Loading...
HomeMy Public PortalAboutSanta Clara Pump Station & 14-Inch Force Main Improvements1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENTS TO BE USED IN CONJUNCTION WITH APWA - AGC Standard Specifications for Public Works Constructions, 1988 PROJECT NO. 90 - 7122 DATE AUGUST 1989 PUBLIC WORKS DEPARTMENT 330 W. 20th Avenue San !Mateo, California 94403 Telephone (415) 377-3315 ' 1 SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT Schedule of Bid Items Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Pump Station Earthwork L.S. L.S. $ 8,500 $ 8,500 2. Reinforced Concrete 36 C.Y. $ 650 $ 23,400 3. Furnish and Install Submersible Pump 3 EA. $ 8,500 $ 25,500 4. Furnish and Install Steel Access Door 3 EA. $ 2,500 $ 7,500 5. Construction of 36" dia. Connection Pipe L.S. L.S. $ 2,500 $ 2,500 6. Storm Manhole Adjustment 1 EA. $ 750 $ 750 7. Furnish and Install Pump Discharge Check Valve 3 EA. $ 1,000 $ 3,000 8. Furnish and Install Pump Discharge Gate Valve 3 EA. $ 1,000 $ 3,000 9. Discharge Header Pipe L.S. L.S. $ 4,600 $ 4,600 10. Aggregate Base 16 C.Y. $ 40 $ 640 11. 6" PVC Pipe 32 L.F. $ 35 $ 1,120 12. 4" PVC Perforated Pipe 50 L.F. $ 30 $ 1,500 13. 8' PVC Pipe 52 L.F. $ 42 $ 2,184 14. 2"x2' Redwood Retaining Wall 75 L.F. $ 25 $ 1,875 15. Landscape & Irrigation L.S. L.S. $ 1,500 $ 1,500 16. Furnish and Install Electric Axial Fans 1 EA. $ 75 $ 75 17. Furnish Electric Axial Fans 2 EA. $ 50 $ 50 18. Furnish and Reinstall Telemetry Equipment L.S. L.S. $ 2,000 $ 2,000 19. Control Panel and Electric Work L.S. L.S. $ 25,000 $ 25,000 20. Concrete Sidewalk 10 L.F. $ 45 $ 450 21, Curb and Gutter 25 L.F. $ 60 $ 1,500 22. A. 14 —inch PVC Pipe 1082 L.F. $ 86 $ 93,052 B. 14 —inch Polyethylene 1082 L.F. $ 82 $ 88,724 23. 10" — Tie In No. 1 L.S. L.S. $ 5,500 $ 5,500 0956p/17 44 SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT Schedule of Bid Items (continued) Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 24. 10" Gate Valve 2 EA. $ 1,600 $ 3,200 25. 14" Gate Valve 1 EA. $ 2,200 $ 4,400 26. Tie —In No. 2 L.S. L.S. $ 3,500 $ 3,500 27. Concrete Stepping Stone 6 EA. $ 15 $ 90 ALTERNATE A WITH 24A TOTAL $ 226,386 w/o 10% $ 249,025 ALTERNATE B WITH 24B TOTAL $ 222,058 w/o 10% $ 244,264 0956p/17 45 Co. DEPARTMENT OF PUBLIC WORKS 330 W. Twentieth Avenue San Mateo, California 94403-1388 September 19, 1989 TELEPHONE: DIRECTOR: (1IS) 3774316 ENDWEEREq ■ TRAFFIC OW.: (11S) 3774315 MAOITENANCE DIV.: (415) 377-4830 WATER QUALITY CONTROL PLANT: (415) 377-4830 ADDENDUM NO. -3- SANTA CLARA PUMP STATION AND 14" FORCE MAIN IMPROVEMENTS Addendum No. -3- is issued to the above referenced project which is scheduled for bid opening on Tuesday, September 26th, 1989, at 2:00 P.M. The following changes have been made: 1. SP -5-1 Location of Utilities: The following has been added to this section: A.) At the easterly side of the project site there exists a P.G. & E. overhead electrical line. This may interfere with the contractor's driving of sheet piling as required by the project plans. The contractor is hereby advised that the City will coordinate with the P.G. & E. to deenergize said electrical line for a period of 48 hours. The contractor shall inform the City of the dates when he will drive sheet piling, three weeks in advance of such dates and the City will coordinate with P.G. & E. Any work by the P.G. & E. in connection with said deenergizing will be paid for by the City. directly to the P.G. &.E. B.) The contractor is also advised that on the same cross arms where the P.G. & E. lines are located, there are PacBell telephone lines. The contractor shall coordinate with PacBell for any work on the telephone lines if it is so necessary. Any PacBell work deemed necessary by the contractor shall be paid for by the contractor. 2. SP -2-7 Soil Investigation A copy of the soils report by Bay Area Geotechnical Group for this project as referenced in Section SP2-7 of the Contract Book is herewith attached for the bidder's information and convenience. Addendum No. -3- - SANTA CLARA PUMP STATION AND 14" FORCE MAIN IMPROVEMENTS 3. SP -207-17 PVC Plastic Pipe and SP 207-19 Polyethylene Pipe Reference is made to Drawing 3-1-153, attached to the Contract Book. The bedding class for either PVC Pipe or Polyethylene Pipe shall be Class B-2. 4. Attached for the bidders use are a revised proposal form and Schedule of Bid Items. Bidders are to use these when submitting a bidin place of those in the Contract Book. Each bidder shall acknowledge receipt of this Addendum by signing one copy of the attached Acknowledgment sheet and returning it at once. The bidder shall submit the second copy with the bid documents. 4957g Addendum No. -3- - SANTA CLARA PUMP STATION AND 14" FORCE MAIN IMPROVEMENTS ACKNOWLEDGMENT I have received Addendum No. -3- to the Contract Book titled "SANTA CLARA PUMP STATION AND 14" FORCE MAIN IMPROVEMENTS." I have read and understand the information stated in the addendum. (date) Bidder's Signature Bidder's Name (Printed) Name of Company RETURN AT ONCE: 4957g Department, of Public Works 330 W. 20th Avenue San Mateo,i CA 94403 ' Attn: Claire Hansen, Administrative Aide Addendum No. -3- - SANTA CLARA PUMP STATION AND 14"I FORCE MAIN IMPROVEMENTS ACKNOWLEDGMENT It I have received Addendum No. -3- to the Contract Book titled "SANTA CLARA PUMP STATION AND 14" FORCE MAIN IMPROVEMENTS." I have read and understand the information stated in the addendum. (date) Bidder's Signature Bidder's Name (Printed) Name of Company RETURN WITH BID DOCUMENTS 4957g SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT CITY OF SAN MATEO, CALIFORNIA PROPOSAL FORM TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA GENTLEMEN: FOR THE TOTAL SUM OF Alternate "A" $ ) Alternate "B" $ ) computed from the (use figures only) 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 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 this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 1988 Edition. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for Public Works Construction, 1988 Edition, 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 ( ) .. SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT Schedule of Bid Items ALTERNATE "A" Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Pump Station Earthwork L.S. L.S. $ $ 2. Reinforced Concrete 36 C.Y. $ $ 3. Furnish and Install Submersible Pump 3 EA. $ $ 4. Furnish and Install Steel Access Door 3 EA. $ $ 5. Construction of 36" dia. Connection Pipe L.S. L.S. $ $ 6. Storm Manhole Adjustment 1 EA. $ $ 7. Furnish and Install Pump Discharge Check Valve 3 EA. $ $ 8. Furnish and Install Pump Discharge Gate Valve 3 EA. $ $ 9. Discharge Header Pipe L.S. L.S. $ $ 10. Aggregate Base 16 C.Y. $ $ 11. 6" PVC Pipe 32 L.F. $ $ 12. 4" PVC Perforated Pipe 50 L.F. $ $ 13. 8' PVC Pipe 52 L.F. $ $ 14. 2"x2' Redwood Retaining Wall 75 L.F. $ $ 15. Landscape & Irrigation L.S. L.S. $ $ 16. Furnish and Install Electric Axial Fans 1 EA. $ $ 17. Furnish Electric Axial Fans 2 EA. $ $ -18. Furnish and Reinstall Telemetry Equipment L.S. L.S. $ $ 19. Control Panel and Electric Work L.S. L.S. $ $ 20. Concrete Sidewalk 10 L.F. $ $ 21. Curb and Gutter 25 L.F. $ $ 22. A.) 14 -inch PVC Pipe 1082 L.F. $ $ " " SANTA CLARA PUMP STATION 5 14" FORCE MAIN IMPROVEMENT Schedule of Bid Items (continued) Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 23. 10" -Tie In No. 1 L.S. L.S. $ 24. 10" Gate Valve 2 EA. 25. 14" Gate Valve 1 EA. 26. Tie -In No. 2 L.S.' L.S. $ 27. Concrete Stepping Stone 6 EA. TOTAL ALTERNATE "A" $ ALTERNATE "B" Items 1-21 and Items 23-27 $ Plus Item 22B 14 -inch Polyethylene 1082 L.F. $ $ TOTAL ALTERNATE "B" $ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT BOOK For the Construction of SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 1-17-14 (6 sheets) TIME OF COMPLETION: 45 Working Days **w** CONTENTS NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION CERTIFICATE OF PAYMENT OF PREVAILING WAGE SCALE SPECIAL PROVISIONS PART I -- GENERAL PROVISIONS PART II — CONSTRUCTION MATERIALS PART III — CONSTRUCTION METHODS STANDARD DRAWING AGREEMENT FOR PUBLIC IMPROVEMENT 0956p/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTICE INVITING SEALED PROPOSALS For the Construction of SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for the construction of Santa Clara Pump Station and 14" force main composed of underground wet pit with three submersible sanitary sewer pumps and 10B2LF of 14" force mains and other work as shown on the Contract Drawings No. 1-17-14 and as described in this Contract Book and the APWA=AGC Standard Specifications for Public Works Construction, 1988 Edition. 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 $15.00 per set is required. Any questions regarding the contract documents should be directed in writing to the City Engineer at the above address. 3. The estimated construction cost of this project is $255,000. 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. 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. 5. The Contractor is notified that he shall comply with the requirements for Affirmative Action as set forth in Special Provisions SP -7-2.3.1 through SP -7-2.3.9. 6. The time of completion for this contract shall be forty—five (45) working days, beginning from the date of the Notice to Proceed. 7. 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. 8. 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. 9. 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., September 19, 1989, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 0956p/17 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10. 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. 11. 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 §4590, the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are hereby expressly made a part of the contract. Dated: August 1989 /s/ PAUL J. GUMBINGER, MAYOR 0956p/17 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT 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 this Contract Book and the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition. This proposal is submitted in conformance with the requirements of the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition, 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 0956p/17 4 ( ) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT Schedule of Bid Items Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Pump Station Earthwork 2. Reinforced Concrete 3. Furnish and Install Submersible Pump 4. Furnish and .Install Steel Access Door 5. Construction of 36" dia. Connection Pipe 6. Storm Manhole Adjustment 7. Furnish and Install Pump Discharge Check Valve 8. Furnish and Install Pump Discharge Gate Valve 9. Discharge Header Pipe 10. Aggregate Base 11. 6" PVC Pipe 12. 4" PVC Perforated Pipe 13. 8' PVC Pipe L.S. L.S. 36 C.Y. 3 EA. 3 EA.' L.S. L.S. $ $ $ $ $ $ $ $ $ $ 1 EA. $ $ 3 EA. $ $ 3 EA. $ $ L.S. L.S. $ $ 16 C.Y. $ $ 32 L.F. $ $ 50 L.F. $ $ 52 L.F. $ $ 14. 2"x2' Redwood Retaining Wall 75 L.F. __$_________$____ 15. Landscape & Irrigation L.S. L.S. $ $ 16. Furnish and Install Electric Axial Fans 1 EA. $ $ 17. Furnish Electric Axial Fans 2 EA. $ $ 18. Furnish and Reinstall Telemetry Equipment L.S. L.S. $ $ 19. Control Panel and Electric Work L.S. L.S. $ $ 20. Concrete Sidewalk 10 L.F. $ 21. Curb and Gutter 25 L.F. $ 22. A. 14 -inch PVC Pipe 1082 L.F. $ $ B. 14 —inch Polyethylene 1082 L.F. $ $ 23. 10" — Tie In No. 1 L.S. L.S. $ 0956p/17 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT Schedule of Bid Items (continued) Item Description No. of Work 24. 10" Gate Valve Estimated Quantity Unit EA. Unit Total Amount Price of Item $ $ 25. 14" Gate Valve 1 EA. 26. Tie —In No. 2 L.S. L.S. 27. Concrete Stepping Stone 6 EA. 0956p/17 6 TOTAL $ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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") 0956p/17 7 $ $ $ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The undersigned has carefully read the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition, 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: The undersigned understands he must meet the requirements of Section SP -7-2.3 AFFIRMATIVE ACTION GUIDELINES prior to award of contract and conform to those guidelines throughout the duration of the contract. 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 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. 0956p/17 BIDDER'S STATEMENT -- SHEET 1 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 BY 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 0956p/17 BIDDER'S STATEMENT — Sheet 2 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: 0956p/17 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 0956p/17 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SANTA CLARA PUMP STATION & 14" FORCE MAIN IMPROVEMENT SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA The work embraced herein shall be done according to the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition (hereinafter referred to as the Standard Specifications) and according to these Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with these Special Provisions. 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 1 — GENERAL PROVISIONS SP -2-1 AWARD OF CONTRACT — The contract may be awarded to the bidder whom the City determines will best meet the interests of the City.. In determining the award, 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 as City sees in its best interest. SP --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 acceptable surety bonds; one for labor and materials and one for performance. 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 latent developed defects. 0956p/17 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP -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 by responsibilities set forth in the law. 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. 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. SP -2-5 PLANS AND SPECIFICATIONS — The plans for this project are as follows: CONTRACT PLANS Title Drawing No. Cover Sheet 1-17-14 1 of 6 Pump Station — Plan & Sections 1-17-14 2 of 6 Pump Station — Structural & Details 1-17-14 3 of 6 14" Force Main — Plan & Profile 1-17-14 4 of 6 14" Force Main — Plan & Profile 1-17-14 5 of 6 14" Force Main — Plan & Profile 1-17-14 6 of 6 CITY STANDARD PLANS Title Drawing No. Standard Pipe Support Across Trench 3-1-110 Typical Sections of Curb, Gutter & Sidewalk Typical Sections of Rolled Type Curb, and Gutter 3-1-141 3-1-144 Special Concrete Valley Gutter 3-1-145 Concrete Valley Gutter 3-1-146 Standard Residential Driveways 3-1-149 Standard Trench Detail 3-1-153 0956p/17 13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY STANDARD PLANS (continued) Title Drawing No. Standard Pull Box Installation 3-1-165 Standard No. 5 Pull Box Installation 3-1-167 Remote Control Valve Detail 3-1-L1 Reduce Pressure Backflow Prevention Device 3-1-L2 Pop -Up Sprinkler Head 3-1-L3 Irrigation Valve Box in Pavement 3-1-L6 Irrigation Thrust Block 3-1-L7 Gate Valve Assembly_ 3-1-L8 Sidewalk Water Box 3-1-L9 SP -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 January, 1988 shall be used in lieu. SP -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. Excavation, trench sheeting and shoring, construct concrete underground vault for the wet pit of the subersible sanitary sewer pumps, and structural backfill. 2. Furnish and install the three submersible non -clog sewage pumps, piping, valves and discharge header pipes. 3, Furnish and install all air inlet pipes, air circulating fan, discharge header and perforated PVC pipes. 4. Construct concrete pad for the control panel 0956p/17 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5. Furnish and install with electrical service, wiring, control, control panel for the submersible pumps, and remove the existing telemetry system includes antenna from the existing above ground control panel located within the timber building to the new control panel. 6. Install the electrical work to provide electrical power from P.G, & E power source to the control panel and to the submersible pumps, telemetry system, circulating air fan and irrigation controller. 7. Provide the 2 feet high timber retaining walls with 4" x 4" post and concrete, 2" x 10" board, and two(2) feet thick soil/composit filter, with gravel for order control and the irrigation system. 8. Furnish and install 1082 feet of either 14" PVC or 14" polyrethane with all fittings, valves and thrust blocks, excavation, backfill, compaction and trench paving, pipe 10. 10" tie—in No. 1 between unground pump station discharge header pipe and tie—in to existing 10" force main including pipeline and control valve. 11. 10" tie—in No. 2 between new 14" force main and the existing 10" force main at the junction box area next to the Hillsdale Blvd. 13. Pump station start—up testing, force main air leakage test After the installation and completion of sewage pump station prior to the connection of the 36" connecting pipe between the existing wet pit and new underground sump, the manufacturer's representative shall test the completed pump installation for compliance with equipment performance criteria. The voltage, current and other significant parameters shall be recorded, Water, as required for the test, shall be furnished by the Contractor at no additional cost. The existing sanitary sewer pump station shall be maintained in operating at all time during the entire construction of the underground pump station except during the installation of the 36" connection pipe between the existing wet pipe and the new underground wet pit. A maximum of four(4) hours is allowed to temporary to shut down sewage east and west inlet lines between 9:00 am to 3:00 pm for the construction of the 36" connection pipe. Contractor shall work closely with City maintenance department and contact them at least 48 hours prior to the requested of shutdown time of the sewer line. SP -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. 0956p/17 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 bid form. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. Sp -2-7 SOIL INVESTIGATION - A soil and geologic investigation report pertaining to this project have been made by Bay Area Geotechnical Group, Palo Alto, CA 94303. One report, entitled "Geotechnical Investigation, Proposed Pump Station and Sewer Line, Santa Clara Way and Saratoga Drive, San Mateo, CA." Copies of these reports are available for review at the office of the City Engineer, City of San Mateo or at the office of Brian Kangas Foulk, 540 Price Avenue, Redwood City, CA 94063. This report is for informational purposes only and any use thereof shall be at the bidder's risk. Neither the owner nor Brian Kangas Foulk assume responsibility as to the sufficiency or accuracy of borings, of the log of test borings or other investigations or tests, or of the interpretation thereofe there is no guarantee, warranty, or representation (express or implied) that the conditions indicated thereby in fact exist or are representative of those existing throughout the work. Such information may be used as a basis for bids at the bidder's own and sole risk; making such information available to bidders is not to be construed in any way as a waiver of the other provisions of these Specifications and bidders must satisfy themselves through their own investigation as to the surface and subsurface conditions to be encountered at the site. Bidder shall make his own deductions and conclusions as to the nature of the materials to be excavated, the difficulties of making and maintaining the required excavations and fills and of doing any other work affected by the subsurface conditions at the site, and shall accept full responsibility therefor. No extra payment will be made due to differences between the soils conditions disclosed at the site and those indicated in the aforementioned soils report, City will provide and bear the costs of the services of a soils engineer to review earthwork operations, including preparation of original ground to receive fills, placing of fills and compaction of same; to determine the suitability of excavated earth materials; to review excavation, trenching and backfilling; and to make such tests as may be deemed necessary to determine the compliance with the specifications. Contractor shall adhere in every detail to the requirements of the soils engineer in the prosecution of the work: and the work will not be accepted until the soils engineer renders an opinion in writing to the City Engineer that the work has been done in accordance with the specifications. 0956p/17 16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All retesting, or additional testing requested by contractor, will be at contractor's expense and shall be performed by a registered Civil Engineer who practices in the field of Soils Engineering. SP -2-9 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 $75.00 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. SP -2-12 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. SP -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 SP -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 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. 0956p/17 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP -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 $255,000 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. SP -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 (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies 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 damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty—eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. SP -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. SP -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 and payment schedule. 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. SP -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. 0956p/17 18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP -6-7 TIME OF COMPLETION - The Contractor shall prosecute and work to completion before the expiration of 45 working days. The City will furnish the Contractor weekly a statement of working days remaining on the contract. SP -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 (asadjusted), 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. SP -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. SP -7-2.3 AFFIRMATIVE ACTION GUIDELINES - This section is the City's adopted Affirmative Action Program. SP -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. SP -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. 0956p/17 19 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP -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. 8. 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. 3. The project is federally funded. Each potentially selected 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. SP -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. 0956p/17 20 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 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 or national origin. C. In all hiring, the successful bidder and each subcontractor shall make every effort to hire qualified workmen from all races and ethnic groups. SP -7-2.3.5 CERTIFICATE OF NONDISCRIMINATION — Each bidder on any public works contract shall sign the certificate of nondiscrimination which is a part of theproposal form. Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. SP -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. SP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS - At the preaward conference, the potentially selected 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 to more fully 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. 0956p/17 21 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 SP -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 SP -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. SP -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. SP -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. SP -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. SP -7-3.1 LIABILITY INSURANCE - The Contractor shall provide and maintain general liability and automobile liability insurance in the following minimum amounts: 1) general liability, including comprehensive form, personal injury, broad form property damage, contractual, and premises/operation coverage in limits of $1,000,000.00 aggregate, bodily injury and property damage combined; and (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 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. SP -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, its officers or employees, and (2) to defend City of San Mateo, its 0956p/17 22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 officers or employees thereagainst; provided, however that this provision does not apply to claims, loss, 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 of San Mateo, SP -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. SP -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 the various bid items and no additional compensation shall be made by City. SP• -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 access to driveways, houses, and buildings along the line of work shall be maintained. Unless otherwise approved by the City in advance, 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. SP -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. SP -9-3 PAYMENT SP -9-3.1 GENERAL - Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefor. 0956p/17 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP -9-3.1 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 §4590 the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are expressly made a part of the contract. SP -9-3.2 PARTIAL AND FINAL PAYMENTS - Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule established at the pre -construction conference. Contractor shall use City's standard form for such requests and submit one original plus four copies of each request. 0956p/17 P4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 PART 2 - CONSTRUCTION MATERIALS SP - 200 ROCK MATERIALS - It will be necessary for the Contractor to construct a sound subgrade prior to placing reinforcing steel and forming and pouring concrete for the submersible pump underground pump station, and the gravel bedding for the Soil/Compost Filters. The gradation of the gravel shall be Type B as indicated in Section 200-1.2 of the standard specifications. SP - 201-1 PORTLAND CEMENT CONCRETE - a. The reinforced concrete for the underground pump station wet pit and the control panel slab shall be Class 560-C-3250 with 3/4" maximum aggregate. Maximum slump shall not exceed five inches when poured and shall be thoroughly consolidated by vibrating as it is poured to avoid porosity in the finished concrete. Cylinder test from the pour mix shall have compression strength at least 3250 psi. b. The concrete for the restoration of sidewalk, curb and gutter and concrete collar for the raising two feet of the existing storm sewer manhole shall be Class 520-C-2500 with maximum slump not to exceed four inches. The concrete for the thrust block for the 14" force main shall be Class 420-C-2000 with maximum slump shall not exceed four inches. c. Metal Accessories - such as spacers, chairs, ties and other devices required for properly assembling, spacing and supporting of reinforcement - shall all be of standard manufacture and of a type approved by the Engineer. Legs of accessories resting on ceiling or beam forms shall be suitably coated after fabrication to avoid rust spots. Tie wire shall be No. 18 gauge black annealed wire. d. Form Ties shall be of approved design, fixed or adjustable in length, free of devices which will leave a hole not larger than 7/8 -inch -diameter in the concrete; metal remaining after removal of external parts shall be recessed not less than 1 inch from finished surfaces. e. Form Sealer shall be an approved, colorless material which will adequately seal the forms to prevent absorption of water from the concrete and which will not discolor the concrete surfaces nor impair thebond for subsequently -applied finishes. All form sealer shall be from the same manufacturer. f. Steel Forms shall be of the type(s) as approved by the Engineer and shall be in good condition, free from dents, holes or crooked surfaces. g. Epoxy Adhesive shall be Concresive 1001 -LPL, or approved equal. 1 0956p/17 25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 h. Polyethylene Film shall conform to Federal Specifications L —P-378, Type 1, with a minimum thickness of 6 mils. i. Membrane Curing Compound shall conform to ASTM C 309, Type 11, Hunt Process White Pigmented, or approved equal. j. Premolded Expansion Joint Filler shall conform to the specifications of ASTM Designation: D 1752, Type 1, Sponge Rubber. k. Floor Hardener shall be a clear type, as manufactured by Conrad Loving Company or approved equal. 1. Cinch Anchors shall be galvanized "Wej—it", or approved equal with sizes as shown on drawings. SP — 201-2 STEEL REINFORCEMENT FOR CONCRETE — The reinforcing steel used on this project shall be Grade 60 intermediate grade billet steel and epoxy coated conforming to ASTM A 615. Steel bending processes shall conform to the requirements of the Manual of Standard Practice of the Concrete Reinforcing Steel Institute. Epoxy coated reinforcing steel shall conform to the provisions Section 52, CALTRANS standard specification. SP — 203-6 ASPHALT CONCRETE — Asphalt Concrete for force main pipeline trench and pavement resurfacing shall be B —AR -4000 with 1/2" maximum aggregate. SP — 204-1.1.2 DOUGLAS FIR — 4" x 4" post for redwood retaining wall shall be treated Douglas Fir Grade No. 1. SP — 204-1.1.3 REDWOOD — 2" X 10" redwood retaining wall shall be Grade B. SP — 207-9 DUCTILE IRON PIPE — Pump station discharge pipe and header pipes shall be ductile iron pipe Class 50 shall comply with ANSI A21.51 and shall be cement mortar line, in accordance with ANSI A21.4. Joint shall be flange —type unless otherwise shown on the plans or permitted by Engineer. Ductile iron pipe shall not be less than Class 52 where threaded flanges are used. Ductile iron pipe shall be hot applied with Scotchkote. SP — 207-9.2.3 FITTING — All pump discharge pipe fittings shall be ductile iron flanged type fittings comply with ANSI B16.1, B.16.2 and A21.10, all tie—in joints and fittings for both ends of the 14" force main either for P.V.C. or Polyethylene pipe shall be ductile iron mechanical joint comply with ANSI A21.11 and manufactured by Tyler or Trinity or approved equal. All fitting shall be coated with Scotchkote (hot applied). A11 buried steel nuts, bolts, and rods installed by the Contractor shall be stainless steel, except the nuts and bolts used on mechanical joints, and shall be coated as specified below. Magnesium anodes shall be provided to all buried iron fitting. Sand backfill shall be used around buried iron fitting. Except as otherwise noted on the drawings, all buried nuts, bolts, flanges, and other exposed ferrous metal excluding mechanical joints, shall be gield coated with Bitumastic No. 50 (Koppers Company Incorporated), or wrapped with a coating equivalent to "Protecto—Wrip or "Tapecoat" or approved equal, Stainless steel bolts, juts and couplings shall also be wrapped or coated. 0956p/17 26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP - 207-10 GALVANIZED STEEL PIPE - Galvanized steel pipe for the submersible pump guide rail shall be malleable iron ASA 150 pound standard, galvanized and coated with epoxy coating. SP - 207-17 PVC PLASTIC PIPE - PVC pipe for sanitary sewer force main shall be AWWA C - 905 pressure rated 165 psi; OR25. Pipe joint shall be bell and spigot with factory installed gasket comply with ASTM F477. Circulating air inlet and outlet, and perforated pipes shall be PVC SDR 35 or schedule 40. SP - 207-19 POLYETHYLENE (PE) - Polyethylene pipe for sanitary sewer force main shall be high density polyethylene pipe as manufactured by Polaris Duratuff, Du Pont Sclairpipe or equal. The pipe material shall be a Type III. Class C, Category 5, Grade P34 material as specified in ASTM D1248. In addition, the material shall be listed by the Plastic Pipe Institute with a designation of PE 3408 and have a minimum cell classification of 345434C per ASTM D3350. Pipe and fittings shall be manufactured from material with the same cell classification. Pipe and fitting dimensions shall be based on controlled outside diameter conforming to ASTM F714. The pipe shall SDR 17 with inside diameter of 14". SP - 209-2.3 ELECTRICAL CONDUIT - Electrical conduit between concrete wet pit and control panel for power and telemetry control shall be 2" in diameter, Schedule 40 PVC. SP - 212 LANDSCAPE AND IRRIGATION MATERIALS - "TILLO" soil amendment shall be manufactured by TILLO Product Company Inc, which is an organic compost derive from sewage sludge and rice hulls and combined in TILLO process of U.S. Patent 2-861-877. SP - 212-2.1.3 IRRIGATION SYSTEM MATERIALS - Plastic pipe shall be rigid unplasticized polyvinyl chloride PVC 1220 (Type 1, Grade 2), conforming to ASTM D 1785. Schedule 40 pipe shall be used for installation on the discharge side of control valves and Schedule 80 pipe shall be used for continuously pressurized pipe on the supply side of control valves, Schedule 80 only, shall be supplied when threaded joints are specified of otherwise permitted by the Engineer. Fittings and couplings for plastic pipe shall be threaded or slip -•fitted tapered socket solvent weld type. Threaded adapters shall be provided with socket pipe for connections to threaded pipe. Plastic pipe fittings and couplings shall be PVC I or PVC I/II material supplied in the same schedule size specified for the pipe. SP - 214 SUBMERSIBLE PUMPS 214.1 General: The sanitary sewer pump stations shall be constructed as shown on the drawings and specified in these special provisions. Three identical pumps shall be furnished and installed and one identical spare pump shall be furnished. Each pump shall be submersible non -clog sewage pumps mounted in a reinforced concrete wet pit, complete with electrical service, wiring, controls to a complete operation workable sanitary sewer pump station. 0956p/17 Y7 1 1 1 1� 1 1 1 1 1 1 1 1 1 1 1 1 214.2 Pumps: 214.2.1 Description: Pumps shall be detachable, submersible non —clog sewage pumps equipped with submersible electric motors, capable of handling raw, unscreened sewage. The pumps with appurtenances and cables shall be capable of continuous submersion underwater without a loss of watertight integrity to a depth of 65 feet and corrosion attack. All submersible pumps and motors shall be model C-3152 Impeller Code 432 manufactured by Flygt Corporation or approved equal. 214.2.2 Connections: Pumps shall have a 6 inch suction connection and a 6 inch discharge connection. 214.2.3 Materials: All areas of the pump casing and volute which are exposed to sewage shall be constructed of cast iron of no lesser grade than Class 30. Pump shall be protected with coat tar epoxy Scotchkote exterior coating. 214.2.4 Internal Passages: All openings and internal passages shall be large enough to permit the passage of a sphere 3 inches in diameter and any trash or stringy material which may pass through the average residential connection. 214.2.5 Pump Mounting: The pump casing shall be designed with a discharge flange machined to securely seal to a mating inlet flange of the pump discharge connection elbow. The discharge connection elbow shall be permanently mounted in the pump station wet well along with the discharge piping. The pumps shall be capable of being automatically connected to the discharge connecting elbow when lowered into place and shall be easily removable for inspection or service. There shall be no reason for personnel to enter into the wet well. Sealing of the pumping unit to the discharge connection shall be accomplished by a simple downward linear motion of the pumping unit. A sliding guide bracket shall be an integral part of the Pump units. The entire weight of each pump unit shall be guided by not less than two guide bars and pressed tightly against the discharge connection elbow with metal to metal contact Sealing of the discharge elbow interface by means of a diaphragm, "0 —ring or other device will not be acceptable. No portion of the pupping unit shall bear directly on the floor of the wet well. 214.2.6 Pump performance: Each pump shall have the characteristics and be properly selected to perform under these operating conditions: Capacity at Rated Head, in GPM Total Dynamic Head at (Rated Capacity, in feet Maximum Shut—off Head, in feet Minimum Pump Efficiency at Rated Head, in % 214.2.7 Lifting Chain: Each pump shall be equipped with not less than 25 feet of lift chain. The chain shall be adequate in size for the force required to detach and lift the entire pumping unit and of a corrosion resistant material suitable for constant placement in the wet well. 0956p/17 28 1200 49 98 62 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 214.2.8 Explosion Proof Service: The pump system and appurtenances, including the pump, motor, and wiring, shall be approved by a nationally approved testing agency for installation in the State of California for explosion proof service. The system shall be rated for Class 1, Division 1, group C and 0 service as determined by the national electrical code and approved by a nationally recognized testing agency (U.L. or F,M.) at the time of bidding of this project. 214.2.9 Impeller: The impeller shall be gray cast iron ASTM A-48 class 30, dynamically and hydraulically balanced, single stage, single suction, one piece, enclosed, non —clogging type and shall be the number of vanes as specified. The impeller shall be locked to the impeller shaft and shall isolate the shaft from the pumped fluid. 214.2.10 Bearings: Motor beatings shall be designed such that the computed AFBMA B-10 life rating is not less than 18,000 hours. Bearings shall be permanently lubricated. The pump shaft shall rotate on two permanently lubricated bearings. The upper bearing shall be a single row deep groove ball bearing and the lower bearing a two row angular contact ball bearing. 214,3 Electric Motors: Each pump shall be equipped with a 20 HP submersible electric motor suitable for operation on a 230 volt, three phase, 60 hertz, four wire service. 214.3.1 Motor Design: Motor shall be dry shell type, NEMA design B, induction squirrel cage design with Class F insulation rated for 155°C, 40°C ambient plus 115°C rise. The combination service factor for the combined effect of voltage, frequency and specific gravity shall not exceed 1.15. 214.3.2 Cable: Each motor shall be equipped with 55 feet of four conductor, size #10, Chlorosulfanated—Polyethylene jacketed, Ethylene— Propylene--Oiene insulated type SPC cable. The cable end shall be factory sealed with a high quality protective coating to make it impervious to moisture or water seepage prior to shipment from the factory. 214.3.3 Motor Protection: 214.3.3.1 Overload and short circuit protection shall conform to Article 430, National Electric Code. 214.3.3.2 Thermal protection shall be provided by three thermal per phase) imbedded in the starter windings. The switches shall series and two lead connected to the pump terminal board in the panel so that the sump is turned off if the pump overheats. SP — 215 CONTROL PANEL switches (one be wired in pump control 215.1 Scope — There shall be furnished and installed as detailed on the plans a completely integrated automatic microprocessor based Solid State Variable Speed three pump control system furnished in a NEMA 3R pedestal type freestanding enclosure. The system shall include the pump control panel complete with the bubbler level control system for the automatic programming sequencing and alternating the tree pumps on the basis of sump levels. 0956p/17 29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The system shall be supplied by one manufacturer who will assume the overall undivided responsibility for the performance of the control system and who shall have had at least five years experience in furnishing this type of integrated pump control system. The entire system shall be fully factory assembled, interwired and factory tested with certified test reports before shipment. The complete system shall be as manufactured by Control Manufacturing Co., Belmont, CA or equal. To match, line up and have interchangeable parts with the five existing wastewater pump station control panels currently existing in the City of San Mateo System. 215.2 Control Panel — The panel shall be a metal enclosed motor control center type design approximately 96" wide by 18" deep by 65" high (max), fabricated of 12 gauge formed steel of the configuration as shown on the drawings. Sections shall be standard design, interchangeable and rearrangeable complete with wireways, brackets, supports, barriers, gaskets, doors and all necessary hardware. The entire assembly shall be completely interwired equivalent of NEMA Class III Type C with minimum size of conductors #14 AWG, 600 Volt, 90 degree C rated. The structure shall be built in accordance with UL requirements, California Electrical Safety Orders Title 8, Subchapter 5, A:CEEE and NEMA standards. The structure shall be painted two coats of Light Green Polyurethane baked enamel! Accurate measurement of the liquid level in the wetwell shall be made by the bubbler type system in which variations of liquid level shall produce corresponding variations in the air pressure required to maintain bubbling and this pressure shall be applied to a solid state strain gauge type pressure transducer mounted within the digital controller. The bubbler control system shall have an accuracy of half of one percent and shall maintain this accuracy over the entire range. The bubbler system shall contain its own duplex air compressor assembly, pressure reducing valve, air flow regulator and automatic high pressure purge cleaning of the bubbler. There shall be flush mounted on the face of the door of the pump control panel a solid state digital pump controller, Control Manufacturing Co. Model VariMAC Model 3300 or equal. The controller shall be a microprocessor based front of panel programmable controller to automatically and alternately sequence the pumps per the following operating schedule. The controller shall have independently field adjustable front of panel programming setpoints for each of the pumps and 3 independent 4— 20 ma variable speed signals. The controller shall also have independent high and low level alarm setpoints, alarm indications and contacts for remote alarm transmission. The controller shall control the air compressor and purge solenoid to automatically blow down the bubbler tube at preset field adjustable intervals of 1-12 hours. The ability to alternate automatically or manually the pumps in any sequence shall be selectable. Upon power up or return from low or high level pump lockouts the controller shall automatically stagger the pumps on a 10 second recycling interval. The front panel of the digital programmable pump controller shall provide a convenient operator interface for observation of the wetwell level displayed in tenths of foot and the 15 LED's shall provide pump required and level alarms along with the automatic purge signal. The microprocessor program shall be stored in NOVRAMmemory, a non—volatile memory which shall retain the program when the unit is unpowered without the use of batteries. A simulate, test and program buttons shall be face mounted on the controller to allow the operator to simulate the level in the sum to verify and observe the pump programming sequence in addition to allowing the operator to change the program if keyed appropriately. 0956p/17 30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The control system shall be designed to be readily field programmable to provide maximum pumping efficiency throughout the total system flow rates. The required pump programming sequence shall be: Rising Level Failing Level High Level Alarm Stop Standby Standby Max Speed Stop Lag Standby Min Speed Stop Lead Lag Max Speed Low Level Alarm Lag Min Speed Lead Max Speed Lead Min Speed The panel shall also contain a cabinet for Telemetry Controller manufactured by Motorola which will be disconnected from the existing pump station telemetry control system and installed in this cabinet by the contractor. The Digital Speed Controller shall automatically sense the wetwell level and convert changes in the measured variable into an electronic signal which shall be the input to the microprocessor based three pump programming, automatically alternate sequencing, ramp speed control, synchronized flying transfer VFD multi —pump control system. The processor shall have a built in digital meter which will display the controller signal. Each pump shall be automatically alternately sequenced or manually selected into the lead, lag, lag —lag or standby pump programming positions. The standby pump shall be automatically inserted into the program on a selected pump failure condition. As the demand for pumping capacity increases, the lead selected variable speed pump shall automatically start at its specific minimum speed and be increased in speed to precisely match system demand. If the demand exceeds the capacity of the first pump running at maximum speed, the lag pump shall be automatically programmed at its setpoint and start at its setpoint minimum speed. The lag pump shall then increase in speed to match the system requirements. The transfer shall be smooth, bumpless and an overlap dead band to prevent hunting. The selected standby pump shall be programmed similar to above to match the system demand. On decreasing system demand for pumping capacity, the pumps shall automatically reduce speed to match demand until dropping to minimum speed setpoint. If the demand continues to decreae, the pumps shall be automatically stopped. This flying transfer shall be frequency synchronized to eliminate any electrical transients or adverse motor current inrush conditions. Under a minimum system demand condition the lead pump speed shall be reduced to its setpoint minimum speed and held until the signal falls to the setpoint "stop" level. The processor control logic shall automatically provide for power failure recycling of each variable speed pump in the event of a power outage so as to minimize inrush current and loading on the electrical circuit. 0956p/17 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 In the event of low level and automatic operation. in sump level to a reset a]arm, the motors shall be locked out of both manual Pumping shall be automatically resumed after a rise etpoint. 215.3 VFD Description — The VFD shall be an all solid—state, ac —to —ac converter utilizing silicon type semiconductors or solid state in the power switching circuits which consist of a phase —controlled rectifier and a solid—state inverter. The phase —controlled rectifier circuit shall convert the fixed ac line voltage into a variable dc voltage proportional to the desired speed. The output of the phase —controlled rectifier circuit shall be filtered and fed to the inverter. The inverter shall convert the dc voltage into an output three— phase ac voltage and shall vary both the output ac voltage and frequency simultaneously to provide the optimum volts/Hertz necessary to operate the ac motor at the desired speed with appropriate level of motor's magnetic flux. The VFD output shall be pulse —width modulated waveform that is controlled so as to keep current during inrush and acceleration below 100% of the motor's full load current. Within its operational speed range, the VFD system shall utilize a modulated wave output voltage waveform. The VFD shall be fully capable of a speed range of 3 to 1. The VFD shall operate from 24 —volt, 3 —phase, 60 Hz input power. Normal operation shall not be affected by .variation in input voltage between plus or minus 10 percent. The 3 —phase output to the connected motor shall be linearly variable over the range and shall maintain a constant volts rms per cycle within 3%. Voltages in the three phases of the output shall be balanced within 0.1%. Voltage regulation of the output shall be +/-3% of nominal output voltage. The VFD shall be furnished with integral circuitry capable of protecting against the following conditions. 1. Overcurrent, input 1 2. 0vercurrent, output 3. Overvoltage, input, with shutdown 4. Undervoltage, input, with shutdown 5. Single phasing, input and output 6. Phase reversal, input and output 7. Shorted output 8. 0vertemperature, control cabinet 9. Overtemperature, motor 10. Capacitor bank unbalanced voltage 11. Line —to —ground faults 12. Lightning. Solid—state transient protection integral to the VFD shall be provided to a minimum of 10,000 volts and 50 joules without failure. Peak Inverse Voltage rating of the SCRs shall be at least 1200 volts in the rectifier and 1000 volts in the inverter. Surge withstand capability of power input, power output, and control signal inputs and outputs shall meet or exceed American National Standards Institute standard C37.90-1978 and Institute of Electrical and Electronic Engineers standard 472-1974 without failure. Failure is to be defined as loss of components in the VFD including power semiconductors, logic components and/or fuses. 0956p/17 32 1 1 1 1 1 1 1 1 1 1 1 1 1 The VFD shall be provided with integral solid-state diagnostics including LED displays on the diagnostic control board. 215.4 - Warranty - The manufacturer shall fully warrant all parts, equipment and labor necessary for any repair for a period of two years after job completion. This manufacturer shall be solely responsible for the correct operation of the relocated telemetry and the pump control system to meet these specifications, 215.5 - Service - The manufacturer shall supply the services of a field engineer after installation is complete to adjust, test and witness demonstrate the entire water telemetry control system. Complete instruction of all operating personnel in the correct use and maintenance of the equipment shall be given for not less than one full eight hour day. SP -216 ACCESS FRAME AND COVERS - The access frame and cover shall be fabricated from galvanized steel to the general dimensions indicated on the drawings. The doors shall be finished with a skid proof texture or design and shall be designed to support a live load of not less than 300 lb/sq. ft. The frame and door shall be hinged and contain a locking mechanism. The frame shall be equipped with an upper guide bar holder, a level sensor cable holder for five cables, attached with a sliding nut rail. The steel cover topside shall be applied with Antiskid Coating #4140(TREAD--SAFE) manufactured by Templex of Portland, Oregon. The steel cover underside shall be coated with coal tar epoxy. SP -• 217 CHECK VALVES - Check valves shall have only three components: body, cover and ball. The ball shall be the only moving part. There shall be no outside levers, springs, dash -pots or other similar accessories. 217.1 Materials: The body and cover shall be of gray cast iron, Class 35 and coated with Scotchkote or coal tar epoxy coated. The ball shall be hollow steel with an exterior of nitrite rubber, resistant to grease, petroleum products, animal and vegetable fats, diluted concentrations of acids and alkalises, tearing and abrasion, 217.2 Flanges: Flanges shall be in accordance with ANSI B16.1, Class 125. 217.3 Clearance: The design shall be such that the ball will clear the water way providing full flow equal to the nominal size of the valve. Solids, stringy material, grit, rags and other materials expected to be found in sewage from residential connections shall be kept moving without requiring backflushing to keep the water way clear, SP - 218 GATE VALVES All gate valves shall conform to the requirements of AWWA C500 with iron body, bronze mounted, double disc, parallel seat, nonrising stem for 200 psi cold water working pressure. Stem shall be fitted with a 2 - inch square wrench nut. Valves shall have mechanical joint ends or flanged ends as shown on plans and shall be Mueller 2380, or approved equal, with nonrising stems and 0 -ring seals and Scotchkote or coal tar epoxy coated. All valves shall be of a pressure class equal to or greater than the adjacent piping. 0956p/17 33 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP — 219 — COUPLINGS •- Flexible couplings shall be compression type (such as Smith —Blair, Rockwell of Dresser) when so indicated on the drawings. Couplings shall have wedge—shaped natural rubber gaskets. Couplings for ductile iron pipe, PVC/or Polyethylene pipe shall be cast iron. Mechanical joint solid sleeves shall be used as flexible couplings for all buried installation of iron pipe All couplings shall be Scotchkote or coal tar epoxy coated. SP — 220 — ELECTRICAL FAN — Axial motor fan for wet well air circulation shall be 115 AC volts with 50/60 Hertz, 24 Watts has a capacity of 265 CFM be corrosion resistant in construction and manufactured by EBM. SP — 221 — SEALING LINX — Pump discharge pipes and circulating air inlet pipe between the pipes and hole in the concrete wet pit wall shall be sealed with Sealing Linx Model CSL and manufactured by CALPICO INC. SP — 222 — GALVANIC ANODES — Galvanic anodes shall be of the size indicated on the drawings. each anode shall be cast with a steel core, and the core shall protrude from one end and shall be of sufficient length to permit attachment of a lead wire. Each anode shall conform to Aluminum Manganese Iron Nickel Copper Other Impurities Total Other Impurities Magnesium the following chemical composition: 0.01% Max. 0.50% to 1.3% 0.03% Max. 0.001% Max. 0.02% Max. 0.05% Max. 0.30% Max. Balance Each anode shall be furnished with a leadwireattached to one end of the steel core, and the wire shall be of sufficient length to attach to the anode junction box as designated on the drawings. The wire shall be connected to the steel core by silver soldering, and the connection shall be mechanically secure before soldering with at least three turns of wire at the connection. The entire connection shall be insulated with an electrical potting compound. The cable attached to the anode shall be No. 10AWG, Type RHW — Use stranded, single conductor, and shall conform to Federal Specification J —C-30. The anode shall be prepackaged in a permeable cloth bag filled with a mixture of 75 percent ground hydrated gypsum, 20 percent powdered bentonite, and 5 percent anhydrous sodium sulfate. Backfill shall have a grain size so that 100 percent is capable of passing through a 100 —mesh screen. The mixture shall be firmly packed around the anode within the cloth bag by means of adequate vibration so that the magnesium ingot is completely surrounded with a minimum one inch of backfill material. 0956p/17 34 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART 3 — CONSTRUCTION METHODS — SP — 300-1 EARTHWORK 301-1.1 General — Work shall consist of performing all operations necessary to excavate earth and rock, regardless of character and subsurface conditions at the pump station site, and at pipeline trenches, including backfill, compaction where required by the Plans or directed by the Soil Engineer; including removal of obstructions, placement of select fill material, conditioning of material to proper moisture content for compaction, removal, replacement and disposal of unsuitable material, preparation of foundation and base materials for placing other material thereon, all as shown on the Plans, as specified herein and as directed by the Engineer. Earthwork and subgrade preparation shall conform with Standard Specifications, Section 300 except as modified herein. Whenever reference is made to finished grade, it shall be considered to be finished surface of the completed facility. In connection with earthwork, tests shall be made in conformance with the following: Relative Compaction: Test method No. Calif. 216 Sand Equivalent: Calif Test No. 217 Resistance (R —value): Calif. Test No. 301 Sieve Analysis: Calif. Test No. 202 300 — 1.3 — DISPOSAL OF EXCESS MATERIAL. Excess excavated material shall be disposed outside of the City of San Mateo or as directed by the Engineer. Excavated material suitablle for backfill shall be stored temporarily in such a manner as will facilitate work under the contract. The Contractor shall make all necessary arrangements with respective Property Owner for temporary storage of excavated material to be used. 300 — 3.7 CONTROL OF WATER. Contractor shall furnish, install and operate all necessary machinery, appliances and equipment to keep excavations and trenches reasonably free from water during construction and shall dispose of the water so as not to cause injury to public or private property, or to cause a nuisance or menace to the public. He shall at all times have on hand sufficient pumping equipment and machinery in good working condition for all ordinary emergencies and shall have available at all times competent mechanics for the operation of all pumping equipment. During pouring of concrete, and until concrete has set hard, and during the laying of pipe, excavations shall be kept free of water. 300 — 3.8 SHORING, SHEETING AND BRACING. Where shoring, sheeting, bracing, or other supports are necessary, they shall be furnished, placed, maintained by the contractor. At all times, rules of the State Industrial Accident Commission, OSHA, or other governmental agencies having jurisdiction over the work shall be strictly adhered to. 0956p/17 35 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 300 — 3.9 REMOVAL OF OBSTRUCTIONS. Contractor shall remove or caused to be removed at his expense, all trees, bushes, fences and all structures as and when required by the plan , or where the proper construction and completion of the work require their reoval. Contractor shall also remove at his expense, all rock, stones, debris and all obstructions of whatsoever kind of character, whether natural or artificial, encountered in the construction of the work. Material that is removed as hereinabove specified and is not to be incorporated into the improvement being constructed shall be disposed of off site by contractor at his own expense. 300 — 3.10 CONTROL OF OUST. Contractor shall keep roads clear of material or watered so that traffic or construction operations will not cause an objectionable amount of dust or mud. 300 — 3.11 EXCAVATION FOR STRUCTURES. Site shall be cleared of all natural obstructions and other items which will interfere with construction. Ground shall not be dug by machinery nearer than 3 inches from any finished subgrade without the express approval of the Engineer. The last 3 inches shall be removed without disturbing the subgrade. Should the excavation be carried below the lines and grades indicated on the drawings, contractor shall, at his own expense, refill such excavated space to the proper elevation in accordance with the procedure specified for backfill, or, if under footings, the space shall be filled with concrete as directed by Engineer. Excavation shall extend a sufficient distance from walls and footings to allow for placing and removal of forms, and for inspection; except where concrete is authorized to be deposited directly against excavated surfaces. 300 — 3.12 BACKFILL a. Placing of fill and backfill will be under the observation of the Engineer. All tests and inspections deemed necessary to ensure compliance with this Section of the Specifications will be under the control of the Engineer. b. All backfill for structures and trenches shall consist of approved imported material. Backfill should be free of debris, organics and rocks greater than six inches in diameter. In addition, the fill material should have a low expansion potential (liquid limit less than 25 and plasticity index less than 15). Selection of suitable material for use as structural backfill will be under the control of the Engineer. In general, with the exception of expansive surface soils, material from the excavation can be used for backfill, c. Area under pump station foundation shall be filled to a depth of 12 inches with Class II 1 1/2" maximum aggregate base and compacted to 95% relative compaction. All other areas shall be compacted to 90% as determined by ASTM 01557-70(C). d. Backfill shall not be placed until all forms, rubbish and deleterious materials have been removed and the areas receiving backfill have been inspected by Engineer. 0956p/17 36 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 e. Material shall spread in layers not to exceed 8 inches in depth before compaction. Material that does not contain sufficient moisture to compact properly shall be sprinkled with water. Material that is too wet shall be permitted to dry to the proper water content. Material and water shall be thoroughly mixed before compaction. f. Compacting shall be accomplished by power tamping, rollers, or combinations thereof. Where it is impractical to use rollers in close proximity to walls, etc., fill material shall be compacted by mechanical tamping. 300 — 3.13 REMOVAL OF UNSUITABLE MATERIAL. If unsuitable material is discovered under the pump station or pipeline route, material shall be removed as directed by the Engineer and replaced with approved fill material compacted to a minimum of 90% of relative density. Select fill required beneath the pump station floor slab shall have a liquid limit of less than 40 and a plasticity index of less than 15. Where sink holes are encountered during grading operations, that area shall be overexcavated and refilled as required by the Soil Engineer. The area where sink holes may be encountered includes the pump station location Payment shall be made only for the amount ordered and replaced by the Engineer. 300 —3.14 WATERING. The Contractor shall obtain from California Water Company Water Department and pay the costs for a water meter which shall be used to obtain water. The source of water and the point of connection to the water system shall be only as directed by the CALWATER Department. Watering will not be sepa ately measured for payment. Payment for watering shall be included in the contract price paid for the item of work related to watering and no separate compensation will be made therefor. SP — 303 CONCRETE All concrete work on this project shall comply with Standard Specification Section 303-1.1. 303 -1.5 —REMOVAL OF FORMS Supporting forms or shoring shall not be removed until members have acquired sufficient strength to support safely their own weight and any construction or storage loads to which they may be subjected. As a minimum requirement forms shall be left in place as follows, unless otherwise permitted or instructed by the Engineer: Walls Roof slabs 3 days 14 days Notwithstanding the provisions set forth above for removal of formwork, contractor shall be solely responsible for the safety of the structure and any damage caused by such removals shall be repaired at his expense. Forms shall be carefully removed without hammering or prying against the concrete, and no wood forms shall be left permanently in place. SP -- 306 — PIPELINE CONSTRUCTION Force main and tie—ins construction shall comply with Standard Specification Section 306-1 including all fittings and bedding material and concrete thrust block. Pipe bedding material shall be Class I with maximum 3/4" maximum sandy gravel material. 0956p/17 37 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP — 306-1 Air circulation PVC pipeline construction shall comply with Standard Specification Section 306-1, PVC pipeline installation shall include all fittings clamps, and inserts to secure to the concrete wet pit walls. SP — 308 LANDSCAPE AND IRRIGATION INSTALLATION The 12" course gravel bed, 24" "TILLO" Soil Amendment and the 2" wood chips shall be placed in accordance with Standard Specification Section 308--2. The irrigation system installation shall comply with Standard Specification Section 308•-5. SP — 312 PUMP AND CONTROL PANEL MANUFACTURER'S RESPONSIBILITIES 312.1. Pump Factory Tests: Prior to shipment of the pumping units the manufacturer shall perform the following tests: 312.1.1 Compliance: Impeller, motor rating and electrical components visually checked for .compliance with specifications. 312.1.2 Insulation: Moto or defects. 312.1.3 Pre —submergence: check correct rotation an 312.1.4 Operational: The water and operated for no and cable insulation shall be tested for moisture Prior to submergence the pump shall be run dry to mechanical integrity. pump shall be submerged in not less than 6 feet of less that 30 minutes. 312.1.5 Insulation Re —check: After the operational test is completed the motor and cable shall be retested for moisture and insulation defects. 312.2 Support Literature: The manufacturer of the pump station shall be responsible for delivery to the engineer of 5 copies of the support literature required herein. 312.2.1 Installation Instruction: Installation of the pump station and related appurtenances shall be performed in accordance with written instructions by the manufacturer. 312.2.2 Operation and Maintenance Instructions: The pump station manufacturer shall be responsible to supply written instructions, which shall be sufficiently comprehensive to enable the operator to operate and maintain the pump station and all equipment supplied by the station manufacturer. Said instructions shall assume that the operator is familiar with pumps, motors, piping, and valves, but that he has not previously operated and/or maintained the exact equipment supplied. The instructions shall be prepared as a systems manual applicable solely to the pump station and equipment supplied by the manufacturer to these specifications, and shall include those services and equipment supplied by him. However, items of equipment for which the station manufacturer has made mounting or other provisions, but which he has not supplied, may be excluded from these instructions. The instructions shall include, but not be limited to, the following: 312.2.2.1 Descriptions of, and operating instructions for, each major component of the pump station as supplied. 0956p/17 38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 312.2.2.2 Instructions for operation of the pump station in all intended modes of operation. 312.2.2.3. Instructions for all adjustments which mustbe performed at initial start-up of the pump station, adjustments which must be performed after the replacement of level control system components, and adjustments which must be performed in the course of preventive maintenance as specified by the manufacturer. 312.2.2.4 Instructions for adjustment, calibration, and testing of selected electronic components or assemblies, normally considered replaceable by the manufacturer, whose performance is not ascertainable by visual inspection. 312.2.2.5 Service instructions for major components not manufactured by the pump station manufacturer but which are supplied by him in accordance with these specifications. The incorporation of literature produced by the actual component manufacturer shall be acceptable. 312.2.2.6 Electrical schematic diagram of the pump station control as supplied, prepared in accordance with NMTBA and JIC standards. Schematics shall show, to the extent of authorized repair, pump motor branch, control, and alarm system circuits, and interconnections among these circuits. Wire numbers shall be shown on the schematic. Schematic diagrams for electronic equipment, the detail parts of which are not normally repairable by the station operator, need not be included, and shall not be substituted for an overall schematic diagram. Partial schematics, block diagrams, and simplified schematics shall not be provided in lieu of an overall schematic diagram. Operation and maintenance instructions which are limited to a collection of component manufacturer literature without overall pump station instructions will not be acceptable. 312.3 PUMP INSTALLATION — Pumps shall be installed as shown in the drawings and in accordance with the manufacturer's recommendations. Base flanges for the pump discharge connection elbows shall be firmly set on and attached to the concrete base of the wet well. 312.4 SITE TESTS — After the installation has been completed, the manufacturer's representative shall test the completed pump installation for compliance with equipment performance criteria. The voltage, current and other significant parameters shall be recorded and a copy of the test report furnished to the Engineer) Water, as required for the test, shall be furnished to the Contractor at no additional cost. 313 — REMOVE AND INSTALL EXISTING TELEMETRY — Existing telemetry control system is mounted in a control panel which is located in the timber building next to the existing dry pit pump station. The contractor shall disconnect the two power supply wires of 115 VAC, 6 common wires, and 6 input wires and any other wires necessary to disconnect the telemetry system. Each wire should be carefully marked to ensure the correct reconnection. The disconnected telemetry control system shall reinstall in the newly installed pump control panel and reconnect all the wires and tested to ensure it properly function. The telemetry antenna shall also be disconnected and mounted next to the new control panel. Contractor will provide all necessary accessories parts to ensure the function of the telemetry system. Contractor shall contact Jeffrey Dewey of Motorola for his knowledge and experience of this type work (415-327-6921). 0956p/17 39 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 314 — ADJUST STORM MANHOLE AND COVER — Existing storm drainage manhole shall be upsized and raised two feet by adding concrete manhole rings, and installing manhole frame and cover by constructing of one foot concrete collar on top of existing concrete box culvert. 315 — MEASUREMENT FOR PAYMENT 315.1 GENERAL. It is the intent of the Proposal and these Special Provisions that the bid for each item, as submitted, shall cover all work shown on the contract drawings, required by the Specifications and other contract documents. All costs in connection with the work, including all labor, materials, equipment and taxes to fully complete the work, shall be included in the unit and lump sum prices named in the Proposal. No item of work required by contract documents for proper and successful completion of the contract will be paid for in addition to prices submitted in the Proposal. All work not specifically set forth in the Proposal as a pay item shall be considered a subsidiary obligation of the contractor and all costs in connection therewith shall be included in the prices shown in the Proposal. The estimate of the quantity of work to be done and materials to be furnished as shown on the proposal form are approximate only, being given as a basis for the comparison of bids. There is no expressly or impliedly agreement that the actual amount of work will correspond therewith. The right is reserved to increase, decrease or omit the amount of any class or portion of work where such increase, decrease or omission is deemed necessary or expedient by the Engineer. The cost of all labor, tools, equipment, plant material and all other costs of furnishing and completely installing the items called for shall be included in the appropriate bid items whether or not specifically mentioned herein. The prices paid shall include full compensation for removing and deposing of all concrete, asphalt, steel and other waste material and debris from the work area. 315.2 Earthwork — All Earthwork shall be measured as a completed unit. The lump sum paid for Earthwork shall include remove asphalt pavement, excavation, backfill, grading, finish grading, disposal of unsuitable material, compaction to the specified relative density, and compaction below the level of aggregate base material, demolition where required, watering, conditioning of material for placement, trench safety and shoring, asphalt pavement, and all labor, equipment and material necessary to complete the earthwork as shown on the Plans, Control of dust and mud will not be measured for payment. Control of dust and mud is a contingent item and full compensation for control of dust shall be included in the lump sum price paid for Earthwork. Furnishing and applying water will not be measured as a separate item. Full compensation for furnishing and applying water shall be included in the lump sum price paid for Earthwork, Preparation of subgrade to receive pavement will not be measured as a separate item. Full compensation for preparation of subgrade shall be included in the lump sum price paid for Earthwork. 0956p/17 40 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 315.3 - Reinforced Concrete — Reinforced concrete for the concrete wet pit will be measurement and paid by cubic yard placed. Price shall include all form work, reinforcements, 3/4" dowel installation on the existing concrete wet pit wall, water stops and metal accessories. 315.4 Aggregate — Aggregate for pump station and gravel bed shall be paid in unit price bid for cubic yard placed. 315.5 — Furnish and Install Submersible Pump — The price for each submersible pump shall include furnish and install pump and motor, 'anchor bolts, lifting chain, elbow, guild rails and rail brackets, lifting hanger, complete with mounting plate and anchor devices, and 55 feet of power cable. 315.6 -- Furnish and Install Steel Access Door — The price for each access door shall include all accessories, locks and Antiskid coating. 315,7 — Furnish and Install 36" Connecting Pipe — The price for furnish and installing 36" connecting pipe include either 36" steel pipe or 36" ductile pipe, and sewer diversion during saw cut the existing wet pit wall for 36" pipe installation. 315.8 — Adjust Storm Manhole — The price for adjustingithe storm manhole shall include upsizing concrete rings to match existing manhole in size, frame and one foot concrete collar placed. 3]5,9 — Pump Discharge Check Valve — The price for each check valve shall include furnishing and installing check valve in the pump discharge pipeline. 315.10 Gate valves shall be measured by each of the sizes of gate valve installed in pipelines, tie—ins and pump station discharge header pipe. The price paid for each valve installed shall include full ;compensation for furnishing and installing the valve including excavation in accordance with the City of San Mateo Standard Specifications and Drawings including valve box, blocking, reinforcement, couplings, corrosion protective coating, magnesium anodes, rodding where required, locating wirewhere buried, all labor, material, equipment, tools and for performing all operations required to install each valve. 313.11 — Discharge Piping and Header Pipe — Under this;:item the Contractor will be paid the lump sum price bid for furnishing and 'installing all earthwork,piping, fittings, bends, elbows, laterals, reducers, supports, blocking, reinforcement, couplings, rodding, testing for the complete pump piping system. ground. 315.12 Pump Station Control panel and Electrical System — Under this item the Contractor will be paid the lump sum price bid for furnishing and installing the electrical system including service, motor control panel, distribution system, control system, power for electric fan, air compressor grounding and related wiring and relocating Motorola telemetry system and antenna, power and installation of irrigation controller. 315.13 — Pipeline — Each size of pipeline and conduit excluding those within the pump station, shall be measured as described in the Standard Specifications. Measurement shall include fittings. The price paid per lineal foot shall constitute full compensation for furnishing all labor, materials, tools and equipment, and doing all work involved in furnishing and 0956p/17 41 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 installing the pipe complete in place as specified and shown including probing and locating other utilities, excavation, edges, trim trench, backfill for specified thickness, aggreg backfill, compaction, sheeting and shoring, ditching, diking bailing, draining, testing, and trench asphalt resurfacing, including removal and disposal of all surplus material as a completion of resurfacing; and furnishing and maintaining al barricades, signs, lightsf and all other work and materials included in other bid items. on the plans, trim pavement ate base, sand , pumping, prime coat part of the 1 traffic required and not 315,14 — Redwood Retaining Wall — The unit price shall include 4" x 4" post and 2" x 2' redwood retaining wall furnishing and placing. 315.15 — Landscape and Irrigation — The price shall include furnish and placing TILLO soil, timber retaining walls, and all irrigation system in place and in operation. 315.16 — Furnish and Install Axial furnishing and installing, testing Electric Fan — The price shall include axial fan in place. 315.17 — Furnish Axial Electric Fan — The price shall only include furnish axial fans for spare. 315.18 — Remove and Reinstall Telemetry System — Price shall include disconnect existing telemetry system and antenna from existing panel and reinstalling in the new control panel and reconnect all the wirings and antenna. 315.19 Tie —Ins The price paid for each tie—ins shall include full compensation for furnishing all labor, material and equipment to expose existing sanitary sewer mains, remove a portion of the existing main and insert a new Tee, lateral, bends, reducer, fitting and sleeve with couplings complete with thrust blocking, locating wires, sand backfill, corrosion resistant coatings magnesium anodes, compaction, disposal of surplus excavated material,pavement replacement, connection tothe existing system, flushing, test,and all other l items except gate valves, shown on the Plans or as specified. The limits of this bid item shall be as shown on the Plans, 315.20 — Concrete Sidewalk and Curb Gutter — The price for these items shall include all excavation,backfill, subgrade material and comply with City Standard Specification, 315.21 --. Concrete Stepping Stone with Cobble Stone Surface — The price shall include furnishing and placing 24" diameter circular concrete stepping stones. 0956p/17 42 6" MIN. CLEARANCE oa SAN MATED CALIFORNIA WIDTH VARIE4 WIDTH VARIES SECTION X -X GROUND LINE SANITARY SEWER SPRING LINE COMPACTED SAND 1/2 GRAVEL PIPE O.D. (VARIES) 560-8-3250 CONCRETE *4 BARS, 2 EACH STANDARD PIPE SUPPORT ACROSS TRENCH DATE 8-74 DRAWN BY 1 CHK. BY R. O. T.L. APPROVED CITY ENGINEER PLAN CASE 3 DRAWER - SHEET I!10 ® MIN ® ® ® ® ® I N ® — ® I ! ti• _ ® i 1 'ig co ' p m •C C - _< Z N -O ri TYPE „B" TO BE USED ONLY INSPECIAL CASE WITHPERMISSION FROM CITY ENGINEER •n n ;v n gi m > a 5'0" 520-8-2500 Concrete Slope a per foot I. 81.. --.... Curb Grade It1 __- o ' '.'� Q .•� ', r t Per. foot.. -- ... ' slope Oy d. t?: 6" a Q.... A • _ y•. ,..con 9" ..Sub rade compaction 1'- 0" 2" Sand or 3" compacted —.. 0 21 crushed rock or grovel---- -c M1 -' Batter I" to 12" ... 5' 0"" Slope 41- per foot * 6" 2'6" Batter rp®r foot Curb Grade Ii. w 0 .. .. .: �L, ,• ; /� ob: '° Slope l per to o z 2/ z. 9" *-Subgrade compaction N •- .° ';= :?' • a.. :'• 'n a D ' Ile 0,. TYPE "A" 2" Sand or 3" 0 crushed ,' • 1 : • " ' ' ' w n cn v m -compacted 1/.yam rock or grovel—"-" .Batter 1" to 12" T.. 520-&2500 Concrete D r QI NOTE : CONCRETE SHALL CONTAIN 1 LB. OR 1 Pt OF LAMP BLACK PER CU. YD. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • e 2 0 a .19 3 p; 1 u b o' E 0 Z o la 618 -1 2'-O" 2" sand or 3" compacted crushed rock or gravel 4'-0" TYPE 2'-d' • =N -r 1 Slope I" per foot 4 2" sand or 3" compacted crushed rock or gravel TYPE D'` z 00 520-8-2500 -Top of pvm't. 520-8-2500 concrete Top of pvm't. concrete. * To be used in special core with permission from City Engineer. 1 1973 TYPICAL SECTIONS STANDARD OF ROLLED TYPE CURB AND GUTTER 3.<>+. MA'€C, CALIF JHL: !44 F Variable Gutter Width' Slope Varies 2 per ft. l SECTION 'A -Al 1 r E.C.R. Slope Down to Meet Projected F.L.s K m Curb Face Flow Transit on of Gu er Slope from I"t " 12' T, Slope Varies - 8' Crle Transition of Gutter, Transition Slope from ' to I' Finished. Surface of Concretes s• --Flow Line through Cross Gutter -3 --- SLOT PROFILE PLAN VIEW 8 E.C.R. Curb Foce FI owe 12' Gutter Width Gutter Width' Width Variable GuTter Width 'per it. �� per ft. I Slope Varies I �' per n. SECTION 8-8' Warp Pavement to Meet Valley Gutter. SAN MATEO SPE 1 Concrete 560-8-3250 SECTION C -C' NOTE: 1. To be usedon grades no greater than 2% nor less than I% 2. This design shall be used only when specified. 3. Concrete 560-8 -3250 FLOW SKETCH IAL CONCRETE VALLEY GUTTER CALIFORNIA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 cSlope normal gutter r per. ft 4b. .. 51/ Dummy joint ..; Conc. gutter Conc. sidewalk Expansion joints: •.•• Slope varies ... 520-B-2500 Concrete ---s. SECTION A -A l< Trion from I"per foot to -1 per foot A t aG Go lye Qoye PLAN k. Projected curb line 7' v I Width of T gutter i° .. Slope 2r per. Projected curb line foot Slope gutter 7 per ft. NOTE Warp pavement to meet vol:ey gutter. Flow line of gutter :h be maintained —NOT the Hp of gutter. STANDARD CONCRETE VALLEY GUTTER SAN M.A7EO, CAI If. 1 1 1 1 1 1 1 1 1 1' 1 1 1 1 1 1 2'-6" 20'-0" •-=—i1PA pExpansion Joint 3Cran either X. 2'- 6" j Std. Type he Curb- Maximum Driveway Width 25'-0" PLAN Expansion Joint 520-.4-2500 Concrete-, Driveway L 510 6" Slime p Per Foot • ' •s A� en 4•• Cr iS Subgrode Compaction I n.1 - Normal Gutter Sloe . • Expansion Joint on f>:� Gutter Width R8 GRADE 1 2"sand or 3" compacted crushed rock or gravel SECTION A A Motet .Alo_drlveway to be constructed .witt In .three. feet of curb return 25'-0" 1 Note: When existing concrete improvements are to _ be removed .and replacedwith new driveway they shall be cut• with o concrete saw. STANDARD RESIDENTIAL DRIVEWAYS :As MAIEO; OAEEK • DAt+ 1973 ' D+AYOa +T T.L. our.. IT • J.G. AMIOVED RAN CASE 3 DItA WER 1 $"EE! 149 en ENGINEEE 1 1 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 Sow Cut (Typ.) 6" yl* 0.D.+12"Min. m ot erioI O.D. +24 -Max. ( Pay Limits for import and a paving ) " Min? 12" Max. Sow cut side on scorn morks only When working over Boy mud: Weight weight of material excovoled. BEDDING CLASSES 1* Relotive Compaction n rn 95% Y A w 90% Compoction Method • Mechonical Compaction Mechanical ( Except unimproved oreos moy, be jetted or with Engineers opproved ) 9 00 pr Exceptions Wien quarry Imes or sond is used it shall be jetted v or jetted and vibrated. c (;\ Jetted E 0 Jetted 0 Of bockfill including pipe and contents shall not exceed AND TRENCH BACKFILL MATERIALS Bedding Class A-2 A- 1 A A-0 B-2 B -I C 0 Load Factor 4.5 3.2 3.0 2.3 1.9 1.5 1.5 1.1 IMoteriol Location Backfill Moteriols 0 Street Areas - 2' Asphalt Concrete and 6" 520-A - 2500 Concrete or 8' 520-A - 2500 Concrete Unimproved Areas - Aggregate Base or Native Material, os directed by the Engineer O Crushed Aggregate Base or Approved Native Moteriol, os directed by the Engineer. 0 Vibroted Concrete Crushed Aggregate Base or Approved Native Material, except Quarry Fines or Sand for V.C.P. and A.C. P. 4O Vibrated Concrete QuarryFine or Sond CrushedGaAggregate Bose or puarOYeFines Motl oe �drexeept V.C.l and A.C.P. ® V rated Concrete Quarry Fines or Sax' Or Drain Rock Vibrated Concrete Quarry Fines or Sond or 3/4"max. Crushed rock STANDARD TRENCH DETAIL DATE 1978 DRAWS BY G.J. CSK. EY EJS AP/ROV Shj{ MATEO, CALIF. CTie PLAN CASE 3 DRAWER SHEET 153 i— MI i Si V_ MN MI in MI i— es a is nu li no r t»3 ca-.) HIGH VOLTAG Inscribe 19"± --�1 oL _='TRAFFIG SIGNAL " STREET •LIGHTING] j I when containing _C STREET =fm a 'Eli signal cable iv m at i� LIGHTING Li Omit for Iow 1n i t: voltage circuits -Sidewolk Grade -7 (Copper Bonding Juma:.,1 ?`'--Brass Screws--„,: �q 12 Orair(i. e r co Precast Reinforced Concrete Seal with mortar Poured in field Roofing papar NOTE: COPPER BONDING WITH METALIC CONDUIT ONLY DETAIL NO. NO. 5 PULL B O X 15" Foundohon and Sump similar to DETAIL 1 DETAIL NO. 2 NO, 32 PULL SOX ia on a Ns SS a en I ea E_ EN MN w_ a - w.) T 2 z z 1, z Tr go 1 0 0 s (JI z > z ▪ fn CD r rao oxv Z ▪ O to UI -i D m r r -a D m ▪ z Om zo Precast Reinforced Concrete COPPER Ground rod W LONG inscribe TRAFFIC SIGNAL when containing signal cable Approx I/2"space Omit for low voltage circuits 3/8"N.C.x I I/2" H.M.S. with 3"washers 8 2 nut,oll gal.steel Sidewalk Grade Ballast Precast TRANSFORMER Reinforced Concrete --1-Seal with mortor poured in field Roofing paper Extension for Ballast. NO. 5 PULL BOX ( Extended) Drill 6 Countersink fa 3i8" flat head screw Connect bonding jumper to ground rod,metalic conduit or ground wire. Ballast handle SECTION A -A ( with Ballast) NOTE : COPPER BONDING WITH METALIC CONDUIT ONLY 1 1 1 1 1 1 1 1 1 1 1 1 1 COIL OF X14 COPPER_.INSULATED WIRE, 4 WRAPS. FOR DETECTOR_. USE_.___ -- ( APPLICABLE_ONLY_N_LAW N AREAS) FINISHED GRADE IN LAWN. AREA P_V_C_PIPE AS. REQ FINISHED GRADE ON GROUND .COVER____ PVC MAIN ONE_WHOLE BRICK AT EAC.H.._CORNER_ ELECTRIC (24V.)_.VALVE-____._ SEE PLAN FOR .MFG. AND :MODEL _ VALVE MARKER ,TORO 850_- 00 ALIGN SO MARKER_ ..IS_ "CENTERED ON_VALVE STEM (APPLICABLE ONLY IN_LAWN AREAS) " MIN. - IRRIGATION CONTROLWIRES- _� M L.MROVIDE,_24"_EXCESS, COILED VALVE BOX & LID PVC-: LATERAL; MIN I2' -1 -COVER USE_45°_ELLS:_FOR GRADE _. CHANGE—_____ - PYC_ ADAPTORS—_____ .. 4'LAYER _DRAIN ROCK OR _ REA_GRAVEL — ONE _ VALVE_ PER_BOX , NO_..DEB RIS OR_ SOIL .INSIDE_BOX_ ALL. VALVES TO _BE.. EQUIPPED $.-.WITH.-FLOW CONTROL & WING... NUT . PET._. COCK. BOX _SHALL _NOT -.--REST: _UPON .-OR -TO UCH_,VALVE-OR-LAT€RAL-- AT ._ANY _ POINT' _`TEFLON�__TAPE_ REQ'_D_ON_._ALL .THREADED. JOINTS, METAL __ :OR PLASTIC ALL_.THREADED. FITTINGS SHALL BE P.V.C. SCH. 40 HEAVY WALL. arr of SAN A/ATEO CALIFORNIA REMOTE CONTROL VALVE DETAIL._. 9440. DATE 'DRAWN Sri CHECKED !APPROVED - CASE DRAWER SET 7 I 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6" (TYR)) PVC MAIN GALV. UNION NEPTUNE 575 RP DEVICE GALV. NIPPLE FINISHED GRADE GALVINIZED 90° ELL -a 18" WIDE CONCRETE ANCHOR CAST IN PLACE r 1• t PVC MAIN FLOW Or OF SAN MATED REDUCED PRESSURE BACKFLOW PREVENTION DEVICE CALIFORNIA 9440: DATE DRAWN Br CHECKED APPROVED 19 8 2 ADB/BSG err* i DRAWER SE T { L2 FNf./NFFP FINISHED GRADE MINIMUM COVER Ulm' PVC LATERAL.. SEE PLAN FOR TYPE PVC SCH 80 NIPPLE — 4°±. LONG POP-UP SPRINKLER HEAD PVC _SCH 40. ST:.ELL _. _ /.'. arr or SAN MATEO CAL/FORN/A 94403 P O P -� U P SPRINKLER HEAD DATE DRAWN ar CHECKED APPROVED A sel I 1 CASE 1 DRAWER I SET a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COVER _TO _BE_INSCRIBED 'L WATE _ AVAILABLE . FRAME EXTENSION WELD FRAME TO CASING . VALVE BOX TO_BF_._I2LD _014_GA_YFI1 CASING. _FOR.. DIMENSIONS._ E_FRAME _CND -COVER -REF-ER—TO-STD __ DWG._ 3 _ I z_142 OTY OF SAN MATEO CAL/FORMA 9440. IRRIGATION VALVE BOX IN PAVEMENT DATE DRAWN BYr CHECKED 'APPROVED _ f� USE DRAWER SET 1982 TROPE D F. �cr`Trz.¢/ i A I 1 I a SIZE OF PIPE CONCRETE (TYP.) 90° ELL TAR PAPER 11111 CROSS BEARING AREA IN SQUARE FEET TEE OR PLUG 90° ELL 45° ELL 221/2° ELL 4•, 6" B" 3 4 2 • 2 4 45° ELL r3 221/2°ELL WYE NOTES; OI THRUST BLOCKS ARE TO BE POURED AGAINST UNDISTURBED SOIL. 02 ALL. CONCRETE SHALL CONTAIN 6 SACKS OF CEMENT . PER CUBIC YARD. CITY OF SAN MATEO CAL/FOR/NA 94403 IRRIGATION THRUST BLOCKS DATE 1982 DRAWN BY SSG CHECKED 3. T. APPROVED Ica/ /€.4 CITY ENGINEER SE L7 COIL 14 COPPER WIRE:4 WRAPS ; FOR _DETECTOR -USE.-- VALVF ROX_ANO LID • FINISH . GRADE. IN SIDEWALK. - OR GROUND COVER -- _VC_SLEEVE _ .____ "�° O R_ GATE. .-VALVE-- ADAPTOR TORO 850-00. VALVE MARKER-_. //ALIGN. CENTER DE MARKER OVER __VALVE_ STEM._ __FINISH. GRADE IN LAWN AREA._ 41 ONE BRICK. AT _EACH__ *ea CORNER _ .. - - . 411_ LAYER GRAVEL „..---IRRtGATtON. MAINLINE • NOTE _VALVE_B L1D._SHALL: BEDS_ FOLLOWS . _ 9N. LAWN AREAS: CHRISTY 8-9 BOX -WITH D15 -PE/ LID OR APPROVED EQUAL. - —. IN -SIDEWALKS -.OR-GROUNDCOVER-AREAS=-CHRISTY N:.9 W/ T-16' LID OR APPR EQUAL. IN STREETS OR PARKING LOTS: SEE -STANDARD DRAWING 3-1-L6 OTT Of SAN MATEO CAC/FORK/A 94403 GATE VALVE ASSEMBLY DATE '.. DRAWN SYI CNECKEDAPPROVED 7Rn/FF I1 CASE I DRAWER I I SET 1 1 1 1 1 1 1 TYPE 13 PAVING PER STD. DWG. 3-1-791 SCH 40 GALV. NIPPLE 80 PVC ELL 'MORTAR PLAN SECTION A -A, SIDEWALK WATER BOX TY- OF SAN MATEO CAL/FORN/A 94403 SIDEWALK WATER BOX DRAWER DATE DRAWN BY CHECKED APPROVED /f r1982 TRONE D. F. deacL/ J t'i yvc/ C ENGINEER 1 SET L9 1 APPENDIX I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AGREEMENT FOR PUBLIC IMPROVEMENT CITY OF SAN MATEO CITY COUNCIL AWARD THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of California, by and between the CITY OF SAN MATEO, a•• municipal corporation, hereinafter called "City", and hereinafter called "Contractor", as of the day of , 19 RECITAL S: (a) City has taken appropriate proceedings to authorize construction of the public work and improvements or other matters herein provided, and execution of this contract. (b) A notice was duly published for bids for the contract for the improvement hereinafter described. (c) After notice duly given, on the date hereof, the City awarded the contract for the construction of the improvements hereinafter described to Contractor. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the Contract Book therefor entitled: Santa Clara Pump Station and 14" Force Main Improvements 2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is determined by the unit prices contained in Contractor's bid, and shall be paid as described in the Contract Book. In the event work is performed or materials furnished in addition to or a reduction of those set forth in Contractor's bid and the specifications herein, such work and materials will be paid for as described in the Contract Book. 0956p/17 A--1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; the Notice Inviting Sealed Proposals; the Accepted Proposal; the Contract Book which includes the Special Provisions and Contract Drawings, Addendums Number issued to the Contract Book, APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition; the Faithful Performance Bond, and the Labor and Material Bond. All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above —named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents". In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule. All work shall be performed in accordance with the schedule provided pursuant to the Contract Book. 5. Performance by Sureties. In the event of any termination as hereinbefore.provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. 6. Legal Work Day — Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work. Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. The minimum compensation to be paid for labor upon all work performed under this contract unless otherwise designated in the contract documents shall be the general prevailing wage scale established by City, on file with the City Clerk. 0956p/17 A-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8. Liability Insurance. The Contractor shall provide and maintain general liability and automobile liability insurance in the following minimum amounts: 1) general liability, including comprehensive form, personal injury, broad form property damage, contractual, and premises/operation coverage in limits of $1,000,000.00 aggregate, bodily injury and property damage combined; and (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 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. 9. 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, 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, loss, liability, damage or expense arising from (a) the sole negligence orwillful misconduct of City of San Mateo or (b) the active negligence of City San Mateo; further provided, that this provision shall not affect the validity of any insurancecontract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. 10. Attorney Fees. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000 shall be recoverable as costs (that is, by the filing of a cost bill) by prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 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 $5,000 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. 11, Provisions Cumulative. The provisions of this agreement are cumulative, and in addition to and not in limitation of, any other rights or remedies available to City. 12. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Notices required to be given to Contractor shall be addressed as appears in the signature block below. 1 09560/17 A-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 13. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. CONTRACTOR CITY OF SAN MATEO, a municipal corporation By By ATTEST: MAYOR (Typed Name of Person Signing) CITY CLERK 0956p/17 A__4