HomeMy Public PortalAboutSouth B Street Sanitary Sewer Reconstruction 2nd Avenue to East 5th Avenue1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF SAN MATEO
STATE OF CALIFORNIA
CONTRACT BOOK
SOUTH BST.
SANITARY SEWER
RECONSTRUCTION
2ND AVE. to E.
5TH AVE.
TO BE USED IN CONJUNCTION WITH
APWA - AGC
Standard Specifications for
Public Works Constructions, 1985
PROJECT NO. 90 - 9561 - 02
DATE FEBRUARY 1987
PUBLIC WORKS DEPARTMENT
330 W. 20th Avenue
San Mateo,Calitornia 94403
Telephone (415) 377-3315
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
Engineer's Estimate
Item Description
No. of Work
Estimated
Quantity Unit
Unit Total Amount
Price of Item
1. Remove 6" VCP & furnish
and install 12" PVC
SDR 35 pipe 364 L.F. $ 100.00 $ 36,400.00
2. Remove 6" VCP & furnish
and install 10" PVC
SDR 35 pipe 640 L.F. $ 80.00 $ 51,200.00
3. Remove 4" VCP laterals
& furnish & install 8"
PVC SDR 35 laterals 2025 L.F. $ 50.00 $ 101,250.00
4. Furnish & install 6"
PVC cleanout 45 EA. $ 200.00 $ 9,000.00
5. Furnish & install 10" x
8" PVC "Wye" 32 EA. $ 50.00 $ 1,600.00
6. Furnish & install 12" x
8" PVC "Wye" 13 EA. $ 55.00 $ 715.00
7. Remove brick MH and
construct Std. MH 4 EA. $ 3,000.00 $ 12,000.00
8. Connect 10" PVC pipe
to existing MH 4 EA. $ 200.00 $ 800.00
SUBTOTAL $ 212,965.00
+ CONTINGENCIES (17%) 37,035.00
+ ENGINEERING & INSPECTION 10,000.00
TOTAL $ 260,000.00
0710p/9 22
ROUTE TO: Manager
Attorney
Clerk
,p Finance
FROM: Keh.14(4'1 Rf kltIA
(Person Opening Bids)
RE: BID RESULTS
Date of opening:,l,4/ Y47
Time:
• Project Title S'v "/.Z ! 7J2 f/ ... `.eC1✓2 i 91`)P'.' S-4:044?
• Department Coordinating Cir70.S�y7H f ��-ot
• City Estimated Cost 6D/ � Funding Source 7) 9.3 7/
BIDDER ADDRESS
f1-7-aLd
PO. PO V3/2.
lip, C4 99'Acta
RANK
BASE BID ALTERNATE TOTAL BID ORDER
Jr
4 a.e, Cf6 ,r//2
(7 )
Co- .r id D 6 i/ 3/0, DS -c6 ).
,70/D -ere.4.4!. , e
5. CA 9yiij7-a733
"3/6, 973C
OritiZati 4 o-,- Cam , Q/ 1 nic. /99,
)
�oDXV (2 ).
c"A 9VOfl
117-46-- Tc-X1 Jti te,, % C� g-6J33a (4)
ll
, 019 25702
( )
Follow -Up Responsibilities: Name/Department
A) Recommendation of Award Memo
B) Affirmative Action
C) Purchase Order
BTH:0213g
-CONTINUED -
BIDDER ADDRESS
BASE BID
ALTERNATE
TOTAL BID
RANK
ORDER
re--. 4.44,-,71,nv
3-/,0/0
�� �e-.L,t , r'9- 9 ..538
i e,-2 &x.1„,12,0.)
/871 590
( 4
D > L
(/, .-max .2_,4. --Lit
("0 -env, iy V 9'O/5
(5
W l-
AD 9/4k
G9./cis,
-.
_5. r (--A 9,iio7
c
•
c-nefr-wAyfT
A -3l as,.
31,�a/ Zcv-cy 4
i
c3
f
(-4 ,1 cr, , r/9.
Pr C .zN-e---
Y
c
, CH o/
c
)
).
)
)
)
)
)
CITY OF SAN MATEO, CALIFORNIA.
SO. "8" STREET SANITARY SEWER RECONSTRUCTION
SUMMARY OF BIDS RECEIVED FOR 2ND AVE. TO E. 5TH AVE. OPENED 2/24/87
PROJECT NO. P.O. NO.
OW
ITEM
DESCRIPTION
OF ITEM
QUANTITY
ESTIMATE
ENGINEER'S
ESTIMATE
HARTY PIPELINES,
INC.
MALONEY & SON
CONTRACTORS INC.
MANUEL C. JARDIM,
INC.
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
UNIT
TOTAL
1.
Remove 6" VCP & furnish
-
HYDRO TECH
PIPELINE,,
INC. -
$226,335.00
& install 12" PVC SDR
W. J. GQFFNEY,
INC.
-
$229,914.00
35 pipe
364 L.F.
100.00
36,400.00
60.00
21,840.00
73.50
26,754.00
145.00
52,780.00
L. J. KOZICH
PIPELI
E ENG.-
5264,310.25
2.
Remove 6" VCP &furnish
PFISTER
EXCAVATING,
INC. -
5266,054.00
& install 10" PVC SOR
1
RANGER
>IPEL/NES, I,C.
-
5316,975.00
35 pipe
640 L.F.
80.00
51,200.00
58.00
37,120.00
72.00
46,080.001
125.75
80,480.00
FEE CONSTRUCTION
IN'.
- A351,010.00
3.
Remove 4" VCP laterals
& furnish & install 8"
-
PVC SDR 35 laterals
2,025 L.F.
50.00
101,250.00
50.00
101,250.00
48.50
98,212.50,
38.00
76,950.00
4.
Furnish sinstall 6"
PVC cleanout
45 Ea.
200.00
9,000.00
200.00
9,000.00
134.00
6 030.00
100.00
4,500.00
5.
Furnish & install 10" x
8" PVC "Wve"
32 Ea.
I 50.00
1,600.00
250.00
8,000.00
105.50
3,376.00.
28.00
896.00
6.
Furnish & install 12" x
-
8" PVC "Wye"
13 Ea.
55.00
715.00
260.00
3 380.00
122.50
1 592.50
36.00
468.00
7.
Remove brick MH &
construct Std. M8
4 Ea.
3 000
12 000.00
2,000
8,000.00
2,800
11 200.00
2 200
8,800.00
8.
Connect 10" PVC oipe
to existing MH
4 Ea.
200.00
800.00
250.00
1,000.00
250.00
1,000.001
295.25
1,181.00
TOTAL - -
$260,000.00
$189,590.00
$194,245.00
5226,055.00
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
CITY OF SAN MATEO, CALIFORNIA
1. Sealed bids will be received by the City Council of the City of San Mateo,
California, for the replacement of the sanitary sewer located in So. "B" Street from E.
2nd Avenue to E. 5th Avenue, in San Mateo, CA, including removal of the existing 6" VCP
sanitary sewer and furnishing and installing in lieu 10" PVC or 12" PVC pipe, trenching,
excavation and backfill of trenches, street restoration, removing existing manholes and
constructing standard 4' diameter precast manholes, removing existing laterals and
furnishing and installing 8" PVC laterals from the proposed sewer main to the cleanouts,
replacing cleanouts, furnishing and installing cleanouts if such are nonexistent,
furnishing and installing manufactured "Wye's" at the sewer main where the proposed 8"
laterals are to connect and other work as shown on the Contract Drawings No. 2-5-19 (3
sheets) and as described in the General and Special Provisions and APWA-AGC Standard
Specifications for Public Works Construction, 1985 Edition, and all addenda thereto.
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 nonrefundable fee
of 35.00 per set is required.
3. 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.
4. The Contractor is notified that he shall comply with the requirements for
Affirmative Action as set forth in General Provisions GP -7-2.3.1 through GP -7-2.3.9.
5. The time of completion for this contract shall be thirty-five (35) working days,
beginning from five (5) days of receipt of the Notice to Proceed.
6. 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.
7. The general prevailing rate of wages applicable to the work to be done is as shown
on the Prevailing Wage Scale - General on file in the office of the City Clerk. The
Contractor who is awarded a public works project and 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 of the call for bids. The
Contractor is required to post the latest wage determination at the job site.
8. 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., February 24th, 1987, and
they shall be opened and read by a City Representative at said date and time at a public
meeting called by him.
9. 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.
10. To ensure performance, City reserves the right to retain ten percent (10%) of the
contract price for 35 days after it records the Notice of Completion. However, pursuant
to Government Code 54590, the Contractor may substitute securities for said ten percent
(10%) retention. The provisions of 54590 are hereby expressly made a part of the
contract.
Dated: February 1987 /s/ FLORENCE P. RHOADS: MAYOR
0710p/9 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
CITY OF SAN MATEO, CALIFORNIA
CONTRACT DRAWINGS NO. 2-5-19 (3 sheets)
TIME OF COMPLETION: Thirty—five (35) Working Days
CONTENTS
PROPOSAL FORM
SCHEDULE OF BID ITEMS
LIST OF SUBCONTRACTORS
BIDDER'S STATEMENT
CERTIFICATE OF NONDISCRIMINATION
GENERAL PROVISIONS
SPECIAL PROVISIONS
0710p/9 2
1
1,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SO. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
CITY OF SAN MATEO, CALIFORNIA
PROPOSAL FORM
TO THE HONORABLE CITY COUNCIL
CITY OF SAN MATEO, CALIFORNIA
GENTLEMEN:
FOR THE TOTAL SUM OF computed from the unit and/or
(use figures only)
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 on the Contract Drawings. All
work shall conform to the lines, grades, and dimensions shown on said drawings
and shall be done in accordance with the General and Special Provisions and
APWA—AGC Standard Specifications for Public Works Construction, 1985 Edition,
and all addenda thereto.
This proposal is submitted in conformance with the requirements of the
APWA—AGC Standard Specifications for Public Works Construction, 1985 Edition,
and all addenda thereto; and is also subject to the terms and conditions of
the attached LIST OF SUBCONTRACTORS (1 sheet) and BIDDER'S STATEMENT (2
sheets)
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
0710p/9 3
1
1
1
1
1
1
l
1
1
1
1
1
1
1
1
1
1
1
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
Schedule of Bid Items
Item Description
No. of Work
Estimated
Quantity Unit
Unit Total Amount
Price of Item
1. Remove 6" VCP & furnish
and install 12" PVC
SDR 35 pipe 364 L.F. $ $
2. Remove 6" VCP & furnish
and install 10" PVC
SDR 35 pipe 640 L.F. $ $
3. Remove 4" VCP laterals
& furnish & install 8"
PVC SDR 35 laterals 2025 L.F. $ $
4. Furnish & install 6"
PVC cleanout
5. Furnish & install 10" x
8" PVC "Wye"
6. Furnish & install 12" x
8" PVC "Wye"
7. Remove brick MH and
construct Std. MH
45 EA. $ $
32 EA. $ $
13 EA. $ $
4 EA. $ $
8. Connect 10" PVC pipe
to existing MH 4 EA. $ $
0710p/9 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1�
1
1
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
LIST OF SUBCONTRACTORS
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 Government 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.
2. The portion and dollar amount of work which will be done by each
subcontractor.
DOLLAR
NAME ADDRESS SPECIFIC WORK AMOUNT
(if none, insert the word "none")
0710p/9 5
1
1
1
1
c
1
1
1
1
1
1
1
1
1
1
1
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
The undersigned has carefully read the APWA—AGC Standard Specifications for
Public Works Construction, 1985 Edition, and all addenda thereto, 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 further certifies that he is licensed by the State of
California as a Contractor, that the license is now in force and that the
number and class is Class ( ). Remarks:
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 said
contract together with the necessary bonds and certificates of insurance in
the office of the City Clerk within ten (10) calendar days after the date of
the award and to commence work within five (5) days of receipt of the notice
to proceed, and to complete the work under said contract within the specified
number of working days from the date of the notice to proceed.
If the unit price and the total amount named by a bidder for any item do not
agree, it will be assumed that the error was made in computing the total
amount and the unit price alone will be considered as representing the
bidder's intention.
Unit prices bid must not be unbalanced.
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.
The undersigned hereby certifies that this bid is genuine, and not sham or
collusive, or made in the interest or in behalf of any person not named
herein, and that the undersigned has not directly or indirectly induced or
solicited any other bidder to put in a sham bid, or any other person, firm or
corporation to refrain from bidding, and that the undersigned has not in any
manner sought by collusion to secure for himself an advantage of any kind
whatever.
BIDDER'S STATEMENT — SHEET 1
0710p/9 6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
S0, "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
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
thirty (30) 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 8Y A PARTNERSHIP, THE NAME AND
ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN; 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.
SIGNATURES FOR BIDDER:
If CORPORATION, Sign Below
If INDIVIDUAL, Sign Below (Show Names of Nonsigning Officers)
Signature
Date A CORPORATION
Post Office Address Name of State Where Chartered
Signed
If PARTNERSHIP, Sign Below
(Show Names of Nonsigning Partners) PRESIDENT Date
Name of Partners
Signature
SECRETARY Date
Date TREASURER Date
Post Office Address Post Office Address
BIDDER'S STATEMENT -- Shcat 2
0710p/9 7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
CERTIFICATE OF NONDISCRIMINATION
On behalf of the bidder making this proposal, the undersigned certifies that
there will be no discrimination in employment with regards to race, color,
religion, sex or national origin; that all federal, state, and local
directives and executive orders regarding nondiscrimination 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 certificate)
Dated:
0710p/9 8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE
On behalf of the bidder making this proposal, the undersigned certifies that
the Prevailing Wage Scale on file in the Office of the City Clerk will be paid
to all craftsmen and laborers working on this project. A copy of the latest
determination will be posted at the job site.
Title of Project:
Bidder:
By:
Date:
(Name and Title of Person Making Certification)
Note: Contractor will be obligated, per federal requirements, to submit
weekly pay sheets for federal verification, if applicable.
0710p/9 9
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
S0. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
GENERAL PROVISIONS
CITY OF SAN MATEO, CALIFORNIA
PART 1 — GENERAL PROVISIONS — The work embraced herein shall be done according
to the APWA—AGC Standard Specifications for Public Works Construction, 1985
Edition, and all addenda thereto (hereinafter referred to as the Standard
Specifications) and according to the General and Special Provisions. The
Standard Specifications are in all other respects incorporated into and are a
part of the contract, except where they conflict with the General and Special
Provisions.
GP -2-1 AWARD OF CONTRACT — The contract maybe awarded to the lowest
responsible bidder. In determining lowest responsible bidder careful
consideration by City shall be given to each item of bid. The City reserves
the right to amend or reject any or all proposals and also to select, modify,
or reject any of the bid items asCity sees in its best interest.
GP -2-4 CONTRACT BONDS — Before execution of the contract by the Agency, the
Contractor shall file with the agency surety bonds satisfactory to the City in
the amounts and for the purposes noted below. Bonds shall be duly executed by
a responsible corporate Surety, authorized to issue such bonds in the State of.
California and secured through an authorized agent with an office in
California. The Contractor shall pay all bond premiums, costs, and
incidentals.
Each bond shall be signed by both the Contractor and Surety and the signature
of the authorized agent of the Surety shall be notarized.
The Contractor shall provide two good and sufficient surety bonds. The
"Payment Bond" (Material and Labor Bond) shall be for not less than 50 percent
of the contract price, to satisfy claims of material suppliers and of
mechanics and laborers employed by it on the work. The bond shall be
maintained by the Contractor in full force and effect until the completed work
is accepted by the Agency, and until all claims for materials and labor are
paid, and shall otherwise comply with the Civil Code.
The "Faithful Performance Bond" shall be for 100 percent of the contract price
to guarantee faithful performance of all work, within the time prescribed, in
a manner satisfactory to the City, and that all materials and workmanship will
be free from original or developed defects.
GP -2-4.1 GUARANTEE — The Contractor warrants and guarantees that all material
and equipment used or furnished and all workmanship are of the type and
quality specified herein. The Contractor further guarantees that any latent
fault in construction or defective material discovered within one year after
acceptance of the work shall be remedied by him without cost to the City, upon
written notice given to him. Other subsequent latent defects shall be covered
wy i" off i$iuiii Lia5 3 t forth in the. lad.
In the event of failure to comply with the above —mentioned conditions within a
reasonable time after notice, the City will have the defects repaired and made
good at the expense of the Contractor, who agrees to pay the costs and charges
therefore immediately upon demand. -
0710p/9 10
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GP -2-4.1 GUARANTEE (cont.)
The signing of the agreement by the Contractor shall constitute execution of
the above guarantees. The Faithful Performance Bond shall remain in full
effect during the guarantee period and will not be released until the
expiration of such period.
GP -2-5 PLANS AND SPECIFICATIONS — The plans for this project are as follows:
CONTRACT PLANS
Title Drawing No.
So. "0" Street Sanitary Sewer
Reconstruction — 2nd Ave. to 5th Ave. 2-5-19 (3 sheets)
STANDARD PLANS
Title Drawing No.
Standard Precast Eccentric Manhole 3-1-104a
Standard Type "B" Manhole Frame and Cover 3-1-107
Standard Trench Detail 3-1-153
Standard No. 3-1/2 Pull Box 3-1-164
Special Drawing q2
GP -2-5.4 — Specifications for street lighting and traffic signals in PART 3 —
Section 307, Construction Methods, of Standard Specifications for Public Works
Construction, shall be deleted and the applicable portions of Section 86 of
the State of California, Business and Transportation Agency, Department of
Transportation, Standard Specifications dated July 1984, and all addenda
thereto, shall be used in lieu.
GP -2-6 WORK TO BE DONE — The Contractor shall perform all work necessary to
complete the contract in a satisfactory manner. Unless otherwise provided,
the Contractor shall furnish and install all materials, equipment, tools,
labor, and incidentals necessary to complete the work. The work to be
performed under this contract shall include, but not be limited to, the
following:
1. Remove existing 6" VCP sanitary sewer.
2. Furnish and install 10" PVC and 12" PVC pipe.
3. Remove existing brick manholes and construct standard, precast, eccentric
manholes with reinforced fiberglass manhole steps.
4. Remove existing laterals.
0710p/9 11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5. Furnish and install 8" PVC laterals.
6. Furnish and install standard 6" sanitary sewer cleanouts.
7. Furnish and install manufactured "Wye's" to connect the laterals to the
proposed sewer main.
8. Excavation, trenching, backfilling of trenches and street restoration.
9. Connect the proposed sanitary sewer to existing precast manholes and to
manholes to be constructed.
The Contractor is advised that all unsuitable excavated material, broken
pavement or concrete, debris, etc., shall be disposed of by the Contractor
outside of the City limits of San Mateo.
The Contractor is also advised that potholing of the street pavement on So.
"B" Street, 2nd Avenue to E. 5th Avenue revealed the following types and
thicknesses of pavement:
1. AC overlay varies from 3-1/2" thick to 8-1/2" thick.
2. Concrete base below AC varies from 6" to 7" in thickness.
Prior to 1940, an electric trolley line was in service in the project site,
i.e., on So. "8" Street between 2nd Avenue and 3rd Avenue. Because of this,
there may still be burried under the pavement, rails and ties, etc., which may
be in the way of the Contractor's operations. This information was determined
from the City's drawings and electric signal probing from the surface of the
ground. The Contractor shall be aware of the foregoing and determine his bid
accordingly. No additional compensation shall be made on account of
subsurface railroad remnants inthe project area, beyond the bid unit prices
in the schedule of bid items.
The laterals shown on the plans were determined from two sources:
1. TV logs recently obtained (50%).
2. City records (50%).
All live laterals shall be reconnected to the proposed sanitary sewer. It may
be that some of the laterals shown on the plans are dead or nonexistent and
shall not be worked on; however, all live laterals shall be reconnected and
paid for under Item 3. The Contractor shall be responsible for determining
whether laterals are alive or dead. There shall be no additional moneys paid
for determining the status of individual laterals.
Equipment or materials shall not be stored during the day on the street in a
manner affecting normal citizen activity.
The Cunlraclurway use the purliun of L'ne parkiny lot al 4lh Avenue and
Railroad Avenue which was not recently resurfaced, for storing his equipment,
tools, or materials. In doing so, he shall not deny access to any business
abutting the parking lot and needing access through the parking lot in
conducting their daily operations.
0710p/9 12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GP -2-6.1 EXAMINATION OF THE SITE - 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,
GP -2-9,3-1 SURVEYING - Staking of line and grade will be done by the City
survey crew at no cost to the contractor once only. The Contractor shall
notify the City 48 hours in advance when requesting construction stakes.
Resetting of survey stakes lost due to the contractor's negligence will be
charged to the contractor at the rate of $45.00 per man per hour or fraction
thereof. The Engineer will be the judge of what constitutes negligence. Any
appeal of this decision will be referred to the Public Works Commission. The
Public Works Commission decision will exhaust the administrative procedures
for appeal.
GP -2-11 ATTORNEY FEES - Attorney fees in amount not exceeding $85 per hour
per attorney, and in total amount not exceeding $5000, shall be recoverable as
costs (that is, by the filing of a cost bill) by the prevailing party in any
action or actions to enforce the provisions of this contract. The above $5000
limit is the total of attorney fees recoverable whether in the trial court,,
appellate court, or otherwise, and regardless of the number of attorneys,
trials, appeals or actions. It is the intent that neither party to this
contract shall have to pay the other more than $5000 for attorney fees arising
out of an action, or actions, to enforce the provisions of this contract. The
parties expect and hope there will be no litigation and that any differences
will be resolved amicably.
GP -3-1.3 NOTICE OF POTENTIAL CLAIM - The Contractor shall not be entitled to
the payment of any additional compensation for any cause, including any act,
or failure to act, by the Engineer, or the happening of any event, thing or
occurrence, unless he shall have given the Engineer due written notice of
potential claim as hereinafter specified, provided, however, that compliance
with this Section GP -3-1.3 shall not be a prerequisite as to matters within
the scope of the Protest Provision in Section 6-7, "Time of Completion", in
the Standard Specifications, nor to any claim which is based on differences in
measurements or errors of computation as to contract quantities.
The written notice of potential claim shall set forth the reasons for which
the Contractor believes additional compensation will or may be due, the nature
of the costs involved, and, insofar as possible, the amount of the potential
claim. The said notice as above required must have been given to the Engineer
prior to the time that the Contractor shall have performed the work giving
rise to the potential claim for additional compensation, if based on an act or
failure to act by the Engineer, or in all other cases within 15 days after the
happening of the event, thing or occurrence giving rise to the potential claim.
It is the intention of this Section that differences between the parties
arising under and by virtue of the contract be brought to the attention of the
Engineer at the earliest possible time in order that such matters may be
settled, if possible, or other appropriate action promptly taken. The
Contractor hereby agrees that he shall have no right to additional
0710p/9 13
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
compensation for any claim that may be based on any such act, failure to act,
event, thing or occurrence for which no written notice of potential claim as
herein required was filed.
GP -3-2.1 CHANGES INITIATED BY THE AGENCY - The City of San Mateo reserves the
right to change the scope of this contract in order to align the contract price
to the monies available. Presently there is approximately $230,000 available
for this project. The City shall have full authority and discretion to
determine the decrease or increase in quantities required as well as the
subprojects which will be altered, added or deleted. The Contractor shall not
be entitled to any additional compensation or adjustment in the unit prices
bid because of the above -stated alteration of this project.
GP -5-1 LOCATION OF UTILITIES - The Contractor's attention is directed to
Section 5-1 of the specifications for Public Works Construction regarding the
Contractor's responsibility for requesting utility companies' representatives
to mark or otherwise indicate the location of their respective underground
installations. At least forty-eight (4B) hours prior to .commencing work, the
Contractor shall notify Underground Service Alert and the City so that they
may field -mark said installations. Once the field marks are in place, the
Contractor shall be responsible for all marked utilities damaged during
construction or claims resulting from said damages.
GP -6-1 CONSTRUCTION SCHEDULE - After notification of award and prior to start
of any work, the Contractor shall submit to the Engineer for approval its
proposed construction schedule. The construction schedule shall be in the
form of a tabulation, chart, or graph and shall be in sufficient detail to
show the chronological relationship of all activities of the project
including, but not limited to, estimated starting and completion dates of
various activities, submittal of shop drawings to the Engineer for approval,
procurement of materials, and scheduling of equipment.
GP -6-1.1 PRECONSTRUCTION CONFERENCE - A preconstruction conference will be
held at a location selected by the City for the purposes of review and
approval of said schedule and to discuss construction procedures. The
Contractor shall be represented by his superintendent of work. The City will
be represented by members of the organization having direct control of
supervision of the project.
GP -6-2.1 HOURS OF WORK - Work will be prohibited between the hours of 6:00
a.m. and 9:00 p.m., Monday through Saturday except for concrete and R.C.
paving operations only, which will be allowed between 9:00 p.m. and 10:00
a.m. The Contractor shall post "No Parking" signs on both sides of the street
for hours of operation 24 hours in advance of work. During non -working hours,
the Contractor shall leave the -street, including parking area, unobstructed,
clean, with all trenches or excavation plated and open to traffic. The
Contractor shall not store any material or equipment in the public
right-of-way.
GP -6-6.5 DELAYS AND EXTENSIONS OF TIME - In the event that a disagreement
shall arise between the City and the Contractor over Time of Performance as
extended by the City due to an allowed suspension of work, the Contractor may
request an extension from the City Council. Such requests shall be filed with
the City Clerk, addressed to the City Council, at least twenty (20) days prior
to the expiration of the Time of Performance as modified. The ruling of the
City Council shall be final and conclusive.
0710p/9 14
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GP -6-7 TIME OF COMPLETION — The Contractor shall prosecute and work to
completion before the expiration of thirty—five (35) working days. All work
must be complete in place by 5/15/87.
The City will furnish the Contractor a statement of working days remaining on
the contract as part of the monthly progress estimate.
GP -6-9 LIQUIDATED DAMAGES — Failure of the Contractor to complete the work
within the time allowed will result in damages being sustained by the City of
San Mateo. Such damages will be determined. For each consecutive calendar
day in excess of the time specified for completion of the work (as adjusted),
the Contractor shall pay to the City of San Mateo, or have withheld from
monies due it, the sum of the amount necessary to cover any add—on costs or
lost revenue and by cost plus and estimate of overhead costs incurred by the
City; e.g., inspection and administrative costs, loss of revenue or the cost
of alternative services during delay, etc.
Execution of the contract under these specifications shall constitute
agreement by the City of San Mateo and Contractor that $100 per day is the
minimum value of the costs and actual damage caused by failure of the
Contractor to complete the work within the allotted time, that liquidated
damages shall not be construed as a penalty, and that the amount calculated by
the City may be deducted from payments due the Contractor if such delay occurs.
GP -7-2.2.1 HOURS OF LABOR — Construction operations beyond the eight —hour
normal workday and on legal holidays may occur on occasion. The Contractor
shall notify the City Engineer in writing twenty—four (24) hours prior to any
nonemergency type overtime operations or forfeit the sum of the job
inspector's pay per day (or prorated portion thereof) for overtime work
without written consent of the City Engineer —said sum to be deducted from any
monies due the Contractor or paid directly to him.
GP -7-2.3 AFFIRMATIVE ACTION GUIDELINES — This section is the City's adopted
Affirmative Action Program.
GP -7-2.3.1 AFFIRMATIVE ACTION, 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. To prohibit discrimination because of race, color, religion, sex or
national origin, all bidders shall be prepared to demonstrate that they and
their subcontractors have undertaken a positive and continuing program to
promote the full realization of equal employment opportunities.
GP -7-2.3.2 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 award may be to the lowest responsible bidder or other bidder. 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.
0710p/9 15
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GP -7-2.3.3 PREAWARD AFFIRMATIVE ACTION CONFERENCE — A preaward affirmative
action conference will be required of the potentially lowest responsible
bidder and his subcontractors when the following conditions exist:
A. Prime Contractor
1. The total contract amount is greater than $20,000 with ten or more
employees.
2. The prime contractor has not filed an approved affirmative action plan
with the City in the past six months. If an approved plan has been filed,
the general contractor will be required to file updates to the plan if
any, or a letter acknowledging that the previously submitted plan is still
in effect.
—or-
3. The project is federally funded.
B. Subcontractors
1. The total amount involved in the subcontract is greater than $10,000
with ten or more employees.
2. The subcontractor has not filed an approved affirmative action plan
with the City in the past six months. If an approved plan has been filed,
the subcontractor will be required to file updates to the plan if any, or
a letter acknowledging that the previously submitted plan is still in
effect.
—or-
3. The project is federally funded.
Each potentially lowest responsible bidder and his subcontractors who meet the
above conditions, will be expected to meet with the City at a preaward
conference to be held prior to referral to the Council for consideration and
award.
GP -7-2.3.4 STANDARDS OF NONDISCRIMINATION
A. The successful bidder and each subcontractor shall undertake affirmative
action to ensure that applicants are employed, and that employees are treated
during employment, without regard to race, color, religion, sex or national
origin. Such action shall include, but not be limited to, the following:
employment, upgrading; demotion or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship where
applicable.
S. In all advertisements fur labor ur ulcer personnel ur rneyuests ror
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 or national origin.
0710p/9 16
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
C. In all hiring, the successful bidder and each subcontractor shall make
every effort to hire qualified workmen from all races and ethnic groups.
GP -7-2.3.5 CERTIFICATE OF NONDISCRIMINATION — Each bidder on any public works
contract shall sign the certificate of nondiscrimination whichisa 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
nondiscrimination.
GP -7-2.3.6 NOTICE TO SOURCES OF EMPLOYEE REFERRALS — The successful bidder
and each subcontractor will send to the State of California Employment
Development Department and to each labor union, employment agency, and
representative of workers with which he has a collective bargaining agreement
or other contract or understanding and from which he expects employee
referrals, a notice, as provided by the City, with a copy to the City,
advising of the commitments under these specifications.
GP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS — At the preaward
conference, the potentially lowest responsible bidder shall demonstrate that
he meets the following minimum standards of affirmative action:
A. File with the City his affirmative action plan indicating the steps he is
taking to encourage and assist members of minority groups to become qualified
workers. Such a plan will include practices with respect to: recruitment;
employment; compensation; promotion or demotion; and selection for training.
Practices with respect to the above shall demonstrate the extent to which the
Contractor has or participates in a training program to assure potential
employees ample opportunity more fully to qualify for jobs and to assure
existing employees adequate opportunity for upgrading and equal opportunity
for advancement and promotion.
B. File with the City evidence that he has notified his supervisors, foremen,
and other personnel officers and all subcontractors of the commitments to be
assumed under these specifications.
C. File with the City evidence that he has notified all sources of employee
referrals of the commitments to be assumed under these specifications.
D. File with the City the name of the person designated to serve as Equal
Employment Officer who is authorized to supply reports and represent the
Contractor in all matters regarding the Affirmative Action Plan.
GP -7-2.3.8 AFFIRMATIVE ACTION BY SUBCONTRACTORS — Each subcontractor shall,
prior to entering into a contract to perform any work or supply materials for
a'public works project of the City of San Mateo, file with the prime
contractor and with the City his Affirmative Action Plan in the form set forth
in Section GP -7-2.3.7 above.
The requirements of these specifications shall be considered a part of each
contract entered into by subcontractors, the services of which equal $10,000
or more of the basic contract. The successful bidder shall include the
provisions of these specifications in every first —tier subcontract and require
each subcontractor to bind further subcontractors with whom he enters into a
contract.
0710p/9 17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GP -7-2.3.9 POSTING NOTICE OF AFFIRMATIVE ACTION AND NONDISCRIMINATION IN
EMPLOYMENT — Each successful bidder shall post on the job site and in the
field office or offices maintained by him, the notice provided by the City
regarding Affirmative Action and Nondiscrimination in Employment.
GP -7-2.4 WEEKLY PAYROLL SUBMISSION — Each contractor and subcontractor and
any lower —tier subcontractor shall submit weekly payrolls for each workweek
from the time he starts work on the project until he completes his work. If
he performs no work on the project during a given workweek, he may either
submit a payroll with the notation "no work performed during this workweek" or
submit a letter to that effect. He should identify his initial and final
payrolls by marking them "Initial" and "Final." Payrolls shall be completed
and submitted no later than seven work days following completion of the
workweek.
GP -7-2.5 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.
GP -7-3.1 LIABILITY INSURANCE — General liability and automobile liability
insurance shall provide the following minimum limits: 1) general liability,
including comprehensive form, personal injury, broad form property damage,
contractual, and premises/operation in limits of $1,000,000.00 aggregate,
bodily injury and property damage combined; (2) automobile liability in limits
of $1,000,000.00 bodily injury and property damage combined. Additionally,
workers' compensation insurance in at least the minimum statutory amounts
shall be maintained. All liability insurance policies shall specify the City
of San Mateo, its elective and appointive boards, commissions, officers,
agents, and employees asadditionalinsureds. A certificate of insurance
shall be provided to the City prior to performance pursuant to this contract.
Further, any changes in insurance required herein must be approved in writing
by the City Attorney's Office.
GP -7.3.1.5 PROFESSIONAL MALPRACTICE INSURANCE — Professionals and Consultants
shall provide errors and omissions insurance in the minimum amount of
$1,000,00.00 aggregate. The policy shall specify the City of San Mateo, its
elective and appointive boards, commissions, officers, agents, and employees
as additional insureds. A certificate of insurance shall be provided to the
City prior to performance pursuant to this contract. Further, any changes in
insurance required herein must be approved in writing by the City Attorney's
Office.
GP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION — Contractor agrees (1) to
hold harmless and indemnify City of San Mateo and its officers from and
against any and all claims, loss, liability, damage, and expense arising from
performance of this contract, including claims, loss, liability, damage, and
expense caused or claimed to be caused by passive negligence of City of San
Mateo or its officers or employees, and (2) to defend City of San Mateo, its
officers or employees thereagainst; provided, however that this provision does
not apply to claims loll, liability, damage or expense arising from (a) the
sole negligence or willful misconduct of City of San Mateo or (b) the active
negligence of City San Mateo. This limitation is inserted to comply with
California Civil Code Section 2782 and shall not affect the validity of any
insurance contract, workers' compensation or agreement issued by an admitted
insurer as defined by the Insurance Code.
0710p/9 18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GP -7-7 COOPERATION AND COLLATERAL WORK — The City of San Mateo, its workers
and contractors, and others, have the right to operate within or adjacent to
the worksite to perform work. The City of San Mateo, the Contractor, and each
of such workers, contractors, and others, shall coordinate their operations
and cooperate to minimize interference.
GP -7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS — The Contractor
shall repair or replace all existing improvements not designated for removal
which are damaged or removed as a result of its operation. Improvements, such
as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls,
signs, pavements, raised pavement markers, thermoplastic pavement markings,
signs, sprinkler systems, or plantings, shall be repaired and replaced to a
condition equal to or better than the original condition.
All costs to the Contractor for protecting, removing, and restoring existing
improvements shall be included in its bid.
GP -7-10.1 TRAFFIC AND ACCESS — The Contractor shall be responsible, during
all phases of the work, to provide for public safety and convenience by use of
traffic cones, signs, lighted barricades, lights, and flagmen as described and
specified in the State of California, Department of Transportation "MANUAL OF
TRAFFIC CONTROLS — For Construction and Maintenance Work Zones 1985 edition.
(Section 360, California Vehicle Code, defines highways to include streets.)
The provisions of this manual will become a part of the requirements of the
contract.
Construction operations shall be conducted in such a manner as to cause as
little inconvenience as possible to the abutting property owners or motoring
public. Convenient accessto driveways, houses, and buildings along the line
of work shall be maintained. No more than one—half (1/2) of the roadway shall
be closed to traffic at any time and two lanes of traffic, one in each
direction, shall be maintained at all times. Open excavation and ditches
across a roadway shall be covered and guarded in such a manner as to permit
safe traffic flow during hours when no work is being performed.
GP -7-10.2 NOISE CONTROL — The noise level generated by the Contractor's
equipment and/or operations shall not exceed 70 decibels as measured while the
observer is standing on the sidewalk. Contractor is to conduct operations
with as little noise as possible, such as equipment shall not be started and
left idling. Equipment shall be of sufficient size to efficiently perform all
operations.
GP -9-1 MEASUREMENT OF QUANTITIES — When payment for a work item is to be made
on a tonnage basis, the Contractor shall furnish the Engineer a legible copy
of a licensed weigh —master's certificate showing gross, tare and net weight of
each truckload of material. Certificates shall be delivered to the Engineer
at the job site upon delivery of the material.
GP -9-3.1 GENERAL — Except as directed otherwise in these specifications, full
compensation for completing all of the work indicated on the plans and
uire.Led herein is considered to Loe included in the contract unit prices paid
for the various items of work and no separate payment will be made therefor.
GP -9-3.2 TEN PERCENT (10%) RETENTION — To ensure performance City is entitled
to retain ten percent (10%) of the contract price for 35 days after it records
the Notice of Completion. However, pursuant to Government Code 54590 the
Contractor may substitute securities for said ten percent (10%) retention.
The provisions of $4590 areexpresslymade a part of the contract.
0710p/9
19
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SO. "B" STREET SANITARY SEWER RECONSTRUCTION
2ND AVENUE TO E. 5TH AVENUE
SPECIAL PROVISIONS
CITY OF SAN MATEO, CALIFORNIA
The Special Provisions shall govern in lieu of conflicting provisions of the
Standard Specifications, but shall in no way nullify nonconflicting portions
of the Standard Specifications.
Whenever the letters SP are used as a prefix in section numbering (e.g., SP -
200 -2) the sections so designated are in these Special Provisions and refer to
modifications or additions to sections in the Standard Specifications which
have the same first numbers (e.g., 200-2).
PART 2 — CONSTRUCTION MATERIALS
SP207-17 POLYVINYL CHLORIDE PIPE — Polyvinyl Chloride Pipe shall be SDR 35 and
shall have bell and spigot joints with a rubber gasket. Fittings shall be PVC
gasketed sewer fittings conforming to ASTM designation D 3034.
PART 3 — CONSTRUCTION METHODS —
SP -306 UNDERGROUND CONDUIT CONSTRUCTION — All work shall be done in
accordance with this Section (Section 306 of Standard Specifications for
Public Works Construction, 1982 Edition) except as specified hereunder and as
shown on the Standard Drawings.
SP -306.1.1 EXCAVATION OF TRENCHES — Pursuant to Sections 6422 and 6424 of the
Labor Code the successful bidder shall, prior to commencement of work, submit
to the City Engineer a detailed plan showing the design of shoring, bracing,
sloping, or other provisions to be made for worker protection from the hazard
of caving ground during the excavation of any trench 5 feet or deeper. If
such plan varies from the shoring —system standardsestablished by the
construction safety orders, the plan shall be prepared by a registered civil
or structural engineer.
SP -306.1.2.1.1. BEDDING — Bedding material shall be pea gravel or crushed rock
unless otherwise approved by the Engineer. The bedding type shall be type 8-2.
SP0306-6.1 LATERAL INSTALLATION — Lateral replacement locations shown on the
plans were based on locations of the laterals at the main based on TV logs, or
by City records. It was assumed that the laterals run @ a 45° angle .to the
building they serve. It will be the responsibility of the Contractor to
"trace" the laterals from the "Wye" to be installed on the main line to the
building it serves.
All laterals on So. "B" Street shall be replaced to the building line as shown
on the plans. (Sae detail "Lateral Connection in Sidewalk" on sheet 1 of
plans.) Sidewalk repairs will be allowed as shown in the detail on So. "B"
Street only due to sidewalk replacement work that is scheduled by the City for
June 1987.
0710p/9 20
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Laterals shall be paid for at the unit price bid per foot, under Item No. 3
and -this unit price shall include connection to the "Wye" at the main and the
"Wye" for the cleanout riser and connection to the lateral at the building.
This unit price also includes all "bends" and fittings to adjust alignment and
grade.
The bid item for furnishing and installing cleanouts includes all pipe,
fittings and labor to install the cleanout at proper alignment and grade, and
to furnish and place the required cover box at proper alignment and grade.
"Wye's" shall be paid for at the unit price bid for each, Items 5 and 6.
Capping trenches for the main sewer line and the laterals thereof shall be
performed within 3 days of installation of pipe and backfill. As soon as the
Contractor completes laying the pipe and has capped it with concrete, he shall
pave it with AC (final paving). Final paving shall be done block by block,
i.e., as soon as one block of pipe laying and capping with PCC is completed,
the Contractor shall do final AC paving for that block. Final paving with AC
shall be done on 3 occasions, within 3 working days of capping trench.
The Contractor's attention is directed to "Lateral Connection in Sidewalk"
detail on sheet 1 of the plans. The 3" AC pavement (sidewalk) restoration
shall consist of hot mix AC, rolled and/or tamped so that the maximum vertical
discontinuity does not exceed 1/4" in sidewalk conforming areas. In the
crosswalks and parking areas, the Contractor shall cover the capped trenches
with rolled cutback until the final AC operations are performed. In the
crosswalks and parking areas the maximum vertical discontinuity shall not
exceed 1/4" in pavement conforming areas. It is the intent of these repairs
to provide a temporary, smooth, safe walking surface until such time that the
Contractor finish paves the street and the City rebuilds the sidewalk. The
Contractor may submit for approval by the City alternate methods of providing
these temporary patches; however, the method must provide a walking surface
free from "toe -clips" or other hazards and be approved by the City prior to
use.
0710p/9 21
Street grade Standard frome end cover
1
1
1
1
1
1
1
1
1
1
1
1
520-G•2500 concrete slob
NOTES:
I. Concrete slob around costing shell
be o concentric circle in streets
2. Concrete slob around costing shall be
square and formed with lumber in
easements.
3. Toper "shelf" 1/2" per. ft. towards
channel.
SECTION A -A
SECTIONAL ELEVATION
520-G-2500 concrete base
CITY OF SAN MATEO
CALIFORNIA 94403
STANDARD PRECAST ECCENTRIC MANHOLE
DATE
1978
DRAWN BY
G. J.
CHECKED APPROVED
CITY ENGINEER
CASE
3
1
DRAWER Sc
104a
SHEET' — OF
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.
1
PICK HOLE
Iw BLIND PICK HOLE
T I
64
FRAME
MACHINED
SURFACES
COVER
MACHINED FOR PERFECT PLAN
NO —ROCK FIT
Ira BLIND PICK HOLE
v,,
264
25f
25 II'
32 3"
I$
24'
312
SECTION
A,S.T.M. GRID PATTERN
1I
IIB
--t4 .
NOTE: PINKERTON FOUNDRY MODEL A-640 OR SIMILAR
PHOENIX IRON WORKS MODEL P-1001 OR APPROVED
EQUAL.
SAN MATEO
STANDARD
TYPE"B"MANI O5E FRAME 8 COVER
CALIFORNIA
DP YE
19{`3
DRAWN BY
RUJ
CHK. BY
LDJ
PLAN CASE
9/L4 / 3
CITY ENGINEER
DRAINS
107
Sow Cut
(Typ•)
D.+ 12' Mir.
0.D.424"Max.
( Pay Limits for import
materiels and paving )
uursra
04
O
0
NOTE
'F in
12 Max.
Sow cut side of scone maks only
When working over Boy mud: Weight of bocktil including pipe and contents shall not exceed
weight of moteriol excavated.
BEDDING CLASSES AND TRENCH
Relative
COmpoctian
M
95%
le
0
8016
Compaction Method
1 2- Meghanicol Compoction
fMeeccbon¢ot
(Exempt unimproved areas
Ey be ngneer! appproved )
8 OO Are
s
.wnen quorryt tines nes or sand
is used it stall be jetted
v or jetted and vibroted.
`� Q4 Jetted
E OS Jetted
BACKFILL MATERIALS
Bedding Class
A-2
A- 1
A
A-0
8-2
6-1
C
0
Lood Factor
4.5
3.2
3.0
2.3
1.9
1.5
1.5
1.1
Materiol Locution
Bockfill Moteriols
Street Areas - 2 Asphalt Concrete and 6" 520- A - 2500 Concrete or
8' 520-A -2500 Concrete
O
Unimproved Areas - Aggregate Bose or Native Material, as directed
by the Engineer
Gushed Aggregate Bose or Approved Native Materiel, es directed by
O
the Engineer.
O3
Vibrated Gancrete
Crushed Aggregote Bose or Approved Native Moteriol,
except Worry Fines or Sand for V.C.P. and A.C.P.
Fires
Aggregate Bose or
®
Vibrated Concrete
or Sand
Cori
poop ratOYeF of Sond id e
V.C.r. and A.G. P.
Quarry Fines
O
vl rated
o
Vibrated
Quarry Fines or Sand Of 3/4"mox. crushed rock
Caron
Or Drain
Calaete
Rock
STANDARD TRENCH DETAIL
s MATEO, CAM.
CHK. sY
DATE
1978
DRAWN RY
G.J.
EJS
RAN CASE
3
DRAWER
1
SHEET
153
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
s;� -- I I ga. ring
Itl!e"Knockout web
164"
19"
SECTION A -A
%i6"$ bronze
ifting hook
NOTE: .over stint. is
M6"6 and No. II go. steel.
COVER
NOTE:
Location of box in
relation 10 curb is
variable.
Cast brass hoW down
bolts lock cover down
make unit vandal -proof.
/it
PLAN
crushed rock base
TYPICAL INSTALLATION
NO. 31/" WITH COVER
& CONDUIT IN PLACE
Slot for turning
3/8" brass hex. nut
3/Ir brass reg.
washer
Cast brow hold
down bolt
DETAIL OF COVER LOCK (2 REQ'D.)
STANDAR D
NO. 31/p PULL BOX
1
DA1L
D/Awn 01 1 Ott NY 1 A%vOV.0
T.L. J. G.
SAP. MATEY`/�('r.
r.A'• C I a 04..11
3
� I
5 itti
164
1.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Street groom
$ta,Ctjrd home oc4 co.
520- C. 2500 concrete slob
Cast in place 11'x 12'
r�. . r I• i i•J�T�
_ > ••J
•
•
steel reinforced fiberglass manhole steps Inc
22-.
r\
5
ecost conc. cone
't• o
t.
4•.O_
A
i
a
a
Es
i0
J
SECTIONAL ELEVATION'
' AODIFICATION OF STD. DWG. 3-1-104a OF PRECAST ECCENTRIC MANHOLE -
1
1
SPECIAL DRAWING #2