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'