Loading...
HomeMy Public PortalAboutMariner's Island Pump Station Number 2 Repair of 14' AC Force MainCITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK MARINERS ISLAND PUMP STATION NO. 2 REPAIR OF I4" AC FORCE MAIN TO BE USED IN CONJUNCTION WITH APWA - AGC STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PROJECT NO 09-90-7521 DATE JULY 1980 PUBLIC WORKS DEPARTMENT 330-W.20th AVENUE SAN MATEO, CALIF. TELEPHONE (415) 574-6790 NOTICE INVITING SEALED PROPOSALS MARINER'S ISLAND PUMP STATION NO. 2 Repair of 14" AC Force Main CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for removing a broken portion of a 14" AC sanitary sewer force main and furnishing and installing new pipe, an eccentric valve with actuator, a reducing dresser coupling, a precast concrete vault, excavation, and other work as shown on the Contract Drawings No. 4-23-15 (1 sheet) and as described in the Special Provisions and APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto. 2. The Contract Book, plans Works Department, City Hall, non-refundable fee of $5 per and 330 set proposal forms are available at the Public West 20th Avenue, San Mateo, California. A is required. 3. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not -less -than ten percent (10%) of the aggregate amount of the bid. 4. The Contractor Affirmative Action SP -7-2.3.9. is notified that he shall comply with the requirements for as set forth in Special Provisions SP -7-2.3.1 through 5. The time of completion for this contract shall be seventy-five (75) working days, beginning from the date of Notice to Proceed. 6. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept or reject any items of the bid. 7. The general prevailing rate of wages applicable to the as shown on the Prevailing Wage Scale - General on file in City Clerk. The Contractor is required to post the latest at the job site. 8. Said sealed proposals shall be delivered to the City 330 West 20th Avenue, San Mateo, California 94403, at or Tuesday, September 2, 1980, and they shall be opened and Manager at said date and time at a public meeting called 9. Said City Manager shall report the Council at a later date, at which time to the lowest responsible bidder as so dictate, City Council may exercise its any or all bids. 10. The City retention for the Notice of work to be done is the office of the wage determination Clerk, City before 2:00 read by the by him. Hall, p.m., City results of the bidding to the City the City Council may award the contract reported; or as the City's interest may right. to modify the award or to reject reserves the right to retain a period of thirty-five (35) Completion with the County. Dated: July, 1980 the Contractor's ten percent calendar days beyond the filing of JOHN J. MURRAY, JR. /s/ MAYOR P-PWn-28 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main CITY OF SAN MATEO, CALIFORNIA PROPOSAL FORM TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA GENTLEMEN: FOR THE TOTAL SUM OF computed from the unit and/or (use figures only) lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown on the Contract Drawings. All work shall conform to the lines, grades and dimensions shown on said drawings and shall be done in accordance with the Special Provisions and the APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS (1 sheet) and BIDDER'S STATEMENT (2 sheets). The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor's Signature Date P-PWn-29 Mariner's Island Pump Station No. 2 5-6-1980 Repair of 14" AC Force Main By: S.D. Schedule of Bid Items Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Remove pipe and $ $ excavate vault pit L.S. L.S. 2. F & 12'-10-1/4" of 14" $ $ dia., ductile iron pipe, coated and lined 2.85 L.ft. 3. F & I 5'-5" of 6" $ $ ductile iron pipe, coated and lined 5.50 L.ft. 4. F & I 6" -90° long $ $ radius bend, coated and lined L.S. L.S. 5. F & I 14" DeZurik $ eccentric valve 1 ea 6. F & I 6" DeZurik $ eccentric valve 1 ea 7. F & I 14" ID poly- $ ethylene pipe, class 110 2.18 Lin. Ft. 8. F & I Dresser coupling $ Style 62 1 ea 9. F&I6' x9' x7' $ utility vault 1 ea 10. Reconstruct pump house $ knock -out wall section L.S. L.S. 11. F & I Impervious material 3 cu. yds. 12. F & I 36# magnesium $ (sacked) anode 2 ea 13. Const. PCC, pad $ blocks and wedges 14. Pump sewage 15. Install sump pump, piping and conduit L.S. L.S. L.S. L.S. L.S. L.S. TOTAL P-P-PWn-31 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main 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 (1) percent of the general contractor's total bid. 2. The portion and dollar amount of work which will be done by each subcontractor. NAME ADDRESS (if none, insert the word "none") SPECIFIC WORK DOLLAR AMOUNT P-PWn-32 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any'part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's band. The undersigned further certifies that he is licensed by the State of California as a Contractor, that the license is now in force and that the number and class is Class ( ). Remarks: It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file said contract together with the necessary bonds and certificates of insurance in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within ten (10) 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 above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not named herein, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage of any kind whatever. BIDDER'S STATEMENT -- SHEET 1 P-PWn-33 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main 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 Non -Signing Officers) Signature Date A CORPORATION Post Office Address Name of State Where Chartered If PARTNERSHIP, Sign Below (Show Names of Non -Signing Partners) PRESIDENT Date Name of Partners Signature SECRETARY Date Date TREASURER Date Post Office Address Post Office Address BIDDER'S STATEMENT -- Sheet 2 P-PWn-34 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main 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: P-PWn-35 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE On behalf of the bidder making this proposal, the undersigned certifies that either the Prevailing Wage Scale, adopted by City Council Resolution 3 (1979) dated March 5, 1980, or Federal Area Wage Determination, Decision #CA 80-5110 (including all modifications), whichever is higher, will be paid to all craftsmen and laborers working on this project. A copy of the applicable wage determination is available in the Public Works Department. Title of Project Bidder By (Name and Title of Person Making Certification) Date Note: Contractor will be obligated, per Federal Requirements, to submit weekly pay sheets for Federal Verification, if applicable. P-PWn-36 NOTICE INVITING SEALED PROPOSALS MARINER'S ISLAND PUMP STATION NO. 2 Repair of 14" AC Force Main CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for removing a broken portion of a 14" AC sanitary sewer force main and furnishing and installing new pipe, an eccentric valve with actuator, a reducing dresser coupling, a precast concrete vault, excavation, and other work as shown on the Contract Drawings No. 4-23-15 (1 sheet) and as described in the Special Provisions and APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto. 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A non-refundable fee of $5 per set is required. 3. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not -less -than ten percent (10%) of the aggregate amount of the bid. 4. The Contractor is notified that he shall comply with the requirements for Affirmative Action as set forth in Special Provisions SP -7-2.3.1 through SP -7-2.3.9. 5. The time of completion for this contract shall be seventy-five (75) working days, beginning from the date of Notice to Proceed. 6. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept or reject any items of the bid. 7. The general prevailing rate of wages applicable to the work to be done is as shown on the Prevailing Wage Scale - General on file in the office of the City Clerk. The Contractor is required to post the latest wage determination at the job site. 8. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., Tuesday, September 2, 1980, and they shall be opened and read by the City Manager at said date and time at a public meeting called by him. 9. Said City Manager shall report the Council at a later date, at which time to the lowest responsible bidder as so dictate, City Council may exercise its any or all bids. 10. The City retention for the Notice of results of the bidding to the City the City Council may award the contract reported; or as the City's interest may right to modify the award or to reject reserves the right to retain the Contractor's a period of thirty-five (35) calendar days beyond Completion with the County. Dated: July, 1980 P-PWn-28 ten percent the filing of JOHN J. MURRAY, JR. /s/ MAYOR Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main CITY OF SAN MATEO, CALIFORNIA CONTRACT DRAWINGS NO. 4-23-15 (1 sheet) TIME OF COMPLETION: 75 Working Days CONTENTS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BI➢DER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION SPECIAL PROVISIONS CONTRACTOR'S SIGNATURE DATE P-PWn-27 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main CITY OF SAN MATEO, CALIFORNIA PROPOSAL FORM TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA GENTLEMEN: FOR THE TOTAL SUM OF computed from the unit and/or (use figures only) lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown on the Contract Drawings. All work shall conform to the lines, grades and dimensions shown on said drawings and shall be done in accordance with the Special Provisions and the APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS (1 sheet) and BIDDER'S STATEMENT (2 sheets). The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor's Signature Date P-PWn-29 Mariner's Island Pump Station No. 2 5-6-1980 Repair of 14" AC Force Main By: S.D. Schedule of Bid Items Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Remove pipe and $ $ excavate vault pit L.S. L.S. 2. F & 12'-10-1/4" of 14" $ $ • dia., ductile iron pipe, coated and lined 2.85 L.ft. 3. F & I 5'-5" of 6" $ $ ductile iron pipe, coated and lined 5.50 L.ft. 4. F & I 6" -90° long $ $ radius bend, coated and lined L.S. L.S. 5. F & 114" DeZurik $ $ eccentric valve 1 ea 6. F & I 6" DeZurik $ $ eccentric valve 1 ea 7. F & I 14" ID poly- $ $ ethylene pipe, class 110 2.18 Lin. Ft. 8. F & I Dresser coupling $ $ Style 62 1 ea 9. F & I 6' x 9' x 7' $ $ utility vault 1 ea 10. Reconstruct pump house $ $ knock -out wall section L.S. L.S. $ $ 11. F & I Impervious material 3 cu. yds. 12. F & I 36# magnesium $ $ (sacked) anode 2 ea 13. Const. PCC, pad $ $ blocks and wedges L.S. L.S. $ $ 14. Pump sewage L.S. L.S. 15. Install sump pump, piping $ $ and conduit L.S. L.S. TOTAL $ P-P-PWn-31 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main 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 (1) percent 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") P-PWn-32 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a Contractor, that the license is now in force and that the number and class is Class ( ). Remarks: It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file said contract together with the necessary bonds and certificates of insurance in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within ten (10) 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 above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not named herein, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage of any kind whatever. BIDDER'S STATEMENT -- SHEET 1 P-PWn-33 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main Enclosed find bond or certified check or cashier's check No. 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 Non -Signing Officers) Signature Date A CORPORATION Post Office Address Name of State Where Chartered If PARTNERSHIP, Sign Below' (Show Names of Non -Signing Partners) PRESIDENT Date Name of Partners SECRETARY Date Signature Date TREASURER Date Post Office Address Post Office Address BIDDER'S STATEMENT -- Sheet 2 P-PWn-34 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main 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: P-PWn-35 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE On behalf of the bidder making this proposal, the undersigned certifies that either the Prevailing Wage Scale, adopted by City Council Resolution 3 (1979) dated March 5, 1980, or Federal Area Wage Determination, Decision I/CA 80-5110 (including all modifications), whichever is higher, will be paid to all craftsmen and laborers working on this project. A copy of the applicable wage determination is available in the Public Works Department. Title of Project Bidder By Date (Name and Title of Person Making Certification) Note: Contractor will be obligated, per Federal Requirements, to submit weekly pay sheets for Federal Verification, if applicable. P-PWn-36 Mariner's Island Pump Station No. 2 Repair of 14" AC Force Main SPECIAL' PROVISIONS CITY OF SAN tATEO, CALIFORNIA PART I GENERAL - The work embraced herein shall be done according to the APWA- AGC Standard Specifications for Public Works Construction, 1979 Edition, and all addenda thereto, and according to these Special Provisions. These 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 - 1 -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., 1-2). SP -2-1 AWARD OF CONTRACT - The contract may be awarded to the lowest responsible bidder. In determining lowest responsible bidder careful consideration by City shall be given to each item of bid. The City reserves the right to amend or reject any or all proposals and also to select or reject any of the bid items as City sees in its best interest. 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 therefor 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: Title Drawing No. Mariner's Island Pump Station No. 2 4-23-15 (1 sheet) Repair of 14" AC Force Main P-PWn-37 SP -2-5 PLANS AND SPECIFICATIONS (cont.) SP -2-6 WORK TO BE DONE - 1) Cut and remove approximately 8 feet of an existing 14" AC force main and approximately 3 feet of cast iron pipe connecting pump discharge line. to the existing 14" AC force main; 2) Perform additional minor excavation at the repair pit location; presently the dimensions of the repair pit are 6' x 8' x 7' deep. 3) Furnish and install a piece of 14" I.D. coated and lined ductile iron pipe, 2 DeZurik eccentric valves, a piece of 14" ID polyethylene pipe, a reducing dresser coupling in order to eliminate the existing broken. pipe and provide a deflection freedom of movement of approximately 6" in the event that there is further settlement of the 14" AC force main and the ground• adjacent to the pump station. 4) Furnish and install a precast utility vault with lockable door and fiberglass steps, over the newly installed pipes and valve. 5) Furnish and install 2-36# magnesium anodes to prevent damaging electrolytic action to DeZuirik valve and dresser coupling. 6) Furnish and install 3/4" drain rock backfill at the bottom of the utility vault. 7) Knock out wall section of the pump station where the existing force main leaves the station and reconstruct the wall after the repair work is completed. P-PWn-38 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. 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 $12,000 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 two (2) days prior to commencing work. SP -5-1.1 UTILITIES NOT SHOWN ON PLANS - Should the Contractor, while performing the work under the contract, discover utility facilities not identified in the contract plans or specifications, he shall immediately notify the Inspector in person or by phone, and also shall immediately notify the City in writing. SP -6-1.1 CONSTRUCTION SCHEDULE - A preconstruction conference will be held at a location selected by the City approximately three (3) days after receipt of the construction schedule for the purposes of review and approval of said schedule and to discuss construction procedures. The Contractor shall be represented by his superintendent of work. The City will be represented by members of the organization having direct control of supervision of the project. SP -6-6.1 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 75 working days. • The City will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. 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 non -emergency 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. P-PWn-39 SP -7-2.3.4 STANDARDS OF NONDISCRIMINATION A. The successful bidder and each subcontractor shall undertake affirmative action to insure 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. 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 the proposal form. Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. 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 pre -award conference, the potentially lowest responsible bidder shall demonstrate that he meets the following minimum standards of affirmative action: A. File with the City his affirmative action plan indicating the steps he is taking to encourage and assist members of minority groups to become qualified workers. Such a plan will include practices with respect to: recruitment; employment; compensation; promotion or demotion; and selection for training. Practices with respect to the above shall demonstrate the extent to which the contractor has or participates in a training program to assure potential employees ample opportunity more fully to qualify for jobs and to assure existing employees adequate opportunity for upgrading and equal opportunity for advancement and promotion. B. File with the City evidence that he has notified his supervisors, foremen and other personnel officers and all subcontractors of the commitments to be assumed under these specifications. P—PWn-41 SP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS (cont.) 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. 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 $5,000 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 -7-3.1 LIABILITY INSURANCE - The coverage shall provide the following minimum limits: bodily injury - $250,000 each person, $500,000 each occurrence, $500,000 aggregate products and completed operations; property damage - $100,000 each occurrence, $250,000 aggregate. A combined single limit policy with aggregate limits in the amount of..$1,000,000 will be considered equivalent to the required minimum limits. The insurance policy shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents and employees as additional insureds. SP -7-7 COOPERATION AND COLLATERAL WORK - The City will be installing electrical conduit concurrently with contractor's operations. In addition, the City, at its convenience, may obtain other contractors to do additional or supplementary work on same job and/or job site at same time as Contractor without penalty or cost to 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 Public Works "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," latest edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will becomea part of the requirements of the contract. P-PWn-42 SP -7-10.1 TRAFFIC AND ACCESS (cont.) 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. 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 -7-15 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 -9-4 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 -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 -9-3.1 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. P-PWn-43 PART II CONSTRUCTION MATERIALS - SP -207-10.4.2 CEMENT -MORTAR LINING AND COATING - Cement -mortar lining and epoxy coating shall comply with the requirements of AWWA/C 205. SP -207-10.4.2 VALVES - Valves shall be DeZurik series 100 eccentric valves of City approved equal and shall be designated as follows: A. 1400/Fig 118/F/6/RS 17 with an actuator designated AGG 12 H 12 capable of maintaining maximum pressure differential across valve of 75 psi with handwheel mounted in standard position. B. 0600/Fig 118/F/6/RS 16 with an acutator designated AGG 6 H 6 capable of maintaining maximum pressure differential across valve of 75 psi with handwheel mounted in standard position. Valves shall have welded -in nickel seats, stainless steel bearing bushings, and packing to be replaceable without removing bonnet from valves. Valve A shall have standard class 125 flanges with 12 bolts; bolts shall be 1" dia. in holes of 1-1/8" with a bolt circle of 18-3/4". Valve B shall have standard class 125 flanges with 8 bolts; bolts shall be 3/4" dia. in holes of 7/8" with a bolt circle of 9-1/2". SP -207-17 POLYETHYLENE PLASTIC PIPE - 14" polyethylene plastic pipe, class 110. The homogeneous throughout and free of cracks, be uniform in color, opacity and density. shall have std. class 125 flanges to match coupling. ID pipe shall be high density polyethylene pipe shall be holes, foreigh inclusions. .It shall The polyethylene length of pipe the valve flange and dresser SP- 213 EPDXY - Epoxy to be applied to old concrete at the knock -out section of the pump house wall shall be Concresive 1001 -LPL. The concresive epoxy shall be mixed and applied according to the manufacturer's instructions. PART III CONSTRUCTION METHODS - 306-8 PUMPING AND DEWATERING REPAIR PIT - Prior to commencing work the Contractor shall submit to the Engineer his plan of action. The plan shall include arrangements for obtaining trucks at short notice to haul the sewage. The Engineer shall be judge of when pit and lines are full and hauling must commence. The Contractor shall note that it is estimated that the time the pump can be shut off is approximately 5 hours (8:30 a.m. to 3:30 p.m.). If the Contractor cannot complete the repair work before the wet pit and and sewer lines become filled, he shall divert sewage into tank trucks and take the sewage to the Water Quality Control Plant for disposal into a manhole as directed by the, Engineer. Further, when the pumping station pump is shut off, the downstream valves closed and the force main is cut in the course of effecting the repair work, a quantity of sewage water from the force main ahead will back up into the vault pit. The Contractor shall pump this sewage water and any other water from the wet pit onto tank trucks for disposal as directed above. It is estimated handle the flow Contractor must P-PWn-44 that 2 tank trucks and a 6" sewage pump will be adequate to when the pumping station pump is shut off; however, the have on hand adequate pumping capacity to handle all flow.