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.