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