HomeMy Public PortalAboutFremont Street Reconstruction From Monte Diablo To Santa Inez Community Development Block Grant (CDBG)CONTRACT::
FREMONT STREET RECONS
MONTE .DIABLO. TasietN
COMMUNITY DEVEL'OPMENT4BLOC
an PROJECT N
;Ma
Public Works Departrnen
330 West.20th Avenues
San Mateo, CA 94403
650/522-
650/522-730 (fax)
U
I
I
I
I
I
I
I
I
U
1
I
I
CONTRACT BOOK
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
CITY OF SAN MATEO, CALIFORNIA
CITY COUNCIL AWARD
CONTRACT DRAWINGS NO. 1-14-46 (6 sheets)
TIME OF COMPLETION: 25 Working Days
*****
CONTENTS
NOTICE INVITING SEALED PROPOSALS
PROPOSAL FORM
SCHEDULE OF BID ITEMS
LIST OF SUBCONTRACTORS
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 -- GENERAL PROVISIONS
PART II -- CONSTRUCTION MATERIALS
PART III -- CONSTRUCTION METHODS
STANDARD DRAWING
APPENDIX I AGREEMENT FOR PUBLIC IMPROVEMENT
APPENDIX II EEO AFFIRMATIVE ACTION REQUIREMENT
APPENDIX III PREVAILING WAGE DETERMINATION, U.S.
DEPARTMENT OF LABOR, DECISION NUMBER
CA 000029 -MODIFICATION #2
NOTICE INVITING SEALED PROPOSALS
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
CITY OF SAN MATEO, CALIFORNIA
1. Sealed bids will be received by the City Council of the City of San Mateo, California, for
Fremont Street Reconstruction from Monte Diablo to Santa Inez and other work as
shown on the Contract Drawings No. 1-14-46 and as described in this Contract Book and
the APWA-AGC Standard Specifications for Public Works Construction, 2000 Edition.
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 $15.00 per set is required if picked up or $20.00 for each set if mailed. Any
questions regarding the contract documents should be directed to Otis Chan, Associate
Engineer, at (650) 522-7309, or in writing at the above address.
3. The estimated construction cost of this project is $250,000.00. 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 -7-2.3.6.
6. The time of completion for this contract shall be twenty-five (25) working days,
beginning from the date specified in the Notice to Proceed.
7. The right is reserved, as the interest of City may require, to reject any or all bids, to waive
any informality in bids, and to accept, modify, or reject any items of the bid.
8. In general, the prevailing wage scale as determined by the Director of Industrial Relations
of the State of California, in force on the day this bid was announced, or as determined by
the Administrator of the Wage and Hour Division U.S. Department of Labor, in force on
the day bids are opened, whichever is higher, 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 determinationshave 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
fl:\PW ENG\A CONTRS\2000\FREMONT!\CONTRACT.DOC
2
March 23, 2000
1
I
I
I
I
I
I
I
1
I
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 Contractorenters into.
Any contractor awarded a public works project who intends to use a craft or classification
not shown on the general prevailing wage determinations will be required to pay the
wage rate of that craft or classification most closely related to it as shown I the general
determination effective at the time bids are opened. Attention is directed to Section SP 7-
2.3.6, Federal Labor Standards Provisions.
A copy of the correct determination will be posted atthe job site. It is understood that it
is the responsibility of the bidder to determine the correct scale. The City will keep a
copy of the wage scale in the City Clerk's office for the convenience of bidders. Any
errors or defects in the materials in the City Clerk's office will not excuse a bidder's
failure to comply with the actual scale then in force.
9. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th
Avenue, San Mateo, California 94403, at or before 2:00 p.m., April 11, 2000, and they
shall be opened and read by a City Representative at said date and time at a public
meeting called by him.
10. Said City Representative shall report the results of the bidding to the City Council at a
later date, at which time the City Council may award the contract to the lowest
responsible bidder as so reported; or as City's interest may dictate. The City Council may
exercise its right to modify the award or to reject any or all bids.
11. To ensure performance, City reserves the right to retain ten percent (10%) of the contract
price 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: March 22, 2000 /S/ Jan Epstein, MAYOR
fl:\PWENG\A CONTRS\2000\FREMONTI \CONTRACT.DOC March 23, 2000
3
I
I
I
I
1
I
PROPOSAL FORM
(Entire proposal, to be submitted as sealed bid.)
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
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 the APWA-AGC
Standard Specifications for Public Works Construction, 2000 Edition.
This proposal is submitted in conformance with the requirements of the APWA-AGC
Standard Specifications for Public Works Construction, 2000 Edition; and is also subject to the
terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER'S
STATEMENT.
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 ( )
I
fl: \FWENG\A CONTRS\2000\FREMONTI\CONTRACT.DOC March 23,2000
4
I
I
I
1
I
I
I
1 Traffic Control
1 LS
SCHEDULE OF BID ITEMS
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MT. DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
ITEM DESCRIPTION EST. UNIT TOTAL
NO. OF WORK QTY. UNIT PRICE COST
2
Remove and replace concrete curb and
gutter (2' gutter)
975
LF
3
Remove and replace concrete sidewalk
(4" PCC)
4,921
SF
Remove and replace concrete driveway
4 approach (6" PCC including curb and
gutter, see SP — 303-5)
1,685
SF
5
Remove existing AC pavement and
aggregate base
Remove and replace planting strip
including a minimum of 6" topsoil
17,090
SF
6
7
8
2,896 SF
Construct wheelchair ramp
2
EA
Construct 6" class 2 AB
Construct final 0.2' AC pavement over
petromat
603 TON
$ $
9
16,070 SF
$ $
10
Construct 0.45' AC pavement in 2 lifts
543
TON
11
Furnish and install petromat
1,600
SY $
12
Adjust manhole riser ring to grade
3
EA $ $
13 Adjust water valve rim and barrel to grade 3 EA
14 Furnish and install 3" PVC sidewalk
underdrain
129
LF
15
Install thermoplastic "Stop" legend
2 EA
16 Install Thermoplastic "Stop Bar" (12"
wide)
24 LF
17 Install blue reflector 2 EA $ $
t7:\PW ENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC
5
March 23, 2000
1
I
I
I
I
18
Replace sewer clean out box and in -line
wye
3
EA
$
$
19
Remove and replace street light conduit
and wire.
450
LF
$
$
20
Remove and replace street light pull box.
3
EA
$
$
The following work shall be performed within Martin Luther King Jr. Park Parking Lot.
21
Site grading including excavation, fill,
stockpiling of existing topsoil, and off -
haul to establish finish subgrades and
spreading of topsoil to establish fmish
grades in planting area inside parking lot.
1
LS
$
$
22
Concrete curb adjacent to parking lot and
sidewalk.
77
LF
$
$
23
Concrete pads in planting area between
street and parking lot.
16
EA
$
$
24
Asphalt concrete paving in parking lot
including aggregate base.
100
SF
$
$
25
Tubular steel fence including painting.
300
LF
$
$
26
Relocate (E) gate at driveway on N.
Fremont and paint.
1
EA
$
$
27
Parking sign furnish and install.
1
LS
$
$
28
Lateral line including tie in to existing
laterals:
a. Greater than 1" in size.
b. 1" size and below
500
320
LF
LF
$
$
$
29
Shrub pop-up spray head.
77
EA
$
$
30
Soil Preparation.
3,000
SF
$
$
31
Fine Grading.
3,000
SF
$
$
Total
$
I
fI:\PWENGA_CONTRS\2000\FREMONTI\CONTRACT.DOC
6
March 23, 2000
1
I
1
I
$
,$
I
SUBCONTRACTING REQUIREMENTS
AND LIST OF SUBCONTRACTORS
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
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 which will be done by each subcontractor.
3. If no portion of the work is to be subcontracted as provided in item 1, insert the word
"none" in the space provided and sign below.
NAME
ADDRESS
SPECIFIC
WORK
DOLLAR
AMOUNT
$
$
$
$
Contractor's Signature
fl: \PW ENG\A_CONTRS\2000\FREMONTl \CONTRACT.DOC
7
March 23, 2000
BIDDER'S STATEMENT
SHEET I OF 3
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works
Construction, 2000 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 , 200_,
at , California.
The undersigned understands he must meet the requirements of Section SP -7-2.3 through SP -7-
2.3.5, NON-DISCRIMINATION REQUIREMENTS prior to award of contract and conform to
those guidelines throughout the duration of the contract..
i
t
It is understood that the quantities set forth herein are approximate only and are to be used only
for the comparison of bids and the guidance of the bidder.
If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as
Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements
for general and automobile liability insurance, and proof of a San Mateo Business License in the
office of the City Clerk within ten (10) calendar days after the date of the award and to
commence work within five (5) days of the date specified in the notice to proceed, and to
complete the work under said contract within the specified number of working days beginning
from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all
subcontractors obtain a San Mateo Business License in accordance with Section SP -2-13, SAN
MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to
keep the Business License current for the entire term of the contract.
If the unit price and the total amount named by a bidder for any item do not agree, it will be
assumed that the error was made in computing the total amount and the unit price alone will be
considered as representing the bidder's intention.
Unit prices bid must not be unbalanced.
fl:TWENGW_CONTRS\2000\FREMONTf\CONTRACT.DOC March 23, 2000
8
BIDDER'S STATEMENT
SHEET 2 OF 3
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
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
1
I
i
I
i
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.
H:\PWENGW_CONTRS\2000\FREMONT]\CONTRACT.DOC March 23, 2000
9
I
I
I
I
I
1
i
1
I
I
I
I
1
I
I
I
I
BIDDER'S STATEMENT
SHEET 3 OF 3
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MONTE DL4BLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-9042.12
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
fl:\P W ENG\A_CONTRS\2000\FREMONT l \CONTRACT.DOC
10
March 23, 2000
I
1
I
I
I
I
i
M
I
'f
I
I
I
I
I
NONCOLLUSION AFFIDAVIT
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
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.
fl:WWENGW_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000
11
1
I
I
I
I
1
I
I
I
I
I
I
I
I
CERTIFICATION OF NON-DISCRIMINATION
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
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
fh\PWENG\A_CONTRS\2000TREMONTI\CONTRACT.DOC March 23, 2000
12
I
I
I
I1
I
I
I
I
r
I
I
I
I
I
I
I
I
CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
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, or as determined by the Administrator of the Wage and
Hour Division U.S. Department of Labor, in force on the day bids are opened, whichever
is higher, 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.
Any contractor awarded a public works project who intends to use a craft or classification
not shown on the general prevailing wage determinations will be required to pay the
wage rate of that craft or classification most closely related to it as shown I the general
determination effective at the time bids are opened. Attention is directed to Section SP 7-
2.3.6, Federal Labor Standards Provisions.
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
certified payrolls must be submitted weekly for verification.
BIDDER
By:
Name and title of person making certification
Date
ft:\PWENG\A CONTRS\2000\FREMONTI\CONTRACT.➢OC March 23, 2000
13
Questions shall be addressed to:
Department of Labor Relations
Division of Labor Statistics and Research
Prevailing Wage Unit
45 Fremont Street, Suite 1160
P. 0. Box 420603
San Francisco, CA 94142-0603
Questions regarding Federal Labor Standards shall be addressed to
U.S. Department of Labor
Employment Standards Wage and Hour Division
Branch of Construction Wage Determination
Washington, D.C. 20210
fl: \PW ENG\A_CONTRS\2000\FREMONT I \CONTRACT. DOC
14
March 23, 2000
r
1
I
I
1
I
I
I
I
I
I
I
I
I
i
1
I
CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION
(To be submitted with Proposal Form)
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
I am aware of the provisions of Section 3700 of the Labor Code which 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
fl:\P W ENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
15
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SPECIAL PROVISIONS
CITY OF SAN MATEO, CALIFORNIA
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
The work embraced herein shall be done according to the APWA-AGC Standard Specifications
for Public Works Construction, 2000 Edition, (hereinafter referred to as the Standard
Specifications), and according to these Special Provisions. The Standard Specifications are in all
other respects incorporated into and are a part of the contract, except where they conflict with
these Special Provisions.
The Special Provisions shall govern in lieu of conflicting provisions of the Standard
Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications.
Whenever the letters SP are used as a prefix in section numbering (e.g., SP -200-2) the sections
so designated are in these Special Provisions and refer to modifications or additions to sections
in the Standard Specifications which have the same first numbers (e.g., 200-2).
PART 1 - GENERAL PROVISIONS
SP -2-I AWARD OF CONTRACT. The contract may be awarded to the bidder whom the City
determines will best meet the interests of the City. In determining the award, careful
consideration by City shall be given to each item of bid. The City reserves the right to amend or
reject any or all proposals and also to select, modify, or reject any of the bid items as City sees in
its best interest.
SP -2-4 CONTRACT BONDS. Before execution of the contract by the Agency, the Contractor
shall file with the agency surety bonds satisfactory to the City in the amounts and for the
purposes noted below. Bonds shall be duly executed by a responsible corporate Surety,
authorized to issue such bonds in the State of California and secured through an authorized agent
with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals.
Each bond shall be signed by both the Contractor and Surety and the signature of the authorized
agent of the Surety shall be notarized.
The Contractor shall provide two acceptable surety bonds; one for labor and materials and one
for performance.
The "Payment Bond" (Material and Labor Bond) shall be for not less than 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.
fI:'P W ENG W_CONTRS\2000\FREMONT I ICONTRACT.DOC
16
March 23, 2000
i
I
1
I
I
i
i
I
r
M
I
I
The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee
faithful performance of all work, within the time prescribed, in a manner satisfactory to the City,
and that all materials and workmanship will be free from original or latent developed defects.
SP -2-4.1 GUARANTEE. The Contractor warrants and guarantees that all material and
equipment used or furnished and all workmanship are of the type and quality specified herein.
The Contractor further guarantees that any latent fault in construction or defective material
discovered within one year after acceptance of the work shall be remedied by him without cost to
the City, upon written notice given to him. Other subsequent latent defects shall be covered by
responsibilities set forth in the law.
In the event of failure to comply with the above -mentioned conditions within a reasonable time
after notice, the City will have the defects repaired and made good at the expense of the
Contractor, who agrees to pay the costs and charges therefore immediately upon demand.
The signing of the agreement by the Contractor shall constitute execution of the above
guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee
period and will not be released until the expiration of such period.
SP -2-5 PLANS AND SPECIFICATIONS. The plans for this project are as follows:
CONTRACT PLANS
Title
Drawing No.
Fremont Street Reconstruction from Mt. Diablo to Santa Inez
1-14-46
CITY STANDARD PLANS
Title
Drawing No.
Standard Precast Concentric Manhole
3-1-104
Typical Sections of Curb, Gutter, and Sidewalk
3-1-141
Standard Monument
3-1-142
Typical Sections of Rolled Type Curb and Gutter
3-1-144
Standard Commercial Driveway Approach
3-1-148
Standard Residential Driveway Approach
3-1-149
STATE STANDARD PLANS
Title
Drawing No.
Pavement Markers and Traffic Lines
A -20-A
Pavement Markers and Traffic Lines
A -20-B
Pavement Markers and Traffic Lines
A -20-D
Pavement Markers Arrows
A -24-A
Pavement Markings Symbols and Numerals
A -24-C
Pavement Markings Words
A -24-D
fl:\PWENGW CONTRS\2000\FREMONTI\CONTRACT.DOC
17
March 23, 2000
I
I
I
I
I
I
I
I
1
I
r
I
I
i
I
Pavement Markings Words and Crosswalks
A -24-E
Curb Ramp Details
A88
SP -2-5.4. Specifications for street lighting and traffic signals in PART 3, Section 307,
Construction Methods, of Standard Specifications for Public Works Construction, shall be
deleted and the applicable portions of Section 86 of the State of California, Business and
Transportation Agency, Department of Transportation, Standard Specifications dated July 1995
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:
Fremont Street Reconstruction — Mt. Diablo to Santa Inez
1. Saw cut, remove and replace existing "type A" curb, gutter, sidewalk, and driveway where
shown on plans or directed by the Engineer.
2. Construct wheelchair ramps.
3. Saw cut, remove existing A.C. pavement and base as necessary and construct new 8" A.C.
pavement over 6" Class II A.B. in three lifts.
4. Adjust manhole riser rings to grade.
5. Install Thermoplastic stop bars and stop legend.
6. Install and connect 3" PVC sidewalk underdrain per City Standard.
7. Furnish and install petromat.
8. Replace existing sewer clean -out box and cover including in -line PVC wye, 1/4,1/8, or 1/16
long radius bend, reducers, adapters, couplers and new pipe required to make the connection
between the main and lateral.
9. Construct irrigation and planting per contract plans.
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.
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.
I
fl :\P WENG\A_CONTRS\2000\FREMONT1\CONTRACT.DOC
18
March 23, 2000
t1
I
I
I
I
I
I
I
I
I
1
I
1
I
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.
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 measurements or errors of computation as to
contract quantities.
The written notice of potential claim shall set forth the reasons for which the Contractor believes
additional compensation will or may be due, the nature of the costs involved, and, insofar as
possible, the amount of the potential claim. The said notice as above required must have been
given to the Engineer prior to the time that the Contractor shall have performed the work giving
rise to the potential claim for additional compensation, if based on an act or failure to act by the
Engineer, or in all other cases within 15 days after the happening of the event, thing or
occurrence giving rise to the potential claim.
It is the intention of this Section that differences between the parties arising under and by virtue
of the contract be brought to the attention of the Engineer at the earliest possible time in order
that such matters may be settled, if possible, or other appropriate action promptly taken. The
Contractor hereby agrees that he shall have no right to additional compensation for any claim
that may be based on any such act, failure to act, event, thing or occurrence for which no written
notice of potential claim as herein required was filed.
SP -3-2.1 CHANGES INITIATED BY THE AGENCY. The City of San Mateo reserves the
right to change the scope of this contract in order to align the contract price to the monies
available. Presently there is approximately $250,0000.00 available for this project. The City
shall have full authority and discretion to determine the decrease or increase in quantities
required as well as the subprojects which will be altered, added or deleted. The Contractor shall
not be entitled to any additional compensation or adjustment in the unit prices bid because of the
above -stated alteration of this project.
fl: \P W ENGW_CONTRS\2000TREMONT1\CONTRACT.DOC
19
March 23, 2000
1
I
I
1
I
1
I
I
I
I
I
I
I
I
I
I
I
SP -3-3 EXTRA WORK. New or unforeseen work will be classified as "extra work" when the
Engineer determines that contract unit prices or stipulated unit prices did not cover the work.
When the price for the extra work cannot be agreed upon, the City will pay for the extra work
based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard
Specifications. The mark-ups shall be as specified below.
SP -3-3.2.3 MARK-UP.
A. Work by Contractor
The following percentages shall be added to the Contractor's cost and shall constitute the
mark-up for all overhead and profits:
1. Labor 25%
2. Materials 15%
3. Equipment Rental 15%
4. Other Items and Expenditures 15%
To the sum of the costs and mark-ups provided for in this subsection, one percent (1%)
shall be added as compensation for bonding.
B. Work by Subcontractor
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 -5-1 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 5-1 of the
specifications for Public Works Construction regarding the Contractor's responsibility for
requesting utility companies' representatives to mark or otherwise indicate the location of their
respective underground installations. At least forty-eight (48) hours prior to commencing work,
the Contractor shall notify Underground Service Alert (USA) so that the various utility
companies may field -mark said installations. Once the field marks are in place, the Contractor
shall be responsible for all marked utilities damaged during construction or claims resulting from
said damage. In addition, the City shall not be responsible for any unmarked utility damaged
during construction or any claims resulting from this damage, except for damage to City of San
Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice
from USA to do so and which were not marked at the time the damage occurred.
SP -6-1 CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE. After
notification of award and prior to start of any work, the Contractor shall submit to the Engineer
for approval its proposed construction or fabrication and delivery schedule. The schedule shall
be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the
chronological relationship of all activities of the project including, but not limited to, estimated
starting and completion dates of various activities, submittal of shop drawings to the Engineer
for approval, procurement of materials, scheduling of equipment, and delivery of finished
product.
fl:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
20
1
I
1
i
I
I
I
I
I
I
1
I
I
1
1
SP -6-1.1 PRE -CONSTRUCTION CONFERENCE. A pre -construction conference will be held
at a location selected by the City for the purposes of review and approval of said schedule and to
discuss construction procedures and payment schedule. The Contractor shall be represented by
his superintendent of work. The City will be represented by members of the organization having
direct control of supervision of the project.
SP -6-6.5 DELAYS AND EXTENSIONS OF TIME. In the event that a disagreement shall arise
between the City and the Contractor over Time of Performance as extended by the City due to an
allowed suspension of work, the 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 25 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
that it be submitted to mediation. The parties shall meet in mediation within 30 days of a
request. The mediator shall be agreed to by the mediating parties; in the absence of an
agreement, the parties shall each submit one name from mediators listed by either the American
Arbitration Association, the California State Board of Mediation and Conciliation, or other
agreed -upon service. The mediator shall be selected by a "blindfolded" process.
The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the
prevailing party. No party shall be permitted to file a legal action without first meeting in
mediation and making a good faith attempt to reach a mediated settlement. The mediation
process, once commenced by a meeting with the mediator, shall last until agreement is reached
by the parties but not more than 60 days, unless the maximum time is extended by the parties.
SP -6-12 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
f :\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
21
1
I
1
1
1
I
I
1
I
I1
1
I
I
1
1
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 City Engineer in writing twenty-four (24) hours prior to any
non -emergency type overtime operations or forfeit the sum of the job inspector's pay per day (or
prorated portion thereof) for overtime work without written consent of the City Engineer -- said
sum to be deducted from any monies due the Contractor or paid directly to him. Normal
working hours for this project shall be between 8:00 a.m. and 5:00 p.m. unless specifically
modified in writing.
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.
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 -7-2.3.4 ASSURANCE OF COMPLIANCE WITH REGULATIONS
fl:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
22
I
I
I
I
I
I
1
1
i
I
I
I
I
A. The work to be performed under this contract is on a project assisted under a program
providing direct Federal financial assistance from the Department of Housing and Urban
Development and is subject to the requirements of section 3 of the Housing and Urban
Development Act of 1963, as amended, 12 U.S.C. 1701u. Section 3 requires that to the
greatest extent feasible opportunities for training and employment be given lower income
residents of the project area and contracts for work in connection with the project to be
awarded to business concerns which are located in, or owned in substantial part by
persons residing in the area of the project.
B. The parties to this contract will comply with the provisions of said section 3 and the
regulations issued pursuant thereto by the Secretary of Housing and Urban Development
set forth in 24 CFR 135, and all applicable rules and orders of the Department issued
thereunder prior to the execution of this contract. The parties to this contract certify and
agree that they are under no contractual or other disability which would prevent them
from complying with these requirements.
C. The contractor will send to each labor organization or representative of workers with
which he has a collective bargaining agreement or other contract or understanding, if any,
a notice advising the said labor organization or workers' representative of his
commitments under this section 3 clause and shall post copies of the notice in
conspicuous places available to employees and applicants for employment or training.
D. The contractor will include this section 3 clause in every subcontract for work in
connection with the project and will, at the direction of the applicant for or recipient of
Federal financial assistance, take appropriate action pursuant to the subcontract upon a
finding that the subcontractor is in violation of regulations issued by the Secretary of
Housing and Urban Development, 24 CFR 135. The contractor will not sub- contract
with any subcontractor where it has notice or knowledge that the latter has been found in
violation of regulations under 24 CFR 135 and will not let any subcontract unless the
subcontractor has first provided it with a preliminary statement of ability to comply with
the requirements of these regulations.
E. Compliance with the provisions of section 3, the regulations set forth in 24 CFR 135, and
all applicable rules and orders of the Department issued thereunder prior to the execution
of the contract, shall be a condition of the Federal financial assistance provided to the
project, binding upon the applicant or recipient for such assistance, its successors, and
assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its
contractors and subcontractors, its successors, and assigns to those sanctions specified by
the grant or loan agreement or contract through which Federal assistance is provided, and
to such sanctions as are specified in 24 CFR 135.
SP -7-2.3.5 FOR FEDERALLY -ASSISTED CONTRACTS. The contractor shall comply with all
provisions, rules, regulations, and relevant orders of the Secretary of Labor. To aid the
contractor, a copy of the entire Executive Order 11246 is attached (See Appendix II). In
addition, the contractor must be in compliance with the Federal Labor Standards Provisions. See
Section SP -7.2.3.6.
NON-COMPLIANCE. In the event of the contractor's non-compliance with the
non-discrimination clauses of this contract or with any of such rules, regulations, or orders, this
contract may be canceled, terminated or suspended in whole or part and the contractor may be
fl:\P W EN G \A_CONTRS\2000\FREM ONT I \CONTRAC T. DOC
23
March 23, 2000
I
I
I
1
I
i
I
1
1
I
1
declared ineligible for further Government contracts or federally assisted construction contract
procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation,
or order of the Secretary of Labor, or as otherwise provided by law.
STATEMENT OF WORK FORCE NEEDS. Prior to the signing of a contract, a preliminary
statement of work force needs, where known, shall be submitted to the City by the contractor.
Where work force needs are not known, such information shall be supplied to the City prior to
the signing of any contract between contractors and their subcontractors.
SP -7-2.3.6 FEDERAL LABOR STANDARDS PROVISION. HUD Publication 4010 (2-84)
contains the Federal Labor Standards Provisions. These provisions are included in this contract
book and are a part of the contract provisions.
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
FEDERAL LABOR STANDARDS PROVISIONS
1. APPLICABILITY
The Project or Program to which the construction work covered by this contract pertains
is being assisted by the United States of America and the following Federal Labor
Standards Provisions are included in this Contract pursuant to the provisions applicable to
such Federal assistance.
A.1.
(i)
Minimum Wages. All laborers and mechanics employed or working upon
the site of the work (or under the United States Housing Act of 1937 or
under the Housing Act of 1949 in the construction or development of the
project), will be paid unconditionally and not less often than once a week,
and without subsequent deduction or rebate on any account (except such
payroll deduction as are permitted by regulations issued by the Secretary
of Labor under the Copeland Act (29 CFR Par 3), the full amount of
wages and bona fide fringe benefits (or cash equivalents thereof) due at
time of payment computed at rates not less than those contained in the
wage determination of the Secretary of Labor which is attached hereto
(see Appendix III) and made a part hereof, regardless of any contractual
relationship which may be alleged to exit between the contractor and such
laborers and mechanics. Contribution made or costs reasonably
anticipated for bona fide fringe benefits under Section 1(b)(2) of the
Davis -Bacon Act on behalf of laborers or mechanics are considered wages
paid to such laborer or mechanics, subject to the provisions of 29 CFR
5.5(a)(1)(iv); also, regular contributions made or costs incurred for more
than a weekly period (but not less often than quarterly) under plans, funds,
or programs, which cover the particular weekly period, are deemed to be
constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate wage rate and
fringe benefits on the wage determination for the classification of work
fl:WWENG'A CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
24
11
1
i
I
I
1
1
1
I
I
actually permitted, without regard to skill, except as provided in 29 CFR
part 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each
classification for the time actually worked therein: Provided, That the
employer's payroll records accurately set forth the time spent in each
classification in which work is performed. The wage determination
(including any additional classification and wage rates conformed under
29 CFR Part 5.5(a)(1)(ii) and the Davis -Bacon poster (WH-132) shall be
posted at all times by the contractor and its subcontractors at the site of the
work in a prominent and accessible place where it can be easily seen by
the workers.
(ii)(a) Any class of laborers or mechanics which is not listed in the wage
determination and which is to be employed under the contract shall be
classified in conformance with the wage determination. HUD shall
approve an additional classification and wage rate and fringe benefits
therefore only when the following criteria have been met.
(b)
(c)
(1)
The work to be performed by the classification requested is not
performed by a classification in the wage determination; and
(2) The classification is utilized in the area by the construction
industry; and
(3)
The proposed wage rate, including any bona fide fringe benefits,
bears a reasonable relationship to the wage rates contained in the
wage determination.
If the contractor and the laborers and mechanics to be employed in the
classification (if known), or their representatives, and HUD or its designee
agree on the classification and wage rate (including the amount designated
for fringe benefits where appropriate), a report of the action taken shall be
sent by HUD or its designee to the Administrator of the Wage and Hour
Division, Employment Standards Administration, U.S. Department of
Labor, Washington, D.C. 20210. The Administrator, or an authorized
representative will approve, modify, or disapprove every additional
classification action within 30 days of receipt and so advise HUD or its
designee or will notify HUD or its designee within the 30 -day period that
additional time is necessary. (Approved by the Office of Management and
Budget under OMB control number 1215-01409).
In the event the contractor, the laborers or mechanics to be employed in
the classification or their representatives, and HUD or its designee do not
agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), HUD or its designee
shall refer the questions, including the views of all interested parties and
the recommendation of HUD or its designee, to the Administrator for
determination. The Administrator, or an authorized representative, will
issue a determination within 30 days of receipt and so advise HUD or its
designee or will notify HUD or its designee within the 30 -day period that
fI: \P W ENG\A_C ONTRS\2000\FRE M ONT 1 \CONTRACTDOC
25
March 23, 2000
1
1
1
i
1
1
1
1
I
1
i
1
1
1
1
i
1
1
1
additional time is necessary. (Approved by the Office of Management and
Budget under OMB Control Number 1215-0140.)
(d) The wage rate (including fringe benefits where appropriate) determined
pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to
all workers performing work in the classification under this contract from
the first day on which work is performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of
laborers or mechanics includes a fringe benefit which is not expressed as an
hourly rate, the contractor shall either pay the benefit as stated in the wage
determination or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the
amount of any costs reasonably anticipated in providing bona fide fringe benefits
under a plan or program, Provided, That the Secretary of Labor has found, upon
the written request of the contractor, that the applicable standards of the
Davis -Bacon Act have been met. The Secretary of Labor may required the
contractor to set aside in a separate account assets for the meeting of obligations
under the plan or program. (Approved by the Office of Management and Budget
under OMB Control Number 1215-0140.)
2. Withholding. HUD or its designee shall upon its own action or upon written request of
an authorized representative of the Department of Labor withhold or cause to be withheld
from the contractor under this contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing
wage requirements, which is held by the same prime contractor so much of the accrued
payments or advances as may be considered necessary to pay laborers and mechanics,
including apprentices, trainees and helpers, employed by the contractor or any
subcontractor the full amount of wages required by the contract. In the event of failure to
pay any laborer or mechanic, including any apprentice, trainee or helper, employed or
working on the site of the work (or under the United States Housing Act of 1937 or under
the Housing Act of 1949 in the construction or development of the project), all or part of
the wages required by the contract, HUD or its designee may, after written notice to the
contractor, sponsor, applicant, or owner, take such action as may be necessary to cause
the suspension of any further payment, advance, or guarantee of funds until such
violations have ceased. HUD or its designee may, after written notice to the contractor,
disburse such amounts withheld for and on account of the contractor or subcontractor to
the respective employees to whom they are due. The Comptroller General shall make
such disbursements in the case of direct Davis -Bacon Act contracts.
3.
(i) Payrolls and basic record. Payrolls and basic records
relating thereto shall be maintained by the contractor during the course of
I:\PWENG\A_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000
26
I
1
1
I
1
1
I
I
I
1
1
the work and preserved for a period of three years thereafter for all
laborers and mechanics working at the site of the work (or under the
United States Housing Act of 1937, or under the Housing Act of 1949, in
the construction or development of the project). Such records shall
contain the name, address, and social security number of each such
worker, his or her correct classification, hourly rates ofwages paid
(including rates of contributions or costs anticipated for bona fide fringe
benefits or cash equivalents thereof of the types described in Section
1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours
worked, deductions made and actual wages paid. Whenever the Secretary
of Labor has found under. 29 CFR 5.5 (a)(1)(iv) that the wages of any
laborer or mechanic include the amount of any costs reasonably
anticipated in providing benefits under a plan or program described in
Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain
records which show that the commitment to provide such benefits is
enforceable, that the plan or program is financially responsible, and that
the plan or program has been communicated in writing to the laborers or
mechanics affected, and records which show the costs anticipated or the
actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written
evidence of the registration of apprenticeship programs and certification of
trainee programs, the registration of the apprentices and trainees, and the
ratios and wage rates prescribed in the applicable programs. (Approved
by the Office of Management and Budget under OMB control Numbers
1215-0140 and 1215-0017).
(ii) (a) The contractor shall submit weekly for each week in which
any contract work is performed a copy of all payrolls to HUD or its
designee if the agency is a party to the contract, but if the agency is
not such a party, the contractor will submit the payrolls to the
applicant, sponsor, or owner, as the case may be for transmission to
HUD or its designee. The payrolls submitted shall set out
accurately and completely all of the information required to be
maintained under 29 CFR Part 5.5(a)(3)(i). This information may
be submitted in any form desired. Optional Form WH-347 is
available for this purpose and may be purchased from the
Superintendent of Documents (Federal Stock Number
029-005-00014-1), U.S. Government Printing Office, Washington,
D.C. 20402. The prime contractor is responsible for the
submission of copies of payrolls by all subcontractors. (Approved
by the Office of Management and Budget under OMB Control
Number 1215-0149).
(b) Each payroll submitted shall be accompanied by a "Statement of
Compliance," signed by the contractor or subcontractor or his or
I:\PWENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
27
1
1
1
1
1
1
i
1
I
1
1
1
her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the
information required to be maintained under 29 CFR Part
5.5(a)(3)(i) and that such information is correct and
complete;
(2) That each laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during
the payroll period has been paid the full weekly wages
earned, without rebate either directly or indirectly, and that
no deductions have been made either directly or indirectly
from the full wages earned, other than permissible
deductions as set forth in 29 CFR Part 3;
(3)
That each laborer or mechanic has been paid not less than
the applicable wage rates and fringe benefits or cash
equivalents for the classification of work performed, as
specified in the applicable wage determination incorporated
into the contract.
(c) The weekly submission of a properly executed certification set
forth on the reverse side of Optional Form WH-347 shall satisfy
the requirement for submission of the "Statement of Compliance"
required by paragraph A.3(ii)(b) of this section.
(d) The falsification of any of the above certifications may subject the
contractor or subcontractor to civil or criminal prosecution under
Section 1001 of Title 18 and Section 231 of Title 31 of the United
States Code.
(iii) The contractor or subcontractor shall make the records required under
paragraph A.3(i) of this section available for inspection, copying, or
transcription by authorized representatives of HUD or its designee or the
Department of Labor, and shall permit such representatives to interview
employees during working hours on the job. If the contractor or
subcontractor fails to submit the required records or to make them
available, HUD or its designee may, after written notice to the contractor,
sponsor, applicant, owner, take such action as may be necessary to cause
the suspension of any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or to
make such records available may be grounds for debarment action
pursuant to 29 CFR Part 5.12.
I:\PW ENG\A_CONTRS\2000TREMONT I \CONTRACT.DOC March 23, 2000
28
1
1
1
1
1
1
11
4. (i) Apprentices and Trainees. Apprentices. Apprentices will be permitted to
work at less than the predetermined rate for the work they performed when
they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor,
Employment and Training Administration, Bureau of Apprenticeship and
Training, or with a State Apprenticeship Agency recognized by the
Bureau, or if a person is employed in his or her first 90 days of
probationary employment as an apprentice in such an apprenticeship
program, who is not individually registered in the program, but who has
been certified by the Bureau of Apprenticeship and Training or State
Apprenticeship Agency (where appropriate) to be eligible for probationary
employment as an apprentice. The allowable ration of apprentices to
journeyman on the job site in any craft classification shall not be greater
than the ratio permitted to the contractor as to the entire work force under
the registered program. Any worker listed on a payroll at an apprentice
wage rate, who is not registered or otherwise employed as stated above,
shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually
performed. Where a contractor is performing construction on a project in
a locality other than that in which its program is registered, the ratios and
wage rates (expressed in percentages of the journeyman's hourly rate)
specified in the contractor's or subcontractor's registered program shall be
observed. Every apprentice must be paid at not less than the rate specified
in the registered program for the apprentice's level of progress, expressed
as a percentage of the journeymen hourly rate specified in the applicable
wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits, apprentices must
be paid the full amount of fringe benefits listed on the wage determination
for the applicable classification. If the Administrator determines that a
different practice prevails for the applicable apprentice classification,
fringes shall be paid in accordance with that determination. In the event
the Bureau of Apprenticeship and Training, or a State Apprenticeship
Agency recognized by the Bureau, withdraws approval of an
apprenticeship program, the contractor will no longer be permitted to
utilize apprentices at less than the applicable predetermined rate for the
work performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be
permitted to work at less than the predetermined rate for the work
performed unless they are employed pursuant to and individually
registered in a program which has received prior approval, evidenced by
I, PWENGW_CONTRS\2000\FREMONT I \CONTRACT.DOC March 23, 2000
29
1
1
1
1
1
1
I
1
formal certification by the U.S. Department of Labor, Employment and
Training Administration. The ratio of trainees to journeymen on the job
site shall not be greater than permitted under the plan approved by the
Employment and Training Administration. Every trainee must be paid at
not less than the rate specified in the approved program for the trainee's
level of progress, expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Trainees shall be paid
fringe benefits in accordance with the provisions of the trainee program.
If the trainee program does not mention fringe benefits, trainees shall be
paid the full amount of fringe benefits listed on the wage determination
unless the Administrator of the Wage and Hour Division determines that
there is an apprenticeship program associated with the corresponding
journeyman wage rate on the wage determination which provides for less
than full fringebenefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training
plan approved by the Employment and Training Administration shall be
paid not less than the applicable wage rate on the wage determination for
the work actually performed. In addition, any trainee performing work on
the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. In the event the
Employment and Training Administration withdraws approval of a
training program, the contractor will no longer be permitted to utilize
trainees at less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
(iii) Equal employment opportunity. The utilization of apprentices, trainees
and journeymen under this part shall be in conformity with the equal
employment opportunity requirements of Executive Order 11246, as
amended, and 29 CFR Part 30.
5. Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR Part 3 which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its
designee may by appropriate instructions require, and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime
contractor shall be responsible for the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses in 29 CFR Part 5.5.
7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
I:\PWENGA_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
30
1
I
I
I
1
1
1
1
8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and
interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and
5 are herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this
contract. Such disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning
of this clause include disputes between the contractor (or any of its subcontractors) and
HUD or its designee, the U.S. Department of Labor, or the employees or their
representatives.
10.(i) Certification of Eligibility. By entering into this contract, the contractor
certifies that neither it (nor he or she) nor any person or firm who has an
interest in the contractor's firm is a person or firm ineligible to be awarded
Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or
29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD
programs pursuant to 24 CFR Part 24.
(ii) No part of this contract shall be subcontracted to any person or firm
ineligible for award of a Government contract by virtue of Section 3(a) of
the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD
contracts or participate in HUD programs pursuant to 24 CFR Part 24.
(iii) The penalty for making false statements is prescribed in the U.S. Criminal
Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1010,
Title 18, U.S.C., "Federal Housing Administration transactions", provides
in part "Whoever, for the purpose of . . . influencing in any way the action
of such Administration . . . makes, utters or publishes any statement,
knowing the same to be false . . . shall be fined not more than $5,000 or
imprisoned not more than two years, or both."
11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom
the wage, salary, or other labor standards provisions of this Contract are applicable shall
be discharged or in any other manner discriminated against by the Contractor or any
subcontractor because such employee has filed any complaint or instituted or caused to
be instituted any proceeding or has testified or is about to testify in any proceeding under
or relating to the labor standards applicable under this Contract to his employer.
B. Contract Work Hours and Safety Standards Act. As used in this paragraph, the
terms "laborers" and "mechanics" include watchmen and guards.
(1) Overtime requirements. No contractor or subcontractor contracting for
any part of the contract work which may require or involve the
employment of laborers or mechanics shall require or permit any such
I:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
31
1
1
1
1
1
1
laborer or mechanic in any workweek in which he or she is employed on
such work to work in excess of eight hours in any calendar day or in
excess of forty hours in such workweek unless such laborer or mechanic
receives compensation at a rate not less than one and one-half times the
basic rate of pay for all hours worked in excess of eight hours in any
calendar day or in excess of forty hours in such workweek, whichever is
greater.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of
any violation of the clause set forth in subparagraph (1) of this paragraph.
(3) Withholding for unpaid wages and liquidated damages. HUD or it
designee shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to
be withheld, from any moneys payable on account of work performed by
the contractor or subcontractor under any such contract or any other
Federal contract with the same prime contract, or any other
Federally -assisted contract subject to the Contract Work Hours and Safety
Standards Act, which is held by the same prime contractor such sums as
may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in subparagraph (2) of this paragraph.
(4) Subcontracts. The contractor or subcontractor shall insert in any
subcontracts the clauses set forth in subparagraph (1) through (4) of this
paragraph and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be
responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in subparagraphs (1) through (4) of
this paragraph.
C. Health and Safety
(1) No laborer or mechanic shall be required to work in surroundings or under
working conditions which are unsanitary, hazardous, or dangerous to his
health and health standard promulgated by the Secretary of Labor by
regulation.
(2) The Contractor shall comply with all regulations issued by the Secretary
of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to
comply may result in imposition of sanctions pursuant to the Contract
Work Hours and Safety Standards Act (Public Law 91-54, 83 Stat. 96).
(3)
The Contractor shall include the provisions of this Article in every
subcontract so that such provisions will be binding on each subcontractor.
I:\PWENGW_CONTRS\2000\FREMONT I ICONTRACT.DOC March 23, 2000
32
1
1
1
1
1
1
1
1
I
1
1
1
1
The Contractor shall take such action with respect to any subcontract as
the Secretary of Housing and urban Development or the Secretary of
Labor shall direct as a means of enforcing such provisions.
L\PWENGW_CONTRS\2000WREMONTI\CONTRACT.DOC March 23, 2000
33
i
1
I
1
1
I
I
1
I
I
1
1
1
1
I
1
1
1
1
ATTACHMENT TO FEDERAL LABOR STANDARDS PROVISIONS
SO-CALLED "ANTI -KICKBACK ACT" AND REGULATIONS PROMULGATED
PURSUANT THERETO BY THE SECRETARY OF LABOR,
UNITED STATES DEPARTMENT OF LABOR
TITLE 18, U.S.C., section 874
(Replaces section 1 of the Act of June 3, 1934 [48 Stat. 948, 40 U.S.C.,
sec. 276b] pursuant to the Act of June 25, 1948, 62 Stat. 862)
KICKBACKS FROM PUBLIC WORKS EMPLOYEES
Whoever, by force, intimidation, or threat of procuring dismissal from employment, or by
any other manner whatsoever induces any person employed in the construction, prosecution,
completion or repair of any public building, public work, or building or work financed in whole
or in part by loans or grants from the United States, to give up any part of the compensation to
which he is entitled under his contract of employment, shall be fined not more than $5,000 or
imprisoned not more than five years, or both.
SECTION 2 OF THE ACT OF JUNE 13, 1934, AS AMENDED
(48 Stat. 948, 62 Stat. 862, 63 Stat. 108, 72 Stat. 967, 40 U.S.C., sec. 276c)
The Secretary of Labor shall make reasonable regulations for Contractors and
subcontractors engaged in the construction, prosecution, completion or repair of public buildings,
public works or buildings or works financed in whole or in part by loans or grants from the
United States, including a provisions that each contractor and subcontractor shall furnish weekly
a statement with respect to the wages paid each employee during the preceding week. Section
1001 of Title 18 (United States Code) shall apply to such statements.
Pursuant to the aforesaid Anti -Kickback Act, the Secretary of Labor, United States
Department of Labor, has promulgated the regulations hereinafter set forth, which regulations are
found in Title 29, Subtitle A, Code of Federal Regulations, Part 3. The term "this part," as used
in the regulations hereinafter set forth, refers to Part 3 last above mentioned. Said regulations are
as follows:
I:\PWENG\A_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000
34
I
I
ii
1
I
I
I
I
I
I
I
I
r
I
TITLE 29 - LABOR
Subtitle A - Office of the Secretary of Labor
PART 3: CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING OR
PUBLIC WORK FINANCED IN WHOLE OR IN PART BY LOANS OR
GRANTS FROM THE UNITED STATES
Section 3.1 Purpose and scope.
This part prescribes "anti -kickback" regulations under section 2 of the Act of June 13,
1934, as amended (40 U.S.C. 276c), popularly known as the Copeland Act. This part applies to
any contract which is subject to Federal wage standards and which is for the construction,
prosecution, completion, or repair of public buildings, public works or buildings or works
financed in whole or in part by loans or grants from the United States. The part is intended to aid
in the enforcement of the minimum wage provisions of the Davis -Bacon Act and the various
statutes dealing with the Federally -assisted construction that contain similar minimum wage
provisions, including those provisions which are not subject to Reorganization Plan No. 14 (e.g.,
the College Housing Act of 1950, the Federal Water Pollution Control Act, and the Housing Act
of 1959), and in the enforcement of the overtime provisions of the Contract Work Hours
Standards Act whenever they are applicable to construction work. The part details the obligation
of Contractor and subcontractors relative to the weekly submission of statements regarding the
wages paid on work covered thereby; sets forth the circumstances and procedures governing the
making of payroll deductions from the wages of those employed on such work; and delineates
the methods of payment permissible on such work.
Section 3.2 Definitions.
As used in the regulations in this part:
(a) The terms "building" or "work" generally include construction activity as
distinguished from manufacturing, furnishing of materials, or servicing and
maintenance work. The terms include, without limitations, buildings, structures,
and improvements of all types, such as bridges, dams, plants, highways,
parkways, streets subways, tunnels, sewers, mains, power lines, pumping stations,
railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys,
jetties, breakwaters, levees, and canals; dredging, shoring, scaffolding, drilling,
blasting, excavating, clearing, and landscaping. Unless conducted in connection
with and at the site of such a building or work as is described in the foregoing
sentence, the manufacture or furnishing of materials, articles, supplies, or
equipment (whether or not a Federal or State agency acquires title to such
materials, articles, supplies, or equipment during the course of the manufacture or
furnishing, or owns the materials from which they are manufactured or furnished)
is not a "building" or "work" within the meaning of the regulations in this part.
I:\PWENGW_CONTRs\2000TREMONT I\CONTRACT.DOC March 23, 2000
35
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
(b) The terms "construction," "prosecution," "completion," or "repair" mean all types
of work done on a particular building or work at the site thereof, including,
without limitation, altering, remodeling, painting and decorating, the
transportation of materials and supplies to or from the building or work by the
employees of the construction contractor or construction subcontractor, and the
manufacturing or furnishing of materials, articles, supplies, or equipment on the
site of the building or work, by persons employed at the site by the contractor or
subcontractor.
(c) The terms "public building" or "public work" include building or work for whose
construction, prosecution, completion, or repair, as definedabove, a Federal
agency is a contracting party, regardless of whether title thereof is in a Federal
agency.
(d) The term "building or work financed in whole or in part by loans or grants from
the United States" includes building or work for whose construction, prosecution,
completion, or repair, as defined above, payment or part payment is made directly
or indirectly from funds provided by loans or grants by a Federal agency. The
term does not include building or work for which Federal assistance is limited
solely to loan guarantees or insurance.
(e)
Every person paid by a contractor or subcontractor in any manner for his labor in
the construction, prosecution, completion, or repair of a public building or public
work or building or work financed in whole or in part by loans or grants from the
United States is "employed" and receiving "wages," regardless of any contractual
relationship alleged to exist between him and the real employer.
(f) The term "any affiliated person" includes a spouse, child, parent, or other close
relative of the contractor or subcontractor; a partner or officer of the contractor or
subcontractor; a corporation closely connected with the contractor or
subcontractor as parent, subsidiary or otherwise, and an officer or agency of such
corporation.
(g)
The term "Federal agency" means the United States, the District of Columbia, and
all executive departments, independent establishments, administrative agencies,
and instrumentalities of the United States and of the District of Columbia,
including corporations, all or substantially all of the stock of which is beneficially
owned by the United States, by the District of Columbia, or any of the foregoing
departments, establishments, agencies, and instrumentalities.
Section 3.3 Weekly statement with respect to payment of wages.
(a) As used in this section, the term "employee" shall not apply to persons in
classifications higher than that of laborers or mechanics and those who are the
immediate supervisors of such employees.
I:\PWENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
36
I
I
I
I
I
1
I
I
I
1
1
I
(b) Each contractor or subcontractor engaged in the construction, prosecution,
completion, or repair of any public building or public work, or building or work
financed in whole or in part by loans or grants from the United States, shall
furnish each week a statement with respect to the wages paid each of its
employees engage on work covered by 29 CFR Parts 3 and 5 during the preceding
weekly payroll period. This statement shall be executed by the contractor or
subcontractor or by an authorized officer or employee of the contractor or
subcontractor who supervises the payment of wages, and shall be on form WH
348, "Statement of Compliance", or on an identical form on the back of WH 317,
"Payroll (For Contractors Optional Use)" or on any form with identical wording.
Sample copies of WH 347 and WHS 348 may be obtained from the Government
contracting or sponsoring agency, and copies of these forms may be purchased at
the Government Printing Office.
(c) The requirements of this section shall not apply to any contract of $2,000 or less.
(d) Upon a written finding by the head of a Federal agency, the Secretary of Labor
may provide reasonable limitations, variations, tolerances, and exemptions from
the requirements of this section subject to such conditions as the Secretary of
Labor may specify.
[29 F.R. 95, Jan. 4, 1964, as amended at 33 F.R. 10186, July 17, 1968]
Section 3.4 Submission of weekly statements and the preservation and inspection of weekly
payroll records.
(a) Each weekly statement required under §3.3 shall be delivered by the contractor or
subcontractor, within seven days after the regular payment date of the payroll
period, to a representative of a Federal or State agency in charge at the site of the
building or work, or, if there is no representative of a Federal or State agency at
the site of the building or work, the statement shall be mailed by the contractor or
subcontractor, within such time, to a Federal or State agency contracting for or
financing the building or work. After such examination and check as may be
made, such statement, or a copy thereof, shall be kept available, or shall be
transmitted together with a report of any violation, in accordance with applicable
procedures prescribed by the United States Department of Labor.
(b)
Each contractor or subcontractor shall preserve his weekly payroll records for a
period of three years from date of completion of the contract. The payroll records
shall set out accurately and completely the name and address of each laborer and
mechanic, his correct classification, rate of pay, daily and weekly number of hours
worked, deductions made, and actual wages paid. Such payroll records shall be
made available at all times for inspection by the contracting officer or his
I:\PWENGW_CONTRs\2000\FREMONTI\CONTRACT.DOC March 23, 2000
37
authorized representative, and by authorized representatives of the Department of
Labor.
Section 3.5 Payroll deductions permissible without application to or approval of the Secretary of
Labor.
Deductions made under the circumstances or in the situations described in the paragraphs
of this section may be made without application to and approval of the Secretary of Labor:
(a) Any deduction made in compliance with the requirements of Federal, State, or
local law, such as Federal or State withholding income taxes and Federal social
security taxes.
(b) Any deduction of sums previously paid to the employee as a bona fide
prepayment of wages when such prepayment is made without discount or interest.
A "bona fide prepayment of wages" is considered to have been made only when
cash or its equivalent has been advanced to the person employed in such manner
as to give him complete freedom of disposition of the advanced funds.
(c) Any deduction of amounts required by court process to be paid to another, unless
the deduction is in favor of the contractor, subcontractor or any affiliated person,
or when collusion or collaboration exists.
(d) Any deduction constituting a contribution on behalf of the person employed to
funds established by the employer or representatives of employees, or both, for
the purpose of providing either from principal or income, or both, medical or
hospital care, pensions or annuities on retirement, death benefits, compensation
for injuries, illness, accidents, sickness, or disability, or for insurance to provide
any of the foregoing, or unemployment benefits, vacation pay, savings accounts,
or similar payments for the benefit of employees, their families and dependents:
Provided, however, that the following standards are met: (1) The deduction is not
otherwise prohibited by law; (2) it is either: (i) Voluntarily consented to by the
employee in writing and in advance of the period in which the work is to be done
and such consent is not a condition either for the obtaining of or for the
continuation of employment, or (ii) provided for in a bona fide collective
bargaining agreement between the contractor or subcontractor and representatives
of its employees; (3) no profit or other benefit is otherwise obtained, directly or
indirectly, by the contractor or subcontractor or any affiliated person in the form
of commission, dividend, or otherwise; and (4) the deductions shall serve the
convenience and interest of the employee.
(e) Any deduction contributing toward the purchase of United States Defense Stamps
and Bonds when voluntarily authorized by the employee.
I:\PWENG\A_CONTRS\2000\FREMONT1\CONTRACT.DOC March 23, 2000
38
I
t
I
I
1
V
I
I
1
I
1
I
I
I
Any application for the making of payroll deductions under §3.6 shall comply with the
requirements prescribed in the following paragraphs of this section:
(a) The application shall be in writing and shall be addressed to the Secretary of
Labor.
(b)
(c)
The applicant shall identify the contract or contracts under which the work in
question is to be performed. Permission will be given for deductions only on
specific, identified contracts, except upon a showing of exceptional
circumstances.
The application shall state affirmatively that there is compliance with the
standards set forth in the provisions of §3.6. The affirmation shall be
accompanied by a full statement of the facts indicating such compliance.
(d) The application shall include a description of the proposed deduction, the purpose
to be served thereby, and the classes of laborers or mechanics from whose wages
the proposed deduction would be made.
(e) The application shall state the name and business of any third person to whom any
funds obtained from the proposed deductions are to be transmitted and the
affiliation of such person, if any, with the applicant.
SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. 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, or as determined by the Administrator of
the Wage and Hour Division, U. S. Department of Labor, in force on the day bids are opened,
whichever is higher will be the minimum paid to all craftsmen and laborers working on this
project.
Any Contractor awarded a public works project who intends to use a craft or classification not
shown on the general prevailing wage determinations will be required to pay the wage rate of
that classification most closely related to it as shown in the general determinations effective at
the time the bids are opened. Attention is directed to Section SP.7-2.3.6, Federal Labor
Standards Provisions.
The City will keep a copy of the wage scale in the City Clerk's office for the convenience of
bidders. 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. 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 in force.
Each contractor and subcontractor and any lower -tier subcontractor shall submit weekly certified
payrolls for each workweek from the time he starts work on the project until he completes his
work. If he performs no work on the project during a given workweek, he may either submit a
1:IPWENG A_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000
40
I
I
1
i
I
I
I
I
I
I
I
I
i
I
r
payroll with the notation "no work performed during this workweek" or submit a letter to that
effect. He should identify his initial and fmal payrolls by marking them "Initial" and "Final."
Payrolls shall be completed and submitted no later than seven work days following completion
of the workweek.
SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. In
general, the prevailing wage scale, as detcimined 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.
I:\PWENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
41
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000
each occurrence. Such insurance shall include coverage for owned, hired, and
non -owned automobiles.
C. Workers Compensation in at least the minimum statutory limits.
D. General Provisions for all insurance. All insurance shall:
1. Include the City of San Mateo, its elected and appointed officers, employees, and
volunteers as additional insureds with respect to this Agreement and the
performance of services in this Agreement. The coverage shall contain no special
limitations on the scope of its protection to the above -designated insureds.
2. Be primary with respect to any insurance or self-insurance programs of City, its
officers, employees, and volunteers.
3. Be evidenced, prior to commencement of services, by properly executed policy
endorsements in addition to a certificate of insurance.
a. In addition to requiring that you provide an insurance certificate showing
the levels and types of coverage required for your project or contract, the
City of San Mateo also requires you to provide the City with a copy of the
actual endorsements to the commercial general, automobile, and any
excess liability insurance policies that show that the City of San Mateo, its
boards, commissions, officers, agents, and employees have been named as
additional insureds by the insurers.
These endorsements are required because California Insurance Code § 384
expressly provides that an insurance certificate is not proof of what the
underlying insurance policy actually contains. If you look at an insurance
certificate, you will notice that the certificate actually says the same thing.
Therefore, a certificate has minimal legal value and the City cannot be
reasonably certain that it is covered under the policies shown on the
certificate without endorsements.
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.
I:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT,DOC March 23, 2000
42
1
I
r
I
I
I
I
1
a
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.
I:TWENGIA_CONTRS\2000\FREMONTI\CONTRACT.DOC - March 23, 2000
43
I
I
I
I
a
I
I
1
1
I
r
I
I
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 -7-8.6 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
contained in the Contractor's stormwater pollution control program, shown on the plans,
specified herein, or directed by the Engineer.
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
Staff Recommendations (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;
I:\PWENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
44
1
I
I
I
r
I
I
I
I
I
I
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.
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
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 various bid items and no additional compensation shall be made.
I:\PWENC\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
45
I
I
I
f
I
I
I
I
i
I
I
I
t
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 TRAFFIC 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. Three (3) days before the grinding operation and three (3) days before the overlay
operation, an informational letter in a format approved by the Engineer specifying dates of
operation shall be delivered to all residents/businesses in the construction area.
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
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.
I:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
46
1
I
I
I
I
I
I
I
I
I
I
I
1
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.
I:\PW ENGA_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
47
r
1
I
I
I
I
I
I
I
i
I
I
I
SPECIAL PROVISIONS
CITY OF SAN MATEO, CALIFORNIA
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
PART II - CONSTRUCTION MATERIALS
SP -200-2 UNTREATED BASE MATERIALS. Aggregate base shall conform to the provisions
in Section 200-2.2, Crushed Aggregate Base, in the Standard Specifications.
SP -201-1 PORTLAND CEMENT CONCRETE. Portland Cement Concrete shall conform to
the provisions in Section 201-1 "Portland Cement Concrete" in the Standard Specifications and
these special provisions. Classes of concrete shall be as follows:
(a) Sidewalk, curb and gutter wheelchair ramp and driveway approach -- 520-C-2500
(b) Manholes and catch basins -- 560-C-3250
SP -201-6 TRENCH BACKFILL. For encased pipe, when pipe encasement is required, trench
backfill shall be controlled density fill or sand slurry backfill conforming to the following design
mix.
MATERIALS
S.S.D. WEIGHTS (LBS.)
VOLUME (CU. FT.)
Controlled Density Fill or
Cement
30
0.25
Fly Ash
300
2.05
Water
283
4.53
Pea Gravel
1,085
6.49
Top Sand
1,295
7.78
Blend Sand
315
1.85
Air
15%
4.05
TOTAL
3,308
27.00
Sand Shiny Backfill or
Cement (2 sacks)
188
0.96
I:\P WENG A_CONTRS\2000\FREMONT I\CONTRACT.DOC
March 23, 2000
48
1
1
1
it
i
1
1
1
1
I
1
1
I
1
MATERIALS
S.S.D. WEIGHTS (LBS.)
VOLUME (CU. FT.)
Water (36 gallons)
300
4.80
Air
Sand per ASTM C33
3,000
18.50
TOTAL
3,488
25.34
Controlled Density Fill by Granite Rock
Cement
75
0.38
Pozzolan
207
1.43
Water
458 (55 gallons)
7.34
Air
1.08
Fine Aggregate (Course
Sand)
1,385
8.19
Fine Aggregate (Oily Sand)
1,385
8.58
TOTAL
3,510
27.00
Design Strength: 50-150 p.s.i.
Cement: Type II (ASTM C-150) lbs./cubic yard - 75
Pozzolan: International Class F (ASTM C-168) lbs./cubic yard - 207
Total Cementicious material sks/cubic yard: 3.00 lbs./cubic yard - 282
Water/Cement Ratio: n/a
Course Aggregate: none
Fine Aggregate: Granite and Olympia Sands
Entrained Air: 4.0%, Dosage: 2 oz./cwt. (Daravair) (dosage may vary to obtain designed air)
Chemical Admixture Type: none
Backfill shall be that material extending from the crushed rock subgrade of the trench to within
0.1' of the finish pavement.
I AP W ENG\A_CONTRS\2000\FREM ONT 1 \CON TRACT. DOC
March 23, 2000
i
49
I
1
I
1
i
I
1
I
I
I
I
I
I
SP -203-3-3 EMULSIFIED ASPHALT. Emulsified asphalt tack coat shall be SS -1h. The tack
coat shall be diluted with not more than 15% water by volume. Tack coat for Petromat shall be
AR 4000.
SP -203-6.1 GENERAL. Asphalt concrete surfacing shall be Type C2 -AR -4000. Asphalt
concrete for leveling and base repairing shall be Type B -AR -4000.
SP -206 MISCELLANEIOUS METAL ITEMS. Catch basin frames and grates and manhole
frames and covers shall conform to the provisions in Section 206, "Miscellaneous Metal Items"
in the Standard Specifications and these special provisions.
Manhole frames and covers shall be cast iron. Catch basin frames and grates shall be welded
steel and shall be of the type shown on plans.
SP -210-1.6 THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING, AND CURB
MARKING. Thermoplastic and shall conform to the provisions of Section 210-1.6.1 of the
Standard Specifications.
SP -212-1.1 TOPSOIL. Topsoil shall be Class B and shall conform to the provisions in Section
212-1.1 of the Standard Specifications.
SP -213-1 ENGINEERING FABRICS. Petromat pavement fabric shall conform to the provisions
of Section 213-1.1 of the Standard Specifications.
IAPWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
50
SPECIAL PROVISIONS
CITY OF SAN MATEO, CALIFORNIA
FREMONT STREET RECONSTRUCTION
FROM MONTE DIABLO TO SANTA INEZ
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
CITY PROJECT NO. 09-90-12.12
PART HI - CONSTRUCTION METHODS
SP -300-1.1 OFF -HAUL MATERIAL. All off -haul material shall be deposited at locations
located outside the City of San Mateo. All cost associated with disposal of off -haul material
shall be included in the various bid items and no additional payment shall be made.
SP -300-1.3 - REMOVAL AND DISPOSAL OF GUTTER KEY, CONFORM, AND FULL
WIDTH GRINDING MATERIAL. Gutter key material and conform material shall be removed
using a cold -planing process only.
The equipment for profiling the pavement shall be capable of accurately establishing provide
upgrades by referencing from either side the lip of gutter, curb or from an independent grade
control. The equipment shall be capable of establishing a positive means for controlling cross -
slope elevations. The equipment shall have an effective means of removing the chips from the
pavement and for preventing dust from escaping into the air.
Fremont Street, from Santa Inez Avenue to Monte Diablo Avenue, the street shall be ground to a
full depth of at least 14" lip of gutter to lip of gutter within the above -referenced limits.
The excess material produced shall be loaded, and off -hauled by the Contractor to a site located
outside the City of San Mateo. It shall be the responsibility of the Contractor to process his work
so that chipping or breaking the concrete curb or gutter adjacent to the pavement will be
prevented.
After a street has been keyed, conforms cut, and/or has been ground full width, the Contractor
shall place a compacted wedge of temporary asphalt at crosswalks and at all conforms at
intersections to provide for a smooth transition for both vehicular and pedestrian traffic. The
asphalt wedge shall be in place and maintained from the time a street is ground to the time a
street is to be overlaid. The asphalt wedge shall be completely removed prior to the overlay
process. No extra compensation will be given for this work but shall be considered as
incorporated in the unit bid price for removal and off -haul of gutter key.
All material shall be loaded and off -hauled at the price bid per bid schedule.
SP -300-1.3.2C REMOVAL AND DISPOSAL OF CONCRETE DRIVEWAYS, CURB,
WALK, AND GUTTERS. Concrete removal shall conform to the provisions in Section 300-
1.3.2C of the Standard Specifications as amended with the following:
I:\PWENG\ACONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000
51
1
I
I
1
1
i
I
I
I
Saw cutting of concrete driveways, curb, walk, and gutters shall be to the depth necessary so as
to prevent damage to adjacent concrete sections. Damage to adjacent sections will be repaired
by Contractor at his expense.
Where driveway approach, curb, gutter, and sidewalk are to be removed, existing driveway
approach, curb, gutter, and sidewalk are to be saw cut at the nearest existing score lines unless
directed by the Engineer. Replacement of driveway approach, curb, gutter, and sidewalk shall
include drilling 518" diameter holes, at least 4" deep, on 24" centers along the face of the saw cut.
Contractor shall install 12" lengths of #4 rebar at least 4" into the drilled holes and secure them
with epoxy.
Full compensation for removal and disposal of concrete shall be considered as included in the
price bid for other items of work and no additional compensation will be allowed therefore.
SP -300-1.4 PAYMENT. Payment for removal and disposal of gutter key and off -haul shall be at
the unit price bid per lineal foot. Payment for removal and disposal of sidewalk and off -haul
shall be at the unit price bid per bid schedule.
SP- 301-2 SPREADING AGGREGATE BASE. Spreading and compacting of aggregate base
shall be in conformance with Section 301-2 of the Standard Specifications.
SP -302-5.5 ASPHALT CONCRETE DISTRIBUTION. Asphalt Concrete distribution,
spreading and compacting shall be in conformance with Section 305.5 and 302-5.6.1 of the
Standard Specifications.
SP -302-9 RECORD OF EXISTING TRAFFIC CONTROL AND TEMPORARY MARKERS.
Prior to the removal of any of the existing traffic control delineation, the contractor shall take
whatever action is necessary to ensure that said delineation can be accurately replaced at its
previous location upon completion of base failure repair or overlay.
The new delineation shall be replaced not less than three nor more than four days after
installation of the overlay.
If on those streets not designated to be resurfaced, the existing traffic control system is impacted
by base failure repair, or other construction activities, the Contractor shall install temporary
Davidson markers until the permanent traffic control system can be replaced by the contractor.
The contractor shall provide temporary stop legend and cross -walk replacement as necessary
until the permanent installation has been done.
SP -303-5 CONCRETE CURBS, WALKS, GUTTERS, ACCESS RAMPS AND DRIVEWAYS.
Construction of concrete curbs, walks, gutters, access ramps and driveways shall conform to the
provisions in Section 303-5 of the Standard Specifications and the following special provisions.
Other costs associated with the construction such as saw cutting, aggregate base, adjusting water
I:\P WENGW_CONTRS\20001FREMONTIICONTRACT.fOC March 23, 2000
52
1
I
I
1
I
I
i
I
.I
I
r
1
I
1
I
1
meter boxes and providing plywood and/or steel plate for temporary ramping to driveways are
deemed included in the unit cost of the item and no additional compensation shall be allowed
therefore.
Curb, gutter and sidewalk removal and replacement shall be done on one side of the street at a
time. There shall be no instances where sidewalks on both sides of the street are demolished at
the same time leaving no room for the pedestrian traffic to walk through the area.
During construction of the curb, gutter and sidewalk, the Contractor shall install temporary
walkways for residents' access in and out of the property if necessary. Payment for temporary
walkway is to be included as part of the curb, gutter and sidewalk pay item. No additional
compensation will be made to Contractor for the temporary walkways.
hi some cases, only a portion of the driveway, walkway or lawns is scheduled for removal and
replacement. The homeowner may want the work extended further into the property at their
expense. The Contractor may execute contracts with individual homeowners to do this
additional work. The City will provide the Contractor with a list of homeowners who would
want to receive a quote for the additional work. City will not be responsible for payment for any
work in addition to that shown on the plans unless approved in writing, in advance, by the City.
Additional driveway work shall be limited to the strict removal and replacement of the existing
driveways. Otherwise; a building permit is required for the extra paving.
SP -308-2.3 TOPSOIL PREPARATION AND CONDITIONING. Placement of topsoil shall
conform to the provisions in Section 308-2.3 of the Standard Specifications. Contractor shall
remove all loose gravels, rocks, debris and forms per direction of the engineer prior to importing
any topsoil. A minimum of 6" of topsoil is required in the planting strip.
SP -308-4.8.3 SOD. The type and thickness of the sod shall be the same as the sod removed or as
approved by the homeowner of the place where the sod is to be installed. Placement of the sod
shall conform to the provisions in Section 308-4.8.3 of the Standard Specifications. Contractor
shall coordinate this activity with the individual homeowners and seek their approval before
placement of sods.
I:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000
53
1
I
1
I
I
I
1
1
I
1
IS
COPOLYMER
POLYPROPYLENE
PLASTIC
I/2 GRADE 60
STEEL REINFORCEMENT
SECTION B -B
1'01A HOLE 3.3/4' DEPTH
2 HOLES
INSTALLATION
MANHOLE STEP DETAILS
NOTES 1
I. CONCRETE SLAB AROUND CASTING SHALL
BE A CONCENTRIC CIRCLE IN STREETS
2. CONCRETE SLAB AROUND CASTING SHALL
BE SQUARE AND FORMED WITH LUMBER
IN EASEMENTS.
3. TAPER "SHELF" I/2" PER FOOT TOWARDS
CHANNEL.
4. INSTALL MANHOLE STEPS IN MANHOLES.
GREATER THAN 4 FEET DEEP.
5. MANHOLE STEPS SHALL BE PLASTIC -
COATED STEEL AS MANUFACTURED BY
M.A. INDUSTRIES, INC. PEACHTREE,
GEORGIA , MODEL PS • 2 - PF OR CITY
APPROVED EQUAL.
NOT TO SCALE A ` REVISION JUNE 2811989
Orr OF SAN 4I4T£O CALIFORNIA 94403
STANDARD PRECAST CONCENTRIC MANHOLE
560-03250
CONG. SLAB
ZS
STANDARD FRAME AND COVER , SEE 3•I.107
STREET
GRADE c
560-C-4250
POURED IN PLACE)O
SECTIONAL ELEVATION
PRECAST
CONC. CONE
SECTION A - A
DArE
1987
DRAWN BY
RLG
SD
CHECKED APPROVED
IT ENGINEER
CASE
3
DRAWER
SET
104
ati--
currr nr
M ® a ® a ! ® a a a ® ® M i
c0
a 6"
01 n�j
CITY - OF SAN MATEO CALIFORNIA 94403
TYPICAL SECTIONS OF CURB, GUTTER AND SIDEWALK
m
m
0
MIN.
7-12" MAX. ..
DRAWN BY CHECKED
RLG MC
to
ro
_
EXISTING A.C. -
PAVEMENT
.
:
v
j
1
SLOPE: 1/4" PER
BATTER
BATTER;
PER ADE
FOOT
CURB
GRI"
FOOT
/
rq"
.a. -6 ,.'n•.Q.•:�"
-.J:-`-'o
��—
_^A• 6..
SLOPE:
_ __ _
*X-6..}MIN-
(,PERf00�
APPROVED /L2
( CITY ENG/NEER
COMPACTED
SUBGRADE 6"
MIN.
•.•L. .;.f;:::':.::::.::.:�^a•=0-'.:
.5 ;.-, I,: •,. :;....;..'.:. ;;:;; +°-'' •"'
DEEP LIFT A.C.
BATTER: I" PER FOOT
CLASS 2 AGGREGATE BASE AT
T.. 520-C-2500 CONCRETE
NOTE:
FOR.
SOUAR
INTERVALS.
SCORING
COLD
95% RELATIVE COMPACTION
OR AS APPROVED BY THE ENGINEER
TYPICAL 5 FT SIDEWALK, SCORE IN 2.5 FT
ES AT 10 F
ANDFORNON-TYPICAL COLD JOINTS TOBSEI EWALKT TYPE
TO BE AS DIRECTED BY CITY WITH
JOINT EVERY FOURTH MODUAL, NOT TO EXCEED 15 FT.
5'- 0"
"A°
2'-6"
/12"
6" MIN.
MAX. -)F
8.112"
EXISTING A.C.
PAVEMENT
SLOPE: 1/4" PER FOOT
R=4"
R=6"
"
____,_
6"
MIN.
: 0 • '.
DEEP LIFT A.C-
p. ..' '
• ::;.
[�
W G
emenzetcr
_
A
Y
.. .. . . .
-.: • '..-.'. :: ';: :
- .. : ,' .' . . . . ..:.. .'
BATTER: t" PER FOOT
-. • - • .
COMPACTED
SUBGRADE
CLASS 2 AGGREGATE BASE AT 520-C-2500
95% RELATIVE COMPACTION CONCRETE
OR AS APPROVED BY THE
ENGINEER TYPE .B0
NOTE: PROVIDE AND INSTALL *4 x 12" LONG DOWELS * REQUIRED ONLY WHERE EXISTING A.C. PAVEMENT
AT 18" 0.C. MAXIMUM AT THE END OF UNFINISHED IS NOT BEING RECONSTRUCTED AND ONLY FOR
CONCRETE POUR OR WHERE NEW CONCRETE - THE PURPOSE OF SETTING UP FORMS AT LIP OF
JOINS EXISTING CONCRETE. GUTTER.
NOTE: CONCRETE SHALL CONTAIN ILB OR IPT OF LAMP BLACK PER CU. YD. NOTE; TYPE "B" TO BE USED ONLY IN SPECIAL
NOTE: CURB AND GUTTER TO BE POURED MONOLITHIC UNLESS APPROVED CASE WITH PERMISSION FROM CITY ENGINEER.
BY CITY ENGINEER. -X- * 4"AB(2) MAY BE USED WEST OF BAYSHORE FRWY.
/I\REVISION 3/21/96
NOTES
Cover
Grade ring
Asphalt
Concrete
560-C•3250
Roodwoy
GRADE RING DETAIL
Frame
2'-
I. Registered Engineer or Lond Surveyor No.
. and yeor shall be 3/16" min. stomp
- on plate
2. Monument mark shall be 0 1/8" dio.
drilled hole or well defined punch mark
• and cross placed within the clear center
area of the plate.
3. Frame and cover shall be os .
detailed on STD DWG 3 - 1 - 143
Set brass plate
in fresh concrete
A.C.
finished grade
4,
%!!//!///!//AS
.o'•
•
rO
: M a
Form with 3/32" wax
impregnated paper or sheet
metal which may be left
in place
Pour agoinst undisturbed
earth in drilled hole
No.4 Rebor 2 long
Concrete 560-C-3250
DRAWN BY
CHK. BY
St
Top of Sidewalk
or Pavemen 1
sturbed
S
a
c
N
6" Dia.
STANDARD MONUMENT
APPROVED
CITY ENGINEER
PLAN CASE
SAN M
4
L.S. N0.
DRAWER
SHEET
0
To be trowled
Back of -curb
.0
L.
u
0
E
0
z
J
4-0"
2'-O"
2'-O"
c0'r' per foot
Slope -� P o
• ,fit m .e'.•q , 4., y.. • 91w.:a
2" sand or 3" compacted
crushed rock or gravel
TYPE
L
Top of pvrn't.
O"
3"
8
520-C-2500
concrete
Slope I" per foot
2" sand or 3". compacted
crushed rock or gravel
REVISION JUNE 28 1989
TYPE
D*
to
Top . of pvm't.
A
520-C-2500 concrete
$ To be used in special case with
permission from City Engineer.
STANDARD
TYPICAL SECTIONS OF ROLLED. TYPE CURB AND GUTTER
DATE
I9t3
DRAWN BY
C. P. W.
CHK. BY
J. G.
SAN..-MATFO, CALIF.
1
1
I
1
1
I
1
Back of Walk -_
Driveway
Expansion Joint,
Sidewalk Width
Variable
Slope of walk 1/4"per foot
6::.GONG:; DRIVE WAY 4P1)k0.4c
' •:•\;i, /add\~. •-
I Q \\\�Yi/jAY-j/
ts•Compocted Subgrade-/
SECTION A -A
&t Note: Concrete shall contain I lb. or I pt. of lamp black per
20' Safety island_
Gutter width
Curb grade
Normal •ut
1 ////A \Vi/..a\ 520-C-2500
Q46"Class 2 Aggregate Base at
95% compaction or as approved
by the Engineer.
cubic yard,
35' Maximum Driveway Approach Width
Back of sidewalk - q
3' min. ./`W"�
r
Gutter flow
4.
35' Maximum Driveway Width
Expansion Joint
u
0
5
1
Canc.
Driveway
Q i Approach ••i
;
Driveway
A
c
0'
0
a
0
_ 70' Sntety isloM
3' min.
i
Top of curb'
LA
PROFILE
rBock of sidewalk
Concrete
sidewalk-i- J
Back of Curb
"Wei
2 `•
3 mink' j •`. Curb Line
`Concrete gutter
PLAN
LRev. 9/15/87 A2 Rev.5/28/99 ®Rev.'7/96 ARev.11/5/97
CITY Of SAN MATED
CAT£
1987
NOTE:
I. Whenexisting concrete improvements
are to be removed and replaced with
new driveway they shall be col with
a concrete sow.
2. Provide o safety islond with not less
than 20' of parking area between
driveways unless otherwiseapproved
by the City Engineer:
3.If expansion joint tolls in
driveway, place in center
between curb cuts.
4. W r Width of Driveway
Note: No driveway to be
constructed within
three feet of curb return.
STANDARD COMMERCIAL DRIVEWAY
APPROACH
Rev. 79C
CALIFORNIA 94403
DRAWN BY
RLG
CN£CXED
ER
APPROVED
/CIT•.
ENGINEER
3
DRAWER I SE
148
c accr I nF 1
1
1
I
1
1
1
I
1
1
1
1
I
I
V-6" ridrvewfy 20'-0"(MAX)
i-Expansion Joint
-°�A VARIABLE
2'-6"
Edge of Dnveway-
0
m
I -•
tn
ci
Std. Type )
A Curb)
S
Maximum
Driveway Width 25'-O"
PLAN
/ Note:: Concrete shall contain I Ib. or I pint
of lamp black per cu. yd..
Expansion Joint
Driveway
Slone
� r to n�`..1:.'.•s;.'.
•
Compacted
Subgrade
x 0
I a
2
7
A--
® a
520-C-2500 Concrete/
f SI- 611 . 1
E Per Footer b 11
Expansion
Joint
Gutter Width
6" Class 2 Aggregate'Base at 95%compaction
or as approved by the Engineer.
SECTION' A
* REQUIRED ONLY WHERE EXISTING A.C.PAVEMENT
IS NOT BEING RECONSTRUCTED AND ONLY FOR
THE PURPOSE OF SETTING UP FORMS AT LIP
OF GUTTER. _
Note: No_drivewayshalibeconstructed _._within #hree_lfest of any curb return.
-"1St-
25'-.0"
t- (MAX) I A\ Note: _ When existing concrete improvements -are to
REVISION DEC. 6, 1999 be removed and replaced, with new driveway
REVISION SEPT. 15, 1987 REVISION JUNE 28 1989 they shall be cut with a concrete saw.
REVISION JUNE 1,1988 ® REVISION NOV. 5, 1997 REVISED 7/90
STANDARD
RESIDENTIALSAN MADRIVTEDEWAY APPROACH
, CALIF.
DATE
1973
DRAWN BY
T. L.
CHIC. BY
I.G.
APPROVED
PLAN CASE
3
DRAWER
1
SHEET
149
tin ore
Or greater
1.33% Max
SOS Nate S
9432 Max
4' w,
croawak
CASE A
See Nate 9
4
932 Melt of curb
Cream*
fl Max at Curb See Note I
Retaining curb if
/neaeaa'y at Gage
of *Mew*
i See Nate 6
to s
rile Front edge of
•� �.j f (adewak
Vie,
qY ix
1rrx 2i
curb
�A o ) '''See Note 9
CASE B
2Y' kin
5'
5'
(/Retsining crrb:Jf..,
f necessary of edge
of soewok
D See Note 9
CASE C
Use wher, sidevoot is less than 6• wide
lop of romp.
Rounded
4'Min
Sop of romp
Rounded
9.132 Max 22
SECTION A -A
4'kin
Retaining Curb
If necessary
'6.332 Cox 22 Max
SECTION B -B
Depress entire sidewalk lee required
Retaining curb
Cif necessary—L �
22 Mot' T7
SECTION C -C
DATE
PREP. BY
lfllod1 am mrfaa.
mt rep Mee Note Si
no p
CASE E
.Planting
area
See Nate a
CASE F
See Note 4
CASE D :
—f or
•
re ®9aV wSW aef
Front edge of
siOeMt
ai w
Front
ide akdge Of
See Note 6
S�
....
102 Max' 4
at curb
CASE G �A
See Note 4
Approximately Ye
I-- l/
GROOVING DETAIL
see Note 9
•
{."1 teaT1 tut 1-nr-La ro;e;:t
n s
May 29,1996
hra rq.6 Nit
NEPA . M.+,. .r me.. ,n4
• /Ir.... Fe all w W.
O 0 0
I
go®OO
RAISED TRUNCATED
DOME PATTERN
0.4Sy FT020"
0.91211.
O
RAISED TRUNCATED DOME
DETECTABLE WARNING SURFACE
See Nate 9 •
flemavd and replacement Limit of pay
Of Contractor's option 4'Min
Urges, otherwise shown Rounded 1
on project pons
_
DETAIL H
Existing curb and side.,*
Front
edge of
sidewalk
NOTES
L If distance tram curb It bock of sidewalk Is too
short to accommodate ramp and Vpictform as In
Case A, the sidewalk may be depressed longitud!nally
or as In Case S or Cy be widened as In Case 0.
2.If sidewalk le less than 6' wide, the lull width of
the sidewalk shall be depressed as shown in Case C.
S. linen ramp Is located In center of curb return.
crosswalk configuration must be similar to that
shown for Case E to accommodate wheelchairs.
4. For Cases F and C. the longitudinal Portion of the
sldewak may need to be depressed as shown in
Case B.
5.M located on a curve the sides of the ramp need
not be parallel, but the minimum width of the ramp
shall be 4'.
6. Transitions from romps to roks.OJttera. Or streets
shall be flush and tree of abrupt changes.
7. Sidewalk and romp thickness. x7x,, shill be S/n kin.
e. the ramp shell have a 12" wide border with u '
grooves approximately j'," on center. See proovinc
t9. Curb ramps that have a ramp Mope flatter than
6.672 shall have o detectable warning surface that
extends the full width of the romp and 24" minimum
length, similar to that shorn on Case 0. Detectable
warning surfaces• at the option of the Contractor.
shall be constructed by cast -In -pace or stamped method.
or consist of a prefabricated surfpce.Tne prefabricoted
surface shell conform to the requirements In the
'special provisions.
IO.fhen detectable warning surface Is not required on
o curb ramp, the concrete finish of the ramp and Its
flaredsidesshall ve a transverse browsed surface
texture rougher than the surrounding sidewalk,
II. Ramp side slope varies uniformly free o maximum of 104
at curb to conform with ongltudlnalsidewok slope
adjacent to top of the ramp, except In the Case C.
R.Ulility pull boxes. manholes. woutts and all other ut Alt y
facilities within the boundaries of the curb ramp
will be r located by the o r prior to. or in
conjunction with. curb romp construction
U. Mmlmum slopes et adjoining gutters.the rood surface
Immediately adjacent to the curb romp and continuous
passage to the curb ramp shall not exceed S percent
within 4' of to top or bottom of the curb ramp.
14. Design details approved by the Division of the State
Architect on March 056.
SLOE OF CALIEDRNA
DEPARTMENT OF IFUNSPoRtAToN
CURB RAMP DETAILS
NO SCALE
RRSP ASS DATED MAY 29, 1996 SUPERSEDES STANDARD PLAN NSP ASS DATED
.AMY I. 1992 AND SUPPLEMENTS THE STANDARD PLANS 5006 DATED JULY 1992.
REVISED NEW STANDARD PLAN RNSP A88
WHEEL CHAIR RAMP
SAN MATEO, CALIF.
CHIC BY
APPROVED
PLAN CASE
DRAWER
1
SHEET
1999
H.A
D.0
E.
alas/'c
DIRECTOR OF PUBLIC WORK
3
157
"
L " . . s y : �� F . $ " " " " : " : ; : . ? _ '