Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWORK ORDER - RFP - 8286 CONSTRUCTION CONTRACTOR FOR PROJECTS AT THE WATER & WASTEWATER TREATMENT FACILITIES (13)Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
FORT COLLINS UTILITIES
CONSTRUCTION WORK ORDER
DWRF DIGESTER CIRCULATION PUMP
REPLACEMENT - CONSTRUCTION
WORK ORDER NO. H-WRF-2018-09
CONTRACTOR: Hydro Construction, Inc.
Page 1 of 66
Page 1 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
TABLE OF CONTENTS
AGREEMENT FORMS
00525 Work Order, Notice of Award & Bid Schedule
00530 Work Order Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00651 Lien Waiver Release (SUBCONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
00800 Supplementary Conditions
00900 Addenda, Modifications and Payment
00950 Work Order Change Order Form
00960 Application for Payment
ADDITIONAL DOCUMENTS
Attachment A DRAWING INDEX
Page 2 of 66
Page 2 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00500
CONSTRUCTION WORK ORDER AGREEMENT FORMS
00525 Work Order, Notice of Award & Bid Schedule
00530 Work Order Notice to Proceed
SECTION 00525
Page 3 of 66
Page 3 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE
TO: Hydro Construction, Inc.
WORK ORDER NUMBER: H-WRF-2018-09
PROJECT TITLE: DWRF Digester Circulation Pumps
Replacement - Construction
ORIGINAL BID/RFP NUMBER & NAME: 8286, Construction Contractor for Projects at
the Water and Wastewater Treatment
Facilities
MASTER AGREEMENT EFFECTIVE DATE: June 20, 2016
ARCHITECT/ENGINEER: Hydro Construction, Inc.
OWNER’S REPRESENTATIVE: Eileen Dornfest
MAXIMUM FEE: (time and reimbursable direct costs): $198,712.00
NOTICE OF AWARD DATE: March 7, 2018
OWNER: City of Fort Collins (hereinafter referred to as OWNER)
1. WORK. Pursuant to your MASTER AGREEMENT with OWNER dated June 20, 2016, and
your Work Order Proposal dated March 3, 2018, you have been awarded a Work Order for
DWRF Digester Circulation Pumps Replacement - Construction.
PROJECT DESCRIPTION & SITE LOCATION: Procure and install new digester
circulation pumps at the Drake Water Reclamation Facility (DWRF) located at 3036
Environmental Drive, Fort Collins.
2. CONTRACT PRICE, BONDS AND CERTIFICATES. The price of your Work Order is one
hundred ninety-eight thousand seven hundred twelve dollars and zero cents ($198,712.00).
Pursuant to the AGREEMENT and the Work Order Documents, Performance and Payment
Bonds and insurance are required.
3. CONTRACT TIMES. Pursuant to the MASTER AGREEMENT and the Work Order
Documents, the date for Substantial Completion of this Work Order is November 30, 2018,
and after Substantial Completion, the date for Final Completion is December 31, 2018.
4. LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the
essence of this Work Order and that OWNER will suffer financial loss if the Work is not
completed within the times specified in paragraph 3 above, plus any extensions thereof
allowed in accordance with Article 12 of the General Conditions. They also recognize the
delays, expenses and difficulties involved in proving in a legal proceeding the actual loss
suffered by OWNER if the Work is not completed on time. Accordingly instead of requiring
any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay
(but not as penalty) CONTACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion: five hundred dollars ($500.00) for each calendar day
or fraction thereof after November 30, 2018 until the work is Substantially
Complete.
Page 4 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
2) Final Acceptance: After Substantial Completion, two hundred dollars
($200.00) for each calendar day or fraction thereof after 30 calendar day period
until the Work is ready for Final Payment and Acceptance.
5. EXECUTION. Work Order Documents must be executed in DocuSign within fifteen (15)
calendar days of the date of this Notice of Award. Contractor shall attach Payment and
Performance Bonds and Certificate of Insurance(COI) to the Work Order Documents in
DocuSign. In addition, one original set of executed Bonds and COI shall be provided to the
Buyer.
Failure to comply with these conditions within the time specified will entitle OWNER to
consider your Work Order Proposal abandoned and to annul this Work Order & Notice of
Award.
CONTRACTOR’S NOTICE OF AWARD REPRESENTATION & EXECUTION:
CONTRACTOR agrees to perform the services identified above, in accordance with the terms
and conditions contained herein, the MASTER AGREEMENT, and the NOTICE OF AWARD
between the parties. In the event of a conflict between or ambiguity in the terms of the MASTER
AGREEMENT or specific Work Orders, the MASTER AGREEMENT shall control.
CONTRACTOR: Hydro Construction, Inc.
By: Date:
Name: Title:
Page 5 of 66
Page 5 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
President
March 14, 2018
Stan Javernick
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
OWNER’S ACCEPTANCE & EXECUTION:
This Work Order and the attached Documents are hereby accepted and incorporated herein by
this reference.
ACCEPTANCE: Date:
Eileen Dornfest, Special Project Manager
REVIEWED: Date:
Pat Johnson, Senior Buyer
APPROVED AS TO FORM: Date:
Cyril Vidergar, Assistance City Attorney
(if greater than $1,000,000)
ACCEPTANCE: Date:
Jason Graham, Water Reclamation & Biosolids Division Manager
ACCEPTANCE: Date:
Owen Randall, Water Systems Engineering Division Manager
ACCEPTANCE: Date:
Matt Fater, Water Engineering & Field Services Operations Interim Manager
ACCEPTANCE: Date:
Carol Webb, Water Resources & Treatment Operations Manager
ACCEPTANCE: Date:
Kevin Gertig, Utilities Executive Director
(if greater than $1,000,000)
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
THROUGH: Date:
Jeff Mihelich, Deputy City Manager
(if greater than $1,000,000)
ACCEPTANCE: Date:
Darin Atteberry, City Manager
(if greater than $1,000,000)
Page 6 of 66
Page 6 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
March 9, 2018
March 9, 2018
March 15, 2018
March 14, 2018
March 19, 2018
March 19, 2018
March 19, 2018
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
ATTEST: Date:
City Clerk
(if greater than $1,000,000)
Page 7 of 66
Page 7 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
BID SCHEDULE
Page 8 of 66
Page 8 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Hydro Construction Company, Inc. DWRF - Digester Circulation Pump Replacement Page 1
90% Design Documents 3/3/2018 4:00 PM
Page 9 of 66
Page 9 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Hydro Construction Company, Inc. DWRF - Digester Circulation Pump Replacement Page 2
90% Design Documents 3/3/2018 4:00 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
01 General Conditions
1100.100 Project Management
12 Project Manager 1.00 wk 3,066 - - 388 114 3,567
16 Project Engineer 4.00 wk 8,098 - - 1,117 228 9,443
Project Management 11,163 1,505 342 13,010
200.00 Labor hours
200.00 Equipment hours
1102.100 Site Supervision
14 Project Superintendent 4.00 wk 12,262 - - 1,824 456 14,542
Site Supervision 12,262 1,824 456 14,542
160.00 Labor hours
160.00 Equipment hours
1260.100 Utilities
20 Temporary Toilets 1.50 mo - 0 - - 342 342
Utilities 342 342
1300.100 Project Clean Up
46 Dumpster Rental 1.50 mo - - 513 513
Project Clean Up 513 513
1400.100 Misc. Labor Expense
10 Start-Up & Testing 4.00 day 1,666 6,822 693 342 9,523
Misc. Labor Expense 1,666 6,822 693 342 9,523
32.00 Labor hours
32.00 Equipment hours
1622.100 Fuels
10 Fuels - Gas 6.00 wk - - - 1,026 1,026
Fuels 1,026 1,026
1630.100 Off Load & Storage
10 Off Load Misc Deliveries 4.00 hr 249 - - 684 - 933
Off Load & Storage 249 684 933
4.00 Labor hours
4.00 Equipment hours
1900.005 Misc. Equipment
45 Victaulic Machine 1.50 mo - - - 3,420 - 3,420
Misc. Equipment 3,420 3,420
1900.140 Pick-up Trucks
10 Jobsite Truck 1.50 mo - - - 1,778 - 1,778
Pick-up Trucks 1,778 1,778
Page 10 of 66
Page 10 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Hydro Construction Company, Inc. DWRF - Digester Circulation Pump Replacement Page 3
90% Design Documents 3/3/2018 4:00 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
01 General Conditions 25,340 0 6,822 9,904 3,021 45,088
396.00 Labor hours
396.00 Equipment hours
Page 11 of 66
Page 11 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Hydro Construction Company, Inc. DWRF - Digester Circulation Pump Replacement Page 4
90% Design Documents 3/3/2018 4:00 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
02 DCP Replacement
2221.110 Saw Cut/Hammer
10 Demo Concrete Pad 4.00 ea 416 320 - 274 342 1,352
Saw Cut/Hammer 416 320 274 342 1,352
8.00 Labor hours
8.00 Equipment hours
2221.250 Demo- Items
12 Demo Ciruculation Pumps 4.00 ea 469 - - 228 114 811
Demo- Items 469 228 114 811
6.00 Labor hours
2222.015 Demo Pipe DI
30 Demo Piping 4.00 ea 1,093 - - 456 342 1,891
Demo Pipe DI 1,093 456 342 1,891
56.00 Labor hours
3100.310 Forms- Strip & Oil
24 Strip & Oil SOG Form 114.00 sf 1,249 - - 195 390 1,834
Forms- Strip & Oil 1,249 195 390 1,834
16.00 Labor hours
3210.208 Rebar- SOG
5 SOG Rebar # 5 0.09 tn 0 115 - - - 115
5 SOG Rebar # 5 0.07 tn 0 91 - - - 91
Rebar- SOG 206 206
2.16 Labor hours
3220.110 Wire Mesh- Rolls
900 Mesh Support - bricks 20.00 ea 0 11 - - - 11
Wire Mesh- Rolls 11 11
0.04 Labor hours
3310.100 Concrete- Buy
45 4500 psi Concrete 2.444 cy - 492 - - - 492
Concrete- Buy 492 492
3310.230 Place- S-O-G
1 Truck Place Slab on Grade 2.444 cy 626 - - 209 139 974
Place- S-O-G 626 209 139 974
8.013 Labor hours
11210.314 Pump
50 Vaughan Chopper Pump - Purchase 4.00 ea 0 60,763 - - - 60,763
50 Chopper Pump Install 4.00 ea 995 640 - 684 342 2,660
Pump 995 61,402 684 342 63,423
112.00 Labor hours
15110.040 Valves - Plug 150#
d 40 4" Dezurik Plug Valve - Glass Lined 4.00 ea 0 6,822 - - - 6,822
Page 12 of 66
Page 12 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Hydro Construction Company, Inc. DWRF - Digester Circulation Pump Replacement Page 5
90% Design Documents 3/3/2018 4:00 PM
Item Description Takeoff Qty
Labor
Amount
Material
Amount
Subcontract
Amount Name
Equipment
Amount
Other
Amount
Total
Amount
Valves - Plug 150# 6,822 6,822
11.64 Labor hours
15110.042 Valves - Plug 175#
b 60 6" Dezurik Plug Valve - Glass Lined 4.00 ea 0 7,356 - - - 7,356
Valves - Plug 175# 7,356 7,356
18.84 Labor hours
15110.054 Valves - Non Return 300#
b 60 6" Kennedy Check Valve - Epoxy Lined 4.00 ea 0 9,285 - - - 9,285
Valves - Non Return 300# 9,285 9,285
32.16 Labor hours
15203.001 DI Flange Pipe by LF
4 Pipe & Fitting Install 4.00 ea 12,586 0 - 0 1,140 13,726
DI Flange Pipe by LF 12,586 1,140 13,726
512.00 Labor hours
15203.002 DI Flange Pipe by piece
401 Glass Lined Pipe & Fitting - Purchase 4.00 ea 0 15,990 - - - 15,990
DI Flange Pipe by piece 15,990 15,990
7.16 Labor hours
16000.001 Electrical
-sub Electrical Sub 1.00 ls - - 7,688 - - 7,688
Electrical 7,688 7,688
02 DCP Replacement 17,434 101,885 7,688 2,046 2,809 131,862
790.01 Labor hours
8.00 Equipment hours
Page 13 of 66
Page 13 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Hydro Construction Company, Inc. DWRF - Digester Circulation Pump Replacement Page 6
90% Design Documents 3/3/2018 4:00 PM
Estimate Totals
Description Amount Totals Rate Percent of Total
Labor 42,774 21.53%
Material 101,885 51.27%
Subcontract 14,511 7.30%
Equipment 11,950 6.01%
Other 5,830 2.93%
176,950 176,950 89.05 89.05%
Perform & Payment Bond - 2 yr. 3,080 1.55%
3,080 180,030 1.55 90.60%
Profit & Overhead 18,682 11.000 % 9.40%
18,682 198,712 9.40 100.00%
Total 198,712
Page 14 of 66
Page 14 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Mar-18 Apr-18 May-18 Jun-18 Jul-18 Aug-18 Sep-18 Oct-18 Nov-18 Dec-18
Submittals & Shop Drawings
Fabrication
Construction
Startup
TENTATIVE SCHEDULE
DWRF Digester Circulation Pumps Replacment Construction
SCHEDULE
H:\A.Anderson\Angel - DocuSign\Eileen Dornfest\Hydro Construction - DWRF Digester Circulation Pump Replacement - Construction\DCP Schedule.xls
Jefferson Street-Schedule
Page 15 of 66
Page 15 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
DRAKE WATER RECLAMATION FACILITY
DIGESTER RECIRCULATION PUMP REPLACEMENT PROJECT
CAROLLO PROJECT NO. 10811A10
TECHNICAL SPECIFICATIONS AND DRAWINGS
90% DESIGN SUBMITTAL
NOT FOR CONSTRUCTION
VOLUME 1 OF 2
JANUARY 2018
10822 West Toller Drive, Suite 200
Littleton, Colorado 80127
303-980-8260
Jason C. Garside,
January 30, 2018,
Colorado License
No. 38073.
Page 16 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Page 17 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT TOC-1 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/00_00_02 (FRS-90)
Jason C. Garside,
January 30, 2018,
Colorado License
No. 38073.
CITY OF FORT COLLINS
DRAKE WATER RECLAMATION FACILITY
DIGESTER RECIRCULATION PUMP REPLACEMENT PROJECT
SPECIFICATIONS
TABLE OF CONTENTS
VOLUME 1 OF 2
SPECIFICATIONS ORIGINALLY ISSUED FOR THE DEWATERING SYSTEM PROJECT -
CAROLLO PROJECT NO. 10545B10, JANUARY 2018, ARE INCLUDED HEREIN BY
REFERENCE. WHEREVER DIVISION OR SPECIFICATION NUMBERS ARE CALLED OUT OR
WORK IS NOT OTHERWISE DETAILED WITHIN THE DIGESTER RECIRCULATION PUMP
REPLACEMENT PROJECT, THE REQUIREMENTS OF THE DEWATERING SYSTEM
PROJECT SPECIFICATIONS SHALL APPLY.
DIVISION 26 – ELECTRICAL
SECTION NO. TITLE
26_05_09 LOW VOLTAGE MOTORS UP TO 500 HORSEPOWER
DIVISION 40 – PROCESS INTEGRATION
SECTION NO. TITLE
40_05_65.24 CHECK VALVES
DIVISION 43 – PROCESS GAS AND LIQUID HANDLING,
PURIFICATION, AND STORAGE EQUIPMENT
SECTION NO. TITLE
43_23_13.37 HORIZONTAL CHOPPER CENTRIFUGAL PUMPS
Page 18 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Page 19 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 26_05_09-1 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/26_05_09 (FRS-90)
SECTION 26_05_09
LOW VOLTAGE MOTORS UP TO 500 HORSEPOWER
PART 1 GENERAL
1.01 SUMMARY
A. Section includes:
1. Low voltage motors up to 500 horsepower.
B. Related sections:
1. Section 01_33_00 - Submittal Procedures.
2. Section 01_75_17 - Commissioning.
3. Section 26_05_00 - Common Work Results for Electrical.
4. Section 26_08_50 - Field Electrical Acceptance Tests.
1.02 REFERENCES
A. As specified in Section 26_05_00.
B. American Bearing Manufacturers Association (ABMA):
1. 9 - Load Ratings and Fatigue Life for Ball Bearings.
2. 11 - Load Ratings and Fatigue Life for Roller Bearings.
C. American Petroleum Institute (API):
1. 670 - Vibration, Axial Position, and Bearing Temperature Monitoring Systems.
D. ASTM International (ASTM).
1. B117 - Standard Practice for Operating Salt Spray (Fog) Apparatus.
E. Institute of Electrical and Electronic Engineers (IEEE):
1. 43 - IEEE Recommended Practice for Testing Insulation Resistance of
Rotating Machinery.
2. 112 - IEEE Standard Test Procedure for Polyphase Induction Motors and
Generators.
3. 114 - Standard Test Procedure for Single-Phase Induction Motors.
4. 303 - Recommended Practice for Auxiliary Devices for Rotating Electrical
Machines in Class I, Division 2 and Zone 2 Locations.
5. 841 - Standard for Petroleum and Chemical Industry-Premium-Efficiency,
Severe Duty, Totally Enclosed Fan-Cooled (TEFC) Squirrel Cage Induction
Motors - Up to and Including 370 kW (500 hp).
6. 1349 - Guide for Application of Electric Motors in Class I, Division 2 Hazardous
(Classified) Locations.
Page 20 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 26_05_09-2 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/26_05_09 (FRS-90)
F. National Electrical Manufacturers' Association (NEMA):
1. MG-1 - Motors and Generators.
2. MG-2 - Safety Standard for Construction and Guide for Selection, Installation,
and Use of Electric Motors and Generators.
G. Underwriters Laboratories Inc. (UL):
1. 674 - Electric Motors and Generators for Use in Division 1 Hazardous
(Classified) Locations.
1.03 DEFINITIONS
A. As specified in Section 26_05_00.
1.04 SYSTEM DESCRIPTION
A. Furnish and install electric motors and accessories as specified in this Section and
the Sections specifying driven equipment to provide a complete and operable
installation.
1.05 SUBMITTALS
A. Furnish submittals as specified in Sections 01_33_00 and 26_05_00.
B. Submit completed motor data sheets for each motor supplied:
1. Conform to data sheet in the appendix of this Section.
2. Manufacturer’s or other data sheets are not acceptable.
C. Product data:
1. Descriptive bulletins.
2. Machine tag and loop number as indicated on the Drawings and in the
specification section number of the driven machine.
3. Complete electrical data.
4. Torque, current, and power factor vs. speed curves:
a. At 100 percent rated voltage for all full voltage started and VFD driven
motors.
5. Accessories data:
a. Power factor correction capacitors:
1) Size in KVAR, for all motors over 5 HP not connected to variable
frequency drives.
6. Mechanical data:
a. Bearing design and bearing life calculations.
b. Resonant frequencies for all VFD-driven motors 50 horsepower or
greater.
D. Shop drawings:
1. Motor weight.
2. Frame size.
3. Conduit box(es), size(s), and location(s).
4. Outline drawings with dimensions.
5. Installation details for the project seismic criteria.
E. Test reports:
1. Factory test reports with test reference standard identified.
Page 21 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 26_05_09-3 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/26_05_09 (FRS-90)
F. Certification:
1. When motors are driven by variable speed drive systems, submit certification
that selected motor:
a. Is capable of satisfactory performance under the intended load.
b. Meets the requirements of the latest edition of NEMA MG-1 Part 31.
G. Calculations:
1. Where site conditions specified in Section 26_05_00 exceed manufacturer’s
ratings, provide derating calculations for each motor.
1.06 QUALITY ASSURANCE
A. As specified in Section 26_05_00.
1.07 DELIVERY, STORAGE, AND HANDLING
A. As specified in Section 26_05_00.
1.08 PROJECT OR SITE CONDITIONS
A. As specified in Section 26_05_00.
1.09 SEQUENCING (NOT USED)
1.10 SCHEDULING (NOT USED)
1.11 WARRANTY
A. As specified in Section 26_05_00.
1.12 SYSTEM START-UP
A. As specified in Section 26_05_00.
1.13 OWNER’S INSTRUCTION (NOT USED)
1.14 MAINTENANCE (NOT USED)
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. One of the following or equal:
1. US Motors.
2. General Electric.
3. Reliance.
4. Toshiba.
5. Baldor.
2.02 EXISTING PRODUCTS (NOT USED)
2.03 MATERIALS (NOT USED)
Page 22 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 26_05_09-4 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/26_05_09 (FRS-90)
2.04 MANUFACTURED UNITS (NOT USED)
2.05 EQUIPMENT
A. 3-phase induction motors - general:
1. Voltage:
a. All motors 1/2 hp and larger shall be rated 460 V, 3 phase unless
otherwise indicated on the Drawings.
b. Dual voltage motors rated 230/460 V, 3 phase are acceptable provided all
leads are brought to the conduit box.
2. Motors driving identical machines shall be identical.
3. All motors greater than 1 hp and up to 500 hp shall meet the “NEMA Premium
Efficiency” percent listed in NEMA MG-1.
4. Horsepower as indicated on the Drawings:
a. Horsepower ratings indicated on the Drawings are based on vendor’s
estimates. Provide motors sized for the load of the actual equipment
furnished without operating in the service factor.
5. Service factor:
a. 1.15 service factor on sine wave power.
6. Torque:
a. Provide motors that develop sufficient torque for acceleration to full speed
at voltage 10 percent less than motor nameplate rating.
b. NEMA Design B except where driven load characteristics require other
than normal starting torque:
1) In no case shall starting torque or breakdown torque be less than the
values specified in NEMA MG-1.
7. Enclosures:
a. As specified in the individual equipment Specifications or in this Section.
b. Totally enclosed fan cooled:
1) Cast iron conduit box.
2) Tapped drain holes with Type 316 stainless steel plugs for frames
286 and smaller, and automatic breather and drain devices for
frames 324 and larger.
c. Lifting devices: All motors weighing 265 pounds (120 kilograms) or more
shall have suitable lifting devices for installation and removal.
8. Manufactured with cast iron frames in accordance with NEMA MG-1 or
manufacturer’s standard material for the specified rating.
9. Nameplates:
a. Provide all motors with a permanent, stainless steel nameplate indelibly
stamped or engraved with:
1) NEMA standard motor data.
a) Indicate compliance with NEMA MG-1 Part 31 for inverter duty
motors.
2) AFBMA bearing numbers and lubrication instructions.
10. Hardware:
a. Type 316 stainless steel.
11. Conduit boxes:
a. Cast iron or stamped steel.
b. Split from top to bottom.
c. Provide gaskets at the following interfaces:
1) Frames and conduit boxes.
2) Conduit boxes and box covers.
Page 23 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 26_05_09-5 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/26_05_09 (FRS-90)
d. Rotatable through 360 degrees in 90-degree increments.
1) Where available based on the size of the conduit box.
e. Exceeding the dimensions defined in NEMA MG-1.
f. Provide grounding lugs inside conduit boxes for motor frame grounding.
12. Motor bearings:
a. Antifriction.
b. Regreasable and initially filled with grease for horizontal motors, vertical
motors per manufacturer’s standard design.
c. Bearings and lubrication suitable for ambient temperature and
temperature rise.
d. Suitable for intended application and have ABMA L-10 rating life of
60,000 hours or more.
e. Fit bearings with easily accessible grease supply, flush, drain, and relief
fittings using extension tubes where necessary.
f. Where specified in the equipment Specifications, provide split-sleeve type
hydrodynamic radial bearings. Provide a bearing isolator to protect
bearings from contaminants.
13. Insulation systems:
a. Motors installed in ambient temperatures 40 degrees Celsius or less:
1) Provide Class F insulation.
2) Design temperature rise consistent with Class B insulation.
3) Rated to operate at an ambient temperature of 40 degrees Celsius at
the altitude where the motor will be installed.
14. Motor leads:
a. Insulated leads with non-wicking, non-hydroscopic material. Class F
insulation.
15. Noise:
a. Maximum operating noise level in accordance with NEMA MG-1.
2.06 COMPONENTS (NOT USED)
2.07 ACCESSORIES
2.08 MIXES (NOT USED)
2.09 FABRICATION (NOT USED)
2.10 FINISHES (NOT USED)
2.11 SOURCE QUALITY CONTROL (NOT USED)
PART 3 EXECUTION
3.01 EXAMINATION (NOT USED)
3.02 PREPARATION (NOT USED)
Page 24 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 26_05_09-6 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/26_05_09 (FRS-90)
3.03 INSTALLATION
A. As specified in Section 26_05_00.
B. Install motors in accordance with manufacturer's instructions.
3.04 ERECTION, INSTALLATION, APPLICATION, CONSTRUCTION (NOT USED)
3.05 REPAIR/RESTORATION (NOT USED)
3.06 RE-INSTALLATION (NOT USED)
3.07 COMMISSIONING AND PROCESS START-UP
A. As specified in Section 01_75_17.
B. Factory testing:
1. Motors less than 250 horsepower:
a. Perform manufacturer’s standard production tests including but not limited
to:
1) No load current.
2) High potential test.
3) Winding resistance.
b. Furnish copies of standard test reports on prototype or identical units.
3.08 FIELD QUALITY CONTROL
A. As specified in Section 26_05_00.
B. Before start-up, perform insulation resistance test on each motor furnished or
installed on this project:
1. Windings energized to 1,000 volts DC for 1 minute.
2. Resistance measured at the end of the test, recorded, and submitted to the
Engineer for review.
3. Inform the Engineer of any unusual or unacceptable test results.
4. This test is in addition to the acceptance tests in Section 26_08_50.
3.09 ADJUSTING (NOT USED)
3.10 CLEANING (NOT USED)
3.11 PROTECTION
A. As specified in Section 26_05_00.
END OF SECTION
Page 25 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 26_05_09-7 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/26_05_09 (FRS-90)
MOTOR DATA SHEET
MOTOR/ EQUIPMENT TAG MOTOR NUMBER
SPECIFICATION NUMBER OF DRIVEN MACHINE
MOTOR NAMEPLATE DATA
MANUFACTURER MODEL/SERIES MODEL NO.
FRAME ENCLOSURE NEMA DESIGN
HP SERVICE FACTOR RPM
INSULATION CLASS VOLTS FULL LOAD AMPS
AMBIENT TEMP PHASE NO LOAD AMPS
DESIGN TEMP
RISE
HERTZ LOCK ROTOR AMPS
INRUSH CODE LETTER
100% LOAD 75% LOAD
50% LOAD
GUARANTEED MINIMUM EFFICIENCIES:
GUARANTEED MINIMUM POWER FACTOR:
MAXIMUM SIZE OF POWER FACTOR CORRECTION CAPACITOR: KVAR
ACCESSORIES
MOTOR WINDING HEATER VOLTS WATTS
WINDING THERMAL PROTECTION
WINDING TEMP SWITCHES (YES/NO)
RTD:
TYPE QUANTITY PER PHASE # OF WIRES
NOMINAL RESISTANCE NOMINAL TEMP COEFFICIENT
RECOMMENDED
ALARM
DEGREES
CELSIUS
RECOMMENDED
TRIP
DEGREES
CELSIUS
SPECIAL APPLICATIONS
INVERTER DUTY* (YES/NO) PART WINDING (YES/NO) WYE - DELTA (YES/NO)
2 SPEED, 1 WINDING (YES/NO) 2 SPEED, 2 WINDING (YES/NO)
AREA CLASSIFICATION:
CLASS DIVISION GROUP TEMP CODE
* Conforms to NEMA MG-1 Part 31.
Page 26 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Page 27 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 40_05_65.24-1 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/40_05_65.24 (FRS-90)
SECTION 40_05_65.24
CHECK VALVES
PART 1 GENERAL
1.01 SUMMARY
A. Section includes: Check valves.
B. As specified in Section 40_05_51.01.
C. Related sections:
1. Section 01_33_00 - Submittal Procedures.
2. Section 01_75_17 - Commissioning.
3. Section 01_78_36 - Warranties and Bonds.
4. Section 09_96_01 - High-Performance Coatings.
5. Section 40_05_51.01 - Common Work Results for Valves.
1.02 REFERENCES
A. American Society of Mechanical Engineers (ASME):
1. B16.1 - Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125,
and 250.
2. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24 Inch
Standard.
B. American Water Works Association (AWWA):
1. C508 - Standard for Swing-Check Valves for Waterworks Service 2 Inch
Through 24 Inch (50-mm Through 600-mm) NPS.
C. ASTM International (ASTM):
1. A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and
Pipe Fittings.
2. A313 - Standard Specification for Stainless Steel Spring Wire.
3. A536 - Standard Specification for Ductile Iron Castings.
4. B582 - Standard Specification for Nickel-Chromium-Iron-Molybdenum-Copper
Alloy Plate, Sheet, and Strip.
5. B584 - Standard Specification for Copper Alloy Sand Castings for General
Applications.
1.03 SYSTEM DESCRIPTION
A. Design requirements:
1. Check valves suitable for service as follows:
a. In either horizontal or vertical position.
b. Suitable for service working pressures up to 150 pounds per square inch
gauge.
Page 28 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 40_05_65.24-2 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/40_05_65.24 (FRS-90)
1.04 SUBMITTALS
A. Submit as specified in Section 01_33_00.
B. Product data: As specified in Section 40_05_51.01 - Common Work Results
for Valves.
C. Commissioning submittals:
1. Provide Manufacturer’s Certificate of Installation and Functionality Compliance
as specified in Section 01_75_17.
1.05 WARRANTY
A. Provide warranty as specified in Section 01_78_36.
PART 2 PRODUCTS
A. Valves 4 inches through 24 inches:
1. Manufacturers: One of the following or equal:
a. Kennedy, Figure 106LW or M&H, Model 159.
b. Mueller Co., Model A-2600.
c. APCO Model 250.
d. Crispin SWL Series.
2. Valve design:
a. In accordance with AWWA C508.
b. Constructed to permit top entry and removal of internal components
without removing the valve.
c. Equipped with outside lever and weight.
d. Suitable for upwards vertical flow.
3. Materials:
a. Body: Cast iron, ASTM A126 Class B or ASTM A536 Grade 65-45-12
Ductile Iron.
b. Disc:
1) Valve disc shall be ASTM A126 cast iron, ASTM A536 ductile iron, or
ASTM B584 bronze.
2) 4-inch valves: Bronze or stainless steel rings and seats.
3) 6 inches and larger valves: Bronze-faced or stainless steel rings and
seats.
4) Rubber seat Buna-N or EPDM.
c. Hinge pins: Stainless steel.
d. Interior Lining: Interior of valves shall be glass lined at 8 to 12 mils
thickness, covering the entire interior of valve body and stopping at the
flange faces.
Page 29 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 40_05_65.24-3 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/40_05_65.24 (FRS-90)
PART 3 EXECUTION
3.01 FIELD APPLIED COATING OF VALVE EXTERIOR
A. Match color and be compatible with manufacturer’s coating system and as specified
in Section 09_96_01.
1. When shop applied finish coating matches field applied coating on adjacent
piping, touch up shop coating in damaged areas in accordance with
instructions recommended by the paint manufacturer.
2. When shop applied coating does not match field coating on adjacent piping, or
when damage has occurred to the shop applied coating that requires more
than touchup, blast clean valve surfaces or utilize other surface preparation
recommended by the manufacturer of the coating material and apply the
coating system used for coating adjacent piping.
3.02 COMMISSIONING
A. As specified in Section 01_75_17 and this Section.
B. Manufacturer services:
1. Provide certificates:
a. Manufacturer's Certificate of Installation and Functionality Compliance.
C. Functional testing:
1. Valves:
a. Test witnessing: Witnessed.
b. Conduct pressure and leak test, as specified in Section 40_05_51.01.
END OF SECTION
Page 30 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Page 31 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-1 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
SECTION 43_23_13.37
HORIZONTAL CHOPPER CENTRIFUGAL PUMPS
PART 1 GENERAL
1.01 SUMMARY
A. Section includes: Horizontal, dry pit, flexibly coupled, centrifugal chopper pump with
drivers and features as specified.
B. Tag numbers: As specified in Pump Schedule.
C. Related sections:
1. Section 01_33_00 - Submittal Procedures
2. Section 01_60_00 - Product Requirements.
3. Section 01_75_17 - Commissioning.
4. Section 01_78_23 - Operation and Maintenance Data.
5. Section 01_78_36 - Warranties and Bonds.
6. Section 05_05_24 - Mechanical Anchoring and Fastening to Concrete and
Masonry.
7. Section 26_05_09 - Low Voltage Motors up to 500 Horsepower
8. Section 46_05_10 - Common Work Results for Mechanical Equipment.
9. Section 46_05_94 - Mechanical Equipment Testing.
1.02 REFERENCES
A. American Bearing Manufacturers Association (ABMA):
1. 9 - Load Ratings and Fatigue Life for Ball Bearings.
2. 11 - Load Ratings and Fatigue Life for Roller Bearings.
B. American Society of Mechanical Engineers (ASME):
1. B16.1 - Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, and 250.
C. ASTM International (ASTM):
1. A48 - Standard Specification for Gray Iron Castings.
2. A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished.
3. A148 - Standard Specification for Steel Castings, High Strength, for Structural
Purposes.
4. A276 - Standard Specification for Stainless Steel Bars and Shapes.
5. A536 - Standard Specification for Ductile Iron Castings.
6. A582 - Standard Specification for Free-Machining Stainless Steel Bars.
7. E10 - Standard Test Method for Brinell Hardness of Metallic Materials.
D. Hydraulic Institute (HI):
1. 1.1-1.2 - Rotodynamic (Centrifugal) Pumps for Nomenclature and Definitions.
2. 1.3 - Rotodynamic (Centrifugal) Pumps for Design and Application.
3. 1.4 - Rotodynamic (Centrifugal) Pumps for Manuals Describing Installation,
Operation, and Maintenance.
4. 9.1-9.5 - Pumps - General Guidelines for Types, Definitions, Application,
Sound Measurement and Decontamination.
Page 32 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-2 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
1.03 DEFINITIONS
A. Pump head (total dynamic head, TDH), flow capacity, pump efficiency, net positive
suction head available (NPSHa), and net positive suction head required (NPSHr):
As defined in HI 1.1-1.2, 1.3, and 9.1-9.5 and as modified in the Section.
B. Suction head: Gauge pressure available at pump intake flange or bell in feet of fluid
above atmospheric; average when using multiple suction pressure taps, regardless
of variation in individual taps.
C. Tolerances: In accordance with HI 1.1-1.2, 1.3, 1.4, and 9.1-9.5, unless specified
more restrictively.
1.04 SYSTEM DESCRIPTION
A. Chopper centrifugal pumps with components: Pump, driver, motors, and drive
arrangements as specified or as scheduled with shafts, seals or packing, couplings,
or belts, base plates or pedestals, guards, supports, anchor bolts, necessary valves,
gauges, taps, lifting eyes, stands, and other items as required for a complete and
operational system.
B. Chopping/maceration of materials shall be accomplished by the action of the
cupped and sharpened leading edges of the impeller blades moving across the
cutter box at the intake opening.
C. The pumps shall be capable of continuous operation while pumping sludge
containing up to 6 percent solids with heavy rags, plastics, grease, hair, grit, and
other stringy fibrous material.
D. Product requirements as specified in Section 01_60_00 Section 46_05_10.
1.05 SUBMITTAL
A. Submit as specified in Section 01_33_00.
B. Product data: As specified in Section 46_05_10:
1. Certifications: Submit Certification of Rockwell C Hardness for cutter bars and
impeller.
C. Shop drawings: As specified in Section 46_05_10.
D. Calculations: As specified in Section 46_05_10.
E. Vendor operation and maintenance manuals: As specified in Section 01_78_23.
F. Commissioning submittals:
1. Provide Manufacturer’s Certificate of Source Testing as specified in
Section 01_75_17.
2. Provide Manufacturer’s Certificate of Installation and Functionality Compliance
as specified in Section 01_75_17.
Page 33 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-3 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
1.06 WARRANTY
A. As specified in Section 01_78_36.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. One of the following or equal:
1. Vaughan Co., Inc.
2. Wemco Pumps, Model CF.
3. Hayward Gordon Ltd.
4. Fairbanks Morse.
2.02 MATERIALS
A. General: Materials in the Pump Schedule shall be the type and grade as specified in
this Section.
B. Cast iron: ASTM A48, Class 30 minimum.
C. Ductile iron: ASTM A536.
D. Cast steel: ASTM A148, Grade 90 - 60; minimum Rockwell C hardness number as
scheduled.
E. Steel: ASTM A108, Grade as scheduled.
F. 316 Stainless: ASTM A276, Type 316 stainless steel; nickel - chrome - boron
coating as scheduled.
G. 420F Stainless: ASTM A582, Type 420 Stainless Steel.
2.03 GENERAL PUMP CONSTRUCTION
A. Type: Industrial (heavy) duty chopper centrifugal pumps.
B. Other requirements:
1. Vibration: Per HI 9.6.4. Rotordynamic Pumps for Vibration Measurements and
Allowable Values, articles pertaining to solids handling non-clog pumps.
2.04 PUMP CASINGS
A. Material: As scheduled.
B. Provide a single piece casing with integrally cast discharge flange.
C. Design to withstand a design working pressure not less than 1.10 times the
maximum shutoff total dynamic head with the maximum diameter impeller at the
maximum operating speed plus the maximum suction static head.
Page 34 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-4 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
D. Design to withstand a 5-minute hydrostatic test pressure not less than 1.5 times the
design working pressure.
E. Provide suction and discharge flanges with ASME B16.1 Class 125 bolt patterns.
F. Provide a cast cleanout to permit inspection and cleaning of the pump suction area.
1. The cleanout shall have a bolted cover with inner contour that matches
contour of suction piece.
G. Provide casings with both 1/4-inch NPT high point vent and 1 inch low point drain
taps on suction side; install pipe nipples with threaded gate valves.
H. Provide 1/4-inch NPT taps for pressure gauges on the suction and discharge
flanges.
2.05 BACK PLATES
A. Material: As scheduled.
B. The back pullout plate shall be a separate component part and shall allow removal
of the pump components from above the casing.
C. The back pullout plate shall allow external adjustment of the impeller to cutter bar
clearance.
D. The pump shall include a rear cutting mechanism designed to cut against the pump
out vanes and the impeller hub, reducing and removing stringy materials from the
mechanical seal.
2.06 CUTTER BAR
A. Material: As scheduled.
B. Design cutter bar plate to prevent blockage of intake and binding of debris at the
shaft and impeller vanes.
C. Cutter bar shall be replaceable without replacement of the suction flange or suction
plate.
1. Cutter bars, which are integral to the suction flange, or suction plate are not
acceptable.
2.07 IMPELLERS
A. Material: As scheduled.
B. Type: Single-passage, semi-open chopper-centrifugal impeller with smooth water
passages to reduce clogging by rags, stringy or fibrous materials on impellers or
shafting.
C. Provide static, dynamic, and hydraulic balance of impeller and complete rotating
element.
Page 35 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-5 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
D. Impeller cutter nut: As scheduled.
E. Provide for external adjustment of impeller to cutter bar clearances without pump
disassembly or disturbances of suction or discharge piping.
2.08 PUMP SHAFTS
A. Material:
1. As scheduled.
2. Hard faced or with hardened sleeve where shafts pass through bearings.
Harden to 550 Brinell hardness number minimum per ASTM E10.
3. If mechanical seals are scheduled and mechanical seals cannot be installed
on hardened shaft, shaft is not to be hardened in the mechanical seal area.
4. If sleeve provided, sleeve to be renewable and key locked in place.
B. Strength: Able to withstand minimum 1.5 times maximum operating torque and
other loads.
C. Resonant frequency: As specified in Sections 46_05_10 and 46_05_94 -
Mechanical Equipment Testing.
D. Deflection: Maximum 0.002 inches under operating conditions.
E. Impeller attachment: Readily removable without use of special tools.
F. Shaft seal type:
1. Mechanical seals: Provide scheduled seal type meeting the following
requirements:
a. Balanced hydraulically.
b. Spring: Stationary, out of pumping fluid, Hastelloy C or Elgiloy 17-7 PH
stainless steel for split seals.
c. O-Ring: Viton 747.
d. Set screws: Type 316 Stainless Steel.
e. Faces: Reaction bonded Silicon Carbide, Tungsten Carbide.
2.09 BEARINGS AND BEARING FRAME
A. Bearing type: Back-to-back mounted single-row angular contact ball bearing and
radial bearings, self-aligning spherical roller type radial bearings, angular contact
ball type, or tapered roller for thrust bearings.
B. Bearing lubrication: As scheduled.
C. Bearing life: Minimum L10 life of 100,000 hours at rated design point or
24,000 hours in accordance with ABMA 9 or 11 at bearing design load imposed by
pump shutoff with maximum sized impeller at rated speed, whichever provides
longest bearing life in intended service.
D. Pump bearing frames:
1. Material: As scheduled.
2. Provide a 1-piece rigid construction with bearing housing.
Page 36 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-6 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
2.10 COUPLINGS
A. Type: As scheduled and specified in Section 46_05_10.
B. Design coupling to withstand a minimum of 1.5 times the maximum operating torque
and other imposed loads.
2.11 SUPPORTS, PEDESTALS, AND BASEPLATES
A. Pump base: Design a minimum 3/8-inch fabricated structural steel base and support
system for the drive arrangement scheduled and as schematically indicated on the
Drawings.
B. Pump, driver, and bearing support strength: Able to withstand minimum 1.5 times
maximum imposed operating loads or imposed seismic loads, whichever is greater.
C. Configuration: Allow easy access to stuffing boxes, bearing frames, and couplings.
D. Anchor bolts: As specified in Section 05_05_24.
2.12 EQUIPMENT GUARDS
A. Provide safety guards as specified in Section 46_05_10.
2.13 DRIVERS
A. Horsepower:
1. As scheduled.
2. Listed driver horsepower is the minimum to be supplied.
a. Increase driver horsepower if required to prevent driver overload while
operating at any point of the supplied pump operating head-flow curve
including runout.
b. When scheduled driver is a motor, increase motor horsepower if required
to prevent operation in the service factor.
c. Make all structural, mechanical, and electrical changes required to
accommodate increased horsepower.
B. Motors: Provide motors as specified in Section 26_05_09 and as specified in
this Section:
1. Revolutions per minute: As scheduled:
2. Enclosure: As scheduled.
3. Electrical characteristics: As scheduled.
4. Efficiency, service factor, insulation, and other motor characteristics: As
specified in Section 26_05_09.
5. Motor accessories: As specified in Section 26_05_09 and in this Section.
Page 37 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-7 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
2.14 SPARE PARTS AND SPECIAL TOOLS
A. Spare parts: Deliver the following as specified in Section 01_60_00:
1. Mechanical seal: 1 complete seal assembly for each type supplied.
2. Pump bearings: 1 set of radial and 1 set of thrust bearings.
3. Impeller cutter bar: 1 set.
B. Special tools: Provide 1 set of all special tools required for complete assembly or
disassembly of all the pump system components.
PART 3 EXECUTION
3.01 COMMISSIONING
A. As specified in Section 01_75_17 and this Section.
B. Manufacturer services:
1. Provide certificates:
a. Manufacturer’s Certificate of Source Testing.
b. Manufacturer’s Certificate of Installation and Functionality Compliance.
2. Manufacturer’s Representative onsite requirements:
a. Installation and Functional testing: 4 trips, 1-day minimum each.
3. Training:
a. Maintenance and Operation: Minimum 4 hours per session, 2 sessions.
b. May be combined with Installation and Functional Test trips with Owner's
approval.
4. Process operational period:
a. As required by Owner or Contractor.
C. Source testing: As specified in Pump Schedule.
D. Functional testing: As specified in Pump Schedule.
3.02 PUMP SCHEDULE
Tag Numbers DCP611, DCP612, DCP613, DCP614
General Characteristics
Service Digested Sludge
Quantity 4
First Named Manufacturer’s Model Number Model HE4K
Maximum Noise, dBA at 3 feet 85
Torsional Analysis Not Required
Minimum Pumped Fluid degrees Fahrenheit 65
Normal Pumped Fluid degrees Fahrenheit 80
Maximum Pumped Fluid degrees Fahrenheit 95
Page 38 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-8 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
Tag Numbers DCP611, DCP612, DCP613, DCP614
Pump Characteristics
Impeller Semi-open with chopper
Impeller Bearing Lubrication Oil or Grease
Shaft Seal Type Flushless Mechanical
Coupling Type Flexible
Speed Control Fixed
Maximum Pump revolutions per minute 1,170
Minimum Pump revolutions per minute 1,170
Rated Design Point:
Flow, gallons per minute 150
Head, feet 15
Min. Efficiency, percent 35%
Other Conditions:
Max. Shut Off Head, feet 25
Max. NPSHr at Every Specified Flow, feet 15
Min. NPSHa at Every Specified Flow, feet 35
Min. Suction Static Head, feet 10
Max. Suction Static Head, feet 22
Pump Materials
Pump Casing Ductile Iron or Cast Iron
Impeller Cast Steel, 60 Rockwell C
Impeller Cutter Nut Cast Steel, 60 Rockwell C
Cutter Bar T-1 Alloy Steel or Cast Steel, 60 Rockwell C
Shaft Steel, Grade 4140
Shaft Sleeve 316 Stainless
Stuffing Box None
Pump Bearing Frame Cast Iron
Nuts and Bolts 316 Stainless
Page 39 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
January 2018 - DRAFT 43_23_13.37-9 10811A10
pw://Carollo/Documents/Client/CO/Fort Collins (Wastewater)/10811A10 Digester Recirculation Pump Design/Specifications/43_23_13.37 (FRS-90)
Tag Numbers DCP611, DCP612, DCP613, DCP614
Driver Characteristics
Driver Type Motor
Drive Arrangement Horizontally Coupled
Non-reverse Ratchets None
Minimum Driver Horsepower 5
Maximum Driver Speed, rotations per minute 1,170
Motor Characteristics
Inverter Duty Rated No
Motor Voltage/Phases/Hertz 460/3/60
Enclosure Type TEFC, Class I - Div. 2
Source Testing
Test Witnessing Not Witnessed
Performance Test Level None
Vibration Test Level None
Functional Testing
Performance Test Level 1
Vibration Test Level 1
END OF SECTION
Page 40 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Page 41 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00530
WORK ORDER NOTICE TO PROCEED
NOTICE TO PROCEED DATE:
WORK ORDER TITLE: DWRF Digester Circulation Pumps Replacement - Construction
WORK ORDER NUMBER: H-WRF-2018-09
TO: Hydro Construction, Inc.
77 NW Frontage Road
Fort Collins, CO 80524
This notice is to advise you:
That the Work Order and all amendments and supplements to the Work Order Documents
covering the above described Work have been fully executed by the CONTRACTOR and the
OWNER. That the required CONTRACTOR's Performance and Payment Bonds and insurance
have been received by the OWNER. That the OWNER has approved the said Work Order and
Work Order Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within ( ) calendar days from receipt of this notice as required
by the Work Order and the AGREEMENT.
The dates for Substantial Completion and Final Acceptance shall be , and ,
respectively.
Dated this _____________ day of ___________, _____.
CITY OF FORT COLLINS (OWNER)
By:
Name, Title
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Work Order Notice to Proceed is hereby acknowledged this Day day of
Month, Year.
(CONTRACTOR)
By: ___________________________________________
Name, Title
Page 42 of 66
Page 42 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00651 Lien Waiver Release (SUBCONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
Page 43 of 66
Page 43 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00610
PERFORMANCE BOND
Bond No __
KNOW ALL MEN BY THESE PRESENTS: that
Hydro Construction, Inc.
77 NW Frontage Road
Fort Collins, CO 80524
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm)
(Address)
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300
LaPorte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of ($ ) in lawful money of the United States, for the
payment of which sum well and truly to be made, we bind ourselves, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Master Agreement with the OWNER, dated the Day day of Month, Year, a copy of which
is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work
Order, titled Work Order Project Title, Work Order Number PM's Tracking #, dated Work Order
Date, a copy of which is hereto attached and made a part hereof.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Work Order and Master
Agreement during the original term thereof, and any extensions thereof which may be granted by
the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if
the Principal shall satisfy all claims and demands incurred under such Work Order and Master
Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages
which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all
outlay and expense which the OWNER may incur in making good any default, then this obligation
shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Work Order and Master
Agreement or to the Work to be performed thereunder or the Specifications accompanying the
same shall in any way affect its obligation on this bond; and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Work Order and Master
Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the
State of Colorado and be acceptable to the OWNER.
Page 44 of 66
Page 44 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which
shall be deemed an original, this _____ day of ___________, _____.
IN PRESENCE OF: Principal
(Title) (Title)
(Corporate Seal)
(Address)
IN PRESENCE OF: Other Partners
_____________________________ By:
_____________________________ By:
IN PRESENCE OF: Surety
_____________________________ By:
_____________________________
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is
Partnership, all partners should execute Bond.
Page 45 of 66
Page 45 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00615
PAYMENT BOND
Bond No __
KNOW ALL MEN BY THESE PRESENTS: that
Hydro Construction, Inc.
77 NW Frontage Road
Fort Collins, CO 80524
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm)
(Address)
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300
LaPorte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of ($ ) in lawful money of the United States, for the
payment of which sum well and truly to be made, we bind ourselves, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Master Agreement with the OWNER, dated the Day day of Month, Year, a copy of which
is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work
Order, titled Work Order Project Title, Work Order Number PM's Tracking #, dated Work Order
Date, a copy of which is hereto attached and made a part hereof.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors,
and corporations furnishing materials for or performing labor in the prosecution of the Work
provided for in such Work Order and Master Agreement and any authorized extension or
modification thereof, including all amounts due for materials, lubricants, repairs on machinery,
equipment and tools, consumed, rented or used in connection with the construction of such Work,
and all insurance premiums on said Work, and for all labor, performed in such Work whether by
subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and
effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Work Order and Master
Agreement or to the Work to be performed thereunder or the Specifications accompanying the
same shall in any way affect its obligation on this bond; and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Work Order and Master
Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the
State of Colorado and be acceptable to the OWNER.
Page 46 of 66
Page 46 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which
shall be deemed an original, this _____ day of ___________, _____.
IN PRESENCE OF: Principal
(Title) (Title)
(Corporate Seal)
(Address)
IN PRESENCE OF: Other Partners
_____________________________ By:
_____________________________ By:
IN PRESENCE OF: Surety
_____________________________ By:
_____________________________
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is
Partnership, all partners should execute Bond.
Page 47 of 66
Page 47 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall submit Certificate of Insurance in compliance with the Work Order
Documents.
Page 48 of 66
Page 48 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER) PROJECT TITLE: DWRF Digester
Circulation Pumps Replacement -
Construction
DATE OF SUBSTANTIAL COMPLETION: LOCATION: Fort Collins, Colorado
OWNER: City of Fort Collins
PROJECT OR SPECIFIED PART SHALL CONTRACTOR: Hydro Construction, Inc.
INCLUDE:
WORK ORDER DATE:
The Work performed under this Work Order, pursuant to the Work Order Documents, has been
inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER
and the project (or specified part of the project, as indicated above) is hereby declared to be
substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Work Order Documents.
_____________________________ By: __________________________ ________
PROJECT MANAGER AUTHORIZED REPRESENTATIVE DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list within the time indicated.
_____________________________ By: __________________________ ________
CONTRACTOR AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as substantially complete and
will assume full possession of the project or specified area of the project at 12:01 a.m., on
. The responsibility for heat, utilities, security, and insurance
under the Work Order Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS ________ By: __________________________ ________
OWNER AUTHORIZED REPRESENTATIVE DATE
REMARKS: _________________________________________________________________
____________________________________________________________________________
Page 49 of 66
Page 49 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
____________________________________________________________________________
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
DATE:
TO:
You are hereby notified that on the Day day of Month, Year, the City of Fort Collins, Colorado,
has accepted the Work completed by Contractor Company Name, for the City of Fort Collins Work
Order, titled Project Title, Work Order Number PM's Tracking #.
Your continuing obligations and guarantees for the Project will be as provided in the Work Order
and Work Order Documents.
Sincerely,
City of Fort Collins
OWNER
By: ___________________________________________
___________________________________________
Name, Title
Page 50 of 66
Page 50 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Hydro Construction, Inc. (CONTRACTOR)
WORK ORDER TITLE: DWRF Digester Circulation Pumps Replacement - Construction
WORK ORDER NUMBER: H-WRF-2018-09
1. The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives
all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims
(40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights
which the CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the construction, design,
improvement, alteration, addition or repair of the above described project, against the
OWNER or its officers, agents, employees or assigns, against any fund of or in the
possession or control of the OWNER, against the project or against all land and the buildings
on and appurtenances to the land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the CONTRACTOR or its agents,
employees, and servants, or by and through the CONTRACTOR by various Subcontractors
or materialmen or their agents, employees and servants and further affirms the same have
been paid in full and have released in full any and all existing or possible future mechanic's
liens or rights or claims against the project or any funds in the OWNER'S possession or
control concerning the project or against the OWNER or its officers, agents, employees or
assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any,
and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR's Subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys fees,
incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes an
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and
Page 51 of 66
Page 51 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material
bonds for the project.
Signed this ______ day of __________, ___.
CONTRACTOR: Company Name
By: ___________________________________________
___________________________________________
Name, Title
ATTEST:
_____________________________
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this _________ day of __________, _____, by
________________________________________________________________.
Witness my hand and official seal.
My Commission Expires: ___________________________.
_________________________
Notary Public
Page 52 of 66
Page 52 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00650
LIEN WAIVER RELEASE
(SUBCONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Hydro Construction, Inc. (CONTRACTOR)
WORK ORDER TITLE: DWRF Digester Circulation Pumps Replacement - Construction
WORK ORDER NUMBER: H-WRF-2018-09
1. The Subcontractor acknowledges having received payment from the CONTRACTOR for all
work, labor, skill and material furnished, delivered and performed by the Subcontractor for
the CONTRACTOR or for anyone in the construction, design, improvement, alteration,
addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the Subcontractor voluntarily waives all
rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40
U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which
the Subcontractor may now or may afterward have, claim or assert for all and any work,
labor, skill or materials furnished, delivered or performed for the construction, design,
improvement, alteration, addition or repair of the above described project, against the
CONTRACTOR or its officers, agents, employees or assigns, against the project or against
all land and the buildings on and appurtenances to the land improved by the project.
3. The Subcontractor affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the Subcontractor or its agents,
employees, and servants, or by and through the Subcontractor by various sub-
subcontractors or materialmen or their agents, employees and servants, and further affirms
the same have been paid in full and have released in full any and all existing or possible
future mechanic's liens or rights or claims against the project or against the CONTRACTOR
or its officers, agents, employees or assigns arising out of the project.
4. The Subcontractor agrees to defend and hold harmless the CONTRACTOR, the lender, if
any, and the Surety on the project against and from any claim hereinafter made by the
Subcontractor's sub-subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the CONTRACTOR or OWNER, lender or Surety or their
officers, employees, agents or assigns arising out of the project for all loss, damage and
costs, including reasonable attorneys fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes an
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and
may be relied upon by the CONTRACTOR, OWNER, the lender, if any, and Surety on any
labor and material bonds for the project.
Page 53 of 66
Page 53 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Signed this ______ day of _________, ___.
SUBCONTRACTOR:
By: ___________________________________________
___________________________________________
Name, Title
ATTEST:
_____________________________
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this _________ day of __________, _____, by
__________________________________________________________________.
Witness my hand and official seal.
My Commission Expires: ___________________________.
__________________________________
Notary Public
Page 54 of 66
Page 54 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Hydro Construction, Inc.
TITLE: DWRF Digester Circulation Pumps Replacement - Construction
WORK ORDER NUMBER: H-WRF-2018-09
WORK ORDER DATE:
In accordance with the provisions of the Work Order and Master Agreement between the OWNER
and the CONTRACTOR as indicated above, for the Work Order titled Work Order Project Title on
bond of , (Surety)
_______________________________________ hereby approves of the Final Payment to the
CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety
Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this _________ day of
_________ _, _____.
____________________________________________
(Surety Company)
By: ________________________________________
(Name) Attorney-in-Fact
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
Page 55 of 66
Page 55 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Page 56 of 66
Page 56 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Page 57 of 66
Page 57 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00800
SUPPLEMENTARY CONDITIONS
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition, with City of Fort Collins
Modifications, Rev. 9/94) and other provisions of the Work Order Documents as indicated below.
SC-1 DEFINITIONS
SC-1.38. Add the following language to the conclusion of paragraph 1.38 of the General
Conditions:
1.38. Substantial Completion. .... Substantial Completion is further defined as that
degree of completion of the operating facilities or systems of the Project defined in the
Work Order sufficient to provide the OWNER the full time, uninterrupted, continuous,
beneficial operation of the modifications, and all inspections required have been
completed and identified conditions corrected.
SC-1.43.A. Add the following new paragraph immediately after paragraph 1.43 of the General
Conditions:
1.43.A. Work Order--A written document executed by OWNER and
CONTRACTOR that provides for the construction of the Work, or a portion of the Work
pursuant to the Master Agreement and all as required by the Work Order Documents,
and that becomes a Work Order Document when executed.
SC-2 PRELIMINARY MATTERS
SC-2.8. Delete paragraph 2.8 of the General Conditions entirely and replace it with the
following paragraph:
2.8. Preconstruction Conference. Within ten days after the Work Order
Times for a Work Order start to run, but before any Work at the site is started, a
conference attended by CONTRACTOR, ENGINEER and others as appropriate will
be held to establish a working relationship among the parties as to the Work and to
discuss the schedules referred to in paragraph 2.6, procedures for handling Shop
Drawings and other submittals, processing Applications for Payment, and maintaining
required records.
SC-2.10. Add the following new paragraph immediately after paragraph 2.9 of the General
Conditions:
2.10. Work Order Required for All Work. References to the Master Agreement in
this Article 2 and in the General and Supplementary Conditions and Work Order
Documents notwithstanding, no Work shall be initiated or performed until
CONTRACTOR has received a signed and executed Work Order, and the Notice to
Proceed, from OWNER; and no provision of this Article 2 or of the General and
Supplementary Conditions and Work Order Documents shall permit or require any
action of CONTRACTOR in the absence of a signed and executed Work Order. All
provisions of this Article 2 and of the General and Supplementary Conditions and Work
Page 58 of 66
Page 58 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Order Documents referencing the Master Agreement or other parts of the Work Order
Documents, or permitting or requiring any action of CONTRACTOR, shall be read as
referencing and, as appropriate, requiring a signed and executed Work Order.
SC-4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
SC-4.2.1.2. Add the following new paragraph immediately following paragraph 4.2.1.2 of the
General Conditions:
4.2.1.2.1. No drawing of physical conditions in or relating to existing surface or
subsurface structures (except Underground Facilities referred to in paragraph 4.3)
which are at or contiguous to the site have been utilized by the Engineer in preparation
of the Work Order Documents, except the following:
None
SC-5 BONDS AND INSURANCE
SC-5.4.7. Include the following parties or entities as additional insureds, as provided in
paragraph 5.4.7 of the General Conditions:
5.4.7.1. City of Fort Collins, Colorado, PO Box 580, Fort Collins, CO 80522.
5.4.7.2. NA
SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the
General Conditions:
5.4.8.1. Limits of Liability. The limits of liability for the insurance required by the
paragraph numbers of the General Conditions listed below are as follows:
For Paragraphs 5.02.A.1 and 5.02.A.2: Coverage A - Statutory Limits; Coverage B -
$100,000 / $100,000 / $500,000.
For Paragraphs 5.02.A.3 and 5.02.A.5: The Commercial General Liability policy will
have limits of $1,000,000 combined single limits (CSL). This policy will include
coverage for Explosion, Collapse, and Underground coverage unless waived by the
Owner.
For Paragraph 5.02.A.6: The Comprehensive Automobile Liability Insurance policy
will have limits of $1,000,000 combined single limits (CSL).
For Paragraph 5.02.B.3: This policy will include completed operations coverage /
product liability coverage with limits of $1,000,000 combined single limits (CSL). This
policy shall also include an Umbrella Excess Liability as follows: General liability and
automobile liability insurance in an amount not less than $1,000,000 per occurrence
in excess of the above stated primary limits.
Page 59 of 66
Page 59 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SC-6 CONTRACTOR’S RESPONSIBILITIES
SC-6.14.3. Add the following new paragraph immediately after paragraph 6.14.2 of the
General Conditions:
6.14.3. The following Laws or Regulations are included in the Work Order
Documents as mandated by statute or for the convenience of the CONTRACTOR.
Other Laws and Regulations apply which are not included herein, and are within the
CONTRACTOR's duty and responsibility for compliance thereto:
6.14.3.1. Notice to owners of Underground Facilities is required prior to excavations in
the vicinity of such facilities.
6.14.3.2. Unless otherwise decided by reason of the amount of the Work Order Price
involved, or other good reason, before or at the time that the contract is awarded to a
corporation outside the State of Colorado, such corporation must carry out the proper
procedure to become authorized to do business in the State of Colorado, designate a
place of business therein, and appoint an agent for service of process.
Such corporation must furnish the OWNER with a certificate from the Secretary of
State of Colorado has been issued by its office and there shall also be procured from
the Colorado Secretary of State or certified copy of the designated of place of business
and appointment of agent for service of process, or a letter from the Colorado
Secretary of State that such designation of place of business and agent for service of
process have been made.
6.14.3.3. The CONTRACTOR must conform to the rules and regulations of the
Industrial Commission of Colorado. Particular reference is made to rules and
regulations governing excavation Work adopted by the Industrial Commission of
Colorado.
SC-11 CHANGE OF CONTRACT PRICE
SC-11.6.2.7. Add the following new paragraph to paragraph 11.6.2 of the General Conditions:
11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up prescribed
by the Master Agreement shall be used in lieu of any CONTRACTOR'S fee, overhead,
profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2, and
11.6.2.3.
SC-12 CHANGE OF CONTRACT TIMES
SC-12.3. Add the following language to the end of paragraph 12.3 of the General Conditions:
12.3. .... Lost days due to abnormal weather conditions will be allocated as
required.
SC-14 PAYMENTS TO CONTRACTOR AND COMPLETION
SC-14.1. Add the following language to the end of paragraph 14.1 of the General Conditions:
Page 60 of 66
Page 60 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
14.1. Schedule of Values. .... Progress payments on the fixed fee shall be in
proportion to the cumulative actual Cost of the Work as a percentage of the Allowable
Cost of the Work. An amount not to exceed fifteen (15%) percent of the fixed fee shall
be advanced to the Contractor for mobilization in the first progress payment.
Page 61 of 66
Page 61 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Change Order
00960 Application for Payment
Page 62 of 66
Page 62 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: DWRF Digester Circulation Pumps Replacement - Construction
CONTRACTOR: Hydro Construction
WORK ORDER NUMBER: H-WRF-2018-09
PO NUMBER:
DESCRIPTION:
1. Reason for Change: Why is the change required?
2. Description of Change: Provide description of the changes to the Work
3. Change in Work Order Price:
4. Change in Work Order Time:
ORIGINAL WORK ORDER PRICE $ .00
TOTAL APPROVED CHANGE ORDER .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGINAL WORK ORDER %
ADJUSTED WORK ORDER COST $ .00
CONTRACTOR: Company Name
By: Date:
Name: Title:
ACCEPTED: Date:
City PM Name, Title
REVIEWED: Date:
Name, Buyer or Senior Buyer
ACCEPTED: Date:
Name, Title
ACCEPTED: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
Page 63 of 66
Page 63 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
SECTION 00960
APPLICATION FOR PAYMENT
PROJECT Page 1 of 1
OWNER:
ENGINEERS:
ADDRESS:
NUMBER DATE AMOUNT
$ -
$ -
$ -
NUMBER DATE AMOUNT FUND OBJECT
Amount Due this Pay Application (before retainage):
$ -
$ -
0.00%
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager
BY: DATE: DATE:
NAME & TITLE:
BY: DATE:
NAME & TITLE: Official Purchasing Form
Last updated 10/2017
Net Change by Change Order:
Change order %:
Original Contract Amount
Net Change by Change Order
Revised Current Contract Amount
Total Work Completed to Date:
Total Stored to Date:
CHANGE ORDERS PAY APPLICATION
Application is made for Payment as shown below in connection with the Contract.
The present status of the account for this Contract is as follows:
CONTRACTOR:
$ -
$ -
RETAINAGE
$ -NumbersCharge
$ -
$ -
Less Previous Payments:
Total Completed and Stored Materials to Date:
Less Retainage
$ -
$ -
$ -
AMOUNT DUE THIS APPLICATION: $ -
The above Amount Due this Application is requested by the CONTRACTOR's Project Manager.
BY:
PO NUMBER
ADDRESS: ADDRESS:
APPLICATION NUMBER
APPLICATION DATE
PERIOD BEGINNING
PERIOD ENDING
PROJECT NUMBER
Retainage to Date:
NAME & TITLE:
Total (after retainage):
Payment of the above Amount Due This Application is approved by the OWNER.
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
Unit Price Total Quanitity Total Quantity Total Quantity Total
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
$ -
$ -
$ -
$ -
$ -
0.00%
$ - $ - $ - $ - $ - 0.00%
Official Purchasing Form
Last Updated 10/2017
Total to Date Less Retention
Change Orders to Date (see attached)
$ -
$ -
CONTRACT SUMMARY
Total Due
Adjusted Contract Amount
$ -
Total Change Order Work to Date (see attached)
Value of Work in Place
Percent Complete Including Stored Materials
Less Retention @ 10% up to 50% complete, 5% beyond 50% of Adjusted Contract
Crosscheck
Total Completed to Date
Total Materials Remaining @ Site
$ -
$ -
$ -
Original Contract Amount
Less Previous Billings $ -
$ -
$ -
$ -
Utilities Work Order – Construction Form Official Purchasing Form
Last updated 10/2017
ATTACHMENT A
DRAWING INDEX
WORK ORDER # H-WRF-2018-09
WORK ORDER TITLE: DWRF Digester Circulation Pumps Replacement - Construction
BY: Carollo
Sheet Title Drawing Revision Date
1 G-01 TITLE SHEET 01/2018 (all)
2 GM-01 PIPE SCHEDULE AND DETAILS
3 M-DBD-01 DIGESTER BUILDING BASEMENT PLAN
4 M-DBD-02 DCP REPLACEMENT PLANS & SPECIFICATIONS
5 M-DBD-03 DCP REPLACEMENT PLANS & SPECIFICATIONS
6 ESD-M1221-01 MOTOR CONTROL CENTER MCC1221 ELEVATION
7 ESD-M1221-02 MOTOR CONTROL CENTER MCC1221 1-LINE DIAGRAM-I
8 ESD-M1221-03 MOTOR CONTROL CENTER MCC1221 1-LINE DIAGRAM-II
9 ESD-M1221-04 MOTOR CONTROL CENTER MCC1221 1-LINE DIAGRAM-III
10 GI-01 LEGEND
11 GI-02 WATER UTILITY P&ID TAG LEGEND
12 GI-03 P&ID PHYSICAL LOCATIONS
13 GI-04 SYMBOLS & ABBREVIATIONS – I
14 GI-05 SYMBOLS & ABBREVIATIONS – I
15 PI-DBD-09 DIGESTER CIRCULATION PUMP DCP611 & DCP612
15 PI-DBD-10 DIGESTER CIRCULATION PUMP DCP611 & DCP612
Page 66 of 66
Page 66 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
SECTION 00610
PERFORMANCE BOND
Bond No _34BCSHU4611A
KNOW ALL MEN BY THESE PRESENTS: that
Hydro Construction Company, Inc..
77 NW Frontaae Road
Fort Collins, CO 80524
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
Hartlord_Fire_lnsurance Company
One Hartford Plaza. Hartford CT 06155
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins^ 300
LaPorte Ave. Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of One Hundred Ninetv-Eiaht Thousand SeyenJ-Lundred
Twelve & 00/100 Dollars ($_t98^71ZOO) in lawful money of the United States, for the payment of
which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Master Agreement with the OWNER, dated the 20 day of June, 2016, a copy of which
is hereto attached and made a part hereof, for the performance of The City of Fort Collins Work
Order, titled DWRF Digester Circulation Pump Replacement - Construction, Work Order
Number H-WRF-2018-09, dated March 7, 2018, a copy of which is hereto attached and made a
part hereof. RFP #8286
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Work Order and Master
Agreement during the original term thereof, and any extensions thereof which may be granted
by the OWNER, with or without Notice to the Surety and during the life of the guaranty period,
and if the Principal shall satisfy all claims and demands incurred under such Work Order and
Master Agreement, and shall fully indemnify and save harmless the OWNER from all cost and
damages which it may suffer by reason of failure to do so, and shall reimburse and repay the
OWNER all outlay and expense which the OWNER may incur in making good any default, then
this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Work Order and
Master Agreement or to the Work to be performed thereunder or the Specifications
accompanying the same shall in any way affect its obligation on this bond; and it does hereby
waive notice of any such change, extension of time, alteration or addition to the terms of the
Work Order and Master Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 12th day of March _2018
11\LE8ESENCEOF:
x.v ^U/y
lf>:ff7\^ r. ^ {'['"y^, ^., Whi^f
(Title^
(Corporate Seal)
Principal
Hydro Construction Company, Inc..
i, ^ r ^ ^,
(Title)
77 NW Frontage Road
Fort Collins. CO 80524
(Address)
'i\ C^-.
IN PRESENCE OF: Other Partners
By:_
By:_
IN PRESENCE OF:
Witness
y 7
Surety^Hartford Fire Insurance Company
By:AUULfciUj:
Daffene Krings, Attorney-/n-Fact
One Hartford Plaza. Hartford. CT 06155
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is
Partnership, all partners should execute Bond.
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
SECTION 00615
PAYMENT BOND
Bond No 34BCSHU4611A
KNOW ALL MEN BY THESE PRESENTS: that
Hydro Construction Company, Inc..
77 NW Frontage Road
Fort Collins. CO 80524
(an Individual), (a-PartsefsNp), (a Corporation), hereinafter referred to as the "Principal" and
Hartford Fire Insurance Companv
One Hartford Plaza, Hartford CT 06155
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 LaPorte
Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in
the penal sum of One Hundred Ninetv-Eight Thousand Seven Hundred Twelve & 00/100 Dollars
($198.712.00) in lawful money of the United States, for the payment of which sum well and truly to be
made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain
Master Agreement with the OWNER, dated the 20 day of June, 2016, a copy of which is hereto attached
and made a part hereof, for the performance of The City of Fort Collins Work Order, titled DWRF Digester
Circulation Pump Replacement - Construction, Work Order Number H^/VRF^OlS-Qg, dated March 7,
2018, a copy of which is hereto attached and made a part hereof. RFP #8286
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and
corporations furnishing materials for or performing labor in the prosecution of the Work provided for in
such Work Order and Master Agreement and any authorized extension or modification thereof, including
all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or
used in connection with the construction of such Work, and all insurance premiums on said Work, and for
all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the Work Order and Master Agreement or
to the Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond;and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Work Order and Master Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of
Colorado and be acceptable to the OWNER.
. City.oi.
f:ortCollins Utilities Work Order - Construction Form Official Puwhasing Form ^
Last updated W/20^ 7
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be
deemed an original, this 12th day of March , 2018.
N PRESENCE OF:
i M^\e '{4r^ v ^ (V
it'i^^i Cc^yidW, fa^L
(Title;;
(Corporate Seal)
Principal
Hydro Construction Company, Inc..
MK. £
(Title)
77 NW Frontage Road,
Fort Collins, CO 80524
(Address)
^oc^
IN PRESENCE OF: Other Partners
By:_
By:_
IN PRESENCE OF:
Witness.
^
Surety: Hartford Fire Insurance Company
By: kl^AjA-CLJ 0 .
Darlehe Krings, Attorn ey-in-^act ^
One Hartford Plaza, Hartford CT 06 155
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Work Order. If CONTRACTOR is Partnership, all
partners should execute Bond.
. City^of.
f:6r'tCollins Utilities Work Order - Construction Form Officia! Purchasing Fonn ~^
Last updated 10/2017
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
POWER OF ATTORNEY
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-12
One Hartford Plaza
Hartford, Connecticut 06155
KNOW ALL PERSONS BY THESE PRESENTS THAT:
Bond. ClaimsOthehartford. corn
ca//; 888-266-3488 or fax: 860-757-5835
Agency Name: FLOOD S: PETERSON INSURANCE INC
Agency Code: 34-340869
x I Hartford Fire Insurance Company, a corporation duly organized under the laws of the Slate of Connecticut
X I Hartford Casualty Insurance Company, a corporation duly organized under the lavvy ot'the State oflndiana
|x I Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the la\\s of the State ot'Connccticut
Twin City Fire Insurance Company, a corporation duly organised under the laws of the Stale ot'Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a coiporation duly organized under the laws of the State of Indiana
|^ I Hartford Insurance Company of the Southeast, a corporaiion duly organized under ihc laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited :
Melanie Lathouwers, Russell D. Lear, Darlene Krings, Kelly T. Urwiller, Steven J. Blohm,
Wesley J. Butorac, Dulce R . Huggins, Royal Love 11, Krist en Pereiro, K'Anne E . Vogel of
GREELEY, Colorado
their true and lawful A«orney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ^, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
^^/1%^^
John Uray, Assistant yecretary
STATE OF CONNECTICUT
M. Ross Fisher, Senior Vice President
COUNTY OF HARTFORD } ss. Hartford
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
Nora M. ''Irsinko
Notary Publit:
CERTIFICATE2018 My C'ommi. ssion [spires March 31.
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above ana foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 12, 2018
Signed and sealed at the City of Hartford.
w^
Kevin Heckman, Assistant Vice President
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
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
PRO-
POLICY
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)
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)
3/9/2018
Flood and Peterson
PO Box 578
Greeley CO 80632
Dana Stewart, CIC, CISR
(970)266-7149 (970)506-6845
DStewart@floodpeterson.com
Hydro Construction Company Inc.
77 NW Frontage Road
Fort Collins CO 80524
Phoenix Insurance Company 25623
Travelers Indemnity Company 25658
Travelers Property Casualty Company 25674
Pinnacol Assurance 41190
CL17121120854
A
X
X
X
X DTCO8G990899PHX17 4/1/2017 4/1/2018
1,000,000
300,000
10,000
1,000,000
2,000,000
2,000,000
B
X
X X
X DT8108G990899IND17 4/1/2017 4/1/2018
1,000,000
C
X X
X 10,000 X CUP-2J40080A-17-26
4/1/2017 4/1/2018
5,000,000
5,000,000
D 2091550 4/1/2017 4/1/2018
X
1,000,000
1,000,000
1,000,000
Project #: 18-01-512
Owner' Project # H-WRF-2018-09
DWRF Digester Circulation Pumps Replacement
City of Fort Collins is included as Additional Insured on the General, Automobile, and Umbrella Liability
Policies if required by written contract or agreement and with respect to work performed by Insured
subject to the policy terms and conditions.
D Stewart, CIC, CISR/
City of Fort Collins
700 Wood Street
Fort Collins, CO 80521
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
$ -
$ -
Combined
Total Completed to Date
Total Contract Amount
Total This Period
Previous Billings
Balance Remaining
Percent Complete
PAY REQUEST
Item # Description Quantity Cost
Remaining
Percent
UOMComplete
Contract Summary This Period Previous Total to Date
Period Ending:
Page 65 of 66
Page 65 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the WORK have been satisfied as required in paragraph 14.3 of the General Conditions
of the Contract.
CERTIFICATION
BU
SCOPE OF WORK CHANGE ORDERS
RECONCILIATION CHANGE ORDERS
INVOICE NUMBER
Total Change Order Work to Date:
$ -
$ -
Retainage Previous:
Change in Retainage:
Page 64 of 66
Page 64 of 66
DocuSign Envelope ID: 9970B4A6-8088-4059-A3AE-46FCD4CD77B6