Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ERS Industrial Services 2001-08-30
CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA SPECIAL PROVISIONS FOR REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT SPECIFICATION NO. 10-18 Civil - CITY OF UKIAH DEPARTMENT OF PUBLIC WORKS 300 Seminary Avenue Ukiah, California 95482-5400 Bids Open: Thursday July 21, 2011 2:00 p.m. Office of City Clerk July 14, 2011 ADDENDUM NO. 1 6 MJ Subject: Rehabilitation of Tertiary Treatment Units at the Ukiah Wastewater Treatment Plant, City of Ukiah Specification No. 10-18 Attached herewith is ADDENDUM NO. 1 for the subject project. The bid opening date for this project is changed and shall be July 26, 2011 at 2:00 PM. IF YOU SUBMIT A BID ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION THIS ENTIRE ADDENDUM MUST BE SUBMITTED WITH THE PROPOSAL. This letter and attached Addendum are being sent to you by fax and email in order that this office may be assured all plan holders have received same. Please note that there will be another.addendum issued early next week that will address the issue of contract working days. It should be noted it is the responsibility of the General Contractor to notify all subcontractors from whom he accepts bids of any and all changes in the drawings and specifications for this project. Sincerely, Tim Eriksen Director of Public Works/City Engineer ACKNOWLEDGEMENT I hereby acknowledge that I have received this Addendum No. 1 and have reviewed and considered it before submitting my bid. Signed: Date: 300 SEMINARY AVENUE UKIAH, CA 95482-5400 Phone# 707/463-6200 Fax# 7071463-6204 Web Address: www.cityofukiah.com Modifications to Specifications: Specification cover page Strike -out the following text: "Bids Open: July 21, 2011" Insert the following text: "Bids Open: July 26, 2011" Specification "Notice to Bidders" page Strike -out the following text: "NOTICE IS HEREBY GIVEN that sealed standard proposals for REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT will be received at the Office of the City Clerk, Ukiah Civic Center, 300 Seminary Avenue, Ukiah California until 2:00 p.m. on Thursday, July 21, 2011, at which time, or as soon thereafter as possible, they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed "REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT."" Insert the following text: "NOTICE IS HEREBY GIVEN that sealed standard proposals for REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT will be received at the Office of the City Clerk, Ukiah Civic Center, 300 SeminaryAvenue, Ukiah California until 2:00 p.m. on Tuesday, July 26, 2011, at which time, or as soon thereafter as possible, they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed "REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT." Specification page 31, Section 2-1-A. Strike -out the following text: "Media shall be supplied by Siemens Water Technologies — NO SUBSTITUTE." Addendum No. 1 City of Ukiah Rehabilitation of Tertiary Treatment Units At The Ukiah Wastewater Treatment Plant Specification No. 10-18 July 14, 2011 July 20, 2011 1 � Al A► I■ U M 1 eIF _ 6 Subject: Rehabilitation of Tertiary Treatment Units at the Ukiah Wastewater Treatment Plant, City of Ukiah Specification No. 10-18 Attached herewith is ADDENDUM NO. 2 for the subject project. The bid opening date for this project was changed in Addendum No. 1 and shall remain July 26, 2011 at 2:00 PM. IF YOU SUBMIT A BID ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION THIS ENTIRE ADDENDUM MUST BE SUBMITTED WITH THE PROPOSAL. This letter and attached Addendum are being sent to you by fax and email in order that this office may be assured all plan holders have received same. It should be noted it is the responsibility of the General Contractor to notify all subcontractors from whom he accepts bids of any and all changes in the drawings and specifications for this project. Sincerely, Tim Eriksen Director of Public Works/City Engineer I,[�:1►[�1►��1: iZc3a►�ila��� I hereby acknowledge that I have received this Addendum No. 2 and have reviewed and considered it before submitting my bid. Signed: Date: 300 SEMINARY AVENUE UKIAH, CA 95482-5400 Phone# 707/463-6200 Fax# 707/463-6204 Web Address: www.cltyofuklah.com i Modifications to Specifications: Specification page 2, INSTRUCTIONS TO BIDDERS, Strike -out the following text: "The work is to be completed within thirty (30) calendar days. The Contractor will pay to the City the sum of five hundred ($500.00) dollars per day for each and every calendar day's delay beyond the time prescribed." Insert the following text: "The work is to be completed within sixty (60) calendar days. The Contractor will pay to the City the sum of five hundred ($500.00) dollars per day for each and every calendar day's delay beyond the time prescribed." Specification page 53, AGREEMENT, Strike -out the following text: "The Contractor shall complete the work within thirty (30) calendar days." Insert the following text: "The Contractor shall complete the work within sixty (60) calendar days." Specification page 28, Section 1-V.A.3, Strike -out the following text: "Inspection by Siemens factory -trained Service Engineer (provided by Contractor) of filter under drain and treatment unit structures once filter media is removed, and inspection of clarifier air distribution structures and water distribution structures once clarifier media is removed, and repair as determined by the Service Engineer to like -new condition." Insert the following text: Inspection by Engineer of filter under drain and treatment unit structures once filter media is removed, and inspection of clarifier air distribution structures and water distribution structures once clarifier media is removed, and repair as determined by the Engineer to like -new condition. Addendum No. 2 City of Ukiah Rehabilitation of Tertiary Treatment Units At The Ukiah Wastewater Treatment Plant Specification No. 10-18 July 20, 2011 Page 2 of 7 Specification page 28, Section 1-V.B.1, Strike -out the following text: "Calibration/repair of process and control instrumentation: Four(4) SMAR inlet flow meter sensors, eight(8) SMAR head loss sensors, one(1) SMAR backwash flow meter sensor, and related lines, orifice plates, and screens, four(4) Warrick level sensors. Refer to Attachment C, Drawing 506671-2 for locations." Specification page 29, Section 1-VII.A.2, Strike -out the following text: "An affidavit from Siemens Water Technologies shall be provided stating the clarifier and filter media furnished complies with the requirements for use in a Microfloc Trident clarifier/filtration unit at a Water Reclamation Facility (Wastewater Treatment Plant) for tertiary treatment of secondary effluent." Insert the following text: "An affidavit shall be provided stating the clarifier and filter media furnished complies with the requirements for use in a Microfloc Trident clarifier/filtration unit at a Water Reclamation Facility (Wastewater Treatment Plant) for tertiary treatment of secondary effluent." Specification page 30, Section 1-VII.A.3, Strike -out the following text: "The services of a factory -trained Service Engineer (provided by Contractor), specifically trained in inspection of the clarifier and filter chambers, under -drain and placement of the clarifier and filter media specified shall be provided. The minimum man -days listed are exclusive of travel time and do not relieve the Contractor of the obligation to provide sufficient service to place filters in satisfactory operation. a) Man -days for placement of media and filter acceptance tests: Minimum two (2) for each filter. b) Upon completion of the Service Engineer's services, the Service Engineer shall provide a written statement certifying that all materials have been installed in accordance with the specifications of this section." Addendum No.2 City of Ukiah Rehabilitation of Tertiary Treatment Units At The Ukiah Wastewater Treatment Plant Specification No. 10-18 July 20, 2011 Page 3 of 7 Specification page 30, Section 1 -VIII, Strike -out the following text: "The hours of work shall be 7:30 AM to 4:00 PM, Monday through Friday. The Ukiah Wastewater Treatment Plant is a secured facility and gates will be open 7 AM to 4:30 PM Monday through Friday and closed weekends and holidays. The Contractor will be permitted to work only during the hours that the gates are open at the facility. It is the responsibility of the Contractor to coordinate the work schedule, crews and material delivery during the hours that the facility gates are open. The Contractor's work shall not prevent the City from closing the gate and securing the facility between the hours of 4:30 PM to 7 AM unless authorized by special arrangement and approval from the Plant Superintendant." Insert the following text: "The hours of work shall be 7:00 AM to 3:30 PM, daily including weekends. The Ukiah Wastewater Treatment Plant is a secured facility and gates will be open 7 AM to 3:30 PM daily including weekends. The Contractor will be permitted to work during the hours that the gates are open at the facility, and will be permitted to work outside of the regular work hours if approved by the Engineer. It is the responsibility of the Contractor to coordinate the work schedule, crews and material delivery during the hours that the facility gates are open. The Contractor's work shall not prevent the City from closing the gate and securing the facility between the hours of 3:30 PM to 7 AM unless authorized by special arrangement and approval from the Plant Superintendant." Specification page 30, Section 1 -IX, Strike -out the following text: "General — The tertiary system is currently off-line, and scheduled to be put back into operation on October 1, 2011. The work under this contract must be successfully completed, tested and ready for return to full operation prior to October 1, 2011." Insert the following text: "General — The tertiary system is currently off-line, and scheduled to be put back into operation on October 1, 2011. The work under this contract must be successfully completed, tested and ready for use under the following schedule: 1) One clarifier -filter unit fully operational by October 1, 2011. 2) A second clarifier -filter unit fully operational by October 15, 2011. 3) The remaining units fully operational by the end of the sixty (60) calendar day contract period." Addendum No. 2 City of Ukiah Rehabilitation of Tertiary Treatment Units At The Ukiah Wastewater Treatment Plant Specification No. 10-18 July 20, 2011 Page 4 of 7 Specification page 31, Section 2, after Item I.B.4.f, Insert the following text T. At a minimum the following tests shall be performed before the media is shipped from the supplier, with the test results being submitted to the Engineer. 1. Gravels a) 3/8" x3/16" Silica Gravel - One full test per AWWA B-100 specifications of Effective Size, Uniformity Coefficient, Acid Solubility, MOH Hardness, Specific Gravity. b) 3/4" x 3/8" Silica Gravel and 1-1/2" x 3/4" Silica Gravel - Sieve Analysis 2. ,High Density Gravel (Garnet) - One full test per AWWA B-100 specifications, Effective Size, Uniformity Coefficient, Acid Solubility, MOH Hardness, Specific Gravity. . 3. Filter Sands -One full test per AWWA B-100 specifications, Effective Size, Uniformity Coefficient, Acid Solubility, MOH Hardness, Specific Gravity. 4. Anthracite - One full test per AWWA B-100 specifications, Effective Size, Uniformity Coefficient, Acid Solubility, MOH Hardness, Specific Gravity." Specifications page 32, Section 2 — II.A.2, Strike -out the following text: "Existing Clarifier Media shall be removed from the clarifier chambers and stored under cover for re -use protected from environmental and mechanical damage." Insert the following text: "Existing Clarifier Media shall be removed from the clarifier chambers and stored in clean super sacks, under cover for re -use protected from environmental and mechanical damage." Specifications page 32, Section 2 — II.A.4, Strike -out the following text: "Once the Media is removed and the chambers thoroughly cleaned, the chambers and the filter under -drain shall be thoroughly inspected by a factory -trained Service Engineer Addendum No.2 City of Ukiah Rehabilitation of Tertiary Treatment Units At The Ukiah wastewater Treatment Plant Specification No. 10-18 July 20, 2011 Page 5 of 7 (provided by Contractor). Within one working day of the inspection, the Service Engineer shall submit a written report to the City stating the findings of the inspection and recommendations. If repairs are found to be necessary, no installation of Media shall begin until the repairs are made and pass inspection by the City and Service Engineer. Repairs are to be made to the requirements specified by Siemens Water Technologies." Insert the following text: "Once the Media is removed and the chambers thoroughly cleaned, the chambers and the filter under -drain shall be thoroughly inspected by Contractor. Within one working day of the inspection, the Contractor shall submit a written report to the City stating the findings of the inspection and recommendations. If repairs are found to be necessary, no installation of Media shall begin until the repairs are made and pass inspection by the City. Repairs are to be made according to the requirements specified by Engineer." Specifications page 32, Section 2 — B., after "B. Installation of Media", Insert the following text: "All filter media shall be placed and prepared for service complying with the requirements of the most current edition of AWWA Standard B-100, Sections 4.4 and 4.5" Specifications page 32, Section 2 —11.6.4, Strike -out the following text: "The services of a factory -trained Service Engineer, specifically trained in the placement of the media specified shall be provided by the Contractor. A minimum of two (2) man -days per unit shall be allotted for the Service Engineer for supervision and inspection of placement of Media and backwashing. The man -days are exclusive of travel time and do not relieve the Contractor of the obligation to provide sufficient service to place the Media in satisfactory operation. The Service Engineer shall direct the placement of the Media and field acceptance with the specifications. Placement of Media material shall not be performed without the presence of the Service Engineer onsite. Media placement shall not begin until the Service Engineer conducts a sieve analysis on each media lot to verify the correctness and suitability of the material provided." Insert the following text: "Media placement shall not begin until the Contractor conducts an onsite sieve analysis on each media lot to verify the correctness and suitability of the material provided. Sampling Addendum No.2 City of Ukiah Rehabilitation of Tertiary Treatment Units At The Ukiah Wastewater Treatment Plant Specification No. 10-18 July 20, 2011 Page 6 of 7 shall be performed according to Section 5.2.3.1 of the most current edition of AWWA Standard B-100" Specifications page 33, Section 2 — III.A, Strike -out the following text" "Media shall not be shipped until an affidavit is received by the City from Siemens Water Technology stating the media being shipped has been tested and conforms to the requirements for use in a Microfloc Trident clarifier/filter unit." Insert the following text: "Media shall not be shipped until an affidavit is provided to the City from Supplier stating the media being shipped has been tested and conforms to the requirements for use in a Microfloc Trident clarifier/filter unit." Addendum No.2 City of Ukiah Rehabilitation of Tertiary Treatment Units At The Ukiah Wastewater Treatment Plant Specification No. 10-18 July 20, 2011 Page 7 of 7 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA CITY COUNCIL: MARI RODIN — MAYOR MARY ANNE LANDIS — VICE MAYOR PHIL BALDWIN DOUGLAS CRANE BEND THOMAS JANE CHAMBERS — CITY MANAGER TIM ERIKSEN - DIRECTOR OF PUBLIC WORKS I CITY ENGINEER LOREN CLIFTON - DEPUTY DIRECTOR OF PUBLIC WORKS JOANNE CURRIE —CITY CLERK R. ALLEN CARTER - CITY TREASURER CITY OF UKIAH DEPARTMENT OF PUBLIC WORKS June 2011 TABLE OF CONTENTS NOTICE TO BIDDERS I'Ae INSTRUCTIONSTO BIDDERS......................................................................................................................2 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS ....................4 1-01. Definitions 1-02. Examinations of Plans, Special Provisions and Site of Work 1-03. Proposal 1-04. Withdrawal of Bids 1-05. Public Opening of Bids 1-06. Bid Guaranty 1-07. Qualification of Bidders 1-08. Disqualification of Bidders 1-09. Identification of Subcontractors 1-10. General Provisions of the Standard Specifications SECTION 2. AWARD AND EXECUTION OF CONTRACT...........................................................................6 2-01. Award of Contract 2-02. Return of Proposal Guaranties 2-03. Execution of Contract SECTION 3. SCOPE AND INTENT OF CONTRACT....................................................................................6 3-01. Effect of Inspection and Payments 3-02. Effect of Extension of Time 3-03. Extra Work 3-04. Assignment of Contract 3-05. Subcontractors 3-06. Interpretation of Special Provisions and Drawings 3-07. Liability of City Officials 3-08. Dispute Resolution SECTION4. BONDS...................................................................................................................................... 7 4-01. Faithful Performance Bond 4-02. Material and Labor Bond 4-03. Defective Material and Workmanship Bond 4-04. Notification of Surety Companies SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS.........................................................8 5-01. Minimum Scope of Insurance 5-02. Minimum Limits of Insurance 5-03. Deductibles and Self -Insured Retentions 5-04. Other Insurance Provisions 5-05. Acceptability of Insurers 5-06. Verification of Coverage 5-07, Subcontractors SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR 6-01. Legal Address of Contractor 6-02. Office of Contractor at Site 6-03. Attention to Work 6-04. Liability of Contractor 6-05. Protection of Persons and Property 6-06. Protection of City Against Patent Claims 6-07. Protection of Contractor's Work Property 6-08. Regulations and Permits 6-09. Construction Utilities 6-10. Approval of Contractor's Plans 6-11. Suggestions to the Contractor 6-12. Termination of Unsatisfactory Subcontracts 6-13. Preservation of Stakes and Marks 6-14. Assistance to Engineer 6-15. Removal of Condemned Materials and Structures 6-16. Proof of Compliance with Contract 6-17. Errors and Omissions 6-18. Cooperation 6-19. Right of Contractor to Stop Work 6-20. Hiring and Dismissal of Employees 6-21. Wage Rates 6-22. Cleaning Up 6-23. Guaranty SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY 7-01. Authority of the Engineer 7-02. Inspection 7-03. Surveys 7-04. Rights -of -Way 7-05. Retention of Imperfect Work 7-06. Changes in the Work 7-07. Additional Drawings by City 7-08. Additional and Emergency Protection 7-09. Suspension of Work 7-10. Right of City to Terminate Contract 7-11. Use of Completed Portions SECTION 8. WORKMANSHIP, MATERIALS AND EQUIPMENT ......... 8-01. General Quality 8-02. Quality in Absence of Detailed Specifications 8-03. Materials and Equipment Specified by Name 8-04. Source of Materials 8-05. Storage of Materials 8-06. Drawings, Samples and Tests SECTION 9. PROSECUTION OF WORK .......................................... 9-01. Equipment and Methods 9-02. Time of Completion 9-03. Avoidable Delays 9-04. Unavoidable Delays 9-05. Notice of Delays .............. 9 14 17 17 9-06. Extension of Time 9-07. Unfavorable Weather and Other Conditions 9-08. Saturday, Sunday, Holiday and Night Work 9-09. Hours of Labor SECTION 10. PAYMENT............................................................ 10-01. Certification by Engineer 10-02. Progress Estimates and Payment 10-03. Substitution of Securities 10-04. Acceptance 10-05. Final Estimate and Payment 10-06. Delay Payments 10-07. Extra Work and Work Omitted 10-08. Compensation for Extra Work or Work Omitted 10-09. Compensation to the City for Extension of Time 10-10. Liquidated Damages for Delay SECTION 11. MISCELLANEOUS ............................................. 11-01. Notice 11-02. Computation of Time 11-03. Litigation and Forum Selection 11-04. Waiver TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION 12-01. Location and Scope of Work 12-02. Arrangement of Technical Specifications 12-03. Arrangement of Plans 12-04. Business Licenses 12-05. Permits 12-06. Standard Specifications and Standard Plans 12-07. Temporary Facilities 12-08. Plant Convenience and Safety 12-09. Maintaining Traffic 12-10. Stream Pollution 12-11. Warranties 12-12. Utilities 12-13. Preconstruction Conference 12-14. Safety Requirements SECTION 13. CONSTRUCTION DETAILS ..................... 13-01. Contractor Information 13-02. Media Specifications 13-03. Painting and Protective Coatings SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS 14-01. Provisions to be Excluded from General Conditions SECTION 15. AMENDMENTS TO GENERAL CONDITIONS - 15-01. Provisions of General Conditions to be Amended ..........................19 22 24 27 41 41 CERTIFICATES AND DOCUMENTS PROPOSAL.............................................................................................................................................42 BIDDINGSCHEDULE... _.. ............................................................... _ .... _ ................ ............................. 43 FAIR EMPLOYMENT PRACTICES CERTIFICATION..................................................................................45 WORKER'S COMPENSATION CERTIFICATE............................................................................................46 CERTIFICATE OF NONDISCRIMINATION IN EMPLOYMENT...................................................................47 LIST OF PROPOSED SUBCONTRACTORS... .... ....... __ ................................................... ........................ 48 STATEMENT OF EXPERIENCE OF BIDDER..............................................................................................49 SIGNATUREOF BIDDER.............................................................................................................................50 BIDDER'S BOND...........................................................................................................................................51 NON -COLLUSION AFFIDAVIT.....................................................................................................................52 AGREEMENT.............................................................................................................................................53 INDEMNIFICATION AGREEMENT............................................................................................................... 57 EXAMPLE BOND FORMS............................................................................................................................ 58 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND... ..... .... 62 DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND.................................................63 INSURANCE CERTIFICATES AND ENDORSEMENT FORMS ATTACHMENT A —System Schedule ATTACHMENT B — Paint and Primer Schedule ATTACHMENT C - Trident Water Systems 2TR-840A Shop Drawings ATTACHMENT D — Trident Water Systems 2TR-840A Equipment List CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA NOTICE TO BIDDERS FOR REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT SPECIFICATION NO. 10-18 NOTICE IS HEREBY GIVEN that sealed standard proposals for REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT will be received at the Office of the City Clerk, Ukiah Civic Center, 300 Seminary Avenue, Ukiah California until 2:00 p.m. on Thursday, July 21, 2011, at which time, or as soon thereafter as possible, they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed "REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT." Bids are required for the entire work described herein. No fax bids will be accepted. ENGINEER'S ESTIMATE OF QUANTITIES Item No. Description Quantity Unit Rehabilitate four 2 MGD Siemens Microfloc Trident 1 filtration units at the Ukiah Wastewater Treatment 1 Lump Sum Plan To be eligible to bid this project, attendance by the bidder's representative will be mandatory at a pre- bid meeting and site tour to be held on Thursday, July 14, 2011 --at 2 PM at the City of Ukiah Wastewater Treatment Plant, 300 Plant Road, Ukiah, CA Plans and Special Provisions may be inspected and/or copies obtained for a non refundable fee of $10.00. Plans and Special Provisions may also be downloaded at no charge from the City's website at www.citvofukiah.com. Contact Alan Hasty, Assistant Engineer, Dept. of Public Works, City of Ukiah, 300 Seminary Avenue, Ukiah, California 95482-5400. No bid will be considered unless it is made on the forms furnished by the City Engineer and is made in accordance with the details of the Special Provisions. Each bidder must be licensed as required by law. Further information regarding the work or these specifications can be obtained by calling Alan Hasty at (707) 463-6282 or at fax phone (707) 463-6204. The City Council reserves the right to reject any or all bids -and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and which it deems in the best interest of the City to accept. The City Council also reserves the right to waive any information not material to cost or performance in any proposal or bid. Pursuant to provisions of Section 1770, including amendments thereof, of the Labor Code of the State of California, the Director of the Department of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time, overtime Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes. Copies of the General Prevailing Wage Determination (applicable to the work), for the locality in which the work is to be done are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWDI The prime contractor for the work herein shall possess a current, valid State of California, Class A (General Engineering) Contractor's License. Pursuant to Section 4590 of the California Government Code, this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial payments due the Contractor to insure performance under this contract. By order of the City Council, City of Ukiah, County of Mendocino, State of California. Dated: io1?— 1 'L a 1/0�c��,n-A J�Anne Currie, City Clerk, City of Ukiah, California PUBLISH TWO TIMES: June 26 & July 3, 2011 INSTRUCTIONS TO BIDDERS REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT Specification No. 10-18 shall be performed in accordance with the Plans and Special Provisions therefor adopted, to which special reference is hereby made. Each bidder must supply all the information required by the bid documents and Special Provisions. Minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award of any contract entered into pursuant to this advertisement. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards of requirements for the employment of minorities. All proposals or bids shall be accompanied by a cashier's check or certified check payable to the order of the City of Ukiah amounting to 10 percent of the bid, or by a bond in said amount and signed by the bidder and a corporate surety, payable to said City. Said check shall be forfeited, or said bond shall become payable to said City in case the bidder depositing the same does not, within fifteen (15) days after written notice that the contract has been awarded to him: (a) enter into a contract with the City and (b) furnish certificates of insurance and endorsements, a bond of faithful performance and a payment bond as described in the Special Provisions. No bidder shall withdraw his or her bid for a period of thirty (30) calendar days after the date set by the City for the opening thereof. The Contractor and any subcontractors shall each possess a valid City of Ukiah Business License prior to the start of any work. The Contractor shall furnish a p—iant schedule to the Enginaar prinr to tha start of any work and start work as scheduled. The work is to be completed within thirty (30) calendar days. The Contractor will pay to the City the sum of five hundred ($500.00) dollars per day for each and every calendar day's delay beyond the time prescribed. Any bid protest must be filed with the City Clerk not more than five calendar days following the bid opening. If any such timely written protest is filed, all bidders shall be provided a copy of the protest within 2 calendar days of its receipt, which may be delivered to the bidders as an email attachment or by fax. All such bidders may file with the City Manager a written objection or other response to the protest. All objections or responses filed not more than 5 days after receipt of the written protest will be presented to the City Council at its next regular meeting occurring not less than 12 calendar days following the bid opening. The City Council will resolve the bid protest at that meeting based on the written protest, any staff recommendation anri all timely written objections and respon-ses. in accordance with the Brown Ant, any person may address the City Council on this item during the meeting. The City Council action on the protest shall represent a final decision by the City on the protest. Examination of Site, Drawings, Etc. Each bidder shall visit the site of the proposed work and fully acquaint himself with local conditions, construction and labor required so that he or she may fully understand the facilities, difficulties and restrictions attending the execution of the work under the Contract. Bidders shall thoroughly examine and be familiarwith the Plans and Special Provisions. The failure of any bidder to receive or examine any form, instrument, addendum, or other document, or to visit the site and acquaint himself with conditions there existing, shall in no way relieve the bidder from any obligation with respect to his or her proposal or to the contract. The drawings for the work show conditions as they are supposed or believed by the Engineer to exist; but, it is REHAB OF TERTIARY UNITS UKIAH WWTP 2 SPEC NO 10-18 neither intended nor shall it be inferred that the conditions as shown thereon constitute a representation by the Engineer, the City or its officers that such conditions are actually existent, nor shall the City, the Engineer or any of their officers or representatives be liable for any loss sustained by the Contractor as a result of a variance between the conditions shown on the drawings and the conditions actually revealed during the progress of the work or otherwise. The bidder's attention is directed to the possible existence of obstructions and public improvements within the limits of the work or adjacent thereto, which may or may not be shown on the Drawings. The bidder shall investigate to his or her satisfaction the conditions to be encountered, the character, quality and quantities of work to be performed and materials to be furnished and the requirements of the Plans, Special Provisions, Standard Specifications, Standard Plans, and Contract Documents. The submission of a proposal shall be considered conclusive evidence that the bidder has made such examination and has accepted the project workplace as a safe workplace to perform the work of the Contract. Location of the Work All of the work to be performed is located at the City of Ukiah Wastewater Treatment Plant. REHAB OF TERTIARY UNITS UKIAH WWTP 3 SPEC NO 10-18 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS 1-01. Definitions. Whenever any word or expression defined in this section, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning given: a. "City of Ukiah" or "City" shall mean the City of Ukiah, Mendocino County, California, acting through its City Council or any other board, body, official or officials to which or to whom the power belonging to the Council shall by virtue of any act or acts, hereafter pass or be held to appertain. b. "Engineer" shall mean the Engineer duly and officially appointed by the City to supervise and direct the work of construction under this contract, acting personally or through agents or assistants duly authorized by him, such agents or assistants acting within the scope of the particular duties entrusted to them. C. "Inspector" shall mean the engineering or technical inspector or inspectors duly authorized or appointed by the Engineer, limited to the particular duties entrusted to him or her or them. d. "Contractor" shall mean the party entering into contract with the City of Ukiah for the performance of work covered by this contract and his or her authorized agents or legal representatives. e. "Date of signing of contract" orwords equivalent thereto, shall mean the date upon which this contract, with the signature of the Contractor affixed, together with the prescribed bonds, shall be or shall have been delivered to the City or its duly authorized representatives. f. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. g. "The work" shall mean and include all the work specified, indicated, shown or contemplated in the contract to construct the improvement, including all alterations, amendments or extensions thereto made by contract change order or other written orders of the Engineer. "Contract drawings", "drawings", "plans" shall mean and include 1) all drawings or plans which may have been prepared by or on behalf of the City, as a basis for proposals, when duly signed and made a part of this contract by incorporation or reference, 2) all drawings submitted in pursuance of the terms of this contract by the successful bidder with his or her proposal and by the Contractor to the City if and when approved by the Engineer and 3) all drawings submitted by the Engineer to the Contractor during the progress of the work as provided for herein. Where "as shown", "as indicated", "as detailed" or words of similar import are used, it shall be understood that reference to the drawings accompanying these Special Provisions is made unless stated otherwise. Where "as directed", "as permitted", "approved" or words of similar import are used, it shall be understood that the direction, requirements, permission, approval or acceptance of the Engineer is intended unless stated otherwise. As used herein, "provide" or "install" shall be understood to mean "provide or install complete in place", that is, "furnish and install". "Shall" is mandatory; "may" is permissive. 1-02. Examination of Pians, Special Provisions and Site of Work. The bidder shall examine carefully the Proposal, Plans, Special Provisions, Contract forms and the site of the work contemplated therefor. It will be REHAB OF TERTIARY UNITS UKIAH WWTP 4 SPEC NO 10-18 assumed that the bidder has investigated to his or her satisfaction the conditions to be encountered and the character, quality and requirements of all Plans, Special Provisions, Standard Specifications, and Standard Plans involved. 1-03. Proposal. Bids shall be made on the blank form prepared by the City without removal from the bound Special Provisions. All bids shall give the prices bid, both in writing and in figures and shall be signed by the bidder or his or her authorized representative, with his or her address. If the bid is made by an individual or partner, his or her name and the post office address of his or her business or partnership, along with his or her signature or the signature of one or more partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name of the corporation and the title of the person who signs on behalf of the corporation. Each proposal shall be enclosed in a sealed envelope, endorsed as specified in the notice to bidders. Bidders are warned against making erasures or alterations of any kind and proposals which contain omissions, erasures, conditions, alterations, additions not called for, additional proposals or irregularities of any kind may be rejected. 1-04. Withdrawal of Bids. Any bid may be withdrawn at any time prior to the hour fixed in the notice to bidders for the openings of bids, provided that a request in writing, executed by the bidder or his or her duly authorized representative, for the withdrawal of such bid is filed with the City. The withdrawal of a bid will not prejudice the right of a bidder to file a new bid. 1-05. Public Opening of Bids. Bids will be opened and read publicly at the time and place indicated in the notice to bidders. Bidders or their agents are invited to be present. 1-06. Bid Guaranty. Each bid must be accompanied by a certified check, cashier's check or bidder's bond executed by an admitted surety insurer, payable to the order of the City of Ukiah in an amount not less than 10 percent of the bid as a guarantee that the bidder will enter into a contract, if awarded the work. 1-07. Qualification of Bidders. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be skilled and regularly engaged in the general class or type of work called for under this contract. A statement setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities and equipment to enable him or her to prosecute the work successfully and promptly within the time and in the manner agreed. In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. 1-08. Disqualification of Bidders. More than one bid from an individual business, partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is financially interested in more than one bid for the work will cause the rejection of all bids in which he or she is so interested. If there is reason to believe that collusion exists among the bidders, none of the participants in such collusion will be considered. Bids in which the prices obviously are unbalanced may be rejected. 1-09. Identification of Subcontractors. All bids shall comply with the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following) and shall set forth: (a) The name and the location of the place of business of each subcontractor who will perform work or labor, or render service to the prime contractor in or about the construction of the work, or to a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work according to detailed drawings contained in the REHAB OF TERTIARY UNITS UKIAH WWTP 5 SPEC NO 10-18 plans and Special Provisions, in an amount in excess of one-half of 1 percent of the prime contractor's total bid. (b) The portion of the work which will be done by each such subcontractor. The prime contractor shall list only one subcontractor for each such portion defined by the prime contractor in his or her bid. 1-10. General Provisions of the Standard Specifications. All provisions of the General Provisions, Sections 1 through 9, of the Standard Specifications, shall be applicable to the contract except as modified by these Special Provisions. The Standard Specifications are set forth in Section 12-05 of these Special Provisions. SECTION 2. AWARD AND EXECUTION OF CONTRACT 2-01. Award of Contract. Award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the specified requirements. The award, if made, will be made within thirty (30) days after opening of the bids. The City reserves the right to reject any and all bids and to waive any irregularity in the proposal not pertaining to cost. 2-02. Return of Proposal Guaranties. All bid guaranties will be held until the contract has been fully executed, after which they will be returned to the respective bidders whose bids they accompany. 2-03. Execution of Contract. The contract agreement shall be executed in duplicate by the successful bidder and returned, together with the contract bonds, insurance certificates and endorsements, within fifteen (15) days after written notice of the award of the contract. After execution by the City; one copy shall be filed with the City and one copy shall be returned to the Contractor. If the bidder fails or refuses to enter into the contract agreement within the required time, then the bid guaranty accompanying the bid shall be forfeited to the City. SECTION 3. SCOPE AND INTENT OF CONTRACT 3-01. Effect of Inspection and Payments. Neither the inspection by the Engineer or an inspector, nor any order, measurement or approved modification, nor certificate or payment of money, nor acceptance of any part or whole of the work, nor any extension of time, nor any possession by the City or its agents, shall operate as a waiver of any provision of this contract or of any power reserved therein to the City, or of any right to damages thereunder; nor shall any breach of this contract be held to be a waiver of any subsequent breach. All remedies shall be construed as cumulative. 3-02. Effect of Extension of Time. The granting of any extension of time on account of delays which, in the judgement of the City, are avoidable delays shall in no way operate as a waiver on the part of the City of its rights under this contract. 3-03. Extra Work. !'I extra work orders are given in accordance ice will i provisions of this contract, suc,1 work shall be considered a part hereof and shall be subject to each and all of its terms and requirements. 3-04. Assignment of Contract. The contract may be assigned or sublet in whole or in part only upon the written consent of the City acting through its authorized agents. Consent will not be given to any proposed assignment which would relieve the original contractor or its surety of their responsibilities under the contract nor will the Engineer consent to any assignment of a part of the work under the contract. 3-05. Subcontractors. The Contractor shall be as fully responsible for the acts and omissions of his or her subcontractors and of persons either directly or indirectly employed by them, as he or she is for the acts and omissions of persons directly employed by him. REHAB OF TERTIARY UNITS UKIAH WWTP 6 SPEC NO 10-18 The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the terms of this Contract which are applicable to the work of subcontractors. Nothing contained in this contract shall be construed to create or shall be relied upon to create any contractual relationship between any subcontractor and the City and no action may be brought by any subcontractor against the City based on this contract. 3-06. Interpretation of Special Provisions and Drawings. The Special Provisions and the Contract Drawings are intended to be explanatory of each other. Any work indicated in the Contract Drawings and not in the Special Provisions, or vice versa, is to be executed as if indicated in both. In case of a discrepancy or conflict between the Technical Specifications and Contract Plans, the Technical Specifications shall govern. All work shown on the Contract Drawings, the dimensions of which are not figured, shall be accurately followed to the scale to which the drawings are made, but figured dimensions are in all cases to be followed, where given, though they differ from scaled measurements. Large scale drawings shall be followed in preference to small scale drawings. Should it appear that the work to be done, or any of the matters relative thereto, are not sufficiently detailed or explained in these contract documents, including the contract drawings, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform thereto as part of this contract, so far as may be consistent with the terms of this contract. In the event of any doubt or questions arising respecting the true meaning of the Special Provisions, reference shall be made to the Engineer and his or her decision thereon shall be final. If the Contractor believes that a clarification or interpretation justifies an increase in the contract price or contract time, the Contractor must comply with the written notice provisions of Sections 9-05 and 10-07 of these Special Provisions. Contractor's attention is directed to Section 12-05 of the Technical Specifications regarding the Standard Specifications and Standard Plans. 3-07. Liability of City Officials. No city official, nor the Engineer, nor any authorized assistant of any of them, shall be personally responsible for any liability arising under this contract. SECTION 4. BONDS 4-01. Faithful Performance Bond. As a part of the execution of this contract, the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit, or certificates of deposit, acceptable to the City, conditioned upon the faithful performance of all covenants and stipulations under this contract. The amount of the bond shall be 100 percent of the total contract price, as this sum is set forth in the agreement. 4-02. Material and Labor Bond. As a part of the execution of this contract, the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit or certificates of deposit acceptable to the City in a sum not less than 50 percent of the total contract price, as this sum is set forth in the agreement for the payment in full of all persons, companies or corporations who perform labor upon or furnish materials to be used in the work under this contract, in accordance with the provisions of Sections 3247 through 3252 inclusive of the Civil Code of the State of California and any acts amendatory thereof. 4-03. Defective Material and Workmanship Bond. As a condition precedent to the completion of this contract, the Contractor shall furnish a bond of a surety company acceptable to the City in an amount not less than 5 percent (5%) of the final contract price, to hold good for a period of one (1) year after the completion and acceptance of the work, to protect the City against the results of defective materials, workmanship and equipment during that time. This bond shall be delivered to the City before the final payment under this contract will be made. 4-04. Notification of Surety Companies. The surety companies shall familiarize themselves with all of the conditions and provisions of this contract and they waive the right of special notification of any change or modification of this contract or of extension of time, or decreased or increased work, or of the cancellation of the contract, or of any other act or acts by the City or its authorized agents, under the terms of this contract; REHAB OF TERTIARY UNITS UKIAH WWTP 7 SPEC NO 10-18 and failure to so notify the aforesaid surety companies of changes shall in no way relieve the surety companies of their obligation under this contract. SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS (WITH CONSTRUCTION RISKS) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. 5-01. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial Liability Coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Worker's Compensation insurance as required by the State of California and Employer's Liability Insurance. 5-02. Minimum Limits of Insurance Contractor shall maintain limits no less than: General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply Separately to this prnjerf/Inratinn nr the general aggregate limit shall be twice the required occurrence limit. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. Employer's Liability: $1,000,000 per accident for bodily injury and property damage. 5-03. Deductibles and Self-insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 5-04. Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: The City, its officers, officials, employees and volunteers are to be covered as insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance, or as a separate owner's policy. REHAB OF TERTIARY UNITS UKIAH WWTP 8 SPEC NO 10-18 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees or volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 5-05. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than the following: A++ VI I A- VIII A+ VII B++ X AVII B+X 5-06. Verification of Coverage Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause. The endorsements shall be on forms provided by the City or on other than the City's forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received within 15 days from written notice of contract award, and the work shall not commence until the certificates and endorsements have been approved by the City. The City reserves the right to require complete certified copies of all required insurance policies, including endorsements effecting the coverage required by these Special Provisions at any time. 5-07. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR 6-01. Legal Address of Contractor. Both the address given in the proposal and the Contractor's office in the vicinity of the work are hereby designated as places to either of which drawings, samples, notices, letters or other articles or communications to the Contractor may be mailed or delivered. The delivery at either of these places of any such thing from the City or its agents to the Contractor shall be deemed sufficient service thereof upon the Contractor and the date of such service shall be the date of such delivery. The address named in the proposal may be changed at any time by notice in writing from the Contractor to the City. Nothing herein contained shall be deemed to preclude or render inoperative the service of any drawing, sample, notice, letter or other article or communication to or upon the Contractor personally. 6-02. Office of Contractor at Site. During the performance of this contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of a representative authorized to receive drawings and any such thing given to the said representatives or delivered at the Contractor's office at the site of work in his or her absence shall be deemed to have been given to the Contractor. 6-03. Attention to Work. The Contractor shall give his or her personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully and when he or she is not personally present on the work, he or she shall at all reasonable times be represented by a competent superintendent or foreman who shall receive and obey all instructions or orders given under this contract and who shall have full authority to execute the same and to supply materials, tools and labor without delay and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or her or to his or her authorized representative. REHAB OF TERTIARY UNITS UKIAH WWTP 9 SPEC NO 10-18 6-04. Liability of Contractor. The Contractor shall do all of the work and furnish all labor, materials, tools and appliances, except as otherwise herein expressly stipulated, necessary or proper for performing and completing the work herein required in the manner and within the time herein specified. The mention of any specific duty or liability imposed upon the Contractor shall not be construed as a limitation or restriction of any general liability or duty imposed upon the Contractor by this contract, said reference to any specific duty or liability being made herein merely for the purpose of explanation. The right of general supervision by the City shall not make the Contractor an agent of the City and the liability of the Contractor for all damages to persons or to public or private property, arising from the Contractor's execution of the work, shall not be lessened because of such general supervision. Until the completion and final acceptance by the City of all the work under and implied by this contract, the work shall be under the Contractor's responsible care and charge. The Contractor shall rebuild, repair, restore and make good all injuries, damages, re -erections and repairs, occasioned or rendered necessary by causes of any nature whatsoever, excepting only acts of God and none other, to all or any portions of the work, except as otherwise stipulated. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the City and its officers, directors, agents and employees from and against all claims, damages, losses and expenses including but not limited to attorneys' fees, costs of suit, expert witness fees and expenses and fees and costs of any necessary private investigators arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, other than the work itself, including the loss of use resulting therefrom and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder, or by the negligence or omission of a party indemnified herein. In any and all claims against the City or any of its agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. The obligation to indemnify shall extend to and include acts of the indemnified party which may be negligent or omissions which may cause negligence. The City shall have the right to estimate the amount of such damage and to cause the City to pay the same and the amount so paid for such damage shall be deducted from the money due the Contractor under this contract; or the whole or so much of the money due or to become due the Contractor under this contract as may be considered necessary by the City, shall be retained by the City until such suits or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect furnished to the City. 6-05. Protection of Persons and Property. The Contractor shall furnish such watchman, guards, fences, warning signs, walks and lights as shall be necessary and shall take all other necessary precautions to prevent damage or injury to persons or property. All property line fences and improvements in the vicinity of the work shall be protected by the Contractor and, if they are injured or destroyed, they and any other property injured by the Contractor, his or her employees or agents, shall be restored to a condition as good as when he or she entered upon the work. 6-06. Protection of City Against Patent Claims. All fees, royalties or claims for any patented invention, article or method that may be used upon or in any manner connected with the work under this contract shall be included in the price bid for the work and the Contractor and his or her sureties shall protect and hold the City, together with all of its officers, agents, servants and employees, harmless against any and all demands REHAB OF TERTIARY UNITS UKIAH WWTP 10 SPEC NO 10-18 made for such fees or claims brought or made on account of this contract. The Contractor shall, if requested by the Engineer, furnish acceptable proof of a proper release from all such fees or classes. Should the Contractor, his or her agents, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material or appliance supplied or required to be supplied or used under this contract, the Contractor shall promptly substitute other articles, materials or appliance, in lieu thereof, of equal efficiency, quality, finish, suitability and market value and satisfactory in all respects to the Engineer. Or, in the event that the Engineer elects, in lieu of such substitution, to have supplied and to retain and use, any such invention, article, material or appliance, as may by this contract be required to be supplied, in that event the Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for the City, its officers, agents, servants and employees, or any of them, to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then in that event the Engineer shall have the right to make such substitution, or the City may pay such royalties and secure such licenses and charge the cost thereof against any money due to the Contractor from the City or recover the amount thereof from him or her and his or her sureties notwithstanding final payment under this contract may have been made. 6-07. Protection of Contractor's Work Property. The Contractor shall protect his or her work, supplies and materials from damage due to the nature of the work, the action of the elements, trespassers, or any cause whatsoever under his or her control, until the completion and acceptance of the work. Neither the City nor any of its agents assumes any responsibility for collecting indemnity from any person or persons causing damage to the work of the Contractor. 6-08. Regulations and Permits. The Contractor shall secure and pay for all permits, give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Plans and Special Provisions are, at variance therewith, he or she shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. The contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License. The City of Ukiah will issue a no fee encroachment permit to the Contractor allowing him or her to perform work within City right of way orwithin City property after the Contract Documents have been executed and insurance certificates and endorsements have been approved by the City. 6-09. Construction Utilities. The Contractor shall be responsible for providing for and in behalf of his or her work under this contract, all necessary utilities, such as special connection to water supply, telephones, power lines, fences, roads, watchmen, suitable storage places, etc. 6-10. Approval of Contractor's Plans. The approval by the Engineer of any drawing or any method of work proposed by the Contractor in accordance with paragraph 8-06 shall not relieve the Contractor of any of his or her responsibility for his or her errors therein and shall not be regarded as any assumption of risk or liability by the City or any officer or employee thereof and the Contractor shall have no claim under this contract on account of the failure or partial failure or inefficiency of any plan or method so approved. Such approval shall be considered to mean merely that the Engineer has no objection to the Contractor's using, upon his or her own full responsibility the plan or method approved. 6-11. Suggestions to the Contractor. Any plan or method of work suggested by the Engineer to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City shall assume no responsibility thereof. 6-12. Termination of Unsatisfactory Subcontracts. Should any subcontractor fail to perform in a satisfactory manner the work undertaken by him, such subcontract shall be terminated immediately by the Contractor upon notice from the Engineer. REHAB OF TERTIARY UNITS UKIAH WWTP 11 SPEC NO 10-18 6-13. Preservation of Stakes and Marks. The Contractor shall preserve carefully bench marks, reference points and stakes and in case of destruction he or she shall replace his or her stakes, reference points and bench marks and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. Contractor's attention is directed to Section 7-03 of these Special Provisions. 6-14. Assistance to Engineer. At the request of the Engineer the Contractor shall provide men from his or her force and tools, stakes and other materials to assist the Engineer temporarily in making measurements and surveys and in establishing temporary or permanent reference marks. Payment for such materials and assistance will be made as provided for under the caption "Extra Work," provided, however, that the cost of setting stakes and marks carelessly lost or destroyed by the Contractor's employees will be assessed to the Contractor. 6-15. Removal of Condemned Materials and Structures. The Contractor shall remove from the site of the work, without delay, all rejected and condemned materials or structures of any kind brought to or incorporated in the work and upon his or her failure to do so, or to make satisfactory progress in so doing, within forty-eight (48) hours after the service of a written notice from the Engineer, the condemned material or work may be removed by the City and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of this contract. No such rejected or condemned material shall again be offered for use by the Contractor under this Contract. 6-16. Proof of Compliance with Contract. In order that the Engineer may determine whether the Contractor has complied with the requirements of this contract, not readily enforceable through inspection and tests of the work and materials, the Contractor shall, at any time when requested, submit to the Engineer properly authenticated documents or other satisfactory proofs as to his or her compliance with such requirements. 6-17. Errors and Omissions. If the Contractor, in the course of the work, finds any errors or omissions in plans or in the layout as given by survey points and instruction, or if he or she finds any discrepancy between the plans and the physical conditions of the locality, he or she shall immediately inform the Engineer, in writing and the Engineer shall promptly verify the same. Any work done after such discovery, until authorized, will be done at the Contractor's risk. 6-18. Cooperation. The Contractor shall cooperate with all other contractors who maybe performing work in behalf of the City and workmen who may be employed by the City on any work in the vicinity of the work to be done under this contract with the work of such contractors or workmen. He or she shall make good promptly, at his or her own expense, any injury or damage that may be sustained by other contractors or employees of the City at his or her hands. Any difference or conflict which may arise between the Contractor and other contractors, or between the contractor and workmen of the City in regard to their work shall be adjusted and determined by the Engineer. If the work of the Contractor is delayed because of any acts or omissions of any other contractor or of the City, the Contractor shall on that account have no claim against the City other than for an extension of time. 6-19. Right of Contractor to Stop Work. Under the following conditions the Contractor shall have the right, if he or ghe so desires tp gtnp the work and terminate the contract upon ten (10) days written notice to the Engineer and recover from the City payment for all work actually performed and for all satisfactory materials actually delivered to the site of the work for permanent incorporation therein, all as may be shown by the estimate of the Engineer. (1) If the work be stopped under an order of any court or other competent public authority for a period of time of three (3) months through no act or fault of the Contractor or of anyone employed by him. (2) If the Engineer fails to issue the monthly certificate for payment in accordance with the terms of this contract. REHAB OF TERTIARY UNITS UKIAH WWTP 12 SPEC NO 10-18 (3) If the City fails to pay the Contractor within sixty (60) days after it shall have become due, as provided by the terms of this contract, any sum certified by the Engineer or awarded by the City. All provided that if such action to terminate the contract be not instituted by the Contractor within ten (10) days after the alleged existence of such condition and if written notice of such action be not at that time delivered to the City and the Engineer, then such right shall lapse until another occasion arises according to this section. 6-20. Hiring and Dismissal of Employees. The Contractor shall employ only such foremen, mechanics and laborers as are competent and skilled in their respective lines of work and whenever the Engineer shall notify the Contractor that any person on the work is, in his or her opinion, incompetent, unfaithful, intemperate or disorderly, or refuses to carry out the provisions of this contract, or uses threatening or abusive language to any person on the work representing the City, or is otherwise unsatisfactory, such person shall be discharged immediately from the work and shall not be re-employed upon it except with the consent of the Engineer. 6-21. Wage Rates. Contractor shall pay all mechanics and laborers employed or working upon the site of the work unconditionally and without subsequent deductions or rebate on any account the full amounts due at the time of payment at wage rates not less than those contained in the applicable prevailing wage determination, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractors and such laborers and mechanics. 2. Contractor shall comply with the California Labor Code Section 1775. In accordance with said Section 1775, Contractor shall forfeit as a penalty to the Owner, $50.00 for each calendar day or portion thereof, for each workman paid less than the stipulated prevailing rates for such work or craft in which such workman is employed for any work done under the Contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. In addition to said penalty and pursuant to Section 1775, the difference between such stipulated prevailing wage rates and the amount paid to each workman for each calendar day or portion thereof for which each workman was paid less than the stipulated prevailing wage rate shall be paid to each workman by the Contractor. 3. Pursuant to the provision of Section 1770 of the Labor Code of the State of California, Owner has ascertained the general prevailing rate of wages (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. Copies of the General Prevailing Wage Determination are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD The Contractor shall post the wage determination at the site of work in a prominent place where it can easily be seen by the workers. 4. City will not recognize any claim for additional compensation because the Contractor has paid any rate in excess of the prevailing wage rate obtained by the Contractor. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his or her bid and will not in any circumstances be considered as the basis for a claim against the City. Travel and Subsistence Payments. Contractor shall make travel and subsistence payments to each workman needed to execute the work in accordance with the requirements in Section 1773.8 of the Labor Code (Chapter 880, Statutes of 1968). 6. Apprentices. REHAB OF TERTIARY UNITS UKIAH WWTP 13 SPEC NO 10-18 Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the California Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Contractor and any subcontractor under him or her shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 6-22. Cleaning Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the same in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is or is not waste material or rubbish and the place and manner of disposal. On or before the completion of the work, the Contractor shall without charge therefor carefully clean out all pits, pipes, chambers or conduits and shall tear down and remove all temporary structures built by him or her and shall remove rubbish of all kind from any of the grounds which he or she has occupied and leave them in first class condition. 6-23. Guaranty. All work shall be guarantied for a period of one year from the date of acceptance by the City. The Contractor shall promptly make all needed repairs arising out of defective materials, workmanship and equipment. The City is hereby authorized to make such repairs if within ten days after the mailing of a notice in writing to the Contractor or his or her agent, the Contractor shall neglect to make or undertake with due diligence the aforesaid repairs, provided, however, that in case of an emergency where, in the opinion of the City delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor and the Contractor shall pay the costs thereof. Pursuant to the provisions of Section 4-03 of these Special Provisions, the Contractor shall furnish a Defective Material and Workmanship Bond in an amount not less than 5 percent of the final contract price, which shall be effective for a period of one (1) year after the completion and acceptance of the work. SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY 7-01. Authority of the Engineer. All work done under this contract shall be done in a workmanlike manner and shall be performed to the reasonable satisfaction of the Engineer, who shall have general supervision of all work included hereunder. To prevent disputes and litigation, the Engineer (1) shall in all cases determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this contract, (2) shall decide.all questions relative to the true construction, meaning and intent of the Special Provisions and Drawings, (3) shall decide all questions which may arise relative to the classifications and measurements of quantities and materials and the fulfillment of this contract and (4) shall have the power to reject or condemn all work or material which does not conform to the terms of this contract. his or her estimate and decision in all matters shall be a condition precedent to an appeal for arbitration, or the right of the Contractor to receive, demand, or claim any money or other compensation under this agreement and a condition precedent to any liability on the part of the City to the Contractor on account of this contract. Whenever the Engineer shall be unable to act, in consequence of absence or other cause, then such engineer as the Engineer or the City shall designate, shall perform any and all of the duties and be vested with any or all of the powers herein given to the Engineer. 7-02. Inspection. The City will provide engineering personnel for the inspection of the work. The Engineer and his or her representatives shall at all times have access to the work whenever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. REHAB OF TERTIARY UNITS UKIAH WWTP 14 SPEC NO 10-18 If the Special Provisions, the Engineer's instruction, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection and, if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be promptly made at the source of supply where practicable. If any work shall be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the contract documents, the City shall pay the cost of re-examination and replacement. If such work is not in accordance with the contract documents, the Contractor shall pay such cost. Properly authorized and accredited inspectors shall be considered to be the representatives of the City limited to the duties and powers entrusted to them. It will be their duty to inspect materials and workmanship of those portions of the work to which they are assigned, either individually or collectively, under instructions of the Engineer and to report any and all deviations from the Drawings, Special Provisions and other contract provisions which may come to their notice. Any inspector may be considered to have the right to order the work entrusted to his or her supervision stopped, if in his or her opinion such action becomes necessary, until the Engineer is notified and has determined and ordered that the work may proceed in due fulfillment of all contract requirements. 7-03. Surveys. Contractor shall furnish all land surveys, establish all base lines and bench marks and make sufficient detailed surveys needed for working points, lines and elevations. The Contractor shall develop all slope stakes and batter boards. Contractor shall also develop all additional working points, lines and elevations as he or she may desire to facilitate his or her methods and sequence of construction. 7-04. Rights -of -Way. The City will provide all necessary rights-of-way and easements in or beneath which work will be performed by the Contractor under this contract. 7-05. Retention of Imperfect Work. If any portion of the work done or material furnished under this contract shall prove defective and not in accordance with the Plans and Special Provisions, and if the imperfection in the same shall not be of sufficient magnitude or importance to make the work dangerous or undesirable, the Engineer shall have the right and authority to retain such work instead of requiring the imperfect work to be removed and reconstructed, but he or she shall make such deductions therefor in the payments due or to become due the Contractor as may be just and reasonable. 7-06. Changes in the Work. The Engineer shall have the right, in writing, to order additions to, omissions from, or corrections, alterations and modifications in the line, grade, form, dimensions, plan, or kind or amount of work or materials herein contemplated, or any part thereof, either before or after the beginning of construction. However, the arithmetical sum of the cost to the City of additions and subtractions from the work under this contract shall not exceed 10 percent of original contract amount or $25,000, whichever is the lesser, unless based upon a supplementary agreement to be made therefore. The order of such additions, omissions, corrections, alterations and modifications shall be in writing and signed by the Engineer and, in order, shall then be binding upon the Contractor. The Contractor shall proceed with the work as changed and the value of such change shall be determined as provided for in section 10-07 of these Special Provisions. Such alterations shall in no way affect, vitiate, or make void this contract or any part thereof, except that which is necessarily affected by such alterations and is clearly the evident intention of the parties to this contract. 7-07. Additional Drawings by City. The drawings made a part of this contract at the time of its execution are intended to be fairly comprehensive and to indicate in more or less detail the scope of the work. In addition to these drawings, however, the Engineer shall furnish such additional drawings from time to time during the progress of the work as are necessary to make clear or to define in greater detail the intent of the Special REHAB OF TERTIARY UNITS UKIAH WWTP 15 SPEC NO 10-18 Provisions and the contract drawings and the Contractor shall make his or her work conform to all such drawings. 7-08. Additional and Emergency Protection. Whenever, in the opinion of the Engineer, the Contractor has not taken sufficient precautions for the safety of the public or the protection of the works to be constructed under this contract, or of adjacent structures or property which may be injured by the processes of construction on account of such neglect and whenever, in the opinion of the Engineer, an emergency shall arise and immediate action shall be considered necessary in order to protect public or private, personal or property interest, then and in that event, the Engineer, with or without notice to the Contractor may provide suitable protection to the said interests by causing such work to be done and such material to be furnished as shall provide such protection as the Engineer may consider necessary and adequate. The cost and expense of such work and material so furnished shall be borne by the Contractor and, if the same shall not be paid on presentation of the bills therefor, then such costs shall be deducted from any amounts due or to become due the Contractor. The performance of such emergency work under the direction of the Engineer shall in no way relieve the Contractor from any damages which may occur during or after such precaution has been taken by the Engineer. 7-09. Suspension of Work. The City may at any time suspend the work or any part thereof by giving five (5) days written notice to the Contractor. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the City to the Contractor so to do. The City shall reimburse the Contractor for expense incurred by the Contractor in connection with the work under this contract as a result of such suspension. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid and if the City does not give notice in writing to the Contractor to resume work at a date within ten (10) days of the date fixed in the written notice to suspend, then the Contractor may abandon that portion of the work so suspended and he or she will be entitled to the estimates and payments for all work done on the portions so abandoned, if any, plus 5 percent of the value of the work so abandoned, to compensate for loss of overhead, plant expense and anticipated profit. 7-10. Right of City to Terminate Contract. If the Contractor should be adjudged a bankrupt, or if he or she should make a general assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his or her insolvency, or if he or she should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply sufficient properly skilled workmen or proper materials, or if he or she should fail to make prompt payments to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor seven days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances and finish the work bywhatever method the City may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. 7-11. Use of Completed Portions. The City shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which may not have expired; but such taking possession and using shall not be deemed an acceptance of any work not completed in accordance with the contract documents. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time or both, as the Engineer may determine. REHAB OF TERTIARY UNITS UKIAH WWTP 16 SPEC NO 10-18 SECTION 8. WORKMANSHIP, MATERIALS and EQUIPMENT 8-01. General Quality. Materials and equipment shall be new and of a quality equal to that specified or approved. Work shall be done and completed in a thorough and workmanlike manner. 8-02. Quality in Absence of Detailed Specifications. Whenever under this contract it is provided that the Contractor shall furnish materials or manufactured articles or shall do work for which no detailed specifications are set forth, the materials or manufactured articles shall be of the best grade in quality and workmanship obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first-class materials or articles of the kind required, with due consideration of the use to which they are to be put. In general, the work performed shall be in full conformity and harmony with the intent to secure the best standard of construction and equipment of the work as a whole or in part. 8-03. Materials and Equipment Specified by Name. Whenever any material or equipment is indicated or specified by patent or proprietary name or by the name of the manufacturer, such specification shall be considered as used for the purpose of describing the material or equipment desired and shall be considered as followed by the words "or approved equal". The Contractor may offer any material or equipment which shall be equal in every respect to that specified, provided that written approval first is obtained from the Engineer. 8-04. Source of Materials. Price, fitness and quality being equal, preference shall be given by the Contractor for supplies grown, manufactured or produced in the State of California and, next, for such products partially produced in this State in accordance with Government Code Section 4332. 8-05. Storage of Materials. Materials shall be so stored to ensure the preservation of their quality and fitness for the work. They shall be so located and disposed that prompt and proper inspection thereof may be made. 8-06. Drawings, Samples and Tests. As soon as possible after execution of the contract, the Contractor shall submit to the Engineer, in quintuplicate, sufficient information including, if necessary, assembly and detail drawings to demonstrate fully that the equipment and materials to be furnished comply with the provisions and intent of these Special Provisions and Drawings. If the information thus submitted indicates the equipment or materials is acceptable, the Engineer will return one copy stamped with his or her approval; otherwise, one copy will be returned with an explanation of why the equipment or material is unsatisfactory. The Contractor shall have no claims for damages or for extension of time on account of any delay due to the revision of drawings or rejection of material. Fabrication or other work performed in advance of approval shall be done entirely at the Contractor's risk. After approval of equipment or material, the Contractor shall not deviate in any way from the design and specifications given without the written consent of the Engineer. When requested by the Engineer, a sample or test specimens of the materials to be used or offered for use in connection with the work shall be prepared at the expense of the Contractor and furnished by him or her in such quantities and sizes as may be required for proper examination and tests, with all freight charges prepaid and with information as to their sources. All samples shall be submitted before shipment and in ample time to permit the making of proper tests, analyses, or examination before the time at which it is desired to incorporate the material into the work. All tests of materials furnished by the Contractor shall be made by the Engineer. Samples shall be secured and tested whenever necessary to determine the quality of the material. SECTION 9. PROSECUTION OF WORK 9-01. Equipment and Methods. The work under this contract shall be prosecuted with all materials, tools, machinery, apparatus and labor and by such methods as are necessary to the complete execution of everything described, shown, or reasonably implied. If at any time before the beginning or during the progress of the work, any part of the Contractor's plant or equipment, or any of his or her methods of execution of the work, appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality orthe rate of REHAB OF TERTIARY UNITS UKIAH WWTP 17 SPEC NO 10-18 progress of the work, he or she may order the Contractor to increase or improve his or her facilities or methods and the Contractor shall comply promptlywith such orders; but, neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Contractor from his or her obligation to secure the degree of safety, the quality of the work and the rate of progress required of the Contractor. The Contractor alone shall be responsible for the safety, adequacy and efficiency of his or her plant, equipment and methods. 9-02. Time of Completion. The Contractor shall promptly begin the work under this contract and shall complete and make ready for full use all portions of the project made the subject of this contract within the time set forth in the agreement bound herewith. 9-03. Avoidable Delays. Avoidable delays in the prosecution or completion of the work shall include all delays which might have been avoided by the exercise of care, prudence, foresight and diligence on the part of the Contractor. The City will consider as avoidable delays within the meaning of this contract (1) delays in the prosecution of parts of the work, which may in themselves be unavoidable, but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified, (2) reasonable loss of time resulting from the necessity of submitting plans to the Engineer for approval and from the making of surveys, measurements, inspections, and testing and (3) such interruptions as may occur in the prosecution of the work on account of the reasonable interference of other contractors employed by the City which do not necessarily prevent the completion of the whole work within the time herein specified. 9-04. Unavoidable Delays. Unavoidable delays in the prosecution or completion of the work under this contract shall include all delays which may result, through cause beyond the control of the Contractor and which he or she could not have provided against by the exercise of care, prudence, foresight and diligence. Orders issued by the City changing the amount of work to be done, the quantity of material to be furnished or the manner in which the work is to be prosecuted and unforeseen delays in the completion of the work of other contractors under contract with the City will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the work. Delays due to normally adverse weather conditions will not be regarded as unavoidable delays_ However, truly abnormal amounts of rainfall, temperatures or other weather conditions for the location of the work and time of year may be considered as unavoidable delays if those conditions necessarily cause a delay in the completion of the work. 9-05. Notice of Delays. Whenever the Contractor foresees any delay in the prosecution of the work and, in any event, immediately upon the occurrence of any delay which the contractor regards as an unavoidable delay, he or she shall notify the Engineer in writing of the probability of the occurrence of such delay and its cause, in order that the Engineer may take immediate steps to prevent, if possible, the occurrence or continuance of the delay, or, if this cannot be done, may determine whether the delay is to be considered avoidable or unavoidable, how long it continues and to what extent the prosecution and completion of the work are to be delayed thereby. 9-06. Extension of Time. Should any delays occurwhich the Engineer may consider unavoidable, as herein defined, the Contractor shall, pursuant to his or her application, be allowed an extension of time proportional to said delay or delays, beyond the time herein set forth in which to complete this contract; and liquidated damages for delay shall not be charged against the Contractor by the City during an extension of time granted because of unavoidable delay or delays. Any claim by Contractor for a time extension based on unavoidable delays shall be based on written notice delivered to the Engineer within 15 days of the occurrence of the event giving rise to the claim. Failure to file said written notice within the time specified shall constitute a waiver of said claim. Notice of the full extent of the claim and all supporting data must be delivered to the Engineer within 45 days of the occurrence unless the Engineer specifies in writing a longer period. All claims for a time extension must be approved by the Engineer and incorporated into a written change order. 9-07. Unfavorable Weather and Other Conditions. During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portions of the REHAB OF TERTIARY UNITS UKIAH WWTP 18 SPEC NO 10-18 work whose satisfactory quality or efficiency will be affected by any unfavorable conditions shall be constructed while these conditions remain, unless, by special means or precautions approved by the Engineer, the Contractor shall be able to overcome them. The Contractor shall be granted a time extension of one day for each unfavorable weather day which prevents him or her from placing concrete forms or placing and finishing concrete or asphalt concrete. Such unfavorable weather day is defined as a rain day where precipitation prevents the contractor from performing the work more than four (4) continuous hours within the authorized work period or a temperature day where the ambient temperature is below that specified for the placement of materials associated with the controlling work item for more than four (4) continuous work hours of the authorized work period. 9-08. Saturday, Sunday, Holiday and Night Work. No work shall be done between the hours of 4:30 PM and 7 AM, nor on Saturdays, Sundays or legal holidays except in cases of absolute necessity and in any case only with the permission of the Engineer and plant Superintendant. It is understood, however, that night work may be established as a regular procedure by the Contractor if he or she first obtains the written permission of the Engineer and that such permission may be revoked at any time by the Engineer if the Contractor fails to maintain at night adequate force and equipment for reasonable prosecution and to justify inspection of the work. 9-09. Hours of Labor. Eight (8) hours of labor shall constitute a legal day's work and the Contractor or any subcontractor shall not require or permit more than eight hours of labor in a day from any person employed by him or her in the performance of the work under this contract, unless paying compensation for all hours worked in excess of eight (8) hours per day at not less than 1'/ times the basic rate of pay. The Contractor shall forfeit to the City, as a penalty, the sum of twenty-five dollars ($25.00) for each workman employed in the execution of the contract by him or her or by any subcontractor, for each calendar day during which such laborer, workman, or mechanic is required or permitted to labor more than eight hours in violation of the provisions of Section 1810 to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the Labor Code of the State of California and any acts amendatory thereof. SECTION 10. PAYMENT 10-01. Certification by Engineer. All payments under this contract shall be made upon the presentation of certificates in writing from the Engineer and shall show that the work covered by the payments has been done and the payments thereof are due in accordance with this contract. 10-02. Progress Estimates and Payment. The Engineer shall, within the first seven (7) days of each month, make an estimate of the value of the work performed in accordance with this contract during the previous calendar month. The first estimate shall be of the value of the work satisfactorily completed in place and meeting the requirements of the contract. And every subsequent estimate, except the final estimate, shall be of the value of the work satisfactorily completed in place since the last preceding estimate was made; provided, however, that should the Contractor fail to adhere to the program of completion fixed in this contract, the Engineer shall deduct from the next and all subsequent estimates the full calculated accruing amount of the liquidated damages to the date of said estimate, until such time as the compliance with the program has been restored. The estimate shall be signed by the Engineer and, after approval, the City shall pay or cause to be paid to the Contractor in the manner provided by law, an amount equal to 90 percent of the estimated value of the work satisfactorily performed and complete in place. 10-03. Substitution of Securities. 1. At such times that Government Code Section 4590 is in effect Contractor may propose the substitution of securities of at least equal market value for any moneys to be withheld to ensure performance under the Contract. Market value shall be determined as of the day prior to the date such substitution is to take place. REHAB OF TERTIARY UNITS UKIAH WWTP 19 SPEC NO 10-18 Such substitution shall be made at the request and expense of the Contractor. The securities shall be one or more of the following types: (a) Bonds or interest-bearing notes or obligations of the United States, or those for which the faith and credit of the United States are pledged for the payment of principal and interest. (b) Bonds or interest-bearing notes on obligations that are guaranteed as to principal and interest by a federal agency of the United States. (c) Bonds of the State of California, or those for which the faith and credit of the State of California are pledged for the payment of principal and interest. (d) Bonds or warrants, including, but not limited to, revenue warrants, of any county, city, metropolitan water district, California water district, California water storage district, irrigation district in the State of California, municipal utility district, or school district of the State of California, which are rated by Moody's or Standard and Poor as A or better. (e) Bonds, consolidated bonds, collateral trust debentures, consolidated debentures, or other obligations issued by federal land banks or federal intermediate credit banks established under the Federal Farm Loan Act, as amended; debentures and consolidated debentures issued by the Central Bank for Cooperatives and banks for cooperatives established under the Farm Credit Act of 1933, as amended; bonds, or debentures of the Federal Home Loan Bank Board established under the Federal Home Loan Bank Act; and stock, bonds, debentures and other obligations of the Federal National Mortgage Association established under the National Housing Act as amended and bonds of any Federal Home Loan Mortgage Corporation. (f) Commercial paper of "prime" quality as defined by a nationally recognized organization which rates such securities. Eligible paper is further limited to issuing corporations: (1) organized and operating within the United States; (2) having total assets in excess of five hundred million dollars ($500,000,000); and (3) approved by the Pooled Money Investment Board of the State of California. Purchases of eligible commercial paper may not exceed 180 days' maturity, nor represent more than 10 percent of the outstanding paper of an issuing corporation. (g) Bills of exchange or time drafts on and accepted by a commercial bank, otherwise known as bankers acceptances, which are eligible for purchase by the Federal Reserve System. (h) Certificates of deposits issued by a nationally or state -chartered bank or savings and loan association. (i) The portion of bank loans and obligations guaranteed by the United States Small Business Administration or the United.States Farmers Home Administration. (j) Student loan notes insured under the Guaranteed Student Loan Program established pursuant to the Higher Education Act of 1965, as amended (20 U.S.C. 1001, et seq.) and eligible for resale to the Student Loan Marketing Association established pursuant to Section 133 of the Education Amendments of 1972, as amended (20 U.S.C. 1087-2). (k) Obligations issued, assumed or guaranteed by International Bank for Reconstruction and Development, the Inter -American Development Bank, the Asian Development Bank, or the Government Development Bank of Puerto Rico. (1) Bonds, debentures and notes issued by corporations organized and operating within the United States. Such securities eligible for substitution shall be within the top three ratings of a nationally recognized rating service. REHAB OF TERTIARY UNITS UKIAH WWTP 20 SPEC NO 10-18 2. The securities shall be deposited with City or with any commercial bank as escrow agent, who shall arrange for transfer of such securities to the Contractor upon satisfactory completion of the contract. Any interest accrued or paid on such securities shall belong to the Contractor and shall be paid upon satisfactory completion of the contract. The market value of the securities deposited shall at all times be maintained in an amount at least equal, in the sole judgment of City, to the moneys to be withheld pursuant to the Contract Documents to ensure performance of the Contract. In order to comply with this condition, Contractor shall deposit additional securities as necessary upon request by City or the escrow agent. 3. Upon acceptance of any Proposal that includes substituting securities for amounts withheld to ensure performance, a separate escrow agreement satisfactory in form and substance to City shall be prepared and executed by City, the Contractor and the escrow agent, which may be City. The escrow agreement shall specify, among other matters, value of securities to be deposited; procedures for valuing the securities and for adding or withdrawing securities to maintain the market value of the deposited securities at least equal to the amount of moneys which would otherwise be withheld; the terms and conditions of conversion to cash in case of the default by the Contractor; and terms, conditions and procedure for termination of the escrow. City shall have no obligation to enter any such Agreement that does not provide the City with the unilateral right to convert securities to cash and to gain immediate possession of the cash. 10-04. Acceptance. The work must be accepted by vote of the City Council of the City of Ukiah when the whole shall have been completed satisfactorily. The Contractor shall notify the Engineer, in writing, of the completion of the work, whereupon the Engineer shall promptly, by personal inspection, satisfy himself as to the actual completion of the work in accordance with the terms of the contract and shall thereupon recommend acceptance by the City Council. 10-05. Final Estimate and Payment. The Engineer shall, as soon as practicable after the final acceptance of the work done under this contract, make a final estimate of the amount of work done thereunder and the value thereof. Such final estimate shall be signed by the Engineer, and after approval, the City shall pay or cause to be paid to the Contractor, in the manner provided by law, the entire sum so found to be due hereunder, after deducting therefrom all previous payments and such other lawful amounts as the terms of this contract prescribe. In no case will final payment be made in less than thirty-five (35) days after the filing of the notice of completion with the County Recorder. 10-06. Delay Payments. Should any payment due the Contractor or any estimate be delayed, through fault of the City beyond the time stipulated, such delay shall not constitute a breach of contract or be the basis for a claim for damages, but the City shall pay the Contractor interest on the amount of the payment at the rate of 6 percent per annum for the period of such delay. The terms for which interest will be paid shall be reckoned, in the case of any monthly or progress payment, from the twentieth day of the month next succeeding the month in which the work was performed to the date of payment of the estimate; and in the case of the final estimate, from the forty-fifth day after acceptance to the date of payment of the final estimate. The date of payment of any estimate shall be considered the day on which the payment is offered or mailed as evidenced by the records of the Treasurer of the City. If interest shall become due on any delayed payment, the amount thereof, as determined by the City, shall be added to a succeeding payment. If the interest shall become due on the final payment, it shall be paid on a supplementary voucher to interest or any sum or sums which, by the terms of this contract, the City is authorized to reserve or retain. 10-07. Extra Work and Work Omitted. Whenever corrections, alterations, or modifications of the work under this contract ordered by the Engineer and approved by the City increase the amount of work to be done, such added work shall be known as "extra work"; and when such corrections, alterations, or modifications decrease the amount of work to be done, such subtracted work shall be known as "work omitted". REHAB OF TERTIARY UNITS UKIAH WWTP 21 SPEC NO 10-18 When the Contractor considers that any changes ordered involve extra work, he or she shall immediately notify the Engineer in writing and subsequently keep him or her informed as to when and where extra work is to be performed and shall make claim for compensation therefor each month not later than the first day of the month following that in which the work claimed to be extra work was performed and he or she shall submit a daily complete statement of materials and labor used and expenses incurred on account of extra work performed, showing allocation of all materials, labor and expenses. All such claims shall state the date of the Engineer's written order and the date of approval by the City authorizing the work on account of which claim is made. Unless such notification is made in writing within the time specified and unless complete statements of materials used and expenses incurred on account of such extra work are furnished as above required, the Contractor shall not be entitled to payment on account of extra work and Contractor shall be deemed to have waived the right to make any future claims for compensation for such extra work. When changes decrease the amount of work to be done, they shall not cons'ti'tute a claim for damages on account of anticipated profits on the work that may be omitted. 10-08. Compensation for Extra Work or Work Omitted. Whenever corrections, additions, or modifications in the work under this contract change the amount of work to be done or the amount of compensation due the Contractor, excepting increases or decreases in contract items having unit contract prices for each measurable quantity installed in place, and such changes have been ordered in writing by the Engineer and approved by the City prior to the Contractor performing the extra work, then a price may be agreed upon. Failing such an agreement in price, the Contractor shall be compensated for performing extra work pursuant to the provisions of Section 4-1.03 D,"Extra Work", and Section 9-1.03,"Force Account Payment" of the Standard Specifications. This method of determining the price of work shall not apply to the performance of any work which is required or reasonably implied to be performed or furnished under this contract. 10-09. Compensation to the City for Extension of Time. In case the work called for under this contract is not completed within the time limit stipulated herein, the City shall have the right as provided hereinabove, to extend the time of completion thereof. If the time limit be so extended, the City shall have the right to charge to the Contractor and to deduct from the final payment for the work the actual cost to the City of engineering, inspection, superintendence and other overhead expenses which are directly chargeable to the contract and which accrue during the period of such extension, except that the cost of final unavoidable delays shall not be included in such charges. 10-10. Liquidated Damages for Delay. It is agreed by the parties to the contract that time is of the essence and that, in case all the work is not completed before or upon the expiration of the time limit as set forth, damage, other than those cost items identified in section 10-09, will be sustained by the City and that it is and will be impracticable to determine the actual amount of damage by reason of such delay; and it is therefore agreed that the Contractor will pay to the City the sum of five hundred dollars ($500.00) per day for each and every calendar day's delay beyond the time prescribed. SECTION 11. MISCELLANEOUS 11-01. Notice. Whenever any provision of the contract documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. If mailed, the notice shall be deemed received on the date of delivery stated in the return receipt. 11-02. Computation of Time. When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period REHAB OF TERTIARY UNITS UKIAH WWTP 22 SPEC NO 10-18 falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. 11-03. Litigation and Forum Selection. Contractor and City stipulate and agree that any litigation relating to the enforcement or interpretation of this contract, arising out of Contractor's performance or relating in anyway to the work shall be brought in Mendocino County and that venue will lie in Mendocino County. The parties waive any objections they might otherwise have to the propriety of jurisdiction orvenue in the state courts in Mendocino County and agree that California law shall govern any such litigation. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto and, in particular but without limitation, the warranties, guaranties and obligations imposed upon the Contractor and all of the rights and remedies available to the City thereunder, shall be in addition to and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guaranty, or by other provisions of the contract documents and the provisions of this paragraph shall be as effective as if repeated specifically in the contract documents in connection with each particular duty, obligation, right and remedy to which they apply. All warranties and guaranties made in the contract document shall survive final payment and termination or completion of this contract. 11-04. Waiver. The Contractor shall strictly comply with all notices and other contract requirements. Waiver by the City of any failure of the Contractor to comply with any term of the contract, including the notice provisions, shall not be deemed a waiver of a subsequent breach. REHAB OF TERTIARY UNITS UKIAH WWTP 23 SPEC NO 10-18 TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION 12-01. Arrangement of Technical Specifications. The Technical Specifications are arranged in sections covering the various phases of work as follows.- Section ollows: Section No. Title 12 General Information 13 Construction Details 14 Exclusions from General Conditions 1 AMendments to General Conditions 12-02. Arrangement of Plans. General locations and linear quantities of the work are shown in Attachment "A". A map will be provided to the successful bidder showing the exact locations of the work to be done. 12-03. Business Licenses. The Contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License prior to the start of any portion of the work. 12-04. Permits. The Contractor shall provide, procure and pay for all permits including encroachment permits required to carry on and complete this work. The City will issue a no fee encroachment permit to the Contractor allowing him to perform work within City right of way after the Contract documents have been executed and insurance certificate and endorsements have been approved by the City. 12-05. Standard Specifications and Standard Plans. The Standard Specifications and Standard u nans of the California State Department of Transportation, May, 2006, are hereby made a part of these Special Provisions and are hereinafter referred to as "California Standard Specifications" and "California Standard Plans." Whenever in the California Standard Specifications and the California Standard Plans the following terms are used, they shall be understood to mean and refer to the following: Department of Transportation - The City Council. Director of Public Works - The City of Ukiah Director of Public Works. Engineer - The Engineer, the City's designated engineer with responsible charge to manage the Project. Refer to Section 1-01.1b, General Conditions. Laboratory - The designated laboratory authorized by the City of Ukiah to test materials and work involved in the contract. State - The City of Ukiah Other terms appearing in the California Standard Specifications and the California Standard Plans shall have the intent and meaning specified in Section I, Definition of Terms of the California Standard Specifications. In case of discrepancy between the contract documents, the order of precedence from the highest to lowest is as follows: 1. (City) Special Provisions 2. (City) Project Plans REHAB OF TERTIARY UNITS UKIAH WWTP 24 SPEC NO 10-18 3. City Standard Plans and Details 4. California Standard Plans 5. California Standard Specifications 12-06. Temporary Facilities. All temporary facilities are the responsibility of the Contractor. The removal of said facilities shall be the responsibility of the Contractor. The Contractor shall be responsible for any and all damages to existing facilities which are a result of the work. 12-07. Existing Utilities. In general, the locations of existing utilities are indicated on the drawings and/orwill be marked on the ground at the site. The accuracy of completeness of this information is not guaranteed, however and unless otherwise indicated on the Project Plans or in these Special Provisions, or unless otherwise cared for by the owner thereof, all water, gas or sewer lines, lighting, power or telephone conduits, structures, house connections lines and other surface or subsurface structures of any nature that may be affected by the work shall be maintained by the Contractor and shall not be disturbed, disconnected or damaged by him or her during the progress of the work; provided, that should the Contractor in the performance of the work disturb, disconnect or damage any of the above, all expenses of whatever nature arising from such disturbance or the replacement or repair thereof shall be borne by the Contractor. In case it should be necessary to move permanently or to maintain temporarily the property of any public utility or other property, the cost must be borne by the Contractor. However, the City reserves the right, if requested by the owner, to permit the owner to move or maintain the utility at the Contractor's expense. All existing utilities shall be kept in service during the progress of the work. Where protection is required to insure support located substantially as shown on the Project Plans, the Contractor shall furnish and place the necessary protection at his or her expense. The right is reserved to the State, the County or the City therein and to the owners of public utilities and franchises, to enter upon any street, road, right-of-way or easement for the purpose of maintaining or of making necessary repairs or changes in their property made necessary by the work. 12-08. Plant Operations Convenience and Safety. The Contractor shall conduct operations so as to cause the least possible obstruction and inconvenience to plant operations and staff property. The Contractor shall, at his or her expense, furnish such flag persons and furnish, erect, construct and maintain such fences, barriers, lights, signs, detours, pedestrian walkways, driveway ramps and bridging as may be necessary to give adequate warning that work is in progress and that dangerous conditions exist, to provide unimpeded access to plant operations and to permit the flow of pedestrian and vehicular traffic to safely and expeditiously pass the work and within the confines of the plant facility. 12-09. Maintaining Traffic. Attention is directed to Section 7-1.08, "Public Convenience," 7-1.09, "Public Safety," 7-1.092, "Lane Closure," and 7-1.095, "Flagging Costs," of the California Standard Specifications. Access, vehicular and pedestrian movement shall be left unimpeded during non -working hours. All public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. Full costs for "Maintaining Traffic", including "Flagging Costs", shall be considered as included in the various items of work and no additional compensation will be made. 12-10. Cooperation. Attention is directed to Section 7-1.14 of the California Standard Specifications. Other construction work by other forces relocating power lines, telephone lines and pipe lines, and constructing other improvements, may be in progress within and adjacent to the limits of this contract at the time work under these Special Provisions is being performed. The Contractor for the work herein specified shall cooperate with the force engaged in performing other work as above described to the end that such forces may conduct their operations with as little inconvenience and delay as possible, and the Contractor shall permit such forces passage through the work as is reasonable and necessary to transport their materials and equipment to the site of their operations. REHAB OF TERTIARY UNITS UKIAH WWTP 25 SPEC NO 10-18 Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various contract items of work and no additional allowance will be made therefore. 12.11 Dust Control. Dust control shall conform to the provisions in Section 10 of the Standard Specifications and these Special Provisions. Full compensation for dust control shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefore. 12.12 Stream Pollution. The Contractor shall exercise every reasonable precaution to prevent muddying or silting of live streams, and the Contractor's attention is called to the fact that the terms of this contract do not relieve him or her of responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code or other applicable statutes relating to pollution prevention or abatement. 12-13. Existing Highway Facilities. The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15 of the Standard Specifications and these Special Provisions. All existing highway facilities to be removed shall be disposed of at locations outside the highway right-of-way. Such disposal shall conform to the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right -of -Way." 12-14. Notification of Underground Service Alert (USA). The Contractor shall notify Underground Service Alert (USA) two (2) working days prior to any excavation. Dial (toll free) 1 (800) 227-2600. 12-15. Warranties. Unless otherwise indicated, the Contractor shall warrant all materials provided and work performed under this contract for a period of one year from the date of final acceptance. He shall replace promptly and at his own expense any materials and/or workmanship which fail during this warranty period. 12-16. Utilities. No water, sewer or electrical services will be provided by the owner. It is the Contractor's sole responsibility to arrange such services as necessary. 12-17. Preconstruction Conference. A pre -construction conference will be held before any work will be allowed to commence. This meeting will cover inspection, schedule for work, and among other items, the responsibilities and procedures of each of the interested parties to assure that the project will be completed in accordance with the contract documents. 12-18. Safety Requirements. The Contractor shall comply with all pertinent provisions of the Department of Labor "Safety and Health Regulations for Construction (29 FCS Part 1518, 36 CFR 7340)", with additions or modifications thereto, in effect during construction of this project. REHAB OF TERTIARY UNITS UKIAH WWTP 26 SPEC NO 10-18 SECTION 13 - CONSTRUCTION DETAILS SECTION 1 - CONTRACTOR INFORMATION PURPOSE Rehabilitate four 2 MGD Siemens Microfloc Trident filtration units at the Water Reclamation Facility (Wastewater Treatment Plant) for the City of Ukiah (City). These units provide tertiary treatment of the secondary effluent for disposal in the Russian River. SCOPE OF WORK The work shall include removal, packaging, and disposal of existing filtration mixed media (Filter Media), removal, storage, and re -installation of existing adsorption clarifier media (Clarifier Media), clean tank interiors, sandblast and recoat entire interior, supply and install new Filter Media per design. If needed, refurbishing the clarifier air and water distribution systems and filter under -drains shall be done as extra work executed by change order.. III. EXPERIENCE and QUALIFICATION REQUIREMENTS The Contractor shall possess a valid Class -A contractor's license issued by the State of California at the time the bid proposal is submitted. Bidder shall submit a copy of its current Class -A contractor's license a part of its bid proposal. Bidders are required to have experience with filter media replacement, clarifier air and water distribution system repair, and filter under -drain system repairs to bid this project. At the time the bids are filed with the City, bidders must have successfully completed a minimum of five (5) clarifier /filter rehabilitation projects including a minimum of two (2) filter media replacement projects and two (2) filter under- drain/clarifier air and water distribution system repair projects at either a water treatment plant or a wastewater treatment plant within the three (3) years immediately prior to the day the bid proposal is submitted. Bidders shall demonstrate that they have the necessary experience to perform this project by the inclusion with their bid a statement of qualifications by providing the following for each of the projects establishing this qualification: A. Project owner's name and address. B. Name and current telephone number of person with personal knowledge of Bidder's work (e.g. Project Manager). C. Whether water or wastewater. D. The nature of the work, i.e. media replacement, under -drain repair, clarifier air/water distribution system repair, etc_ IV. MANDATORY PRE-BID MEETING To be eligible to bid this project, attendance by the bidder's representative will be mandatory at a pre-bid meeting and site tour to be held on Thursday, July 14 at 2 PM at the City of Ukiah Wastewater Treatment Plant, 300 Plant Road, Ukiah, CA. REHAB OF TERTIARY UNITS UKIAH WWTP 27 SPEC NO 10-18 V. DESCRIPTION OF SERVICES A. General 1. Removal and storage of old clarifier media. Storage protected from physical and mechanical damage (including ultraviolet), and re -installation of existing clarifier media from the clarifier chambers in treatment units 1, 2, 3, and 4. 2. Removal and disposal in accordance with all applicable laws and regulations, of filtration media from the filtration chambers in treatment units 1, 2, 3, and 4. 3. Inspection by Siemens factory -trained Service Engineer (provided by Contractor) of filter under drain and treatment unit structures once filter media is removed, and inspection of clarifier air distribution structures and water distribution structures once clarifier media is removed, and repair as determined by the Service Engineer to like -new condition. 4. Repair/replacement of under -drain and structures shall be performed using same or equivalent materials. Original material specifications with diagrams are provided in Attachment D. 5. Furnishing and placing of new filter media in filter unit structures. 6. Clean, sandblast, and recoat tank interiors. B. Related Work 1. Calibration/repair of process and control instrumentation: Four(4) SMAR inlet flow meter sensors, eight(8) SMAR head loss sensors, one(1) SMAR backwash flow meter sensor, and related lines, orifice plates, and Screens, four(4) Warrick level sensors. Refer to Attachment C, Drawing 506671-2 for locations. 2. Clean/repair/replace filter surface wash nozzles and rubber boots in all 4 units. 3. Rehabilitate all 4 waste gates, inspecting all wear points and rebuild/replace pivot points, adjust the position sensor targets to properly generate an "open" or "closed" signal to the PLC, and replace the gasket seal around the perimeter of the gate 4. Replace gate position sensors on all four (4) units as shown on Sheet 2, Drawing 506671-2. 5. Replace clarifier screen seals with new Siemens material. 6. Provide and install new air and vacuum relief valves (APCO type per U.S. Filter, or equivalent): Two(2) 1 —inch on inlet piping, two(2) 2 -inch and one(1)1-inch on backwash piping at backwash pump station, four (4) 1 -inch on backwash piping at tanks, one(1) 1 1/2 —inch on surface wash piping at backwash pump station, two(2) %-inch at tanks. 7. The Contractor shall be responsible for removal of any catwalks, stairs, gratings, or other structures necessary to allow unimpeded access to the work area. These structures shall be stored and protected during the work and replaced by the Contractor in their original configuration afterward. 8. The Contractor shall be responsible for removal of any piping, electrical conduit, or any other equipment necessary to allow unimpeded access to the work area. This equipment shall be REHAB OF TERTIARY UNITS UKIAH WWTP 28 SPEC NO 10-18 stored and protected during the work and replaced by the Contractor in their original configuration afterward. VI. SUBMITTALS A. Media 1. Requirements for particle size distribution, effective size, uniformity coefficient, and specific gravity for use in a Microfloc Trident clarifier/filtration unit. 2. Manufacturer's literature including written installation procedures and operating and maintenance procedures, including shipping, handling and storage. 3. Full written instructions for placement of filter media, backwashing of media after placement and once filter is placed back in operation. Instructions shall include the number of backwashes necessary after media placement, duration of backwash and rate of backwash flow necessary. Flow rates shall be given for a range of temperatures from 35 F to 80 F. B. Paint and Protective Coatings Painting Schedule: Submit list indicating major items to be painted, preparation, paint manufacturer, product designation, and dry mil thickness. 2. Panels a) Submit panels containing samples of proposed paints and coatings. Include three displays of each kind and color of paint used. Panel to be representative of material to be coated. b) Mark panels to indicate respective types of surfaces to which'several kinds and colors of paint, stain, and coating are applied. 3. Samples: If requested by CITY, submit 1/4 pint of each kind of paint or stain proposed for use. Do not deliver materials to site until representative samples (if requested) have been approved. 4. For all sealers and protective coatings, submit copies of Manufacturer's printed instructions and application sheets. C. Miscellaneous Repairs to filters & replacement of equipment parts and appurtenances shall require the review and approval of the Engineer. VII. QUALITY ASSURANCE A. Media Contractor shall be responsible for coordinating supply of materials specified herein. Coordination shall include but not be limited to submittals, placement of media, and inspection of tank 2. An affidavit from Siemens Water Technologies shall be provided stating the clarifier and filter media furnished complies with the requirements for use in a Microfloc Trident clarifier/filtration unit at a Water Reclamation Facility (Wastewater Treatment Plant) for tertiary treatment of secondary effluent. REHAB OF TERTIARY UNITS UKIAH WWTP 29 SPEC NO 10-18 3. The services of a factory -trained Service Engineer (provided by Contractor), specifically trained in inspection of the clarifier and filter chambers, under -drain and placement of the clarifier and filter media specified shall be provided. The minimum man -days listed are exclusive of travel time and do not relieve the Contractor of the obligation to provide sufficient service to place filters in satisfactory operation. a) Man -days for placement of media and filter acceptance tests: Minimum two (2) for each filter. b) Upon completion of the Service Engineer's services, the Service Engineer shall provide a written statement certifying that all materials have been installed in accordance with the specifications of this section. B. Paint and Protective Coatings Provide Manufacturer's written instructions on cleaning and coating prior to any surface preparation or coating. 2. Should any coat of paint be judged unsatisfactory, the Contractor shall remove the coat(s) as necessary and repaint at no additional cost to the City. 3. All coatings provided for use on the project in the field or from equipment suppliers will be in compliance with local, state, and federal government laws, regulations and ordinances related to items such as lead, chromate, carcinogens and volatile organic compounds. All coatings in potable water service to be National Sanitation Foundation (NSF) Std. 6.1 approved for potable water service. Vill. HOURS OF WORK, STAGING & SITE RESTRICTIONS The hours of work shall be 7:30 AM to 4:00 PM, Monday through Friday. The Ukiah Wastewater Treatment Plant is a secured facility and gates will be open 7 AM to 4:30 PM Monday through Friday and closed weekends and holidays. The Contractor will be permitted to work only during the hours that the gates are open at the facility. It is the responsibility of the Contractor to coordinate the work schedule, crews and material delivery during the hours that the facility gates are open. The Contractor's work shall not prevent the City from closing the gate and securing the facility between the hours of 4:30 PM to 7 AM unless authorized by special arrangement and approval from the Plant Superintendant. The Contractor shall stage his work so it does not interfere with the traffic circulation and staff operations within the plant facilities. All materials, tools and equipment shall be stored at a location within the facilities to be designated by the Plant Superintendent. IX. EXECUTION General — The tertiary system is currently off-line, and scheduled to be put back into operation on October 1, 2011. The work under this contract must be successfully completed, tested and ready for return to full operation prior to October 1, 2011. X. MEASUREMENT & PAYMENT All work as described in Sections 1, 2 and 3 shall be paid as a single Lump Sum. REHAB OF TERTIARY UNITS UKIAH WWTP 30 SPEC NO 10-18 SECTION 2 — MEDIA SPECIFICATIONS I. MATERIALS A. Media shall be supplied by Siemens Water Technologies -NO SUBSTITUTE. Filter media shall be anthracite, silica sand, and garnet specifically produced for a Microfloc Trident tertiary treatment for a water reclamation facility (wastewater treatment plant) - NO SUBSTITUTE. Clarifier media shall be of the type specifically produced for the Trident Microfloc units installed at the Ukiah WWTP. B. Filter media shall comply with requirements of AWWA B100 and ANSI/NSF Standard 61 Sieve analyses, effective size and uniformity coefficient calculations shall be performed in accordance with ASTM 136. 1. Anthracite shall have a specific gravity, particle size distribution, effective size, and uniformity coefficient conforming to the requirements of Siemens Water Technologies for use in a Microfloc Trident clarifier/filter unit. 2. Silica sand shall have a specific gravity, particle size distribution, effective size, and uniformity coefficient conforming to the requirements of Siemens Water Technologies for use in a Microfloc Trident clarifier/filter unit. 3. Garnet shall have a specific gravity, particle size distribution, effective size, and uniformity coefficient conforming to the requirements of Siemens Water Technologies for use in a Microfloc Trident clarifier/filter unit. 4. Filter Gravel, silica support shall: a. have a specific gravity of 2.60 +/- 0.05 (bulk, saturated surface -dry basis, b. have an abrasion resistance less than 55% in 500 revolutions per Los Angeles Abrasion Test ASTM C-131-69, C. consist of hard rounded stones with not more than 25% by weight having more than one fractured face, d. contain not more than 2% by weight of thin, flat, or elongated pieces (pieces in which the largest dimension exceeds 5 times the smallest dimension) be visibly free of any shale, clay, and organic impurities of any kind. e. Not more than 8% of the weight of any classification shall be finer or coarser than the limit specified. Filter Gravel, high density shall have a specific gravity of 3.8 minimum (bulk, saturated surface -dry basis) and be visually free of contaminants. II. METHOD OF WORK A. Removal and Disposal of Existing Media Media removal and replacement shall begin only after all electrical power has been disconnected and valves for piping to and from the clarifier and filter chambers have been closed. This shall be performed by City personnel. Contractor shall coordinate lock-out/tag- out of electrical disconnects and shut-off valves with the City prior to beginning any work. REHAB OF TERTIARY UNITS UKIAH WWTP 31 SPEC NO 10-18 2. Existing Filter Media shall be removed from the filter chambers and disposed of properly in accordance with all applicable laws and regulations. The Media is not considered a hazardous waste and may be disposed of as a non-RCRA solid waste. The City will not provide any areas for disposal as this shall be the sole responsibility of the Contractor. Existing Clarifier Media shall be removed from the clarifier chambers and stored under cover for re -use protected from environmental and mechanical damage. Media from each of the four units shall be segregated from the others and re -installed in the unit from which it was removed. 3. Media shall be removed by vacuuming, hand shoveling or other method approved by the media manufacturer or Siemens. Regardless of the method used for removal, care shall be taken to avoid any damage to the chamber, filter under -drain headers and laterals or any other components in or adjacent to the chambers. Contractor shall be responsible for repair of any damage caused by the operations associated with the removal of the existing Media. 4. Once the Media is removed and the chambers thoroughly cleaned, the chambers and the filter under -drain shall be thoroughly inspected by a factory -trained Service Engineer (provided by Contractor). Within one working day of the inspection, the Service Engineer shall submit a written report to the City stating the findings of the inspection and recommendations. If repairs are found to be necessary, no installation of Media shall begin until the repairs are made and pass inspection by the City and Service Engineer. Repairs are to be made to the requirements specified by Siemens Water Technologies. B. Installation of Media 1. All items shall be installed in accordance with manufacturer's printed instructions and as indicated and specified in the approved shop drawings. Shop drawing 506671-14 is included in this specification in Attachment C. 2. Contractor shall be responsible for making measurements in the field and calculating the quantities of Media necessary to ensure that sufficient quantities are shipped to complete the work. 3. The chambers shall be thoroughly cleaned before any Media is placed and kept clean throughout the entire operation. Media contaminated in any way shall be removed and disposed of properly. 4. The services of a factory -trained Service Engineer, specifically trained in the placement of the media specified shall be provided by the Contractor. A minimum of two (2) man -days per unit shall be allotted for the Service Engineer for supervision and inspection of placement of Media and backwashing. The man -days are exclusive of travel time and do not relieve the Contractor of the obligation to provide sufficient service to place the Media in satisfactory operation. The Service Engineer shall direct the placement of the Media and field acceptance with the specifications. Placement of Media material shall not be performed without the presence of the Service Engineer onsite. Media placement shall not begin until the Service Engineer conducts a sieve analysis on each media lot to verify the correctness and suitability of the material provided. Material not passing such testing shall be immediately rejected and replaced with the correct material. No additional compensation shall be provided for any delays, perceived or otherwise resulting from such action. 5. Each layer of filter media shall be placed so that the layer for each specified size is at a uniform depth. While placing each layer of media, the media shall be spread evenly. Piles of filter media shall not be formed during placement. Each layer shall be placed so as not to disturb previously placed layer. Each layer of media shall be completed before the next layer is started. Workers shall not stand directly on the media or the under drains during placement. Clean wooden boards shall be used to sustain the weight of the workmen. REHAB OF TERTIARY UNITS UKIAH WWTP 32 SPEC NO 10-18 6. During the placement of the filter media, approximately five backwashes of 10 minutes duration and subsequent skimming shall be required. The backwashes shall be performed by City personnel while skimming shall be performed by the Contractor. Products of skimmings shall be disposed of similarly to the previously removed filter material. Due to plant operating constraints, a minimum of 30 minutes shall elapse before any subsequent backwashes can occur. Contractor shall take this into account in preparing the schedule of work. No additional compensation shall be provided for any delays, perceived or otherwise, due to the inability to provide backwashes due to unanticipated plant constraints. 7. Media composition and depths shall be as follows: Layer Above Filter Bottom Media Type Depth 1St 1-1/2" x 3/4" Silica Gravel 9" 2nd 3/4" x 3/8" Silica Gravel 3" 3`d 3/8" x 3/16" Silica Gravel 3" 4th High Density Gravel 3" 5th High Density Sand 3" 6th Silica Sand 9" 7th Anthracite 18" Ill. DELIVERY, STORAGE AND HANDLING A. Media shall be shipped in suitable protective containers to prevent damage or contamination during shipping. Media shall not be shipped until an affidavit is received by the City from Siemens Water Technology stating the media being shipped has been tested and conforms to the requirements for use in a Microfloc Trident clarifier/filter unit. B. Filter media shall be stored in an enclosed space. Containers shall be protected from environmental damage including but not limited to ultraviolet radiation, moisture and wind. Containers of filter media shall be stored segregated according to size indicated on the container tags. Containers shall not be stored directly on the ground or floor. Bags shall be stored elevated to allow air flow under the bags to prevent decomposition of bags. Bags shall not be stacked more than five (5) bags high. Bags shall be stored under an opaque cover to provide protection from ultraviolet radiation. IV. REFERENCES A. American Water Works Association (AWWA) 1) B100: Standard for Filtering Materials B. American Society for Testing and Materials Publication ASTM D7370 1) Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates REHAB OF TERTIARY UNITS UKIAH WWTP 33 SPEC NO 10-18 SECTION 3 — PAINTING AND PROTECTIVE COATINGS I. SUMMARY A. The Contractor shall provide materials and labor to produce a first class job. Painting shall be performed at such times as the Contractor and CITY may agree upon in order that dust -free and neat work is obtained. B. All painting shall be done in strict accordance with the recommendations of the Manufacturer and shall be performed in a manner satisfactory to the CITY. 11. RELATED REQUIREMENTS A. The Contractor shall be responsible for removal of any catwalks, stairs, gratings, or other structures necessary to allow unimpeded access to the work area. These structures shall be stored and protected during the work and replaced by the Contractor in their original configuration afterward. B. The Contractor shall be responsible for removal of any piping; electrical conduit, or any other equipment necessary to allow unimpeded access to the work area. This equipment shall be stored and protected during the work and replaced by the Contractor in their original configuration afterward. C. The Contractor shall be responsible for adequate protection of adjacent areas and equipment from overspray or other damage and shall immediately repair any such damage. III. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. A. NATIONAL ASSOCIATION OF CORROSION ENGINEERS (NACE) B. OCCUPATIONAL HEALTH AND SAFETY ADMINISRATION (OSHA) C. OSHA 29CFR 1910.144 - 1995 Safety Color Codes for Marking Physical Hazards. D. SOCIETY FOR PROTECTIVE COATINGS (SSPC) 1. SSPC SP -1: 1989 Surface Preparation Spec. No. 1 — Solvent Cleaning. 2. SSPC SP -2: 1989 Surface Preparation Spec. No. 2 — Hand Tool Cleaning. 3. SSPC SP -3: 1989 Surface Preparation Spec. No. 3 — Power Tool Cleaning. 4. SSPC SP -6: 1989 Surface Preparation Spec. No. 6 — Commercial Blast Cleaning. 5. SSPC-SP 10-63: 1989 Surface Preparation Specification No. 10 — Near White Blast Cleaning IV. PROJECT / SITE CONDITIONS A. Surfaces receiving paint include: 1. Equipment, machinery, and metal surfaces. 2. Threads on galvanized pipe and conduit. B. Do not paint surfaces of stainless steel, aluminum, bronze, copper, and lead. REHAB OF TERTIARY UNITS UKIAH WWTP 34 SPEC NO 10-18 C. Galvanized Steel Surfaces: Paint only when required by Special Provisions to this Section or where included on finish schedule or shown elsewhere on Plans. D. Existing Utilities, Structures and Properties: It shall be the responsibility of the Contractor to locate and avoid damage to any and all existing water, gas, sewer, electric telephone, and other utilities, structures, or appurtenances. The Contractor shall repair or pay for all damages caused by his operations or his personnel to existing utilities, structures, appurtenances, or properties, either below ground or above ground and shall settle in full all damage suites which may arise as a result of his operations. V. MANUFACTURER(S) A. All paints, sealers, and coatings to be manufactured by those firms listed in Attachment B. Products of equal quality by other manufacturers will be considered, subject to review of written submittal to the CITY within 15 days of Contract award that includes product data and a detailed paint and coating schedule. No request for substitution will be considered which decreases the film thickness and/or the number of coats to be applied, or which offers a change from the generic type of coating specified. Request for substitution shall contain the following: 1. Full name of each product. 2. Descriptive literature. 3. Directions for use. 4. Generic type. 5. Non volatile content by volume. B. Bidders desiring to use paints other than those specified shall submit their proposal based on the specified materials, together with the information noted above, and indicate the sum which will be added to or deducted from the base bid, should the alternate materials be acceptable. VI. MATERIALS AND/OR EQUIPMENT A. General Attachments A and B to this Section include the paint, protective coatings, and sealers for this project. Furnish all such special materials required for the manufacturer's coating systems whether or not included in Tables. The combination of coating and thinner shall not exceed 3.5 pounds per gallon of volatile organic compound. Colors: CITY reserves the right to select colors. Submit list of items to be painted and color charts for each type of surface. B. Safety Color Codes Safety Color Codes: Follow OSHA requirements of 29CFR, Part 1910.144 for "Safety Color Codes for Marking Physical Hazards." The following general requirements are set forth as a guide. 1. Red: Fire protection equipment, danger signs, and fire exit signs. Portable containers of flammable material to be red with yellow band or name of contents stenciled in yellow. 2. Orange: Moving or rotating parts of equipment protected by guards, including shafts and couplings, pulleys, and sprockets. (Do not paint wearing surfaces.) REHAB OF TERTIARY UNITS UKIAH WWTP 35 SPEC NO 10-18 3. Yellow: Caution signs and all physical hazards, including outside levers and weights on check valves, lower pulley blocks and hooks, sprockets and chains on valve operators, inside of openings adjacent to step or ladders, platforms provided for vertical ladders at transition levels, exposed unguarded edges of pits, platforms and walls subject to being struck, and any piping or equipment extending into normal operating areas. 4. Green: To designate "Safety" and location of first-aid equipment such as gas masks, first-aid kits, and safety deluge showers. 5. Black and White: To indicate areas that must remain clear, such as areas around first-aid, fire- fighting, and other emergency equipment. C. Wastewater Treatment Plant Piping Codes 1. Color Codes used in painting wastewater treatment plant piping to be in accordance with the following schedule: Service Color Influent and Washwater Lines Brown Air Lines Orange Potable Water Lines Blue Chlorine Lines Yellow Effluent Lines Purple 2. Non -potable water lines shall be painted green and permanently marked with black lettering on white background labels "Non -Potable Water." VII. DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered to the site in their original, sealed containers with Manufacturer's label attached. Protect all materials from weathering and extreme temperatures. B. Any hazardous waste material remaining at the end of the day shall be discarded in accordance with national, state, and local regulations. C. All paints shall be properly prepared by the manufacturer and delivered to the site for field painting in the original unbroken containers with the Manufacturer's label plainly printed thereon. Containers, which are broken, opened, water -marked and/or contain caked, lumpy, or otherwise damaged materials, are unacceptable and shall immediately be removed from the work site. D. The Contractor shall exercise every precaution in the storing of paints, solvents, cleaning fluids, rags, and similar materials as to eliminate the risk of spontaneous combustion or other hazardous conditions. Portable fire extinguishing equipment shall be provided in a convenient location for emergency access. All painting materials stored on thejob site shall be stored in a location outside of the work area. The Contractor shall take all safety precautions in accordance with section 7 of AWWA D-102, NFPA Bulletin No. 101 and all federal, state and local regulations REHAB OF TERTIARY UNITS UKIAH WWTP 36 SPEC NO 10-18 VIII. SURFACE PREPARATION A. Concrete Surfaces Prior to painting, surfaces are to be free of all latent matter, burrs, and fins, using one or more of the following methods. Remove oil and grease with detergent and thoroughly rinse with fresh water. 2. Abrasive blasting may be used only if machinery or other equipment in vicinity of work is adequately protected either by covering adjacent areas or by the use of self recovering blasting equipment. Also, avoid settling of dust or grit on freshly painted surfaces. 3. Wash concrete surfaces with 10 percent solution of muriatic acid, then wash clean and free of scale, mortar, dust, moisture, and other foreign matter. B. Metal Surfaces Clean metal surfaces by abrasive blasting as required by Attachment A and leave clean, dry, and ready to receive prime coat. Provide moisture separators to effectively remove all oil and free moisture from air supply. Cleanliness of air shall be tested by impinging an abrasive - free airstream onto a white cloth for 1 minute. If oil or moisture is detected, the source of air shall be shut down and corrected. 2. All dust and abrasives shall be removed from surfaces by brushing or blowing with clean, dry air. All abrasive grit shall be removed from around and between joints of connecting members. 3. Perform field abrasive blasting only if required to correct unsatisfactorily cleaned metal and when approved by CITY. 4. Removal of Oil and Grease: Remove oil and grease with a solvent approved by coating manufacturer, or by steam combined with detergent (in accordance with SSPCSP-1). Use of gasoline, kerosene, naphtha, or carbon tetrachloride not permitted, Brushing, Scraping, Grinding, and Chipping In field work: if abrasive blasting is not possible, scrapers, wire brushes, and other suitable grinding or chipping tools may be used (in accordance with SSPC SP -2 or SP -3) for removal of existing paint coatings prior to repainting, or for cleaning, before applying second coats. 5. Surface to be coated on same day as cleaned and before rust bloom occurs. Surfaces which have been cleaned but which have started to show signs of rust or dirt are to be cleaned again prior to coating at no additional expense to CITY. 6. All surfaces shall be at least 5°F or higher above the dew point and remain this way when blasting, priming, or coating. 7. No paint shall be applied when it is expected that the surface temperature will drop below the manufacturer's recommendation within 4 hours after the application of the paint. 8. Dew or moisture condensation should be anticipated, and if such conditions are prevalent, painting shall be delayed until it is certain that the surface are dry; further, the day's painting shall be completed well in advance of the probable time of day when moisture condensation will occur, in order to permit the film the required drying time prior to the formation of moisture REHAB OF TERTIARY UNITS UKIAH WWTP 37 SPEC NO 10-18 IX. APPLICATION OF PAINT AND PROTECTIVE COATINGS A. General: Use one convenient location for storing and mixing of materials and keep fire extinguisher available in this area as long as location is used for such purpose. Protect floors and all other areas where work is done, with suitable drop cloths, and remove oily rags and waste from the building at close of each day's work. On completion of operations, remove all spots, oil, and stain from all surfaces and leave entire project in clean condition as far as this work is concerned. Remove from premises all containers and debris resulting from this work. Thinners and Solvents: Use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions recommended by paint manufacturer. Coverage: As recommended by paint manufacturer and sufficient to obtain minimum mil thickness specified. Do not exceed maximum thickness specified by manufacturer, if applicable. After final coat is applied, check with non-destructive dry film thickness gauge. Drying Time: Between successive coats, allow drying time as specified by paint manufacturer. B. Brush Application Brushes: Use first -quality hog hair or suitable synthetic bristle brushes. Use of horse hair bristle brushes is not permitted. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes for oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with proper solvent before reuse, Application: Apply in uniform thickness consistentwith specified coverage and with sufficient cross -brushing to ensure filling of surface irregularities. Exercise particular care in painting around bolt heads and nuts and in corners and other restricted spaces. C. Conventional Spray Application: Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having air driven or mechanical agitator. Supply with width of spray adequate to coat the applicable surface with suitable pressure for the particular type of paint being used. Make frequent checks to ensure correct spreading rate and coating and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. Take special care to cover edges, corners, and bolt heads, without bridging over of paint film. D. Airlecg Sprav Application: Equipment used for airless spray shall be designed for and capable of handling the volume and pressures necessary to ensure smooth and proper application. Hoses shall be specifically designed for the viscosity of the material being sprayed and shall be of the non- static, self -grounding type. Tips shall be properly sized to ensure complete atomization and the spray pattern shall be continuous and free of all fingering effects. Spraying techniques that result in a uniform wet pattern shall be used and dry spraying should be avoided. Dry spray shall be removed prior to coating being applied. E. Roller Application: Proper length nap rollers shall be used to ensure a smooth application free of runs, sags, REHAB OF TERTIARY UNITS UKIAH WWTP 38 SPEC NO 10-18 roller marks, or air bubbles. Use longer nap for rougher surfaces. Phenolic core Iamb's wool type rollers shall be used when polyurethanes, epoxies, or other types of activated coatings are applied by roller. Standard type rollers shall be used on water based and enamel coatings. Rollers shall be of sufficient quality to leave finished surfaces free of lint, roller nap, runs, sags, and other imperfections. Roller shall not exceed 24 inches in length. F. Metal Surfaces 1. Shop -prime metal surfaces, if required, prior to delivery to jobsite. 2. After delivery and prior to installation, keep all coated metal surfaces clean and free from corrosion. Clean and touch up or repaint damaged areas with additional primer. 3. After erection or installation of metal work, clean and touch up all rust spots, all places where punier has been rubbed or scraped off, and all bolts and nuts. 4. After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been cleaned and dried, apply finish paint in accordance with Tables I and 2. Allow 7 days or more, as recommended by coating manufacturer, for curing of final coat for submerged surfaces. 5. After installation of factory -finished machinery and electrical equipment, check base coats carefully and touch up all damaged surface areas. Do not paint nameplates, serial number bases, chrome, or bronze trim. Clean off any excess paint that impairs convenient removal of covers on gauges, instrumentation, or other equipment fitted with doors or covers. 6. Factory Primed Equipment: Delay final field coating to manufacturer's primed equipment until equipment has been installed and is in proper working order in accordance with the applicable Item. G. Provide necessary equipment to minimize the amount of dust, paint, abrasives, and other matter from settling on or damaging adjoining property. If excessive dust, paint, or abrasives are found which are affecting adjoining property and/or structures, as determined by the CITY or their representative, the Contractor shall be required to utilize shrouds, drop tubes, or other means to confine a minimum of 95 percent of the abrasive, paint, and other material to the associated work area H. To facilitate adequate observation of all surfaces, provide scaffolding/rigging and adequate illumination required to perform dry film thickness readings and holiday test inspections as required by these specifications and the referenced standards. Provide personnel to move the scaffolding, lighting, or rigging at the instructions of the CITY. Provide proper safety equipment to the CITY for observation. Adequate ventilation for proper curing shall be provided. It is essential that the solvent vapors released during and after application of coating be removed from tanks or enclosed places. During coating application in enclosed areas the capacity of ventilating fans shall be at least 300 CFM per gallon of coating applied per hour. Continuous forced ventilation at a rate of at least one complete air change per 4 hours shall be provided for at least 7 days after coating application is completed. Air shall be exhausted from the lowest portions of the tank with the top openings kept open and clear. J. Special Requirements 1. Cast iron or ductile iron piping and valves for interior and exterior installation with a factory -applied bitumastic or asphaltum varnish coating will be cleaned by REHAB OF TERTIARY UNITS UKIAH WWTP 39 SPEC NO 10-18 abrasive blasting to provide a NACE #3 finish on interior exposed installations and a NACE #2 finish on exterior exposed surfaces. 2. All phases of the work are subject to inspection by the CITY to assure proper performance and compliance with the specifications. The CITY shall be advised of the proper time to inspect surface preparation, prime coat, and each succeeding coat. The Contractor shall apply additional coats only after the previous coat has been approved by the CITY or CITY's representative. 3. The Contractor shall have on the project site the following testing equipment. Equipment shall be in calibration and proper working order. Equipment shall be used in accordance with the Manufacturers' instructions or as directed by the CITY. a. One magnetic pull -off type, nondestructive paint film thickness gauge, such as a Mikrotest thickness gauge. b. One set of certified coating thickness calibration standards produced by the U.S. Department of Commerce. C. One "wet sponge," low -voltage, DC type holiday detector, such as the Tinker- Rasor Electrical holiday detector. d. Sling Psychrometer: Relative humidity and dew point reading shall be taken at intervals throughout the day's work. Readings shall be taken at the start of the mornings work, mid day and afternoon. Should environmental conditions change, additional reading shall be taken to assure that coatings are being applied underthe conditions as outlined by the Coating Manufacturer. e, Surface Temperature Thermometer: Surface temperature shall be taken in areas where work is being performed. Surface temperature shall be that as specified by the coatings Manufacturer. Replica tape & Micrometer: Tesex X -Course Replica Tape shall be employed to determine the surface profile of blasted surfaces. Surface profile shall be 2.0 — 3.0 mils. g. Tests to be performed and approved by the CITY before equipment is put into operation. All work shall be warranted for a period of one year from date of acceptance of the project. The CITY will notify the Contractor at least 30 days prior to the anniversary sate and shall establish a date for the inspection. Any defects in the coating system shall be repaired by the Contractor at no additional cost to the CITY. Should a failure occur to 25% of the painted surface, either interior or exterior, the entire surface shall be cleaned and painted in accordance with these specifications. K. CLEANING All cloths and waste that might constitute a fire hazard shall be placed in closed metal containers or destroyed at the end of each day. Upon completion of the work, all staging, scaffolding, and containers shall be removed from the site and /or destroyed in an approved and legal manner. Paint spots, oil, or stains upon adjacent surfaces and floors shall be completely removed, and the entire job left clean and acceptable to the CITY. REHAB OF TERTIARY UNITS UKIAH WWTP 40 SPEC NO 10-18 SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS 14-01. Provisions to be Excluded from General Conditions. The following designated provisions of the General Conditions are hereby determined to be inapplicable to the proposed work and, therefore, are hereby excluded from the terms of the Notice to Bidders, Proposal, Agreement and other contract documents as though entirely omitted from said General Conditions: (1) Section 6-02. Office at the Site (2) Section 7-03. Surveys No other exclusions. SECTION 15. AMENDMENTS TO GENERAL CONDITIONS 15-01. Sections of General Conditions to be Amended. The following designated sections of the Special Provisions are hereby amended to read as follows: No amendments. REHAB OF TERTIARY UNITS UKIAH WWTP 41 SPEC NO 10-18 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT Specification No. 10-18 The undersigned, as bidder' ,\ declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is made without collusi n with any other person, firm or corporation and that all laws and ordinances relating to the interest of public Acers in this contract have been complied with in every respect. AND he or she proposes and agrees, `i this proposal is accepted, 1) that he or she will contract w`fth the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement her'b4n contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhbd expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or Y asonably implied hereby or as necessary to complete the work in the manner and withirr) �the time named herein and according to the requirements and to the reasonable satisfacti n of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefor the following ums: REHAB OF TERTIARY UNITS UKIAH WWTP 42 SPEC NO 10-18 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT Specification No. 10-18 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is made without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefor the following sums: REHAB OF TERTIARY UNITS UKIAH WWTP 42 SPEC NO 10-18 BIDDING SCHEDULE In case of discrepancy between words and figures, the words shall prevail. In any discrepancy between unit prices and extended amounts for a bid item using unit prices (specified unit price multiplied by specified quantity for bid item does not equal the extended amount for the item), the specified unit price will control and will be used by the City to compare bids in selecting the lowest bid and in awarding the contract. If the specified total bid amount does not equal the total of the extended amounts for all bid items, the City will use the total of the extended amounts for each bid item (adjusted, if necessary, so that the extended amount equals the specified unit price multiplied by the specified auantity for that bid item) to compare bids in selecting the lowest bid. ITEM NO. QUANTITY DESCRIPTION AND UNIT PRICE BID (in figures) EXTENDED AMOUNT FOR ITEM (in figures) Rehabilitate four 2 MGD Siemens Microfloc 1 1 Trident filtration units at the Ukiah Wastewater Treatment Plant _ $ TOTAL BID AMOUNT Total bid amount in words:r#, err ,err �LGi��S' �1Noi S�'fj Gam' $ We, the undersigned, agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of ®{� 20A -- Licensed in accordance with an act providing for the registration of California Contractors License No. expiration date 6 THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Signature of bidder or bidders, with business address, phone number and fax number: REHAB OF TERTIARY UNITS UKIAH WWTP 43 SPEC NO 10-18 Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, and Treasurer. e�::L0)1 k �� P �j'' � r � r ;C � f�.t 1 LIZ" {=y am REHAB OF TERTIARY UNITS UKIAH WWTP 44 SPEC NO 10-18 FAIR EMPLOYMENT PRACTICES CERTIFICATION The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT riusiness iviamng Haaress: U Business Location: (The bidder shall execute the certification of this page prior to submitting his or her proposal.) REHAB OF TERTIARY UNITS UKIAH WWTP 45 SPEC NO 10-18 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or 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. Witness my hand this cA c-) day of 200 1_ Signature of Bidder, with Business Address: REHAB OF TERTIARY UNITS UKIAH WVVTP 46 SPEC NO 10-18 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he or she has/has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he or she has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: �,•---�,.,a� .: v.� -__ — Date rU 311 U. } / / (This certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) REHAB OF TERTIARY UNITS UKIAH WWTP 47 SPEC NO 10-18 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the State Government Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction site in an amount in excess of one-half of 1 percent of the total bid and (b) the portion of the work to be done by each subcontractor. REHAB OF TERTIARY UNITS UKIAH WWTP 48 SPEC NO 10-18 STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience, skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. REHAB OF TERTIARY UNITS UKIAH WWTP 49 SPEC NO 10-18 ERS INDUSTRIAL SERVICES, INC. REFERENCE LIST WATER AND WASTE WATER TREATMENT PLANTS TAHOE-TRUCKEE SANITATION AGENCY Attn.-.Tom Rinne PH: 530-587-2525 13720 Joerger Dr. Truckee, Ca. 06161 TESORO REFINING AND MARKETING CO. Golden Eagle Refinery Attn.: Mike Lett PH: 925-372-3056 150 Solano Way Martinez, Ca. 94553-1465 METROPOLITAN WATER DIST. OF SO. CA. Attn.: Jim Kostelecky PH: 909-392-5001 Attn.: Steve Shriver PH: 909-392-5002 700 Moreno Ave. La Verne, Ca. 91750-3399 SOUTH BAYSIDE SYSTEM AUTHORITY Attn.: Dan Child PH: 650-591-7121 1400 Radio Rd. Redwood City, Ca. 94065-1200 MONTEREY BAY AQUARIUM Attn.: Roger Phillips PH: 831-648-4974 886 Cannery Row Monterey, Ca. 93940 UNION PUBLIC UTILITY DISTRICT Attn: Frank Tonetti PH: 209-728-2874 P.O. Box 429 Treatment Plant Murphy's, Ca. 95247 SCOPE: Turn Key Change Out, new underdrains, new interior coatings Contract: $250,000.00 Date Completed: 2010 SCOPE: Turn Key Change Out, new underdrain laterals/nozzles check/repair rubber liners Contract: $500,000.00 Date Completed: 2011 SCOPE: Turn Key Change Out, 4 filters, 4 different underdrains,troughs & surface wash designs, demo filters Contract: $1,600,000.00 Date Completed: 2010 SCOPE: Turn Key Change Out, install new air scour system with blower, new bed designs Contract: $1,700,000.00 Date Completed: 2011 SCOPE: Turn Key Change Out including painting & repairs Contract: $250,000.00 Date Completed: 2010 SCOPE: Turn Key Change Out including rebuilding Surface Wash, supply & install new Surface Wash pump & meter Contract: $250,000.00 Date Completed: 2011 ERS INDUSTRIAL SERVICES, INC. REFERENCE LIST (CONTINUED) ALAMEDA COUNTY WATER DISTRICT Attn.: Beth Gentry PH: 510-668-4405 43885 So. Grimmer Blvd. Fremont, Ca. 94538 IRVINE RANCH WATER DISTRICT Attn.: Mark Gingras PH: 949-453-5826 P.O. Box 57000 Irvine, Ca. 92619-7000 TUOLUMNE UTILITIES DISTRICT Attn.: Don Perkins PH: 209-532-5536, x554 P.O. Box 3728 Sonora, Ca. 95370 CALIFORNIA AMERICAN WATER Attn.: Mike Magretto PH: 831-646-3220 511 Forest Lodge Rd., Suite 100 Pacific. Grve Ca. 93950 SCOPE: Turn Key Change Out with underdrain inspections Contract: $250,000.00 Date Completed: 2011 SCOPE: Turn Key Change Out, Underdrain cleaning & repairs, recoating filter interiors Contract: $975,000.00 Date Completed: 2010 SCOPE: Turn Key Change Out, new wedge wire underdrains Contract: $100,000.00 Date Completed: 2010 SCOPE: Turn Key Change Out, with interior coatings & valve change out Contract: $250,000.00 Date Completed: 2010 SIGNATURE(S) OF BIDDER Accompanying this proposal is (insert the words "cash ($)", "cashier's check" or "bidder's bond", as the case may be) in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the names of the president, secretary, treasurer and manager thereof. If a co- partnership, provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. 5`.r f / 1 r�/ i�.> � a a� o e°' A� -® C e"' 0 A` � €�i i" V i (` ��� 1 r el— Licensed r; ,- , :~ ; Ali-) �t t Licensed in accordance with an act providing for the registration of Contractors: License No. 7 11— '-2-1 P , License Expiration Date Signature(s) of Bidder: t .C. j C NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co -partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co -partnership; and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership, a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: V-cnmL, PLT4 l 9 Place of residence: eft �1 ~ t' t r t�% f i t is i1c fA)L ty, , \t�ir r �f L`• Dated: =T REHAB OF TERTIARY UNITS UKIAH WWTP 50 SPEC NO 10-18 CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, as PRINCIPAL and as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Ukiah, as the case may be, for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on August 27, 2010 for REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D. 20 (Seal) (Seal) Principal (Seal) (Seal) (Seal) Surety Address: REHAB OF TERTIARY UNITS UKIAH WWTP 51 SPEC NO 10-18 CITY OF UKIAH Mendocino County, California BI'DDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, ERS Industrial Services, Inc. as PRINCIPAL and Great American Insurance Company , as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Ukiah, as the case may be, for the work described below, for the payment of which sum in lawful money of the United States, well and trulyto be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ Ten Percent of the Amount bid (10%) THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on August 27, 2010 for REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and mannerrequired under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 14th day of July A.D. 20 11 ERS Industrial Services, Inc. (Sea() (Seal) d , Z4.21 L u'A_ t,.t ! € fT Seal) Principal Great American Insurance Company Catherine A. Pinney, Attorney in Fact Surety eal) Address: 1350 Treat Blvd. Ste 300 Walnut Creek, CA 94597 REHAB OF TERTIARY UNITS UKIAH WWTP 51 SPEC NO 10-18 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Sonoma July 14, 2011 . On before me, Nancy L. Wallis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Catherine A. Pinney Name(s) of Signer(s) w rI r..,.` 8.2n.2 Place Notary Seal Above who proved to me on the basis of atisfactory evidence to be the person whose name r}'Jfs ar-e-subscrib - o the within instrument and ackn ledged to me that e/ h the executed the sa e in hls er hefrauthorized capacity 40-S), and that hl e their s nature,(>�on the instrument the perso or th entity upon behalf of which the person 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 hancy a d official seal. Signature Signature of taryancy L. Wallis t�i 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. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ individual ❑ Corporate Officer —Title(s):_ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ individual ❑ Corporate Officer —Title(s)_ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2007 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 - www,NationaiNotary.org Item #5907 Reorder: Call Toll -Free 1-800.876-6827 S1029AB (2/11) GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than EIGHT POWER OF ATTORNEY No. 0 20180 KNOW ALL MEN BYTHESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power CATHERINE A. PINNEY KANDACE L. REEVES ALL OF PETALUMA, CALIFORNIA ALL NANCY L. WALLIS STACEY M. CLINTON $10,000,000. K. DIXON WRIGHT NATALIE ANN HORDER VENETIA G. JOHNSON DONNALYN REVIS This Power ofAttomey revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this IST day of JUNE 1 2011 U 5 c Attest GREAT AMERICAN INSURANCE COMPANY lz�e F� STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (877-377-2405) On this 1ST day of JUNE 2011 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal: that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. KAREN L. GROSHEIM n NOTARY PUBLIC, STATE Of OHIO MY COMMISSION EXPIRES 02-20-16 This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: 777at the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant rice Presidents, or any one of them, be and hereby is authorized, f om time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority, and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when soused being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of GreatAmerican Insurance Company, do hereby certify that the foregoing Power ofAttomey and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 14th day of July , 2011. UHq1A .., VC /11) NON -COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page prior to submitting his or her bid. To City Council, City of Ukiah: The undersigned in submitting a bid for performing REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. Business Signature(s) of Bidder Place of Residence: 10/1 {'3 NOTARIZATION Subscribed and sworn to before me this day of 20 Notary Public in and for the County My Commission Expires 20 State of California. REHAB OF TERTIARY UNITS UKIAH WWTP 52 SPEC NO 10-18 CALIFORNIA JURAT WITH AFFIANT STATEMENT See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this ,X 0 day of 20 (, by Date Month Year Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me, -j (,) (and �} Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature Si gn#fe of Notary Public Place Notary Seal Above p OPTIONAL Though the information below is not required by law, it may prove _ valuable to persons relying on the document and could prevent e e fraudulent removal and reattachment of this form to another document. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document:( L f 5d �)_Y( i)f , Document Date: G _ 1; _ i ! Number of Pages: Signer(s) Other Than Named Above: Al C . `--i _ .� � �P-• ._. � .—. ._. � - `Ts�t�'�(SriZ'.f=�k3"- -. -..Jrr= .—. .'.Vn'-�.._. — 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.Nationa[Notary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 07-14`11 16;54 FROM -City of Ukiah 707-463-6204 July 14, 2011 ADDENDUM NO, I 6 T-866 P0002/0003 F-229 Subject: Rehabilitation of Tertiary Treatment Units at the Ukiah Wastewater Treatment Plant, City of Ukiah Specification No. 10-18 Attached herewith is ADDENDUM NO. 1 for the subject project. The bid opening date for this project is changed and shall be July 26, 2011 at 2:00 PM. THIS ADDEND E ADDENDUM WITH THE PROPOSAL. This letter and attached Addendum are being sent to you by fax and email in order that this office may be assured all plan holders have received same. Please note that there will be another.addendurn issued early next week that will addYess the iSSue of contrct working days. It should be noted it is the responsibility of the General Contractor to notify all subcontractors from whom he accepts bids of any and all changes in the drawings and specifications for this project. Sincerely, Tim Eriksen Dire -Nor of Public Works/City Engineer ACKNOWLEDGEMENT I hereby acknowledge that I have received this Addendum No. 1 and have reviewed and considered it before submitting my bid. Signed. s ` Date: I , �..._...�...r: �............ :.. _......,_....._........_,._......::............_._. ..:.,_..._.._... ... ...... _...._......_, ..,..........__.._.. _...... ....... ... ..._.__.._..r_..... ._..,...,.... , .. ,_..,.._. ..__.. _ 30D SEM1 APY AVENUE UKIAH, CA 95482-5400 Phone# 7071463-6200 Faxt# 7071463-6204 Web Address: www.cityofukiah,com July 20, 2011 ADDENDUM NO. 2 0 Subject: Rehabilitation of Tertiary Treatment Units at the Ukiah Wastewater Treatment Plant, City of Ukiah Specification No. 10-18 Attached herewith is ADDENDUM NO.2 for the subject project. The bid opening date for this project was changed in Addendum No. 1 and shall remain July 26, 2011 at 2:00 PM. IF YOU SUBMIT A BID ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION THIS ENTIRE ADDENDUM MUST BE SUBMITTED WITH THE PROPOSAL. This letter and attached Addendum are being sent to you by fax and email in order that this office may be assured all plan holders have received same. It should be noted it is the responsibility of the General Contractor to notify all subcontractors from whom he accepts bids of any and all changes in the drawings and specifications for this project. Sincerely, Tim Eriksen Director of Public Works/City Engineer ACKNOWLEDGEMENT I hereby acknowledge that I have received this Addendum No. 2 and have reviewed and considered it before submitting my bid. Signed: - Date: 300 SEMINARY AVENUE UKIAH, CA 95482-5400 Phone# 707/463-6200 Fax# 707/463-6204 Web Address: www.cityofukiah.com CITY OF UKIAH Mendocino County, California AGREEMENT FOR REHABILITATION OF TERTIARY TREATMENT UNITS AT THE UKIAH WASTEWATER TREATMENT PLANT Specification No. 10-18 THIS AGREEMENT, made this day of f 20 by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and E S "& JJ l Lam/Ive hereinafter called the Contractor, WITNESSETH: WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents, specifications and drawings and has caused to be published in the manner and for the time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW, THEREFORE, THIS AGREEMENT WITNESSETH: Article 1. Work to be Done and Contract Days Allowed That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature necessary for completion of the work in conformity with the Special.Provisions and other contract documents hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall complete the work within thirty (30) calendar days. Contract days shall be counted starting with the 10th day following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or without having submitted certificates of insurance that have been accepted and approved by the Engineer. REHAB OF TERTIARY UNITS UKIAH WWTP 53 SPEC NO 10-18 Article II. Contract Prices. That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and the requirements of the City. Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractor will permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids, for revoking the Contractor's pre -qualification rating, if any and for refusing to establish, reestablish or renew a pre -qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. REHAB OF TERTIARY UNITS UKIAH WWTP 54 SPEC NO 10-18 Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre -qualification rating will be revoked at the expiration of such period. (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and 1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof, for each person who was denied employment as a result of such non-compliance, the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she has or will meet the following standards for affirmative compliance, which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required by the City that he or she has notified all supervisors, foremen and other personnel officers in writing of the content of the anti -discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employees' referrals (including unions, employment agencies, advertisements, Department of Employment) of the content of the anti -discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. b. Otherwise implement an affirmative anti -discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti -discrimination clause by individuals, firms or organizations during the period of its pre -qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier subcontract so that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. REHAB OF TERTIARY UNITS UKIAH WWTP 55 SPEC NO 10-18 Article IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Rates 1 General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification 7. Agreement 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this day of 20 l� CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By ER, CITY OF Attest: ='' � ( V � ITY CLERK, CITY OF UKIAH By: L CONTRACTOR Attest: Title: The foregoing contract is approved as to form -and legality this ` day of 20 I CITY A RNeY, CITY OF UKIAH REHAB OF TERTIARY UNITS UKIAH WWTP 56 SPEC NO 10-18 INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukia , California, on 120 , by and between the City of Ukiah (Ukiah) and J- .� � --e- (Contractor). :tor is /"�a o- 7 fit-0id 1 Al for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and emploYees. CONTRACTOR TITLE: C es't6ey, REHAB OF TERTIARY UNITS UKIAH WWTP 57 SPEC NO 10-18 Bond #: CA4035703 Premium: $4,224.00 subject to final contract price adjustment CITY OF UKIAH Mendocino County, California FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, AS PRINCIPAL, and ERS Industrial Services, Inc. Great American Insurance Company AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City", in the penal sum of Three Hundred Thirty Thousand Five Hundred Forty ando60/100 330,540.60 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. on or about WHEREAS, the Principal has entered into a certain Contract with the City, dated 8/18 120 11 a copy of which is hereto attached and made a part hereof, Rehabilitation of Tertiary Treatment Units at the Ukiah Wasterwaster Treatment Plant NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, then this obligation shall be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Sure have executed this instrument and affixed their seals hereto, this lsthday of August 20 11 In the presence of: WITNESS: (Individual Principal) (Business Address) (City/State/Zip Code) EAL) WITNESS: ATTEST: ERS Industrial Services, Inc. a (SEAL) (Corporate Principal) 2120 Warm Springs Ct (Business Address) Fremont, CA 94539 (City/State/Zip Code) ,.,. (Corporate Principal) J Affix i iti s a� eft •'', Ct s: ..G .F z::s . Corporate Seal <w rLo —5 (Business Address) (City/State/Zip Code) Great American Insurance Company ATTEST: See Notary Affix (Corpo 6te �ure�) Corporate Catherine A. rzn ey, Attorne�§eal in Fact 1350 Treat Blvd. Ste 300 (Business Address) Walnut Creek, CA 94597 (City/State/Zip Code) The rate of premium on this bond is $ $15.55 first $100, 000 per thousand. $11.10 for remainder The total amount of premium charges is $ $4, 224.00 (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). L (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, 11r'<`') ei-'�'� , certify that I am the C' Secretary of the corporation named as Principal in the foregoing bond; that I`-k-ark"Ki� 1t l f'l who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing -body:-- - _ IQ Affix Corporate Seal STATE OF CALIFORNIA County of Sonoma On August 18, 2011 Date before me, Nancy L. Wallis, Notary Public Here Insert Name and Title of the Officer personally appeared Catherine A. Pinney Name(s) of Signers) C, 7 who proved to e on the basis of atisfactory evidence to be the person whose name Is re subscrib o the within instrument and ack wledged to me that e sh/ttie`y executed the s in h s e /their a thorized capa iiy(iesy, and that b Is/ e eir signatMw) on the instrument the persons- , or the entity upon behalf of which the perso" 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 had nd official seal. Signature Place Notary Seal Above Signat re o Notary P 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. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 CITY OF UKIAH Mendocino County, California PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, ERS Industrial Servcies, Inc. Great American Insurance Company Bond # CA4035703 Premium: Included in that of Performance Bond AS PRINCIPAL, and SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter catlled thge "�"'lipothe penal sum of or y an Three Hundred Thirty Thousand Five Hundred dollars ($ 330,540.60 for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. on or about WHEREAS, the Principal has entered into a certain Contract with the City, dated 8/18 20 11 a copy of which is hereto attached and made a part hereof, Rehabilitation of Tertiary Treatment Plant Units at Ukiah Wastewater Treatment Plant NOW, THEREFORE, the condition of this obligation is such that and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, then this obligation shall be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals hereto, this 18th day of August 20 11 In the presence of WITNESS: (Individual Principal) (Business Address) (City/State/Zip Code) EAL) WITNESS: /jI/ ATTEST - ERS Industrial ��vices, Inc. (SEAL) (Corpo�ale Principal)r L 756,c/ a 2120 Warm Springs Ct V �'� (Business Address) fremont, CAT 94539 (City/State/Zip Code) ZZ, ](Co(porate Principal) Affix Corporate {a Seal (Business Address)` (City/S ate/Zip Code) Great American Insurance Company ATTEST: See Notary (Corporate Surety) Corporate Catherine A. Pinney, Attorneteal in Fact 1350 Treat Blvd. Ste 300 (Business Address) Walnut Creek, CA 94597 (City/State/Zip Code) The rate of premium on this bond is $ See performance bond per thousand. The total amount of premium charges is $ See performance bond (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, ?, ?� r certify that I am the 0a,yl 11-c Secretary of the corporation named as Principal in the foregoing bond; that I-Ck C. � GLZ) L"__7U who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authorityof its,. ve Hing bodv- Affix Corporate Seal CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Sonoma On August 18, 2011 Date before me, Nancy L. Wallis, Notary Public Here Insert Name and Title of the Officer personally appeared Catherine A. Pi Name(s) of Signer(s) who proved tom on the basis of - tisfiactory evidence to be the person(whose namear� subscribe o the within instrument and ack wiedg d to me that h�%�dheh�7 h y executed the sa in s e /tktefr authorized capai(' and that b I eiiaetr s nature{on the instrument the - person(or th entity upon behalf of which the person�j' 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 mth' nd official sealSignature Place Notary Seal Above p�pota blic 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. Description of Attached document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ individual ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ individual ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Signer Is Representing: © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item 45907 Reorder: Call Toll -Free 1-800.876-6827 S1029AB (2/11) GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than EIGHT No.0 20180 POWER OFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power CATHERINE A. PINNEY KANDACE L. REEVES ALL OF PETALUMA, CALIFORNIA ALL NANCY L. WALLIS STACEY M. CLINTON $10,000,000. K. DIXON WRIGHT NATALIE ANN HORDER VENETIA G. JOHNSON DONNALYN REVIS This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this IST day of JUNE 1 2011 Attest GREAT AMERICAN INSURANCE COMPANY pQG gF1'CF� STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID a KITCHIN (877-377-2405) On this 1ST day of JUNE 2011 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that be is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. KAREN L. GROSHEIM NOTARY PUBLIC, STATE OF OHIO i' MY COMMISSION EXPIRES 02-20-16 This Power of Attomey is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or anyone of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety,y any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other lvritten obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company. to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 18th day of Augu S t � y^111$!1"pRM�CF� 9�9A0 (4/11) 2011 CITY OF UKIAH Mendocino County, California DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND KNOW ALL MEN BY THESE PRESENTS, That we, as PRINCIPAL and as SURETY, are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of (5 PERCENT OF THE FINAL CONTRACT AMOUNT) to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors, administrators successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said Principal entered into a Contract with the City Of Ukiah dated for WHEREAS, said Contract has been completed, and was approved on the day of NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall guarantee that the work will be free of any defective materials or workmanship which become apparent during the period of one (1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full force and effect, provided however, any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee. Signed, sealed, and dated this day of , 20 BY: (Seal) (Seal) Principal Seal) BY: (Seal) Seal) Surety REHAB OF TERTIARY UNITS UKIAH WWTP 63 SPEC NO 10-18 ATTACHMENT A System Schedule See Attachment B, Material Reference Minimum Total Surface Exposure Cleaning Primer Finish Coats Mil Thickness Piping, Conduit, Valves Process Tank Interior and Exterior ALL ►A1I1 MACS #2 1.0-2.0 Mils Surface Profile NACS #2 2.0-3.0 MIs Surface Profile Type A Type A Type B Type r 7.0 12.0 ATTACHMENT B Paint and Primer Schedule Min Dry Mils per Generic TYPE Service Coat Type Brand and Manufacturer A Metal 2.0 Polyamid Acro 4422 Epoxy Primer --ACRO Primer Cured Epoxy Amerco at385P--Ameron or Resin Carboline 890--Carboline Concrete S -W Dura Plate 235 Surfaces PE -54 Epoxy Primer--Induron B Finish 2.0 Aliphatic Acro 4429 Polyurethane --Acro Coat Urethane Amerco AT450HS--Ameron Carboline 134HS--Carboline S -W Acrolon 218HS B65-300 Indurethane 5500--Induron C Tank 4-6 Polyamide- Series 140 Pota-Pox--Tnemic Coating (As Recommended) Cured 233 Epoxy --Devoe Epoxy Resin al I a 13q S IR Ell 'ala �s= _ 8 10 g Y US 1 i k z 9n �. 9`^ 6 imp In _1 J I I iz 95_Z Ij = ASD eZI no ioiZ Fr�' m� - Ap p co C C mr�� sell g$�� N � _ T 0 o a _ ma g s_ A ds 9NO 1 10 2 1 i k z 9n �. 9`^ imp A ds 9NO 1 HM i 3u a�2 1 i 111 oz� zs$e+� - aoo HM i 3u a�2 1 i 111 oz� zs$e+� - aoo 9n ��€ 9`^ imp In _1 J aE� iz 95_Z Ij N �y no eZI no ioiZ Fr�' X; - YJzB EE m y3g sell )N ymy0� pigAy?O W� O F o�gi � Irl � p! � � D cm�r or A 0 1� � D r m � 0 c � y n a )N ymy0� pigAy?O W� O F o�gi �Z� O 53 zso� mos cm�r or A D� ' 3 s 1 � ri i Nix ' 3 1 � ri i D w co CJ _ I � m W i � .� I � I� �o � N - r n - � o z Ir � � a V z D ti n � D n D w co CJ _ I � m W i � .� I � I� 0 0 a o -3 ' Be IMM m Z D O0 �3j rr m m m � D :t7 � 'u Z O � D> n m z O T1 .Im z < --� o Fri m p z =Z m o= Z �0 Z Z �z f� u N � m Ela D r Q D p z zrw � ➢ Om m VJ r > m V! p p ' E � z z m r Ela q\ \\ =m §\ ] Mƒ\ S2¥ 9§m >g/ }\\a \ ± \ rq '1Z � ,)> \y2 Ln § C. - e \\c/R J §m ° m > ) �\ //\\ =\/e CA q§/ J p\» /y/ % g a ED vee&« �\)r f % � < \ %92 \M� \\/ m d . � 0 9 ° ��0 j % -u , \)\\ cn > $ \ §g = ~ m0 w x m M > > \ rq � \ cn )m F¢ \� w i lV N r X � N � X D Z 4i m co 0 0� U) FD b z �1 z m r— ➢ ;-�-- M r� m Zo 00 C7 IO 1� I !f 7 n m D z� m z o 0 m n NLrL "' x m a r G-) O C o O IC) W FTI x X Z G X v (n C v t y � o ? a- o O o0 HE f� €$ xo o Z g ar ,�68 mRv O �e C� rn bo ITIO z� �zm s moo \ gg pp F > a rom ®P ➢ W n m corns m 3z mz M m > 1 C) �. m m FFJ � s Ln (n i m➢�� D -� � Lo J UY= +'� �< ^Oin m rn zao � ca II 2ny � rr Grr- o J .moi -I n ut Z O OD � a Tw o a- � a c z' v� 0 N H m 0 x -o z 0 oN w cn �zx =M. - z S O L] -Cf CNII C _ D 5'-8 1/2" T-2 1/2" 2'-0" I 5.5" N p M r a N N -.8 y Ln 0 Q1 LD -z?c A W En En flDo O D r D - S=m m m mfo a ' I m N mew a _� _zss o0o / a - 2 Z D y fos D I• 4 N W Ol ba O o (T Zi mm n u a� \m N w F 2 N �{4 ~ iCg� D ZO •� 1 RE p!1 Fi to m N •a < Ec r+1n� O 0 r UI N 00 O N m n F m rnp O n D 0 a m a D D �m cm p < a n m r O n En A p M r �m '�6 -.8 y Q1 LD -z?c A W N z flDo O D D - S=m m m mfo ±� '_jp m �m mew og _� _zss o0o ww mx m HEn m rzo y y fos _ C ba m o (T Zi mm W a a� w F 2 N �{4 ~ iCg� •� RE ov Fi i C� mKFi m •a < Ec r+1n� O N 00 '0 N m W X I m O � m a z se s m �m '�6 -.8 LAm Rn O°cDi -z?c 0 flDo O D D - S=m m m mfo ±� '_jp D mo m z mx m HEn m rzo y y _ C ba m o (T Zi mm W n O O Ln N 00 '0 N m W X I m O a z 'ATTACHMENT D BILL OF MATERIAL r� ITEM QTY DESCRIPTION PART NO. 1 2TR-840A EQUIPMENT LIST (506671-12) 2 1 PAINT, TOUCH UP, DELFT BLUE, SERIES 140 POT-PDX PLUS, 1 GAL CAN EACH OF PART A & B, TNEMEC 140-GBO3 (FOR TANK INTERIOR): I 3 1 THINNER, TNEMEC #4, 1 GALLON (FOR ITEM #2) 14120510 4 1 PAINT, TOUCH UP, SERIES 74 ENDURA-SHIELD, 1 GAL. KIT, TNEMEC 74-AH82 "DAILY BREAD" (FOR TANK EXTERIOR) 5 1 THINNER, TNEMEC #42, 1 GALLON (FOR ITEM #4) 14430920 6 4 MEDIA DESIGN, CLARIFIER, 2TR-840A (506671-13) 7 4 MEDIA DESIGN, FILTER, 32 -TR -840A (506671-14) 8 2 ASSEMBLY, EQUIPMENT, CLARIFIER & FILTER, 2TR-840A, UNITS #1 & #4 (506671-2A) 9 '. 2 ASSEMBLY, EQUIPMENT, CLARIFIER & FILTER, 32 -TR -840A, UNITS #3 & #4 (506671-2B) 10 1 INSTALLATION,.BLOWER, 2TR-840A .(506671-15) 11 1 INSTALLATION, VALVES AND CONTROLS, 2TR-840A (506671-16) 12 1 ADHESIVE SPRAY SUPER 77 - 3M CO. 8323 13 1 ASSEMBLY, CONTROL PANEL, WORK ORDER #95087, M ENVIRONATION INC. 14 1 SPARE MEDIA (506671-18) Wheelabrator Engineered Systems, Inc/CPC Engineering PO Box 36 Sturbridge, MA 01566 Telephone 508/347-7344 Fax 508/347-7049 CHK DATE UKIAH WWTp UKIAH, CA DRAWING NO. REV ,,TDS DATE 506671-12 A TRIDENT WATER SYSTEMS 2TR-840A EQUIPMENT LIST ENG H:DA:TE 5/16/95 SHEET 1 OF 1 11 BILL OF MATERIAL �ITEM r QTY DESCRIPTION PART NO. 2 1 TANK, TR 840A, PAINTED CARBON STEEL (PCS) 506671-1 3 1 WASTE GATE, TR 840A, PCS 506671-3 5 1 BRACKET, CYL SUPPORT, TR 840A, PCS 506671-4 6 1 BRACKET, LEVEL SENSOR MOUNTING, 304SS 506671-5 7' 10 AIR DIST. LATERAL, 2" SCH80 TYPE 1 PVC L4S-14 8 1 HEADER ROLDDOWN STRAP "A", 304SS B 3033-1 4575 9 3 MEDIA RETAINS "A" STATttT-TiSS STEM �n� n� RETAINER . , u iSlLULiia it1e 506609 9 10 1 MEDIA RETAINER "B", STAINLESS STEEL 506609-10 11 1 INFLUENT DIST HEADER, TR 840A, 304LSS 506671-6 12 1 SEAL RETAINER BOTTOM, TR 840A, 304SS B 3034-1 5677 13 52 UNDERDRAIN LATERAL, 2Z" SCH90 TYPE 1 PVC 506671-11 15 2 SEAL RETAINER SIDE, TR 840A, 304SS B 3035-1 5678 26 TEE, 3" NPT, SCH 80 PVC 5232 I {� 19 3 AGITATOR, ROTARY, 90" DIA, 35 GPM @ 50 PSI MIN. 35666. M (52 GPM @ 100 PSI MAX.), 304SS ARMS, WITH "BJ" END CAPS AND STD. NOZZLES, STRAIGHT LINE, LEOPOLD Wheelabrator Engineered Systems, Inc/CPC Engineering PO 'Box 36 Sturbridge, MA 01566 Telephone 508/347-7344 Fax 508/347-7049 CHK DATE UKIAH WWTP UKIAH, CA DRAWING NO. REV STDS DATE - 506671-2A B CLARIFIER & FILTER EQUIPMENT ASSEMBLY 1/2 TR -840A (UNITS #1 & #4) ENG WNB DATE 5/16/95 SHEET 1 OF 6 BILL OF MATERIAL ,ITEM QTY DESCRIPTION PART NO. 21 1 CYLINDER, PNEU., 3.25 BORE, 304 SS BODY, HARD 4507 CHROME PLATED ROD, DW -8329-2 W/#MC-83 MOUNTING KIT, W/#APB-2 PIVOT BRACKET-BIMBA 22 23 24 2 SWITCH, FLOAT, 10AMP, PIPE MOUNT, N.O. CONTACTS, 4284 M W/20FT OF CABLE, SERIES 2900, #PS20 NO, HEALY-RUFF 25 2 SCREEN, SUCTION, 3" NPT, MALE, SS WIRE CLOTH MOLDED 4257 TO GLASS -FILLED NYLON RESIN BASE, FLOW-EZY #M-24-10 26 1 COUPLING, PIPE, SELF -RESTRAINING, 12" TYPE 304SS 144754805 W/ STAINLESS HARDWARE, GRADE E SYNTHETIC GASKET, VICTAULIC STYLE 77-S 27 26 NIPPLE, TBE, 3.00 X 4.00, SCH 80, PVC 5673 2$ 1 PLUG, 2" NPT, 150 LB, 304SS 115555 -.29 2 ELBOW, 90 DEG, 1" NPT, 150 LB, 304SS 2774 30 2 CORD GRIP FITTING, .50 HUB SIZE, .40-.56 CORD RANGE 4311 CAT #2673, T&B 31 2 BOX, OUTLET, ONE GANG WEATHERPR 3 -HOLE, 1/2" 1150 ELECTRICAL #B-23, SLATER 32 2 COVER, BLANK, OUTLET BOX 1 GANG WEATHERPROOF 1152 ELECTRICAL, #B-1 SLATER 33 2 PIPE, TOE, 1" NPT X 8" LONG, SCH 40, 304SS 1320326 34 2 PIPE, TOE, 1" NPT X 50" LONG, SCH 40, 304SS 35 3 NIPPLE, TBE, 211, SCH 40 X 9.0 LG, 304SS 35673 Wheelabrator Engineered Systems, Inc/CPC Engineering PO Box 36 Sturbridge, MA 01566 Telephone 508/347-7344 Fax 508/347-7049 CHK DATE UKIAH WWTP UKIAH CA DRAWING NO. REV �TDS DATE 506671-2A B CLARIFIER & FILTER EQUIPMENT ASSEMBLY 1/2 TR -840A (UNITS #1 & #4) ENG WNB DATE 5/16/95 SHEET 2 OF 6 I BILL OF MATERIAL 'ITEM QTY DESCRIPTION PART NO. 36 1 PIPE, TBE, 2" SCH 80 X 9.00 LG, PVC 37 2 U -BOLT, 1" PS, 411-20 X 2 1/16" LEG, 304SS 16480311 WITH NUTS, #8896T23, MCMASTER-CARR 38 480 STRIP, .500 X 1", NEOPRENE, W/PRESSURE SENSITIVE 4410 ADHESIVE ON ONE SIDE, #G -207-N RUBATEX 39 678 STRIP, .250 X 1.511, NEOPRENE, W/PRESSURE SENSITIVE 4411 ADHESIVE ON ONE SIDE, #G -207-N RU8ATEX 140 1 ROD CLEVIS, 304SS L45-21 41 1 PIVOT PIN, 304SS L4S-22 42 2 COTTER PIN, 1/16" DIA. X 1-1/2" LONG, 304SS, 9560502 #98401A427 MCMASTER-CARR 43 44 1 HEX JAM NUT, 18-8 SS, 3/4-16 UNF #91846A036 35501 - MCMASTER-CARR -�46 34 BOLT, HXHD, 3/8" - 16UNC X 1 1/4 LG, 18-8. BOLT, HXHD, 1/4" - 20UNC X 1 1/4 LG, 18-8 11967 ! �� 47 4 3702 48 2 BEARING, PILLOW BLOCK, 3/4" SHAFT, SELF -LUBRICATED, 5690 SELF -ALIGNING, DODGE SERIES LM 800, PART #033692 49 52 BUSHING, RED., 3" X 2 1/2" NFT, SCH 80, PVC 8820 51 36 SCREW, SELF -TAPPING, PAN HD, #10-24.X 3/4" LG, SS 5681 53 34 NUT, HEX, 3/814 - 16 UNC, 18-8 549 54 155 44 NUT, HEX, 1/4" - 20 UNC, 18-8 1035 156 2 COLLAR, SHAFT, 3/444, 1 -PIECE, SS,- #456232, DODGE 5682 Wheelabrator Engineered Systems, Inc/CPC Engineering PO Box 36 Sturbridge, MA 01566 Telephone 508/347-7344 Fax 508/347-7049 CHK DATE STDS DATE - UKIAH WWTp UKIAH, CA DRAWING NO. REV 506671-2A B CLARIFIER & FILTER EQUIPMENT ASSEMBLY 1/2 TR -840A (UNITS 1 & 4) DATE 5/16/95 ±E� SHEET 3 OF 6 BILL OF MATERIAL. ITEM QTY DESCRIPTION PART NO. 60 34 WASHER, LOCK, 3/811, MEDIUM, 18-8 938 62 48 WASHER, LOCK, 1/411, MEDIUM, 18/8 936 66 68 WASHER, FLAT, 3/811, 18-8 935 67 68 52 WASHER, FLAT, 1/411, 18-8 934 69 20 U -BOLT, 2" PS, 1/4" DIA X 3 1/4 LEG, 18-8 4558 72 4 ROD, THD, 3/4" - 10UNC X 611 LG, 18-8 5684 73 16 ROD, THD, 1" - 8UNC X 6" LG, 18-8 5675 74 12 NUT, HEX, 3/411 - 10UNC, 18-8 2490 75 48 NUT, HEX, 1" - 8UNC, 18-8 5687 76 8 WASHER, FLAT, 3/411, 18-8 - 2386 77 32 WASHER, FLAT, 111, 18-8 3770 79 20 PAD, ANGLE, 2" X 2" X 3/1611, 304SS 5686 80 3 BEAM, HOLD DOWN, TR840A, PCS 506671-8 81 2 ANGLE, HOLDOWN, TR840A, 3" X 311 X 1/2" X 129" CS 'PAINTED PER 506671-1, NOTE #1, "FINISH: INTERIOR"; "TESTING" REQUIREMENTS ALSO APPLY 82 1 AIR DISTRIBUTION HEADER, 304LSS 506671-9 83 1 COUPLING, PIPE, SELF -RESTRAINING, 611, TYPE 304 SS 1140327 ill/ STAINLESS HARDWARE, GRADE E SYNTHETIC GASKET, VICTAULIC STYLE 77-S 84 2 HEADER HOLDDOWN STRAP, 304SS B-3071-1 85 80 DIFFUSER, AIR, 3/4" NPT, SS WIRE CLOTH MOLDED TO 15001112 GLASS -FILLED NYLON -RESIN BASE, FLOW-EZY #M-6-20 Wheelabrator Engineered Systems, Inc/CPC Engineering PO Box 36 Sturbridge, MA 01566 Telephone 508/347-7344 Fax 508/347-7049 CHK DATE UKIAH WWTp UKIAH., CA DRAWING NO. REV ,PTDS DATE - ` 506671-2A B CLARIFIER & FILTER EQUIPMENT ASSEMBLY 1/2 TR -840A {UNITS #1 & #4} ENG WNB DATE 5/16/95 SHEET 4, OF 6 BILL OF MATERIAL N%ITEM QTY DESCRIPTION PART NO. 86 1 LATERAL, INFLUENT "A", 304LSS 506671-10, ITEM 1 87 2 LATERAL, INFLUENT "B", 304LSS 506671-1Q, ITEM 2 89 3 STRAP, LATERAL HOLD-DOWN, 304SS LOS -26 90 3 COUPLING, PIPE, SELF -RESTRAINING, 811, TYPE 304 SS 144754804 W/ STAINLESS HARDWARE, GRADE E SYNTHETIC GASKET, VICTAULIC STYLE 77-S 91 1 PROXIMITY SENSOR, INDUCTIVE; PLUG-IN LIMIT SWITCH 36063 M TYPE, COMPLETE DEVICE (CONSISTING OF SENSOR HEAD, SENSOR BODY AND RECEPTACLE), 120VAC, NO OR NC PROGRAMMABLE, 2WIRE, STD. RANGE (0.5111), STD. FREQUENCY, TOP SENSOR, #E5.1=1, CUTLER -HAMMER 92 1 PROXIMITY SENSOR, INDUCTIVE, PLUG-IN LIMIT SWITCH 36064 TYPE, COMPLETE DEVICE (CONSISTING OF SENSOR HEAD, SENSOR BODY AND RECEPTACLE), 120VAC, NO OR NC PROGRAMMABLE, 2WIRE, STD. RANGE (0.5111), ALT. FREQUENCY, TOP SENSOR, #E51BLT2, CUTLER -HAMMER 93 1 MOUNTING BRACKET, WASTE GATE SWITCH, SS 506621-12 94 1 TARGET ARM, WASTE GATE SWITCH, SS 506621-11 95 4 SCREW, PAN HD., #10-32 UNC X 5/8" LG., SS 96 4 WASHER, LOCK, #10 MED., 18-8 SS 4027 97 4 WASHER, FLAT, #10, 18-8 SS 1211 Wheelabrator Engineered Systems, Inc/CPC Engineering PO Box 36 Sturbridge, MA 01566 Telephone 508/347-7344 Fax 508/347-7049 CHK DATE UKIAH WWTP UKIAH, CASTDs DRAWING NO. REV 'DATE - 506671-2A B CLARIFIER & FILTER EQUIPMENT ASSEMBLY 1/2 TR -840A (UNITS #1 & #4) [ENG WNB DATE 5/16/95 SHEET 5 OF 6 BILL OF MATERIAL ,)ITEM QTY DESCRIPTION PART NO. 100 2 PIPE, TBE, 3" SCH 80 X 131' LG., PVC 101 2 ELBOW, 90 DEG, PVC, 3.00 NPT, SCH 80 14490114 102 2 PIPE, TBE, 3" SCH 80 X 6" LG., PVC 103 1 TRANSMITTER, LEVEL, KOTRON 2 -WIRE R.F. CAPACITANCE, M 24 VDC NOMINAL INPUT POWER, ANALOG METER, 4-20MA OUTPUT SIGNAL, INTEGRAL MOUNTING CONFIGURATION, MAGNETROL #82-8313-400 WITH PROBE, RIGID, TFE, 316SS NUT, .375" PROBE DIAMETER, 36" INSERTION LENGTH, MAGNETROL #41-5001-036 104 105 106 4 NIPPLE, TBE, 3/4" NPT X 12" LONG, SCH 80 PVC 1864 107 2 ELBOW, 90 DEGREE, 3/4" NPT, SCH 80 PVC 347 %-`,108 4 VALVE, BALL, MANUAL, 3/4" NPT, PVC, WITH TEFLON 881 SEATS AND VITON SEALS, DOUBLE UNION, CHEMTROL TU SERIES Wheelabrator Engineered Systems, Inc/CPC Engineering PO Box 36 Sturbridge, MA 01566 Telephone 508/347-7344 Fax 508/347-7049 CHK DATE UKIAH WWTP UKIAH, CA DRAWING NO. REV 7TDS DATE 506671-2A B CLARIFIER & FILTER EQUIPMENT ASSEMBLY 1/2 TR -840A (UNITS #1 & #4) ENG WNB DATE 5/16/95 SHEET 6 OF 6