing protective surface casing;
ii. Cutting the well casing approximately 1 ft below ground surface;
iii. Filling the well with sand to the water table;
iv. Filling the remaining well with native clay or bentonite;
v. Leveling the site;
vi. Disposing of all casing and cement removed; and
Providing MWE information to complete the abandonment forms (GWS-
09)
B. A separate bid item is provided for abandoning '1"est well G-TW-1 located on the
noahwest corder of the FAST site (I+ignre 2). The Contractor will notify the Tngineer
24-hours in advance so the Engineer can notify the adjacent property owner (Garret
Vatra) where the well electrical is connect. The wellhead is shown in the picture below:
McGrane Water Engineering, LLC
1 G69 Apple Valley Rd., Lyons, Cp 80301. Website: ssw��.mceran� �s�(e-ry�n inc�rint�.cylrt
7
Firestone - 2021 Miscellaneous Well Work
Page 8 of 23
C. The Contractor will:
Noveinber 122 2021
i. Disconnect the power from the pole on the Varra ptoperty (� 250 feet
north);
ii. Remove the buried cable between the power pole and the well, and wind
and leave onsite. This may be done by pulling it out with a pickup truck.
Once the cable is removed, the disturbed area will be leveled.
iii. Remove the existing 5 hp pump set at a depth of approximately 20 ft.
iv. Abandon the well according to State Standards; and
v. Leave the pump, drop pipe, well cap, wellhead controls, and cable next to
the well site for the Town to reuse.
vi. If salvageable, the protective surface casing can be used for the wellhead
improvements at MS-TW2 (see Task 3 below).
TASK 3 —WELLHEAD IMPROVEMCNTS
3.1 Bacicground
McGcane Water Engineering, LLC
1G69 Applc Valley Rd., Lyans, CO $0301. Website: ����w.Inceranei�alerene,ineerine.com
E3
I irestone - 2021 Miscellaneous Well Work November 12, 2021
Page 9 of 23
Taslc 3 involves replacing (or repairing if acceptable) existing 2'x 2' wellhead concrete well pads
around fifteen wells with 4'x4' pads to meet State Standards. Two flush mounted wells (MS-
MW2 and PS-MW-I) also need a small amount of cement added to the wellhead annulus. One
existing production well (MS-TW2), which is permitted as a monitoring well, needs to have a
protective 8-in diameter surface casing installed with locking cap. Table 2 includes the UTM
location, MH permit number, owner's designation and short description of the Contractor work
that needs to be performed. The wells are located on Figures 2 — 6. Additional information is
provided below. The Contractor is requested to arrange a site meeting if this information is
inadequate to provide a confident bid. Since the work is repetitive, the bids will be received on a
lump sum basis
McGrane Water Engineering, LLC
1669 Arple Valley Itd., Lyons, CO 80301. WeUsite; rr��rr,nre�r�ncrvalercn�iner7rinzz.ccrnr
9
Firestone - 2021 Miscellaneous Well Work NOVelnuer 12, 2021
Page 10 of 23
Table 2 - Test Hole Permit Upgrades to Monitoring Wells
Location
MH Permit
No.
Owner's
Designation
UTM E
UTM NJ
Necessary Wori<
057372-MH
G-MW-2
504983
4447494
Replace concrete pad
FAST site
(Figure 2)
058164-MH
G-MW-3
505081
4447665
Replace concrete pad
058164-MH
G-MW4
505033
4447580
Replace concrete pad
058164-MH
G-MW-5
505072
4447485
Replace concrete pad
058164-MH
G-MW-6
504966
4447650
Replace concrete pad
60404-MH
GWW-7
505268
4447633
Replace concrete pad
60404-MH
G-MW-8
505145
4447376
Replace concrete pad
60404-MH
G-MW-9
504974
4447284
Replace concrete pad
Pelican Shores
(Figure 2)
58165-MH
PS-MW1(W)
504942
4447643
Cement inner annulus;
Expand concrete pad
58165-MH
PS-MW2 (E)
504909
4447664
Replace concrete pad
Mountain
Shadows Park
307607-MH
MS-TW2
504182
4446031
Install 8-in well casing
over 6-in well and
install 4' x 4' pad
56483-MH
MS-TW1\PA40
504269
4446110
Replace Concrete Pad
(Figure 4)
57371-MH
MS-MW2/TH3
(flush)
504271
4446209
Cement inner annulus;
replace concrete pad
Varra Property
(Figure 3)
057372-MH
V-MW1
505442
4447961
Replace concrete pad
V-TW-1 (4 in)
505427
4447958
Replace concrete pad
3.2 Upgrade Concrete Pads
All fourteen wells have 2' x 2' concrete pads that need to be repaired or replaced with 4' x 4' x 4"
thick concrete pads per State Standards. The method chosen needs to be approved by the Engineer
prior to the work being completed.
McGranc Water Engineering, LLC
G69 Apple Valley ltd, Lyons, CO 80301. Website: wa��•.mcernnc��•;dercns�ineerina.aro;
10
Firestone - 2021 Miscellaneous Well Work November 123 2021
Page 1 1 of 23
3.3 Add concrete to Wells MS-MW2 and PS-MW4 annuluses
At these two wells, we reduesl the Cotltl'ael:ol' fill the well annulus with concrete to meet State
Standards. Pictures of well PS-MW 1 include:
Photos of PS-MW-1
l
Since the additional concrete is insignificant to the other wells with above -ground surface casing,
we have not separated these two wells out on the bid sheet.
3.4
Mountain Sl�ado�vs Mouitorii►g Well MS-TW2
r
OINN
ad
jyr : ii' 1
r . a1 F �.l�ulft ' DWI- -
will
The Contractor provide and install a 5 ft section of 8-in
casing (with locking cover) over the existing 6-in diameter
well (MW-TW2) and cement the lower 2 feet below ground.
A separate lump sum bid for the surface casing is provided
on the bid sheet. The surface casing removed from Well G-
TW I may be usable for this purpose (See Photo in Section
2.2.B).
A 4' x 4' concrete pad will be bid with the other wells as
described in Section 3.3.
McGrane Water Engineering, LLC
1G69 Apple Valley Rd., Lyons, CO 8030E Websile: ���ew.mc:�,rzinc��alcrrne!inceriiLe.com
Firestone on 2021 Miscellaneous Well Work
Page 12 of 23
1V(I0CELLA11IOU0 ITICMS
Bid Items
The bid items are described on the bid form below
rig work is requested and included in the bid total.
November 12, 2021
One hour of standby time and a unit cost for hourly
Agreement
The Contractor will contract directly with the Town of Firestone. This RFP and bid sheet below
will be incorporated into the Town's Standard Contractor Agreement as an "Exhibit." A copy of
the agreement is available upon request. No bonding is required.
Locates
The Drilling Contractor agrees to notify the Utility Notification Center of Colorado and clear the
locations as your firm will be performing the digging and will be responsible for any damage to
buried utilities and your equipment if underground utilities are encountered.
Woa•k Schedule
Regular work hours are M-F 7 am to 5 pm unless otherwise approved by the Town. We anticipate
it will take two weeks to complete the work.
Communication with the ingineer
The Contractor will notify Dennis McGrane (303) 917-1247 the day prior to each Task
mobilization so that Mr. McGrane can observe the work being performed and can notify property
owners at the Pelican Shores and the Varra properties. Prior to project close-out Mr. McGrane
will inspect the work to determine if it was conducted according to the specifications. If not, the
Engineer will prepare a punch list to be completed prior to final payment.
Coordination
The Engineer will provide the contact information for the pipeline contractor once it is determined.
The Contractor will coordinate with the pipeline contractor (once identified) during Task I work
so that both contractors are not scheduled to work at the FAST well vaults at the same time.
Payment
All work will occur at the unit rates provided in ilre bid sheet. A mobilization fee is provided for
each tasks. The mobilization includes all costs to perform each task including mobilizing between
wells. Payment details are included in the agreement with the Town.
Warranty
McGrane Water Engineering, LLC
GG9 Apple Valley Rd., Lyons, GO 80301. Website: �wva•.mceranewatereneineering.com
12
Firestone - 2021 Miscellaneous Well Work
Page 13 of 23
November 12, 2021
All of the equipment and labor furnished as part of these specitfcations will be guaranteed for a
minimum of 12 months fiom the installation date.
Blfl DRte Alld COIItI acting Schedule
Please complete and execute the cost proposal below and email it to Dennis McGrane
(dennis@mcgranewater.corn) �y Tuesday, November 23, 2021 at 3:00 pm.. The Town will
select a Contractor at their December loth board meeting. We would like Task I (Install pitless
adapter and meter vaults) to be completed before the pipeline contractor installs the water lines.
The pipeline contract will also be awarded on December 81h so their schedule will be ]mown
prior to that time. The remaining work needs to be completed by February 28, 2022. Also
please indicate the earliest date you can reasonably expect to complete Task I on the bid form.
If you have any questions, please give us a call.
Sincerely,
MCGRANE WATER ENGi1NE,ERING, LLC,
DF44076;
11)jlki,�
Dennis McGrane, P.E., C.P.G.
Principal Engineer•/Hydrogeologist
McGrane Water Engineering, LLC
1 GG9 Apple Valley Rd., Lyons, CO &0301. Website: ��w��•.mcernnewalcrcn�incerina.com
13
Firestotte - 2021 Miscellaneous Well Work
Page 14 of 23
BID rORM
November 12, 2021
Firestone - Miscellanious Well Work
Item
Amt.
Unit
Description
Unit Cost$
Unit
Total Cost $
Taslc I Anstall Pitless Adapters and Buried Meter Vaults
I
1
each
Mot)ilimlion (includes nnoblizition between 3 production wells and
providing submittaLs as specified)
$
each
$
1.1
3
cach
Remove pumping equipment and discard upper 7 foot long purnp joint
$
each
$
L2
I
LS
Excavate and fill for all work (including compaction)
$
LS
1.3
3
each
Install Pitless Adaptors Onrovided by Owner) al 5 fi burial
$
each
$
IA
4
cach
Reinstall pumps oil hanging pitlesses using 7 It less pipe
$
each
$
1.5
3
each
Provide and install manholes (with covers and stairs) and seal pipe and
electrical access
$
each
$
1.6
3
each
Provide necessary piping as shown on Figures 7 and 8 (including
compaction outside manholes
$
each
$
1.7
3
each
Install all horizontal piping, check valves, and now meters
$
each
$
L8
3
each
Provide and install necessary electrical conduit between VFD and
nt<anholes
$
each
$
1.9
3
each
Record startup before and after pump pulls
$
each
$
Total S Task 1
$
Task 2 - Well Abandonments
2.0
1
LS
Mob/Demob to all eight wells described in Table I (includes providing
a table of abandonment data to Engineer)
$
LS
$
2.1
7
each
Abondon welts per specifications
$
each
$
2.2
1
each
Abandon Well G-TW I (includes: pulling punnp, and disconnecting
power and removing electrical cable to the power pole 250' away on
the Varra property per specifications)
$
each
$
Total S Task 21
(
(
I
$
Task 3 - Wellhead Improvements
3.0
1
US
Mob/Demob to till fourteen wells shown in Table 2.
$
LS
$
3.1
14
each
Upgrade existing concrete pads to 4' x 4' pads that meet State
Standards. Two flush mount welts require additional cement in tine mll
annulus
$
each
$
3.2
1
each
Provide and install an 84n protective surface casing on Well MW-TW2
(Figure 4). The surface casing removed from G-TW I may be
adequate.
$
each
$
3.3
1
Air
Standby Time
$
/hr
$
3.4
I 1
Air jHour
Ri Work Is
/hr
$
Total S Task 3
$
Grand Total $ (Taslrs 1 - 3)
$
McGrane Water Engineering, LLC
1 GG) Apple Volley Rd., Lyons, CO 80301. Website: twvw.mcermnenvalereneineerine.com
14
firestone - 2021 Miscellaneous Well Work November 12, 2021
Page 15 of 23
CONTRACTOR I3ID AND ACI�NOWLI;DCiMENT
T1ie Contracto►• acknowledges the above terms and conditions and is submitting the bid above in good faith
based on the unit rates provided.
Contractor:
Contractor Signature
Contractor Name (Printed)
Date:
Date to complete Task 1:
Titl
McGrane Water Engineering, LLC
1 GG9 Apple Vnlley Rd., Lyons, CO 80301. �ti'ebsite: �� a ��� nicer.u����;ilereneu7eerin<�.�oiu
iJ0
ll'.1
V-h,11411 � " '
612021.. \2 1 V 1 I '
V
.}.1 3•TW1 Test Well, M�MVY4A "{{omw(SJ I
c 11+V 12 1%r I r=
+G•MId
04 1 G 118 ' t +G, Al W,8 I71
T_G ff W-9will IF
— --
i 1 ,.i� ,i. tr to
t(,lox
}}
•' r FT1 —
� 4
IdS• 1USf�lrell r m i
o
J� M
P
(Vogel
_ar" Pop
alt��Iruslone Reglonal[Spo s •cihiptaxi
1 l
'. i,�'� I � .L •? ti: � `- 71,
•' — 7 —' r'`Goall K ge Ml cflo; p tool" _
It
Yp
:C�' �. E
_T ti; Sable IQ ?e"_ ,2021,Ma al T Clinolo les((
UI eq 1 3?.2 (1 a 1 ;. ,Or
.. L - r `-� Gbogl Irt I'
I
•.,. 81 I J 1 1 Imagery Date: 6/10/2021 13.T1505113.86 m E 4445952.31 m 11 clew, 4853.It eye all 18772 Q
r ti�ln7��
Uest WeII il;��L1���
Firestone - 2021 Miscellaneous Well Work
Page 17 of 23
I� figure 2 —FAST Site
CVVest Well
NOVOIn17et12, 2021
Meter Vault Listallatiai '-"� I Nell Abandonment —Wellhead Improvement
McGranc Water Engineering, LLC
1669 Apple Valley Rd., Lyons, CO 80301. Website:%%tw%e.mcerane%vatereneineeriaa.com
17
k
{
j G,KIVV 1
i
5urve'
434 1t
1;5'd 1,83
V-rul Ulr I
V"r W 1
pw
IN
�;,•
Gaogle Earth
s .,
13.T 505'llri.2'l m,E!,19 1'7006'.Mj5:va&m N clev 4010 ft eye A 6707 ft (,
hr
91
lit
vLe
Wei
so
14
1 {
MSIYVV2:4�_
Mountain Viiadows Park
,S? f u511'c+611 ri' t F t 1•
Aw
s
MS-MW2 ref f t+ yp� I5 d
W' 3f12 n . Godgle Earth
19ti5 -`'y Imagery Date: 6/10/2021 13 4T,'SD;1271157',mtfi+lrl•16222,35 m N elev 1091 It cyc.alt 6497 ft Q
• . 3 c—r�{vtr�l
® 4 (El (Si _. _ 6/2021 X
- ----.6/2021..
I/ -- N .
ras - 2021
I
f�
s
Al 4 ,
.._.. fit.
1_
r175 ft
oil
19B;D
1 FT-2
[magery�Date: 6/10/2021 13 7 506'192:56`m L
Vogel
Googly Earth
m fJ elev 4850 ft eye Lilt 9928 ft
-.
.
oh I
t
tIN
ali
1.
Ap
Not
of
ff
sea
No r
IN
Is 0 do
) y. ofif.f
� �1►IPy '�_ Yt
`�' I�� 1 r. Sable Glen
,q
.
.� .� �iIF
No
ol
u : 604 yr
sailelAvc
SUrve� t98`2If }` �,;,
l ' „' All � 4, �; 1, I IGoogle Eirth
�;� I torts 1, Egg, 6021 11 T wJO30400.mNE 4444407.33 m 11 elev 099 (t eye A 9144 It U
Firestone - 2021 Miscellaneous Wcll Worn.
1'agc 22 of 23
Figure 7 —Wellhead Piping and Meter Vault Snc�►n;rtic
s
L
m
C
U
C
c
v
n
O
Q=
N
•�
�� _ s
�i
�4
November 12, 202]
�,
.�
x >< >< x x
x x x ><
0
_ a`
'O OI
� �
� n.
d �y -_)
n Z
., p +
.1-' N � y O W
Q) rl -� 61 C � C
�° n.
�. Y
— - � 'c ii � a 'per- a°i H s
tT � ,c `w � -� o
W � rn F s � � N- a
x N O V U/ Ul �1 C > y
d (�. .0 C 4� C � >. �
61 7] `CV
� U C
� .Z a � � ? � V W �
ni a n rn rn � to
� m o� ��- o o ro o
�n Q- } N O �} N �i M
E� r .- ,- .- .- .-
� i l l l l i l l l l
- — - � �'
g rn �
c v
v N � L
d
� �_ �
a - -
- � - - -i
a
3
7'
McGrane Wtrter engineering, LLC
IGG9 Apple V�Ilcy Rd., Lyons, CO 8U3U1. Website; w�e���.mcgranc�rata•eneineerin�cont
22
Firestone - 2O2I Miscellancous Well WOI'k November I L) 2021
Page 23 of 23
Irigure 8 — Wellhead Piping and Meter Vault Schematic Cross Section
Wellhead
cap
Colver
-11
Existing
Provide
Phles Adapter wl threaded female discharge —
a
r
_liLseh,410SINIPiPo
-6
7 1-h drop pipe,
Lld
vulva
1 Ospool 1111tchatOkYwelhm
1.6 It o0 bottom
of 3/1' rock
7 h high
Equipment List
Amt
Description
Provide
Existing
1
5Itdiameter x70high concretevaull
X
1
PlilessAdapter (Ovnwrw111provide)
x
1
51t long Sch. 40 Steel Pipe (one end threaded,
one end Ila ed
X
1
44n end cap forwell head nipple
x
I
4-in Flow moler
x
1
2 ftlong 44n ganged check valve (100 psi)
X
1
I it long 4" ganged spool
X
I
44n Bultn* valve
x
1
3 0long spool ailh plain end and MJ plug
X
MCGI'111C Watel' �I1gInCCClilg, LLC
IGG9 Apple Vnllcy Rd., Lyons, CO 80301. Websile: w+vw.mceranewnlerenainerrine.com
23
EXHIBIT B
Completed Bid Form
(2 pages)
�Pa_ge 11 of 11
f IRESTONE
Firestone - 2021 Miscellaneous Well Work
Page 14 of 23
BID I+ORM
NOVCIDocle 12, 2021
Firestone - Miseellanious Well Work
Item
Amt.
Unit
Description
Unit Cost $
Unit
1'oLnl Cost `h
Task 1 - Install Pilless Adapters aunt Buried Meter Vaults
I
I
each
Mobilization (includes mobilization between 3 production NvelLs and
rovidin submittals asspecified)
$ 4890.00
each
$4890.00
1.1
3
each
Remove pumping egtupnnenl and discard upper 7 foot long pump joint
$1355.00
each
s4065.00
1.2
1
LS
Excavate and fill for all work (including compaction)
$12780.00
LS
12780.00
1.3
3
each
Install Pitless Adaptors (provided by Owner) at 5 fi burial
$ 1915.00
each
$ 5745600
1.4
43
each
Reinstall pumps on hanging pitlesses nsing 7 Il less pipe
$ 1020000
each
$4080.00
McGcane Water Engineering, LLC
IGG9 Apple Valley Rd., Lyons, CO 80301. Websile: uwvnv.megrmneuvalerenttincerin@.comJEAI
$3;060;00
$74
,295.Q0
$109,220.00
Firestone - 2021 Miscellaneous Well Work November 12, 2021
)age 15 of 23
CONTRACTOR I3ID AND ACKNOWLI,llGEM1; I
The Contractor aclu�owledgcs the above terms and conditions and is submitting the bid above in good faith
based on the unit rates provided.
Contractor: _Layne Clu•istensen Company Date: 11-22-21
Contractor Signature
Date to complete Task l : End of January 2022
Contractor Name (Printed) Brian W Dellett Title: Senior Account Manager
Layne acknowledges receipt of Addendum No. 1 dated 11-18-21
Corrections made to the Bid Form and bid tabulation by DBL
McGrane Vllater Engineering, LLC
IGG9 Apple Vnlley Rd., Lyons, CO 803U1. Website: ������•.mcarmica.ucreneineerins.cum
15
Firestone - Miscellanious Well Work - Bid Results
Item
Amt.
Unit
Description
Unit Cost
Unit
Total Cost $
Unit Cost
tlnit
Total Cost
Task 1- Install Pitless Adapters and Buried Meter Vaults
Colorado Water Well
Layne (a Granite Company)
1
1
each
Mobilization (includes mobilization between 3 production
wells and providing submittals as specified)
$ 3 711 00
each
$ 39711.00
$ 4,890.00
each
$ 4,890,00
Li
3
each
Remove pumping equipment and discard upper 7 foot long
$ 1,000.00
each
$ 3,000.00
$ 1,355.00
each
$ 4,065,00
L2
1
LS
Excavate and fill for all work (including compaction)
$ 18,256.00
LS
$ 18,256.00
$ 12,780.00
LS
$ 12,780,00
1.3
3
each
Install Pitless Adaptors (provided by Owner) at 5 ft burial
$ 500,00
each
$ 1,500.00
$ 11915.00
each
$ 51745,00
1.4
1 3
leach
Reinstall pumps on hanging pidesses using 7 it less pipe
$ 1,000.00
each
$ 3,000.00
$ 11020.00
each
$ 31060,00
1.5
3
each
Provide and install manholes (with covers and stairs) and
seal pipe and electrical access
$ 7,585.00
each
$ 22,755.00
$ 61830.00
each
$ 20,490400
1.6
3
each
Provide necessary piping as shown on Figures 7 and 8
(including compaction outside manholes
$ 4,025.00
each
$ 12,075.00
$ 31515,00
each
$ 10,545.00
L7
3
each
Install all horiwntalpiping check valves, and flow meters
$ 5,040.00
each
$ 15,120,00
$ 1,480.00
each
$ 4,440.00
1.8
3
each
Provide and install necessary electrical conduit between
VFD and manholes
$ 2,917.00
each
$ 81751,00
$ 2,040.00
each
$ 6,120,00
1.9
3
each
Record startup before and after pump pulls
$ 480.00
each
$ 11440.00
$ 720,00
each
$ 21160.00
Total $ Task 1 $ 893608.00
$ 74,295.00
Task 2 "Well Abandonments
2.0
1
LS
Mob/Demob to all eight wells described in Table 1
(includes providing a table of abandonment data to
En ' eer
$ 1,200.00
LS
$ 1,200,00
$ 2,855.00
LS
$ 21855.00
2.1
7
each
Abondon wells per specifications
$ 800.00
each
$ 5s600.00
$ 1,375.00
each
$ 91625.00
2.2
1
each
Abandon Well G-TW 1 (includes: pulling pump, and
disconnecting power and removing electrical cable to the
power pole 250' away on the Varra property per
specifications)
$ 2,200.00
each
$ 2,200.00
$ 23820.00
each
$ 21820.00
Total S Task 2
S 95000600
S 15,300.00
Task3 - Wellhead Improvements
3.0
1
LS
Mob/Demob to all fourteen wells shown in Tablet.
$ 1,200.00
LS
$ 11200,00
3355
LS
$ 31355.00
3.1
14
each
Upgrade existing concrete pads to 4' x 4' pads that meet
State Standards. Two flushmountwells require additional
cement in the well annulus
$ 300,00
each
$ 41200,00
960
each
$ 13,440.00
3.2
1
each
Provide and install an 8-in protective surface casing on
Well MW-TW2 (Figure 4). The surface casing removed
from G-TW 1 ma be adequate.
$ 500.00
each
$ 500.00
2280
each
$ 21280,00
3.3
1
/ln
Standby Time
1 $ 85.001
All
$ 85,00
275
1 All-
$ 275.00
3.4
1
/hr
Hourly Rig Work
$ 295.00 1
Air
1 $ 205.00
1 $ 275,00
1 Air
$ 275,00
Total S Task 3
$ 6,280.00
$ 199625.00
Grand Total S (IIasks I - 3)
$ 104,888.00
$ 10%220.00
Town of Firestone Payroll Monthly Board Report December 1, 2021
Paycheck Issue Dates: 11/01/2021 to 11/30/2021
Hours/Units/Types Summary
PC Title Hours Net Type Amount Info Type Amount
1-00 Regular Pay 8,471.00 Direct Deposit Net 199,931.73 Informational 0.00
1-06 PD Shift Supervisor -10.00 Net 2101188.37 Fringe Benefits 10.36
2-00 Overtime Pay 164.50 3rd Party Pay Net 0.00
3-00 Paid Time Off & EIB 11938,95
5-00 Call Outs 16.00
5-03 Standby 0.00
7-00 Holiday, Holidy Worked 737.50
8-10 PD Grant/Contracts 3.00
8-00 Miscellaneous Pay 242.00
8-25 Reserve Active Duty 80.00
8-26 PHE - Public Health Emer 249.00
8-27 Leave of Absence wo Pay 1.95
8-28 PD POPS Programs 20.00
9-01 Comp Time Earned 23.00
9-02 Comp Time Used 99.50
Grand Totals: 12,036.40 410,120,10 10.36
Pay Code Totals - Employee
PC Title Amount PC Title Amount PC Title Amount
1-01 Regular Pay 490540.57 8-16 Employee Bonus 0.00 61-02 HSA7200-61873,46
1-03 Mayor/Trustee 21150.00 8-20 Retro Pay (non-FPPA) 0.00 61-10 FSA- Dependent Care-31315,20
1-04 Temporary 21772.00 8-25 Reserve Active Duty 0.00 61-11 FSA- Limited Purpose-266.66
1-06 PD Shift Supervisor 7.08 8-26 PHE - Public Health Emergent 5/414611 61-12 FSA - Medical-21569446
2-00 Overtime 81525,17 8-28 PD POPS Programs 11188.90 62-00 Dental Insurance-941.86
3-01 PTO 37,865.78 9-02 Comp Time 2,702.31 63-00 Vision-320.00
3-05 PTO Payout 7,901.21 19-00 3rd Party Pay 0.00 64-01 Voluntary/Ad Life-1,051.20
3-10 Contract PTO 0.00 21-01 Stipend 0.00 64-03 Child Life -40.80
4-00 EIB 31229A8 21-02 Cell Phone Stipend 250.00 64-04 Spouse Life-280.30
5-01 Call Outs 91.03 30-04 Life Ins > 50k 10.36 64-99 Accident Insurance-865.20
5-02 PD Call Outs 539.84 50-01 FPPA 457-11405.57 70-01 Misc Deduction 0.00
5-03 Standby 0.00 50-02 FPPA PD Pension-22,084,06 70-02 Child Support-837.50
7-01 Holiday 15,745021 50-03 FPPA ROTH-400.00 70-03 Garnishment-336.68
7-02 Holiday Work SW 51638,35 51-01 PERA-31,444.08 70-04 Equipment-379.12
7-03 Holiday Work NSW 526.44 51-02 PERA+457-586.59 70-05 ICMA Loan Payment 0.00
8-01 Misc Pay 0.00 51-03 PERA Life -62.00 74-00 Soc Sec 0.00
8-02 Retro Pay 0.00 51-05 PERA 401k-327.70 75-00 Medicare-81092.53
8-04 Bereavement 21315A9 51-07 PERA 457 Roth-859.04 76-00 FWT-58,445,40
8-06 Snow Day 0.00 52-01 ICMA 401a-250.00 77-00 SWT-19,346.00
8-08 Pd Admin Leave 41144,18 52-02 ICMA 457b-Pre-807.74 79-00 3rd Party Medicare 0.00
8-10 PD Grant 192.69 52-04 ICMA 457b-Post-323.08 85-00 Net Pay - check 210,188.37
8-12 Jury Duty 212.64 60-00 Health Insurance-171242.75 86-00 Dir Deposit 1991931.73
8-13 Military Leave 0.00 61-01 HSA3600-21077.80 89-00 3rd Party Net 0.00
Pay Code Totals - Employer
PC Title Amount PC Title Amount PC Title Amount
50-02 FPPA - Polic 16,855,55 62-00 Dental Insurance 5,817.70 75-00 Medicare 8/092653
51-01 PERA 52,604.13 63-00 Vision Insurance 893.17 91-00 Long Term Disability 21045.25
51-04 PERAAED/SAED 522.98 64-01 Voluntary/Ad Life 5.00 92-00 Short Term Disability 21011,02
52-01 ICMA 401a 0.00 64-03 Child Life 0.80 93-00 Police Pension 51840,99
52-02 ICMA 457b 988.48 64-04 Spouse Life 1.50 94-00 Basic Life & AD&D 11444,17
60-00 Health Insurance 76,967.42 64-05 Accident -Employee 4.62 95-01 Employee Asst Plan 586.80
61-01 HSA3600 11100.00 74-00 Social Security 0.00 98-00 State Unemployment 11768.69
61-02 HSA7200 31600.00
Town of Firestone Monthly Accounts Payable Report
Check issue dates: 11/1/2021 - 11/30/2021
Name
Page: 1
Dec 01, 2021 09:36AM
Total Paid
Total 4 RIVERS EQUIPMENT, LLC: 946.57
Total ACCESS/ADAMS DATA MANAGEMENT, LLC: 270.84
Total ACE HARDWARE OF FIRESTONE: 391.80
Total ADAMSON POLICE PRODUCTS: 411.81
Total AGFINITY-MEAD: 495.00
Total AIRGAS INC: 35.88
Total ALAN PLUMMER AND ASSOCIATES, INC: 1233596.33
Total ALERUS: 101848003
Total AMAZON: 1,366.63
Total AMERICAN CONSERVATION & BILLING SOLUTION: 400.00
Total AUSMUS LAW FIRM, P.C.: 11200000
Total B K TIRE, INC: 3,019.12
Total BAMBOO HR LLC: .00
Total BAREFOOT RESIDENTIAL LLC: 585.02
Total BINFORD SUPPLY LLC: 83161047
Total Black Hills Energy: 2,666.31
Total BLUE MOON RENTAL LLC: 21600800
Total BLUE SPRUCE CONSTRUCTION GROUP INC: 51747020
Total BUDGET CONFERENCING: 239.58
Total C & W TRUCK AND TRAILER, LLC: 3,690.63
Total CARBON VALLEY CHAMBER OF COMMERCE: 675.00
Total CATHOLIC HEALTH INITIATIVES COLORADO: 900.00
Total CENTRAL STATES HOSE INC: 115.92
Total CENTRAL WELD COUNTY WATER DISTRICT.-TREA: 84,306.28
Total CENTURY LINK: 670.65
Total CESARE, INC: 21632000
Total CHASE PAYMENTNET: 761718600
Total CIGNA HEALTH & LIFE INSURANCE CO: 941950019
Total CINTAS FIRST AID & SAFETY: 327.07
Total CITY OF LONGMONT: 300.00
Total COLORADO ASSOCIATION OF CHEIFS OF POLICE: 455.00
Total COLORADO CIVIL GROUP INC.: 871358825
Total COLORADO GEOLOGICAL SURVEY: 275.22
Total COLORADO MUNICIPAL LEAGUE: 1,779.00
Total DANA KEPNER COMPANY INC.: 371830213
Total DBC IRRIGATION SUPPLY: 5,068.03
Total DEERE CREDIT, INC: 971058A4
Total DELTA DENTAL OF COLORADO, INC: 65969.50
Town of Firestone Monthly Accounts Payable Report
Check issue dates: 11/1/2021 - 11/30/2021
Name
Page: 2
Dec 01, 2021 09:36AM
Total Paid
Total DINNEN LAW PC: 1,500.00
Total EMPLOYEE REIMBURSEMENTS & PER DIEMS: 816.92
Total ENTERPRISE FLEET MGMT CUSTOMER BILLINGS: 261603061
Total ENVIROTECH SERVICES INC.: 47191518
Total ERIC MATTHEW PRICE: 404.41
Total FACTORY MOTOR PARTS CO.: 51.32
Total FIDELITY NATIONAL TITLE-LONGMONT: 50.00
Total FIRST AMERICAN TITLE CO: 50.00
Total FLEXX PRODUCTIONS LLC: 646.82
Total FORCE AMERICA DISTRIBUTING: 1790R91
Total FORD MOTOR CREDIT COMPANY, LLC: 351402018
Total FRANCE PUBLICATIONS, INC: 21550000
Total FRED DIEHL CONSULTING: 10,050.00
Total FRONT RANGE COMPLIANCE SERVICE, LLC: Total 62.50
FRONT RANGE PORTABLE RESTROOMS, LLC: Total 365.00
FRONTIER BUSINESS PRODUCTS: 10.92
Total FUZION FIELD SERVICES LLC: 8,653.50
Total GBSM INC: 41952250
Total GOLF & SPORT SOLUTIONS: 4,510.45
Total GOVERN MENTJOBS.COM, INC: 3,974.19
Total GRAINGER: 807.83
Total GREEN GIRL RECYCLING SERVICES: 166.00
Total GROUND SOLUTIONS: 77040000
Total GUARDIAN TITLE-DENVER: 10.90
Total HEI CIVIL: 17453773.55
Total HERITAGE TITLE (HIRNCH): 8.49
Total HOMES BY CREEKSTONE BUILDERS: 388.40
Total HYDRANT METER REFUNDS: 61343971
Total INTEGRATED WATER SERVICES, INC: 1;1811889057
Total INTERSTATE BATTERY OF THE ROCKIES: 353.85
Total INTERSTATE FORD: 17620.01
Total INTERWEST SAFETY SUPPLY, INC.: 179.34
Total KAMAKELE ENTERPRISES: 44.99
Total KATHLEEN A. OATIS: 11250400
Total KENZ & LESLIE DISTRIBUTING CO.: 23231415
Total KG CLEAN INC: 4,366.78
Total KIMBALL MIDWEST: 851.58
Total KS STATE BANK: 143,837.73
Town of Firestone Monthly Accounts Payable Report
Check issue dates: 11 /1 /2021 - 11 /30/2021
Name
Page: 3
Dec 01, 2021 09:36AM
Total Paid
Total L. L. JOHNSON DISTRIBUTING CO.: 7,979.41
Total L.A.W.S.: 4,014.03
Total LAND TITLE-DENVER-2: 233.60
Total LAST CHANCE DITCH COMPANY: 234.00
Total LENNAR COLORADO: 91.88
Total LEONARD RICE ENGINEERS, INC: 51,069.75
Total LITTLE THOMPSON WATER DISTRICT: 13191/43
Total LONGMONT HUMANE SOCIETY: 11166067
Total MAC EQUIPMENT INC LONGMONT: 792.43
Total MAIN STREET MAT COMPANY, INC: 182.39
Total MCCANDLESS TRUCK CENTER, LLC: 292A4
Total MCDONALD FARMS ENTERPRISES INC: 1,138.00
Total MCI: 53.12
Total MELODY HOMES INC: 119.78
Total MISC VENDOR: 717.61
Total MOORE IACOFANO GOLTSMAN, INC: 12,547.18
Total MORGAN STANLEY SMITH BARNEY LLC: 33311099
Total MOUNTAIN STATES IMAGING, LLC: 117320029
Total MOUNTAIN VIEW GARAGE DOORS LLC: 380.00
Total MUTUAL OF OMAHA INSURANCE CO: 7,432.29
Total NCSI. 142.50
Total NEW IPT INC: 105771048
Total NORTHERN COLORADO CONSTRUCTORS, INC: 21754095
Total OFFICE DEPOT INC: 158.66
Total OLDCASTLE INFRASTRUCTURE: 31325000
Total O'REILLY AUTO PARTS: 11465603
Total PAUL D. BASSO: 17000000
Total PAWNEE BUTTES SEED INC: 11,400400
Total PRAIRIE MOUNTAIN PUBLISHING: 11133287
Total PRE ACTION FIRE, INC: 360.00
Total PSYCHOLOGICAL DIMENSIONS, LLC: 700.00
Total PUREWATER DYNAMICS, INC: 537.73
Total RAMEY ENVIRONMENTAL COMPLIANCE, INC: 100.00
Total RDS ENVIRONMENTAL INC: 17900.00
Total REDEMPTION ROAD COFFEE: 250.00
Total RESTITUTION / COURT REFUNDS: 480.00
Total RICHDELL CONSTRUCTION INC: 523,822.45
Total RIPTIDE CAR & PET WASH: 155.00
Town of Firestone Monthly Accounts Payable Report Page: 4
Check issue dates: 11/1/2021 - 11/30/2021 Dec 01, 2021 09:36AM
Name Total Paid
Total ROCKY MOUNTAIN INFORMATION NETWORK, INC: 100.00
Total SAFE BUILT COLORADO INC: 54,400.53
Total SAFETY AND CONSTRUCTION SUPPLY INC: 11590089
Total SANTO CONSULTING GROUP LLC: 1,400.00
Total SCORCHING BRICK LLC: 221.65
Total SIMPLIFILE: 520.00
Total SNAP ON INDUSTRIAL: 146.06
Total SPROUT SOCIAL INC: 33600000
Total STANLEY M SLOWIK, INC: 536.04
Total STANTEC CONSULTING SERVICES INC: 61590074
Total STEVE BALCEROVICH: 1,250.00
Total SUMMIT DATA PROTECTION LLC: 111350000
Total SUMMIT ENTERTAINMENT OF THORNTON LLC: 5,903.32
Total SYMBOL ARTS: 854.75
Total TEST GAUGE INC - CO: 83.95
Total THROUGH THE ROOF PROMOTIONS LLC: 564.76
Total TIMBERLAN, INC: 26,334.25
Total TLTC DISTRIBUTING LLC: 11007004
Total TRAFFIC SIGNAL CONTROLS, INC: 188.00
Total TRANSWEST TRUCK TRAILER RV: 50.14
Total TRI-ELECTRONICS INC: 61169068
Total LIME CUSTOM EMBROIDERY: 566.42
Total UNITED POWER-BRIGHTON: 1031670271
Total UNIVERSITY AUTO PARTS, INC: 2249.67
Total UTILITY NOTIFICATION CENTER OF COLORADO: 539.88
Total UTILITY REFUNDS -1: 151.93
Total VALLI INFORMATION SYSTEMS: 51210082
Total VANCE BROTHERS INC: 2811765000
Total VARRA COMPANIES: 1,942.35
Total VIA MOBILITY SERVICES: 11,376.00
Total VISION SERVICE PLAN - VSP: 1,213.91
Total WAAS CAMPBELL RIVERA JOHNSON & VELASQUEZ: 53957050
Total WAGNER EQUIPMENT CO.: 311.78
Total WAGNER WELDING SUPPLY CO.: 8.68
Total WANDS & WISHES OCCASIONS: 765.00
Total WEAR PARTS & EQUIP CO. INC: 21626040
Total WELD COUNTY DEPT OF PUBLIC HEALTH & ADMI: 767.00
Total WELD COUNTY INFORMATION TECHNOLOGY: 11346052
Town of Firestone Monthly Accounts Payable Report
Check issue dates: 11/1/2021 - 11/30/2021
Total WESTERN PAPER DISTRIBUTORS INC:
Total WESTWATER RESEARCH, LLC:
Total WEX BANK:
Total WICKHAM TRACTOR CO, Inc:
Total WILLIAMSON & HAYASHII LLC:
Total WORKWELL OCCUPATIONAL MEDICINE LLC:
Total XPRESS BILL PAY / XPRESS SOLUTIONS:
Grand Totals:
Page: 5
Dec 01, 2021 09:36AM
Total Paid
10,000.00
14,400.56
111.50
16,668550
90.00
2,226.30
5,120,819.36
Date of Issuance: 2021.11.30
SECTION 00941
CHANGE ORDER
Effective Date: 2021.11.30
Project: St. Vrain WTP Pump Station Owner: Town of Firestone
Contract:
Contractor:
Integrated Water Services
The Contract Documents are modified as follows upon execution of this C
Description:
No. 1
Owner's Contract No.: W2020-9524.02
Date of Contract:
May 26, 2021
Engineer's Project No.: 227704136
e Order:
The Town has requested the Contractor to provide a price for the FAST Alluvial Pipeline Suppl project which will be added to this current
contract. The Town has purchased the 4-inch and 8-inch diameter PVC pipe to be installed for the protect The Bid Schedule in the Proiect
Manual will be modified to add Line Items 17-41 using the descriptions quantities unit prices and total bid amounts as shown on the
attached Bid Sheet.
Attachments (list documents supporting change):
Attachment A -Bid Tab from IWS
CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES:
Original Contract Price: Original Contract Times: ❑Working days ®Calendar days
Substantial completion (days or date): November 1, 2021
$2,377,900.00 Ready for final payment (days or date): December 31. 2021
Increase/Decrease from previously approved Change Increase/Decrease from previously approved Change Orders
Orders No. 0 to No. 0: No. 0 to No. 0:
Substantial completion (days): _
$ Ready for final payment (days):
Contract Price prior to this Change Order: Contract Times prior to this Change Order:
Substantial completion (days or date): November 1. 2021
$2,377,900.00 Ready for final payment (days or date): December 31. 2021
Increase of this Change Order: Increase of this Change Order:
Substantial completion (days or date): March 3, 2022
$387,814.00 Ready for final payment (days or date): March 10, 2022
Contract Price incorporating this Change Order: Contract Times with all approved Change Orders:
Substantial completion (days or date): March 3, 2022
�2,765,714.00 Ready fo inal•payme t (days or date): March 10. 2022
RECOMMENDED: ACCEPT � /�,,, ACCEPTED:
�1..�• B Greg Dills��w��.�
By: _ -- By: y:
Engineer (Authorized Signature) Owner (Authori d Signature) Contractor (Authorized Signature)
Date: 11/30/2021 Date: 2 � _.L � �' �"" � Date:
Approved by Funding Agency (if applicable): � II .� _
tK �.s�
EJCDC C-941 Cha/nge Order ��_'� 's a
Prepared by the Engineers Joint Contract Documents Committee and endorsed by t Co�rstruc �''QQr��ecifit� s Institute.
00941 - 1 s "vl� � _!
ATTACHMENT A
BID SHEET, BID FORM, BASE SCHEDULE
PROJECT: H-WELL PIPELINE
TOWN OF FIRESTONE, CO
11/12/2021
Item No. Description
al
Unit
Estimated
Quantity
Unit Price
(Figures)
Unit Price (Written)
Bid Amount
Fi res
1
Mobilization/Demobilization (5%
maximum)
LS
LS
$17,557
Seventeen thousand five hundred fifty seven dollars
$17, 557
2
Sedimentation Control
LS
LS
$12,582
Thwelve thousand five hundred eighty two dollars
$12,582
3
Utility Locates
LS
LS
$2,048 1
Two thousand forty eight dollars
$2,048
4
Topsoil Stripping, Stockpiling, and
Replacement
SY
6000
$4.27
Four dollars twenty seven cents
$25, 597
5
8-in MJ Plug
EA
1
$307
Three hundred seven dollars
$307
6
Install 84n DR-18 C-900 Pipe (pipe
supplied by Town)
LF
1710
$112
One hundred tvelve dollars
$190,920
7
8-in MJ Gate Valve w/ Mega Lug
EA
1 3
$2,919
Two thousand nine hundred nineteen dollars
$8,758
8
4-in Mega Lug Tie -into V-Wells
EA
3
$87
Eighty seven dollars
$261
9
8-in 90 Degree Restrained Joint Bend
EA
2
$885
Eight hundred eighty five dollars
$1,770
10
8" x 8" MJ x MJ Tee
EA
3
$2,663
Two thousand six hundred sixty three dollars
$7,990
11
8" x 4" MJ Reducer
EA
3
$744
Seven hundred forty four dollars
$2, 231
12
44n MJ Restrained Joint Gate Valve
EA
3
$1,233
One thousand tvo hundred thirty three dollars
$3,699
13
Install 4-in DR-18 C-900 Pipe (pipe
supplied by Town)
LF
430
$99
Ninety nine dollars
$42,608
14
4-in MJ 45 degree bend restrained joint
EA
2
$237
Two hundred thirty seven dollars
$474
15
4-in MJ 90 degree bend retrained joint
EA
1
$1,453
One thousand four hundred fifty three dollars
$13453
16
Clay Cut -Off Wall cut into trench wall
EA
2
$1,355
One thousand three hundred fifty five dollars
$2,709
17
5'DiaMeter MH
EA
1
$11,0 10
Eleven thousand ten dollars
$11,010
19
8" Flow Meter
EA
1
$5,894
Five thousand eight hundred ninety four dollars
$5,894
19
20" x 8" MJ Restrained Joint Reducer
EA
1
$55102
Five thousand one hundred two dollars
$5,102
20
Furnish and Install 20-in C-900 Pie
LF
25
$641
Six hundred forty one dollars
$16,034
21
22
Fire Hydrant Assembly faint purple)
Pipeline Markets
EA
EA
2
1 6
$4,119
$622
Four thousand one hundred nineteen dollars
Six hundred twenty two dollars
$8,239
$3,734
23
Flushing and Hydrostatic Testing
LS
LS
$5,284
Five thousand two hundred eighty four dollars
$53284
24
Site Restoration and Reveg
LS
LS
$11,552
Eleven thousand five hundred fifty two dollars
$11, 552
U
Total Base Bid $ $387,814
Three hundred eighty seven thousand eight hundred fourteen dollars
Total Bid (Written)