HomeMy Public PortalAboutMariner's Island #2 and Dale Avenue Sanitary Pump Station Odor Control Improvements (3)1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF SAN MATEO
STATE OF CALIFORNIA
CONTRACT BOOK
MARINER'S ISLAND #2
AND DALE AVENUE
SANITARY PUMP STATION
ODOR CONTROL IMPROVEMENTS
TO BE USED IN CONJUNCTION WITH
APWA - AGC
STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION, 1991
PROJECT NO. 90-7781
MARCH, 1992
PUBLIC WORKS DEPARTMENT
330 West 20th Avenue
San Mateo, California 94403
Telephone (415) 377-3315
0
2:34
1
1
1
I
I
1
1
1
1
11
CITY OF SAN MATEO
STATE OF CALIFORNIA
CONTRACT BOOK
MARINER'S ISLAND #2
AND DALE AVENUE
SANITARY PUMP STATION
ODOR CONTROL IMPROVEMENTS
TO BE USED IN CONJUNCTION WITH
APWA - AGC
STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION, 1991
PROJECT NO. 90-7781
MARCH, 1992
PUBLIC WORKS DEPARTMENT
330 West 20th Avenue
San Mateo, California 94403
Telephone (415) 377-3315
1
1.
1
1
i
1
CONTRACT BOOR
MARINER'S ISLAND #2 AND DALE AVENUE
SANITARY PUMP STATION
ODOR CONTROL IMPROVEMENTS
CITY OF SAN MATEO, CALIFORNIA
* * * * *
CITY'COUNCIL AWARD
CONTRACT DRAWINGS NO. 2-6-78 (5 sheet(s))
TIME OF COMPLETION: 95 Working Days
* * * * *
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
APPENDIX I - AGREEMENT FOR PUBLIC IMPROVEMENT
1067p/31 1
NOTICE INVITING SEALED PROPOSALS
MARINER'S ISLAND #2 AND DALE AVENUE
SANITARY PUMP STATION
ODOR CONTROL IMPROVEMENTS
CITY OF SAN MATEO, CALIFORNIA
1
I
1
1
I
1
1. Sealed bids will be received by the City Council of the City of San
Mateo, California, for odor control/ventilation improvements to two sewage
pumping stations, demolition of a grit collection system and other work as
shown on the Contract Drawings No. 2-6-78 and as described in this Contract
Book and the APWA-AGC Standard Specifications for Public Works Construction,
1991 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 Carla Bissell at the above
address.
3. The estimated construction cost of this project is $72.000. 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 timeof completion for this contract shall be ninety-five (95)
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 determined by the Director of Industrial Relations of the State of
California, in force on the day this bid was announced. 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. Copies of the prevailing wage rates are on file at the City Clerk's
Office. The Contractor is required to post the latest wage determination at
the job site.
1067p/31 2
1
I
1
1
1
1
II
I
1
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.,
March 24, 1992, and they shall be opened and read by a City Representative at
said date and time at a public meeting called by him.
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: March, 1992 /s/ FLORENCE P. RHOADS, MAYOR
1067p/31 3
1
I
1
1
1
11
MARINER'S ISLAND #2 AND DALE AVENUE
SANITARY PUMP STATION
ODOR CONTROL IMPROVEMENTS
CITY OF SAN MATEO, CALIFORNIA
PROPOSAL FORM
TO THE HONORABLE CITY COUNCIL
CITY OF SAN MATEO, CALIFORNIA
DEAR COUNCILMEMBERS:
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, 1991 Edition.
This proposal is submitted in conformance with the requirements of the
APWA-AGC Standard Specifications for Public Works Construction, 1991 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 ( )
1067p/31 4
MARINER'S ISLAND #2 AND DALE AVENUE
SANITARY PUMP STATION
ODOR CONTROL IMPROVEMENTS
1
I1
1
1
r
r
I
1
I
Schedule of Bid Items
Item Description Estimated Unit Total Amount
No. of Work Quantity Unit Price of Item
1. Remove and salvage all
designated items. L.S, $ $
2. Remove and dispose of
all designated items. L.S. $ $
3. Furnish and install FRP
ductwork, fittings and
accessories. L.S. $ $
4. Furnish and install FRP
fan, motor, support and
accessories.
5. Furnish and install access
doors and cover plates, L.S.
6. Furnish and install
electrical/instrumentation. L.S.
7. Furnish and place asphalt
concrete.
8. Furnish and place
gravel.
9. Furnish and place
polyethylene netting.
L.S.
10. Place plastic media.
11. Construct masonry block
wall/footing.
12. Construct slide gate.
13. Mix, furnish and place
biofilter media.
14. Seal railroad tie wall.
15. Furnish and place grout,
finishes, and sealers.
16. Furnish and install
irrigation system.
17. Furnish and install
landscaping.
18. All other items of work
not included in Items 1-7. L,S.
3
11 YD
2600 FT2 $
30 YD3 $ $
70 FT $ $
L.S. $ $
200 YD3 $ $
185 FT $ $
L.S. $ $
L.S. $ $
L.S. $
$ $
$ $
$ $
1067p/31 5
TOTAL
1
1
1
1
1
1
1
1
1
1
i
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.
NAME
DOLLAR
ADDRESS SPECIFIC WORK AMOUNT
(if none, insert the word "none")
1067p/31 6
S
s
$
S
S
S
S
S
S
$
s
S
S
S
I1
1
I
1
I
The undersigned has carefully read the APWA-AGC Standard Specifications for
Public Works Construction, 1991 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 ( ), and the expiration date
is . Further the undersigned certifies that upon
request he will provide evidence of said license.
Pursuant to Business and Professions Code
declare under penalty of perjury that the
contained in the bid for the above titled
that this declaration is made on this
, California.
Section 7028.15 I,
foregoing and the statements
project are true and correct and
day of , 1992, at
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. Further the undersigned agrees to obtain a San Mateo
Business License prior to commencement of work in accordance with
Section SP -2-13, SAN MATEO BUSINESS LICENSE GUIDELINES.
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
BIDDER'S STATEMENT -- SHEET 1
1067p/31 7
1
1
I1
r
I
1
1
I
1
1
I
r
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.
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
BIDDER'S STATEMENT -- Sheet 2
1067p/31 8
1
1
1
1
1
1
1
1
1
1
1
1
r
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,
disability, 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:
1067p/31 9
i
i
1
1
1
I
i
I
1
1
1
1
1
1
1
1
1
CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE
On behalf of the bidder, the undersigned certifies that the Prevailing Wage
Scale, as determined by the Director of Industrial Relations of the State of
California, in force on the day this bid was announced will be paid to all
craftsmen and laborers working on this project. A copy of the correct
determination will be posted at the job site. It is understood that it is the
responsibility of the bidder to determine the correct scale. The City will
try to keep a copy of the current wage scale in the City Clerk's Office for
the convenience of bidders. Any errors or defects in the materials in the
City Clerk's office will not excuse a bidder's failure to comply with the
actual scale then in force. The undersigned understands that weekly certified
payrolls must be submitted for verification.
Title of Project:
Bidder:
By:
Date:
(Name and Title of Person Making Certification)
Questions shall be addressed to:
Department of Labor Relations
Division of Labor Statistics and Research
Prevailing Wage Unit
525 Golden Gate Ave.
P. 0. Box 603
San Francisco, CA 94101
1067p/31 10
MARINER'S ISLAND #2 AND DALE AVENUE
SANITARY PUMP STATION
ODOR CONTROL IMPROVEMENTS
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, 1991 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.
I
I
I
I1
1
I
I
1
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
1067p/31 11
I
11
r
I1
I
I
I
I
i
I
1
a manner satisfactory to the City, and that all materials and workmanship will
be free from original or latent developed defects.
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 untilthe
expiration of such period.
SP -2-5 PLANS AND SPECIFICATIONS - The plans for this project are as follows:
CONTRACT PLANS
Title Drawing No.
Mariner's Island #2 and Dale Avenue Sanitary 2-6-78
Pump Station Odor Control Improvements
SP -2-5.3 SHOP DRAWINGS - All shop drawings shall include the following
information:
1. Product Technical Data - Manufacturer's catalog information, cut sheets,
equipment data plates, performance characteristics (curves), material
specifications, sizes and dimensions, mounting data, accessory data, and
replacement part listing with ordering information.
2. Layout Drawings - Fabrication and construction assembly details including
dimensions, elevations, installation requirements, and location of existing
and proposed structures/equipment. Minimum scale for drawings shall be 1/2" =
1'
The following is a list of items which require shop drawings. Include all
materials and equipment listed for each item in one submittal (i.e., for
Item 2, all information regarding the fan, motor, and accessories shall be
submitted as one shop drawing). The Layout Drawings may include more than one
item.
1. FRP ductwork, fittings, and accessories.
2. Fan, motor, and accessories
3. Electrical/instrumentation equipment, conduit, and wire.
4. Cover plate assembly and access door.
5. Masonry wall and footing.
6. Biofilter media.
1067p/31 12
7. Coating/patching systems.
8. Testing and balancing for systems.
Provide operation and maintenance manuals for Items 2 and 3. Manuals shall
include, at a minimum, recommended installation, storage, handling,
maintenance and operations procedures. Include local service representative's
address and phone number. Upon approval, provide four copies of each 0 & M
manual.
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:
SP -2-6 WORK TO BE DONE
MARINER'S ISLAND #2 PUMP STATION
1. Remove and salvage the following items as indicated on sheet 3 of the
Contract Drawings: a) Grit screw conveyor and chain assembly, including
motors and drive assemblies, b) exhaust fan, c) metal stairs, d) hatch covers
and e) aluminum pole and alarm light.
2. Remove and dispose the following items as indicated on sheets 2 and 3 of
the Contract Drawings: a) 14" asbestos cement pipe; b) 2" spray water system;
c) electrical and control devices, conductors, and conduit; and d) chain -link
fence.
3. Furnish and install 6", 8", 10", 12", and 14" fiberglass reinforced duct
and fittings for ventilation and odor control system.
4. Furnish and install fiberglass odor control fan, motor, frame, concrete
pad, and accessories.
5. Furnish and install electrical equipment, conduit, conductors, and
control devices for operation of the odor control fan and irrigation system,
and relocation of the grit chamber lighting switch.
6. Furnish and place materials necessary for construction of the odor
control biofilter: concrete block containment wall and footing, polypropylene
slide gate, asphalt concrete, 3/4" gravel, drain pipe, polyethylene netting,
and filter media.
7. Furnish and install sprinkler irrigation system and landscaping for the
odor control biofilter.
8. Furnish and install metal cover plates/supports and access door.
9. Core drill existing concrete structures in three locations and grind 6" x
4" concrete curbs on grit chamber.
10. Perform smoke test of odor control piping system prior to placement of
polyethylene netting and filter media. Test and balance the completed odor
control system.
1067p/31 13
DALE AVENUE PUMP STATION
1
1
1
1
1
I
I
i
1
1
1
I
I
1
1. Remove and dispose of 200 cubic yards of "Tillo", a compost derived from
digested sewage sludge and rice hulls. Approximately 100 cubic yards is stock
piled adjacent to the east wall of the biofilter. The remaining compost is
placed over a network of PVC piping (see sheet 1 of the Contract Drawings).
Remove and dispose of the existing permeable fabric (2500 sq. ft.) and replace
with polyethylene netting.
2. Perform smoke test of biofilter piping system after completion of Item 1,
3. Place thirty (30) cubic yards of plastic media (impingement balls),
supplied by the owner, over the existing piping network prior to placement of
the polyethylene netting.
4. Furnish and place new biofilter media.
5. Furnish and install landscaping over biofilter.
6. Furnish and apply filler/sealer for existing railroad tie wall.
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.
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 -2-9 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 $5,000, shall be recoverable
as costs (that is, by the filing of a cost bill) by the prevailing party in
any action or actionsto 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
1067p/31 14
I
I
i
1
I
1
I
I
r
I
1
I
I
1
1
I
1
1
r
contract. The parties expect and hope there will be no litigation and that
any differences will be resolved amicably.
SP -2-13 SAN MATEO BUSINESS LICENSE GUIDELINES - A business license shall be
obtained as required by the San Mateo Municipal Code, Chapter 5. Section
5.24.090 of said Chapter 5 provides the "Every person conducting the business
of contractor shall pay an annual tax as follows: (1) General contractor,
$100.00; (2) all other contractors, $40.00."
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,
orfailure 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.
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 $75,000.00
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
1067p/31 15
1
I
I
I
I
I
r
I
r
I
I
I
r
I
I
I
1
I
r
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.
SP -6-7 TIME OF COMPLETION - The Contractor shall prosecute and work to
completion before the expiration of 95 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 (as adjusted),
the Contractor shall pay to the City of San Mateo, or have withheld from
monies due it, the sum of the amount necessary to cover any add-on costs or
lost revenue and by cost plus and estimate of overhead costs incurred by the
City; e.g., inspection and administrative costs, loss of revenue or the cost
of alternative services during delay, etc.
Execution of the contract under these specifications shall constitute
agreement by the City of San Mateo and Contractor that $100 per day is the
minimum value of the costs and actual damage caused by failure of the
Contractor to complete the work within the allotted time, that liquidated
damages shall not be construed as a penalty, and that the amount calculated by
the City may be deducted from payments due the Contractor if such delay occurs.
SP -6-11 MEDIATION - Should any dispute arise out of this Agreement, any party
may request that it be submitted to mediation. The parties shall meet in
mediation within 30 days of a request. The mediator shall be agreed to by the
mediating parties; in the absenceof an agreement, the parties shall each
1067p/31 16
I
I
f.
I
I
1
1
I
I
I
I
I
1
I
I
i
I
i
submit one name from mediators listed by either the American Arbitration
Association, the California State Board of Mediation and Conciliation, or
other agreed -upon service. The mediator shall be selected by a "blindfolded"
process.
The cost of mediation shall be borne equally by the parties. Neither party
shall be deemed the prevailing party. No party shall be permitted to file a
legal action without first meeting in mediation and making a good faith
attempt to reach a mediated settlement. The mediation process, once commenced
by a meeting with the mediator, shall last until agreement is reached by the
parties but not more than 60 days, unless the maximum time is extended by the
parties.
SP -6-12 ARBITRATION - After mediation above, and upon agreement of the
parties, any dispute arising out of or relating to this agreement may be
settled by arbitration in accordance with the Construction Industry Rules of
the American Arbitration Association, and judgment upon the award. rendered by
the arbitrators may be entered in any court having jurisdiction thereof. The
costs of arbitration shall be borne equally by the parties.
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,
disability 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.
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:
1067p/31 17
I
I
I
I
I
1
l
I
1
U
a
I
I
I
I
A. Prime Contractor
1. The total contract amount is greater than $20,000 with ten or more
employees.
2. The prime contractor has not filed an approved affirmative action plan
with the City in the past six months. If an approved plan has been filed,
the general contractor will be required to file updates to the plan if
any, or a letter acknowledging that the previously submitted plan is still
in effect.
-or-
3. The project is federally funded.
B. Subcontractors '
1. The total amount involved in the subcontract is greater than $10,000
with ten or more employees.
2. The subcontractor has not filed an approved affirmative action plan
with the City in the past six months. If an approved plan has been filed,
the subcontractor will be required to file updates to the plan if any, or
a letter acknowledging that the previously submitted plan is still in
effect.
-or-
3. The project is federally funded.
Each potentially 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, disability 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.
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 workers 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
the proposal form.
1067p/31 18
I
I
1
1
I
1
I
I
j
1
1
1
I
1
I
I
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 and persons with
disabilities 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.
E. File with the City that he will make reasonable accommodations to employ
persons with disabilities.
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.
1067p/31 19
I
I
I
I
a
I
1
1
I
i
I
I
I
I
I
1
I
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 PREVAILING WAGE AND WEEKLY PAYROLL SUBMISSION - The minimum
compensation to be paid for labor upon all work performed under this contract
shall be the general prevailing wage as determined by the Director of
Industrial Relations of the State of California in force on the day the bid
was announced. Copies of the prevailing wage rates are on file at the City
Clerk's Office. Contractor shall post a copy of the prevailing wage rate at
the work site. 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:
A. Commercial General Liability Insurance, occurrence version, with a limit
of not less than $1,000,000 each occurrence. If such insurance contains a
general aggregate limit, it shall apply separately to this Agreement or be no
less than two (2) times the occurrence limit.
B. Automobile Liability Insurance, occurrence version, with a limit of not
less than $1,000,000 each accident. Such insurance shall include coverage for
owned, hired, and non -owned automobiles.
C. Workers Compensation in at least the minimum statutory limits.
D. General Provisions for all insurance. All insurance shall:
1. Include a properly executed policy endorsement naming "the City of San
Mateo, its elected and appointed officers, employees, and volunteers as
additional insureds" with respect to this Agreement and the performance of.
services in this Agreement. The coverage shall contain no special
limitations on the scope of its protection to the above -designated
insureds.
2: Be primary with respect to any insurance or self-insurance programs of
City, its officers, employees, and volunteers.
3. Be evidenced, prior to commencement of services, by properly executed
policy endorsements in addition to a certificate of insurance.
4. Any changes in insurance required herein must be approved in writing
by the City Attorney's office.
1067p/31 20
I
i
l
I
I
1
I
I
1
I
I
I
I
SP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION - Contractor agrees (1) to
hold harmless and indemnify City of San Mateo and its officers and employees
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 or willful misconduct of City of San Mateo or (b)
the active negligence of City of San Mateo; further provided, that this
provision shall not affect the validity of any insurance contract, workers
compensation or agreement issued by an admitted insurer as defined by the
Insurance Code.
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. Contractor shall request and obtain approval'
from City before any lane closures are implemented. 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
1067p/31
21.
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.
SP -9-3.2 TEN PERCENT (10%) RETENTION - To ensure performance City is entitled
to retain ten percent (10%) of the contract price for 35 days after it records
the Notice of Completion. However, pursuant to Government Code §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 -9-3.3 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.
1067p/31 22
I
I
I
1
1
I
j
I1
1
I
I
I
I1
MARINER'S ISLAND #2 AND DALE AVENUE
SANITARY PUMP STATION
ODOR CONTROL IMPROVEMENTS
SPECIAL PROVISIONS
CITY OF SAN MATEO, CALIFORNIA
PART II - CONSTRUCTION MATERIALS
SP -200-1.5.5 SAND GRADATIONS - The sand furnished for bedding of FRP duct
shall conform to the gradation specified on sheet 2, note 5, of the Contract
Drawings.
SP -201-1.1.2 CONCRETE SPECIFIED BY CLASS - Reinforced concrete for the
equipment pad, wall footing and repair of the grit chamber slab shall be Class
560-C-3250, 4" maximum slump, and 3250 psi at 28 days.
SP -201-1.2.1 PORTLAND CEMENT - Cement shall be Portland cement conforming to
ASTM C 150 Type II.
SP -202-2.1.1 MASONRY UNITS - Concrete masonry units shall be 6" x 8" x 16",
standard combed face, and of color selected by engineer. Masonry units
(approximately 14) used at the south end of each containment wall to mount the
slide gate shall be 12" x 8" x 16". Provide mortar cap along perimeter of
biofilter containment wall. Provide 6" precast masonry lintel for opening for
12" FRP duct. Lintel shall carry one #5 bar.
SP -203-6.1 GENERAL - Asphalt concrete for the drainage surface below the
biofilter shall be Type B -AR -4000. Apply tack coat prior to placement of
asphalt.
SP -204-3 RAILROAD TIE WALL FILLER/SEALER - The existing biofilter containment
wall is constructed of creosote treated 6" x 6" x 8' railroad ties. Provide a
non -epoxy coal -tar or tar sealant/filler to seal the inside perimeter of the
containment wall. The final proposed and applied seal shall be air tight.
SP -206-1.4.1 UNFINISHED BOLTS - All bolts and washers shall be 316 stainless
steel, nuts shall be 304L.
SP -206-1.4.3 ANCHOR BOLTS - Anchor bolts shall be 316 stainless steel.
SP -206-1.4.4 EXPANSION BOLTS - Expansion bolts shall be 1/2" Hilti Kwik Bolt,
or equal, 316 stainless steel.
SP -206-6.1 GENERAL - Replace section of fence as shown on sheet 3 of the
Contract Drawings. Install barbed wire and redwood slats to match existing.
SP -206-7 ACCESS DOOR AND COVER PLATES
SP -206-7.1 GENERAL - Access door to fit existing frame. Provide aluminum
frame, to match existing, in location where concrete slab and curb is replaced
by this contract. Door shall be 1/4" aluminum diamond plate with aluminum
stiffeners. All hardware to be 316 stainless steel. Doors shall open 90
degrees, automatically lock into position, and have recessed, locking
handles. Bolt hinges to underside of door, pivot on torsion bars. Door to be
capable of withstanding 300 pounds per square foot live load.
1067p/31 23
I
I
I
I
I
I
I
1
I
I
I
I
1
I
Steel cover plates shall conform to ASTM A786 and have a minimum yield
strength of 24ksi. All plate shall be diamond pattern and galvanized.
SP -207-17.1 GENERAL - Provide 3" Class 100 PVC with minimum wall thickness of
.086 inches. Provide 3/8" perforations around a six-inch long section of pipe
as shown on sheet 4 of the Contract Drawings.
SP -207-20 FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK AND FITTINGS
SP -207-20.1 GENERAL - This subsection applies to the requirements for FRP
ductwork and fittings for odor control and ventilation of the Mariner's Island
#2 Pump Station wetwell and grit chamber.
SP -207-20.2 CONSTRUCTION REQUIREMENTS - Ductwork and fittings fabricated for
this project shall meet all requirements of the following standards:
1. American Society for Testing and Materials (ASTM):
a. D3299 - Filament wound glass fiber reinforced thermoset resin.
b. D2996 - Filament wound pipe.
c. D4097 - Hand laid -up shapes.
d. E-84 - Tunnel test.
2. National Bureau of Standards (NBS) - PS -15-69.
3. Underwriter's Laboratory, Inc. (UL) - 181 equivalency test.
4. American Society of Heating, Refrigerating, and Air Conditioning Engineers
(AHSRAE) - Handbook of Fundamentals, Chapter 33, Duct Design. -
5. Factory Mutual (FM) - Standard 4922 modified for smoke removal rating.
All resins used in the fabrication of FRP ductwork shall have been in use for
a period of five years in similar projects and approved and applied in
accordance with the duct manufacturer's published technical criteria. All
ductwork and fittings shall be of seamless construction longitudinally;
materials may not be cut from molds and rebonded.
SP -207-20.3 SITE CONDITIONS - The airstream to be transported is saturated
air with a potential for 20 ppm hydrogen sulfide and a temperature range of 35
to 120 degrees Fahrenheit. The materials provided for ventilation and odor
control shall be suitable for use in the atmosphere described above.
•
SP -207-20.4 MATERIAL AND DESIGN FEATURES
SP -207-20.4.1 MATERIAL - The internal liner shall be a resin -rich polyester
liner with C -veil glass. Minimum liner thickness shall be 100 mils. Resins
used shall not contain fillers except as required for viscosity control or
fire retardance.. Minimum glass content shall be 50%.. All field jointsto be
made with glass and resin to match ductwork.
SP -207-20.4.2 DESIGN FEATURES - Ductwork shall be supplied with flanged
connections to equipment, bell and spigot ends, and shallhave a minimum wall
thickness of .125 inches. Field joints shall have a minimum thickness which
matches the ductwork, a minimum width of 4 inches, and a minimum of one wrap.
1067p/31 24
I
I
I
I
I
I
1
1
I
1
I
1
1�
1
I
I
1
The following minimum physical properties are required for all ductwork and
fittings:
1. Thermal conductivity (K value): 1.7 BTU/HR/FT(2)/DegF/IN.
2. Specific gravity: 1.4 to 1.9
3. Thermal co -efficiency of expansion: 9 to 14x10-6 IN/IN/DegF
4. Barcol hardness: 40 to 55
5. Heat distortion temperature: 210 to 310 DegF at 260 psi
6. Compressive strength: 15,000 to 25,000 psi
7. Tensile strength: 12,000 psi
8. Flexural strength: 19,000 psi
9. Flexural modulus: 700,000 to 900,000 psi
10. Water absorption: 0.18 percent at 24 hours ambient temperature.
11. Temperature limits: 250 DegF continuous.
12. Minimum flame spread of 5 and a smoke developed rating of less than 10.
Ductwork shall be capable of withstanding a temporary live load of 250 pounds
per square foot. Ductwork and fittings located outdoors shall beprotected
against ultraviolet degradation and weather erosion. External surfaces shall
be painted with a two coat polyurethane coating after installation. Use
Porter International 7510 Magna -Coat or equal for primer and Porter
International 8731 Hythane Ultra for top coat. No intumescent paints may be
used.
SP -207-20.5 FITTINGS AND ACCESSORIES
SP -207-20.5.1 FITTINGS - All elbows and bends shall have a smooth sweep with
a centerline radius of 1.5 times the elbow diameter. Tap joints shall have
inside surfaces finished with one layer of glass mat and veil thoroughly
impregnated with resin.
FRP ductwork shown as perforated shall have two staggered rows of 3/8"
perforations (each 45 degrees off center), perforations to be 4 inches apart.
SP -207-20.5.2 ACCESSORIES - Provide round dampers for the 10" and 8" odor
control ductwork suitable for 10 inches W.G. pressure differential. Dampers
shall be single butterfly blade, locking -quadrant type with non-metallic
shaft and external shaft bearing mounts. Gaskets shall be provided as
necessary to ensure process gases do not leak through damper positioner.
Dampers shall contain indicatorsto show open and closed positions.
Hangers and supports for indoor ductwork shall be as shown in the details on
the Contract Drawings. All stainless steel shall be 316. Provide Grinnell
pipe saddle supports, and riser pipes for the 12", 10" and 8" odor control
ductwork. Provide anti -abrasion shields to allow expansion and contraction of
the duct, per duct manufacturer.
SP -208-7 PENETRATION SEALS - Provide Link -Seal pipe -to -wall penetration seals
at locations shown on drawings. Provide wall sleeves as recommended by seal
manufacturer.
SP -209-2.5 CONTROL EQUIPMENT - Verify motor horsepower ratings and other
equipment loads from approved equipment submittals and/or suppliers. Change
circuit breaker and/or starter size as necessary to meet verified ratings.
1067p/31 25
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
Provide combination full voltage magnetic starter for odor control fan to be
mounted in the existing MCC. Provide guides in MCC for supporting and
aligning unit starter during removal or. replacement.
Provide motor circuit protector (MCP) type circuit breaker. Clearly indicate
on operating handle whether circuit breaker is ON, OFF, or TRIPPED. Provide
means to lock circuit breaker in OFF position with padlock. Provide six -digit
readout elapsed time meter. Provide heavy-duty, oil tight/water tight
indicating lights.
Provide a safety switch mounted at the odor control fan location. Do not
mount to enclosure of equipment. Safety switch shall be corrosion -resistant
(NEMA 4X) with the "off" and "on" positions clearly marked. Provide means to
lock switch in the "off" position.
Provide an Ashcroft Duragauge, or equal, pressure gauge. Range shall be 0 to
10 inches of water. Construct case, ring, bourdon tube, socket, and
connection tubing of 316 stainless steel. Provide a 4 -inch diameter dial,
with white face, black numerals and black pointer. Liquid fill with ethylene
glycol. Calibrate gauge at jobsite with manufacturer's instructions. Insure
gauge accuracy to within 1% of full range.
SP -210-6 EPDXY
SP -210-6.1 COAL TAR - Provide Tnemec 46H-413 Hi Build Tneme-Tar (15 mils) for
coating the interior of the concrete masonry biofilter wall and Tnemec Series
156 for exterior coating (prime and finish coat 6 mils each) of the concrete
masonry wall.
Provide Tnemec 46-449 Heavy Duty Black (12 mils)for use on concrete and steel
in the wetwell and grit chamber interiors. Provide Tnemec 63-1500 Filler and
Surfacer or Ceilcote HT648 for use as non -shrink, epoxy grout and topcoat with
Tnemec 46-449.
Provide Tnemec Series 135 and 74 for prime and finish coating (2.5 mils each)
of galvanized steel cover plates and supports.
SP -212-1.2.6 BIOFILTER MEDIA - Biofilter media shall be composed of peat moss
and mushroom compost at a ratio of 2:1. Media components shall be equivalent
to those provided by Lyngso Materials. Media shall be thoroughly mixed off
site and delivered to the Dale Avenue Pump Station within three weeks after
notice to proceed. Media shall be placed on plastic tarp to a maximum height
of five feet.
SP -212-1.4.4 FLATTED PLANTS - Provide Lamprarithus coccineus (iceplant) or
Crassula Iycopodiodes (club moss crassula) from flats to be planted 18"
on -center over entire surface of each biofilter. All plant materials, within
two years following the final acceptance of the project, determined by the
Engineer to be other than the species and/or variety specified, shall be
replaced by the Contractor to the equal condition of adjacent plants at the
time of replacement.
SP -212-2 IRRIGATION SYSTEM MATERIALS - Provide Toro Series 570 Sprinkler
System.
1067p/31 26
i
I
I
I
1
I
I
I
I
I
I
I
I
SP -213-2.1 GEOTEXTILES. GENERAL, - Polyethylene netting to be Tensor TM 3000
or equal.
SP -215 EQUIPMENT
SP -215-1 GENERAL - The following specifications set forth the requirements
for the odor control fan; motor, and accessories.
SP -215-2 SITE CONDITIONS - The airstream to be transported is saturated air
with a potential for 20 ppm hydrogen sulfide and a temperature range of 35 to
120 degrees Fahrenheit. The materials provided for ventilation and odor
control shall be suitable for use in the atmosphere described above.
SP -215-3 CONSTRUCTION REQUIREMENTS - Construction of the fiberglass odor
control fan shall comply with ASTM D4167 and shall be tested and rated
according to AMCA Standard 210-74 and shall bear the AMCA seal.
Odor control fan, fittings, and accessories shall be suitable for permanent.
outdoor installation.
SP -215-4 MATERIAL AND DESIGN FEATURES
SP -215-4.1 MATERIAL, - Fan housing, with drain, and wheel shall be of solid
FRP construction and shall include an FRP encapsulated steel hub and stainless
steel shaft. Fasteners to be type 316 stainless steel. Provide static
grounding of fan by graphite impregnation or equal method.
SP -215-4.2 DESIGN FEATURES - The odor control fan shall be an FRP Radial Fume
Exhauster with a design capacity of 680 CFM @ 5" static pressure • and 2100
rpm. The radial blade type wheel shall have a minimum diameter of 14". Fan
arrangement shall be clockwise bottom horizontal.
Fan shall be statically and dynamically balanced. Inlet and outlet shall be
round and flanged. Fan bearings shall be visible and accessible for
inspection and maintenance and shall not be enclosed within the fan housing.
SP -215-5 ACCESSORIES. MOTOR. AND SPARE PARTS
SP -215-5.1 ACCESSORIES - Provide a 1" FRP drain with corrosion resistant
valve assembly located below the housing. Provide flanged outlet damper to
match the fan outlet flange.
Fan shall be provided with vibration isolation mounts suitable for outdoor
exposure. Fan motor and shaft shall be provided with an enclosure rated NEMA
4X.
SP -215-5.2 MOTOR - Motor and fan shall be rated for 208 volt, 3 phase, 60
hertz, four wire service.
SP -215-5.3 SPARE PARTS - Provide the following spare parts: one set of
bearings, two sets of drive belts, and one motor identical to the one
installed.
SP -216 .POLYPROPYLENE SHEET - Provide 4' x 9' x 3/4" sheet as indicated on
sheet 4 of the Contract Drawings. Sheet shall have a maximum weight of 150
pounds.
1067p/31 27
I
•
l
PART III - CONSTRUCTION METHODS
SP -300-1.3.1 REMOVAL AND DISPOSAL OF MATERIAL. GENERAL - Remove and dispose
of 200 cubic yards of "Tillo" and 2500 square feet of permeable fabric from
the Dale Avenue Pump Station site. Approximately 100 cubic yards is placed
over a network of PVC piping and within a four foot high railroad tie wall
(see sheet 1 of the Contract Drawings). Protect existing piping network,
irrigation system, and wall from damage during removal of designated
material. Transport and legally dispose of all material removed.
SP -300-11 POLYETHYLENE NETTING - During placement of netting, provide a
minimum of 10" at each overlap location.
SP -301-2.1 UNTREATED BASE. GENERAL - Protect fiberglass reinforced plastic
pipe from damage during placement of 3/4" gravel in biofilter.
SP -301-6 PLACEMENT OF BIOFILTER MEDIA - Media shall be placedin maximum
vertical lifts of 12". After placement of each lift, the media shall not be
compacted or disturbed.
SP -303-1.1 CONCRETE STRUCTURES. GENERAL - Construction of the concrete pad
and repair of the grit chamber structure shall conform to the provisions in
Section 303-1 of the Standard Specifications and shall have a Class 1 surface
finish as outlined in Section 303-1.9.3.
SP -303-1.12 CONCRETE STRUCTURES. CORE DRILLING - Core drill with non -impact
type equipment. Mark opening and drill small (3/4" or less) holes through
structure following opening outline. Cut opening outline on both surfaces
then knock out within sawcuts using impact type equipment using extreme
caution not to chip or spell face of surface to remain intact. Opening to be
sized per Link -Seal manufacturer.
SP -303-4.1.2 CONCRETE BLOCK MASONRY. CONSTRUCTION - Construct containment
walls for biofilter to conform to the provisions in Section 303-4 of the
Standard Specifications. Provide reinforcing as shown on the contract
drawings. In addition, reinforce the opening for the 12".FRP duct and provide
vertical reinforcement (!t5 bars) for masonry units used to mount the slide
gate. Biofilter containment walls shall be water tight and air tight.
SP -306-5 ABANDONMENT OF CONDUITS AND STRUCTURES - Dispose of or salvage items
designated for removal as described in the Contract Drawings and/or in Section
2-6 of the Special Provisions.
SP -306-5.1 REMOVAL AND DISPOSAL OF MATERIALS FROM MARINER'S ISLAND #2 PUMP
STATION - Remove all debris, rubbish, and materials resulting from cutting,
demolition or patching operations. Materials removed shall be transported and
legally disposed of off site.
SP -306-5.2 REMOVAL AND SALVAGE OF MATERIALS FROM MARINER'S ISLAND #2 PUMP
STATION - All items designated for salvage shall be protected from damage and
delivered to the City of San Mateo Wastewater Treatment Facility. Thoroughly
clean, including removal of rust, and dry equipment and parts.
SP -308 LANDSCAPE AND IRRIGATION INSTALLATION - Install irrigation system per
supplier's recommended installation instructions.
1067p/31
28
I
L
I
1
I
I
I
I
1
I
I
SP -310-1 PAINTING. GENERAL
Section 310 of the Standard
coatings in accordance with
application instructions.
- In addition to the requirements listed in
Specifications, prepare surfaces and apply
the paint manufacturer's preparation and
SP -313 INSTALLATION OF FRP DUCTWORK AND FITTINGS - Install ductwork in
accordance with the duct manufacturer's erection/installation instructions and
the following:
1. All joints shall be flanged or sleeved and made water tight and air tight.
2. All ductwork shall be pitched away from fan at no less than 1/4" per ten
foot length.
3. Duct shall be factory assembled in maximum practical lengths, ten foot
minimum.
4. Coordinate duct installations with installation of accessories, dampers,
and other associated trades.
equipment, controls
5. Support ductwork in manner complying with SMACNA. Install duct
with sufficient clearance to provide for expansion.
6. Provide for connection of pressure gage as shown on sheet 4 of the
Contract Drawings.
Provide two 1/2" taps with pipe thread and plugs for use with a Pitot tube.
Install on ductwork at inlet and discharge side of fan per direction of Owner.
SP -314 INSTALLATION OF ODOR CONTROL FAN AND ACCESSORIES - Install in
accordance with manufacturer's instructions and approved shop drawings.
SP -315 TESTING AND BALANCING OF ODOR CONTROL SYSTEM - Smoke test shall
include the following: 1. Provide a smoke source (smoke bomb) at the inlet to
the fan, with the fan operational, and 2. Provide enough smoke to run the test
for 60 seconds. The smoke will be used as an indicator for leaks and to
demonstrate the efficiency of the biofilter piping system.
Employ and pay for services of an Independent Testing and Balancing Firm
certified by Associated Air Balance Council (AABC) and/or National
Environmental Balancing Bureau (NEBB). Do not begin testing until Odor
Control System is in full working order.
Comply with the following testing procedures for air balance testing:
1. Obtain fan RPM, CFM, and static pressure at outlet and inlet.
2. Obtain motor full load amperes.
3. Adjust dampers in air ducts to design CFM and permanently mark position.
4. Submit completed data forms and test reports upon completion of testing
and balancing.
in support
1067p/31 29
!,
,1
1
I
I
`.
I
I
I
I
I
I
I
I
APPENDIX I
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
RECIIAL 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:
Mariner's Island #2 and Dale Avenue Sanitary Pump Station Odor Control
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
1067p/31 A-1
Said price is determined by the 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.
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, the APWA-AGC Standard Specification for Public Works
Construction, 1991 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 viceversa, 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 unless such excess work is
compensated for at not less than 1-1/2 times the basic rate of pay.
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
1067p/31 A-2
I
I
I
I
1
1
1
I
I
I
I
t
t
I
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 as determined by
the Director of Industrial Relations of the State of California, in force on
the day this bid was announced. Copies of the prevailing wage rates are on
file at the City Clerk's Office.
8. Insurance. The Contractor shall provide and maintain:
A. Commercial General Liability Insurance, occurrence version, with a
limit of not less than $1,000,000 each occurrence. If such insurance contains
a general aggregate limit, it shall apply separately to this Agreement or be
no less than two (2) times the occurrence limit.
B. Automobile Liability Insurance, occurrence version, with a limitof
not less than $1,000,000 each accident. Such insurance shall include coverage
for owned, hired, and non -owned automobiles.
C. Workers Compensation in at least the minimum statutory limits.
D. General Provisions for all insurance. All insurance shall:
1. Include the City of San Mateo, its elected and appointed
officers, employees, and volunteers as insureds with respect to this Agreement
and the performance of services in this Agreement. The coverage shall contain
no special limitations on the scope of its protection to the above -designated
insureds.
2. Be primary with respect to any insurance or self-insurance;
programs of City, its officers, employees, and volunteers.
3. Be evidenced, prior to commencement of services, by properly
executed policy endorsements in addition to a certificate of insurance.
4. 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 and employees
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 or willful misconduct of City of San Mateo or (b)
the active negligence of City of San Mateo; further provided, that this
provision shall not affect the validity of any insurance contract, 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
1067p/31 A-3
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. Mediation. Should any dispute arise out of this Agreement, any
party may request that it be submitted to mediation. The parties, shall meet
in mediation within 30 days of a request. The mediator shall be agreed to by
the mediating parties; in the absence of an agreement, the parties shall each
submit one name from mediators listed by either the American Arbitration
Association, the California State Board of Mediation and Conciliation, or
other agreed -upon service. The mediator shall be selected by a "blindfolded"
process.
The cost of mediation shall be borne equally by the parties. Neither
party shall be deemed the prevailing party. No party shall be permitted, to
file a legal action without first meeting in mediation and making a good faith
attempt to reach a mediated settlement. The mediation process,once commenced
by a meeting with the mediator, shall last until agreement is reached by the
parties but not more than 60 days, unless the maximum time is extended by the
parties.
12. Arbitration. After mediation above, and upon agreement of the
parties, any dispute arising out of or relating to this agreement may be,
settled by arbitration in accordance with the Construction Industry Rules of
the American Arbitration Association, and judgment upon the award rendered by
the arbitrators may be entered in any court having jurisdiction thereof. The
costs of arbitration shall be borne equally by the parties.
13. 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.
14. 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 thesignature block below.
15. Interpretation. As used herein any gender includes each other
gender, the singular includes the plural and vice versa.
1067p/31 A-4
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
MAYOR
I
1
1
t
I
I
I
I
I
1
1
By ATTEST:
(Typed Name of Person Signing) CITY CLERK
1067p/31 A-5