Loading...
HomeMy WebLinkAbout20181522.tiffRESOLUTION RE: APPROVE AGREEMENT FOR PROFESSIONAL SERVICES FOR IRRIGATION WELLS REPAIR AND AUTHORIZE CHAIR TO SIGN — QUALITY WELL AND PUMP WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Professional Services for Irrigation Wells Repair between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds, and Quality Well and Pump, commencing upon full execution of signatures, and ending December 31, 2018, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Professional Services for Irrigation Wells Repair between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds, and Quality Well and Pump, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 9th day of May, A.D., 2018. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: d„,„deivti;64, Weld County Clerk to the Board BY: Deputy C erk to the B APP :-VEDAST ounty orney Date of signature: a5 -.3i -re Steve Moreno, Cha. arbara Kirkmey r, Pro-Te C- Sean P. Conway c� Julie A. Cozad EXCUSED Mike Freeman ac : 6GCTTISG� 0(o -O7-18 2018-1522 BG0020 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 7, 2018 To: Board of County Commissioners From: Toby Taylor Subject: Well Pump Replacement, (B1800098) Buildings and Grounds sought quotes from three vendors to perform pump replacement for the failed water well pump in the North Business Park. The results of the bids are: Quality Well and Pump for $18,688.00 Ground Exploration LLC for $18,483.58 Hydro Resources for $19,991.00 The low bid from Ground Exploration LLC meets specifications on equipment. However, the amount of time needed for the installation is three weeks longer than Quality Well & Pump. Given the timeframe for establishing the lawn in the business park is critical, Buildings and Grounds is recommending the 2nd low bidder we awarded the contract . Therefore, Buildings & Grounds is recommending the bid be awarded to Quality Well and Pump for $18,688.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & QUALITY WELL AND PUMP IRRIGATION WELLS REPAIR THIS AGREEMENT is made and entered into this 3 day of P1 1 , 2016, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Quality Well and Pump. Whose address is 39525 HWY 85 Ault CO, 80610 hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No. B1800098. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of 020/, tifi25022_ Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated by either party at any time with notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $18,688.00 which is the bid. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Buildings & Grounds, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Standard of Care. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Weld County and the State must be named as additional insured on the Commercial General Liability policies (leases and construction contracts require additional insured coverage for completed operations on endorsements CG 2010 11/85, CG 2037, or equivalent). Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Should any of the above - described policies by canceled or should any coverage be reduced before the expiration date thereof, the Contract Professional shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent within thirty (30) days upon receipt of such cancellation from carrier or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall indemnify and hold harmless County, its officers, and employees, from and against injury, loss damage, or liability of Contract Professional arising out of the work done in fulfillment of the terms of this Contract, to the extent caused by a negligent act, error, or omission, or on account of any claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Buildings & Grounds, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: Quality Well and Pump. Attn.: Tony Cure — Turbine Department Manager Address: 39525 HWY 85 Address: Ault, CO 80610 E-mail: tonyEquaiitywellandpump.com Telephone: (970) 353-3118 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttavlor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contract Professional shall comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of th.e same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis -Bacon Wage Rates. Contract Professional understands and agrees that, if required the work shall be in compliance with the Davis- Bacon Wage Rates. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 3 day of M,att , 201x. CONTRACT PROFESSIONAL: Quality Well and Pump By: Name: --Toni y C2444 -- Title: --7-U 43 Avg_ WELD CO ATTEST. Weld BY: Deputy Cler.j o th B APPROVED AS TO FUNDIN Contro ler APPROVED AS i0 FORM: Attorney Date r 3, o29(f OARD OF COUNTY COMMISSIONERS LD_OUNTY,COLORADO ve Moreno, Chair mg 0 0 APPROVED AS TO SUBSTANCE: Elected Official or Department Head O(.O/612 f eermrat L' REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: APRIL 19, 2018 BID NUMBER: #B1800098 DESCRIPTION: IRRIGATION WELLS REPAIR DEPARTMENT: DEPARTMENT OF BUILDINGS & GROUNDS BID OPENING DATE: APRIL 26, 2018 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: Irrigation Wells Repair A mandatory pre -bid conference will be held on April 23, 2018 at 10:00 AM, at 1105 H Street, Greeley, CO. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: APRIL 26th, 2018 Ca? 10:00 a.m. (Weld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County - 2 methods: 1. Email. Emailed bids are preferred. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. Bids may be emailed to: bids@weldgov.com. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all BID REQUEST #B1800098 Page 2 employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcoitractor that fails to certify with Successful bidder that the subcontractor shall no: knowingly employ or contract will an illegal alien to perform work u nder this Agreement. Successful bidder shall not use E -Verify Program or State of Coloradprogram procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall ntify the subcontractor and County withir three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving n otice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, u ndertaken pursuant to C.R.S. § -'7.5-102(5), by the Colt•;rado Department •;f Labor and Employment. if Successful bidder participates in the State of Colorado program, Successful bidder shall, within -:wenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual n atural person eighteen ("8) years of age or older is lawfully present in the United States pursuant t. C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one '•f the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall prduce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 3. GFTNERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for teat purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract bey the current fiscal year. S. Confidential Information: Confidential information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFID—NTIAL." However, the succssful bidder is advised that as a public entity, Weld County must comply with the provisions of C. .S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will withhold any information which is clearly marked CONFIDENTIAL and submitted separately. Weld County staff will not be responsible for redacting or identifying Confiditial information which is included within the body or. the bid and not separatly entified. C. Governmentaa Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Inde en ent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those BID REQUEST #B1 800098 Page 3 of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and BID REQUEST #B1800098 Page 4 acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in Cunty's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. G. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Nonssignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. BID REQUEST #B1800098 Page 5 R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to BID REQUEST #B1800098 Page 6 guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in BID REQUEST #B1800098 Page 7 the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #BI 800098 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: This bid is to perform at turn -key urgent replacement of two irrigation well components. The wells are under 70 -feet deep are located south of 1399 N. 17th Avenue in Greeley, CO. The wells are used for irrigating the North Business park have been found in a failed condition. Therefore, the well components must be replaced. Specifications: 1. The inside well # 1 is a 30 horsepower Gould's 320L30 submersible pump and motor, and is approximately 59' deep 2. The outside well # 2 is a 30 horsepower Gould's 320L30 submersible pump and motor, that is approximately 61' deep 3. Replacement of well components shall include everything to create an operable system and shall include direct replaced of existing manufacture/type and quality. Other types will be considered. Please submit cut sheets on the proposed equipment. 4. This is a turn -key replacement to restore well to functioning. Items to be replaced include a new motor, screen, bowls, couplers, piping, submersible pump wire and splice kit, etc. 5. Both pumps operation on 460 volts. 6. Both wells are powered and run by a Syncroflo VFD- Eagle Irrigation Pumping Station 7. The inside well is accessible through a roof hatch. $ TOTAL ESTIMATED COMPLETION DATE r2 BID REQUEST #B1800098 Page 9 Th undersigned, by his or her si FIRM natur her by ac no '!edges an i represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1800098. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE FAX TAX ID **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD CUTY IS EE T FR NUMBER IS #9 3551-0000. ATTEST: Weld County Clerk to the Board BY: C LOADO SALES T ES. THE CERTIFIC You TO SEND B CK PAGES 1 tap Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director PTIN BID REQUEST #BI 800098 Page 10 Below are the answers to questions that occurred for the Irrigation Wells Repair (B1800098). Second Round 1. What type of material so you want the check valve made? ANSW 1 9 a S rainless Steel 2. What type of material so you want the adapter made? ANSWER: PVC 3. Should we include system startup in our bid? ANSWER: Yes. 4. Will you allow substitutes for the Gould pump or do you want to stay with Gould pumps? ANSWER: Replacement must be a Gould Pump =x H eTrf SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: This bid is to perform at turn -key urgent replacement of two irrigation well components. The wells are under 70 -feet deep are located south of 1399 N. 17'h Avenue in Greeley, CO. The wells are used for irrigating the North Business park have been found in a failed condition. Therefore, the well components must be replaced. Specifications: 1. The inside well # 1 is a 30 horsepower Gould's 320L30 submersible pump and motor, and is approximately 59' deep 2. The outside well # 2 is a 30 horsepower Gould's 320L30 submersible pump and motor, that is approximately 61' deep 3, Replacement of well components shall include everything to create an operable system and shall include direct replaced of existing manufacture/type and quality. Other types will be considered. Please submit cut sheets on the proposed equipment. 4. This is a turn -key replacement to restore well to functioning. Items to be replaced include a new motor, screen, bowls, couplers, piping, submersible pump wire and splice kit, etc. 5. Both pumps operation on 460 volts. 6. Both wells are powered and run by a Syncroflo VFD- Eagle Irrigation Pumping Station 7. The inside well is accessible through a roof hatch. TOTAL sr - ye, (4 -Its peo0.it1-. 2`', - -7 i'llESTIMATED COMPLETION DATE BID REQUEST #B1800098 Page 9 3 f • `" i .< 3 i �. i Y iF • ₹ ;..1 <.2 >t! 1_ ; t > 1 ' t; •3..R E ':.i >� • i, • l:/ 4 r , r t . g :: .\ 3 ti..<t# )-;. .ta $4rr#'.,"s,.s{€.•s.1.6 thE..) conditions, c1c1c3 .1s,• No. B: } i n (•fir"l elD �. ° C:.5 :.3 s' !' ,S s• .ti s.: A.. I.. f r^ i ••: , , 5 r, R {..r£ l t. n C•,) , 3 ≥ f} ¢y • 1 3 r• exclusive 1 Y ^:( f y{(' :.'<. • E p:.l ` 41, / ' , f/ \ ; ,7�6 r'.. s. ' 3 3 i. . T ! +. T d • I i E r I (. J i f f, 1, r '• i... • • ��•C \..r /i.J ,.. J S r� J ! 1 < r 777 and rah Ott it:21i Sidle Hild local taxes, � she i 4£ 1 authorized t � f � .. � bind i £ • the �w>� ', {•", { }'� . ' / f •, • si bidder r { Y � g S� } 4 � ::� � # i� rh � ` 3.. i, t 3. \.r C ishe 3sa€,. iior z d o bi 3v Si .�e o,il�• na ..led i �it,. t.. er for :e amount sE loXYt Or accompanying .3[ o proposal sheets; :.r The s gne l bid submitted, all of the documents of he Request or Proposal contained :wei (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld d ; un; together constitutes a contract, with the contract date being the date of rm • aacceptance of he bid by Weld County. .: Veld County reserves the right tc.) reject any and all bids, to waive any informality in the bids, an to accept the bid ha , in the opinion e Board of Count.y Commissioners, is to the best interests Weld County. The bid(s) may be awarded to more than one vendor. FIRM(..,.,.fia i .<. ¢ J e t- nv r „ Y ii ...R.T. `+x:4 .....:.::........Ev.....,.,............«..,.............,.......,...........,......,,:.,...,,,.,..,,,,,.,•.....ro.,..........,. ....,c.>n.n..,.:: s::...:..:...v.:- <a., .:.,.......a,:.: a.,..,....,,., )r<^wn� xw:>»>is, <>w?),Marsy/.'nYsfrai:Yv:c::r':::v•.,NRC ,�.,. ... _.. _. ., -. ...,., IsiN F , A ... l# -5- > ».i)i>YcB�,.>� tiC •,.�w�' 8v.•, ,wdF $ CITY, ATE, ZIP CODE TELEPHONE A Li< LA 4 • r e') :c;:<.<au:.,ew:<:.::,05...o.,w.N»xv..m m.....„lw.n PRINTED NAME ��1}� �pA$ p�, Ejjf< 4 � �pS'12 ���`/,. i i Y � �ii .. t e f t ! V ; �M,•. > *�{ d�D TITLE ' " A-' Y'6 '� b..IXX . 'v'L m- ..o- ,r w •^ Lek 8 L aA1/2,1 •^/ FAX •• .S ..•.:........,• .................wm\^•<otw>mu.a.•,+.,».vmn>»m»>»m»rrnvxrna xf<nu:uuauocao>uu»»,»»mi..,»>.+�• .+n✓awA::m»atii.[ffa:s<:f«pp[<fff#fnM,ro[[umt:«nac[{n:vu••ir.•r.<f[<:fn [«•. v........„,,..,,.w:.,,<.:v, RN< Y .......en.v::.... ....:......... ...:::.v..v::„...:::......... v.:.,:,u»:.,u..wafeaN••,:. . ww,wwin•.»,e».riw:.:5*»y)»•m.m:a.,4x,Yfooq,,+•,naRettetttk. uv„4•.n.n..vvv.v.::A.w..w[[K:fN.M!ftC,.•..::.qtktt<fK<pt«h'<M«<CCNAWM>).V<:.>SUYAJNHAYYNAi I::'? . SIGNATURE 16 -MAIL *C nw ..Ct441t Nx.am .. < AX 'fY5u Y t 4::,5z .„„„„ t _ 4,.1S:Y>[.f ..'` �Je. R:6 /1. Y' Y f� ��igp IA �i g .. �,� • i. � 1 j�"N,,x 5/ }i '(+.�m'S(jirr [^I"�� iS� /; r4 NulA X f f nA:AIw.....t{..U.:u.„.v...u„auME.,.»..:,!„w!/.avu.axv..w. V ......... v„u,x,,,.,.. >;v<Y<:AY e>Yl:>»):OYe'OMNI10%«H««<«<tl<•••, C..". \f«vA>,>SUx'U)UU>Ui>GMW'.GG •,3,.- M l ) • • y.••.t, ir-3,,., r, „ a i.,,./ 1 UAL (y' J r y 111* A �Y• µ O W Ii - F S „/r ; im., t 5 '4r„„.. ' \ awf 4,„v; S �•a4z bw„„ ..• �'s. .di �.„„ -mg 4 to Yom' TAX X D It 7. op1/4.573 IS f'Y>-AYAW MAMYAY»Mwn:M»!N,y,xy1":414 W,>J:f,.)>.•4 •Wlet! «ttt«I«KKiiiMI N)i»»,:.xyp•:. v:v.•.........r..:::..,::::n:nmmwmmmvnu vvvn.m.w,w„::„.u'wvwvnvu::::i.:.::...(,1.......:.,.un,..: n,.w.n^f"•'•••C ,t rtOWeeer,W»,NY,UICOMMWW4MC14UN>JUU: ... ..»YMlM.,»,..,>•A'AAJY•»UU,H,JJpiYAtw<4N n'<tw0.'itjwyw'm enehen eNiineet:NNN,.WAN...WAW rreA,WEGMO,YIX,Ww...,. .... >:.,0.41.KyM)>MG *..M`4Vl/ cCsCcCtfK[sK«f5::Ni:,V »»rm»»s)»»rrA»a«w»>:<U/AY.<:««Wft.w..Ga"•i:: ..„..,.l2F SUBMISSION OF THEIR BID" y v yfr A y wa• 4 •i Y yf :EXEMPT FROM r r4 ! ! !. /AA / 4 4 a/ a / CERTIFICATE t'/y /A» vfG nno OF EXEMPTION (I 4 ki � � COUNTY Y '2 ,( rr �y'( �O4<V°Yi5�e/, j¢4%•/t✓y�, �y �.Q 's//�,>/4�< y/y/}' Yy%!''' +rloJ7-f$y/•,.wA /,> y�pva 'Epr�{ ,y;(, ",', 4 Y rnr/rrA 'arr.6' �u!/%' g aWi �f •fE I EE. �ir.�! WrP /L O R A ',W! I F /F5 E `�W ♦ j '� YN�/(d! rfW/ . THE E 4' zW/AIR T i j �yi'.T q O F M�¢ 9y'r,(�iE .,a�/i/i g/%//•pyj, 'ff�fy.,.�/ •y.���,,,r, ��l.'�4�¢4 �//.�j �A9,♦oy� • Af{ �rI o4s¢r +b 8 (� NEED H,ft}� TO SEND BACK *Yf £49 d Of (l af'N•4 ANO. if 9• 11N ! • W)I' %.•Nl - ro✓r 44Y 6 5 1 M F// A O 9 O U "Cy NOT %r/w Y`4 1CZ [M%v S E / A K PAGES aMW 'm4wrMrn»wvm•,.c0:vm<m!/xL:wn>i»Y ,AUUcv.0 WN:Y::.:u,uvlw:f»»>)UU: 3'v:..uv..:4J»i>JS I Ym• 8. ..'n^)is'°°'Y•%^�i4i9.f);a»ffr»fQ'a%fHiwYasaywi>:qLvn»ooW;aHpff«ffwf«<afff^rNf•�.p>yww.Yippw»f>YXAoypYa{ffaWY,ffry5NppfffKfftfy?; ATTEST: Weld County Clerk to the Board BY s 4 YlHnkm„,.vnlMyA»H•y..'”W.•..VY«•,MYYA<U<ex««<:„«<K•A'MM».,rAiUw»».W,U•'» • n•••••••,'-i{[q,VWw ••• •gIW4,),VS: . eputy Clerk to the Boar BOARD OF COUNTY COW 10 31ONF WELD COUNTY, COLORADO >zm>VO 0:1:0 i.:«dW4BA\•u4✓.:i:>:.....w•.,• :v ..1.:.,..w„.,n..w... ::..,:.:::. .w...Vn..vmm Steve Moreno, Chair A � 4�/gym s r 0 SUBSTANCE Ab»'AKw»YrA,Xi.M.K.M. +4MiW <«:b"iididifiiii55555Y•iff»f)",))»:.4.V.4 :C.r ...,.. n leaf env, ... dected U icfa f or Department Head ....e„✓awfa<.nwxwc<ww,„..,et.<«awktt«eur•[Yuw «:fi:.iF,:'�: >..i: F::'.:.. .: :: .. ..m..,, .N•aw::. Controller/Purchasing Director R�Rae. :.. .. :»SfUYA,».,w . ........ .. ...«..... wVw»�, »,U,1v:i........ tf , ,,,� a <£ >::,f>,,,, .,g.; ' /-2, < ...gr ...<�; i .. aN < ) ` s::i i ' . i , > .,. /.<•.n. ,<�... » »'t`i:<" r:niu »iu FEw ..u<�'2', fF'<. ;iii.. >..,.3Yw..:'''' YA""»i<ExroEF7<�� "r"�'<»»333AC'v».�.s :, Sr .`Ss�., Z ;�c. p.�_ ., . .�,..rc., ,�> !!s, :,.:xQ ?s i�i�Y.3w`2>!>1>..?Yx,s�' .c�..h f 4's:S 3C� ' �.`d55Y<I ... ,. ,dg {�� ...... s................nv,.,..,..•mn,•m..,,...,„.-ve�vm... .. t.H a mM'45>fimii.»». A..«A.,<&... R�>.N.Mtq..k<E.�Qt.1.,....,H...,F..,,,,,ff'.�f »,»,Ya,5N5�' 5 f'5..f55i:..,i )vAnYAvxw>««n(3iatu«n..»...m.. __xarre•vv,eeeec„rev: u:..vma��..:v:�...vw,.aavvw....... ' .. . "^""Y". [; f.'':1?�11� BID REQUEST #B180O098 age 10 Forrn a.'. (flev. November 2017) Department of the Treasury Irktemef Revenue Service Request for Taxpayer Identification Number and Certification Go to www.lrs.gov/FormW9 for instructions and the latest information, Give Form to the requester, Do not send to the IRS. 1 Narita (as shown on your Income lax return). hlanle is required on this One) do not leave tnlstir QUALITY WELL AND PUMP LLC 2 Business nerneldisiegorded amity name, it different trgrn abova 3 Check appropriate box for federal tax classificallon of the person whose name is entered on fine 1. Chock only one of the following seven boxes, ❑ Individual/sole proprietor or O C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate single-merrtber LLC ❑✓ Limited liability company, Enter the tax classification (C -C corporation, S=S corporation, Pr. --Partnership) ► P Note: Cheek the appropriate box In -it e flea above for the to classification of Ihs StntttoITW robar owner. Co net cites LLC if the LLO Is classified as s singla-rrtembe'rLLC that Is disregarded freer the owner unless the owner of the t-UC (r another 110 that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LL's tr is dtor perdod from the o•,vrter should check the appropriate box for ilia tax ctessiticati<un of Its owner. O Other (see instructions) 4 Exemptions, (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (fl any) 14pks to eeea nts maintained ourruUe few es) S Address (number, street, and apt. or suite no.) See Instruction PO BOX 577 6 City, state, and ZIP code GREELEYJ CO 80632 7 Cat account nuniber(e) here (optional) Requester's name and address (o Taxpayerldentif C n Number (TIN Enter your TIN in the appropriate box. The TIN provided must match the name given an line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer Identification number (EIN), if you do not have a number, see How to get a TIN, later. Note; If the account Is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number or Employer Identifies 2 0 3 2 0 0 5 9 3 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I em no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) Indicating that i am exempt from FATCA reporting Is correct. Certification Instructions. You must cross out Item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed lo report all interest and dividends on your tax return, For real estate transactions, Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured properly, cancellalfo of debt, contributions to an Individual retirement arrangement (IRA), grid generally; payments other then Interest and dividends, you am riot required t n the certification, but you must provide your correct TIN. Seri the Instruellons for Part Ii, later, Sign Here Signature of U.S. person I. General Instructions Dates 04/25/2018 Section references are to the Internal Revenue Code unless otherwise noted, Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.lrs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an Information return with the IRS must obtain your correct taxpayer Identification number (TiN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer Identification number (ATIN), or employer Identitioation number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns Include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, Including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) a Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage Interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later, Cat, No, 10231X Form W-9 (Rev. 11.20171 BRCP SM Centril I•;" its +r{.tl,_;3;itiil 6M051 6M071 `il_. 7.5 10 11 . I Vuts 230 230 230 230 Stt1c G'crr Dianeter vs: Flange Diameter Amtm 24 36 50 _�� 72 2ontrol 1 cot Order No. (:f?05MC3N Ci307MC3R CLi10M' iR._. CE315MC3R THREE PHASE, 6 - 10" MOTORS, '1 ,1 . SERVICE FACTOR, VARIOUS VOLTAGES Motor Order No. 6M058 6M052* 6M054 6M078 6M072 * 6M074 6M108 6M204 6M102* 10 7.5 6M104 460 200 230 460 200 230 460 200 Motor Diameter vs. Flange Diameter 6 6., Motor Order No 6M258 _6M252 * 6M254 * 6M308 6M302 HP I kW Volts 200 230m 460 200_ 230 6M304 * 460._ 6M404 40 30 460 66M504 50 37 460 86M504 50 37 460 86M604 60 45 460 8M754 75 55 460 8M1004 8M1254 8M1504 10M2004 100 75 460 125 90 460 150 110 460 200 150 460 Motor Diameter vs. Flange Diameter 6' x 6" 8" x 1>„ x 8" 10"x10" These motors are equipped with a voltage change plug. Order separate voltage change plugs to !educe your motor inventory. If you stock 230 Volt motors and a few 460V plugs you can double your inventory at a very low cost Change Plug Order Numbers are; PLUG -230+• and C3Jc.4O 6" CENTRIPRO MOTOR LEADS Order No. CPML-12. CPMI..-8 Description I Used On 150", 12/4 ] 5-15 HP 10; 5 - 25 and 40 HP, 460V, 30 150", 10/4 150",8 /4 30 HP, 230/460V and 50 HP, 30 Optional for 30-50 HP, 30, any voltage PACE 2 6M158 6M152 15 I1 6M154 *' 6M208 6M202 * 20 15 230 talill'��?I( �,llf4.)i! tll1; u -u FOR DEEP WELLS Single Voltage TRS For Municipal Water Service, Industrial Irrigation and Building Water Supply. Dual Voltage ! ;iE il�l.ili'.'>i. •4tj`;iir i�;:+l viii ,'shh_ i'5 i t l lii.•. n i;'. it �..( il`; ,t.a h4a i� ft rloeihilr ';i ;li 1.'r' un %I field pl<if t,arl,L. Insid ticni i rt ,. t-.r;.r rnr`, _.at a :.Or r. ,.,ti'it cs-I ti I:; c ,ic'lt'tr_i d yhrif lei cant +/rip, €it tier,", rei:;ulrr., �1 It irt3tilatien f hi, i is c:nrnitl c.<,r for long No. - Heat Be ,istr: of i he sp ;; between the .,tutors stant- L: ,r ,tr el i_ rite ..ti :. can and its frame is filled with r specially fcrrnni reed iH,-cnterl resift that protects they motor tgairistthermal fluctuation and internal stress. 95° 1= (35" C) Water temperature (CANNED TYPE: 6", 5 � r ni ' -� 50 HP)HP)... •the motors.motors.operate with rurnurn new rai,r;?. of 11.5 ft /sect. (0.15 rri/s,es ) in waiter temperature up to 95" (35° C;) without an, r:-ratir:i of horsepower, his 95° F (35° C) ternpereature is 18" F (10"(C) higher than NEMArt3n lards, Insulation 1Nire -The coil conductor insulation mate- rial is a specially developed denatured polypropylene, which offers excellent leak -resistant characteristics. Three barriers are applied to the copper conductors to provide complete insulation against the motor's cool- ing fluid. This design is the result of extensive research and is of superior quality. It insures that CentriPro mo- tors will have an extremely long service life. r: Sand Resistant Slinger and Lip Seals - CentriPro sub- mersible motors feature double -row, grease packed, lip seals to prevent sand from entering the motor. A carbon steel slinger with a baked on epoxy coating pre- vents sand from entering the lip seal area. Additional protection against sand intrusion is provided by the close tolerance slinger guide with a .02" fit.This design CONSTRUCTION AND INSULATION DETAILS TYPE 6 CANNED DESIGN Construe -- Stainless steel cyiindrai Slot Insulation Stainless steel frame f V V K Coil sill to,tt-rr'sisiaritN. r:rtarnel t°i' itr,,-, huh:.l trr..;`d:!il 'it �'�:�.... I t>1;r � Nll �, .71 u, it tie c.., .`p;i rued) in i'i . :im' of tie tvni e `;ettcly'v 'II rytltli alinui i{%t+rt of ;iil �iIli 1 , L aiur nr Liaudai I fur Il toter, SO that a I., no i"c^ fl tt ',Lock i ' Into[ for dud') ell%arrcl r100101 iX.I;' expt,t;ivt; t-ic`c,I lot the more thr,rsi,c, sandy johis Ugh torque Character rstic:s The Si ,toi larniniations, are constructed of high quality, electrical grade, silicon steel which provide higit torque even when the motor is subjected to nominal voltage variations. Balancing -•t`he rotor I,al_tnce itngs (one on each end of the rotor) allow for excellent dynamic balance for the rotating element of the motor. • Carbon Sleeve Bearings - Two carbon, water -lubri- cated, guide bearings are used to properly align the sltaift. The: bearings have a large surface area to better support the shaft, reducing whipping, while acting as a steady bushing. Water"Filled Design . - he internal cooling water is mixed with antifreeze and arttirust liquid to allow tie motor to be stored at -22° F (-30° C). Two water plugs are provided for filling or draining the anti -freeze fluid during maintenance, these plugs are also used to top off and to check the water level: Complete Corrosion and Water -Tight Protection - All main motor components are made of stainless steel; in- cli.iding the can housing (water tight type motors have baked epoxy coated carbon steel housings), shaft and bolts, All other motor parts are finished with the baked epoxy coating. •' Baked Epoxy Coating - All external ;and internal Cast Mara parts are coated with a baked epoxy resin that pro- vides excellent resistance to water and corrosion. Quality Control - All CentriPro submersible motors are manufactured and tested under the most stringent quality control procedures, providing long service life and trouble -free operation, B-10" REWINDABLE WATER -TIGHT DESIGN Baked epoxy coated cs,trotr steel trs'ne Water tight insulated wire Voltage plugs are clearly and permanently marked as 230V or 460V. Each plug is usable on all 5 through 30 HP motors. Voltage Plug Order Numbers: PLUG -230V PLUG -460V 5 - 30 HP (3o7kW 22kW), 30 -€ANOARD Sr ilF1C;A 1O1\15 Cable Connection : Plug -In Type Cable Length ; 150 inch (3.8 in) Shaft : NFMA Splined Flange ; NEMA Standard Speed : 28 3600/3000 RPM (60/50 Hz) h-,Oi(jR`., IN YulI1'y iortKou ry.) Io � Ill,l 7 frta'Jo H) v../r..)iTy niu,;ut in`,,'cntory balarictrir Hettvecn 2i0\/ a rid /160V, DUAL VOLTAGE. SUBMERSIBLE MOTORS have all l:he ,came specifications of canned type motors plus the unique feature of dual voltage. Motor voltage can be changed from 460V to 230V or from 230V to 460V on three-phase, 5 through 30 HP motors by changing voltage plugs. Water Environment Flow Rate : 0,5 ft./sec.. minimum pH Level ; 6.5 - 0 Maxinnina 'Temperature ; 9`i° F (35,' C) Service Factor 1.15 at 230, 4600/60i I at 208, 380V/60 Hz and 380, 400, 415V/50[17. 1iiit Cl i Slinger iSteinless steel) • Top oil water plug Lower slaeve bearing End plait Drain plug NEMA Spline shalt (Stainless steel) Lead wire Slinger guide (Stainless steel) Plug-in connector Upper end bracket Two rubber seals End plate Upper sleeve bearing (Up thrust bearing) Rotor balance ring Housing (Stainless steel) Stator Rotor 1rr�n (Stainless steel inner liner) Rotor balance ring - Stator winding Lower end bracket Bearing irarnr. End cover Carbon disc -- Pivot shoe Metal frame - Thrust plate Pressure regulator 6" 5-15 HP (3.7 kW 11 kW)10 6" 5-50 HP (3.7 kW 38 kW) 3O I'A ;;i l' S Alvl V410) ,S ::rr-1 a ,I_._. LGable Connection Cable Length Shaft Flange Speed 60 Hz 50 Hz Water Environment Minimum Flow Rate pH Level Maximum Temperature Service Factor Service Factor 1.15 Motor 6" 5-30 HP 40-50 HP 150 inch (3,8 m) NEMA Aired NEMA Standard 2P 3600 RPM 2P 3000 RPM 0.5 ft /sec (0.15 m/sec.) 6.5 - 8 208, 380V/ 60 Hz 380, 400, 415V/ 50 Hz 380, 400, 415V/ 50 Hz TYPE OF LEAD WIRE - 600V CLASS Ethylene -Propylene Rubber Insulated Chloroprene Cabtyre Cable Plug -In (Field replaceable.) Color Coded USA Standard (Black, Yellow, Red, Green) CHLOROPRENE CAE; YRE CABLE IEM.ALE e c:n Mkt rt I Ug „�g.•llpr Ce,,r1, it lot Ethylene-Pronyleue llubl,t, I ,t,f--nt,r Rulll,ii'i iill!I:!r.a;i Slinger Top of writer .Ps Lower sleeve bearing Metal support Thrust pixie Drain plug f . r(lilllilerrl.t)t:1,°'iriii?,rrionrt : .: 116 H Nt:MA. Slru ns d'art ?Scrtlnierr sti'el) or Keyed sti rt' rwo rubber reels L tmd wire IIi)r er end Ivtinket End plate St ItOr vJindintlb Lipper sleeve r.reNring Baked epoxy housing Stator Breton Rotor balance rim; Lower end bracket Up direst bearing Slide plate (tearing frame End cover Carbon disc Pivot shoe Meta! frame Pressure regulator Vii'; 1 �" n �arrricr rua1 hw'e 7 i cirgj E 3 ��Ilutr� (irr. n• Inl lei d. 'SOU di,( ii CNlc?? data for coilt'ta vltattOt1 S. 40-200 HP (30 kW... 150 kW) 30 2P 3,600/3,000 RPM (60/50 Hz) Nylon sheath Conductor Epoxy enamel laver Polypropylene insulation l.;yer The reliability of submersible motors depends on their insulation characteristics, Centrilro 810" motors are the result of years of con tinuous research and development. Our re windaale water -tight motors feature excellent insulation characteristics thanks to their new patented, water -tight, insulated magnet wire. The insulation material is a specially developed denatured polypropylene applied over a spe- cial enamel layer. An external nylon sheath is applied over this polypropylene layer for extra mechanical protection. These three barriers are applied to copper conductors for complete insulation from the motor's cooling fluid. This insures that CentriPro motors will have an ex- tremely long service life. STANDARD SPECIFICATIONS Cable Connection Cable Len 0th Shaft Flange Speed 2P 60 Hz 50 Hz Water Environmen Minimum Flow Rate pH Level Maximum Temperature Service Factor Direct to Stator 200 inch (5 m) _,._..«... Splined Q0-150 HP (30-1 IOW) Keyed 200 HP (150 kW) NEMA Standard 2P 3600 RPM 2P 3000 RPM Service Factor nnozor 40-200 HP 2P 1,15 ).5 ft./sec (0.15 rn/sec.) 77"f:.s(25'C 460V / 60 Flz 1.0 380, 400, 415V/ 50 Hz i•API Xylem R 'li %tt, l' r'Icl•di ipi:, .. ow Xviern erm hc-1p you, g €e ww+noNy rrfwnc,cam Xy!ern Inc. 2881 East Bayard Street Ext. Seneca Falls, NY 13148 Phone: (866) 325.4210 Fax) (888) 322«5877 www.centripro.cotn CentriPro is a trademark of Xylem Iec or one of its subsii,aiies 2011 Xyl,rr. I (IC SiiCaySM November 2011 Motor Data Voltage / Phase / End Quire 230V 3 Phase Hydraulic Data Maximum Flow € Flow at Duly Point= Maximum I tott h I dt mate/ ftnitat� 420 10'i g.d.tat_ Subniltaal Reheard Submittal FYaparen by:: Submittal Date: 4/11/2(718 i,rigtop...Q(41u D at 36 I US 567 ft Rerp Code: 320L,30 Rimy Size: 6 Inch Rrrr{) iv ox Horsepow er: 0 CO hp Run) Shut Off Head: 537 f Motor Speed: 3600 rpm Max. Tenpereture: Liquid; Water Motor Code: 6M302 System Input Power: 3-- 230 V Motor Rated Horsepow er: 30.00 hp Max. Frequency60 Hectrical Enclosures: -- Motor Standard: -- Suction Flange Standard: Suction Flange Renting: Suction Size: Discharge Flange Standard; Discharge Flange Rating: Discharge: Approximate Net Weight. fit lb Impeller Size: " Irpeller Construction; Closed Impeller Type; Radial impeller Irrifaeller Moteral: AISI 304 Stainless Steel Sense of Rotation: Ciookw ice from the drive end Shalt Seal: Prince lion: riatj the ,111/20tn Jib: C:curti motor: OorrU:rny:._ ., Approved by:, u: is ever taco y. cation; Dovgte*tI fcrcommercial, rnuntrltF t anal a0n1OIlt,t i Wafer needy Stainless Steel Construction: Curable in (nod waters. r3(miing.F.:Itttplacerrble. ali4o0 ciiddtlebitadntssxc:rsllaal SANZ IV& r eat€51iII 1 tied r ,rr rt er e 00(11-10 t,It, alaV lvt Irk t.#wre. ding, tit arilttut Ia chuck wive perlit IV utr rttfsi3tot �t n +� di Ilato hood. lialt) Ilctr Pie e. rit ii ';',;(1;', inlyilillordotiget intWide-Simprotied t,ttuel : rrefr It :<li;r Fsxx Mind stalin our steel d€ali nhntinr-rtns .r;,:nrl pa ,viriostxe 11VL thee. Pitt I.ks,!Moyi.t,d,io heavy ditty statrileizxteel, splirted coupling for instill lotto -canyon) capability. ion ltItakio, lltriinloSF steel amitlur restlltd8didt+el and 0111tsr halt: z'a1:c:untlIhe.pimp, hlr S3er ortI ;.lratrdre.^tiltzcl callus ti ii rt,tiictarndSurnd prIIntk nutrkt I t.et . steuae.rs: All fasteners are stainless Anal, t.10 P`,'-d.reltt I:40(0M, St icrtas ool a a t 1l1 fott-avconoritoo illlort runignprovid€eaconsant urpplyolletuirstrion. tt'tur ),it: illy confect datbrntait{ilre rive Svtnrrtrtg. Dumont KartgMury type Deed heating ahaarbsalt lftrtel t wtttanxanbl1r motor lead aUternbly I .,c;irttiri Incest ,ut;ruetrifilct R�ariitttTt/C a :P.11y, Date: in; All 1011n05 ore tell lbto Ilan a UWittig operated conttnuyur y. 3 dilel auge head anti 111101 adaptor. t trIvice All ports orr'ityrtitlltarrllrtrt Maximum Flow 420 W Elm Subrritlal e?e1 G. G. _?... %b b Repredb av + Date: 4/11/2014 Fluid: VVatur. .. ...:tom( a 450 4m} 300 a 20 150 10: ]Efficiency 7 w3 6\ 00 » \ g\ 40 80 .wa6:Data m Duty Maximum TDH /2§R. .... 36'1 US \P\ 587 , } 21511 ,. \�.. yA; go i Place I Enclosure 1OV !: . .. Colitroott a2!NV... Approved by. [ 361 q * 200 240 280 320 360 400 EUS KPw Es»w pw, Submorjmn e»e &E5 Date: 167.5 % _w!_ data 4/11/2018 9«« a, «male ,. a wyw2 mwe,n\gmeHoly Point e e «rune , ` 2 +name Opal act 1O1 I m, . a+Hwr L St.th+GDab4i IGmension \A Discharge WEGwm Value 3" NET 48 }...: 23G : .. . alniractur,, Corrc m... : .. Approved DISCHARGE 3" N K MOTOR 51/2" (( CP MotoQ I „au11 Heal v6& Date: MODEL 320L METERS FEET 1200 TOTAL DYNAMIC 900 800 3201_46- 32€3140. 3201-30- 700 -- 600-32013a---� 20L2S 400 M '201 100 300 200 1007 0 RECOMMENDED RANGE Model 320L 100 - 400 GPM RPM 3450 60 Hz EFFICIENCY 50 100 150 200 250 300 350 -70 -20 10 400 GPM 4500 0 10 20 30 40 50 60 70 80 90 m3/hr CAPACITY NOTE: On 320L, operation below minimum recommended flow will increase motor amp. draw and trip overloads. MODEL 3201 SELECTION CHART Horsepower Range 7,5 - 60, Recommended Range 100 - 400 GPM, 60 Hz, 3450 RPM Pump Model Depth to Water in Feet/Ratings in GPM (Gallons per Minute) 625 650 HP PSI 25 50 75 100 125 150 175 200 225 250>275 300 325 350'375 400 425 450 475 500 525 550 575 600 320L07 2 Stages 7,5 0 343 186 262 172 20 275 30 d0 193 107 106 50 60 320L15 4 Stages 15 0 343 370 332 245 286'237 189 143 20 ;394' 338 293 196 150 105 30 375 297 248 200 153 108 40 344 : 252 207 204 160 157"t 12 50 304 260 256 115` 60 211 164,119 267'228 147 105 320L20 5 Stages 20 0 391 365 336 303 188 112 20 .394 370'341 308 273 234 194'153 115 30 396 372 343 311 275 237 197 156 40 374 345 313 278 240 200 159 121 118 —j 50 348 316 281 243 203 162 191 157 60 314 284 246 207 166 124 123 3201.25 6 Stages 2u 0 387 366 343 292 264 316 262,230 208 257 225 20 390 370 346 320 196 162 128' 30 392. 371 348 322 244 232''949 165 130 40 393 373 352 350 324 296 266 235 201 167 133 50 375 326 249 264 237 204 170 136 101 60 354 328 301 271 239 206 173 138 104 320L30 8 Stages 30 0 391 375 357 336 314 291 267 242 217 192'166 141 116 20 395 343 374 378''360 361 340 318 295 271 246 221 196 170 1450120, — 30 396 !380 341 319 296 273 250 248 225 223 199 197 174 172 149 147 122 40 363 343 323 302 329 798 274 124 S0 398 347 383 382 365 364 346 344 324 30376 279 254 252 227 203 201 178.153 176 151 127 125j100 102 60 229 320L40 11Stages 40 0 390 399 377 388 363 375 349 361 333 346 317 331314 300 297 280 262 244 225 207 188 169 150 131 113 20 282 265 246 228 209 191 172 153 134 115 30 390 378 365 350 334 318 301 284 266 249 248 231 229 211 192 173 155 136 117 40 391.3794366 351 336 319 302 285 267 212 194 175 156 137 118 50 392 380'367 352 337 322 321 305 304 288 286 269 251'232 214 195 176 158 139 120 101 60 393 381 361 353 338 270 252 234 215j196,178 159 140 121 102, Pump Model 200250 DeptIto Water in notii2at#n sin GPM (tsal1onr -or Minuta' HP PSI 275 300 325 350 375 400 425 450 475 500 525 550 575 660 625 650 675 700 750 775 3201.50 13 Stages 50 0 395 387 371' 36'1 355 343 330 316 30i 28h 270 7a4 230 222 191 705 188 172 155 138 122 126 135 20 396 388 379 369 369 EM3332 318 303 2t 6 273 25'7 . '1 224 208 174 156 141 124 100 147 146 30 397 3139 380 358 346 333 319 306 304 291 289 274 258 243 242 227 li22. 4.10 209 192 176 159 142' 125 109 136 325 , 390 381 371 370 360 359 34ti 334 320 225 259 193 177 160 143 Elimmin 128 ®- 309 307 292 276 2dr" 260 246 220 213 211 196 195 178 161 - 60 377 361 343 136 229 I'3 163 146 129 113 I♦= Pump Model 320L60 16 Stages 60 PSI 200 225 0 20 Depth to Winer in Feet/Ratings In GPM (Gallon 325 359 379 400 425 95 389 383 37 372 475 500 351 361 352 343 332 1! 370 362 353 344 5' 362 354 344 334 323 371 3 361 355 346' 336 325 313 301 288 Let's Solve Water 75 600 425 271 r 750 775 609 825 850 224 209 195 1t 17S 904 925 154 142 130 132 121 111 172 112 102 112 103 103 270 241'2.26 212 197 183 169 156 144 227 213 198 184 170 157 214 159 185 2 15 1 24 133 23 147 136 124 1411 Xylem Inc. 2881 East Bayard Street Ext., Suite A Seneca Falls, NY 13148 Phone: (800) 453-6777 Fax: (888) 322-5877 www.gouldswatertechnology.com Goulds is a registered trademark of Goulds Pumps, Inc, and is used under license. CentriPro and Aquavar SOLO are trademarks of Xylem Inc, or one of its subsidiaries, © 2016 Xylem Inc. 850.3201 07 April 2016 I01 Residential Water Systems FEATURES Powered for Continuous Operation: All ratings are within the working limits of the motor. Pump can be operated continuously. New Design Features: Cast 304 SS discharge head and motor adapter. Field Serviceable: Easy to install and service. All parts easily dismantled if field service is ever necessary. Diverse Application; Designed for commercial, municipal and agricultural water needs, Stainless Steel Construction: Durable in most waters, Bearings: Replaceable, silicon carbide bearings allow excellent abrasives handling and wear resistance. Built-in Check Valve: Positive sealing, stainless steel check valve assembly incorporated into discharge head. Impellers: New stainless steel impeller design provides improved efficiency, Maximum Temperature: 140°F (60°C) for pump. Four -Fluted Shaft Design: Four sided stainless steel shaft eliminates impeller keys and provides positive drive. Coupling; Removable heavy duty stainless steel, splined coupling for maximum load -carrying capability. Suction Strainer; Stainless steel strainer restricts gravel and other debris from entering the pump. Cable Guard: Stainless steel cable guard surrounds and protects motor leads. Fasteners: All fasteners are stainless steel. CentriPro Motors: Designed to NEMA standards. Stainless steel casing resists corrosion. Water filled design provides a constant supply of lubrication. Hermetically sealed stator assures moisture free windings, Durable Kingsbury type thrust bearing absorbs all thrust. Replaceable motor lead assembly. Certified to NSF/ANSI 61, Annex G. SPECIFICATIONS Model 50L 65L Horsepower Range 3-20 3.40 95L 120L 5.40 5-50 160L 3-60 250L 7.5 - 60 320L 7.5 - 60 Discharge Connection Recommended GPM Operating Range 3" NPT 4" NPT 17-70 20-90 GPM at Best Efficiency 50 65 25 - 130 40 - 170 90 120 Minimum* Well Size 6"/8"° 50 - 240 160 70 - 300 100. 400 250 320 6' Rotation at Discharge End CCW * Minimum well size refers only to dimensional fit in a well, the specifier or installer must determine the minimum required well diameter that will insure an adequate supply of water to the pump and also properly cool the motor. See Water End Data Chart for specific diameter by model number. AGENCY LISTINGS NSF/ANSI 372 - Drinking Water System Components - Lead Content CLASS 6853 01 - Low Lead Content Certification Program - - Plumbing Products Pump/Water End - Drinking Water System Components - Certified to NSF/ANSI 61, Annex (3 PACE 2 Residential Water Systems "L" SERIES MATERIALS OF CONSTRUCTION Ref. No. Part Name Material aterial Code ischarge Head Stainless ste 2 Check Valve Support Check Valve 4 Elastomers Stainless steel ASTM CF -8 (AISI 304 cast) Stainle Bolts and Screws Shaft Sleeve and Bushing 7 Thrust Bearing 8 Impell 9 Diffuser 10 Spacer 11 Tie Rod ASTM CF -8 (AISI 304 ca AISI 304 SS Ethylene propylene tainless steel Tungsten carbide PTFE+Graphite tainless steel Stainless steel Stainless steel Stainless steel 12 Cable Guard Wear Rin 14 Strainer S Stainless Technopolymer PPO 16 Shaft Coupling 17 Motor Adapter SYSTEM COMPONENTS Stainless stee EPDM } AISI 304 5S AISI 304 SS AISI 304 SS AISI 431 S Stainless steel Stainless ste Stainless s >iN Pump/Water End: • 50L -250L with 3" NPT discharge. • 320L with 4" NPT discharge. • 3 HP Water Ends Have 4" Motor Adapters • 5 & 7,5 HP Water Ends Have Either a 4" or 6" Motor Adapter (see Water End Data chart) • 10 HP and Larger Water Ends Have 6" Motor Adapters si Motor: • 4" motor required for 3 HP and 5 HP pumps. r 4" or 6" motors can be used for 7.5 HP pumps. 6" motor required for 10 HP and larger pumps. El Control Box: Required for all single phase motors. si Magnetic Starter: A magnetic starter with Class 10 overloads is required for all three phase units. WATER ENDS AND MOTORS MUST BE ORDERED SEPARATELY AND ARE PACKAGED SEPARATELY. eel AISI 304 5S AISI 304 SS Engineered polymer AISI 304 SS AISI 431 S AISI 431 S ASTM CF -8 (AISI 304 ca ORDER NUMBER CODE Pump Size/ Gallons per minute at Best Efficiency Point Pump Series 65 L T 50 65 95 120 160 250 320 03 Horsepower Code -- HP 03 = 3 05 = 5 (4" motor) 05-6 = 5 (6" motor) 07-4 = 7.5 (4" motor) 07 = 7.5 (6" motor) 10 = 10 15 = 15 20 = 20 25 = 25 30 = 30 40 = 40 50 = 50 60 = 60 PAGE 3 Residential Water Systems WATER END (PUMP) DATA Model Order No. Dimensions & We No. Min. HP Required ges Required Motor Dia. 50L L03 4 3 0L05R** 7 5 50L05"* 501.07** 11 7.5 50L10 15 10 50115 23 15 50L20 28 20 65L03 3 65L05** 5 65107** 7 7 8 5 651 Len in. h Diameter mm in. 4 20.6 522 5.59 25.8 656 4/6 27.8 706 6 33.3 844 40.2 1020 6.9 1446 65.8 1670 Weight mm lbs. kg. 142 25 11 5.67 144 5 16 40 18 49 22 57 26 2 37 94 43 2 31 14 4 18.6 472 5.59 0 10 10 65L15 65L20 21 20 27 25 65L30* 32 65L4 95L05 951.07 95L10 7 10 95L15 10 1 95120 14 20 95L25 17 25 95L 0 41 40 4/6 22.2 564 25.8 656 6 1.30 21 0 951.40* 28 4 120L 2 0 2 4/6 1.3 794 42,1 107 53.0 1346 63.9 1622 98.7 2508 115.0 2922 18.6 472 5.59 22.2 564 25.8 656 31.3 794 5.67 6.97* 142 144 6 120L07** 3 7 01.10 5 10 120L15 1' 15 120L20 10 20 0 4/6 8.5 43.9 111 53.0 1346 67.3 1710 6.97* 16,8 426 5,59 19.5 495 24.9 633 30,4 771 38.5 978 5.67 5.67 177 12 16 44 60 27 7 90 41 220 100 2 142 26 12 144 1 14 5 16 44 53 24 62 28 75 34, 177 156 7 2 25 6 43,9 1116 1201.30 15 30 120140 20 40 120L50* 24 50 1601. 03 1 1601.05** 2 5 60107" 3 7 160110 160L1 120 4 6 8 0 1 2 160L25 9 25 1601.40 160L50 160L60 20 250L07** 2 7 2501.10 250L15 250L20 11 30 8 4? 50 60 3 10 7 8 25 9 30 13 16 20 2501. 250L25 2501.30 250L40 5 4 So 6 7.5 250160 19 320107** 320L PAGE 4 52.1 1323 65,7 1668 .9 2055 6.97 4 14.5 367 5,59 4/6 6 17.2 436 19.9 505 22.6 574 28.0 712 3 36.2 919 41.6 1057 52.5 13 60.6 154 65.7 1668 8 0 4/6 20.8 5 6 25.3 643 34.4 873 43.4 48.0 52.5 1 70.6 1793 110 121 4.2 2138 97,8 2484 416 21.8 553 20L1 4 5 30 35.4 898 39,9 1013 6 49.0 1243 62.5 71.6 84.2 81 2138 5.67 42 22 6 12 1 40 18 144 51 23 7 26. 86 31 177 179 81 142 18 144 2 10 26 31 14 37 17 44 20 46 21 53 24 68 31 77 39 5.67 5.67 3 15 44 20 55 25 144 60 27 144 66 30 88 40 104 47 28 58 27 12 17 45 50 61 78 3 22 9 40 104 47 Note pump diameter - high pressure models have an exterior casing and larger diameters, verify they will fit your well. Pumps can be configured to accomodate a 4' orb" motor. See product order code. • Discharge Heaad, Cast 0'rr ]S let sui.,criur:arencftn and COIro=;ion r esi_tarrce.Far superior in s`ier+till and c1tnraty ₹o fabricated designs. Be=arings: Tungsten carbide .r;arir'rgs provide super for shaft support Lnci excellent abrasive art wear rc s stance Modular Design: reduces number of components.needed for rebuilding Shaft Design: Improved shaft grooves provide longer shaft life and easier rebuilding Shaft Coupling: Removable for - easy repair or pump rebuilding Motor Adapter: Cast 304 SS ensures a rigid motor connection. Much stronger and robust than fabricated designs. Safety Loops:'Iwo loops hrovded for attacr irrg safety cable when desire Check Valve: Proven design protects pirrn,rl from water hammer and reverse water flow. Upthrust Bearing: Integral bearing help:; to protect impellers from upthrust damage Impeller Wear Ring: Replaceable wear ring lowers rnairitenance costs and improves efficiency. SS Shaft Sleeves: Replaceable sleeves protect the shaft from abrasive wear ---Tie Rods: 304 SS tie rods secure the stack, yet enable fast, easy maintenance - --Bowls: One piece 304 SS lerwl; require no external welding thus providing superior corrosion resistance even in harsh well environments, Ma- Ix o'er Description Sodom _. Bolt Dome Disc Material Stainless Steel Stainless Steel Stainless Steel Viton PT x F PT) ASTM 316 'LOW Item # Qt Descri ration '._..._. 1 Sprin. 6 1 Nut 7 1 Guide inch mm Part # 3 75 793856 7939S6 Inch 4-1/2 5-3/4 egos is ;f.na e" 'dyad Max Temp 400°F (200'0) Max Pressure 400psi (2Ubar) Material Stainless Steel Stainless Steel Stainless Steel eight inch mm Ibs k 8-1/8 206 10 146 ( 10-1/4 260 25 61atm IrC rporoltort can riccoyt no ruopsonsltitly for passklre Chute in cohtlegues, brochures and u1 we punted ranlcrial. i a uolc Corprsnhon raga va. t5au ngtii Eo gliar ile R eder:1 uton The also applies to product airw.rdy agreed. All trademarks in this material urn property of the respective companies. All right rrxezrval. X1.2016 Fiomatk. Corporation, Tha dr rii$itgs &information on this drawing shoot are the sue 8 exclusive property of Flomatic Corporation Any reproduction, dletribuuon, display or use of these drawings or information in whole or in part wi written authorization or Floma90 Corporation is shistly prohibited, October 21, 1997 Dwy Nn: 900s340 Roy' F.19/1111 ILOMAI IC CORPORATION GLENS PUS' N V. 12001 PHONE M18)761-9797 FA)( 16111)'761-9706 ME x MALE IIP E 1,315 ............._..,0,179 1.535 _ 0.42 __,_...,-_450 320 1.5,_....._._34 01002061000 1 1/4" 1.660 0.191 1.905 _ 0,57 400 260 2.0 34101252061000 2'" 2.375 0.218 2.607 0.96 300 200 7.5 34102002061000 SCH 120 ASTM O1785 20' Lengths "It l '1, I:V.! 0.200 1.580 0.46 500 360 1.5 34Q01002061000 11/4" 1.660 0.215 1.956 0,64 450 300 2.0 2" 2.375 0.250 2.665 1.07 34O01252061000 375 240 7.5 34O02002061000 Installation Instructions for Threaded Drop Pipe and 1<WIK-SE'i' Pipe • Carefully align threads to prevent cross -threading, • Apply a Teflona'-teased plastic compatible thread sealant -- do not use Teflon tape. • Engage joint to hand -tight, and then, using a tool that will not damage the pipe, tighten approximately one turn. • Overtightening can damage pipe by placing excessive stress in pipe wall. SCH 80 ASTM O1765 20' L.C't7gthS �._1/4" ._ € (1150 2 �.�n...�.....2.375 0,218 1.315 0.179 0,41 550 320 1.5 34T010020A1000 34T010020A1000 (57 450 260 2.0 341012520A1000 34T012520A10C0 0.96 300 200 7.5 341020020A1000 34T02.0020A1000 SCH 120 ASTM 01785 20' Lengths 0.215 0.63 500 300 2.0 34O012520A1000 34O012520A10C0 0.76 450 270 5.0 34O015020A1000 34O015020A10C0 1.06 375 240 7.5 34O020020A1000 34Q020020A10C0 5 0.200 0.45 600 360 1.5 34O010020A1000 34O010020410C0 1 1/4" 1.660 1 1/2" 1.000 C? 225 ,._2.375 0.250 304 Stainless Steel Female Thread NPT x Female Thread NPT Couplings 2" 0.68 0.85 1.12 1,30 82157670008 82157070015 82157670022 82157670039 'Votes kni' .Chretulcd Drop Pipe ata.c? 1<Wl14 SI:T°1 Pipe Dimensions are: to inclie, unle•s, c}tltt.'wise .specified, NI'I Threading pe4 r1;,fM F1_08 All tlint,titsl,,,ps and a!,_ st414ject to normal mana(ncturina tolerances 1'r,•ss iio re.ttilpe air I,.i<rcl .,n it _f \1 D1.785 tot t'trcaded pipe at 73"F Ciatiplit444,s or other (Ming.; used must equal of .earccd this \ialuel-or the chop pip system to have tin! satin}; shown Approximate st•ttittp, depths sh,';; it me Trued On a .F,4N. of typical <«ei55i; and opertttint, parameters (includiii< 50 psi discliari?,: pmssurc ;ti !hr. head) Water u:rlaiuratctic, of C0ul,1 tlg'.tsed, I;r.ittlal:ig latel of watt'r, Nov,' :u,•, t.tuil< lnest,urc, etc , may altect Ins value. ,lnaly ii; .;I prujLct-sp,.ctic operntin15, ecuu.liuons should Hoke unc ()l the 100 1011 10<,; chdrt Toe well Fslent snusL inc ,.0 e ;=t,-r.;;aurs to'<pl;r{;pti,u<_.it, coal the pump and motor Elevated i,'mpctatLLurs t;•ill 'educe the _naaiuuuu setting ;1i:1sl: iuid piess.rr: ratings, ;,f cite PVC drop pipe All app ,lies, on guidelines 1 ,' has d : u tltr. use 0l ac:;,•cI: valve at or w€thin .211 of Lie pump, rtnci t;i hit�h� i eli t tiS ib0. as tcquitecl 5 2.40 0.50 0.27 0.077 7 4.40 1,10 0.50 0,14 Frictional Loss for all Threaded Drop Pipe, ft, - H2O/100 SCH 80 2.99 5.57 10 8.67 2.12 0.97 0,28 10.78 15 18.37 4.50 2.06 0.59 22.85 20 31.29 7,66 3.51 1.01 38.92 25 47.30 11.58 1 5.31 1.52 30 16,23 7.45 2.14 35 21.59 9.91 2.84 4(1 12.68 3.64 45 50 65 60 Flow Rare a i1/9 1'f„CoI35nienc.1 9e Velocity Limit 1 1/4" z• 1 4.52 5.50 0.56 7.71 ?r' 46 SCH 120 0.71 1 32 2.56 5.42 9.23 13.95 19.55 26.01 0.32 0,59 1.15 2.43 4.14 6.26 8.76 11.68 14.96 18.60 0.091 0.17 0.33 0.70 1.19 1,79 2.51 3.34 4.28 5.33 6.47 7,72 9,08 10 19 26 .13 KWIK-SET® Packaging and Weights 20' 20' 20' 0.41 0.56 2,400' 2,000' 40 96,000' 36 72,000' 40,248 30,680 0.94 1,060' 40 42,400' 39,636 Threaded Both Ends Packaging and Weights 20' 0.43 2,400' 1114' 20' 0.60 2,00;' 1 1/2" 20' 0,73 1,©00' 2' 20' 1.0 1,090' 40 96,000' 41,280 36 72,000' 43,200 40 72,000' 62,562 40 42,400' 43,6/2 Ilestreiried-Joint: PVC Pipe Perioima,titei ° eimodiv . ;iustaw,0,1,r_y Llte2r11e Loo' Non -Threaded, Corrosion --Resistant PVC Drop Pipe (;etu1-Lolc 11V'C (Pnlyvitlyl (:hlc:Nide) Drop I'ipc an in.statnt., lead)-Ica-usejclint utilizing Not ill American Pips C.olpirition'c unique, field -proven cuupliI1i/5JIiI1ei. locking design, which allows subnicIsilllc pumps t, he set 01 pulled cit.tield\ avid 11'ith confidence it to < PVC. Di,ip d i 01001 or c'Scc•ed,(0 1'i : pcaillr„, ;, 11 ; ;crluk'., lYtcl4is (so' 80), '1S'81111:IC 1,1 t(I�,', I' tr italI taliPVC c. Crisp I' llti 13i'i 1; t 1 ilil' 1 wide !'. I C 1a1 dr e t' :1)101 \veil appilraiinr,5, iii;'ia clin≥', il,vne'lic 1111115 Irrigation 'a cils Is tin tnspn.tl 11'1.,11'; .c latrg'.' 'XL:1k llM 51011 ll' il11p11' : v:>t� i11w I -'t'1. I !n.�15 ''llgr1. 00050! \\ail I'lililtil ('non�l.ntCr�]it Cost effective _- t:erga...I, il< PVC. Drop flips c'rnllhine'; a dimpditiv'c miti,al cissa with as long file, ilishine it di' luefcu'ed 11t,adu1:t for.5tlhnuzrsillle pump instatllaiittll:: requiring, 2" -- 8" drop pilx.. Reliable — "f tic C;erta-Lok jcaint hats I ec'n stCccasltt115, used for over -411 years in furious 55.11. 1 supply NT'ica ttol T read free --- (Vol iii groove a,si sriiinnc design. the Coos -I.. _, dig need to constantly rot lie, drip I,il, _ loss Easy to handle-- o" : min -I 0.005 I'Vi,.. Drop I'ip. ct hiqpproN 112 lb,. rev 20' k'ngth comparcn to altpra,;.. 1_h? IL Ion 711 I'iii sled. Easy to set and pull The ((05 11501 Hint is l,.t;t. (tud Sits itsscinibic kid bliiiiksernide by l' t .i. Just insets the pile into the za'tl:aii:�cl coupling, 100151 the locking spline and tighten tits :,l?'51001' .'11011'; 'i screws. L,1k t'li,',l( kiss ktsy coin and tlnic',>dr-d dischargelIii lit'5 ,IiNTOf11-~ . -, MN .°''a�.�ES E ` ar.LoK'n' PI( 2 DROP P PE I cli,il,,Cllihit, (015151' 1110,1' ,till', I'UI 1UI1t f1CL5 iuisc tlllii,. 111S11 uctinns, see pages 0 and I 0 Weather resistant — float, cold, ulaistutc, humid- ity and wind do not affect Certa-1.0k PVC Drop Pipe joint assembly or disassembly, t rtah)t,,llslr ._ Ca. ( a t p: _ il} 1:1, ss t..l _l di sh ' '0 1111 .t ,Z (:0,. i .'CV(' O1 �I6E.Ili pumps: Hr', i. Clean — s<,, f'OL'dlM'e lo' i(l,.<<_c I'.l rrd Ii hi'icant and pc dr,pr I ' Ii 0511 o,:huriu,tts' 1t'a10i 50'1p1fes Lower friction loss : rta�-1_ol< PVC Dtol') Pipe ptiovi .leis 11 i, cell-iV'illiauu>, 11, \. u'Ollieletu ill 150. v'i_ i00 non-bririveled (Imp Chemical resistant - Lena 1.01: i'i'i Plop Pip, are ruui:_Ile ni,)s€ cOnosil•r fluid,, tt1'ycEt 1.0 u'nlperautr5 55(511111 factors. NSF listed, customer preferred — P\'(.; compounds stood in the 1111111u11ctcu-ing of Cola'Loh 1 1'ap Pipe are ND' 151 listed after beitan, tested 101 155!0, color SIId t"5icil\i Many customers 1-irofer to drinl< potable water pumped through PV'C. Faille' than Hattel pumped through metal pipe. Won't rust or corrode — irlis inherent properties of 1'V'(, prevent it from 171stinai1ci corroding like metal quip pip'.,. Faster test pug-npin9 -- f::st latamp ills al ,•:r; save tcinsitilerahlc time and nionry by using, laic easy - re -assemble semble _nd rli:;a sere lti Readily available - . : El. -1 0'lc ' 1;r litc, ripe i available world41ide:lllnttt;h I •cal Not di Alma Pipe C.0i 5"','(IClia Cella -1.0h cl'Strb lS" 1.0 SCOPE This specification covets l'ulyeiny Chlotidc (PVC) Drop Pipe for subnlusihie I amps, which utilizes a spline -lock mechanical joining system Pipc is produced in nominal sizes 2" — 8". 2.0 REFERENCE DOCUMENTS ASTM International: AS l 1M 1) I78.i --- Standard Slucilicatiun for Rigid 1'\'t: t:onipuinds and `hlori,actecl 1'\'C. Compounds. AST (vi 1..) 1 700 ..... Suuldal 0 Specification for Poly (Vinyl (Sidi -tide) (PVC) Plastic Pipe, Schedules 40, 8!), and 120 AS -1 -Pd 1)2837 — Standard Test Adnihod fur Obtaining t lyclrustcu.ic. Design Basis for Thermoplastic Pipe Materials. NSF international: NSF 14— Plastic Piping System >mpurtenis and Related Matciials lNSP 01 — I wicking Water System Components -- (health Effects 3.O REQUIREMENTS 3.1 Materials: Pile and couplings shall be made liom ttnplasticizcd PVC compounds having a minimum cell classification of 12-1'°l, its delined nl is'i'Ni In I78 -I l ic• compound shall qualify Inc a Hydrostatic Design Basis (111)8) of 4000 psi for ttatet at 73 4" I: n accoiclance with the icyuirements of AS'fM P2.837. White pipe shall he supplied, unless ot.icetwise agreed upon at time of purchase 3.2 Approvals: PVC products intended lot comae; with potable ,,vatet shall he evaluated, tested, and ectuiied Inc conformance with NSF 01, or !lie Itcaltit effccets portion of NSF 11, He an fu. cc intillnle certifying cl ganiaceicin, wla requited b y the regulatory autlurily hac'icty, urlsdicti n. 3.3 Physical Requirements: Standu'd pipe laying length is 20'. 10' loin: joitus may also be supplied, if available Nominal drop pipe diameter should be selected by the Design Engineer based on required flow rate, total dynamic heed, pump weight, and setting tiep. i.h/pumping level, utilizing manufacturer -supplied guidelines on allowable tensile loading, pressure, and Lot clue limilatians 3.4 Performance: All pipe supplied to this specification shall meet the perfut mance requirements of ASTN'i 1)1.182 for 5(.:I 18t) pipe. 3.5 Joints: Pipe shall be joined ruin„ a spline lock joint.. High -strength, acid -resistant, flexible thermoplastic splines shell be inserted into mating precision -machined grooves to provide continuous restraint with evenly distributed loading. No external p to -pipe restraining devices which clamp onto or otheiwise damage the pipe surface as a result of point -loading shall be permitted 'Elie joining system shall incorporate elasttc.xneric, sealing gaskets which are designed to provide a watertight seal. Note that this specification does not cover pipe with Ihicaded joints cciltaincc tit; 3.8 Adapters: Drip pipe shall be joined to pumps, check valves, pities, adapters, Ccciipccnernts Using cc Stainless Steel Drop Pipe Adapter provided by the nuccic: maul,ilaciitier <cc provides unit' drop pipe, and whirls utilizes die'same spline loch Jinni as used on tfhx drop pipe 3.7 Marking: Pup pipe shall be legibly and permanently marked in ink with the Inllrtcinv inhumation: • Manufacturer and Trade Name • Nominal Size ter SCH Rating • Manufacturing Date C.:odc • NSF 61 3.8 Workmanship: Pipe and couplings shall be homogeneous throughout and free from visible cracks, holes, foreign inclusions, blisters end dents, interior roughness, and other injurious defects that ntay affect wall integrity. The pipe and couplings shall he as uniform as commercially practicable in color, opacity, density, and other physical characteristics, 4.0 INSTALLATION installation of drop pipe shall be in strict accordance_ with manufacturer's procedures and recommendations, Prior to installation, drop pipe shall be visually inspected to ensure there is no dirt or foreign mailer in the pipe, acid any such !nlate'cial which is found shall he removed before installation, 5.0 SUGGESTED SOURCE OF SUPPLY Certa-Lon PVC Drop Pipe as supplied by: Notch :American n Pipe Corporation 2801 Posi Oak [Sled,: Suite •00 Houston, Tip 770)6 $73-N;,-LNI'I: 1''n'p l'lll,Is I Isl autl to ad awl pall ltat , :an t.ii uthle of dir.:tit,rnil,lc tltc e.,i:: I,tl: µ'titi tit ^,:: ,'talc I>j lt.ntt'.,.tidunn Hit) ap ci,ci t.'rl' gnat ltt�tc' .ur ntt tht,:arf kn. �,i,rul tat tu:!•, tht, ,t,l. d l:,lr i; t.,'It Ict,:lt' c Iiltr-.t�,:., ti hollow three simple: steps hit rapid Willi 1, Clean Clean thejoining sutfihcce and make st.ue pickets are clean and evenly seated inside the itt,ultliny;a gasket grooves Inspect the giskcie for teals tat damage IL��k�ricate xauci itt North SIiL.a'it <tn Pip; pipc I:I,tiic.t'.i I pE;etl loth, jttiitl' , so, lainit Itluu iti asseialthi tpi,) Uttly t.: ila eats, -,P ,rtt,Ia' °,t,tita,t and It' tli t.t,3ctrii end H lh: dr,r, -ape Caution: 'et .3Ltttle: II'. �;'ttti Iti:ii;n �. ii,. ihtt at I71?lYirtag tC `,a (a lilt Sj t'i it1 tih: a dtru.' ,t; tta ea 3. Assemble Inuit it llt< t:.,,h t,I,;, :ru+t dtc t._ta ',t tutul it ;rat, ,ty:littat OIL' couiY.'et cr,,h l ht, attanit na.til align, th, I,trl.tn,' tit, ,rt I:'t n,rit u tlu -=Mint° I a`n the ttpititt- tlttt.,ttLtii tilt e luii la It nniii It la hill) '.,'.nr,l Iilk, St{ctirrl`< l,a'l:a {ht. I,tttst_ c;li lt' ht l;,tedct deeigtircl ti, pr,'n.Idc a reit: IL., attirttipltt ;start the splint' may then lit: cut so ILa, only it diort l' gilt ram tides tt, fat.ittttte future rlit„assetxtltly. utcurt:,itilee, where them is a need to )ti :cent sand Infilua.tiou into ide joint (}'loci, arm : tas t.ottphil ; runt'c difficult), vet.ap the coupling edges with ti'ti iprool tape and ;tens [he spline enit}' t.utl_s with putty at similar material 4. Tighten torque control screws 1''I.'"t.t-i,,1;1h,,t.lap .,y.,trtu'.n,.al,:ti.t' r„etl,littt:, tti( lia+tHttchare tight to jttttat:k: rein-ti.tur ,tganta;. i.a°,In Itnit.,tit tl t,,=tine ,_;stem It} the puny mt'a'' thtrue'; start tip ' et :.ttr,tr, s!xadd he ti htethid niter tl:ie Ltiru has hcen a.srtitbl;-,l and sl.ich Ier,ttt,l, ntautcdle' Wittig the C,ctfa l ak Drop i'di: tcith water helt,re atattime the pump will it:,ira',r Itstt t;g t,', tti;t, ht'lltiue t,t tem,,tc' Hick hunt the tti,i.. anti .tit limit tle :,,stmt Usin: ati t..lett tsr,'nch, tip]ta the t, n tie t.:nural s::m;tis. tttt,t the c:�upl.co until t' tc:h .lout mt.:ekes die pipe. lie te_ d u_'l;tcn each :rerant one-half it.) one flan turn .0 until (Pint€ern I'aera,tt't; ttgdt, Itittl', t,i tjit: '.-,'t-y,'ieee're it'lll { pitt'c ltic:h Ioc,ti i:n:rest, ,tucl ;nt:; ti'-.u€.:n a I:"a t that leaks urt.let tic a ct't ultng (atlwr. II n ec.. ;tlt:te u, rl tclti ieI t� t,�ct., at tell i;ul�:nt,tti.t t at crun!.,;:tiak, i; t'eruuttncnded ut prtae'itl ti tC:'C• iH.i. -. it ie, It',i':i:tlie.at„t'11I;IIslhY(a'ittt (hi, -tit diiti, it, ram I; ills ow,•:tmr;.zr flair in; tt:initti I he t:e'ri,l-I ok <t'ste nt ulrli e; pie .4i1)-ntxr,ltined, II -aligning ;roove< in thct pipe and coupling that allow a high -strength Ilexiblc spline to he inivertcd, resulting in a fully cinatrolrli nli» l resuained joint that locks the pipe and coupling together Flexible eIastoineric gaskets (C)-Ciugs) in die coupling arc designed to provide a reliable watertight prcasu c scat!. Stainless steel toryuc cunirc)I scie)1's arc used to ptcvent joint rotation. Certa-Lok Drop Pi 34 r00002031000 2,375 .210 .282 5.00 _10,0 .120 1.250 .5 13 0,250 0.96 IC' 3 1102 01031000 0,200 4.50 0.64 5' 52(57208555 �. �� � �. ,.�..,_.�..._...�...�....�..,..��.�w».....».�....�,...�- � 20' 34103002031000 3.500 .300 .360 3.00 .100 .120 1.313 ,375 0,250 1.97 10' 34103001031000 4 380 4,50 1.27 2O' 3404002001aril} 4,000 33? . 34 3.50 .125 _145 1,313 ,375 2.250 2.67 10' 34104021031000 5.,.4, 5.00 1.29 5' .....e..,...m.,„_,.,.�.._...�.�..,.....�. ,. -. ICY' 34T 1000 5.563 .375 .450 4.00 ,125 .145 1.313 ,375 0)200 3,99-- 5' Certa-Lok Coupling 6" 6,625 .432 .018 4,00 .125 .145 1.313 .375 0.250 5.49 5" 8.625 .500 .600 6.00 .135 .155 3.163 Nines ,'kill dllttf`.rl.`>ITIts arc III inch(, 5 and (117 sul)(cci to n0rl±lal manufacturing tokranccs. Not s jAnlerica 1 Pipe also svipplicz: 20' L:n ;11O,11 fully thi<•kt: ,rd I)rclp Pipe Nipple Stock, ce-.liCl- ( In lie field cut (square itre ts-,uritI7l ) and giooviiid(;poiivcr tool �, io'ailstl'l0 to pl l.'e that lttnnl) e1 lllr rlttlttirrr.l .0011 11)3 del)tit. 20' is the standard length. Consult' your dio- ttibutot of Nottli rAntelican Pipe (_orporation Got of 7't.ti IC' lengths print to placing an order 51 i i 01111 111 1,041112 i 2134e5s 20' 10' 360 34106001081000 7,840 6.00 4.24 621577011871 34108002031000 34708001031000 82157706701 Packaging and Weights 700 64 44,800 43,366 122 42,700 41,547 20 320 24 22,080 22,080 43,233 1O 460 46 21,160 41,431 021 ,...�..4.�_......-.,.m 25 15,050 4c>J46 10' 290 51) 14,500 40,051) 20' 450 24 11,040 44,028 ..,�0'...._�..�..m..10 8.000 42,120 10' 200 40 8,000 45.556 ��-•�,.�-��,�.Lt32t3t7 1s_.... _.-- 4,480 37,135 1C' 140 32 4,4110 37,305 it r. t:ll�lr• ;:ur :, Ir,;!' l:.r 6,1\ a pi911011 I 1411 :1.:,0,•,,iltcu l,,l th1 3t' 111 3 3.13:3 I,.,I<`" 1I'Ijh• I:,. 3311(1)11) 13 flC:1,di.':= E: (11•:, ((ICr111 O1 33 5 ill,: I (331,1-1 fit I)I.1)) 1`I(J4 l ,tlf3il,i1.'l 11111(141 t, rl';'lI ((It iC.lir'l;11,!I11C1!i dlll)L 7,. 6)3 Norninal ? Approx. Max, i max, pressure Size ( Setting Depth (it.) 2' ( 32I :;1333 356 i5 tl7L':, ?.Lt>,in��rnr ;r� ttn t ; rr _.Ii ur.. ., ., ..,_,. rl,r Ilt,r w,^) Ili I kdrtir .! 133 I :<i ..1w Is.1r�a r1. •�.r.. II,.11, r.i t;(s 41.1>in0 (1(5 1)te'r,rat .1;. l..t 1541) ni It 'I IC p: ntpi... a.r,r Irvel idfcci ,.d,tptcl 501 << 1131.,1 .s 33.1,;1 Ir .i . ar.., .'1.., r ,,;, ma.(! n rn I u:1:.,, 1 ( - 1.�r!a, : '. n.,:,t , t 1,':y. t� � lhi: 1�1, I1 .,�1 .,Ir»,rial:•1, r.,r1. tire 11€ttn1, 5,1 ill, :h.1n.;no .1s r,l¢rp; ,Illn•,0,3'.;1fI1e 375 309 288 21.1 2£33,.».._.,-.... 232 ax, Pump/Motor Power (HP) 20 30 50 Nominal Size Flow (GPM) 10 -- 20 �.........._ 30 w4 0 50 80 70 80 90 100 150 200 250 300 350 400 450 0 600 700 000 1100 1200 1300 1400 _ tow naie G?141 Vsloaily Limit Velocity 2" Velocity Friction Loss (it/s) (i1•H20/16011) Velocity Friction Loss Velocity Friction Loss Velocity Friction Loss (Its) (0-H20r14,90) (11/s) (IbH2O/100tl) (It/a) (tt-H2O/10011) Friction Loss (8.112 011 0 013) 1,09 0,28 2.17 1_ _.�.... ,...0I,. 3,2(6 2,13_ 4.35 _..w 3,62 5,43 652 7,61 8.610 5.48 7.67 10.20 0 .10 0.04 091 0,14 i 46 30 1.94 0.51 2.43 0.77 2,91 1,08 3.40 1.44. 3.89 1.85 4.37 2.30 2.79 7.29 3 5.91 9`11._» 10.06 7 ^63 ,'79 Velocity (It/s) Friction Loss (II -Hi O/10011) ',012 0.10 0,0034 0.12 0.0014 0.07 0.00036 33333 0,35 0,0)2 d 0,0051 0.14 11,00)3 078 0.53 0.025 0.37 0 011 0.21 91:3 0.71 0.044 0,49 0,018 0,28 420 0,88 0.066 0.62 0.028 0,35 0.23 1,06 0.092 0.74 0.039 0.42 0.3!3 1.23 0.12 0.86 0.051 0.49 0 8 141 0.16 0.98 0.066 0,56 0,031 1.59 0.20 1.11 0.082 0,69 0 1, 76 0,24 1.29 0.10 0,7 0 025 2,65 0,50 1,85 0.21 1,05 0.054 Ge 3,52 0.56 2. 46 t} 36......... 1 .41 0.09 3.35 4,41 1.30 3.08 0.54 1.76 0.14 0,29 1.82 3.69 0.76 2.1'1 0.19 a 8.17 2,41 4,31 1.01 2.46 0,26 7,05 1? 4.92 1.29 2.81 0.33 ,Y 7 94 3.84 5,54 I 1,60 3,16 0,41 882 167 6.10 ) 1,95 3.51 0.50 9.70 01 107 0.77 1 ,ssO 3,86 0.60 7.30 2.73 4.22 8.62 1 :1.313 4.92 0.85 1 203,5 406.2 6.32 8.43 0.0027 0,00=77 0.0071 0.010 0.013 0.017 0.021 711.6 0.70 0.93 1.19 G1-:11111.4LOIC NEMAI.F Colli'.4-1.O1( 011MALi' 114O IlU1Ft; c 1-iKHI'S SF'LiNE13 A SCREWS 2" 82157707209 3 82157707215 82157707247 82157707254 CERTA-LOK PVC DROP PIPE ADAPTER* CERTA-LOK MALE x MALE THREAD NPT 7707513 0.00 157707520 6 4' 02/077x0753/ 5" 82157707544 7.25 91 82157707551 7.50 57707568 8.00 a ,,of vec xumendrn for p,m,n-t -pipe canned,ons CERTA-LOK0 PVC DROP PIPE NIPPLE CERTA-LOK MALE x PLAIN END 2157707414 6.00 7707421 7707438 7.00 2157707445 7.25 02157707452 7.50 8.00 SPLINE S021nRV0 .188 RND.. '10.5 PVL3' 3" S0316RL'0 .25 RND. 16 PVDF W111.1 :1103(..1<1".1 MCI U111'.1"1 1'1111.11\1E 1. SC1111 V° 82157708114 82157700121 - 82157708145 82157708152 CERTA-LOK:' 316 STAINLESS STEEL DROP PIPE ADAPTER CERTA-LOK MALE x MALE THREAD NOT CERTA-LOK® DROP PIPE TORQUE CONTROL SCREWS 82157010531 57010532 6.00 6.04- 5.00'- 6.00 0.03 82157010535 9.00 316 STAINLESS STEEL x3/8"L. x1/2"L O-RING (Teflon' Coated) K)H020YMNN OR030YMNN Nitrila Niirile 0041 BRVO .25 RED. 18 1-208 4" OR040YMNf1 1011/19 A0520RV0 .25 AND, 20 PVDF 5 OR0501BON 1419 11:3 OR0601BON Nitrile S0832SV0 .313 SO. 32 PVDF" 8" OR080YMNI Nilrile 82157549519 82157549526 I vita I �,i. +I.,I, 151 n- L'1 ,itllihri:,il,h 111111 11, I. rlt�;lic01 11 .all a 1111,d.i twat( 1i1 l naP. (.�Ila and tcli;.hit ,r: t i;:c in most ni'li ,tp;ili<.;tl,i;l, I ,n I1 -,t in,; p;aid;air;'s tn;ht he tlh`ta rcti 1011011 ui t:.ihm, ( c'it;t-I od 1)1;11, Pipe. the Nnith ilmeticim Pipe Cot pot.111OO wcbsitr pi ivides an attlule Cella I.oh (hop Pipe Calculator which nuts] be consulted to dritunnle the 01'.1l.rilaic- size pips lot the l,iuposrtl application 701101 ;1 size edicH iily to accomm iei.itl' die mammon.' anticipated in lair, and alwdya account Ior OO151 case transient conditions (Pal, stage ple$5tti es, uutea;ed hues;urr at shut -up, etc ), fhe chachatge pres<tne used must account Inr thy divot of toy opalream pllr:n inducing; changes of elevation \ axinntni how eelociiv of i0 fp, is recommended to control transient surge plesstues, Iolrrr velneil ies arc prelerrcci Handle Dine and couplings with normal care at all tithes, being patticulariy eateful not in strike the pipe with any objects, especially in coldci Heather When unloading the tuck, IJ\\cl I)ipc (11)01) t,l 1110 �,iound i1,t)mttetlti: I?„ t�(7t tl-,,. t grit: , irk 1;1,,11 I'ipi. II ,.ter; is thr o., ii ii I I I'wnip p0 n01ali tl !ICJ!, Wirtit (1111 Ii ilti if the ,,y,,ten; 1a allc•„'cd ;a oilclutc cr1 illlulatsly 1marl G_cltl IPM/ piol:p s'ltui nil : cad (:olitiiticics, (lean can prcn11 reclttce ht' su0111(11 ttl tinuidapl,i,nii motel idn. A stif; tl cable or .lilt' itino hr n;cd on Al t.,t0 to ti 1., potential All Can i oh 11ll'p 'pc app1 rot i i pit 1Ci'liior :in y;torn witli ( t t ssumptinn that - died, valve is nod a, or n'i,hut ?0 ;l( ;he [110111 rio at lu;,thc1 rli,;,u,;�i:�, a� ictltidetl, i,i contr,-,1 wade' 11110111(100 ll surge lllessure, -uc nl,l 1O]!1111 prccli0€d1d0 (1110 kr 11l tcnti.11 1'aI₹alions In'.)'1(ni ;,lic1<u'-)1;, tt pl;lpri ly' '11:-T(1 pi(,11,urr r,,l I;r 1 I; I ;Ih ci ,t, „ wen head. (ast`u!i IIU2 txftira tell l�,;ge cl t,: 11'l 11 that l„vrin.int 5)O10111 ilrc5.,tuea, 1;"10t1 1110 is b cl 1x'00 .I;-ut.,tts, (10 lint e..Crr(I puhishrd phi rul t i iuuy;. Note: As North Aillencltll Pipe C,oi ',oration Cain IN, pi edict the de1;ici° of pump motion that may be experienced in a nin-tit-Mai application due to 11101Ois such as mechanical enhalaltce, a vcntiali'cr or 1O1(1O(' al rector located directly above the pump >lu.rttld he considered, especially on deeper wells-, 10 prevent the Leidoll Dion l'i,)c Iron' whipping and ��ihr,7tiiig Use and sparing; of additional cent alize's above the pump.;hr•t.iid be determined 1)1x.,0(1 tm the patucul<u 111`ldllali, 111 ,all (Chit 5.x(11 `.�I `1✓stilt] clitlt:'Uls 111. 10101111110 Clcc lil 1111O1111i, i' II°lptr'+cC1 tordllr, especially on tIi,' Iilpiiie III''r,+tln', (315 i II'saul Threaded Both Ends Drop Pipe — Threaded both ends provides the flexibility of using stainless steel or PVC couplings depending on your application. North American Pipe Corporation._, t htltutl;ll groLuici 0SS )C MEMBER KWIK-SETS Drop Pipe - No need for additional couplings, our KWIK-SILT has a threaded bell end for (aster installation. Certa-Lok Drop Pipe - The best locking mechanical joint in the industry. Utilizes our spline lock joining system, with additional torque screws for preventing pipe rotation. A Westlake Company 1.855.624.7473 NorthAmericanPipe.com North American Pipe Corporation 2801 Post Oak Blvd., Suite 600, Houston, i X 77056 © 2017 North American Pipe Corporation tion I All rights reserved j WW -BR -002 0717 Rob Turf From: Sent: To: Subject: Attachments: Tony Cure <tony@qualitywellandpump.com> Wednesday, April 25, 2018 4:33 PM bids Bid Number #61800098, Irrigation Wells Repair Weld County B&G bid B1800098 4-26-2018.pdf Please find the attached proposal for bid # B1800098, IRRIGATION WELLS REPAIR, DEPARTMENT OF BUILDINGS & GROUNDS for the bid opening date April 26, 2018. I hereby waive my right to a sealed bid. Thank you, Tony ur Quality Well and Pump 39525 Hwy 85 Ault, CO 80610 cluatitywellandpump, coin Phone: 970-353-3118 Cell: 970-518-6581 Fax: 970-284-6445 ® Email: to @qualitywellandaump.com I UALI-7 OP ID: KLJ ,acoRO CERTIFICATE OF LIABILITY INSURANCE �� DA05/04/2018Y) 05/04/2018 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 970-674-8825 Renaissance Insurance Group P O Box 478 1349 Water Valley Pkwy., #200 Windsor, CO 80550 Ryan D. Hicks CONTACT Ryan D. Hicks PHONE 970-674-8825 FAX 970-674-8826 (A C, No, Ezt): (A/C, No): E-MAIL rhicks@reninsurance.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Continental Western Group 10804 INSURED Quality Well & Pump LLC 39525 US Highway 85 Ault, CO 80610 INSURER B:Pinnacol Assurance 41190 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. INSR LTRINSD TYPE OF INSURANCE DDL SUBR WVD POLICY NUMBER POLICY EFF IMM/DD/YYYY1 POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y IMD3179440 08/15/2017 08/15/2018 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 300,000 $ MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JECT X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO W ONED AUTOS ONLY AUTOS ONLY X SCHEDULED AUTOS AUUTOS ONLYY y IMD3179440 08/15/2017 08/15/2018 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Per PROPERTYtDAMAGE $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE IMD3179440 08/15/2017 08/15/2018 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N Y N /A y 4095602 09/01/2017 09/01/2018 X PER STATUTE EERH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ A Rented/Leased Equipment IMD3179440 08/15/2017 08/15/2018 ACV Limit 150,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) sgeesaman@weldgov.com/fax: 970-304-6532 Subject to policy forms, conditions, definitions and exclusions (SEE ATTACHED) CERTIFICATE HOLDER CANCELLATION WELDCDO Weld County Buildings and Grounds 1105 H Street Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD: HOLDER CODE WELDCDO INSURED'S NAME Quality Well & Pump LLC QUALI-7 OP ID: KLJ PAGE 2 Date 05/04/2018 Weld County and the State of Colorado are included as additional insured for ongoing & completed operations with respect to General Liability when required by written contract. Waiver of subrogation applies to General Liability, Auto Liability & Workers Compensation when required by written contract. Excess Liability is following form to General Liability, Auto Liability and Workers Compensation. Unable to change cancellation wording due to infringement on Acord copyright. Hello