Loading...
HomeMy Public PortalAboutHillsdale Boulevard- El Camino Real to Alameda De Las Pulgas 24 Inch V.C.P Trench RepairCITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK HILLSDALE BLVD. EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 INCH V.C.P. TRENCH REPAIR TO BE USED IN CONJUNCTION WITH APWA -AGC STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PROJECT NO 90-7521 DATE SEPT '79 PUBLIC WORKS DEPARTMENT 330-W.20th AVENUE SAN MATEO, CALIF. TELEPHONE (415) 574-6790 DEPARTMENT OF -PUBLIC WORKS 330 NEST TWENTIETH AVENIIE SAN MATED. CALIFORNIA. 9.4403 September 5, 1979 TELEPHONE: DIRECTOR (415) 574-6790 ENOINEERINC & TRAFFIC DIV. (415) 574-6790 MAINTENANCE DIVISION (415) 674.6701 WATER QUALITY CONTROL PLANT (415) 344-3806 AMENDMENT NO. 1 Hillsdale Boulevard - El Camino Real to Alameda de las Pulgas 24 -Inch V.C.P., Trench Repair The following changes have been made: .The.time for accepting sealed proposals for this project has been :extended to September 25, 1979. Each bidder shall acknowledge.receipt of-thi'S amendent- by-sigritg I -dopy of this sheet and" ret'urlring'i't-at"once.' He'snall`submit"a dup ica't'e'sigiied"`copy with the bid documents. Acknowledgement I have received Amendment No. 1 to Hillsdale Boulevard - El Camino Real to Alameda de las Pulgas 24 -Inch V.C.P. Trench Repair Contract Book and I have read and understand the above information. Bidder's Signature Date Xf-43 CITY OF SAN MATEO, CALIFORNIA. HILLSDALE BLVD. - E.C.R. TO ALAMEDA SUMMARY OF BIDS RECEIVED FOR DE LAS PULGAS 24 -INCH TRENCH REPAIR OPENEDSept. 25, 1979 REQUISITION NO. P.O. NO. R.I. NO. BID ITEM DESCRIPTION OF ITEM QUANTITY ESTIMATE ENGINEER'S EST EST MATE HATTON CONSTRUCTION - UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL 1. Pressure -injected grout 180+ C.Y. 110.00 19,800.00 179.00 32,220.00 2. Drill, inject, pave and L.S. ,5,000. 5,000.00 5,631. 5,631.00 cleanup injection holes TOTAL 24,800.00 37,851.00 1 1 4 HILLSDALE. BOULEVARD — EL CAMINO REAL TO.ALAMEDA DE LAS PULGAS 24 —INCH V.C.P. TRENCH REPAIR CITY OF SAN MATEO, CALIFORNIA * * * * * CONTRACT DRAWINGS NO. 4-22-15 (1 sheet) TIME OF COMPLETION: 30 Working Days * *.* * * CONTENTS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION SPECIAL PROVISIONS PREVAILING WAGE SCALES CONTRACTOR'S SIGNATURE . DATE P—SPECg-3 NOTICE INVITING SEALED PROPOSALS HILLSDALE BOULEVARD - EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 -INCH V.C.P. TRENCH REPAIR CITY OF SAN MATEO, CALIFORNIA' 1. Sealed bids will be received by the City Council of the City of San Mateo, 'California, for the repair of the 24 -inch V.C.P. trench located on Hillsdale Boulevard -- El Camino Real to Alameda de las Pulgas. The work consists of pressure grouting the 4"+ void under the existing 8" thick concrete cap over the trench and paving with 1-1/2" thick asphaltic concrete •over the access holes, cleanup and other work as shown on the Contract Drawings No. 4-22-15and as described in the Special Provisions and APWA-AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto. 2. The Contract Book and plans and proposal forms are available at the. Finance Department, City Hall, 330 West 20th Avenue,San Mateo, California. A.non- refundable fee of $5.00 is required. 3. All bids shall be accompanied by a bid bond, cashier's 'check, or certified check made payable to the City of San Mateo in an amount not-less=than ten percent (10%) of the aggregate amount of the bid. 4. The Contractor is notified that he shall comply with the regnirements:for • Affirmative Action as set forth in Special Provisions SP -7-2.3.1 through SP -7-2.3.9. 5. The time of completion for this contract shall be 30 working.days, beginning from the date of Notice to Proceed. 6. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept or reject any items of the bid. 7. The general prevailing rate of wages applicable to the work to be done is. as shown on the Prevailing Wage Scale - General on file in the office of the City Clerk and included in the Contract Book. 8. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., Tuesday, September 4, 1979, and they shall be opened and.read•by the City Manager at said date and time at a public meeting called by him. 9. Said City Manager shall report the results of the bidding to the City Council at a later date, at which time the City Council shall award the contract to the lowest responsible bidder as so reported; provided that said, City Council may exercise its right to reject any or all bids. Dated: August, 1979 /s/ JANE BAKER MAYOR P-SPECg-2 HILLSDALE BOULEVARD — EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 -INCH V.C.P. TRENCH REPAIR CITY OF SAN MATEO, CALIFORNIA PROPOSAL FORM TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA GENTLEMEN: FOR THE TOTAL SUM OF computed from the unit and/or (use figures only) lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown on the Contract Drawings. All work shall conform to the lines, grades and dimensions shown on said drawings and shall be done in accordance with the Special Provisions and the APWA—AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto. This proposal is submitted in conformance with the requirements of the APWA—AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS (1 sheet) and BIDDER'S STATEMENT (2 sheets). The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. CONTRACTOR'S SIGNATURE DATE P—SPECg-4 HILLSDALE BOULEVARD - EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 -INCH TRENCH REPAIR Schedule of Bid Items Item Description No. of Work Estimated Quantity Unit Unit Total Amount Price of Item 1. Pressure -injected grout. 180+ Cu. Yds. $ 2. Drill, inject, pave and cleanup injection holes. L.S.. $ TOTAL P-SPECg-6 HILLSDALE BOULEVARD - EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 -INCH V.C.P. TRENCH REPAIR LIST OF SUBCONTRACTORS Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in accordance with the provisions of Section 4104 of the Government Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one-half (1/2) of one (1) percent of the general contractor's total bid. 2. The portion and dollar amount of work which will be done by each subcontractor. NAME ADDRESS (if none, insert the word "none") P-SPECg-7 SPECIFIC WORK DOLLAR AMOUNT $ HILLSDALE BOULEVARD - EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 -INCH V.C.P. TRENCH REPAIR The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a Contractor, that the license is now in force and that the number and class is Class ( ). Remarks: It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file said contract together with the necessary bonds and certificates of insurance in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within ten (10) days of receipt of thenotice to proceed, and to complete the work under said contract within the specified number of working days from the date of the notice to proceed. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. The undersigned has checked carefully all the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. BIDDER'S STATEMENT -- SHEET 1 P-SPECg-8 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 thirty (30) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE - ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN; OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. SIGNATURES FOR BIDDER: If CORPORATION, Sign.Below If INDIVIDUAL, Sign Below (Show Names of Non -Signing Officers) Signature Date A CORPORATION Post Office Address Name of State Where Chartered If PARTNERSHIP, Sign Below (Show Names of Non -Signing Partners) PRESIDENT Date Name of Partners SECRETARY Date Signature Date TREASURER Date Post Office Address Post Office Address BIDDER'S STATEMENT -- Sheet 2 P-SPECg-9 HILLSDALE BOULEVARD - EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 -INCH V.C.P. TRENCH REPAIR CERTIFICATE OF NONDISCRIMINATION On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regards to race, color, religion, sex or national origin; that all Federal, State and local directives and. executive orders regarding nondiscrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. (Bidder) By: (Name and title of person making certificate) Dated: P-SPECg-10 HILLSDALE BOULEVARD — EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 —INCH V.C.P. TRENCH REPAIR SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA PART I GENERAL — The work embraced herein shall be done according to the APWA—AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto, and according to these Special Provisions. These Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. Whenever the letters "SP" are used as a prefix in section numbering (e.g., SP -1-2) the sections so designated are in these Special Provisions and refer to modifications qr additions to sections in the Standard Specifications which have the same first numbers (e.g., 1-2). 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 fault in construction or defective material discovered after completion and acceptance shall be remedied by him without cost to the City, provided written notice is given to him within one year after acceptance of the work. In the event of failure to comply with the above —mentioned conditions within a reasonable time after notice, the City is authorized to have the defects repaired and made good at the expense of the Contractor, who will pay the costs and charges therefor immediately upon demand. The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. SP -2-5 PLANS AND SPECIFICATIONS — The plans for this project are as follows: Title Drawing No. Hillsdale Boulevard — El Camino Real to 4-22-15 (1 sheet) Alameda de las Pulgas 24 —Inch V.C.P. Trench Repair Specifications for street lighting and traffic signals in PART 3 — Section 307, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and the applicable portions of Section 86 of the State of California, Business and Transportation Agency, Department of Transportation, Standard Specifications dated January 1975, and all addenda thereto, shall be used. P—SPECg-11 SP -2-6 WORK TO BE DONE - 1. Repair the 24 -inch V.C.P. trench cap located on Hillsdale. Boulevard between El Camino Real and Alameda de las Pulgas by pumping pressure -injected grout into the 4"+ void between the bottom of the existing 8" thick concrete cap over the trench and the top of trench backfill. 2. Clean any discolorations of pavement, curbs, gutters, sidewalks and/or private property which may occur as a result of the Contractor's pumping operations. 3. Pave the access holes with 1-1/2" thick, dense graded, 1/2" maximum size aggregate Class A asphaltic concrete used to perform the grout pumping operations. SP -2-6.1 EXAMINATION OF THE SITE - It shall be the responsibility of the bidder to thoroughly examine the site of the work prior to submitting a bid to the City, and to satisfy himself as to conditions to be encountered in performance of the work. No claim against the City for unusual conditions at the site will be allowed if such conditions could have been ascertained upon a reasonable visual site examination. SP -5-1 LOCATION OF UTILITIES - The Contractor's attention is directed to Section 5-1 of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations at least two (2) days prior to commencing work. SP -5-1.1 UTILITIES NOT SHOWN ON PLANS - Should the Contractor, while performing the work under the contract, discover utility facilities not identified in the contract plans or specifications, he shall immediately notify the Engineer in person or by phone, and also shall immediately notify the City in writing. SP -5-5 DELAYS - The Contractor will not be assessed liquidated damages for delay in completion of the project, when such delay is caused by the failure of a utility company to provide for removal or relocation of its existing utility facilities unless such utility is to be removed or relocated by the Contractor. SP -6-1.1 CONSTRUCTION SCHEDULE - A preconstruction conference will be held at a location selected by the City Engineer approximately three (3) days after receipt of the construction schedule for the purpose of review and approval of said schedule and to discuss construction procedures. The Contractor shall be represented by his superintendent of work. The City Engineer will be represented by members of his organization having direct control of supervision of the project. P-SPECg-12 SP -6-6.1 DELAYS AND EXTENSIONS OF TIME - In the event that a disagreement shall arise between the Engineer and the Contractor over Time of Performance as extended by the Engineer due to an allowed suspension of work, the Contractor may request an extension from the City Council. Such requests shall be filed - with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final and conclusive. SP -6-7 TIME OF COMPLETION - The Contractor shall prosecute the work to completion before the expiration of 30 working days. The Engineer will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. SP -7-2.2.1 HOURS OF LABOR - Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion. The Contractor shall notify the City Engineer in writing twenty-four (24) hours prior to any non -emergency type overtime operations or forfeit the sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without written consent of the City Engineer -- said sum to be deducted from any monies due the Contractor or paid directly to him. SP -7-2.3 AFFIRMATIVE ACTION GUIDELINES - This section is the City's adopted Affirmative Action Program. SP -7-2.3.1 POLICY - It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of employment on any public works contract entered into with the City. To prohibit discrimination because of race, color, religion, sex or national origin, all bidders shall be prepared to demonstrate that they and their subcontractors have undertaken a positive and continuing program to promote the full realization of equal employment opportunities. SP -7-2.3.2 LOWEST RESPONSIBLE BIDDER - In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as are determined to meet the following qualifications of lowest responsible bidder. The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans and specifications therefor 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 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. SP -7-2.3.3 PRE -AWARD CONFERENCE - A pre -award conference will be required of the potentially lowest responsible bidder and his subcontractors when the following conditions exist: A. Prime Contractor 1. The total contract amount is $10,000 or more. P-SPECg-13 SP -7-2.3.3 PRE -AWARD CONFERENCE - (Continued) 2. The prime contractor has not filed an approved affirmative action plan with the City in the past 6 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. B. Subcontractors 1. The total amount involved in the subcontract is $5,000 or more. 2. The subcontractor has not filed an approved affirmative action plan with the City in the past 6 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. Each potentially lowest responsible bidder and his subcontractors who meet the above conditions, will be expected to meet with the City at a pre -award conference to be held between the time the bids are received and opened and to be referred to the Council for consideration and award. SP -7-2.3.4 STANDARDS OF NONDISCRIMINATION - A. The successful bidder and each subcontractor shall undertake affirmative action to insure that applicants are employed, and that employees are treated during employment, without regard to race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship where applicable. B. In all advertisements for labor or other personnel or requests for employees of any nature, the successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. C. In all hiring, the successful bidder and each subcontractor shall make every effort to hire qualified workmen from all races and ethnic groups. SP -7-2.3.5 CERTIFICATE OF NONDISCRIMINATION - Each bidder on any public works contract shall sign the certificate of nondiscrimination which is a part of the proposal form. Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. SP -7-2.3.6 NOTICE TO SOURCES OF EMPLOYEE REFERRALS - The successful bidder and each subcontractor will send to the State of California Employment Development Department and to each labor union, employment agency and representative of workers with which he has a collective bargaining agreement or other contract or understanding and from which he expects employee referrals, a notice, as provided by the City, with a copy to the City, advising of the commitments under these specifications. P-SPECg-14 SP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS — At the pre —award conference, the potentially lowest responsible bidder shall demonstrate that he meets the following minimum standards of affirmative action: A. File with the City his affirmative action plan indicating the steps he is taking to encourage and assist members of minority groups to become qualified workers. Such a plan will include practices with respect to:. recruitment; employment; compensation; promotion or demotion; and selection for training. Practices with respect to the above shall demonstrate the extent to which the contractor has or participates in a training program to assure potential employees ample opportunity more fully to qualify for jobs and to assure existing employees adequate opportunity for upgrading and equal opportunity for advancement and promotion. B. File with the City evidence that he has notified his supervisors, foremen and other personnel officers and all subcontractors of the commitments to be assumed under these specifications. C. File with the City evidence that he has notified all sources of employee referrals of the. commitments to be assumed under these specifications. D. File with the City the name of the person designated to serve as Equal Employment Officer who is authorized to supply reports and represent the contractor in all matters regarding the Affirmative Action Plan. SP -7-2.3.8 AFFIRMATIVE ACTION BY SUBCONTRACTORS — Each subcontractor shall, prior to entering into a contract to perform any work or supply materials for a public works project of the City of San Mateo, file with the prime contractor and with the City his Affirmative Action Plan in the form set forth in Section SP -7-2.3.7 above. The requirements of these specifications shall be considered a part of each contract entered into by subcontractors, the services of which equal $5,000 or more of the basic contract. The successful bidder shall include the provisions of these specifications to every first —tier subcontract and require each subcontractor to bind further subcontractors with whom he enters into a contract. SP -7-2.3.9 POSTING NOTICE OF AFFIRMATIVE ACTION AND NONDISCRIMINATION IN EMPLOYMENT — Each successful bidder shall post on the job site and in the field office or offices maintained by him, the notice provided by the City regarding Affirmative Action and Nondiscrimination in Employment. SP -7-2.4 WEEKLY PAYROLL SUBMISSION — Each contractor and subcontractor and any lower tier subcontractor shall submit weekly payrolls for each workweek from the time he starts work on the project until he completes his work. If he performs no work on the project during a given workweek, he may eithersubmit a payroll with the notation "no work performed during this workweek" or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven work days following completion of the workweek. P—SPECg-15 SP -7-3.1 LIABILITY INSURANCE - Public liability insurance in the minimum nondeductible amount of $300,000 for each person, $300,000 on account of each occurrence and property damage insurance in the minimum nondeductible amount of $100,000 shall be provided, both on an occurrence basis, and shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents and employees as additional insureds. SP -7-7 COOPERATION AND COLLATERAL WORK - The City, at its convenience, may obtain other contractors to do additional or supplementary work on same job and/or job site at same time as Contractor without penalty or cost to City. SP -7-10.1 TRAFFIC AND ACCESS - The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Public Works "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," 1973 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. No more than one-half (1/2) of the roadway shall be closed to traffic at any time and two lanes of traffic, one in each direction, shall be maintained at all times. Open excavation and ditches across a roadway shall be covered in such a manner as to permit traffic flow during hours when no work is being performed. SP -9-1 MEASUREMENT OF QUANTITIES - When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh -master's certificate showing gross, tare and net weight of each truck load of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. SP -9-3.1 GENERAL - Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefor. P-SPECg-16 PART II CONSTRUCTION MATERIALS - SP -201-1.2 PORTLAND CEMENT - All cement used shall be Type I or Type II. SP -201-1.2.3 WATER - Water used for grout shall not contain any deleterious substances; it shall be of potable quality. SP -201-1.2.4 ADMIXTURES - Grout admixture shall be a compound possessing such characteristics that it will inhibit early stiffening of the grout, tend to hold the solid constituents of the grout in colloidal suspension, reduce the water -cement ratio and reduce shrinkage. SP -201-1.2.4.3 GROUT LUBRICANT - Grout lubricant shall be a finely powdered material composed of compounds of amorphus silica, alumina and iron, which possesses properties to decrease segregation; to decrease laitance; to improve internal impermeability; and to act as lubricant by reducing interparticle friction. SP -201-1.3 PROPORTIONING - Proportions of the grouting mixture shall be by volume and shall be as follows: 1. Portland Cement: six sacks per cubic yard of mix. 2. Filler - fine sand as described in SP -201-1.2.4.3 - as required to provide 5" slump. 3. Grout admixture - added according to manufacturer's instructions to improve workability. P-SPECg-17 PART III CONSTRUCTION METHODS — 301-3.1.8 PLACING — The grout mixer plant shall be equipment expressly designed for this type of work. It shall be capable of complete uniform mixing of the materials and be of sufficient capacity to continuously feed the pumping unit at its normal pumping rate. Grout quantities used shall be measured by the size of tank batches in cubic yards or if continuous mixing is used, by means of an adequate meter in the grout system. Grout leaks through joints and cracks shall be sealed or caulked without undue loss of grout. The cement grout may be held in the mixing tank not longer than two hours. Holes drilled for grouting shall be paved with 1-1/2" thick, dense graded, 1/2 maximum size aggregate, class A, asphaltic concrete. Working areas shall be left clean of debris at the end of every working day. 301-3.1.12 MEASUREMENT AND PAYMENT — The work performed under this contract, i.e., presssure—injected grout shall be paid for at the unit price bid per cubic yard of pressure —injected grout which shall be full compensation for all labor, equipment, materials and incidentals thereto for a complete job in place. Included under Item 2 shall be payment for drilling, cleaning, paving of access holes, cost of mixing water and transportation of equipment. P-SPECg-18 1979 PREVAILING WAGE SCALE - GENERAL BASED ON GENERAL WAGE DETERMINATIONS MADE BY THE CALIFORNIA DIRECTOR OF INDUSTRIAL RELATIONS BASIC STRAIGHT TIME PER HOUR WORKED CLASSIFICATION $14.10 Asbestos Workers 13.625 Boilermakers -Blacksmiths 12.65 Bricklayers 11.30 Bricktenders (Hod Carriers) 12.70 - 13.20 Carpenters & Related Trades* 13.06 Carpet Laying 11.00 - 11.25 Cement Masons* 9.67 - 12.68 Dredgers (Operating Engineers)* 12.97 Drywall Installers/(Carpenters)* 14.89 - 16.75 Electricians* 16.37 Elevator Constructors 9.63 Engineers (Group No. 1)* 10.00 Engineers (Group No. 2)* 10.23 Engineers (Group No. 3)* 10.82 Engineers (Group No. 4)* 11.05 Engineers (Group No. 5)* 11.21 Engineers (Group No. 6)* 11.38 Engineers (Group No. 7)* 11.85 Engineers (Group No. 8)* 12.09 Engineers (Group No. 9)* 12.32 Engineers (Group No. 10)* 12.45 Engineers (Group No. 10-A)* 12.64 Engineers (Group No. 11)* 13.88 Engineers (Group No. 11-A)* 14.19 Engineers (Group No. 11-B)* 14.53 Engineers (Group No. 11-C)* 10.30 - 11.15 Fence Constructors (Carpenters)* 12.73 Glaziers 11.11 - 12.00 Iron Workers and Related Trades* 9.225 - 10.055 Laborers* 12.47 Lathers 12.65 Marble Setter 13.29 - 13.84 Painters and Related Trades* 6.47 - 10.47 Parking and Highway Imp. Painters* 12.90 Pile Drivers (Carpenters) 9.68 - 13.93 Pile Drivers (Operating Engrs.)* 13.20 Plasterers 11.16 Plaster Tenders 15.16 Plumbers 12.21 - 13.21 Roofers and Related Trades 13.54 - 14.14 Sheet Metal Workers 10.19 - 15.03 Steel Erectors and Fabricators* 11.05 - 12.385 Teamsters 13.00 Tile Setters 10.16 Tile Finisher 10.295 - 11.325 Tunnel Work P-SPECg-19 The wage determinations for the above -itemized classifications were in effect January 1, 1979, and remain in effect until modified, corrected, superseded or rescinded by the Director of Industrial Relations. Revised wage determinations will be kept on file with the City Clerk. *Refer to Wage Determination on file with the City Clerk. Health and Welfare, Pension, Vacation and Apprenticeship or other training - program payments are as shown in the Wage Determination on file with the City Clerk. Any classification not included in the above -listed groups shall be paid not less than $9.225 per hour plus employer payments set forth in the Wage Determination applicable to the class or classification of the workman or mechanic involved, as defined in Section 1773.1 of the Labor Code. Employer payments other than those itemized above, as defined in Section 1773.1 of the Labor Code, are to be paid in accordance with the terms of the collective bargaining agreement applicable to the type or classification of the workmen or mechanics employed on the project. Employer payments shall include payment of travel and subsistence payments to each workman needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed in accordance with Section 1773.8 of the Labor Code. Overtime, Sundays, and Holidays - not less than one and one-half (1-1/2) times the basic hourly rate plus applicable employer payments and not less than double time for rates so specified in the agreement. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification or type of workman employed on the project. P-SPECg-20 HILLSDALE BOULEVARD - EL CAMINO REAL TO ALAMEDA DE LAS PULGAS 24 -INCH TRENCH REPAIR Schedule of Bid Items Engineer's Estimate Item Description No. of Work Estimated Quantity Unit Unit Total Amount Price of Item 1. Pressure -injected grout. 180+ Cu. Yds. $ 110.00 $19,800.00 2. Drill, inject, pave and cleanup injection holes. L.S. $5,000.00 $ 5,000.00 TOTAL $24,800.00 P-SPECg-5