-
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