Loading...
HomeMy Public PortalAboutPalm Avenue Storm Drain Improvements 9th Avenue to 16th Avenue1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK Palm Avenue Storm Drain Improvements 9th Ave. to 16th Ave. TO BE USED IN CONJUNCTION WITH APWA e AGC Standard Specifications for Public Works Constructions, 1985 PROJECT NO. 90 — 7563 DATE Sept. 1986 PUBLIC WORKS DEPARTMENT 330 W. 20th Avenue San Mateo.California 94403 ,Telephone (415) 377-3315 PALM AVENUE STORM DRAIN, 9th AVE, TO 16th AVE. Engineer's Estimate Schedule A Item Description No. of Work Estimated Quantity Unit Unit Total Amount Price of Item 1. Furnish and install 19"x30" Reinforced Elliptical Concrete Pipe, Class IV 971 L.F. $ 115.00 $111,665.00 2. Furnish and install 18" RCP, Class V 99 L.F. $ 65.00 $ 6,435.00 3. Furnish and install 15" RCP, Class V, PCC 148 L.F. $ 55.00 $ 8,140.00 4. Furnish and install 12" RCP, Class V, PCC encased 41 L.F. $ 85.00 $ 3,485.00 5. Remove existing C.B. 4 EA. $ 400.00 $ 1,600.00 6. Construct Std. "F-3" C.B. 8 EA. $ 2,500.00 $ 20,000.00 7. Construct special MH, Type "A" 4 EA. $ 1,200.00 $ 4,800.00 8. Plug existing 10" pipe 6 EA. $ 80.00 $. 480.00 9. Construct std. P.C.C. curb and gutter 150 L.F. $ 16.00 $ 2,400.00 10. Construct std, 4" P.C.C. sidewalk 1,000 S.F. $ 6.00 $ 6,000.00 11. Connect reinforced ellip— tical concrete pipe Class IV to existing RCB 1 EA. $ 1,000 $ 1,000.00 Schedule "A" TOTAL $ 166,005.00 + Engineering & Inspection (5%) 8,995.00 + Contingencies (10%) $ 17,000.00 26 0669p/34 TOTAL $ 192,000.00 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. Engineer's Estimate Schedule B Item Description No. of Work Estimated Quantity Unit Unit Total Amount Price of Item 1. Furnish and install 19"x30" Reinforced Elliptical Concrete Pipe, Class IV 800 L.F. $ 115.00 $ 92,000.00 2. Furnish and install 18" RCP, Class IV 380 L.F. $ 60.00 $ 22,800.00 3. Furnish and install 18" RCP, Class V 4. Furnish and install 15" RCP, Class V 5. Remove existing C.B. 6. Construct Std. "F-3" C.B. 354 L.F. $ 65.00 $ 23,010.00 205 L.F. $ 55.00 $ 11,275.00 6 EA. $ 400.00 $ 2,400.00 14 EA. $ 2,500.00 $ 35,000.00 7. Construct Special MH, Type "A" 7 EA. $ 1,200.00 $ 8,400.00 8. Plug existing 10" pipe 6 EA. $ 80.00 $ 480.00 9. Construct std. P.C.C. curb and gutter 150 L.F. $ 16.00 $ 2,400.00 10. Construct std. 4" P.C.C. sidewalk 1,000 S.F. $ 6.00 $ 6,000.00 Schedule "8" TOTAL $203,765.00 + Engineering & Inspection (5%) 10,235.00 + Contingencies (10%) $ 20,000.00 27 0669p/34 TOTAL $234,000.00 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. Engineer's Estimate Schedule C Item Description No. of Work Estimated Quantity Unit Unit Total Amount Price of Item 1. Furnish and install 19"x30" Reinforced Elliptical Concrete Pipe, Class IV 363 L.F. $ 115.00 $ 41,745.00 2. Furnish and install 19"x30" Reinforced Elliptical Concrete Pipe, Class IV, PCC encased 337 L.F. $ 200.00 $ 67,400.00 3. Furnish and install 18" RCP, Class V 4. Furnish and install 15" RCP, Class V 62 L.F. $ 65.00 $ 4,030.00 76 L.F. $ 55.00 $ 4,180.00 5. Furnish and install 15" RCP, Class V, P.C.C. encased 100 L.F. $ 85.00 $ 8,500.00 6. Furnish and install 12" RCP, Class V, P.C.C. encased 41 L.F. $ 80.00 $ 3,280.00 7. Remove existing C.B. 8. Plug existing 10" pipe 9. Construct std. "F-3" CB 4 EA. $ 400.00 $ 1,600.00 4 EA. $ 80.00 $ 320.00 8 EA. $ 2,500.00 $ 20,000.00 10. Construct Special M.H., Type "B" 3 EA. $ 2,500.00 $ 7,500.00 11. Construct std. wheelchair ramp 1 EA. $ 400.00 $ 400.00 12. Construct std. P.C.C. curb and gutter 13. Construct std. 4" P.C.C. sidewalk 100 L.F. $ 16.00 $ 1,600.00 700 S.F. $ 1,000.00 $ 1,000.00 14. Connect 19"x30" Reinforced Elliptical Concrete Pipe to Existing 2.5'x2.5' RCB 1 EA. $ $ Schedule "C" TOTAL $165,755.00 + Engineering & Inspection (5%) 8,245.00 + Contingencies (10%) $ 16,000.00 TOTAL $190,000.00 28 0669p/34 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. Engineer's Estimate Additive A Item Description No. of Work Estimated _Quantity Unit Unit Total Amount Price of Item 1. Furnish and install 6" CIP, Class 150 (laterals) 150* L.F. $ 50.00 $ 7,500.00 * Estimated Quantity for Bid Comparison. See GP -2-6 WORK TO BE DONE. 29 0669p/34 TOTAL $ ROUTE TO: Manager Attorney Clerk Finance FROM: J2,4 jD //. j)uNG (Person Opening Bids) Date of Opening: Time: /JO u, , /if‘ as pm RE: BID RESULTS 1 j!/ T q� / 9 �/ • Project Title PPM 144'E. 5I0l'-i'I Ph -/A/ /-4 c� /z AAA-Vt. • Department coordinating TGI/3Ur ft/012k r • city Estimated Cost/Oa (; Dar Funding Source 'o-7513 41 ao -,8ss'-- e irgis RAN HAS BID ALTERNATE TOTAL HID ORDER ADDRESS Tenn &f, CHeMrazs A- Cr.i. 6L6 q) posit a'F'fy /got aao Sfr,vjafe r_ lgts97k GoL De/v 5re-re pip 4- /.Say 3 o 9 (8 ) b po g°jc 3A t, 13 165, 78'4 Nityh a.p C. laV.340 .11x-7,.7 41g r (5 /in4-NuEL C. Ji 3JA1 % .. id ;110.01 7WISSIG G(/4l 3 1s- 8.37 j)d ea 477 c, 114317 4.-- Lbtheiev Orr/ ( ; EFP- &'ws ThurT/6AJ .4 119,111 ( 2 9a000 DSCooD QD. I; Pie 61°'{� f RrMW\IT C.. 1 oo. 6.30 W -1 gFFNEr1 INC - 4 Is -0,m ( 7 - a? c, 12„-�,vr L Ir�,�,r� 6 1 qo, 0)-7f 5.07/ C-- IN. -312'1' ( Follow -Up Responsibilities: Name/Department A) Recommendation of Award Memo B) Affirmative Action C) Purchase Order BTH:0213g ) -CONTINUED BIDDER ADDRESS TOTAL BID MraaIC Ait/ I%CST%_ /? "i /fel9,�, X35:Ilo .— 7q& -A rf- ,Ave 0 9i✓ c, JKt. T Kati co /2r e-wice 4 /34 3t6 - 32-6 paint/ ,/& - /3 / 9 3. X4', cr/V J a re c, y6( t423,-- 16 ,9.7-, 5)L S 6Pg2 -L/4 k /Nc_ A- V en "X 25L/ 0 1 q3 s -9.s / wimp c— 13 q, °cc; , 4 11.3. 318-1— ;Pc f17g',r- Vfi', i. a, r 7724 rit/arz (tiny P 0 49/v 7 ° f SLdAJUL Ce 0 MirKE ('.)NsTwo c7! W 4 , r f °K. ----- COW circa C. 1 l+ 4 0.-- 0 6v — I4-1, Lt. -- f F'C- LdwYelfzGPouNT) 4 I set 6 q9- 6l to 4GA- R iR l 8'I. 362. Zo flTOC4 , C neOlci �a RANK RDER (12. 3) 10) 672 DEPARTMENT OF PUBLIC WORKS 330 W. Twentieth Avenue San Mateo, California 94403-1388 October 28, 1986 ADDENDUM NO. 1 Palm Avenue Storm Drain 9th Avenue to 16th Avenue TELEPHONE: DIRECTOR: (415) 377.3315 ENGINEERING 8 TRAFFIC DlV.: (415) 377-3315 MAINTENANCE DIV.: (415) 3774830 WATER OUAIJTY CONTROL PLANE: (415) 3773590 Addendum No. 1 is issued to the above referenced project which is scheduled for bid opening on November 4, 1986. The following changes have been made: 1) SP207-2.1 Reinforced concrete pipe. All 19"x30" Reinforced elliptical concrete pipe and all 12" RCP 15" and 18" RCP of the classes as shown on the plans and specifications shall be manufactured .by the vibratory cast method. No packer,head pipe shalll° be accepted. it 2) Schedule B of the Schedule of Bid Items has been revised per attached. it 3) Sheet 10 of 13 has been revised per attached. Each bidder shall acknowledge receipt of this Addendum by signing one copy of the attached Acknowledgment sheet and returning it at once. The bidder shall submit the second copy with the bid documents. SD:6750d 11 11 Addendum No. 1 — Palm Avenue Storm Drain 9th Avenue to 16th Avenue ACKNOWLEDGMENT I have received Addendum No. 1 to the Contract Book titled. "Palm Avenue Storm Drain, 9th Avenue to 16th Avenue." I have read and understand the information', stated in the addendum. (date) Bidder's Signature Bidder's Name (Printed) Name of Company RETURN AT ONCE: SD:6705d Department of Public Works 330 W. 20th Avenue San Mateo, CA 94403 Attn: Claire Bula, Administrative Aide Addendum No. 1 — Palm Avenue Storm Drain 9th Avenue to 16th Avenue ACKNOWLEDGMENT I have received Addendum No. 1 to the Contract Book titled "Palm Avenue Storm Drain, 9th Avenue to 16th Avenue." I have read and understand the information{IS stated in the addendum (date) Bidder's Signature Bidder'a Name (Printed) "Name of Company RETURN AT ONCE: SD:6705d Department of Public Works 330 W. 20th Avenue San Mateo, CA 94403 Attn: Claire Bula, Administrative Aide PAIN AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. Schedule of Bid Items Schedule B Revised - 10-28-86 Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Furnish and install 197x30" Reinforced Elliptical Concrete Pipe, Class IV 800 L.F. 2. Furnish and install 18" RCP, Class IV 380 L.F. $ $ 3. Furnish and install 18" RCP, Class V 151 L.F. $ $ 4. Furnish and install 15" RCP, Class V 313 L.F. $ 5. Remove existing C.B. 6 EA. $ - 6. Construct Std. I.F-3"- C.B.- -. -14 7.. Construct Special MN, Type "A" 7 EA. 8. Plug existing 10" pipe 6 EA. 9. Construct std. P.C.C. curb and gutter 150 L.F. $ $ 10. Construct std. 4" P.C.C. . sidewalk 1,000 S.F. $ $ 11. Furnish and Install 15" RCP, Class E -41 L.F. $ 12: Furnish and Install 18" RCP, Class E PCC encased 54 L.F. Schedule "B" TOTAL ' $ 6 0669p/34 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for the construction of Palm Avenue Storm Drain, 9th Ave. to 16th Ave. located in San Mateo, California, including furnishing and installing 19"x30" Elliptical Reinforced Concrete Pipe, Class IV, 15" and 18" RCP, Class V, 12" RCP, Class V, PCC encased; constructing City Standard "F-3" Catch Basins; constructing special storm drain manholes; connecting special storm drain manholes; connecting the 19"x30" Elliptical Reinforced Concrete Pipe to existing Reinforced Concrete Box Culverts (2 locations); removing existing catch basins; plugging existing storm drain pipes; trenching, excavation, backfill and street restoration and other work as shown on the Contract Drawings No. 2-3-38 (12 sheets) and as described in the General and Special Provisions and APWA-AGC Standard Specifications for Public Works Construction, 1985 Edition, and all addenda thereto. 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A nonrefundable fee of $15 per set is required. 3. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 4. The Contractor Affirmative Action GP -7-2.3.9. is notified that he shall comply with the requirements for as set forth in General Provisions GP -7-2.3.1 through 5. The time of completion for this contract shall be thirty—five (35) working days for Schedule A; thirty—five (35) working days for Schedule B; and thirty—five (35) working days for Schedule C, beginning from five (5) days of receipt of the 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, modify, or reject any items of the bid. 7. The general prevailing rate of wages applicable to the work to be done is as shown on the Prevailing Wage Scale — General on file in the office of the City Clerk. The Contractor who is awarded a public works project and intends to use a craft or classification not shown on the general prevailing wage determinations will be required to pay the wage rate of that craft or classification most closely related to it as shown in the general determinations effective at the time of the call for bids. The Contractor is required to post the latest wage determination at the job site. 8. Said sealed proposals shall be delivered to the City Clerk, 330 West 20th Avenue, San Mateo, California 94403, at or before Tuesday, November 4, 1986, and they shall be opened and read by Representative at said date and time at a public meeting called 9. Said City Representative shall report the results of the City Council at a later date, at which time the City Council contract to the lowest responsible bidder as so reported; or interest may dictate, City Council may exercise its right to or to reject any or all bids. 0669p/34 1. City Hall, 2:00 p.m., on a City by him. bidding to the may award the as the City's modify the award 1 1 1 1 1 1 1. 1 1 1 1 1, 1 1 1 1 1. 1 10. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to Government Code §4590, the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are hereby expressly made a part of the contract. Dated: September 1986 /s/ JANE POWELL, MAYOR 0669p/34 2 1 1 1 1 k 1 1 1 1 1 1 1 1 1, 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. CITY OF SAN MATEO, CALIFORNIA CONTRACT DRAWINGS NO. 2-3-38 (12 sheets) TIME OF COMPLETION: One hundred five (105) working days as follows: 0669p/34 Total Schedule A: 35 Schedule B: 35 Schedule C: 35 105 Working Days CONTENTS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION GENERAL PROVISIONS SPECIAL PROVISIONS 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. CITY OF SAN MATEO, CALIFORNIA TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA GENTLEMEN: FOR THE TOTAL SUM OF* PROPOSAL FORM for Schedule A, for Schedule B, & for Schedule C computed from (use figures only) 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 the General and Special Provisions and APWA—AGC Standard Specifications for Public Works Construction, 1985 Edition, and all addenda thereto. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for Public Works Construction, 1985 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 Name of Company Phone Number ( Z __ * Bidders to bid on all Schedules. See GP -2-6, "Work To Be Done." 0669p/34 4 1 1 1 L 1 1 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. Schedule of Bid Items Schedule A Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Furnish and install 19"x30" Reinforced Elliptical Concrete Pipe, Class IV 971 L.F. $ $ 2, Furnish and install 18" RCP, Class V 3. Furnish and install 15" RCP, Class V 4. Furnish and install 12" RCP, Class V, PCC encased 5. Remove existing C.B. 6. Construct Std. "F-3" C.B. 99 L.F. $ $ 148 L.F. $ $ 41 L.F. 4 EA. 8 EA. 7. Construct special MH, Type 8. Plug existing 10" pipe 9. Construct std. P.C.C. curb and gutter 10. Construct std. 4" P.C.C. sidewalk All 4 EA. 6 EA. $ $ $ $ 150 L.F. $ $ 1,000 S.F. $ $ 11. Connect reinforced ellip— tical concrete pipe Class IV to existing RCB 1 EA. $ $ 0669p/34 Schedule "A" 5 TOTAL $ i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. Schedule of Bid Items Schedule 11 Item Description No. of Work Estimated Unit Total Amount Quantity Unit Price of Item 1. Furnish and install 19"x30" Reinforced Elliptical Concrete Pipe, Class IV 800 L.F. $ $ Furnish and install 18" RCP, Class IV 3. Furnish and install 18" RCP, Class V 4. Furnish and install 15" RCP, Class V 5. Remove existing C.B. 6. Construct Std. "F-3" C.B. 380 L.F. $ $ 354 L.F. $ $ 705 L.F. 6 EA. 14 EA. 7. Construct Special MH, Type "A" 7 EA. 8. Plug existing 10" pipe 6 EA. $ $ $ $ $ $ $ $ $ $ 9. Construct std. P.C.C. curb and gutter 150 L.F. $ $ 10. Construct std. 4" P.C.C. sidewalk 0669p/34 Schedule "8" 1,000 S.F. $ $ 6 TOTAL $ l 1 1 1 1 1' 1 1 s 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. Schedule of Bid Items Schedule C Item Description Estimated Unit No. of Work Quantity Unit Price 1. Furnish and install 19"x30" Reinforced Elliptical Concrete Total Amount of Item Pipe, Class IV 363 L.F. $ $ 2. Furnish and install 19"x30" Reinforced Elliptical Concrete Pipe, Class IV, PCC encased 337 L.F. $ $ Furnish and install 18" RCP, Class V 4. Furnish and install 15" RCP, Class V 62 L.F. $ $ 76 L.F. $ $ 5. Furnish and install 15" RCP, Class V, P.C.C. encased 100 L.F. $ $ 6. Furnish and install 12" RCP, Class V, P.C.C. encased 41 L.F. $ $ 7. Remove existing C.B. 4 EA. $ $ 8. Plug existing 10" pipe 4 EA. $ $ 9. Construct std. "F-3" CB 8 EA. $ $ 10. Construct Special M.H., Type "8" 3 EA. $ $ 11. Construct std. wheelchair ramp 1 EA. 12, Construct std. P.C.C. curb and gutter 13. Construct std. 4" P.C.C. sidewalk 100 L.F. $ $ 700 S.F. $ $ 14. Connect 19"x30" Reinforced Elliptical Concrete Pipe to Existing 2.5'x2.5' RCB 1 EA. $ $ 0669p/34 Schedule "C" 7 TOTAL $ i i 1 1 1 1 1 1 1 r 1 1 1 t 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. Schedule of Bid Items Additive A Item Description No. of Work 1. Furnish and install 6" CIP, Class 150 (laterals) Estimated Quantity Unit 150* L.F. * Estimated Quantity for Bid Comparison. See GP -2-6 WORK TO BE DONE. 0669p/34 8 Unit Total Amount Price of Item TOTAL $ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. LIST OF SUBCONTRACTORS Each bidder in submitting his bid for the doing of the work or improvement III 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:I 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one—half (1/2) of one percent (1%) of the general contractor's total bid. 2. The portion and dollar amount of work which will be done by each subcontractor. DOLLAR NAME ADDRESS SPECIFIC WORK AMOUNT (if none, insert the word "none") 0669p/34 9 $ $ $ $ l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. The undersigned has carefully read the APWA-AGC Standard Specifications fora Public Works Construction, 1985 Edition, and all addenda thereto, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a Contractor, that the license is now in force and that the number and class is Class ( ). Remarks: It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file said contract together with the necessary bonds and certificates of insurance in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within five (5) days of receipt of the notice to proceed, and to complete the work under said contract within the specified number of working days from the date of the notice to proceed. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced, The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not named not directly or indirectly induced or a sham bid, or any other person, firm or and that the undersigned has not in any for himself an advantage of any kind herein, and that the undersigned has solicited any other bidder to put in corporation to refrain from bidding, manner sought by collusion to secure whatever. 0669p/34 BIDDER'S STATEMENT — SHEET 1 10 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. 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 CORPORATION1 Sign Below If INDIVIDUAL, Sign Below (Show Names of Nonsigning Officers) Signature Date A CORPORAT[ON Post Office Address Name of State Where Chartered Signed If PARTNERSHIP, Sign Below _ (Show Names of Nonsigning Partners) PRESIDENT Date Name of Partners Signature SECRETARY Date Date TREASURER Date Post Office Address 0669p/34 Post Office Address BIDDER'S STATEMENT -- Sheet 2 11 1� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE, 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: 0669p/34 12 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE On behalf of the bidder making this proposal, the undersigned certifies that the Prevailing Wage Scale on file in the Office of the City Clerk will be paid to all craftsmen and laborers working on this project. A copy of the latest determination will be posted at the job site. Title of Project: Bidder: By: Date: (Name and Title of Person Making Certification) Note: Contractor will be obligated, per federal requirements, to submit weekly pay sheets for federal verification, if applicable. 0669p/34 13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PALM AVENUE STORM DRAIN, 9th AVE: TO 16th AVE. GENERAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA PART 1 - GENERAL PROVISIONS - The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 1985 Edition, and all addenda thereto (hereinafter referred to as the Standard Specifications) and according to the General and Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with the General and Special Provisions. GP -2-1 AWARD OF CONTRACT - The contract may be awarded to the lowest responsible bidder. In determining lowest responsible bidder careful consideration by City shall be given to each item of bid. The City reserves the right to amend or reject any or all proposals and also to select, modify, or reject any of the bid items as City sees in its best interest. GP -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 good and sufficient surety bonds. The "Payment Bond" (Material and Labor Bond) shall be for not less than 50 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or developed defects. GP -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. 0669p/34 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GP -2-4.1 GUARANTEE (cont.) 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. GP -2-5 PLANS AND SPECIFICATIONS - The plans for this project are as follows: CONTRACT PLANS Title Drawing No. Palm Ave. Storm Drain Improvement - 9th Ave. 2-3-38 to 16 Ave. STANDARD PLANS Title Standard Sewer Lateral Installation Standard Sewer Lateral Clean -Out Drawing No. 3-1-101 3-1-103 Standard Type "B" Manhole Frame and Cover 3-1-107 Standard Pipe Support Across Trench 3-1-110 Standard Catch Basins Type "F-3" & "F-4" 3-1-121 Standard Catch Basin Frame & Grate 3-1-125 Detail, Type "3" Typical Sections of Curb, Gutter & Sidewalk 3-1-141 Standard Trench Detail 3-1-153 Wheelchair Ramp 3-1-159 GP -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 1984, and all addenda thereto, shall be used in lieu. GP -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. It is the City's intent to award to one contractor as many of the Schedules as fund permit. The City's first priority will be Schedule C, 14th to 16th Avenue, followed by Schedule A, llth to 14th Avenue; then Schedule B, 9th to llth Ave. 0669p/34 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GP -2-6 WORK TO BE DONE — The work to be performed under this contract shall include, but not be limited to, the following: 1. Furnishing and instaili. Class IV (Low —head) of plan. ng 19"x30" Reinforced Elliptical Concrete Pipe, the lengths and at the locations as shown on the 2. Furnishing and installing 12" RCP, Class V, 15" RCP, Class V and 18" RCP, Class V of the lengths and at the locations as shown on the plan. 3. Constructing standard "F-3" catch basins. 4. Constructing special manholes. 5. Removing existing catch basins. 6. Plugging existing 10" storm drain lines. 7. Connecting 19"x30" Reinforced Elliptical Concrete Pipe storm drain to existing reinforced concrete box culverts (two locations). 8. Trenching, excavation, trench backfilling and street restoration. 9. Construct P.C.C. Standard Wheel Chair ramp. The Contractor debris and any outside of the is advised that all excess excavation, broken —up pavement, other waste material shall be disposed of by the Contractor City limits of San Mateo. The Contractor is also advised that the locations of the sanitary sewer laterals shown on the plans were obtained from the existing City records and may not be true as far as location or number of laterals on this project. (The sanitary sewer lines were not TV'd). The Contractor shall exercise extreme caution in laying the storm drain line in the vicinity of sanitary sewer laterals. Any damage caused by the Contractor's operations shall be repaired within eight hours by replacing the broken lateral with cast iron pipe, Class 150 or approved equal. All laterals damaged on the job shall be restored to be functional and in a good condition at the completion of the Contractor's operations on this project. It is anticipated that the laterals are deep enough to allow clearance of the storm drain. In the event that shallow laterals are encountered which are in grade conflict with the storm drain, they shall be relaid at a lesser gradient at the direction of the City Engineer in the field. Cost for this work shall be paid for at the unit price per foot bid under Additive A — Lateral Reconnect. Laterals not in conflict with the storm drain which are damaged by the Contractor, shall be repaired at the Contractors expense. 0669p/34 16 1 1 a 1 1 1 1 1 1 1 1 1 1 1 1 1 • 1 GP -2-6.1 EXAMINATION OF THE SITE — The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and scope of work to be performed, the quantity of materials to be furnished and as to the requirements of the proposal, plans, specifications and contracts. GP -2-9.3-1 — 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 $40.00 per man per hour or fraction thereof. The Engineer will be the judge of what constitutes negligence. Any appeal of this decision will be referred to the Public Works Commission. The Public Works Commission decision will exhaust the administrative procedures for appeal. GP -2-11 ATTORNEY FEES: Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5000, 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 $5000 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 $5000 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. GP -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 GP -3-1.3 shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion", in the Standard Specifications, nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional 0669p/34 17 1 1 1 i 1 1 1 1 1 1 1 r 1 1 1 1 1 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. GP -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 $265,000 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. GP -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 and the City so that they 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 damages. GP -6-1 CONSTRUCTION SCHEDULE - After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction schedule. The construction schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, and scheduling of equipment. GP -6-1.1 PRECONSTRUCTION CONFERENCE - A preconstruction conference will be. held at a location selected by the City for the purposes of review and approval of said schedule and to discuss construction procedures. 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. GP -6-6.5 DELAYS AND EXTENSIONS OF TIME - In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final and conclusive. GP -6-7 TIME OF COMPLETION - The Contractor shall prosecute and work to completion before the expiration of thirty-five (35) working days for Schedule A, thirty-five (35) working days for Schedule B and thirty-five (35) working days for Schedule C. The City will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. 0669p/34 18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GP -6-9 LIQUIDATED DAMAGES — Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add—on costs or lost revenue and by cost plus and estimate of overhead costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of alternative services during delay, etc. Execution of the contract under these specifications shall constitute agreement by the City of San Mateo and Contractor that $100 per day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. GP -7-2.2.1 HOURS OF LABOR — Construction operations beyond the eight —hour normal workday and on legal holidays may occur on occasion. The Contractor shall notify the City Engineer in writing twenty—four (24) hours prior to any nonemergency type overtime operations or forfeit the sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without written consent of the City Engineer —said sum to be deducted from any monies due the Contractor or paid directly to him. GP -7-2.3 AFFIRMATIVE ACTION GUIDELINES — This section is the City's adopted Affirmative Action Program. GP -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. GP -7-2.3.2 LOWEST RESPONSIBLE BIDDER — In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as are determined to meet the following qualifications of lowest responsible bidder. The award may be to the lowest responsible bidder or other bidder. In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or quotation received, the experience of the bidder for the particular service sought, the quality of work that the bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carrier by the bidder. 0669p/34 19 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GP -7-2.3.3 PREAWARD AFFIRMATIVE ACTION CONFERENCE — A preaward affirmative action conference will be required of the potentially lowest responsible bidder and his subcontractors when the following conditions exist: 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 lowest responsible bidder and his subcontractors who meet the above conditions, will be expected to meet with the City at a preaward conference to be held prior to referral to the Council for consideration and award. GP -7-2.3.4 STANDARDS OF NONDISCRIMINATION A. The successful bidder and each subcontractor shall undertake affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to race, color, religion, sex 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. 0669p/34 20 1 1 1 a 1 1 1 1 1 1 1 1 1 1 1 a 1 C. In all hiring, the successful bidder and each subcontractor shall make every effort to hire qualified workmen from all races and ethnic groups. GP -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. GP -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. GP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS — At the preaward 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. GP -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 GP -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. 0669p/34 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GP -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. GP -7-2.4 WEEKLY PAYROLL SUBMISSION — Each contractor and subcontractor and any lower —tier subcontractor shall submit weekly payrolls for each workweek from the time he starts work on the project until he completes his work. If he performs no work on the project during a given workweek, he may either submit a payroll with the notation "no work performed during this workweek" or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven work days following completion of the workweek. GP -7-3.1 LIABILITY INSURANCE — General liability and automobile liability insurance shall provide the following minimum limits: 1) general liability, including comprehensive form, personal injury, broad form property damage, contractual, and premises/operation in limits of $1,000,000.00 aggregate, bodily injury and property damage combined; (2) automobile liability in limits of $1,000,000.00 bodily injury and property damage combined. Additionally, workers' compensation insurance in at least the minimum statutory amounts shall be maintained. All liability insurance policies shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents, and employees as additional insureds. A certificate of insurance shall be provided to the City prior to performance pursuant to this contract. Further, any changes in insurance required herein must be approved in writing by the City Attorney's Office. GP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION — Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers 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 or 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 San Mateo. This limitation is inserted to comply with California Civil Code Section 2782 and shall not affect the validity of any insurance contract, workers' compensation or agreement issued by an admitted insurer as defined by the Insurance Code. GP -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. 0669p/34 22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GP -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 its bid. GP -7-10,1 TRAFFICAND ACCESS - The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation "MANUAL OF TRAFFIC CONTROLS - For Construction and Maintenance Work Zones 1985 edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall he maintained. No more than one-half (1/2) of the roadway shall be closed to traffic at any time and two lanes of traffic, one in each direction, shall be maintained at all times. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. GP -9-1 MEASUREMENT OF QUANTITIES - When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh -master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. GP -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. GP -9-3.2 TEN PERCENT (10%) RETENTION - To ensure performance City is entitled to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to Government Code §4590 the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are expressly made a part of the contract. 0669p/34 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 PALM AVENUE STORM DRAIN, 9th AVE. TO 16th AVE. SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 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 2 - CONSTRUCTION MATERIALS SP207-2.1 REINFORCED CONCRETE PIPE - Reinforced concrete pipe shall be of the sizes, classes and lengths as shown on the plans and shall be manufactured according to ASTM C76 designation. It shall be free of defects and be provided with tongue -&-groove joints. Reinforced concrete pipe shall be centrifugally spun in the manufacturing process. No vibratory cast or "packer -head" pipe will be accepted. SP211-1.1 BEDDING MATERIAL - The bedding material shall be free from organic or vegetable matter and other deleterious substances, and he readily compacted by tamping or jetting. The bedding material shall consist of quarry waste, broken stone, crushed gravel or a combination thereof. 0669p/34 24 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART 3 — CONSTRUCTION METHODS — SP03-6 UNDERGROUND CONDUIT CONSTRUCTION — All work shall be done in accordance with this Section (Section 306 of Standard Specifications for Public Works Construction, 1985 Edition) except as specified hereunder and as shown on the Standard Drawings. SP -306.1.1 EXCAVATION OF TRENCHES — Pursuant to Sections 6422 and 6424 of the Labor Code the successful bidder shall, prior to commencement of work, submit to the City Engineer a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any trench 5 feet or deeper. If such plan varies from the shoring —system standards established by the construction safety orders, the plan shall be prepared by a registered civil or structural engineer. SP -306.1.2.1.1. BEDDING — The bedding type shall be type B-2. 0669p/34 25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STANDARD SEWER LATERAL INSTALLATION . . . - ... SAN NATEO„ SAID, APPROVED DEAWu DATE 1979 NOTE?. ENTIRE LENGTH OF BARREL SHALL BE. FULLY SUPPORTED WITH FIRM GRANULAR BEDDING AND BELL HOLES SHALL SE PROVIDED 0 45° LL PROPER BEDDING DETAIL J LONG RADIUS BEND PLAN 1 LOT LINE NOTE: ALL LATERALS SHALL 8E 6a MINIMUM VITRIFIED CLAY PIPE OR APPROVED EQUAL PROFILE LOW SIDE THREADED PLUG PER PLUMBING CODE 6" MINIMUM ABS OR CAST IRON RISER CAST IRON OR CLAY WYE BRANCH CAP aM PLUG NOTE: IF CLEANOUT IN DRIVEWAY USE CONCRETE BOX OVER PLUG FOR EASY ACCESS. CHK. lY E.S. PLAN CASE 3 SHEET 101 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Threaded Brass Plug Per Plumbing Code. 6" Minimum Cast Iron Riser .0 �--To House Connection To Main Sewer 0 Property Line C.I.Wye Branch 6" MAIN Note- If indriveway use concrete box over plug for easy occess. 1973 T. L J G. STANDARD SEWER LATERAL CLEANOUT 3 I 103 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 P,OK HOLE I" BLIND PICK HOLE Fri FRAME MACHINED SURFACES H 1r` H COVER MACHINED FOQ, PERFECT NO-R(..CK FIT III BLIND PICK HOLE rl y / ) �'• 1 r ') ! 1 f Jr ' j i l l r I 1. % Y r 1 ! Y ) Ill 1 rr f j i y ) • PLAN I" --26a --25 --2511P - 32 3" rle -24" 31 I„ -- SECTION A,S.T.M. GRID PATTERN L 91 16 NOTE: PINKERTON FOUNDRY MODEL 4-640 OR SIMILAR PHOENIX IRON WORKS MODEL P-1001 OR APPROVED EQUAL. 0 SAN MATEO STANDARD TYPE"6"MANHOLE FRAME $ COVER CALIFORNIA 1973 DRAWN BY RUJ CHK. BY LDJ APPROVED CItY ENGINEER I PLAN CASE 3 DRAWER SHEET (01 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6" MIN. CLEARANCE a> MIN. WIDTH VARIE§ SECTION X -X WIDTH VARIES GROUND LINE SANITARY SEWER SPRING LINE COMPACTED SAND 2 GRAVEL PIPE 0.D. (VARIES) 560-8-3250 CONCRETE 4 BARS, 2 EACH SAN MATEO STANDARD PIPE SUPPORT ACROSS TRENCH CALIFORNIA DATE 8-74 DRAWN BY R.O. CHI. BY T.L APPROVED CITY ENGINEER PLAN CASE 3 DRAWEE SHEET 110 1 1 1 1 1 1 1 1 1 1 1• 1 1 1 1 1 1 1 1 CATCH BASIN '1,F-3' 6:-0'' CATCH BASIN F'4' 8-0' Anchor 4- ;DOWEL 1 —4-1 : r i Frame 8 Grate See Note I Blend walls to I.D of pipe •L t• ry 6 1-► B 2-ISS•+2x"t" special permission is required from the City ngineer. CATCH BASIN "F-3" 51-0" Curbfoce CATCHBASIN "F-4" T=0" See note on -t" thickness J STEEL LIST Catch Basin Type 6-1J2"/ Def. bor N e ;a 'g o a 5 u Q n. 3 c O c c vs d o a "F- 3" 5=6" 5 6'-0" 3 4 I "F-4" 7( T a' -O" 3 4 I C/TY or SAN MAT£O 1 12 curb 5/16'X 10" Gale rolled piate formed as shown. Subgra de- Undisturbed earth or crushed rock. SECT ION B- B ‘4" Rod. I"fte I" 2 at 320.C. No.4 rebar hoop Diom = pipe o.d.+6 3cleor PLAN 0 0 31 Anchor • • sir 6"raa s — -1 J ,: --- .. :See Plate and Anchor detail below. . Protection Bor see note 2 Frame B Grote see note 1 Normal Gutter Set fo e of angle in planeof curb. '-2" AI • ; 1 6' -.91 . see note NOTE "1" THICKNESS t=6"if"V"is 4-0" or less. I'' " "' 11?-Cr 81-0" LIMITS OF NEW CURB 8 GUTTER t= 8 if V is between 4-0 & B-0 u, ru . 6! Opening Fi' t=10 rf V 1s8-O;rfover8ihen - r I jI NS. A.: 'co II p l 1 I t '`SAWCUT `' See note 6 DEPRESSION DETAIL r Depress normal 6" below gutter DOWEL DETAIL 'i, Dowels not required when top of basin and cu b are monolithic. NOTES' L For details of frame and grate, Type'3' See Dwg 3-1-125 2. For detail 0 protection bar, See Dwg. 3-1-133 3. Connection pipes tobe located according to plans. 4. Alt reinforcing steel to be one inch clear except os noted. 5. Concrete 560-8-3250 6. Sawcut when construction i5 in areas of existing curb and gutter. STAN DAR D CATCH BASINS TYPE "F-3" & "F - termined by Flowline CALIFORNIA 91403 DATE 3-83 DRAWN BY ADB CHECKED T.L. APPRO D 3./8.13 CITY ENGINEER CAM 3 DRAWER 1 SET 121 SUPERSEDES DRAWING 3-1-121 DATED PRIOR TO 3-83 SHEET 1 OF —1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 0 0 m m to- Lu 0 CC ' 3/16 • IL I rd - 2/2Ix 3"A q"z 3.x3"A 14:1/4"L 3/16 V7 3"x 3"x 141L—hN 3/ 1,, �\ A 1 /4- L/4. r - 2 /2'x 3"x 142 FRAME DETAIL 16 30" 3116 —3/133/gx % 1/2Srrucl.C-rode Steelaars(2 required) --- `-=-=7-"=--, -- ti -- -i -.7.=-. -L.--' -- i —L__- ,I - �F-- I— r • ,r t IT , L _ li I r — — --.--H — �_ 3/eix 2 1fZ' Struct Grade Steel Bars(18required 4116 GRATE DETAIL rin / A 'Re"; 5:' d �. f 3/1 -677- -en, f SECTION A -A NOTES 1. Top and cotton surfaces of grate to be ground • flush after welding. 2.AII metal surfaces shellbe hot dipped golvon zed in accordance with A $ TM All fabricating, shearing, bending,and welding shall be done before galvanizing, 3.Frome and grate assembly shall be assembled in shop beforo 9elivery. SECTICN A Dia• Struet,Grn-'e Sleel Oar, Arc 4 Resist. ;Wel C a. eA ry Jih Bur. STANDARD CATCH BASIN FRAME 8t GRATE DETAIL,TYPE "3" SAN MATEO, CALIF. DALE 1973 DRAWN BY C. P. W. CHK. EY J.E.G. APPROVED /73 ENCoNCER PLAN CASE 3 DRAWER 1 SHEE' 125 In_ _ _ _ I_ _ _ _ _ _ _ _ _ _ _ ® Ili ea P 7 T -c ro n r > (A m 0. 0 0 z z l C n CO > 0 C -i m z 0 TYPE "B" 5' o" 520 - Slope o p ode co 2" Sand crushed E USED ONLY IN SPECIAL CASE WITH PERMISSION FROM CITY ENGINEER 2'6" Slope .1- foot ted grovel-' Subgrode compaction TYPE "A" 2" Sand or 3" .compacte d crushed / rock or gravel —"' rade Batter I" to 12" 2'6" Baiter 1"per foot. Curb Grade slopel'per foot cr '-Batter 1" to 12" 520-132500 Concrete 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 w D. + I2 Min. 6" I 0.D. +24 -max. ( Pay Limits for import materiels end 'ovine 11war/AFSA 411. O 0 —ee( f NOTES "Min? 12 Max. Sow cut side on score minks only When working over Boy mud: Weight of Soeklie including pipe and contents shalt not exceed weight of material excavated. BEOOING CLASSES Relative Compaction Compaction Method Mechanical Compact on mechanical (��nnE�exxycept unimproved oreos Err9 approved t1 • OOAre hen Exceptions quorry tines or sond q is used it shall be jetted or jetted and vibrated. Jetted Jetted AND TRENCH BACKFILL MATERIALS Bedding Class 411. O 0 —ee( f NOTES "Min? 12 Max. Sow cut side on score minks only When working over Boy mud: Weight of Soeklie including pipe and contents shalt not exceed weight of material excavated. BEOOING CLASSES Relative Compaction Compaction Method Mechanical Compact on mechanical (��nnE�exxycept unimproved oreos Err9 approved t1 • OOAre hen Exceptions quorry tines or sond q is used it shall be jetted or jetted and vibrated. Jetted Jetted AND TRENCH BACKFILL MATERIALS Bedding Class A -2 A- 1 A A- 0 B- 2 B; I C 0 Load Foctor 4.5 3.2 3.0 2.3 1.9 1.5 1.5 1.1 c .o u 0 J e X a 0 Bock fill Materials 0 Street Areas - 2' Asphalt Concrete and 6" 520 A : 2500 Concrete or 8' 520-A - 2500 Concrete Unimproved Areas - Aggregate Bose or Native Material; as directed by the Engineer O Crushed Aggregate Base or Approved Native Material, as directed by the Engineer. O3 Vibrated Concrete Crushed Aggregate Bose or Approved Native Material, except Quarry Fines w Sand for V.C.P.and A.C.P. ® Vibrated Concrete Pre nd a sand Crushed p or Bopr veg. Native Aggregate i except worry es or sand for V.C.P.ro end A.C.P. ® 'Vibrated Concrete Quarry Fines or Sand Of Drain Rock Vibrated Concrete Qty Fetes or Sand err 3/4 "mart. crushed rock STANDARD TRENCH DETAIL $ MATEO, CAW. DATE 1978 DRAWN 1Y G. J. CHK. 1'! EJS ;Ise PLAN CASE 3 DRAWER SHEET 153 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CASE A •w0 M,e1I *will /Mesh, r •1101 I. -41-41(r Masa . .4 2' •H; Y04 Cr Crl 1 44- •. • CASE 8 CASE C I sll..rl 1..1 MM I' .1411 r4-1 D uM 0.-.e. M sigma Ir11M 44 legs *re Is sas. swot r I rase 3.33 • Ikea Eq. 01 3.. Mole 11 11 1411.4 le ion M 4w1 terra 101-44 on N .terse, .1 Wel N .1MM% Ne w4 0 M. 11414 11 f 1 II WIN r r. Mum Fool hoe N Waal. l•0... ;3 1 SECTION A -A REVISION DATE 01 dJAN 16,1984 CASE E •r• .4 'IMI Y.4 •! IM ION BO CASE F Sew. • 410 Amu CIN M 1 MNwn 0. TM mall pine comp OM Ione 1/2.40 450 / N 45• •. 641 map1•13 e O 11110x'; 3, EMS N 333. 10. TM romp f•NI My • IE,.IN WNI . 111 1/4. MM••• •r••1.•MII 3.1'.. S.• pmts. 4.140 The •1.I•• r 1011 1411 Ma • romans M•.MI tutus bJo .MIM' 11100 IM •0114 14.04 O 410.411 4..001..•.. SOON Y toiler •I gel r.lr4 (./ I L WM• OM 14 leee10. Is Mlle of .d 1.11011., 11 fall 1• aimed to 4 •.rrne- 3M• pail's .111 S/4 MP•sW 141 so W r.•rw 4 .001.1. N .11,11. 44101111 le 41111telt dries N •1.11 111.1 ••Nu,Yn. Ole •40001,.1, {100•.011 1 . It lamp snlo Sep. 1en4. 0011th• Ire • s r . le 11s I. *quo. Y LM' lea .1,l 00.....11 1,41.0.. u• = .44.4101 Y IM •1 100 Mw.� ' C.O•C•O. q. JET1/00n-.M. • Grawa w.4w1. 044.4 14 M 0001.04 I.tn,ry.M MY.M I.M.• r. Ierw.„.4. rIll Mal ....e Cm Cosy M Int1uM4 0 •11. 101.010011004 qN• ail 00.01,00•.4 Y a • M•1a.a•I I.1 %' (Near • Melon, IMI ONO/ M a NI 00 100.1....1 noise H.0 ICI ..4l. mop Ii Min..44 f 3lefla ~rW.IM !01 TM Set sm ear M Mimosa 11 **rise don -. 411-111.331,. i "L�.gLI''!M 1OTL4 I. II 1x10040 11•w stn. N W1.0 uNMN 1100 rpl 10 NW0M1• IM.1M • Ilellar N N Cott 1. IM 1140.41. NI M NMo1N 00/114000/14 N 0Cow 0 ✓ C e w, M .110.4 N M C.t. 0. I. II •140..1. 1, IMI SBA I. 0044. w len I..IN .f IM 014ur1 IMII M N/IWI N 1a.. 0 GM C. 3. M on .un41w 14 C.11 4. IM Iw w• 11 IlNN 10 Ise Isola el IM sr/ IM.0 04 1 C04. . 4. WM0 ON 1• Scaled I/ IMyr •l (MI 00000.4n .MLMWSnon awe M railer le sal Sets M 140 •Y• -le N.•M.NI4 oh* olc0oile.1 O. 11 r'•nun4 -00 11.11 Y IIMI to - reu.;Own 1, u I. 101111...100 60414.1000 l NM•Mt . 3 ISO. COO GI 4. !r 4..., 4 014 G, IM 440,1*..•Y /r41W el IN .000040 04 1044 I. M dos M.N 00 W.4le CM. 0. T. 11 le Ie0 M • .ws IN •IMS 41111 MNM./ no N ••••1101. Al 100 mass WII Meets. OM. 11.0 4'. •� Meal -1**.#0j Ww4a rflee� -r 011 NM •„I • 111 Neese 1f.. a' �, 0T w CASE G he l0.,. • I..... 004 rgM••awi LMN r M• •l ••1,1.0011.% SNa. MY.. •1w.1.. nap 1111,,, �• y;4-�� is .••sal 44-. _ 017 DETAIL X 341101 -lad Yong TM • ••1 1t__ 4' bIMMt Curb 111. M mums, nasal �` CM•Ws. Ti SECTION 8-B O.•a. eaN 1.40.011 M gewlred II 4 %1 Mr10. y, I'ni M Sims stetoow r tom • 000 GROOVING DETAIL 4594. ''LIP DETAIL see tin 4 r� C M•. SECTION C -C •.Iew Crl 42;44MNe1 T3 cTY OF SAN HATED WHEELCHAIR RAMP TITLE 24, C. A. C. CALIFORNIA 94403 DATE 1983 DRAWN BY RLG CHECKED - TL APPROVED i CNTCeec� /TY ENC/NEER CASE 3 DRAWER 1 SET 159 0'