Loading...
HomeMy Public PortalAboutStorm Drain ImprovementsI I I I I I I I I I I I I I I I I M CONTRACT BOOK STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 September 2005 CITY OF SAN MATEO Public Works Department 330 West 20th Avenue San Mateo, CA 94403 650/522-7300 650/522-7301 (fax) DEPARTMENT OF PUBLIC WORKS Larry A. Patterson, P. E., Director Date: September 26, 2005 ADDENDUM NO. 1 330 West 20th Avenue San Mateo, California 94403-1388 Telephone (650)522-7300 FAX: (650) 522-7301 www.eityofsanmateo.org STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE City Project No. 468004-8003 Addendum No. 1 is issued to the above -referenced Contract Document. The bid opening date for the project is scheduled on October 5, 2005 at 2:00 p.m. The following changes have been made: BID DATE: No Change CONTRACT SPECIFICATIONS: 1. Page 3, Notice Inviting Sealed Proposals, Item 3, add the following sentence to the end of the paragraph: "The last day for questions is on September 28, 2005 or 5 days prior to any extended bid opening date." 2. Page 17, first sentence, change "2000 Edition as amended by the 2001 Supplement" to "2003 Edition". 3. Page 18, SP -2-5.3 Shop Drawings and Submittals, Revise Item 1 to read: Item Subsection Number Title Subject Submittal Dues 1 306-1.1.6 Trench Shoring Detailed drawing Prior to excavation & 02200- Design showing design of 3.03 shoring, bracing or sloping & certification from shoring design engineer Add the following to the list: Item Subsection Number Title Subject Submittal Dues 14 SP -7-8.1.1 Solid Waste Management Plan Recycle 100% by weight of all asphalt concrete At pre -construction meeting 15 SP -7-10.1 Storm Water Pollution Control Plan Program to control storm water pollution At pre -construction meeting 16 01100-1.04 Traffic Control Plan Traffic control At pre -construction meeting 17 01100-1.04 Subsurface Investigation Plan Verify location, size and elevation of utilities within project limits At pre -construction meeting 18 01100-1.04 Utility Verification Information Underground Service Alert ticket numbers The next business day after exposing each utility 19 01100-1.05 Health and Safety Plan Health and Safety At pre -construction meeting 4. Delete Section 01100, Subsection 3.01, Work Hours 5. Section 02100, Subsection 1.02, Scope of Work, Item B, delete the last sentence. CONTRACT PLAN: 1. Sheet 9, add the attached detail. Excavation within the State right-of-way shall be backfilled per this detail. Each bidder shall acknowledge receipt of this Addendum by signing one copy of the attached Acknowledgement Sheets and returning it immediately. The bidder shall submit the second copy with the bid documents. Q:\pw\PWENGW_CONTRS\2005\Grcenwood Storm Improvements \ADDENDUM# I .DOC UD/1J/LUUJ UJ.VO JLVLUU ( L CO 75 mm Asphalt Concrete -Type A 300 mm Class 3 Concrete Existing Structural Section .-300 mm AS -4 (District 4 Specifications) Structure Backfill, Sec 19-3 Notes : I. Compaction to be at 95% relative compaction, subject to testing. 2 Concrette cap may be "rapid set` PCC. 3. Ali trench work subject to state regulations and inspection. STREET TRENCH PAVING DETAIL SCALE = NONE for Sfate (2�9kt - vJo� 0v1� DATE 3-23-98 ADDENDUM NO. 1 STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE City Project No. 468004-8003 ACKNOWLEDGEMENT I have received Addendum No. 1 to the Contract Document titled, "STORM DRAIN IMPROVEMENTS — GREENWOOD AVENUE AND BARROILHET AVENUE". I have read and understand the information stated in the addendum. Date Bidder's Signature Bidder's Name (Printed) Name of Company RETURN IMMEDIATELY TO: Public Works Department Attn: Susanna Chan, Senior Engineer 330 West 20th Avenue San Mateo, CA 94403 (650) 522-7301 (fax) Q:\pw\PWENG\A_CONTRS\2005\Greenwood Storm Improvements \ADDENDUMI! l.DOC 0f ADDENDUM NO. 1 STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE City Project No. 468004-8003 ACKNOWLEDGEMENT I have received Addendum No. 1 to the Contract Document titled, "STORM DRAIN IMPROVEMENTS — GREENWOOD AVENUE AND BARROILHET AVENUE". I have read and understand the information stated in the addendum. Date Bidder's Signature Bidder's Name (Printed) Name of Company. RETURN WITH BID DOCUMENTS Q:\pw\PWENG\A_CONTRS\2005\Greenwood Storm Improvements \ADDENDUM#1.DOC PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS: FOR THE TOTAL SUM OF (use figures only) computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown in the contract documents. All work shall conform to the lines, grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and APWA- AGC Standard Specifications for Public Works Construction, 2003 Edition. The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates) the project plans described below, including the addenda thereto, the contract annexed hereto, and also in conformance with the APWA-AGC Standard Specifications for Public Works Construction, 2003 Edition and the Labor Surcharge and Equipment Rental rates in effect on the date the work is accomplished. This proposal is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER'S STATEMENT. ADDENDA — This proposal is submitted with respect to the changes to the contract included in the addenda number/s By my signature on this proposal I certify, under penalty of perjury under the laws of State of California and United States of America, that the Non Collusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106 is true and correct. 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 U Fax Number Greenwood and Barroilhet Ave. Storm Iran Improvements Project 4680044003 September 2005 City of San Mateo 5 Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one -tenth, or one -hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the City of San Mateo 's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum itemis included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the, City of San Mateo, and that discretion will be exercised in the manner deemed by the City of San Mateo to best protect the public interest in the prompt and economical completion of the work. The decision of the City of San Mateo respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be fmal. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the 2 bonds in the sums required by the State Contract Act, with surety satisfactory to the City Of San Mateo, within 8 days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of San Mateo that the contract has been awarded, the City of San Mateo may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of the security accompanying this proposal shall operate and the same shall be the property of the City of San Mateo. By my signature on this proposal, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the. proposed work, the Greenwood and Barroilhet Ave. Storm Dram Improvements Project 468004-8003 September 2005 City of San Mateo 6 annexed proposed form of contract, and the plans therein referred to; and he proposes, and agrees if this proposal is accepted, that he will contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following prices, as shown on the Schedule of Bid Items. Greenwood and Barroilhet Ave. Storm Drain Improvements City of San Mateo Project 468004-8003 September 2005 7 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILIIET AVENUE CITY PROJECT NO. 468004-8003 ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Mobilization and Demobilization 1 LS $ $ 2 Sheeting, Shoring and Bracing 1 LS $ $ 3 Pedestrian and Traffic Control 1 LS. $ $ 4 Bonds and Insurance 1 LS $ $ 5 Clearing and Demolition 1 LS $ $ 6 Erosion Control and Trench Dewatering 1 LS $ $ 7 4' x 3' RCB Storm Drain w/ Trench 1,901 LF $ $ 8 3' x 2' RCB Storm Drain w/ Trench 37 LF $ $ 9 23" x 14" Elliptical SD w/ Trench 15 LF $ $ 10 36" RCP Storm Drain w/ Trench 31 LF $ $ 11 24" RCP Storm Drain w/ Trench 110 LF $ $ 12 18" RCP Storm Drain w/ Trench 45 LF $ $ 13 12" RCP Storm Drain w/ Trench 185 LF $ $ 14 Storm Drain Catch Basins w/ Grate 8 EA $ $ 15 Storm Drain Manholes 8 EA $ $ 16 El Camino Real SD Junction Structure 1 LS $ $ 17 Connect to Existing SD Structure 5 EA $ $ 18 Curb and Gutter Restoration 500 LF $ $ 19 Sidewalk Restoration 500 SF $ $ 20 AC Pavement Restoration 25,000 SF $ $ 21 Caltrans Encroachment Permit Fee 1 LS $1,000.00 $1,000.00 TOTAL BID Greenwood and Barroilhet Ave. Storm Drab Improvements City of San Mateo Project 468004-8003 September 2005 8 SUBCON I RACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of California. These requirements include a provision that the Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the contract price. Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one-half (1/2) of one percent (1%) of the general contractor's total bid or $10,000, whichever is greater. 2. The specific work and dollar amount of work that will be done by each subcontractor. 3. If no portion of the work is to be subcontracted as provided in item 1, insert the word "none" in the space provided and sign below. NAME ADDRESS SPECIFIC WORK • DOLLAR AMOUNT $ $ $ $ $ Contractor's Signature Greenwood and Barroilbet Ave. Storm Drain Improvements City of San Mateo Project 468004-8003 September 2005 9 BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILMET AVENUE CITY PROJECT NO. 468004-8003 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 2003 Edition, 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 Class A Contractor, that the license is now in force, and that the number is and the expiration. date is . Further the undersigned certifies that upon request he will provide evidence of said license. Pursuant to Business and Professions Code Section 7028.15 I, declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true and correct and that this declaration is made on this _ day of , 2005, at California. The undersigned understands he must meet the requirements of Section SP -7-2.3, NON- DISCRIMINATION POLICY prior to award of contract and conform to those guidelines throughout the duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within eight (8) days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of San Mateo that the contract has been awarded and to commence work within five (5) days of the date specified in the notice to proceed, and to complete the work under said contract within the specified number of working days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure, that all subcontractors obtain . a San Mateo Business License in accordance with Section SP -2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the Business License current for the entire term of the contract. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. Greenwood and Barroilhet Ave. Storm Drain Improvements City of San Mateo Project 468004-8003 September 2005 10 BIDDERS STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 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. Enclosed find bond or certified check or cashier's check no. of the Bank for . Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned. The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. Greenwood and Barroilhet Ave. Storm Drain Improvements Project 468004-8003 September 2005 City of San Mateo 11 BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE. AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 SIGNATURES FOR BIDDER: If INDIVIDUAL, sign below: Signature Date Print name Post Office Address If PARTNERSHIP, sign below (show names of non -signing partners): Signature Date Name of Partner Post Office Address Signature Date Name of Partner Post Office Address (if different) If CORPORATION, sign below (show names of non -signing officers): a CORPORATION Name of State Where Chartered Signature Date Print name of person signing bid Title List names of the following officers: PRESIDENT SECRETARY TREASURER Post Office Address Greenwood and Bartoilhet Ave. Storm Drain Improvements City of San Mateo Project 4680048003 . September 2005 12 NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 State of California ) ) ss. County of ) being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, or any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. Greenwood and Barroilhet Ave. Storm Dram Improvements City of San Mateo Project 4680044003 September 2005 13 CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AM) BARROILI ET AVENUE CITY PROJECT NO. 4680044003 On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion; sex, disability, or national origin; that all federal, state, local directives, and executive orders regarding non-discrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. BIDDER By: (Name and title of person making certification) Date Greenwood and Barroilhet Ave. Storm Dram Improvements City of San Mateo Project 4680044003 September 2005 14 CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The undersigned understands that weekly certified payrolls must be submitted for verification. BIDDER By: (Name and title of person making certification) Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. O. Box 420603 San Francisco, CA 94142-0603 Greenwood and Banoilhet Ave. Storm Dran Improvements Project 468004-8003 September 2005 City of San Mateo 15 CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 4680044003 I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. BIDDER By: (Naive and title of person making certification) Date Greenwood and Barroilhet Ave. Storm Drat Improvements City of San Mateo 16 Project 4680044003 September 2005 CONTRACT BOOK STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 2-19-29 (9 sheets) TIME OF COMPLETION: 60 Working Days CONTENTS NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCON 11LACTORS BIDDER'S STATEMENT NONCOLLUSION AFFIDAVIT CERTIFICATION OF NON-DISCRIMINATION CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION SPECIAL PROVISIONS PART I -- GENERALPROVISIONS PART II — TECHNICAL SPECIFICATIONS SECTION 01100 — CONSTRUCTION CONSTRAINTS SECTION 02100 — CLEARING AND DEMOLITION SECTION 02200 — EXCAVATION AND BACKFILL SECTION 02500 — ASPHALTIC CONCRETE PAVING SECTION 02600 — REINFORCED CONCRETE STORM DRAINS SECTION 03100 — CONCRETE FORMWORK Greenwood and Barroilhet Ave. Storm Bran Improvements Project 468004-8003 City of San Mateo 1 September 2005 SECTION 03300 - CAST -IN -PLACE CONCRETE APPENDIX I - AGREEMENT FOR PUBLIC IMPROVEMENT APPENDIX II - DIVERSION SUMMARY FORM APPENDIX III- SAMPLE CONSTRUCTION NOTICE APPENDIX IV - CALTRANS' ENCROACHMENT PERMIT Greenwood and Barroilhet Ave. Storm Drain Improvements City of San Mateo 2 Project 468004-8003 September 2005 1 1 1 1 NOTICE INVITING SEALED PROPOSALS STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 CITY OF SAN MATEO, CALIFORNIA Sealed bids will be received by the City Council of the City of San Mateo, California, for Storm Drain Improvements — Greenwood Avenue and Barroillhet Avenue and other work as shown on the Contract Drawings No. 2-19-29 and as described in this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 2003 Edition. The work described requires that the bidder be licensed by the State of California as a Class A Contractor. 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A non-refundable fee of $30 per set is required if picked up or $35 for each set if mailed. Any questions regarding the contract documents should be directed to Susanna Chan, PE, Senior Engineer, at 650/522-7308, or in writing at the above address. 3. The estimated construction cost of this project is $1.1 million. This estimate is not based on a "contractor's cost take off' of the project, but is derived from an averaging of costs for work on similar projects in the area of which the City is aware. This figure is given to indicate the relative order of magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. 4. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 5. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in Special Provisions SP -7-2.3 through SP -7-2.3.3. 6. Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. It is the responsibility of the contractor to contact the City to determine the existence of any and all addenda. 7. The time of completion for this contract shall be sixty (60) working days, beginning from the date specified in the Notice to Proceed. 8. 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, or in the case of a single bid being received to extend the acceptance date by up to thirty (30) days with notice. The City of San Mateo is a charter City and any contract entered into is subject to the provisions of the City of San Mateo Charter, which may supersede certain provisions of the Public Contract Code and other provision of state law. Greenwood and Barroilhet Ave. Storm Drair Improvements Project 468004-8003 September 2005 City of San Mateo, 3 9. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations - have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. 1 I1 I I Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for this project will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. The State Prevailing Wage Rates may also be obtained from the California Department of Industrial Relations intemet web site at http://www.dir.ca.gov. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 10. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., October 5, 2005, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 11.. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as City's interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. Any protests to the award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 2, 2004. 12. 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 the Public Contracts Code Section 22300, Contractor may substitute securities for said ten percent (10%) retention or request that City make payments of retentions earned directly to an escrow agent at Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. Dated: September 14, 2005 /S/ Jan Epstein, MAYOR Greenwood and Banoilhet Ave. Storm Drain Improvements Project 468004-8003 City of San Mateo 4 September 2005 PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 1 I 1 11 I 1 TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS: FOR THE TOTAL SUM OF (use figures only) computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown in the contract documents. All work shall conform to the lines, grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and APWA- AGC Standard Specifications for Public Works Construction, 2003 Edition. The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates) the project plans described below, including the addenda thereto, the contract annexed hereto, and also in conformance with the APWA-AGC Standard Specifications for Public Works Construction, 2003 Edition and the Labor Surcharge and Equipment Rental rates in effect on the date the work is accomplished. This proposal is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER'S STATEMENT. ADDENDA — This proposal is submitted with respect to the changes to the contract included in the addenda number/s By my signature on this proposal I certify, under penalty of perjury under the laws of State of California and United States of America, that the Non Collusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106 is true and correct. 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 ( ) Fax Number Greenwood and Barroilhet Ave. Storm Dran Improvements City of San Mateo 5 Project 468004-8003 September 2005 1 r 1 r 1 I 1 1 1 I I 1 1 1 Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one -tenth, or one -hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the City of San Mateo's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the City of San Mateo, and that discretion will be exercised in the manner deemed by the City of San Mateo to best protect the public interest in the prompt and economical completion of the work. The decision of the City of San Mateo respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the 2 bonds in the sums required by the State Contract Act, with surety satisfactory to the City Of San Mateo, within 8 days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of San Mateo that the contract has been awarded, the City of San Mateo may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of the security accompanying this proposal shall operate and the same shall be the property of the City of San Mateo. By my signature on this proposal, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the proposed work, the Greenwood and Barroilhet Ave. Storm Drain Improvements Project 468004-8003 September 2005 City of San Mateo 6 annexed proposed form of contract, and the plans therein referred to; and he proposes, and agrees if this proposal is accepted, that he will contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following prices, as shown on the Schedule of Bid Items. r I I I I r I I 1 I I Greenwood and Barroilhet Ave. Storm Drab Improvements City of San Mateo 7 Project 4680044003 September 2005 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 I I I I I i I I I I I I ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Mobilization and Demobilization 1 LS $ $ 2 Sheeting, Shoring and Bracing 1 LS $ $ 3 Pedestrian and Traffic Control 1 LS $ $ 4 Bonds and Insurance 1 LS $ $ 5 Clearing and Demolition 1 LS $ $ 6 Erosion Control and Trench Dewatering 1 LS $ $ 7 4' x 3' RCB Storm Drain w/ Trench 1,901 LF $ $ 8 3' x 2' RCB Storm Drain w/ Trench 37 LF $ $ 9 23" x 14" Elliptical SD w/ Trench 15 LF $ $ 10 36" RCP Storm Drain w/ Trench 31 LF $ $ 11 24" RCP Storm Drain w/ Trench 110 LF $ $ 12 18" RCP Storm Drain w/ Trench 45 LF $ $ 13 12" RCP Storm Drain w/ Trench 185 LF . $ $ 14 Storm Drain Catch Basins w/ Grate 8 EA $ $ 15 Storm Drain Manholes 8 EA $ $ 16 El Camino Real SD Junction Structure 1 LS $ $ 17 Connect to Existing SD Structure 5 EA $ $ 18 Curb and Gutter Restoration 500 LF $ $ 19 Sidewalk Restoration 500 SF $ $ 20 AC Pavement Restoration 25,000 SF $ $ 21 Caltrans Encroachment Permit Fee 1 LS $1,000.00 $1,000.00 TOTAL BID I Greenwood and Barroilhet Ave. Storm Iran Improvements City of San Mateo 8 Project 468004-8003 September 2005 r 1 I 1 1 i I I 1 SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of California. These requirements include a provision that the Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the contract price. Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one-half (1/2) of one percent (1%) of the general contractor's total bid or $10,000, whichever is greater. 2. The specific work and dollar amount of work that will be done by each subcontractor. 3. If no portion of the work is to be subcontracted as provided in item 1, insert the word "none" in the space provided and sign below. NAME ADDRESS SPECIFIC WORK DOLLAR AMOUNT $ $ $ $ $ Contractor's Signature Greenwood and Banoilhet Ave. Storm Drab Improvements City of San Mateo 9 Project 468004-8003 September 2005 i 1 1 1 1 i 1 1 1 1 1 1 1 i 1 1 1 1 BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 2003 Edition, 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 Class A Contractor, that the license is now in force, and that the number is and the expiration date is . Further the undersigned certifies that upon request he will provide evidence of said license. Pursuant to Business and Professions Code Section 7028.15 I, , declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true and correct and that this declaration is made on this _ day of , 2005, at , California. The undersigned understands he must meet the requirements of Section SP -7-2.3, NON- DISCRIMINATION POLICY prior to award of contract and conform to those guidelines throughout the duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within eight (8) days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of San Mateo that the contract has been awarded and to commence work within five (5) days of the date specified in the notice to proceed, and to complete the work under said contract within the specified number of working days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all subcontractors obtain a San Mateo Business License in accordance with Section SP -2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the Business License current for the entire term of the contract. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. Greenwood and Barroithet Ave. Storm Grail Improvements City of San Mateo 10 Project 468004-8003 September 2005 I I r I I I BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 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. Enclosed find bond or certified check or cashier's check no. of the Bank for . Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned. The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. Greenwood and Barroilhet Ave. Storm Iran Improvements City of San Mateo Project 468004-8003 September 2005 1 I 11 I I I r 1 BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILI-IET AVENUE CITY PROJECT NO. 468004-8003 SIGNATURES FOR BIDDER: If INDIVIDUAL, sign below: Signature Date Print name Post Office Address If PARTNERSHIP, sign below (show names of non -signing partners): Signature Date Name of Partner Post Office Address Signature Date Name of Partner Post Office Address (if different) If CORPORATION, sign below. (show names of non -signing officers): a CORPORATION Name of State Where Chartered Signature Date Print name of person signing bid Title List names of the following officers: PRESIDENT SECRETARY TREASURER Post Office Address Greenwood and Barmilhet Ave. Storm Drain Improvements City of San Mateo Project 468004-8003 September 2005 12 I I I 1 1 i 1 NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 State of California ) ) ss. County of ) , being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, or any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. Greenwood and Barroilhet Ave. Storm Grail Improvements Project 4680044003 City of San Mateo 13 September 2005 1 1 .. 1. I I I CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local directives, and executive orders regarding non-discrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. BIDDER By: (Name and title of person making certification) Date Greenwood and Barroilhet Ave. Storm Drain Improvements City of San Mateo Project 48004-8003 September 2005 14 1 1 t I 1 t t t CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The undersigned understands that weekly certified payrolls must be submitted for verification. BIDDER By: (Name and title of person making certification) Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. O. Box 420603 San Francisco, CA 94142-0603 Greenwood and Banoilhet Ave. Storm Drab Improvements City of San Mateo 15 Project 468004-8003 September 2005 1 1 1 I 1 1 I 1 CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION (To be submitted with Proposal Form) STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004.8003 I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. BIDDER By: (Name and title of person making certification) Date Greenwood and Barroilhet Ave. Storm Grail Improvements City of San Mateo 16 Project 468004-8003 September 2005 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 2000 Edition as amended by the 2001 Supplement, (hereinafter referred to as the Standard Specifications), and according to these Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with these Special Provisions. 1 I 1 1 1 The Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. Whenever the letters SP are used as a prefix in section numbering (e.g., SP -200-2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 200-2). PART 1 - GENERAL PROVISIONS SP -2-1 AWARD OF CONTRACT. The right is reserved to reject any an all proposals. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed or has demonstrated, to the satisfaction of the City, adequate good faith efforts to do so. In determining the award, careful consideration by City shall be given to each item of bid. All bids will be compared on the basis of the Engineer's Estimate of the quantities of work to be done. 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 see in its best interest. Such award, if made, will be made within 45 days after the opening of the proposals. This period will be subject to extension for such further period as may be agreed upon in writing between the Department and the bidder concerned. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 2, 2004. SP -2-3 SUBCONTRACTS. The Contractor is prohibited from employing any subcontractor that is ineligible under Labor Code section 1777.1. SP -2-4 CONTRACT BONDS. Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two acceptable surety bonds; one for labor and materials and one for performance. Greenwood and Barroilhet Ave. Storm Drab Improvements City of San Mateo 17 Project 468004-8003 September 2005 The "Payment Bond" (Material and Labor Bond) shall be for not less than 100 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 latent developed defects. SP -2-4.1 GUARANTEE. The Contractor warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. 1 In the event of failure to comply with the above -mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Contractor, who agrees to pay the costs and charges therefore immediately upon demand. The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. SP -2-5 PLANS AND SPECIFICATIONS. The plans for this project are as follows: CONTRACT PLANS Title Drawing No. Storm Drain Improvements: Greenwood Avenue and Barroilhet Avenue; City Project No. 468004-8003 2-19-29 SP -2-5.3 SHOP DRAWINGS AND SUBMITTALS. * The Contractor is required to provide shop drawings and/or submittals for the following items listed. ITEM SUBSECTION NUMBER TITLE SUBJECT SUBMITTALS DUE 1. SP -306-1.1.6 Safety Orders Trench shoring At pre construction meeting. 2. SP 6-1 Construction Schedule Construction schedule and commencement of work At pre -construction meeting. 3. 02200-2.03 Sand Gradations Sand for pipe bedding At pre -construction meeting. 4. 02500-2.01 Aggregate base Base rock At pre -construction meeting. t Greenwood and Banoilbet Ave. Storm Dram Improvements City of San Mateo 18 Project 468004-8003 September 2005 5. 03300-2.01, 2.02 Portland Cement Concrete Sidewalk, curb, gutter, manholes, and misc. At pre -construction meeting. 6. 02200-2.04 Trench Backfill Controlled density fill or sand slurry backfill At pre -construction meeting. 7. 02500-2.02 Asphalt Concrete Asphalt concrete surfacing At pre -construction meeting. 8. 02600-2.01 RCP Reinforced Concrete Pipe At pre -construction meeting. 9. 02600-2.02 RCB Reinforced Concrete Box Culvert At pre -construction meeting. 10. 02600-2.03 Concrete Manhole Concrete Manhole At pre -construction meeting. 11. 02600-2.03 Modified F-4 Catch Basin Catch Basin At pre -construction meeting. 12. 01100-3.04 Traffic/Resident Disruption Notices Traffic disruption notices At pre -construction meeting. 13. SP 2-6 Plans As -built drawing Following completion of work, but prior to acceptance of project. 1 1 1 * Contractor's submittals shall be complete and responsive to the requirements of the specifications. Incomplete submittals may delay the review process. The impact to the construction schedule of such delays shall be the responsibility of the Contractor. No field work shall be performed by the Contractor until shop drawings or submittals related to that field work have been designated as "accepted" by the City. Allow a minimum of 10 working days for review time. SP -2-5.4. Specifications for street lighting and traffic signals in PART 3, Section 307, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and . the applicable portions of Section 86 of the State of California, Business and Transportation Agency, Department of Transportation, Standard Specifications for Construction of Local Streets and Roads, dated July 2002 shall be used in lieu. SP -2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. The work to be performed under this contract shall include, but not be limited to, the following: Construction of storm drain culvert, pipe, manholes, catch basins and other appurtenances as shown and specified; street, sidewalk, curb and gutter restoration as shown and required. SP -2-6.1 EXAMINATION OF THE SITE. The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and scope of work to be performed, the quantity of materials to be furnished and as to the requirements of the proposal, plans, specifications and contracts. Greenwood and Barroilhet Ave. Storm Drab Improvements Project 4680044003 City of San Mateo 19 September 2005 The bidder represents that he or she is fully qualified to perform this examination and review. If the bidder determines that any portion of the site or the plans and specifications present any interpretation problems of any kind, the bidder shall note such a determination upon this bid form. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. SP -2-9 SURVEYING. Staking of line and grade will be done by the City survey crew at no cost to the contractor once only. The Contractor shall notify the City 48 hours in advance when requesting construction stakes. Resetting of survey stakes lost due to the contractor's negligence will be charged to the contractor at the rate set out in the City's Comprehensive Fee Schedule per man per hour or fraction thereof. The Engineer will be the judge of what constitutes negligence. Any appeal of this decision will be referred to the Public Works Commission. The Public Works Commission decision will exhaust the administrative procedures for appeal. SP -2-12 ATTORNEY FEES. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000, shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. SP -2-13 SAN MATEO BUSINESS LICENSE GUIDELINES. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section 5.24.090 of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax as follows: (1) General Contractor, $124.00; (2) all other contractors, $49.00." SP -3-1.3 NOTICE OF POTENTIAL CLAIM. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section SP -3-1.3 shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion," in the Standard Specifications, nor to any claim which is based on differences in measurementsor 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. Greenwood and Barroilhet Ave. Storm Drab Improvements City of San Mateo 20 Project 4680044003 September 2005 It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. SP -3-2:1 CHANGES INITIATED BY THE AGENCY: The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. Presently there is approximately $1.1 million 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 sub -projects that will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid because of the above -stated alteration of this project. SP -3-3 EXTRA WORK. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by contract unit prices or stipulated unit prices. When the price for the extra work cannot be agreed upon, the City will pay for the extra work based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard Specifications. The mark-ups shall be as specified below. SP -3-3.2.2 LABOR SURCHARGE To the actual wages as defined in Section 3-3.2.2 (a) of the Standard Specifications for Public Works Construction, will be added a labor surcharge. The labor, surcharge compensates the contractor for statutory payroll items stipulated by various governmental agencies. The six items included are Workers Compensation, Social Security, Medicare, Federal Unemployment, State Unemployment and State Training Taxes. The labor surcharge calculation for overtime work does not include workers compensation on the premium portion of, overtime, as provided by workers compensation regulations. The surcharge percentage to be applied to the actual wages paid as provided in Section 3.3.2.2 (a) of the Standard Specifications for Public Works construction will be 16 percent for regular time (RT) and 14 percent for over time (OT). SP -3-3.2.3 MARK-UP. A. Work by Contractor The following percentages shall be added to the Contractor's cost and shall constitute the mark-up for all overhead and profits: 1. Labor Surcharge (RT) 16% 2. Labor Surcharge (OT) 14% 3. Labor 25% 4. Materials 15% 5. Equipment Rental 15% 6.. Other Items and Expenditures 15% Greenwood and Barroilhet Ave. Storm Drair Improvements . Project 468004-8003 City of San Mateo September 2005 21 To the sum of the costs and mark-ups provided for in this subsection, one percent (1%) shall be added as compensation for bonding. B. Work by Subcontractor When subcontractor performs all or any part of the extra work, the markup established in SP -3-3.2.3 (a) shall be applied to subcontractor's cost as determined under 3-3.2.2. In addition, a markup of 10 percent on first $5,000 of subcontracted portion of extra work and 5% on the work added in excess of $5,000 of subcontracted portion of extra work may be added by the contractor for overhead and profit. SP -4-1.6 TRADE NAME OR EQUALS. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. SP -5-1 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 5-1 of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after. receiving notice from USA to do so and which were not marked at the time the damage occurred. Attention is directed to the possible existence of underground utilities not indicated on the plans and to the possibility that underground utilities may be in a location different from that which is indicated on the plans. The Contractor shall ascertain the exact location of underground utilities whose presence is indicated on the plans, the location of their service laterals or other appurtenances, and for existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any such facilities or interfere with their service. SP -6-1.1 COMMENCEMENT OF WORK. The Contractor shall begin work within 15 calendar days after receiving notice that the contract has been awarded by the City Council and shall diligently prosecute the same to completion with the time limits provided in the special provisions. SP -6-1.2. CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE. After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction or fabrication and delivery schedule. The schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer Greenwood and Barroilhet Ave. Storm Gran Improvements Project 468004-8003 September 2005 City of San Mateo 22 I I1 1 1 M for approval, procurement of materials, scheduling of equipment, and' delivery of finished product. SP -6-1.3 PRE -CONSTRUCTION CONFERENCE. A pre -construction conference will be held at a location selected by the City for the purposes of review and approval of said schedule and to discuss construction procedures and payment schedule. The Contractor shall be represented by his superintendent of work. The City will be represented by members of the organization having direct control of supervision of the project. SP -6-6.5 DELAYS AND EXTENSIONS OF TIME. In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final and conclusive. SP -6-7 TIME OF COMPLETION. The Contractor shall prosecute and work to completion before the expiration of sixty (60) working days, beginning from the date specified in the Notice to Proceed. The City will furnish the Contractor weekly a statement of working days remaining on the contract. SP -6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined on the following basis. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost revenue and by cost plus an estimate of overhead costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of alternative services during delay, etc. Execution of the contract under .these specifications shall constitute agreement by the City of San Mateo and Contractor that $250 per day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. SP -6-11 MEDIATION. Should any dispute arise out of this Agreement, any party may request a meeting between the parties to resolve the dispute. Only in the event the dispute is not resolved as a result of such a meeting, or the opposing party refuses to attend such a meeting, any party may request that it be submitted to mediation. The parties shall mediate the dispute within 30 days of such a request. The mediator shall be agreed to by the mediating parties: in the absence of an agreement, the parties shall each submit one name from the mediators listed by the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation Greenwood and Barroilhet Ave. Storm Dram Improvements Project 4680044003 City of San Mateo 23 September 2005 1 1 1 I process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. SP -6-12 ARBITRATION. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of arbitration shall be borne equally by the parties. SP -7-2.2.1 HOURS OF LABOR. Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion if approved in advance by the City. The Contractor shall notify the Deputy Director in writing twenty-four (24) hours prior to any non -emergency type overtime operations or forfeit the sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without written consent of the Deputy Director -- said sum to be deducted from any monies due the Contractor or paid directly to him. Normal working hours for this project shall be between 8:00 a.m. and 5:00 p.m. unless specifically modified in writing. SP -7-2.3 NON-DISCRIMINATION POLICY. It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of employment on any public works contract entered into with the City. SP -7-2.3.1 LOWEST RESPONSIBLE BIDDER. In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as are determined to meet the following qualifications of lowest responsible bidder. The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans and specifications therefore for the least amount of money; provided the bidder has the ability, capacity and, when necessary and the required State or other license. In determining to whom the award is to be made, the awarding authority may . consider, in addition to the bid or quotation received, the experience of the bidder for the particular service sought, the quality of work that the bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried by the bidder. SP -7-2.3.2 STANDARDS OF NON-DISCRIMINATION A. The successful bidder and each subcontractor shall undertake action to ensure that applicants and employees are treated fairly such that the principles of equal opportunity in employment are demonstrated positively and aggressively during employment, without regard to race, color, religion, sex, disability, or national origin. 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. Greenwood and Barroilhet Ave. Storm Dram Improvements Project 4680044003 City of San Mateo September 2005 24 1 I 1 1 r1 1 I 1 I SP -7-2.3.3 CERTIFICATION OF NON-DISCRIMINATION. Each bidder on any public works contract shall sign the certification of nondiscrimination, which is a part of the proposal form. Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and. file with the City a certificate of nondiscrimination. SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have.a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. Each Contractor and Subcontractor and any lower -tier Subcontractor shall submit weekly certified payrolls for each work week from the time he starts work on the project until he completes his work. If he performs no work on the project during a given work week, he may either submit a weekly payroll form with the notation, "No work performed during this work week," or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven (7) workdays following completion of the workweek. SP -7-2.5 EMPLOYMENT OF APPRENTICES. Contractor shall be responsible for compliance with California Labor Code Section 1777.5 relating to employment of apprentices for all apprenticeable occupations when the contract amount exceeds $30,000 or 20 working days. or both. SP -7-3.1 LIABILITY INSURANCE. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. Greenwood and Barroilhet Ave. Storm Drab Improvements Project 4680044003 September 2005 City of San Mateo 25 1 1 1 I 1 I I Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles. C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. All insurance shall: Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with . respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. 2. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. 3. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. a. In addition to requiring that you provide an insurance certificate showing the levels and types of coverage required for your project or contract, the City of San Mateo also requires you to provide the City with a copy of the actual endorsements to the commercial general, automobile, and any excess liability insurance policies that show that the City of San Mateo, its boards, commissions, officers, agents, and employees have been named as additional insureds by the insurers. These endorsements are required because California Insurance Code § 384 expressly provides that an insurance certificate is not proof of what the underlying insurance policy actually contains. If you look at an insurance certificate, you will notice that the certificate actually says the same thing. Therefore, a certificate has minimal legal value and the City cannot be reasonably certain that it is covered under the policies shown on the certificate without endorsements. An endorsement is a piece of paper that modifies the terms of the underlying policy and is issued by the insurance company itself, rather than a broker. A copy of a sample endorsement for commercial general liability is on the following page for your reference. 4. No changes in insurance may be made without the written approval of the City Attorney's office. 5. NOTICE OF CANCELLATION: The City requires 30 days written notice of cancellation. Additionally, the notice statement on the certificate should not include the wording "endeavor to" or "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives." Greenwood and Baroilhet Ave. Storm Dram Improvements Project 468004-8003 City of San Mateo 26 September 2005 1 1 I I r I I I I I SAMPLE ENDORSEMENT FORM FOR COMMERCIAL GENERAL LIABILITY POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of person or organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. This insurance shall apply as primary insurance as respects any Person, Organization, Partnership or Joint Venture named above, and any other insurance available to such Person, Organization, Partnership or Joint Venture shall be excess and not contributory with the insurance afforded by this policy. Greenwood and Barroilhet Ave. Storm Drell Improvements Project 468004-8003 September 2005 City of San Mateo 27 1 1 I1 I i I I I 1 I I I SP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any, and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or. employees, and (2) to defend City of San Mateo, its officers or employees there against; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. SP -7-7 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 work site to perform work. The City of San Mateo, the Contractor, and each of such workers, contractors, and others, shall coordinate their operations and cooperate to minimize interference. SP -7 -8.1.l -RECYCLING REQUIREMENTS. The City of San Mateo will require the selected contractor for this contract to recycle 100% by weight of all asphalt concrete generated from this project and to document both their intended waste management plans and procedures as well as evidence of reaching the required diversion rate by the end of the project. At the pre -construction meeting, the contractor shall submit to the City for review and approval a solid waste management plans identifying procedures to be used for management of waste generated by this project, including the location of the facilities to be used for both disposal and recycling and the estimated quantities of waste and recyclables. The contractor may obtain construction and demolition recycling service provider listings and recycling technical assistance from the Public Works Department, Recycling Specialist (650- 522-7346 or pwrecyclea@,citvofsanmateo.org). Helpful background information and recycling resources are also available at www.recycleworks.org. At the conclusion of the project the contractor will be required to complete a Diversion Summary Compliance form which documents materials recycled and disposed, facilities utilized, and weights of materials generated by the project, as well as attach receipts that verify materials and quantities shown as disposed and recycled. This form is to be submitted with the final "Request for Payment." Form is attached as Appendix II. SP -7-10.1 WATER POLLUTION CONTROL. In compliance with the "City of San Mateo Storm Water Management and Discharge Rules and Regulations" ("Discharge Rules") the Contractor shall exercise every reasonable precaution to prevent the discharge of any material which is not solely stormwater (i.e., rain) to the storm drain system which includes, but is not limited to, catch basins, drainage channels, and creeks. Non -allowable discharges include, but are not limited to, eroded soil from stockpiles or disturbed earth on -site, concrete and concrete washout water, sawcut slurry, fuel, oil, and other vehicle fluids, solid wastes, and construction chemicals. Stormwater pollution control work is intended to provide prevention, control, and abatement of such stormwater pollution, and shall consist of constructing those facilities which may be Greenwood and Barroilhet Ave. Storm Drain Improvements Project 468004-8003 September 2005 City of San Mateo 28 contained in the Contractor's stormwater pollution control program, shown on the plans, specified herein, or directed by the Engineer. I I 1 1 I r I I I I I I At the pre -construction conference the Contractor shall submit, for acceptance by the Engineer, a program to control stormwater pollution effectively during construction of the project. Such program shall show the schedule for the erosion control work included in the contract, if applicable, and for all stormwater pollution control measures which the Contractor proposes to take in connection with construction of the project. The Contractor shall include the following minimum'actions as identified by the San Francisco Bay Regional Water Quality Control Board (when applicable to project): 1. Stabilize site access points to avoid tracking materials off -site; 2. Stabilize denuded areas prior to the wet season (Oct. 15 through Apr. 15); 3. Protect adjacent properties; 4. Stabilize temporary conveyance channels and outlets; 5. Use sediment controls and filtration to remove sediment from water generated by dewatering; 6. Use proper materials and waste storage, handling, and disposal practices; 7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices; 8. Control and prevent discharge of all potential construction -related pollutants; 9. Prepare a contingency plan in the event of unexpected rain or a control measure failure. 10. Protect storm drain inlets. In addition, when applicable, during saw cutting the Contractor shall cover or barricade catch basins using control measures such as filter fabric, straw bales, sand bags, or fine gravel dams to keep slurry out of the storm drain system. When protecting an inlet, the Contractor shall ensure that the entire opening is covered. The Contractor shall shovel, absorb, and/or vacuum saw cut slurry and pick up all waste prior to moving to the next location or at the end of each working day, whichever is sooner. If saw cut slurry enters a storm drain inlet, the Contractor shall remove the slurry immediately. The Contractor shall coordinate stormwater pollution control work with all other work done on the contract. The Contractor shall not perform any clearing and grubbing or earthwork on the project, other than that specifically authorized in writing by the Engineer, until the required storm water pollution control program has been accepted. It shall be the Contractor's responsibility to train all employees and subcontractors on the approved stormwater pollution control measures. The City will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised stormwater pollution control program, or for any delays to the work due to the Contractor's failure to submit an acceptable stormwater pollution control program. During construction of the project, if the stormwater pollution control measures being taken by the Contractor prove inadequate to control stormwater pollution, the Engineer may direct the Contractor to revise his operations and/or his stormwater pollution control program: If the Contractor fails to adequately revise his operations after such direction, the Engineer may cause Greenwood and Banoilhet Ave. Storm Drain Improvements Project 468004-8003 September 2005 City of San Mateo 29 I I 11 I I I I I I I I the stormwater pollution control measures to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. The complete cleanup of all material; which is discharged from the project in violation of the Discharge Rules, shall be the responsibility of the Contractor. Should the Contractor fail to respond promptly and effectively to the Engineer's request for cleanup of such discharges, the Engineer may cause the cleanup to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. Nothing in the terms of the contract nor in the provisions in this section shall relieve the Contractor of the responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable statutes relating to .prevention or abatement of stormwater pollution. The cost of creating and implementing an acceptable storm water pollution control program will be included in the bid schedule and no additional compensation shall be made. SP -7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall repair or replace all existing improvements not designated for removal which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the various bid items and no additional compensation shall be made by City. SP -7-10.1 TRAFFIC AND ACCESS. The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation MANUAL OF 11tAFFIC CONTROLS - For Construction and Maintenance Work Zones, 1996 Edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained unless otherwise approved by the City in advance. Contractor shall request and obtain approval from City before any lane closures are implemented. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. SP -7-10.2 STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC STREET. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at his expenses. Greenwood and Barroilhet Ave. Storm Drain Improvements Project 4680044003 September 2005 City of San Mateo 30 1 1 1 i 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 SP -7-10.3 CLOSURE OF STREET. The Contractor shall, at a minimum, maintain one continuous 12 -foot wide, paved, traffic lane and one existing paved, elevated, pedestrian travel way continuous on one side of the Avenue at all times. Vehicle traffic can be reduced to two-way traffic in one lane, with proper flagmen. From 9:00 a.m. to 4:00 p.m. traffic can be reduced by one lane with adequate signage and flagging with approval of the Engineer. Contractor shall construct, maintain, and later remove when no longer required, such temporary facilities as may be necessary to maintain traffic flow and public access. Such temporary facilities shall include, but are not limited to, asphalt concrete ramps, driveways, and conforms. Compacted aggregate base material or subgrade shall not be open to public traffic unless the Contractor has prior written approval from the Engineer. SP -7-10.3.1 TRAFFIC/RESIDENT DISRUPTION NOTICES. - At least 72 hours in advance of the first working day, the Contractor shall hand -deliver a notice to all the residents on the streets that are scheduled for construction. The notification shall include a description of the work to be performed, expected duration of construction affecting traffic and/or parking, Contractor's name and telephone number (for the purpose of taking emergency and complaint calls). A sample copy of this notice is included in this document as Appendix III. A draft copy of this notice shall be submitted by Contractor at the pre -construction meeting. Final format and wording shall be subject to approval by City. All costs to Contractor for providing notification to users shall be included in the various bid items and no additional compensation shall be made. SP -7-10.4.5 PERSONNEL PROTECTIVE EQUIPMENT. The Contractor shall be responsible for providing personnel protective equipment necessary during the work near, at, or within City underground utilities. The equipment used shall comply with the standard safety requirements when handling or exposed to waste from sewer and drainage mains. Records of laboratory tests are available upon request, and the Contractor shall be responsible for review and interpretation of such records. No additional payment shall be made to the Contractor for providing additional personnel protective equipment beyond the requirements of the standard procedures. SP -9-1 MEASUREMENT OF QUANTITIES. When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh -master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. SP -9-3 PAYMENT SP -9-3.1 'GENERAL. Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefor. SP -9-3.1 TEN PERCENT (10%) RETENTION. To ensure performance City is entitled to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, the Contractor may substitute securities for said ten percent (10%) retention or request that the City make payments of Greenwood and Barroilhet Ave. Storm Drain Improvements Project 468004-8003 City of San Mateo 31' September 2005 retentions earned directly to an escrow agent at the Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. 1 1 1 I I I I I I I I I I SP -9-3.2 PARTIAL AND FINAL PAYMENTS. Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule established at the preconstruction conference. Contractor shall use City's standard form for such requests and submit one original plus three copies of each request. The contract price paid for mobilization shall include full compensation for furnishing all labor, materials, tools, and equipment necessary for mobilization as specified herein. SP -9-3.4 MOBILIZATION. Payment for mobilization, if included as a separately stated bid item, will be as follows: A. When the monthly partial payment estimate of the amount earned, not including the amount earned for mobilization, is five percent (5%) or more of the original contract amount, fifty percent (50%) of the contract item price for mobilization or five percent (5%) of the original contract amount, whichever is the lesser, will be included in said estimate for payment. B. When the monthly partial payment estimate of the amount earned, not including the amount earned for mobilization, is ten percent (10%) or more of the original contract amount, the total amount earned for mobilization shall be seventy-five (75%) of the contract item price for mobilization or 7.5 percent of the original contract amount, whichever is the lesser, and said amount will be included in said estimate for payment. C. When the monthly partial payment estimate of the amount earned, not including the amount earned for mobilization is twenty percent (20%) or more of the original contract amount, the total amount earned for mobilization shall be ninety-five percent (95%) of the contract item price for mobilization or 9.5 percent of the original contract amount, whichever is the lesser, and said amount will be included in said estimate for payment. D. When the monthly partial payment estimate of the amount earned, not including the amount earned for mobilization, is fifty percent (50%) or more of the original contract amount, the total amount earned for mobilization shall be one hundred percent (100%) of the contract item price for mobilization or ten percent (10%) of the original contract amount, whichever is the lesser, and said amount will be included in said estimate for payment. Any remainder will be paid Contractor at close of the job. The contract priced paid for mobilization shall include full compensation for furnishing all labor, materials, tools, and equipment necessary for mobilization as specified herein. The maximum allowable price bid for mobilization shall be five percent of the total bid schedule exclusive of mobilization. Greenwood and Barroilhet Ave. Storm Draft Improvements Project 468004-8003 September 2005 City of San Mateo 32 I I i i I I I I I1 1 I 1 PART II TECHNICAL SPECIFICATIONS I I !. I I I I I I I i I I I 1 I SECTION 01100 CONSTRUCTION CONSTRAINTS PART 1- GENERAL 1.01 DOCUMENTS A. The General Conditions and all other Contract Documents for this project are complementary and applicable to this Section of the Specifications. B. The Contractor shall comply with provisions in the Contract Documents irrespective of the inspection given the work during its progress by the. Engineer or City Representative. Failure to comply with Contract Document requirements shall be sufficient cause for the rejection of work. 1.02 SCOPE OF WORK A. Contractor shall furnish all labor, materials, equipment, facilities, transportation and services required to provide a safe working environment for its workers and the public, obtain all necessary permits; and verify all existing utilities. B. Work Included: Project scheduling, traffic control, utility potholing, health and safety plan, SWPPP requirements, stormwater handling, hauling, construction storage, and site cleanup. 1.03 REFERENCE STANDARDS A. Wherever in these Technical Specifications reference is made to the "Standard Specifications", reference is made to specifications titled State of California. Department of Transportation, Standard Specifications the latest edition, and which is incorporated herein and made a part hereof by reference thereto. Where the terms "State" or "Engineer" are used in the Standard Specifications, they shall be considered as meaning the City and. the Engineer respectively. Paragraphs of the Standard Specifications on "Measurement and Payment" shall not apply. B. California Code 4216 Protection of Underground Infrastructure 1.04 CONTRACTOR SUBMITTALS A. The Engineer will review shop drawings submitted by the Contractor in conformance with Section SP -2-5.3 for general compliance with requirements of the Contract Documents. Corrections or comments made by the Engineer or other City representatives shall not relieve the Contractor from compliance with these requirements. B. The Contractor shall be responsible for confirming and correlating all quantities and dimensions, changes or deviations from the Contract Documents, coordinating the work with all trades and subcontractors, and the accuracy and completeness of all submittals. C. Construction Schedule: The Contractor shall submit a construction schedule, prepared in a critical path method (CPM) format to the Engineer for review. Prior to any construction activities at the work site, Contractor shall obtain favorable review of the construction schedule from the City. The construction schedule shall be updated monthly through the duration of work. CONSTRUCTION CONSTRAINTS 01100 - 1 Greenwood Storm Drain Improvements (Project No. 468004-8003) I I 1 I I I I I 1 I I I I I I D. Traffic Control Plan: The Contractor shall submit a traffic control plan to meet the requirements of Section SP -7-10.1 for review by the City. Asa minimum, the traffic control plan shall show the circulation pattern of delivery trucks and construction equipment, temporary storage and staging areas, work areas, plans to maintain access to private property including timeframes for temporary closures, road closures and traffic diversions, and traffic control device locations. E. Subsurface Investigation Plan: The Contractor shall submit a plan for verifying the location, size and elevation of each utility crossing or located within five feet of proposed trench limits. F. Utility Verification Information: The Contractor shall submit copies of all Underground Service Alert ticket numbers to the Engineer prior to excavation for utility verifications. Additionally, the Contractor shall submit the results of utility verifications to the Engineer on the next business day after exposing each utility. 1.05 CONSTRUCTION CONSTRAINTS A. The Contractor shall execute the work in accordance with the construction constraints presented in these Specifications, complete the work within the specified timeframe including allowable delays, and minimize disruption to private property owners adjacent to the work area. B. Contractor shall restore or better all impacted existing improvements to their preconstruction conditions upon completion of the project. C. Appendix IV lists additional construction constraints that are part of encroachment permit with the State of California Transportation Department. The Contractor is also responsible for obtaining encroachment permit from the City of Burlingame and the Storm Water Pollution Prevention Program (STOPPP) Permit from the City of San Mateo. Contractor is responsible to obtain and pay for permits from these agencies, and for any other incidental permits that may be required. The Contractor shall adhere to all of the construction constraints imposed by any permitting agency. Potential conflicts between adherence to a permit condition and the Contract Documents shall be brought to the immediate attention of the Engineer for resolution. D. Contractor shall be familiar with all federal, state, local and municipal laws, ordinances, rules and regulations which in any manner affect those engaged or employed in the Work, the materials or equipment used in or upon the Work of which in any way affects the Work. No pleas of misunderstanding will be considered on account of ignorance thereof. If Contractor discovers any provision in the Contract Documents contrary to, or inconsistent with any such law, ordinance, rule or regulation, Contractor shall immediately report the inconsistency to the City in writing. E. Contractor shall make provisions for project inspection by representatives from permit agencies at any time deemed necessary to ensure compliance. F. Contractor shall prepare and submit a Health and Safety Plan for review by the San Mateo Public Works Department. PART 2 —PRODUCTS Not Applicable CONSTRUCTION CONSTRAINTS 01100 - 2 Greenwood Storm Drain Improvements (Project No. 4680048003) U I I i I I I 1 I I I 1 1 PART 3 - EXECUTION 3.01 WORK HOURS A. Construction shall be allowed only between the hours of eight (8:00) a.m. and five (5:00) p.m. on weekdays unless otherwise approved in writing by the Director of Public Works. B. The Contractor shall be responsible for any inspection and additional administration costs incurred by the City, or its agents and representatives, for work by the Contractor outside the hours defined above on weekdays, or any work on weekends or holidays recognized by the City. Such costs shall be withheld from the succeeding monthly progress payment. Any work specifically required to be performed outside the normal working hours is excluded from the provisions of this paragraph. C. The Contractor shall notify the City's Representative at least 24 hours prior to any work outside the normal working hours defined above, on weekends or holidays. 3.02 PROGRESS MEETINGS Contractor shall prepare for and attend weekly progress meetings. The purpose of these meetings will be to review progress, coordinate activities, resolve issues and discuss changes. The City will select the location (in San Mateo) and time for the meetings. The Engineer will convene the meetings, preside over the meetings, and keep and distribute meeting minutes. 3.03 NOTIFICATION A. Contractor shall furnish and install project notification signs at the approximate locations shown below. The signs shall indicate the project duration and work hours, and shall provide a contact name and phone number. Precise wording for each sign shall be submitted to the City for review. Notification signs should not be construed as traffic control signs. CONSTRUCTION CONSTRAINTS Greenwood Storm Drain Improvements (Project No. 468004-8003) 01100 - 3 e I I I I I I I 1 1 B. Contractor shall notify the residents and commercial establishments in the area of the work at least 72 hours prior to beginning construction through delivery of a standard notice in accordance with Section SP -7-10.3.1. The City will provide the list of residents and businesses potentially affected by construction, to which the notices shall be sent. C. Contractor is obligated to make certain all appropriate agencies have been notified in writing at least 72 hours priorto the start of construction. Agencies contacted shall include, but not necessarily limited to the San Mateo and Burlingame Police Departments, San Mateo and Burlingame Fire Departments, and SamTrans. 3.04 TRAFFIC CONTROL A. The Contractor is herein notified that the Work site consists of residential and commercial streets including El Camino Real, which is considered a major thoroughfare. The work site provides access to both single family and multi -family private residences. All areas of the work site shall be made available to the public at all times, except as otherwise allowed for in the Contract Documents or approved traffic control plan. B. The Contractor shall provide for the safety of traffic and the public during construction. This requirement is continuous and not limited to normal working hours. All traffic shall be permitted to pass safely through construction areas and with minimum reasonable delay in accordance with the provisions of Sections SP -7-10.1, SP -7-10.2 and SP -7-10.3. C. Access to private or public driveways shall not be blocked without the prior written approval of the City. Notification of property blockage shall be made by the Contractor no less than 72 hours in advance by posting notices at each impacted property. Notices are subject to review and approval by the Engineer. D. No single driveway shall be blocked for more than an eight hour period during a normal working day. E. All trenched areas shall be made available for traffic in accordance with the requirements of Section 02200, "Excavation and Backfrll." Prior to opening any construction area to traffic, the traveled way shall be thoroughly cleaned of all rocks, soil, or debris. - F. Hauling: Unless an alternative route is approved by the Engineer in advance, the Contractor shall use the following hauling route: U.S. 101 to Peninsula Avenue to El Camino Real to Barroilhet Avenue to site. The Contractor shall not overfill haul trucks, shall promptly clean up, spills, and shall maintain safe truck speeds. No oversize or overweight trucks shall be used by the Contractor without prior approval of the City and the City of Burlingame. 3.05 NOISE AND VIBRATION A. Contractor shall minimize construction noise by using shielding and muffling devices on all equipment. Impact tools shall be shielded or shrouded. Whenever feasible, Contractor shall use electric power construction equipment. Start up of engines and equipment prior to specified work hours in the morning is not allowed. CONSTRUCTION CONSTRAINTS 01100 - 4 Greenwood Storm Drain Improvements (Project No. 468004-8003) B. Contractor shall fully comply with noise ordinances for the City of San Mateo and the City of Burlingame, whichever is more restrictive. 3.06 VERIFICATION OF EXISTING UTILITIES 1 I I 1 I 1 I I 1 I A. Contractor is hereby notified that the locations of all utilities shown on the Drawings are based on available mapping information and are therefore considered approximate. Pursuant to the requirements of California Code 4216, Contractor shall contact Underground Service Alert at (800) 227-2600 at least 48 hours prior to any excavation. B. Prior to excavation, Contractor shall pothole to locate all utilities that cross or are within five lateral feet of proposed trench excavation limits. The Contractor shall be responsible for locating all existing utilities whether said utilities have been marked or not. The Contractor shall verify the size, location, and elevation of each utility in potential conflict with the Work as required to ascertain that the conflict is manageable in accordance with the Contract Documents. Discrepancies between utility locations, elevations, and size as confirmed in the field and as shown on the Drawings shall be brought to the immediate attention of the Engineer for resolution. C. In the event that an existing utility must be relocated due to unforeseen conflict, Contractor shall. suspend his work in that area until the affected utility has relocated its facility so that work may proceed. Contractor shall coordinate with the affected utility companies and notify the City at least seven (7) working days before any planned utility disruption. Depending upon the nature of the interruption and the overall progress of the work, an allowed suspension of the work may be considered in conformance with SP -6-6.5; however, the prosecution of that portion of the work not impacted by the particular utility relocation shall not be delayed. 3.07 STORM WATER HANDLING A. Contractor is hereby notified that the work involves the replacement of functioning storm drainage systems and that the broad area draining to Catch Basin 10C-01 as labeled on the Drawings has no natural outlet. Contractor shall sequence his work so that the disruption of existing storm drainage is kept to an absolute minimum. Contractor may utilize existing storm drain systems draining to Burlingame to satisfy this requirement. New connections to the existing storm drain system in El Camino Real are recommended as a last order of work, or need to be plugged to prevent the potential entry of storm water into the work. The removal or abandonment of existing storm drain pipe should be delayed until replacement drains are constructed and operational. C. Contractor is responsible for maintaining existing storm drainage capacity throughout the duration of work, including the installation of temporary storm water bypass piping as needed to prevent damage to adjacent property that would not have occurred in the absence of construction. 3.08 ORDER OF WORK A. First order of work shall be the location and verification of all potentially conflicting existing utilities in conformance with this Specification. B. The remaining sequence of construction is at the Contractor's sole discretion. CONSTRUCTION CONSTRAINTS 01100 - 5 Greenwood Storm Drain Improvements (Project No. 468004-8003) 1 1 t 1 I 1 1 3.09 MEASUREMENT AND PAYMENT Full compensation for furnishing all work required for meeting the requirements of this section shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION, Bid Item No. 1 as shown on the Schedule of Bid Items. **END OF SECTION** CONSTRUCTION CONSTRAINTS 01100 - 6 Greenwood Storm Drain Improvements (Project No. 468004-8003) 1 I I 1 t 1 1 SECTION 02100 CLEARING AND DEMOLITION PART 1- GENERAL 1.01 DOCUMENTS The General Conditions and all other Contract Documents for this project are complementary and applicable to this Section of the Specifications. 1.02 SCOPE OF WORK A. Furnish all labor, materials, equipment, facilities, transportation and services to complete all clearing and demolition and related work as shown on the plans and/or specified herein. B. Work Included: All work necessary to move or remove and legally dispose of all interfering or objectionable material from the project site, including but not necessarily limited to trees, tree branches, tree stumps, brush, shrubs, weeds, debris, roots, rocks, concrete rubble, concrete masonry units, pipe, concrete curbs and gutters, asphalt pavement, concrete structures and concrete slabs, but only as required. Also included is the removal of equipment from the existing tide gate facility, and where such equipment is to be reused or salvaged, the protection of equipment from damage during the duration of work. C. Related Work Specified Elsewhere 1. Excavation and Backfill: Section 02200. 2. Asphaltic Concrete Paving: Section 02600. 1.03 REFERENCE STANDARDS Clearing and grubbing shall be in accordance with the provisions of Section 16 of the Standard Specifications, except as modified herein. 1.04 DEFINITIONS A. Clearing: Clearing shall consist of cutting, removing, and disposing of trees, shrubs, brush, limbs, and other, vegetative growth. Clearing shall also include the removal and disposal of trash piles, rubbish and fencing, and the preservation of trees, shrubs, and vegetative growth which are not designated for removal. B. Grubbing: Grubbing is the removal and disposal of wood or root matter below the ground surface remaining after clearing. C. Stripping: Stripping refers to the removal 'and disposal of all organic sod, topsoil, grass, and grass roots; all evidence of surface improvements and other objectionable material remaining after clearing and grubbing. Demolition: The removal of existing structures, portions of existing structures, equipment, utilities, concrete curbs, sidewalks, and driveways, pipelines and other appurtenances. CLEARING AND DEMOLITION 02100 - 1 Greenwood Storm Drain Improvements (Project No. 468004-8003) I PART 2— PRODUCTS Not Applicable PART 3 - EXECUTION 3.01 EQUIPMENT Equipment shall be suitable for the work to be done and shall be in good operating condition. Equipment operators and workmen are to be skilled in such operations and shall be competently supervised. 3.02 CLEARING, GRUBBING AND STRIPPING Clear, grub and strip areas to be excavated or surfaced. 3.03 DEMOLITION A. Remove existing structures, portions of existing structures, and equipment called for on the plans and as directed by the Engineer. B. Contractor shall not demolish existing facilities beyond the limits designated on the drawings unless specifically directed to do so by the Engineer. 3.04 PRESERVATION OF PROPERTY A. The project area shall be cleared and grubbed only to the extent necessary to accommodate the work in conformance with the notes and details shown on the plans. Trees or growth shall not be trimmed back unnecessarily. Attention is directed to Section 3.05 of this specification section, regarding the protection of trees. 1 1 B. Contractor shall take extreme care not to damage shrubs, trees, fences, irrigation systems and other improvements of adjacent property owners. C. All existing improvements not specifically designated on the plans to be removed or relocated shall remain in their original condition and location undisturbed. However, upon written permission by the Owner, existing improvements may, for the convenience of the Contractor, and at his expense, be removed and temporarily relocated during construction and shall be replaced in their original location in as good or better condition as when the Contractor entered upon the work site. 3.05 TREE PROTECTION A. No cutting of any part of trees to remain, including roots, shall be done without direct supervision of a certified arborist (certification of International Society of Aboriculture). B. Contractor shall tag and identify existing trees which are to remain within the project limits and on the public right-of-way prior to beginning work. Protect all such existing trees at all times CLEARING AND DEMOLITION 02100 - 2 Greenwood Storm Drain Improvements (Project No. 468004-8003) I 1 1 I I I I from damage by workers and equipment. Repair all minor damage to existing trees by using a licensed tree surgeon or other personnel approved by the City Arborist. Remove such trees permanently disfigured or killed, including roots from the site and replace each such tree or trees with equal sized trees if possible, or reimburse the owner the cost listed below if such replacement is not possible. The City Arborist shall be the sole judge of the condition of any tree. Provide regular watering of existing landscaping within the construction area through the construction period. C. Contractor shall pay to the owner(s), whether City or private, the value of existing trees to remain that died or were damaged because of the Contractor's failure to provide adequate protection and maintenance, in accordance with the following schedule of values, using the "tree caliper" method established in the most recent issue of the "Guide for Establishing Values of Trees and Other Plants," prepared by the Council of Tree and Landscape Architects. 3.06 DEMOLITION OF SURFACE IMPROVEMENTS A. Removal of sidewalks, curbs and gutters, driveways, concrete slabs and pavement if necessary shall be in accordance with the provisions of Section 15-3 of the Standard Specifications. Curbs, gutters, sidewalks, driveways, slabs and pavement shall be removed by full depth saw cut to the nearest joint from the lines shown on the plans or as directed by the Engineer. B. Where the plans indicate replacement of existing asphaltic pavement, the existing pavement shall be removed and disposed of off -site. 3.07 DEMOLITION OF UNDERGROUND PIPE A. Demolition of underground pipe shall be only as shown on the Drawings or necessary as determined in the field by the Engineer. B. Pipe to be abandoned in place shall be filled with controlled density fill conforming to Section 02200-2.05 of these Specifications. Material shall be placed by the use of a horizontal tremie and fill the entire pipe volume. C. Portions of interfering pipelines removed from the trench shall be replaced with bedding material, controlled density fill or select backfill as appropriate, in conformance with Section 02200 of these Specifications. 3.08 REMOVAL OF DEBRIS A. All demolished and cleared material shall become the property of the Contractor and shall be legally disposed of by the Contractor. Refer to Section 01500-3.07 of these Special Provisions for information regarding disposal of debris. Removed concrete and asphalt concrete shall be legally disposed of off the right-of-way at a location provided by the Contractor. Demolished concrete shall not be buried in structure backfill areas. CLEARING AND DEMOLITION 02100 - 3 Greenwood Storm Drain Improvements (Project No. 4680048003) 1 1 1 1 3.09 MEASUREMENT AND PAYMENT Full compensation for furnishing all work required for clearing and demolition in conformance with the plans and these specifications shall be included in the lump sum price bid for CLEARING AND DEMOLITION, Bid Item No. 5 as shown on the Schedule of Bid Items. **END OF SECTION** CLEARING AND DEMOLITION Greenwood Storm Drain Improvements (Project No. 468004-8003) 02100 - 4 SECTION 02200 EXCAVATION AND BACKFILL PART 1 - GENERAL 1.01 DOCUMENTS The General Conditions and all other Contract Documents for this project are complementary and applicable to this Section of the Specifications. 1.02 SCOPE OF WORK A. Furnish all labor; materials, equipment, facilities, transportation and services to complete all excavation, backfill, fill, grading and related work as shown on the plans and/or specified herein. B. Work Included: The general extent of all excavation, fill and grading is shown on the plans and includes, but is not necessarily limited to, the following: 1. Removal of excess and unsuitable material from the site. 2. Excavation of material to allow for the placement of underground structures, including any necessary shoring and bracing. 3. Backfilling of underground conduit and structures. 4. Preparation of subgrade for concrete slab work and pavement. 5. Furnish and compact artificial fill. 6. Finish grading. C. Related Work Specified Elsewhere 1. Clearing and Demolition: Section 02100. 2. Asphaltic Concrete Paving: Section 02500. 3. Reinforced Concrete Storm Drain: Section 02600. 1.03 REFERENCE STANDARDS Unless modified herein, earthwork shall conform to the provisions of State Standard Specification 19, "EARTHWORK". A. ASTM D422 Method for Particle -Size Analysis of Soils B. ASTM D1557 Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 -lb Rammer and 18 -inch Drop EXCAVATION AND BACKFILL 02200 - 1 Greenwood Storm Drain Improvements (Project No. 468004-8003) 1 1.04 DEFINITIONS 1 1 1 1 ,i 1 A. Excavation: Work shall consist of excavation, storage and any necessary removal of native soil material for structures, foundations and pavement. Excavation may include the removal and disposal of existing pavement or concrete slab materials. B. Fill: Soil or soil -rock material placed to backfill excavations. C. On -Site Material: Material obtained from the project site. D. Import Material: Material required for earthwork construction in excess of the quantity of suitable material available from required grading, cuts and excavations. Import material may be necessary even though not shown on plans. E. Select Material: Material meeting the requirements specified herein. F. Degree of Compaction: The ratio of the in -place density of constructed fill to the maximum dry density determined by ASTM D1557. G. In -Place Density: The dry density of constructed fill determined in accordance with the moisture -density gage method, ASTM Designation: D2922. PART 2- PRODUCTS 2.01 GENERAL BACKFILL A. General Fill Requirements: Material for general site filling shall be free from sod, large lumps, boulders, rocks, roots, brush, or other objectionable material, and free of hazardous materials as defined by Section 25117 of the State Health and Safety Code. General fill should be obtained from on -site material insofar as practical, but should on -site material be unsuitable for general fill in quantity and/or quality, the Contractor shall furnish and place suitable import material. B. Imported Materials: Imported materials shall be in conformance with Section 19 of the State Standard Specifications, these Special Provisions for their intended use, and approved by the Engineer prior to use. The Contractor shall submit for review information on all backfill materials to be used on the project giving a description of the source of the material, environmental history and past uses of the property at the source location, quantity of material and the purpose for which it is intended. 2.02 SELECT BACKFILL A. Select backfill shall be on -site inorganic soil or imported granular material complying with these specifications. Select backfill from on -site inorganic soil. or imported granular backfill is subject to approval by the Engineer. B. Select backfill using on -site soil or imported materials shall be placed in layers, each not exceeding eight inches in thickness (prior to compaction), conditioned with water (or allowed to dry, as necessary) to produce a soil water content of one to three percent above the optimum value, and compacted to 95 percent relative compaction. EXCAVATION AND BACKFILL 02200 - 2 Greenwood Storm Drain Improvements (Project No. 468004-8003) C. Soil used as select backfill shall be inorganic, free from deleterious materials, and contain no more than 15 percent by weight of rocks larger than three inches (largest dimension), and no rocks larger than six inches, and conform to Section 19 of the State Standard Specification. D. Select backfill shall be a clean gravel/sand mixture free from organic matter, conforming to the following gradation when tested in accordance with ASTM D422: Sieve Percentage of Dry Material Passing by Weight 3/4" 100 3/8" 70 — 90 3/16" 55-85 No. 8 45 — 75 No. 40 20 — 50 No. 100 0 —10 No. 200 0 — 3 2.03 BEDDING AND INITIAL BACKFILL Bedding material and initial backfill to a minimum depth of two inches above the top of pipe or culvert shall be Class I, Type B permeable material suitable for this purpose, conforming to Standard Specification Section 68-1.025. 2.04 TRENCH BACKFILL Above the initial backfill, trenches may be backfilled to subgrade with either controlled density fill (CDF) meeting the requirements of Section 2.05 or select material meeting the requirements of Section 2.02. Approved on -site materials with large particles removed may be used as backfill in areas without surface pavement, or for paved areas with written approval from the Engineer. 2.05 CONTROLLED DENSITY FILL (CDF) A. Controlled density fill may be substituted for select backfill only upon the written authorization of the Engineer. A material submittal included the proposed location for CDF must be submitted for review and approval. B. If used, controlled density fill shall have the following properties: Cement (1.25 sacks per cubic yard) 2.22% Fly ash 2.37% Water 23.74% Sand 71.67% by volume EXCAVATION AND BACKFILL 02200 - 3 Greenwood Storm Drain Improvements (Project No. 468004-8003) PART 3- EXECUTION I r. 1 1 I 1 3.01 JOB CONDITIONS A. Existing Conditions: The Contractor shall, prior to submitting his bid, visit the site and become familiar with actual site and soil conditions. No allowance will be made by the City for any unfavorable conditions or events which should have been foreseen from a thorough examination of the contract documents, the site and working conditions. B. Protection: If existing live utilities are encountered, they are to be protected from damage and the proper authorities notified. Attention is directed. to the Drawings which indicate the presence of PG&E electric utilities, SBC underground utilities, and other storm drains, water mains and services, and sanitary sewer mains and laterals. Service shall not be interrupted except as directed or accepted; allow sufficient time for utility companies to arrange for continuation of services. Record unmarked utility locations on record drawings. Open excavations, trenches, and the like are to be protected with fences, barricades, covers and railings as required. Every precaution shall be taken to prevent spillage when hauling on or adjacent to any public street or highway. Any spillage shall be promptly removed. 3.02 HAZARDOUS MATERIALS A. Available information does not indicate the presence of hazardous substances on -site. B. However, pursuant to Section 7104 of the Public Contract Code, the Contractor shall immediately give written notification to the Owner if any of the following conditions are encountered on the project site: 1. Material that the Contractor believes may be hazardous waste. Hazardous waste is defined as any material that is required to be removed to a Class I, Class H, or Class III disposal site by Section 25117 of the State Health and Safety Code. 2. Subsurface or latent physical conditions differing substantially from those indicated on the plans, specifications and/or any available soil reports, or differing substantially from conditions apparent from field observations. 3. Unknown physical conditions of any unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work required by the Contract. C. The Contractor shall cease all work in the vicinity of the conditions encountered as described above, such that the existing conditions are not disturbed. The Contractor shall protect such site from public access or exposure. D. Upon receipt of the above described written notification, the Owner shall investigate the field conditions. If the Owner determines that the condition of the material encountered does not differ from the expected conditions, and is not hazardous waste, asdescribed above, the Contractor shall proceed with the project work as provided by the contract. If the Owner determines that, due to the nature of the conditions identified in the written notification, the scope of the project has changed, the Contractor shall be directed as to any additional project requirements. A corresponding change, either an increase or decrease, shall be made in the amount of payment EXCAVATION AND BACKFILL 02200 - 4 Greenwood Storm Drain Improvements (Project No. 468004-8003) 1 I I 1 1 1 I I 1 r due to the Contractor in accordance with the Special Provisions. If additional work is required of the Contractor, and the additional work is deemed to be a controlling item of work for the project, the City Engineer shall have authority to grant an appropriate number of additional working days to the project. E. If the City determines that the condition of the material encountered does not differ from the expected conditions, and is not hazardous waste, as described above, the Contractor shall proceed with the project work as provided by the Contract. F. Except as otherwise described above, all work associated with this provision shall be considered incidental and no additional payment shall be allowed therefore. G. In the event of a dispute between the City and the Contractor whether the conditions encountered do materially differ from expected conditions, or involve hazardous waste, or cause a decrease or increase in payment due to the Contractor, or in the amount of said decrease or increase in payment, or warrant an extension of working days, the Contractor shall proceed with all work to be performed under the Contract and shall not be excused from any scheduled completion date provided for by the Contract. The Contractor shall retain the right to make a claim for extra compensation as described in the Special Provisions. 3.03 SAFETY A. The Contractor is solely responsible for excavation safety, including support to all adjacent improvements at all times. Excavation shall be in accordance with the State of California Construction Safety Orders. The Contractor shall, in accordance with Section 6705 of the California Labor Code, submit a detailed drawing to the Engineer before excavation begins, showing the design of shoring, bracing, sloping or other provisions to be made for worker protection from the hazard of caving ground during any excavation of five or more feet in depth. C. Review by the Engineer or Owner of the calculations and drawings or inspection performed by the Engineer will in no way relieve the Contractor for full responsibility for the shoring systems. Prior to applying any loading on the shoring, the Contractor's Engineer shall inspect the installation and certify in writing that the shoring system conforms to the drawings and that the material and workmanship are satisfactory. This certification shall be provided to the City and be available on the project site in accordance with Article 1717 of the Construction Safety Orders, Title 8, California Administrative Code. D. If the Contractor presents a drawing which varies from shoring system standards established by the Construction Safety Orders, the drawing shall be prepared and signed by a registered civil or structural engineer licensed by the State of California. Any Engineer's review of said drawings will in no way relieve the Contractor from responsibility and liability for the adequacy of shoring systems and excavations. Excavation shall not begin until shoring drawings have been returned by the Engineer. F. The Contractor shall pay for and comply with all provisions of the permit required by Section 6500 of the California Occupational Safety and Health Act. EXCAVATION AND BACKFILL 02200 - 5 Greenwood Storm Drain Improvements (Project No. 468004-8003) 3.04 SHORING A. The design of shoring support systems is solely the Contractor's responsibility. Dewatering shall be considered in conjunction with the shoring system used. B. Prior to the start of work, Contractor shall submit shoring and dewatering plans to the Engineer for review. C. Shoring systems shall be designed to resist at least the earth pressure distribution prescribed by the safety regulations. Traffic loads and surcharge weights, such as stockpiled materials, must also be considered in the shoring design. D. Shoring systems shall protect excavations and adjacent improvements from running, caving, boiling, settling, heaving, or sliding soil resulting from the groundwater table and/or the nature of the soil excavated. Contractor shall adhere to Section 832 of the Civil Code of the State of California relating to lateral and subjacent supports. E. Support for excavation shall remain in place until the underground work has been completed. During backfill operations; the shoring, sheeting, and/or bracing shall be carefully removed so that there are no voids created and no caving, lateral movement or flowing of the subsoils. F. Full compensation for doing all work required to brace excavations and for comply with these requirements shall be included in the items of work which require the shoring. 3.05 CONTROL OF WATER A. Water may be encountered within the Work at any time, and the presence of such water is likely to be continuous. Contractor shall control site water so that work may be done in the dry in a safe working environment according to relevant provisions of the Safety Orders. B. Prior to the preparation of bedding or subgrade, the excavation shall be thoroughly dewatered by the use of sump pumps and dewatering equipment as necessary to safely convey water away from structural excavations to positive draining outlets. C. All site water discharge shall be into a City of San Mateo storm drain system that is not involved in the immediate project work. Discharge of trench water to private property or Burlingame is prohibited. D. Contractor shall make adequate provisions for the removal of sediment from groundwater prior to lagoon discharge and protect earthen embankments from erosion. E. The Contractor shall prevent surface water (e.g. rainwater) and subsurface or groundwater from flowing into excavations and from flooding the project site and surrounding areas. F. The Contractor shall remove all water which accumulates in all excavations during the progress of work so that all work can be done in the dry. Excavated areas shall be kept free from water while structures are constructed, while concrete is setting and until backfill has been placed to a sufficient height to anchor the work against possible floatation. EXCAVATION AND BACKFILL 02200 - 6 Greenwood Storm Drain Improvements (Project No. 468004-8003) G. Provide sufficient pumping capacity to maintain the groundwater level at least two feet below the lowest level of excavation or backfill at all times. H. Sufficient pumping equipment for immediate use shall be on the project site at all times, including standby pumps for use in case other pumps become inoperable. Water shall be disposed of so as to cause no injury to public or private property, or to be a menace to the public health. I. Dewatering devices shall be adequately filtered to prevent the removal of fines from the soil. J. The Contractor shall be responsible for any damage to foundations or other parts of existing. structures or of the new work, caused by the failure of any part of the Contractor's protective works. K. Depending upon groundwater conditions and the degree of project completion, underground structures are susceptible to floatation prior to backfill and anchorage. Contractor shall prevent the floatation or movement of structures during construction. L. After dewatering is no longer necessary, all dewatering pumps and appurtenances shall be removed by the Contractor. 3.06 PREPARATION OF SUBGRADE 1 I I 1 Strip surface vegetation, weeds, and at least the top six inches from areas underlying surface structures and areas to be paved. Excavate soft, wet, or otherwise unsuitable base grade to firm, unyielding soil. 3.07 PRESERVATION OF TREES DURING EARTHWORK A. Contractor shall notify the City Arborist 72 hours in advance of any work requiring digging around or within the dripline of existing trees on adjacent properties. B. The Arborist will examine the situation, and provide recommendations for protection, if applicable. No trenching or excavation shall be done within the dripline of existing trees until the City Arborist has made an examination and provided recommendations. Contractor is responsible for following said recommendations. C. In instances where necessary project work results in the fatal damage of adjacent trees, Owner will provide compensation to property owners outside of this Contract. In instances where the Contractor's failure to follow recommended construction practices results in damage or fatality, Contractor shall be responsible for the damage including the replacement of trees at the Arborist's direction by other forces. D. My cutting of existing tree roots shall be approved by the City Arborist. E. When construction occurs within the dripline of existing trees, Contractor is to pile the soil on the side of the excavation away from the tree if feasible. When this is not possible, place soil on plywood, a tarp, or thick bed of mulch to prevent cutting into the soil surface when the backhoe or tractor blade refills the trench. EXCAVATION AND BACKFILL 02200 - 7 Greenwood Storm Drain Improvements (Project No. 468004-8003) I I I I I I I r I r F. Refill open trenches quickly within hours of excavation when they occur within the dripline of existing trees. If this is not possible and weather is hot, dry, or windy, Contractor must keep root ends moist by covering them with wet burlap. If temperature is 80°F or greater, the burlap shall be inspected every hour and re -wet as necessary to maintain a constant cool moist condition. If temperature is below 80°F, the burlap may be inspected every four hours and re -wet as necessary to maintain a cool moist condition. G. When trenching near roots, the Contractor must first cut roots with a root cutter prior to any trenching, to avoid tugging or pulling of roots. When roots two inches or larger in diameter must be cut, shovel by hand near the roots and saw the roots. Saw accidentally broken roots a few inches behind the ragged end. H. Grading shall not be done so as to create drainage problems for trees. 3.08 EXCAVATION A. Contractor shall notify the Engineer of any site condition not reflected on the plans or in these specifications, such as conflict in grade, bad soil, or unexpected utility lines. The Engineer will. inspect the excavation bottom prior to placing permeable material, and may recommend further excavation if soils are not suitable. B. Excavate to the lines, grades and dimensions shown on the plans. Excavations shall be made to such width outside the lines of the structure to be constructed as may be required for proper working methods, the erection of forms, and the protection of work. Any resulting over - excavation extending beyond the lines, grades, and dimensions shown on the plans shall be backfilled with material complying with these specifications at no additional cost to the City. C. Care shall be taken to preserve foundation surfaces in an undisturbed condition, and excavation at or near property lines shall be performed in a manner that minimizes disturbances to adjacent property. Any foundation surfaces disturbed without the Engineer's authorization shall be replaced at the Contractor's expense with clean compacted drain rock or other material approved by the Engineer so that by test, the bearing capacity of the replacement material is equal to or better than the undisturbed foundation material. D. Existing structures and completed work shall be adequately braced and cared for so that no damage will result. E. As directed by the Engineer, soft, spongy, or unsuitable bearing material of any kind shall be removed down to satisfactory bearing and replaced with materials specified herein. Such over - excavations not specifically specified or shown on the plans will be paid for as extra work. Unauthorized excavations shall be corrected at no cost to the City. F. If previous trenches are encountered, any loose materials shall be excavated, backfilled and recompacted in accordance with these specifications. G. Excavated material unsuitable for backfill or in excess of the amount required for backfill shall be disposed of by the Contractor off the site at his expense. EXCAVATION AND BACKFILL 02200 - 8 Greenwood Storm Drain Improvements (Project No. 468004-8003) I I I I I I r I 1 I 3.09 BACKFILLING A. Prior to the placement of fill, the Engineer shall be notified of the source of materials and their suitability for the particular fill application. Work shall not be backfilled without Owner approval. Any work so covered prior to approval shall be uncovered at the Contractor's expense. B. All debris, form work, etc. shall be removed from the excavation prior to backfilling. C. Pipe and conduits shall be supported during the placement and compaction of bedding and backfill. D. Fill materials shall be spread in level layers of appropriate thickness for the compaction equipment to be used and moisture content of the material, and compacted as specified. E. Granular backfill shall be tamped mechanically or manually along the sides of pipes and structures to minimize voids in the material between the pipe or structure and excavation walls. No flooding or jetting shall be used to compact bedding or backfill materials. F. Moisture Content: Fill materials shall have the uniform moisture content necessary for compaction to the specified dry density. G. No fill shall be placed -during conditions that will alter the moisture content of the fill material sufficiently to make adequate compaction impossible. After placing operations have been stopped due to adverse conditions, no additional fill material shall be placed until the last layer compacted has been checked and found to be compacted to the specified densities. H. Tests: Tests are to be made on each layer of fill to assure adequate compaction throughout the entire area. If the field densities are not satisfactory, the Contractor will be required to recompact each layer and/or work area as necessary to achieve the specified densities. Compaction testing will be performed in accordance with ASTM D1556, D1557, D2922 and D3017. 3.10 COMPACTION Unless otherwise specified herein, fill materials shall be compacted to relative compactions based on the ASTM D1557 maximum dry density as follows: Pipe or Conduit Bedding 95% Trench Backfill under Paved Areas 95% Trench Backfill under Non -Paved Areas 90% All Other Backfill 90% 3.11 GRADING A. Contractor shall grade the site as required to match improvements to existing contours. B. All ground surfaces shall be finished to uniform grades and slopes as indicated on the plans so that the ground drains properly and is free from depressions which may cause areas of standing water. Drainage shall be away from foundations and slabs. Clods are to be broken up and the surface of the ground shall be uniformly pulverized and graded. EXCAVATION AND BACKFILL 02200 - 9 Greenwood Storm Drain Improvements (Project No. 468004-8003) I I I I I 1 r 1 t I I 1 I I I t C. At the completion of grading work, the site shall be left in a clean and finished condition. 3.12 MEASUREMENT AND PAYMENT Earthwork including shoring, excavation, fill, dewatering, backfilling, compaction and finish 'grading shall be paid for in the prices bid per each item of: SHEETING, SHORING & BRACING, Bid Item No. 2; EROSION CONTROL AND TRENCH DEWATERING, Bid Item No. 6; and all other bid items requiring backfill or earthwork indicated on the Schedule of Bid Items. **END OF SECTION** EXCAVATION AND BACKFILL GreenwoodStorm Drain Improvements (Project No. 468004-8003) 02200 - 10 1 1 1 I 1 I I I I I 1 I SECTION 02500 ASPHALTIC CONCRETE PAVING PART 1- GENERAL 1.01 DOCUMENTS The General Conditions and all other Contract Documents for this project are complementary and applicable to this Section of the Specifications. 1.02 SCOPE OF WORK A. Furnish all labor, materials, equipment, facilities, transportation and services to complete all asphaltic concrete paving as shown on the plans and/or specified herein. B. Work Included: AC paving includes the repair or replacement of existing AC pavement damaged or cut during the course of construction. Pavement to be repaired shall match existing pavement and shall be of the same section. C. Related Work Specified Elsewhere 1. Excavation and Backfill: Section 02200. 1.03 REFERENCE STANDARDS Asphalt concrete pavement and asphaltic concrete paving shall conform to Section 39 of the State Standard Specifications. 1.04 QUALITY ASSURANCE Upon completion of the work, the job shall be checked to see that all grades fall evenly to drain water as in the pre-existing condition. Care shall be taken that no shallow ponds or bird baths remain. PART 2- PRODUCTS 2.01 AGGREGATE BASE Aggregate base shall conform to the requirements of Class 2 aggregate base (1-1/2 inch maximum) as defined in Section 26 of the Standard Specifications. 2.02 ASPHALT CONCRETE A. Asphalt concrete shall conform to the requirements of Standard Specification Section 39 for Type A or B asphalt with 1/2 -inch maximum medium gradation. B. A liquid asphalt prime coat conforming to the Standard Specifications shall be applied to all areas to be surfaced with asphalt concrete. ASPHALTIC CONCRETE PAVING 02500 - I Greenwood Storm Drain Improvements (Project No. 468004-8003) I I 1 I 1 1 I C. A medium fog seal coat complying with Standard Specification Section 37-1 shall be applied to all AC surfaces. PART 3 - EXECUTION 3.01 PAVEMENT REPLACEMENT Existing pavements, curbs and gutters which are removed or damaged during construction shall be removed from the site and disposed of in a manner and location acceptable to the Engineer. They shall be replaced with the pavement sections specified within. The reconstructed work shall meet the lines and grades indicated; where new grades are not indicated, the existing grade shall be preserved. 3.02 MEASUREMENT AND PAYMENT Full compensation for all work and materials specified herein for AC pavement replacement shall be the unit price bid per square foot for AC PAVEMENT RESTORATION, Bid Item No. 20 as shown on the Schedule of Bid Items. **END OF SECTION** ASPHALTIC CONCRETE PAVING Greenwood Storm Drain Improvements (Project No. 468004-8003) 02500 - 2 1 1 1 I I SECTION 02600 REINFORCED CONCRETE STORM DRAINS PART 1- GENERAL 1.01 DOCUMENTS The General Conditions and all other Contract Documents for this project are complementary and applicable to this Section of the Specifications. 1.02 SCOPE OF WORK A. Furnish all labor, materials, equipment, facilities, transportation and services to complete all reinforced concrete pipe storm drains, reinforced concrete box culvert storm drains, and appurtenant manholes, catch basins and structures as shown on the plans and/or specified herein. B. Work Included: Installation of circular and elliptical reinforced concrete pipe storm drains, installation of reinforced concrete box storm drains, installation of precast concrete storm drain catch basins and precast concrete storm drain manholes. C. Related Work Specified Elsewhere 1. Excavation and Backfill: Section 02200. 2. Concrete: Division 03000. 1.03 REFERENCE STANDARDS A. ASTM C76 B. ASTM C150 C. ASTM C443 D. ASTM C478 E. ASTM C858 F. ASTM C913 Reinforced Concrete Culvert, Storm Drain and Sewer Pipe Portland Cement Joints for Circular Concrete Sewer and Culvert Pipe, with Rubber Gaskets Precast Reinforced Concrete Manhole Structures Underground Precast Concrete Utility Structures Precast Concrete Water/Wastewater Structures 1.04 QUALITY CONTROL A. ' All precast reinforced concrete pipe and box culverts will be manufactured in a plant especially designed for that purpose. Standard products may be used wherever feasible. B. A sufficient number of concrete test cylinders will be taken by the precast concrete manufacturer to give a comprehensive knowledge of the concrete in each section of the work. All specimens will be taken from the concrete as it is placed in the forms, and in REINFORCED CONCRETE STORM DRAINS 02600 - 1 Greenwood Storm Drain Improvements (Project No. 468004-8003) 1 I 1 I I I 1 1 1 1 1 accordance with ASTM C39. The cost of sampling and testing will be borne by the manufacturer. C. Concrete work, being represented by specimens not attaining the minimum allowable comprehensive strength, shall be examined and tested at the expense of the Contractor to determine whether the work is to be accepted or rejected by decision of the Engineer. Rejected work shall be completely removed and reconstructed at the Contractor's expense to the approval of the Engineer. 1.05 SUBMITTALS Structural calculations, fabrication drawings, concrete mix designs, and reinforcement diagrams shall be submitted to the Engineer for review. Review by the Engineer does not relieve the precast concrete manufacturer of responsibility for the adequacy of design. 1.06 DESIGN A. The design of precast concrete box structures is left to the manufacturers of these structures. Calculations and design shall be prepared by a Civil Engineer or Structural Engineer licensed in California. Design parameters include sectional configuration, joints, wall thickness, and reinforcement. All design shall conform to the UBC and ACI Code. The following loading conditions shall be used to design concrete box culvert structures suitable for the dimensions and conditions shown on the drawings: Surface Live Load Unit Weight of Backfill Lateral Soil Load (undrained condition) Passive Soil Resistance HS -20 120 pcf 90 psf per foot depth 350 psf per foot depth B. Loading Conditions: Concrete structures shall be designed for: 1. Full hydrostatic uplift (groundwater at surface) with no water on the inside of the structure; and 2. A fully surcharged culvert with hydraulic grades one foot above the ground surface with no groundwater outside the culvert. PART 2- PRODUCTS 2.01 REINFORCED CONCRETE PIPE A. Reinforced concrete pipe shall meet or exceed the requirements of ASTM C76 for reinforced concrete pipe. Pipe shall be suitable for installation under the conditions shown on the plans. Assumed backfill unit weight is 120 pounds per cubic foot. REINFORCED CONCRETE STORM DRAINS 02600 - 2 Greenwood Storm Drain Improvements (Project No. 468004-8003) B. • Cement used in the manufacture of reinforced concrete pipe shall be TYPE II (moderate sulfate resistance) in conformance with ASTM C150. Admixtures shall not be introduced to concrete mixes without specific approval by the Engineer. C. Pipe reinforcement and wall thickness shall not be less than that required under ASTM C76 for a D -load of 2000 pounds. D. Reinforced Concrete Pipe shall be installed with double rubber gasket joints. Joint design, manufacture and testing shall conform to ASTM C443. I I t 1 1 2.02 REINFORCED CONCRETE BOX CULVERTS A. Reinforced concrete box culverts shall be cast at an off -site location. Precast box culverts shall conform to ASTM C858 and C913. B. Portland cement concrete and steel reinforcement shall conform to the relevant sections of these Specifications, although concrete compressive strength and yield strength may be at the discretion of the manufacturer. Lightweight concrete shall not be used. C. All joints between precast concrete culvert sections shall be made watertight by using a preformed plastic material that is permanently self -adhering and flexible. Compound shall be "Ram-Nek" as manufactured by K.T. Snyder Company, Houston, Texas or approved equal. ("Ram-Nek is distributed locally by Hanson concrete Products of Milpitas.) Follow manufacturer's recommended installation procedures. 2.03 OTHER PRECAST CONCRETE STRUCTURES A. Where shown on the plans, the Contractor may use reinforced concrete structures that are cast at an off -site location. In general these structures include stone drain and sanitary sewer manholes and storm drain catch basins. B. Appurtenant precast concrete structures shall conform to the dimensions and notes shown on the detailed drawings. C. All precast concrete structures shall be manufactured in a plant especially designed for that purpose. Standard products may be used wherever feasible. 2.04 WATERSTOPS Where cast -in -place concrete is poured against a precast concrete structure, a pre -formed rubber hydrophilic water stop with adhesive back shall be installed on the precast side of the joint prior to the pour. Water stop shall be Adeka Ultra Seal MC -2010M (Gates Unlimited, Santa Clara) or equivalent. Follow manufacturer's recommended installation procedures. REINFORCED CONCRETE STORM DRAINS 02600 - 3 Greenwood Storm Drain Improvements (Project No. 468004-8003) 2.05 NON -SHRINK GROUT Grout used to seal pipe penetrations and support base plates shall be nonmetallic, non- corrosive, non -staining grouting compound containing silica sands, portland cement, shrinkage compensating agents and water reducing agents. Acceptable Products include Five Star Grout, Masterfiow, and Upcon Nonshrink. PART 3 — EXECUTION 3.01 CASTING A. No concrete shall be cast until all submittals have been favorably reviewed by the Engineer and returned to the Contractor. B. Precast concrete shall be fully cured at the plant prior to shipment. 3.02 STORAGE OF PIPE Pipe may be stored on the project site at the Contractor's own risk. Precautions shall be taken to prevent damage to stored pipe. 3.03 PREPARATION FOR INSTALLATION Reinforced concrete pipe and culvert shall be installed as shown and detailed on the plans. Bedding shall be placed prior to installation; any necessary support or stabilization shall be provided and remain in place until the pipe is securely anchored by trench backfill. 3.04 HANDLING A. Care shall be taken in handling, transporting and placing pipe, culvert and appurtenant structures to prevent damage to the pipe or structure. No interior hooks or slings shall be used in lifting pipe. All handling operations shall be done with an exterior sling or with a suitable fork lift. B. No damaged pipe or culvert will be accepted until and unless the damage has been repaired to the satisfaction of the Engineer. Damaged pipe, culvert and appurtenant structures will be replaced at the Engineer's discretion. 3.05 INSTALLATION A. Precast concrete pipe, culvert and structures shall be installed as shown on the plans, according to manufacturer's recommendations. B. Joint sealers shall be used as specified herein for a water -tight installation. REINFORCED CONCRETE STORM DRAINS 02600 - 4 Greenwood Storm Drain Improvements (Project No. 468004-8003) C. Precast concrete reinforced concrete box culvert structures shall be in place and plumb prior to pouring associated appurtenant structures. Dowel extensions shall be cast into the structures as a means of anchorage as detailed on the drawings. 3.06 DEFECTIVE CONCRETE AND REPAIRS A. Concrete shall be considered defective for the following reasons: 1. Failure of finished concrete profiles to conform to the drawings within tolerance. 2. Failure to meet the specified cylinder strength requirements. 3. Concrete showing cracks, rock pockets, voids, spalls, or defects that adversely affect the structural adequacy of the concrete. B. Defective concrete that results from improper casting or curing shall be repaired or replaced at the plant prior to shipment; damaged concrete that results from transportation, handling, or storage after the piece leaves the plant shall be repaired or replaced at no expense to the City. C. Repairing and Patching: Immediately after removing forms, all concrete surfaces shall be inspected and any pour joints, voids, rock pockets, tie holes, except as specified, etc., shall be patched at once. Defective areas shall be chipped away to a depth of about one inch with the edges perpendicular to the surface. 3.07 BACKFILLING Pipe, culvert or structures shall not be backfilled until the installation has been inspected and approved. Pipe backfilled prior to approval shall be uncovered and re-backfilled at the Contractor's expense. 3.08 MEASUREMENT AND PAYMENT Full compensation for all labor, materials, equipment and services to furnish and install reinforced concrete pipe and couplings shall be included in the unit price bid per lineal foot for 4' x 3' RCB, Bid Item No. 7; 3' x 2' RCB, Bid Item No. 8; 23" x 14" ELLIPTICAL STORM DRAIN, Bid Item No. 9; 36" RCP, Bid Item No. 10; 24" RCP, Bid Item No. 11; 18" RCP, Bid Item No. 12; 12" RCP, Bid Item No. 13; and the unit prices bid per each for STORM DRAIN CATCH BASINS WITH GRATE, Bid Item No. 14; STORM DRAIN MANHOLES, Bid Item No. 15; and SANITARY SEWER MANHOLES, Bid Item No. 22 (Revocable); and the lump sum price bid for EL CAMINO REAL STORM DRAIN JUNCTION STRUCTURE. **END OF SECTION** REINFORCED CONCRETE STORM DRAINS 02600 - 5 Greenwood Storm Drain Improvements (Project No. 468004-8003) SECTION 03100 CONCRETE FORMWORK PART 1- GENERAL 1 11 1 1 1.01 DOCUMENTS The General Conditions and all other Contract Documents for this project are complementary and applicable to this Section of the Specifications. 1.02 SCOPE OF WORK A. Provide all labor, materials, equipment, facilities, transportation and services necessary for the installation, shoring and removal of all concrete form work. B. Related Work Specified Elsewhere 1. Excavation and Backfill: Section 02200. 3. Reinforcing Steel: Section 03200. 4. Cast -in -Place Concrete: Section 03300. 1.03 QUALITY ASSURANCE The Contractor shall comply with the following standards: A. Uniform Building Code, latest edition. B. ACI 347, ".'Recommended Practice for Concrete Form Work." PART 2- PRODUCTS 2.01 FORMS Forms may be of any lx lumber of sufficient strength to hold concrete in place, free of loose knots, splits or other defects that would leak mortar; or Douglas fir plywood, 5 ply, 3/4", B -B plyform, Class I, exterior type, edge sealed. 2.02 FORM SEALER Form sealer for wood forms shall be Chemstop Mfg. Co. "Chemstop", Burke's Form Sealer, Grace Co. "Formfilm" or equal. 2.03 FORM RELEASE AGENT Release agents shall contain no petroleum solvents and shall be non -staining. CONCRETE FORMWORK 03100 - 1 Greenwood Storm Drain Improvements (Project No. 468004-8003) 2.04 FORM TIES Burke B/A Penta-Tie or equal. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Form work shall be constructed in conformance with the Uniform Building Code and ACI recommendations. B. All concrete work shall be formed to the shapes, sizes, lines and dimensions shown on the plans. C. The design, construction, and maintenance of form work shall insure compliance with the tolerance limits specified in ACI 347. D. Design and engineering for the form work shall be the responsibility of the Contractor. E. The Contractor shall schedule the work and notify other trades in ample time so that provisions for their work in the form work can be made without delaying progress of the project. The Contractor shall ascertain that all sleeves, pipes, etc., or other work, are installed; and secure information and provide for all openings, offsets, recesses, nailing blocks, channel chases, anchors, ties, inserts, etc., in the form work before concrete is poured. F. All exposed edges shall be chamfered as shown on the Plans. G. Arrangements of form work shall be uniform and workmanlike. Horizontal joints shall be level and continuous and vertical joints shall be plumb. Forms shall be substantial and sufficiently tight to prevent leakage of mortar. They shall be properly tied, braced, shored, and supported to insure stability against pressures from any source, without failure of any component part and without excessive deflection. H. Forms shall be properly spaced apart with metal spreaders and securely tied together. Metal spreader ties shall be of a type that will give positive tying and accurate spreading, and shall have plastic cones at each end. The layout shall be uniform, aligned, and symmetrical. No wire ties will be allowed in forms for concrete surfaces which will be left exposed. No wood spreaders or wood of any kind will be permitted to remain inside the forms. I. Proper provisions shall be made for all openings, offsets, inserts, anchorages, blocking, and other features of the work as shown or required. Cuts, holes, or openings, not shown on the Plans shall not be allowed in concrete work without written acceptance from the Owner. J. Temporary openings shall be left at the base of all wall forms to facilitate inspection and cleaning immediately before depositing concrete. K. Release agent shall be applied to vertical form surfaces prior to placement of reinforcement. CONCRETE FORMWORK 03100 - 2 Greenwood Storm Drain Improvements (Project No. 468004-8003) r 11 1 1 1 L. A surface pouring strip shall be provided at construction joints to provide a straight line. Prior to subsequent pour, the strip shall be removed and forms re -tightened. 3.02 FORM REMOVAL A. Forms shall be removed without damage to the concrete and in such a manner that will insure complete safety of the structure without damaging exposed wall edges, chamfers, and inserts. In no case shall they be removed until the concrete has hardened sufficiently to permit their removal with safety, and the members have attained sufficient strength to safely support the imposed loads. B. Concrete shall not be subjected to superimposed loads until it has attained its full design strength and not for at least 14 days after placing. Concrete systems shall not be subjected to construction loads in excess of design loads. C. Vertical forms shall remain on columns, walls, pilasters, etc., for at least seven (7) days, and form work over 12 feet in height shall not be removed until the Engineer responsible for design of the form work has approved removal. D. Shoring and false work under beams, girders, slabs, etc. shall remain in place for at least 14 days and until the Engineer responsible for the design of shoring and false work has approved removal. E. Forms shall be left in place as long as possible to permit shrinkage away from concrete and plywood forms shall be left in place until all other forms around are stripped and until there is no danger of damaging the architectural concrete due to other work in the vicinity. 3.03 FORM MAINTENANCE A. Form work shall be cleaned and reconditioned before each use. Any damage to Form work during placing, removal or storage shall be completely repaired. Form work with repairs or patches which would result in adverse affects to the concrete fmish shall not be used. B. Storage of forms shall be as required to prevent damage or distortion. 3.04 MEASUREMENT AND PAYMENT Full compensation for all labor, materials, and equipment required for concrete form work shall be included in the prices bid for the item of work requiring cast in place concrete. **END OF SECTION** CONCRETE FORMWORK Greenwood Storm Drain Improvements (Project No. 468004-8003) 03100 - 3 1 1 I 11 1 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.01 DOCUMENTS The General Conditions and all other Contract Documents for this project are complementary and applicable to this Section of the Specifications. 1.02 SCOPE OF WORK A. Provide all labor, materials, equipment, facilities, transportation and services necessary for the installation of cast -in -place concrete. B. Work Included: The work includes, but is not necessarily limited to the following: 1. Construction of underground structures and restoration of curb, gutter and sidewalk. 2. Installation only of inserts, sleeves, anchor bolts and other items embedded in concrete, but furnished under other sections. C. Related Work Specified Elsewhere 1. Excavation and backfill: Section 02200. 2. Reinforced Concrete Storm Drains: Section 02600. 3. Reinforcing Steel: Section 03200. 1.03 QUALITY ASSURANCE A. Uniform Building Code, latest edition. B. American Concrete Institute (ACT), Building Code Requirements for Reinforced Concrete. C. Caltrans Standard Specifications, current edition. 1.04 REFERENCE STANDARDS Standards listed below are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of listed standards, the requirements of this section shall prevail. Where two or more standards are at variance, the most restrictive requirement shall apply. A. ASTM C39 Test Method for Compressive Strength of Cylindrical Concrete Specimens B. ASTM C 143 Test Method for Slump of Portland Cement Concrete CAST -IN -PLACE CONCRETE 03300 - 1 Greenwood Storm Drain. Improvements (Project No. 468004-8003) 1 1 r I1 1 I C. ASTM C150 D. ASTMC171 E. ASTM C260 F. ASTM C494 G. ASTMDI751 Portland Cement Sheet Materials for Curing Concrete Air -Entraining Admixtures for Concrete Chemical Admixtures for Concrete Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) 1.05 TESTS AND INSPECTIONS A. A sufficient number of concrete test cylinders will be taken by the Engineer to give a comprehensive knowledge of the concrete in each section of the work. All specimens will be taken from the concrete as it is placed in the forms, and in accordance with ASTM C39. The cost of sampling and testing will be borne by the Owner. B. Concrete work, being represented by specimens not attaining the minimum allowable comprehensive strength, shall be examined and tested at the expense of the Contractor to determine whether the work is to be accepted or rejected by decision of the Engineer. Rejected work shall be completely removed and reconstructed at the Contractor's expense to the approval of the Engineer. 1.06 SUBMITTALS Concrete mix designs shall be submitted to the Engineer for approval. Mix designs shall indicate the source of aggregate, aggregate gradation, volume of water and amount of additives, if any. Steel lists shall be submitted for review. PART 2- PRODUCTS 2.01 CONCRETE All materials shall comply with the appropriate provisions of the following sections of the State Standard Specifications for portland cement concrete. A. Portland Cement. Cementitious material to be used in portland cement concrete shall conform to the provisions for cement and mineral admixtures in Section 90-2, "Materials," of the State Standard Specifications and shall be a combination of Type II Modified portland cement and mineral admixture. B. C. Concrete shall contain not less than 674 pounds of cementitious material per cubic foot (400 kg/m3)• No reduction in the cementitious material content specified or ordered, in conformance with the provisions in Section 90-4.05, "Optional Use of Chemical Admixtures," of the State Standard Specifications is allowed. CAST -IN -PLACE CONCRETE 03300 - 2 Greenwood Storm Drain Improvements (Project No. 468004-8003) I I i I I I i I I I I I I I I I I i I D. Aggregates. 3/4 -inch maximum, Section 90, "Portland Cement Concrete." E. Mineral Admixtures. Mineral admixture shall conform to ASTM C618 Class F or N. F. Compressive Strength. 4,000 psi at 28 days. Section 90, "Portland Cement Concrete." 2.02 CONCRETE MIXES A. The proportions of the concrete mixes shall be such as to produce concrete of the required strengths, slumps, and aggregate sizes, of low shrinkage, corrosion resistant, and of a consistency that will allow thorough compaction of the concrete into corners and around reinforcing without excessive puddling, spading, or vibration, and without permitting the materials to segregate or free water to collect on the surface. The maximum size and grading of aggregates shall be such that it will produce dense and uniform concrete free from rock pockets, honeycomb, and other irregularities. B. The Contractor shall review and approve the proposed concrete mix designs for compatibility with his placing requirements to insure that the concrete as designed can be placed in accordance with the plans and specifications. C. The final ratio of water to cementious material shall be 0.40 maximum. D. The amount of cement shall be 75 percent by mass and the amount of mineral admixture to be combined with cement shall be 25 percent by mass, of the total amount of cementitious material to be used in the concrete mix. The calcium oxide content of mineral admixtures shall not exceed 10 percent. E. Minor concrete for sidewalk, curb, and driveway repair shall conform to Section 90 of the State Standard Specifications. 2.03 WATERSTOPS A. General: Provide flat, dumbbell type or center -bulb type waterstops at construction joints and other joints as indicated. Size to suit joints. B. Rubber Waterstops: Rubber waterstops shall conform to the requirements of Corps of Engineers CRD-C 513. Subject to compliance with requirements, provide waterstops manufactured by: 1. The Burke Company 2. Progress Unlimited 3. Williams Products 4. Edoco Technical Products PART 3 - EXECUTION 3.01 CONSTRUCTION JOINTS A. Location of construction joints shall be as shown on the plans, or may be made only if necessary and located so as to be acceptable to the Engineer. CAST -IN -PLACE CONCRETE 03300 - 3 Greenwood Storm Drain Improvements (Project No. 468004-8003) I I I I I r B. All horizontal and vertical construction joints shall be cleaned and roughened by removing the entire surface by sandblasting, exposing the clean aggregate solidly embedded in mortar matrix. Reinforcement shall extend continuously through construction joints. Shear keys shall be provided. C. Water stops shall be installed in accordance with Standard Specification Section 51-1.14 at all below grade construction joints. Water stops shall be the ribbed flat type (6 -inch width). D. Concrete for slabs -on -grade shall be placed in a checkerboard pattern with each panel not exceeding an area of 900 square feet unless otherwise shown on the Structural Plans. Pours in adjacent panels shall be staggered a minimum of 24 hours. 3.02 MIXING CONCRETE A. All concrete shall be ready -mixed concrete and shall be mixed and transported in accordance with "Specifications for Ready -Mixed Concrete", ASTM C94. B. All concrete shall be mixed with quantities and ingredients conforming to mix designs. Ingredients shall be proportioned by weight. C. Mixed concrete shall be homogeneous in distribution of material and uniform in consistency and color. Concrete shall be mixed for at least 10 minutes after all ingredients have been added; three minutes of this time must be immediately prior to discharging at the job site. D. The rate of delivery, haul time, mixing time, and hopper capacity shall be such that all mixed concrete delivered shall be placed in forms within 90 minutes from the time of introduction of cement and water into the mixer. No water shall be added after the transit mixer leaves the beetling plant without the approval of the Engineer. 3.03 CONCRETE WORKMANSHIP A. Construction practices and workmanship shall conform to Code Requirements for Reinforced Concrete, ACI Standard 318 and these specifications. B. All aggregates shall be measured by weight or an equivalent accurate method, and the proportion of water to cement shall be accurately controlled. The slump of the concrete at the time of placing shall not be one-half inch greater than that specified. Cement and aggregate shall be stored in such a manner as to prevent their deterioration or the intrusion of foreign matter. Any material which has deteriorated or which has been damaged shall not be used for concrete. Fine and coarse aggregate shall be stored and measured separately. C. All finished concrete surfaces shall be protected from damage caused by construction equipment, methods of handling materials, rain, or running water. Concrete shall be placed in such a manner as to prevent staining or splattering of completed work. Self-supporting structures shall be protected from mechanical disturbances and shall not be loaded in such a manner as to over stress the concrete. D. No concrete shall be placed under water except by Owner permission. CAST -IN -PLACE CONCRETE 03300 - 4 Greenwood Storm Drain Improvements (Project No. 468004-8003) I I I I I 1 r I i E. During hot weather, steps shall be taken in conformance with ACI 305 to reduce concrete temperature and water evaporation by proper attention to the ingredients, production methods, handling, placing, protection, and curing. F. Pipes or conduits passing through structural concrete shall be sleeved as detailed on the Plans. 3.04 PLACING CONCRETE Notice shall be given to the Owner two working days before each concrete placement, in order that the Owner's Representative may review reinforcing, forms, etc., prior to casting concrete. 3.05 PREPARATION A. Before depositing concrete, all equipment for mixing and transporting the concrete shall be cleaned; all wood chips, shavings, and other debris shall be completely removed from the interior of the forms, and forms shall be thoroughly wetted. Reinforcement shall be cleaned, if necessary, prior to placing concrete. . B. Reinforcement and other work to be embedded in the concrete shall be securely in position before casting. Free standing water shall be removed and ground water diverted from forms and excavations. Anchor bolts shall be accurately set to line and grade, and shall be securely held in position so that they are not displaced while concrete is being poured. 3.06 TRANSPORTING A. Concrete shall be handled from the mixer to the place of final deposit as rapidly as practicable by methods which shall prevent the separation or loss of ingredients. Concrete shall be deposited as nearly as practicable in its final position to avoid rehandling or flowing. Concrete shall not be dropped freely where reinforcing bars will cause segregation, nor shall it be dropped more that six feet. Spouts, elephant trunks, or other acceptable means shall be used to prevent segregation. B. At the Contractor's option, concrete may be pumped from the transit mixer to place of deposit provided that mix design adjustments, equipment data, and procedures are submitted by the Contractor, and the entire operation is acceptable to the City in advance. Pumps shall be adequate for the mix, aggregate size, and slump; pump operators shall be experienced. 3.07 CONVEYING AND PLACING A. Concreting, once started, shall be carried on as a continuous operation until the section of acceptable size and shape is completed. Construction joints must be of acceptable detail and location. B. Concrete shall be so deposited as to maintain, until the completion of the unit, a plastic surface approximately horizontal. No concrete shall be deposited that has started to set or stiffen. The remixing of concrete or grout which has begun to set will not be permitted. C. When placing concrete, free falls in excess of eight (8) feet shall not be allowed. CAST -IN -PLACE CONCRETE 03300 - 5 Greenwood Storm Drain Improvements (Project No. 468004-8003) I I I 1 I I1 D. Concrete, when placed in walls, shall not be placed in layers exceeding two feet in depth. The schedule of pouring shall be such that no concrete shall take initial set before the next layer is poured unless a regular construction joint is made. E. The Contractor shall take extreme care not to displace reinforcinginserts, anchor bolts, welding plates, or any other item called for, to be embedded in concrete. F. Conveyors, trucks, or buggies, must be thoroughly cleaned after each pour. Any concrete spilled on forms or reinforcing steel, in portions of structure not immediately concreted, shall be completely removed before concrete sets. G. Any interruption in placing of more that 60 minutes will be cause for shutting down the work and the wasting of any remaining mixed concrete in hoppers or mixers. In case such interruption occurs, the Contractor shall provide construction joints, where and as directed, and cut concrete back to such line, cleaning forms, and reinforcing as herein specified. H. A record shall be kept of the time and date of placing the concrete in each portion of the structure. Such reports shall be kept until the completion of the structure and shall be open to the inspection of the Owner. 3.08 COMPACTION A. Concrete shall be thoroughly compacted by puddling with suitable tools during placing, and thoroughly worked around the reinforcement, around embedded fixtures, and into the corners of the forms. In addition to manual spading and tamping, all concrete shall be internally vibrated with high-speed mechanical vibrators operated under experienced supervision. A mechanical vibrator shall be employed at each point of dump and a standby vibrator in good working order shall be kept on the job until all concrete is placed. B. Vibration shall be only sufficient to minimize honeycombs and accomplish compaction of concrete. Over -vibration and resulting loss of entrained air or excess of fines at the surface will not be allowed. C. Along the faces of the forms, suitable tools shall be used during the placement to force large particles away from the forms and bring mortar to the surface of the forms in order to obviate voids and air pockets. The responsibility for providing fully filled out; smooth, clean, and properly aligned surfaces shall rest entirely with the Contractor. 3.09 CONCRETE FINISHES A. Standard Rough Form Finish: A standard rough form finish shall be provided to all concrete formed surfaces that are to be concealed in the finish work or by other construction, unless otherwise shown or specified. Standard rough form finish shall be the concrete surface having the texture impaired by the form facing material used, with defective areas repaired and patched as specified, and all fins and other projections exceeding 1/4 inch in height removed. B. Standard Smooth Finish: A standard smooth finish shall be provided to all concrete formed surfaces that are to be exposed to view, or that are to be covered with a coating material applied directly to the concrete or a covering material bonded to the concrete such as waterproofing, CAST -IN -PLACE CONCRETE 03300 - 6 Greenwood Storm Drain Improvements (Project No. 468004-8003) I i r I 1 I 1 1 1 1 1 1 I 1 damp -proofing, painting, or other similar systems. Standard smooth fmish shall be the as -cast concrete surface as obtained with the form facing material; with defective areas repaired and patched as specified, and all fins and other projections on the surface completely removed and smoothed. 3.10 REPAIR OF SURFACES A. Where possible exterior exposed -to -view formed concrete surfaces that contain -defects which adversely affect the appearance of the finish should be repaired. Repaired surfaces must match adjacent concrete in form, texture, and color. Concrete having defective surfaces that cannot be repaired to the satisfaction of the City shall be removed and replaced. Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, holes left by tie rods and bolts, fins, and other discolorations that cannot be removed by cleaning. B. All form tie holes in all concrete surfaces shall be plugged using the same materials and methods specified above for surface repair to effectively seal form tie metal from moisture. 3.11 CURING AND PROTECTING A. Wheeling, working, and walking on concrete shall be avoided for at least 24 hours after casting. Concrete shall be protected from sun and rain. Concrete shall not be subjected to any loads until concrete is completely cured, and in conformance with the provisions of Section 03100-3.02 for form removal. Concrete shall be protected during and after curing from damage during subsequent construction operations. B. Traffic areas are to be covered with plywood or other suitable means for as long as necessary to protect concrete from damage. C. Slabs: Immediately upon completion of finishing operations, the surface of the slab shall be sealed against moisture loss by the application of a waterproof curing compound. D. Walls: Concrete in forms shall be kept moist until the forms are removed. Immediately upon removal of forms, an approved sprayed -on curing compound shall be applied to the concrete surfaces in strict compliance with the manufacturer's recommendations. Curing shall be maintained for 7 days. 3.12 DEFECTIVE CONCRETE, REPAIRS AND CLEANUP A. Concrete shall be considered defective for the following reasons: 1. Failure of finished concrete profiles to conform to the plans within tolerance. 2. Failure to meet the specified cylinder strength requirements. 3. Concrete showing cracks, rock pockets, voids, spalls, or defects that adversely affect the structural adequacy of the concrete. B. All defective concrete shall be subject to removal and replacement by the Contractor, at his expense, unless it is determined by the City that it can be patched as specified below or that the CAST -IN -PLACE CONCRETE 03300 - 7 Greenwood Storm Drain Improvements (Project No. 468004-8003) 1 I I i 1 I I I I I I 1 I I I location of this defective concrete is not detrimental to the function and the appearance of the structure. C. Repairing and Patching: Immediately after removing forms, all concrete surfaces shall be inspected and any pour joints, voids, rock pockets, tie holes, except as specified, etc., shall be patched at once. Defective areas shall be chipped away to a depth of about one inch with the edges perpendicular to the surface. D. Cleanup: MI debris resulting from the work of this section shall be removed from the site. 3.13 MEASUREMENT AND PAYMENT Full compensation for all labor, materials, equipment required for cast -in -place concrete shall be included in the unit priced bid for those items of work requiring cast in place concrete; but in particular EL CAMINO REAL STORM DRAIN JUNCTION STRUCTURE, Bid Item No. 16; CURB AND GUTTER RESTORATION, Bid Item No. 18; and SIDEWALK RESTORATION, Bid Item No. 19. **END OF SECTION** CAST -IN -PLACE CONCRETE Greenwood Storm Drain Improvements (Project No. 468004-8003) 03300 - 8 I I 1 I I r I I1 I 1 I 1 1 I 1 APPENDIX I STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 4680044003 AGREEMENT FOR PUBLIC IMPROVEMENT CITY OF SAN MATEO CITY COUNCIL AWARD THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of California, by and between the City Of San Mateo, a municipal corporation, hereinafter called "City," and hereinafter called "Contractor," as of the day of , 2005. RECITALS: (a) City has taken appropriate proceedings to authorize construction of the public work and improvements or other matters herein provided, and execution of this contract. (b) A notice was duly published for bids for the contract for the improvement hereinafter described. (c) After notice duly given, on the date hereof, the City awarded the contract for the construction of the improvements hereinafter described to Contractor. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the Contract Book therefore entitled: STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 4680044003 2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is determined by the prices contained in Contractor's bid, and shall be paid as described in the Contract Book. In the event work is performed or materials furnished in addition to or a reduction of those set forth in Contractor's bid and the specifications herein, such work and materials will be paid for as described in the Contract Book. 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; the Notice Inviting Sealed Proposals; the Accepted Proposal; the Greenwood and Barroilhet Ave. Storm Drab Improvements Project 468004-8003 September 2005 City of San Mateo A-1 I I I I I I I I I I I I I I I I Contract Book which includes the Special Provisions and Contract Drawings, Addendums Number _ issued to the Contract Book, the APWA-AGC Standard Specifications for Public Works Construction, 2003 Edition; the Faithful Performance Bond, and the Labor and Material Bond. All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents." In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule. All work shall be performed in accordance with the schedule provided pursuant to the Contract Book. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. 6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work unless such excess work is compensated for at not less than 1-1/2 times the basic rate of pay. Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. Greenwood and Barroilhet Ave. Storm Dran Improvements Project 468004-8003 City of San Mao A-2 September 2005 I I a I I I I I I i 1 I I I I I In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday payrates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 8. Insurance. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles. C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. All insurance shall: i. Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. ii. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. iii. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. iv. No changes in insurance may be made without the written approval of the City Attorney's office. 9. Hold Harmless and Indemnity Provision. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including Greenwood and Barroilhet Ave. Storm Dran Improvements City of San Mateo A-3 Project 468004-8003 September 2005 I 1 I r I U 1 I I I I I1 claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees thereagainst; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. 10. Attorney Fees. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000 shall be recoverable as costs (that is, by the filing of a cost bill) by prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. 11. Mediation. Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the mediating parties; in the absence of an agreement, the parties shall each submit one name from mediator listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator,•shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. 12. Arbitration. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of arbitration shall be borne equally by the parties. 13. Provisions Cumulative. The provisions of this agreement are cumulative, and in addition to and not in limitation of, any other rights or remedies available to City. 14. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: Greenwood and Barroilhet Ave. Storm Dram Improvements City of San Mateo A-4 Project 468004-8003 September 2005 Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 1 1 I I I I I I I I I Notices required to be given to Contractor shall be addressed as appears in the signature block as shown on the Bidder's Statement. 15. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. CONTRACTOR CITY OF SAN MATEO, a municipal corporation By: MAYOR ATTEST: (Typed name of Person Signing) CITY CLERK Greenwood and Barroilhet Ave. Storm Drab Improvements City of San Mateo A-5 Project 4680044003 September 2005 APPENDIX II I 1 I I I I I V 1 1 I I I I DIVERSION SUMMARY FORM (FINAL REPORT) Complete this form and attach all weight tickets and other documentation for recycling and disposal before final inspection in order to demonstrate recycling compliance. Project Title Date Prepared by (Print) List all recycling facilities, tra Phone Facility Reference Name of Facilities that Received Your Disposed Materials: A B C D E F Summarize disposal below. Materials Disposed Quantity Generated Facility Used (A, B, C, etc.) Tons (Yards) Recycled Percent (%) Recycled (Tons when available) Tons Yards Mixed Materials Mixed Debris Mixed Debris Separated Materials Asphalt Brick Concrete Dirt/Clean Fill Lumber/Wood Roofing Material Scrap Metals Trees/brush/plants/etc. Other Materials (List) Total ❑ Yes 0 No A Salvage Inventory Sheet summarizing reuse is attached. Submit with documentation to Recycling Specialist via fax at 650-522-7301. For questions please email pwrecvcle@a,citvofsanmateo.org or call 650-522-7346. 1 Greenwood and Barroilhet Ave. Storm Grail Improvements City of San Mateo Project 468004-8003 September 2005 APPENDIX III SAMPLE CONSTRUCTION NOTICE [Contractor's Name] [Contractor's Address] PROJECT SPONSOR: City of San Mateo PROJECT NAME: STORM DRAIN IMPROVEMENTS — GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 72 HOUR NOTICE [Date of Notice] On [date work to begin], we will begin installing a new storm drainage system located on [street names]. On [date], we will be trenching the roadway in front of your property. You should be able to access to your driveway during construction. However, in the event that you experience any difficulty accessing your driveway, please call the emergency number listed below immediately. We ask that you do not park any vehicle and stage any object within the construction zone. Any vehicle and object within the construction zone from [date] to [date] will be towed at owner's expenses. In the event of an emergency, call [contractor's project superintendent] at [contractor's emergency telephone number]. Thank you in advance for your patience and cooperation. [Contractor's Name] I I 1 Greenwood and Barroilhet Ave. Storm Drab Improvements City of San Mateo Project 468004-8003 September 2005 1 I 1 I t r I I I I I I I APPENDIX IV CALTRANS' ENCROACHMENT PERMIT The City of San Mateo anticipates receiving the Caltrans' Encroachment permit in October 2005. r Greenwood and Barroilhet Ave. Storm Dram Improvements City of San Mateo Project 4680044003 September 2005 I I 1 I I I I 1 I I I. I I I I i I APPENDIX I STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 4680044003 AGREEMENT FOR PUBLIC IMPROVEMENT CITY OF SAN MATEO CITY COUNCIL AWARD THIS AGREEMENT, made and entered into in the City of San Mateo, County of. San Mateo, State of California, by and between the City Of San Mateo, a municipal corporation, hereinafter called "City," and hereinafter called "Contractor," as of the day of , 2005. RECITALS: (a) City has taken appropriate proceedings to authorize construction of the public work and improvements or other matters herein provided, and execution of this contract. (b) A notice was duly published for bids for the contract for the improvement hereinafter described. (c) After notice duly given, on the date hereof, the City awarded the contract for the construction of the improvements hereinafter described to Contractor. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the Contract Book therefore entitled: STORM DRAIN IMPROVEMENTS GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is determined by the prices contained in Contractor's bid, and shall be paid as described in the Contract Book. In the event work is performed or materials furnished in addition to or a reduction of those set forth in Contractor's bid and the specifications herein, such work and materials will be paid for as described in the Contract Book. 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; the Notice Inviting Sealed Proposals; the Accepted Proposal; the Greenwood and Barroilhet Ave. Storm Drain Improvements Project 468004-8003 City of San Mateo A-1 September 2005 I I I I I 1 I i 1 i I I I I I C I Contract Book which includes the Special Provisions and Contract Drawings, Addendums Number _ issued to the Contract Book, the APWA-AGC Standard Specifications for Public Works Construction, 2003 Edition; the Faithful Performance Bond, and the Labor and Material Bond. All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents." In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule. All work shall be performed in accordance with the schedule provided pursuant to the Contract Book. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. 6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work unless such excess work is compensated for at not less than 1-1/2 times the basic rate of pay. Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. Greenwood and Barroilhet Ave. Storm Dram Improvements Project 468004-8003 City of San Mateo A-2 September 2005 I I I I I 1 I I I I I I I I In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 8. Insurance. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles. C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. All insurance shall: i. Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. ii. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. iii. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. iv. No changes in insurance may be made without the written approval of the City Attorney's office. 9. Hold Harmless and Indemnity Provision. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including Greenwood and Barroilhet Ave. Storm Drain Improvements Project 4680044003 September 2005 City of San Mateo A-3 1 1 I I I I I I I I I I claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees thereagainst; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. 10. Attorney Fees. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000 shall be recoverable as costs (that is, by the filing of a cost bill) by prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardlessof the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. 11. Mediation. Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the mediating parties; in the absence of an agreement, the parties shall each submit one name from mediators listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. 12. Arbitration. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreementmay be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may beentered in any court having jurisdiction thereof. The costs of arbitration shall be borne equally by the parties. 13. Provisions Cumulative. The provisions of this agreement are cumulative, and in addition to and not in limitation of, any other rights or remedies available to City. 14. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: Greenwood and Barroilhet Ave. Storm Dram Improvements City of San Mateo A-4 Project 468004-8003 September 2005 1 Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 1 1 I I 1 I I 1 t Notices required to be given to Contractor shall be addressed as appears in the signature block as shown on the Bidder's Statement. 15. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. CONTRACTOR CITY OF SAN MATEO, a municipal corporation By: MAYOR ATTEST: (Typed name of Person Signing) CITY CLERK Greenwood and Banoilhet Ave. Storm Drait Improvements City of San Mateo Project 468004-8003 September 2005 I A-5 - APPENDIX II 1 I 1 DIVERSION SUMMARY FORM (FINAL REPORT) Complete this form and attach all weight tickets and other documentation for recycling and disposal before final inspection in order to demonstrate recycling compliance: Project Title Prepared by (Print) Date Phone List all recycling facilities, transfer stations and landfills that received materials • Facility Reference Name of Facilities that Received Your Disposed Materials: A B C D E F Summarize disposal below. Attach weight tickets organized h Materials Disposed Ouantity Generated Facility Used (A, B, C, etc.) Tons (Yards) Recycled Percent (%) Recycled (Tons when available) Tons Yards Mixed Materials Mixed Debris Mixed Debris Separated Materials Asphalt Brick Concrete Dirt/Clean Fill Lumber/Wood Roofing Material Scrap Metals Trees/brush/plants/etc. Other Materials (List Total ❑ Yes ❑ No A Salvage Inventory Sheet summarizing reuse is attached. Submit with documentation to Recycling Specialist via fax at 650-522-7301. For questions please email pwrecvcle@cityofsanmateo.org or call 650-522-7346. I Greenwood and Barroilhet Ave. Storm Dram Improvements City of San Mateo Project 468004-8003 September 2005 1 1 1 I APPENDIX III SAMPLE CONSTRUCTION NOTICE [Contractor's Name] [Contractor's Address] PROJECT SPONSOR: City of San Mateo PROJECT NAME: STORM DRAIN IMPROVEMENTS — GREENWOOD AVENUE AND BARROILHET AVENUE CITY PROJECT NO. 468004-8003 72 HOUR NOTICE [Date of Notice] On [date work to begin], we will begin installing a new storm drainage system located on [street names]. On [date], we will be trenching the roadway in front of your property. You should be able to access to your driveway during construction. However, in the event that you experience any difficulty accessing your driveway, please call the emergency number listed below immediately. We ask that you do not park any vehicle and stage any object within the construction zone. Any vehicle and object within the construction zone from [date] to [date] will be towed at owner's expenses. In the event of an emergency, call [contractor's project superintendent] at [contractor's emergency telephone number]. Thank you in advance for your patience and cooperation. [Contractor's Name] Greenwood and Barroilhet Ave. Storm Dram Improvements Project 468004-8003 September 2005 City of San Mateo APPENDIX IV CALTRANS' ENCROACHMENT PERMIT The City of San Mateo anticipates receiving the Caltrans' Encroachment permit in October 2005. Greenwood and Barroilhet Ave. Storm Dram Improvements City of San Mateo • Project 468004-8003 September 2005 I I I I I I I I I I I I I I I