Specs...SANTA ROSA REGIONAL RESOURCES AUTHORITY PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS FOR...

921
SANTA ROSA REGIONAL RESOURCES AUTHORITY PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS FOR CONSTRUCTION OF SANTA ROSA WATER RECLAMATION FACILITY REHABILITATION [PROJECT NO. S0013] VOLUME 1 of 2 SANTA ROSA REGIONAL RESOURCES AUTHORITY 42135 WINCHESTER ROAD POST OFFICE BOX 9017 TEMECULA, CALIFORNIA 92589-9017 TELEPHONE: (951) 296-6900 FACSIMILE: (951) 296-6869 Date: July 2018 Proposals will be received at the office of the Administrator of the Santa Rosa Regional Resources Authority c/o Rancho California Water District, located at 42135 Winchester Road, Temecula, California 92590 until 2:00 p.m. local time on Tuesday, September 18, 2018. “Funding for this project has been provided in full or in part through an agreement with the State Water Resources Control Board. California’s Clean Water State Revolving Fund is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency and state bond proceeds. The contents of this document do not necessarily reflect the views and policies of the foregoing, nor does mention of trade names or commercial products constitute endorsement or recommendation for use.”

Transcript of Specs...SANTA ROSA REGIONAL RESOURCES AUTHORITY PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS FOR...

  • SANTA ROSA REGIONAL RESOURCES AUTHORITY

    PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS

    FOR

    CONSTRUCTION OF

    SANTA ROSA WATER RECLAMATION FACILITY REHABILITATION

    [PROJECT NO. S0013]

    VOLUME 1 of 2

    SANTA ROSA REGIONAL RESOURCES AUTHORITY 42135 WINCHESTER ROAD

    POST OFFICE BOX 9017 TEMECULA, CALIFORNIA 92589-9017

    TELEPHONE: (951) 296-6900 FACSIMILE: (951) 296-6869

    Date: July 2018 Proposals will be received at the office of the Administrator of the Santa Rosa

    Regional Resources Authority c/o Rancho California Water District, located at 42135 Winchester Road, Temecula, California 92590 until 2:00 p.m. local time on Tuesday, September 18, 2018.

    “Funding for this project has been provided in full or in part through an agreement with the State Water Resources Control Board. California’s Clean Water State Revolving Fund is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency and state bond proceeds. The contents of this document do not necessarily reflect the views and policies of the foregoing, nor does mention of trade names or commercial products constitute endorsement or recommendation for use.”

  • [04/18]

    ii

    TABLE OF CONTENTS SANTA ROSA REGIONAL RESOURCES AUTHORITY CONTRACT DOCUMENTS

    VOLUME 1 PAGE NO. NOTICE INVITING BIDS ..................................................................................... N- 1 INSTRUCTIONS TO BIDDERS ........................................................................... I- 1 BID FORM .............................................................................................................. P- 1 BID SCHEDULE .................................................................................................... P- 2

    A. Summary of Bid Schedules .................................................................. P- 4 CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION ............................................................................................. P- 7 PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION ......... P- 8 AMERICAN IRON AND STEEL CERTIFICATION ........................................... P- 9 ANTI-LOBBYING CERTIFICATION................................................................... P- 10 DBE GOOD FAITH EFFORTS VERIFICATION ................................................. P- 11 BIDDER’S LIST ...................................................................................................... P- 14 CERTIFICATION OF NO DEBARMENT UNDER FEDERAL LAW ............... P- 15 BID BOND ............................................................................................................... P- 16 NON-COLLUSION DECLARATION ................................................................... P- 19 CONTRACTOR INFORMATION AND EXPERIENCE FORM ......................... P- 20

    A. Information about Bidder .................................................................... P- 20 B. List of Current Projects (Backlog) ........................................................ P- 24 C. Bidders Recent Project Experience ..................................................... P- 25 D. Experience and Technical Qualifications Questionnaire ..................... P- 30 E. Verification and Execution ................................................................... P- 31

    LIST OF SUBCONTRACTORS FORM ............................................................... P- 32 CERTIFIED DATA SHEET .................................................................................... P- 35 CONTRACT ............................................................................................................ A- 1 PERFORMANCE BOND ....................................................................................... A- 4 PAYMENT BOND ................................................................................................. A- 9

  • [04/18]

    iii

    GENERAL PROVISIONS

    VOLUME 1 PAGE NO. ARTICLE 1. DEFINITIONS ............................................................................. GP- 1 ARTICLE 2. CONTRACT DOCUMENTS ...................................................... GP- 2 ARTICLE 3. CONTRACT DOCUMENTS: MAINTENANCE ...................... GP- 3 ARTICLE 4. DETAIL DRAWINGS AND INSTRUCTIONS ........................ GP- 3 ARTICLE 5. EXISTENCE OF UTILITIES AT THE WORK SITE ............... GP- 4 ARTICLE 6. PROJECT SCHEDULE ............................................................... GP- 7 ARTICLE 7. SUBSTITUTIONS ....................................................................... GP- 8 ARTICLE 8. SHOP DRAWINGS ..................................................................... GP-13 ARTICLE 9. SUBMITTALS ............................................................................. GP-16 ARTICLE 10. MATERIALS ............................................................................... GP-16 ARTICLE 11. CONTRACTOR’S SUPERVISION ............................................ GP-17 ARTICLE 12. WORKERS .................................................................................. GP-17 ARTICLE 13. SUBCONTRACTORS ................................................................ GP-17 ARTICLE 14. PERMITS AND LICENSES ....................................................... GP-18 ARTICLE 15. UTILITY USAGE ........................................................................ GP-18 ARTICLE 16. INSPECTION FEES FOR PERMANENT UTILITIES ............. GP-19 ARTICLE 17. TRENCHES ................................................................................. GP-19 ARTICLE 18. DIVERSION OF RECYCLABLE WASTE MATERIALS/ DISPOSAL OF WASTE MATERIAL ...................................... GP-20 ARTICLE 19. REMOVAL OF HAZARDOUS MATERIALS ......................... GP-21 ARTICLE 20. SANITARY FACILITIES/SANITARY CONDITIONS ........... GP-21 ARTICLE 21. AIR POLLUTION CONTROL ................................................... GP-21 ARTICLE 22. COMPLIANCE WITH STATE STORM WATER PERMIT .... GP-22 ARTICLE 23. CLEANING UP ........................................................................... GP-23 ARTICLE 24. LAYOUT AND FIELD ENGINEERING................................... GP-23 ARTICLE 25. EXCESSIVE NOISE ................................................................... GP-23 ARTICLE 26. TESTS AND INSPECTIONS ..................................................... GP-24 ARTICLE 27. PROTECTION OF WORK AND PROPERTY.......................... GP-25 ARTICLE 28. CONTRACTOR’S MEANS AND METHODS ......................... GP-28 ARTICLE 29. INSPECTOR’S FIELD OFFICE ................................................. GP-28 ARTICLE 30. AUTHORIZED REPRESENTATIVES ...................................... GP-28 ARTICLE 31. HOURS OF WORK ..................................................................... GP-29 ARTICLE 32. PAYROLL RECORDS ................................................................ GP-29 ARTICLE 33. PREVAILING RATES OF WAGES .......................................... GP-30 ARTICLE 34. EMPLOYMENT OF APPRENTICES ........................................ GP-31 ARTICLE 35. NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY ......................................................................... GP-31 ARTICLE 36. LABOR/EMPLOYMENT SAFETY ........................................... GP-32 ARTICLE 37. WORKERS’ COMPENSATION INSURANCE ........................ GP-32 ARTICLE 38. EMPLOYER’S LIABILITY INSURANCE ............................... GP-32 ARTICLE 39. COMMERCIAL GENERAL LIABILITY INSURANCE ......... GP-32 ARTICLE 40. AUTOMOBILE LIABILITY INSURANCE .............................. GP-33 ARTICLE 41. BUILDER’S RISK [“ALL RISK”] ............................................. GP-34

  • [04/18]

    iv

    GENERAL PROVISIONS (continued)

    VOLUME 1 PAGE NO. ARTICLE 42. FORM AND PROOF OF CARRIAGE OF INSURANCE ........ GP-34 ARTICLE 43. TIME FOR COMPLETION AND LIQUIDATED DAMAGES GP-35 ARTICLE 44. COST BREAKDOWN AND PERIODIC ESTIMATES ........... GP-36 ARTICLE 45. MOBILIZATION ......................................................................... GP-37 ARTICLE 46. PAYMENTS ................................................................................ GP-38 ARTICLE 47. PAYMENTS WITHHELD AND BACKCHARGES................. GP-39 ARTICLE 48. CHANGES AND EXTRA WORK ............................................. GP-40 ARTICLE 49. OCCUPANCY; ACCESS TO PROJECT SITE ......................... GP-42 ARTICLE 50. INDEMNIFICATION .................................................................. GP-43 ARTICLE 51. RECORD (“AS BUILT”) DRAWINGS ..................................... GP-43 ARTICLE 52. RESOLUTION OF CONSTRUCTION CLAIMS ...................... GP-44 ARTICLE 53. AUTHORITY’S RIGHT TO TERMINATE CONTRACT ....... GP-46 ARTICLE 54. WARRANTY AND GUARANTEE ........................................... GP-48 ARTICLE 55. DOCUMENT RETENTION AND EXAMINATION ............... GP-49 ARTICLE 56. SOILS INVESTIGATIONS ........................................................ GP-49 ARTICLE 57. SEPARATE CONTRACTS ........................................................ GP-49 ARTICLE 58. NOTICE AND SERVICE THEREOF ........................................ GP-50 ARTICLE 59. NOTICE OF THIRD PARTY CLAIMS ..................................... GP-50 ARTICLE 60. STATE LICENSE BOARD NOTICE. ........................................ GP-50 ARTICLE 61. INTEGRATION ........................................................................... GP-50 ARTICLE 62. ASSIGNMENT ............................................................................ GP-51 ARTICLE 63. CHANGE IN NAME AND NATURE OF CONTRACTOR’S LEGAL ENTITY ....................................................................... GP-51 ARTICLE 64. ASSIGNMENT OF ANTITRUST ACTIONS ........................... GP-51 ARTICLE 65. PROHIBITED INTERESTS ........................................................ GP-51 ARTICLE 66. LAWS AND REGULATIONS ................................................... GP-51 ARTICLE 67. PATENT FEES OR ROYALTIES .............................................. GP-52 ARTICLE 68. OWNERSHIP OF DRAWING .................................................... GP-52 ARTICLE 69. NOTICE OF TAXABLE POSSESSORY INTEREST .............. GP-52 SPECIAL PROVISIONS

    VOLUME 1 1. Document Control Software (DCS) Platform ................................................... SP-1 2. Access and Limitations ..................................................................................... SP-1 3. Prebid Substitution Requests ............................................................................. SP-1 4. Reference Documents ....................................................................................... SP-2 5. State Revolving Fund (SRF) Funding Requirements ....................................... SP-2

    Attachment A. Davis Bacon Provisions ................................................................. SP-12 Attachment B: DBE Provisions .............................................................................. SP-24

  • [04/18]

    v

    TECHNICAL SPECIFICATIONS VOLUME 1 Specification No. Specification Title

    Division 1 – General Requirements 01015 Work Covered by Contract Documents 01025 Progress Payment Procedures 01070 Abbreviations and Acronyms 01080 Construction Sequencing & Work Constraints 01300 Submittals Procedures 01310 Construction Progress Schedule 01320 Construction Progress Documentation 01380 Photographic Documentation 01400 Quality Control 01450 Code Required Special Inspections And Procedures 01500 Temporary Facilities and Controls 01510 Bypass Pumping 01610 General Equipment Stipulations 01611 Meteorological and Seismic Design Criteria 01612 Product Delivery Requirements 01614 Product Storage and Handling Requirements 01615 Equipment and Valve Identification 01620 Equipment Schedule 01630 Pipeline Schedule 01650 Commissioning 01820 Demonstration and Training

    Division 2 – Sitework

    02050 Demolition 02158 Soil Mixing 02200 Excavation and Fill for Structures 02202 Trenching and Backfilling 02512 Asphalt Paving 02522 Concrete Sidewalk, Curb, and Gutter 02605 Sanitary Utility Sewerage Manholes, Frames, and Covers 02606 Manhole and Vault Covers and Accessories 02704 Pipeline Pressure and Leakage Testing

  • [04/18]

    vi

    TECHNICAL SPECIFICATIONS (continued) VOLUME 1 Specification No. Specification Title

    Division 3 – Concrete 03100 Concrete Forming 03200 Concrete Reinforcing 03250 Concrete Joints and Accessories 03300 Cast-in-Place Concrete

    03350A Concrete Placing 03350B Concrete Finishing 03350C Concrete Curing 03600 Grouting 03920 Concrete Surface Repair 03930 Concrete Crack Repair

    Division 5 – Metals

    05120 Structural Cast Steel Components 05312 Steel Roof Decking 05520 Handrailing, Guardrailing, and Ladders 05550 Anchorage In Concrete and Masonry 05990 Structural and Miscellaneous Metals

    Division 6 – Wood and Plastics

    06600 Glass Fiber Reinforced Plastic Fabrications 06630 Glass Fiber Reinforced Plastic Launders 06743 Fiberglass Reinforced Gratings 06745 Fiberglass Reinforced Railings

    Division 7 – Thermal and Moisture Protection

    07160 Dampproofing 07900 Joint Sealants

    Division 8 – Doors and Windows

    Not Used

    Division 9 – Finishes 09886 Elastomeric High-Solids Urethane Lining Systems

    For Concrete Surfaces And Metal Accessories 09940 Protective Coatings

    Division 10 – Specialties

    10882 Truck Scale

  • [04/18]

    vii

    TECHNICAL SPECIFICATIONS (continued) VOLUME 1 Specification No. Specification Title

    Division 11 – Equipment 11060 Equipment Installation 11150 Submersible Pumps 11160 Progressive Cavity Pumps 11350 Dewatering Equipment 11375 Sequencing Batch Reactors 11435 Tertiary Clarifier Equipment 11440 Rotary Drum Thickener 11515 Submersible Mixers 11570 Fine Pore Diffused Aeration Equipment 11572 Coarse Bubble Diffusers 11626 Dry Screw Positive Displacement Blowers 11630 Compressed Air Equipment – Receiver Mounted Compressors 11720 Polymer Feed Systems 11804 Decanter

    VOLUME 2

    Division 12 – Furnishings Not Used

    Division 13 – Special Construction

    13130 Precast Concrete Building 13500 Instrumentation and Control System

    13500A Instrument Device Schedule 13530 Programmable Logic Controllers

    13530A Input/Output Listing 13550 Software Control Block Descriptions 13561 Panel Mounted Instruments 13562 Flow Instruments 13563 Pressure and Level Instruments 13564 Process Analytical Instruments 13565 Temperature Instruments 13566 Miscellaneous Instruments 13570 Panels, Consoles, and Appurtenances 13590 Network Systems 13591 Metallic and Fiber Optic Communication Cables and Connectors 13750 Tightness Testing of Structures

  • [04/18]

    viii

    TECHNICAL SPECIFICATIONS (continued) VOLUME 2 Specification No. Specification Title

    Division 14 – Conveying Systems 14622 Monorail Electric Wire Rope Hoists

    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 15064 Stainless Steel Pipe And Alloy Pipe, Tubing, and Accessories 15065 Miscellaneous Steel Pipe, Tubing, and Accessories 15067 Miscellaneous Plastic Pipe, Tubing, and Accessories 15070 Copper Tubing and Accessories 15091 Miscellaneous Ball Valves 15092 Industrial Butterfly Valves 15093 Check Valves 15101 AWWA Butterfly Valves 15102 Eccentric Plug Valves 15104 Resilient-Seated Gate Valves 15108 Air Valves 15109 Telescoping Decant Valves 15130 Pressure Gauges 15140 Pipe Supports 15180 Valve and Gate Actuators 15250 Mechanical Insulation 15400 Plumbing 15499 Seal Water Stations 15500 Heating, Ventilating, and Air Conditioning 15990 Testing, Adjusting, and Balancing

    Division 16 – Electrical

    16050 Electrical 16100 Electrical Equipment Installation 16125 Electrical Enclosure 16150 Adjustable Frequency Drives 16220 Common Motor Requirements for Process Equipment 16425 Switchboards 16480 600 Volt Class Motor Control Centers 16485 600 Volt Class Solid State Starters 16491 Bypass-Isolation Automatic Transfer Switch

  • [04/18]

    ix

    TECHNICAL SPECIFICATIONS (continued) VOLUME 1 FIGURES Number Title

    1-01310 Weather Delay Decision Flow Chart 1-01510 Temporary Bypass Pumping and Piping – Outage No. 1 General

    Route 2-01510 Temporary Pumping for Draining or and Influent Piping (from Grit

    Effluent to SBR 1-01612 Export Shipment Packing Instructions 2-01612 Marking Instructions 1-02200 Protective System Design Certificate 1-02202 Embedments for Conduits 2-02202 Protective System Design Certificate 1-02605 Details of Standard Manholes (without manhole steps) 2-02605 Details of Standard Manholes (without manhole steps) 1-09940 Coating System Data Sheet 2-09940 Coating System Data Sheet 1-11435 Anchor Bolt Detail at Center Support 1-11570 Dissolved Oxygen Measurement – Fine Bubble Diffuser 2-11570 Sample Plotting of Oxygen Transfer Data 1-11630 Compressed Air Equipment

    VOLUME 2

    1-13500 Instrument Calibration Report 1-15062(A) Steel Pipe Fittings 1-15062(B) Dimensions for Steel Pipe Fittings

    1-15130 Gauge Installation Details – Steel Pipe, 2 Inch and Smaller 2-15130 Gauge Installation Details – Steel Pipe, 2-1/2 Inch and Larger 3-15130 Gauge Installation Details – Ductile Iron Pipe, 6 Inch and Smaller 4-15130 Gauge Installation Details – Ductile Iron Pipe, 8 Inch and Larger 5-15130 Gauge Installation Details – Rigid Copper Tubing 6-15130 Gauge Installation Details – PVC Pipe 7-15130 Gauge Installation Details – FRP Pipe, 4 Inch and Smaller 8-15130 Gauge Installation Details – FRP Pipe, 6 inch and Larger 9-15130 Gauge Installation Details – In-Line Flow-Through Diaphragm Seal 10-15130 Gauge Installation Details – Gauge Isolator

    1-15140(A) Hangers and Supports 1-15140(B) Hangers and Supports

    1-15499 Seal Water Station Alternatives 1-16050 600 Volt, Single Conductor Lighting Cable 2-16050 600 Volt, Single Conductor Lighting/Power Cable 4-16050 600 Volt, Single Pair, Shielded Instrument Cable 15-16050 2000 Volt, 3 Conductor Adjustable Frequency Drive Cable

  • [04/18]

    x

    TECHNICAL SPECIFICATIONS (continued) VOLUME 1 SCHEDULES Number Title

    01630-S01 Pipeline Schedule 02704-S01 Pipeline Test Pressure Schedule

    VOLUME 2

    13570-S01 Free Standing Panel Schedule 13570-S02 Free Standing Panel Schedule 15092-S01 Industrial Butterfly Valve Schedule – Manual Actuators 15093-S01 Check Valve Schedule 15101-S01 AWWA Butterfly Valves Schedule – Manual Actuators 15102-S01 Eccentric Plug Valve Schedule – Manual Actuators 15102-S02 Eccentric Plug Valve Schedule – Electric Actuators 15104-S01 Resilient Seated Gate Valves Schedule 15108-S01 Air Valve Schedule

    CONTRACT DRAWINGS

    Sheet No. Drawing Title

    G-1 Cover Sheet, Location Map and Vicinity Map G-2 Index of Drawings G-3 General Notes and Survey Notes G-4 Legend and General Symbols G-5 Abbreviations G-6 Process Flow Diagram - Overall G-7 Process Flow Diagram - Enlarged Detail G-8 Hydraulic Profile C-1 Overall Site Plan C-2 Grading, Paving and Drainage Plan C-3 Grading, Paving and Drainage Sections C-4 Yard Piping and Coordinate Plan - 1 C-5 Yard Piping and Coordinate Plan - 2 C-6 Yard Pipe Connection Details - 1 C-7 Yard Pipe Connection Details - 2 C-8 Grit Influent and Bypass Piping Plan and Section C-9 Miscellaneous Details - 1 C-10 Miscellaneous Details - 2

  • [04/18]

    xi

    CONTRACT DRAWINGS (continued) Sheet No. Drawing Title

    D-1 Grit Influent and Bypass Piping D-2 Grit Building - Plan and Section D-3 Methanol Feed Facility Plan and Details D-4 Methanol Feed Facility Photos and Details D-5 SBR Basin - Plan D-6 SBR Basin - Sections 1 D-7 SBR Basin - Sections 2 D-8 SBR Gallery - Plan D-9 SBR Gallery - Sections D-10 SBR Gallery - Photos and Details 1 D-11 SBR Gallery - Photos and Details 2 D-12 Blower Building - Plan D-13 Blower Building - Sections D-14 Tertiary Clarifiers - Plan D-15 Tertiary Clarifiers - Section SD-1 Structural Notes SD-2 Standard Concrete Reinforcing Details SD-3 Standard Concrete Joint Details SD-4 Standard Guardrailing, Handrailing Details SD-5 Standard Steel Grating Stair Details SD-6 Standard Metal Deck Details SD-7 Rotary Drum Thickener - Vertical Bracing - Schedule and Details SD-8 Dewatering - Vertical Bracing - Schedule and Details SD-9 Standard Concrete Beam Schedule SD-10 Base Isolation and Connection Details SD-11 Horizontal Bracing - Schedule and Details SD-12 Miscellaneous Details SD-13 Miscellaneous Details SD-14 Miscellaneous Details SD-15 Miscellaneous Details SD-16 Concrete Surface Repair Details S-1 Solids Handling Facility - Sludge Holding Tank - East Foundation Plan S-2 Solids Handling Facility - Sludge Holding Tank - West Foundation Plan S-3 Solids Handling Facility - Loading Area - Foundation Plan S-4 Solids Handling Facility - Polymer Storage and Feed Area - Foundation Plan S-5 Solids Handling Facility - Sludge Pump Station Area - Foundation Plan S-6 Solids Handling Facility - Blower Area - Foundation Plan S-7 Solids Handling Facility - Dewatering - Operating Floor Plan S-8 Solids Handling Facility - RDT and Sludge Holding Tank Area - Operating Floor Plan S-9 Solids Handling Facility - Sludge Pump Station Area - Operating Floor Plan S-10 Solids Handling Facility - Blower Area - Operating Floor Plan

  • [04/18]

    xii

    CONTRACT DRAWINGS (continued) Sheet No. Drawing Title

    S-11 Solids Handling Facility - Dewatering Area - Roof Framing Plan S-12 Solids Handling Facility - Rotary Drum Thickener Area - Roof Framing Plan S-13 Solids Handling Facility - Section S-14 Solids Handling Facility - Sections S-15 Solids Handling Facility - Elevations S-16 Solids Handling Facility - Sections and Details (for concrete) S-17 Solids Handling Facility - Sections and Details (for concrete) S-18 Solids Handling Facility - Foundation Schedule and Details S-19 Solids Handling Facility - Sections and Details S-20 Solids Handling Facility - Sections and Details S-21 Solids Handling Facility - RDT Area and Polymer Storage & Feed Area - Baseplate

    and Column Details S-22 Solids Handling Facility - Dewatering and Loading Area - Baseplate and Column

    Details S-23 Solids Handling Facility - Sections and Details S-24 Solids Handling Facility - Sections and Details M-1 Headworks Influent Channels - Plan M-2 Grit Building - Plan M-3 Grit Building - Sections M-4 SBR and Aerobic Digester Facility - SBR Facility Plan M-5 SBR Facility - Typical Enlarged Plan and Section M-6 SBR Facility - Influent and Effluent Piping Plan M-7 SBR Facility - Influent and Effluent Piping Plan and Sections M-8 SBR Facility - Sections 1 M-9 SBR Facility - Sections 2 M-10 SBR Facility - Sections and Details 1 M-11 SBR Facility - Sections and Details 2 M-12 Tertiary Clarifier Modification - Plan M-13 Tertiary Clarifiers - Sections M-14 Sludge Return Pump Station - Plan and Sections M-15 Solids Handling Facility - Loading Area Ground Level Plan M-16 Solids Handling Facility - Dewatering Area Plan M-17 Solids Handling Facility - RDT Area - Sludge Holding Tank East Plan M-18 Solids Handling Facility - Sludge Holding Tank West Plan M-19 Solids Handling Facility - Sludge Pump Station Plan M-20 Solids Handling Facility - Blower Area Plan

  • [04/18]

    xiii

    CONTRACT DRAWINGS (continued) Sheet No. Drawing Title

    M-21 Solids Handling Facility - Polymer Storage and Feed Area Plan M-22 Solids Handling Facility - Dewatering Area Section M-23 Solids Handling Facility - Dewatering Area Section M-24 Solids Handling Facility - RDT Area Section M-25 Solids Handling Facility - Sludge Pump Station and Blower Area Sections 1 M-26 Solids Handling Facility - Sludge Pump Station and Blower Sections 2 M-27 Solids Handling Facility - Polymer Storage and Feed Area Section M-28 Mechanical Details 1 M-29 Mechanical Details 2 M-30 Mechanical Details 3 M-31 Mechanical Details 4 H-1 Legend, Abbreviations and General Notes H-2 Headworks Building - Floor Plan H-3 Grit Building H-4 Schedules, Sequence of Operation and Details P-1 Legend, Abbreviations and General Notes P-2 Solids Handling Facility - Plan P-3 Details and Schedules E-1 Legend E-2 Abbreviations and Notes E-3 Site Plan E-4 Ductbank Schedule 1 E-5 Ductbank Schedule 2 E-6 Ductbank Sections E-7 Panelboard Schedules E-8 Details 1 E-9 Details 2 E-10 Schematics 1 E-11 Schematics 2 E-12 Main Switchboard and AWT - Demolition One-Line Diagram E-13 MCC-1 and MCC-2 Demolition One-Line Diagram E-14 MCC-3 and MCC-4 Demolition One-Line Diagram E-15 MCC-9 Partial One-Line Diagram E-16 Main Switchboard and AWT – One-Line Diagram E-17 Influent Pump Station MCC - IPS Partial One-Line Diagram E-18 MCC-10 Partial One-Line Diagram E-19 MCC-13 One-Line Diagram 1 E-20 MCC-13 One-Line Diagram 2

  • [04/18]

    xiv

    CONTRACT DRAWINGS (continued) Sheet No. Drawing Title

    E-21 MCC-13 One-Line Diagram 3 E-22 MCC-13 One-Line Diagram 4 E-23 MCC-13 One-Line Diagram 5 E-24 MCC-14 One-Line Diagram E-25 SWBD-3 One-Line Diagram E-26 Miscellaneous One-Line Diagrams 1 E-27 Miscellaneous One-Line Diagrams 2 E-28 PLC-2 One-Line Diagram 1 E-29 PLC-2 One-Line Diagram 2 E-30 PLC-2 One-Line Diagram 3 E-31 PLC-3 One-Line Diagram E-32 PLC-1, PLC-4A, PLC-4B One-Line Diagrams E-33 SBR Building Overall Power Plan E-34 SBR Building Power Plan E-35 SBR Building Power Plan E-36 Solids Handling Facility - Lower Level Lighting Plan E-37 Solids Handling Facility - Upper Level Lighting Plan E-38 Solids Handling Facility - Loading Area / Ground Level Power Plan E-39 Solids Handling Facility - Dewatering Area Power Plan E-40 Solids Handling Facility - RDT Area / Sludge Holding Tank West Power Plan E-41 Solids Handling Facility - Sludge Holding Tank East Power Plan E-42 Solids Handling Facility - Sludge Pump Station Power Plan E-43 Solids Handling Facility - Sludge Holding Tank Blower Power Plan E-44 Solids Handling Facility - Polymer Storage and Feed Area Power Plan E-45 Prefabricated Electrical Enclosure Power and Lighting Plan E-46 Electrical Room Power Plan E-47 Demolition - Blower Building Power Plan E-48 AWT Control Room and Air Scour Building Power Plans E-49 Demolition - Electrical Room Power Plan E-50 Grit Building and Headworks Building Power Plans E-51 Tertiary Clarifiers and Sludge Return Pump Station - Plans I-1 P&ID - Legend and Abbreviations Sheet 1 of 3 I-2 P&ID - Legend and Abbreviations Sheet 2 of 3 I-3 P&ID - Legend and Abbreviations Sheet 3 of 3 I-4 P&ID - Headworks, Influent Pump Station and Grit Building I-5 P&ID - SBR No. 1 I-6 P&ID - SBR No. 2 I-7 P&ID - SBR No. 3 I-8 P&ID - SBR No. 4 I-9 P&ID - SBR No. 5 I-10 P&ID - Aerobic Digester

  • [04/18]

    xv

    CONTRACT DRAWINGS (continued) Sheet No. Drawing Title

    I-11 P&ID - SBR Blowers No. 1 - No. 3 I-12 P&ID - SBR Blowers No. 4 - No. 5 and Aerobic Digester Spare I-13 P&ID - Sludge Holding Tank and Blower I-14 P&ID - Tertiary Clarifiers and Sludge Return Pumps I-15 P&ID - Sludge Thickeners Feed Pumps I-16 P&ID - Rotary Drum Thickener No. 1 I-17 P&ID - Rotary Drum Thickener No. 2 I-18 P&ID - Dewatering Press I-19 P&ID - Dewatering Feed Pumps I-20 P&ID - Thickening Polymer Feed I-21 P&ID - Dewatering Polymer Feed I-22 Instrumentation - Control System Block Diagram Demo I-23 Instrumentation - Control System Block Diagram I-24 Instrumentation - Installation Details Page 1 of 2 I-25 Instrumentation - Installation Details Page 2 of 2 I-26 Instrumentation - PLC Panel Elevation Details I-27 Instrumentation - Miscellaneous Panel Elevation Details I-28 Instrumentation - PLC 3 I/O Layout

  • [04/18]

    N-1

    SANTA ROSA REGIONAL RESOURCES AUTHORITY

    NOTICE INVITING BIDS

    FOR CONSTRUCTION OF

    SANTA ROSA WATER RECLAMATION

    FACILITY REHABILITATION [PROJECT NO. S0013]

    The Santa Rosa Regional Resources Authority (“Authority”) will receive sealed bids for the SANTA ROSA WATER RECLAMATION FACILITY REHABILITATION [PROJECT NO. S0013] Project at the office of the Chief Engineer of the Rancho California Water District1 located at 42135 Winchester Road, Temecula, California 92590 no later than 2:00 p.m. local time on Tuesday, September 18, 2018, at which time or thereafter said bids will be opened and read aloud. Bids received after this time will be returned unopened. Bids shall be valid for 90 calendar days after the bid opening date. Bids must be submitted on the Authority’s Bid Forms. Electronically submitted bids will not be allowed.

    The Project will be funded in whole or in part by the following funding sources in addition to Authority funds:

    • Clean Water State Revolving Fund (SRF) Bidders shall obtain a copy of the Contract Documents from Rancho Reprographics, Incorporated at 27715 Jefferson Avenue, Suite 111, Temecula, California 92592; a fee will be charged based on format requested (print, CD, or electronic download). Bidders may contact Rancho Reprographics at (951) 676-5300 for hours of operation and associated costs. The Authority will also make the Contract Documents available for review at one or more plan rooms. Bids must be accompanied by cash, a certified or cashier’s check, or a Bid Bond in favor of the Authority in an amount not less than ten percent (10%) of the submitted Total Bid Price. A MANDATORY Pre-Bid Conference and Site Walk will be held by the Authority at the Rancho California Water District Headquarters located at 42135 Winchester Road, Temecula, CA 92590 on the following date and time: Wednesday, August 8, 2018 at 9:00 a.m. Each and every Bidder MUST attend the Pre-Bid Conference. Prospective bidders MAY NOT visit the Project Site except as provided during the Pre-Bid Conference or without making arrangements through RCWD’s Engineering Manager. Note: Bids will ONLY be accepted from bidders who attended the MANDATORY Pre-Bid Conference. NO bid will be accepted from any bidder who did not attend the MANDATORY Pre-Bid Conference. Each bid shall be accompanied by the security referred to in the Contract Documents, the non-collusion declaration, the list of proposed subcontractors, the public works contractor registration certification, and all additional documentation required by the Instructions to Bidders.

    1 Bids for this project are being sought by the Santa Rosa Regional Resources Authority, a joint powers agency consisting of Elsinore Valley Municipal Water District, Rancho California Water District (“RCWD”), and Western Municipal Water District, and the Authority will be the contracting entity. RCWD administers the Authority’s construction bidding and contracting processes, and manages construction, under agreement between the Authority and RCWD. As such any references to RCWD personnel in these Contract Documents are in the context of such personnel rendering service to the Authority pursuant to that agreement.

  • [04/18]

    N-2

    The successful bidder will be required to furnish the Authority with a Performance Bond equal to 100% of the successful bid, and a Payment Bond equal to 100% of the successful bid, prior to execution of the Contract. All bonds are to be secured from a surety that meets all of the state of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and is admitted by the state of California. Pursuant to Public Contract Code Section 22300, the successful bidder may substitute certain securities for funds withheld by the Authority to ensure his performance under the Contract.

    The Director of Industrial Relations has determined the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract that will be awarded to the successful bidder, copies of which are on file and will be made available to any interested party upon request at the office of Rancho California Water District’s Engineering Manager, located at 42135 Winchester Road, Temecula, California 92590, or online at http://www.dir.ca.gov/dlsr. A copy of these rates shall be posted by the successful bidder at the job site. The successful bidder, and all subcontractor(s) under him, shall comply with all applicable Labor Code provisions, which include, but are not limited to, the payment of not less than the required prevailing rates to all workers employed by them in the execution of the Contract, the employment of apprentices, the hours of labor, and the debarment of contractors and subcontractors. The successful bidder shall comply with federal Davis-Bacon Act Requirements as defined in the Special Provisions, and other particular requirements set forth in the Special Provisions and other Contract Documents.

    Pursuant to Labor Code Sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project.

    This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its Bid.

    Since this Project is funded in whole or in part with SRF funds, the work must also comply with the minimum rates for wages for laborers and mechanics as determined by the Secretary of Labor in accordance with the provisions of Davis-Bacon. As between the State and Federal rates, the higher of the two rates must be paid. Attention is directed to the SRF Funding Requirements section of the Special Provisions. Each bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the following appropriate classification(s) of contractor’s license(s), for the work bid upon, and must maintain the license(s) throughout the duration of the Contract: Class A. All bidders shall have experience as a General Contractor that include modifications to plant process(es) within an operating Water or Wastewater Treatment Plant. All bidders shall have successfully completed at least two (2) similar projects including structural, electrical, and mechanical work at an active water or wastewater treatment plant. Each project shall have a contract value of no less than $15,000,000 and have been completed within the last seven (7) years.

  • mailto:[email protected]

  • [04/18]

    I-1

    SANTA ROSA REGIONAL RESOURCES AUTHORITY

    INSTRUCTIONS TO BIDDERS

    FOR CONSTRUCTION OF

    SANTA ROSA WATER RECLAMATION

    FACILITY REHABILITATION [PROJECT NO. S0013]

    AVAILABILITY OF CONTRACT DOCUMENTS Bids must be submitted to the Authority on the Bid Forms, which are a part of the Bid Package for the Project. Contract Documents may be obtained at the location(s) and at the time(s) indicated in the Notice Inviting Bids. Prospective bidders are encouraged to telephone in advance to determine the availability of Contract Documents. Any applicable charges for the Contract Documents are outlined in the Notice Inviting Bids.

    The Authority may also make the Contract Documents available for review at one or more plan rooms, as indicated in the Notice Inviting Bids. Please note: Prospective bidders who choose to review the Contract Documents at a plan room are still required to obtain the Contract Documents, as described in the Notice Inviting Bids, if they decide to submit a bid for the Project and be added to the list of plan holders.

    EXAMINATION OF CONTRACT DOCUMENTS The Authority has made copies of the Contract Documents available, as indicated above. Bidders shall be solely responsible for examining the Project Site and the Contract Documents, including any Addenda issued during the bidding period, and for informing itself with respect to local labor availability, means of transportation, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors’ licensing requirements, availability of required insurance, and other factors that could affect the Work. Bidders are responsible for consulting the standards referenced in the Contract. Failure of Bidder to so examine and inform itself shall be at its sole risk, and no relief for error or omission will be given except as required under state law.

    INTERPRETATION OF CONTRACT DOCUMENTS Discrepancies in and/or omissions from the Plans, Specifications, or other Contract Documents or questions as to their meaning shall be immediately brought to the attention of the Authority by submission of a written request for an interpretation or correction to the Authority. Such submission, if any, must be submitted by email at [email protected], no later than 5:00 pm, Thursday, August 23, 2018.

  • [04/18]

    I-2

    Any interpretation of the Contract Documents will be made only by written addenda duly issued and mailed, emailed, or delivered to each person or firm who has obtained a set of Contract Documents as defined in the Notice Inviting Bids. The Authority will not be responsible for any explanations or interpretations provided in any other manner. No person is authorized to make any oral interpretation of any provision in the Contract Documents to any bidder, and no bidder should rely on any such oral interpretation.

    Bids shall include complete compensation for all items that are noted in the Contract Documents as the responsibility of the Contractor.

    SCOPE OF WORK The Work involves performing all work and furnishing all labor, materials, and equipment, as provided by the Contract Documents, for a completed Work of Improvement, as follows:

    SANTA ROSA WATER RECLAMATION FACILITY REHABILITATION

    [PROJECT NO. S0013] SITE OF WORK The site of the Work is described as follows:

    Santa Rosa Water Reclamation Facility 26266 Washington Avenue Murrieta, CA 92562

    This is an active water reclamation facility that operates 24-hours per day, seven (7) days per week. The facility must remain in continuous operation throughout construction as described in the Contract Documents. INSPECTION OF SITE; PRE-BID CONFERENCE AND SITE WALK Each prospective bidder is responsible for fully acquainting itself with the conditions of the Project Site (which may include more than one site), as well as those relating to the construction and labor of the Project, to fully understand the facilities, difficulties, and restrictions that may impact the cost or effort required to complete the Project. To this end, a Pre-Bid Conference and Site Walk will be held on the date(s) and time(s) indicated in the Notice Inviting Bids.

    ADDENDA The Authority reserves the right to revise the Contract Documents prior to the bid opening date. Revisions, if any, shall be made by written Addenda. All addenda issued by the Authority shall be included in the bid and made part of the Contract Documents. Pursuant to Public Contract Code Section 4104.5, if the Authority issues an Addendum less than 72 hours prior to the deadline for submission of bids, which includes material changes to the Project, the Authority will extend the deadline for submission of bids. The Authority may determine, in its sole discretion, whether an Addendum warrants postponement of the bid submission date. Each prospective bidder shall provide Authority a name, street address, email address, and facsimile number to which Addenda

  • [04/18]

    I-3

    may be sent, as well as a telephone number by which the Authority can contact the bidder. Copies of Addenda will be furnished by facsimile, first class mail, express mail, email, or other proper means of delivery without charge to all parties who have obtained a copy of the Contract Documents and provided such current information. Please note: Bidders are responsible for ensuring that they have received any and all Addenda. To this end, each bidder should contact Rancho California Water District’s Engineering Manager at (951) 296-6900 to verify that he has received all Addenda issued, if any, prior to the bid opening.

    COMPLETION OF BID FORMS Bids shall only be prepared using copies of the Bid Forms that are included in the Contract Documents. The use of substitute bid forms will not be permitted. Bids shall be executed by an authorized signatory, as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting “N/A” where applicable) and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms, nor make substitutions thereon. USE OF BLACK OR BLUE INK, INDELIBLE PENCIL OR A TYPEWRITER IS REQUIRED. Deviations in the Bid Form may result in the bid being deemed non-responsive.

    SRF REQUIRED BID FORMS In accordance with the provisions contained in the SRF Funding Requirements section of the Contract Documents, and as further detailed therein, Contractor shall complete the following forms: American Iron and Steel Certification, Anti-Lobbying Certification, DBE Good Faith Efforts Verification, Bidder’s List and Debarment and Suspension Certification.

    MODIFICATIONS OF BIDS Each Bidder shall submit its Bid in strict conformity with the requirements of the Contract Documents. Unauthorized additions, modifications, revisions, conditions, limitations, exclusions, or provisions attached to a Bid may render it non-responsive and may cause its rejection. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms, nor make substitutions thereon. Oral, telephonic, and electronic modifications will not be considered, unless the Notice Inviting Bids authorizes the submission of electronic bids and modifications thereto and such modifications are made in accordance with the Notice Inviting Bids.

    DESIGNATION OF SUBCONTRACTORS Pursuant to state law, the Bidders must designate the name and location of each subcontractor who will perform work or render services for the Bidder in an amount that exceeds one-half of one percent (1/2%) of the Bidder’s Total Bid Price, as well as the portion of work each such subcontractor will perform on the form provided herein by the Authority. No additional time will be provided to bidders to submit any of the requested information in the List of Subcontractors Form.

  • [04/18]

    I-4

    LICENSING REQUIREMENTS Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all bidders must possess proper licenses for performance of this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Section 7028.5 of the Business and Professions Code, the Authority shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Contract Documents to be non-responsive, and the Authority shall reject the Bid. The Authority shall have the right to request, and Bidders shall provide within five (5) calendar days, evidence satisfactory to the Authority of all valid license(s) currently held by that Bidder and each of the Bidder’s subcontractors, before awarding the Contract. SIGNING OF BIDS All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders may be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it may be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name. BID GUARANTEE (BOND)

    Each bid shall be accompanied by: (a) cash; (b) a certified check made payable to the Authority; (c) a cashier’s check made payable to the Authority; or (d) a bid bond payable to the Authority executed by the bidder as principal and surety as obligor in an amount not less than 10% of the maximum amount of the bid. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be a California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. The cash, check, or bid bond shall be given as a guarantee that the bidder shall execute the Contract if it be awarded to the bidder. The bidder shall provide the payment and performance bonds and insurance certificates and endorsements, as required herein, within ten (10) calendar days after notification of the award of the Contract to the bidder. Failure to provide the required documents may result in forfeiture of the bidder’s bid deposit or bond to the Authority and the Authority may award the Contract to the next lowest responsible bidder, or may call for new bids.

  • [04/18]

    I-5

    SUBMISSION OF SEALED BIDS Once the Bid and supporting documents have been completed and signed as set forth herein, they shall be placed, along with the Bid Guarantee and other required materials, in an envelope, sealed, addressed, and mailed with postage prepaid or hand-delivered to the office of the Administrator of the Santa Rosa Regional Resources Authority c/o Rancho California Water District at 42135 Winchester Road, Post Office Box 9017, Temecula, California 92589-9017. No oral or telephonic bids will be considered. No forms transmitted via the internet, e-mail, facsimile, or any other electronic means will be considered unless specifically authorized by the Authority, as provided herein. The envelope shall also contain the following in the lower left-hand corner thereof: Bid of (Bidder’s Name) _____ for the SANTA ROSA WATER RECLAMATION FACILITY REHABILITATION [PROJECT NO. S0013], to be opened 2:00 p.m. on Tuesday, September 18, 2018. Only where expressly permitted in the Notice Inviting Bids may Bidders submit their bids via electronic transmission pursuant to Public Contract Code Sections 1600 and 1601. The acceptable method(s) of electronic transmission shall be stated in the Notice Inviting Bids. Authority reserves the right to not accept electronically-transmitted bids were not specifically authorized in the Notice Inviting Bids, and may reject any bid not strictly complying with Authority’s designated methods for delivery.

    DELIVERY AND OPENING OF BIDS Bids will be received by the Authority at the address shown in the Notice Inviting Bids up to the date and time shown therein. The Authority will leave unopened any Bid received after the specified date and time, and any such unopened Bid will be returned to the Bidder. It is the Bidder’s sole responsibility to ensure that its Bid is received, as specified. Bids may be submitted earlier than the dates(s) and time(s) indicated.

    Bids will be opened at the date and time stated in the Notice Inviting Bids, and the amount of each Bid will be read aloud and recorded. All Bidders may, if they desire, attend the opening of Bids. The Authority may, in its sole discretion, elect to postpone the opening of the submitted Bids. Authority reserves the right to reject any or all Bids and to waive any informality or irregularity in any Bid. In the event of a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern.

    WITHDRAWAL OF BID Prior to bid opening, a Bid may be withdrawn by the Bidder only by means of a written request signed by the Bidder or its properly authorized representative.

    BASIS OF AWARD; BALANCED BIDS The Authority shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. The Authority may reject any Bid that, in its opinion when compared to other bids received or to the Authority’s internal estimates, does not accurately reflect the cost to perform the Work. The Authority may reject as non-responsive any bid that unevenly weights or allocates costs including, but not limited to, overhead and profit to one or more particular bid items.

  • [04/18]

    I-6

    DISQUALIFICATION OF BIDDERS; INTEREST IN MORE THAN ONE BID No bidder shall be allowed to make, submit, or be interested in more than one bid. However, a person, firm, corporation, or other entity that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a subproposal or quoting prices to other bidders submitting a bid to the Authority. No person, firm, corporation, or other entity may submit a subproposal to a bidder, or quote prices of materials to a bidder, when also submitting a prime bid on the same Project.

    INSURANCE REQUIREMENTS The successful bidder shall procure the insurance in the form and in the amount specified in the Contract Documents.

    AWARD PROCESS Once all Bids are opened and reviewed to determine the lowest responsive and responsible Bidder, the Authority may award the contract. The apparent successful Bidder should begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once the Authority notifies the Bidder of the award, the Bidder will have ten (10) consecutive calendar days from the date of this notification to execute the Contract and supply the Authority with all of the required documents and certifications. Regardless whether the Bidder supplies the required documents and certifications in a timely manner, the Contract time will begin to run ten (10) calendar days from the date of the notification. Once the Authority receives all of the properly drafted and executed documents and certifications from the Bidder, the Authority shall issue a Notice to Proceed to that Bidder.

    FILING OF BID PROTESTS Bidders may file a “protest” of a Bid with Rancho California Water District’s Engineering Manager. In order for a Bidder’s protest to be considered valid, the protest must comply with the following:

    A. Be filed in writing within five (5) calendar days after the bid opening date. B. Clearly identify the specific irregularity or accusation. C. Clearly identify the specific Authority staff determination or recommendation being

    protested. D. Specify, in detail, the grounds of the protest and the facts supporting the protest. E. Include all relevant, supporting documentation with the protest at time of filing.

    If the protest does not comply with each of these requirements, it will be rejected as invalid.

    If the protest is valid, Rancho California Water District’s Engineering Manager or other designated Authority staff member shall review the basis of the protest and all relevant information. The Engineering Manager will provide a written decision to the protestor. The protestor may then appeal the decision of the Engineering Manager in writing to the Authority’s Administrator within five (5) calendar days.

  • [04/18]

    I-7

    WORKERS’ COMPENSATION Each bidder shall submit the Contractor’s Certificate Regarding Workers’ Compensation form.

    PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION Pursuant to Labor Code Sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bids will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. To this end, Bidder shall sign and submit with its Bid the Public Works Contractor Registration Certification on the form provided, attesting to the facts contained therein. Failure to submit this form may render the Bid non-responsive. In addition, each Bidder shall provide the registration number for each listed subcontractor in the space provided in the List of Subcontractors Form.

    SUBSTITUTION OF SECURITY The Contract Documents call for monthly progress payments based upon the percentage of the work completed. The Authority will retain five percent (5%) of each progress payment, as provided by the Contract Documents. At the request and expense of the successful Bidder, the Authority will substitute securities for the amount so retained, in accordance with Public Contract Code Section 22300.

    PREVAILING WAGES The Authority has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract. These rates are on file and available at the office of the Authority located at 42135 Winchester Road, Temecula, California 92590, or may be obtained online at http://www.dir.ca.gov/dlsr. Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site(s).

    Since this Project is funded in whole or in part with SRF funds, the work must also comply with the minimum rates for wages for laborers and mechanics as determined by the Secretary of Labor in accordance with the provisions of Davis-Bacon. The higher of the two rates must be paid. Attention is directed to the SRF Funding Requirements section of the Special Provisions.

    The successful bidder shall comply with all Federal Davis-Bacon Act requirements as defined in the Special Provisions.

  • [04/18]

    I-8

    DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Section 1777.1 or Section 1777.7 of the Labor Code. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to the Authority. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the Project. The Contractor must comply with Subpart C of Title 2 of the Code of Federal Regulations, Part 180 and shall ensure that its contracts with any subcontractors include such compliance. The Contractor shall not subcontract with any party who is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, "Debarment and Suspension" or is ineligible under 40 CFR Part 32 to participate in the Project. The Contractor shall not subcontract with any individual or organization on USEPA's List of Violating Facilities. The Contractor must complete and return with its bid the certification form provided must obtain such certifications from any subcontractors, as to themselves and their principals.

    PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS Within the time specified in the Contract Documents, the Bidder to whom a Contract is awarded shall deliver to the Authority two identical counterparts of the Performance Bond and Payment Bond in the form supplied by the Authority and included in the Contract Documents. Failure to do so may, in the sole discretion of Authority, result in the forfeiture of the Bid Guarantee. The surety supplying the bond must be an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the state of California and satisfactory to the Authority. The Performance Bond and the Payment Bond shall each be for one hundred percent (100%) of the Total Bid Price.

    REQUEST FOR SUBSTITUTIONS The successful bidder shall comply with the substitution request provisions set forth in the General Provisions. Any deadlines for substitution requests that may occur prior to the bid opening date are set forth in the Special Provisions

    SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES, AND FEES Contractor and its subcontractors performing work under this Contract will be required to pay California sales tax and other applicable taxes, and to pay for permits, licenses, and fees required by the agencies with authority in the jurisdiction in which the work will be located, unless otherwise expressly provided by the Contract Documents.

    EXECUTION OF CONTRACT As required herein, the Bidder to whom an award is made shall execute the Contract in the amount determined by the Contract Documents. The Authority may require appropriate evidence that the persons executing the Contract are duly empowered to do so.

  • [04/18]

    I-9

    PROGRESS PAYMENTS The Contract Documents call for monthly progress payments based upon the percentage of the Work completed. Contractor shall submit with each payment request the Contractor’s conditional waiver of lien for the entire amount covered by such payment request, as well as a valid unconditional waiver of lien from the Contractor and all subcontractors and materialmen for all work and materials included in any prior invoices. Waivers of lien shall be in the forms prescribed by California Civil Code Section 8132. The Authority will retain five percent (5%) of each progress payment as security for completion of the Work. At the request and expense of the successful Bidder, the Authority will pay the amount so retained, in compliance with the requirements of Public Contract Code Section 22300.

    END OF INSTRUCTIONS TO BIDDERS

  • [04/18]

    P-1

    BID FORM

    BY

    (Firm)

    FOR

    CONSTRUCTION OF

    SANTA ROSA WATER RECLAMATION FACILITY REHABILITATION

    [PROJECT NO. S0013] Santa Rosa Regional Resources Authority c/o Rancho California Water District 42135 Winchester Road Post Office Box 9017 Temecula, CA 92589-9017 Attention: Jacob Wiley, RCWD Engineering Manager The undersigned declares, as Bidder, that he has carefully examined the locations of the proposed Work and that he has examined the Contract Documents, Plans, and Specifications and hereby proposes and agrees to furnish all labor, materials, equipment, tools, transportation, and services necessary to do all work required to construct:

    SANTA ROSA WATER RECLAMATION

    FACILITY REHABILITATION [PROJECT NO. S0013]

    and all appurtenances therefor, in strict conformance with the Contract Documents and the Plans and Specifications prepared by the Engineer/Architect, for the price(s) shown on the following pages. The total price for each Bid Schedule stated in this Proposal for all Bid Items is based on the estimated quantities indicated in the Plans and Specifications, and shall include all items necessary to complete the Work.

  • [04/18]

    P-2

    BID SCHEDULE

    FOR CONSTRUCTION OF

    SANTA ROSA WATER RECLAMATION

    FACILITY REHABILITATION [PROJECT NO. S0013]

    ITEMNO. ITEM DESCRIPTION

    UNIT OF MEASURE

    EST. QTY.

    UNIT PRICE

    ITEM COST

    1 Initial Mobilization, Bonds, Insurance, Project Management, and Demobilization.

    Lump Sum N/A N/A $___________

    2 Builders Risk (“All Risks”) Insurance (Coverage shall insure against the following: fire, lightning, vandalism, malicious mischief, riot and civil commotion, smoke, sprinkler leakage, water damage, sandstorm, hail, and any other act of God in whatever form, including floods and earthquakes).

    Lump Sum N/A N/A $___________

    3 Sheeting, Shoring, and Bracing or Equivalent Method. Lump Sum N/A N/A $___________

    4 Sequencing Batch Reactor equipment and services as stipulated in Section 11375.

    Lump Sum N/A N/A $___________

    5 Concrete Crack Repair (Type I, Dwg SD-16), cracks and crack networks with crack width equal to or less than 10 mils (0.01”).

    Linear Feet 200 $_____per

    Linear Foot

    $___________

    6 Concrete Crack Repair (Type I, Dwg SD-16), cracks and crack networks with crack width wider than 10 mils (0.01”).

    Linear Feet 100 $_____per

    Linear Foot

    $___________

    7 Concrete Surface Repair, depth ¼” to 1-1/2” deep without rebar addition or repair (Type II, Dwg SD-16).

    Square Feet 150 $_____per

    Square Foot

    $___________

  • [04/18]

    P-3

    BID SCHEDULE

    FOR CONSTRUCTION OF

    SANTA ROSA WATER RECLAMATION

    FACILITY REHABILITATION [PROJECT NO. S0013]

    ITEMNO. ITEM DESCRIPTION

    UNIT OF MEASURE

    EST. QTY.

    UNIT PRICE

    ITEM COST

    8 Concrete Surface Repair, depth greater than 1-1/2” with welded wire fabric without rebar repair or replacement (Type III, Dwg SD-16).

    Square Feet 50 $_____per

    Square Foot

    $___________

    9 Concrete Surface Repair, with one layer of rebar repair and replacement (Type IV, Dwg SD-16), rebar size #5, #6 or #7.

    Square Feet 25 $_____per

    Square Foot

    $___________

    10 Concrete Surface Repair, with one layer of rebar repair and replacement (Type IV, Dwg SD-16), rebar size #8, #9 or #10.

    Square Feet 25 $_____per

    Square Foot

    $___________

    11 Soil Mixing for Solids Handling Facility per Section 02158. Lump Sum N/A N/A $___________

    12 All Other Work for a Complete Operating System per Drawings and Specifications.

    Lump Sum N/A N/A $___________

    In case of discrepancy between the unit price and the item cost set forth for a unit basis item, the unit price shall prevail and shall be utilized as the basis for determining the lowest responsive, responsible bidder. However, if the amount set forth as a unit price is ambiguous, unintelligible, or uncertain for any cause, or is omitted, or is the same amount as the entry in the “Item Cost” column, then the amount set forth in the “Item Cost” column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. Final payment shall be determined by the Engineer from measured quantities of work performed based upon the unit price.

  • [04/18]

    P-4

    SUMMARY OF BID SCHEDULE

    FOR CONSTRUCTION OF

    SANTA ROSA WATER RECLAMATION

    FACILITY REHABILITATION [PROJECT NO. S0013]

    TOTAL BID ITEMS 1 – 12 TOTAL $ _____

    TOTAL BID PRICE (BASED ON BID SCHEDULE TOTAL OF UNIT PRICES):

    $ ________________________________________ Total Bid Price in Numbers

    __________________________________________________________________________ Total Bid Price in Written Form

    In case of discrepancy between the written price and the numerical price, the written price shall prevail.

    The undersigned agrees that this Bid Form constitutes a firm offer to the Authority that cannot be withdrawn for the number of calendar days indicated in the Notice Inviting Bids, or until a Contract for the Work is fully executed by the Authority and a third party, whichever is earlier. The Contract duration shall commence on the date stated in the Authority’s Notice to Proceed, and shall be completed by the Contractor in the time specified in the Contract Documents. In no case shall the Contractor commence construction prior to the date stated in the Authority’s Notice to Proceed.

  • [04/18]

    P-5

    Bidder certifies that it is licensed in accordance with the law providing for the registration of Contractors, License No. _________; Expiration Date _______; class of license _____. If the bidder is a joint venture, each member of the joint venture must include the above information. The undersigned acknowledges receipt, understanding, and full consideration of the following addenda to the Contract Documents: Addenda No. _______________________

    Addenda No. _______________________

    Addenda No. _______________________

    1. Attached is the required bid security in the amount of not less than 10% of the Total Bid Price.

    2. Attached is the fully-executed Non-Collusion Declaration form. 3. Attached is the completed List of Subcontractors form. 4. Attached is the completed Contractor Information and Experience form. 5. Attached is the completed Certified Data Sheet form. 6. Attached is the completed Contractor’s Certificate Regarding Workers’ Compensation

    form. 7. Attached is the completed Public Works Contractor Registration Certification form. 8. Attached is the completed American Iron and Steel Certificate. 9. Attached is the completed Anti-Lobbying Certificate.

    10. Attached is the completed DBE Good Faith Efforts Form. 11. Attached is the completed Bidder’s List. 12. Attached is the completed Certification of No Debarment under Federal Law form.

    I hereby certify under penalty of perjury under the laws of the state of California that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct.

    Name of Bidder

    Signature

    Name

    Title

    Dated

    END OF BID FORM NOTE: Attach “California All-Purpose Acknowledgment”

  • [04/18]

    P-6

    Notary Acknowledgment A notary public or other officer completing this certificate verifies

    only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

    STATE OF CALIFORNIA COUNTY OF ______________

    On , 20___, before me, _______________________________, Notary Public, personally

    appeared , who proved to me on the basis of satisfactory

    evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.

    WITNESS my hand and official seal.

    Signature of Notary Public

    OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document

    and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT

    Individual Corporate Officer

    Title(s) Title or Type of Document

    Partner(s) Limited General Number of Pages

    Attorney-In-Fact Trustee(s) Guardian/Conservator Date of Document Other: Signer is representing: Name Of Person(s) Or Entity(ies)

    Signer(s) Other Than Named Above

    NOTE: This acknowledgment is to be completed for Contractor/Principal.

  • [04/18]

    P-7

    CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract.

    Name of Bidder

    Signature

    Name

    Title

    Dated

    END OF CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION

  • [04/18]

    P-8

    PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION

    Pursuant to Labor Code Sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. See http://www.dir.ca.gov/Public-Works/PublicWorks.html for additional information.

    No bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work.

    Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code Sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of Industrial Relations.

    Name of Bidder:

    DIR Registration Number:

    Bidder further acknowledges:

    1. Bidder shall maintain a current DIR registration for the duration of the project.

    2. Bidder shall include the requirements of Labor Code Sections 1725.5 and 1771.1 in its contract with subcontractors and ensure that all subcontractors are registered at the time of bid opening and maintain registration status for the duration of the project.

    3. Failure to submit this form or comply with any of the above requirements may result in a finding that the bid is non-responsive.

    Name of Bidder

    Signature

    Name

    Title

    Dated

    END OF PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION

  • [04/18]

    P-9

    AMERICAN IRON AND STEEL CERTIFICATION

    1. Identification of American-made Iron and Steel Products: The Bidder certifies that this bid

    reflects the Bidder's best, good faith effort to identify domestic sources of iron and steel products for every component contained in the bid solicitation where such American-made components are required. The term ‘‘iron and steel products’’ means the following products made primarily of iron or steel – lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials.

    2. Verification of U.S. Production: If this bid is accepted, the Bidder agrees that it will provide, to the Authority, reasonable, sufficient, and timely verification of the U.S. production of each Iron and Steel Product incorporated into the Project.

    3. Documentation Regarding Non-American-made Iron and Steel: The Bidder certifies that for any Iron or Steel Product that is not American-made, but was incorporated in the development of this bid, is allowed by waiver of the U.S. Environmental Protection Agency and such waiver is attached to this certification.

    4. Warranty of Bidder: The Bidder hereby represents and warrants to and for the benefit of AUTHORITY that: a) Bidder has reviewed and understands the American Iron and Steel Requirement, and b) if the bid is selected, all of the iron and steel products used in the project will be produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is attached to this certification.

    Signature

    Name

    Title

    Dated

    Q & A’s, Waiver request instructions, and a list of approved waivers can be found at http://water.epa.gov/grants_funding/aisrequirement.cfm.

    END OF AMERICAN IRON AND STEEL CERTIFICATION

  • [04/18]

    P-10

    ANTI-LOBBYING CERTIFICATION

    The undersigned certifies, to the best of his or her knowledge and belief, that:

    1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

    2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions. A copy of this form is included as part of the SRF Funding Requirements section of the Contract Documents.

    3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including sub-contracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

    This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature

    Name

    Title

    Dated

    END OF ANTI-LOBBYING CERTIFICATION

  • [04/18]

    P-11

    DBE GOOD FAITH EFFORTS VERIFICATION

    Project: SANTA ROSA WATER RECLAMATION FACILITY REHABILITATION

    [PROJECT NO. S0013] Bid Opening Date: 2:00 p.m. on Tuesday, September 18, 2018 Bidder Name: Bidder Phone Number: Bidder Address: AUTHORITY, in accordance with 40 CFR part 33, requires bidders to provide information pertaining to the use of minority businesses, women's business enterprises, and labor surplus area firms (referred to herein as “DBEs”). Please provide the following information, using additional sheets of paper if necessary, and submit this form with your bid. Bidder should also submit mail logs, phone logs, electronic searches and communication, newspaper clippings, or similar records documenting efforts to meet the Good Faith Effort requirements.

    1. Solicitation Lists/Publications. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication), or information related to solicitation lists on which DBEs were included:

    Publications/Solicitation Lists Dates of Advertisement

    2. Soliciting DBEs as Potential Sources. The names and dates of written notices sent to

    certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.):

    Name of DBEs Solicited Date of Initial

    Solicitation Follow Up Methods and Dates

  • [04/18]

    P-12

    3. Division of Requirements. The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms.

    Items of Work

    Bidder Normally Performs

    Item? (Yes/No)

    Breakdown of Items Amount ($)

    Percentage of Contract

    (%)

    4. Delivery Schedules. Efforts made to establish delivery schedules, where the requirement permits,

    which encourage participation by small and minority businesses, and women's business enterprises: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________

  • [04/18]

    P-13

    5. Services of Other Agencies. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms, such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.):

    Name of Agency/Organization Method/Date of Contact Results

    Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________

    END OF DBE GOOD FAITH EFFORTS VERIFICATION

  • [04/18]

    P-14

    BIDDER’S LIST

    Bidder is required to provide the following information for all DBE and non-DBE subcontractors, who provided a proposal, bid, quote, or were contacted by Contractor. This information must be submitted with the bid. Prime Contractor:

    Project:

    Firm Name: Phone:

    Business Address: Fax:

    Email:

    License No. and Classification: Years in Business:

    Contact Person:

    Is the firm currently certified as a DBE? No Yes Cert. Number:

    Type of work/ services/ materials proposed by bidder:

    Amount of Bid/Quote:

    Date of Bid/Quote:

    END OF BIDDER’S LIST

  • [04/18]

    P-15

    CERTIFICATION OF NO DEBARMENT UNDER FEDERAL LAW

    Contractor hereby certifies that it and its principal(s):

    i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily exc luded by any federal department or agency;

    ii. Have not within a three (3) year period preceding this bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

    iii. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in paragraph (ii) above; and

    iv. Have not within a three (3) year period preceding this bid had one or more public transactions (federal, state or local) terminated for cause or default.

    v. Have not knowingly entered into a contract with anyone who is ineligible under 40 CFR Part 32 to participate in the Project.

    Failure to submit this form or any violations of the above representations will result in a finding that the bid is non-responsive.

    Name of Bidder

    Signature

    Name

    Title

    Dated

    END OF CERTIFICATION OF NO DEBARMENT UNDER FEDERAL LAW

  • [04/18]

    P-16

    BID BOND

    The makers of this bond are, _____________________________ ______________________________________________, as Principal, and _______________ ___________________________________________, as Surety and are held and firmly bound unto the Santa Rosa Regional Resources Authority, hereinafter called the Authority, in the penal sum of TEN PERCENT (10%) OF THE TOTAL BID PRICE of the Principal submitted to AUTHORITY for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

    THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying bid dated ______________, 2018, SANTA ROSA WATER RECLAMATION FACILITY REHABILITATION [PROJECT NO. S0013].

    If the Principal does not withdraw its bid within the time specified in the Contract Documents; and if the Principal is awarded the Contract and provides all documents to the Authority as required by the Contract Documents; then this obligation shall be null and void. Otherwise, this bond will remain in full force and effect.

    Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents shall in affect its obligation under this bond, and Surety does hereby waive notice of any such changes.

    In the event a lawsuit is brought upon this bond by the Authority and judgment is recovered, the Surety shall pay all litigation expenses incurred by the Authority in such suit, including reasonable attorneys’ fees, court costs, expert witness fees, and expenses.

    IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this _______ day of ________________, 2018, the name and corporate seal of each corporation.

    (Corporate Seal) Contractor/Principal

    By:

    Title:

    (Corporate Seal) Surety

    By: Attorney-in-Fact (Attach Attorney-in-Fact Certificate) Title: The rate of premium on this bond is ____________ per thousand. The total amount of premium charges, $_______________________________. (The above must be filled in by corporate attorney)

  • [04/18]

    P-17

    Notary Acknowledgment A notary public or other officer completing this certificate verifies

    only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

    STATE OF CALIFORNIA COUNTY OF ______________

    On , 20___, before me, _______________________________, Notary Public, personally

    appeared , who proved to me on the basis of satisfactory

    evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.

    WITNESS my hand and official seal.

    Signature of Notary Public

    OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document

    and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT

    Individual Corporate Officer

    Title(s) Title or Type of Document

    Partner(s) Limited General Number of Pages

    Attorney-In-Fact Trustee(s) Guardian/Conservator Date of Document Other: Signer is representing: Name Of Person(s) Or Entity(ies)

    Signer(s) Other Than Named Above

    NOTE: This acknowledgment is to be completed for Contractor/Principal.

  • [04/18]

    P-18

    Notary Acknowledgment A notary public or other officer completing this certificate verifies

    only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

    STATE OF CALIFORNIA COUNTY OF ______________

    On , 20___, before me, _______________________________, Notary Public, personally

    appeared , who proved to me on the basis of satisfactory

    evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.

    WITNESS my hand and official seal.

    Signature of Notary Public

    OPTIONAL Though the information below is not requ