Loading...
HomeMy WebLinkAboutTC Construction; 1993-08-30; 3394* May21, 1993 BY a4 1% ADDENDUM NO. 1 CONTRACT NO. 3397, PROJECT N0.91-109,91,301, AND 86-109 -CONSTRUCTION ( RECLAIMED WATER AND POTABLE WATER SYSTEM IMPROVEMENTS Please include the attached addendum in the Notice to Bidder/Request for Bids you ha for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid wh your bid is submitted. -- i _- xd -d'A ---- c- L 7- L. 1 a\..4/!/. 2 I;'./;,[& 4 RUTH FLETCHER Purchasing Officer RF:m Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 4 b e 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28 jl____ I_lp ~-_-- "1___"____ ~- v____l_-g- / authorized capacity(ies), or the entity upon behalf WITNESS my hand and o I 1 I I: I 1 1 I I. I I 1 I I I TABLE OF CONTENTS Pal t Ttem NOTICE INVITING BIDS ........................................... CONTRACTOR’S PROPOSAL DESIGNATION OF SUBCONTRACTORS .............................. 3 AMOUNT OF SUBCONTRACTORS’ BIDS 3 EQUIPMENTMATERIAL, SOURCE INFORMATION 1 BID SECURITY FORM ............................................ 3 BIDDER’S BOND ................................................. 3 BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY 3 BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .... 3 NON-COLLUSION AFFIDAVIT ...................................... 3 ........................................ ............................. .................... .............. CONTRACT . PUBLIC WORKS ..................................... 1 I LABOR AND MATERIALS BOND ................................... : FAITHFUL PERFORMANCEWARRANTY BOND ...................... : ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION .................................. RELEASEFORM .................................................. I SPECIAL PROVISIONS ............................................ SUPPLEMENTAL SPECIAL CONDITIONS .............................. TECHNICAL SPECIFICATIONS APPLICABLE STANDARD DRAWINGS ...................................... ............................... 3/3/93 R I* 3 I I I CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA NOTICE T"G BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall 1200 Carlsbac Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 3rd day of June , 19 93 , at which time they will be opened and read, fo. performing the work as follows: I. 1 CONTRACTNO. 3394 D CONSTRUCTION OF RECLAIMED WATER AND POTABLE WATER WSTEM IMPROVEMENTS IN THE CITY OF CARLSBAD CMWD PROJECT NOS. 91-109, 91-301 & 86-109 The work shall be performed in strict conformity with the specifications as approved by thi Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on fill with the District Engineering Department. The specifications for the work include the lates revised edition of the Standard Plans and SDecifications for Construction of Water Main and Carlsbad Reclamation Rules and Regulations for Construction of Reclaimed Wate Mains, Both of Carlsbad Municipal Water District and Standard Specifications of Public Work 10 Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designate1 "SSPWC", as issued by the Southern California Chapter of the American Public Work Association and as amended by the special provisions sections of this contract. Referenc 1 is hereby made to the specifications for full particulars and description of the work. The Carlsbad Municipal Water District encourages the participation of minority an I women-owned businesses. 1 I I The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturer! fabricators and contractors to utilize recyclable materials when available and wher appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasin Department. Each bid must be accompanied by security in a form and amount required k law. The bidder's security of the second and third next lowest responsive bidders may b withheld until the Contract has been fully executed. The security submitted by all othc unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days aft€ the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectio 22300), appropriate securities may be substituted for any obligation required by this notic or for monies withheld by the District to ensure performance under this Contract. Sectio 22300 of the Public Contract Code requires monies or securities to be deposited with th District or a state or federally chartered bank in California as the escrow agent. I 1 I I 1 I Notice Inviting Bii 3t3P3 Re I. I 1 The documents which must be completed, properly executed and notarized are: 1. Contractor’s Proposal 2. Bidder’s Bond 3. Non-Collusion Affidavit 4. Contract 1. All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantitie: are approximate and serve solely as a basis for the comparison of bids. The Engineer’! I I Estimate is $1,201,525 I calendar days. Liquidated Damages will be in the amount of $ 500 per day. In keeping with the Special Provisions, work shall be accomplished within one hundred 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: I I 1 I 1 1 1 1 N I 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 and Carlsbad Reclamation Rules and Regulations for Construction of Reclaimed Water Mains 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 1. 1 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.” Notice Inviting Bids 3/3/93 Rev. I. I 1 I I I 1 1 I 1 1 I 1 I I 1 The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shal apply to the Contract for work. A pre-bid meeting and tour of the project site will XX will not - be held. The meetin] will be held on date: May 27. 1993 time: 9:00 a.m. location: Carlsbad Municipa Water District. Board Room. 5950 El Camino Real. Carlsbad. California 92008 All bids are to be computed on the basis of the given estimated quantities of work, a indicated in this proposal, times the unit price as submitted by the bidder. In case of i discrepancy between words and figures, the words shall prevail. In case of an error in thc extension of a unit price, the corrected extension shall be calculated and the bids will bc 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 anc typed or written in with ink and must be initialed in ink by a person authorized to sign fo, c 1 the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prioi to bidding. Submission of bids without acknowledgment of addenda may be cause oj rejection of bid. Bonds to secure faithful performance/warranty of the work and payment of laborers anc materials suppliers and 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 (100%) 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 ful force and effect and be retained by the District until they are released as stated in the Special Provisions section of this contract. Bonds and insurance are to be placed with insurers that have (1) a rating in the most recenl 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 oj 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 w 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. m 1 0 Notice Inviting Bids 3/3/93 Rev. 4 Approved by the Board of Directors of the Carlsbad Municipal Water District, Carlsbad, 19 93 . 1 I 1 I I I I 1 I 1. I I I I 1 I 1 I (I)" California, by Resolution No. 831 , adopted on the 6th day of April 3 Aletha L. Rautenkranz, Secretary w '7; 199.3 Dad Notice Inviting Bids 3/33/93 Rev. I.' 5 1 1 I I 1 1 I lo 1 1 1 1 I CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT NO. 3394 CONTRACTOR'S PROPOSAL I. Board of Directors Carlsbad Municipal Water District 5950 El Camino Real '\, 1 Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read thc Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnisl all labor, materials, equipment, transportation, and services required to do all the work tc complete Contract No. 3394 in accordance with the Plans and Specifications of thc Carlsbad Municipal Water District, and the Special Provisions and that he/she will take ir full payment therefor the following unit prices for each item complete to wit: CONSTRUCTION SCHEDULE I RECLAIMED AND POTABLE WATER MAIN AND MAIN CONVERSIONS, PALOMAR AIRPORT ROAD FROM TWIN D TANKS TO PALOMAR AIRPORT ROAD 1-5 FREEWAY CROSSING Item Approximate No. Quantity Description Unit Price Total I- 1 Ls Traffic control for a lump . ox2 5, ax2 sum price of LumpSum $ $ 5,,00*a" 1-2 Ls Trench shoring and bracing 1 for a lump sum price of Lump Sum 1-3 1148 LF' 4 inch PVC C900 CL150 potable water line including: excavation, bedding, tees, bends, fittings, deflection cou- plings, thrust blocks, ground- water control, backfill, detec- a linear foot price of tion tape, and compaction for $ /L+ 10 $ 1 ($,a,C I si$n 1 Contractor's PrOpOSi 3/3/93 Re f 1 Item Approximate 5A No. Quantitv Description Unit Price Total 1-4 311 LF 8 inch PVC C900 CL150 re- I t I I I 1 1 1 1. foot price of $ Z!!P $ I I I i I i 1 I 1 I claimed water line in Palomar Airport Road paved areas, in- cluding: sawcutting, removals, excavation, bedding, tees, bends, fittings, deflection couplings, thrust blocks, groundwater control, backfill, detection tape, compaction and L temporary pavement for a linear 130 -&9 g,,$&/g 9 00 foot price of $ $ 1-5 1765 LF 8 inch PVC C900 CL150 re- claimed water line in Palomar Airport Road median area including: sawcutting, re- movals, excavation, bed- dings, tees, bends, fittings, deflection couplings, thrust blocks, groundwater control, backfill, detection tape, and compaction for a linear /spAQ 9P 1-6 1788 LF 8 inch PVC C900 CL150 re- claimed water line in Hidden Valley Road including: ex- cavation, beddings, tees, bends, fittings, deflection couplings, thrust blocks, groundwater control, back- fill, detection tape and compaction for a linear foot price of $ 1qt-9 $ ~"S1qqG LJD 1-7 1442LF 10 inch PVC C900 CL150 potable water line includ- ing: excavation, bedding, tees, bends, fittings, de- flection couplings, thrust blocks, groundwater control, backfill, detection tape and compaction for a linear foot price of $ 4 Ll , rD $ 30,m Contractor's Propo: 3/3/93 Rt 1. Item Approximate 51 I 1 1 i II Q I i 1 I@ I 1 I I 1 I I No. Q uantitv Description Unit Price Total 1-8 45 LF 10 inch PVC C900 CL150 potable water line in paved areas Sta. 16+50 including: sawcutting, excavation, bed- ding, tees, bends, fittings, deflection couplings, thrust blocks, groundwater control, backfill, detection tape, compaction and temporary I. ./X) i9 PBO /de. c pavement for a linear foot price of $ $ 1-9 902 LF 12 inch PVC C900 CL150 reclaimed water line in Hidden Valley Road includ- ing: excavation, bedding, tees, bends, fittings, de- flection couplings, thrust blocks, groundwater control, backfill, detection tape and compaction for a linear $ z,*cs $ yJ,Jt..?.JG 1 foot price of 1-10 561 LF 12 inch PVC C900 CL150 reclaimed water line in Palomar Airport road pave- ment areas including: saw- cutting, removals, excava- tion, beddings, tees, bends, fittings, deflection cou- plings, thrust blocks, groundwater control, back- fill, detection tape, com- paction and temporary pave- ment for a linear foot price of 2>Gf f&J$ " d $ $ $& .o% Contractor's Prop0 3/3/93 R f Item Approximate 5 I I 1 I I I I 1 P foot price of $ l/LJ $ I 1 1 linear foot price of $5&@J $ I 1 il I I No. Quantity Description Unit Price Total 1-11 1061 LF 12 inch PVC C900 CL150 reclaimed water line in Palomar Airport Road median area including: sawcutting removals, excavation, bed- ding, tees, bends, fittings, deflection couplings, thrust blocks, groundwater control, backfill, detection tape and compaction for a linear foot price of I. %C-/013 ca $ /%* iLJ $ dJ] ---7 d 1-12 20 LF 12 inch PVC C900 CL150 reclaimed water line in un- paved area, south College Boulevard, at Palomar Airport Road including: excavation, bedding, tees, bends, fittings, deflection couplings, thrust blocks, groundwater control, backfill, detection tape and compaction for a linear / 7 p .$I.) 2&07-J " 0-E 1-13 45 LF 12 inch 10 ga. cement mortar lined and coated steel reclaimed water line at connection point "I" (sheet 6) including: excavation, bedding, bends, fittings, welded joints, groundwater control, backfill, and compaction for a %s2e I t;% 1-14 55 LF 10 inch 10 ga. cement mortar lined and coated steel potable water line at Sta. 19+00 (sheet lo), including: excavation, bedding, bends, fittings, welded control, backfill, and compaction for a linear foot price of joints, thrust rings, groundwater ,- , f-F ./ 3s &&3 * $ &LLa2.5 $ Contractor's Propo 3t3193 R 1. Item Approximate 51 No. Quantity Description Unit Price Total I I I I i i I I I unit price of $ ?3fJ+FQ $ I@ Q I I I I @ 1-15 100 LF Jack 18 inch steel casing under Encinas Creek for 10 inch PVC potable water line, Line A (sheet 10) m3 !W *m $ ilt,DQO ~ $ J3!&?*DCG $ /L?,LCy? mJ $ IiYO*rn $ i0'4-0- 02 for a linear foot price of $ 1-16 12 EA 12 inch resilient wedge gate valves including: valve box assembly for a unit price of 1-17 1 EA 10 inch resilient wedge gate valve including: valve box assembly for a unit price of 1-18 7 EA 8 inch resilient wedge gate valve including: valve box assembly for a 54450 8 fm 1-19 4 EA 6 inch resilient wedge gate valve including: unit price of valve box assembly for a @ $ ($70 a$ &@r3 Qm 5D $ fjc'Sc3 *Cjj $ !05pj$ qiSD I 023 BOO-fP $ 40(23-LT0 1-20 8 EA 2 inch blow-off assembly for a unit price of assembly for a unit $ 1-21 13 EA 2 inch manual air release i price of 1-22 5 EA 1 inch manual air release assembly for a unit price of $ 1-23 LS Connection to existing 8 inch gate valve at Sta. 21+72.36 in Palomar Air- port Road including all fittings and materials as shown on plans for a lump joq-5 LXLl 1 sum price of LumpSum $ Contractor's Propo! 3BP3 Rc I@ I Item Approximate 51 No.Q uantitv Descrb tion Unit Price Total 1-24 2 EA Construct vertical storm drain access, Sta. 49+32 and Sta. 62+68 Palomar Airport Road (per detail I I U I I U I I U I I I I I I L sheet 15) for a G&5 /m$ jyyJ . LT2 unit price of $ 1-25 LS Connection/disconnection at point "H" and point "G" on existing 10 reclaimed water line, Sta 77+31.12, Palomar Airport Road includ- ing all fittings and mate- rials as shown on the plans (sheet 6) for a lump sum price of LumpSum $ 3015 * Lm 1-26 LS Connection/disconnection to existing 12 inch water line, point "I" including all fit- tings and materials as shown on the plans (sheet 6) for a 177 Ir, lump sum price of Lumpsum $ -4B7JJ cJb 1-27 2 EA 6 inch reclaimed water sew- ice and connections, Sta. 35+78 and Sta. 37+33, Hidden Valley Road including all fittings and materials as shown on plans (sheet 9) for a unit price of $i $ 'fm OD 3&&7 * 33 1-28 LS Connection to existing 12 inch potable water line at connection point "F', on Line A including all fittings and materials as shown on plans (sheet 10) for I a lump sum price of Lumpsum $ 32*.pJ t 1-29 15 LF Remove and replace portion of barricade and A.C. berm at Line A, connection point "Ft (sheet 10) for a linear foot price of $ 2+m $ &;'> , Pi?. Contractor's Propo 3DP3 R1 Item Approximate 51 No. Quantity Description Unit Price Total 1 I I 1 I I I 1 1 P I I I I I 1-30 2 EA Concrete thrust wall on 10 inch steel water line, Line price of 1-31 LS 6 inch potable water service and changeover connection, Line A, Sta. 18+63 including all materials and fittings for a lump sum price of LumpSum $ /boo. 07 $ A (sheet 10) for a unit $ f$//pm as shown on plans (sheet 10) (f/73c -6-Q 1-32 LS Connection to existing 8 inch ACP, Line A, Sta. 24+97 including all fittings and materials as shown on plans sum price of LumpSum $ (sheet 11) for a lump pJm ~ D3 1-33 LS Remove and salvage existing pressure reducing vault, valves and piping, Line A, Sta. 24+90 (Laurel Tree Lane and Flame Tree Lane (sheet 11) for a lump sum price of LumpSum $ js(--/s in? 1-34 LS 3 inch potable water service and changeover connection, Line B, Sta. 10+00 including all fittings and materials as shown on plans (sheet 12) EIlQ ' (79 1 for a lump sum price of LumpSum $ 1-35 LS 4 inch connection to exist- ing 12 inch potable water line at Sta. 22+46, Line B, and changeover connections between 18 inch, 12 inch, and 10 inch reclaimed water lines at Twin "D" Tanks in- cluding all fittings and materials as shown on plans (sheet 13) for a lump I sum price of Lump Sum $65730 I: I* Contractor's Propos 3/3/93 Re I Item Approximate 5( 1 I 1 I I I I 1 I I for a unit price of $ -J(yT9B $ _S+LA? ‘OB I I I I 1 I No. Quantity Description Unit Price Total 2 inch water service and changeover connection, Line B, Sta. 21+ 12 including all fittings and materials as for a lump sum price of Lumpsum $ shown on plans (sheet 13) Z&S. UT I. 1-36 Ls 1-37 LS 3 inch water service and changeover connection, Line B, Sta. 17+61 including all fittings and materials as shown on plans (sheet 13) for a lump sum price of LumpSum $ c”’-l) .m2 3 c/ 2 1-38 3 EA Gate valve extensions per CMWD Standard Drawings W-22 (sheets 5 and 7) for a unit price of /om. OD $-‘m $ 1-39 LS Paint and label reclaimed appurtenances per sheet 14, legend designation ’P’ for /B)$ *a? kl, a lump sum price of LumpSum $ 1-40 16 EA Install reclaimed water marker post per CMWD Standard Drawing W-22 per sheet 14, legend designation ’L‘, 2-6 1-41 17 EA Remove existing valve box assembly, install new valve box assembly and extension stem per CMWD Standard Drawing W-22, as shown on sheet 14, legend designa- &Q P q--.?n -OD tion ’S’ for a unit price of $ $ )/LC 1-42 LS Construction cost supplement for night time work at Palo- mar Airport Road and Paseo del Norte intersection for a lump sum price of Lumpsum $ ~O~COO Q” Contractor’s Propos 313193 Rt I* Item Approximate 5 1 1 $ &/.I9 $ 14, i/DL:L 1 $ /2 @ $ ?4+@5 I I I 1 I I )I, I 1 B I I 1 No. Q uantitv Description Unit Price Total 1-43 930 LF Replace asphaltic concrete pavement and aggregate base in travel way per trench detail on sheet 1 for a linear foot price of f<g 1 I ix; f 1-44 2840 LF Replace asphaltic concrete pavement in median divider per trench detail on sheet 1 for a linear foot price of 7 9. m 1-45 4 EA Replace Type A traffic loop detectors to pull box for a unit price of .z&, cw $ 7406. GD detector to pull box 47&pZj$ /c&J ." ui"v $ 1-46 1 EA Replace Type C Sx50' traffic signal loop for a unit price of $ 1-47 LS Replace removed or dam- aged traffic striping and reflective markers to match existing //E, 43 1 for a lump sum price of Lumpsum $ 1-48 95,000 SF Hydroseed to replace grassland or vegetated areas disturbed by pipe- line construction (sheets 6, 7, 8, 9, 10 and 11 of plans) for a square foot ..pk $ /\ @DJQ I price of $ I. TOTAL SCHEDULE I (Item 1-1 through 1-48) $ $5-., -% bD?I .. I Contractor's Propc 3/3/93 F Item Approximate No. Q uantitv Description Unit Price Total I 1 CONSTRUCTION SCHEDULE 11 EASTERLY TO EL CAMINO REAL AND FAILSAF'E LINE 12-INCH RECLAIMED WATER MAIN FROM D-2 RESERVOIR CMWD PROJECT NO. 91-301 Item Approximate I. i No. Quantitv Description Unit Price Total I lump sum price of Lump Sum I c.3- $ ?,we 11-1 Ls Traffic control for a 11-2 Ls Trench shoring and bracing y (-)()(p- for a lump sum price of LumpSum $ 1 1 1 1 ). I I I I I I I 1 11-3 1262 LF 12 inch PVC C900 CL200 pipe in El Camino Real paved area including saw- cutting, removals, exca- vation, bedding, tees, bends, and fittings, de- flection couplings, con- trol of groundwater, thrust blocks, backfill, detection tape, compaction, and temporary pavement, for a linear foot price of $[kJ in,p $ %,05;7_ T 11-4 4800 LF 12 inch PVC C900 CL200 pipe in dirt travelway from El Camino Real westerly in- cluding excavation, bedding, tees, bends, and fittings, deflection couplings, con- trol of ground water, thrust blocks, backfill, detection tape and compaction for a linear foot price of $ 7T-m 53 $ IB(@J1 c 11-5 Ls Connection to existing 10 inch A.C. pipeline at Sta. 14+05 including point "C' and "Dl disconnects, gate valve removal, removals, fittings, flanges, and thrust blocking for a lump sum price of Lumpsum $ LOO s Contractor's Propi 3/3/93 1 I. Item Approximate 5 1 I No. Quantity Description Unit Price Total Reconnect existing 18 inch disconnect connection at point "B', including re- movals, spool, coupling and flanges for a I lump sum price of Lumpsum $ "e(o-ts5 I. IL6 LS 11-7 LS Connection to existing 12 inch gate valve at Sta. 61+90.19, point "J", including removals, fittings, flanges, and thurst blocking for a lump sum price of Lump Sum I I 1 1 me I D 1 I 1 1 1 LL80 c2 $ 11-8 LS Connection to existing 12 inch gate valve at Sta. 65+28.14, point "J2", including removals, fittings, flanges, and thrust blocking for a lump sum price of Lump Sum m $ 11-9 Ls Connection to existing 12 inch temporary high line at Sta. 77+90, point "E', including removals, fittings, flanges, and thrust blocking for a "Ls.00 dy, 1 lump sum price of Lumpsum $ 11-10 6 EA 12 inch gate valve including wa, $ \"355'$ &\XI $ i270Lf), $ $ \azo $ C1mo $ \O%+$ 557s valve box assembly for a unit price of 2 inch manual air release assembly for a unit price of 3 38 icl 11-11 3 EA 2 inch airhacuum assembly a & 11-12 5 EA for a unit price of -5 11-13 5 EA 2 inch blow-off assembly for a unit price of 11-14 LS Paint and label reclaimed appurtenances per Schedule 1, sheet 14 for a lump sum price of LumpSum $ eL -7 so Contractor's Propo 3/3/93 R 1. 1 Item Approximate 5 I No. Quantity Description Unit Price Total 11-15 15 EA Install reclaimed water marker post per CMWD Standard Drawing W-22 sics 22 $ 3\\L - for a unit price of $ 207 I. 11-16 1225 LF Replace asphaltic concrete I $ gp ‘0° $ -g-f<iKrn * q I I I 8 i 1. g I 1 I II I I pavement and aggregate base in El Camino Real per trench 3 for a linear foot price of detail on Schedule 111, sheet I 11-17 LS Replace removed or damaged traffic striping and reflec- tive markers to match exist- $ ic2m e II ing for a lump sum price of Lump Sum %DL J”L{- 8 TOTAL SCHEDULE I1 (Item 11-1 through 11-17) $2 CONSTRUCTION SCHEDULE I11 POTABLE WATER MAINS D-2 PROJECT, 12 AND 16 INCH CMWD PROJECT NO. 86-109 Item Approximate No. Q uantitv Description Unit Price Total 111-1 LS Traffic control sheets 5 500s 4 through 8 of drawings for B a lump sum price of LumpSum $ 111-2 Ls Clearing and grubbing including sawcutting pave- ment and vegetation removal and disposal for a lump sum price of LumpSum $ @ Z5dQ 111-3 IS Trench shoring and bracing for a lump sum price of Lump Sum $ WOO ”, Contractor’s Propc 3/3/93 R I. Item Approximate 51 No. Q uantity Description Unit Price Total 111-4 1032 LF 12 inch cement mortar lined and coated 10 ga. steel pipe including: excavation, bed- ding, tees, bends & fittings, welded joints, control of groundwater, thrust blocking, backfill, detection tape, compaction, and temporary 1 1 1 I 1 I I pG rC&,Tp.,@ 1 linear foot price of $ w-4 rJn $ 1 Jt Ir, 1 tl 1 1 I I B I. pavement (sheet 2) for a @ SJ,@.Z /-/ d FD linear foot price of $5/. 111-5 1288 LF 16 inch AWWA C400 CL150 AC pipe including: exca- vation, bedding, tees, bends & fittings, control of ground- water, thrust blocking, back- fill, detection tape, com- paction, and temporary pave- ment (sheets 3 & 4) for a 111-6 LS Connection to existing 18 inch CMUC steel pipe at Sta. 10+52 including 18x12 inch FL tee, two 18 inch BF valves, 12 inch gate valve, SOW0 flanges, and thrust blocking (sheet 2) for a cd 1 lump sum price of Lumpsum $ 11,To~ 111-7 LS Connection to existing 12 inch ACP at Sta. 0+36 including removals, fit- tings and flanges (sheet 2) u& for a lump sum price of Lump Sum $ z5ca 111-8 LS Connection to existing 16 inch ACP at Sta. 256+86 including removals, 16 inch RT 45" bend, and thrust blocking (sheet 3) for a lump sum price of Lumpsum $ witoa Contractor's Propos; 3/3/93 Rei r Item Approximate 51 No. Quantity Description Unit Price Total I 1 1 1 I 1 I n I I I I I l 1 I 111-9 Ls Connection to existing 18 inch CML&C steel pipe at Sta. 259+63 including 18x16 FL cross, 18 inch BF valve, 16 inch BF valve, valve, bends, SOW0 flanges, 3) for a lump sum price of Lumpsum $ i3't~~ I. and thrust blocking (sheet CQ- 111-10 Ls Connection to existing 16 inch ACP at Sta. 269+38 including removals (sheet 4) for a lump sum price of 4 $ 3%0 Lump Sum 111-11 4 EA 2 inch manual air release assembly for a unit price of $ cpocQ@- $ %?La@- $ 77b5 $ 29\Od $ \b35* $ lb35"' 111-12 3 EA 2 inch blow-off assembly for a unit price of 2 inch air-vacuum valve assembly for a unit price of 111-14 1 EA Concrete thrust wall at Sta. 0+45 including pipe collar, concrete, reinforcing steel, and excavation per a 10 111-13 1 EA 800 @? unit price of $ %boL5 $ 111-15 115 LF Resurface pipeline trench in parking lot per parking lot resurfacing detail on sheet 3 of drawings includ- ing base material and seal coat for a linear foot -- c, i.'i> $ pp 1 ILL, $,pq% $ 11cts'5 price of $ 111-16 6 EA Install water marker post per CMWD Standard Draw- ing W-22 for a unit price of Contractor's Propot 3DP3 Rc 1. Item Approximate 5 I 1 8' I I I 1 I No. Quantity Description Unit Price Total a 111-17 1300 LF Replace asphaltic concrete in El Camino Real per trench detail on sheet 3 for a linear foot price of pavement and aggregate base 21 ir ??a) .r P-) $ a of-. $ 111-18 1230 LF Reconstruct existing Type-A 6 inch asphaltic concrete berm per trench detail on sheet 3 for a linear foot price of $ Lfm $ 5Eb$a 111-19 Ls Replace damaged or removed parking lot and El Camino Real traffic striping and markings to match existing $ 1800" B for a lump sum price of Lump Sum I. 111-20 Ls Replace displaced or damaged plant materials, including irrigation system repair (sheet 2 of plans) for a lump sum price of Lumpsum $ 2000' I I 1 I i I 2>07 ,Q714 [4J I (Item 111-1 through 111-21) $ I 111-21 44,000 SF Hydroseed to replace grassland or vegetated areas disturbed by pipe- line construction (sheet 2 of plans) for a lump 5280 q sum price of $ ,i~ $ TOTAL SCHEDULE I11 Contractor's Propos, 3t3193 Re I. 1 R I 1 I I I i 1. I I I I I I ... I The Undersigned Bidder declares, under penalty of perjury, that they are licensed to d business or act in the capacity of a contractor within the State of California and that the are validly licensed under license number 402- , classification A which expires on 4-!30/45 . This statement is true and correct and has the legs effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuan to the Business and Professions Code shall be considered nonresponsive and shall b rejected by the District. 0 7028.15(e). In all contracts where federal funds are involved, nc bid submitted shall be invalidated by the failure of the bidder to be licensed in accordancl with California law. However, at the time the contract is awarded, the Contractor shall bl properly licensed. Public Contract Code 0 20104. The Undersigned Bidder hereby represents as follows: I 1. That no Board member, officer agent, or employee of the Carlsbad Municipa Water District is personally interested, directly or indirectly, in this Contraci or the compensation to be paid hereunder; that no representation, oral or ii writing, of the Board of Directors, its officers, agents, or employees ha inducted him/her to enter into this Contract, excepting only those containec in this form of Contract and the papers made a part hereof by its terms; anc That the bid is made without connection with any person, firm, or corporatioi making a bid for the same work, and is in all respects fair and withou collusion of fraud. 2. Accompanying this proposal is &nof (Cash, Certified Check, Bond or Cashier’s Check) I for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code whicl requires every employer to be insured against liability for worker’s compensation or tc undertake self-insurance in accordance with the provisions of that code, and agrees tc comply with such provisions before commencing the performance of the work of thi! Contract and continue to comply until the contract is complete. ... ... ... ... ... ... 1.. ... Contractor’s Proposa 3MB Rev I. -.. I 1 1 I I i I I I 1 I 1 I 1 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic 2, relative to the general prevailing rate of wages for each craft or type of worker needc to execute the Contract and agrees to comply with its provisions. 0 I 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 (4) Zip Code Telephone No. 1. IF A PARTNERSHIP SIGN HERE: Name under which business is conducted Signature (given and surname and character of partner) (Note: Signatui must be made by a general partner) (1) (2) I (3) Place of Business (Street and Number) 1 City and State (4) Zip Code Telephone No. Contractor’s Propos: 3/3/93 Re I. - -- - ______I- within instrument and acknowled authorized capacity(ies), and tha r/their signature(s) on the instrument tt WITNESS my hand and offic I I I I I I I i Ir) I 1 I / I I I @ IF A CORPORATION, SIGN HERE: 1 (1) Name under which business is conducted (3) Title Tq bwmu- EZ5l.der.l.t; ---- Incorporated under the laws of the State of M6yyllA- City and State &..ts.e, rn I* b Impress Coiporati: Seal he (4) (5) Place of Business lO5'O w -pclre (Strekt and Number) (6) Zip Code 42-07 I Telephone No. 44B -45m NOTARY ACKNOWLEDGMENT OF EXECUTION OF ALL SIGNATORIES MUST B ATI'ACHED List below names of president, vice president, secretary and assistant secretary, if corporation; if a partnership, list names of all general partners, and managing partners: bmq hmo- ?vesld& Contractor's Propo 3/3/93 R t 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 making up hisher bid and that the sub-contractors listed will be used for the work for whic they bid, subject to the approval of the District Engineer, and in accordance with applicab 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 the subcontractors except upon the prior approval of the District Engineer of the Carlsbi Municipal Water District. The following information is required for each sub-contractc Additional pages can be attached if required: Items of Complete Address Phone No. Work Full Companv Name With Zip Code With Area Code I. ty3eS.q *bE%-Jff W3Jd z- 15 UT\\J-q p@R\dL "m&h c.4 933"< \&y& 3 - Z-QL- zcp3 J ci;"aB, 9 is( ptew? rnG9CTJ EM i-k Qko fl SPkA ShO a'h%B &ThSL \-b\q - y3&$%-? WG ps-y\a $.;&&&& $\&$& Q/ Qh IL;; q-&%t?.J \--b \7 - '"ra9a,-y>Q$3 "TJ \t.&3--\?. @43 sbcj-jq&q ?&id e Gy &?G\G @fk cT-w\54 5 .%u\ ~ &QWG & *\Ot\b L-3 q-h PC I'kY.L$ -7q-l-LV I QVwlpJ/ ,.fl'%+ -v7 f I I I I I I Designation Subcontract( 3BP3 RI + 1 3 I I I I I I I@ I I I I I I I AMOUNT OF SUBCONTRACTORS' BIDS (TO ACCOMPANY PROPOSAL) The Bidder is to provide the following information on the sub-bids of all the liste subcontractors as part of the sealed bid submission. Additional pages can be attached, required. I* Type of State Carlsbad Contracting Business Amount of Bid Full Companv Name License & No. License No. * [!$ or %) - I w5y5-lQ A2 f\iBtd.F-": 7a&2 - crn I qGj!q,,/ &/j'> A- 14,5L@ * c-0 %L3@ CZT /q?/& nwfl) v *rm zQ(-)* t)-zJ L& I i 2 &-is NOME kt+JE *Licenses are renewable annually. If no valid license, indicate "NONE." Valid license mu be obtained prior to submission of signed contracts. I Amount Subcontractors' Bir 3BP3 Re I' 1 I I EOUIPMENT/MATERIAL SOURCE INFORMATION (TO ACCOMPANY PROPOSAL) The Bidder shall indicate opposite each item of equipment or material listed below, th name of the one supplier and manufacturer of each item of equipment or material propose to be furnished under the bid. Awarding of a contract under this bid will not imp1 approval by the District of the manufacturers listed by the Bidder. I. i I D I I* I I I 1 I I I I EauipmentMateriai Manufacturer/Supplier 1. ACP Pipe Rk5bf-J (Supplier) WLQ (Manufacturer) I 2. Steel Pipe Ol)K\'LwJ I J- rn (Supplier) lmRNdkC3 + (40, ii bW' (Manufacturer) 3. PVC Pipe P-RiLSOJ 4. Gate Valves PW\kbd 5. Butterfly Valves PAd>,{ bJ (Supplier) (Manufacturer) (Supplier) , iA)? ir@Wi ( & r 6) \)\"OC LLt-b (Manufacturer) (Supplier) (Manufacturer) Equipmenthlateria Source Informatior 3/3/93 Rev u* I 1 1 1 1 1 1 1 I. i 1 I I I I 1 1 BID SECURITY FORM (Check to Accompany Bid) (Note: The following form shall be used if check accompanies bid:) Accompanying this proposal is a *Certified *Cashiers check payable to the order ( CARLSBAD MUNICIPAL WATER DISTRICT', in the sum of I* dollars ($ 1 this amount being ten percent (10%) of the total amount of the bid. The proceeds of th check shall become the property of District provided this proposal shall be accepted by tf District through action of its legally constituted contracting authorities and the undersigne shall fail to execute a contract and furnish the required Performance, Warranty an Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, th check shall be returned to the undersigned. The proceeds of this check shall also becom the property of the District if the undersigned shall withdraw his bid within the period c fifteen (15) days after the date set for the opening thereof, unless otherwise required by lau 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 tht following pages shall be executed--the sum of this bond shall be not less than ten percen (10%) of the total amount of the bid. Bid Security Form 3/3/93 Rev 1. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CAPACITY CLAIMED B Though statute does not require fill in the data below. doing s invaluable to persons rebq on tl c] INDIVIDUAL 0 CORPORATE OFFICE1 State of CALIFORNIA County of SAN DIEGO 05/27/93 before me, SANDRA J. LITTLE, NOTARY PUBLIC , NAME TITLE OF OFFICER. E G , 'JANE WE NOTARY PUBLIC' DATE JAMES I?. TEGHTMEPER personally appeared personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized NAME(S) OF SIGNER(S) rmE(S) [3 PRRTNE.S~S~ 0 '!' Al-roRNEY-lN-FACT c] TRUSTEE(S) GUARD~AN~CONSERV, 0 GEF or the entity upon behalf of which the person(s) acted, executed the instrument. SIGNER IS REPRESEN NAME OF PERSON(S) OR ENTlTY(I THIS CERTIFICATE MUST BE AlTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Though the data requested here IS not required by law. TlTLE OR P(PE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT rrn SIGNER(S) OTHER THAN NAMED ABOVE a1992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave.. P 0 BaX 7184.Cmoga PE - AY 1 R BIDDER'S BOW (To ACCOMPANY PROPOSAL) IP- KNOW ALZ, PERSONS BY ?THESE PRWEm: mat we, TC CONSTRUCTION COMPANY, INC. INSURANCE COMPBNP 9 as Principal, and 8 II I I 9 as Surety are held and firmly bound unto the ~BA: IkfUWX" WATER DWRICT, in an amount as folows: (must be at least ten percel (10%) of the bid amount) TEN PERCENT OF THE TOTAL AMOUNT OF BID - THE WEST -----_I_- -(lox)- . for which payment, well and truly made, we bind ourselves, our heirs, executors an administrators, SUCcessorS or assigns, jointly and severally, firmly by these presents, THE CX%X"TION OF THE FOREGOING OBLIGATION IS SUCH that if the propos; of the above-bounden Principal for: 3394 CONTRACT NO. CONSTRUCllON OF RECLAIMED WATER AND POTABLE WATER SYS'IIBf IMPROyElMENTS LN THE CITY OF CARLSBAD 9. CMWID PROJECTS 91-109, 91301 & 81109 b BID DATE: 06/03/93 in the City of Cadsbad, is accepted by the Board of Directors, and if the Principal shall du enter into and execute a Contract, including required bonds and insurance policies, withi twenty (20) days from the date of award of Contract by the Board of Directors of tk Carlsbad Municipal Water District, being duly notified of said award, then this obligatio shall become null and void; otherwise, it shall be and remain in fulf force and effect, and th amount specified herein shall be forfeited to the said District. I !I us II 111 * ... 1.. .*. ... .I. ... ... .** 1.. ... 0 ... ... u ... Bidder's Bo1 3am Rf - - WITNESS my hand and ofti . . _. c b* In the event PrinciP31 executed this bond 83 an individual, it b ahpeed that *e death i PrincipaI shall not exonerate the Surety from its obligations under ~KS bond. fiecute by PRINCIPAL this -&, daydlhk- Executed by SURETY this z7m 3 lgs: ,19 45 . day of MAY i 8 PRI SURETY: INSURANCE COMPANY OF THE WEST TC CONSTRUCTION COMPANY, INC. (Name of Surety 4-n47 I I I tI I f By: I Sigzatiire of Aiisnq-in-Fact JAMES F. TEC;HTMEPEF, ATTORNEY-IN-FA printed name of Attorney-in-Fact ' PraIha- (attach corporate resolution showing current power of attorney) I - (titfe and organization of signatory) e hk4 AM - I I (Proper notarial acknowkd@nent of execution of Principal and Surery must be attached.) (President or vice-president and secretary or assfslant secretary fnUt Sip for corporatfons. if on€y one offfcer sip&, the ~r@z:iss mzst amch a :a6imiGn cszii7I?e;j -by the Eretazy or assistant secretary under mtponte sal cmpowering that officer to bind the corporation*) APPROVED AS TO FORM: ' RONALD R. BALL GENERAL COUNSEL I BY % i tbLd W Deputy General Counsel j BiddeiS Bond 3/3193 Rev. INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of 0 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporatj authorized and existing under the laws of the State of California and having its p office in the City of San Diego, California, does hereby nominate, constitute and a its true and lawful Attorney(s1-in-Fact, with full power and authority hereby confl its name, place and stead, to execute, seal, acknowledge and deliver any and a1 undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and authority of the following Resolution adopted by the Board of Directors of II COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februar) which said Resolution has not been amended or rescinded and of which the follow true, full, and complete copy: “RESOLVED: That the President or Secretary may from time to time appoint Attori Fact to represent and act for and on behalf of the Company, and either the Pres Secretary, the Board of Directors or Executive Committee may at any time rem0 Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it furtl RESOLVED: That the Attorney-in-Fact may be given full power to execute for ani name of and on behalf of the Company any and all bonds and undertakings as the busj the Company may require, and any such bonds or undertakings executed by any such A in-Fact shall be as binding upon the Company as if signed by the President and sec attested by the Secretary.” IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to t unto affixed and these presents to be signed by its duly authorized officc James F. Teghtmeyer 20th day of July, 1990 0 **Luwwi$* 2 % 44QCw, ,@ 2 * STATE OF CALIFORNIA C41r~o~ti\b COUNTY OF SAN DIEGO ”: On this 20 day of July, 1990 before the subscriber, a Notary Public of tl of California, in and for the County of San Diego, duly commissioned and qualific BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally E be the individual and officer described in and who executed the preceding instrumc he acknowledged the execution of the same, and being by me duly sworn, deposeth aria that he is the said officer of the Corporation aforesaid, and that the seal affixec preceding instrument is the Corporate Seal of the said Corporation, and that tl Corporate Seal and his signature as such officer were duly affixed and subscribec said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at t of San Diego, the day and year first above written. j Notary Public MY Qmm. Exp &n 8.~92 STATE OF CALIFORNIA COUNTY OF SAN DIEGO ”: I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE k hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a ful MAY 2: ’ and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affi Corporate Seal of the Corporation, this 27TH day of MAY 1993 f --I&/ -- Secretary 0 $,*LUW/& % w. (%iX?xh \ AP C4a ORty 3 *4RC”, ,%+ 2 ICW CAL 37(REV. 5/87) 21 ROBERT T. DRIVER CO, NC. Jim Teghtmeyer Your representative (6 1 9) 238- 1828 3620 FIIFTH AVE., SAN DIEGQ, CA 92101 14 1 I I I 1 1 1 I I. 1 I I I 1 U 1 1 BIDDER’S BOND (TO ACCOMPANY PROPOSAL) ‘0 KNOW ALL PERSONS BY THESE PRESENTS: That we, , as Surety are held and firmly bound unto the CARLSBAI MUNICIPAL WATER DISTRICT, in an amount as follows: (must be at least ten percen (10%) of the bid amount) , as Principal, and for which payment, well and truly made, we bind ourselves, our heirs, executors an( administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposa of the above-bounden Principal for: CONTRACT NO. 3394 CONSTRUCTION OF RECLAIMED WATER AND POTABLE WATER WSTEM IMPROVEMENTS IN THE CITY OF CARLSBAD CMWD PROJECTS 91-109, 91-301 & 86-109 in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall dul enter into and execute a Contract, including required bonds and insurance policies, withii twenty (20) days from the date of award of Contract by the Board of Directors of th Carlsbad Municipal Water District, being duly notified of said award, then this obligatio; shall become null and void; otherwise, it shall be and remain in full force and effect, and th amount specified herein shall be forfeited to the said District. ... ... ... ... ... ... ... ... ... ... ... ... ... Bidder’s Bon 3l3193 Re L 1 In the event Principal executed this bond as an individual, it is agreed that the death ( Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this I I Executed by SURETY this c day of .19 day of 9 19- I PRINCIPAL: SURETY. 1 (Name of Principal) (Name of Surety) I (sign here) Signature of Attorney-in-Fact By: By: (print name here) printed name of Attorney-in-Fac (attach corporate resolution showii current power of attorney) I 1 I ? 1 D i I u (title and organization of signatory) By: (sign here) (print name here) (title of organization of signatory) (Proper notarial acknowledgment of execution of Principal and Surety must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one offic signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corpor: seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL GENERAL COUNSEL BY: I Deputy General Counsel Bidder’s BE 3/3/93 R t l 1 1 1 i I 1 I il I ? I 1 1 I I I BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY c (TO ACCOMPANY PROPOSAL) Bidder submits herewith a statement of financial responsibility: scz D&L%Z.cB Qrq (7 i#&?i?i/Sf\Y.d suy\r3. j-J2js L) B _-_ Bidder’s Statemeni Financial Responsibi 3/3/93 F c 1 1‘ I I I I 1 I I I ? 1 I 1 I 1 I BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 6 (TO ACCOMPANY PROPOSAL) The Bidder’s is required to state what work of a similar character to that included in thi proposed Contract he/she has successfully performed and give references, with telephon numbers, which will enable the District to judge hisher responsibility, experience and ski1 An attachment can be used. I_ Bidder’s Statement Technical Abil and Experier 3/3/93 R f I I I i 1 I 1 i 1) i 1 I 8 I NON-COLLUSION AFFTDAVIT (TO ACCOMPANY PROPOSAL) C TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I 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 1 ) ss. ------- levvv\ LyneroY, being first duly swor I Person(s) Signing this Bid on Behalf of the Bidder) deposes and says that he or she is ?ki%dm' I (Title(s) of the Person(s) Signing this Bid in Relation to the Bidder) r& bKhGhOVI to. ,%"IC a (Legal Name of the Bidder) making the foregoing bid that the bid is not made in the interest of, or on behalf of, ai undisclosed person, partnership, company, association, organization, or corporation; that tl: bid is genuine and not collusive or sham; that the bidder has not directly or indirect induced or solicited any other bidder to put in a false or sham bid, and has not directly ( indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put a sham bid, or that anyone shall refrain from bidding; that the bidder has not in ai manner, directly or indirectly, sought by agreement, communication, or conference wii anyone to fii the bid price of the bidder or any other bidder, or to fix any overhead, prof or cost element of the bid price, or of that of any other bidder, or to secure any advantai against the public body awarding the contract or anyone interested in the proposed contrac that all statements contained in the bid are true; and further, that the bidder has nc Non-Collusion Affida7 3/3/93 Re the par ' 1- I 3 direct9 or indirectly, submitted his or her bid price or any breakdown thereof, or tf contents thgreof, or divulged information or data relative thereto, or paid, or will not pa any fee to any corporation, partnership, company association, organization, bid depositor 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 righ power, legal capacity and authority to enter into and declare under penalty of perjury thi the foregoing is true and correct, and that this affidavit was execute on beh If of tf Bidder, and have set their names, titles, and signatures hereon, thisdday ofJU&L 1m at-County, in the State of &,k&m /a CONSTRUCTION OF RECLAIMED1 WATER AND POTABLE WATER PROJECT. WSTEM IMPROVEMENTS IN "FIE CITY OF CARLSBAD I le 1 I 6 I 1 I I) I I Fl I I I I '-- BIDDER: ---EL bhehm Co.,3e. Name 405Ifl PW k.% @ Q471 I Address Signatures must be made, and Notary Acknowledgements of execution of Bidder must 1: I attached. To be submitted as part of the Bid Documents. I declare under penalty of perju ' rrect and that th affidavit was executed on the 3 3 day that o Subscribed and sworn to before me on the I (NOTARY SEAL) PAMELA K SCHILLING COMM. #97W78 Notary Public-California W Non-Collusion Affidav 3/3/93 Re &* or the entity upon behalf of which 2 m 1, CONTRACT - PUBLIC WORKS 1 I I I I I I. I I I I I + This agreement is made thidzday of u , 19a by and between the Carlsba Municipal Water District of Carlsbad, CalifoGfiia, a municipal corporation, (hereinafter calle "District"), and T. c. COnStrUCtiOn whose princip: place of business is 10510 Prospect Ave, Santee CA 92071 I (hereinafter called "Contractor".) District and Contractor agree as follows: 1. Descriution of Work. Contractor shall perform all work specified in the Contrac Documents for: CONSTRUCTION OF RECLAIMED WATER AND POTABLE WATER SYSTEM IMPROVEMENTS IN THE CITY OF CARLSBAD CMWD PROJECT NOS. 91-109, 91-301 & 86-109 (hereinafter called "project".) Provisions of Labor and Materials. Contractor shall provide all labor, material: tools, equipment, and personnel to perform the work specified by the Contrac 2. I Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notic Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractor! Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusio Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, th Special Provisions, and all proper amendments and changes made thereto i accordance with this Contract or the Plans and Specifications, and all bonds for th project; all of which are incorporated herein by this reference. Contractor, herhis subcontractors and materials suppliers shall provide and install th work as indicated, specified, and implied by the Contract Documents. Any item of work not indicated or specified, but which are essential to the completion of th work, shall be provided at the Contractor's expense to fulfill the intent of sai documents. In all instances through the life of the Contract, the District will be th interpreter of the intent of the Contract Documents, and the District's decisio relative to said intent will be final and binding. Failure of the Contractor to appris subcontractors and materials suppliers of this condition of the Contract will nc 1 relieve responsibility of compliance. Contract - Public Worl 3/3/93 Re P I 2 Payment. For all compensation for Contractor's performance of work under th Contract, District shall make payment to the Contractor per Section 9-3 of th Standard SDecifications for Public Works Construction (SSPWC) 1991 Edition, an the latest supplement, hereinafter designated "SSPWC', as issued by the Southei California Chapter of the American Public Works Association and as amended 1 the special provisions section of this contract. The closure date for each month invoice will be the 30th of each month. Invoices from the Contractor shall t submitted according to the required District format to the District's assigned projel manager no later than the 5th day of each month. Payments will be delayed invoices are received after the 5th of each month. The final retention amount sha not be released until the expiration of thirty-five (35) days following the recordin of the Notice of Completion pursuant to California Civil Code Section 3184. Public Contract Code section 20104.50 requires a summary of its contents to be st forth in the terms of the contract. Below is such a summary. However, the contractc should refer to Public Contract Code section 20104.50 for a complete statement c the law. The District shall make progress payments within 30 days after receipt of a undisputed and properly submitted payment request from a contractor on construction contract. If payment is not made within 30 days after receipt of a undisputed and properly submitted payment request, then the District shall pa interest to the contractor equivalent to the legal rate set forth in subdivision (a) c section 685.010 of the Code of Civil procedure. Upon receipt of a payment request, the District shall, as soon as practicable afte receipt, determine whether payment request is a proper payment request. If thc District determines that the payment request in not proper, then the request shall bc returned to the contractor as soon as practicable but not later than seven (7) day after receipt. The returned request shall be accompanied by a document setting fort1 in writing the reasons why the payment request was not proper. If the District fails to return the denied request within the seven (7) day time limil then the number of days available to the District to make payment without incurrinl interest shall be reduced by the number of days by which the District exceeds thc seven (7) day return requirement. "Progress payment" includes all payments due contractors except that portion of tht final payment designated by contract as "retention earnings". IndeDendent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affec the progress of the work, and is aware of those conditions. The Contract prict includes payment for all work that may be done by Contractor, whether anticipatec or not, in order to overcome underground conditions. Any information that mal have been furnished to Contractor by District about underground conditions or other Contract - Public Work 313193 Rev I I I I I I I I I I I 4. I. I. I I 5. I 1 I P 1 E 1 I I B I I 1. 2 job conditions is for Contractor’s convenience only, and District does not warrai that the conditions are as thus indicated. Contractor is satisfied with all jc conditions, including underground conditions and has not relied on informatic furnished by District. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsib for all loss or damage arising out of the nature of the work or from the action of tk elements or from any unforeseen difficulties which may arise or be encountered 1 the prosecution of the work until its acceptance by the District. Contractor shall als be responsible for expenses incurred in the suspension for discontinuance of tk work. However, Contractor shall not be responsible for reasonable delays in tk completion of the work caused by acts of God, stormy weather, extra work, ( matters which the specifications expressly stipulate will be borne by District. Cal OSHA Permits. Contractor will obtain permits from Cal OSHA if requirec including but not limited to, permits for excavations over four feet deep. Hazardous Waste or Other Unusual Conditions. If the contract involves diggir trenches or other excavations that extend deeper than four feet below the surfacc Contractor shall promptly, and before the following conditions are disturbed, notil District, in writing, of any: A. I. 6. 7. 8. Material that Contractor believes may be material that is hazardous waste, i defined in Section 25117 of the Health and Safety Code, that is required t be removed to a Class I, Class 11, or Class I11 disposal site in accordance wit1 I provisions of existing law. 1 indicated. B. Subsurface or latent physical conditions at the site differing from thos C. Unknown physical conditions at the site of any unusual nature, differel materially from those ordinarily encountered and generally recognized i inherent in work of the character provided for in the contract. 1 I 1 I 1 I District shall promptly investigate the conditions, and if it finds that the conditior do materially so differ, or do involve hazardous waste, and cause a decrease c increase in contractor’s costs of, or the time required for, performance of any pal of the work shall issue a change order under the procedures described in th contract. In the event that a dispute arises between District and Contractor whether th conditions materially differ, or involve hazardous waste, or cause a decrease c increase in the Contractor’s cost of, or time required for, performance of any part c the work, Contractor shall not be excused from any scheduled completion dat provided for by the contract, but shall proceed with all work to be performed unde Contract - Public Worl 3/3/93 Re I? i I 1 I 1 I I 1 1. I 1 1 I R I 1 I the contract. Contractor shall retain any and all rights provided either by contra or by law which pertain to the resolution of disputes and protest between tl contracting parties. Change Orders. District may, without affecting the validity of the Contract, ord changes, modifications and extra work by issuance of written change orde: Contractor shall make no change in the work without the issuance of a writtc change order, and Contractor shall not be entitled to compensation for any ext work performed unless the District has issued a written change order designating advance the amount of additional compensation to be paid for the work. If a chan order deletes any work, the Contract price shall be reduced by a fair and reasonat: amount. If the parties are unable to agree on the amount of reduction, the wo shall nevertheless proceed and the amount shall be determined by litigation. T only person authorized to order changes or extra work is the Project Manager. T written change order must be executed by the Executive Manager or the Board l Directors, as allowed by law and according to the latest procedures adopted 1 resolution of the board. Immigration Reform and Control Act. Contractor certifies he is aware of tl requirements of the Immigration Reform and Control Act of 1986 (8 USC Sectioi 1101-1525) and has complied and will comply with these requirements, including, b not limited to, verifying the eligibility for employment of all agents, employee subcontractors, and consultants that are included in this Contract. Prevailing WaPe. Pursuant to the California Labor Code, the director of tl Department of Industrial Relations has determined the general prevailing rate of p diem wages in accordance with California Labor Code, Section 1773 and a copy a schedule of said general prevailing wage rates is on file in the office of tl Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to Californ Labor Code Section 1775, Contractor and all subcontractors shall pay prevailii wages. Contractor shall post copies of all applicable prevailing wages on the job sit For this contract, eight hours shall constitute a legal day’s work. Work beyond eig hours shall be paid at a rate not less than one and one half times the prevailir rates. Wage rates for Sundays and holidays shall be paid at a rate not less than tu times the prevailing rates. The holidays upon which such rates shall be paid shall t all holidays recognized in the collective bargaining agreement applicable to tl particular craft, classification or type of workers employed on the projects. Indemnification. Contractor shall assume the defense of, pay all expenses of defens and indemnify and hold harmless the District, and its officers and employees, fro all claims, lawsuits or judgements for any loss, damage, injury and liability of eve kind, nature and description, directly or indirectly arising from or in connection wii the performance of the Contractor or work; or from any failure or alleged failure ( Contractor to comply with any applicable law, rules or regulations including tho! relating to safety and health; except for loss or damage which was caused solely 1 9. I. 10. 11. 12. Contract - Public Wor 3t3193 Rt F 2 the active negligence of the District; and from any and all claims, loss, damage injury and liability, howsoever the same may be caused, resulting directly or indirect from the nature of the work covered by the Contract, unless the loss or damage wz caused solely be the active negligence of the District. The expenses of defens include all costs and expenses including attorneys fees for litigation, arbitration, c other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contrac insurance against claims for injuries to persons or damage to property which ma arise from or in connection with the performance of the work hereunder by th Contractor, his agents, representatives, employees or subcontractors. Said insuranc shall meet the District's policy for insurance as stated in Resolution No. 772. (A) i i I 1 1 I I 1 I. I I 1 1 I I 1 I* 13. COVERAGES AND LIMITS - Contractor shall maintain the types c coverages and minimum limits indicted herein: 1. Comprehensive General Liabilitv Insurance: $1,000,000 combined single limit per occurrence for bodily injury an property damage. If the policy has an aggregate limit, a separat aggregate in the amounts specified shall be established for the risks fc which the District or its agents, officers or employees are addition; insureds. 2. Automobile Liabilitv Insurance: $1,000,000 combined single limit per accident for bodily injury an property damage. In addition, the auto policy must cover any vehicl used in the performance of the contract, whether used onsite or offsitr whether owned, nonowned or hired, and whether scheduled or nor scheduled. The auto insurance certificate must state the coverage i for "any auto" and cannot be limited in any manner. Workers' Compensation and Emplovers' Liability Insurance: Workers' compensation limits as required by the Labor Code of th State of California and Employers' Liability limits of $1,000,000 pe incident. Worker's compensation offered by the State Compensatio Insurance Fund is acceptable to the District. b 3. I (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies c insurance required under this agreement contain, or are endorsed to contair the following provisions. General Liability and Automobile Liabilit Coverages: Contract - Public Work 3pP3 Rei I. __---”- I_ within instrument and or the entity upon behalf of which WITNESS my hand and offici /she/they executed the same in M 2 1. The District, its officials, employees and volunteers are to be covere as additional insureds as respects: liability arising out of activitit performed by or on behalf of the Contractor; products and complete operations of the contractor; premises owned, leased, hired c borrowed by the contractor. The coverage shall contain no speci; limitations on the scope of protection afforded to the District, i officials, employees or volunteers. The Contractor's insurance coverage shall be primary insurance i respects the District, its officials, employees and volunteers. AT insurance or self-insurance maintained by the District, its official. employees or volunteers shall be in excess of the contractor's insuranc and shall not contribute with it. Any failure to comply with reporting provisions of the policies sha not affect coverage provided to the District, its officials, employees a volunteers. Coverage shall state that the contractor's insurance shall appl separately to each insured against whom claim is made or suit i brought, except with respect to the limits of the insurer's liability. i i I I I I 1 I I I 1 1 1 8 I. 2. 3. 4. (C) "CLAIMS MADE! POLICIES - If the insurance is provided on a "claim made" basis, coverage shall be maintained for a period of three year following the date of completion of the work. NOTICE OF CANCELLATION - Each insurance policy required by thii 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 1. (D) I return receipt requested. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS Any deductibles or self-insured retention levels must be declared to anc approved by the District. At the option of the District, either: The insure: shall reduce or eliminate such deductibles or self-insured retention levels a! respects the District, its officials and employees; or the contractor shal procure a bond guaranteeing payment of losses and related investigation claim administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required undeI 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. (G) 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 Contract - Public Works 3BP3 Rev. (F) I. 2 1 i subject to all of the requirements stated herein. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insure1 that have a rating in Best’s Key Rating Guide of at least A-:V, and ar authorized to do business within the State of California and are included i the official publication of the Department of Insurance of the State c California as allowed under the standards specified by the Board of Direct01 in Resolution No. 772. VERIFICATION OF COVERAGE - Contractor shall furnish the District wit certificates of insurance and original endorsements affecting coverag required by this clause. The certificates and endarsements for each insuranc policy are to be signed by a person authorized by that insurer to bin coverage on its behalf. The certificates and endorsements are to be in fonr approved by the District and are to be received and approved by the Distric before work commences. COST OF INSURANCE - The Cost of all insurance required under th agreement shall be included in the Contractor’s bid. (H) no 1 1 1 i I 1 1. I I I I I I I I (I) (J) 14. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolve in accordance with the provisions in the Public Contract Code, Division 2, Part : Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated b reference. The contractor shall initially submit all claims over $375,000 to the Distric using the informal dispute resolution process described in Public Contract Cod subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of th contract, all claims shall comply with the Government Tort Claims Act (section 90 - et sea of the California Government Code) for any claim or cause of action fc money or damages prior to filing any lawsuit for breach of this agreement. Maintenance of Records. Contractor shall maintain and make available at no co: to the District, upon request, records in accordance with Sections 1776 and 1812 c Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintai the records at Contractor’s principal place of business as specified above, Contractc shall so inform the District by certified letter accompanying the return of th Contract. Contractor shall notify the District by certified mail of any change c address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit 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 b substituted for any monies withheld by the District to secure performance of th contract for any obligation established by this contract. Any other security that mutually agreed to by the Contractor and the District may be substituted for monk withheld to ensure performance under this Contract. 15. 16. 17. Contract - Public Worl 3/3/93 Re I. 1 1 8* 1 1 1 1 I h, I I I 1 II 1 8 I A 18. Affirmative Action. The Carlsbad Municipal Water District is an equal opportuni employer. Provisions Required bv Law Deemed Inserted. Each and every provision of law ar clause required by law to be inserted in this Contract shall be deemed to be insert€ herein and included herein, and if, through mistake or otherwise, any such provisic is not inserted, or is not correctly inserted, then upon application of either party, tl Contract shall forthwith be physically amended to make such insertion or correctio 19. (kv\S-kbC4 1. o 3 & ii&w~\~J NOTARIAL ACKNOWLEDGMENT OF Contractor EXECUTION BY ALL SIGNATORIES - MUST BE ATTACHED DL\- F. S,:kJQ\-Xm - Print Name of Signatorjy (CORPORATE SEAL) I clz.eg -CWfiL ;58\ flyx:< Title APPROVED TO AS TO FORM: RONALD R. BALL General Counsel Signature of Signatory By: Print Name of Signatory Title 8. /kd 1 U Deputy General Counsel I Board of Directors ATTEST: -, ALETHA L. RAUTENKRANZ, Secreta Contract - Public Wor 3/3/93 Rc F I 8' 1 1 1 I I I 1 I I i 1 I I 1 1 LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, State ( California, by Resolution No. 848 , adopted August 11, 1993 , hi awarded to T.C. Construction (hereinafter designate as the "Principal"), a Contract for: CONSTRUCTION OF RECLAIMED WATER AND POTABLE WATER SYSTEM IMPROVEMENTS IN THE CITY OF CARLSBAD 1 CMWD PROJECT NOS. 91-109, 91-301 & 86-109 in the Carlsbad Municipal Water District, in strict conformity with the drawings ar specifications, and other Contract Documents now on file in the Office of the Secretary ( the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), and all of whic are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tern thereof require the furnishing of a bond, providing that if Principal or any of the subcontractors shall fail to pay for any materials, provisions, provender or other supplies ( teams used in, upon or about the performance of the work agreed to be done, or for ai work or labor done there of any kind, the Surety on this bond will pay the same to t€ extent hereinafter set forth. I@ NOW, THEREFORE, WE, T*C- Construction ,i Principal (hereinafter designated as the "Contractor"), and as Surety, are held firmly bound unto the Carlsbad Municipal Water Distri in the sum of Four Hundred Eighty Two Thousand Eighty Eight Dollars and 731 ), said sum being fifty percent (50%) of tl estimated amount payable by the Carlsbad Municipal Water District under the terms of tl Contract, for which payment well and truly to be made we bind ourselves, our heiI executors and administrators, successors, or assigns, jointly and severally, firmly by the: presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/hc subcontractors fail to pay for any materials, provision, provender, supplies, or teams use in, upon, for, or about the performance of the work contracted to be done, or for any othc work or labor thereon of any kind, or for amounts due under the Unemployment Insuranc Code with respect to such work or labor, or for any amounts due under the Unemploymei Insurance Code with respect to such work or labor, or for any amounts required to 1: deducted, withheld, and paid over to the Employment Development Department from tl wages of employees of the contractor and subcontractors pursuant to Section 13020 of tl Unemployment Insurance Code with respect to such work and labor that the Surety will pz for the same, not to exceed the sum specified in the bond, and, also, in case suit is brougl upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fee to be fixed by the court, as required by the provisions of Section 3248 of the California Cil Dollars ($ 482,088 73 Labor and Materials Bo1 31'3193 RE I* Code. 2 This bond shall inure to the benefit of any and all persons, companies and corporatior entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencin with Section 3082). In the event that Contractor is an individual, it is agreed that the death of any suc Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this day ( 1 1 I 1 8 1 I I 1. I 1 I 1 1 1 B I I. day of ,19-. ,19-. CONTRACTOR: SURETY: (Name of Contractor) By: By: (Name of Surety) (sign here) Signature of Attorney-in-Fact (print name here) Printed name of Attorney-in-Fact (attach corporate resolution showir current power of attorney) (title and organization of signatory) By: (sign here) (print name here) (title and oiganization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one offic signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corpora seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: Deputy General Counsel Labor and Materials Bo1 3f3193 Rc I. BOND NO. 126 90 32 4 *, f "*I_ A hb> P- cp -" i' rj; b'- r; ~, I "7 / URUR AND MATERIALS BOND 0 WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, St; California, by Resolution No, 848 , adopted August 11' 1993 awarded to TC COWSTUR~ION COEIIPAWY, mc. (hereinafter desig as the "Principaf"), a Contract for: CONSTRUmON OF RECLAIMED WATER AM3 POTABLE WATER SYSTEM IMPROVEMENTS IN THE CITY OF CARLSBAD CMWI) PROJECT NOS. 91-109, 91301 & 86-109 in the CarIsbad Municipal Water District, in strict conformity with the drawings specifications, and other Contract Documents now on file in the Office of the Secret2 the ChrIsbad Municipal Water District (City Clerk of the City of Carlsbad), and all of \ WHEREAS, Principal has executed or is about to execute said Contract and the t thereof require the furnishing of a bond, providing that if Principal or any of subcontractors shall fail to pay for any materials, provisions, provender or other suppli teams used in, upon or about the performance of the work agreed to be done, or fo. work or labor done there of any kind, the Surety on this bond will pay the same t( extent hereinafter set forth. '" "TP, incoq?ar2?cd hereir, bj tkis refereczz. NOW, THEREFORE, WE, m coNsmmIoN COWPAWY, mc. 0 Principal (hereinafter designated as the "Contractor"), and WSURAWE COWANY OF = WE as Surety, are held firmly bound unto the Girlsbad Municipal Water Di in t-sumaf~our Hundred Eighty Two Thousand Eighty Eight Dollars and )$ said sum being fifty percent (50%) c estimated amount payable by the Carlsbad MunicipaI Water District under the terms c Contract, for which payment well and truly to be made we bind ourselves, our 1 executars and administrators, successors, or assigns, jointly and severally, firmly by presents , TME CONDITION OF THIS OBLIGATION IS SUCH that if the person or hi subcontractors fail to pay €or any materials, provision, provender, supplies, or teams in, upon, for, or about the performance of the work contracted to be done, or far any ( work or labor thereon of any kind, or €or amounts due under the Unemployment Insur Code with respect to such work or labor, or for any amounts due under the Unernployi Insurance Code with respect to such work or labor, or for any amounts required t deducted, withheld, and paid over to the Employment Development Department fron wages of employees of the contractor and subcontractors pursuant to Section 13020 o Unemployment Insurance Code with respect to such work and labor that the Surety wil for the same, not to exceed the sum specified in the bond, and, also, in case suit is bro upon the bond, costs and reasonable expenses and fees, including reasonabk attorney's 10 be fixed by the COUR, as required by the provisions of Section 3248 of the California Dollars ($ 982,088 * 73 a Code. Labor snd Materials 3/3m State of CALIFORNIA County of Thoogn stawe does not requi fill in the data below doing invaluable to persons reMng oi SAN DIEGO SANDRA J. LITTLE. NOTARY PUBLIC , 0 INDIVIDUAL NAME TITLE OF OFFICER- E G 'JANE DOE NOTARY PUBLIC* c) CORPORATE OFFIC personally appeared JPLWES Is. 'TEGH'IYEYEX t W(S) NAMEW OF SIGNER(S) ,g personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Idare subscnbed to the within instrument and ac- knowledged to me that he/she/they executed the same In his/her/their authorized caPaClty(leS), and that by his/her/their slgnature(s) on the instrument the person(s), or the entity upon behalf of which the Person(s) acted, executed the instrument. PARTNEW) 0 1-1 AlToRNE'f-IN-FACT TRUSTEE(S) 0 GUARD[AN/CONSER CIG 'WTrwY FUDLIC CALIFORNIA SIGNER IS REPRESE NAME OF PERSON(S) OR ENm OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO WE DOCUMENT DESCRIBED AT RfGHT TI- OR NPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT the basis of satisfactory evidence) to be the Person(s) whose name(s) Islare sub wlthln lnstrument and acknowledged to me that heisheithey executed the Same I' WITNESS my hand and Offlclal - -----.-_--- _--- r "his bond shall inure fa the benefit of any and a11 persons, companies and corpora entitkd to file claims under Title 15 of Part 4 of Division 3 of the Civil @de (cornme: 0 with Scciion 3082). In the event that Contractar is an individual, it is aped that the death of my Contractor shafl not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this2) H- CONTRArnOR: SURETY: Executed by SURETY this UTH d day of QL.m LL~ -k ,19B. - 193 TC CONS"IIWCTI0N COWANY, IK. INSuRawCE COW'ANY OF THE WEST (Name of Surety) B$gJ*-& u Signature of Atbhey-in-pact p..-6 c I L__I d&a \-- 5 3 \\;dqb%E JMSF.TE(%TFEYER I__wI z ( h k v y &VU- 'I b 1 octd~r (attach corporate resolution shol ','7 * (print, name here) (title and organization of signatory) Printed name of Attorney-in-Fact ? .A current power of attorney) a By: (sign here) (print name here) (title and okganization of signatory) (Proper notarial aChOWkdgC of execution by CONTRA~OR snd SURETY musf be attached.) (Prcsident or vice-president and senctary or assistant secretary must sign for corporations. If only one of signs, thc wrporation must atuch a resolution certified by tbe secretary or assistant secretary under cnrpc sal cmpowcring that officer 10 bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counse? A By: p * Deputy General Counsel a: Labor and Materials BI 3/3/93 E: AI 10 UALPUY LG buivir AIY Y UP I Hg WEs'l' HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporatj authorized and existing under the laws of the State of California and having its p office in the City of San Diego, California, does hereby nominate, constitute and a James F. Teghtmeyer its true and lawful Attorney(s)-in-Fact, with full power and authority hereby confc its name, place and stead, to execute, seal, acknowledge and deliver any and a1 undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and authority of the following Resolution adopted by the Board of Directors of I COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februarl which said Resolution has not been amended or rescinded and of which the follow true, full, and complete copy: That the President or Secretary may from time to time appoint Attorr Fact to represent and act for and on behalf of the Company, and either the Presj Secretary, the Board of Directors or Executive Committee may at any time remot Attorneys-in-Fact and revoke %he Fower of Attorney given him or her; and be it furtt RESOLVED: That the Attorney-in-Fact may be given full power to execute for anc name of and on behalf of the Company any and all bonds and undertakings as the busi the Company may require, and any such bonds or undertakings executed by any sljch' Af in-Fact shall be as binding upon the Company as if signed by the President and sea attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to 1: unto affixed and these presents to be signed by its duly authorized officc rl)- "RESOLVED: 20th day of July, 1990 0 a".*a~Q*& STATE OF CALIFORNIA COUNTY OF SAN DIEGO ": on this 20 day Of July, 1990 before the subscriber, a Notary Public of tl- of California, in and for the County of San Diego, duly commissioned and qualifie BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally k. be the individual and officer described in and who executed the preceding instrurne he acknowledged the execution of the same, and being by me duly sworn, deposeth and that he is the said officer of the Corporation aforesaid, and that the seal affixed preceding instrument is the Corporate Seal of the said Corporation, and that tt Corporate Seal and his signature as such officer were duly affixed and subscribed said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at tl of Son Diego, the day and year first above written. e ) Notary Public STATE OF CALIFORNIA COUNTY OF SAN DIEGO ": I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE W hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affix corporate Seal of the Corporation, this 19333 day of AUGUST 19 93. I TJ=-- Secretary 0 $,*iDw+o B w. l2mU4A ICW CAL 37(REV. 5/87) ", B*cn, ,,\y \%OT. RBE-RT T. DRTVER co., NC. Jim Tegkrtrneyer Your representative (6 29) 238- I 828 1620 FlFTH AVE., SAN DIEGO, CA 92101 1 - A FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, State t California, by Resolution No. 848 , adopted Auqust 11, 1993 , has awarded 1 T. C. Construction , (hereinafter designated as tl: "Principal"), a Contract: I 1 I i 1 1 1 I I I 8 1 1 1 4 a FOR CONSTRUCTION OF RECLAIMED WATER AND POTABLE WATER SYSTEM IMPROVEMENTS IN THE CITY OF CARLSBAD CMWD PROJECT NOS. 91-109, 91-301 & 86-109 in the Carlsbad Municipal Water District, in strict conformity with the contract, the drawin1 and specifications, and other Contract Documents now on file in the Office of the Secreta1 of the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), all of whic are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the term thereof require the furnishing of a bond for the faithful performance and warranty of saic Contract; , as Principa, NOW, THEREFORE, WE, (hereinafter designated as the "Contractor"), and Ja Surety, are held and firmly bound unto the Carlsbad Municipal Water District, in the sun h!! dred Sixty Four I- Thousand -.- One Hu'ndred Seventy __ Seven y_- &_45/100 ($ 964,177.45 ) sald sum being equal to one hundred percent (100%) sf the estimated amount of thc Contract, to be paid to District or its certain attorney, its successors and assigns; for whicl payment, well and truly to be made, we bind ourselves, our heirs, executors anc administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounder Contractor, their heirs, executors, administrators, successors or assigns, shall in all thing! stand to and abide by, and well and truly keep and perforrn the covenants, conditions, anc agreements in the Contract and any alteration thereof made as therein provided on theii part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no charge, extension of time, alteration or addition to the Faithful Performance/ Warranty Bond 3/3/93 Rev. 8 T. C. Construction I* I I II I I i 1 I I. I I 1 8 1 terms of the Contract, or to the work to be performed thereunder or the specificatio accompanying the same shall affect its obligations on this bond, and it does hereby wail notice of any change, extension of time, alterations or addition to the terms of the Contrac or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any su( Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this day o day of ,19-. ,19-. CONTRACTOR: SURETY: I. (Name of Contractor) By: By: (Name of Surety) (sign here) Signature of Attorney-in-Fact (print name here) Printed name of Attorney-in-Fact (attach corporate resolution showin current power of attorney) (title and organization of signatory) By: (sign here) (print name here) (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President and vice-president and secretary must sign for copropations. If only one officer signs, th corporation attach a resolution certified by the secretary or assistant secretary under corporate sea empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL 1 General Counsel I Deputy General Counsel By: Faithful Performance Warranty Bonc 3/3/93 Rev I. I WlW mu. ILO YO 5L F'AMXFWL PERFORMANCWARR ANTY BOND WHEWAS, the Board of Directors of the Carlsbad Municipal Water District, St; California, by Resolution No. 848 , adopted Ausust 11 I 1993 , has awarc TC CoNsmu.aIoN CohqmY, INC. , (hereinafter designated as "Principal"), a Contract: 0 FOR CONSTRUCIlON OF RECLAIMED WATER AND POTABLE WATER SYSTEM IMPROVEMENTS IN THE CITY OF CARLSBAlf CMWD PROJECT NOS. 910109, 91-301 & 86-109 , in the Carlsbad Municipal Water District, in strict conformitywith the contract, the drai and specifications, and other Contract Documents now on file in the Office of the Secr of the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), all of I are incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute said Contract and the 1 thereof require the furnishing of a bond for the faithful performance and warranty o Contract; NOW, THEREFORE, WE, E ~omxu~o~ amm, m. , as Prinl (hereinafter designated as the "Contractor"), and mswm comm OF THE EST Surety, are held and firmly bound unto the Carlsbad Municipal Water District, in the gaki sum being equal to one hundred percent (100%) of the estimated amaunt o Contract, to be paid to District or its certain attorney, its successors and assigns; for v payment, well and truly to be made, we bind ourselves, our heirs, executors administrators, Successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bou~ Contractor, their heirs, executors, administrators, successors or assigns, shall in all tt stand to and abide by, and well and trufy keep and perform the covenants, conditions, agreements in the Contract and any alteration thereof made as therein provided on part, to be kept and performed at the time and in the manner therein specified, and respects according to their true intent and meaningt and shall indemnify and save harx the Carlsbad Municipal Water District, its officers, employees and agents, as thc stipulated, then this obligation shall become null and void; athewise it shall remain ir force and effect. As a part of the obligation secured hereby and in addition to the face amount spec therefor, there shall be included costs and reasonable expenses and fees, inch reasonable attorney's fees, incurred by the District in successfuIly enforcing such obIiga all 10 be taxed as costs and included in any judgment rendered. Surety stipu?ates and agrees that no charge, extension of time, alteration or addition tc "E HIEWED SIXTYpouR THOUSAND ONE HUNDRED SEVJXIX,SEVEN AND 45/100----($-- 964,137.45 - .- - -- 0 Faithful Pcrform Warranty 1 3/3/93 * CALlPORNlA ALL-PURPOSE ACKNOWLEDGMENT CAPACITY CLAIMED B Though StaMe does not require fill in the data below. doing s invaluable to persons rewng on t INDIVIDUAL 5 CORPORATE OFFICE State of CALIFoRNIqi County of SAN DIEGO SANDRA J. LITTLE, NOTARY PUBLIC , NAME. TITLE OF OFFICER. E.G.. 'JANE WE. NOTARY PUBLIC' pzrsonally appeared JMs '- 'IEmR B personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that he/she/they executed NAME(S) OF SIGNER(S) W(S) PARTNER(S) c] LIM' iil] ATToRNN-IN-FACT 5 TRUSTEE(S) c] GEF or the entity upon behalf of which the person@) acted, executed the instrument. WITNESS my hand SIGNER IS REPRESEN NAME OF PERSON(S) OR ENlllY(I THE DOCUMENT CESCRIEED AT RIGHT: NUMBER OF PAGES DATE OF DOCLII%E!CT Q1-2 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave.. P.O. Box 7184 Canoga P: WITNESS my hand and official BOND NO. 126 90 32 terms of the Contract, or to the work to be performed, thereunder or the specih accompanying the same shall affect its obligations on this bond, and it does hereby 1 notice of any change, extension of time, alterations or addition to the terms of the Con or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any Contractor shaII not exonerate the Surety from its obligations under this bond. Executed by CONTRAaOR this 20'' Executed by SURETY this19m dr 0' day of a LJ4 LJ5.t- 9 1%z* AUGUST ,192. CONTRACTOR: SWrn I. , WSuRAwlcE UMPANY OF TEE WEST 1IIc coNsmumoN COMPANY, INC. (Name of Surety) 13: g&4mk- Signature of Attbfhey-in-Fact -*-I 5L.A E S\,\\;\/an x JAMES F. TE- (print name here) - f L;eQJ f ~ i kif6 (attach corporate resofution sho (title ut~d organization of signatory) current power of attorney) Printed name of Attorney-in-Fact L a! By: (sign here) (print name here) (title and organization of signatory) (Proper notarial acknowIcdgc of execution by CONTRACTOR and SURETY must be attached.) Praident and vh-prcsidcnr and secretary must sign for copropations. If only one oficcr signs corporation attach a resolution ccrtificd by the secretary or assisant sccretziry under corporate CmpowUhg that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BAIL General Counsel By: -3' / I24 Deputy Gen ral Counsel - Faithful Performa Warranty E 0 3/3/93 L -- -__ - -A AAA- vTLd0.l. HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY @KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporat: authorized and existing under the laws of the State of California and having its F office in the City of San Diego, California, does hereby nominate, constitute and a James F. Teghtmeyer its true and lawful Attorney(s1-in-Fact, with full power and authority hereby confc its name, place and stead, to execute, seal, acknowledge and deliver any and a1 undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under anc authority of the following Resolution adopted by the Board of Directors of I COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februari which said Resolution has not been amended or rescinded and of which the follow true, full, and complete copy: That the President or Secretary may from time to time appoint Attorr Fact to represent and act for and on behalf of the Company, and either the Pres: Secretary, the Board of Directors or Executive Committee may at any time rem0 Attorneys-in-Fact and revoke the Power of Attorney aiven him or her; and be it furtt RESOLVED: That the Attorney-in-Fact may be given full power to execute for anc name of and on behalf of the Company any and all bonds and undertakings as the .busi the Company may require, and any such bonds or undertakings executed by any sticy AI in-Fact shall be as binding upon the Company as if signed by the President -and sea attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to b unto affixed and these presents to be signed by its duly authorized offics "RESOLVED: 20th day of July, 1990 0 3 44*m ,,,& ? @STATE OF CALIFORNIA COUNTY OF SAN DIEGO '': before the su,bscriber, a Notary Public of th of California, in and for the County of San Diego, duly commissioned and qualifie BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally kr be the individual and officer described in and who executed the preceding instrume he acknowledged the execution of the same, and being by me duly sworn, deposeth and that he is the said officer of the Corporation aforesaid, and that the seal affixed preceding instrument is the Corporate Seal of the said Corporation, and that tt Corporate Seal and his signature as such officer were duly affixed and subscribed said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at tt of San Diego, the day and year first above written. on this 20 day Of July, 1990 NOW %bltc-California SAN DIEGO WUNV STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: I, the undersigned, JAMES W. AUSTIN, 1x1, Secretary of INSURANCE COMPANY OF THE WE hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affix Corporate Seal of the Corporation, this 1gm day of AUGUST 19 93. 1 I&- Secretary w. czGzuAK J) ICW CAL 37(REV. 5/87) is I WOmT T. DRIVER eo., lNc. Jim Teghtmeyer Your representative (6 19) 238- 1828 lei28 FIFTH AVE,, SAM DIEGO, CA 921Q1 terms, exclusions and condiiions and is not altered by any requirement, term or condition of CERT. EXP. DATE * nCoNTlNUOUS POUCY TERM TYPE OF POLICY OEXrENDED POLICY NUMBER WORKERS COMPENSATION 05/01 /94 WC7-161-027675-083 GENERAL LIABILITY 05/01/94 TB7-161-027675-093 0 CLAIMS MADE DATF H OCCURRENCE AUTOMOBILE LIABILITY 05/01 /94 AS2-161-027675-113 CONTINUOUS 0 EXTENDED H POLICY TERM M1-l6lUz767~103 (Umbrella) 05/01/94 OTHER ADDITIONAL COMMENTS any contrad or other document with resped to which t LIMIT OF LIABILITY COVERAGE AFK)RDED UNDER WC EMPLOYERS 1 I AW CH MF MI I OWING STATFS. mik lniufv w~ ~c CALIFORNlA $1,000,000 Bodity Injury By Dis Bodily lniurv By Disi $1,000,000 $1,000,000 General Awreaate - 0th than Productdholeted Ooeratc $2m,m PrducWComoleted Owrations Aaareaate $1,000,000 $1,000,000 $1,000,000 Wily Injury and Property Damage Liabilily Personal and Adverbsina lniurv Other MEDIC FIRE LEGAL - $5O,OOO &m Other $1 ,ooo,ooo Each AI Bland Ea& P Each P Owned, non owned and hired $1,000,000 Each I .- ADDITXONAL UUSth3.ED 5 0 It is agreed that iuch fnsurincc is is atforded by the policy for Bodily lajury Liabilit and for Property-’Damagt Liabilitp dlrro applia to the person dr orgamizrtion named belov as an insured, with rcspccr to the use of the automobile by &e aimed insurd or with h ptrmirrion, bur such iadusion of an additional insured-rhail not operace U) incrczre 3 limiu of chc company’r liability. 0 . -. Additionil Insured. Addrtsr ? 1.- CARLSBAD MUNICIPAL WATER DISTRICT’ 1200 CARLSBAD’ VILLAGE DR CARLSBAD CA .92008-1989 2. 3. a. ..* b- .. 0 .- Pmium S Effmlw Oat. 5-1-93 , &ntrrrion Dice 5-1-94 LIBERTY MUTUAL INSURANC Fw an;rchmenr to PaW or Bond No. AS2-161-027675-113 Wit bslr frJUdt0 T C CONSTRUCTION COMPANY INC . A4&&‘& WCAunlot- CMlntersigrd W - * - - *othu$a-d Ilcpmrrtl*. .- hswd 8-25-93 Sales Offks wd Nd, 691 End kill No. SAN DIEGO +y .. 844A UAA - e -. ,, LIBERTY MUTUAL Suite 300 5355 Mira Sorrento Place I?. 0. Box 85064 San Diego, California 92186-5064 Telephone: (619) 558-8311 e FAX: (619) 558-7156 PRIMARY INSURANCE ENDORSEMENT It is agreed that such insurance is afforded by this policy for the benefit Of CARLSBAD MUNICIPAL WATER DISTRICT shall be primary insurance as respects and claim, loss or liability arising out of the subcontractor's operations or by its independent contractors and any insurance maintained - by CARLSBAD MUNICIPAL WATER DISTRICT shall be excess and non-contributory with the insurance provided hereunder: INSURED'S "4J3: T C CONSTRUCTION COMPANY INC 0 TO BE ATTACHED TO POLICY NUMBER: 027675 POLICY EFFECTIVE DATE: 5-1-93 POLICY EXPIRATION DATE: 5-1-94 CARRIER NAME: LIBERTY MUTUAL INSURANCE COMPANY I- 6 7 SIGNATURE : hmx L,d.A!;j,dL~L, DATE : 3 I 25 ,Qz e Liberty Mutual Insurance Group/Boston Equal Opportunity Employer . ?C LlCY NUMBER. TB7- 161-027675-093 COiMMERCIAL GENERAL LlAE 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM €3) -. I nis endorsement modifies insurance provraed under the following: C3MMERCIAL GENERAL LIAGILITY COVERAGE PART SCHEDULE Name of Person or Organization: CARLSBAD MUNICIPAL WATER DISTRICT (If ;IC) inrry ippears zoove. rnrorrna:ion required io cornolere [his enaorsernen~will De snown in The DecIara:ic as ac~licaole :o this ertdorserneni ) WFG IS AN INSURED (SecTron If) IS arnendea to inciuae as an insured the person or organrzarion snown in i Sciesule, out only wrn resaecr to iiaoiliry arising OUT Oi ’ your work” for t!-a( insured oy or :or you a - -_ a 4. CG 20 10 11 85 ’ Copyright. Insurance Services Office. lnc., 1984 ( City of Carlsbad Purchasing Department 0 Representation and Certification The following representation and certification are to be completed, signed and returned with propo REPRESENTATIONS: Mark all applicable blanks. I am currently certified by: This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) Certification #: CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks. This offeror repn part of this offer that: This firm is , is not /' minortty business. This firm is , is not woman-owned business. /--, DEFINITIONS: WOMAN-OWNED BUSINESS: A won INORITY BUSINESS ENTERPRISE: 'Minorrty business is a business of which at least 51 usiness' is defined as a business, at least 51 percent of owned, controlled and operated by a woman which is owned, operated and controlled by minorrty Controlled is defined as exercising the powc group members, or in the case of publicly owned policy decisions. Operation is defined a businesses, at least 51 percent of which is owned, involved in the day-to-day management. operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (Le., 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: The information furnished is certified to be factual and correct as of the date submitted. ET(--rJ1 / \NcJ - X€-) cAqmT\ QU55 *€LrnM COMPANY NAME NAME \b5sJ\ PQ)5WfS A=. cu\€!! €5525-T\MA~\~ ((3\q)M%-4%0 ADDRESS SIGNATURE ITY,STATE AND ZIP Am. \7\\of=l3 P DATE TELEPHONE NUMBER 1Y92 i 1 OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION f I This Escrow Agreement is made and entered into by and between the Carlsbad Municip Water District whose address is 5950 El Camino Real, Carlsbad, California 9200 hereinafter called "District" and whose address is hereinafter called "Contractor" and whose address is i i l 1 1. I I I 8 I I I hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agrt as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of Californi Contractor has the option to deposit securities with Escrow Agent as a substitu for retention earnings required to be withheld by District pursuant to t€ Construction Contract entered into between the District and Contractor for CONSTRUCTION OF RECLAIMED WATER AND POTABLE WATER SYSTEl IMPROVEMENTS IN THE CITY OF CARLSBADin the amount of dated (hereinafter referred to as the "Contract"). Alternative1 on written request of the Contractor, the District shall make payments of t€ retention earnings directly to the Escrow Agent. When Contractor deposits tl securities as a substitute for Contract earnings, the Escrow Agent shall notify tl District within ten (10) days of the deposit. The market value of the securities at tk time of the substitution shall be at least equal to the cash amount then require to be withheld as retention under the terms of the Contract between the District ar Contractor. Securities shall be held in the name of Carlsbad Municipal Watc District and shall designate the Contractor as the beneficial owner. The District shall make progress payments to the Contractor for such funds whic otherwise would be withheld from progress payments pursuant to the Contra1 provisions, provided that the Escrow Agent holds securities in the form and amoui specified above. When the District makes payment of retentions earned directly to the Escrow Agen the Escrow Agent shall hold them for the benefit of the Contractor until such tirr as the escrow created under this contract is terminated. The Contractor may dire1 the investment of the payments into securities. All terms and conditions of th agreement and the rights and responsibilities of the parties shall be equally applicab and binding when the District pays the Escrow Agent directly. 2. 3. Escrow Agreement fc Surety Deposits Lieu of Retentic 3/3/93 Re i 1 I c - I ! I I 1 R I@ I 1 I i 8 I 4. Contractor shall be responsible for paying all fees for the expenses incurred 1 Escrow Agent in administering the Escrow Account and all expenses of the Distirc These expenses any payment terms shall be determined by the District, Contractc and Escrow Agent. The interest earned on the securities or the money market accounts held in escra and all interest earned on that interest shall be for the sole account of Contractc and shall be subject to withdrawal by Contractor at any time and from time to tin without notice to the District. Contractor shall have the right to withdraw all or any part of the principal in tl Escrow Account only by written notice to Escrow Agent accompanied by writtc authorization from District to the Escrow Agent that District consents to tl 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 ' the Contractor. Upon seven (7) days written notice to the Escrow Agent from t District of the default, the Escrow Agent shall immediately convert the securities cash and shall distribute the cash as instructed by the District. Upon receipt of written notification from the District certi9ng that the Contracl final and complete, and that the Contractor has complied with all requirements a procedures applicable to the Contract, Escrow Agent shall release to Contractor securities and interest on deposit less escrow fees and charges of the Escrow Age The escrow shall be closed immediately upon disbursement of all monies a securities on deposit and payments of fees and charges. Escrow agent shall rely on the written notifications from the District and t Contractor pursuant to Sections (4) to (6), inclusive, of this agreement and I District and Contractor shall hold Escrow Agent harmless from Escrow Ager release and disbursement of the securities and interest as set forth above. 5. 1. 6. 7. I 8. 9. ... ... ... ... ... ... ... ... ... ... ... ... ... ... Escrow Agreemenl Surety Deposil Lieu of Reten 3/3/93 I 'F I I I 10. The names of the persons who are authorized to give written notice or to recej written notice on behalf of the District and on behalf of Contractor in connecti with the foregoing, and exemplars of their respective signatures are as follows: I* On behalf of District: On behalf of Contractor: 1 Title Title Name Name I I I Signature Signature Address Address On behalf of Escrow Agent: I I Title 1. Name I Signature Address ... I I R I I 1 ... I ... ... ... ... ... ... ... ... ... ... ... ... Escrow Agreement for Surety Deposits in Lieu of Retention 3/3/93 Rev. I* I At the time the Escrow Account is opened, the District and Contractor shall deliver to tl Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their prop officers on the date first set forth above. District: Contractor: I I. I I I I I I. I I I I I I I I Title Title Name Name I Signature Signature Escrow Agreement fc Surety Deposits i Lieu of Retentio 3/33/93 Rei I* I .. ? I I I I I I I I I I I 1 I I I RELEASE FORM THIS FORM SHALL BE SUBMITI'ED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: WATER WSTEM IMPROVEMENTS IN THE CITY OF PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensation ( whatever nature due the Contractor for all labor and materials furnished and for all WOI performed on the above-referenced project for the period specified above with the exceptic of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ CONSTRUCTION OFRECLAIMED WATERAND POTABL CARLSBAD DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIME The Contractor further expressly waives and releases any claim the Contractor may have ( whatever type or nature, for the period specified which is not shown as a retention amoui of a disputed claim on this form. This release and waiver has been made voluntarily E 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, ar work due Subcontractors for the specified period have been paid in full and that the partic signing below on behalf of Contractor have express authority to execute this release. DATED: 1. PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporatio etc.) By: Title: I By: Title: Release For 3/3/93 Re 1. I 1 1 1 I I I I I I 1 I I I SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 1. 1-1 TERMS I To Section 1-1, add A. Reference to Drawings Where words "shown," "indicated," ttdetailed,tt "noted," "scheduled," or words of simi import are used, it shall be understood that reference is made to the plans accompany these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, it sh be understood that the direction, designation or selection of the Engineer is intended, unle stated otherwise. The word "required" and words of similar import shall be understood mean "as required to properly complete the work as required and as approved by t District Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar impc are used, it shall be understood such words are followed by the expression "in the opinic of the Engineer," unless otherwise stated. Where the words "approved," "approva "acceptance," or words of similar import are used, it shall be understood that the approvc. acceptance, or similar import of the District is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at herhis expens shall perform all operations, labor, tools and equipment, and further, including tl furnishing and installing of materials that are indicated, specified or required to mean th; the Contractor, at herhis expense, shall furnish and install the work, complete in place an ready to use, including furnishing of necessary labor, materials, tools, equipment, an transportation. I 1 0 Special Provision 1. 3/3/93 ReT 3 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 approve I. representative. I 1 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed in tk latest revision of US. Department of Treasury Circular 570. Modify Paragraph three and four to read: The contractor shall provide a faithful performancehvarranty bond and payment bond (lab( and materials bond) for this contract. The faithful performancehvarranty bond shall be the amount of 100 percent of the contract price and the payment bond shall be in tf amount of 50 percent of the contract price. Both bonds shall extend in full force and effe and be retained by the District during the course of this project until they are release according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of original amoui 35 days after recordation of the Notice of Completion and will remain in full force and effe for the one year warranty period and until all warranty repairs are completed to t€ satisfaction of the District engineer. The payment bond shall be released six months plus 35 days after recordation of the Notic of Completion if all claims have been paid. Add the following: All bonds are to be placed with insurers that have a rating in Best’s Key Rating Guide 1 at least A-:V and are authorized to conduct business in the state of California and are list€ in the official publication of the Department of Insurance of the State of California. I 1 I I 1 0 I I I I 1 1 I I I 2-5 PLANS AND SPECIFTCATIONS To Section 2-5.1, General, add: The specifications for the work include the latest edition of Standard Plans ai Specifications for Construction of Water Mains and Carlsbad Reclamation Rules ai Regulations for Construction of Reclaimed Water Mains, both of Carlsbad Municipal Wat District and the Standa Specifications for Public Works Construction, (SSPWC), 1991 Edition, and the late Special Provisia 3/3/93 Rc 1 II 1 I 1 I I I , supplement, hereinafter designated 'SSPWC', as issued by the Southern California Chaptc of the American Public Works Association, and as amended by the Special Provisioi section of this contract. The Construction Plans consist of 40 sheet(s) designated as Carlsbad Municipal Watc District Drawing No. 91-109. 91-301 & 86-109. The standard drawings utilized for th project are the latest edition of the San Diego ReEional Standard Drawings (SDRSD Standard Plans and Specifications for Construction of Water Mains and Carlsbr Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, Both Carlsbad Municipal Water District 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 manufacture1 direction, the Contractor shall obtain and distribute the necessary copies of such instructio including two (2) copies to the District. 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set ( transparent sepias, which shall be corrected daily and show every change from the origin drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmer underground piping, valves, and all other work not visible at surface grade. Prints for th purpose may be obtained from the City at cost. This set of drawings shall be kept on tl job and shall be used only as a record set and shall be delivered to the Engineer upc 0 I - I 0 I completion of the work. 3-5 DISPUTED WORK To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance with tl procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1 (commencing with Section 20104) which is set forth below: I 1 I l 1 I I I ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS 8 20104. Application of article; inclusion of article in plans and specifications (a) (1) This article applies to all public works claims of three hundred seventy47 thousand dollars ($375,000) or less which arise between the contractor and a local agenc (2) This article shall not apply to any claims resulting from a contract between a contracta Special Provisio 30193 Rt 0 L I B I 1 I i I 0 and a public agency when the public agency has elected to resolve any disputes pursuant 1 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 3106 of the Civil Cod except that "public work" does not include any work or improvement contracted for by tl state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (1 payment of money or damages arising from work done by or on behalf of the contractc pursuant to the contract for a public work and payment of which is not otherwise express provided for or the claimant is not otherwise entitled to, or (C) an amount the payment which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans 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. 8 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 t claim. Claims must be filed on or before the date of final payment. Nothing in tl subdivision is intended to extend the time limit or supersede notice requirements otherwj provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency sh respond in writing to any written claim within 45 days of receipt of the claim, or m request, in writing, within 30 days of receipt of the claim, any additional documentati supporting the claim or relating to defenses or claims the local agency may have against t I I I 0 i I I claimant. I (2) If additional information is thereafter required, it shall be requested and provid pursuant to this subdivision, upon mutual agreement of the local agency and the claima (3) The local agency's written response to the claim, as further documented, shall submitted to the claimant within 15 days after receipt of the further documentation within a period of time no greater than that taken by the claimant in producing t additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to thI hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writ1 to all written claims within 60 days of receipt of the claim, or may request, in writing, wit1 30 days of receipt of the claim, any additional documentation supporting the claim Special Provisi 3/3/93 F I I I I I @ I 1 1 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 providr pursuant to this subdivision, upon mutual agreement of the local agency and the claimar (3) The local agency’s written response to the claim, as further documented, shall 1 submitted to the claimant within 30 days after receipt of the further documentation, ( within a period of time no greater than that taken by the claimant in producing tl additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails respond within the time prescribed, the claimant may so notify the local agency, in writir either within 15 days of receipt of the local agency’s response or within 15 days of the loc agency’s failure to respond within the time prescribed, respectively, and demand an inform conference to meet and confer for settlement of the issues in dispute. Upon a demand, tl local agency shall schedule a meet and confer conference within 30 days for settlement the dispute. (e) dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Section 90 and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of tl Government Code. For purposes of those provisions, the running of the period of tin within which a claim must be filed shall be tolled from the time the claimant submits his her written claim pursuant to subdivision (a) until the time the claim is denied, includi any period of time utilized by the meet and confer conference. 8 20104.4. Procedures for civil actions filed to resolve claims The following procedures are established for all civil actions filed to resolve claims subje f II I I I I i If following the meet and confer conference the claim or any portion remains 1. I I to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadin] the court shall submit the matter to nonbinding mediation unless waived by muti stipulation of both parties. The mediation process shall provide for the selection within days by both parties of a disinterested third person as mediator, shall be commenced wit1 30 days of the submittal, and shall be concluded within 15 days from the commenceme of the mediation unless a time requirement is extended upon a good cause showing to t court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitrati pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Co of Civil Procedure, notwithstanding Section 1131.11 of that code. The Civil Discovery P of 1986 (Article 3 [commencing with Section 20161 of Chapter 3 of Title 3 of Part 4 of t Code of Civil Procedure) shall apply to any proceeding brought under this subdivisi consistent with the rules pertaining to judicial arbitration. Special Provisic I. 3/3193 R 1 I 1 1 I 1 I B I i 1 I I 1 1 (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of tl Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in constructic law, and (B) any party appealing an arbitration award who does not obtain a more favorab judgment shall, in addition to payment of costs and fees under that chapter, also pay tl attorney’s fees on appeal of the other party. 6 20104.6. Payment by local agency of undisputed portion of claim; interest on arbitratic award or judgment (a) No local agency shall fail to pay money as to any portion of a claim which is undisputc except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the leg rate on any arbitration award or judgment. The interest shall begin to accrue on the da the suit is filed in a court of law. 9 20104.8. Duration of article; application of article to contracts between Jan. 1, 1991 ai Jan.1, 1994 (a) This article shall remain is effect only until January 1, 1994, and as of that date repealed, unless a later enacted statue, which is enacted before January 1, 1994, deletes extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into between Janus 1, 1991, and January 1, 1994, which is subject to this article shall incorporate this articll To that end, these contracts shall be subject to this article even if this article is repeal 1. 1. I pursuant to subdivision (a). 4-1 MATERIALS AND WORKMANSHIP 1 I I 1 1 1 To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representati- The Engineer shall have free access to any or all parts of work at any time. Contracl shall furnish Engineer with such information as may be necessary to keep herhim f~ informed regarding progress and manner of work and character of materials. Inspection 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 testi materials and/or workmanship where the results of such tests meet or exceed 1 requirements indicated in the Standard Specifications and the Special Provisions. The cl Special Provisil 1 1. 3m3 P L 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 1 approved by him before the delivery is started. All materials proposed for use may t inspected or tested at any time during their preparation and use. If, after trial, it is four that sources of supply which have been approved do not furnish a uniform product, or if tl product from any source proves unacceptable at any time, the Contractor shall furni: approved material from other approved sources. After improper storage, handling or ai other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans ai the SSPWC. Compaction tests may be made by the District and all costs for tests that me or exceed the requirements of the specifications shall be borne by the District. Said tests may be made at any place along the work as deemed necessary by the Enginet The costs of any retests made necessary by noncompliance with the specifications shall 1 borne by the Contractor. Add the following section: 4-1.7 NonconforminP Work The contractor shall remove and replace any work not conforming to the plans specifications upon written order by the Engineer. Any cost caused by reason of tl nonconforming work shall be borne by the Contractor. f I I M 1 I I 1. 1 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known recorc endeavored to locate and indicate on the Plans, all utilities which exist within the limits the work. However, the accuracy of completeness of the utilities indicated on the Plans not guaranteed. 1 I 1 1 I I I 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including sew connections, desired by the Contractor for hisher own convenience shall be the Contracta own responsibility, and he/she shall make all arrangements regarding such work at no c( to the District. If delays occur due to utilities relocations which were not shown on t Plans, it will be solely the District’s option to extend the completion date. Special Provisic 1. 3PP3 R L I I In order to minimize delays to the Contractor caused by failure of others to relocate utilitic which interfere with the construction, the Contractor, upon request to the District, may t: permitted to temporarily omit the portion of work affected by the utility. The portion tb is omitted shall be constructed by the Contractor immediately following the relocation oft€ utility involved unless otherwise directed by the City. f I 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: I 1 I I ). I II I I I I 1 1. The prime contractor is required to prepare in advance and submit at tl time of the project preconstruction meeting a detailed critical path methc (CPM) proper schedule. This schedule is subject to the review and approv 1 of the City. 2. The schedule shall show a complete sequence of construction activitit identifylng work for the complete project in addition to work requirii separate stages, as well as any other logically grouped activities. The schedu shall indicate the early and late start, early and late finish, 50% and 90 completion, and any other major construction milestones, materials ai equipment manufacture and delivery, logic ties, float dates and duration. The prime contractor shall revise and resubmit for approval the schedule required by City when progress is not in compliance with the origin schedule. The prime contractor shall submit revised project schedules wi each and every application for monthly progress payment identifylng chang since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each ite of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise t’ aforementioned schedule(s) shall enable City, at its sole election, to withhc up to 10% of the monthly progress payment otherwise due and payable to t contractor until the schedule has been submitted by the prime contractor ai approved by City as to completeness and conformance with t 3. 4. 5. I aforementioned provisions. No changes shall be made to the construction schedule without prior writt approval of the Engineer. Any progress payments made after the schedul completion date shall not constitute a waiver of this paragraph or a damages. Special Provisic I. 3/3/93 R I I I 1 I I I I I. I I I I I I , Coordination with the respective utility company for removal or relocation conflicting utilities shall be requirements prior to commencement of work 1 the Contractor. 6-7 TIME OF COMPLETION 1. The Contractor shall begin work within ten (10) calendar days after receipt of the "Noti to Proceed" and shall diligently prosecute the work to completion within one hundred Wen (1201 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 7:OO a.m. ai sunset, from Monday thru Friday. The contractor shall obtain the approval of the Engine if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission of t Engineer. This written permission must be obtained at least 48 hours prior to such WOI The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completic and any faulty work or materials discovered during the guarantee period shall be repair or replaced by the Contractor, at his expense. Twenty-five percent of the faith performancetwarranty bond shall be retained as a warranty bond for the one year warra1 period. 6-9 LIOUTDATED DAMAGES I Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $ 500 I: day for each day beyond the completion date as liquidated damages for the delay. A progress payments made after the specified completion date shall not constitute a waiver this paragraph or of any damages. 7-3 LIABILITY INSURANCE I Add the following: All insurance is to be placed with insurers that have rating in best's Key Rating Guide of least A-:V and are authorized to conduct business in the state of California and are listt in the official publication of the Department of Insurance of the State of California. Special Provisic 31'3193 R I. 4 I I 7-4 WORKERS’ COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in tf State of California and are listed in the official publication of the Department of Insuranc of the State of California. Policies issued by the State Compensation Fund meet tl- requirement for workers’ compensation insurance. I* I 1 I I 1 I 7-5 PERMITS Modify the first sentence to read: The Agency shall obtain, at no cost to the Contractor, all encroachment, right-of-wa grading, and building permits necessary to perform work for this contract on District ar City property, in street, highways (except State highway right-of-way), railways or othc rights-of-way. Add the following: Contractor shall secure and pay for all County or State permits, fees and licenses necessa for proper execution and completion of work as applicable at time of receipt of bids. Contractor shall not begin work until all permits incidental to the work are obtained. Contractor shall obtain approval for haul routes. Haul route approvals shall be issued 1 10 I the City Engineer. 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 da at the District’s request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muffle in good repair when in use on the project with special attention to City Noise Contr Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. I I I I I I I Special Provisic I. 3/3/93 R 4 I I 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the WOI site and shall comply with all applicable provisions of Federal, State and Municipal safe1 laws and building codes to prevent accidents or injury to persons on, about, or adjacent t the premises where the work is being performed. He/she shall erect and properly maintaj at all time, as required by the conditions and progress of the work, all necessary safeguarc for the protection of workers and public, and shall use danger signs warning against hazarc created by such features of construction as protruding nails, hoists, well holes, and fallir materials. t I I I I I I I 1 I I I 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation and Gradin If this notice specifies locations or possible materials, such as borrow pits or gravel bed for use in the proposed construction project which would be subject to Section 1601 ( Section 1603 of the Fish and Game Code, such conditions or modifications establish€ pursuant to Section 1601 of the Fish and Game Code shall become conditions of f contract. 8 FACILITIES FOR AGENCY PERSONNEL 1. 1 Delete this section. 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 amou I of retention. 10 SURVEYING District Engineer will establish a system of surveyed horizontal control points at stations throughout the project and at each angle point location. The Contractor sh establish all intermediate lines and grades through the use of appropriate equipment. Contractor shall preserve all surveyed control points. All expenses related to replaceme if any, of the preceding which have been disturbed or destroyed by Contractor shall be p' Special Provisic I. 301'93 R I L I I for by Contractor. Where bench marks or other permanent markers must be disturbed or removed constructing the Project, carefully preserve item until a reference has been made for j relocation, notify the District Engineer in sufficient time for item to be relocated witho causing delay in the Work, and pay all costs related to such relocation. Notify Engineer well in advance of the date and location of Work, so that the permane 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 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 constructic under this contract. The Contractor shall contact the Water District for requirements, pho (619) 438-2722 ext. 109. The Contractor shall include the cost of water and meter renl within appropriate items of the proposal. No separate payment will be made. 12 STAGING AREA Location of staging area shall be as selected by the Contractor but subject to City approv I. No permits required. I 1. I I 1 I I I The staging area may be placed in a pipeline easement or the Contractor may ma arrangements with an adjacent property owner for an appropriate site. Staging area may not be placed in or impact a public parking facility, may not be grad€ interfere with traffic, operation of a utility, impede drainage, or in anyway afft environmentally sensitive habitats or endangered species. Aside from arrangements made between the property owner and contractor, after work k been completed, the staging area shall be returned to its original condition includi necessary hydroseeding to replace removed or damaged vegetation. No separate payment will be made for a staging area. I 1 1 I I I I Special Provisic I. 3/3/93 R 1 I I I 1 I I 1 I. I I I I I 1 I I t SUPPLEMENTAL SPECIAL CONDITIONS 3/3m 1 1. I I (SUPPLEMENTAL SPECIAL CONDITIONS) SPECIAL CONDITIONS (STATE OF CALIFORNIA WATER RESOURCES CONTROL BOARD f I OFFICE OF WATER RECYCLING) 1 SIMILAR CONDITIONS MAY APPEAR ELSEWHERE W" THESE CONTE DOCUMENTS AND SPECIAL PROVISIONS. IN ALL INSTANCES, THE MORERESTIUC PROVISION SHALL PREVAIL. 1-01 COMPLIANCE WITH LAWS, REGULATIONS, ETC. I I The Contractor shall at all times comply with, and require its subcontractors to comply wit applicable federal and state laws, rules and regulations, and all applicable local ordina 1 specifically including, but not limited to, environmental., procurement and safety laws, regulations and ordinances. I 1-02 Positive efforts shall be made by the Contractor to utilize small business and minority-ownec 1. women-owned business sources of supplies; services and work for the project. Any subcon let by the Contractor for project work shall require similar efforts by the subcontractor. Pa efforts should be such as to allow such sources the maximum feasible opportunity to compel I all project work. In addition to these positive efforts, the Contractor shall comply with, and re its subcontractors to comply with, applicable federal, state and local small, minority-owned women owned business enterprise requirements. SMALL AND MINORITY AND WOMEN-OWNED BUSINESS PARTICIPATION 1-03 ARCHEOLOGICAL OR HISTORICAL RESOURCES I 1 I Should a potential archeological or historical resource be discovered during constructior Contractor shall immediately cease all work in the area of the find until a qualified archeologi evaluated the sirnation and made recommendations to the State Board Cultural Resources Oj and the State Board Project Manager has determined appropriate actions regarding presen of the resource. The Contractor agrees to implement appropriate actions as directed by the Board Project Manager. 1-04 PROJECT' ACCESS I I I 1 The Contractor shall ensure that the State Board, or any authorized representative thereo have suitable access to the Project Site at all reasonable times during Project construction ar the useful life of the Project and shall include provisions ensuring such access in all subconl Supple Special Con 3Dt5 I. I 1 1-05 RECORDS I I I representative. I I I 1 I. I; I I 8 I I I. I ' The District shall maintain books, records, documents and other evidence sufficient to I properly the amount, receipt and disposition of all project funds, including State Board loan and any matching funds of the District, and the total cost of the project. The Contractoi maintain books, records, and other evidence pertinent to the work in accordance with ger accepted accounting procedures. All Contractor and subcontractor records relevant to the p will be preserved until three years after project completion and shall be subject at all reasc times to inspection, copying, and audit by the Auditor General, the State Board, or any authc 1-06 NONDISCRIMINATfON CLAUSE 1. During the performance of the Contract, the Contractor and its subcontractors shi unlawfulIy discriminate against any employee or applicant for employment because o religion, color, national origin, ancestry, physical handicap, medical condition, martial age (over 40) or sex. The Contractor and its subcontractors shall insure that the eval and treatment of their empIoyees and applicants for employment are free oi discrimination. The Contractor and its subcontractors shall comply with the provisii the Fair Employment and Housing Act (Government Code, Section 12900 et seq.), m applicable regulation promulgated thereunder (California Administrative code, T Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Hc Commission implementing Government Code, Section 12990, set forth in Chapte Division 4 of Title 2 of the California Administrative Code are incorporated int contract by reference and made a part hereof as if set forth in full. The Contractor subcontractors shall give written notice of their obligations under this clause to organizations with which they have a collective bargaining or other agreement. The Contractor shall include the nondiscrimination and compliance provisions of this in all subcontracts to perform work under this Contract. 2. 1-07 PREVAILING WAGES The Agency agrees to be bound by all provisions of State Labor Code Section 1771 reg prevaiIing wages. The Agency shall monitor alI contracts subject to reimbursement from th contract to assure that the prevailing wage provisions of State Labor Code Section 1771 are met. 1 SUPPI Special 01 3B I I II 8 1 I I. 1 I 1 1 1 I 1. I SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR CARLSBAD MUMCIPAL WATER DISTRICT FOR CONSTRUCTION M"HODS & MATERIALS I I r 3m I. I TABLE OF CONTENTS SUPPLEMENTAL PROVISIONS 8 1 I; I I *. I SECTION PAGI I. 1. CARLSBAD RECLAMATION RULES AND REGULATIONS . . . . . . . . , 2. DISTRICT "STANDARD SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . 3. BACKFILL AND COMPACI'ION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , I 4. PAVEMENT REPLACEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. RESTORING FACILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6. SAFEGUARDING EXCAVATIONS AND PROTECXING PROPERTY . DISPOSAL OF EXCAVATED MATERIALS . . . . . . . . . . . . . . . . . . . . . . THRUSTBLOC ............................................ REPLACE TRAFFIC MARKERS, ALSO TRAFFIC AND PARKING LOT STRIPING . . . . . . . . . . . . . . . . . . . . . . . . . . *. . . . . . . . 10. TRAFFICCONTRO ......................................... TRAFFIC LOOP DETECTOR REPLACEMENT.. . . . . . . . . . . . . . . . . . UNDERGROUND FACILITIES . . . . . . . . . . . . . . . . . . . . . . a . . . . . . . . ASBESTOS CEMENT PIPE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . JACKING OF STEEL CASING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . WORK IN PALOMAR AIRPORT ROAD AND PASEO DEL NORTE INTERSECTION ........................................... ENVIRONMENTALLY SENSITIVE AREAS . . . . . . . . . . . . . . . . . . . . . . I 7. 9. u@ 11. 1 12. 13. 14. 1 15. 1 16. I 17. LANDSCAPE RESTORATION AND PROTECTION/REPLACEMENT OF EXISTING IRRIGATION LINES (SCHEDULES I AND III) . . . . . . . . . . . . . . . . . . . 1 I 1 I 1. 3/3/ I I I I SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR CARLSBAD MUNICIPAL WATER DISTRICI' FOR CONSTRUCTION METHODS & MATERIALS I. 1. CARLSBAD RECLAMATION RULES AND REGULATIONS NOTE TO CONTRACTOR: The work performed under this Contract shall be dc accordance with the Carlsbad Municipal Water District's CARLSBAD REW RULES & REGULATIONS for Construction of Reclaimed Water Mains [June I except as modified herein: I WATER SYSTEM SUPPLEMENTAL STANDARD SPECIFICATIONS Polyvinyl Chloride (PVC) Pressure Pipe (A C900) A. Part 2 - Materials ADD: to Section A. Pipe Reclaimed Water Pipe shall be purple in color, and shall be marked on op sides to read "Caution Reclaimed Water - Do Not Drink" in intervals not to e five feet. The height of the print for 2 inch through 12 inch diameter pipe is 31t ADD: Section V. Warning Tape Warning tape materials and installation for reclaimed water lines shall confa Standard Specifications for Private Irrigation Systems, Part 2.4-2 as contained 1 these Rules and Regulations. I I I@ 1 i I 1 I B. Part 3 - Installation ADD: General Note: Excavation, bedding, backfill, and compaction materia procedures shall conform to the Carlsbad Municipal Water District's STAM: PLANS & SPECIFICATIONS for Construction of Water Mains, in the section Standard Specifications for Earthwork (Water Mains), unless noted otherwise h Do not use high impact hammer type equipment for compaction except whe pipe manufacturer warrants in writing that such use will not damage pipe. ADD: to Section D. Bedding Sand bedding shall be tamped manually by hand within the pipe zone, which e: from the trench bottom to one foot (1') above the pipe. I I Technical Specifj 3/3r I. I I I 1 MODIFY: Section D. Bedding ADD: (Underlined words): The warning tape and detector tape shall be installed continuous for the entire 1( of the pipe and shall be fastened to each pipe length by plastic 10 mil tape ba around the pipe no more than five feet (5') apart. A second warning tape installed twelve inches (12") above all piping. ADD: to Section F. Assembly of Pipe Joint 6. High deflection couplings shall be rated Class 200 and shall k I. I I manufactured by Certain Teed or approved equivalent. Do not bend twelve inch (12") Class 200 C900 PVC pipe body to fc uniform cuwe or arc along the pipe length Use high deflection couplings or the approved ductile iron fitting. 8. I I I. I C. Part 4 - Insaection Part B. Plans, Specifications, Manuals, and Ordinances 2. The site superintendent will be responsible for maintaining a current set ( following: ADD: I f. Approved technical specifications for this project. I g. Carlsbad Municipal Water District's CARLSBAD RECLAMATION RI & REGULATIONS for Construction of Reclaimed Water Mains [June 1 D. Part 5 - Testing MODIFY: Section B. Hydrostatic Testing, Part 91 DELEm. "highest point on the pipeline" ADD: 'lowest point on the pipeline in the section being tested" 9. The hydrostatic pressure shall be made by pumping the pipeline to a pre (225 P.S.I.) measured at the lowest point on the pipeline in the section 1 tested. I I i I I I Technical Specific 3r3B I. I I I 1 I I I le I I I I I I I I 2. DISTRICTS STANDARD SPECIFICATIONS All materials and construction shall conform to the Carlsbad Municipal Water Di: "Standard Plans and Specifications for Construction of Water Mains" as last revised, otherwise indicated on the Plans and/or specified in these Supplemental Provisions. I. 3. BACKFILL AND COMPACTION AU backfill shall be compacted to 95% of the laboratory standard maximum soil dry c for the materials being compacted. If native backfill cannot meet compaction require] the Contractor shall obtain a suitable backfill material. Unsuitable backfill material SI removed from the site and disposed of offsite by the Contractor at his own expens legally approved disposal site. I 4. PAVEMENTREPLACEMENT A. GeneraI: The work to be done consists of furnishing all labor, equipment and materia performing all operations necessary to resurface all trenching as required hei B. Products: a. halt Concrete Type 1-C2-AR-40oO conforming to Section of the Standard Specifications (Green Boc b. Seal Coat SS-1H Emulsified Asphalt. C. Awegate Base Class I1 per Cal-Trans Section 26.1.02 A. Pa 1, 1988 Edition. C. Execution: Saw-cut and remove existing roadway approximately six inches wider than trei each side. In all respects, this work shall conform to Section 300-1 of the S@ Specifications. Asphalt concrete shall conform to Section 203-6 of the Standard Specific (Green Book). Asphalt concrete shall be placed per Section 302-5 of the St: Specifications (Green Book). A tack coat shall be applied to all exiting su& be covered or paved. A seal coat shall be applied to the finished pavemenl hours after completion a rate of 0.10 gallons per square yard. Disposal of concrete and asphalt concrete pavement shall be the sole respon Technical Sped 3/31 1. 1 I 1 I 5* I I I 1 1. 1 I I I 7- 1 I I I of the Contractor. Replacement shall conform to San Diego Regional Sta Drawing No. G-24, Type A (as modified by the City of Carlsbad Suppler Standard Drawing No. GS-20). I. D. Pament: All material and work specified in this section shall be paid for on a linear foo as indicated in the bid schedule. RESTORING FACILITIES Except where othenvise specified, all streets and highway surface improvements exci or damaged by the Contractor shall be stored by him in accordance with the regulatioi specifications of, and subject to the inspection of, the public authority having jurisdicl each case. All Portland cement concrete and asphalt concrete pavements, gutters, driveways, curt sidewalks excavated or damaged shall be removed between near vertical cuts, approved type or in the case of curbs, gutters, and sidewalks, between vertical cuts m: acceptable methods at the nearest score marks beyond the damaged portion as IT required in each as by the State, County, or City authority having jurisdiction. SAFEGUARDING EXCAVATIONS AND PROTECTING PROPERTY Excavations shall be shored and braced that they will be safe and so that the g alongside the excavations will not slide or settle, so that all existing improvements I kind, on either public or private property, will be fully protected from damage. The trench shoring system for vertical-side trenches shall conform to that shown in t 6, Section 1541 of the Construction Safety Orders of the California Division of Ind Safety. Prior to the excavation of any vertical trench under the contract, the Contract0 submit to the District for review his detailed plan, prepared by a Registered C Structural Engineer, showing the design of shoring and bracing intended for use und contract. DISPOSAL OF EXCAVATED MATERIALS No excavated materials shall be stored in any street or highway without the permiss the public authority having jurisdiction thereof, and such storage, where permitted conform to the regulations of said public authority. The Contractor shall submit District, in writing, a letter stating the conditions set for by the authority for the use area. All materials removed from the excavations in excess of that stored temporal above specified, shall be immediately hauled away and legally disposed of by the Conti 6. Technical Spec% I. 3/31 1 I 8. THRUSTBLOCKS Concrete thrust blocks and concrete valve blocking shall be placed according to the Ca, Municipal Water District Standard Drawing W-19 using 2500 psi concrete. Keep flange nuts and bolts free of concrete. Use 15 Ib. felt or 10-mil plastic film as bond br on blind flanges and as directed by the Engineer. REPLACE TRAFFIC MARKERS, ALSO TRAFFIC AMD PARKING LOT STRIPIF A. General: 1. 9. I i i I I Be I I g 10. TRhFFICCONTROL I I The work to be done consists of replacing all damaged traffic markers, traffic st1 and parking lot striping. I B. Products: Thermoplastic shall not be used. C. Execution: All work shall be in conformance with Section 84 'Traffic Stripes and Pavt Markings" and Section 85 "Pavement Markers" of the State of California, Depar of Transportation, Standard Specifications, latest edition. Application shall consist of two coats of paint, seven days apart. Traffic stencils shall be non-metric and match the City's Utility and Mainte Department stencils. I D. Pament: All material and work specified in this section shall be paid for on a lump sum as indicated in the Bid Schedule. A. General: The Contractor shall furnish maintenance of traffic and detours in accordancc the Traffic Control Plan and State of California "Department of Transpor Manual of Traffic Controls for Construction and Maintenance of Work Zones", edition, for all portions of this contract within or adjacent to public Right-of streets and drives, and replace all striping, reflectors, dots, or other traffic cc devices removed or disturbed during construction. 1 Technical Specifi 3m 1. I 1 I 1 1 1 I I I i. 1 The Contractor shall furnish, construct, maintain and finally remove detours, closures, lights, signs, barricades, fences, miscellaneous traffic devices, flagme1 reconstruct paving and other such items and services as are necessary to adeqi safeguard the public from hazard and inconvenience. All such work shall provided in the Specifications herein or as directed by the CITY ENGINEEP shall comply with all ordinances, directives, and regulations the City of Carlsb It is the intent of these Specifications to provide for adequate traffic detour rc and signing to maintain a smooth and safe flow of traffic through and aroun construction areas. I. B. Construction Signs and Barricades: Construction signs and bamcades used for handling traffic and for public conver shall conform to the State of California, Department of Transportation, Wan Traffic Controls for Construction and Maintenance Work Zones", latest editioi "Work Area Traffic control Handbook", latest edition. All signs and barricades shall be illuminated or reflectorized when they are during hours of darkness. All delineators, cones, barricades or posts used j diversion of traffic shall be provided with flashers or other satisfactory illumi~ if in place during darkness. The Contractor shall maintain a 24-hour emergency service to remove, i relocate, and maintain warning devices and shall furnish to the City Enginee Police Department names and telephone numbers of two persons responsible fc emergency service. In the event these persons do not promptly respond notified by the City Engineer or his representative, the City of Carlsbad reserv right to call other forces to accomplish such required emergency service, an Contractor will be held responsible for any and all costs incurred by the Disti The cost for City placement or replacement of missing or displaced warning d shall be in accordance with the following provisions: a. 1 1 For placing barricades - $5.00 per barricade for the first day or an] thereof and $2.00 per barricade per day for each day thereafter or an; thereof. For flashers - $2.50 per flasher for the first day or any part thereof and per flasher per day for each day thereafter or any part thereof. For traffic cones - $1.00 per cone for each day or any part thereof. In the event that the services of the City are required between the ho 5:OO p.m. and 6:30 a.m., during the normal week or any time on Sati I I I I I b. c. d. Technical Specifi 1. 3/3/! E Sunday, or a City holiday, there shall be an additional charge of $%.C II each service trip required. Judgement as to adequate or sufficient barricading shall be that which is adec or sufficient in the opinion of the City Engineer or his representative. Iii C. Vehicular Tramc Control: Prior to the start of each work day, the Contractor shall perform all necessary incidental to and commensurate with the proper signing, detouring, barricading heretofore and hereinafter specified, that is required for the particular day’s sch of operations. No construction shall be permitted until such signing and detc operations have been completed. At the completion of the project, the or striping pattern shall be replaced by the Contractor, unless directed otherwise 1 City Engineer. 1 1 u i 1 I h) I I I 1 I i 1 I D. Permanent Traffic Controls: All existing permanent traffic control signs, barricades and devices shall rem; effective operation unless a substitute operation is arranged for and approved 1 City Engineer as a portion of vehicular traffic control above. E. Traffic Simal Maintenance: Contractor shall be responsible for all signal modifications and/or repairs necc to complete construction. Contractor or his designated representative coordinate all traffic signal maintenance through the City of Carlsbad, Utilitie Maintenance Department at least 2 working days prior to work. (Heidi Heiste or Greg Clavier, phone (619) 438-1161 ext. 4120. Contractor shall be liable for all costs associated with emergency call outs, timing changes, realignment of traffic signal heads, and all other signal related necessary to complete construction. In cases where emergency repairs are necc and/or the Contractor’s sub-contractor for signal work cannot be reached in a 1 manner, the City of Carlsbad will request their signal maintenance contractor re: and make repairs necessary to secure the safe operation of the intersection. All associated with these repairs will be borne by the Contractor and will be paid dj by the Contractor to the City’s traffic signal maintenance contractor. F. Payment: All Material and work specified in this section shall be paid for on a lump sum for traffic control as indicated in the bid schedule. Technical Specifi I. 3/3E I u 11. TRAFFIC LOOP DETECTOR REPLACEMENT A. General: Traffic signal loop detectors damaged by pipeline construction shall be reg complete and in place to the first pull box within 24 hours. Splicing will n Iii I permitted. All loop replacement shall be accomplished in accordance with applicable prov of Section 86, "Signals, Lighting and Electrical Systems" of the State of Calif Department of Transportation, Standard Specifications, latest edition, (exce: measurement and payment) and the existing "As-Built" plans for each part intersection involved. Copies of said As-Built plans are on file in the offices ( City Engineer. u 1 1 I h) I I 1 I I 1 I 1 B. Pavment: AIl material and work specified in this section shall be paid for on a unit price as indicated in the bid schedule. 8 12. UNDERGROUNDFACILITIES A. General: Attention is directed to the possible existence of underground facilities not ha in a location different from that which is noted on Plans or in these S Provisions. The Contractor shall take all steps necessary to locate and p existing facilities prior to doing any work that may damage said facilities or inti with their service. Before excavating, the Contractor shall verify the locati underground facilities by contacting DIG ALERT at l(800)-422-4133 for a or markout. Emsure of Utilities in Advance of Work: It shall be the Contractor's responsibility to determine the true locations of all u and service connections. He shall also determine the type of material and con of any utility which may be affected by or affect the work. The Contract Drawings show the general location of underground pipeline utilities. The location is based on the best information available to the District District does not guarantee the location and it shall be the Contractor's respon! to find the exact location. The Contractor shall expose all utilities and services prior to any construction ac If the utilities and service connections differ from those shown on the Plan Technical Specifi B. I' 3/31 1 I I i I 1 1 I. I I 1 I 1 1 I Contractor shall notify the Owner immediately in writing. Within one wee1 Owner may make changes with alignment and grade of work to obviate the nec to remove, relocate, protect or temporarily maintain such utility facilities or to r( the costs of the work involved in removing, relocating, protecting or tempc maintain such utility facilities. All costs of potholing and exposing shall be box the Contractor. Ii 13. ASBESTOS CEMENT PIPE A. General: The Contractor will be encountering existing asbestos materials (Le.: asbestos ct pipes) during the prosecution of his work. B. Health Hazard: The Contractor is warned that Asbestos is known human carcinogen when in and poses serious health risks. Asbestos fibers are easily inhaled and can res chronic respiratory illness, cancer and other severe health effects. 1 C. Removal of Existine Pipe: Removal of existing asbestos material shall be performed by a Contractor regis by CAIJOSHA and certified by the State Contractor Licensing Board for ask removal. Copies of the certification shall be submitted to the District prior t commencement of any asbestos removal activities. The Contractor or subconti shall comply with all State and Federal laws regarding handling and rem01 asbestos materials. The Contractor shall be responsible for the proper identific removal and disposal of all asbestos materials. I D. Joining Existing Asbestos Cement Pipe: In the specific instance of making connection to the existing asbestos cement the contractor shall disconnect, at the nearest joints, the length of asbestos cc pipe to be connected into. This length of existing asbestos cement pipe w replaced by the new pipe making the tie-in. Cutting and Handling Asbestos Cement Pipe: The Contractor shall cut asbestos cement pipe only when absolutely necessaq shall perform all cutting and handling of asbestos cement pipe in strict conforn with all applicable CALlOSHA, E.P.A. and governing health agency requiren The Contractor shall provide sufficient supervision and monitoring to assure conformance. E. Technical Specific lo 3i3P 1 1 14, JACKING OF STEEL CASING A. General: At locations shown on the Plans, steel casing shall be jacked into place per the t on the Plans. The method and equipment used in the jacking operation sh optional with the Contractor; however, the proposed method must be first apF by the Owner. Such approval shall in no way relieve the Contractor ( responsibility for damages of any nature which might occur as a result of the IK used or of the responsibility of meeting the requirements of the Plan Specifications. B. AIiprnment and Grade: I. 1 I I 1 I 1. II 1 I I 1 1 1 The driving ends of the steel casing shall be properly protected and the steel shall be jacked true to alignment and grade shown on the Plans with an allc maximum deviation of twenty five hundredths (25) of a foot per one hundred feet of jacked steel casing. I C. Jackinp Limits: The limits of jacking, as shown on the Plans, may be increased by the contra he so desires; however, approval of the Owner must first be obtained. It SI understood that where an increase in jacking limits is permitted by the C payment for work will be made as though the original jacking limits had beel and will be based on the contract prices therefor. D. Steel Casine: Only new steel casing pipe shall be used for all jacking operations. Any Secl steel casing which shows signs of failure shall be removed and replaced with section which is adequate to sustain the loads imposed upon it. The design steel casing, as shown on the Plans, is based upon superimposed loads a~ necessarily upon loads which may be placed upon it as a result of jacking operi Any increase in steel casing strength required in order to withstand jacking load be the responsibility of the Contractor. I E. Jacking and Receiving Pits: The jacking and receiving pits shall be tight sheeted and braced in such a man to provide safe working conditions and to protect any adjacent facilities or strur Sheeting shall be adequate to withstand added loads and vibrations due to tr The excavated hole ahead of the casing shall not be more that 0.10 foot greate the outside limits of the casing. Sluicing or jetting with water ahead of the casi Technical SpeCir 3M I. I II 1 I 1 1 1 1 I I I I I 1 I not be permitted. When material begins to cave in from outside these limits, thc of the excavation shall not extend beyond the end of the casing greater than on one-half (1%) feet, unless permitted by the Owner. Areas resulting from cavj excavation outside the above limits shall be backfilled with sand or grout by a mr which will fill the voids and be acceptable to the Owner. F. Measurement: I. The length of jacked steel casing to be paid for will be measured horizontally in feet between the jacking limits as indicated on the Plans. G. Payment: All material and work specified in this section shall be paid for on a linear foot as indicated in the bid schedule. 15. WORK IN PALOMAR AIRPORT ROAD AND PASEO DEL NORTE INTERSECT I A. General: Contractor shall complete all work including pipe installation, final testing, pavk clean up in Palomar Airport Roadpaseo Del Norte Intersection within fit consecutive nights, Monday through Friday, 9 p.m. to 5 a.m. Bo B. Payment: The additional cost incurred for night work requirements in Palomar A Road/Paseo del Norte Intersection shall be paid for on a Lump Sum ba indicated in the Bid Schedule. This cost is in addition to unit prices for indii items of work paid elsewhere. 16. ENVIR0"TALLY SENSITNE AREAS Due to the presence of endangered species, the construction of pipeline facilities in H Valley Road (Sheets 7, 8 and 9) shall be limited to the months between September February 1. The Contractor shall not damage or disturb environmentally sensitive areas indicated ( Plans. The District shall stake-off these areas in the field in advance of construction. damage caused by the Contractor shall be restored and the Contractor shall pay a1 associated with the restoration including but not limited to: restoration cost, fine: penalties. Technical Specifi I. 3/36 1 i 17. LANDSCAPE RESTORATION AND PROTECTION/REPLACEMENT OF EXIS IRRIGATION LINES (SCHEDULES I AND HI). A. General: The Contractor shall exercise extreme care and take every precaution necesi protect existing landscaping and slopes. Contractor shall remove only those PO of the existing landscaping necessary for construction of this project. The Contractor is cautioned that irrigation lines and wire may exist in the art the project. All irrigation lines that are cut or damaged shall be repaired to working order at the end of each day. I. I 1 I 1 I B I I 1 1 B. Execution: The Contractor shall subcontract with a licensed landscape contractor to refi construction zones. Work shall be accomplished in conformance with Section r 1 the SSPWC. a Schedule I: All existing naturally vegetated areas disturbed by construction shi hydroseeded to reestablish plant materials and lessen erosion. Seed shall be as prescnied and installed in conformance with these specifics Be b. Schedule 111: Existing 1% inch diameter oak trees at Stations 2+67 and 3+20 sb protected in place or replaced in like kind. Ice plant removed between Stations 2+54 and 2+74 shall be replaced j kind from cuttings planted 12 inches on center. Prostrate rosemary removed during construction in the vicinity of St( 2+65 and 3+20 shall be replaced in like kind, 10 each from one 1 1 containers. Assorted acacias to match existing on slope between Stations 3+85 and when removed during construction shall be replaced in like kind, 40 eack one gallon containers. Areas of native grasses and plant materials between Stations 0+25 and and Stations 3+85 and 10+52 which are disturbed during constructior 1 be hydroseeded. Technical Spec3 1. 3B/? 1 1 I I 1 1 C. Rvdroseediw: Hydroseed areas disturbed by pipeline construction with non-irrigated seed IT a. Description of Work: Before proceeding with any work, hydroseeding contractor shall cal check and verify dimensions and hydroseeding area conditions and inform the District Engineer immediately of any discrepancies betww specifications and actual conditions. No work shall be done on anq where there are such discrepancies or where conditions are unsuitab successful plant material establishment until approval for work has been t I by the District Engineer. B. Qualitv Assurance: Contractor shall employ a qualified hydroseeding company in accordanc the best standards and practices related to the trade and under the conti supervision of a competent foreman capable of interpreting the specific; Ship hydroseed materials with certificates of inspection required by govc authorities. Comply with regulations applicable to landscape material! Landscape contractor shall secure all required seed mixes upon awl contract. It is the responsibility of the contractor to insure the seed secured for the project remain secured. If specified seed mix material is not obtainable, submit proof of availability to District Engineer. The District Engineer reserves the ri attempt to locate contested plant material. If the District Engin successful in locating the plant material within 150 miles of the projec the Landscape Contractor shall reimburse the District Engineer at the c current hourly rates upon receipt of invoice for time spent locatin; material. 1 1 1. I 1 I I I 1 I C. Submittals: Submit seed vendor’s certified statement for each seed mixture reg stating botanical and common name, percentage by weight, and perce of purity, germination, and weed seed for each seed species. Do Not hydroseed prior to submittal of certification copies and apprpval by I: 1 Engineer. Technical Specif I. 3t3/ 1 I d. Deliverv. Storape and Handling Deliver packaged materials in containers showing weight, analysis and 1 of manufacturer. Protect materials from deterioration during deliver] while stored on site. if e. Reauired Observations: I I s Final acceptance. This observation is after the completion of hydroseeding work and is required to insure that the hydroseed ins@ healthy and growing. This observation shall be 90 days after final install; The Owner takes over the project at this time if the hydroseed compo are as they should be. 1 D. Seed Mix: I application. Provide seed mix of genus, species and variety specified and scheduled for hydrc a. Hvdroseedinv ComDonents and Additives: Shall be as follows: 1 I 1 I 1 I le 6 gallons per acre Sarvon soil penetrant. 2000 lbs. per acre cellulose fiber mulch. 400 lbs. per acre (16-20-0) commercial fertilizer: 16-20-0 shall commercial grade pelleted or granular, uniform in composition free-flowing and labelled with specific N-P-K rating of (16-20-0). 200 lbs. per acre Iron Sulphate 140 lbs. per acre Ecology Control M-Binder (per manufach recommendations). I Non-Irrigated Xydroseed Mix: Artemisia Californica - 2 Lbs./acre Artemisia palmeri - 3 Lbs./acre Baccharis pilularis 'Consanguinea' - 4 Lbs./acre Baccharis glutinosa - 4 Lbs./acre Ceanothus verrucosus - 3 Lbs./acre Comarstaphylis diversifolia - 3 LbsJacre 1 Technical Specific 1. 3/3m I u I I I I I I. U I I 1 m I I Coreopsis Maritima - 3 Lbs./acre Corethrogyne Filiginifolia ’Incana’ - 2 Lbs./acre Dimorophotheca sinuata - 2 Lbs./acre Eremocaropus setigerus - 5 Lbs./acre Eschscholzia californica - 2 LbsJacre Gnaphalium californica - 2 Lbs./acre Hemizonia fasciculatum - 4 Lbs./acre Isocoma veneta - 2 LbsJacre Lotus scoparius - 6 LbsJacre Lupinus bicolor - 4 LbsJacre Lupinus socculentus - 3 Lbs./acre Malacothamnus faciculatus - 3 Lbs./acre Rhus integrifolia - 5 LbsJacre TOTAL - 62 Lbs. seed/acre F I E. Auulication: Do not hydroseed in any areas contaminated by other trades. All such occurr shall be reported to the District Engineer before commencing work. I a. PreDaration: Layout hydroseed area locations. Stake locations, outline areas with gn and secure District Engineer’s acceptance before start of hydroseed Make minor adjustments as may be required. Moisten prepared hydroseed areas before planting if soil is dry. 7 thoroughly and allow surface moisture to dry before commencing work - not create a muddy soil condition. Do not hydroseed on sealed or CI I soils. b. Hvdroseeding: Procedure: The contractor shall examine related work including graded surfaces k proceeding with any work and inform the District Engineer, in writii conditions which may prevent the proper execution of this work. Failure to report unsuitable conditions to the District Engineer will cons acceptance of responsibility for the performance of any additional work c by the unsuitable conditions at no additional cost to the District. All materials shall be standard, approved, first-grade quality, and in 1 condition when installed and accepted. Any commercially processc packaged material shall be undisturbed and delivered to the site in original containers, unopened, bearing the manufacturer’s guaranteed an Technical Specific 3i3P 1. I I C. Hvdromulching: The hydromulching shall be applied in the form of a slurry consisti organic soil amendments, commercial fertilizer, and any other chei specified. When hydraulically sprayed onto the soil, the mulch shall not a blotter-like material. The spray operation must be so directed th~ slurry spray will penetrate the soil surface as to drill and mix the components into the soil, thus ensuring maximum impregnation and cow Io I I I I 1 I. 1 1 I I I I d. Preparation of Hvdroseedina Mixture: - The slurry shall be prepared at the site and its components shall be mh supply the rates of application as per specifications. Slurry preparation shall begin by adding water to the tank when the eng at one-half throttle. When the water level has reached the height c agitator shaft and good recirculation has been established, the fertilizers be added to the mixture. The engine throttle shall be open to full speed when the tank is ‘/2 fillec water. All organic amendments, fiber, and chemicals shall then be add the time the tank is % full. At this time the seed mix shall also be adde not before this time. Spraying shall commence immediately when the tank is full and the mixed. e. Time Limit: 1 The hydromulching slurry components are not to be left in the hydro] machine for more than two hours due to seed destruction. If components are left for more than two hours in the machine, the conti shall add 50% more of the originally 3specified seed mix to any slurr which has not been applied within two hours after mixing. The conti shall add 75% more of the original seed mix to any slurry mixture whic not been applied eight hours after mixing or it shall be rejected and dis: of off-site at the contractor’s expense. f. Protection: Special care is to be exercised by the contractor to prevent any of the from being sprayed onto any hardscape areas including concrete walks, fc walls, buildings, etc. Any sluny sprayed onto these areas shall be clean1 at the contractor’s expense if left. I Technical Specifi 3m I. I I I I I I I. 1 I I D 1 I I 1 g* Hvdroseedine: Equipment: The above specified components shall be mixed together in the hydrose machine containing at least 2,OOO gallons of water to allow for a homoge: slurry which is thoroughly mixed and can be applied easily without clq The equipment shall have a built-in agitation system and operating ca: sufficient to agitate, suspend and homogeneously mix a sluny cone less than 44 pounds of organic mulching amendment plus fertilizer, che additives and solids for each 100 gallons of water. The hydromulching equipment shall meet the minimum requirement! slurry distribution line large enough to prevent stoppage and shall be equ with a set of hydraulic spray nozzles which will provide a continuous fluctuating discharge of at least 25 psi at the end of the spray nozzle. slurry tank shall have a minimum capacity of 2,000 gallons. EQuipment used for hydroseeding will be thoroughly cleaned of all see other materials used in preceding hydroseeding processes beforc hydroseeding on this project. 1 h. InsDection and Acceptabilitv: 1. I I When hydroseeding is completed, the District Engineer will mal inspection to determine acceptability. Give District Engineer 48 hour 1 prior to requested inspection. When inspected landscape work does not comply with these specificatiox punch list items, rejected work shall be corrected and/or replace( contractor’s responsibility continued until inspected again by the D Engineer and found to be acceptable. E. Payment: All work and material specified in this section shall be paid for on a unit or sum basis as indicated in the bid schedule. Technical Specifi 3m I. 1 1 II 1 I 1 MATERIALS LIST CONSTRUCTION OF RECLAIMED WATER AND POTABLE WATER SYSTEM IMPROVEMENTS IN THE CITY OF CARLSBAD SCHEDULES I, II, & m I. 1 A. Asbestos cement and steel pipe shall be in conformance with Standard Plan SDecifications for Construction of Water Mains, Carlsbad Municipal Water District, edition. B. Polyvinyl Chloride Pipe The pipe shall be J-M, Pacific Western, Capco, Diamond, ETI or Vinyltech Pipe confc to AWWA C900. Provide pipe with rubber ring bell end or plain end with rubbe coupling. Solvent weld joints are not permitted. Provide pipe with cast iron equi outside diameter and Class 150 or 200 pressure rating as shown on the drawings. I C. Fittings - Ductile Iron Use ductile iron push-on fittings conforming to AWWA C110 or C153 with a minimum working pressure of 250 psi. Provide fittings with bells and Rubber 0-Ring g specifically designed for cast iron equivalent outside diameter PVC Pipe. I. 1 D. Flanges ' E. Lining and Coating Flanges on ductile iron fittings shall conform to AWWA C110 or ANSI B16.42 Clas Provide double thickness lining and use cement conforming to ASTM C150 Type II interior of the fittings will be cement mortar lined by the factory per AWWA C104. I I I F. Saddles All services to be saddled. No direct tapping permitted. Saddles shall be flat silicon 1 body with wide strap, double strap of bronze or stainless steel and bronze nuts with R 0-Ring gaskets. 1" and 2" services will be Jones 5-969, Ford 202 B.S. or Romac 20: 1 G. Bolts, Nuts and Gaskets I All flange bolts, nuts and washers to be cadmium plated with non-oxide grease app the bolts (head and threads) and nuts prior to installation. Technical Specif I. 3/31 I I 1 H. Plastic wrap All buried valves, fittings, service saddles, tapping sleeves, and appurtenances will be dc wrapped with eight (8) mil polyethylene film (ANSVA) total thickness to sixteen (16) I. Copper Water Services 1. 1. 1" & 2" Comer Water Tube - 1" & 2" copper water tube shall conform to "Stan Specifications for Seamless Copper Water Tube" ASTM Designation No. B-88, ' K, (soft), latest revision. All sweat-type fittings shall be silver soldered, 15 pel (15%) Silflo. Buried Comer Tubing; - All buried copper tubing will be sleeved (PlastiS I.A.P.M.O. or approved equal) or wrapped with ten (10) mill PVC pipe tape (ov 50%). Sleeve will be securely taped to tubing. All seams or tears shall be tap prevent the entry of moisture. -per Services - All copper sexvices shall be completely encased with a minj 6" below and 12" above piping in sand. Sand shall be free from all foreign mat such as dirt, rocks, sticks, clay vegetation, etc., and shall be so graded that not than ten percent (10%) by weight shall pass a No. 200 sieve (silica sanc I I I I 1. J. I 1 I I I 1 - 2. I 3. I permitted). Gate Valves 1. 4" to 12" Resilient Seat-American Darling, Waterous, or M. & H., with factory coated epoxy coating inside (interior coating shall be holiday free) and outside machine surface flange face. I K Butterfly Valves 1. American Darling 2. Mueller L. Plug Valve Nordstrom 1 M. Ball Valves Pratt Technical Specif 3m 1. 1 # N. Corporation Stops - all corps 1. MIP X Flare Ford 1" FB 700 2lFB 700 Jones 1" J 1929 2" 51929 Mueller 1" B25025 2" B25025 I. 1 I I 1 1 2. MIP X MIP Ford 1" FB500 2" m500 Jones 1" 51943 1 2" 51943 0. Angle Meter Stops 1. Flare X Meternutmeter Flange Ford 1" BA 23-444W 2' w23-777w 1" J-1964W - Ball Valve 2" J1973W Jones no Mueller 1" B-24255 1 P. Meter Box 1. 1" Service Brooks No. 37 with two (2) piece lid, J. & R. W4?4 with two (2) piece lid o Diego Precast Concrete No. 4% with two (2) piece lid. (In traffic areas, use cas lid.) 2. 2f Service I 1 B 1 I Brooks No. 66 with two (2) piece lid, J. & R. No. W6B with two (2) piece lid, o Diego Precast Concrete No. P69 with two (2) piece lid. (In traffic areas, a tu piece diamond plate steel lid with ribbed reinforcement required.) Q. Valve Boxes 1. For potable water use, Brooks Traffic Box, 4-TI' Series, J. & R., Products No. or approved equal, except that valve boxes for normally closed valves shall be B drawing 3-RT or approved equal. All lids shall be marked "Water". 1 Technical Specific I. 3/3B 1 1 1 2. For reclaimed water use, J. & R. Products Valve Box No. 3RT, box & lid xn: "RECLAIMED". Blow Of€$ - Alhambra Foundry No. 29612, 12" X 24" can (asphalt coated) an diameter cast iron box cover marked "RERECLAIMED" or 'WATER". 3. I R. Tapping Sleeves I. 1. Mueller M.J. Tyler M. J. Romac - All stainless steel w/stainless steel flange. I I 1 1. 1 1 1 i 1 1 I I I S. Detector Tape 1. Thor Enterprises, Inc. P.O. Box 450 Sun Prairie, Wisconsin 53590 (Magnetic) u T. Paint for Valve Box Lids 1. Valve box lids shall receive two (2) coats of Frazee Paint No. 502, Traffic Yell07 potable water systems and Frazee Paint No. 275, Safety Purple, for reclaimed i systems, or approved equal. Technical Specific 3B/9 I. SCHEDULE AND EXPLANATION OF STANDARD DRAWINGS I I I Enclosed Standard W" Drawings have been adopted for and are a part of Carlsbad Reclan 0 RuIes and Remlations for Construction of Reclaimed Water Mains. Said W' Drawings ha\ been officially adopted by the Carlsbad Municipal Water District for potable water systems bi now herewith approved for: CONSTRUCTION OF RECLAIMED WATER AND POTABLE WATER SYSTEM IMPROVEMENTS IN THE CI'W OF CARLSBAD CMWI) PROJECT NOS. 91-109, 91301, AND 86-109 1 1 i I w3 MODIFIED STD. coMpARABIzEExIs DWG. NUMBER DESCRIPTION CMWD STD. DWG. w1 Index of Standard Drawings - w2 Selection of Line and Branch Valves for Water Mains 1" Water Service Connections for %'"J W', & 1" Meters 2" Water Service Connections for 1%'' & 2" Meters 2 w4 w5 1" Manual Air Release Assembly 13 2" Blow-Off/Manual Air Release Assemblies 14 Below Surface 1" & 2" Air Vacuum Valve Assembly u W6 w7 Outlets on kc. or P.V.C. Main for 1" thru 2" 1 W8 Assemblies Outlets on D.I. or Steel Main for 1" thru 2'' Assemblies Dielectric Connection to Steel Main 4" and 6" Blow-Off Assemblies Fire Hydrant Assembly 3 Valve Box Assembly 4 I 1 & Appurtenance 12 1,2, 13 & 14 1, 2, 13 & 14 20 15 1. w9 1 ;:; 8 W14 Tapped Connection to Steel Main 17 w10 W13 w1s Concrete Thrust Blocks for Non-Restrained Joints 6 W 16 7 I W17 B W18 Thrust Anchor for Water Main Reducer - 4 Thru 16 Inch 8 w20 Above Ground Detector Check Valve 4" Thru lo" Installations 18 w21 Check Valve & Backflow -- 21 w22 Extension Stem and Marker Post Gate Valve Installation P.V.C., D.I.P., A.C.P. & Butterfly & Plug Valve Installation Steel Pipe 5 for kc., P.V.C. & D.I.P. w19 Thrust Block Bearing Areas 9 I 1 W23 Protection Post 22 San Diego Regional Standard Drawing No. G-24, Type A (As Modified by Typical Trench Se Sheet 1, Schedule I and Sheet 3, Schedule 111.11 I APF Standard DI 3/3/5 I. 1 W I . INOEXOF STANDARD D6.IAwINGS. W2. su,EcTK)I\IoFUNE~D8~~SFoRWATERMAINs. W3 . I' WATER SERVE CO"u=TIoN Fof;( 5/8', W', 8 I'haETERS W4 . 2'WAm SERVE COWECTKXJ FOR 1 Re& 2' METERS. W6 . Z'W-WF/ MAW AIR RELEASE ASSEM8tlES. W7 . BaMN SWFa I82"AIR VKW VALVE: ASSEMBLY S ApcglRTENl W8. CUMl'SfflKORWGhaAfNfORlWTHRU2iM~. W9. OUTLElSONRI.ORSIEELMAfNFORIWTHRU2lNCHASSEMatE WIO. DIE=rTR#)CW" To SEEL MAIN. W I I . 4'AIw) 6' BLMN-OFF ASSEMWES. W 12. FIRE H"T ASSEMBLY. W14. TAPPU)CXNEC~TOSIEUMAIN. W 15, W17. Wl8. w19. THfwsT- Bux=K B€ARING AREAS. wm. ~~chr~ mow ~mrn CHECK VALVE ~'THRU ~~"INSTWTIONS W 21. WZ. EXTEPISIOfUSEMANDMARKERPOST. w23. FlwlEmPosT. I'm AIR RELEASE AsS€MEY. W)3? VL! Box ASsaABLY. a"E THRUST Bu>cKs FOR NON-fESTRMJED JOINTS. WFLY a PLUG VM 1NSTUATKM FDR AC,W.C.a DM THRUST ANCHOR FOR WATER WN REDUCER-4 THRU I6 INCH. CHECK VALVE 8 BACKFLOW PREVEJVER (RP) ASSEMBLY. I i 1 I 1 I 1 II I. I 1 I 1 i 1 1 VALVE CHARACTER ISTICS GATE VALVES - SEE STANDARD SPECIFICATION SECTION. (MATERIALS USTI. SIZE RANGE : WORK1M PRESSURE: 0-200 PSI VALVE ENDS: 4" THRU 12' CL I25 FLANGE X (X125 FLANGE, CL 125 FUWE X IUfCHANW JOINT, MECHAN)GAC JOINT X MECHANICAL JOINT, CL 125 FLANGE X RlNGTiTE (f RlNGTlTE X RlNG Til Ct I25 WE X PUSH JONT 8 PUSH JOJNTXPIISH cI BUTTERFLY VALVES - SEE STANDARD SPECIFICATON SECTK)N. (MAERIALS I 1. SEE RANGE: 16'ANO LARGER woFI)(IMG fT?Essuf?E: 0- IS0 PSI VALVE ENDS: CL 125 RANGEX ct 125 FLANGE. PLUG VALVES - SEE STANDARD SPECIFlCAllON SECTION. (MATERW USF 1, SIZE RANGE: 4" MU 12. I6'AND LARGER WORKING PRESSURE: 0-200 Psi 0- 150 PSI VALVE ENDS: CL 125 FLAT FKE RANGE X CL 125 FIAT FACE FU VALVE SELECTION CHART VALVE SEE, MPE AND RATING 4' MU 12" 6%" MGER GATE (0-200 PSI) Bum (0-150PSI GATE (0-200 PSI) . RUG (0-SOOPSI Nm: WHERE VALVES ARE INSTAUED WmJ PIPE HAVING NON- RESTRAlNEO JOINTS, pROVlD€ REINFORCED CONCf?ETE AM AND ADAPTER WITH THRUST COLLAR. SPECIAL OESlGN REQUIRED FOR INSTUTONS WITH WORKING PRESSURE AM 200 PSI. 1 I. *usEwm WHENMETERIS1 TOR€4RoFcuRE I. ~SHALLAIXlUSTAMGtE VALE 81 METER BOX TO EG. AFTER SIoEwAtK IS INSTLUlEO 6 APPROVED. 2. MSTRlcT MU S€T METER AND 8Au. VALE. 3. ALL COPPER JOINTS SHALLBE SILVER WED N CDWWMANCE Wmr SECIFICATtONS. 4. TAPTDMAlNTOEhIfNlMUM(XB*FROM NEAREST axlpuMi ORTPP. 5. ALL R(POSEDCOPP€R SHALL BE WRAPPED. * USE SAME DIMENSION WHEN MEEF?ISLOCATU) mmcn=cuR0oRs1DEwAu<. NOTES: I. DISTRICT WIU SET METER 8 8ALL VaLVE. 2. Au COPPER JOINTS SWBE SlLER SOLD IN CONFORMANCE WITH SpE0FCATK)NS. 4. TAP To MAIN TO BE MINIMUM OF 18' FROM MIWEST COUPLING OR TAP. 5. ALL EXPOSED COPPER SHALL BE WRAPPED. I 1 I I I I I I I 1 I I l I I I I. '0 I. SEE SPECIFICnTONS K)R SOlJERfNG REfXllRMENT! 2. SEE SP€CIFKXTK)FIS K)R LD FWNTING REQUIrnENTs. I@ I" MANUAL AIR RELEASE ASSEMBLY I I I I I I I I I I I I I I 1 P I I. I. SEE SPECIFICATICX\S FOR SaOERlNG REWIREMEN 2. SEE SPECIFIC AT^ FOR U WNTING REQUIREMENTS 3. SEE IMPROVEMENT PLA FOR ASSEMBLY SIZE. '0 I I I I I I 1 I I I I I I I I P 1 I. I . SEE spECIFIcATKX6 FCR SCU€F?W REI)UiR€MENTS 2. SEE spE3cLRcATK)Ns FOR F#NTffi REQOfREMEMS 3. CWPER SW 8E WRAPPED WITH IO MIL TAPE 4. !E€ IMPROVEMENT FWVS FOR ASSEMBLY SIZE. SSiALLBESAMESlZE 90 WHEN IN CONTACT WITH COWFETE. AC MAIN PVC MAIN FOR WATER SEW CONNECTON (TYP.) 1 INCH THRU 2 INCH ASSEMBLIES DECEM3 I I 1 I I I I I I i I I 1 I F 1 II. 1. 0.1. MAfN STEEL MAfN FOR WATER SERVICE I CONNECTION ( TYP. ) NOTES: I . DELECTRIC CONNECTIONS SHAU 8E REQUIRED ON AlL AIR AND VKUlhl U ASSEMBUES, MANUAL AIR RELEASE ASSEMBLIES, UW- OFF ASSEMBUE AND WATER SGRvKEAssEMBuEs W CWP€€?TUBINGORBRASS PIPECCW ARE MAE To STEEL MAINS. 31 2. USE DOUBLE WRAPTAPE. WRAP CCf OR VALVE UU OPEN POSITION UNLES! OTHERWE Dl-ED. DENCrrES AREAToB€WR&fT€D SfZING TABE COPPER VLUYEOR STEEL INSULATING P CARLSBAD MUNICIPAL WATER DISTRICT 4' AND 6" BLOW-OFF ASSEMBLY STR D\ W DECEMff :- m!ml I 1. I 1. I I I I i 1 i I I I I I I@ 1 1. FIRE: HYORANT BAS€ - 6EA. 1346' MA. HOLES. 3. INSTAU. Ba.,l!S WITH NUTS ON TOPOF FLAW€. WINT AT SCORE N BREAK-OFF SPOOL). 5. SEE SFECIFICATJCAI FOR BURIED fUMX REQUIREMENE. 6. SEE IMPROVEMENT PLANS FOR FIRE HYORANT KXXTIONS. * 36' FQR bKN-CoM2GUOUS / OR- I NO SfDEWALK. 2. BOLTS 8 NUTS - Y43(3' HEX HEACG 4. SEE SPECIFI~TIW m miNnw REQUIREMENTS. I BEGIN 1. I I I I I I I 1 I. I CtEARANE). I 1 I I I I I I. OF VALVE. (2’ MIN. SECTION A-A SECTION 8-8 DOMESTIC WATER RECLAIMED WATER DRAWING No. 22). I* I 1 1 I I 1 I I 1. 1 I I I I I I I I. I . FLANGE PRESSURE CLASS 8 FCI SHALL 8E SAME AS AWLCENT I. TAPPED COfVNECTION To STEEL MAIN I I I I I 1 I I I. I U I. TEE (SI= VIEW), 2 . FOR AC. PIPE, A MIN. 3'-3' tD A 6'-f 1 LENGTH INTO AND OUToFAllFl~ 1 I . FITTINGS SW BE OUcnlE IRON FOR 1 I 1 I I* I I 1 1 I ---- 1 4 D 1. I I 1 1 D 1 D 1 I . SEE SPECIFCATWS FOR GURIED RANGE ANI VALVE EQUIREMENTS. 2. SEE ORAWING No.@ FOR THRUST BLOCK BEARNG f REINKRCING STEELDETAIL. 1. I 1 0 1 I 1 RMsloNApFRR4rE, CARLSBAD MUNICIPAL WATER DISTRICT BUTTERFLY & PLUG VALVE m OII WI f NSTAIlATK>N FOR AC, WC. & Df.P DECEMBE 9 I I 1 1 i 1 I 1 I. 1 I I I I I I 1 f BEARING AR€A SMLL BE THE DIFFEREM BETWEENTHEBEAWNGAFEEASREOUlRE THRusT~oFMAIvsocJw=H! MINIMUM DIMENSIONS SHOWN SHALL 8 mERu)m. THRUST ANCHOR FOR WATER MAIN I. 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 1 1 f PSI TEST FFESSUE AND BEARINGW OF DRY SOLS. AND oEAomDs, I€; STRAIGHT UNE THRU I* I I I I I 1 I 1 1. 1 8 B 1 I 1 1 I I. ING PER CONST. DWG. PAINING OFABWE GROUNO SYSTEl PER DISTRICT SPEC'S. AN0 OlRECTlC SIZE OF [XC. 1rvSTcuLAnClu AS SHovl ON frMPRov€MEM PLANS. BYPASS MATERWLIST: 6. ---- I. ENTIRE MAR)<ER eosT SHCVL BE PAINTED FRKRTo NSTAl.lAT”. FOR DOMESTIC WATER SYSTEM PAINT 2 COAE OF WHITE MTERK)R ENAMEL OVER A PRIMECOAT WITH 2’STENaLLED BUCK LE& PAINTED VERTICALLY, STATING 2. EXTENSION STEM SHU 81 REQU1RE;D WHEN OPERATIf NUT IS 4 GRMORE BELOW TOP OF VALVE COVER. ‘WATER’ON EACH POST ME. 1 CARLSBAD MUNICIPAL WATER DISTRICT STD. DM PROTECTION POST w2 DE% EM BE f 8@Rm M mE: TYPE A TYPE B . NOTES 1. Existing AC. rhrll k art end nmovrd in wch I mannar so 81 not I PIH, bukp 01 dkplscc mt pmmt Edges shall k &an and wtial. AN cub thU k psnfld or p~rpondkubr to smt antedln, wh pnctld 2 b mtsrid to k npfsced to dopth of txkdng turn. AC. may k rukrtitutd for bro nublid 3. A tack coft of rtphldc emulu’on 01 ~“ng trQhsrt than k rppfd to rx’ntfng AX. 4. Afphtldc co(KRt) brhdng: 8t d ContKt turhca, pffw to muff* 8) Mnfmurn tow thklrrwrr dull k on lnch grater thn txisting XC. bl AC. $tell k hot phnt dx. elfinish WUQI for Typr B rrtudrdrtg thaa k laid dorm using I sprmhf box. 5. Alt AX. mrfrdng $184 k ml mhd with n rmobifitd rtphdt md cmd with and. Chfp &%fig shall k 8ppW I) regutred bv Agency. 8. fypr 8 not to k uttd on iatbnl adngs. 7. Slougbin# of tmch undar pavement that1 b mu- for nquidrtg additional pdvtmrnt and ban. TRENCH RESURFACING TYPES A & B L. 1 ORAWlNQ 6-24 I NUMBER I’