1068
Orange County Water District Initial Expansion of the Groundwater Replenishment System Project Contract No. GWRS - 2011-01 TECHNICAL SPECIFICATIONS Volume 1 CONFORMED TO BID August 2011 Prepared by Irvine, California B&V Project No. 165392 CONFORMED TO BID DOCUMENTS - User acknowledges that, should there be any discrepancy between these documents and the Contract Documents and any addenda issued prior to the bid, the Contract Documents and the original addenda shall govern.

TECHNICAL SPECIFICATIONS Volume 102200-Fig.S-010-SEFE Pipe Installation and Pavement Replacement 02200-Fig.S-020- SEFE Pipe Support Beam Across Trenches 02201-SEFE Geotextile Separation

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

  • Orange County Water District

    Initial Expansion of the Groundwater Replenishment System Project

    Contract No. GWRS - 2011-01

    TECHNICAL SPECIFICATIONS

    Volume 1

    CONFORMED TO BID

    August 2011

    Prepared by

    Irvine, California B&V Project No. 165392

    CONFORMED TO BID DOCUMENTS - User acknowledges that, should there be any discrepancy between these documents and the Contract Documents and any addenda issued prior to the bid, the Contract Documents and the original addenda shall govern.

  • Orange County Water District B&V PN 165392 Advanced Water Purification Facility - 1 - March 2011 Initial Expansion of the Groundwater Replenishment System ISSUED FOR BID

    Orange County Water District Initial Expansion of the Groundwater

    Replenishment System

    April 2011

    In accordance with the provisions of the Business and Professions Code of the State of California, these contract documents have been prepared under the general supervision and direction of the following professional engineers, licensed in the State of California.

    Date:______________ Richard W. Terrazas – Civil/ Mechanical Task Leader

    Date:______________ Jennifer T. Enson – Civil/ Mechanical Task Leader

    Date:______________ Timothy W. Phelan – Civil/ Mechanical Task Leader

    Date:______________ Alexander Becker III – Architectural

    Date:______________ Aziz Karim – Instrumentation and Controls

    Date:______________ Timothy R. Dawson – Mechanical HVAC/Plumbing

    Date:______________ Keene M. Matsuda – Electrical

    Date:______________ Mark A. Lowe – Structural

    Date:______________ Richard ten Bosch – Civil/ Mechanical Task Leader

  • ORANGE COUNTY WATER DISTRICT

    CONTRACT DOCUMENTS FOR INITIAL EXPANSION OF THE

    GROUNDWATER REPLENISHMENT SYSTEM CONTRACT NO. GWRS-2011-01 BOARD OF DIRECTORS

    Claudia Alvarez, Esq. Philip L. Anthony Don Bankhead Kathryn L. Barr Denis R. Bilodeau, P.E. Shawn Dewane Cathy Green Irv Pickler Stephen R. Sheldon Roger Yoh, P.E.

    Date: April 2011

    Bids will be received at the office of the Mehul Patel, P.E., Program Manager, Orange County Water District until 2:00 p.m. local time on Monday, July 18, 2011

    Mailing address: P.O. Box 8300, Fountain Valley, CA 92728-8300

    Delivery address (for Federal Express or other courier): 18700 Ward Street, Fountain Valley, CA 92708

  • Orange County Water District TOC-1 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS

    VOLUME 1 FRONT END DOCUMENTS

    NOTICE INVITING BIDS ........................................................................................... N-1 INFORMATION FOR BIDDERS .................................................................................. I-1 INSURANCE CONDITIONS ..................................................................................... IC-1 BID FORM .................................................................................................................. P-1 FIRM IDENTIFICATION .............................................................................................. P-7 LIST OF SUBCONTRACTORS ................................................................................ P-10 EQUIPMENT/MATERIAL SOURCE INFORMATION ............................................... P-11 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ............................................................................................ P-13 BID BOND ................................................................................................................ P-15 CONTRACTOR'S LICENSE DECLARATION ........................................................... P-16 FIRM’S REFERENCES ............................................................................................ P-17 ELECTRICAL SUBCONTRACTOR’S LICENSE DECLARATION ............................ P-18 ELECTRICAL SUBCONTRACTOR EXPERIENCE .................................................. P-19 PROCESS CONTROL SYSTEM INTEGRATOR SUBCONTRACTOR’S LICENSE DECLARATION ................................................... P-20 PROCESS CONTROL SYSTEM INTEGRATOR SUBCONTRACTOR’S EXPERIENCE ...................................................................... P-21 PROCESS CONTROL SYSTEM INTEGRATOR CHECKLIST ................................. P-22 SELECTED DISADVANTAGED BUSINESS ENTERPRISE FORM 6100-2 ............. P-23 SELECTED DISADVANTAGED BUSINESS ENTERPRISE FORM 6100-3 ............. P-23 SELECTED DISADVANTAGED BUSINESS ENTERPRISE FORM 6100-4 ............ P-24

  • Orange County Water District TOC-2 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS (Continued)

    FRONT END DOCUMENTS (Continued) AGREEMENT ............................................................................................................. A-1 FAITHFUL PERFORMANCE BOND ........................................................................... A-3 LABOR AND MATERIALS BOND ............................................................................... A-6 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION ......................................................................................................... A-8 GENERAL PROVISIONS SECTION 1 - INTENT .............................................................................................. GP-1 SECTION 2 – PRECEDENCE OF CONTRACT DOCUMENTS ............................. GP-1 SECTION 3 - DEFINITION OF TERMS ................................................................... GP-2 SECTION 4 - SCOPE OF WORK ............................................................................ GP-7

    A. Work to be Done ................................................................................ GP-7 B. Progress Schedule ............................................................................. GP-7 C. Estimated Quantities .......................................................................... GP-7 D. Verification of Work and Site .............................................................. GP-7 E. Drawings and Specifications on the Work .......................................... GP-7 F. Removal of Obstructions .................................................................... GP-8 G. Underground Services Alert ............................................................... GP-8 H. Public Utilities ..................................................................................... GP-8 I. Differing Site Conditions ................................................................... GP-10 J. Limited Reliance by Contractor on Technical Data ........................... GP-11

    SECTION 5 - CHANGES IN WORK ...................................................................... GP-11 5.1 Requests for Change (Changes at Contractor’s Request) ............... GP-11

    A. General ............................................................................................. GP-11 B. Request for Change Submissions; Cost and Schedule Proposals ... GP-12 C. Authority to Direct Extra Work .......................................................... GP-14 D. Minor Changes ................................................................................. GP-14 E. Change Order Form ......................................................................... GP-14

    5.2 Owner Initiated Changes .................................................................. GP-16 A. General ............................................................................................. GP-16 B. Cost and Schedule Proposal ............................................................ GP-16 C. Authority to Direct Extra Work .......................................................... GP-16 D. Minor Changes ................................................................................. GP-17 E. Change Order Form ......................................................................... GP-17

  • Orange County Water District TOC-3 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS (Continued)

    SECTION 5 - CHANGES IN WORK (Continued) 5.3 Method of Adjustments to Compensation Due the Contractor .......... GP-17 5.4 Extension of Time for Delay ............................................................. GP-23 5.5 Acceleration ...................................................................................... GP-25

    SECTION 6 - CONTROL OF THE WORK ............................................................. GP-26

    A. Authority of the Engineer .................................................................. GP-26 B. Authority of Inspectors ...................................................................... GP-26 C. Authority of the Board ....................................................................... GP-27 D. Plans ................................................................................................ GP-27 E. Conformity with Plans and Allowable Deviations .............................. GP-27 F. Requests for Information .................................................................. GP-27 G. Reference Points .............................................................................. GP-28 H. Inspection ......................................................................................... GP-28 I. Errors or Discrepancies Noted by Contractor ................................... GP-29 J. Contractor Quality Control ............................................................... GP-29 K. Flow-Down Requirements ................................................................ GP-29 L. Notices of Non-Conformance ........................................................... GP-30 M. Correction of Defective Work ............................................................ GP-31 N. District May Correct Defective Work ................................................. GP-32 O. Reexamination of Work .................................................................... GP-32 P. Equipment ........................................................................................ GP-33 Q. Shop Drawings ................................................................................. GP-33 R. Working Hours .................................................................................. GP-34 S. Cleaning ........................................................................................... GP-34 T. Beneficial Occupancy ....................................................................... GP-34 U. Substantial Completion ..................................................................... GP-36 V. Final Clean-Up ................................................................................. GP-37 W. Final Inspection ................................................................................ GP-37

    SECTION 7 - CONTROL OF MATERIALS ............................................................ GP-37 A. Quality of Materials and Source of Supply ........................................ GP-37 B. Samples and Tests ........................................................................... GP-38 C. Defective Materials ........................................................................... GP-38 D. Storage of Materials and Equipment ................................................ GP-39 E. Brand Name or Equal ....................................................................... GP-39 F. Equipment Protective Devices .......................................................... GP-41

    SECTION 8 - PROSECUTION AND PROGRESS ................................................. GP-41 A. Commencement ............................................................................... GP-41 B. Assignment Forbidden ...................................................................... GP-41 C. Subcontract ...................................................................................... GP-42 D. Superintendence by Contractor ........................................................ GP-44 E. Character of Workers ....................................................................... GP-44

  • Orange County Water District TOC-4 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS (Continued)

    SECTION 8 - PROSECUTION AND PROGRESS (Continued) F. Temporary Suspension of Work ....................................................... GP-44 G. Extension of Time ............................................................................. GP-45 H. Time for Completion ......................................................................... GP-45 I. Liquidated Damages ......................................................................... GP-45

    SECTION 9 - LEGAL RELATIONS AND RESPONSIBILITIES .............................. GP-46 A. Observing Laws and Ordinances ..................................................... GP-46

    B. Sales and Use Taxes ....................................................................... GP-48 C. Permits and Licenses ....................................................................... GP-48 D. Patents ............................................................................................. GP-49 E. District Ownership of Proprietary Information ................................... GP-49 F. Public Convenience and Safety ........................................................ GP-49 G. OSHA Requirements ........................................................................ GP-49 H. Sanitation ......................................................................................... GP-50 I. Contractor's Liability ......................................................................... GP-50 J. Personal Liability .............................................................................. GP-51 K. Contractor's Responsibility for Work ................................................. GP-52 L. Responsibility of the District ............................................................. GP-52 M. Use of Explosives ............................................................................. GP-52 N. Contract Bonds ................................................................................. GP-52 O. Mutual Responsibility of Contractors ................................................ GP-52 P. Notice and Service Thereof .............................................................. GP-53 Q. Warranty of Title ............................................................................... GP-54 R. Termination for Breach ..................................................................... GP-55 S. Termination of Contract for Convenience of District ......................... GP-55 T. Provisions for Emergencies .............................................................. GP-56 U. Assignment of Title ........................................................................... GP-56 V. Audit and Access To Records Clause .............................................. GP-56

    W. Price Reduction For Defective Cost Or Pricing Data ........................ GP-58

    SECTION 10 - ESTIMATES AND PAYMENTS ..................................................... GP-59 A. Scope of Payment ............................................................................ GP-59 B. Payments for Extra Work .................................................................. GP-59 C. Progress Payments .......................................................................... GP-59 D. Certified Payroll ................................................................................ GP-60 E. Itemized Breakdown of Contract Lump Sum Prices ......................... GP-61 F. Substitution of Securities .................................................................. GP-62 G. Deductions from Payment ................................................................ GP-63 H. Final Payment .................................................................................. GP-63 I. No Waiver of Liquidated Damages ................................................... GP-64 J. Clerical Errors ................................................................................... GP-64

    SECTION 11 - GUARANTEES .............................................................................. GP-64

  • Orange County Water District TOC-5 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS (Continued) SECTION 12 - DISPUTES ..................................................................................... GP-64

    A. General ............................................................................................. GP-64 B. Changes and Time Extensions ......................................................... GP-64 C. Other Disputes ................................................................................. GP-65 D. Determination by Board of Directors................................................. GP-65 E. Scope of "Defined Claims" ............................................................... GP-65 F. Resolution of Claims Other Than Defined Claims ............................ GP-65 G. Resolution of Defined Claims ........................................................... GP-66

    H. Total Cost Claims ............................................................................ GP-67 I. Measured Mile Study ....................................................................... GP-68 J. False Claim Certification .................................................................. GP-68 K. Claim Submission and Documentation ............................................ GP-69

    SECTION 13- INTEGRATION ............................................................................... GP-71

    A. Oral Modifications Ineffective ........................................................... GP-71 B. Contract Documents Represent Entire Agreement .......................... GP-71

    SECTION 14 – CONFLICT OF INTEREST ........................................................... GP-71

    SECTION 15 – INDEPENDENT CONTRACTOR STATUS ................................... GP-71

    SECTION 16 – MISCELLANEOUS PROVISIONS ................................................ GP-71

    A. Governing Laws ............................................................................... GP-71 B. No Waiver ......................................................................................... GP-71 C. Attorneys’ Fees ................................................................................ GP-71 D. Authority to Execute ......................................................................... GP-71 E. Severability ....................................................................................... GP-72 F. No Third-Party Rights ....................................................................... GP-72 G. Headings .......................................................................................... GP-72 I. Modifications and Communications .................................................. GP-72

    COMPLIANCE GUIDELINES FOR CLEAN WATER STATE REVOLVING FUND (CWSRF) PROGRAM DISADVANTAGED BUSINESS ENTERPRISE (DBE) AND APPROVAL OF AWARD (AOA) (IF APPLICABLE) CALIFORNIA STATE WATER RESOURCES CONTROL BOARD – CLEAN WATER STATE REVOLVING FUND DAVIS BACON REQUIREMENTS (IF APPLICABLE) STATE REVOLVING FUND LOAN PROGRAM CONSTRUCTION CONTRACT REQUIREMENTS AND BOILER PLATE (IF APPLICABLE)

  • Orange County Water District TOC-6 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS (Continued) SPECIAL PROVISIONS

    INTRODUCTION SECTION 1 – INTENT ............................................................................................. SP-1 SECTION 2 – PRECEDENCE OF CONTRACT DOCUMENTS .............................. SP-1 SECTION 3 – DEFINITIONS OF TERMS ................................................................ SP-1 SECTION 3A – PRELIMINARY MATTERS ............................................................. SP-2 SECTION 4 – SCOPE OF WORK ........................................................................... SP-4 SECTION 5 – CHANGES IN WORK ........................................................................ SP-6 SECTION 6 – CONTROL OF THE WORK .............................................................. SP-6 SECTION 7 – CONTROL OF MATERIALS ............................................................. SP-9 SECTION 8 – PROSECUTIONS AND PROGRESS ................................................ SP-9 SECTION 9 – LEGAL RELATIONS AND RESPONSIBILITIES ............................... SP-9 SECTION 10 – ESTIMATES AND PAYMENTS ..................................................... SP-10 SECTION 11 – GUARANTEES ............................................................................. SP-10 SECTION 12 – DISPUTES .................................................................................... SP-10 SECTION 13 – INTEGRATION ............................................................................. SP-10 SECTION 14 – CONFLICT OF INTEREST ........................................................... SP-10 SECTION 15 – INDEPENDENT CONTRACTOR STATUS ................................... SP-10 SECTION 16 – MISCELLANEOUS PROVISIONS ................................................ SP-10

  • Orange County Water District TOC-7 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TECHNICAL SPECIFICATIONS

    DIVISION 1 - GENERAL REQUIREMENTS 01015 Project Requirements 01025 Measurement and Payment 01070 Abbreviations of Terms and Organizations 01080 Identification and Tagging 01090 Regulatory Requirements and Permits 01140 Work Restrictions 01140A System Outage Request Form 01150 Site Security 01160 Field Engineering 01300 Submittals 01310 Construction Progress Schedule 01320 Construction Progress Documentation 01340 Request for Information and Clarifications 01360 Environmental Controls 01380 Construction Photographs 01400 Quality Control and Inspection 01500 Temporary Facilities 01500A Exhibit A 01500AF Exhibit A Figures 01575 Traffic Control 01580 Project Identification and Signs 01580A Example Signage

    01610 General Equipment Stipulations 01611 Meteorological and Seismic Design Criteria 01612 Shipping 01612-1 Export Shipment Instructions 01612-2 Marking Instructions 01614 Delivery, Handling and Storage 01620 Equipment Schedule 01630 Pipeline Schedule 01630S01 Pipeline Schedule 01640 Valve and Gate Schedule 01640A Valve and Gate Schedule 01650 Testing, Startup and Training Requirements 01650A Testing, Startup and Training Form 01770 Closeout Procedures 01788 Product Warranties and Bonds

    DIVISION 2 - SITEWORK

    02050 Demolition and Salvage 02140-GWRS Dewatering 02200-GWRS Earthwork

  • Orange County Water District TOC-8 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS (Continued)

    DIVISION 2 – SITEWORK (Continued)

    02200-SEFE Earthwork 02200-Fig.1-SEFE Soil Classification 02200-Fig.2-SEFE Lateral Earth Pressure and Temporary Tie-Backs 02200-Fig.3 SEFE Schematic Fill Profile 02200-Fig.S-010-SEFE Pipe Installation and Pavement Replacement 02200-Fig.S-020- SEFE Pipe Support Beam Across Trenches 02201-SEFE Geotextile Separation and Stabilization 02202-GWRS Trenching and Backfilling 02225 Well Destruction 02232-SEFE Preparation of Pavement Subgrade 02271-SEFE Stormwater Pollution Control Plan 02370 Augered Pressure Grouted Piles 02371 Augered Pressure Grouted Piles - Load Testing 02512 Asphaltic Concrete Paving 02522 Concrete Sidewalk, Curb, and Gutter 02630 Polyvinyl Chloride (PVC) Pressure Pipe 02634 High Density Polyethylene (HDPE) Pressure Pipe 02704 Pipeline Pressure and Leakage Testing

    DIVISION 3 - CONCRETE

    03100 Concrete Formwork 03200 Concrete Reinforcement 03250 Concrete Joints and Accessories

    03300 Cast-In-Place Concrete 03350 Concrete Placing, Finishing, and Curing 03600 Grout 03710 Concrete Crack and Structure Repair

    DIVISION 4 - MASONRY

    04230 Reinforced Hollow Unit Masonry DIVISION 5 – METALS

    05210 Steel Joists and Joist Girders 05312 Steel Roof Deck 05400 Cold Formed (Light) Metal Framing 05520 Handrailing, Guardrailing, and Ladders 05530 Grating 05550 Anchorage in Concrete and Masonry 05990 Structural and Miscellaneous Metals

  • Orange County Water District TOC-9 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    DIVISION 6 - WOODS AND PLASTICS 06100 Rough Carpentry

    TABLE OF CONTENTS (Continued)

    DIVISION 7 - THERMAL AND MOISTURE PROTECTION

    07160 Dampproofing and Waterproofing 07185 Masonry Water Repellent Coating 07200 Thermal Insulation 07241 Exterior Acrylic Finish System 07412 Metal Wall Panels 07525 Modified Bitumen Roofing 07600 Sheet Metal 07700 Roof Specialties and Accessories 07720 Roof, Floor and Wall Expansion Joint Assemblies 07900 Caulking

    DIVISION 8 - DOORS AND WINDOWS 08110 Steel Doors and Frames 08120 Fiberglass Reinforced Doors and Door Frame Systems 08331 Rolling Aluminum Doors 08361 Sectional Overhead Doors 08410 Aluminum Entrances 08630 Metal Framed Skylights 08700 Finish Hardware 08800 Glass and Glazing 08910 Glazed Aluminum Curtain Walls 08950 Translucent Skylights

    DIVISION 9 - FINISHES

    09250 Gypsum Wallboard 09520 Acoustical Treatment 09870 Protective Coatings for Steel Water Storage Tanks 09880 Elastomeric High-Solids Urethane Lining and High Solids Epoxy

    Lining Systems 09920 Architectural Painting 09940 Protective Coatings 09940-1 Coating Data Sheet 09940-2 Coating Data Sheet

    DIVISION 10 - SPECIALTIES

    10200-SEFE Louvers 10210-GWRS Metal Wall Louvers 10990 Miscellaneous Specialties

  • Orange County Water District TOC-10 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS (Continued)

    VOLUME 2 DIVISION 11 - EQUIPMENT

    11115 Horizontal End Suction Centrifugal Pumps 11140-GWRS Vertical Diffusion Vane Pumps 11140-SEFE Vertical Diffusion Vane Pumps 11185 Submersible Sump and Sewage Pumps 11192 Sample Pumps 11213 RO Membrane Feed Pump 11221 RO CIP Mixers 11222 Solar Powered Tank Circulation Equipment 11293-SEFE Sluice and Slide Gates 11293S01-SEFE Sluice and Slide Gate Schedule 11295 Lime Saturator 11325 Filter Screen 11345-SEFE Gear Type Chemical Feed Pump 11355 Submersible Mixer 11400 Reverse Osmosis Treatment System 11401 Forced Draft Decarbonator 11403 Cartridge Filters 11405 Energy Recovery System for RO System 11630 Compressed Air Accessories 11720 Polymer Feed System 11726 Lime Feed System 11727 Liquid Chemical Feed Systems

    DIVISION 13 - SPECIAL CONSTRUCTION

    13030 Membrane Filtration System – Installation 13122 Pre-Engineered Metal Canopies 13190 Fiberglass Reinforced Plastic Chemical Storage Tanks 13199 Chemical Storage Tank Installation 13205 Welded Steel Tanks 13206 Steel Tank Interior Cathodic Protection 13207 Steel Tank Exterior Cathodic Protection 13500 Process Control System 13500F Process Control System Figures 13500A Instrument Device Schedule 13530 Distributed Control System 13530A I/O Listing Description Sheet 13550 Software Control Block Descriptions 13550A Process Control Descriptions 13550B Loop Functional Descriptions 13550C Existing Graphics Screens 15550D Composite Function Templates

  • Orange County Water District TOC-11 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    TABLE OF CONTENTS (Continued)

    DIVISION 13 - SPECIAL CONSTRUCTION (Continued) 13561 Panel Mounted Instruments 13562 Flow Instruments 13563 Pressure and Level Instruments 13564 Analytical Instruments 13565 Miscellaneous Instruments 13570 Panels, Consoles and Appurtenances 13590 Network Systems 13592 Foundation Fieldbus Implementation and Performance Requirements 13593 Devicenet Implementation and Performance Requirements 13700 UV Disinfection System Installation 13930 Fire Sprinkler System

    VOLUME 3

    DIVISION 14 - CONVEYING SYSTEMS 14621 Monorail Chain Hoists 14622 Monorail Electric Wire Rope Hoists 14630 Bridge Cranes

    DIVISION 15 - MECHANICAL 15010 Valve Installation 15020 Miscellaneous Piping and Accessories Installation 15050 Basic Mechanical Building Systems Materials and Methods 15060 Miscellaneous Piping and Pipe Accessories 15061 Ductile Iron Pipe 15062 Steel Pipe 15062A Steel Pipe Fittings 15062B Dimensions for Steel Pipe Fittings 15064 Stainless Steel Pipe, Tubing and Accessories

    15065 Miscellaneous Steel Pipe, Tubing and Accessories 15067 Miscellaneous Plastic Pipe, Tubing, and Accessories 15068 AWWA Stainless Steel Pipe 15069 Cast Iron Soil Pipe and Accessories 15070 Copper Tubing and Accessories 15071 Fiberglass Reinforced Plastic Pressure Pipe 15091 Miscellaneous Ball Valves 15092 Industrial Butterfly Valves 15093 Check Valves 15094 Backflow Preventers 15095 Solenoid Valves

  • Orange County Water District TOC-12 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    15099 Pressure Reducing Valves 15100 Miscellaneous Valves 15101 AWWA Butterfly Valves

    TABLE OF CONTENTS (Continued) DIVISION 15 – MECHANICAL (Continued)

    15102 Eccentric Plug Valves 15106 Valve Actuators – Electric, Pneumatic, and Manual 15108 Air Valves 15140 Pipe Supports 15140A Hangers and Supports (A) 15140B Hangers and Supports (B) 15400 Plumbing 15500 Heating, Ventilating, and Air Conditioning 15650 Refrigeration Systems 15990 Testing, Adjusting and Balancing

    DIVISION 16 - ELECTRICAL

    16050 Electrical 16075 OCSD Electrical Identification Nameplates and Warning Signs 16100 Electrical Equipment Installation and Testing 16122 Multimode Fiber 16123 OCSD Fiber Optics 16150 Variable Frequency Drives 16155 Medium-Voltage Adjustable Frequency Drives and Isolation

    Transformers 16220 General Purpose Induction Motors 16220DS Motor Data Sheet 16221 Medium Voltage Induction Motors 16320 Medium-Voltage Three Phase Pad-Mounted Transformer 16345 Medium-Voltage Metal-Clad Switchgear 16345-S01 Switchgear Incoming Line Sections 16345-S02 Bus Tie Breaker Sections 16345-S03 Feeder Breaker Sections 16442 OCSD Control Panels 16480 600 Volt Class Motor Control Centers

    16610 Uninterruptible Power Supply 16641 Cathodic Protection for Welded Steel Tanks 16721 Fire Detection and Alarm System 16725 Electronic Security Equipment

    DIVISION 17 – INSTRUMENTATION AND CONTROL

    17075 OCSD Valve, Panel & Instrumentation Nameplates 17156 OCSD Magnetic Flowmeters 17156A OCSD Magnetic Flowmeters Schedule

  • Orange County Water District TOC-13 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    17300 OCSD Control Strategies 17405 OCSD Process Instrumentation and Control 17405A Attachment A - Sample Loop Diagrams 17405B Attachment B - Sample Instrument Data Sheets

    TABLE OF CONTENTS (Continued) DIVISION 17 – INSTRUMENTATION AND CONTROL (Continued)

    17405C Attachment C - Test Parts 1&2 17405D Attachment D - Sample Functional Acceptance Test Procedures 17411 OCSD Programming by District 17411C Sample Technical Memorandum 17411D Sample Test Sheet

    VOLUME 4

    DRAWINGS General, Demolition, Civil, Corrosion Protection, Yard Piping, Foundation, Architectural, Structural, Mechanical, HVAC, Plumbing

    VOLUME 5 DRAWINGS (Continued) Electrical

    VOLUME 6 DRAWINGS (Continued) Instrumentation and Control

    VOLUME 7 DRAWINGS (Continued) Loop Diagrams

    VOLUME 8 DRAWINGS (Continued) Secondary Effluent Flow Equalization

  • Orange County Water District TOC-14 TABLE OF CONTENTS Advanced Water Purification Facility August 2011 Initial Expansion of the Groundwater Replenishment System CONFORMED

    APPENDICES

    Appendix A – Assignment of Siemens and Trojan Technologies Inc. Contract Documents

    Appendix B – RDP Proposal and Preliminary Materials Lists Appendix C – Siemens Pre-Selection Documents - CD Appendix D – Siemens Shop Drawings, Cut Sheets, Project Manuals - CD Appendix E – Trojan Technologies Inc. Pre-Selection Documents - CD Appendix F – Trojan Shop Drawings, Cut Sheets, Project Manuals - CD Appendix G – Limited Lead-based Paint Survey for Orange County Water District,

    prepared by Coffey Environments, January 2010 Appendix H – Project Record Asbestos Survey, prepared by CTL Environmental

    Services, February 1998 Appendix I – Existing RO Building Roof Supports

  • N-1 CONFORMED

    NOTICE INVITING BIDS PLEASE TAKE NOTICE that sealed bids will be received at Orange County Water District ("District") Boardroom, 18700 Ward Street, Fountain Valley, CA 92708 (mailing address: P.O. Box 8300, Fountain Valley, CA 92728-8300), until 2:00 p.m. local time on Monday, July 18, at which time the bids will be publicly opened and read aloud for performing all work and furnishing all labor, materials and equipment for: INITIAL EXPANSION OF THE GROUNDWATER REPLENISHMENT SYSTEM CONTRACT NO. GWRS-2011-01 Any Bid received after 2:00 p.m on the date specified above shall not be considered and shall be returned to the Bidder unopened. The Work is to be done in accordance with the plans, specifications and contract documents on file in the District office, 18700 Ward Street, Fountain Valley, California, which plans and specifications are designated as above, and which documents are by this reference incorporated herein. PREBID CONFERENCE: A mandatory prebid conference will be held at the District office, 18700 Ward Street, Fountain Valley, CA 92708 on Tuesday, May 31, 2011 at 10:00 a.m. All potential bidders, Contractors and other interested parties are required to attend this conference conducted by the District and Engineer. The pre-bid conference will include discussion of construction issues and contract requirements. Optional tours of the project site will follow the pre-bid conference. Any bid submitted by a bidder that is not represented at the prebid conference shall not be considered and shall be returned to the Bidder unopened. SCOPE OF WORK: The proposed WORK is generally described as follows: The existing 70 million gallon per day (mgd) Advanced Water Purification Facility (AWPF) owned and operated by Orange County Water District is to be expanded by 30 mgd to a total production capacity of 100 mgd. Influent diurnal flow variations to OCSD Plant No. 1 result in flows in excess of the GWR System capacity during the daytime hours and flows less than what is required for full capacity production of 100 mgd during the night time hours. The proposed facilities will provide the storage and pumping facilities required to equalize secondary effluent flow into the GWR System allowing a constant 24-hour production of 100 mgd. The Work includes furnishing all labor, materials, tax, equipment, bonds, insurance, and services in strict compliance with the Contract Documents for a complete and operating plant expansion. The Work includes, but shall not be limited to: demolition, site clearing and preparation, and disposal of excavated materials; installation, assembly and connection of new treatment equipment; modification to existing concrete structures and construction of new concrete structures, including deep pile foundation; trenching, hand excavation, sheeting, shoring, and bracing; protection of existing utilities; purchase, installation, assembly, testing, start-up and commissioning of new treatment equipment; installation of a new pump station; steel above ground storage tanks, and concrete metering and valve vaults; extension of existing and installation of new site and interior piping, valves, meters, vaults; lining and coatings; installation of new pipe supports; site restoration, paving, and grading; site security and traffic control; modification to existing and installation of new conduit; wiring; and power and control systems; and integration and upgrade of the new plant control system.

  • N-2 CONFORMED

    The existing AWPF is divided into reference areas requiring expansion or modification as follows: • Area 100: Plant Wide Facilities • Area 140: Screening Facility • Area 142: Flow Equalization Facilities • Area 150: Main Laboratory • Area 200: Microfiltration (MF) System and associated waste management

    facilities and transfer pump station • Area 400: Bulk Chemical Storage, including sodium hypochlorite, threshold

    inhibitor, sulfuric acid, and hydrogen peroxide. • Area 500: Reverse Osmosis (RO) System • Area 600: Ultraviolet Light (UV) System • Area 710: Decarbonation System • Area 720: RO Flush Feed Pump Station • Area 730: Lime Feed System • Area 750: Sodium Bisulfite System • Area 800: Product/Barrier Pump Station • Area 900: Switchgear Building

    The MF and UV systems are being procured by the District under separate contracts. A procurement contract has been negotiated between the District and the System Suppliers. The procurement contracts for the two systems will be assigned to the Contractor on the Project concurrently with the execution of the Agreement. PRE-SELECTION OF PROCESS CONTROL SYSTEM INTEGRATOR (PCSI): Bidders’ attention is directed to the Process Control System section, which provides a list of acceptable PCSI’s. Only pre-selected firms will be allowed to bid the PCSI portion of this Contract. PRE-SELECTION OF LIME FEED SYSTEM SUPPLIER AND EQUIPMENT: Bidders’ attention is directed to the Lime Feed System section, which lists the acceptable system supplier and equipment. The pre-selected system supplier has provided a proposal, which is included in the Appendices. COMPLETION OF WORK AND LIQUIDATED DAMAGES: All Work must have reached Substantial Completion and Final Completion within the number of consecutive calendar days from the date of the Notice to Proceed issued by the District defined in the Bid Form herein. Failure to complete the Work within the time set forth herein will result in the imposition of liquidated damages for each day of delay, in the amount set forth in the Bid Form. OBTAINING CONTRACT DOCUMENTS: The Contract Documents, including plans, specifications, contract appendices, and all reference documents may be purchased at ARC Reprographics, located at 345 Clinton Street, Costa Mesa, CA 92626. Contract Documents are available as half size drawings (including specifications, contract appendices, and all reference documents) for $475 per set (plus tax, shipping, and handling) and as full size drawings (including specifications, contract appendices, and all reference documents) for $575 per set (plus tax, shipping, and handling). Contract

  • N-3 CONFORMED

    Documents may also be obtained on DVD for $200 per set (plus tax, shipping, and handling). ARC Reprograhics PlanWell Department Telephone: (949) 660-1150 Facsimile: (714) 424-8526 Email address: [email protected] Will Call order is available to several locations in Orange, Riverside, San Bernardino, and San Diego counties at no shipping or handling charge. Refer to the following website for a list of locations: http://www.ocbinc.com/locations Payment will not be refunded and the plans and specifications and contract documents are not required to be returned. BID GUARANTEE: Each Bid shall be accompanied by one of the following: a certified or cashier's check, or bid bond in an amount not less than ten percent (10%) of the Total Base Bid, payable to the Orange County Water District, as a guarantee that the Bidder, if its Bid is accepted, shall promptly execute the Agreement, furnish a satisfactory Faithful Performance Bond in an amount not less than one hundred percent (100%) of the Total Base Bid, furnish a Labor and Material Bond in an amount not less than one hundred percent (100%) of the Total Base Bid, and furnish certificates evidencing that the required insurance is in effect in the amounts set forth in the Insurance Conditions. The Faithful Performance Bond shall remain in full force and effect through the guarantee period as specified in the General Provisions. All surety companies shall be admitted surety insurers and shall comply with the provisions of Code of Civil Procedure Section 995.630. WAGE RATE: As required by Section 1773 of the California Labor Code, the Director of the Department of Industrial Relations of the State of California has determined the general prevailing rates of wages in the locality in which the Work is to be performed. Copies of these wage rate determinations, entitled PREVAILING WAGE SCALE, are maintained at the principal office of the District, 18700 Ward Street, Fountain Valley, California, and are available to any interested party upon request. The awarded Contractor shall post a copy of this document at each job site. The Contractor and any subcontractor under it shall pay not less than the specified prevailing rates of wages to all workers employed in the execution of the Contract. Bidders are also advised that any Contractor who is awarded a public works project and intends to use a craft or classification not shown on the general prevailing wage determination may be required to pay the wage rate of that craft or classification most closely related to it as shown in the general determinations effective at the time of the call for Bids. PROJECT ADMINISTRATION: All questions, interpretations, or clarifications relative to this Project prior to the opening of bids shall be directed, in writing, to the Project Manager for the Project at the following address:

    ORANGE COUNTY WATER DISTRICT

  • N-4 CONFORMED

    18700 Ward Street Fountain Valley, CA 92708

    Mailing Address: P.O. Box 8300 Fountain Valley, CA 92728-8300

    Attention: Mehul Patel, P.E. Telephone: 714/378-3200 Facsimile: 714/378-3373 [ADDED PER ADDENDUM NO. 1] Questions, interpretations, or clarifications may be e-mailed to Mehul Patel ([email protected]) in the form of a letter in PDF format. The potential bidder shall consecutively number each submitted question for reference purposes.

    SUBSTITUTION OF SECURITIES: At the request and expense of the successful Bidder, the District will pay the amounts retained pursuant to the Contract Documents as security for the completion of the Work in compliance with the requirements of Public Contract Code Section 22300 and the provisions of the General Provisions pertaining to "Substitution of Securities." CONTRACTOR'S LICENSE SPECIFICATION: In accordance with the provisions of California Public Contract Code Section 3300, the District requires that the Bidder possess the following classification of contractor's license at the time that the bid proposal is submitted: Class A. Each bidder shall clearly write or type their contractor’s license number on the outside of the bidding envelope. SHEETING, SHORING AND BRACING: Pursuant to Labor Code Section 6707, each bid submitted in response to this Notice Inviting Bids shall contain, as a bid item, adequate sheeting, shoring and bracing, or equivalent method, for the protection of life or limb in trenches and open excavations, which shall conform to applicable safety orders. Attention is directed to the preparation and completion requirements for Sheeting, Shoring, and Bracing as described in the Measurement and Payment Section and the Contract Documents. DISTRICT'S RIGHTS RESERVED: The Orange County Water District reserves the right to reject any or all bids, to waive any informality in any bid, and to make awards in the best interests of the District. Dated: _____________________ ORANGE COUNTY WATER DISTRICT By: ___________________________

    Michael R. Markus, P.E. General Manager

  • I-1 CONFORMED

    INFORMATION FOR BIDDERS INITIAL EXPANSION OF THE GROUNDWATER REPLENISHMENT SYSTEM CONTRACT NO. GWRS-2011-01 OBTAINING CONTRACT DOCUMENTS: The Contract Documents, including plans, specifications, contract appendices, and all reference documents may be purchased at OCB Reprographics as indicated in the Notice Inviting Bids. The Bidder to whom the Contract is awarded, if it be awarded, will receive five (5) sets of the Contract Documents at no charge upon execution of the Agreement. [REVISED PER ADDENDUM NO. 3] CONTRACT DOCUMENTS: The Contract Documents consist of Notice Inviting Bids; Information for Bidders; Insurance Conditions; Bid; Examination of Proposed Work; Summary and Bid Schedule; Firm Identification; List of Subcontractors; Equipment/Material Source Information; Noncollusion Affidavit to be Executed by Bidder and Submitted with Bid; Bid Bond; Contractor’s License Declaration; Firm’s Experience; Firm’s References; Electrical Subcontractor’s License Declaration; Electrical Subcontractor’s References; Process Control System Integrator Subcontractor’s License Declaration; Process Control System Integrator Subcontractor’s References; Process Control System Integrator Checklist; Selected Disadvantaged Business Enterprise Forms 6100-3 and 6100-4; Agreement; Faithful Performance Bond; Labor and Materials Bond; Escrow Agreement for Security Deposits in Lieu of Retention; Assignment of Pre-Selection Contract with Trojan Technologies, Inc. For the Permanent Ultraviolet Disinfection and Oxidation System; Assignment of the Pre-Selection Contract with Siemens for the Permanent Membrane Pre-Treatment System; RDP Technologies, Inc. proposal for the Permanent Lime Feed System; General Provisions; Special Provisions; Compliance Guidelines For Clean Water State Revolving Fund (CWSRF) Program Disadvantaged Business Enterprise (DBE) and Approval of Award (AOA); California State Water Resources Control Board – Clean Water State Revolving Fund Davis Bacon Requirements; State Revolving Fund Loan Program Construction Contract Requirements and Boilerplate; Technical Specifications; Plans; Subsurface or Geotechnical Investigation Report; and any Addenda issued prior to the submittal of the Bid. Also included shall be any and all Change Orders or supplemental written agreements approved as required by these Contract Documents amending the scope or cost or extending the time of completion of the Work contemplated and which may be required to complete the Work in a substantial and acceptable manner. SCOPE OF WORK: The Work involves furnishing all labor, materials, tax, equipment and services in strict compliance with the Contract Documents, for a completed and operating plant expansion, as follows:

  • I-2 CONFORMED

    The existing 70 million gallon per day (mgd) Advanced Water Purification Facility (AWPF) owned and operated by Orange County Water District is to be expanded by 30 mgd to a total production capacity of 100 mgd. Influent diurnal flow variations to OCSD Plant No. 1 result in flows in excess of the GWR System capacity during the daytime hours and flows less than what is required for full capacity production of 100 mgd during the night time hours. The proposed facilities will provide the storage and pumping facilities required to equalize secondary effluent flow into the GWR System allowing a constant 24-hour production of 100 mgd.

    The Work includes, but shall not be limited to: demolition, site clearing and preparation, and disposal of excavated materials; installation, assembly and connection of new treatment equipment; modification to existing concrete structures and construction of new concrete structures, including deep pile foundation; trenching, hand excavation, sheeting, shoring, and bracing; protection of existing utilities; purchase, installation, assembly, testing, start-up and commissioning of new treatment equipment; installation of a new pump station; steel above ground storage tanks, and concrete metering and valve vaults; extension of existing and installation of new site and interior piping, valves, meters, vaults; lining and coatings; installation of new pipe supports; site restoration, paving, and grading; site security and traffic control; modification to existing and installation of new conduit; wiring; and power and control systems; and integration and upgrade of the new plant control system.

    The existing AWPF is divided into reference areas requiring expansion or modification as follows: • Area 100: Plant Wide Facilities • Area 140: Screening Facility • Area 142: Flow Equalization Facilities • Area 150: Main Laboratory • Area 200: Microfiltration (MF) System and associated waste management facilities

    and transfer pump station • Area 400: Bulk Chemical Storage, including sodium hypochlorite, threshold inhibitor,

    and sulfuric acid. • Area 500: Reverse Osmosis (RO) System • Area 600: Ultraviolet Light (UV) System • Area 710: Decarbonation System • Area 720: RO Flush Feed Pump Station • Area 730: Lime Feed System • Area 750: Sodium Bisulfite System • Area 800: Product/Barrier Pump Station • Area 900: Switchgear Building

    The MF and UV systems are being procured by the District under separate contracts. A procurement contract has been negotiated between the District and the System Suppliers. The procurement contracts for the two systems assigned to the Contractor on the Project concurrently with the execution of the Agreement.

  • I-3 CONFORMED

    ASSIGNMENT OF PRE-SELECTION CONTRACT RIGHTS AND DUTIES: Prior to issuing the Notice Inviting Bids for the Contract, the District has entered into Pre-Selection Contracts for engineering procurement, delivery of certain equipment, services and components of specialty systems that are to be installed by the selected Contractor in connection with the completed work of improvement. These contracts include a Pre-Selection Contract with Trojan Technologies Inc. for the Permanent Ultraviolet Disinfection and Oxidation System (the “UV” Contract”), and a Pre-Selection Contract with Siemens (formerly U.S. Filter Wastewater Group, Inc.) for the permanent Membrane Pre-Treatment System (the Membrane Contract”). If any Proposal is selected, the selected Contractor will be required to accept assignment to the following work product or contract rights and obligations under the Pre-Selection Contracts.

    i. The District will assign to the selected Contractor the District’s rights, and will delegate performance to the selected Contractor of the District’s obligations, under the UV Contract for Procurement, and delivery of the permanent Ultraviolet Disinfection and Oxidation System as described in the Ultraviolet Disinfection and Oxidation System Pre-Selection Proposal Specifications. The selected Contractor shall accept transfer of such rights and obligations, assume responsibility for payment of the vendor for the UV System, and assume responsibility for procurement and delivery of the UV System.

    ii. The District will assign to the selected Contractor the District’s rights, and will

    delegate performance to the selected Contractor of the District’s obligations, under the Membrane Contract for procurement, and delivery of the Membrane System as described in the Membrane Procurement documents. The selected Contractor shall accept transfer of such rights and obligations, assume responsibility for payment of the vendor for the Membrane System, and assume responsibility for procurement and delivery of the Membrane System.

    The cost reimbursement of payment obligation for each transferred item of work product or Procurement Contract rights is included in the Bid Schedule. Copies of each of these contracts (the “Pre-Selection Contracts”) are included in the Appendices available as set forth in the Notice Inviting Bids. Appendix A contains the District’s forms of Assignment of Contract for the UV Contract and the Membrane Contract. The District will issue the final executed versions of each Assignment of Contract to the successful Contractor at the time of award of the Advanced Water Purification Facility contract. The Contractor will execute and return a copy of the Assignment of Contract for the UV and Membrane Contracts and will issue a “Notice to Commence Fabrication” to the UV and Membrane Contracts within the number of calendar days from the issuance of Notice to Proceed as defined in the Bid Form.

  • I-4 CONFORMED

    PRE-SELECTED LIME FEED SYSTEM EQUIPMENT AND SERVICES: Prior to issuing the Notice Inviting Bids for the Contract, the District has received a proposal from RDP Technologies, Inc. for engineering, procurement, delivery of equipment, services and components of the Lime Feed System that are to be installed by the selected Contractor in connection with the completed work of improvement. Appendix B contains the proposal and preliminary materials lists from RDP Technologies, Inc. The price for the pre-selected equipment and services is listed in the Bid Schedule and shall be used by the CONTRACTOR in preparing a bid. ADDITIONAL APPENDICES Additional reference information as described in the Special Provisions may be purchased at OCB Reprographics as described in the Notice to Bid. SITE OF WORK: The site of the Work is located at 18700 Ward Street, Fountain Valley, CA 92708 in Orange County. SITE EXAMINATION: At its own expense and prior to submitting its Proposal, each Bidder shall examine the Contract Documents; attend the Prebid Conference and the jobsite walk, visit the site and determine the local conditions which may in any way affect the performance of the Work, including the prevailing wages and other relevant cost factors; familiarize itself with all Federal, State and local laws, ordinances, rules, regulations and codes affecting the performance of the Work, including the cost of permits and licenses required for the Work; make such surveys and investigations as it may deem necessary for performance of the Work at its Total Base Bid within the terms of the Contract Documents; determine the character, quality, and quantities of the Work to be performed and the materials and equipment to be provided; and correlate its observations, investigations, and determinations with the requirements of the Contract Documents. The Contract Documents show and describe the existing conditions, as they are believed to exist, and the surveys, investigations, and other data, which have been used in the design of the Work. PREPARATION OF BIDS: Bids shall be submitted on the prescribed Bid forms, completed in full. All bid items and statements shall be properly filled out. Numbers shall be stated both in words and in figures where so indicated, and where there is a conflict in the words and the figures, the words shall govern. The signatures of all persons signing the Bid shall be in longhand. Prices, wording and notations must be in ink or typewritten. Erasures or other changes shall be noted over by signature of the Bidder. In the event that the Bidder is a Joint Venture or Partnership, there shall be submitted with the bid certifications signed by authorized officers of each of the parties to the Joint Venture or Partnership, naming the individual who shall be the agent of the Joint Venture or Partnership, who shall sign all necessary documents for the joint venture or partnership and, should the Joint Venture or Partnership be the successful Bidder, who shall act in all matters relative to the Contract resulting there from for the Joint Venture or Partnership.

  • I-5 CONFORMED

    FORM AND DELIVERY OF BIDS: The Bid shall be made on the Bid Schedule provided as part of the Bid Form. The complete Bid Package submitted by the Bidder shall include all the forms listed on the table below and provided herein. The complete Bid shall be enclosed in a sealed envelope, addressed and delivered or mailed to the District. The address label shall read: For express mail, courier, or hand delivery: SEALED BID: ATTENTION MEHUL PATEL, P.E Orange County Water District 18700 Ward Street Fountain Valley, CA 92708 For U.S. Postal Service delivery: SEALED BID: ATTENTION MEHUL PATEL, P.E Post Office Box 8300 Fountain Valley, CA 92728-8300 The Bid must be received on or before the time set forth in the Notice Inviting Bids for the opening of Bids. The envelope shall be plainly marked in the lower left hand corner with the Bidder's name and Contractor’s license number, the Contract designation and the date and time for the opening of bids. It is the Bidder's sole responsibility to ensure that its Bid is received prior to the scheduled closing time for receipt of Bids. In accordance with Government Code Section 53068, any Bid received after the scheduled closing time for receipt of Bids shall be returned to the Bidder unopened. At the time set forth in the Notice Inviting Bids for the opening of Bids the sealed Bids will be opened and read aloud at the District office.

    ITEM 1. Bid Form 2. Firm Identification 3. List of Subcontractors 4. Equipment/Material Source Information 5. Noncollusion Affidavit to be Executed by Bidder and Submitted with Bid 6. Bid Bond 7. Contractor’s License Declaration 8. Firm’s References 9. Electrical Subcontrator’s License Declaration 10. Electrical Subcontrator’s References 11. Process Control System Integrator Subcontrator’s License Declaration 12. Process Control System Integrator Subcontrator’s References 13. Process Control System Integrator Checklist 14. Selected Disadvantaged Business Enterprise Form 6100-3 15. Selected Disadvantaged Business Enterprise Form 6100-4

    COMPLETE? 1._____ 2._____ 3._____ 4._____ 5._____ 6._____ 7._____ 8._____ 9._____ 10._____ 11._____ 12._____ 13._____ 14._____ 15._____

  • I-6 CONFORMED

    WITHDRAWAL OF BIDS: The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or its properly authorized representative, and received at the District office prior to the scheduled closing time for receipt of Bids. Any request to withdraw a Bid shall be so worded as not to reveal the amount of the original bid. Withdrawn Bids may be resubmitted until the scheduled time for receipt of Bids, so long as the resubmitted Bids are in full conformance with the Contract Documents. Pursuant to Section 5100, et seq., of the California Public Contract Code, the Bidder shall notify the District within five (5) calendar days after the opening of Bids of the mistake, specifying in the notice how the mistake occurred, in case of a mistake in the Bid submitted by the Bidder. MODIFICATIONS AND ALTERNATIVE PROPOSALS: Unauthorized conditions, limitations or provisos attached to a Bid will render it informal and may cause its rejection. Bids may be rejected if they show any alteration in the form, are incomplete, otherwise contain irregularities of any kind, or fail to conform in all respects to the requirements for bidding. Alternative proposals will not be considered unless called for in the Contract Documents. Oral, telephonic or telegraphic Bids or modifications will not be considered. The District reserves the right to reject any or all Bids. DISCREPANCIES IN BIDS: The Bidder shall furnish a price for all Bid items in the Bid schedule. Failure to do so will render the Bid incomplete and will cause its rejection. In the event there are unit price bid items in a bidding schedule and the "Amount" indicated that bid item does not equal the product of the unit price and quantity, the unit price shall govern and the amount will be corrected accordingly. In the event that the total indicated for the schedule does not agree with the sum of the prices bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly. INTERPRETATIONS AND ADDENDA: Each Bidder shall promptly, and in writing, notify the District of any conflicts, errors, omissions, ambiguities or discrepancies found in the bidding documents. Clarifications, interpretations, and questions must be received by the Program Manager no later than fourteen days (14) prior to bid opening. Addenda may be issued to modify the Contract Documents as deemed advisable by the District. Addenda will be posted or delivered to all parties recorded by the District as having received the Contract Documents. No Addenda will be issued no later than seven (7) calendar days prior to the date for receipt of Bids, except an Addendum, if necessary, postponing the date and time for receipt of Bids or withdrawing the request for Bids. Full consideration shall be given to all Addenda in the preparation of Proposals, as Addenda form a part of the Contract Documents. Bidders shall verify the number of Addenda issued, if any, and acknowledge the receipt of all Addenda in the Bid Form. Failure to acknowledge will cause the Bid to be rejected. DISQUALIFICATION OF BIDDERS: Any individual, firm, partnership, corporation, or association under the same or different name that submits more than one Bid without adhering to the legal requirements under applicable law for withdrawing and

  • I-7 CONFORMED

    resubmitting bids will not be considered for the Project. Reasonable grounds for believing that any Bidder is interested in more than one Bid for the Work contemplated will cause the rejection of all Bids in which such Bidder is interested. If there is reason to believe that collusion exists among the Bidders, all bids will be rejected and none of the participants in such collusion will be considered in future Proposals. BID GUARANTEE: Each Bid shall be accompanied by a certified or cashier's check or bid bond in the amount of not less than ten percent (10%) of the Total Base Bid stated in the Bid. Said check or bond shall be made payable to the Orange County Water District and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement within the number of calendar days after Award of the Contract as defined in the Bid Form, enter into the Assignments of the UV Contract and the Membrane Contract as described in the Contract Documents, and will furnish, on the prescribed forms, the necessary insurance forms, Faithful Performance Bond, and Labor and Materials Bond in accordance with the Contract Documents. In case of refusal or failure to enter into the Agreement, the check or bid bond, as the case may be, shall be forfeited to the District. If the Bidder elects to furnish a bid bond as its Bid guarantee, the Bidder shall use the bid bond form bound herein. RETURN OF BID GUARANTEE: The District will return the Bid Guarantees accompanying all Bids within ten (10) calendar days after the execution of the Agreement by the successful Bidder. PRE-AWARD CONTRACT AUDIT: As a condition precedent to Award of the Contract and issuance of Notice to Proceed, the District reserves the right to audit the Contractor’s accounting system and chart of accounts. This audit will be used to establish a written agreement concerning how the Contractor collects and accounts for both direct and indirect costs in their accounting system and the methodology used by the Contractor in allocating costs to Project. The audit will also review the Contractor’s internal controls concerning their cost collection and billing system. AWARD OF CONTRACT: The District will award the Contract to the lowest responsible Bidder. Evaluation of the Bidder's experience and additional information requested on the form "FIRM’S REFERENCES," bound herein, will be used to determine whether a Bidder is responsible. Any such award, if it be awarded, will be made within sixty (60) calendar days after opening of the Bids. Unless otherwise indicated, a single award will not be made for less than all the Bid items in an individual bidding schedule. The District reserves the right to reject any or all Bids, and to waive any informality in any Bid. COMPETENCY OF BIDDERS: In selecting the lowest responsible Bidder, consideration will be given not only to the financial standing, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. By submitting a Bid, each Bidder agrees that the District, in determining the successful Bidder and its eligibility for the award, may consider the Bidder's experience and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the Bidder's performance of the Work. To this end, each Bid Package shall be supported by a statement of the Bidder's

  • I-8 CONFORMED

    experience as of recent date on the form entitled "FIRM’S REFERENCES,” bound herein. The District may also consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for those portions of the Work. To this end, each Bid Package shall be supported by a statement of the Electrical and Process Control System Subcontractors’ experience as of recent date on the form entitled "ELECTRICAL SUBCONTRACTOR’S REFERENCES,” and "PROCESS CONTROL SYSTEM SUBCONTRACTOR’S REFERENCES,” bound herein. The Bidder is also asked to provide a declaration of license for both the Electrical and Plant Control System Subcontractor. Failure to include such Declaration and License Documents within the Bid Package shall render the bid nonresponsive and such bid will be rejected. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by the District. In this regard, the District may conduct such investigations as the District deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder, proposed subcontractors, and other persons and organizations to do the Work in accordance with the Contract Documents to the District's satisfaction within the prescribed time; and the District reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to the satisfaction of the District. No Proposal for the Work will be accepted from a Contractor who is not licensed in accordance with applicable State law at the time the bid is submitted to the District. EXECUTION OF AGREEMENT: The Bidder to whom Award is made shall execute a written Agreement with the District on the form of Agreement provided, execute the Assignments of the UV Contract and the Membrane Contract on the forms provided in Appendix A, shall secure all insurance and shall furnish all certificates and bonds in the form prescribed in or required by the Contract Documents within the number of calendar days of the Award of the Contract from the District as defined in the Bid Form. Failure or refusal to enter into the Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and the forfeiture of the Bid Guarantee. If the successful Bidder refuses or fails to execute the Agreement, the District may award the contract to the second lowest responsible Bidder. If the second lowest responsible Bidder refuses or fails to execute the Agreement, the District may award the Contract to the third lowest responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, such Bidders' Proposal Guarantees shall be likewise forfeited to the District. CONTRACTOR'S INSURANCE: The Contractor shall not commence Work under this Contract until it has obtained all insurance required hereunder by the Contract Documents; and such insurance shall have been approved by the District as to form, amount and carrier. The Contractor shall not allow any subcontractor to commence Work on its subcontract until any such subcontractor has obtained the same insurance required of the Contractor under the Contract Documents. Details of Insurance Conditions are included in the Insurance Conditions Sections.

  • I-9 CONFORMED

    FAITHFUL PERFORMANCE BOND: The Bidder to whom award is made, shall be required at the time of the execution of the Agreement to furnish a Faithful Performance Bond in an amount not less than one hundred percent (100%) of the Total Base Bid. This bond shall be secured from an admitted surety company, shall be submitted on the prescribed bond form, and the premiums thereon shall be paid by the successful Bidder. The Faithful Performance Bond shall remain in full force and effect through the guarantee period as specified in the General Provisions. LABOR AND MATERIALS BOND: The Bidder to whom award is made shall be required at the time of execution of the Agreement to furnish a Labor and Materials Bond, in an amount not less than one hundred percent (100%) of the Total Base Bid. This bond shall be secured from an admitted surety company, shall be submitted on the prescribed bond form, and the premiums thereon shall be paid by the successful Bidder. QUALIFICATIONS OF SURETY: All surety companies shall be admitted surety insurers and shall comply with the provisions of Code of Civil Procedure Section 995.630. CONTRACT DURATION AND LIQUIDATED DAMAGES: Time is of the essence in completing the Work of this Contract. In entering into an Agreement with the District, the Bidder agrees to the terms and conditions of Substantial Completion, Final Completion, and all associated Liquidated Damages as defined in the Bid Form. PROGRESS PAYMENTS: The Contract Documents call for monthly progress payments based upon the percentage of the Work completed. The District will retain ten percent (10%) of each progress payment as security for completion of the Work. At the request and expense of the successful Bidder, the District will pay the amount so retained in compliance with the requirements of Public Contract Code Section 22300 and the provisions of the Contract Documents pertaining to "Substitution of Securities."

  • IC-1 CONFORMED

    INSURANCE CONDITIONS: The Contractor shall not commence work under this Contract until it has obtained all insurance required hereunder in a company or companies having an A.M. Best rating of A-VII and acceptable to the District; nor shall the Contractor allow any subcontractor to commence work on its subcontract until all insurance required herein of the Contractor has been obtained by such subcontractor. The District makes no representation that the coverage and limits specified herein will necessarily be adequate to protect the Contractor and such coverage and limits shall not be deemed as a limitation on the Contractor’s liability under the indemnities granted to the District in the Contract Documents. Any type of insurance, or any greater limits of liability, than described herein, which the Contractor requires for their own protection or on account statute, shall be the Contractor’s own responsibility and at its own expense. The Contractor shall at the time of the execution of the Agreement present certificate(s) of insurance evidencing the coverage required by this agreement. The effective date of the insurance shall be the effective date of the Agreement. Receipt and acceptance of all proper Certificates of Insurance is a prerequisite to the Notice to Proceed. Such evidence shall include a separate additional insured endorsement and other provisions required herein At least thirty (30) calendar days prior to the expiration of any such policy, a signed complete certificate of insurance, with all endorsements required herein, showing that such insurance coverage has been renewed or extended will be filed with the District. In the event of failure of the Contractor to furnish and maintain said insurance and to furnish satisfactory evidence thereof, the District shall have the right to take out and maintain same coverage for all parties on behalf of the Contractor. The Contractor shall then pay the cost thereof to the District immediately upon presentation of a premium invoice. The Contractor shall provide and maintain at all times during the life of this Contract the following policies of insurance: 1. Workers' Compensation and Employer’s Liability Insurance – The Contractor and all

    subcontractors shall insure (or be a qualified self-insured) under the applicable laws relating to workers’ compensation insurance, all of their employees working on or about the construction site, in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the Labor Code of the State of California and any Acts amendatory thereof. The Contractor shall provide employer’s liability insurance with limits of no less than $1,000,000 each accident, $1,000,000 disease policy limit and $1,000,000 disease each employee. The policy of insurance provided for above shall contain the following endorsement:

  • IC-2 CONFORMED

    [REVISED PER ADDENDUM NO. 4]

    "The insurer waives all rights of subrogation against the Orange County Water District. The Orange County Water District, Engineer, Design Consultant and their respective officers, directors, employees, representatives, volunteers, agents, engineers, and consultants are hereby declared to be additional insureds under the terms of this policy as respects the operations of the named insured at or from the premises of the Orange County Water District described above. The coverage shall contain no special limitations on the scope of protection afforded to Orange County Water District, its officers, directors, employees and representatives."

    The contractor shall waive all rights of subrogation against the Orange County Water District, its directors, officers, employees, or authorized volunteers.

    2. Commercial General Liability and Automobile Liability Insurance – The Contractor

    shall provide and maintain the following commercial general liability and automobile liability insurance:

    Coverage – Coverage for commercial general liability and automobile liability

    insurance shall be at least as broad as the following: a. Insurance Services Office (ISO) Commercial General Liability Coverage

    (Occurrence Form GC0001) b. Insurance Services Office (ISO) Business Auto Coverage Form CA0001),

    covering Symbol 1 (any vehicle) Limits – The Contractor shall maintain limits no less than the following: a. General Liability – Ten million dollars ($10,000,000) per occurrence for bodily

    injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit or products-completed operations aggregate limit is used, either the general aggregate limit shall apply separately to the project/location (with the ISO GC2503, or ISO GC2504, or insurer’s equivalent endorsement provided to the Orange County Water District) or the general aggregate limit and products-completed operations aggregate limit shall be twice the required occurrence limit.

    b. Automobile Liability – One million dollars ($1,000,000) for bodily injury and

    property damage each accident limit. 3. Is Professional Liability applicable to this contract? Yes _X_ No ___

    Professional Liability Insurance: This insurance shall be required coverage for Contractor’s design services to be performed by a professional engineer with appropriate expertise in accordance with applicable laws and regulations, licensed

  • IC-3 CONFORMED

    or registered in the State of California, and that the shop drawings or other evidence of design bear the seal and signature of that professional engineer. This insurance shall provide protection against claims arising out of performance of professional design services and caused by a negligent error, omission, or act for which the insured party is legally liable; such professional liability insurance shall provide coverage in the amount of $1,000,000 per claim and annual aggregate which shall be maintained throughout the duration of the Project and for one year after Substantial Completion.

    In the event that the professional design services are performed by an independent consultant or Subcontractor engaged by Contractor, this insurance shall be furnished and maintained by the independent consultant or Subcontractor. In the event that the professional design services are performed by a member of Contractor's organization, this insurance shall be furnished and maintained by Contractor.

    A certificate of insurance for such professional liability insurance coverage, including the amount, duration, and name of the insured party, shall be delivered to Owner and Engineer Consulting Engineer.

    4. Is Builder’s Risk Insurance required on this contract? Yes _X_ No ___. If required,

    the following applies:

    Builder's Risk Insurance on an "all risk" basis (including earthquake and flood) covering damage to the work itself, including materials and supplies either at the work site stored at another site, or in transit to and from the work site, protecting the interest of Orange County Water District and the Contractor and sufficient to pay the full amount of each loss exclusive of each deductible hereunder. An amount of $2,000,000 per loss or occurrence is required. All deductible amounts shall not exceed $25,000 without the prior consent and approval of the District. Policy deductibles for earthquake and flood shall be arranged at the most favorable levels within current insurance available and shall be subject to the prior approval of the District before the insurance is put in place.

    5. Is Environmental Impairment Liability required on this contract? Yes _X No ____ Environmental Impairment Liability shall be maintained in an amount of $2,000,000

    per claim and $4,000,000 annual aggregate. Coverage for Environmental Impairment Liability shall be appropriate for the hazardous material/waste activity contemplated in this contract.

    Required Provisions: The General Liability, Automobile Liability, Builder’s Risk and

    Environmental Impairment Liability policies shall be in a form satisfactory to the District and shall contain the following endorsements:

    a. "The Orange County Water District, Engineer, Design Consultant and their

    respective officers, directors, employees, representatives, volunteers,

  • IC-4 CONFORMED

    agents, engineers, and consultants are hereby declared to be additional insureds under the terms of this policy as respects the operations of the named insured at or from the premises of the Orange County Water District described above. The coverage shall contain no special limitations on the scope of protection afforded to Orange County Water District, its officers, directors, employees and representatives."

    b. "This insurance policy will not be canceled, limited or nonrenewed by the

    insurer until thirty (30) calendar days after receipt by the Orange County Water District of a written notice of such cancellation, limitation or reduction of coverage."

    c. "This insurance policy is primary insurance and no insurance held or owned

    by the designated additional insureds shall be called upon or looked to in order to cover a loss under said policy; the Orange County Water District, Engineer, Design Consultant and their respective officers, directors, employees, representatives, volunteers, agents, engineers, and consultants shall not be liable for the payment of premiums or assessments on this policy."

    d. Contractor’s insurance shall apply separately to each insured against whom

    claim is made or suit is brought, except with respect to the limits of the insurer’s liability.

    6. Is Asbestos Abatement Liability Insurance required on this contract? Yes X No __.

    If required, the following applies:

    This insurance is required in addition to the other liability coverages specified herein. Asbestos abatement liability insurance shall be written as an "occurrence" type policy and shall cover Contractor, and District, Consulting Engineer, and Engineer as additional insureds, against claims arising from bodily injury, sickness, disease, or death of any person other than Contractor's employees arising out of any act related to asbestos abatement work.

    The liability limits shall be not less than:

    Personal injury and property $2,000,000 each occurrence damage $2,000,000 general aggregate

    *Note 1: Any combination of a minimum $1,000,000 per occurrence General Liability and Excess Liability to meet the $10,000,000 total may be accepted. Note 2: If an insurance policy does not meet these minimum requirements, it shall be the sole responsibility of the Contractor to amend said policy with appropriate ISO endorsements for the duration of this contract, plus 30 calendar days.

  • IC-5 CONFORMED

    Note 3: The General Liability and/or Automobile Liability coverage shall include mobile equipment. Note 4: All insurance terms provided by the Contractor for this contract are subject to approval and acceptance by the Orange County Water District. Note 5: The Orange County Water District, its directors, officers, employees, agents, volunteers, shall be named, by separate endorsement, as additional insured on the policy. Note 6: Contract Name and/or Contract Number shall be indicated on insurance certificate.

  • P-1 CONFORMED (ADD NO.5)

    BID FORM BY _______________________________________________________ (firm) FOR INITIAL EXPANSION OF THE GROUNDWATER REPLENISHMENT SYSTEM CONTRACT NO. GWRS-2011-01 EXAMINATION OF PROPOSED WORK The undersigned Bidder declares that he/she has carefully examined the location(s) of the proposed Work and that he/she has examined the Contract Documents and hereby proposes and agrees to perform all of the work, including subsidiary obligations as defined in the Contract Documents for the prices indicated in the Bid Schedule. Person(s) who examined the proposed work for your firm:

    Firm: ______________________________________________ Examiner’s Name: ______________________________________________ Official Title: ______________________________________________

  • P-2 CONFORMED (ADD NO.5)

    BID SCHEDULE FOR CONTRACT NO GWRS-2011-01

    Bid Item

    Area ID Description Unit

    Estimated Quantity Unit Price Amount

    1 All Mobilization/Demobilization LS 1 - - $5,000,000

    2 All Worker Protection and Safety/Sheeting, Shoring and Bracing

    LS 1 - - $______________

    3 142 Welded Steel Storage Tanks LS 1 - - $______________

    4 210 Siemens Low Pressure Microfiltration System Equipment

    LS 1 $16,067,398.30 $16,067,398.30

    5 610 Trojan Ultraviolet Light System Equipment

    LS 1 $5,696,144.38 $5,696,144.38

    6 730 Lime Feed System Equipment LS 1 $1,752,650 $1,752,650

    7 150 Main Laboratory Demolition LS 1 - - $______________

    8 - - Dewatering LS 1 - - $______________

    9 - - Pile Installation LF 31,500 $____________ $______________

    10 - - Cut Piles five feet below finished grade EA 25

    $____________ $______________

    11 -- Allowance – Witnessing Factory Testing LS 1 $55,000 $55,000

    12 All Process Control System Integration LS 1 - - $______________

    13 510 RO Elements No. 6,500 $____________ $______________

    14 All Furnish all equipment, labor and materials to construct the Initial Expansion of the Groundwater Replenishment System, including all work not included in other bid items, complete in place.

    LS 1 - - $______________

    15 510 Existing RO Building Roof Supports LS 1 - - $__________

    Total Base Bid in Figures: $_______________________________________________ Base Bid for Contract GWRS-2011-01

    Total Base Bid Price in Words:

    ____________________________________________________________________________

    ____________________________________________________________________________

  • P-3 CONFORMED (ADD NO.5)

    The undersigned Bidder understands and agrees that the Total Base Bid is the sum of Base Bid Items 1 through 15 in the Bid Schedule. Each Bid Item shall include all work as defined in the Measurement and Payment section. The Bids shall be evaluated and the contract award shall be determined based on the Total Base Bid amount. However, the District reserves the right to delete the RO Elements from the Project and award the Contract for the Total Base Bid amount less the value for Bid Item No. 13. Each individual bid item shall be determined from visiting the work site, reviewing the Plans and Specifications, and all other portions of the Contract Documents, and shall include all items necessary to complete the Work, including the assumption of all obligations, duties, and responsibilities necessary to the successful completion of the Contract, and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the Work: tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform and complete the Work; site and home office overhead and bonds, insurance and submittals; all as per the requirements of the Contract Documents, whether or not expressly listed or designated. Payment for bid items designated as allowances will be computed based upon actual quantities of the completed work. It is understood and agreed that:

    1. The Bidder has carefully examined all the Contract Documents which will form a part of the contract; namely, the Contract Documents consist of Notice Inviting Bids; Information for Bidders; Insurance Conditions; Bid; Examination of Proposed Work; Summary and Bid Schedule; Firm Identification; List of Subcontractors; Equipment/Material Source Information; Noncollusion Affidavit to be Executed by Bidder and Submitted with Bid; Bid Bond; Contractor’s License Declaration; Firm’s Experience; Firm’s References; Electrical Subcontractor’s License Declaration; Electrical Subcontractor’s References; Process Control System Integrator Subcontractor’s License Declaration; Process Control System Integrator Subcontractor’s References; Process Control System Integrator Checklist; Selected Disadvantaged Business Enterprise Forms 6100-3 and 6100-4; Agreement; Faithful Performance Bond; Labor and Materials Bond; Escrow Agreement for Security Deposits in Lieu of Retention; Assignment of Pre-Selection Contract with Trojan Technologies, Inc. For the Permanent Ultraviolet Disinfection and Oxidation System; Assignment of the Pre-Selection Contract with Siemens for the Permanent Membrane Pre-Treatment System; RDP Technologies, Inc. proposal for the Permanent Lime Feed System; General Provisions; Special Provisions; Compliance Guidelines For Clean Water State Revolving Fund (CWSRF) Program Disadvantaged Business Enterprise (DBE) and Approval of Award (AOA); California State Water Resources Control Board – Clean Water State Revolving Fund Davis Bacon Requirements;,

  • P-4 CONFORMED (ADD NO.5)

    [REVISED PER ADDENDUM NO. 3] State Revolving Fund Loan Program Construction Contract Requirements and Boilerplate; Technical Specifications; Plans; Subsurface or Geotechnical Investigation Report; and any Addenda iss