Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout109420 HYDRO CONSTRUCTION CO INC - CONTRACT - RFP - 8286 CONSTRUCTION CONTRACTOR FOR PROJECTS AT THE W (9)CONTRACT DOCUMENTS FOR
2017 DWRF Digester 614
Coating Replacement
H-WRF-2017-6
March 2017
Hydro Construction Company, Inc.
301 East Lincoln Avenue
Fort Collins CO 80524
Fort Collins Utilities
700 Wood Street
Fort Collins CO 80521
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Agreement Forms
March 2017 00500-1
SECTION 00500
AGREEMENT FORMS
00525 Work Order, Notice of Award, and Bid Schedule 00525-1
00530 Notice to Proceed 00530-1
00600 Bonds and Certificates 00600-1
00610 Performance Bond 00610-1 – 00610-2
00615 Payment Bond 00615-1 – 00615-2
00630 Certificate of Insurance 00630-1
00635 Certificate of Substantial Completion 00635-1
00640 Certificate of Final Acceptance 00640-1
00650 Lien Waiver Release (CONTRACTOR) 00650-1 – 00650-2
00651 Lien Waiver Release (SUBCONTRACTOR) 00651-1 – 00651-2
00660 Consent of Surety 00660-1
00670 Application for Exemption Certificate 00670-1 – 00670-2
CONDITIONS OF THE CONTRACT
00800 Supplementary Conditions 00800-1 – 00800-8
00900 Addenda, Modifications and Payment 00900
00950 Work Order Change Order 00950-1
00960 Application for Payment 00960-1 – 00960-4
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Notice of Award
March 2017 00525-1
SECTION 00525
WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE
TO: Hydro Construction, Inc.
WORK ORDER NUMBER: H-WRF-2017-6
PURCHASE ORDER:
TITLE: 2017 DWRF Digester 614 Coating Replacement
ORIGINAL BID/RFP NUMBER & NAME: 8286 Construction Contractor for Projects at the Water &
Wastewater Treatment Facilities
ENGINEER: Ditesco
OWNER’S REPRESENTATIVE: Link Mueller
NOTICE OF AWARD DATE: March 15, 2017
OWNER: City of Fort Collins (hereinafter referred to as OWNER)
1. WORK. You are hereby notified that your bid dated February 22, 2017, for the above Work Order has
been considered. Pursuant to your AGREEMENT with OWNER dated June 20, 2016, you have been
awarded a Work Order for this Work Order Description:
A. See Section 01100 – Summary of Work.
2. CONTRACT PRICE, BONDS AND CERTIFICATES. The price of your Work Order is Two Hundred
Thirty-One Thousand, Two Hundred Ninety-Eight Dollars ($231,298.00). Pursuant to the AGREEMENT
and the Contract Documents, Payment and Performance Bonds and insurance are required.
3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for Substantial
Completion of this Work Order is June 2, 2017, and after Substantial Completion, the date for Final
Completion is July 3, 2017.
4. LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of this
Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified
in paragraph 3 above, plus any extensions thereof allowed in accordance with Article 12 of the General
Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal
proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly instead
of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but
not as penalty) CONTACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion: One Thousand Dollars ($1,000.00) for each calendar day or fraction
thereof that expires after June 2, 2017 until the work is Substantially Complete.
2) Final Acceptance: After Substantial Completion Two Hundred Dollars ($200.00) for each
calendar day or fraction thereof that expires after July 3, 2017 for Final Payment and
Acceptance until the Work is ready for Final Payment and Acceptance.
5. EXECUTION. One (1) copy of this proposed Work Order & Notice of Award, and accompanying
amendments or supplements to the Contract Documents (except any applicable Drawings) incorporated
herein, are provided. One (1) sets of any applicable Drawings will be delivered separately or otherwise
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Notice of Award
March 2017 00525-2
made available to you immediately. You must comply with the following conditions precedent within fifteen
(15) days of the date of this Notice of Award, that is, by March 30, 2017.
A. You must deliver to OWNER one (1) fully-executed counterpart of this Work Order, including all
amendments or supplements to the Contract Documents incorporated herein. Each Work Order
must bear your signature as provided.
B. You must deliver with the executed Work Order the Contract Security (Bonds) and insurance, as
specified in the Agreement, this Work Order, the General Conditions (Article 5.1) and the
Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid
abandoned and to annul this Work Order & Notice of Award. Within ten (10) days after you comply with those
conditions, OWNER will return to you one (1) fully-signed counterpart of this Work Order with any amendments
or supplements to the Contract Documents attached.
CONTRACTOR’S NOTICE OF AWARD REPRESENTATION & EXECUTION:
CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions
contained herein and in the AGREEMENT dated June 20, 2016, and the NOTICE OF AWARD dated March
15, 2017, between the parties. In the event of a conflict between or ambiguity in the terms of the
AGREEMENT or specific Work Orders, the AGREEMENT shall control.
CONTRACTOR: Hydro Construction Company, Inc.
By: Date:
Name: Stanley A. Javernick III Title: Vice President of Operations
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
3/30/2017
DWRF Digester Coating Replacement Notice of Award
March 2017 00525-3
OWNER’S ACCEPTANCE & EXECUTION:
This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this
reference and the attached Notice to Proceed is hereby given.
ACCEPTANCE: Date: _____
Link Mueller, Utilities Project Manager
REVIEWED: ___________________________________________ Date: __________
Pat Johnson, Senior Buyer
ACCEPTANCE: Date:
Jason Graham, Water Reclamation & Biosolids Manager
ACCEPTANCE: Date:
Owen L. Randall, Chief Engineer
ACCEPTANCE: Date:
Carol Webb, Water Resources/Treatment Operations Manager
ACCEPTANCE: ___________________________________________ Date: __________
Gerry Paul
Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
3/30/2017
3/30/2017
3/31/2017
3/31/2017
3/31/2017
4/3/2017
HYDRO CONSTRUCTION CO., INC. Standard Estimate Report Page 1
Digester 614 Recoating 2/22/2017 4:09 PM
Project name Digester 614 Recoating
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
HYDRO CONSTRUCTION CO., INC. Standard Estimate Report Page 2
Digester 614 Recoating 2/22/2017 4:09 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 1.00 wk 2,981 - - 365 107 3,453
Project Management 2,981 365 107 3,453
40.00 Labor hours
40.00 Equipment hours
1102.100 Site Supervision
16 Project Foreman 6.00 wk 9,274 - - 2,191 322 11,787
Site Supervision 9,274 2,191 322 11,787
240.00 Labor hours
240.00 Equipment hours
1260.100 Utilities
20 Temporary Toilets 1.00 mo - 0 - - 322 322
Utilities 322 322
1270.100 OSHA & Safety
14 Safety 1.00 ls 745 - - 806 322 1,873
OSHA & Safety 745 806 322 1,873
30.00 Labor hours
1300.100 Project Clean Up
14 Final Cleaning 1.00 ls 1,590 0 - 806 322 2,717
Project Clean Up 1,590 806 322 2,717
32.00 Labor hours
1475.100 Temp Heat Buildings
10 Temporary Heating 1.00 mo 1,987 0 - 2,819 3,383 8,190
Temp Heat Buildings 1,987 2,819 3,383 8,190
40.00 Labor hours
1622.100 Fuels
12 Fuels - Diesel 6.00 wk - - - 644 644
Fuels 644 644
GENERAL CONDITIONS 16,577 0 0 6,986 5,424 28,987
382.00 Labor hours
280.00 Equipment hours
1900.000 OWNED EQUIPMENT
1900.015 Scaffolding System
10 Scaffolding System (Safway) 1.00 mo - - 32,860 0 - 32,860
Scaffolding System 32,860 32,860
1900.120 Cranes
20 Grove RT535E Crane 0.50 mo 1,546 - - 3,652 537 5,734
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
HYDRO CONSTRUCTION CO., INC. Standard Estimate Report Page 3
Digester 614 Recoating 2/22/2017 4:09 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
Cranes 1,546 3,652 537 5,734
40.00 Labor hours
OWNED EQUIPMENT 1,546 0 32,860 3,652 537 38,594
40.00 Labor hours
2000.000 SITEWORK
2240.120 Pump & Clean
2 Pump Remaining Wastewater & Clean 5.00 day 1,987 0 - 1,880 537 4,404
Pump & Clean 1,987 1,880 537 4,404
40.00 Labor hours
40.00 Equipment hours
SITEWORK 1,987 0 0 1,880 537 4,404
40.00 Labor hours
40.00 Equipment hours
9000.000 FINISHES
9960.100 Coatings
-sub Sub - Coatings (Coblaco) 1.00 ls - - 130,286 - - 130,286
Coatings 130,286 130,286
FINISHES 0 0 130,286 0 0 130,286
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
HYDRO CONSTRUCTION CO., INC. Standard Estimate Report Page 4
Digester 614 Recoating 2/22/2017 4:09 PM
Estimate Totals
Description Amount Totals Hours Rate Cost Basis Cost per Unit Percent of Total
Labor 20,109 462.000 hrs 8.69%
Material
Subcontract 163,146 70.53%
Equipment 12,517 320.000 hrs 5.41%
Other 6,498 2.81%
202,270 202,270 87.45 87.45%
Perform & Payment Bond - 2 yr. 3,585 B 1.55%
3,585 205,855 1.55 89.00%
Profit & Overhead 25,443 11.000 % T 11.00%
25,443 231,298 11.00 100.00%
Total 231,298
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Notice to Proceed
March 2017 00530-1
SECTION 00530
WORK ORDER NOTICE TO PROCEED
Description of Work: 2017 DWRF Digester 614 Coating Replacement
To:
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the CONTRACTOR and
the OWNER.
That the required CONTRACTOR's Insurance and Payment Bond have been received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to
proceed within fifteen (15) calendar days from receipt of this notice as required by the Agreement.
Dated this .
The dates for Substantial Completion and Final Acceptance shall be June 2, 2017 and July 3, 2017,
respectively.
City of Fort Collins
OWNER
By:
Link Mueller
Title Utilities Project Manager
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of ,
2016.
CONTRACTOR
By: ____________________________
Title:
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Bonds and Certificates
March 2017 00600-1
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
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
SECTION 00610
PERFORMANCE BOND
Bond No. 199213
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Hydro Construction Company, Inc.
301 East Lmcoln Avenue, Fort Collins, CO 80524
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Fjrm) Berkley Insurance Company
475 Steamboat Road, Greenwich, CT 06830
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300 Laporte
Ave. Fort Collins, Colorado 80522. a (Municipal Corporation) hereinafter referred to as the "OWNER", in
the penal sum Of Two Hundred Thirty-One Thousand Two Hundred Ninely-Eight&OO/IOO Dollars ($231. 298. 00) in
lawful money of the United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Agreement with the OWNER, dated June 20, 2016, a copy of which is hereto attached and made a part
hereof for the performance of The City of Fort Collins project,
DWRF Digester 614 Coating_ RFP #8286 (Work Order
H-WRF-2017-6 - Notice of Award March 15, 2017)
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the original term
thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the
Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and
demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER
from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and
repay the OWNER all outlay and expense which the OWNER may incur in making good any default
then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State
of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this 15th day of March. 2017
WTF Replacement
January 2017
Performance Bond
00610-1
DWRF Digester Coating Replacement
March 2017
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
IN PRESEhiCE OF:
;&^Q-1 ^T?_<-
.h~)(-hrJ2^
(Corporate Seal)
By:
Principal
Hydro j^gfistruction Company, Inc.
\/f^ ^r^^. -rid^/^rK,. ,-l JA^^cJizy^-
Title
301 East Lincota Avenue, Fort Collins, CO 80524
Address
IN PRESENCE OF: Other Partners
By:.
By:.
IN PRESENCE OF:
^ -^.A Cl. ^-.^ ^\ _ C 0 0 ^'^
Witness
(Surety Seal)
Surety
B^kley Insurance Company
By: li VMi-L<./a .TD , ^V|/^W, L.
Attorney-in-Fact ] d
By: Darlene M. Krings
Address
475 Steamboat Road, Greenwich, CT 06830
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
WTF Replacement
January 2017
Performance Bond
00610-2
DWRF Digester Coating Replacement
March 2017
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
SECTION 00615
PAYNIENT BOND
Bond No. 199213
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Hydro Construction Company, Inc.
(Address) 301 East Lincoln Avenue, Fort Collins, CO 80524
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) Berkley Insurance Company
(Address) 475 Steamboat Road, Greenwich, CT 06830
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300
Laporte Ave.. Fort Coltins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the
OWNER", in the penal sum ofTW°_H. u.n^red Thirty-One Thousand Two _Hundred Ninety Eight s, 00/100
$231, 298. 00 in lawful money of the United States, for the payment of which sum well and truly to be
made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Agreement with the OWNER, dated June 20, 2016, a copy of which is hereto attached and made a part
hereof for the performance of The City of Fort Collins project,
DWRF Digester 614 Coating_, RFP #8286 (Work Order
#H-WRF-2017-6 - Notice of Award March 15, 2017)
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and
corporations furnishing materials for or performing labor in the prosecution of the Work provided for in
such Agreement and any authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in
connection with the construction of such Work, and all insurance premiums on said Work, and for all
labor, peri'ormed in such Work whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be
performed thereunder or the Specifications accompanying the same shall in any way affect its
obligation on this bond; and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State
of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall
be deemed an original, this 15th day of March, 2017
WTF Replacement
January 2017
Performance Bond
00615-1
DWRF Digester Coating Replacement
March 2017
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
IN PRESENCE OF:
[^L^C=1^-\^^
^JOiH c^
(Corporate Seal)
PripjfSpal
Hytiro ^instruction Company, Inc.
~Y
y^/^ ^rg^t^ <*i4 /^. 4 .jL^-r/i^-
Title
301 East Lincoln Avenue, Fort Collins, CO 80524
Address
IN PRESENCE OF: Other Partners
By:.
By:.
IN PRESENCE OF:
.^< ^
/^^\J-'i^ ^ ' i, .^-r:
^^<_-v-/^
Witness
(Surety Seal)
Surety
BeijEiey Insurance Company
By: LUA-.'^Lt'Ll/^}-) , 'HY/_4. .
Attorney-in-Fact
B y: ^arlene M.^rings
1.^. 1. w- ^
Address
475 Steamboat Road, Geenwich, CT 06830
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all
partners should execute Bond.
WTF Replacement
January 2017
Performance Bond
00615-2
DWRF Digester Coating Replacement
March 2017
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
No. BI-7958
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefuily.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Russell D. Lear, Darlene M. Krings, K'Anne E. Vogei,
Diane F. Clementson, Katherine E. Dill, Jennifer L. Winter, Wesley J. Butorac or Steve J. Blohm of Flood & Peterson
Insurance, Inc. ofGreeley, CO its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to
execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance,
providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U. S. $50, 000, 000. 00), to the same extent
as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office
^ in their own proper persons.
_This Power of Attorney shail be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
.^without giving effect to the principles of conflicts of laws thereof, This Power of Attorney is granted pursuant to the following
"resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, LLC, the Chairman of the Board,
Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney "in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attomey-in-fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
^ though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
:_ person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
=FN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this ^_7day of /^\^-^t^^/\ , 2013.
-(Seal)
Berkley Insurance Company
, ^ -^-
IWfyW. Hafter
;nior11Vfice President
Ira S. Lederman
Senior Vice President & Secretary
"WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER.
STATE OF CONNECTICUT )
) ss:
COUNTY OF FAIRFIELD )
^Sworn to before me, a Notary' Public in the State of Connecticut, this _/_^day of ^'VLn-^-<^ , 2013, by Ira S. Lederman and
'-Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secretary, and the Senior Vice President, respectively, of
Berkley Insurance Company.
EILEEN KiLLEEN
A,.-:, f. f"'/i'.'fV^r7^"(';'llv'rT'";71
CERTIFICATE
1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
-true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of
Attorney is attached, is in full force and effect as of this date.
Given under my hand and seal of the Company, this ^ day of \^\C\^ ^^L^l _s <^. C( t c
(Seal) ~ 1^ I
Notary Public, State of Connecticut
The ACORD name and logo are registered marks of ACORD
CERTIFICATE HOLDER
© 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01)
AUTHORIZED REPRESENTATIVE
CANCELLATION
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
JECT LOC
POLICY PRO-
GEN'L AGGREGATE LIMIT APPLIES PER:
CLAIMS-MADE OCCUR
COMMERCIAL GENERAL LIABILITY
PREMISES (Ea occurrence) $
DAMAGE TO RENTED
EACH OCCURRENCE $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
DED RETENTION $
CLAIMS-MADE
OCCUR
$
AGGREGATE $
UMBRELLA LIAB EACH OCCURRENCE $
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
INSR
LTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY) LIMITS
PER
STATUTE
OTH-
ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
If yes, describe under
DESCRIPTION OF OPERATIONS below
(Mandatory in NH)
OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
HIRED AUTOS
NON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
DWRF Digester Coating Replacement Certificate of Substantial Completion
March 2017 00635-1
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: City of Fort Collins PROJECT TITLE: 2017 DWRF Digester 614
Coating Replacement
Date of Substantial Completion: LOCATION: Fort Collins, Colorado
OWNER: City of Fort Collins
Project or Specified Part Shall Include: CONTRACTOR:
CONTRACT DATE:
Work performed under this contract has been inspected by authorized representatives of the OWNER,
CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated
above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
By:
ENGINEER Authorized Representative Date
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete
and correct the items on the tentative list within the time indicated.
By:
CONTRACTOR Authorized Representative Date
The OWNER accepts the project or specified area of the project as substantially complete and will
assume full possession of the project or specified area of the project at 12:01 a.m., on . The
responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set
forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER Authorized Representative Date
REMARKS:
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Certificate of Final Acceptance
March 2017 00640-1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
, 2017
TO:
Gentlemen:
You are hereby notified that on the day of , 2017, the City of Fort
Collins, Colorado, has accepted the Work completed by Hydro Construction, Inc. for the City of Fort
Collins project, 2017 DWRF Digester 614 Coating Replacement
A check is attached hereto in the amount of $ as Final Payment for all Work done,
subject to the terms of the Contract Documents which are dated .
In conformance with the Contract Documents for this project, your obligations and guarantees will
continue for the specified time from the following date: .
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Lien Waiver Release
(Contractor)
March 2017 00650-1
SECTION 00650
LIEN WAIVER RELEASE
(Contractor)
TO: City of Fort Collins, Colorado
(OWNER)
FROM:
(CONTRACTOR)
PROJECT: 2017 DWRF Digester 614 Coating Replacement
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 and
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
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Lien Waiver Release
(Contractor)
March 2017 00650-2
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 , 2017
CONTRACTOR
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of , 2017,
By
Witness my hand and official seal.
My Commission Expires:
Notary Public
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Lien Waiver Release (Subcontractor)
March 2017 00651-1
SECTION 00651
LIEN WAIVER RELEASE
(Subcontractor)
TO: (CONTRACTOR)
FROM: (Subcontractor)
PROJECT: 2017 DWRF Digester 614 Coating Replacement
1. The Subcontractor acknowledges having received payment, except retainage, 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 and 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.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Lien Waiver Release (Subcontractor)
March 2017 00651-2
Signed this day of , 2017
SUBCONTRACTOR:
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of , 2017,
By
Witness my hand and official seal.
My Commission Expires:
Notary Public
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Consent of Surety
March 2017 00660-1
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR:
PROJECT: 2017 DWRF Digester 614 Coating Replacement
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as
indicated above, for
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
, 2017.
(Surety Company)
By:
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Contractor Application for Tax Exemption Certificate
March 2017 00670-1
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303) 232-2416
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building
materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment,
supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure,
highway, road, street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime
contractor to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
89 -
Period
0170-750 (999) $0.00
CONTRACTOR INFORMATION
Trade name/DBA: Owner, partner, or corporate name:
Mailing address (City, State, Zip): Contact Person
E-Mail address: Federal Employer’s Identification Number: Bid amount for your contract:
$
Fax Number:
( )
Business telephone number:
( )
Colorado withholding tax account number:
EXEMPTION INFORMATION Copies of contract or agreement pages (1) identifying the contracting parties
and (2) containing signatures of contracting parties must be attached.
Name of exempt organization (as shown on contract):
Exempt organization’s number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization: Principal contact’s telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled
construction start date:
Month Day Year Estimated
completion date:
Month Day Year
I declare under penalty of perjury in the second degree that the statements made in this application are true and
complete to the best of my knowledge.
Signature of owner, partner or corporate officer: Title of corporate officer: Date:
DO NOT WRITE BELOW THIS LINE
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C 6
DWRF Digester Coating Replacement Contractor Application for Tax Exemption Certificate
March 2017 00670-2
Special Notice
Contractors who have completed this application in the past, please note the following changes in procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contrac-
tors will receive a Contractor’s Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the
project and complete it by filling in the subcontractor’s name and address and signing it.
The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the
prime contractor issued to subcontractors should be kept at the prime contractor’s place of business for a
minimum of three years and be available for inspection in the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any applications
submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-
12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed-
ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in
sequence as this may delay processing of your application.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF UV Procurement Supplementary Conditions
July 2016 00800-1
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the Construction
Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications (rev. 9/99))
and other provisions of the Contract Documents executed under the 8286 Construction Contractor for
Projects at the Water & Wastewater Treatment Facilities
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 deficiencies
corrected.
SC-1.43.A Add the following new paragraph immediately after paragraph 1.43 of the General Conditions:
1.43.A. Work Order – A written document executed by OWNER and CONTRACTOR that provides
for the construction of a portion of the Work, pursuant to the Agreement and all as required by the
Contract Documents, and that becomes a Contract Document when executed.
SC-2 PRELIMINARY MATTERS
SC-2.8. Delete paragraph 2.8 of the General Conditions entirely and replace it with the following paragraph:
2.8 Preconstruction Conference. Within ten days after the Contract Times for a Work Order
start to run, but before any Work at the site is started, a conference attended by CONTRACTOR,
ENGINEER and others as appropriate will be held to establish a working relationship among the
parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for
handling Shop Drawing and other submittals, processing Applications for Payment, and maintaining
required records.
SC-2.10, Add the following new paragraph immediately after paragraph 2.9 of the General Conditions:
2.10 Work Order Required for All Work. References to the Agreement in this Article 2 and in
the General and Supplementary Conditions and Contract Documents notwithstanding, no Work shall
be initiated or performed until CONTRACTOR has received a signed and executed Work Order,
incorporating the Notice to Proceed, from OWNER; and no provision of the Article 2 or of the
General and Supplementary Conditions and Contract Documents shall permit or require any action
of CONTRACTOR in the absence of a signed and executed Work Order. All provisions of this
Article 2 and of the General and Supplementary Conditions and Contract Documents referencing
the Agreement or other parts of the Contract Documents, or permitting or requiring any action of
CONTRACTOR, shall be read as referencing and, as appropriate, requiring a signed and executed
Work Order.
SC-4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF UV Procurement Supplementary Conditions
July 2016 00800-2
POINTS
SC-4.2.1.2. Add the following new paragraph immediately following paragraph 4.2.1.2 of the General
Conditions:
4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface
structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to
the site have been utilized by the Engineer in preparation of the Contract Documents, except the
following:
1. none
Contractor may rely upon the accuracy of the technical data contained in the documents, but not
upon non-technical data, interpretations or opinions contained therein or upon the completeness of
any information in the report.
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.The City of Fort Collins, Colorado, 4316 LaPorte Avenue, Fort Collins, Colorado 80522
SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the General
Conditions:
5.4.8.1.1. Limits of Liability. The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000 / $100,000 / $500,000.
5.4.3 and 5.4.5 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.
5.4.6: The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000
combined single limits (CSL).
5.4.9. 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.
SC-6 CONTRACTOR’S RESPONSIBILITIES
SC-6.14.3. Add the following new paragraph immediately following paragraph 6.14.2 of the General
Conditions:
6.14.3.1. The following Laws or Regulations are included in the Contract Documents as
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF UV Procurement Supplementary Conditions
July 2016 00800-3
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:
6.14.3.2. Notice to owners of Underground Facilities is required prior to excavations in the
vicinity of such facilities.
6.14.3.2. Unless otherwise decided by reason of the amount of the Contract Price involved, or
other good reason, before or at the time that the contract is awarded to a corporation outside
the State of Colorado, such corporation must carry out the proper procedure to become
authorized to do business in the State of Colorado, designate a place of business therein,
and appoint an agent for service of process. Such corporation must furnish the OWNER
with a certificate from the Secretary of State of Colorado, has been issued by its office and
there shall also be procured from the Colorado Secretary of State a photostatic or certified
copy of the designated 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-6.35. Add the following new paragraphs immediately following paragraph 6.34 of the General
Conditions:
6.35 Federal Requirements. As applicable, and as may be required for any Work Order,
CONTRACTOR agrees to the following additional requirements.
6.35.1. CONTRACTOR agrees that he is subject to the provisions of the Williams-Steiger
Occupational Safety and Health Act of 1970 and related program requirements, as included
in Appendix A of the Supplementary Conditions.
6.35.2. CONTRACTOR agrees to utilize the rural Area business Development Plan, as included in
Appendix B of the Supplementary Conditions.
6.35.3. CONTRACTOR agrees to the Prohibition Against Listed Violated Facilities, as included in
Appendix C of the Supplementary Conditions.
6.35.4. CONTRACTOR agrees to the provisions of the Notice of Requirement for Affirmative Action
to ensure equal employment opportunity and related attached documents, as included in
Appendix D of the Supplementary Conditions
SC-11 CHANGE OF CONTRACT PRICE
SC-11.6.2.7. Add the following new paragraph to paragraph 11.6.2 of the General Conditions.
11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up prescribed by
Article 4 of the Agreement shall be used in lieu of any CONTRACTOR’S fee, overhead,
profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2 and 11.6.2.3.
SC-12 CHANGE OF CONTRACT TIMES
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF UV Procurement Supplementary Conditions
July 2016 00800-4
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.
14.1. Schedule of values … Progress payments on the negotiated not-to-exceed fee shall be
based on a time and materials basis.
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF UV Procurement Supplementary Conditions
July 2016 00800-5
APPENDIX A
W ILLIAMS-STEIGER OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
A. AUTHORITY
(1) The CONTRACTOR is subject to the provisions of the Williams-Steiger Occupational Safety
and Health Act of 1970.
(2) These construction documents and the joint and several phases of construction hereby
contemplated are to be governed, at all times, by applicable provisions of the Federal law(s),
including but not limited to the latest amendment of the following:
a. Williams-Steiger Occupational Safety and Health Act of 1970, Public Law 94-596;
b. Part 1910 - Occupational Safety and Health Standards, Chapter XVII of the Title 29,
Code of the Federal Regulations.
c. Part 1926 - Safety and Health Regulations for Construction, Chapter XVII of Title 29,
Code of Federal Regulations.
B. SAFTEY AND HEALTH PROGRAM REQUIREMENTS
(1) This project, its prime contractor and its subcontractors, shall at all times be governed by
Chapter XVII of Title 29, Code of Federal Regulations, Part 1926 - Safety and Health
Regulations for Construction (29 CFR 22801), as amended to date.
(2) To implement the program and to provide safe and healthful working conditions for all
persons, general project safety meetings will be conducted at the site at least once each
month during the course of the construction, by the construction superintendent or his/her
designated safety officer. Notice of such meeting shall be issued not less than three (3)
days prior, stating the exact time, location and agenda to be included. Attendance by the
OWNER, architect, general foreman, shop steward(s) and trades, or their designated
representatives, witnessed in writing as such, shall be mandatory.
(3) To further implement the program, each trade shall conduct a short gang meeting, not less
than once a week, to review project safety requirements mandatory for all persons during the
coming week. The gang foremen shall report the agenda and specific items covered to the
project superintendent, who shall incorporate these items in his/her daily log or report.
(4) The prime contractor and all subcontractors shall immediately report all accidents, injuries or
health hazards to the owner and architect or their designated representatives, in writing.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF UV Procurement Supplementary Conditions
July 2016 00800-6
This shall not obviate any mandatory reporting under the provisions of the Occupational
Safety and Health Act of 1970.
(5) This program shall become a part of the contract documents and the contract between the
owner and prime contractor, prime contractor and all subcontractors, as though fully written
therein.
APPENDIX B
RURAL AREA BUSINESS ENTERPRISE DEVELOPMENT PLAN
The Contractor agrees and is required to utilize the following affirmative steps:
A. Placing Small Businesses in Rural Areas (SBRA) on solicitation lists;
B. Ensuring that SBRAs are solicited whenever they are potential sources;
C. Dividing total requirements, when economically feasible, into small tasks or quantities to
permit maximum participation by SBRAs;
D. Establishing delivery schedules, where the requirements of work will permit, which would
encourage participation by SBRAs;
E. Requiring the contractors if it awards subcontracts, to take the affirmative steps in
subparagraphs A. through E. of this condition.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF UV Procurement Supplementary Conditions
July 2016 00800-7
APPENDIX C
PROHIBITION AGAINST LISTED VIOLATED FACILITIES
A. REQUIREMENTS
(1) To comply with all the requirements of section 114 of the Clean Air Act, as amended (42
U.S.C. 1857, et seq., as amended by Pub. L. 92-604) and section 308 of the Clean Water
Act (33 U.S.C. 1251, as amended), respectively, which relate to inspection, monitoring,
entry, reports and information, as well as other requirements specified in section 114 and
section of the Air Act and the Water Act, respectively, and all regulations and guidelines
issued thereunder before the award of this contract.
(2) That no portion of the work required by this prime contract will be performed in a facility listed
on the Environmental Protection Agency list of violating facilities on the date when this
contract was awarded unless and until the EPA eliminates the name of such facility or
facilities from the listing.
(3) That the best efforts to comply with clean air and clean water standards at the facilities in
which the contract is being performed.
(4) To insert the substance of the provisions of this clause, including this paragraph (4), in any
nonexempt subcontract.
B. DEFINITIONS
(1) Air Act means the Clean Air Act, as amended (42 U.S.C. 1857 et seq.).
(2) Water Act means the Clean Water Act, as amended (33 U.S.C. 1251 et seq.).
(3) Clean Air Standards means any enforceable rules, regulations, guidelines, standards,
limitations, orders, controls, prohibitions or other requirements which are contained in,
issued under or otherwise adopted under the Air Act or Executive Order 11738, an
applicable implementation plan as described in section 110(d) of the Air Act (42 U.S.C.
1857c-5(d), an approved implementation procedure or plan -under section 111(c) or section
111(d), or an approved implementation procedure under section 112(d) of the Air Act (42
U.S.C. 1857c-7(d).
(4) Clean Water Standards means any enforceable limitation, control, condition, prohibition,
standard or other requirement which is promulgated under the Water Act or contained in a
permit issued to a discharger by the Environmental Protection Agency or by a State under an
approved program, as authorized by section 402 of the Water Act (33 U.S.C. 1342), or by a
local government to ensure compliance with pretreatment regulations as required by section
307 of Water Act (33 U.S.C. 1317).
(5) Compliance means compliance with clean air or water standards. Compliance shall also
mean compliance with a schedule or plan ordered or approved by a court of competent
jurisdiction, the Environmental Protection Agency in accordance with the requirements of the
Air Act or Water Act and regulations.
(6) Facility means any building, plant, installation, structure, mine, vessel or other floating craft,
location or site of operations, owned leased or supervised by a contractor or subcontractor,
to be used in the performance of a contract or subcontract. Where a location or site of
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF UV Procurement Supplementary Conditions
July 2016 00800-8
operations contains or includes more than one building plant, installation or structure, the
entire location or site shall be deemed to be a facility except where the Director, Office of
Federal Activities, Environmental Protection Agency, determines that independent facilities
are located in one geographical area.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Addenda, Modifications & Payment Table of Contents
March 2017 00900-1
SECTION 00900
ADDENDA, MODIFICATIONS, AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Contract Change Order
March 2017 00950-1
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: 2017 DWRF Digester 614 Coating Replacement
CONTRACTOR:
PROJECT NUMBER:
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ 231,298.00
TOTAL APPROVED CHANGE ORDERS 0.00
TOTAL PENDING CHANGE ORDERS 0.00
TOTAL THIS CHANGE ORDER 0.00
THIS C.O. % OF ORIGINAL CONTRACT 0.0%
TOTAL C.O.’S % OF ORIGINAL CONTRACT 0.0%
ADJUSTED CONTRACT COST $231,298.00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY: DATE:
Project Manager
REVIEWED BY: DATE:
Title:
APPROVED BY: DATE:
Title:
APPROVED BY: DATE:
Gerry S. Paul, Director of Purchasing and
Risk Management
If over $60,000
cc: Project File
Contractor
Purchasing
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
Page 1 of 4
PROJECT: 2017 DWRF Digester 614 Coating Replacement (H-WRF-2017-6)
OWNER: City of Fort Collins Utilities CONTRACTOR: APPLICATION NUMBER:
700 Wood Street APPLICATION DATE:
Fort Collins, CO 80522 PERIOD BEGINNING:
PERIOD ENDING:
ENGINEERS:
PROJECT NUMBER:
CHANGE ORDERS: PAY APPLICATION:
NUMBER DATE AMOUNT 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.
Original Contract Amount:
Net Change by Change Order: $ -
Revised Current Contract Amount: $0.00
Total Work Completed to Date:
Total Change Order Work to Date:
Total Stored to Date:
Total Completed and Stored Materials to Date: $0.00
Less Previous Payments:
Amount due this Pay Application (before retainage): $0.00
Less Retainage: $ -
Net Change by Change Order: $ - AMOUNT DUE THIS APPLICATION: $0.00
Change Order %: 0.00%
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the WORK have been satisfied as required in paragraph 14.3 of the General Conditions of the Contract.
The above Amount Due this Application is requested by the CONTRACTOR's Project Manager.
Date: By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Resident Engineer.
Date: By:
Jill Burell, Resident Engineer
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By:
Link Mueller, Utilities Project Manager
Payment of the above Amount Due This Application is approved by the OWNER.
Date: By:
Owen L. Randall, Chief Engineer
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement
Page 2 of 4
Pay Request
Period Ending:
Contract Summary Cost Percent
Item # Description Quantity UOM Unit Price Total Quantity Total Quantity Total Quantity Total Remaining Complete
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
18a
19
20
21
22
23
24
25
25a
26
27
28
Combined:
Total Contract Amount
Total This Period $ -
Previous Billings
Total Completed to Date
Balance Remaining $ -
Percent Complete
Crosscheck $ - $ -
Contract Summary:
Original Contract Amount
Change Orders To Date (see attached)
Adjusted Contract Amount
Total Completed to Date
Total Materials Remaining @ Site
Total Change Order Work to Date (see attached)
Value of Work in Place
Percent Complete Including Stored Materials
Less Retention @ 10% up to 50% complete, 5% beyond 50% of Adjusted Contract
Total to Date Less Retention
Less Previous Billings
Total Due
This Period Previous Total to Date
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement 3/30/2017
Page 3 of 4
Change Change Order Summary This Period Previous Total to Date Cost Percent
Order # Description Quantity UOM Unit Price Total Amount Quantity Amount Quantity Amount Quantity Amount Remaining Complete
1
Total Amount of Change Orders $ -
Total This Period $ -
Previous Billings $ -
Total Completed to Date $ -
Balance Remaining $ -
Percent Complete #DIV/0!
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement 3/30/2017
Page 4 of 4
Bid Vendor Invoice Invoiced Item Amount This Month Previous Total Placed Previous Left on Hand
Item Pay Request # Description Invoice # Date Quantity UOM Unit Price Total Amount Quantity Amount Quantity Amount To Date Quantity Amount Quantity Amount Quantity Amount
Pipe Materials Claimed This Period:
Item Reference Date
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
- lf - - - - - - - - - - - -
Subtotal - - - - - - - - - -
Total Materials Procured as Stored Materials $ - $ - $ - $ -
Materials Installed This Period $ -
Materials Installed Previous $ -
Total Materials Remaining @ Site $ -
Place This Month
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Division 1 Table of Contents
March 2017 Division 1 TOC - 1
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01110 SUMMARY OF WORK
SECTION 01140 CONTRACTOR’S USE OF PREMISES
SECTION 01270 MEASUREMENT AND PAYMENT
SECTION 01310 PROJECT MEETINGS
SECTION 01320 CONSTRUCTION SCHEDULES
SECTION 01330 SUBMITTALS
SECTION 01425 STANDARD REFERENCES
SECTION 01635 SUBSTITUTIONS AND PRODUCT OPTIONS
SECTION 01650 MATERIAL DELIVERY, STORAGE, AND HANDLING
SECTION 01780 CONTRACT CLOSE-OUT
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Summary of Work
March 2017 01110-1
SECTION 01110
SUMMARY OF WORK
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Site location and description.
B. Project description.
C. Scope of work and work sequence.
1.02 SITE LOCATION AND DESCRIPTION
A. Digester 614 – Drake Water Reclamation Facility
1. The site of the work is located at the Drake Water Reclamation Facility, 3036
Environmental Drive in Larimer County, Colorado.
1.03 PROJECT DESCRIPTION
A. Remove existing coating and recoat underside of Digester 614 Lid
1.04 WORK SEQUENCE
A. Pump out remaining water in digester bottom and clean out residual debris
B. Set up scaffolding throughout entire interior of digester within 7 feet of lid bottom.
C. Media blast existing coating to near-white smoothness and profile
D. Apply Primer Coat in accordance with manufacturers. specifications
E. Apply Final Coat in accordance with manufacturers specifications
F. Conduct holiday testing in accordance with technical specification
G. Demobilize from site.
PART 2 PRODUCTS
2.01 Primer Coat – Sherman Williams Macropoxy HS High Solids Epoxy
2.02 Final Coat - Sherman Williams Dura Plate 6100 High Performance Epoxy
PART 3 EXECUTION (N/A)
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Contractor’s Use of Premises
March 2017 01140-1
SECTION 01140
CONTRACTOR’S USE OF PREMISES
PART 1 GENERAL
1.01 SECTION INCLUDES
A. The CONTRACTOR may use the OWNER’s property designated within the construction
limits shown on the Drawings for equipment and materials as long as he confines his
operations to those permitted by local laws, ordinance and permits and meets the
following requirements:
1. Do not unreasonably encumber site with materials or equipment.
2. Assume full responsibility for protection and safekeeping of products stored on
premised.
3. Move any stored products which interfere with operations of the OWNER.
4. Obtain and pay for use of additional storage or work areas needed for
operations.
1.02 LIMITS OF CONSTRUCTION
A. The CONTRACTOR must maintain all construction activities within the OWNER’s
property and/or construction easements and limits of the project, or other stated areas,
unless permits and/or written permission are obtained by the CONTRACTOR, from
appropriate authorities or private property owners, outside of these areas. Contractor
shall fence all easements and work areas. Fences shall be substantial in size and type
to prevent injury to persons and animals and prevent domestic animals (i.e. horses,
cattle, livestock, etc.) from entering in or across the construction site. The temporary
permits must be secured and paid for by the CONTRACTOR at no extra cost to the
OWNER. Any temporary permits secured must be in writing and a copy of same
provided to the ENGINEER.
1.03 SECURITY
A. The CONTRACTOR shall at all times be responsible for the security of his facilities and
equipment. The OWNER will not take responsibility for missing or damaged equipment,
tools, or personal belongings of the CONTRACTOR.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Contractor’s Use of Premises
March 2017 01140-2
END OF SECTION
THIS PAGE INTENTIONALLY LEFT BLANK
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Measurement and Payment
01270 -1
March 2017
SECTION 01270
MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.01 SECTION INCLUDES
A. The work performed under this Agreement shall be paid for on Cost of Work plus Fixed
Fee basis. The quantities provided on the Bid Schedule are only estimates of the actual
quantities of the work to be performed, and are only included for purposes of making the
award and establishing a basis for estimating the probable cost of the Work. The actual
amounts of work performed and materials furnished may differ from the estimated
quantities. The basis of payment for work and materials bid as time and materials will
be the actual amount of approved work done and materials furnished. The
CONTRACTOR agrees that he will make no claim for damages, anticipated profits, or
otherwise on account of any difference between the amounts of work actually performed
and materials actually furnished and the estimated amount for bid items.
Payment shall be made only for those items included in the Bid Schedule. All costs
incurred shall comply with the provisions of these Specifications and shall be included in
the price bid for the associated items in the Bid Schedule. Except as may be otherwise
stipulated, the OWNER will furnish no material, labor or equipment. The quantity of
work, which will be considered for payment, is the actual cost of the work plus
CONTRACTOR’S markups in accordance with all relative Specifications and
Agreements.
1.02 PAY ITEMS
Payment shall be for the Cost of Work outlined in the Summary of Work plus a Fixed Fee.
Items allowed for inclusion shall be in accordance with Article 4 of the Master Agreement
dated June 20, 2016.
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Project Meetings
March 2017 01310-1
SECTION 01310
PROJECT MEETINGS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Pre-Construction Conference: A Pre-Construction Conference will be held after Notice
of Award and before the Notice to Proceed, the date, time and location will be
determined after Notice of Award.
The conference shall be attended by:
1. CONTRACTOR and CONTRACTOR’s Superintendent
2. CONTRACTOR’s Surveyor and Subcontractors
2. ENGINEER
3. OWNER
4. Others as requested by the CONTRACTOR, OWNER, or ENGINEER.
Unless previously submitted to the OWNER, the CONTRACTOR shall bring to the
conference a tentative schedule of the construction project, include in the schedule shop
drawings and other submittals.
The purpose of the conference is to designate responsible personnel and establish a
working relationship. Matters requiring coordination will be discussed and procedures
for handling such matters established. The agenda will include:
1. CONTRACTOR’s tentative Schedule
2. Permit applications and submittals, including 402 Permit, SWMP, and Traffic
Control Plan
3. Transmittal, review and distribution of CONTRACTOR’s submittals
4. Processing applications for payment
5. Maintaining record documents
6. Critical work sequencing
7. Field decision and change orders
8. Use of premises, office and storage areas, staging area, security, housekeeping,
and OWNER’s needs
9. CONTRACTOR’s assignment of safety and first aid
B. Construction Progress Meetings: Progress meetings will be conducted weekly or at
some other frequency, if approved by the OWNER, ENGINEER and CONTRACTOR.
These meetings shall be attended by the OWNER, the ENGINEER, the
CONTRACTOR’s representative and any others invited by these people.
The meeting will be conducted by the ENGINEER and the ENGINEER will arrange for
keeping the minutes and distributing the minutes to all persons in attendance.
The agenda of these project meetings will include construction progress, the status of
submittal reviews, status of information requests, critical work sequencing, review of
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Project Meetings
March 2017 01310-2
strategies for connections into existing facilities, status of field orders and change orders,
and any general business.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Construction Schedules
March 2017
01320-1
SECTION 01320
CONSTRUCTION SCHEDULES
1.01 SECTION INCLUDES
A. Prepare detailed schedule of all construction operations and procurements to be reviewed
by parties attending the preconstruction conference.
Schedule shall be approved by the OWNER and ENGINEER prior to Notice to Proceed.
1.02 FORMAT AND SUBMISSIONS
A. Prepare construction and procurement schedules in a graphic format suitable for displaying
scheduled and actual progress.
B. Submit four (4) copies of each schedule to the OWNER and ENGINEER for review.
The ENGINEER will return one copy to the CONTRACTOR with revisions suggested or
necessary for coordination of the Work with the needs of the OWNER or others.
1.03 CONTENT
A. Construction Progress Schedule
1. Show the complete work sequence of construction by activity and location.
2. Show the dates for the beginning and completion of major task items.
• Mobilization
• Startup of each sub-system
• Complete System commissioning
Show projected percentage of completion for each item as of the first day of the month.
B. Report of delivery of equipment and materials.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a schedule which includes the critical path for Shop Drawings, tests, and
other submittal requirements for equipment and materials.
1.04 PROGRESS REVISIONS
A. Submit revised schedules and reports when changes are foreseen, when requested by
OWNER or ENGINEER, and with each application for progress payment.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Construction Schedules
March 2017
01320-2
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
1.05 OWNER'S RESPONSIBILITY
A. OWNER's review is only for the purpose of checking conformity with the Contract
Documents and assisting CONTRACTOR in coordinating the Work with the needs of the
Project.
B. It is not to be construed as relieving CONTRACTOR from any responsibility to determine the
means, methods, techniques, sequences and procedures of construction as provided in the
General Conditions.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Submittals
March 2017 01330-1
SECTION 01330
SUBMITTALS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Requirements:
1. Where required by the Specifications, the CONTRACTOR shall submit
descriptive information that will enable the ENGINEER to determine whether the
CONTRACTOR’s proposed materials, equipment, methods of work are in
general conformance to the design concept and in accordance with the Drawings
and Specifications. The information submitted may consist of drawings,
specifications, descriptive data, certificates, samples, test results, product data,
and such other information, all as specifically required in the Specifications. In
some instances, specified submittal information describes some, but not all
features of the material, equipment, or method of work.
2. The CONTRACTOR shall be responsible for the accuracy and completeness of
the information contained in each submittal and shall assure that the material,
equipment, or method of work shall be as described in the submittal. The
CONTRACTOR shall verify that all features of all products conform to the
requirements of the Drawings and Specifications. The CONTRACTOR shall
ensure that there is no conflict with other submittals and notify the ENGINEER in
each case where its submittal may affect the work of another CONTRACTOR or
the OWNER. The CONTRACTOR shall ensure coordination of submittals
among the related crafts and subcontractors.
3. Submittals will be reviewed for overall design intent and returned to
CONTRACTOR with action to be indicated by the ENGINEER. It shall be the
CONTRACTOR’s responsibility to assure that previously accepted documents
are destroyed when they are superseded by a resubmittal as such.
4. It shall be the CONTRACTOR’s responsibility to ensure that required items are
corrected and resubmitted. Any work done before approval shall be at the
CONTRACTOR’s own risk.
B. Submittal Procedure:
1. Unless a different number is called for in the individual sections, six (6) copies of
each submittal and sample are required, four (4) of which will be retained by the
ENGINEER. The CONTRACTOR shall receive two (2) copies in return. Faxed
submittals will not be accepted. As an alternate, submittals may be posted on a
“share site” such as Sharepoint, for review by the ENGINEER or OWNER. All
other requirements of this section shall apply.
2. Submittals that are related to or affect each other shall be forwarded
simultaneously as a package to facilitate coordinated review. Uncoordinated
submittals will be rejected.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Submittals
March 2017 01330-2
3. If the items or system proposed are acceptable but the major part of the
individual drawings or documents are incomplete or require revision, the
submittal will be returned with requirements for completion.
4. The right is reserved for the ENGINEER to require submittals in addition to those
called for in individual sections.
5. Submittals regarding material and equipment shall be submitted directly to the
ENGINEER and will be accompanied by a transmittal form. A separate form
shall be used for each specific item, class of material, equipment, and items
specified in separate discrete sections for which the submittal is required.
Submittals for various items shall be made with a single form when the items
taken together constitute a manufacturer’s package or are so functionally related
that expediency indicates checking or review of the group or package as a whole.
6. A unique number, sequentially assigned, shall be noted on the transmittal form
accompanying each item submitted. Original submittal numbers shall have the
following format: “XXX-Y;” where “XXX” is the originally assigned submittal
number and “Y” is a sequential letter assigned for resubmittals (i.e., A, B, or C
being the first, second and third resubmittals, respectively). Submittal 25B, for
example, is the second resubmittal of Submittal 25.
7. If the CONTRACTOR proposes to provide material, equipment, or method of
work that deviates from the Contract Documents, it shall indicate so under
“deviations” on the transmittal form accompanying the submittal copies.
8. Submittals that do not have all the information required to be submitted, including
deviations, are not acceptable and will be returned without review.
C. Review Procedure:
1. Submittals are specified for those features and characteristics of materials,
equipment, and methods of operation that can be selected based on the
CONTRACTOR’s judgment of their conformance to the requirements of the
Drawing and Specifications. Other features and characteristics are specified in a
matter that enables the CONTRACTOR to determine acceptable options without
submittals. The review procedure is based on the CONTRACTOR’s guarantee
that all features and characteristics not requiring submittals conform to the
Drawings and Specifications. Review shall not extend to means, methods,
techniques, sequences, or procedures of construction or to verifying quantities,
dimensions, weights or gages, or fabrication processes (except where
specifically indicated or required by the Specifications) of separate items, and as
such, will not indicate approval of the assembly in which the item functions.
2. Unless otherwise specified, within twenty-one (21) calendar days after receipt of
the submittal, the ENGINEER will review the submittal and return copies. The
returned submittal will indicate one of the following actions:
a. If the review indicates that the material, equipment, or work method
complies with the Specifications, submittal copies will be marked “NO
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Submittals
March 2017 01330-3
EXCEPTIONS TAKEN”. In this event, the CONTRACTOR may begin to
implement the work method or incorporate the material or equipment
covered by the submittal.
b. If the review indicates limited corrections are required, copies will be
marked “FURNISH AS NOTED”. The CONTRACTOR may begin
implementing the work method or incorporating the material and
equipment covered by the submittal in accordance with the noted
corrections. Where submittal information will be incorporated in
Operation and Maintenance data, a corrected copy shall be provided.
c. If the review indicates that the submittal is insufficient or contains
incorrect data, copies will be marked “REVISE AND RESUBMIT”. Except
at its own risk, the CONTRACTOR shall not undertake work covered by
this submittal until it has been revised, resubmitted and returned marked
either “NO EXCEPTIONS TAKEN” or “FURNISH AS NOTED”.
d. If the review indicates that the material, equipment, or work method do
not comply with the Specifications, copies of the submittal will be marked
“REJECTED”. Submittals with deviations that have not been identified
clearly may be rejected. Except at its own risk, the CONTRACTOR shall
not undertake the work covered by such submittals until a new submittal
is made and returned marked either ”NO EXCEPTIONS TAKEN” or
“FURNISH AS NOTED”.
D. Drawing:
1. The term “shop drawings” includes drawings, diagrams, layouts, schematic,
descriptive literature, illustrations schedules performance and test data, and
similar materials furnished by CONTRACTOR to explain in detail specific
portions of the work required by the Contract
2. CONTRACTOR shall coordinate all such drawings, and review them for legibility,
accuracy, completeness and compliance with contract requirements and shall
indicate this approval thereon as evidence of such coordination and review.
Shop drawing submitted to the ENGINEER without evidence of CONTRACTOR’s
approval will be returned for resubmission.
3. Shop drawing shall be clearly identified with the name and project number of this
contract, and references to applicable specification paragraphs and contract
drawings. When catalog pages are submitted, applicable items shall be clearly
identified.
4. CONTRACTOR shall stamp his approval on shop drawings prior to submission to
the ENGINEER as indication of his checking and verification of dimensions and
coordination with interrelated items. Stamp shall read:
“(CONTRACTOR’s Name) represents that we have determined and
verified all field dimensions and measurements, field construction criteria,
materials, catalog numbers and similar data, and that we have checked
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Submittals
March 2017 01330-4
with the requirements of the Specifications and Drawings, the Contract
Documents, and General Conditions”.
Marks on drawings by CONTRACTOR shall not be in red. Any marks by
CONTRACTOR shall be duplicated on all copies submitted.
5. If shop drawings show variations from contract requirements, CONTRACTOR
shall describe such variations in writing, separate from the drawings, at time of
submission. All such variations must be approved by the ENGINEER. If
ENGINEER approves any such variations, he shall issue an appropriate contract
modification, except that, if the variation is minor and does not involve a change
in price or in time of performance, a modification need not be issued.
6. Should the CONTRACTOR propose any item on his shop drawings or
incorporate an item into the work, and that item should subsequently prove to be
defective or otherwise unsatisfactory, (regardless of the ENGINEER’s preliminary
review), the CONTRACTOR shall, at his own expense, replace the item with
another item that will perform satisfactorily.
E. Certificates:
For those items called for in individual sections, furnish six (6) certificates of compliance
from manufacturers or suppliers certifying that materials or equipment being furnished
under the Contract comply with the requirements of these Specifications.
F. Samples:
Samples shall be sufficient in size to clearly illustrate functional characteristics and full
range of color, texture, and pattern.
G. Effect of Review of CONTRACTOR’s Submittals:
Review of drawings, data, methods of work, or information regarding materials or
equipment the CONTRACTOR proposes to provide, shall not relieve the contractor of its
responsibility for errors therein and shall not be regarded as an assumption of risks or
liability by the ENGINEER or the OWNER, or by any officer or employee thereof, and the
CONTRACTOR shall have no claim under the Contract on account of the failure or
partial failure, of the method of work, material, or equipment so reviewed. A mark of “NO
EXCEPTIONS TAKEN” or “FURNISH AS NOTED” shall mean that the OWNER has no
objection to the CONTRACTOR, upon its own responsibility, using the plan or method of
work proposed, or providing the materials or equipment proposed.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Standard References
March 2017 01425-1
SECTION 01425
STANDARD REFERENCES
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to the laws or regulations of any governmental authority,
whether such reference be specific or by implication, shall mean the latest standard
specification, manual, code, or laws or regulations in effect at the time of opening of
Bids, except as may be otherwise specifically stated. However, no provision of any
referenced standard, specifications manual or code (whether or not specially
incorporated by reference in the Contact Documents) shall be effective to change the
duties and responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their
consultants, agents or employees from those set forth in the Contract Documents, nor
shall it be effective to assign to ENGINEER, or any of ENGINEER’s Consultants, agents,
or employees, any duty or authority to supervise or direct the furnishing or performance
of the Work.
Whenever used in the Contract Documents, the following abbreviations will have the
meanings listed:
AASHTO American Association of State Highway and Transportation Officials
444 North Capital Street, N.W., Suite 225
Washington, DC 20001
ACI American Concrete Institute
P. O. Box 19150
Detroit, MI
ACPA American Concrete Pipe Association
AISC American Iron and Steel Institute
150 East 42nd Street
New York, NY 10017
AISI American Iron and Steel Institute
150 East 42nd Street
New York, NY 10017
ANSI American National Standards Institute, Inc.
1430 Broadway
New York, NY 10017
AREMA American Railway Engineering and Maintenance-of-Way Association
8201 Corporate Drive, Suite 1125
Landover, MD 20785
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Standard References
March 2017 01425-2
ASCE American Society of Civil Engineers
345 East 47th Street
New York, NY 10017
ASTM American Society of Testing and Materials
1916 Race Street
Philadelphia, PA 19103
ATSSA American Traffic Safety Services Association
BOCA Building Officials and Code Administrators
17926 Halstead
Homewood, IL 60430
CCA Colorado Contractors Association
CISPI Cast Iron Soil Pipe Institute
CRSI Concrete Reinforcing Steel Institute
180 North LaSalle Street
Chicago, IL 60601
CSI Construction Specifications Institute
DIPRA Ductile Iron Pipe Research Associations
EPA Environmental Protection Agency
FEDSPEC Federal Specifications
General Services Administration Specification
and Consumer Information Distribution Branch
Washington Navy Yard, Building 197
Washington, DC 20407
FEDSTDS Federal Standards (see FEDSPEC)
ICBO International Conference of Building Officials
5360 South Workman Mill Road
Whittier, CA 90601
MILSPEC Military Specifications
Naval Publications and Forms Center
5801 Tabor Avenue
Philadelphia, PA 19120
NIST National Institute of Standards and Technology
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Standard References
March 2017 01425-3
NPC National Plumbing Code
NSC National Safety Council
OSHA Occupational Safety and Health Act
U.S. Department of Labor
Occupational and Health Administration
San Francisco Regional Office
450 Golden Gate Avenue, Box 30617
PCA Portland Cement Association
PCI Prestressed Concrete Institute
PS Products Standards Section - U.S. Depart. of Commerce
SSPC Steel Structures Painting Council
SSPWC Standard Specifications for Public Works Construction
Building News, Inc.
3055 Overhead Avenue
Los Angeles, CA 90034
TCA Title Council of America
UBC Uniform Building Code
Published by ICBO
UL Underwriter’s Laboratory
207 East Ohio Street
Chicago, IL 60611
UMC Uniform Mechanical Code
Published by ICBO
UPC Uniform Plumbing Code
Published by IAPMO
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Standard References
March 2017 01425-4
THIS PAGE INTENTIONALLY LEFT BLANK.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Substitutions and Product Options
March 2017 01635-1
SECTION 01635
SUBSTITUTIONS AND PRODUCT OPTIONS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Description:
1. This section describes the procedure required by the CONTRACTOR for product
substitutions.
2. Requests for Substitution:
a. Base all bids on materials, equipment and procedures specified.
b. Certain types of equipment and kinds of material are described in
specifications by means of trade names and catalog numbers, and/or
manufacturer’s names. Where this occurs, it is not intended to exclude
from consideration such types of equipment and kinds of material bearing
other trade names, catalog numbers and/or manufacturer’s names,
capable of accomplishing purpose of types of equipment or kinds of
material specifically indicated.
c. Other types of equipment and kinds of material may be acceptable to the
OWNER and ENGINEER.
d. Types of equipment, kinds of material and methods of construction, if not
specifically indicated must be approved in writing by ENGINEER and the
OWNER.
3. Submission of Requests for Substitution:
a. After Notice to Proceed, the OWNER/ENGINEER will consider written
requests for substitutions of products, materials, systems or other items.
b. The ENGINEER reserves the right to require substitute items to comply
color and pattern-wise with base specified items, if necessary to secure
“design intent”.
c. Submit six (6) copies of request for substitution. Include in request:
1) Complete data substantiating compliance of proposed substitute
with Contract Documents.
2) For products:
i. Product identification, including manufacturer’s name.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Substitutions and Product Options
March 2017 01635-2
ii. Manufacturer’s literature, marked to indicate specific
model, type, size, and options to be considered: Product
description; performance and test data; reference
standards; difference in power demand; dimensional
differences for specified unit.
iii. Name and address of similar projects on which product
was used, date of installation, and field performance data.
3) For construction methods:
i. Detailed description of proposed method.
ii. Drawings illustrating methods.
4) Itemized comparison of proposed substitution with product or
method specified.
5) Data relating to changes in construction schedule.
6) Relation to separate contracts.
7) Accurate cost data on proposed substitution in comparison with
product or method specified.
d. In making request for substitution, or in using an approved substitute
item, Supplier/Manufacturer represents:
1) He has personally investigated proposed product or method, and
has determined that it is equal or superior in all respects to that
specified and that it will perform function for which it is intended.
2) He will provide same guarantee for substitute item as for product
or method specified.
3) He will coordinate installation of accepted substitution into work, to
include building modifications if necessary, making such changes
as may be required for work to be complete in all aspects.
4) He waives all claims for additional costs related to substitution
which subsequently become apparent.
4. Substitutions:
a. Request sufficiently in advance to avoid delay in construction.
5. CONTRACTOR’s Option:
a. For products specified only by reference standards, select any product
meeting standards by any manufacturer, indicate selected type in
submission.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Substitutions and Product Options
March 2017 01635-3
b. For products specified by naming several products or manufacturers,
select any product and manufacturer named, indicate selected type in
submission.
c. For products specified by naming one or more products, but indicating
option of selecting equivalent products by stating “or equivalent” after
specified product, CONTRACTOR must submit request, as required for
substitution, for any product not specifically named.
6. Rejection of Substitution or Optional Item:
a. Substitutions and/or options will not be considered if:
1) They are indicated or implied on shop drawings, or project data
submittals, without formal request submitted in accordance with
this section.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Substitutions and Product Options
March 2017 01635-4
THIS PAGE INTENTIONALLY LEFT BLANK.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Material Delivery, Storage, and Handling
March 2017 01650-1
SECTION 01650
MATERIAL DELIVERY, STORAGE AND HANDLING
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Equipment, products and materials shall be shipped, handled, stored, and installed in
ways which will prevent damage to the items. Damaged items will not be permitted
as part of the work except in cases of minor damage that have been satisfactorily
repaired and are acceptable to the ENGINEER.
B. Pipe: Pipe and appurtenances shall be handled, stored, and installed as
recommended by the manufacturer. Pipes with paint, tape coatings, linings or
the like shall be stored to protect the coating or lining from physical damage
or other deterioration. Pipe shipped with interior bracing shall have the
bracing removed only when recommended by the pipe manufacturer.
C. Electrical Equipment: All delivered electrical equipment shall be stored out of
the elements.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Material Delivery, Storage, and Handling
March 2017 01650-2
THIS PAGE INTENTIONALLY LEFT BLANK.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Contract Closeout
March 2017 01780-1
SECTION 01780
CONTRACT CLOSEOUT
PART 1 GENERAL
1.01 SECTION INCLUDES
A. The following project closeout procedure defines the responsibilities of the
CONTRACTOR, OWNER, and ENGINEER in closing the project:
Step 1: CONTRACTOR advises the ENGINEER in writing that he has reached
"Substantial Completion" and provides a list of items to be completed or
corrected.
Closeout may be conducted by areas or portions of the work if requested by the
OWNER.
Step 2: ENGINEER inspects the work to determine if it is substantially complete,
and issues a Certificate of Substantial Completion plus a "Punch List" of items to
be completed or corrected.
Step 3: CONTRACTOR completes and/or corrects all punch list items and
notifies the ENGINEER in writing that his work is ready for final inspection. At
this time, a final application for payment is submitted.
Step 4: ENGINEER makes final inspection. When the work is found to be
acceptable under the Contract Documents, and the Contract fully performed, the
ENGINEER will issue a final Certificate of Final Completion.
B. Final Paperwork:
Prior to Final Payment and Acceptance, the CONTRACTOR shall deliver the
following items to the ENGINEER:
1. CONTRACTOR's Two-Year Guarantee of Materials and Workmanship
2. All Guarantees, Warranties and Submittals, as specified
3. Receipts for Extra Materials Delivered to the OWNER
4. Final Application for Payment
5. Consent of Surety to Final Payment
6. CONTRACTOR's Lien Waiver
7. SUBCONTRACTOR’s Lien Waivers
8. Releases from Property Owners for Special Easements
9. Project Record Documents
10. Red-lined as-built drawings (a.k.a. “Drawings of Record” or “Record
Drawings”)
C. Definition for Substantial Completion
1. See General Conditions
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Contract Closeout
March 2017 01780-2
D. Definition for Final Completion
1. All Work must be complete for Final Completion.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
DWRF Digester Coating Replacement Division 1 Table of Contents
March 2017 TECH SPECS TOC - 1
Technical Specifications
SECTION 09 96 00 PROTECTIVE COATINGS
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 1 Ditesco
SECTION 09 96 00 – PROTECTIVE COATINGS
PART 1 -- GENERAL
1.1 THE REQUIREMENT
A. The CONTRACTOR shall provide surface preparation and protective coatings, complete and in
place, in accordance with the Contract Documents.
B. Definitions:
1. The term "paint," "coatings," or "finishes" as used herein, shall include surface treatments,
emulsions, enamels, paints, epoxy resins, and other protective coatings, excepting
galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or
finish coat.
2. The term "DFT" means minimum dry film thickness, without any negative tolerance.
C. The following surfaces shall not be coated:
1. Stainless steel
2. Electrical conduit
3. Machined surfaces
4. Grease fittings
5. Glass
6. Equipment nameplates
7. Platform gratings, stair treads, door thresholds, and other walk surfaces, unless specifically
indicated to be coated.
D. The coating system schedules summarize the surfaces to be coated, the required surface
preparation, and the coating systems to be applied.
E. Where protective coatings are to be performed by a Subcontractor, the Subcontractor shall
possess a valid state license as required for performance of the painting and coating WORK
called for in this specification and shall provide 5 references which show that the Subcontractor
has previous successful experience with the indicated or comparable coating systems. Include
the name, address, and the telephone number for the owner of each installation for which the
Subcontractor provided the protective coating.
1.2 CONTRACTOR SUBMITTALS
A. Submittals shall include the following information and be submitted at least 30 Days prior to
commencing protective coating WORK:
1. Coating Materials List: showing the manufacturer and the product number, keyed to the
coating systems herein. The list shall be submitted prior to or at the time of submitting
samples.
2. Manufacturer's Information: For each coating system to be used, the following data:
a. Manufacturer's data sheet for each product proposed, including statements on the
suitability of the material for the intended use.
b. Technical and performance information that demonstrates compliance with the
system performance and material requirements.
c. Paint manufacturer's instructions and recommendations on surface preparation and
application.
d. Colors available for each product (where applicable).
e. Compatibility of shop and field applied coatings (where applicable).
f. Material Safety Data Sheet for each product proposed.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 2 Ditesco
B. Samples:
1. Samples of paint, finishes, and other coating materials shall be submitted on 8½ inch by
11-inch sheet metal. Each sheet shall be completely coated over its entire surface with one
protective coating material, type, and color.
2. Two sets of color samples to match each color selected by the ENGINEER from the
manufacturer's standard color sheets. If custom mixed colors are indicated, the color
samples shall be made using color formulations prepared to match the color samples
furnished by the ENGINEER. The color formula shall be shown on the back of each color
sample.
3. One 5 pound sample of each abrasive proposed to be used for surface preparation for
submerged and severe service coating systems.
1.3 SPECIAL CORRECTION OF DEFECTS REQUIREMENTS
A. Inspection: An inspection may be conducted during the eleventh month following completion of
coating WORK. The CONTRACTOR and a representative of the coating material manufacturer
shall attend this inspection. Defective WORK shall be repaired in accordance with these
specifications and to the satisfaction of the OWNER. The OWNER may, by written notice to the
CONTRACTOR, reschedule the inspection to another date within the one year correction period
or may cancel the inspection altogether. The CONTRACTOR is not relieved of its responsibilities
to correct defects, whether or not the inspection is conducted.
PART 2 -- PRODUCTS
2.1 GENERAL
A. Suitability: The CONTRACTOR shall use suitable coating materials as recommended by the
manufacturer. Materials shall comply with Volatile Organic Compound (VOC) limits applicable at
the Site.
B. Material Sources: Where manufacturers and product numbers are listed, it is to show the type
and quality of coatings that are required. If a named product does not comply with VOC limits in
effect at the time of Bid opening, that product will not be accepted, and the CONTRACTOR shall
propose a substitution product of equal quality that does comply. Proposed substitute materials
will be considered as indicated below. Coating materials shall be materials that have a record of
satisfactory performance in industrial plants, manufacturing facilities, and water and wastewater
treatment plants.
C. Compatibility: In any coating system only compatible materials from a single manufacturer shall
be used in the WORK. Particular attention shall be directed to compatibility of primers and finish
coats. If necessary, a barrier coat shall be applied between existing prime coat and subsequent
field coats to ensure compatibility.
D. Containers: Coating materials shall be sealed in containers that plainly show the designated
name, formula or specification number, batch number, color, date of manufacture, and name of
manufacturer, all of which shall be plainly legible at the time of use.
E. Colors: Colors and shades of colors of coatings shall be as indicated or selected by the
ENGINEER. Each coat shall be of a slightly different shade to facilitate inspection of surface
coverage of each coat. Finish colors shall be as selected from the manufacturer's standard color
samples by the ENGINEER.
F. Substitute or "Or-Equal" Products:
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 3 Ditesco
1. The CONTRACTOR shall furnish satisfactory documentation from the manufacturer of the
proposed substitute or "or-equal" product that the material meets the indicated
requirements and is equivalent or better in the following properties:
a. Quality
b. Durability
c. Resistance to abrasion and physical damage
d. Life expectancy
e. Ability to recoat in future
f. Solids content by volume
g. Dry film thickness per coat
h. Compatibility with other coatings
i. Suitability for the intended service
j. Resistance to chemical attack
k. Temperature limitations during application and in service
l. Type and quality of recommended undercoats and topcoats
m. Ease of application
n. Ease of repairing damaged areas
o. Stability of colors
2. Protective coating materials shall be standard products produced by recognized
manufacturers who are regularly engaged in production of such materials for essentially
identical service conditions. When requested, the CONTRACTOR shall provide the
ENGINEER with the names of not less than 10 successful applications of the proposed
manufacturer's products that comply with these requirements.
3. If a proposed substitution requires changes in the WORK, the CONTRACTOR shall bear
such costs involved as part of the WORK.
2.2 INDUSTRIAL COATING SYSTEMS
A. System 1: Alkyd Enamel (Not Used).
B. System 2: (Not Used).
C. System 3: Aluminum Silicone (Not Used).
D. System 4: Epoxy/Polyurethane.
1. Application and manufacturers:
Surface Preparation
Prime Coat
(DFT = Varies mils)
Finish Coat
(DFT = Varies)
Total System
DFT
SSPC SP7 (of existing primer –
remove all topcoat through
abrasive blasting)
Sherwin Williams
Macropoxy HS
(DFT 4-8 mils; single coat)
Sherwin Williams
Dura-Plate 6100
(DFT 12-125 mils; two
coats)
60 mils minimum
Tnemec Series 66
(DFT 4-6 mils; single coat)
Tnemec Series 435
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 4 Ditesco
E. System 5: (Not Used).
F. System 6: Inorganic Zinc, Water Based (Not Used).
G. System 7: Acrylic Latex (Not Used).
H. System 8: Epoxy, Equipment (Not Used).
I. System 9: Inorganic Zinc/Epoxy, Equipment (Not Used).
J. System 10: Acrylic Emulsion (Not Used).
K. System 11: Polyurethane, Concrete Roofs and Decks, Waterproofing (Not Used).
2.3 DIGESTER LID COATING
A. Coating to be applied to underside of digester lid.
B. Products:
1. As listed in section 2.2D or equal.
2. Minimum coating thickness per manufacturer recommendations and Table 2.2D.
C. Steel Surface Preparation
1. Remove grease, oil, dirt, salts or other chemicals, loose materials, or other foreign matter
by solvent, detergent, or other suitable cleaning methods.
2. Secure coating manufacturer’s recommendations for additional preparation, if required.
3. Unless otherwise required for proper adhesion, ensure surfaces are dry prior to painting.
4. If CONTRACTOR can verify product data installation of existing coating surface is
compatible with proposed top coat, existing coat may be left in place, abraded per
manufacturer’s instructions, and coated per manufacturer’s requirements. If
CONTRACTOR cannot verify existing coating product, existing coating shall be removed by
mechanical means, to bare steel. CONTRACTOR shall capture all debris and dispose of
debris as necessary.
D. Application
1. Apply coatings in accordance with these specifications and paint manufacturers’ printed
recommendations and special details. The more stringent requirements shall apply.
2. Vacuum clean surfaces free of loose particles. Use tack cloth just prior to applying next
coat.
3. Keep paint materials sealed, in a climate controlled environment, when not in use.
E. Film Thickness and Coverage
1. Application Thickness per manufacturer
2. Measure using a wet film thickness gauge to ensure proper coating thickness during
application.
F. Colors
1. Color selection to be from manufacturer’s standard color chart.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 5 Ditesco
EXECUTION
2.4 MANUFACTURER'S SERVICES
A. The CONTRACTOR shall require the protective coating manufacturer to furnish a qualified
technical representative to visit the Site for technical support as may be necessary to resolve field
problems.
2.5 WORKMANSHIP
A. Skilled craftsmen and experienced supervision shall be used on coating WORK.
B. Coating shall be done in a workmanlike manner so as to produce an even film of uniform
thickness. Edges, corners, crevices, and joints shall receive special attention to insure thorough
surface preparation. The finished surfaces shall be free from runs, drops, ridges, waves, laps,
brush marks, and variations in color, texture, and finish. The hiding shall be so complete that the
addition of another coat would not increase the hiding. Special attention shall be given so that
edges, corners, crevices, welds, and similar areas receive a film thickness equivalent to adjacent
areas, and installations shall be protected by the use of drop cloths or other precautionary
measures.
C. Damage to other surfaces resulting from the WORK shall be cleaned, repaired, and refinished to
original condition.
2.6 STORAGE, MIXING, AND THINNING OF MATERIALS
A. Manufacturer's Recommendations: Unless otherwise indicated, the coating manufacturer's
printed recommendations and instructions for thinning, mixing, handling, applying, and protecting
its coating materials, for preparation of surfaces for coating, and for other procedures relative to
coating shall be strictly observed.
B. Coating materials shall be used within the manufacturer's recommended shelf life.
C. Storage and Mixing: Coating materials shall be stored under the conditions recommended by the
Product Data Sheets, and shall be thoroughly stirred, strained, and kept at a uniform consistency
during application. Coatings from different manufacturers shall not be mixed together.
2.7 PREPARATION FOR COATING
A. General: Surfaces to receive protective coatings shall be prepared as indicated prior to
application of coatings. The CONTRACTOR shall examine surfaces to be coated and shall
correct surface defects before application of any coating material. Marred or abraded spots on
shop-primed and on factory-finished surfaces shall receive touch-up restoration prior to any field
coating application. Surfaces to be coated shall be dry and free of visible dust.
B. Protection of Surfaces Not to be Coated: Surfaces that are not to receive protective coatings shall
be protected during surface preparation, cleaning, and coating operations.
C. Hardware, machined surfaces, couplings, shafts, bearings, and other surfaces not to be painted
shall be removed, masked, or otherwise protected. Drop cloths shall be provided to prevent
coating materials from falling on or marring adjacent surfaces. The working parts of mechanical
and electrical equipment shall be protected from damage during surface preparation and coating
operations. Openings in motors shall be masked to prevent entry of coating or other materials.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 6 Ditesco
D. Care shall be exercised not to damage adjacent WORK during blasting operations. Spraying shall
be conducted under carefully controlled conditions. The CONTRACTOR shall be fully responsible
for and shall promptly repair any and all damage to adjacent WORK or adjoining property
occurring from blasting or coating operations.
E. Protection of Painted Surfaces: Cleaning and coating shall be coordinated so that dust and other
contaminants from the preparation process will not fall on wet, newly-coated surfaces.
2.8 SURFACE PREPARATION STANDARDS
A. The following referenced surface preparation specifications of the Steel Structures Painting
Council shall form a part of this specification:
1. Solvent Cleaning (SSPC SP1): Removal of oil, grease, soil, salts, and other soluble
contaminants by cleaning with solvent, vapor, alkali, emulsion, or steam.
2. Hand Tool Cleaning (SSPC SP2): Removal of loose rust, loose mill scale, loose paint, and
other loose detrimental foreign matter, by hand chipping, scraping, sanding, and wire
brushing.
3. Power Tool Cleaning (SSPC SP3): Removal of loose rust, loose mill scale, loose paint, and
other loose detrimental foreign matter, by power tool chipping, descaling, sanding, wire
brushing, and grinding.
4. White Metal Blast Cleaning (SSPC SP5): Removal of all visible rust, oil, grease, soil, dust,
mill scale, paint, oxides, corrosion products and foreign matter by blast cleaning.
5. Commercial Blast Cleaning (SSPC SP6): Removal of all visible oil, grease, soil, dust, mill
scale, rust, paint, oxides, corrosion products, and other foreign matter, except that staining
shall be limited to no more than 33 percent of each square inch of surface area.
6. Brush-Off Blast Cleaning (SSPC SP7): Removal of all visible oil, grease, soil, dust, loose
mill scale, loose rust, and loose paint.
7. Near-White Blast Cleaning (SSPC SP10): Removal of all visible oil, grease, soil, dust, mill
scale, rust, paint, oxides, corrosion products, and other foreign matter, except that staining
shall be limited to no more than 5 percent of each square inch of surface area.
2.9 FERROUS METAL SURFACE PREPARATION (UNGALVANIZED)
A. The minimum abrasive blasting surface preparation shall be as indicated in the coating system
schedules included at the end of this Section. Where there is a conflict between these
requirements and the coating manufacturer's printed recommendations for the intended service,
the higher degree of cleaning shall apply.
B. Workmanship for metal surface preparation shall be in conformance with the current SSPC
Standards and this Section. Blast-cleaned surfaces shall match the standard samples available
from the National Association of Corrosion Engineers, NACE Standard TM-01-70 - Visual
Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive and TM-01-75 - Visual
Standard for Surfaces of New Steel Centrifugally Blast Cleaned with Steel Grit.
C. Oil, grease, welding fluxes, and other surface contaminants shall be removed by solvent cleaning
per SSPC SP1 - Solvent Cleaning prior to blast cleaning.
D. Sharp edges shall be rounded or chamfered, and burrs and surface defects and weld splatter
shall be ground smooth prior to blast cleaning.
E. The type and size of abrasive shall be selected to produce a surface profile that meets the
coating manufacturer's recommendation for the particular product and service conditions.
Abrasives for submerged and severe service coating systems shall be clean, hard, sharp cutting
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 7 Ditesco
crushed slag. Automated blasting systems shall not be used for surfaces that will be in
submerged service. Metal shot or grit shall not be used for surfaces that will be in submerged
service, even if subsequent abrasive blasting will use hard, sharp cutting crushed slag.
F. Abrasive shall not be reused unless an automated blasting system is used for surfaces that will
be in non-submerged service. For automated blasting systems, clean oil-free abrasives shall be
maintained. The abrasive mix shall include at least 50 percent grit.
G. The CONTRACTOR shall comply with the applicable federal, state, and local air pollution control
regulations for blast cleaning.
H. Compressed air for air blast cleaning shall be supplied at adequate pressure from well-
maintained compressors equipped with oil and moisture separators that remove at least 95
percent of the contaminants.
I. Surfaces shall be cleaned of dust and residual particles of the cleaning operation by dry air blast
cleaning, vacuuming, or another approved method prior to painting.
J. Enclosed areas and other areas where dust settling is a problem shall be vacuum-cleaned and
wiped with a tack cloth.
K. Damaged or defective coating shall be removed by the blast cleaning to meet the clean surface
requirements before recoating.
L. If the required abrasive blast cleaning will damage adjacent WORK, the area to be cleaned is less
than 100 square feet, and the coated surface will not be submerged in service, then SSPC SP2
or SSPC SP3 may be used.
M. Shop-applied coatings of unknown composition shall be completely removed before the indicated
coatings are applied. Valves, castings, ductile or cast iron pipe, and fabricated pipe or equipment
shall be examined for the presence of shop-applied temporary coatings. Temporary coatings shall
be completely removed by solvent cleaning per SSPC SP1 before the abrasive blast cleaning has
been started.
N. Shop primed equipment shall be solvent-cleaned in the field before finish coats are applied.
2.10 FERROUS METAL SURFACE PREPARATION (GALVANIZED)
A. Galvanized ferrous metal shall be alkaline cleaned per SSPC SP1 to remove oil, grease, and
other contaminants detrimental to adhesion of the protective coating system, followed by brush
off blast cleaning per SSPC SP7.
B. Pretreatment coatings of surfaces shall be in accordance with the printed recommendations of
the coating manufacturer.
2.11 SURFACE PREPARATION OF FERROUS SURFACES WITH EXISTING COATINGS,
EXCLUDING STEEL RESERVOIR INTERIORS
A. General: Grease, oil, heavy chalk, dirt, or other contaminants shall be removed by solvent or
detergent cleaning prior to abrasive blast cleaning. The generic type of the existing coatings shall
be determined by laboratory testing.
B. Abrasive Blast Cleaning: The CONTRACTOR shall provide the degree of cleaning indicated in
the coating system schedule for the entire surface to be coated. If the degree of cleaning is not
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 8 Ditesco
indicated in the schedule, deteriorated coatings shall be removed by abrasive blast cleaning to
SSPC SP6. Areas of tightly adhering coatings shall be cleaned to SSPC SP7, with the remaining
thickness of existing coating not to exceed 3-mils.
C. Incompatible Coatings: If coatings to be applied are not compatible with existing coatings the
CONTRACTOR shall apply intermediate coatings per the manufacturer's recommendation for the
indicated coating system or shall completely remove the existing coating prior to abrasive blast
cleaning. A small trial application shall be conducted for compatibility prior to painting large areas.
D. Unknown Coatings: Coatings of unknown composition shall be completely removed prior to
application of new coatings.
E. Water Abrasive or Wet Abrasive Blast Cleaning: Where indicated or where Site conditions do not
permit dry abrasive blasting for industrial coating systems due to dust or air pollution
considerations, water abrasive blasting or wet abrasive blasting may be used. In both methods,
paint-compatible corrosion inhibitors shall be used, and coating application shall begin as soon as
the surfaces are dry. Water abrasive blasting shall be done using high pressure water with sand
injection. In both methods, the equipment used shall be commercially produced equipment with a
successful service record. Wet blasting methods shall not be used for submerged or severe
service coating systems unless indicated.
2.12 PRECAST CONCRETE AND CONCRETE BLOCK MASONRY SURFACE PREPARATION
A. Surface preparation shall not begin until at least 30 Days after the concrete or masonry has been
placed.
B. Oil, grease, and form release and curing compounds shall be removed by detergent cleaning per
SSPC SP1 before abrasive blast cleaning.
C. Concrete, concrete block masonry surfaces, and deteriorated concrete surfaces to be coated
shall be abrasive blast cleaned to remove existing coatings, laitance, deteriorated concrete, and
to roughen the surface equivalent to the surface of the No. 80 grit flint sandpaper.
D. Surfaces shall be clean and as recommended by the coating manufacturer before coating is
started.
E. Unless required for proper adhesion, surfaces shall be dry prior to coating. The presence of
moisture shall be determined with a moisture detection device such as Delmhorst Model DB, or
equal.
2.13 APPLICATION OF COATINGS
A. The application of protective coatings to steel substrates shall be in accordance with SSPC PA7 -
Paint Application Specification No. 7.
B. Cleaned surfaces and each coat shall be inspected prior to applying each succeeding coat. The
CONTRACTOR shall schedule such inspection with the ENGINEER in advance.
C. Blast cleaned ferrous metal surfaces shall be painted before any rusting or other deterioration of
the surface occurs. Blast cleaning shall be limited to only those surfaces that can be coated in the
same day.
D. Coatings shall be applied in accordance with the manufacturer's instructions and
recommendations and this Section, whichever has the most stringent requirements.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 9 Ditesco
E. Special attention shall be given to edges, angles, weld seams, flanges, nuts and bolts, and other
places where insufficient film thicknesses are likely to occur. Use stripe painting with a brush in
these areas.
F. Finish coats, including touch-up and damage repair coats shall be applied in a manner that will
present a uniform texture and color matched appearance.
G. Coatings shall not be applied under the following conditions:
1. Temperatures exceeding the manufacturer's recommended maximum and minimum
allowable.
2. Concrete surfaces in direct sunlight during application or within 3 hours after application.
3. Dust or smoke laden atmosphere.
4. Damp or humid weather. Comply to manufacturer’s recommended maximum and minimum
relative humidity.
5. Substrate or air temperature is less than 5 degrees F above the dewpoint.
6. Air temperature is expected to drop below 40 degrees F or less than 5 degrees F above the
dewpoint within 8 hours after application of coating.
7. Wind conditions are not calm.
H. Dewpoint shall be determined by use of a sling psychrometer in conjunction with U.S. Dept. of
Commerce, Weather Bureau psychometric tables.
I. Finish coats shall be applied after concrete, masonry, and equipment installation is complete, and
the working areas are clean and dust free.
2.14 CURING OF COATINGS
A. The CONTRACTOR shall maintain curing conditions in accordance with the conditions
recommended by the coating material manufacturer or by this Section, whichever is the most
stringent, prior to placing the completed coating system into service.
B. In the case of enclosed areas, forced air ventilation, using heated air if necessary, may be
required until the coatings have fully cured.
2.15 IDENTIFICATION OF PIPING
A. Not applicable.
2.16 SHOP AND FIELD INSPECTION AND TESTING
A. General: The CONTRACTOR shall give the ENGINEER a minimum of 3 Days advance notice of
the start of any field surface preparation or coating application, and a minimum of 7 Days
advance notice of the start of any surface preparation activity in the shop.
B. Such WORK shall be performed only in the presence of the ENGINEER, unless the ENGINEER
has granted prior approval to perform such WORK in its absence.
C. Inspection by the ENGINEER, or the waiver of inspection of any particular portion of the WORK,
shall not relieve the CONTRACTOR of its responsibility to perform the WORK in accordance with
these Specifications.
D. Scaffolding shall be erected and moved to locations where requested by the ENGINEER to
facilitate inspection. Additional illumination shall be furnished on areas to be inspected.
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS
DIVISION 09 – FINISHES DIGESTER 614 RECOATING
09 96 00 PROTECTIVE COATINGS
________________________________________________________________________________________________________________________________________________________________________
____________________________________________________________________________________
Issued for Construction
March 2017
09 96 00 - 10 Ditesco
E. Inspection Devices: The CONTRACTOR shall furnish inspection devices in good working
condition for the detection of holidays and measurement of dry film thicknesses of coatings. Dry-
film thickness gauges shall be made available for the ENGINEER's use while coating is being
done, until final acceptance of such coatings. The CONTRACTOR shall furnish the services of a
trained operator of the holiday detection devices until the final acceptance of such coatings.
Holiday detection devices shall be operated only in the presence of the ENGINEER.
F. Holiday Testing: The CONTRACTOR shall test for continuity all coated ferrous surfaces inside a
steel reservoir, other surfaces that will be submerged in water or other liquids, surfaces that are
enclosed in a vapor space in such structures, and surfaces coated with any of the submerged
and severe service coating systems. Areas that contain discontinuities shall be marked and
repaired or recoated in accordance with the coating manufacturer's printed instructions and then
be retested. The ENGINEER reserves the right to test a representative sample of surface area
for both holidays and coating thickness at its discretion.
1. Coatings with thickness exceeding 20-mils total DFT: Pulse-type holiday detector such as
Tinker & Rasor Model AP-W, D.E. Stearns Co. Model 14/20, or equal shall be used. The
unit shall be adjusted to operate at the voltage required to cause a spark jump across an air
gap equal to twice the required coating thickness.
2. Coatings with thickness of 20-mils or less total DFT: Tinker & Rasor Model M1 non-
destructive type holiday detector, K-D Bird Dog, or equal shall be used. The unit shall
operate at less than 75 volts. For thicknesses between 10- and 20-mils, a non-sudsing type
wetting agent, such as Kodak Photo-Flo or equal, shall be added to the water prior to
wetting the detector sponge.
G. Film Thickness Testing: On ferrous metals, the dry film coating thickness shall be measured in
accordance with the SSPC Paint Application Specification No. 2 using a magnetic type dry film
thickness gauge such as Mikrotest Model FM, Elcometer Model 111/1EZ, or equal. Each coat
shall be tested for the correct thickness. No measurements shall be made until at least 8 hours
after application of the coating. On non-ferrous metals and other substrates, the coating
thicknesses shall be measured at the time of application using a wet film gauge.
H. Surface Preparation: Evaluation of blast cleaned surface preparation will be based upon
comparison of the blasted surfaces with the standard samples available from NACE, using NACE
standards TM-01-70 and TM-01-75.
END OF SECTION
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
Activity ID Activity Name Original
Duration
Start Finish
DWRF - D Digester 614 Coating 54 17-Mar-17 01-Jun-17
A1000 Notice of Award 0 17-Mar-17
A1010 Procure Bonds & Insurance 3 17-Mar-17 21-Mar-17
A1020 Execute Work Order 10 22-Mar-17 04-Apr-17
A1030 Notice to Proceed 0 05-Apr-17
A1040 Pump & Clean Digester 6 05-Apr-17 12-Apr-17
A1050 Erect Scaffolding 7 13-Apr-17 21-Apr-17
A1060 Sandblast & Coat Digester Lid 20 24-Apr-17 19-May-17
A1070 Dismantle Scaffolding 5 22-May-17 26-May-17
A1080 Final Digester Cleaning & Inspection 3 30-May-17 01-Jun-17
A1090 Substantial Completion 0 01-Jun-17
Apr May Jun Jul Aug Sep Oct
Qtr 2, 2017 Qtr 3, 2017 Qtr 4, 2017
DWRF - Digester 614 Coating
Notice of Award
Procure Bonds & Insurance
Execute Work Order
Notice to Proceed
Pump & Clean Digester
Erect Scaffolding
Sandblast & Coat Digester Lid
Dismantle Scaffolding
Final Digester Cleaning & Inspection
Substantial Completion
Data Date:17-Mar-17 DWRF - Digester 614 Coating Current Date:17-Mar-17
Remaining Level of Effort
Actual Level of Effort
Actual Work
Remaining ...
Page 1 of 1 TASK filter: All Activities
© Oracle Corporation
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
(DFT 40-80 mils; two
coats)
60 mils minimum
Carboguard 890
(DFT 4-6 mils; single coat)
Carboline Plasite 4500
(DFT 20-60 mils; two
coats)
60 mils minimum
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
PROPERTY DAMAGE $
$
$
$
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSD
ADDL
WVD
SUBR
N / A
$
$
(Ea accident)
(Per accident)
OTHER:
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
ADDRESS:
E-MAIL
FAX
(A/C, No):
CONTACT
NAME:
NAIC #
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S) AFFORDING COVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INS025 (201401)
3/15/2017
Flood and Peterson
PO Box 578
Greeley CO 80632
Nikki Mosbrucker CIC,CISR
(970)266-7123 (970)506-6823
NMosbrucker@floodpeterson.com
Hydro Construction Company Inc.
301 E Lincoln Ave
Fort Collins CO 80524
Phoenix Insurance Company 25623
Travelers Indemnity Company 25658
Travelers Property Casualty Company 25674
Pinnacol Assurance 41190
Atlantic Specialty Insurance Compan 27154
CL1632809881
A
X
X
X
X DTCO8G990899PHX16 4/1/2016 4/1/2017
1,000,000
300,000
10,000
1,000,000
2,000,000
2,000,000
B X
X X
X DT8108G990899IND16 4/1/2016 4/1/2017
1,000,000
C
X X
X
DTSMCUP8G990899TIL16 4/1/2016 4/1/2017
10,000,000
10,000,000
D N
2091550 4/1/2016 4/1/2017
X
1,000,000
1,000,000
1,000,000
E Builders Risk 71003020200006 4/1/2016 4/1/2017 $15,000,000 Limit
E Installation Floater 71003020200006 4/1/2016 4/1/2017 $1,000,000 Limit
RE: 17-01-439 DWRF Digester 614 Coating (Project# H-WRF-2017-6)
Certificate holder is included as Additional Insured as required by written contract with respects to
liability arising out of work performed by the named insured.
N Mosbrucker CIC,CISR
City of Fort Collins
300 Laporte Ave
Fort Collins, CO 80525
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C
An drew^k-Irima
DocuSign Envelope ID: 3F2CB688-E5DC-4DC8-8556-F4322A82072C