HomeMy Public PortalAbout2004/05 Street Rehabilitation Project- Phase 2I
1
1
r
r
1
1
1
r
1
I
I
i
1
I
1
1
I
CONTRACT BOOK
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJE 000-467008
JULY 2005
CITY OF SAN MATEO
Public Works Department
330 West 20th Avenue
San Mateo, CA 94403
650/522-7300
650/522-7301 (fax)
u3
(s
ilk
I
1
1
I
I
I
I
11
I
I
1
I
CONTRACT BOOK
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
CITY OF SAN MATEO, CALIFORNIA
CITY COUNCIL AWARD — AUGUST 2005
2—tce-31
CONTRACT DRAWINGS NO. j.22$3'�(12 sheets)
TIME OF COMPLETION: 45 Working Days
CONTENTS
NOTICE INVITING SEALED PROPOSALS
BID PROPOSAL FORMS
PROPOSAL FORM
SCHEDULE OF BID ITEMS
SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS
BIDDER'S STATEMENT
GUARANTY
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
NON -COLLUSION AFFIDAVIT
DEBARMENT AND SUSPENSION CERTIFICATION
NON -LOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS
DISCLOSURE OF LOBBYING ACTIVITIES
LOCAL AGENCY BIDDER DBE INFORMATION
CERTIFICATE OF NON-DISCRIMINATION
CERTIFICATE OF PAYMENT OF PREVAILING WAGE SCALE
CERTIFICATE OF REQUIREMENT TO PAY WORKERS' COMPENSATION
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Q:\yvAPWENG'ACONTRS\2005U2000-05 Street Rehabilitation Project -Phase R\cmrcna(revised).doc 1 7/5/2005
I
SPECIAL PROVISIONS (Note: Engineer's Specifications based on State of California, Standard
Specifications and Plans for Construction of Local Streets and Roads dated July 2002.)
Sections
1 Specifications and Plans
1-1.01 General
1-1.02 Definitions and Terms
1
I
1
1
1
1
1
1
e
I
2 Proposal Requirements, Conditions and Non -Discrimination Guidelines
2-1.01 General
2-1.01A Federal Lobbying Restrictions
2-1.02 Examination of the Plans, Specifications, and Site of Work
2-1.03 Employment of Apprentices
2-1.04A Non -Discrimination Policy
2-1.04B Lowest Responsible Bidder
2-1.04C Standards of Non -Discrimination
2-1.04D Certificate of Non -Discrimination
2-2.01 Disadvantaged Business Enterprise (DBE)
2-2.02 DBE Goal for this Project
3 Submission of DBE Information and Award and Execution of Contract
3-1.01 General
3-1.01A DBE Information
3-1.02 Award of Contract
3-1.03 Subcontracts
3-1.04 Changes Initiated by the Agency
3-1.05 Contract Bonds
3-1.06 Liability Insurance
3-1.07 Hold Harmless and Indemnity Provision
4 Beginning of Work, Time of Completion, and Liquidated Damages
4-1.01 General
4-1.02 Commencement of Work
4-1.03 Construction or Fabrication and Delivery Schedule
4-1.04 Delays and Extensions of Time
4-1.05 Pre -Construction Conference
4-1.06 Time of Completion
4-1.07 Liquidated Damages
4-L08 Location of Utilities
4-1.09 Traffic and Access
4-2.01 Substantial Completion of Work
4-2.02 Acceptance of Contract
5 General
5-1 Miscellaneous
5-1.01 Blank
5-1.02 Prevailing Wage and Weekly Certified Payroll Submission
5-1.03 Hours of Labor
5-1.04 Labor Nondiscrimination
5-1.05 Certificate of Compliance
Q:tpwPWENOV._CONiRSt2005t2004.05 Street Rehabilitation Project -Phase IIkontract(revised).doc 2 7/5/2005
1
1
1
1
1
1
1
5-1.06 Removal of Asbestos and Hazardous Substances
5-1.07 San Mateo Business License Guidelines
5-1.08 Notice of Potential Claim
5-1.09 Attorney Fees
5-1.10 Payment
5-1.10A General
5-1.10B Ten Percent (10%) Retention
5-1.10C Partial and Final Payments
5-1.10D Prompt Progress Payment to Subcontractors
5-1.10E Prompt Payment of Withheld Funds to Subcontractors
5-1.11 Mediation
5-1.12 Arbitration
5-1.13 Mobilization
5-1.14 Subcontractor and DBE Records
5-1.15 DBE Certification Status
5-1.16 Performance of DBE Subcontractors and Suppliers
5-1.17 Subcontracting
5-2 Control of Work
5-2.01 Surveying
5-2.02 Measurements and Quantities
5-2.03 Cooperation and Collateral Work
5-2.04 Protection and Restoration of Existing Improvements
5-2.05 Record of Existing Traffic Control and Temporary Markers
6 Blank
7 Water Pollution
8 Materials
9 Description of Work
10 Construction Details
14 Federal Requirements
APPENDIX I AGREEMENT FOR PUBLIC IMPROVEMENT
APPENDIX II FEDERAL MINIMUM WAGES DEPARTMENT OF LABOR
DECISION NUMBER CA 20030029 MODIFICATION NUMBER 12
APPENDIX III SAMPLE NOTICE LETTER
Q:tpw\PWENGW CONTRSt2005\2004-05 Street Rehabilitation Project -Phase 1Pcontract(revised).doc 3 7/5/2005
I
1
1
I
I
t
I
I
I
NOTICE INVITING SEALED PROPOSALS
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
CITY OF SAN MATEO, CALIFORNIA
1. Sealed bids will be received by the City Council of the City of San Mateo, California, for 2004/05
STREET REHABILITATION PROJECT - PHASE II as shown on the Contract Drawings No. 2-20-
32 and as described in this Contract Book and the State of California, Department of Transportation
Standard Specifications and Standard Plans for Construction of Local Streets and Roads dated July
2002. The work described requires that the bidder be licensed by the State of California as a Class A
Contractor license at the time this contract is awarded.
2. The Contract Book, plans, and proposal forms are available at the Public Works Department, City
Hall, 330 West 20th Avenue, San Mateo, California. A non-refundable fee of $30.00 per set is
required if picked up or $40.00 for each set if mailed. Any questions regarding the contract
documents should be directed to Mr. Otis Chan, Senior Engineer, at 650/522-7305, or in writing at the
above address.
3. The estimated construction cost of this project is $900,000.00. This estimate is not based on a
"contractor's cost take off' of the project, but is derived from an averaging of costs for work on similar
projects in the area of which the City is aware. This figure is given to indicate the relative order of
magnitude of this project and is not intended to influence or affect in any way the amount bid for this
project.
4. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to
Government Code, Section 12990.
5. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the
City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid.
6. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in
Section 2, "Proposal Requirements, Conditions, and Non -Discrimination Guidelines," in the Special
Provisions.
7. Addenda issued during the time of bidding shall become a part of the documents furnished bidders for
the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each
bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued
during the bidding period. Failure to so acknowledge may result in the bid being rejected as not
responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance
with the terms of the instructions. It is the responsibility of the contractor to contact the City to
determine the existence of any and all addenda.
8. The time of completion for this contract shall be forty-five (45) working days, beginning from the date
specified in the Notice to Proceed.
9. This project has a goal of 14.0 percent disadvantaged business enterprise (DBE) participation.
10. The City will ensure that in any contract entered into pursuant to this advertisement, disadvantaged
business enterprises will be afforded full opportunity to submit bids in response to this invitation.
Q:\pvAPWENGA CONTR$ \ 2005 \ 2004-05 S¢«tF.ehabtlitation Projcq-PM1aulRcontract(revised).doc 4 7/5/2005
11. This project is subject to the "Buy America" provisions of the Surface Transportation Assistance Act
of 1982 as amended by the Intermodal Surface. Transportation Efficiency Act of 1991.
12. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any
informality in bids, and to accept, modify, or reject any items of the bid, or in the case of a single bid
being received to extend the acceptance date by up to thirty (30) days with notice. The City of San
Mateo is a charter City and any contract entered into is subject to the provisions of the City of San
Mateo Charter, which may supersede certain provisions of the public Contract Code and other
provision of state law.
13. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State
of California, in force on the day this bid was announced or determined by the administrator of the
Wage and Hour Division, U.S. Department of Labor, in force on the day bids are opened, whichever is
higher, will be the minimum paid to all craftsmen and laborers working on this project. In some cases,
prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the
expiration date in effect on the date of advertisement for bids.
In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date
which are in effect on the date of advertisement for bids, such determinations remain in effect for the
life of the project. Prevailing wage determinations which have double asterisks (**) after the
expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer
payments to be paid for work performed after this date have been predetermined. If work is extended
past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters
into.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or
counties, in which the work is to be done have been determined by the Director of the California
Department of Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for
this project will be posted at the job site. It is understood that it is the responsibility of the bidder to
determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for
the convenience of bidders. The State Prevailing Wage Rates may also be obtained from the
California Department of Industrial Relations internet web site at http://www.dir.ca.gov. Any errors or
defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the
actual scale then in force. The Federal minimum wage rates for this project as predetermined by the
United States Secretary of Labor are set forth in Appendix IV.
Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of
"Proposal and Contract" books. Future effective general prevailing wage rates which have been
predetermined and are on file with the California Department of Industrial Relations are referenced but
not printed in the general prevailing wage rates.
Attention is directed to the Federal minimum wage rate requirements in the books entitled "Proposal
and Contract." If there is a difference between the minimum wage rates predetermined by the
Secretary of Labor and the general prevailing wage rates determined by the Director of the California
Department of Industrial Relations for similar classifications of labor, the Contractor and
Subcontractor shall not pay less than the higher wage rate. The Department will not accept lower
State wage rates not specifically included in the Federal minimum wage determinations. This includes
"helper" (or other classifications based on hours of experience) or any other classification not
appearing in the Federal wage determinations. Where Federal wage determinations do not contain the
State wage rate determination otherwise available to use by the Contractor and subcontractors, the
Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most
closely approximates the duties of the employees in question.
QipwWWENOa CONTRSl200512004-05 Street Rehabilitation Project -Phase Ihemline* ev"sei) doc 5 7/5/2005
1
1
1
I
t
1
1
1
I
The. U.S. Department of Transportation (DOT) provides a toll -free "hotline" service to report bid
rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m.
and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible
bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these
activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the DOT Inspector
General. All information will be treated confidentially and caller anonymity will be respected.
14. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San
Mateo, California 94403, at or before 2:00 p.m., August 2, 2005, and they shall be opened and read by
a City Representative at said date and time at a public meeting called by him.
15. Said City Representative shall report the results of the bidding to the City Council at a later date, at
which time the City Council may award the contract to the lowest responsible bidder as so reported; or
as the City's interest may dictate, City Council may exercise its right to modify the award or to reject
any or all bids. My protests to award of contract shall follow the procedures outlined in City Council
Resolution No. 61, dated June 7, 2004.
16. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35
days after the Notice of Completion is recorded. However, pursuant to the Public Contracts Code
Section 22300, the Contractor may substitute securities for said ten percent (10%) retention or request
that the City make payments of retention earned directly to an escrow agent at the Contractor's
expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part
of the contract.
Dated: July 2, 2005 /s/Jan Epstein, MAYOR
Q: pa1PWENGA CONTRS'2005\2004-05 Street Rehabilitation Project -Phase Ihwmract(re d).doc 6 7/52005
t
1
1
1
I
1
1
1
PROPOSAL FORM
(Entire proposal to be submitted as sealed bid.)
2004/05 STREET REHABILITATION PROJECT - PHASE H
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
TO THE HONORABLE CITY COUNCIL
CITY OF SAN MATEO, CALIFORNIA
DEAR COUNCIL MEMBERS:
FOR THE TOTAL SUM OF (use figures only) computed from the unit and/or lump sum
prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this
proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials,
tools, equipment, transportation, and all incidental work and services required to complete all items of work
shown in the contract documents. All work shall conform to the lines, grades, and dimensions shown on said
drawings and shall be done in accordance with this Contract Book and the State of California Department of
Transportation Standard Specifications and State Standard Plans for Construction of Local Streets and Roads
dated July 2002.
The work for which this proposal is submitted is for construction in conformance with the special provisions
(including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates,
whichever is higher, the project plans described below, including the addenda thereto, the contract annexed
hereto, and also in conformance with the California Department of Transportation Standard Plans for
Construction of Local Streets and Roads dated July 2002, the Standard Specifications for Construction of
Local Streets and Roads dated July 2002 and the Labor Surcharge and Equipment Rental rates in effect on the
date the work is accomplished.
This proposal is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS and
BIDDER'S STATEMENT.
ADDENDA — This proposal is submitted with respect to the changes to the contract included in the addenda
number/s
By my signature on this proposal I certify, under penalty of perjury under the laws of State of California, that
the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are
true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair
Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code).
By my signature on this proposal I further certify under penalty of perjury under the laws of State of California
and United States of America, that Non Collusion Affidavit required by Title 23 United States Code, Section
112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment
and Suspension Certification are true and correct.
Qipv\PWENGU_COMRS\20052004-05 Street Rehabilitation Project.Phase R'mmrect(revised).doc 7 7/5/2005
1
1
I
1
1
I
1
1
The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF
BID ITEMS.
Contractor's Signature Date
Name of Company
Phone Number
( )
Fax Number
Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the
total of all items.
The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each
lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that
purpose. In the case of unit basis items, the amount set forth under the "Item Total t column shall be the
product of the unit price bid and the estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall
prevail, except as provided in (a) or (b), as follows:
(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same
as the amount as the entry in the item total column, then the amount set forth in the item total column
for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus
obtained shall be the unit price;
(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a
factor of ten, one hundred, etc., or one -tenth, or one -hundredth, etc. from the entered total, the
discrepancy will be resolved by using the entered unit price or item total, whichever most closely
approximates percentagewise the unit price or item total in the City of San Mateo's Final Estimate of
cost.
If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be
deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is
omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear,
readable total bid is provided.
Symbols such as commas and dollar signs will be ignored and have no mathematical significance in
establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be
interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have
no significance in establishing any unit price or item total since all figures are assumed to be expressed in
dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price
for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail.
Q:\pw\PWENOUCONTRSt2005t2004-05 Strew Rehabilitation Project -Phase IPcontract(revaedbdoc 8 7/5/2005
1
1
1
1
1
The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover
every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not
specifically provided for will be determined in the discretion of the City of San Mateo, and that discretion will
be exercised in the manner deemed by the City of San Mateo to best protect the public interest in the prompt
and economical completion of the work. The decision of the City of San Mateo respecting the amount of a bid,
or the existence or treatment of an irregularity in a bid, shall be fmal.
If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the
2 bonds in the sums required by the State Contract Act, with surety satisfactory to the City Of San Mateo,
within 8 days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from
the City of San Mateo that the contract has been awarded, the City of San Mateo may, at its option, determine
that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null
and void and the forfeiture of the security accompanying this proposal shall operate and the same shall be the
property of the City of San Mateo.
By my signature on this proposal, as bidder, declares that the only persons or parties interested in this proposal
as principals are those named herein; that this proposal is made without collusion with any other person, firm,
or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of
contract, and the plans therein referred to; and he proposes, and agrees if this proposal is accepted, that he will
contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all
necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all
the materials specified in the contract, in the manner and time therein prescribed, and according to the
requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following
prices, as shown on the schedule of bid items.
Q:bWPWENOU_CONTRS12005\2004-05 Street Rehabilitation Project -Phase iPcontract(re ted).doc 9 7/5/2005
1
1.
1
1
I
1
i
SCHEDULE OF BID ITEMS
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLII-5102 (028)
CITY PROJECT NO. 467004-46000-467008
DESCRIPTION
OF WORK
EST.
QTY.
UNIT
UNIT
PRICE
TOTAL
COST.
ITEM
NO.
1
Traffic Control
1
LS
$
$
2
Grind 0.1' AC
86,000
SF $
$
3
Overlay 0.1' AC
700
TON
$
4
Grind 0.15' AC
620,000
SF
$
5
Overlay 0.15' AC
7,000
TON $
$
6
Overlay 0.15' to 0.2' AC as shown on plan
900
TON
$
$
7
Furnish and install Pavement Reinforcing
Fabric
46,500
SY
$
$
8
Furnish and install PavePrep SA (12"
wide)
9,200
LF
$
$
9
6" deep base failure repair (plug in 2 lifts)
at various locations
22,000
SF
$
$
10
6" deep concrete base failure repair (with
2% Calcium)
40
SF
$
$
11
Remove and replace concrete curb and
-3'
gutter (1'-3' gutter)
800
LF
$
12
Remove and replace concrete sidewalk
2,800
SF
$
$
13
Remove and replace part of valley gutter
330
SF
$
$
14
Remove and replace residential driveway
approach
360
SF
$
$
15
Adjust sanitary sewer cleanout or
monitoring well to grade
3
EA
$
$
16
Adjust MH riser ring to grade
113
EA
$
$
17
Adjust City Monument rim to grade
2
EA
$
$
18
Adjust water valve rim and barrel to
grade
83
EA
$
$
19
Install 12" wide white thermoplastic stop
bar/limit line
4,680
LF
$
$
20
Install 12" wide yellow thermoplastic stop
bar/limit line
2,300
LF
$
$
QApw\PWENGA_CONPRSt2005200a-05 Street Rdubili,ation Project -Phase ll)COntract(revied).doc 10
7/5/2005
I
I
1
I
1
21
Install white thermoplastic zebra
crosswalk
360
SF
$
$
22
Install yellow thermoplastic zebra
crosswalk
1,050
SF
$
$
23
Install 'STOP' thermoplastic pavement
legend
119
EA
$
$
24
Install 'STOP AHEAD' pavement legend
2
SET
$
$
25
Install `ONLY' thermoplastic pavement
legend
4
EA
$
$
26
Install 'SLOW' white pavement legend
3
EA
$
$
27
Install'PED XING' pavement legend
7
SET
$
$
28
Install 'KEEP CLEAR' pavement legend
2
SET
$
$
29
Install 'SLOW SCHOOL XING '
pavement legend
8
SET
$
$
30
Install '25' pavement legend
8
EA
$
$
31
Install '30' pavement legend
2
EA
$
$
32
Install Bike Lane pavement 'SYMBOL'.
See plan.
4
EA
$
$
33
Install Disabled Persons parking
pavement 'SYMBOL'. See plan.
4
EA
$
$
34
Install detail 2
950
EA
$
$
35
Install detail 4
7,530
LF
$
$
36
Install detail 10
4,420
LF
$
$
37
Install detail 21
210
LF
$
$
38
Install detail 23
1,730
LF
$
$
39
Install detail 33
1,610
LF
$
$
40
Install detail 38C
1,560
LF
$
$
41
Install detail 39
710
LF
$
$
42
Install detail 39A
380
LF
$
$
43
Install 4" wide white thermoplastic bar .
640
LF
$
$
44
Install white thermoplastic parking tee
39
EA
$
$
45
Install bike lane thermoplastic arrow
4
EA
$
$
46
Install type IV(L) thermoplastic arrow
20
EA
$
$
47
Install type IV(R) thermoplastic arrow
7
EA
$
$
48
Install type VII(R) thermoplastic arrow
4
EA
$
$
49
Install type Q flexible post
21
EA
$
$
50
Install 'Construction Schedule' sign per
plan or directed by the engineer
8
EA
$
$
51
Install type "C"detector loop. Connect all
wires as necessary per Caltrans STD. See
plan.
4
EA
$
$
52
Install type "A", "E" or type "D" detector
loop. Connect all wires as necessary per
Caltrans STD. See plan.
12
EA
$
$
Q:\pw\PWENG\A_CONTRS2005\2004-05 Street Rehabilitation Project -Phase 11\contract(revisedhdoc
11
7/5/2005
1
1
1
1
1
i
1
1
1
1
1
1
1
1
r
1
1
1
53
Install Handhole.
4
EA
$
$
54
Install blue reflector
76
EA
$
$
55
Post overlay sweeping
1
LS
$
$
56
STOPPP permit and implementation of
BMP's. See SP -7-8.6
1
LS
$
$
TOTAL BID
$
1
Q:\p.WPWENG'A—CONTRS\2005\2004-05 Street Rehabilitation Project -Phase Ilkontr
).doc 12 7/5/2005
SUBCONTRACTING REOUIREIVIENTS AND LIST OF SUBCONTRACTORS
(To be submitted with Proposal Form)
r
1
i
I
1
I
1
I
1
1
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000467008
Each bidder acknowledges it is aware and familiar with the requirements related to subletting and
subcontracting set forth in Section 2-1.054 and 8-1.01 of the State Standard Specifications, and in the
Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public.
Contract Code of the State of California. These requirements include a provision that the Contractor
shall perform, with its own organization, contract work amounting to at least 50 percent of the
contract price. (Note: Also see 5-1.16 Subcontracting)
Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in
accordance with the provisions of Section 4104 of the Public Contract Code of the State of California,
set forth the following:
1. Name and address of the place of business of each subcontractor who will perform
work or labor or render service to the general contractor in or about the construction
of the work or the improvement in an amount in excess of one-half (1/2) of one
percent (1%) of the general contractor's total bid or $10,000, whichever is greater.
2. The specific work and dollar amount of work which will be done by each
subcontractor.
3. If no portion of the work is to be subcontracted as provided in item 1, insert the word
"none" in the space provided and sign below.
4. On projects with DBE goals, the subcontractor listing requirement, set forth herein on
this "title," is in addition to the DBE subcontractor listing required per Section 3-
I.O1A after the bid opening: "Local Agency Bidder- DBE — Information" form. The
two listings must be consistent when the subcontracting amount meets the
appropriate dollar amount thresholds.
Q:\pwv?WEN \ CONTNS\200S2004-05 Sirca Rehabilitation Project -Flue U\eonuact(revis )Aoc 13 7/5/2005
1
I
1
1
I
1
1
I
I
I
1
1
I
1
SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
NAME
ADDRESS
SPECIFIC
WORK
DOLLAR
AMOUNT
$
$
$
$
$
$.
$
$
$
$
Contractor's Signature
I
Q:Ipw'1WENG 1 CONTRSt2005t2004-05 Street Rehabilitation Project -Phase ❑\contract( u✓dld).doc 14 7/5/2005
I
1
1
1
1
1
1
1
1
I
1
1
1
1
1
1
1
BIDDER'S STATEMENT
SHEET I OF 3
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
The undersigned has carefully read the STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION
Standard Specifications for Construction of Local Streets and Roads dated July 2002, and realizes that any
variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for
rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the
Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the
withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond.
The undersigned Contractor's license number and class is Class ( ), and the expiration
date is . Contractor may leave above blank, but information must be provided prior to the
time of aw rd. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall
constitute a failure to execute the contract as provided in Section 10181 of the Public Contract Code and shall
result in the forfeiture of the security of the bidder.
Pursuant to Business and Professions Code Section 7028.15 I, , declare under penalty of perjury
that the foregoing and the statements contained in the bid for the above titled project are true and correct and
that this declaration is made on this day of , 200 , at , California.
The undersigned understands he must meet the requirements of Section 2, "PROPOSAL REQUIREMENTS
CONDITIONS, AND NON-DISCRIMINATION GUIDELINES," of these Special Provisions prior to award
of contract and conform to those guidelines throughout the duration of the contract.
The undersigned understands that this project is subject to the "Buy America" provisions of the Surface
Transportation Assistance Act of 1982 (see section 8.1 of the special provisions).
It is understood that the quantities set forth herein are approximate only and are to be used only for the
comparison of bids and the guidance of the bidder.
If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I,
together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile
liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within eight (8)
days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of
San Mateo that the contract has been awarded and to commence work within five (5) days of the date specified
in the notice to proceed, and to complete the work under said contract within the specified number of working
days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that
all subcontractors obtain a San Mateo Business License in accordance with Section 5-1.05 of the Special
Provisions, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree
to keep the Business License current for the entire term of the contract.
Q.\pw\P
GW_CONTRS\2005\2004-05 Stra= Rehabilitation Project -Phase !Roo )doc 15 7/5/2005
BIDDER'S STATEMENT (con't)
SHEET 2 OF 3
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that
the City will not be responsible for any errors or omissions on the part of the undersigned in making up this
bid.
Enclosed find bond or certified check or cashier's check No. of the Bank for
. Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and
which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned.
The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date set
for the opening thereof.
NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE
ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND
ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two
members of a firm or partnership, please attach an additional page; OR IF MADE BY A CORPORATION,
THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE
CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF
THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION.
Q:1pw'PWENC\A_CONTRS\2005\2004-05 Screet Rehabilitation Project -Phase ll\conbact(reviacd).doc 16 7/5/2005
1
1
I
I
i
1
i
I
r
1
I
1
1
I
1
I
1
BIDDER'S STATEMENT (con't)
SHEET 3 OF 3
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
SIGNATURES FOR BIDDER:
If INDIVIDUAL, sign below:
Signature
Date
Print name
Post Office Address
If PARTNERSHIP, sign below (show names of non -
signing partners):
Signature
Date
Name of Partner
Post Office Address
Signature Date
Name of Partner
Post Office Address (if different)
If CORPORATION, sign below (show names
of non -signing officers):
a CORPORATION
Name of State Where Chartered
Signature Date
Print name of person signing bid
Title
List names of the following officers:
PRESIDENT
SECRETARY
TREASURER
Post Office Address
City
State Zip
Business Street Address (please include even if
P.O. Box is used)
City
State Zip
Q:\px1PWENG'A CONfRSVA05\2004-05 Street Rdubastion Project -Phase arcontrett(mris 1) doc 17
7/52005
1
I
I
I
I
I
I
I
I
I
I
I
r
GUARANTY
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
To the City of San Mateo:
FOR CONSTRUCTION OF THE 2004/05 STREET REHABILITATION PROJECT - PHASE II.
The undersigned guarantees the construction and installation of the following work included in this project:
Remove and replace curb, gutter, sidewalk, construct wheelchair ramp, make base failure repair, grind 0.1' to
0.15' AC, overlay 0.1' to 0.2' AC, adjust manhole to grade, install traffic striping and related work as shown
on plans or as directed by the engineer and specified in these special provisions.
Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to
faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to
operate properly as originally intended and in accordance with the plans and specifications, due to any of the
above causes, all within six months after the date on which this contract is accepted by the City, the
undersigned agrees to reimburse the City, upon demand, for its expenses incurred in restoring said work to the
condition contemplated in said project, including the cost of any such equipment or materials replaced and the
cost of removing and replacement or materials replaced and the cost of removing and replacing any other work
necessary to make such replacement or repairs, or, upon demand by the City, to replace any such material and
to repair said work completely without cost to the City so that said work will function successfully as originally
contemplated.
The City shall have the unqualified option to make any needed replacement or repairs itself or to have such
replacements or repairs done by the undersigned. In the event City elects to have said work performed by the
undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be
furnished and installed with reasonable time after the receipt of demand from the City. If the undersigned shall
fail or refuse to comply with his obligations under this guaranty, the City shall be entitled to all costs and
expenses; including attorneys' fees, reasonably incurred by reason of the said failure or refusal.
Contractor
Date
Q?yv\PWENCiA CONfRS\2005\2004-05 Street Rebabilitaion Project -Phase Ilkontrect(revised).doe 18
7/5/2005
1
I
I
1
1
1
I
I
I
I
I
1
•
I
I
I
I
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), bidder hereby declares
under penalty of perjury that the bidder:
❑ has ❑ has not
been convicted within the preceding three years of any offenses referred to in that section, including any charge
of fraud, bribery, collusion, conspiracy, or any other act in violation of any .state or federal antitrust law in
connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public
Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 110, including
the Regents of the University of California or the Trustees of the California State University. The term
"bidder" is understood to include any partner, member, officer, director, responsible managing officer, or
responsible managing employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a check before "has" or "has not" in one of the boxes provided.
The above statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also
constitute signature of this statement.
Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
Q:1pWPWENGU_CONTRS1200512004-05 Street Rehabilitation Project -Phase Mcontncl(reaised).doc 19 7/5/1005
I
1
I
I
I
t
I
I
I
I
I
I
I
I
I
I
I
I
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
In accordance with Public Contract Code Section 10162, the bidder shall complete, under penalty of perjury,
the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has proprietary interest in the
bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,
state, or local government project because of violation of law or safety regulation?
❑ Yes ❑ No
If the answer is yes, explain the circumstances in the following space:
Q:tput \PWENGW CONfRSt2005\2004-05 Street Rehabnalion Project -Phase l[tcontract(rcviaed).dac 20 7/5/2005
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
In accordance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury,
that no more than one fmal unappealable fmding of contempt of court by federal court has been issued against
the Contractor within the immediately preceding two year period because of the Contractor's failure to comply
with an order of the National Labor Relations Board.
The above statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also
constitute signature of this statement,
Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
Q:'pw\PWENG A CONTRS2005\20034S Street Rehabilitation Project -Phase Ipwntract(n,:6,.1).doc 21 7/5/2005
1
I
I
I
I
I
I
I
I
I
1
I
I
I
NON -COLLUSION A141FIDAVIT
TITLE 23, UNITED STATES CODE, SECTION 112
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
In accordance with Title 23, United States Code, Section 112 and Public Contact Code 7106, the bidder
declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the
bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has
not directly or indirectly colluded, conspired, connived or agreed with any bidder or anyone else to put in a
sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or
any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
Note: The above Statement, Questionnaire, and Non -Collusion Affidavit are part of the Proposal. Signing this
Proposal on the signature portion thereof shall also constitute signature of this Statement, Questionnaire, Non -
Collusion Affidavit.
Bidders are cautioned that making false certification may subject the certifier to criminal prosecution.
Q:tyn1PWENGVs_CONLRst2005`200405 Street Rehabilitation Project -Phase litcontract(rcvised).doc 22 7/5/2005
1
I
I
1
1
I
I
I
I1
I
I
1
1
I
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any person associated
therewith in the capacity of owner, partner, director, officer manager:
1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by
any federal agency;
2. Has not been suspended, debarred, voluntarily excluded or determined ineligible byany federal
agency within the past 3 years;
3. Does not have a proposed debarment pending; and
4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space:
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder
responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates
of action.
Note: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also
constitute signature of this certification.
Q:'aa\P
GV. CONTRSs2005\2004-05 Strea Rehabilitation Project -Phase mcontract(revised).doc 23
7/5/2005
NON -LOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS
(To be submitted with Proposal Form)
I
1
1
1
1
1
I
I
1
I
I
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that
the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all
such subrecipients shall certify and disclose accordingly.
Q:\pw\PWENG'ACONTRSt2oo5\2004-o5Street ReecilitztionPrgen-Coese mcontract(reviscd).doc 24 7/5/2005
DISCLOSURE OF LOBBYING ACTIVITIES
Complete this form to disclose lobbying activities pursuant to 3
1
I
1
1. Type of federal action:
❑ a. Contract
b. Grant
c. Cooperative agreement
d. Loan
e. Loan guarantee
f. Loan insurance
2. Status of federal action:
❑ a. Bid/offer/application
b. Initial award
c. Post -award
3. Report type:
El a. Initial
b. Material change
For material change only:
year quarter
date of last report
4. Name and address of reporting entity:
❑ Prime ❑ Subawardee
. Tier , if known
5. If reporting entity in #4 is Subawardee, enter
name and address of prime:
Congressional District, if known:
Congressional District, if known:
6. Federal Department/Agency:
7. Federal program name/description:
CFDA number, if applicable:
8. Federal Action Number, if known:
9. Award amount, if known:
$
10. a. Name and address of lobbying entity (if
individual, last name, first name, MI):
(attach Continuation Sheet(s), if necessary)
b. Individuals performing services (including
address if different from #10a) (last name, first
name, MI):
(attach Continuation Sheet(s), if necessary)
11. Amount of payment (check all that apply):
$ ❑ actual ❑ planned
13. Type of payment (check all that apply):
❑ a. retainer
❑ b. one-time fee
❑ c. commission
❑ d. contingent fee
❑ e. deferred
❑ f. other; specify:
12. Form of payment (check all that
❑ a. cash
El b. in -kind; specify:
nature
apply):
value
14. Brief description of services performed or to be performed and date(s) of service, including officer(s),
employee(s), or member(s) contacted, for payment indicated in item #11:
(attach Continuation Sheet(s), if necessary)
15. Continuation Sheet(s) attached: ❑ Yes ❑ No
16. Information requested through this form is
authorized by Title 31 U.S.C. Section 1352. This
disclosure of lobbying activities is a material
representation of fact upon which reliance was
placed by the tier above when this transaction was
made or entered into. This disclosure is required
pursuant to 31 U.S.C. 1352. This information will
be reported to the Congress semi-annually and
will be available for public inspection. Any
person who fails to file the required disclosure
shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each
such failure.
Signature:
Print Name:
Title:
Phone No: Date:
Federal Use Only:Authorized for Local Reproduction/Standard Form-LLL
(1:1pw1PWENeA CONTRSi2c0512004-05 &reel Rehabilitation Aojm-Phase l➢comnci(,erised).doc 25
7/5/2005
INSTRUCTIONS FOR COMPLETION OF SF -ELL
DISCLOSURE OF LOBBYING ACTIVITIES
1
1
1
1
1
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal
recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant
to Title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make
payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with a covered Federal action. Attach a continuation sheet for additional information if the space
on the form is inadequate. Complete all items that apply for both the initial filing and material change report.
Refer to the implementing guidance published by the Office of Management and Budget for additional
information.
1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to
influence the outcome of a covered Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material
change to the information previously reported, enter the year and quarter in which the change
occurred. Enter the date of the last, previously submitted report by this reporting entity for this
covered Federal action.
4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional
District if known. Check the appropriate classification of the reporting entity that designates if it is or
expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first
subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,
subgrants and contract awards under grants.
5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,
city, state, and zip code of the prime Federal recipient. Include Congressional District, if known.
6. Enter the name of the Federal agency making the award or loan commitment. Include at least one
organization level below agency name, if known. For example, Department of Transportation, United
States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known,
enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative
agreements, loans, and loan commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action identification in
item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number, grant
announcement number, the contract grant or loan award number, the application/proposal control
number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001."
9 For a covered Federal action where there has been an award or loan commitment by a Federal agency,
enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the
reporting entity identified in item 4 to influence the covered Federal action.
(b) Enter the full names of the individual(s) performing services and include full address if different
from 10(a). Enter the last name, first name, and middle initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item
4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be
made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative
amount of payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in -kind
contribution, specify the nature and value of the in -kind request.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed 6r will be
expected to perform and the date(s) of any services rendered. Include all preparatory and related
Q:\pw\PWENG\A_CONTRS\2005\ 2000.05 Street Rehabilitation Project -Phase Il\contraeRrerised).doc 26 7/5/2005
1
1
1
1
I
activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or
employee(s) contacted or the officer(s), employee(s), or Member(s) of Congress that were contacted.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, print his/her name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response,
including time for reviewing instruction, searching existing data sources, gathering and maintaining the data
needed, and completing and reviewing the collection of information. Send comments regarding the burden
estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to
the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503.
Q:\pw\PWENGMCONTRSt2005t2006-05 Street Rehabilitation Project -Phase H\contract(revited).doc 27 7/5/2005
1
LOCAL AGENCY BIDDER - DBE - INFORMATION
This information may be submitted with your bid proposal. If it is not, and you are the
apparent low bidder or the second or third low bidder, it must be submitted and received as
specified in Section 3-1.OlA of the Special Provisions. Failure to submit the required DBE
information will be grounds for finding the proposal nonresponsive.
CO: RTE: K.P.:
CONTRACT NO.:
BID AMOUNT: $
BID OPENING DATE:
BIDDER'S NAME:
BIDDER'S ADDRESS:
DBE GOAL FROM CONTRACT:
DBE PRIME CONTRACTOR CERTIFICATION 1:
I
1
1
I
I
CONTRACT
ITEM NO.
ITEM OF WORK AND
DESCRIPTION OR SERVICES TO
BE SUBCONTRACTED OR
MATERIALS TO BE PROVIDED 2
DBE CERT. NO.
NAME OF DBEs
(Must be certified on the date
bids are opened - include DBE
address and phone number)
DOLLAR
AMOUNT
DBE a
IMPORTANT: Identify all DBE firms being claimed for credit,
regardless of tier. Copies of the DBE quotes are required.
Names of the First Tier DBE Subcontractors and their respective
item(s) of work listed above shall be consistent, where applicable,
with the names and items of work in the "List of
Subcontractors" submitted with your bid pursuant to the
Subcontractors Listing Law and Section 2-1.01, "General," of
the Special Provisions.
I. DBE prime contractors shall enter their DBE certification number. DBE prime
contractors shall indicate all work to be performed by DBEs including work performed
by its own forces.
2. If 100% of item is not to be performed or furnished by DBE, describe exact portion of
item to be performed or famished by DBE.
3. See Section 2-2.01, "Disadvantaged Business Enterprise," to determine the credit
allowed for DBE firms.
Total Claimed
Participation
$
Signature of Bidder
Date (Area Code) Tel. No.
Person to Contact (Please Type or Print)
CT Bidder - DBE Information (Rev 09-28-99)
Q:tpw1PWENOW CONTRSt2005t2000-05 Street Rehabilitation Project -Phase rncontract(revised).doc 28
7/5/2005
1
1
1
1
1
I
1
DBE INFORMATION -GOOD FAITH EFFORTS
The City of San Mateo established a Disadvantaged Business Enterprise (DBE) goal of 14% for
this project. The information provided herein shows that adequate good faith efforts were made.
A. The names and dates of each publication in which a request for DBE participation for this project was placed by
the bidder (please attach copies of advertisements or proofs of publication):
Publications Dates of Advertisement
B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and
methods used for following up initial solicitations to determine with certainty whether the DBEs were interested
(please attach copies of solicitations, telephone records, fax confirmations, etc.):
Names of DBEs Date of Inital
Solicited Solicitation
Follow Up Methods
and Dates
C. The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking
down of the contract work items (including those items normally performed by the bidder with its own forces)
into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate
that sufficient work to facilitate DBE participation was made available to DBE firms.
Items of Work Breakdown of Items
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the
DBEs, and the firms selected for that work (please attach copies of quotes from the fines involved):
Q:\pw\PWENGUCONTRS\2005N2001-05 Street Rehabilitation Project -Phase llkantract(revisal).doc 29
7/52005
I1
I
1
1
1
1
I
Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs:
Names, addresses and phone numbers of firms selected for the work above:
E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical
assistance or information related to the plans, specifications and requirements for the work which was provided
to DBEs:
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related
assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the
prime contractor or its affiliate.
G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and
using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet
page download, etc.).
Name of Method/Date of Results
Agency/Organization Contact
H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary):
Qipv\PWENGU_CONTRS(20052004-05 Street Rehabilitation Cation Project -Phase a'contran(revised).doc 30
7/5/2005
I
I
1
1
I
1
11
1
CERTIFICATE OF NON-DISCRIMINATION
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in
employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local
directives, and executive orders regarding non-discrimination in employment will be complied with; and that
the principle of equal opportunity in employment will be demonstrated positively and aggressively.
BIDDER
By:
(Name and Title of Person Making Certification)
Date
Q:\pw\PWENGU_CONTRS\2005\2004-05 Street Rehabilitation Projea-Phase R\contact(revisedbdoc 31 7/5/2005
CERTIFICATE OF PAYMENT OF PREVAILING WAGE SCALE
(To be submitted with Proposal Form)
1
I
1
1
1
1
i
I
I
I
I
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director
of Industrial Relations of the State of California or as determined by the Administrator of the Wage and Hour
Division, U.S. Department of Labor, in force on the day this bid was opened, whichever is higher, will be the
minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage
determinations have either a single asterisk (*) or double asterisks (**) after the expiration date.
In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are
in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project.
Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the
basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed
after this date have been predetermined. If work is extended past this date, the new rate must be paid and
should be incorporated in contracts the Contractor enters into.
Any contractor awarded a public works project who intends to use a craft or classification not shown on the •
general prevailing wage determinations will be required to pay the wage rate of that craft or classification most
closely related to it as shown in the general determinations effective at the time the bids are opened. Attention
is directed to Section 14, Federal Requirements for Federal -Aid Construction Project.
A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of
the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office
for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse
a bidder's failure to comply with the actual scale then in force. The Federal minimum wage rates for this
project as predetermined by the United States Secretary of Labor are set forth in Appendix IV. The
undersigned understands that weekly certified payrolls must be submitted for verification.
BIDDER
By:
Name and title of person making certification
Date
Q:`pw\PWENG\ACONTRS\2005\2004-05 Street Rehabilitation Project -Phase ifcontract(revisoi)doc 32 7/5/2005
I
1
1
1
I
I
1
I
I
Questions shall be addressed to:
Department of Labor Relations
Division of Labor Statistics and Research
Prevailing Wage Unit
45 Fremont Street, Suite 1160
P.O. Box 42063
San Francisco, CA 94142-0603
Questions regarding Federal Labor Standards shall be addressed to:
Branch of Construction Wage Determination
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, D.C. 20210
Q:\pw\PWENG\ACONTRS\ 2005\2004-05 Street Rehabilitation Project -Phase II\ contrsc,(reviscd).doc 33 7/5/2005
I
I1
I1
I
I
I
I
r
CERTIFICATE OF REQUIREMENT TO PAY WORKERS' COMPENSATION
(To be submitted with Proposal Form)
2004/05 STREET REHABILITATION PROJECT - PHASE II
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be
insured against liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the performance of the
work of this contract.
BIDDER
By:
(Name and title of person making certification)
Date
Q:1pw\PMENGa CONTRS\2005\2004-05 Street Rehabilitation Project -Phase thcontract(revised).doc 34 7/5/2005
r
I
1
I
1
1
I
I
I
1
I
I
I
1
1
I
(THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL
ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS
WHICH ARE A PART OF THIS PROPOSAL)
EQUAL EMPLOYMENT OPPORTUNITY CERtIFICATION
The bidder , proposed
subcontractor , hereby certifies that he
has , has not , participated in a previous contract or subcontract subject to the equal
opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he
has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a
Federal Government contracting or administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filling requirements.
Note: The above certification is required by the Equal Employment Opportunity Regulations of the
Secretary of Labor (41 CFR 60-1.7(b) (1), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the equal
opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity
clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or
under are exempt.)
Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note that
41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor
submits a report covering the delinquent period or such other period specified by the Federal
Highway Administration or by the Director, Office of Federal Contract Compliance, U.S.
Department of Labor .
Q:\pw\PWENG\A CONTRS\2005\2004-05 Street Rehabilnnwn Project -Phase if\contract(revised).doc 35
7/5/2005
I
i
I
I
I
I
I
I
I
1
I
I
I
I
I
I
SPECIAL PROVISIONS
CITY OF SAN MATEO
DEPARTMENT OF PUBLIC WORKS
STATE OF CALIFORNIA
2004/05 STREET REHABILITATION PROJECT - PHASE II PROJECT
FEDERAL AID PROJECT NO. STPLH-5102 (028)
CITY PROJECT NO. 467004-46000-467008
SECTION 1. SPECIFICATIONS AND PLANS
1-1.01 GENERAL. The work embraced herein shall be done in accordance with the State of California
Department of Transportation Standard Specifications for Construction of Local Streets and Roads dated July
2002 (hereinafter referred to as the Standard Specifications); the State of California Department of
Transportation Standard Plans for Construction of Local Streets and Roads dated July 2002; and according to
these Special Provisions.
The bidder's attention is directed to the provisions in Section I, "Definitions and Terms," of the Standard
Specifications and these Special Provisions for the requirements and conditions which must be observed in the
preparation of the proposal form and the submission of a bid.
Project contract drawings shall govern in lieu of conflicting provisions of the Standard Plans; Standard Plans
and project contract drawings shall govern in lieu of conflicting provisions of the Standard Specifications; the
Special Provisions shall govern in Heil of conflicting provisions of both the Standard Specifications and the
Standard Plans, but shall in no way nullify non -conflicting portions of the Standard Specifications.
1-1.02 DEFINITIONS AND TERMS. Wherever in the Standard Specifications, special provisions or contract
documents, unless the context otherwise requires, the following terms shall have the following meaning:
Department of Transportation. The City of San Mateo, State of California.
Director of Transportation. The City Council of the City of San Mateo, State of California.
Agency, Architect, Authorized Representative, City, City Representative, Construction Manager, City
Engineer, Geotechnical Engineer, Resident Engineer. Project Architect, Soil Engineer, Shoring Engineer
Owner, or Owners Representative. The Director of Public Works of the City of San Mateo, State of California,
acting either directly or through properly authorized agents, such agents acting within the scope of the
particular duties entrusted to them.
Contractor, General Contractor, Electrical Contractor, or Construction Site Manager. The Contractor acting
either directly or through properly authorized agents, such agents acting within the scope of the particular
duties entrusted to them.
Laboratory. The established laboratory of the Materials and Research Section of the Department of the
Transportation of the State of California or laboratories authorized by the Engineer to test materials and work
involved in the contract.
State. The City of San Mateo
Transportation Building, Sacramento. City Hall, City of San Mateo, State of California.
State Highway Engineer. The Director of Public Works of the City of San Mateo, State of California.
Q: pwlPWENGA CONThS\2005t2004-0S Sire's Rehabilitation Project -Phase lEcontact(re,vc4).doc 36 7/5/2005
I
I
1
I
I
I
I
I
1
I
1
I
I
I
I
I
I
I
I
Standard Specifications. Means the 2002 edition of the State of California Department of Transportation
Standard Specifications for Construction of Local Streets and Roads dated July 2002. Any reference therein to
the State of California or State agency, office or officer shall be interpreted to refer to the City or its
corresponding agency, office or officer acting under this contract.
Work. 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
order of the Engineer.
Q:\ PWENOaCOWRS\]0051200405 SVat Rehabilitation Project-Pbast llkontrtn(rwiaed).doc 37 7/5/2005
I
I
I
1
I
I
I
I
1
I
I
I
I
1
1
SECTION 2. PROPOSAL REQUIREMENTS, CONDITIONS
AND NON-DISCRI IINATION GUIDELINES
2-1.01 GENERAL. The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements
and Conditions," of the Standard Specifications and these Special Provisions for the requirements and
conditions which must be observed in the preparation of the proposal form and the submission of a bid.
In addition to the subcontractors required to be listed in conformance with Section 2-1.054, "Required Listing
of Proposed Subcontractors," of the Standard Specifications, each proposal shall have listed therein the portion
of work that will be done by each subcontractor listed. A sheet for listing the subcontractors is included in the
Proposal.
In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Proposal.
Signing the Proposal shall also constitute signature of the Noncollusion Affidavit.
The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin,
or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR
part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this contract or such
other remedy as the recipient deems appropriate. Each subcontract signed by the bidder must include this
assurance.
2-1.O1A FEDERAL LOBBYING RESTRICTIONS. Section 1352, Title 31, United States Code prohibits
Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal -aid contractor to
pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with
the awarding of any Federal -aid contract, the making of any Federal grant or loan, or the entering into of any
cooperative agreement.
If any funds other than Federal funds have been paid for the same purposes in connection with this Federal -aid
contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure
form as part of the bid documents.
A certification for Federal -aid contracts regarding payment of funds to lobby Congress or a Federal agency is
included in the Proposal. Standard Form -LLL, "Disclosure of Lobbying Activities", with instructions for
completion of the Standard Form is also included in the Proposal, Signing the Proposal shall constitute
signature of the Certification.
The above -referenced certification and disclosure of lobbying activities shall be included in each subcontract
and any lower -tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be
forwarded from tier to tier until received by the Engineer.
The Contractor, subcontractors and any lower -tier contractors shall file a disclosure form at the end of each
calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy
of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any
lower -tier contractors. An event that materially affects the accuracy of the information reported includes:
1. A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or
attempting to influence a covered Federal action; or
2. A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal
action; or
3. A change in the officer(s), employee(s), or member(s) contacted to influence or attempt to influence a
covered Federal action.
Q:`pwWWENGU CONTRS\2005\2004-05 Street Rehabilitation Project -Phase llkontract(revisei)doc 38 7/5/2005
I
I
I
1
I
i
I
I
r
I
i
1
I
2-1.02 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK. The bidder shall examine
carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms
therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied
as to the conditions to be encountered, as to the character, quality and scope of work to be performed, the
quantity of materials to be furnished and as to the requirements of the proposal, plans, specifications and
contracts.
The bidder represents that he or she is fully qualified to perform this examination and review.
If the bidder determines that any portion of the site or the plans and specifications present any interpretation
problems of any kind, the bidder shall note such a determination upon this proposal form and attach any
additional information necessary to state the basis of the bid. Failure to note any such determination shall be
conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications.
2-1.03 EMPLOYMENT OF APPRENTICES. Contractor shall be responsible for compliance with California
Labor Code Section 1777.5 relating to employment of apprentices for all apprenticeable occupations when the
contract amount exceeds $30,000 or 20 working days or both.
2-1.04A NON-DISCRIMINATION POLICY. It is the policy of the City of San Mateo that all qualified
persons are to be afforded equal opportunities of employment on any public works contract entered into with
the City.
The bidder's attention is further directed to the following Notice that is required by Chapter 5 of Division 4 of
Title 2, California Code of Regulations.
NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM
(GOV. CODE, SECTION 12990)
Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor
Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts
and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications"
set forth therein. The Specifications are applicable to all nonexempt state construction contracts and
subcontracts of $5,000 or more.
2-1.04B LOWEST RESPONSIBLE BIDDER. In order to promote the policy declared above, contracts for
public works will be awarded only to such bidders as are determined to meet the following qualifications of
lowest responsible bidder.
The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the
plans and specifications therefore for the least amount of money; provided the bidder has the ability, capacity
and, when necessary, the required State or other license and that he and his subcontractors have undertaken an
affirmative action program to promote the full realization of equal employment opportunities meeting the
minimum requirements set forth herein. Any subcontractor failing to comply herewith shall be deemed
unqualified and shall be substituted.
In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or
quotation received, the experience of the bidder for the particular service sought, the quality of work that the
bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to
complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried
by the bidder.
Q:'pw\PWENGW COWERS \2005\2004-05 Street Rehabilitation Project-Phase❑\contraci(revixd).doc 39 7/5/2005
1
I
I
I
t
1
I
1
I
I
i
I
I
I
I
2-1.04C STANDARDS OF NON-DISCRIMINATION
A. The successful bidder and each subcontractor shall undertake affirmative action to ensure that
applicants and employees are treated fairly such that the principles of equal opportunity in employment are
demonstrated positively and aggressively during employment, without regard to race, color, religion, sex,
disability, or national origin.
B. In all advertisements for labor or other personnel or requests for employees of any nature, the
successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, disability, or national origin.
2-1.04D CERTIFICATE OF NON-DISCRIMINATION. Each bidder on anypublic works contract shall sign
the certification of nondiscrimination, which is a part of the proposal form.
Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the
City a certificate of non-discrimination.
The contractor will send to each labor organization or representative of workers with which he has a collective
bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or
workers' representative of his commitments under this section 3 clause and shall post copies of the notice in
conspicuous places available to employees and applicants for employment or training. Please provide copies to
the City of all notices sent (see Appendix for Sample Letter).
2-2.01 DISADVANTAGED BUSINESS ENTERPRISE (DBE). This project is subject to Part 26, Title 49,
Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprise in Department of
Transportation Financial Assistance Programs". The Regulations in their entirety are incorporated herein by
this reference.
Bidders shall be fully informed regarding the requirements of the Regulations and the Department's
Disadvantaged Business (DBE) program developed pursuant to the Regulations; particular attention is directed
to the following matters:
A. A DBE must be a small business concern as defined pursuant to Section 3 of US Small Business Act and
relevant regulations promulgated pursuant thereto;
B. A DBE may participate as a prime contractor, subcontractor, joint venture partner with a prime or
subcontractor, vendor of material of supplies, or as a trucking company;
C. A DBE bidder, not bidding as a joint venture with a non -DBE, will be required to document one or a
combination of the following:
1. The bidder will meet the goal by performing work with its own forces.
2. The bidder will meet the goal through work performed by DBE subcontractors, suppliers or trucking
companies.
3. The Bidder, prior to bidding, made adequate good faith efforts to meet the goal.
D. A DBE joint venture partner must be responsible for specific contract items of work, or portions thereof.
Responsibility means actually performing, managing and supervising the work with its own forces. The
DBE joint venture partner must share in the capital contribution, control, management, risks and profits of
the joint venture. The DBE joint venturer must submit the joint venture agreement with the proposal or
the DBE information form required in the Section entitled "Submission of DBE information and Award
and Execution of Contract" of these special provisions;
Q:\pw\PWENG\A CONTRS\2005\2004-05 Street Rehabilitation Project -Phase ll\contract(rensd).doc 40 7/5/2005
E. A DBE must perform a commercially useful function, i.e., must be responsible for the execution of a
distinct element of the work and must carry out its responsibility by actually performing, managing and
supervising the work;
1
1
1
I
I
1
I
1
I
1
I
1
I
1
1
1
F. DBEs must be certified by either the California Department of Transportation, or by a participating agency
which certifies in conformance with Title 49, Code of Federal Regulations, Part 26, as of the date of bid
opening. It is the Contractor's responsibility to verify that DBEs are certified. Listings of certified DBEs
are available from the following sources:
1. The Department's DBE Directory, which is published quarterly. This Directory may be obtained from
the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900
Royal Oaks Drive, Sacramento, California 95815, Telephone: (916) 445-3520;
2. The Department's Electronic Information Bulletin Board Service, which is accessible by modem and
is updated weekly. The Bulletin Board may be accessed by first contacting the Department's Business
Enterprise Program at Telephone: (916) 227-8937 and obtaining a user identification and password;
3. The Department's web site at http://www.dot.ca.gov/hq/bep/index.htm;
G. Credit for trucking by DBE's will be as follows:
1. If the materials or supplies are obtained from a DBE manufacturer, 100 percent of the cost of the
materials or supplies will count toward the DBE goal. A DBE manufacturer is a firm that operates or
maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or
equipment required under the contract and of the general character described by the specifications.
2. If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the
materials or supplies will count toward the DBE goal. A DBE regular dealer is a firm that owns,
operates, or maintains a store, warehouse, or other establishment in which the materials, supplies,
articles or equipment of the general character described by the specifications and required under the
contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of
business. To be a DBE regular dealer, the firm must be an established, regular business that engages,
as its principal business and under its own name, in the purchase and sale or lease of the products in
question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel,
cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business as
provided in this paragraph G.2. if the person both owns and operates distribution equipment for
products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term
lease agreement and not on an ad hoc or contract -by -contract basis. Packagers, brokers,
manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE
regular dealers within the meaning of the paragraph G.2.
3. Credit for materials or supplies purchased from a DBE which is neither a manufacturer nor a regular
dealer will be limited to the entire amount of fees or commissions charged for assistance in the
procurement of the materials and supplies, or fees or transportation charges for the delivery of
materials or supplies required on a job site, provided the fees are reasonable and not excessive as
compared with fees charged for similar services.
H. Credit for DBE trucking companies will be as follows:
1. The DBE must be responsible for the management and supervision of the entire trucking operation for
which it is responsible on a particular contract, and there cannot be a contrived arrangement for the
purpose of meeting the DBE goal;
2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck used
on the contract;
3. The DBE receives credit for the total value of the transportation services it provides on the contract
using trucks it owns, insures, and operates using drivers it employs;
Q:\pw\1'WENGUCONTRS\2WS2004-05 Street Rehabititatian Project -Phase Il\cootract(revid).doc 41 7/5/2005
I
I
1
I
1
p
I
I
I
I
1
1
I
I
I
I
4. The DBE may lease trucks from another DBE firm, including an owner -operator who is certified as a
DBE. The DBE who leases trucks from another DBE receives credit for the total value of the
transportation services the lessee DBE provides on the contract;
5. The DBE may also lease trucks from a non -DBE firm, including an owner -operator. The DBE who
leases trucks from a non -DBE is entitled to credit only for the fee of commission it receives as a result
of the lease arrangement. The DBE does not receive credit for the total value of the transportation
services provided by the lessee, since these services are not provided by a DBE;
6. For the purposes of this paragraph H, a lease must indicate that the DBE has exclusive use of and
control over the truck. This does not preclude the leased truck from working for others during the
term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for
use of the leased truck. Leased trucks must display the name and identification number of the DBE.
I. Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this
contract and may result in termination of the contract or other appropriate remedy for breach of this
contract.
J. Bidders are encouraged to use services offered by financial institutions owned and controlled by DBEs.
2-2.02 DBE GOAL FOR THIS PROJECT. The City of San Mateo has established the following goal for
Disadvantaged Business Enterprise (DBE) participation for this project:
Disadvantaged Business Enterprise (DBE): 14.0 percent
It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and
suppliers and to select those portions of the work or material needs consistent with the available DBE
subcontractors and suppliers, so as to assure meeting the goal for DBE participation.
Caltrans has engaged the services of a contractor to provide supportive services to contractors and
subcontractors to assist in obtaining DBE participation on federally funded construction projects. Bidders and
potential subcontractors should check the Caltrans website at http://www.dot.ca.gov/hgPoep to verify the
current availability of this service.
Q:rpMPWENGN_CONTRS\200S2004-05 Strut Rehabilrcazion Project -Phase lTcontract(revisal).doc 42 7/5/2005
I
I
I
I
I
I
1
I
I
1
I
I
I
I
I
I
SECTION 3. SUBMISSION OF DBE INFORMATION AND AWARD AND EXECUTION OF
CONTRACT
3-1.01 GENERAL. The bidder's attention is directed to the provisions in Section 3, "Award and Execution of
Contract," of the Standard Specifications and these special provisions for the requirements and conditions
concerning submittal of DBE information and award and execution of contract. It is the bidder's responsibility
to make enough work available to DBEs and to select those portions of the work or material needs consistent
with the available DBEs to meet the goal for DBE participation or to provide information to establish that,
prior to bidding, the bidder made adequate good faith efforts to do so. The required DBE information shall be
submitted on the "LOCAL AGENCY BIDDER DBE INFORMATION" form included in the Proposal. If
the DBE information is not submitted with the bid, the DBE information form shall be removed from the
documents prior to submitting the bid.
3-1.01A DBE INFORMATION. If DBE information is not submitted with the bid, the apparent successful
bidder (low bidder), the second low bidder and the third low bidder shall submit DBE information to the City
Clerk's Office located at City Hall, 330 W. 20°' Avenue, San Mateo, CA, 94403 so the information is received
by the City, no later than 4:00 p.m. on the fourth day, not including Saturdays, Sundays and legal holidays,
following bid opening. DBE information sent by U.S. Postal Service certified mail with return receipt and
certificate of mailing and mailed on or before the third day, not including Saturdays, Sundays and legal
holidays, following bid opening will be accepted even if it is received after the fourth day following bid
opening. Failure to submit the required DBE information by the time specified will be grounds for fording the
bid or proposal nonresponsive. Other bidders need not submit DBE information unless requested to do so by
the Department. When such request is made, the DBE information of such bidders shall be submitted so the
information is received by the City/County no later than close of business on the third day, not including
Saturdays, Sundays, and legal holidays, after said notification, unless a later time is authorized by the City.
The bidder's DBE information shall establish that the DBE goal will be met or that a good faith effort to meet
the goal has been made. To establish good faith efforts, the bidder shall demonstrate that the goal will be met
or that, prior to bidding, adequate good faith efforts to meet the goal were made.
Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their
submittal should also include their adequate good faith efforts information along with their DBE goal
information to protect their eligibility for award of the contract in the event the City, in its review, finds that the
goal has not been met.
The information to show that the DBE goal will be met shall include the names of DBEs and DBE joint
venture partners to be used, with a complete description of work or supplies to be provided by each, the dollar
value of each DBE transaction, and a written confirmation that the DBE is participating in the contract. When
100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact
portion of that work to be performed or furnished by the DBE shall be included in the DBE information,
including the planned location of that work. The work that a DBE prime contractor has committed to
performing with its own forces as well as the work that it has committed to be performed by DBE
subcontractors, suppliers and trucking companies will count toward the goal. (Note: DBE subcontractors to
whom the bidder proposes to directly subcontract portions of the work are to be named in the bid. — See
Section 2-1.054, "Required Listing of Proposed Subcontractors," of the Standard Specifications and Section 2-
1.01, "General," of these special provisions, regarding listing of proposed subcontractors.) ,
The information necessary to establish the bidder's good faith efforts to meet the DBE goal should include:
1. The names and dates of each publication in which a request for DBE participation for this project was
placed by the bidder.
Q:1pwWWENO\A_CONTRS\2005\2004-05 Street Rehabilitation Project -Phase 11\contract(revised).doc 43 7/5/2005
"
I
I
I
I
I
I
i
I
I
I
I
I
I
I
I
r
2 . T h e n a m e s a n d d a t e s o f w r i t t e n n o t i c e s s e n t t o c e r t i f i e d D B E s s o l i c i t i n g b i d s f o r t h i s p r o j e c t a n d t h e d a t e s
a n d m e t h o d s u s e d f o r f o l l o w i n g u p i n i t i a l s o l i c i t a t i o n s t o d e t e r m i n e w i t h c e r t a i n t y w h e t h e r t h e D B E s w e r e
i n t e r e s t e d .
3 . T h e i t e m s o f w o r k w h i c h t h e b i d d e r m a d e a v a i l a b l e t o D B E f i r m s , i n c l u d i n g , w h e r e a p p r o p r i a t e , a n y
b r e a k i n g d o w n o f t h e c o n t r a c t w o r k i t e m s ( i n c l u d i n g t h o s e i t e m s n o r m a l l y p e r f o r m e d b y t h e b i d d e r w i t h i t s
o w n f o r c e s ) i n t o e c o n o m i c a l l y f e a s i b l e u n i t s t o f a c i l i t a t e D B E p a r t i c i p a t i o n . I t i s t h e b i d d e r '