Loading...
HomeMy WebLinkAboutDon Hubbard Contracting Company; 1992-12-09; 33970 0 September 14, 1993 Don Hubbard Contracting Co. 46 Encinitas Blvd. Encinitas, CA 92024 RE: Bond Release - Contract No. 3397 - CMWD No. 92-306 - El Camino Rea Reclaimed Water Pump Station The Notice of Completion for the above-referenced project has recorded Therefore, per instructions from our Engineering Department, we are hereb releasing Fidelity and Deposit Co. of Maryland Performance Bond No. 30099850 i the amount of $286,765.00. The bond is enclosed so that you can return it to your surety. Also enclosed fo your records is a copy of the Notice of Completion. Encs. c: Lynn True, Eng. 7200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280E - !, a;" #: 9 Recording requested by: P 1 CITY OF CARLSBAD a 1 City Clerk 1 City of Carlsbad la 1 >, When recorded mail to: 1200 Carlsbad Village Drive ) Carlsbad, California 92008 1 Carlsbad, CA 92008 1 Space above for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1 a 2. 3. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter desc The full name of the undersignec! is Carlsbad Municipal Water District, a municipal corporatic The full adceress of the undersigned is 5950 El Carnino Real, Carlsbad, California 92008. A work of improvement on the property hereinafter described was completed on Mav 17, 19: The name of the contractor, if any, for such construction is Don Hubbard Contsactinq Co. The property on which said was cQmp%eted is in the City of Carlsbad, County of San Diego, of California, and is described as follows: CMWD No. 92-306, Contract No. 3397, El Caminc Reclaimed Water Pump Station. The street address of said property is 6450 El Camino Real, Carisbad, California. -. ?. : ili" iiGiGLs 171 iias liue of me ur;cisislgl1aci is: in fee. 8. IPAL WATER DlSTF District Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the Secretary of the Board of Directors, Carlshad Municipal Water District, 5950 El Cai July 6 14 Real, Carlsbad, Califarnia, 92008; the Board of Uirectors cf said District on eccect9.j the ?hove 4pcpribori wnrk 7:: rqrnrlntpd 24 nrr!ciqfJ +C.c? 7 ."!nt+ ~f P??n!+p- k~ file? I declare under penalty of perjury that the foregoing is true and correct. Executed on July 7 , 19% at Carlsbad, California. CARLSBAD MUNICIPAI- WATEFa C!STRI ALEJ'HA L. RAUTENKFU", Secre+wg EXHIBIT 3 ._ ~ ," ,- a e . * September IO, 1992 ADDENDUM NO. I BID/PROJECT NO. CMWD 92-306 , CONTRACT NO. 3397 - CONSTRUCTION OF EL CAMINO RECLAIMED WATER PUMP STATION Please include the attached addendum in the Notice to Bidders/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. e 5?)zz?dJ&;LYk? - RUTH FLETCHER Purchasing Officer RF:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 n Bidder’s gnature 9 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2803 . 1 ADDENDUM NO. 1 to the CONTRACT DOCUMENTS FOR CONSTRUCTION OF EL CAMINO RECLAIMED WATER PUMP STATION PROJECT P CMWD PROJECT 92-306 CONTRACT NO. 3397 The following modifications, additions, and/or deletions are hereby made part of the Contract Documents for Construction of the El Camino Reclaimed Water Pump Station Project, CMWD Project No. 92-306. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prioi to bidding. Submission of bids without acknowledgement of addenda may be cause oj rejection of bid. Item 1. e Revise bid opening time and date, Page 1 of Notice Inviting: Bids from 4:OC p.m. on the 17th day of September 1992, to 4:30 p.m. on the & day ol October 1992. Revise phone number of Teleproducts Corporation, Page 74, Section 24 Manufacturer’s Responsibilities, Subsection 24- 1 System Responsibility fron Item 2. (805) 497-7576 to (503) 476-7211. End of Addendum No. 1 e L 1 k I TABLE OF CONTENTS Item Page NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . a . . . . . . . . . . . . . . . . . . . . 1 CONTRACTOR’S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . , . . . 10 AMOUNT OF SUBCONTRACTORS’ BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 EQUIPMENT/MATERIAL SOURCE INFORMATION . . . . . . . . . . . . . . . . . . . 12 BID SECURITY FORM . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 BIDDER’S BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . 16 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . 17 .I. I 4 1 I ! I 1. I I 1 I I I NON-COLLUSION AFFIDAVIT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 CONTRACT - PUBLIC WORKS . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . 20 I LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 PERFORMANCE BOND . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 WARRANTYBOND ............................................. 32 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 I RELEASEFORM ............................................... 38 39 51 53 76 SPECIAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (SUPPLEMENTAL SPECIAL CONDITIONS) . . . . . . . . . . . . . . . . . . . . . . . . . . TECHNICAL SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . APPLICABLE STANDARD DRAWINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7/7/92 REV. I. 1 I (-7 I I I i 1 1 1 I I I I 1 I I I CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall 1200 Carlsbad Village Drive (formerly Eype), Carlsbad, California, until @@P.M. on the 43th- clay of -%@emberQG (3 t19 92 , at which time they will be opened and read, for performing the work as follows: I. CONTRACT NO. 3397 CONSTRUCTION OF EL CAMINO RECLAIMED WATER PUMP STATION PROJECT IN THE ClTY OF CARLSBAD CMWD PROJECT NO. 92-306 The work shall be performed in strict conformity with the specifications as approved by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on file with the District Engineering Department. The specifications for the work include the latest revised edition of the Standard Plans and Specifications for Construction of Water Mains of Carlsbad Municipal Water District, and Standard Specifications of Public Works Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulars and description of the work. The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recyclable materials when available and where I@ appropriate. / No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returnectto them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appropriate securities may be substituted for any obligation required by this notice or for monies withheld by the District to ensure performance under this Contract. Section 22300 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. Notice Inviting Bids 7/7/92 REV. I. 2 I I The documents which must be completed, properly executed and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit I. I 4. Contract All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $28o,OOo In keeping with the Special Provisions, work shall be accomplished within I I I I I I 90 per day. calendar days. Liquidated Damages will be in the amount of $ No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: CLASS A in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual ten percent (10%) retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, for a non-refundable fee of $30.00 per set. Carlsbad Municipal Water District Standard Plans and Specifications are available for a non-refundable fee of $20.00 per set. The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practiced Act." 500 1. I 1. I I I I I Notice Inviting Bids 7/7/92 REV. I. 3 The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will XX will not-be held. The meeting will be held on date:August 26,1992, Thursdaytime:9:OO a.m.location:Carlsbad Municipal Water District Board Room. 5950 El Camino ReaL Carlsbad, Ca. 92008. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers and warranty to cover all guarantees against defective workmanship and materials, or both, for a period of one year after the date of final acceptance of the work by the District each in an amount equal to one hundred percent (loo%), fifty percent (50%) and fifty percent (50%), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District for a period of one (1) year from the date of formal acceptance of the project by the District. Bonds and insurance are to be placed with insurers that have (1) a rating in the most recent Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct business in the State of California, and (3) are listed in the official publication of the Department of Insurance of the State of California. Auto policies offered to meet the specification of this contract must; (1) meet the conditions stated above for all insurance companies and (2) cover m vehicle used in the performance of the contract, used on-site or off-site, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Worker's Compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund as meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. I 1 1 I I I 1 8 4 1 1 II 1 1 I I D Notice Inviting Bids 77/92 REV. a* 4 Approved by the Board of Directors of the Carlsbad Municipal Water District, Carlsbad, California, by Resolution No. 803 , adopted on the 28th day of Jul y m I I I t 1 I I 1. 1 I I I 1 I I 1. I E J I. 1992 - A.d%i&z* Date @ha k&?*z% tha L. en dsecretary Notice Inviting Bids 7/7/92 REV. 5 1 I I 1 1 ! 1 I 1 I I 1 1 1 1 1 CARLSBAD MUNICIPAL WATER DISTRICT CONTRACTNO. 3397 CONTRACI'ORS PROPOSAL 0 I. Board of Directors Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3397 in accordance with the Plans and Specifications of the Carlsbad Municipal Water District, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete to wit: ge Item Approximate No. Ouantitv DescriDtion Unit Price Total 1 1 EA. Construct poured in place concrete pump station wet well complete in place in- cluding but not limited to excavation, shoring, sheet piling, forming, reinforc- ing steel, wall piping, sleeves, access hatch cover, stainless steel ladder, wet well lining, backfill, including compac- tion and site grading for $ ?6,8oo.a6 a lump sum price of Ls Contractor's Proposal 7/7/92 REV. 1. Item Approximate 5A No. Q uantitv Description Unit Price Total 2 1 EA. Provide and install pack- aged sewer pump station assembly with control panel, complete in place including, but not limited to enclosures, pumps, motors, valves, fittings, piping, and stainless steel guide rails for a lump I 1 1 I 1 1 I I b I 1 D I I 1 I sum price of LS $ /D~,OOO,~C 3 LS Provide and install speci- fied electrical components and telemetry systems, in- cluding but not limited to, Nema 3R enclosure, con- duits, wiring, and connec- tions to power and tele- phone sources for a lump sum price of LS $ s-q 706. 00 4 LS Construct approximately 18 L.F. of 12 inch CL200 polyvinyl chlorine (PVC) reclaimed water main drop section including but not limited to excavation, shoring, bedding, fittings, connection to existing 12 inch D.I.P. failsafe line, thrust blocking, backfill and compaction for a unit 4/(&9Q.m 1 price of LS $ 5 Ls Construct approximately 22 L.F. 12 inch CL200 vinyl chloride (PVC) re- claimed water main includ- ing but not limited to, exca- vation, shoring, bedding, fittings, gate valve, con- nection to 12 inch steel high line at 18 ft. rt. Sta. 181+ 14, thrust blocking, backfill and compaction for a lump sum price of LS $ Lsoa, 00 Contractor's Proposal 7/7/92 REV. I. 1 I I I 1 1 paction for a unit price of Ls $ (& 8 00,oo 1 I 1. 1 8 price of Ls $ aG?oa"oo I 1 I I Item Approximate 5B No. Ouantity Description Unit Price Total 6 LS Realign approximately 60 L.F. of existing 12 inch D.I.P. failsafe line by constructing 12 inch Class 50 polethylene lined ductile iron pipe in polyethylene wrap encasement including but not limited to excavation, shoring, pipe removal, end caps, bedding, fittings, connection to fail- safe line, backfill and cam- F 7 LS Remove approximately 56 L.F. existing 18 inch techite sew- er pipe and install 3 foot long concrete plug, plus fabricated plug to be pro- vided by Vallecitos Water District and thrust blocking including but not limited to, excavation, shoring, pipe removals, backfill and com- paction for a lump sum 8 Construct 12 inch by-pass system including but not limited to gate valves, installation of spools, tees, bends, adapters, 12 inch class 50 polyethyl- ene lined ductile iron pipe in polyethylene wrap en- casement, Vallecitos Water District provided locking gate valve cans, backfill and compaction for a lump I sum price of LS $ /SYOO. 00 Contractor's Proposal 7/7/92 REV. I* I 6 1 D 1 i 1 I I I Item Approximate No. Quantity Description Unit Price Total 9 LS Construct approximately 96 L.F. of 6 foot high chain link fence and gates including but not limited to concrete footings, hinges, latching devices, post ex- tensions, and barbed wire complete and in place per San Diego Regional Stan- dard Drawings for a lump f sum price of LS $ 33dO.d" 10 2180 SQ.FT. Construct 3 inches of as- phaltic concrete pavement on 4 inches of Class 2 aggregate base including but not limited to saw cutting, removal and dis- posal of existing A.C. pavement, and seal coat- I. ing for a unit price of $ q 2 SI $ 41cf265: 08 e Total amount of bid in words: Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Prices quoted in the Proposal shall include all taxes, including sales and use taxes. Addendum (a) No(s). / this proposal. The Undersigned has checked carefully all of the above figures and understands that the District will not be responsible for any error or omissions of part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the proceeds of the check or bond accompanying this bid shall bec me the property of the District. 28 6 7 6s- u o I I n 1 I I I hashave been received and is/are included in Contractor's Proposal 7np2 REV. 1. ?%{ D? / 0- /- Yz, LR- & &&&.Ab c 7 I B II I il I 1 I I. I I I I I i 1 R The Undersigned Bidder declares, under penalty of perjury, that they are licensed to do business or act in the capacity of a contractor within the State of California and that they are validly licensed under license number / 72 6 3% , classification -4 which expires on . This statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. 8 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the Contractor shall be properly licensed. Public Contract Code 8 20104. The Undersigned Bidder hereby represents as follows: 6- 30 - 9y f 1. That no Board member, officer agent, or employee of the Carlsbad Municipal Water District is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted himher to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and That the bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion of fraud. 2. Accompanying this proposal is FOd (Cash, Certified Check, Bond or Cashier’s Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker’s compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. ... ... ... ... ... ... ... ... ... ... Contractor’s Proposal 7/7/92 REV. I. 8 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. I I I I 1 I I i I. (1) I I i I 1 I I I e IF SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor (Street and Number) City and State Telephone No. (4) Zip Code IF A PARTNERSHIP SIGN HERE: Name under which business is conducted Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (2) (3) Place of Business (Street and Number) I City and State (4) Zip Code Telephone No. Contractor’s Proposal 7/7/92 REV. Do 9 I I I I I I I 1 I. a IF A CORPORATION, SIGN HERE: I (1) Name under which business is conducted (3) Title 5EqQ6k% v ? I i Impress Corporate Seal here (3) (4) Incorporated under the laws of the State of Place of Business q& F~cir(,.& 5 8/fl a( (Street and Number) city and state EN c /t+t FH s 668 -* c# / f'%& M;& (5) Zip Code 920 d (f Telephone No. 7 5 3 - //3 ? NOTARY ACKNOWLEDGMENT OF EXECUTION OF ALL SIGNATORIES MUST I BE ATTACHED 1 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: %h& d ,, !X e s /dew/ 0 Ro UlX, NuLh~e( ~r/ c e hs. B I I I I I Do d ,&d6~,ed, 4 sQ c c-i/ Contractor's Proposal 7/7/92 REV. I* 10 I I I I I 1 1 I. I I I I I I I I DESIGNATION OF SUBCONTRACTORS (TO ACCOMPANY PROPOSAL) The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up hisher bid and that the sub-contractors listed will be used for the work for which they bid, subject to the approval of the District Engineer, and in accordance with applicable provisions of the Specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made in these subcontractors except upon the prior approval of the District Engineer of the Carlsbad Municipal Water District. The following information is required for each sub-contractor. Additional pages can be attached if required: Items of Complete Address Phone No. Work Full Company Name With Zip Code With Area Code Io /2 09 @kPN4"f@ Rd flk?c+h-- Jh54lc=;t? s+&:b/+-R& L? h/e-s?/- a3P6 I &Ndr;z ABhs Gkce 6Rg32 *(/.Y/ , Designation of Subcontractor 7/7/92 REV. I* 11 I I u I 1 &.d4 /“-oASf FLCJ&C 6 30117 8 /9% 1 1 I. I I I I I I 1 AMOUNT OF SUBCONTRACTORS’ BIDS (TO ACCOMPANY PROPOSAL) The Bidder is to provide the following information on the sub-bids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. I. Type of State Carlsbad Contracting Business Amount of Bid Full Company Name License & No. License No. * ($ or %) 1 + f/sk. 754cc eo. l7ln 3291 c/3 1% *Licenses are renewable annually. If no valid license, indicate ”NONE.” Valid license must be obtained prior to submission of signed contracts. I Amount of Subcontractors’ Bids 717192 REV. 1. 12 I 1 i I 1 1 I I I I 1 1 I 1 1 1 EQUIPmNTMATERIAL SOURCE INFORMATION (TO ACCOMPANY PROPOSAL) The Bidder shall indicate opposite each item of equipment or material listed below, the name of the one supplier and manufacturer of each item of equipment or material proposed to be furnished under the bid. Awarding of a contract under this bid will not imply approval by the District of the manufacturers listed by the Bidder. I. Equipment/Material 1. PACKAGED PUMP STATION (Manufacturer) 2. LIQUID LEVEL CONTROL AND 7% /PBRndx 45 c6AP. SCADA TE~LEMETERING SYSTEM (Supplierj , ! Te /ePPoaJuc& (0 RP k (Manufadturer) 3. CHAIN LINK FENCING A+/!5 r2vlce CD. AND APPURTENANCES (Supplier) rc &jl@,~s rete e (Manufacturer) I. EquipmentMaterial Source Information 7nm REV. 1. 13 I 1 i 1 1 1 I 1 1. I I II 1 I I I 1 BID SECURITY FORM (Check to Accompany Bid) (Note: The following form shall be used if check accompanies bid:) Di Accompanying this proposal is a *Certified *Cashiers check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($ 1, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of District provided this proposal shall be accepted by the District through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his bid within the period of fifteen (15) days after the date set for the opening thereof, unless othenvise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Bid Security Form 7/7/92 REV. I. - i d €4 / 34- ', g P 0 (TO ACCOMPANY PROPOSAL) KNOW ALL PERSONS BY THESE PRESENTS: natwe, DON HUBBARD CONTRACTING CO., INC. ,gg principal, andFIDELITY AND DEPOSIT COMPANY OF MARYLAND, as Surety are held and hly bound unto the CARLSBAD MUNICIPAL WATER DISTRICT, in an amount as follaws: (must be at last ten pemnt (10%) of the bid ardount) far which payment, well and truly made, we bind ourselves, our heirs, extcutom aad ridminbtraWn, successors or assigns, jointly and severally, firmly by these prcsenta. THE CO~~~N OF THE FOREGOING OBUGATION IS SUCH that if the proposal of the handen Wipd for: TEN PERCENT OF THE TOTAL AMOUNT OF THE ACCOMPANYING BID (10% OF BID ) ---------- CONTRACI'NO. .. 3397 CONS"RUCIIC3NOF EL CAMZNO RECLAIMED WATER PUMP $'X!ATIION PROJECT CMWD PROJECX' NO. iX3-306 in the CiQ of Ciortsbad, is accepted by the Board of Directors, and if the Principal shall duly eatm iato and execute a Contract, inciuding required bonds and insurance poIides, within twenty (20) days from the date of award of Contract by the Board of Directors of the CarMad Municipal Water District, being duly notified of said award, then this obligation &ali beoome nun and vaici; otherovise, it shall be and remain in Mil force ana efiwt, and the amwnt specified herein shall be forfeited to the said Distrk c BID DATE: 10/1/92 ... ... ..I ... .*. ... ... *.* ... )*e **. 0 #*e 4.v Biddcr'P and 7mmREV. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE, BALTIMORE. MD e KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a ~rporatioi State of Maryland, by R. w . BUDDENBOHN , Vice-president, and M. J . SCHNEBELEN Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Lawa of mid Company, which forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby no set forth on the reverse side hereof is a true copy of Arti Section 2, of the By-Laws of said Corporate Seal of the said FIDEL1 ANY OF MARYLAND, this 6th SIT COMPANY OF MARYLAND STATE OF MARYLAVD CITY OF BALTIMORE I SS: On this 6th day of July , A.D. 19 87 , before the subscriber, a Notary Public of the S Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-president and As Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and ( described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and be me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesai that the seal affiied to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal an signatures as such officers were duly affii and subscribed to the said instrument by the authority and direction of the said Grpc y hand and affiied my Official Seal, at the City of Baltimore, the di year fist above written. 0 IN TESTIMONY WHEREOF, I have h CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certjl the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date certificate; and I do further ce+ that the Vice-president who executed the said Power of Attorney was one of the additiona Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact aspovided in Article VI, Sectioi the By-Laws of th& FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly ded and held on the 16th day of July, 1%9. RESOLVED: “That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whethei heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be and binding upon the Company with the same force and effect as though manually affixed.” IN TESTIMONY WHEREOF, I have hereunto shrhd my name and aff’ixed the corporate seal of the said Company, this 2 day of SEPTEMBER ,193. 012-9310 * , EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the S Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person to execute on behalI of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreeme and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. and i seal of the Company thereto.” ROBERT T. DRIVER CO, Ih’C, Jack Warnock Your represenlatiue (6 19) 238- 1828 1620 FIFTH AVE., SAN DIEGO, CA 92101 L1428b EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF' MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the Senior Presidents or Vice-presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presic Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or pe to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies. contracts, agreements, d and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, and to affi seal of the Company thereto." )II. L1428b - :L In the went Principal emcuted this bond a 811 individual, it is aped that the death c Principal shall not exaerate the Surety from ia obligations under thk bond. Executed by PRINCIPAL this 28TH Executed by SURETY this 28TH e # 192 &y of SEPTEMBER day of SEPTEMBER ,I9 92 PRINCIPAL SURETY: DON HUBBARD CONTRACTING CO., INC. FIDELITY AND DEPOSIT COMPANY OF MARY (Nam fSurcty) act B. gg Signature + of w-w- JAMES F. TEGHTMEYER (print name here) printed name of Attomey-in.-Fact (attach corporats msoluti~~ ahowing current power of attorney) (print name hum) (title of organization of idgnatmy) e T/Q@srFOR@?R (-per notarial acfrsowlsdgmcnt of wrsnscbn of PrinCipal and Surety rmtdt k atWbd.) (~aidentos~~aidentdmmta~or~t gecretaymwtdgnfotoarporati~ Uaniytnmofkwrigns, tbe corpontian must attach a neolution oerrtiiicd *by ths srscn~rty or apeisrant secmtary wdar cbrporate aai umpmxiq tiut aflEiaet to bind tho corparatisa) I APPROVED AS TO FORM: GENERAL COUNSEL " ' RONOR.BALS, ? BY&%/ 1 bL--=-d Deputy General Counsel 0 \ r by Bidddu Boad 7flm REV. >A STATE OF CALIFORNIA 1 ) ss.: CITY AND COUNTY OF SAN DIEGO ) On this 28TH day of SEmER 1992 - , before me, the undersigned Notarj in and for the State, personally appeared JAMES F. TEGHTMEYER a person E me (or proved to me on the basis of satisfactory evidence), to be the person who executc written instrument as Attorney-in-Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this 28TH day of SEPTEMBER A.D., 19 ‘“y commission expires 16 1 I 1 D D 1 I 1 @e I I I 1 1 8 1 1 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY L* (TO ACCOMPANY PROPOSAL) Bidder submits herewith a statement of financial responsibility: Bidder’s Statement of Financial Responsibility ’ltJP2 REV. I@ \ HUBBARB CONTRACTING GOMPANY, 1NC. $ lea647 W,3% -._A immpletwl cowrmp -.... 65- arsainasrgec.8 ira!mngs in exc868, of biillngs on r QLBclfcLspn mer 631,871, bere from 9a;iplayipPP &Dl P -orre0 9,068 ...-atu3 J TOTAL GURWEM A$$gT& 1,868,848 3rol 4zi% I 2 , I- 1 .. m-...... I I a, Pwd pGp& &hi;Pe hmoe t& . . . L. a 1 t I,-. In- PROPERTI', PLAN?" AgJB ~dUPF4ENT, nut sat ui;c;urnulataJ J~pse~l~~ors ow= GURMV M8m$ Cash vducp af obllcer;lea im insurance, n~ of policy 108118 ar $12f&$46 8,€W * DerpQrlt $- UM/mE$ AND GTBCWQLDER'S EQUITY CURRENT LBdaBBrnES AaBuntr payable $ mcls,l 694 mr d EF- a60,W Cu~rem pmlan ef long-term $&a a,= Accrccod salwks and wqw $1 ,OI Abbmad mpenws *. Union bsmCmP TOTAL CURWENT UBImES 4#,240 LONQ-TERM BE57 8TQCKH E4kl;rER'S EQUIV Gammon stack, aaed vdue of $59, $UtRorlted, issued am OuMandlng 1 eOOO shares BS-,905 Rerained earnk~s f .908.0?5 --lJmx3 @; t ? 4 1 S.P& .-mm.YL-*.-,. -- --am- -- -! ..".*%mt,"**-*d *---'I..' 17 I I R I I I 1 I I. 1 I 1 1 1 1 1 B BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (TO ACCOMPANY PROPOSAL) The Bidder's is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the District to judge hisher responsibility, experience and skill. An attachment can be used. I. Bidder's Statement of Technical Ability and Experience 7/7/92 REV. c(+ 18 i 1 1 1 1 I I I 1, I u I 1 1 NON-COLLUSION AFFIDAVIT & (TO ACCOMPANY PROPOSAL) TO BE EXECUTED BY BIDDER AND SUBMITIED WITH BID The Bidder shall fill in the three blank lines below with: 1. 2. 3. The name(s) of the person(s) signing this bid on behalf of the Bidder. The title(s) of the person(s) signing this bid in relation to the Bidder. The legal name of the Bidder. State of California 1 County of ) ) ss. QlCz iu,LdAkp/ J- R being first duly sworn, I (Name(s) of Person(s) Signidg this Bid on Behalf of the Bidder) deposes and says that he or she is SE&e -e &R Y of (Title(s) of the Person(s) Signing this Bid in Relation to the Bidder) boiv K-J b 6 vcR&,AAL LO, the party (Legal Name of the Bidder) making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, Non-Collusion Affidavit 7/7/92 REV. b I 19 directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, or will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. IN WITNESS WHEREOF, the undersigned represent and warrant that they have the right, power, legal capacity and authority to enter into and declare under penalty of perjury that the foregoing is true and correct, and that this affidavit was executed on behalf of the Bidder, and have set their names, titles, and signatures hereon, this /&ay of&&r,c , 192, at Sdnbie.oP County, in the State of 1 1 R 1 1 I I 1 L I 1 1 1 6 CA /T(b,ZNj/d EL CAMINO RECLAIMED WATER PUMP STATION PROJECT: CMWD PROJECT NO. 92-306 BIDDER: Do /u #u.LbAP.d &A#&& c 6Ac7 Go. Name s &. . ?JddQ-gs~-, /? 0, Boy 2303 7 7 tx-,,I&A / Address 3-53 --$ /[37 Signatures must be made, and Notary Acknokedgements of execution of Bidder must be i attached. To be submitted as part of the Bid Documents. I declare under penalty of perjury that affidavit was executed on the I s % day o Subscribed and sworn to before me on t I (NOTARY SEAL) NOTARY PUBLIC Non-Collusion Affidavit 7/7/92 REV. ‘F i 20 I 1 I I i I I b D 1 1 1 i 1 1 CONTRACr - PUBLIC WORKS I. This agreement is made thispday of h , 19%~ and between the Carlsbad Municipal Water District of Carlsbad, ealifornia, a municipal corporation, (hereinafter called "District"), and Don Hubbard Contracting Co. whose principal place of business is 46 Encinitas Blvd. Encinitas CA 92024 (hereinafter called "Contractor".) District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract Documents for: CONSTRUCTION OF EL CAMINO RECLAIMED WATER PUMP STATION PROJECT IN THE CITY OF CARLSBAD II CMWD PROJECI' NO. 92-306 (hereinafter called "project".) Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract 2. i Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Propbsal, Bidder's Bond, Designation of Subcontractors, Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, and all prbper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, herbis subcontractors and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. Contract - Public Works 7/7/92 REV. P 1 1 I B I I i 8 b I 1 1 1 I 21 Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction (SSPWC) 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions section of this contract. The closure date for each monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted according to the required District format to the District's assigned project manager no later that the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of Completion pursuant to California Civil Code Section 3184. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the District. Contractor shall also be responsible for expenses incurred in the suspension for discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by District. 4. lb 5. 6. 7. Cal OSHA Permits. Contractor will obtain permits from Cal OSHA if required, including but not limited to, permits for excavations over four feet deep. 1 8. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Material that Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class I11 disposal site in accordance with Contract - Public Works 7PP2 REV. ;. ! 22 I 1 I I I I I 1 1) 1 1 i (I I I t provisions of existing law. Subsurface or latent physical conditions at the site differing from those indicated. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. B. I, C. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor’s costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the Contractor’s cost of, or time required for, performance of any part of the work, Contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protest between the contracting parties. Change Orders. District may, without affecting the validity of the Contract, order changes, modifications and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the District has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the Contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined by litigation. The only person authorized to order changes or extra work is the Project Manager. The written change order must be executed by the Executive Manager or the Board of Directors, as allowed by law and according to the latest procedures adopted by resolution of the board. Immigration Reform and Control Act. Contractor certifies he is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifymg the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 9. 10. Contract - Public Works 7/7/92 REV. b 1 23 I I I I I 1 1 I L I I 1 I I I 11. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, Section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to California Labor Code Section 1775, Contractor and all subcontractors shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. For this contract, eight hours shall constitute a legal day’s work. Work beyond eight hours shall be paid at a rate not less than one and one half times the prevailing rates. Wage rates for Sundays and holidays shall be paid at a rate not less than two times the prevailing rates. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification or type of workers employed on the projects. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, lawsuits or judgements for any loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contractor or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the District; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely be the active negligence of the District. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall meet the District’s policy for insurance as stated in Resolution No. 772. (A) L 12. 13. L COVERAGES AND LIMITS - Contractor shall maintain the types of coverages and minimum limits indicted herein: 1. Comprehensive General Liabilitv Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the District or its agents, officers or employees are additional insureds. Contract - Public Works 7/7/92 REV. ;. I I I I I I I 1 b I I 1 1 1 1 24 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage., In addition, the auto policy must cover anv vehicle used in the performance of the contract, whether used onsite or offsite, whether owned, nonowned or hired, and whether scheduled or non- scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' Compensation and Employers' Liabilitv Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Worker's compensation offered by the State Compensation Insurance Fund is acceptable to the District. L 3. I (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. General Liability and Automobile Liability Coverages: 1. The District, its officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employeqs or volunteers. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. 3. 4. (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made'' basis, coverage shall be maintained for a period of three years following the date of completion of the work. Contract - Public Works 7/7/92 REV. b I I 25 NOTICE OF CANCELLATION - Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days’ prior written notice has been given to the District by certified mail, return receipt requested. (D) (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - t Any deductibles or self-insured retention levels must be declared to and approved by the District. At the option of the District, either: The insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required under this agreement shall contain a waiver of rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. SUBCONTRACTORS - Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-:V, and are authorized to do business within the State of California and are included in the official publication of the Department of Insurance of the State of California as allowed under the standards specified by the Board of Directors in Resolution No. 772. VERIFICATION OF COVERAGE - Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before work commences. COST OF INSURANCE - The Cost of all insurance required under this agreement shall be included in the Contractor’s bid. 8 1 I t I 1 lo 1 1 1 I 1 I (F) (G) (H) (I) (J) 14. Claims and Lawsuits. All claims shall comply with the Government Tort Claims Act (Section 900 et seq of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. All claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 Contract - Public Works 7/7/92 REV. b 1 I I I 26 (commencing with Section 20104) which are incorporated by reference. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor’s principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of 15. I. I address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with I Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier’s check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. Affirmative Action. The Carlsbad Municipal Water District is an equal opportunity employer. 16. 17. 1 I 10 ::: 1 1 1 I I 1 I I I 18. ... ... .I. ... ... ... ... ... ... ... f.. 1.. ... ... ... ... ... ... ... ... ... .. p ... Contract - Public Works 7/7/92 REV. I 27 Provisions Required bv Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 19. I@ PIA! k/vlLp-\R d CoM~/-aC+~~~ c 1 1 I L N0TARIALACKNOWL;EDGMENT OF Con tractor EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) tf cr LLHd Do e ai4 q Print Name of Signatory I ;* t .- L+ e tfes, ~e/rs f- I APPROVED TO AS TO FORM: Title @ General Counsel RONALD R. BALL * By: 0 L - TPCk 46wP Title \ l/Ld f 1’ 1 3 U t I I 1 I Deputy General Counsel Board of Directors ATTEST: < I . &*$ WETHA “L. OB KUTENKRANZ, Secretary Contract - Public Works 7/7/92 REV. P !I * .t I BOND NO. 30099850 28 LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, State of California, by Resolution No. 822 , adopted November 3, 1992 , has awarded to Don Hubbard Contracting Co., I~C. (hereinafter designated as the "Principal"), a Contract for: 1 I 1 I I 1 b 1 1 1 I I CONSTRUCTION OF EL CAMINO REAL WATER PUMP STATION PROJECT IN THE CITY OF CARLSBAD - CMWD PROJECT NO. 92-306 in the Carlsbad Municipal Water District, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done there of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. 9 as NOW, THEREFORE, WE, Principal (hereinafter designated as the "Contractor"), and Fidelitv and DeDosit cornsany of Xaryland as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of One hundred forty three thousand,three hundred eiqhty two and ), said sum being fifty percent (50%) of the estimated amount payable by the Carlsbad Municipal Water District under the terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hisher subcontractors fail to pay for any materials, provision, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to be fixed by the court, ar required by the provisions of Section 3248 of the California Civil Code. 1 Don Hubbard Contracting Co., Inc. 50 I1 00 Dollars ($ 143,382.50 m Labor and Materials Bond 7/7/92 REV. ;. I u 1 I I I I? 1'; 1 II, If I: a I 18 I' a I I 29 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3082). In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this 18TH day of b* day of ,19-. NOVEHBER , 192. CONTRACTOR: SURETY: FIDELITY AND DEPOSIT COMPANY OF YARYL --- DON HUBBARD CONTRACTING CO., INC. (Name of S rety) & Signature -LA **$ of Atto ey-in- act - I - JAFES F. TEGHTXEYER Printed name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) k* 5-PC Re h@ 9 (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACI'OR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel 't, By: B I lw I W Deputy General Counsel Labor and Materials Bond 7/7/92 REV. f COUNTY OF <%A& ,pt eo0 1 c in and for the said State, personally Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE. BALTIMORE, MD KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporati State of Maryland, by R. w. BUDDENBOHN , Vice-president, and M. J. SCHNEBELEN Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Lawe of said Company, whic forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby n I) and acknowledged by the regularly elected o the Company at its office in Baltimore, Md., set forth on the reverse side hereof is a true copy of AI Secretary have hereunto subscribed their names and ai OF MARYLAND, this 6th IT COMPANY OF MARYLAND STATE OF MARYLAND CITY OF BALTIMORE I ss: On this 6th day of July , A.D. 19 87 , before the subscriber, a Notary Public of the Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-president and Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals an described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company afore that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal signatures as such officers were duly &ed and subscribed to the said instrument by the authority and direction of the said GI IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the year fist above written. 0 CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby ce the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the da certificate; and I do further certify that the Vice-president who executed the said Power of Attorney was one of the additic Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact aspovided in Article VI, Sec the By-Laws of th& FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Direct1 FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 19 RESOLVED: “That the facsimile or mechanically reproduced signature of any Assistant ketary of the Company, whet heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shal and binding upon the Company with the same force and effect as though manually affixed.” IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, thi day of NOVEMBER ,1992. 01 2-93 10 il) , EXTRACT FROM BY-LAWS OF FIDELITY AND DEPQSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the S, Presidents or Vice-presidents specially authorized so to do by the Board of Directors or by the Executive Committee, power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-l Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreemei and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. . .and t seal of the Company thereto.” L1428b BOND NO. 30099850-1 32 WARRANTY BOND We, Don Hubbard Contractinq Co. 9 Inc. , a: as SURETY, jointly and severally bind ourselves, our heirs, representatives, successors, and assigns, as set forth herein, to the CARLSBAD MUNICIPAL WATER DISTRICT (hereinafter called DISTRICT), for payment of the penal sum of One hundred forty tl ), lawful money of the United States. Obligees and Principal have entered into a Contract for: (c PRINCIPAL, AND FIDELITY AND DEPOSIT COMPANY OF MARYLAND sand, three hundred eighty two and 50/lOO Dollars ($ 143,382.50 CONSTRUCTION OF EL CAMINO RECLAlMEiD WATER PUMP STATION IN THE CITY OF CARLSBAD CMWD PROJECT NO. 92-306 NOW, THEREFORE, the condition of this obligation is such that, if the above bound principal shall remedy without cost to said CARLSBAD MUNICIPAL WATER DISTRICT any defects which may develop during a period of one (1) year from the date of completion and acceptance of the work performed under said contract provided such defects are caused by defective or inferior materials or workmanship, then this obligation shall be void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby, and in addition to the amount specified above, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by the District in successfully enforcing this obligation, all to be taxed as costs and included in any judgment rendered. Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the agreement or to the work to be performed thereunder, or the and it does hereby waive notice of any such change, extension of time, alteration or addition @ 8 specifications accompanying the same, shall in any way affect its obligations on this bond, .I * to the terms of the agreement or to the work or to the specifications. Executed on NOVEMBER 18, ,1992. A I d 4 R 1 JAYE S E'. TEGHTNEY ER --- (Seal of Corporation) (Attach acknowledgement of Authorized Representative of Principal and Surety) Title: ATTORNEY IN FACT e a I Warranty Bond 7PP2 REV. i r STATE OF CALIFORNIA 1 ) ss.: CITY AND COUNTY OF SAN DIEGO ) 1992 , before me, the undersigned Nota On this 18TF day of NOVENBER a person in and for the State, personally appeared JAIYES F. TEGHTXEYER me (or proved to me on the basis of satisfactory evidence), to be the person who execu written instrument as Attorney-in-Fact on behalf of the corporation therein named and --knowledged to me that the corporation executed it. - KOVEMBER A.D., Given under my hand 4y commission expires _____________ __ _____--- ---- - - - - ___ -- .- ______I_ - - _I______ _- -- - --__~ - -- __ - 1 ss COUNTY OF sfl v(@ya ON [V6'VemdeM za I befor? me the undersigned a Notary Public in and for the said State, personally 3 6 bAAJ , known to me DoBo'f'Xy fl k1-c e President and>& hl ,du k~ ~QR d p?-? I , knc to be the Secretary of FJ~ N .h,bd~~d c5 h4 IC& ac #/&Q-Lo- the Corpcration that executed the within Instrument, known to me to be the Pel executed the withln Instrument, on behalf of the Corporation herein named, and ack to me that such CGrporation executed the within Instrument pursuant to Its by I resolution of its board of directors WITNESS my hand and official seal i ---~- I I I ACKNOWLEDGMENT-Corp -Pres & Sec -WoIcotts Form =&Rev 3 E4 1,- ___l_l-----l-- - - == -__- --------- 1 I 1 1 I 1 I 1 m 1 I 1 I I 1 33 APPROVED AS TO FORM: RONALD R. BALL General Counsel By: op I+d b v Deputy General Counsel Warranty Bond 7/7/92 REV. ;. 1 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE, BALTIMORE. MD - KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporr State of Maryland, by R. w. BUDDENBOHN , Vice-president, and M. J. SCHNEBELEN Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, wh forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby ts, shall be as binding upon said Compcu: d acknowledged by the regularly elected The said Assistant Secretary doe Section 2, of the By-Laws of said IN WITNESS WHEREOF, the s set forth on the reverse side hereof is a true copy of i Secretary have hereunto subscribed their names and Corporate Seal of the said FIDEL1 MPANY OF MARYLAND, this 6th OSIT COMPANY OF MARYLAND STATE OF MARYLARD Crry OF BALTIMORE ; ss‘ On this 6th day of July , A.D. 19 87 , before the subscriber, a Notary Public of th Maryiand, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-president anc Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals 81 described in and who executed the preceding instrument, and they each acknowledged the execution of the same, anc me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company afori that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Sed signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said G IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, th year first above written. e CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby c the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the d certificate; and I do further certify that the Vice-president who executed the said Power of Attorney was one of the additi Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact asprovided in Article VI, Se the By-Laws of thd FIDELITY AND DEPOSIT COMPANY OF mRYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Direet FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1( RESOLVED: “That the facsimile or mechanically reproduced signature of any Assistant secretary of the company, whe heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, sha and binding upon the Company with the same force and effect as though manually affixed.” IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, th day of NOVEMBER ,1992. 012-9310 de < EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the Ser Presidents or Vice-presidents specially authorized XI to do by the Board of Directors or by the Executive Committee, s power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Pi Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person o to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreement and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. . .and to seal of the Company thereto.” L1428b Insurance Brokers OR ALTER THE COVERAGE AFFORDED : COMPANIES AFFORDING COVERAGE 1: A: UNTD NATL INS CO/COM UNION DON HUBBARD CONTRACTING CO. COMPANY B: SAFECO INS CO OF AMERICA P.O. BOX 230577 COMPANY C: FEDERAL INS CO (CIWJBB) ENCINITAS, CA 92023-0577 COMPANY D: COMPANY E: indicated, notwithstanding any requirement, term or condition of any contract or other document with respect to which certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all th BI&PD ( BI (PC BI (Acc 7965-11-82 CARLSBAD VILLAGE DRIVE SBAD, CA 92008-1989 ~ -- . c lCAIES OR VERIFICATIONS OF INSURANCE AN6 ENPORSEME#t$ 'he Cornpanicrs rtprewentativcr as tctated in the Polfq Schtdule are hereby tmpbwered to %ut all Ccnificatw af tnsuranct: (also rcbrrcrd to as VcriWatlans of Insumncc) and/or Endorsements to this PoUq ELS may be requid by the provision of any Coatract efitez-4 into by the Inwured in the namd conduct o€ the& bush=* It b hareby undentd ami agreed that such CettiKcatw andlar Eawmcnts may % automatidy hcluda additional hsu~ds, Lender$ Loss Payable bt MfNtpp . Claws($), and subject hyb to the Sunn{$) bmd tmdot Limits af Milky hcreundct, other ntcnsionr uf cwcrsgc solely &6: required by CbnzracW PrWiSions, It iS hrther undcrstwd and agreed that such CertifScatcs #nd/w Endcmtmt#ta rpay provide, if required, fur COmgeniCs rtprcsentatlws to hue Notice of Ciutwhticm ~ri Companies behalf to the bolder of such CenMcatas of Insurance. It is understood and aqced that Cornpanics teprescntatbes may delegate the isSrre of Cortiffcates n€ lnsurrtace to athers acting an their behaif and u instrwt8d by them, TRerc shall be no delegation of authoriv by Cornpenfa nprEsGQtativcs ia rcsptct of the issue of Endorserntnts which is granted solely to them and no other; 11 is hereby also undmtood and agrtcd that apha rrf aU sueh Ccrtifieates andfor Endorsements me to be kept on fils by Campanic3 rtpresentatiwq but, on denrand, cap&$$ &re tQ be immedisteiy provldtd to Cc!mpanior It frr hereby rpcificrrlly understood and agreed 'that tkc holders of Ccrtificata of hmnclc we included (where required) is LQSS Payees or Mu%#gess u&r th& Policy, cubjcct tb the prcsvklonr of the applicsblc Lenders hsa Payable Cbtw or il "\ 4;:; MOQB~CC C~USC JCI fopth bchw:* AA 1. h or darnage, if any, under thio Poky, shdl be paid to the Payee($) Q~I fik Nth Companies rcprestatativn, its suo~~soort; and asgi~ry htrebfter nfencd as '"be Lender: ia whatever form or tapcity iUr interwits may appear and whcthtr %id intertist be vesred in isaid Lender In its ind~dual or In its dklatd or uadiscld fiduciary 01 rtprwntative capadty, ar athem'st, or vested h a nominee at mtcc: of said lender. The insurance under thfa Poliq, or any rider or tnd9rscmmt attached thereto, as to tht interest only of the Lender, its su~om end assip, shd ltat be hvialfdstad nor suspended: 2 8, . k. t each& PdlQ 36 * -*.-- __.. .&. - -- 7- EXHIBIT CITY OF C.A€U,SBAD SURPLUS LINE BROKER AFFIDAVIT Broker Name: WESTLAND INSURANCE BROKERS Address: , City/State/Zip: . SAN DIEGO, CA 92186 3838 CAMINO DEL RIO NORTH, SUITE 315 0 ' bate: 12-4-92 Project Name: PROJECT #92-306 Type of Insurance: GENERAL LIABILITY- - .. I certify that of the above contract. 'I further certify that as Broker of Record for Contractor, I have contactec the insurance companies listed below, all of whom met the City's requirements included ir Resolution No. and all of whom have refused to write the required.policyy due to thr type of risk involved. Insurance Carrier: RANSA MERICA INSURA NCE COMPANY Name of Contact: MICHAEL XUHN 's the Broker of Record for CONTRACTINGN~U~~~ to provide kswance gder N HTTRR the spscadan - .- Address: P.O. BOX 81748 Date: 10-31-92 - Reason for Refusal: Best's Rating A VI11 Listed by State Insurance YES CLASS OF BUSINESS, DOESN' T MEET UNDERWRITING CRITERIA Cornmissioner (Yes/No) Insurance Canier: Name of Contact: ANNA ST. CYR Address: 101-40 CAMPUS PT DRIVE Date: . 10-31-92 Reason for Refusal; INSURANCE COMPANY OF THE WEST -_ 'CLASS OF BUSINESS, DOESN' T MEET UNDERWRITING -CRITERIA Best's Rating A VI1 Listed by State Insurance YES - - Commissioner (Yes/No) - -0 -- - - - - __ -- - - *_," ---*---A,. -l - Insurance Car$er: MARYLAND CASUALTY COMPANY P Name of Contact: SUE ABBOTT 15260 VENTURA BLVD., SHERMAN OAKS, CA 91403 10-31-92 0 Address: Date: e CLASS OF BUSINESS, DOESN'T MEET. Reason for Refusal: UNDERWRITING CRITERIA Best's Rathg AX Listed by State Insurance YES Commissioner fYes/No> I!NS Contractor is requesting that the City accept UNITEF NATIGNAL company who is a surplus line carrier having an A-:V or better rating in the most recent issue of Best's Rating Guide and who has an office within the State of California at the following address in order to effect semke 1 of process.. .. Name of Surplus -7 Llne Carrier: UNITED NATIONAL INSURANCE COMPANY ' Address: City/State/tip: Address tq effect Sewice of Process wkhk the State of California. 1737 CHESTNUT STREET PHILADELPHIA, PA 19103 * W.K. COOPER INSURANCE -.. SERVICES 0 Name: - 1700 VENTURA BLVD., SUITE 213 I - Address: City/S tate/Zip: - I certify under penalty of pejwy that the foregoing facts are true and correct, * Dated: Signed: ENCINO, CA 91316-4182 Broker of Record -. - - - .J 0- ---- - - - --~7~-..~~~~~~-~---~~ -- ---+".,+-.,.-~-7-v-+2- -----=-"-T- .. y~--~-.*-.-*--- _c POLICY NUMBER. s311p 43035 COMMERCIAL GENERAL LIAE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUltY. ADDITIONAL INSURED - OWNERS, LESSEES OR 0 CONTRACTORS (FORM 6) This cndor5ement modifies insurance provided under the following- COMMERClAL GEN€RAC. LIABILITY COVERAGE PART SCHEDULE Name of Pinon or Organization: CIn OF CARLSBAD ATTN: PURCIMSING DEPARTMEl?l' 1209 CARLSBAD VILLAGE DRIVE 4s CARLSBAD, CA 92008-1939 (If no entry appears above, informatmn required to complete this endorsement will be shown in the Deciar as applicable to this endorsement.) WHO IS AN INSURED (Scctron #l IS amended to include as an insured the person or organrzatlon shown Schedule, but only with respect to liability ar!sing out of "your work" for that insureu by or for ym. -0 ' s : (0 'G 20 10 ti 85 Capynght. 1murmce Seervicez Office. Inc 1984 mucr NUMBER BA 8149443 CWGE EFrrCIivx OATE mum EXPIPAM DATE mum OWGE NO. ISSUE MTE 10-31-92 10-31-93 1 12=4-92 YWRWE E%#+ HYBBARD CONTRACTING CO, - -_ WlfE5 -AflY&QATE WESTLAND INSURANCE BRC - - 0 YOUR AGENCY NAME WESTLAND INSURANCE BROKERS - - - - - AGENT NO. 17-69 7 7 - p l-i i::?T\ .< ,;;* (1 (J jJ ;J ~,~ COMPANIES AFFORDING COVERAGE "...,%, :..>,... ,-.;,.., ,-.. ..r .... ,., '" ,... -, %-, --, . ...I1 .li''l !..>.>.I:: l.i'...? I.., I. .I e.' 17 I. 1i:i 0 COMPANY LETTER A COMPANY B LETTER COMPANY LETTER E LIMITS POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ CLAIMS MADE OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED EXPENSE (Any one person) $ $ COMBINED SINGLE LIMIT P $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS HIRED AUTOS BODILY INJURY NON-OWNED AUTOS GARAGE LIABILITY (Per person) $ (Per accident) PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ I E 1 UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY ; 1 I".! 1 F rr- I- l*,Jp~;~x;:.! I /I "i..::; 1;i 1, 1. o/ (:i 1 .'c,:)L:," J, (:I /'{;I i ;''<;.''':3 ::. STATUTORY LIMITS 1 ". EACH ACCIDENT I DISEASE-POLICY LIMIT DISEASE-EACH EMPLOYEE $!, !, KI 1 I L r ".. ,, i:: ... -I ..... 1" I lr..j""i I".. , t-ri::-;? [7f,,,pl f:! r.-i"..- -rJ'f"W..J A;!.-, j, i")f..!::..; f T?"" ,,, .,. )p.% ',J-:' I::! .-. .. I.-' - ..i c"! 1 .... ...I' ~ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS I I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BI EXPlRATlON DATE THEREOF, THE lSSUlNG COMPANY WILL t3W MAIC .3 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NA[V LEFT, P -laaaE-P IInalllTY-mT- 1, ::3,*: (YI [" i i'l p;l,.y..: .I ...... 2 ""... City of Carlsbad Purc1asing Deparlment Representation and Certification The following representation and certification are to be completed,signed and returned with proposal. REPRESENTATIONS:Mark all applicable blanks. This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) Black Hispanic Asian-Pacific Native-American Asian-Indian DEFINITIONS: '11NORITY BUSINESS ENTERPRISE:"Minority ...Jusiness"is defined as a business,at least 51 percent of which is owned,operated and controlled by minority group members,or in the case of publicly owned businesses,at least 51 percent of which is owned, operated and controlled by minority group members. Yhe Small Business Administration defines the socially and economically disadvantaged (minorities)as Black American,Hispanic American,Native Americans (i.e. American Indian,Eskimos,Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e.,U.S.Citizens whose origins are from Japan,China,the Philippines,Vietnam, Korea,Samoa,Guam,the U.S.Trust Territories of the Pacific,Northern Marianas,Laos,Cambodia andTaiwan). CERTIFICATION: I am currently certified by:_ Certification #:------------- CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks.This offeror represents as a part of this offer that: This firm is ,'is not a minority business. This firm is ,is not a woman-owned business. WOMAN-OWNED BUSINESS:A woman-owned business is a business of which at least 51 percent is owned,controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions.Operation is defined as actually involved in the day-to-day management. The information furnished is certified to be factual and correct as of the date submitted. 9/92 TITLE DATE ,eo'}/~,,"""'~~'/',--"'.¢",,"I ON 74 I before me, the undersigned, a Notary Public in and for the sald State, personally 34 1. il D I 1 il I 1 k I 8 1 D i 1 OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION lii This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California 92008, hereinafter called "District" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by District pursuant to the public works contract entered into between the District and Contractor for Construction of El Camino Reclaimed Water Pump Station in the Citv of Carlsbad - CMWD Proiect No. 92-306 (hereinafter referred to as the "Contract"). A copy of said contract is attached as Exhibit "A". When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within ten (10) days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the District and Contractor. Securities shall be held in the name of Carlsbad Municipal Water District and shall designate the Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent shall verify that the present cumulative market value of all securities substituted is at least equal to the cash amount of all cumulative retention under the terms of the Contract. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. Alternatively, the District may make payments directly to Escrow Agent in the amount of retention for the benefit of the District until such time as the escrow the amount of dated 2. 3. 1 created hereunder is terminated. Escrow Agreement for Surety Deposits and Lieu or Retention 7/7/92 REV. I. 1 35 Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses any payment terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven (7) days written notice to the Escrow Agent from the District of the default of the Contractor, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. Upon receipt of written notification from the District certifying that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Agent. The escrow shall be closed immediately upon disbursement of all monies and securities on deposit and payments of fees and charges. Escrow agent shall rely on the written notifications from the District and the Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent’s release and disbursement of the securities and interest as set forth in Section 6 thru 8 and 10. 1 1 I I 1 I 1 I. I I i i 1 i 1 ... 1 4. 5. lii 6. 7. I 8. 9. 1.1 ... ... ... ... ... ... ... ... ... ... ... Escrow Agreement for Surety Deposits and Lieu or Retention 7nP2 REV, I. 36 The names of the persons who are authorized to give written notice or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title I I 10. r. I Name Signature Address i I I 1 (. I 1 B 1 I i ... I For Contractor: Title Name Signature Address 1 For Escrow Agent: Title Name Signature 8 Address ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... Escrow Agreement for Surety Deposits and Lieu or Retention 7/7/92 REV. r. 37 At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: Title I I I I i I k I 1 I 1 1 1 I 1 @ Name Signature Address I For Contractor: Title Name Signature I Address For Escrow Agent: Title Name I Signatu re Address Escrow Agreement for Surety Deposits and Lieu or Retention 7/7/92 REV. I. I 38 I RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: EL CAMINO RECLAIMED WATER PUMP STATION I. PROJECT DESCRIPTI0N:PROJECT - CMWD PROJECT NO. 92-306 I I I I I I I I I I PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ I DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may have of whatever type or nature, for the period specified which is not shown as a retention amount of a disputed claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period have been paid in full and that the parties signing below on behalf of Contractor have express authority to execute this release. DATED: k PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, I etc.) By: Title: By: I Title: Release Form 7/7/92 REV. P I 39 I I SPECIAL PROVISIONS I. SUPPLE~NTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION I. 0 1-1 TERMS To Section 1-1, add: A. Reference to Drawings Where words 'khown," "indicated," "detailed," "noted," "scheduled," or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the District Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar import are used, it shall be understood such words are followed by the expression ?'in the opinion of the Engineer," unless otherwise stated. Where the words "approved," "approval," "acceptance," or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the District is intended. 1 1 I 1 I b I I I I 1 E 1 I D. Perform and Provide: The word 'lperformtt shall be understood to mean that the Contractor, at herbis expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at herbis expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Special Provisions 7/7/92 REV. P 40 1 I 1 I 1 I I Ir, I I 0 I I I I 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the Carlsbad Municipal Water District, Carlsbad, California Engineer - the District Engineer for the Carlsbad Municipal Water District or his approved f representative. 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bond" (Material and Labor Bond) shall be for not less than 50 percent of the contract price to satisfy claims of material suppliers and of mechanics and laborers employed by contractor I on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by the Contractor during the course of this project. Both bonds shall extend in full force and effect and be retained by the District for a period of one (1) year from the date of formal acceptance of the project by the District. The Warranty Bond shall be kept in full force and effect by the Contractor to remedy any defects which may develop during a period on one (1) year from the date of completion and acceptance of the work performed under said contract provided such defects are caused by defective or inferior materials or workmanship. I Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide of at lease A-:V and are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Plans and Specifications fo1 Construction of Water Mains of the Carlsbad Municipal Water District and the Standard Specifications for Public Works Construction, (SSPWC), 1991 Edition, and the latesl Special Provisions 7/7/92 REV F 41 supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The Construction Plans consist of 5 sheet(s) designated as Carlsbad Municipal Water District Drawing No. 92-306 . The standard drawings utilized for this project are the latest edition of the San Diego - Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the Carlsbad Municipal Water District Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2) copies to the District. I I I I I 1 I 1 1 1 i 1 I I. I D 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete ''as-built'' record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. 1. 3-5 DISPUTED WORK 1 To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS 0 20104. Application of article; inclusion of article in plans and specifications (a) (1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between the contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor Special Provisions 7/7/92 REV. 1. 42 and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work" has the same meaning as in Sections 3100 and 3 106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 0 20104.2. Claims; requirements For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extent the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or Special Provisions 7/7/92 REV. I I 1 I ! 1 lii I I 1. I i 1 I 1 I I 1 1. 43 1 I relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time the claim is denied, including any period of time utilized by the meet and confer conference. 0 20104.4. Procedures for civil actions filed to resolve claims The following procedures are established for all civil actions filed to resolve claims subject I. 1 1 1 I I I I. I I to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1131.11 of that code. The Civil Discovery Act of 1986 (Article 3 [commencing with Section 20161 of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. 1 1 I I 1 I Special Provisions 7/7/92 REV I. 44 (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. 0 20104.6. Payment by local agency of undisputed portion of claim; interest on arbitration award or judgment (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. 6 20104.8. Duration of article; application of article to contracts between Jan. 1, 1991 and 1 I 1 1 1 I. I 1 Jan.1, 1994 (a) This article shall remain is effect only until January 1, 1994, and as of that date is repealed, unless a later enacted statue, which is enacted before January 1, 1994, deletes 01 extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into between Januaq 1, 1991, and January 1, 1994, which is subject to this article shall incorporate this article. To that end, these contracts shall be subject to this article even if this article is repealec 1 I. I pursuant to subdivision (a). 4-1 MATERIALS AND WORKMANSHII' To Section 4- 1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative The Engineer shall have free access to any or all parts of work at any time. Contract01 shall furnish Engineer with such information as may be necessary to keep herhim full! informed regarding progress and manner of work and character of materials. Inspection o work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testin! materials and/or workmanship where the results of such tests meet or exceed thc requirements indicated in the Standard Specifications and the Special Provisions. The cos I 1 1 1 1 1 E Special Provision inn2 REV I. 45 I I of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the District and all costs for tests that meet pr exceed the requirements of the specifications shall be borne by the District. Said tests may be made at any place along the work as deeded necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: I. 1 I i 1 i II. I i 1 4-1.7 Nonconforming; Work The contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 1 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy of completeness of the utilities indicated on the Plans is not guaranteed. I 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including service connection, desired by the Contractor for hisher own convenience shall be the Contractor’s own responsibility, and he/she shall make all arrangements regarding such work at no cost to the District. If delays occur due to utilities relocations which were not shown of the Plans, it will be solely the District’s option to extend the completion date. m I. 1 1 Special Provisions 7/7/92 REV. 1 46 In order to minimize delays to the Contractor caused by failure of other relocate utilities which interfere with the construction, the Contractor, upon request to the District, may be permitted to temporarily omit the portion of work affected by the utility. The portion this omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: I I 1 1 1 I 1 1 I. 1 1 1 1 I I 1. 1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) proper schedule. This schedule is subject to the review and approval of the City. The schedule shall show a complete sequence of construction activities, identifymg work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule(s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. No changes shall be made to the construction schedule without prior written approval of the Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or anq 2. 3. 4. 5. 1 damages. Special Provisions 7/7/92 REV I* I 47 Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. I 1 I 1 I 1 k I 1 1 1 I 6-7 TIME OF COMPLETION The Contractor shall begin work within ten (101 calendar days after receipt of the "Notice to Proceed' and shall diligently prosecute the work to completion within ninety (90) calendar days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 790 a.m. and sunset, from Mondays and Fridays. The contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. The Contractor shall pay the inspection costs of such work. 1. I 1 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replace by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $ 500 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have rating in best's Key Rating Guide of at least A-:V and are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 1 II Special Provisiom 7/7/92 REV 1. 1 48 1 1 I I 1 I 1 1 1 I I 1 I 8 7-4 WORKERS' COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. I. 7-5 PERMITS Modify the first sentence to read: The Contractor shall obtain, at no cost to the District, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract on District property, in street, highways (except State highway right-of-way), railways or other rights-of- 1 way. Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 7-8 PROJECTS AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working days at the District's request. Add the following to Section 7-8: c. B 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3 109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safetv and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the work Special Provisions 7/7/92 REV. 1. 49 and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all time, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. I I I i 1 II I k 1 1 1 1 I 1 I. 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, such conditions or modifications established pursuant to Section 1601 of the Fish and Game Code shall become conditions of the con tract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. I 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amount of retention. 10 SURVEYING District Engineer will establish a system of surveyed horizontal control points at 50’ stations throughout the project and at each angle point location. The Contractor shall establish all intermediate lines and grades through the use of appropriate equipment. Contractor shall preserve all surveyed control points. All expenses related to replacement, if any, of the preceding which have been disturbed or destroyed by Contractor shall be paid for by Contractor. Where bench marks or other permanent markers must be disturbed or removed in constructing the Project, carefully preserve item until a reference has been made for its relocation, notify the District Engineer in sufficient time for item to be relocated without causing delay in the Work, and pay all costs related to such relocation. 1 Special Provisiom 7/7/92 REV. 1. I 50 Notify Engineer well in advance of the date and location of Work, so that the permanent horizontal control to be furnished by the District Engineer may be established. The Contractor shall pay double time for survey work that he requests to be done prior to 7:OO a.m. or after 3:OO p.m. Monday through Friday, or on holidays or weekends. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the construction under this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. I I I I i I I I 1. I I I I I 1 l I I. Special Provision! 7/7/92 REV I. 51 I 1 (SUPPLEMENTAL SPECIAL, CONDITIONS) SPECIAL CONDITIONS (STATE OF CALIFORNIA WATER RESOURCES CONTROL BOARD OFFICE OF WATER RECYCLING) I. I I I I I 1 I I I I I I SIMILARCONDITIONSMAYAPPEARELSEWHEREWITHINTHESECONTRACT DOCUMENTS AND SPECIAL PROVISIONS. IN ALL INSTANCES, THE MORE RESTRI- PROVISION SHALL PREVAIL- 1-01 The Contractor shall at all times comply with, and require its subcontractors to comply with, all applicable federal and state laws, rules and regulations, and all applicable local ordinances, specifically including, but not limited to, environmental, procurement and safety laws, rules, regulations and ordinances. COMPLIANCE WITH LAWS. REGULATIONS, ETC. 1-02 SMALL AND MINORITY AND WOMEN-OWNED BUSINESS PARTICIPATION 1. Positive efforts shall be made by the Contractor to utilize small business and minority- owned and women-owned business sources of supplies, services and work for the project. Any subcontracts let by the Contractor for project work shall require similar efforts by the subcontractor. Positive efforts should be such as to allow such sources the maximum feasible opportunity to compete for all project work. In addition to these positive efforts, the Contractor shall comply with, and require its subcontractors to comply with, applicable federal, state and local small, minority-owned, and women-owned business enterprise requirements. 1-03 ARCHEOLOGICAL OR HISTORICAL RESOURCES Should a potential archeological or historical resource be discovered during construction. the Contractor shall immediately cease all work in the area of the find until a qualified archeologist has evaluated the situation and made recommendations to the State Board Cultural Resources Officer, and the State Board Project Manager has determined appropriate actions regarding preservation of the resource. The Contractor agrees tc implement appropriate actions as directed by the State Board Project Manager. 1-04 PROJECTACCESS The Contractor shall ensure that the State Board, or any authorized representative thereof Supplementa Special Condition! 7/7/92 REV I I. I 52 will have suitable access to the Project Site at all reasonable times during Project construction and for the useful life of the Project and shall include provisions ensuring such access in all subcontracts. I 1 I I I I B 1. I I E I I I B I. 1-05 RECORDS The District shall maintain books, records, documents and other evidence sufficient to reflect properly the amount, receipt and disposition of all project funds, including State Board loan funds and any matching funds of the District, and the total cost of the project. The Constractor shall maintain books, records, and other evidence pertinent to the work in accordance with generally accepted accounting procedures. All Contractor and subcontractor records relevant to the project will be preserved until three years after project completion and shall be subject at all reasonable times to inspection, copying, and audit by the Auditor General, the State Board, or any authorized representative. I 1-06 NONDISCRII"ATI0N CLAUSE 1. During the performance of the Contract, the Contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, age (over 40) or sex. The Contractor and its subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination. The Contractor and its subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code, Section 12900 et seq.), and the applicable regulation promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12990, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code are incorporated into this Contract by reference and made a part hereof as if set forth in full. The Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. The Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this Contract. I 2. 1-07 PREVAILING WAGES The Agency agrees to be bound by all provisions of State Labor Code Section 1771 regarding prevailing wages. The Agency shall monitor all contracts subject ta reimbursement from this loan contract to assure that the prevailing wage provisions of State Labor Code Section 1771 are being met. Supplemental Special Condition> 7/7/92 REV 1. I 53 I TECHNICAL SPECIFICATIONS SECTION 1 SCOPE The Contractor shall furnish and install automatically controlled triplex pump station capable of handling raw unscreened sewage or similar liquids as described in the project specifications. The Contractor shall construct the reinforced concrete wet well and site work as shown on the plans. The pumps and mechanical accessories shall be installed in the wet well. The pump control panel, liquid level control and telemetering system shall be installed in a NEMA 3R enclosure. The system valving shall be installed in two factory- built fiberglass enclosures. The Contractor shall coordinate the installation of electrical and telephone services as indicated on the plans. I. I I I 1 I I I. I SECTION 2 SAFEGUARDING EXCAVATIONS AND PROTECTING PROPERTY Excavations shall be so shored and braced that they will be safe and so that the ground alongside the excavations will not slide or settle, and so that all existing improvements of any kind, on either public or private property, will be fully protected from damage. The trench shoring system for vertical-sided trenches shall conform to that shown in Article 6, Section 1541 of the Construction Safety Orders of the California Division of Industrial Safety. Prior to the excavation of any vertical trench under the contract, the Contractor shall submit to the District for review his detailed plan, prepared by a Registered Civil or Structural Engineer, showing the design of shoring and bracing intended for use under the I con tract. 1 SECTION 3 DISPOSAL OF EXCAVATED MATERIALS No excavated materials shall be stored in any street or highway without the permission of the public authority having jurisdiction thereof, and such storage, where permitted, shall conform to the regulations of said public authority. The Contractor shall submit to the District, in writing, a letter stating the conditions set for by said authority for the use of the area. All materials removed from the excavations in excess of that stored temporarily, as above specified, shall be immediately hauled away and legally disposed of by the Contractor. 1 1 I I I Technical Speclfications 7/28/92 REV. I* I 54 1 SECTION 4 BACKFILL AND COMPACTION All backfill shall be compacted to 95% of the laboratory standard maximum soil dry density for the materials being compacted. If native backfill cannot meet compaction requirements, the Contractor shall obtain a suitable backfill material. Unsuitable backfill material shall be removed from the site and disposed of offsite by the Contractor at his own expense at a legally approved disposal site. I. I. I I SECTION 5 PROTECTIVE LININGS AND COATINGS All ductile iron pipe and fittings shall be polyethylene lined in conformance with ANSUASTM D 1248. Gate valves shall be epoxy lined and coated in conformance with AWWA Standard C550-90. All buried ductile iron pipe, fittings, and gate valves shall be polyethylene wrapped in conformance with AWWA Standard C105/A21.5-88 and applicable District Standards. All nuts and bolts shall be cadmium plated and shall have NON-OXIDE GREASE applied to the threads prior to installation. Epoxy tar coat threads all flanges and fittings per MIL-D-23236. Backfill around all bolted fittings shall consist entirely of clean alkalized sand. Alkalized sand shall consist of sand to which one half sack of lime per cubic yard has been added and thoroughly mixed. Alkalized sand shall be installed in such manner that after compaction no earth or other backfill will be less than 6 inches from any part of the fitting, flanges, bolts, or nuts. The sand shall be compacted as specified above for other backfill. I I I I. 1 I I I B I 1 B SECTION 6 RESTORING FACILITIES Except where otherwise specified, all streets and highway surface improvements excavated or damaged by the Contractor shall be stored by him in accordance with the regulations and specifications of, and subject to the inspection of, the public authority having jurisdiction in each case. All Portland cement concrete and asphalt concrete pavements, gutters, driveways, curbs, and sidewalks excavated or damaged shall be removed between neat vertical cuts, of an Technical Specifications 7/28/92 REV 1. 1 55 1 I I approved type or in the case of curbs, gutters, and sidewalks, between vertical cuts made by acceptable methods at the nearest score marks beyond the damaged portion as may be required in each as by the State, County, or City authority having jurisdiction. SECTION 7 AGGREGATE BASE All base materials placed on the job shall conform to Section 26, Aggregate Bases, of the State of California Department of Transportation Standard Specifications dated January 1988. Aggregate grading requirements shall be per Subsection 26-1.2B, Class 2 Aggregate I. 1 Base, 3/4" maximum: I SECTION 8 ASPHALT CONCRETE All Asphalt Concrete Pavement placed on the job shall conform to Section 203-6 Asphalt Concrete, of the Standard Specifications for Public Works Construction (SSPWC). Asphalt Concrete shall be Class B, AR4000 for deep lift sections and Class Dl, AR4000 for skin patch. Type I11 Asphalt Concrete, Class C2 and D, respectively, per Part 4, Section 400-4, Asphalt Concrete, of the Standard Specifications (Green Book) are acceptable alternatives. I I I. I SECTION 9 CONCRETE AND CONCRETE WORK I 9-1 General I All concrete and concrete work shall conform to the requirements of the Standard Specifications for Public Works Construction (SSPWC). 9-2 Concrete Material Concrete shall be transit mixed concrete from a supervised batch plant which issues certified delivery tickets with each load, showing the mix proportions, mixing time, truck departure time and water added. Such certified tickets will be handed to the inspector at the time of delivery. Ready mixed concrete shall be batched and handled in accordance with ASTM C 94. Job mixed concrete shall be limited to that needed for patching and minor nonstructural uses requiring one sack of cement or less. In these cases, the materials and workmanship shall be the same as if transit mixed concrete has been used. 1 1 B I a I. Technical Speclfications 7/28/92 REV. I 56 1 9-3 Reinforcing Steel Reinforcing steel shall be Grade 60 deformed bars conforming to ASTM A-615, except as noted otherwise. Reinforcing steel shall be positioned as shown on approved shop drawings and shall be adequately supported against grade and formwork by wired concrete blocks. Metal supports will not be permitted. Reinforcing steel shall have a minimum clearance from the exterior surface of 2 inches, except as noted otherwise. 9-4 Compressive Strength The concrete used for reinforced concrete structure shown on the plans shall have a minimum 28 day compressive strength of 4,000 psi. The compressive strengths shall be determined in accordance with ASTM C 29. I. I 1 I 1 I. I I 9-5 Placement Concrete shall be placed in clean forms before its initial set begins, using the minimum amount of mixing water required for good workability. Concrete shall be vibrated internally with an approved mechanical vibration device until satisfactory consolidation is achieved. Vibration of forms in lieu of this will not be acceptable. Concrete placement shall be stopped when rainfall is sufficient to cause damage to work. 9-6 Finish Concrete surfaces shall be trowelled to a smooth hard surface free from ridges, holes and surface roughness. Horizontal surfaces shall be finished with a steel trowel unless otherwise specified. Corners and edges shall be neatly beveled. Surface defects shall be repaired to match the surrounding concrete. I I 9-7 Cement 1 C150. Cement for concrete shall be Type I or I1 low alkali portland cement conforming to ASTM 9-8 Curing As soon as the completion of the specified finishing operations as the condition of the concrete will permit without danger of consequent damage thereto, all exposed surfaces shall either be sprinkled with water, covered with a plastic sheet, or covered with earth, sand, or burlap or sprayed with curing compound. Concrete that is water cured shall be kept continuously wet for at least ten (10) days after being placed. 9-9 This specification subsection covers the supply and installation of a PVC sheet liner of all walls and ceiling in the wet well. The liner must be continuous and free of pinholes both Technical Specifications 7/28/92 REV 1 I 1 I I T-Lock PVC Tining of Wet Well 1. I 57 across the joints and in the liner itself. All work for and in connection with the installation of the lining and the field sealing and welding of joints shall be done in strict conformity with all applicable specifications, instructions recommendations of the lining manufacturer. The liner shall be heron T-Lock as manufactured by heron Protective Coating Division, Brea, California. Liner sheets shall be a minimum of 0.065 inch in thickness. I 1 I 1 1 I I. 11-1 Description 1 I 1 I 1 I. SECTION 10 1 SYSTEM POWER CHARACTERISTICS 10-1 Power Electrical power to be furnished to the pump station by San Diego Gas and Electric Company shall be 3 phase, 60 hertz, 4 wire, 480 volts. SECTION 11 STATION ENCLOSURES The station enclosures shall contain and enclose all valves, and associated controls and shall be constructed to enhance serviceability by incorporating the following design characteristics: Two access panels shall be provided for each enclosure. Panels shall be sized and placed to permit routine maintenance operations through the panel opening of the enclosure. For these purposes, routine maintenance shall include frequently performed adjustments and inspections of the electrical components, controls and valves. One access panel on each enclosure shall be provided with a hinge and latch. Hinge shall be the continuous type. Latch shall engage the enclosure at not less than two places, and shall be protected by a keyed lock. The access panel on each enclosure opposite the wet well will be provided with a bolted on panel and tamper proof hardware. One access panel on each enclosure shall contain a screened vent to maximize air flow for enclosure ventilation. Station enclosures, less base, must be completely removable or able to 1. 2. 3. I I 4. 5. Technical Specifications 7/28/92 REV. 1. I 58 be disassembled following the removal of reusable tamper-proof hardware. After removal or disassembly, no portion of the enclosure shall project above the surface of the base to interfere with maintenance operations or endanger personnel. Removal or disassembly of the enclosures shall be accomplished by not more than two maintenance personnel without the use of lifting equipment. I 1 1 I 1 I I I I@ 6. I. 11-2 Materials The station enclosures shall be manufactured of molded reinforced orthophthalic polyester resins with a minimum of 30 percent fiberglass, and a maximum of seventy percent resin. Resin fillers or extenders shall not be used. Glass fibers shall have a minimum average length of 1-1/4 inches. Major design considerations shall be given to structural stability, corrosion resistance, and watertighi properties. The polyester laminates shall provide a balance of mechanical, chemical, and electrical properties to insure long life. They must be impervious to micro-organisms, mildew, mold, fungus, corrosive liquids, and gases which can reasonably be expected to be present in the environment surrounding the wet well. All interior surfaces of the housing shall be coated with a polyester resin=rich finish, It shall provide: a. Maintenance-free service I b. Abrasion resistance 1 chemicals c. Protection from sewage, greases, oils, gasoline, and other common The outside of the enclosure shall be coated with a suitable pigmented resin, compounded to insure long, maintenance-free life. 11-3 Enclosure Base Station base shall be constructed or pre-cast, reinforced concrete bonded inside a fiberglas form covering top and sides, and shall be designed to insure adequate strength to resis deformation of the structure during shipping, lifting, or handling. The enclosure base shal function at the wet well top and incorporate a duplex access lid, sized for the installatioi and removal of the specified pumps, and shall be of sufficient size to permit access to thc wet well. 1 I I 1 1 11-4 Ventilation Blower An exhaust blower shall be mounted in the roof of each enclosure. Blower capacity shal Technican Specification 7/28/92 RE\ 1. I 59 be sufficient to change station air a minimum of once every two minutes. Blower motor shall be operated automatically and shall be turned on at approximately 70 degrees fahrenheit (21 degrees Celsius) and shall be turned off at 55 degrees fahrenheit (12.7 degrees Celsius). Blower motor and control circuit shall be protected by a thermal-magnetic air circuit breaker to provide overcurrent and overload protection. Blower exhaust outlet shall be designed to prevent the entrance or rain, snow, rocks, and foreign material. 11-5 Static Wet Well Vent A static wet well vent shall be mounted in the station base, and be housed in one of the station enclosures. The station enclosure shall provide a transition area between the wet well and the vent outlet. The vent shall terminate through the station wall with a screened opening which shall be designed to prevent the entrance or rain, snow, rocks and foreign material. I i I I I I I 1. 1 11-6 Cable Transition Adapter The station base shall incorporate a cable transition for the pump cables, level controls, and associated items. The adapter shall provide for a vapor tight transition between the wet well and the lift station enclosure. The adapter shall incorporate cable grips for each cable and be provided with a gasket between the adapter and the station for a positive seal. SECTION 12 PUMPS I 12-1 Operating Conditions i Each pump must have the necessary characteristics and be properly selected to deliver 750 GPM at a design dynamic discharge head of 155 feet. 12-2 The pump (three total) casing shall be of gray iron with a gray iron or ductile iron slide rai guide shoe attached to the discharge flange as an integral assembly. Casing shall be easilj removable from the motor for full inspection of impeller. All pump openings and passages shall be of adequate size to pass 3-inch diameter sphere: (minimum) and any trash or stringy material which can pass through an average housc collection system. The back of the impeller shall incorporate auxiliary vanes to hydraulicall! reduce pressure on the primary seal and force fibrous materials and solids away from tht close axial clearance on the backside of the impeller. No wear rings or adjustment of tht impeller back clearance shall be required. The impeller shall be of semi-axial flow design, incorporating one or two long sweepinl vanes with wide flow channels. It shall be gray iron 30 or ductile iron Class 80-55-06 wit1 Technical Specification 7/28/92 REV Hydraulic Components and Solids Handling 1 B i I I I 1. I 60 designed counter weight mass for dynamic balancing to eliminate vibration. Balancing shall not deform or weaken the impeller. The impeller shall have a tapered locking fit onto the shaft and further be secured by a key and locking bolt. Impeller fasteners shall be non- corroding. The suction clearance between the impeller and pump casing shall be in the axial direction only. This clearance must be fully adjustable to maintain peak operating efficiency of the pump. The adjustment shall be easily accomplished using three external adjusting screws. 12-3 Hoisting Bail A hoisting bail shall provide for proper balance of pump and detent from the discharge connection while using a single lift cable. ;. I I 1 I 12-4 Components All other major pump components such as stator housing, seal housing, and bearing brackets must be of structural grade steel or gray iron - Class 30. All external surfaces coming into contact with sewage shall be protected by a coal tar based epoxy coating of 8 mils minimum thickness. All exposed fasteners and lock washers shall be of 304 stainless 4 b 1 I I 1 I I I 1 steel. 12-5 Shaft Seal Two separate mechanical seals shall be provided, arranged in tandem. The upper seal shall have a hardened stainless steel rotating face and carbon stationary faces. Cage and spring3 shall be of stainless steel and elastomers of viton. Each silicon carbide or stainless steel seal face shall be lapped to a flatness tolerance no1 to exceed one-half light band or 5.8 millionths of an inch, as measured by an optical flat and monochromatic light. The rotating faces must be of double floating and self-aligning design to insure full face contact at all times, even during periods of shock loads that will cause deflection, vibration and axial or radial movement of the pump shaft. The rotating seal faces shall be lubricated from an oil filled reservoir between pump ant motor; the oil serving as both lubricating and cooling media. The reservoir shall havc separate oil fill and drain plugs to insure accuracy when measuring lubricant level and fo ease of maintenance. Seal shall require no special maintenance or routing adjustment; however, shall be easil: inspected or replaced. No seal damage shall result from operating the pump for shor periods of time without liquid. I Technical Specification 7/28/92 RE\ 1. I 61 I 12-6 Pump Motor 12-6.1 Electrical Power The electrical power to be furnished to the site will be 480 volts, 3 phase, 60 hertz, 4 wire. 12-6.2 Motor Description The submersible pump motors shall be 64 HP and operate in accordance with the electrical power indicated above. The motor and pump must be connected to form an integral unit. Motor shall be a squirrel-cage, induction type in an air-filled water tight enclosure. The motor shall conform to NEMA design Class B, and incorporate Class F insulation materials to withstand a continuous operating temperature of 155 degrees Celsius (311 degrees fahrenheit. The pump and motor shall be capable of handling liquids with a maximum temperature of 40 degrees Celsius (104 degrees fahrenheit). Motor shall be capable of sustaining a minimum of 10 starts per hour. The motor shall operate while only partially submerged and not require a cooling jacket or any other means of auxiliary cooling during normal continuous operation. Motor housing shall be of cast iron. The stator shall consist of copper windings with copper connectors applied to high grade electrical steel lamination. The stator shall be held securely in place by a heat-shrink fit into the motor housing. Any other means of securing the stator which would require penetration of the motor housing shall be not considered acceptable. Rotor shall be solid cast and dynamically balanced for vibration-free operation. Rotor end bars and short circuit rings shall be of aluminum. The pump shaft shall be of AIS1 type 329 stainless steel (or hardened alloy steel with protective stainless steel shaft sleeve which prevents contact of the shaft with the liquid). The shaft shall be machined with shoulders or snap ring grooves for positive placement of bearings. The upper and lower bearing shall be of heavy duty design, capable of supporting the shaft and rotor while under maximum radial and thrust loads. The bearings shall be permanently grease lubricated and sealed at the time of installation. 12-6.3 Water-Tight Integrity All static seals at water-tight mating surfaces shall be of nitriIe "0" ring type. Use of auxiliary sealing compounds shall not be required. The power and control cables shall ente1 the motor through a terminal housing. The entrance shall be sealed with a rubber grommel and clamp set which when compressed longitudinally causes a relay water tight seal. The clamp set shall prevent all slippage and rotation of cable while engaged, yet may be easily removed and reused during routine maintenance. Any other cable entrance design requiring use of epoxies, silicones, or similar caulking materials shall be considered unacceptable. ? I I I I I I (. I I I I I I I I ' Technical Specification! 7/28/92 REV I. I 62 The pump and electrical cables shall be capable of continuous submergence without loss of water-proof integrity to a depth of 65 feet. The water-tight integrity of the motor housing and shaft seal shall be tested during manufacture by pressurizing the motor cavity and submerging in water with motor operating. A separate performance test shall also be conducted on each fully assembled pump to verify published headcapacity and power input. 12-6.4 Motor Protection The motor shall be protected from thermal and moisture damage. Thermal protection shall consist of three separate thermostatic switches embedded into the stator windings. Each switch shall open independently and terminate motor operation if temperature of the protected winding reach the high temperature set point. Any moisture in the motor housing shall be detected by a mechanically activated moisture-sensing micro-switch. The switch shall be sensitive enough to detect air-borne moisture and terminate operation of motor before liquid enters the cavity. Use of probes or floats that rely on the presence of liquid to initiate signal shall not be considered acceptable. The thermal and moisture sensing devices shall be connected to the pump control panel by the Contractor. i U I I I 1 1 SECTION 13 AUTOMATIC DISCHARGE CONNECTION 13- 1 Description Each pump shall be furnished with a submersible discharge connection system to permit removal and installation of the pump without the necessity of an operator to enter in the wet well. The design must insure an automatic and firm connection of the pump to the discharge piping when lowered into place. 13-2 Baseplate A gray cast iron with integral guide rail pilots shall be provided along with an hardware and anchor bolts required for permanent installation to the wet well floor. The base shall be designed with an integral 90 degree elbow, or adapt to a commercially available elbow for connection to the vertical discharge piping utilizing standard ANSI 125 pound flanges. The base shall be coated with coal tar epoxy for corrosion resistance. The manufacturer shall provide all necessary drawings to insure proper installation and alignment of baseplate with the sump. 13-3 Discharge Connection Each pump shall be provided with a replaceable ductile iron slide rail guide shoe attached to pump discharge flange. A replaceable neoprene seal shall be provided as an integral pari of the guide shoe to form a seal with the base plate connection and eliminate the possibiliq I. i 1 I I I 1 I I Technical Specification! 7/28/92 REV I* 63 of leakage and erosive wear during operation. The seal shall contact mating faces in a static position and shall have adequate flexibility of flex under pumping pressure to increase seal efficiency. Metal-to-metal contact at the discharge connection shall not be acceptable. The Contractor shall provide two lengths of 2%-inch, schedule 40 (stainless steel) guide rail pipe for each pump. Upper guide rail pilots, and a lifting cable shall be furnished for each pump. Bottom pilots shall be an integral part of the base plate for each of installation and proper alignment. Intermediate guide rail supports shall be provided to prevent bowing or misalignment of the pumps when lifting out of the wet well. I i 1 I 1 I 1 1. I 13-4 Guide Rail System and Method of Operation The guide shoe shall direct the pump down two vertical guide rails and onto the discharge connection in a simple lineal movement. The buildup of sludge and grease on guide rails shall not present problems during the lifting operation. The guide shoe shall be designed with integral hooks at the top to transmit full weight of the pump to the base plate flange. No portion of the pump shall be supported directly on the bottom of the wet well, guide rails, or lifting cable. The lifting cable shall consist of stainless steel braided wire cable attached to the pump lifting bail. An eyelet shall be provided at the upper end of this cable for attaching to the wet well access frame. All bolts, machine screws, nuts, washers, and lockwashers for complete assembly of access cover, guide rails, and discharge elbow shall be 304 stainless steel. 1 I SECTION 14 WET WELL ACCESS 14-1 Description The wet well access shall be fabricated from welded aluminum sections. A hinged aluminum door shall be provided for each pump. The hinged door shall be fabricated from 1/4-inch thick aluminum with non-skid diamond tread on upper surface. All hardware 01 access assembly shall be stainless steel with a flush upper surface without protrusions. Foi safety, the door shall have a 300 pound/square foot rating and be lifted with a recessec staple for padlock. Door shall be furnished with a flush aluminum drop handle an( automatic hold open arm with vinyl grip on release handle. I 1 I I I I Technical Specification 7/28/92 REV I. 64 I SECTION 15 VALVES AND PIPING 15-1 Check Valve Each pump shall be equipped with a fully flow type check valve, capable of passing a 3-inch spherical solid, with flanged ends and be fitted with an external lever and spring. The valve seat shall be constructed of stainless steel and shall be replaceable. The valve body shall be cast iron and incorporate a 3-inch cleanout port. Valve clapper shall have a molded neoprene seating surface incorporating low pressure sealing rings. Valve hinge pin and internal hinge arm shall be stainless steel supported on each end in brass bushing, sealing bushing shall have double O-rings. O-rings shall be easily replaceable without requiring access to interior to interior of valve body. Valve shall be rated at 175 PSI water working pressure, 350 PSI hydrostatic test pressure. Valves other than full flow type or valves mounted in such a manner that prevents the passage of a 3-inch spherical solid shall not be acceptable. 15-2 Plug Valve Each discharge line shall be equipped with a 2-way plug valve to permit isolation of the pumps from the common discharge header. The plug valve shall be non-lubricated, tapered type, Valve body shall be ductile iron with flanged end connections drilled to 125 pound standard. Valve shall be furnished with a drip-tight shutoff plug mounted in stainless steel or teflon over phenolic bearings, and shall have a resilient facing bonded to the sealing surface. Valves shall have ports designed to pass 3-inch spherical solids. 15-3 Gate Valve Gate valve shall be iron bodied, resiliented-seated, non-rising stem with working pressure of 200 p.s.i. in compliance with AWWA Standard C509-87 or latest revision. Internal and external metal surfaces shall be factory epoxy coated, minimum thickness of 4 mils as per AWWA Standard C550-90. Valve shall be American 80 CRS or approved equal. Gate Valves for the pump station by-pass system shall be U.S. Pipe Metroseal 250 resilien seated gate valves as normally specified by the Vallecitos Water District. Locking valve cans for this project will be provided by the Vallecitos Water District. Phonc (619) 744-0460. (These items shall be picked up at Vallecitos District Office.) 15-4 Piping Flanged header pipe shall be centrifugally cast, ductile iron, complying with ANSLIAWWP A21.51/C115 and Class 53 thickness. PVC pipe shall conform to AWWA C900. i 1 I I I 1 I 4 I I 1 1 1 i I I Techcal Specification 7t28P2 REV I. 1 65 Flanges shall be cast iron Class 125 and comply with ANSI B16.1. Pipe and flanges shall be threaded and' suitable thread sealant applied before assembling flange to pipe. Bolt holes shall be in angular alignment 1/2 degrees between flanges. Flanges shall be faced and a gasket finish applied that shall have concentric grooves a minimum of 0.01-inch deep by approximately 0.03-inch wide, with a minimum of three grooves on any given surface spaced a maximum of 1/4-inch apart. E I D R t SECTION 16 SUPPORTS AND THRUST BLOCKS 1 16-1 Piping and Valves i I SECTION 17 All pipes connected to the pump station shall be supported according to good construction practice and as shown on the drawings. FINISH 17- 1 Station Finish All above ground station piping, control panel, and exposed steel framework shall be cleaned with industrial grade chemical cleaner. The prime coat shall be a zinc based synthetic primer. The finish coat shall be an automotive grade white acrylic enamel. 4 I I I I I 1 SECTION 18 ELECTRICAL CONTROL COMPONENTS 1 18-1 Controls The pump control panel shall be a NEMA 4 x stainless steel enclosure manufactured by a UL panel builder and the assembly shall bear a serialized UL label for "Enclosed Industrial Control Panels". Listing for open style industrial control panels or an assembly of listed or recognized components shall not be acceptable. 18-1.1 Panel Enclosure The electrical control equipment shall be mounted within a NEMA 3R steel (or NEMA 3R stainless steel,), dead front type control enclosure. The enclosure door shall be hinged and 1 Technical Specifications 7/28/42 REV. I' I 66 sealed with a neoprene gasket. It shall include a removable steel back panel on which control components shall be mounted. Back panel shall be secured to enclosure with collar studs. Operator controls shall be mounted on a steel inner swing panel. The control panel shall be equipped with vapor emission type corrosion inhibitors. Enclosure shall be suitable for mounting as shown on the drawings. I I I l 1 1 i I. SECTION '19 MOTOR BRANCH COMPONENTS 19-1 Component Mounting All motor branch circuits shall be of the highest industrial quality, securely fastened to a removable sub-plate with screws and lockwashers. The sub-plate shall be tapped to accept all mounting screws. Self-tapping screws shall not be used to mount any component. All operating controls and instruments shall be securely mounted and shall be clearly labeled to indicate function. 19-2 Main Connections A main terminal block and ground bar shall be furnished for field connection of the electrical supply. The connections shall be designed to accept copper conductors of sufficient size to serve the pump station loads. The main terminal block shall be mounted to allow incoming wire bending space in accordance with Article 373 of the National Electrical Code (NEC). 1. 1 19-3 Circuit Breakers and Operating Mechanisms A properly sized heavy-duty air circuit breaker shall be furnished for each pump motor. All circuit breakers shall be sealed by the manufacturer after calibration to prevent tampering. A padlocking operating mechanisms shall be installed on each motor circuit breaker. Operator handles for the mechanisms shall be located on the inner door, with interlocks which permit the inner door to be opening only when circuit breakers are in the "OFF" position. 19-4 Motor Starters An open frame, across-the-line, NEMA rated magnetic motor starter shall be furnished fo each pump motor. Starters shall be designed for addition of at least two auxiliary contacts Starters rated "O", "OO", or fractional size are not acceptable. Power contacts shall bf double-break and made of cadmium oxide silver. Coils shall be epoxy molded fo protection from moisture and corrosive atmospheres. The starter assembly shall br equipped with a metal mounting plate for durability. All motor starters shall be equippec to provide under-voltage release and overload protection on all three phases. Motor starte contacts and coils shall be easily replaceable without removing the motor starter from it: mounted position. 1 I 1 I I 1 1 Technical Speclfication 7/28/92 REV I. I 67 19-5 Overload Relays Overload relays shall be a block-type, utilizing melting alloy type spindles, and shall have visual trip indication with trip free operations, Pressing the overload reset lever shall not actuate the control contact until such time as the overload spindle has reset. Resetting of the overload reset lever will cause a snap-action control contact to reset, thus re-establishing a control circuit. Overload relays shall be of manual reset only and not convertible to automatic reset. Trip settings shall be determined by the heater element only and not by adjustable settings. Heater elements shall be selected in a accordance with the actual motor nameplate data. An overload reset pushbutton shall be mounted through the door of the control panel in such a manner as to permit resetting the overload relays without opening the control panel door. 1 1 I 1 1 ]I 1 I 1 I 1 I 1 1. I 19-6 Pump Motor Protection The pump control panel shall be equipped to terminate pump operation due to high motor winding temperature or moisture in the motor housing and shall utilize the contacts in the pump motor. If either event should occur, the motor starter will drop out and a mechanical indicator, visible on the inner door, shall indicate the pump motor has been shutdown. The pump motor shall automatically reset when the condition has been corrected. However, the mechanical indicator shall require manual reset. I. 19-7 Phase Monitor The control panel shall be equipped to monitor the incoming power and shut down the pump when required to protect the motor(s) from damage caused by phase reversal, phase loss, voltage unbalance greater than 5 percent or voltage less than 83 percent of nominal. A time delay shall be provided to minimize nuisance trips. The motor(s) shall automatically restart when power conditions return to normal. 19-8 Secondary Surge Arrester The control panel shall be equipped with a surge arrestor to minimize damage to the pump motors and control from transient voltage surges. The arrester shall utilize metal-oxide varositors encapsulated in a non-inductive housing. The arrester shall be properly rated. 19-9 Dry Contacts The control panel manufacturer shall supply dry contacts wired to terminals blocks for field connection to remote status indication system as shown on the plans. 1 Technical Specificatiom 7/28/92 REV I. I 68 1 SECTION 20 OTHER CONTROL COMPONENTS 20-1 Control Circuit The control circuit shall be protected by a normal duty thermal-magnetic air circuit breaker which shall be connected in such a manner as to allow control power to be disconnected from all control circuits. 20-2 Pump Mode Selection Pump mode selector switches shall be connected to permit manual start and manual stop for each pump individually and to select automatic operation of each pump under control of the liquid level control system. Manual operation shall override the liquid level control system. Selector switches shall be heavy duty, oil-tight design, with contacts rated NEMA A300 minimum. 20-3 Alternator Relay Pump alternator relay contacts shall operate after pump shutdown. Relay contacts shall be rated 10 amperes minimum at 120 volts non-inductive. I. 1 1 1 1 I I 1 i B I I I. 20-4 Pump Run Indicators Control panel shall be equipped with one oil-tight pilot light for each pump motor. Light shall be wired in parallel with the related pump motor starter to indicate that the motor is on or should be running. Run lights shall be equipped with lamps providing minimum of 15,000 hours. 20-5 Elapsed Time Indicators Six digit elapsed time indicators (non-reset type) shall be connected to each motor starter to indicate the total running time of each pump in "hours" and "tenth of hours". 1 20-6 Sequence Selector Switch A switch shall be provided to permit the station operator to select automatic alternation oi the pumps, to select pump number one to be the lead pump for each pumping cycle, to select pump number two to be the lead pump for each pumping cycle, or to select pump number three to be the lead pump for each pumping cycle. Selector switch shall be heaq duty, oil-tight design, with contacts rated NEMA A300 minimum. I 20-7 Receptacle A duplex ground fault indicating utility receptacle providing 115 volt, AC, 60 hertz, single Technical Specificationr man2 REV I. I I 69 phase current, shall be mounted through the inner swing panel of the control enclosure. 1 Receptacle circuit shall be protected by a 15 ampere thermal-magnetic circuit breaker. 20-8 Pump Start Delay The control circuit for one of the pumps shall be equipped with a time delay to prevent simultaneous motor starts following a power outage. The time delay shall be a solid state fixed 5 second on-delay device for the second pump and a 10 second on-delay devise for the third pump. 20-9 Panel Heater The control panel shall be equipped with a panel heater to minimize the effects of humidity and condensation. The heater shall include a thermostat. I. i 1 I I 1 I 20-10 Auxiliary Power Transformer The pump control panel shall be equipped with a 2 KVA (supplier to verify and provide proper size per actual equipment requirements) stepdown transformer to supply 115 volt, AC, single phase for the control and auxiliary. The primary side of the transformer shall be protected by a thermal magnetic air circuit breaker, specifically sized to meet the power requirements of the transformer. A mechanical operating mechanism shall be installed on the circuit breaker to provide a means of disconnecting power to the transformer. The operator handle for the mechanism shall be located on the exterior of the control panel, 10 with interlocks which permit the door to be opened only when the circuit breaker is in the "OFF" position. I 20-11 Station Lights Each enclosure shall be provided with a 100 watt, 115 volt, AC, vapor-tight hand lamp with 25 feet of cord and grounding wire. Hand lamp shall be constructed of corrosion resistant materials and shall be equipped with a guard and clear globe and hard-wired into the control panel. Ungrounded hand lamps may be supplied if provided with an effective means 1 I 1 1 I 1 I of double insulation. SECTION 21 WIRING 21-1 General The control panel, as furnished by the manufacturer, shall be completely wired. The Contractor shall field connect the power feeder lines to the main terminal block, final connections to the remote alarm devices, and the connections between the pump and the pump motor contour. All wiring, workmanship, and schematic wiring diagrams shall be in compliance with applicable standards and specifications set forth by the National Electric Technical Specificatiom 7/28/92 REV I. I I a 1 D 1 1 D D I k I I I’ 1 I 1 1 1 0 I Code (NEC). : 70 All users serviceable wiring shall be type MTW or THW, 600 volts, and shall be color coded as follows: Line and Load Circuit, AC or DC power . 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . Black . AC Control Circuit Less than Line Voltage . . . . . . : . . . . . . ,. . . . . . . . . . . 1 . . . Red DC Control Circuit . . . . . . . . . . . . . . . . . . . . . . . ‘1 . . . . . . . . . . . . . . . . . . . . . . Blue Interlock Control Circuit, From External Source . . . . . . . . . . . . . . . . . . . . . . . I Yellow Equipment Grounding Conductor . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Green Current Carrying Ground . . . .‘. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . White Hot With Circuit Breaker Open . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Orange 21-2 Wire Identification and Sizing Control circuit wiring inside the panel, with the exception of internal,wiring of individual components, shall be of 16 gauge minimum, type MTW or THW, 600 volts. Power wiring shall be sized per NEC requirements (12 gauge minimum). The ampacity of motor branch conductors and other power conductors shall not exceed the temperature rating of the connecting terminals. Wires shall be clearly numbered at each end in accordance with the electrical diagrams. All wires on the sub-plate shall be bundled and tied. ’ 21-3 Wire Bundles Wires connected to components mounted on the enclosure door shall be bundled and tied in accordance with good commercial practice... Bundles shall be made flexible at the hinged side of the enclosure. Adequate length and flex shall be provided to allow the door to swing to its full open position without undue stress or abrasion on the wire or insulation. Bundles shall be held in place on each side of the hinge by mechanical fastening devices. 1 SECTION 22 coNDurr 22-l Conduit Requirements All conduit and fittings shall be IX-listed. ~ .’ ;. ,I ,-. ,f‘ ,. Technical Specifications 7/28/92 REV. I 71 Liquid-tight flexible metal conduit shall be constructed of smooth, flexible galvanized steel 1 core with smooth abrasion resistant, liquid tight, polyvinyl chloride cover. Conduit shall be supported in accordance with Articles 356, 347 and 350 of the National Electric Code (NEC). Conduit shall be sized according to the National Electric Code (NEC). 22-2 Grounding The pump control manufacturer shall provide a common ground bar mounted on the enclosure back plate. The mounting surface of the ground bar shall have any paint removed before making final connections. The Contractor shall make the field connection to the main ground lug and each pump motor in accordance with the National Electric Code (NEC). I. i 1 1 I 1 I k I 1 I 1 1 i Equipment Marking 22-3 A permanent, corrosion-resistant name plates(s) shall be attached to the control and include the following information: a. Equipment serial number b. c. d. Electrical writing diagram number Supply voltage, phase and frequency Current rating of the minimum main conductor 1 e. Motor horsepower and full load current f. Motor overload heater element g. h. Motor circuit breaker trip current rating Name and location of equipment manufacturer B Control components shall be permanently marked using the same identification shown on the electrical diagram. Identification label shall be mounted adjacent to the device. Switches indicators, and instruments shall be plainly marked to indicate function, position. etc. Marking shall be mounted adjacent to and above the device. Technical Specification! 7/28/92 REV i. I 72 I SECTION 23 LIQUID LEWL CONTROL AND SCADA TEIEMETERING SYSTEM 23-1 Function Description The level control and SCADA system (Teleproducts Corp.) shall start and stop the pump motors in response to changes in wet well level, as set forth herein, and shall communicate with the existing central SCADA system to allow system hydraulic and energy optimization. I. I I I I 1 I 1. I 1 R 1 I I 1 23-2 Type The level control and SCADA system shall be the integrated type which combine the SCADA system and the on-site logic system in the same modular equipment. The system shall utilize a submersible type transducer, containing a pressure sensor which extends into the wet well. The pressure sensor shall provide wet well level signals for the remainder of the level control and SCADA system. 23-3 Sequence of Operation The electronic level transmitter shall continuously transmit the wet well level to the control and SCADA equipment. The control and SCADA equipment shall include a local display, permitting an operator to read the wet well level at any the. Upon operator selection of automatic operation, the electronic control system shall start the motor for one pump when the liquid level in the wet well rises to the "Lead Start Pump Level" when the liquid is lowered to the "Lead Pump Stop Level", the electronic control system shall stop this pump. These actions shall constitute one pumping cycle. Should the wet well level continue to rise, the electronic control system shall start the second pump when the liquid level reaches the "Lag Pump Start Level'' so that both pumps are operating. These levels shall be adjustable 1 as described below. 23-4 Automatic Pump Alternation The electronic level control system shall utilize an automatic alternation program to select which of the three pumps shall run as lead pump for a pumping cycle. Alternation shall occur at the end of a pumping cycle. All three pumps shall alternate as lead pump. The electronic control system shall automatically select the pump sequence based upon the accumulated system run time for each pump. The pump with the least accumulated run the shall have the highest priority and the pump with the most accumulated run time shall have the lowest priority. 23-5 The electronic pressure operated level control system shall utilize the above listed level transmitter as its signal source, shall include local logic and analog signal processing capabilities and shall include all SCADA functions to match the existing central SCADA Techcal Specifications 7/28/92 REV. Electronic Pressure Operated Level Control System I. I 73 system. The control and SCADA system shall operate on a power supply of 120 VAC +/- lo%, 50-60 HZ. In ambient temperature conditions of 0 to 60 degrees Celsius. The level transmitter range shall be 0.0 to 12.0 feet of water with an overall repeat accuracy of +/- 0.1 feet of water. The electronic pressure operated level control system shall consist of the following integral components: pressure sensor, RTU-M-D-A-X-S control and SCADA module incorporating electronic comparators, logic processing, signal interfacing, and SCADA communication functions, display, and output interface relays. The manufacturer shall supply one of each type integrated circuit and one output relay as spare parts. 23-6 Pressure Sensor The pressure sensor shall be a quartz crystal solid state strain gauge transducer designed to be submerged in the wet well. The sensor shall convert the wet well level to a proportional electrical signal for distribution to the display and electronic control and SCADA system. Sensor range shall be 0-12 feet W.C. minimum with an overpressure rating 3 times full scale. The pressure sensor shall be equipped with 26 feet of cable. I I 1 1 I 1 1 23-7 Display r. The electronic pressure sensor shall incorporate a 3-112 digit liquid crystal digital panel k meter with 1/2 inch digits which shall display the liquid level in the wet well directly in feet to the nearest 0.1 feet. I 23-8 Electronic Controls The electronic control system shall be able to have level control settings adjusted by an operator either at the panel in the pump station or remotely from the central computer SCADA system. Should an operator modify the setting at the pump station, this modification shall be logged at the central computer. Controls shall be provided to permit the operator to read the selected levels at the displays. 23-9 Output Relays The electronic control system shall be provided with output interface relays rated at 120 VAC 3 AMPS. 23-10 Quality Assurance The entire electronic level control and SCADA system shall be tested as an operational whole at the factory including simulating the communications with the existing central I I I I I i computer system. Technical SpeciFications 7/28/92 REV. 1. I 74 I 1 23-11 SeMCeability The electronic level control and SCADA system shall be supplied with replaceable plug-in integrated circuits which shall retain their original manufacturer’s part numbers, output relays and fuses. All logic and interface equipment shall be provided in plug in modules which shall be removable and installable under power for ease of trouble shooting and replacement. I. I I 23-12 Independent Lag Pump I Circuit design in which application of power to the lag pump motor starter is contingent upon completion of the lead pump circuit shall not be acceptable. 23-13 The central SCADA system shall monitor the wet well level and shall provide high and low level alarm annunciation function, with visible display upon the computer displays, audible signal for the operator at the central computer console, and shall activate the system auto dialer. High and Low Water Alarms I I I I I I I I I I SECI’ION 24 I. -ACI”IWR’S RESPONSIBILITIES 24-1 System Responsibility To insure system compatibility, the level sensor, pump control and SCADA system shall be furnished to match the existing SCADA system by the SCADA system manufacturer. Systems incorporating controls, level systems, or SCADA from different manufacturers shall not be considered equal. Teleproducts Corporation Contact Person: Bill Drake Phone: 24-2 Operational Test Upon request from the Engineer, the Engineer or his Representative shall be invited to witness the operational test at the manufacturer’s facility or other location designated by the *zZ??2%2 I/ I manufacturer. 24-3 Support Literature The electronic level control and SCADA system manufacturer shall be required to deliver three copies of support literature to the Engineer for the system and all related equipment Technical Specifications 7/28/92 REV. 1. 75 I I 1 I I I I k specified herein. Installation Instructions I. 24-3-1 Installation of electronic level control and SCADA system shall be done in accordance with written instructions provided by the manufacturer. 24-3.2 Operation and Maintenance Instructions The electronic level control and SCADA system manufacturer shall supply a complete set of written instructions to enable an operator to properly operate and maintain the equipment supplied. Operation and maintenance instructions shall be specific to the equipment supplied in accordance with these specifications. Instruction manuals applicable to many different configurations for pump stations, and which require the operator to selectively read portions of the manual shall not be acceptable. SECTION 25 I mACTURER'S ABILITY TO PERFORM 25- 1 Experience The Manufacturer shall be the Manufacturer of the Owner's SCADA system presently in operation to insure complete compatibility of equipment and integrated operational I responsibility. I SECITON 26 MANUFACTURER'S WARRANTY 26-1 Material and Workmanship The pump Manufacturer shall warrant equipment supplied to be of quality construction, free of defects in material and workmanship. The warranty shall be the Manufacturer's standard and shall be for five years from date of shipment from the factory or 10,000 hours from startup of the pump station whichever shall elapse first. The SCADA system and level control shall be warranted for eighteen (18) months from startup of the system. 1 I I I 1 I Technical Specifications 7/28/92 REV. I@ I 76 APPLICABLE STANDARD DRAWINGS 1 1 1 I 1 I 1 I 1 I I I I I CARLSBAD MUNICIPAL WATER DISTRICT DRAWING NO. STANDARD I. W13 VALVE BOX ASSEMBLY W-15 CONCRETE THRUST BLOCKS FOR NON-RESTRAINED JOINTS W-16 w-19 THRUST BLOCK BEARING AREAS. GATE VALVE INSTALLATION P.V.C., D.I.P., A.C.P. & STEEL PIPE 1 SAN DIEGO REGIONAL STANDARD DRAWINGS DRAWING NO. STANDARD M-5 CHAIN LINK GATE 10 M-6 CHAIN LINK FENCE M-20 CHAIN LINK FENCE DETAIL Applicable Standard Drawings 6/5/92 REV. U* 1 I I ' I 1 1. SECTiON A-A SECTiON 8-8 DOMESTIC WATER RECLAIMED WATER NOTES: I . IN NON- ROAD AREAS PLACE GUARD 2 . SEE DRAWING NO. 22 FOR GATE VALVE POST NEXT TO VALVE BOX ASSEMBLY As D'RECTED BY THE ENGINEER-(SEE 3. UPPER SIDE OF LID To RECEIVE 2 COATS DRAWING NO. 22). EXTENSION. OF PAINT. SEE spECIF~TloI\Is FOR PAINTING REQUIREMENTS :ITEM DESCRIPTION ISPEC/D I VAL. BOX& COVER WITH NON- SKID C.I. COVER AND LIFT KXE , MARKED 'WATER I 1 2 3 4 5 CoNcRETECrxLAR 6 POLYETHYLENE WRAP VAL. 80x8 CTr/ER FOR NORMALLY CLOSED VALVE. VAL.WX8 COVER MARKED 'RECLAIMED WATER: 8-C900 PX: OR ASPHALT COATED WEU CASING. CARLSBAD MUNICIPAL WATER DISTRICT STD. DWG. W13 VALVE BOX _RCdtSION Am. R4TE ASSEMBLY DECEMBER IC L I I I. 1 E 1 1 1 1 Ia I I I I I 1 I I. I REINFORCING STEEL DETAIL. END CAP BLOCK. TEE (Top VIEW). VERTICAL BEND. TEE (SIDE VIEW). 2 . FOR A.C. PIPE, A MIN. 3'-3" TO A 6'-6"Md LENGTH INTO AND OUT OFU FITTINC 3 . CONCRETE SHALL BE 5 SACK, (2EO I? A MIN. 3 DAY CURING TIME BEFORE HYDROSTATIC TEST. PLUG, 8 BUTTERFLY VALVE THRUST 8LOCKS. HORIZONTAL 8 VERTICAL BEND. NOTES : I . FITTINGS SHALL BE DUCTILE IRON FOR 0.I.P 8 PVC.; CAST IRON FOR A.C.P. 4 . SEE DWG'S. Na 17 8 18 FW REDUCER DFSCRI Pnm SPEC/ I (CEMENT LINED SHORT BODY 1. CONCRETE THRUST BLOCK I FOR AREAS SEE DWG. NO. I91 ITFM I 2 POLYETHYLENE WRAP. 3 Na 4 REINFORCING STEEL. 4 VALVE BOX ASSEMBLY. 5 FLXRT OR FLXMJGATEVALYE. CARLSBAD MUNICIPAL WATER DISTRICT STD. DWG W15 CONCRETE THRUST BLOCKS FOR NON-RESJRAINED JOINTS DECEMBER lR" -m~ J 1 1 I I I I I D I. I I 1 1 1 I u I P I I. NOTES : I , SEE SPEClFlCAllONS FOR BURIED FLANGE AND VALVE REQUIREMENTS. 2. SEE DRAWING N0.19 FOR THRUST BEK BEARING AREAS. REINFORCING STEEL DETAIL. TRENCH ELEVRlaTIr STEEL PIPE TRENCH SECTION (TYPICAL) OESCRIPTDN SPEC/[ GATE VALVE. ITEM I 2 POLYETHYLENE WRAP. 3 NO. 4 RElNFORClNG STEEL. 4 CONCRETE THRUST f3LOCK. ( 2000 F?S I.) 5 VALVE BOX ASSEMBLY. CARLSBAD MUNICIPAL WATER DISTRICT STD. DWG w I6 GATE VALVE INSTALLATION FU3lSION AFiX MTE WC., [II.PIA.C.P & STEEL PIPE. DECEMBER : 1 I 1 I I 1 I I 4 i I I I 1 i 1 I t I.: 40 30 8 8 cn c x .- 8 5 +a 3 -c t- 0 5 p! a cn c .- i 10 0 4 6 8 10 12 14 16 NOTES: Pipe Diameter in Inches 1 . BASED ON 225 PSI TEST PRESSURE AND BEARING VWJS Of DRY SOILS. 2. VAWES FROM CURVES ARE FOR TEES AND DEADENDS, IT; STRAIGHT UNE THRUST. FOR 900 BEND : 1.4 VUE FROM CURVE. FOR 45O BEND: a8 VUE FROM CURVE. FOR 22 1/20 BEND: 0.4 VUE FROM CURVE. AND APPRWED. 3. FcRmanmmcovEREo BYcuRvEs,~lHRum~~MumBELmpuTED CARLSBAD MUNICIPAL WATER DISTRICT RlNlSION AFPR Wn STD. DWG THRUST BLOCK BEARING AREAS w19 DECEMBER I 1 1 1 I 1 1 1 1 I. 1 1 1 i 1 1 8 I. II I. ~~ ~~~~ Roadway or ground lo" diameter stop footing. Omit if roadway is concrete. HALF ELEVATION DOUBLE SWING GATE Diameter of footing = 4 F times outside diameter of post. NOTES 1. All footing shall be 520-C-2500 concrete. 2. The following items shall be furnished and instailed only when shown on the plans and/or called for in the special provisions: 3. Chain link fence shall conform to Section 206-6 of the Standard Specifications for Public Works Construction unless specifically noted IT this drawing. a. Barbed wire b. Extension post 3/8" dia. tensioi Lock type fork latch LEGENO ON PL EXTENSION POST AND BARBED WIRE WALK GATE w ~ .. RECOLDYEHOED BY THE SII Revision 1 By Approved Date >-elptP XtB. 10-e SAN DIEGO REGIONAL STANDARD DRAWING REGlONAL STANOARoS coI {:om. c$, 3R23 5- ZC ~* &.%Auk& - i M- bordiruiof R.C.E. 19807 0 RAW1 NG NUMBER CHAIN LINK GATE I 1 I i I 1 I' NOTES 1. Ail tootings shail be 520-C-2500 concrete. 2 The following items shail be furnished and installed only when shown on the plans and/or called for in the special provisions: a. Barbed Wire b. Extension Arm c Top Horizontai Rail 3. Chain link fence shail conform to Section 206-6 of the Standard Specifications for Public Works Construction unless specifically noted on this drawing. 4. See Standard Drawing M-20 for additional details. EXTENSION ARM AND BARBED WIRE LEGENO ON PLANS 7 Revision By Approved Note 3 IFp 9n.B I Ix&/i7h$%~ &z. /Y7S Notes ti5 m.B. 1 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN OlEGO REGIONAL STANOAROS COMMIlTEE Notes Cooramitor R.C.E. 19807 Oatr CHAIN LINK FENCE 1 a mwt NG NUMBER M-6 * 4.& - i I i I I I I 1, Ra 1 I I I i 1 1 lii Honzontal brace with truss rod may be used as an alternate to a diagonal brace. END AND CORNE POST ASSEMBLY Line posts at 1000' max. intervals braced and trussed in both direcclons ____t LINE POST BRACING Honzontal brace with 3/8" steel truss rodt GATE ASSEMBLY Revision By Approved RECOMMENOEO BY THE SAN OlEGO SAN DIEGO REGIONAL STANDARD DRAWING RECIONAL STANOAROS COMMITTEE CHAIN LINK FENCE 4-7 i$L I Cootdinator R C E C21133 Om 1y- NUMBER 0 FI Awl N G M -20 DETAILS