Loading...
HomeMy Public PortalAbout1996 Sanitary Sewer Repair/ Rehabilitation Project: Various Locations Citywide1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT BOOK 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 To be used inconjunction with APWA - ACC ° Standard Specifications for Public Works Construction, 1994 Edition as amended by the 1995 and 1996 supplements AUGUST 1996 CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT 330 West 20th Avenue San Mateo; California 94403 415/377-3315 415/377-3455 (fax) 2.93 DEPARTMENT OF PUBLIC WORKS August 30, 1996 ADDENDUM NO. 1 330 West 300i Avenue San Mateo, California 94403-1388 (415) 377.3315 (415) 377-3455 (fax) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 Addendum No. 1 is issued to the above -referenced Contract Book, which is scheduled for bid opening on Thursday, September 5, 1996, at 2:00 p.m. The following changes have been made: CONTRACT BOOK: Special Provisions SP -2-6, Work to Be Done. Under Sewer Repair/Replacement Work, delete item #6 in its entirety. SP -6-7, Time of Completion. Revise the first sentence to read as follows: "The Contractor shall prosecute and work to completion before the expiration of 65 working days, beginning from the date specified in the Notice to Proceed." SP -7-5, Permits. The Caltrans encroachment permit issued to the City is attached and herebymade an appendix to the contract book. SP -212-1.4.2, Trees. Add the following: "At the direction of the Engineer, the Contractor may be required to plant trees to replace those trees removed to make sewer repairs. Trees shall be planted at locations acceptable to property owner except they shall not be replanted within the public utility easement. Trees provided shall be Addendum No. 1 Page 1 15 gallon container size and shall be planted in accordance with the City of San Mateo Standard Detail for Standard Tree Planting, 3-1-897 (copy attached). Tree species shall be selected by the property owner from the attached list." "All trees shall have straight trunks of uniform taper, larger at the bottom. Trunks shall be free of damaged bark, with all minor abrasions and cuts showing healing tissue. Sucker basal growth and sucker lateral growth shall be removed and treated to eliminate resprouting. Normal lower side branching shall remain. Trees unable to stand upright without support shall be rejected. City park personnel shall inspect trees on job site." Schedule of Bid Items Two bid items have been added to include clean -out installation and tree planting. A copy of the revised Schedule of Bid Items is attached. Please use this revised Schedule when submitting your bid. PLANS' On Sheet 7, please note the following changes to the "Existing Easement Improvements Schedule": At 948 Anna Street and 941 Norfolk Street, the joint utility pole is actually located on the 948 Anna Street side of the fence and is immediately adjacent to/in the repair area. Contractor shall coordinate with Pacific Gas & Electric Company (PG&E) to provide temporary support for the pole during construction. On Sheet 14, please note the following changes to the "Existing Easement Improvements Schedule": At 138 E. Hillsdale Boulevard, there is an 8"-10" diameter tree that will require removal to make the repair. A replacement tree shall be provided and planted outside of the easement on the property. The repair will also require replacement of a clean -out also located in the easement. Addendum No. 1 Page 2 On Sheet 8, please note the following changes to the "Existing Easement Improvements Schedule": At 337 Estrella Way, the dead tree has been removed, however, the stump remains. At 324 Del Rosa Way, note that while there are no improvements in the easement, a garage has been built along the edge of the easement. Also, there is a 10" diameter tree adjacent to the repair area and may require removal. Each bidder shall acknowledge receipt of this Addendum by signing one copy of the attached Acknowledgment Sheet and returning it immediately. The bidder shall submit the second copy with the bid documents. Addendum No. 1 Page 3 ADDENDUM NO. 1 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 ACKNOWLEDGMENT I have received Addendum No. 1 to the Contract Book titled, "1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide." I have read and understand the information stated in the addendum. Date Bidder's Signature Bidder's Name (printed) Name of Company RETURN IMMEDIATELY TO: Public Works Department Attn: Linda Anderson 330 West 20th Avenue San Mateo, CA 94403 415/341-9312 (fax) ADDENDUM NO. 1 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 ACKNOWLEDGMENT I have received Addendum No. 1 to the Contract Book titled, "1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide." I have read and understand the information stated in the addendum. Date Bidder's Signature Bidder's Name (printed) Name of Company RETURN WITH BID DOCJIMENTS REVISED SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Remove existing Sanitary Sewer Main and install PVC as indicated. Work includes all applicable reducers, bushings and couplers together with the restoration of all improvements disturbed by this operation. Payment for lateral connections & PVC in -line wyes are covered in separate bid item #4. a. Remove 6" VCP sanitary sewer & install 6" PVC SDR 35 in street R.O.W. 152 LF $ $ b. Remove 6" VCP sanitary sewer & install 6" PVC SDR 35 in P.U.E. 50 LF $ $ c. Remove 6" VCP sanitary sewer & install 8" PVC SDR 35 in street R.O.W. 373 LF $ $ d. Remove 6" VCP sanitary sewer & install 8" PVC SDR 35 in P.U.E. 152 LF $ $ e Remove 8" VCP sanitary sewer and install 8" PVC SDR35 in P.U.E. 7 LF $ $ f. Remove 10" VCP sanitary sewer & install 8" PVC SDR 35 in street R.O.W. 11 LF $ $ g. Remove 12" VCP sanitary sewer & install 12" PVC SDR 35 in street R.O.W. 10 LF $ $ 2 Spot repair existing Sanitary Sewer Main. Dig up and remove up to 6 LF of Main & install up to 6 LF Main. Work includes all applicable reducers, bushings and couplers together with the restoration of all improvements disturbed by this operation. Payment for lateral connections & PVC in -line wyes are covered in separate bid item #4. When spot repair, as shown on the drawings, or when directed by the Engineer, exceeds 6 LF, payment for footage in excess of 6 LF shall be based on bid item #1 (lineal foot unit price). a. Remove 6" VCP sanitary sewer & install 6" PVC SDR 35 in street R.O.W. 22 EA $ $ b. Remove 6" VCP sanitary sewer and install 6" PVC SDR 35 in P.U.E. 8 'EA $ $ ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST c. Remove 8" VCP sanitary sewer and install 8" PVC SDR 35 in R.O.W. 2 EA $ $ d. Remove 10" VCP sanitary sewer and install 10" PVC SDR 35 in R.O.W. 2 EA $ $ e. Remove 12" VCP sanitary sewer and install 12" PVC SDR 35 in R.O.W. 3 EA $ $ f. Remove 15" VCP sanitary sewer and install 15" PVC SDR 35 in State R.O.W. 1 EA $ $ 3 Reconnect existing lateral to Sewer Main not in conjunction with main replacement or spot repair. 6 LF of sewer main, root removal from the wye (SDR 35), 1/4, 1/8 or 1/16 long radius to make the connection together with the operation. When lateral replacement as shown exceed 6 LF of sewer main, payment for footage (lineal foot unit price). Work includes digging up and removal of up to lateral, as necessary, installation of a PVC in -line bend, couplers, reducer & new pipe if necessary restoration of all improvements disturbed by this on the drawings, or when directed by Engineer, in excess of 6 LF shall be based on bid item # a. Reconnect lateral to 6" Main located in Street R.O.W. 35 EA $ $ b. Reconnect lateral to 6" Main located in P.U.E. 34 EA $ $ c. Reconnect lateral to 8" main located in street R.O.W. 1 EA $ $ d. Reconnect lateral to 8" main located in P.U.E. 1 EA $ $ e. Reconnect lateral to 10" main located in street R.O.W. 3 EA $ $ f. Reconnect lateral to 10" main located in P.U.E. 1 EA $ $ 4 Connect existing lateral to Sewer Main in conjunction with sewer main replacement or spot repair. Work includes root removal from the lateral, as necessary, adapters, reducer of all improvements installation of a PVC in -line & new pipe if necessary to disturbed by this operation. wye, 1/4, 1/8 or 1/16 long radius bend, bushings, make the connection together with the restoration a. Connect lateral to 6" Main located in street R.O.W. using PVC in -line wye. 5 EA $ $ b. Connect lateral to 6" Main located in P.U.E. using PVC in -line wye. 10 EA $ $ c. Connect lateral to 8" Main located in State R.O.W. using PVC in -line wye. 1 EA $ $ ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST d. Connect lateral to 8" Main located in Alley using PVC in -line wye. 19 EA $ $ e. Connect lateral to 8" Main located in P.U.E. using PVC in -line wye. 5 EA $ $ f. Connect lateral to 10" Main located in street R.O.W. using PVC in -line wye. 2 EA $ $ 5 Pipe burst existing Sanitary Sewer Main and install HDPE as indicated. Main is located in P.U.E. Work includes all applicable reducers, bushings and couplers together with the restoration of all improvements disturbed by this operation. Payment for lateral connections & saddles are covered in separate bid item #6. a. Pipe burst 6" VCP sanitary sewer & install 8" HDPE SDR 17 in P.U.E. 654 LF $ $ b. Pipe burst 10" VCP sanitary sewer and install 10" HDPE SDR 17 in street R.O.W. 471 LF $ $ 6 Connect existing lateral to Sewer Main in conjunction with sewer main replacement by pipe bursting. Work includes root removal from the lateral, as necessary, installation of a strap -on PE housing securing clamps, a reducer, a 1/4, 1/8 replacement length of 4" PE SDR 33.5 pipe to of all improvements disturbed by this operation. saddle, using #316 stainless steel band, screw and or 1/16 long radius bend, and one (1) five foot make the connection together with the restoration a. Connect lateral to 8" main located in P.U.E. using strap -on PE saddle. 28 EA $ $ b. Connect lateral to 10" main located in street R.O.W. using strap -on PE saddle, 1 EA $ $ 7 Construct a new sanitary sewer manhole in street R.O.W. Work includes all labor and materials to construct a standard precast concentric manhole complete, with type "B" manhole frame and cover, together with the restoration of all improvements disturbed by this operation. 1 EA $ $ 8 Repair channel in manhole. 3 EA $ $ 9 Concrete replacement: a. Driveway 900 SF $ $ b. Sidewalk 100 SF $ $ c. Curb replacement on 31st Avenue 20 LF $ $ ITEM NO. DESCRIPTION OF WORK d. Gutter replacement on 31st Avenue EST. QTY. 150 UNIT SF UNIT PRICE $ • TOTAL COST $ 10 Tree and stump removal in P.U.E. Remove trees from 6" to 12" in diameter and remove stumps to at least 18" below grade. 36 inch diam. $ $ 11 Replace 6' high Redwood fencing in P.U.E. 150 LF $ $ 12 Post repair sewer cleaning and video inspection. 20,550 LF $ $ 13 Clean -out replacement in accordance with Standard Sewer Lateral Installation Drawing 3-1-101. I EA $ $ 14 Furnish replacement trees (15 gal. size) and plant in accordance with Standard Tree Planting Drawing 3-1-897. 5 EA $ $ TOTAL BID $ STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT TR-0120 (NEW 9/91) In compliance with (check one): X Your application of July 17, 1996 TO: Utility Notice No. Agreement No. R/W Contract No. City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, CA 94403 ATTN: Dominick DeRienzo PHONE: (415) 377-3334 and subject to the following, PERMISSION IS HEREBY GRANTED to: Raise buried manhole to grade, and replace cracked and quartered 15" VCP sewer pipe with 15" PVC SDR 35, on State Highway 04-SM-82, Post Mile 9.33, in the City of San Mateo. Two days before work is started under this permit, notice shall be given to, and approval of construction details, operations, public safety, and traffic control shall be obtained from State Representative Dean Drablos, 380 Foster City Blvd., Foster City, 94404, 415-330-6537, weekdays, between 7:30 AM and 4:00 PM. of of of Bond Company Bond Number (1) Permit No. 0496-NUS1667 Dist/Co/Rte/PM 04-SM-82 9.33 to August 15, 1996 Fee Paid Deposit Perfom.once Bond Amount (I) Payment Bond Amount (2) Bond Number (2) ArChli AUG 2 I Post 1.2 r 1 P!'ie PERMITTEE Before any work is begun which will interrupt the normal flow of public traffic, approval shall be obtained from State's representative, and closures will be as shown on the attached copy of Standard Plan Sheet T-11, Immediately following completion of the work permitted herein, the permittee shall fill out and mail the Notice of Completion attached to this permit. The following attachments are also included as pad of this permit. (Check applicable): X Yes _ Yes Yes Yes X z X No General Provisions No Utility Maintenance Provisions No Special Provisions No A Cal -OSHA permit required prior to beginning work: t In oddition to fee the permittee will be billed actual costs for. Yes Yes X Yes X No X No Review Inspection Field Work (If any Caltrans effort expended) Yes X No The information in the environmental documentation has been reviewed and considered prior to opprovol of this permit. This permit is void unless the work is completed before January 31, 1997. This permit is to be strictly construed and no other work other than spe ificolly mentioned is hereby authorized. No project work shall be commenced until all other necessary permits and environmental clearances hove been obtained. APPROVED: Joe Browne, District Director BY: G. J. Baltaglini, District Permit Engineer Page 1 of 2 NAME: City of San Moteo PERMIT 1: 0496 -NUS 1667 DATE: August 15, 1996 All utility work shall be performed in accordance with the Department of Transportation Encroachment Permit Utility Provisions dated May 1, 1994. Excavations made within the limits of the highway shall be backfilled before leaving the work for the night unless otherwise authorized by State's representative. After backfilling the trench, temporary surfacing shall be placed if required by State's representative. Trench backfill shall conform to Section 19-3.06 of the State's Standard Specifications and the current edition of the Standard Plans. Tests for relative compaction of structure bacilli] material used in backfilling trenches may be made in accordance with Test Method No. California 231 (Nuclear gauge). Any base, surfacing or pavement shall be replaced in kind, or as otherwise required by State's representative. Where the edge of trench is within two feet (2') of existing curb and gutter or pavement edge, AC pavement between the trench and curb or pavement edge shall be removed. Any damage to existing facilities, landscaping or irrigation within the State's Right of Way shall be replaced in kind by the permittee at permittee's expense. All AC shall be saw cut. All personnel working within State right of way shall wear hard hats and orange vests, shirts or jackets as appropriate. The Contractor for the permittee shall apply for an Encroachment Permit for the work authorized therein, and the application shall be accompanied by a $350.00 check to cover the permit fee. The Contractor will be billed for any additional required inspection cost at the rate of $70.00 per hour upon completion of the project. Certain details of work authorized hereby are shown on permittee's plan submitted with request for permit. One traffic lane may be closed from 9:00 P.M. to 6:00 A.M., Monday through Friday, holidays excluded. Any traffic control which requires lane closure shall be in compliance with the appropriate traffic control plan. Where required by the plan, the use of a flashing arrow sign is MANDATORY. Page 2 of 2 STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-104S (REV. 9$95) 1. AUTHORITY: Encroachment permits are issued under the authority given the Department, Div. 1, Chpt. 1, Art. 3 in accordance with Div. 1, Chpt. 3, Art. 1, Sect. 660 to 734 of the Streets and Highways Code. 2. REVOCATION: Encroachment permits are revocable on five days' notice, unless otherwise stated on the permit, and except as provided by law for public corporations, franchise holders, and utilities. These General Provisions and the Encroachment Permit Utility Provisions are subject to modification or abrogation at any time. Perrnittees' joint use agreements, franchise rights, reserved rights, or any other agreements for operating purposes in State highway rights of way are an exception to this revocation. 3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit fees when due can result in rejection of future applications and denial of permits. 4. ASSIGNMENT: No party other than the Permittee or permittees' authorized agent is allowed to work under this permit. 5. ACCEPTANCE OF PROVISIONS: Permittee understands and agrees to acceptance of the provisions and all attachments to this permit, for any work to be performed under this permit. 6. BEGINNING OF WORK: It is the responsibility of the Permittee to notify the Departments' Representative, two (2) days in advance of the intent to begin work under this permit. Permittee shall notify the Departments' Representative if the workis to be interrupted for a period of five (5) days or more, unless a prearranged continuance of work agreement had been made. All work shall be performed on weekdays during regular work hours, excluding holidays, unless otherwise specified in this permit. 7. STANDARDS OF CONSTRUCTION: AII work performed within highway rights of way shall conform to recognized construction standards and current Department Standard Specifications, High and Low Risk Facility Specifications, and Utility Special Provisions. Where reference is made to "Contractor and Engineer", these are amended to be read as "Permittee and Department Representative". 8. INSPECTION AND APPROVAL: All work shall be subject to monitoring, and inspection. Upon completion of work perrnittee shall request a final inspection for acceptance and approval by the Department. The local agency permittee shall not give final construction approval to its contractor until the local agency has obtained final acceptance and approval from the Department. 9. PERMIT AT WORKSITE: The Permit Package or a copy of, shall be kept at the work site and must be shown upon request to any Department Representative or Law Enforcement Officer. It is a violation of permit conditions and work shall be suspended if the Permit Package is not kept and available at the work site. 10. CONFLICTING ENCROACHMENTS: Permittee shall yield start of work, to ongoing prior authorized work adjacent to or within the limits of the project site. When existing encroachments conflict with new work, the Permittee is solely responsible for any and all cost for rearrangements necessary (relocation, alteration or removal of). 11. PERMITS FROM OTHER AGENCIES: This permit shall be invalidated if the Permittee has not obtained all permits necessary and required by law, from the Public Utilities Commission of the State of California (PUC), California Occupational Safety and Health Administration (CAL -OSHA), or any other public agency having jurisdiction. 12. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum passageway of 1.21 meter (4') shall be maintained through the work area, where pedestrian or bicycle facilities are existing. At no time shall pedestrians be diverted onto a portion of the street used for vehicular traffic. At locations where safe alternate passageways cannot be provided, appropriate signs and barricades shall be installed at the limits of construction and in advance of the limits of construction at the nearest crosswalk or intersection to detour pedestrians to facilities across the street 13. PUBLIC TRAFFIC CONTROL: Required by law, the Permittee is to provide traffic control protection of warning signs, lights, safety devices and other measures for the safety of the traveling public. Day and Nighttime lane closures shall be in compliance with the Manual of Traffic: Controls, Standard Plans and Standard Specifications for traffic control systems. It is not intended, as to third parties, to impose on the permittee any duty or standard of care, greater than or different from, as required by law. 14. MINIMUM INTERFERENCE WITH TRAFFIC: Work shall be planned and conducted so as to create the (east possible inconvenience to the traveling public; traffic shall not be unreasonably delayed. On conventional highways, Permittee is authorized to place properly attired flagger(s) to stop orwam the traveling public. All flagging procedures shall be in compliance with the Manual of Traffic Controls and Instructions to Flaggers pamphlet. 15. STORAGE OF EQUIPMENT AND MATERIALS: Equipment and Material storage in State rights of way shall be in compliance Standard Specifications, Standard Plans and Special Provisions. Where any Permittee obstacle is placed within twelve -(12) feet of a lane carrying public traffic, the Permittee shall install temporary railing (Type 19. 16. CARE OF DRAINAGE: Permittee shall provide alternate drainage for any work interfering with an existing drainage facility in compliance with the Standard Specifications, Standard Plans and/or as directed by the Department's Representative. 17. RESTORATION AND REPAIRS IN RIGHTS OF WAY: Permittee is responsible for restoration and repair of State Highway rights of way resulting from permitted work, per State Highway Code, Sections 670 et. seq. 18. RIGHTS OF WAY CLEAN UP: Upon completion of work Permittee shall remove entirely and dispose of all scraps, brush,timber, materials, etc., off the rights of way. The aesthetics of the highway shall be as it was before work started. 19. COST OF WORK: Unless stated in the permit, or separate written agreement, all costs incurred for work within the State rights of way pursuant to this encroachment permit shall be bome entirely by the Permittee. Permittee hereby waives all claims for indemnification or contribution from the State for any such work. 20. ACTUAL COST BILLING:- When Permittee is to be billed actual costs, (as indicated on the face of the permit), such costs will be at the currently set hourly rate for encroachment permits. 21. AS -BUILT PLANS: When required, Permittee shall submit one (1) set of as -built plans in compliance with Department requirements. Plans shall be submitted within thirty (30) days after completion and approval of work. 22. PERMITS FOR RECORD PURPOSES ONLY: When work in rights of way is within an area under a Joint Use Agreement (JUA) or a Consent to Common Use Agreement (CCUA), an Exempt Permit will be issued to the Permittee for the purpose of providing a notice and record of work. All prior rights of the permittee shall be preserved, no new or different rights or obligations are intended to be created. "Notice and Record Purposes Only" shall be stamped across the face of the permit. STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (REV. 9/95) 23. BONDING: Permittee shall file the necessary bond(s) in advance, in the amount set by the Department. Failure to maintain bond(s) in full force and effect will result in suspension of all work and permlt(s). Bonds are not required of public corporations or privately owned utilities, unless said Permittee failed to comply with the provisions and conditions under a prior permit. Your surety company will be responsible for any latent defects until such time as is provided for in California Code of Civil Procedures, Section 337.15. Local agency permittee shall comply with requirements established as follows: In recognition that project construction work done on State property will not be directly funded and paid by State, for the purpose of protecting stop notice claimants and the interests of State relative to successful project completion, the local agency permittee agrees to require the construction contractor furnish both a payment and performance bond in the local agency's name with both bonds complying with the requirements set forth in Section 3-1.02 of State's current Standard Specifications prior to performing any project construction work. The local agency permittee shall defend, indemnify, and hold harmless the State, its officers and employees from all project construction related claims by contractors and all stop notice or mechanic's lien claimants. The local agency also agrees to remedy, in a timely manner and to State's satisfaction, any latent defects occurring as a result of the project construction work. 24. FUTURE MOVING OF INSTALLATIONS: Permittee understands and agrees that upon request of the Department, whenever State construction, reconstruction or maintenance work on the highway requires•a permitted installation to be rearranged,. the Permittee at his sole expense, unless under a prior agreement, JUA, and CCUA, shall comply with said request. 25. ARCHAEOLOGICAL: Should any archaeological resources be revealed in the work vicinity, the Permittee is responsible for, notifying the Department's Representative immediately, retainment of a qualified archaeologist who shall evaluate the archaeological site and make recommendations to the Department Representative regarding the continuance of work. • 26. PREVAILING WAGES: Work performed by or under a permit may require Permittee's contractors and subcontractors to pay appropriate prevailing wages as set by the Department of Industrial Relations. Inquiries or requests for interpretations relative to enforcement of prevailing wage requirements should be directed to State of California Department of Industrial Relations, 525 Golden Gate Avenue, San Francisco, California 94102. 27. RESPONSIBILITY FOR DAMAGE: The State of California and all officers and employees thereof, including but not limited to the Director of Transportation and the Deputy Director, shall not be answerable or accountable in any manner for injury to or death of any person, including but not limited to the perrnittee, persons employed by the perrnittee, persons acting in behalf of the permittee, or for damage to property from any cause. The permittee shall be responsible for any liability imposed by law and for injuries to or death of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee, or for damage to property arising out of work, or other activity permitted and done by the permittee under a permit, or arising out of the failure on the permittee's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity , or at any subsequent time work or other activity is being performed under the obligations provided by and contemplated by the permit. The permittee shall indemnify and save harmless the State of California, all officers, employees; and state contractors, thereof, including but not limited to the Director of Transportation and the Deputy Director, from all claims, suits or actions of every name, kind and description brought for or on account of injuries to or death of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee and the public, or damage to property resulting from the performance of work or other acivid under the permit, or arising out of the failure on the pennittee's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time work or other activity is being performed under the obligations provided by and contemplated by the permit, except as otherwise provided by statute. The duty of the permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The permitteewaivesany and all rights to any type of expressed or implied indemnity against the State, its officers, employees, and state contractors. It is the intent of the parties that the perrnittee will Indemnify and hold harmless the State, its officers, employees, and state contractors, from any and all claims, suits or actions as set forth above regardless of the existence of degree of fault or negligence, whether active or passive, primary or secondary, on the part of the State, the permittee, persons employed by the permittee, or acting on behalf of the permittee. For purposes of this section, "state contractors" shall include contractors and their subcontractors under contract to the State of California performing work within the limits of this permit. 28. NO PRECEDENT ESTABLISHED: This permit is issued with the understanding that it does not establish a precedent. 29. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC ACCOMMODATION : A. The permittee, for himself, his personal representatives, successors in interest, and assigns as part of the consideration hereof, does hereby covenant and agree that: 1.) no person on the grounds of race, color, or national origin shall be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, 2.) that in connection with the construction of any improvements on said lands and the furnishing of services thereon, no discrimination shall be practiced in the selection of employees and contractors, by. contractors In the selection and retention of first -tier subcontractors in the selection of second -tier subcontractors, 3.) that such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for public accommodations (such as eating, sleeping, rest, recreation), and operated on, over, or under the space of the right of way, 4.) that the permittee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Regulations, Commerce and Foreign Trade, Subtitle A. Office of the Secretary of Commerce, part 8 (15 C.F.R. Part 8) and as said Regulations may be amended. B. That in the event of breach of any of the above nondiscrimination covenants, the State shall have the right to terminate the permit and to re-enter and repossess said land and the facilities thereon, and hold the same as if said permit had never been made or issued. 30. MAINTENANCE OF HIGHWAYS : The permittee agrees, by acceptance of a permit, to properly maintain any encroachment. This will require inspection andrepairof any damage to State facilities resulting from the encroachment. EP 94 0005 TYPICAL LANE CLOSURE ># riI -4 0 0)I 4112 0 teb 1214, teirance 5Ea SOT N 150 • N.e 1. 1 Yea l a•Yl ads w In ea as t] O bllal 0 a 40110.2, a4 earn an. tan. E. as 44 wino I Iva 441 aY k YTa __s_. y y to /are Mr, kind 1 a rat• asap 0010 OYaamw YW b rasa as la a Ostia can cu "END COPISTPUCIION' 04 aO plai . Ow l a4. MatsanwMwtl at ID Trans an Matlwow OW le .+•w. o w1, flSi .p. VOW wma S. Y0t l la L1a up LA M cnan MeWaltNat*YawlLIEC]S.'Ill 'SATE NIGHWAY WIISTt :M to. M INMILES" w • m. 0000 a •rap.naK Km. AS Da b rco En awl al k lama Itle eat t Ira .n I]' ta[p. Sat M halts n e4 s.tlt — IOan ar ] ard4 Rai al Tarr Ile lawn; d b Mk1414 w•ea 1, •an w AI URN be SIN arm 1,•R 0 Ful.Nt as Nwl aM k Ma 15041 Sam • E,1 ma Mary kwan maw 'U n l M.NI 5 spaws ar roan n tabs WWI tc WI ann.. maim ca Yr sN. a 1,a ccat M•Mtaa. l Ise. OMwM 0' Mt CoatsSIM F•i Inlet n Le oatenham Mr Erlangen o Lee oaten dab an 14t Ib!a❑ I ISO • I SOD' Y !]6 • • • • L• • • . • zQ 1ant— u0 ns IA Se& ft] ac 0 Na.e n. re .re- .• ere.. n 1986 aUlb • Irk NW RASA 5R• 4EE R+. Par No Y� Owew or Nos INIE I R45 j47.06 T4' — it 6.1,x5 ell art fan 14• 25 to 50 Sri ]] 2540 PO a5O NZ oa 5600 ex ,CI Ill 44-4 Int ito12 I4. (yw. N OA Mparry. Is �w.gtl la 4425 if Y.. n STATE OP CALSORNIA DEPARTMENT OP TMNSPORTAIMN 0 T94, A0 r TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE ON MULTILANE CONVENTIONAL HIGHWAYS MISCELLANEOUS DETAILS I T-11 REPLACEMENT TREE LIST The following is a typical list of trees recommended for the City of San Mateo: Ginkgo Biloba (Maidenhair Tree) Lagerstroemia indica (Crape Myrtle) Pistacia chinensis (Chinese Pistache) Acer rubrum (Red Maple) Maytenus Boaria (Mayten) Pyrus Kawakamii (Evergreen Pear) Celtis Sinensis (Chinese Hackberry) Laurus Nobilis `Saratoga' Celtis Australis (European Hackberry) Sapium Sebiferum (Chinese Tallow) Tristania Laurina (Swamp Myrtle) Aesculus Carnea (Red Horsechestnut) Tilia Cordata (Little Leaf Linden) Crataegus phaenopyrum (Washington Hawthorn) Quercus rubra (Red Oak) Prunus serrulata `Kwanzan' (Flowering Cherry) Geijera Parviflora (Australian Willow) Lagerstroemia indica `Muskogee' (Crape Myrtle) Acer Davidii (David's Maple) Prunus blireiana (Flowering Plum) Cercis Canadensis (Eastern Redbud) SECTION 15 GAL. TREE TREE STAKE (TYR) : 2" 0 X 8' LODGE POLE PINE STAKE TREE TAPE: I" X 8 MIL WATERING BASIN FINISH GRADE ROOT BALL NATIVE SOIL OR SPECIFIED FILL NOTES: I. TREE STAKES SHALL NOT EXCEED TREE HEIGHT. 2. AVOID DAMAGE TO ROOT BALL WHEN STAKING CITY OF SAN MATEO STANDARD TREE PLANTING CALIFORNIA 94403 DATE DRAWN BY CHECKED APPROVED 5/91 RLG DW P-341,71.411 CITY ENG/NEER CASE DRAWER SET 3 1 897 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT BOOK 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 1-14-24 (18 sheets) TIME OF COMPLETION: 45 Working Days CONTENTS NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDERS STATEMENT CERTIFICATION OF NON-DISCRIMINATION CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE SPECIAL PROVISIONS PART 1-- GENERAL PROVISIONS PART II -- CONSTRUCTION MATERIALS PART III -- CONSTRUCTION METHODS STANDARD DRAWINGS APPENDIX I - AGREEMENT FOR PUBLIC IMPROVEMENT f?a_coutrs\sewer-cw.cca August 16, 1996 1 NOTICE INVITING SEALED PROPOSALS 1 1 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for 1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide, and other work as shown on the Contract Drawings No. 1-14-24 and as described in this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 1994 Edition, as amended by the 1995 and 1996 supplements. 1 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 $20.00 per set is required. Any questions regarding the contract documents should be directed in writing to Dominick DeRienzo at the above address. 1 3. 1 1 1 1 1 1 1 1 1 1 The estimated construction cost of this project is $335,000. 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. Contractor is notified that he shall comply with the requirements for Affirmative Action as set forth in Special Provisions SP -7-2.3.1 through SP -7-2.3.9. 6. The time of completion for this contract shall be forty-five (45) working days, beginning from the date specified in the Notice to Proceed. 7. The right is reserved, as the interest of 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. In general, 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 the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. 1 f:\a_contrs\sewer-cw.cca -1- August 16. 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 keep a copy of the 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. 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., Thursday, September 5, 1996, 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 City's interest may dictate. The 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 for35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, Contractor may substitute securities for said ten percent (10%) retention or request that City make payments of retentions eared directly to an escrow agent at Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. Dated: August 17, 1996 /s/ PAUL GUMBINGER, MAYOR f:\a_contrs\sewer-cw.cca -2- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL FORM (Entire proposal, pages 3 through 13 to be submitted as sealed bid.) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS: FOR THE TOTAL SUM OF (use figures only) computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown on the Contract Drawings. All work shall conform to the lines, grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 1994 Edition, as amended by the 1995 and 1996 supplements. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for Public Works Construction, 1994 Edition, as amended by the 1995 and 1996 supplements; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS (page 8) and BIDDER'S STATEMENT (pages 9 through 13). 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 ( 1 f:\a_contrs\sewer-cw.cca -3- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Remove existing Sanitary Sewer Main and install PVC as indicated. Work includes all applicable reducers, bushings and couplers together with the restoration of all improvements disturbed by this operation. Payment for lateral connections & PVC in -line wyes are covered in separate bid item #4, a. Remove 6" VCP sanitary sewer & install 6" PVC SDR 35 in street R.O.W. 152 LF $ $ b. Remove 6" VCP sanitary sewer & install 6" PVC SDR 35 in P.U.E. 50 LF $ $ c. Remove 6" VCP sanitary sewer & install 8" PVC SDR 35 in street R.O.W. 373 LF $ $ d. Remove 6" VCP sanitary sewer & install 8" PVC SDR35 in P.U.E. 152 LF $ $ e Remove 8" VCP sanitary sewer and install 8" PVC SDR 35 in P.U.E. 7 LF $ $ f. Remove 10" VCP sanitary sewer & install 8" PVC SDR 35 in street R.O.W. 11 LF $ $ g. Remove 12" VCP sanitary sewer & install 12" PVC SDR 35 in street R.O.W. 10 LF $ $ 2 Spot repair existing Sanitary Sewer Main. Dig up and remove up to 6 LF of Main & install up to 6 LF Main. Work includes all applicable reducers, bushings and couplers together with the restoration of all improvements disturbed by this operation. Payment for lateral connections & PVC in -line wyes are covered in separate bid item *1. When spot repair, as shown on the drawings, or when directed by the Engineer, exceeds 6 LF, payment for footage in excess of 6 LF shall be based on bid item #1 (lineal foot unit price). a. Remove 6" VCP sanitary sewer & install 6" PVC SDR 35 in street R.O.W. 22 EA $ $ 1 Lea contrs\sewer-cw.cca -4- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST b. Remove 6" VCP sanitary sewer and install 6" PVC SDR 35 in P.U.E. 8 EA $ $ c. Remove 8" VCP sanitary sewer and install 8" PVC SDR 35 in R.O.W. 2 EA $ $ d. Remove 10" VCP sanitary sewer and install 10" PVC SDR 35 in R.O.W. 2 EA $ $ e. Remove 12" VCP sanitary sewer and install 12" PVC SDR 35 in R.O.W. 3 EA $ $ f. Remove 15" VCP sanitary sewer and install 15" PVC SDR 35 in State R.O.W. 1 EA $ $ 3 Reconnect existing lateral to Sewer Main UQI in conjunction with main replacement or spot repair. Work includes digging up and removal of up to 6 LF of sewer main, root removal from the lateral, as necessary, installation of a PVC in -line wye (SDR 35), 1/4, 1/8 or 1/16 long radius bend, couplers, reducer & new pipe if necessary to make the connection together with the restoration of all improvements disturbed by this operation. When lateral replacement as shown on the drawings, or when directed by Engineer, exceed 6 LF of sewer main, payment for footage in excess of 6 LF shall be based on bid item #1 (lineal foot unit price). a. Reconnect lateral to 6" Main located in Street R.O.W. 35 EA $ $ b. Reconnect lateral to 6" Main located in P.U.E 34 EA $ $ c. Reconnect lateral to 8" main located in street R.O.W. 1 EA $ $ d. Reconnect lateral to 8" main located in P.U.E. 1 EA $ $ e. Reconnect lateral to 10" main located in street R.O.W. 3 EA $ $ f. Reconnect lateral to 10" main located in P.U.E. 1 EA $ $ 4 Connect existing lateral to Sewer Main in conjunction with sewer main replacement or spot repair. Work includes root removal from the lateral, as necessary, installation of a PVC in -line adapters, reducer & new pipe if necessary to of all im rovements disturbed by this operation. wye, 1/4, 1/8 or 1/16 long radius bend, bushings, make the connection together with the restoration a. Connect lateral to 6" Main located in street R.O.W. using PVC in -line wve. 5 EA $ $ 1 8\a contrs\sewer-cw.cca -5- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. DESCRIPTION OF WORK EST, QTY. UNIT UNIT PRICE TOTAL COST b. Connect lateral to 6" Main located in P.U.E. using PVC in -line wye. 10 EA $ $ c. Connect lateral to 8" Main located in State R.O.W. using PVC in -line wye. 1 EA $ $ d. Connect lateral to 8" Main located in Alley using PVC in -line wye. 19 EA $ $ e. Connect lateral to 8" Main located in P.U.E. using PVC in -line wye. 5 EA $ $ f. Connect lateral to 10" Main located in street R.O.W. using PVC in -line wye. 2 EA $ $ 5 Pipe burst existing Sanitary Sewer Main and install HDPE as indicated. Main is located in P.U.E. Work includes all applicable reducers, bushings and couplers together with the restoration of all improvements disturbed by this operation. Payment for lateral connections & saddles are covered in separate bid item #6. a. Pipe burst 6" VCP sanitary sewer & install 8" HDPE SDR 17 in P.U.E. 654 LF $ $ b. Pipe burst 10" VCP sanitary sewer and install 10" HDPE SDR 17 in street R.O.W. 471 LF $ $ 6 Connect existing lateral to Sewer Main in conjunction with sewer main replacement by pipe bursting. Work includes root removal from the lateral, as necessary, installation of a strap -on PE and housing securing clamps, a reducer, a 1/4, 1/8 replacement length of 4" PE SDR 33.5 pipe to of all improvements disturbed by this operation. saddle, using #316 stainless steel band, screw or 1/16 long radius bend, and one (1) five foot make the connection together with the restoration a. Connect lateral to 8" main located in P.U.E. using strap -on PE saddle. 28 EA $ $ b. Connect lateral to 10" main located in street R.O.W. using strap -on PE saddle. 1 EA $ $ 7 Construct a new sanitary sewer manhole in street R.O.W. Work includes all labor and materials to construct a standard precast concentric manhole complete, with type "B" manhole frame and cover, together with the restoration of all improvements disturbed by this operation. 1 EA $ $ 8 Repair channel in manhole. 3 EA $ $ 1 f:\a_contrs\sewer-cw.cca -6- August{6, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 9 Concrete replacement: a. Driveway 900 SF $ S b. Sidewalk 100 SF $ S c. Curb replacement on 31st Avenue 20 LF $ S d. Gutter replacement on 31st Avenue 150 SF $ S 10 Tree and stump removal in P.U.E. Remove trees from 6" to 12" in diameter and remove stumps to at least 18" below grade. 36 inch diam. $ S 11 Replace 6' high Redwood fencing in P.U.E. 150 LF $ S 12 Post repair sewer cleaning and video inspection. 20,550 LF $ S TOTAL BID S 1 f:\a_contrs\sewer-cw.cca _7_ August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUBCONTRACTING REOUIREMENTS AND LIST OF STJBCONTRACTORS (To be submitted with Proposal Form) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of Califomia. These requirements include a provision that the Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the contract price. 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 Public Contract 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 ('/z) of one percent (1%) of the general contractor's total bid or $10,000, whichever is greater. 2. The specific work and dollar amount of work which will be done by each subcontractor. 3. If no portion of the work is to be subcontracted as provided in item 1, insert the word "none" in the space provided and sign below. NAME ADDRESS SPECIFIC WORK DOLLAR AMOUNT $ $ $ $ $ Contractor's Signature 1 f:\a_contrs\sewer-cw.cca -8- August16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1994 Edition, as amended by the 1995 and 1996 supplements, 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 be will provide evidence of said license. Pursuant to Business and Professions Code Section 7028.15 I , declare under penalty of perjury that the foregoing and the statements contained in the bid for the above tilled project are true and correct and that this declaration is made on this _ day of , 1996 at California. 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, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License 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 the date specified in the notice to proceed, and to complete the work under said contract within the specified number of working days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all subcontractors obtain a San Mateo Business License in accordance with Section SP -2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the Business License current for the entire term of the contract. 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. L\a_contrs\sewer-cw.cca -9- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDERS STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not named herein, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage of any kind whatever. 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 forty-five 1,45) 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 (if more than two members of a firm or partnership, please attach an additional page); 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. f:\a_contrs\sewer-cw.cca - 10 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 SIGNATURES FOR BIDDER: If INDIVIDUAL, sign below: Signature Date Print name Post Office Address If PARTNERSHIP, sign below (show names of non -signing partners): Signature Date Name of Partner Post Office Address Signature Date Name of Partner Post Office Address (if different) f:\a_contrs\sewer-cw.cca If CORPORATION, sign below (show names of non -signing officers): a CORPORATION Name of State Where Chartered Signature Date Print name of person signing bid Title List names of the following officers: PRESIDENT SECRETARY TREASURER Post Office Address -11- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) 1996 SANITARY SEWER. REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local directives, and executive orders regarding non-discrimination 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 certification) Date E'a_contrslsewer-cw.cca - 12 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 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 the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. 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 keep a copy of the 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. BIDDER By: Name and title of person making certification Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 525 Golden Gate Avenue P.O. Box 603 San Francisco, CA 94101 Pa_contrslsewer-cw.cca - 13 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 1994 Edition, as amended by the 1995 and 1996 supplements (hereinafter referred to as the Standard Specifications) and according to these Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with these Special Provisions. The Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. Whenever the letters SP are used as a prefix in section numbering (e.g., SP -200-2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 200-2). PART 1 - GENERAL PROVISIONS SP -2-1 AWARD OF CONTRACT - The contract may be awarded to the bidder whom the City determines will best meet the interests of the City. In determining the award, careful consideration by City shall be given to each item of bid. The City reserves the right to amend or reject any or all proposals and also to select, modify, or reject any of the bid items as City sees in its best interest. SP -2-4 CONTRACT BONDS - Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two acceptable surety bonds; one for labor and materials and one for performance. The "Payment Bond" (Material and Labor Bond) shall be for not less than 50 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. fAa_contrs\sewer-cw.cca - 14 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or latent developed defects. SP -2-4.1 GUARANTEE - The Contractor warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. In the event of failure to comply with the above -mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Contractor, who agrees to pay the costs and charges therefore immediately upon demand. The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. SP -2-5 PLANS AND SPECIFICATIONS - The plans for this project are as follows: CONTRACT PLANS Title Drawing No. 1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide 1-14-24 CITY STANDARD PLANS Title Drawing No. Standard Sewer Lateral Connection 3-1-101 Standard Precast Concentric Manhole 3-1-104 Standard Precast Eccentric Manhole 3-1-104a Standard Type "B" Manhole Frame and Cover 3-1-107 Typical Sections of Curb, Gutter, and Sidewalk 3-1-141 Standard Residential Driveway Approach 3-1-149 Standard Trench Detail 3-1-153 SP -2-5.3 SHOP DRAWINGS AND SUBMITTALS. Table 2-5.3.2 (A) under 2-5.3.2 of the Standard Specifications is deleted and the following table is substituted instead. The Contractor is required to provide shop drawings and/or submittals for the following items listed depending on the pipe rehabilitation method(s) chosen. fAa contrs\sewer-cw.cca - 15 - August 16, 1996 1 r r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM SUBSECTION NUMBER TITLE SUBJECT SUBMITTALS DUE 1 7-10.4.1 Safety Orders Trench shoring At pre -construction meeting. 2 306-6 Remodeling Existing Sewer Facilities Polyethylene liner installation At pre -construction meeting. 3 SP 2-5.5 Plans As -built drawings Following completion of work, but prior to acceptance of project. 4 6-1 Construction Schedule Construction schedule and commencement of work At pre -construction meeting. 5 SP 200-1-5.5 Sand Gradations Sand for pipe bedding 6 SP 200-2 Aggregate Base Base rock * 7 SP 201-1 Portland Cement Concrete Sidewalk, curb, and gutter, manholes, and trench cap 8 SP 201-6 Trench Backfill Controlled density fill or sand slurry backfill 9 SP 203-3.2 Tack Coat Emulsified asphalt tack coat 10 SP 203-6.1 Asphalt Concrete Asphalt concrete surfacing 11 SP 206 Miscellaneous Metal Items Manhole frames and covers * 12 207-17 PVC Plastic Pipe Polyvinyl chloride pipe and fittings 13 207-19 PE Solid Wall Pipe and Liner Polyethylene pipe and fittings 14 SP 306-6.1.2 Service Disruption Notices Service disruption notices At pre -construction meeting. 14 SP 306-6.1.3 Traffic/Business Disruption Notices Traffic Disruption Notices At pre -construction meeting. 15 SP 306-6.1.4 Property Access Notice and Procedures Property Access Notice, Work Completion Notice, Second Access Notice At pre -construction meeting. 16 500-1.2.4 Sewer Bypassing and Dewatering Sewer bypass plans At pre -construction meeting. 17 500-1.1.5 Video Inspection Post -installation sewer cleaning and video inspection A minimum of 3 weeks prior to the proposed acceptance date of the work. 1 f:\a_contrs\sewer-cw.cca - 16 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM SUBSECTION NUMBER TITLE SUBJECT SUBMITTALS DUE 18 500-1.11 Pipe bursting replacement method. Pipebursting method and equipment. At pre -construction meeting. Contractors subrmtals shaft be complete and responsive to the requirements of the specifications. Incomplete submittals may delay the review process. The impact to the construction schedule of such delays shall be the responsibility of the Contractor. No field work shall be performed by the Contractor until shop drawings or submittals related to that field work have been designated as "accepted" by the City. Allow a minimum of 10 working days for review time. SP -2-5.4 - Specifications for street lighting and traffic signals in PART 3 - Section 307, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and the applicable portions of Section 86 of the State of California, Business and Transportation Agency, Department of Transportation, Standard Specifications dated July, 1992 shall be used in lieu. SP -2-5.5 AS -BUILT DRAWINGS. The Contractor shall submit, prior to the completion and acceptance of this contract per SP 6-8, one complete set of project drawings on which have been marked in red the as -built conditions of all improvements made. These as-builts shall be submitted a minimum of two weeks prior to the proposed acceptance date of the project (see also SP -6-8, Completion and Acceptance). If a discrepancy exists between the final payment quantities, the as-builts and the post -installation video inspection, the project shall not be accepted until the discrepancy has been resolved. 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: Sewer Repair/Replacement Work: 1. Prior to accessing any public utility easements, a video inspection shall be performed to determine the base line condition of private property and improvements that may be crossed or disturbed by the Contractor in order to perform the sewer work as shown on the drawings. The video inspection shall be performed by a representative of the City and a representative of the Contractor. The City shall take possession of the videotape. 2. Removal of existing 6", 8", 10", or 12" sanitary sewer main and installation of SDR 35 polyvinyl chloride (unless noted differently on the contract plans) sewer main pipe as noted in the schedules in the Contract Plans. This work includes all applicable reducers, bushings and couplers together with the restoration of all improvements disturbed by this operation. 3. Pipe burst existing 6" and 10" VCP sanitary sewer main and install 8" and 10" (respectively) HDPE SDR 17. This work includes all applicable reducers, bushings, and couplers together with the restoration of all improvements disturbed by this operation. 4. Spot repairs on existing sewer main. Work includes removal of up to 6 linear feet of 6", 8", 10", 12", or 15" VCP sanitary main and replacing it with the same size SDR 35 polyvinyl 1 f:\a_contrs\sewer-cw.cca - 17 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 chloride sewer main pipe. Work also includes all applicable reducers, bushings, adapters and couplers together with the restoration of all improvements disturbed by this operation. 5. Connection of existing laterals to sewer mains. Work includes main removal, installation of an in -line PVC wye, 1/4, 1/8 or 1/16 long radius bend, reducers, adapters, couplers and new pipe required to make the connection between the main and lateral together with the restoration of all improvements disturbed by this operation. 6. Installation of new 6" sanitary sewer at the parking garage structure on San Mateo Drive, including two (2) easements. 7. Connections of existing laterals to sewer mains in conjunction with sewer main replacement or spot repair. Work includes installation of PVC in -line wye or where applicable a strap -on PE saddle using #316 stainless steel band, screw and housing securing clamps, 1/4, 1/8 or 1/16 long radius bend, reducers, adapters, couplers and new pipe required to make the connection between the main and lateral together with the restoration of all improvements disturbed by this operation. 8. Saw cut and removal of pavement sections, curb, gutter and sidewalk, backfill of the trench and replacement of the pavement section, curb, gutter, and sidewalk as required. 9. Restoration of all improvements disturbed during and by the activities of this project shall be replaced to a condition as good or better than currently exists. N. Construction of a manhole. Work includes excavation, construction, installation of precast concentric manhole, reconnection of laterals, together with restoration of all improvements disturbed by this operation. 11. Repair of manhole. Work includes patching of channel in two manholes and chipping out concrete and rechanneling a third. 12. Post -installation pipeline cleaning and video inspection. Cleaning shall include the removal of debris, grease, and roots to provide for a clear TV picture. Contractor shall video inspect and tape record each entire stretch of pipe from start point manhole centerline to stop point manhole centerline as indicated in the contract drawings to verify quality of repair/rehabilitation work performed. Replacement line shall be installed to match existing line and grade unless otherwise noted on the schedule or plans. Grade shall be determined by field measurement of the pipe inverts at the upstream and downstream manholes/pipes and the length of the pipe run. Pipe shall be installed to maintain a constant slope between, and match, manhole/pipe inverts. SEQUENCE OF WORK. Contractor will coordinate his schedule and perform sewer rehabilitation/repair work in these areas so that the sewer work is completed including post - installation video inspection and any follow-up corrective work. 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 f:\a contrs\sewer-cw.cca - 18 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 -2-6.2 PRE -CONSTRUCTION VIDEO INSPECTION OF EASEMENT IMPROVEMENTS. Prior to any activity involving access to public utility easements, representatives for the Contractor and the City shall meet and jointly prepare a video inspection of these easements. The video inspection will be used to establish a base line condition of improvements made in the easement as well as the private property that will be crossed to access the easement and/or allow construction activities to proceed. The City shall take possession of the videotape which will be used to resolve damage claims that may be made by property owners as a result of the construction activity. Video inspection of easement improvements must be completed prior to the start of any field activities. 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 $90.50 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 actions to enforce the provisions of this contract. The above $5,000 limit is the total of attomey fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. SP -2-13 SAN MATEO BUSINESS LICENSF. 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 that "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, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section SP -3-1.3 shall not be a prerequisite as to matters within the scope of the Protest f:\a_contrs\sewer-ew.cca - 19 - August 16, 1996 1 1 1 1 1 1 1 1 r 1 1 1 1 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 $375,000 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 -3-3 EXTRA WORK. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by contract unit prices or stipulated unit prices. When the price for the extra work cannot be agreed upon, the City will pay for the extra work based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard Specifications. The mark-ups shall be as specified below. SP -3-3.2.3 MARK-UP. A. Work by Contractor The following percentages shall be added to the Contractor's cost and shall constitute the mark-up for all overhead and profits: 1. Labor 25% 2, Materials 15% 3. Equipment Rental 15% 4. Other Items and Expenditures 15% To the sum of the costs and mark-ups provided for in this subsection, one percent (1%) shall be added as compensation for bonding. B. Work by Subcontractor Eta contrslsewer-cw.cca -20- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Extra work performed by subcontractors shall be paid as provided in Section 3-3.2.3(b) of the Standard Specifications. SP -5-1 LOCATION OF UTILITIES - The Contractor's attention is directed to Section 5-1 of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. SP -6-1 CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE - After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction or fabrication and delivery schedule. The 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, scheduling of equipment, and delivery of finished product. SP -6-1.1 PRE -CONSTRUCTION CONFERENCE - A pre -construction 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 Contactor 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 45 working days, beginning from the date specified in the Notice to Proceed. The City will furnish the Contractor weekly a statement of working days remaining on the contract. SP -6-8 COMPLETION AND ACCEPTANCE - Section 6-8 is deleted in its entirety and the following subsection is substituted instead. The Contractor shall request an inspection to determine substantial completion. The substantial completion of work is considered as for the benefit of the City that the City's facilities are ready for public use. The substantial completion of work for this project is defined to include as a minimum: the completion of all the sewer repair, replacement, or rehabilitation work; post -installation video E\a_contrs\sewer-cw.cca -21- August 16, 1996 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 inspection; street, curb and gutter, traffic signal, and all existing easement improvements restoration to the pre -construction or better condition. If the inspection confirms that substantial completion has been attained, the City will discontinue counting working days for the project. The City will also issue a punch -list of any minor work items that must be completed prior to Final Acceptance of the contract. When the Engineer has made the final inspection, including sign -off of all punch -list items, and when the Contractor has submitted a set of full-size blue lines of the contract plans with all the changes to reflect "As Built" conditions, the Public Works Director will recommend that the City Council formally accept the contract and file the Notice of Completion. Immediately upon and after such acceptance by the City Council, the Contractor will be relieved of the duty of maintaining and protecting the work as a whole, and he will not be required to perform any further work thereon, except warranty work; and the Contractor shall be relieved of his responsibility for injury to persons or property or damage to the work which occurs after the formal acceptance by the City Council. 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 on the following basis. 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 an 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 $250 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 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. SP -6-12 ARBI1 RATION - 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. f:\a_contrs\sewer-cw.cca -22- August 16, 1996 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 SP -7-2.2.1 HOURS OF LABOR - Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion if approved in advance by the City. 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. Normal working hours for this project shall be between 8:00 a.m. and 5:00 p.m. unless specifically modified in writing except for the following: The repair to be made on El Camino Real near Hillsdale Boulevard shall be performed during the hours of 9:00 a.m. and 3:00 p.m. or as otherwise stated in the encroachment permit issued by Caltrans. No pipebursting work, as described in Part V of these Special Provisions, shall begin on a Thursday or Friday or the last work day before a City holiday, to allow sufficient pipe "relax" time and lateral reconnections to be completed before the weekend/holiday. All work in the downtown shopping district west of the railroad tracks as shown on sheet 5 of the plans must be completed by October 25, 1996. Work in this area not completed by this date must be completed after January 1, 1997. During the week of Thanksgiving and from December 20 through January 1, only work in the street right-of-way will be permitted. No work in public utility easements or behind the sidewalk will be permitted during this time period in order to minimize disruption to private property during the holiday season. If any repair work in a PUE has been initiated prior to these periods, it is the responsibility of the contractor to complete the work, including the restoration of all the improvements, before these periods. No partially completed work will be permitted to remain undone in a PUE during this period. SP -7-2.3 AFFIRMATIVE ACTION OI IIDELINES - 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 lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans and specifications therefore for the least amount of money; provided the bidder has the ability, capacity and, when necessary, the required State or other license and that he and his subcontractors have undertaken an affirmative action program to promote the full realization fAa contrs\sewer-cw.cca - 23 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of equal employment opportunities meeting the minimum requirements set forth herein. Any subcontractor failing to comply herewith shall be deemed unqualified and shall be substituted. 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 -7-23 3 PRE -AWARD AFFIRMATIVE ACTION CONFERENCE - A pre -award affirmative action conference may be required of the potentially lowest responsible bidder and his subcontractors when the following conditions exist: A. Prime Contractor 1. The total contract amount is greater than $20,000 with ten or more employees. 2. The prime contractor has not filed an approved affirmative action plan with the City in the past six months. If an approved plan has been filed, the general contractor will be required to file updates to the plan if any, or a letter acknowledging that the previously submitted plan is still in effect. -or- 3. The project is federally funded. B. Subcontractors 1. The total amount involved in the subcontract is greater than $10,000 with ten or more employees. 2. The subcontractor has not filed an approved affirmative action plan with the City in the past six months. If an approved plan has been filed, the subcontractor will be required to file updates to the plan if any, or a letter acknowledging that the previously submitted plan is still in effect. -or- 3. The project is federally funded. Each potentially selected bidder and his subcontractors who meet the above conditions, may be required to meet with the City at a pre -award conference to be held prior to referral to the Council for consideration and award. SP -7-2.3.4 STANDARDS OF NON-DISCRIMINATION A. The successful bidder and each subcontractor shall undertake affirmative action to ensure that applicants and employees are treated fairly such that the principles of equal opportunity f:\a_contrs\sewer-cw.cca - 24 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 in employment are demonstrated positively and aggressively 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 CERTIFICATION OF NON-DISCRIMINATION - Each bidder on any public works contract shall sign the certification 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 - Prior to contract award, 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 or suppliers. 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, 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. f:\a_contrs\sewer-cw.cca - 25 - August 16, 1996 1 1 1 1 1 1 1 1 a 1 1 a 1 1 1 1� 1 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 SUBCON TRACTORS - Each subcontractor shall, prior to entering into a contract to perform any work or supply materials for a public works project of the City of San Mateo, file with the prime contractor and with the City his Affirmative Action Plan in the form set forth in Section SP -7-2.3.7 above. The requirements of these specifications shall be considered a part of each contract entered into by subcontractors, the services of which equal $10,000 or more of the basic contract. The successful bidder shall include the provisions of these specifications in every first -tier subcontract and require each subcontractor to bind further subcontractors with whom he enters into a contract. SP -7-2.3.9 POSTING NOTICE OF AFFIRMATIVE ACTION AND NON-DISCRIMINATION 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 Non - Discrimination in Employment. SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION - In general, 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 the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. 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 keep a copy of the 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. Each Contractor and Subcontractor and any lower -tier Subcontractor shall submit weekly certified payrolls for each work week 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 work week, he may either submit a weekly payroll form with the notation, "No work performed during this work week," or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final." f:\a_contrs\sewer-cw.cca - 26 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 Payrolls shall be completed and submitted no later than seven (7) work days following completion of the work week. 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 form, 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 form, with a limit of not less than $1,000,000 each occurrence. 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 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. a. In addition to requiring that you provide an insurance certificate showing the levels and types of coverage required for your project or contract, the City of San Mateo also requires you to provide the City with a copy of the actual endorsements to the commercial general, automobile, and any excess liability insurance policies that show that the City of San Mateo, its boards, commissions, officers, agents, and employees have been named as additional insureds by the insurers. These endorsements are required because California Insurance Code § 384 expressly provides that an insurance certificate is not proof of what the underlying insurance policy actually contains. If you look at an insurance certificate, you will notice that the certificate actually says the same thing. Therefore, a certificate has minimal legal value and the City cannot be reasonably certain that it is covered under the policies shown on the certificate without endorsements. f:\a_coats \sewer-cw.cca - 27 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 An endorsement is a piece of paper that modifies the terms of the underlying policy and is issued by the insurance company itself, rather than a broker. A copy of a sample endorsement for commercial general liability is on the following page for your reference. 4. No changes in insurance may be made without the written approval of the City Attorney's office. f:\a_contrs\sewer-cw.cca - 28 - August 16, 1996 SAMPLE ENDORSEMENT FORM FOR COMMERCIAL GENERAL LIABILITY POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS (FORM B) 1 1 1 1 1 1 1 1 1 1 1 1 1 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of person or organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. f:\a_cantrs\sewer-cw.cca - 29 - August 16, 1996 1 1 1 1 1 1 1 1 0 1 i 1 1 1 1 1 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 there against; 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 -7-5 PERMITS. Attention is directed to Section 7-5 of the Standard Specifications and these Special Provisions. Prior to start of work within the State right-of-way affecting State facilities, the Contractor will be required to obtain an encroachment permit at the following state Department of Transportation office: Caltrans District IV Permit Engineer 111 Grand Avenue P.O. Box 23660 Oakland, CA 94623 An application fee and site inspection fee are due at time of application. This permit is in addition to the encroachment permit already issued to the City by Caltrans. A copy of the encroachment permit issued to the City will be sent by addendum if it becomes available from Caltrans prior to bid opening. Contractor shall refer to the City's permit when applying for this permit. 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 Califomia, Department of Transportation MANUAL OF TRAFFIC CONTROLS - For Construction and Maintenance Work f:\a_contrs\sewer-cw.cca - 30 - August 16. 1996 1 1 1 • 1 1 1 1 1 1 1 1 1 1 Zones, 1990 Edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained unless otherwise approved by the City in advance. 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 -7-10.2 STORAGE OF EOUIPMENT AND MATERIALS IN PUBLIC STREETS. Construction materials shall not be stored in streets, roads, or highways for more than three (3) days after unloading. All materials or equipment not installed or used in construction within three (3) days after unloading shall be moved and stored elsewhere by the Contractor at its expense unless authorized additional storage time is authorized by the Engineer. All costs to the Contractor for off-street storage shall be included in the various bid items and no additional compensation shall be made by the City. Construction equipment shall not be stored at the work site before its actual use on the work nor for more than three (3) days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. SP -9-1 MEASUREMENT OF OUANTITIES - When payment fora work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh -master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. SP -9-3 PAYMENT SP -9-3.1 GENERAL - Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefor. ,SP -9-3.1 TEN PERCENT (10%) RETENTION - To ensure performance City is entitled to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, the Contractor may substitute securities for said ten percent (10%) retention or request that the City make payments of retentions earned directly to an escrow agent at the Contractor's expense. The provisions of the Public Contracts Code Section 22300 arc hereby expressly made a part of the contract. SP -9-3.2 PARTIAL AND FINAL PAYMENTS - Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule established at the preconstruction conference. Contractor shall use City's standard form for such requests and submit one original plus three copies of each request. B\a_contrs\sewer-cw.cca - 31 - August 16, 1996 1 1 1 r 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 PART 11- CONSTRUCTION MATERIALS SP -200-1.5 5 SAND GRADATIONS. Sand for pipe bedding shall be of such size that 90 to 100 percent will pass a No. 4 sieve and not more than 5 percent will pass a No. 200 sieve. SP -200-2 AGGREGATE BASE. Aggregate base shall be Class 2 and shall conform to the provisions in Section 26 of the State of California, Department of Transportation, Standard Specifications, July 1992 Edition, except that relative compaction shall be not less than 95% unless approved by the engineer. SP -201-1 PORTLAND CEMENT CONCRETE. Portland Cement Concrete shall conform to the provisions in Section 201-1 "Portland Cement Concrete" in the Standard Specifications and these special provisions. Classes of concrete shall be as follows: (a) Sidewalk, curb and gutter -- 520-C-2500 (b) Manholes and catch basins -- 560-C-3250 (c) Trench Cap -- 520-A-2500 SP -201-6 TRENCH BACKFILL. For encased pipe, when pipe encasement is required and when slurry backfill is required, trench backfill shall be controlled density fill, sand slurry backfill, or controlled density fill by Granite Rock conforming to the following design mix. In locations where encasement is not required, Contractor may use controlled density fill, sand slurry backfill, controlled density fill by Granite Rock or native material. CONTROLLED DENSITY FILL Materials S.S.D. Weights (lbs.) Volume (cu. ft) Cement 30 0.25 Fly Ash 300 2.05 Water 283 4.53 Pea Gravel 1085 6.49 Top Sand 1295 7.78 Blend Sand 315 1.85 Air 15% 4.05 1 f:\a_contrs\sewer-cw.cca - 32 - August 16. 1996 1 r 1 1 1 1 1 1 1 1 1 1 1 CONTROLLED DENSITY FILL Materials S.S.D. Weights (lbs.) Volume (cu. ft.) TOTAL 3308 27.00 SAND SLURRY BACKFILL Materials S.S.D. Weights (lbs.) Volume (bu. fi) Cement (2 sacks) 188 0.96 Water (36 gallons) 300 4.80 Air 1.08 Sand per ASTM C33 3000 18.50 TOTAL 3488 25.34 CONTROLLED DENSITY FILL BY GRANITE ROCK Cement 75 0.38 Pozzolan 207 1.43 Water 458 (55 gallons) 7.34 Air 1.08 Course Aggregate Course Aggregate Course Aggregate Fine Aggregate (Course Sand) 1,385 8.19 Fine Aggregate (Oly Sand) 1,385 8.58 TOTAL 3,510 27.00 Design Strength: 50-150 p.s.i. Cement: Type II (ASTM C-150) lbs./cubic yard - 75 Pozzolan: International Class F (ASTM C-618) lbs./cubic yard - 207 Total Cementicious Material sks/cubic yard: 3.001bs./cubic yard - 282 Water/Cement Radio: n/a Course Aggregate: none Fine Aggregate: Granite and Olympia Sands fAa_co ntrs\sewer-cw.cca - 33 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Materials S.S.D. Weights (lbs.) Volume (cu. fi.) Entrained Air: 4.0%, Dosage: Yz oz./cwt. (Daravair) (dosage may vary to obtain designed air) Chemical Admixture Type: none Backfill shall be that material extending from the pipe bedding subgrade of the trench to within 0.1' of the finish pavement. SP -203-3.2. Emulsified asphalt tack coat shall be SS -1h. The tack coat shall be diluted with not more than 15% water by volume. SP -203-6.1. Asphalt concrete surfacing shall be Type C2 -AR -4000. SP -203-6.3.2 ASPHALT CONCRETE. COMPOSITION AND GRADING. Asphalt concrete for use in paving trenches shall be Class C2 as described in Section 203-6.3.2 of the Standard Specifications. SP -206 MISCELLANEOUS METAL ITEMS. Manhole frames and covers shall conform to the provisions in Section 206 "Miscellaneous Metal Items" in the Standard Specifications and these special provisions. Manhole frames and covers shall be cast iron as per Standard Drawing 3-1-107. SP -207-2 REINFORCED CONCRETE PIPE. Reinforced concrete pipe shall conform to the provisions of Section 207-2, "Reinforced Concrete Pipe." SP -207-17 PVC PLASTIC PIPE. Polyvinyl chloride pipe shall be SDR 35 unless otherwise noted in the Schedule of Repairs shown on the drawings and shall conform to the provisions in Section 207-17, "PVC Plastic Pipe," in the Standard Specifications. SP -207-19 POLYETHYLENE (PE) SOLID WALL PIPE AND LINER. Polyethylene (PE) pipe and fittings shall be SDR 17 unless otherwise noted in the schedule of repairs on the drawings and shall conform to the provisions in Section 207-19, "Polyethylene (PE) Solid Wall Pipe and Liner," of the Standard Specifications. PE pipe shall be a Type III, Class C, Category 5, P34 material as described in ASTM D-1248, as manufactured by Phillips Driscopipe, Inc. or approved equal. Minimum cell classification values of the pipe material shall be 3 4 5 4 3 4 C as referenced in ASTM D 3350-84. The fittings used under this specification shall be molded from a PE compound having a cell classification equal to or exceeding the compound used in the pipe. To ensure compatibility of PE materials, all fittings supplied under this specifications shall be of the same manufacture as the pipe. The PE pipe shall be co -extruded with a black exterior and a white (or off-white) interior. Fittings may be black both externally and internally. SP -210-1 PAINT. Traffic paint shall conform to the provisions of Section 210-1 "Paint." Thermoplastic paint shall conform to the provisions of Section 210-1.6.2 "Thermoplastic." All traffic striping that is removed or disturbed shall be replaced in kind. f:\a_contrs\sewer-cw.cca - 34 - August 16, 1996 SP -210-1.1. Thermoplastic paint shall conform to the provisions of Section 210-1.6.1 "Thermoplastic." SP -212-1.1 TOPSOIL. Topsoil shall be Class A and shall conform to the provisions in Section 212-1.1 of the Standard Specifications. SP -212-1.2.4.1 TREE REMOVAL, Trees in public utility easements for which removal is determined necessary in order to complete the sewer repairs shall be removed and disposed of by the Contractor only after approval by the Engineer. The stump shall be removed to a point at least 18" below grade. Payment for tree and stump removal shall be made on the basis of the diameter of the tree trunk as measured at a point 18" above the crown of the roots. SP -215-1 SEWER LATERAL CONNECTION. Lateral connections shall be connected to the main with long radius 1/4, 1/8 or 1/16 sweeps (NOT ELBOWS) as manufactured by Head Manufacturing, Inc., or approved equal. The address for Head Manufacturing, Inc. is 601-A2 North Shore Drive, Bellingham, Washington, 98226. Their phone numbers are 206/733-7677, 800/859-0332. 1 1 1 1 1 f:\a_contrs\sewer-cw.cca - 35 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 PART III - CONSTRUCTION METHODS SP -300-1.3.2(a) REMOVAL AND DISPOSAL OF BITUMINOUS PAVEMENT. Removal and disposal of bituminous pavement shall conform to Section 300-1.3.2(a) of the Standard Specifications as amended with the following: Saw cutting of trench and edges to be joined is not optional and shall be done to a depth so as to prevent damage to adjacent sections during removal. Damage to adjacent sections will be repaired by Contractor at his expense. Removal and Disposal of Trenching Material. When the edge of a trench is less than 3 feet from the lip of an adjacent gutter, the bituminous pavement between the edge of trench and lip of gutter shall be removed and replaced. Full compensation for removing, disposing and replacing the bituminous pavement shall be considered as included in the price bid for furnishing and installing sewer pipe and no additional compensation will be allowed. Several of the streets in which sewer repair and/or replacement will take place may have been originally constructed of concrete and have since been overlaid with asphalt. The City has potholed the streets suspected of having been constructed in this manner. Those that have been identified as constructed with concrete include: Street Name Address Pavement Section Elm Street between Santa Inez Avenue and Monte Diablo Avenue Concrete w/AC overlay Claremont Street north of First Avenue Concrete w/AC overlay First Avenue 600 and 700 blocks Concrete Laurel Avenue at Ninth Avenue Concrete w/AC overlay SP -300-1.3.2(c) REMOVAL AND DISPOSAL OF CONCRETE DRIVEWAYS. CURB. WALK AND GUTTERS. Concrete removal shall conform to the provisions in Section 300-1.3.2(c) of the Standard Specifications as amended with the following: Saw cutting of concrete driveways, curb, walk, and gutters shall be to the depth necessary so as to prevent damage to adjacent concrete sections. Damage to adjacent sections will be repaired by Contractor at his expense. Replace all pavement, driveways, sidewalk, curb and gutter, or other existing improvements in kind as required to accornmodate making sewer spot repairs or replacing pipe. Driveways and sidewalk 1 f:\a_contrs\sewer-cw.cca - 36 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 to be removed must be saw cut along existing score marks. Full depth of sidewalk from back of curb to back of walk must be replaced. Removal of only front or back portion of sidewalk will not be allowed. Where driveway, curb, gutter, and sidewalk are to be removed, existing driveway, curb, gutter, and sidewalk are to be saw cut at existing sidewalk score lines. Replacement of driveway, curb, gutter, and sidewalk shall include drilling 5/8" diameter holes, at least 4" deep, on 24" centers along the face of the saw cut. Contractor shall install 12" lengths of #4 rebar at least 4" into the drilled holes and secure them with epoxy. Full compensation for removal and disposal of concrete shall be considered as included in the price bid for other items of work and no additional compensation will be allowed therefore. SP -302-5.5 - Asphalt concrete distribution, spreading and compacting shall be in conformance with Section 302-5.5 and 3-2-5.6.1 of the Standard Specifications. SP -303-5 CONCRETE CURBS. WALKS GUTTERS. ACCESS RAMPS AND DRIVEWAYS -Construction of concrete curbs, walks, gutters, access ramps and driveways shall conform to the provisions in Section 303-5 of the Standard Specifications and the following special provisions. During construction of sidewalk, the Contractor shall install temporary ramps for residents' access in and out of the property if necessary. Payment for temporary ramp is included as part of the sidewalk pay item. No additional compensation will be made to Contractor for the temporary ramp. SP -306-1 SEWER PIPE INSTALLATION. Sewer pipe installation shall conform to the provisions in Section 306-1, "Open Trench Operations," of the Standard Specifications and these special provisions. Except as noted herein, pipe bedding class shall be Class B-2 as shown on Standard Drawing 3-1- 153. Sand used for pipe bedding material shall conform to the provisions in SP 200-1.5.5, in these special provisions. At locations where the existing cover over the pipe is less than 2 feet, the bedding class shall be A-2 as shown on Standard Drawing 3-1-153. At locations shown on the drawings or where the final cover over the pipe will be less than three feet, the pipe trench shall be backfilled with a control density fill or slurry backfill. SP -306-1.1.6.1 TRENCH SHORING PLANS. Attention is directed to the provisions in Section 306-1.1.6, "Bracing Excavations," of the Standard Specifications. Prior to the excavation of trenches on the work, the Contractor shall submit to the Engineer a detailed shoring plan for all trenches 5 feet and deeper that shall include, but not be limited to, details of shoring, bracing, sloping and other provisions required for the safety and protection of workers. Such plan shall conform to the provisions in Sections 6422 and 6424 of the Labor Code, Section 2-5.3, "Shop Drawings," and 306-1.1.6, "Bracing Excavations," of the Standard Specifications and the rules, regulations and orders of the Division of Industrial Safety of the State 1 f:\a_contrs\sewer-cw.cca - 37 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of California. If such plan varies from the above standards, then such plan shall be prepared by a civil or structural engineer registered in the State of Califomia. Full compensation for preparation of the shoring plan and shoring shall be considered as included in the prices paid for the various contract items requiring preparation of the shoring plan and no additional compensation will be paid. SP -306-1.1.6.2 SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION. The Contractor shall comply with all provisions of the United States Department of Labor, Occupational Safety and Health Administration, Part 1910, Occupational Safety and Health Standards, and Section 500-2.1.4, SAFETY, of the Standard Specifications when work is to be performed in confined space areas. Full compensation for securing the required permit(s) when working in confined space areas shall be considered as included in the prices paid for the various contract items and no additional compensation will be paid. SP -306-6.1 CONNECT SEWER LATERAL. All laterals shall be connected within approximately 5 feet of the main. The laterals shall be connected to the main with long radius bends, PVC wye fittings as shown on Standard Drawing 3-1-101 or a strap -on PE saddle using #316 stainless steel band, screw and housing securing clamps, as noted in the Schedule of Repairs. The contractor shall have sufficient 1/4, 1/8, and 1/16 long sweep bends available as necessary to make all connections. When roots are encountered in service laterals that are to be replaced, Contractor shall perform root removal in accordance with SP -306-6.3. When multiple laterals exist at an address, contractor shall dig at each location to determine if lateral is live. Only live laterals are to be reconnected. Payment for lateral reconnection will be based on actual number of live laterals reconnected. The contract unit price for lateral connection shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in connecting the existing lateral to the main, including excavation and backfill, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. SP -306-6.1.2 SERVICE DISRUPTION NOTICES. Existing service laterals shall not be out of service more than one working day (9:00 a.m. to 4:30 p.m.). Property owners/tenants shall be notified in writing 48 hours prior to the shutdown. If the property owner cannot sustain the one (1) working day shutdown, then Contractor shall provide an alternate method, to be approved by City, for continuous service. The notification shall include a description of the work to be performed, expected duration of service shutdown affecting their property, Contractor's name and telephone number (for the purpose of taking emergency and complaint calls). A sample copy of this notice is included in this document. A draft copy of this notice shall be submitted by Contractor at the Preconstruction Meeting. Final format and wording shall be subject to approval by City. All costs to Contractor for providing notification to users shall be included in the various bid items and no additional compensation shall be made. f.\a_contrs\sewer-cw.cca - 38 - August 16, 1996 1 1 1 1 1 1 1 1 1 • 1 1 1 1 1 1 1 1 1 9P-306-6.1 3 TRAFFIC/BUSINESS DISRUPTION NOTICES. In addition to the notices of SP - 306 -6.1.2, all property owners/tenants within one (1) block in all directions of a sewer repair shall be given notice of construction at least 48 hours prior to the start of the repair/replacement work. The notification shall include a description of the work to be performed, expected duration of' construction affecting traffic and/or parking, Contractor's name and telephone number (for the purpose of taking emergency and complaint calls). A sample copy of this notice is included in this document. A draft copy of this notice shall be submitted by Contractor at the pre -construction meeting. Final format and wording shall be subject to approval by City. All costs to Contractor for providing notification to users shall be included in the various bid items and no additional compensation shall be made. ,SP -306-6.1.4 PROPERTY ACCESS NOTICE AND PROCEDi1RES. Contractor shall provide notification to each property owner/tenant 72 hours prior to the time initial access to their property will be needed. The notification shall include a description of the work to be performed, expected frequency of access to and duration of construction activity affecting their property, and Contractor's name and telephone number for the purpose of making arrangements to access the property or for emergency and complaint calls. Prior to construction, the City will have mailed advance notices to residents/tenants who will be directly impacted by construction. The notice will include the City of San Mateo Department of Public Works procedures for accessing public utility easements (these procedures are described in this special provision). The notice will also request that the resident/tenant notify the City whether or not work can be done without the resident/tenant home or if special arrangements must be made regarding safety to children, handling of pets, scheduling of work, etc. The City will compile and provide the contractor with a summary of those residents requiring that they be home or needing special arrangements at the pre -construction meeting, or as soon thereafter as the information is received. It is the contractor's responsibility to accommodate reasonable requests from the residents/tenants. On the day that work is to begin, the contractor (with proper identification as specified in SP -7- 2.2.2) must knock on the door to notify residents that they will be entering their property. If arrangements have been made in advance and the work can be done without the resident home, the site may be entered, but the contractor is to leave notice of what was done. If there is no response at the time of the door knock and no such arrangements have been made, the contractor must leave written notice stating that the contractor requests the resident to contact the contractor so that arrangements can be made for the contractor to enter the property. In the event there is still no response from the resident, the matter shall be referred to the City. If an emergency situation develops, such as imminent threat to private property being flooded, the contractor must still make an attempt to identify themselves by knocking on the door prior to entering the yard. Sample copies of the notices are included in this document. Draft copies of the notices shall be submitted by Contractor at the pre -construction meeting. Final format and wording shall be subject to approval by City. All costs to Contractor for providing notification to users shall be included in the various bid items and no additional compensation shall be made. f:\a cons\sewer-cw.cca - 39 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP -306-6.2 REMOVE AND REPLACE SEWER PIPE. Sewer pipe, where shown on the plans to be removed and replaced, shall be removed and replaced with new polyvinyl chloride sewer pipe as specified in the Standard Specifications and these Special Provisions. Attention is directed to the provisions in Section 306-1, "Open Trench Operations," of the Standard Specifications and Sections SP -306-1, "Sewer Pipe Installation, and SP -306-1.1.6.1, "Trench Shoring Plans," of these special provisions. Measurement and payment to remove and replace sewer pipe of the size or sizes specified in the Engineer's Estimate shall be as provided in Section 306-1.6, "Basis of Payment for Open Trench Installations," of the Standard Specifications, except that payment for spot repair to existing sewer main, connecting existing lateral to main and connecting existing lateral to main in conjunction with sewer main replacement or spot repair shall be on a per location basis. When spot repairs or service replacements not in conjunction with a sport repair or line replacement, as shown on the drawings or when directed by the Engineer, exceed 6 L.F. of sewer main removal, payment for sewer main footage in excess of 6 L.F. shall be based on the lineal foot unit price for pipe of that size. SP -306-6.3 - ROOT REMOVAL. Roots shall be cleaned from existing lateral connections by any means that will remove the roots and not damage the pipe in any way. Roots shall be removed by root -sawing, hydro -cleaning and/or other approved methods and all root -debris shall be removed from the sanitary sewer system. Damage to the lateral connections, the existing sewer line, or both, due to Contractor's operations shall be repaired immediately by Contractor at no cost to the City. After removing roots, the lateral connection shall be flushed clean of accumulated debris by any water cleaning method acceptable to the Engineer that cleans the pipe and that does not plug the pipe or otherwise create a nuisance. The contract unit price for connecting existing lateral to the main shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in removing roots from laterals and flushing out debris, as shown on the plans, as specified or directed by the Engineer. SP -306-6.4 MANHOLE CHANNEL REPAIRS AND JOINT SEALING. Contractor shall plug upstream line, allow the manhole channel to dewater, chip out excess grout or concrete as necessary to allow unobstructed flow through the manhole, and apply a fast -setting, non -shrinking grout to seal and plug holes in the manhole channel. Grout shall be smooth -finished so as not to obstruct flow in the flow line of the channel. SP -308-2.3 TOPSOIL PREPARATION AND CONDITIONING. Placement of topsoil shall conform to the provisions in Section 308-2.3 of the Standard Specifications. fAa contrs\sewer-cw.cca - 40 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 PART V - PIPELINE SYSTEM REHABILITATION The Contractor shall rehabilitate certain sanitary sewer mains by the pipe bursting method as indicated on the contract drawings. Pipe bursting shall consist of installing thermally butt -fused 6" ID polyethylene SDR 17 pipe through existing 6" VCP host line by PIM, XPANDIT, EXPAND -A- LINE or approved equal per SP -500-1-11. Lateral service connections shall be made to the new main using strap -on PE saddles per SP -500-1.11.7. SP -500-1.1.4 SEWER CLEANING AND PRELIMINARY INSPECTION. Section 500-1.1.4 is modified as follows: A. Hydraulically Propelled Equipment such as root saws or rotating chain flails shall be used. B. Hydraulically Propelled Equipment such as sewer balls or movable dam shall not be used. C. High -Velocity Hydraulic (Hydro -Cleaning) Equipment: High -velocity sewer cleaning equipment shall have a minimum working pressure of 1000 psi at a 30 gpm rate. The nozzles shall be capable of producing a scouring action in the lines designated to be cleaned to remove debris and sand from the flow line. The equipment shall carry a nominal 800 gallon minimum water tank and have a minimum of 650 feet of high pressure hose. D. Mechanical Cleaning Equipment such as bucket machines shall not be used. Sewer cleaning shall be performed prior to post -installation video inspection. SP -500-1.1.4.8 PAYMENT. Costs for sewer cleaning shall be included in Contractor's unit price for post television inspection. No additional compensation shall be made. SP -500-1.1.5 TELEVISION INSPECTION. Section 500-1.1.5 is deleted in its entirety and the following six subsections are substituted instead. SP -500-1.1.5.1 GENERAL. Contractor shall furnish all, labor, materials, and equipment necessary to perform closed circuit television inspection of the sewer lines listed. The inspection shall be done one line section at a time and the flow in the section being inspected shall be: suitably controlled as specified. SP -500-1.1.5.2 EQUIPMENT. The television camera used for the inspection shall be one specifically designed and constructed for operation in connection with sewer inspection. It shall be operative in 100 percent humidity conditions and have a 360 degree radial view rotating head. The camera head shall be capable of rotating to view up lateral connections and to evaluate defects. Lighting and camera quality shall be suitable to allow a clear in -focus picture of a minimum of six f:\a_contrs\sewer-cw.cca -41- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 lineal feet of the entire inside periphery of the sewer pipe. Lighting for the camera shall minimize reflective glare. To insure peak picture quality throughout all conditions encountered during the survey, a variable intensity control of the camera lights and remote control adjustments for focus and iris shall be located at the monitoring station. Focal distance shall be adjustable through a range of from six inches to infinity. Continuously displayed on the monitors shall be the date of the survey, number designation of the upstream and downstream manholes corresponding to the line section being surveyed, and a continuous forward and reverse readout of the camera distance from the manhole of reference. The remote reading footage counter shall be accurate to two -tenths of a foot per 100 feet. The camera, television monitor and other components shall be capable of producing a minimum 500 line resolution color video picture. SP -500-1.1.5.3 OPERATION. The camera shall be moved through the line in either direction at a uniform rate, stopping when necessary to permit proper documentation of the sewer condition. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. As the camera approaches a lateral connection or substantial defect, the camera progress shall be halted and the camera lens panned to further view the lateral pipe and connection or defect to thoroughly evaluate its condition. If during the inspection operation, the television camera will not pass through the entire line section as a result of offset joints, broken pipe or other obstructions, Contractor shall set up his equipment so that the inspection can be performed from the destination manhole. If, again, the camera fails to pass through the entire line section, Contractor shall immediately notify City. In the case of submerged lines or sags, or when the viewable portion of the pipe is reduced to less than 270 degrees of the circumference of the pipe wall, Contractor shall block the upstream manhole(s) and vacuum clean or jet flush the line to remove or lower the standing water level and proceed with the television inspection. In the event Contractor is still unable to televise the entire line and has demonstrated to the City that every reasonable effort has been made to clean the line for inspection or reverse the camera path, Contractor will move on to the next set up. However, City reserves the right to perform spot repairs to the line and have Contractor reinspect the line. Reverse taping segments shall be checked for total coverage of manhole to manhole runs. In the event sewage flows are too great to allow inspection or plugging at the upstream manhole(s), then the Contractor shall coordinate with City to reschedule television inspection during low flow periods such as early morning (i.e., between 12:00 midnight and 5:00 a.m.). When manually operated winches are used to pull the television camera through the line, walkie talkie radios or other suitable means of communication shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. The accuracy of the remote reading footage counter shall be checked by use of a walking meter, roll -a -tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. f:\a contrs\sewer-cw.cca - 42 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 In the event the section being televised has substantial flow entering the sewer between manholes, such that inspection of the sewer is impaired, the Contractor shall coordinate with the owner to have the flow temporarily stopped and/or reschedule television inspection of the particular section to a time when the flow is reduced to permit proceeding with the television inspection. SP -500-1.1.5.4 DOCUMENTATION A. Television Inspection Logs: Printed location records that clearly show the location, in relation to adjacent manholes, of each defect observed during inspection shall be kept by Contractor and a copy of such records will be supplied to the Engineer. B. Video Tape Recordings: Contractor shall furnish color video tape recordings in standard VHS format. The tab to prevent accidental erasure shall be removed from the cassette before submittal. Video tapes shall be labeled and individually numbered. Labels shall be typewritten and include project title, dates(s) of taping and tape number. The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Title to the tape shall transfer to City. Tapes shall include the following information: 1. Data view: • Date and time of TV inspection • Upstream and downstream manhole numbers • Current distance along reach 2. Audio: • Date and time of TV inspection • Verbal confirmation of upstream and downstream manhole numbers • Verbal description of direction and depth of flow • Verbal description of pipe size, type and pipe joint length • Verbal description of location of each defect • Verbal description of location of each service connection SP -500-1.1.5.5 COORDINATION - During post installation video inspection, contractor shall accommodate City representative who will be completing video inspection logs concurrent with contractor's video inspection activities. Contractor shall provide comfortable viewing access to the video tape monitor during the video inspection taping to allow City representative to compile a log of the inspection. City representative shall direct contractor to adjust camera speed and picture quality to allow adequate time to view tape, accurately compile the inspection log and note defects observed. SP -500-1.1.5.6 PAYMENT. Payment shall be made on the basis of total linear feet of pipe televised as measured from center line to center line of the start/stop points. However, no additional payment shall be made to reinspect sewer lines that have required additional corrective work to make Contractor's initial work acceptable. f:\a_contrs\sewer-cw.cca - 43 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP -500-1.1.7 MISCELLANEOUS SP -500-1.1.7.1 LOCATE ALL SEWER CONNECTIONS AND LATERALFj. The Contractor shall be responsible for locating all service connections and clean -outs prior to initiation of the rehabilitation process. Service disruption notices shall be sent in accordance with SP -306-6.1.1. SP -500-1.1.7.3 CLEAN UP AND DUST CONTROL. Clean-up and dust control shall comply with the requirements of subsection 7-8. SP -500-1.2.4 SEWER BYPASSING AND DEWATERING. The Contractor shall bypass the sewer flow around the work and dewater the work area in conformance with subsections 7-8.4 and 306-3.3. Contractor shall submit, at the preconstruction meeting, his/her plan for any bypass pumping that may be determined necessary during the construction process. SP -500-1.11 PIPE BURSTING REPLACEMENT METHOD SP -500-1.11.1 GENERAL. High Density Polyethylene Pipe (HDPE) shall be installed in place of the existing sanitary sewer by breaking the existing pipe and immediately pushing new pipe in its place. The HDPE shall comply with subsection 207-19 except that the SDR shall be 17. Contractor shall plan and schedule work to complete pipe bursting/installation in one working day as defined in SP -7-2.2.1. Once a new pipe section has been pulled into place by the pipe bursting method, a 24 -hour waiting period shall be established for the newly -installed pipe to "relax" and release tension developed in the pipe during the installation process. This will prevent the shearing of permanent lateral connections made immediately following the pipe installation process. During this 24 -hour "relax" time, laterals shall be connected to the new sewer main by temporary flexible connections. Since the pulling process, "relax" time, and permanent reconnection process will take a minimum of two working days, no line pulling will be allowed to begin on a Friday or the last work day before a City holiday. SP -500-1.11.2 LAUNCH AND RECEPTION PITS - The size, location, method and schedule to open and close excavations of all pits on -site shall be determined by the Contractor and a written plan shall be submitted to the City for approval prior to the start of the project. The excavations shall be supported using trench sheets and speed shoring, or equivalent. For methods requiring launch pits, the end(s) of the pit on which pusher forces are exerted are to be supported using 12" x 12" timbers or larger to allow dissipation of these forces into the surrounding soil. Upon completion of the work, pits shall be backfilled to a relative compaction of 95%. All costs to the Contractor for excavation, shoring,supports, backfill and compaction shall be included in the various bid items and no additional compensation shall be made. SP -500-1.11.3 INSTALLATION AND FIELD INSPECTION. The HDPE shall conform to ASTM F585 paragraphs 4.1, 4.2 and 4.3 regarding cleaning and inspection, Section 5 for excavations, and Section 6 for storage, handling and inspection of pipe. SP -500-1.11.4 EOUIPMENT A. BURSTING UNIT. This unit shall consist of a percussive "mole" which is forced through the existing pipe, expanding the pipe as the mole progresses. Covering the mole shall be a E\a_contrs\sewer-cw.cca - 44 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 steel shield providing for free movement of the mole independent of the inserted pipe, while at the same time ensuring that the two remain connected. This will allow the cracking head to displace the ground without the encumbrance of pulling the pipe. Passage of the pipe shall be controlled at approximately 1.0 to 2.0 feet per minute and shall be capable of achieving inserted distances of up to 1,000 feet. 1. The bursting unit shall be pneumatically or hydraulically powered. It shall incorporate an expander shield at the nose of the machine which shall break out the existing pipe to a diameter sufficient to insert the size pipe specified for the work location. The design of the expander shall be such that the existing pipe will be broken into many small fragments. 2. The method of connection of the inserted pipe to the expander shall be so that stresses transmitted to the inserted pipe are not damaging to the pipe, nor will they exceed the tensile capacity of the pipe. 3. Provisions shall be made in the equipment to remotely start and stop the mole should it become necessary to temporarily cease moling operations. 4. Measures shall be taken to ensure that the pipe does not become separated from the mole. The system shall employ an hydraulic pipe jacking process which will allow the lining pipe to slide within the mole expander. B. WINCH UNIT. This unit shall be operated to provide constant load to the burster unit in order that it may operate in an efficient manner with a minimum of recoil. It shall ensure directional stability in keeping the moling unit in line. 1. Specific Winch Requirements. a. The winch shall be of the constant load type, but shall be fitted with a direct reading load gauge to measure the winching load. It shall also be fitted with a device to automatically disengage when the load exceeds a preset maximum load. b. Contractor shall supply sufficient cable in one continuous length so that the pull may be continuous between winching points. c. The winch, cable and cable drum shall be provided with safety cage and supports. d. Contractor shall provide a system of guide pulleys and bracing at each manhole to minimize contact of cable with the existing sewer between manholes. e. A nose cone shall be fixed to the first pipe or the head of the mole expander and shall be fitted with a swivel attachment to reduce the twist transmission between the winch cable and the nose cone. f. The supports to the trench sheets in the insertion trench shall remain completely separate for the pipe support system and shall be so designed that neither the pipe nor the winch cable shall be in contact with them at any time. f:\a_coatrs\sewer-cw.cca - 45 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 g. Proper clearance shall be provided below the existing pipe to allow for the proper use of the winch. C. HYDRAULIC PIPE PUSHING MACHINE. This machine shall be used to overcome both the weight of the pipe material and the frictional forces of the surrounding soil during the insertion operation. 1. The pushing machine shall allow the mole to work independent from pulling the pipe. 2. The machine shall have static and moving jaws to grip the pipe alternately. 3. Proper clearance shall be provided below the existing pipe to allow for the proper use of the pushing machine. D. OTHER EQUIPMENT. All other equipment necessary to provide the work specified herein, including but not limited to: Back hoes, Dump trucks, Compressors, Chain saws, Pavement cutting saws, Trench Sheeting, Timber supports, Speed shoring, PE Butt Fusion machines, Generator, pipe cutters, cranes, compactors, rollers, dewatering pumps, and hoses. $P-500-1.11.5 TREATMENT OF PIPE AT INTERMEDIATE MANHOLES A. When the pipe passes through an intermediate manhole, it shall be cut in an approved manner so that 3" protrudes into the manhole or a top window cut out using the pipe as a trough. The invert of the manhole shall be broken out to a depth of 1 %" and rebenched using granolithic concrete. B. When the PE is run through the manholes, the channel is formed by cutting out the top of the pipe using a small compressed air disc cutter. The rehabilitation of the base of the manhole is then completed by re -benching to the PE channel using granolithic concrete. $P-500 - 1.11.6 TREATMENT OF PIPE AT UPSTREAM AND DOWNSTREAM MANHOLES A. At the upstream and downstream ends of the pipe, it shall be cut in an approved manner so that 3" protrudes into the manhole. The invert of the manhole shall be suitably prepared such that a smooth transition shall be made from the existing pipework to the new pipe. B. To seal the PE in the manholes at the entry and exit points, the ends of the pipe are surrounded in concrete which forms part of the manhole base. There are additional methods for this operation which may be employed such as mechanical anchoring systems. These other methods must be approved by the City in advance of installation. Loco ntrslsewer-cw.cca - 46 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $P-500-1.11.7 LATERALS A. All lateral connections will be located and disconnected by the Contractor, prior to moling and then permanently reconnected to the new pipe after moling has been completed. Contractor shall verify whether or not lateral connections are live prior to moling and only reconnect live laterals. B. Reconnection of laterals is accomplished from the ground surface by excavating a small opening and dropping in speed shoring so the connections can be made safely. C. The finished connection shall be made flush with the new sewer and shall provide a smooth transition to the existing lateral pipework. The existing laterals shall be reconnected to the new sewer using a strap -on PE saddle, using #316 stainless steel band, screw and housing securing clamps, a reducer, a 1/4, 1/8 or 1/16 long radius bend (not an elbow), and one (1) five foot replacement length of 4" PE SDR 33.5 pipe. The Contractor shall use FERNCO couplings or City -approved equal for all lateral reconnections. All costs to the Contractor for lateral reconnections including excavation and backfill (95% compaction) shall be included in its bid. $P-500-1.11.8 JOINTING: PE BUTT FUSION WELDING A. The pipe manufacturer will supply the required PE butt fusion parameters so that the temperatures and pressures of the jointing process are known and can be checked on site. The butt fusion parameters required are: 1. The temperature at the surface of the heating plate (the fusion temperature); 2. The pressure used to push the pipe against the heating plate; 3. The time when the pipe ends are in contact with the heating plate but no pressure is being applied (soak time); 4. The pressure used to push the pipe ends together after heating (the fusion pressure); 5. The time of application of this butt fusion pressure (fusion cooling time); 6. Allowable bead height and width range. B. Pipes shall be given adequate support on rollers which allows them free axial movement. C. Fusion shall be undertaken in clean conditions. Appropriate cover shall be provided to prevent rain or airborne particles from contaminating faces prepared for welding and to provide shelter from the wind. If necessary, pipe ends shall be plugged or covered to prevent intemal cooling. Only electric heating plates shall be used for butt fusion welding. D. The butt fusion jointing procedure shall be as follows: 1. Ensure heating faces of electrical heating plate are clean; f.\a_contrslsewer-cw.cca -47- August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. Open jointing clamps to their full extent. Place pipe ends to be jointed in clamps with at least 1" of pipe projecting inward from each clamp. Single pipes should be held on the movable clamp side of the fusion machine. Pipes should be aligned. 3. Tighten clamps fully thus ensuring total roundness of pipe ends as well as securing them. 4. Trim pipe ends with clean planing tool. Ensure trimming is complete over the entire pipe circumference with no grooves or ridges. Check pipe projection is still as recommended, typically at least 3/4", or adjust. Do not touch newly exposed faces. 5. Remove planing tool and bring pipe ends together. Check alignment for truly parallel mating surfaces. Ensure that no gap between pipe ends is greater than 0.02" and that pipe wall faces do not overlap at any point on the circumference by more than 5% of the wall thickness. 6. Check that the heating plate temperature is correct and that the heating faces are clean. 7. Insert heating plate between pipe ends and raise heating pressure to correct value. Heat until reconunended bead is raised uniformly around the pipe. 8. Reduce pressure and leave for soak time, maintaining contact between pipe and heating plate. 9. Quickly move pipe ends apart, remove heating plate and ease pipe ends together at reconunended pressure, and maintain pressure during fusion cooling time. 10. Check that the fusion bead is uniform in shape and that the exuded material looks smooth. 11. Check the bead width against the manufacturer's allowable limits, and that the bead height is not greater than half the bead width. 12 Leave undisturbed to cool naturally. 13. At any unacceptable butt fusion at least a 10" length of pipe on either side of that fusion shall be cut out and discarded. SP -500-1.11.9 HDPE INSERTION A. The installation forces on the pipe shall be kept to a minimum. B. Where a continuous length of pipeline is butt fused prior to insertion, the length of insertion pit shall be defined below: I . The bottom of the pit shall be horizontal and its length shall not be less than 12 times the diameter of the pipe to be inserted. 2. The rear sloping face of the pit shall be not less than 30 times the diameter of the pipe. 81a_contrslsewer-cw.cca - 48 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. The radius of curvature of the inserted pipe shall not be less than 30 times the diameter of the pipe. C. Where a device is employed to exert force on the rear of the inserted pipe lengths, the force applied to the inserted pipe shall be evenly distributed around the wall of the pipe. D. Maximum force to be within stress limits of the pipe. E. Where lengths of pipe are jointed and a device is employed to exert force to the rear of the inserted pipe lengths, precautions will be taken by the contractor to ensure that no buckling, crushing or twisting of the pipe occurs. F. Where lengths of polyethylene pipe are pushed, there is no relaxation time required to allow pipe to return to its original length. f:t.co ntrs\sewer-cw.cca - 49 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SAMPLE SERVICE DISRUPTION NOTICE [Contractor's Name] [Contractor's Address] PROJECT SPONSOR: City of San Mateo PROJECT NAME: 1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide Project No. 09-90-7781-53 48 HOUR NOTICE [Date of Notice] On [date work to begin], we will be repairing the sanitary sewer that is located in the street in front of your home/business. On [date], we will be reconnecting your lateral to the new sewer main. During this period, you should not experience any difficulty with your new sewer line, however, in the event you do experience a slower running drain or other signs of a back-up developing, please call the emergency number listed below immediately. We ask that while your service lateral is being reconnected, you curtail the use of those items that make use of the sewer system, such as the shower, washing machine, dishwasher, and toilet. In the event of an emergency, call [contractor's project superintendent] at [contractor's emergency telephone number]. Thank you in advance for your patience and cooperation. fi \a_contrs\sewer-cw.cca [Contractor's Name] - 50 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SAMPLE TRAFFIC/BUSINESS DISRUPTION NOTICE [Contractor's Name] [Contractor's Address] PROJECT SPONSOR: City of San Mateo PROJECT NAME: 1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide Project No. 09-90-7781-53 48 HOUR NOTICE [Date of Notice] The City of San Mateo has hired us to perform sewer repairs to the sewer line located in the street right -of --way on [block number and street]. On [date work to begin], we will begin making repairs to the existing sewer line or replacing the entire sanitary sewer line. This work will involve disruptions to local traffic patterns and will result in short-term loss of parking spaces in some construction areas. These disruptions should be short term. In the event of an emergency, call [contractor's project superintendent] at [contractor's emergency telephone number]. Thank you in advance for your patience and cooperation. f:\a_contrs\sewer-cw.cca [Contractor's Name] -51 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SAMPLE PUBLIC UTILITY ACCESS NOTICE [Contractor's Name] [Contractor's Address] PROJECT SPONSOR: City of San Mateo PROJECT NAME: 1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide Project No. 09-90-7781-53 72 HOUR NOTICE [Date of Notice] [Contractor's name] has been hired by the City of San Mateo to perform sewer repairs. On [date of required access], we will need access to your yard to perform necessary sewer repairs to the sanitary sewer line that is located in a public utility easement in your yard. This operation will involve excavation along the public utility easement to expose and repair the damaged sewer main. The excavations will be barricaded and covered when there is no work in progress. Care will be taken to minimize damage and disruption to your yardandany easement improvements. During construction, you should not experience any difficulty with your sewer line. However, in the event you do experience a slower running drain or other signs of a back-up developing, please call the emergency number listed below immediately. We ask that while construction is taking place in your yard, you curtail the use of those items that make use of the sewer system. These include use of the shower, washing machine, dishwasher, and toilet. Your cooperation is requested for safe and efficient completion of the project. In the event of an emergency, call [contractor's project superintendent] at [contractor's emergency telephone number]. Thank you in advance for your patience and cooperation. f:\a_contrs\sewer-cw.cca [Contractor's Name] - 52 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SAMPLE WORK COMPLETION NOTICE [Contractor's Name] [Contractor's Address] PROJECT SPONSOR: City of San Mateo PROJECT NAME: 1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide Project No. 09-90-7781-53 [Date of Notice] On this date, we performed the following work in the public utility easement in your yard: Should you have any questions or comments, please call [contractor's project superintendent] at [contractor's emergency telephone number]. Thank you for your patience and cooperation. f:\contrs\sewer-cw.cca [Contractor's Name] - 53 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SAMPLE PUBLIC UTILITY ACCESS SECOND NOTICE [Contractor's Name] [Contractor's Address] PROJECT SPONSOR: City of San Mateo PROJECT NAME: 1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide Project No. 09-90-7781-53 SECOND NOTICE [Contractor's name] has been hired by the City of San Mateo to perform sewer repairs. On [date of attempt], we tried to gain access to the public utility easement in your yard to perform necessary sewer repairs to the sanity sewer line. Notices have been sent to you previously by the City and by [contractor's name] advising you of the need for this work. Please contact [contractors project superintendent] immediately at [contractor's emergency telephone number] to schedule this work. Thank you for your patience and cooperation. f:\e contrs\sewer-cw.cca [Contractors Name] - 54 - August 16, 1996 1 1 1 1 1 1 1 1 1 1 1 1 I REVISED OCT. 2, 1992 RLG CITY OF SAN AIATEO i 1 NOTE' ENTIRE LENGTH OF BARREL SHALL BE FULLY SUPPORTED WITH FIRM GRANULAR BEDDING AND BELL HOLES SHALL BE PROVIDED PROPER BEDDING 1.1-----45° / DETAIL LONG RADIUS 8 BEND CURB— • SIDEWALK -r 3' MIN. 45° MAX CITY MAIN SAN. SEWER LINE NOTE: AN ENCROACHMENT PERMIT MUST BE ISSUED FROM THE DEPARTMENT OF PUBLIC WORKS , 330 W. 20TH AVE SAN MATEO, CA PRIOR TO ANY WORK IN THE PUBLIC RIGHT -OF• WAY OR CITY EASEMENT. ALL WORK MUST BE INSPECTED BY PUBLIC WORKS PRIOR TO BACKFILL. NOTE: ALL LATERALS SHALL BE 6" MINIMUM. APPROVED MATERIALS ARE VCP, CIP, PVC,SDR 35 PLAN PROPERTY LINE CLEAN OUT BOX 9 COVER — --"Z 5' MIN I __ LOT LINE THREADED PLUG CLEAN OUT BOX & COVER I as PER FOOT MIN. SLOPE PROFILE 1 6' MINIMUM CLEAN OUT TO BLDG NOTE: INSTALL CHRISTY B9 OR EQUAL BOX OVER CLEAN OUT PLUG. THE WORD"SEWER"MUST BE IMPRINTED ON BOX LID. CALIFORNIA 94404 STANDARD SEWER LATERAL INSTALLATION DATE 1992 DRAWN BY RLG CHECKED ED APPROVED ''J5 .2/4 CITY ENG/NEER CASE 3 DRAWER SET 101 /9 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I/2" GRADE 60 STEEL HEINFORCEMENT INSTALLATION COPOLYMER POLYPROPYLENE PLASTIC SECTION B -e I" DIA MOLE 3. 3/4' DEPTH 2 MOLES MANHOLE STEP DETAILS NOTES= I. CONCRETE SLAB AROUND CASTING SHALL BE A CONCENTRIC CIRCLE IN STREETS 2. CONCRETE SLAB AROUND CASTING SHALL BE SQUARE AND FORMED WITH LUMBER IN EASEMENTS. 3. TAPER "SHELF" I/2° PER FOOT TOWARDS CHANNEL. 4. INSTALL MANHOLE STEPS IN MANHOLES GREATER THAN 4 FEET DEEP. 5. MANHOLE STEPS SHALL BE PLASTIC - COATED STEEL AS MANUFACTURED BY M.A. INDUSTRIES, INC. PEACHTREE, GEORGIA , MODEL PS - 2 - PF OR CITY APPROVED EQUAL. NOT TO SCALE REVISION JUNE 28, 1989 CITY. OF SAN MATEO STANDARD FRAME ANO COVER , SEE 3•I.107 STREET GRADE c 560-03250 CONC. SLAG PRECAST CONC. CONE 4• 6" », PRECAST CONC. SECTIONS 560•C-3250 F POURED IN PLACED SECTIONAL ELEVATION SECTION A - A an cc CALIFORNIA 944C STANDARD PRECAST CONCENTRIC MANHOLE DATE DRAWN BY CHECKED APPROVED 1987 RLG SD %TY ENGINEER i 3 DRAWER SET I 104 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I/2- GRADE 60 STEEL REINFORCEMENT INSTALLATION COPOLYMER POLYPROPYLENE PLASTIC SECTION B-8 IN DIA HOLE 3.3/4' DEPTH 2 HOLES MANHOLE STEP DETAILS NOTES: 1. CONCRETE SLAB AROUND CASTING SHALL BE A CONCENTRIC CIRCLE IN STREETS 2. CONCRETE SLAB AROUND CASTING SHALL BE SQUARE AND FORMED WITH LUMBER IN EASEMENTS. 3. TAPER "SHELF" 1/2" PER FOOT TOWARDS CHANNEL. 4. INSTALL MANHOLE STEPS IN MANHOLES GREATER THAN 4 FEET DEEP. 5. MANHOLE STEPS SHALL BE PLASTIC - COATED STEEL AS MANUFACTURED BY M. A. INDUSTRIES, INC. PEACHTREE, GEORGIA , MODEL PS -2 - PF OR CITY APPROVED EQUAL. NOT TO SCALE /0 REVISION JUNE 28, 1989 STANDARD FRAME AND COVER (SEE 3.1-107) •- 0' STREET GRADE 6'-6"MIN . 560-C-3250(POURED IN PLACE) Q SECTIONAL ELEVATION SECTION A -A LYTY OF SAN MAT£O CALIFORNIA 94405 STANDARD PRECAST ECCENTRIC MANHOLE DATE - 1987 DRAWN sr RLG CHECKED LAPACOYED EB �r ENGINEER CASE DRAWER 3 1 SET 104 a SWEET — OF_ 1\ REVISION JUNE 1, 1988 PICK HOLE 14 BLIND PICK HOLE 64 COVER MACHINED FOR PERFECT NO — ROCK FIT PLAN // FRAME MACHINED SURFACES 21111.. 16 I" BLIND PICK .HOLE 26 25 2511 " 32 311 I8 24" 312 SECTION A,S.T.M. GRID PATTERN t 9r1 16 NOTE: PINKERTON FOUNDRY MODEL A-640 OR PHOENIX IRON WORKS MODEL P-1001 OR APPROVED EQUAL. 1 1 SAN MATEO n TE 1973 CALIFORNIA STANDARD TYPE B MANHOLE FRAME 9 COVER DRA\. BY CNN. BY RU LDJ / t_ PLAN CASE 3 DRAWER SI-IEET 107 CITY ENGINEER l a w n a11111 r s r 0 s a111 s a a11111 0 K Z .71 L r N 0 Z N z 11 > 0 > T C n o S G) C —I m z 0 to v m r TYPE "B" TO BE USED ONLY IN SPECIAL CASE WI TH PERMISSION FROM CITY ENGINEER 1— ��-- 5'0" 520-C.2500 Concrete Slope 4- per foot Subgrade compaction 2" Sand or 3" compacted crushed rock or grovel -' 0" Slope - per foot Subgrade compaction TYPE "A" 2" Sand or 3" .compacted crushed rock or gravel -' Curb ;=.rode Slope 1" per toot __ 'Batter I" to 12" 2'6" [Batter I"per foot Slope 1'per foot —Curb ;rode 't 'Batter I" to 12" 520-C-2500 Concrete /I\ NOTE CONCRETE SHALL CONTAIN I LB. OR 1 PT. OF LAMP BLACK PER CU. YD. 1 1 i 1 1 1. 1 i i i 6" blot of „ Driveway 20'-0" (MAX) A �2 -Expansion Joint Edge of Dnvewoy—.- 1 Conc. Sidewa Sid. Type 4 Curb VruimuLt 21-6" Maximum Driveway-_Wldth25-0" PLAN /\Note: .Concrete shall contain I lb. or I pint of lamp block per cu. yd. Expansion Joint Driveway Lipp.A 520-G-2500 Concrete - 5' -6" F Slope Ti Per Foof2 F6_ CURB GRADE Expansion Joint Subgrade Compaction 2"sand or 3" compacted crushed rock or gravel SECTION A A Note: No drivewayshallbeconatructed within three feet of any curb return. Gutter Width Normal Gutter Slo a'• 1' • a. e••. � 31• 1 (MAXI , IIh REVISION SEPT. 15,1987 REVISION JULIE 28 1889 REVISION JUNE 1,1908 Note: When existing concrete improvements are to be removed and replaced with new driveway they shall be cut with a concrete saw. REVISED 7/90 STANDARD RESIDENTIAL DRIVEWAY APPROACH SAII MATEO, CAIIF. ORAV/II BY I CII[. Bt T A.PI'P �)VIU T. L. J.G. CI- ____fit___.-...._-.______ I'I All CA5(_ IIBA V%IR , UIr M.:1.111P 3 1 149 1 6" 0.D. + 12% Min. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sow Cut (Typ.) O.D. +24"Max. ( Poy Limits for import moteriols and paving ) ,,e,r7 /A 0 Min NOTE' 1 12" Mot 9 Sow cut side on score marks only When working over Boy mud: Weight of backfiE including pipe and contents shall not exceed weight of material excavoted. BEDDING CLASSES Bedding Gloss Load Factor Relative Compaction n M 95% 0 90 let Unimproved Areas Compaction Method 2 3 Mechanical Compaction Mechomcol ( Except unimproved areas may be jetted or with Enineers approved ) 00 Are Exceotions enen qW quariYfines or sand is used it shall be jetted or jetted and vibroted. Jetted Jetted 0 AND TRENCH BACKFILL MATERIALS A-2 A - I A A-0 2.3 8-2 1.9 B-1 1.5 C 1.5 D 4.5 3.2 3.0 c 0 0 0 0 -J 0 Y `0 2 Bocktill Materials 0 Street Areas - 2' Asphalt Concrete and 6" 520rA - 2500 Concrete or 8' 520-A - 2500 Concrete Unimproved Areas Aggregate Bose or Native Moteriol, os directed by the Engineer Crushed Aggregate Base or Approved Native Materiol, os directed by the Engineer. 0 Vibrated Concrete Crushed Aggregote Bose or Approved Native Material, except Quorry Fines or Sond for V.C.P. and A.C.P. 0 Vibrated Concrete Quarryfaxy or Sand Approved. Aggregate Bose or Quarry Fines for Sondl tdexcept V.C.P. and A.C.P. 0 Vibrated Concrete Quarry Fines or Sond or Drain Rock Vlbroted Concrete Quarry Fines or Sand or 3/4"max. crushed rock STANDARD TRENCH DETAIL DATE 1978 DRAWN BY G.J. CNK. BY EJS SAN MATEO, CALIF. PLAN CASE 3 ENGINEER DRAWER 1 MEET 153 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1996 SANITARY SEWER REPAIR/REHABILITATION PROJECT: VARIOUS LOCATIONS CITYWIDE CITY PROJECT NO. 09-90-77.81-53 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 1996. RECITALS: (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 therefore entitled: 1996 Sanitary Sewer Repair/Rehabilitation Project: Various Locations Citywide City Project No. 09-90-77.81-53 2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is determined by the 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 f:\a_contrthsewer-cw.cca -1- August 16, 1996 1 1 1 1 j 1 1 1 1 1 1 1 1 1 1 1 1 Contract Book which includes the Special Provisions and Contract Drawings, Addendums Number issued to the Contract Book, the APWA-AGC Standard Specifications for Public Works Construction, 1994 Edition, as amended by the 1995 and 1996 supplements, the Faithful Performance Bond, and the Labor and Material Bond. All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents." In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule. All work shall be performed in accordance with the schedule provided pursuant to the Contract Book. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractors 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 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 Califomia. 7. Prevailing Wage Scale In general, 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 the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. f:\a_co utrs\sewer-cw.cca -2- August 16, 1996 1 4 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. 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 keep a copy of the 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. 8. Insurance. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, 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 form, with a limit of not less than $1,000,000 each occurrence. 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: £:\a contrs\sewer-cw.cca 1. Include 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. No changes in insurance may be made without the written approval of the City Attorney's office. -3- August 16, 1996 1 1 1 r 1 1 1 1 1 I 0 1 1 1 1 1 1 9. Hold Harmless and Indemnity Provision. Contractor agrees (1) to hold harmless and indenmify 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 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: f:\a_contrs\sewer-cw.cca -4- August 16, 1996 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Notices required to be given to Contractor shall be addressed as appears in the signature block as shown on the Bidder's Statement. 15. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. CONTRACTOR CITY OF SAN MATEO, a municipal corporation By: MAYOR ATTEST: (Typed Name of Person Signing) CITY CLERK f.\a_contrs\sewer-cw.cca -5- August 16, 1996