Loading...
HomeMy Public PortalAbout1999/2000 Base Failure Repair And Street Resurfacing: Phase 11 1 1 1 1 1 1 1 1 '1 1 1 1 1 1 1 1 1 CONTRACT BOOK 1999/2000 BASE FAILURE REPAIR AND STREET RESURFACING: PHASE I CITY PROJECT NO, 09-90-89-12.13 To be used in conjunction with APWA-AGC Standard Specifications for Public Works Construction 1997 Edition, as amended by the 1998 and 1999 Supplements JUNE 1999 CITY OF SAN MATEO Public Works Department 330 West 20th Avenue San Mateo, CA 94403 650/522-7300 650/522-7301 (fax) osk 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT BOOK 1999/2000 BASE FAILURE REPAIR AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 3-19-29 (6 sheets) TIME OF COMPLETION: 35 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 REQUIREMENT TO PAY WORKERS' COMPENSATION CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE SPECIAL PROVISIONS PART I -- GENERAL PROVISIONS PART II -- CONSTRUCTION MATERIALS PART III -- CONSTRUCTION METHODS STANDARD DRAWING APPENDIX I - AGREEMENT FOR PUBLIC IMPROVEMENT \\CITYHALL\QDLSWWENG\A_CONTRS\1999\BFRPH1\CONTBKI.DOC 6/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTICE INVITING SEALED PROPOSALS 1999/2000 BASE FAILURE REPAIR AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for 1999/2000 Base failure repair and street resurfacing: Phase I and other work as shown on the Contract Drawings No. 3-19-29 and as described in this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 1997 Edition, as amended by the 1998 and 1999 Supplements. 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, Califomia. 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 $530,000.00. 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 cutified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 5. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in Special Provisions SP -7-2.3 through SP -7-2.3.3. 6. The time of completion for this contract shall be thirty-five (35) 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, 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 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBK IDOC 6/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 9. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, Califomia 94403, at or before 2:00 p.m., July 8, 1999, 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: June 16, 1999 /S/CLAIRE MACK, MAYOR \\CITYHALL\QDLS\PWENG\A CONTRS\19991BPRPH I\CONTBKI.DOC 3 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 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, 1997 Edition, as amended by the 1998 and 1999 Supplements. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for Public Works Construction, 1997 Edition, as amended by the 1998 and 1999 Supplements; and is also subject to the tciuis 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 ( ) \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 4 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 LOCATION A: E. BELLEVUE AVENUE — FROM RAILROAD TRACKS TO S. DELAWARE STREET ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Traffic Control 1 LS $ $ 2 Grind 0.2' AC pavement lip of gutter to hp of gutter 25,160 SF $ $ 3 Construct 0.2' AC pavement 25,160 SF $ $ 4 Remove roots and treat area with Cassaron 1 LS $ $ 5 Furnish and install petromat 3,000 SY $ $ 6 Remove and replace concrete sidewalk 1,660 SF $ $ 7 Remove and replace concrete curb and gutter (1' gutter) 400 LF $ $ 8 Remove and replace concrete driveway and driveway approach per City standard drawing (6" PCC) 1756 SF $ $ 9 Construct wheelchair ramp per City standard drawing 4 EA $ $ 10 Adjust MH riser ring to grade 4 EA $ $ 11 Adjust water valve rim to grade 9 EA $ $ 12 Remove and replace sewer clean out box 4 EA $ 13 Install "Stop" pavement legend 3 EA $ $ 14 Install 12" white thermoplastic stop bar/limit line 72 LF $ $ 15 Install detail 23 50 LF $ $ 16 Install "RXR" pavement legend 1 EA $ $ 17 Install '25' speed limit pavement legend 2 EA $ $ 18 Install 12" wide yellow thermoplastic cross walk 180 LF $ $ 19 Install blue reflector 3 EA $ $ 20 Post overlay sweeping 1 LS $ $ TOTAL THIS SECTION LOCATION A: $ CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPH I\CONTBK I.DOC 5 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOCATION B: HUMBOLDT STREET FROM 4TH TO 9TH AVENUE ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Traffic Control 1 LS $ $ 2 Grind 0.1' AC pavement lip of gutter to lip of gutter/curb to curb 60,940 SF $ $ 3 Construct 0.1' AC pavement 60,940 SF $ $ 4 Remove roots and treat area with Cassaron 1 LS $ $ 5 Remove and replace concrete sidewalk 200 SF $ $ 6 Construct wheelchair ramp per City standard drawing 7 EA $ $ 7 Remove and replace concrete curb and gutter (5' gutter) 120 SF $ $ 8 Remove and replace concrete driveway and driveway approach per City standard (6" PCC) 870 SF $ $ 9 Adjust MH riser ring to grade 7 EA $ $ 10 Adjust water valve rim to grade 2 EA $ $ 11 Install "Stop" pavement legend 7 EA $ $ 12 Install 12" white thermoplastic stop bar/crosswalk 436 LF $ $ 13 Install '25' speed limit pavement legend 2 EA $ $ 14 Install Detail 4 1250 LF $ $ 15 Install Detail 22 200 LF $ $ 16 Install Detail 38B 50 LF $ $ 17 Install Type 'A' and Type 'D' loop detectors per plan 1 LS $ $ 18 Install blue reflector 5 EA $ $ 19 Past overlay sweeping 1 LS $ $ TOTAL THIS SECTION LOCATION B: $ 1 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 6 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOCATION C: BERMUDA DRIVE — FROM SULLIVAN TO ANNAPOLIS ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Traffic Control 1 LS $ $ 2 Grind 0.2' AC pavement lip of gutter to hp of gutter 55,200 SF $ $ 3 Construct 0.2' AC pavement 55,200 SF $ $ 4 Furnish and install petromat 6,000 SY $ $ 5 Remove and replace concrete sidewalk 250 SF $ $ 6 Remove and replace concrete curb and gutter (2' gutter) 16 LF $ $ 7 Adjust MH riser ring to grade 4 EA $ $ 8 Adjust monument rim to grade 5 EA $ $ 9 Install "Stop" pavement legend 3 EA $ $ 10 Install "Ahead" pavement legend 1 EA $ $ 11 Install "Slow School" pavement legend 1 EA $ $ 12 Install 12" white thermoplastic stop bar/crosswalk 12 LF $ $ 13 Install 12" yellow thermoplastic crosswalk 60 LF $ $ 14 Install blue reflector 1 EA $ $ 15 Post overlay sweeping 1 LS $ $ TOTAL THIS SECTION LOCATION C: $ LOCATION D: ANNAPOLIS — FROM BERMUDA DRIVE TO WESTERLY END ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Traffic Control 1 LS $ $ 2 Grind 0.1' AC pavement lip of gutter to lip of gutter 57,000 SF $ $ 3 Construct 0.1' AC pavement 57,000 SF $ $ 4 Construct wheelchair ramp per City standard 4 EA $ $ 5 Adjust MH riser ring to grade 4 EA $ $ 1 \\CITYNALL\QOLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBK IDOC 7 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6 Adjust monument rim to grade 3 EA $ $ 7 Install `Stop' pavement legend 1 EA $ $ 8 Install 12" white thermoplastic stop bar/crosswalk 12 LF $ $ 9 Post overlay sweeping 1 LS $ $ TOTAL THIS SECTION LOCATION D $ LOCATION E: OVERLAND DRIVE — FROM GLENDORA DRIVE TO WOODBERRY 1 Traffic Control 1 LS $ $ 2 Grind 0.2' gutter key and conform 1,696 LF $ $ 3 Base failure repair 2,000 SF $ $ 4 Construct 0.2' AC pavement 25,440 SF $ $ 5 Adjust manhole riser ring to grade 4 EA $ $ 6 Adjust water valve rim to grade 1 SF $ $ 7 Remove and replace concrete driveway approach per City standard drawing 680 SF $ $ 8 Remove and replace concrete curb and gutter (2' 6" gutter) 270 LF $ $ 9 Fumish and install 6" perforated PVC pipe 570 LF $ $ 10 Furnish and install Petromat 3,200 SY $ $ 11 Furnish and install 8" PVC SDR 21 370 LF $ $ 12 Connect 8" PVC pipe to existing catch basin 1 LS $ $ 13 Remove existing catch basin 1 LS $ $ 14 Connect existing pipe to new catch basin 1 LS $ $ 15 Construct type 'F-1' catch basin 2 EA $ $ 16 Connect perforated pipe to existing catch basin 1 LS $ $ 17 Install `Stop' pavement legend 1 EA $ $ 18 Install 12" white thermoplastic stop bar/crosswalk 12 LF $ $ 19 Install Detail 4 50 LF $ $ 1 \\CITYHALL\QDLS\PWENOW_CONTRS\1999\BFRPHI\CONTBK I.DOC 8 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 20 Install blue reflector 2 EA $ $ 21 Post overlay sweeping 1 LS $ $ TOTAL THIS SECTION LOCATION E: $ LOCATION F: TERMINAL PLACE (ALLEY) 1 Traffic Control 1 LS $ $ 2 Grind existing AC and AB as necessary (to construct 3" AC and 6" AB) 11,750 SF $ $ 3 Construct 3" AC 9,870 SF $ $ 4 Construct 6" AB 11,750 SF $ $ 5 Construct concrete valley gutter (6" PCC-3' wide) 630 LF $ $ 6 Remove and replace concrete driveway per City standard drawing 1,840 SF $ $ 7 Adjust MH riser ring to grade 4 EA $ $ 8 Adjust water valve rim to grade 11 EA $ $ 9 Install `Stop' pavement legend 4 EA $ $ 10 Install 12" wide white thermoplastic stop bar 40 LF $ $ 11 Install STOP sign, pole and base 4 EA $ $ 12 Post overlay sweeping 1 LS $ $ 13 Install header board 1,100 LF $ $ TOTAL THIS SECTION LOCATION F: $ LOCATION G: DE ANZA FIRE STATION PARKING LOT 1 Traffic Control 1 LS $ $ 2 Base failure repair (10" AC) 720 SF $ $ 3 Grind a full depth of 0.2' AC 4,310 SF $ $ 4 Furnish and install petromat 570 SY $ $ 5 Construct 0.2' AC over petromat 5,030 SF $ $ 6 Remove roots and treat area with Cassaron 1 LS $ $ 7 Post overlay sweeping 1 LS $ $ 1 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPH I\CONTBKI.DOC 9 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TOTAL THIS SECTION LOCATION G: $ TOTAL SECTION LOCATION A: E. BELLEVUE AVENUE $ TOTAL SECTION LOCATION B: HUMBOLDT STREET $ TOTAL SECTION LOCATION C: BERMUDA DRIVE $ TOTAL SECTION LOCATION D: ANNAPOLIS $ TOTAL SECTION LOCATION E: OVERLAND DRIVE $ TOTAL SECTION LOCATION F: TERMINAL PLACE (ALLEY) $ TOTAL SECTION LOCATION G: DE ANZA FIRE STATION PARKING LOT $ TOTAL BID $ 1 \\CITYHALL\QDLS\PWENGW_CONTRS\1999\BFRPHIICONTBKL.DOC 10 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 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 1 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTRKI.DOC 11 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1997 Edition, as amended by the 1998 Supplement, 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 , 1999, at , California. The undersigned understands he must meet the requirements of Section SP -7-2.3, NON- DISCRIMINATION POLICY prior to award of contract and conform to those guidelines throughout the duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within 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 teicn 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. \\CITYHALL\QDLS\PWENG\A_CONTM1999\BPRPHI\CONTBKI POC 12 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not named herein, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage of any kind whatever. Enclosed find bond or certified check or cashier's check no. of the Bank for . Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned. The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. \\CI1YHALL\QDLS\PWENG\A_CONTRS\1999\BFRPH t\CONTBKI.DOC 13 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 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 CITYHALL\QDLS\PWENG\A_CONTRS\1999\BPRPH I\CONTBK 1.DOC 14 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 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. UCITYHALL\QDLS\PWENGW_CONTRS\1999\BFRPHI\CONTBKIDOC 15 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 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 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBK 1.DOC 16 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Fonn) 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in, the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The undersigned understands that weekly certified payrolls must be submitted for verification. BIDDER By: (Name and title of person making certification) Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. O. Box 420603 San Francisco, CA 94142-0603 \\CITYHALL\QDLSWWENGW_CONTRSU9991BFRPHIICONTBK I.DOC 17 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 1997 Edition, as amended by the 1998 and 1999 Supplements, (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 -2-1 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. 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. \\CITYHALL\QOLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI:000 18 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I 3-19-29 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. Signal, Lighting, and Electrical Systems Detectors ES 5A Signal, Lighting, and Electrical Systems Detectors ES 5B 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 Markers Symbols and Numerals A -24-C \\CITYHALL\QDLS\PWENG\A_CONTRS\I999\BFRPHI\CONTBK1.DOC 19 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Pavement Markers Words A -24-D Pavement Markers Words and Crosswalks A -24-E Curb Ramp Details A88 SP -2-5.3 SHOP DRAWINGS AND SUBMITTALS. Table 2-5.3.2 (A) under SP 2-5.3.2 is deleted and the following table is substituted instead. The Contractor is required to provide shop drawings and/or submittals for the following items listed. TITLE SUBSECTION NUMBER TITLE SUBJECT SUBMITTALS DUE 1 SP 2-5.5 Plans As -built drawings Following completion of work, but prior to acceptance of project. 2 6-1 Construction Schedule Construction schedule and commencement of work At pre -construction meeting. 3 SP 200-1-5.5 Sand Gradations Sand for pipe bedding 4 SP 200-2 Aggregate Base Base rock 5 SP 201-1 Portland Cement Concrete Sidewalk, curb and gutter, manholes, catch basins, and trench cap 6 SP 201-6 Trench Backfill Controlled density fill or sand slurry backfill 7 SP 203-3.2 Tack Coat Emulsified asphalt tack coat * 8 SP 203-6.1 Asphalt Concrete Asphalt concrete surfacing 9 SP 206 Misc. Metal Items Manhole frames and covers 10 207-17 PVC Plastic Pipe Polyvinyl chloride pipe and fittings *Contractor's submittals shall be complete and responsive to the requirements of the specifications. Incomplete submittals may delay the review process. The impact to the construction schedule of such delays shall be the responsibility of the Contractor. No field work shall be performed by the Contractor until shop drawings or submittals related to that field work have been designated as "accepted" by the City. 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 1 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 20 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: Location A: E. Bellevue Ave -from Railroad tracks to S. Delaware Street 1. Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. 2. Grind to a full depth of 0.2' of A.C. and off -haul all asphalt, curb to curb or lip of gutter to hp of gutter within the limits of work. 3. Make base failure repair as per detail as shown on contract drawings. 4. Place leveling course at the direction of the Engineer. (Note: E. Bellevue Avenue is a concrete street with 0.25' to 0.5' AC overlay) 5. Install temporary "cut -back" ramps at crosswalks, driveways, and intersections along ground gutter key/conforms (not a pay item; cost to be included in various related bid items). 6. Make a clean cut along the hp of gutter of root systems designated by Engineer. Remove said roots to a depth of 8" and treat subgrade with Casserson as per manufacture's recommendation. Root removal to be completed prior to base failure repair. 7. Place Petromat at the lip of gutter to the hp of gutter within the limits of work. 8. Remove and replace curb, gutter, sidewalk and driveway approach at the direction of the Engineer, including replacement of any landscaping disturbed. 9. Construction wheelchair ramps at the direction of the Engineer. 10. Overlay E. Bellevue Avenue with 0.2' dense graded 1/2" maximum A.C. including tack coat. 11. Place temporary Davidson markers and remove same at direction of Engineer. 12. Adjust to grade all manholes, water valves and monuments within three working days of completion of the overlay. 13. Install temporary "STOP" bars and legends at the direction of the engineer. 14. Replace Thermoplastic legends and lines removed prior to overlay. 15. Supply and install traffic control buttons removed prior to overlay. 1 RCITYHALL\QOLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 21 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 16. Upon completion of the overlay, the entire street shall be swept as often as necessary to remove debris left from construction activities to the satisfaction of the Engineer. Location B: Humboldt Street -from 4th Ave to 9th Ave 1. Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. 2. Grind to a full depth of 0.1' of A.C. and off -haul all asphalt, curb to curb or lip of gutter to lip of gutter within the limits of work. 3. Make base failure repair as per detail as shown on contract drawings. 4. Place leveling course at the direction of the Engineer. (Note: Humboldt Street is a concrete street with 0.1' to 0.3' A.C. overlay) 5. Install temporary "cut -back" ramps at crosswalks, driveways and intersections along ground gutter key/conforms (not a pay item; cost to be included in various related bid items). 6. Install detector loops per plans. 7. Remove and replace curb, gutter, sidewalk and driveway approach at the direction of the Engineer, including replacement of any landscaping disturbed. 8. Construction wheelchair ramps at the direction of the Engineer. 9. Overlay Humboldt Street with 0.1' dense graded 1/2" maximum A.C. including tack coat. 10. Place temporary Davidson markers and remove same at direction of Engineer. 11. Adjust to grade all manholes, water valves and monuments within three working days of completion of the overlay. 12. Install temporary "STOP" bars and legends at the direction of the engineer. 13. Replace Thermoplastic legends and lines removed prior to overlay. 14. Supply and install traffic control buttons removed prior to overlay. 15. Upon completion of the overlay, the entire street shall be swept as often as necessary to remove debris left from construction activities to the satisfaction of the Engineer. Location C: Bermuda Dr -from Sullivan to Annapolis 1. Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. 2. Grind to a full depth of 0.2' and off -haul all asphalt, hp of gutter to lip of gutter within the limits of work. 1 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 22 06/18/99 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Make base failure repair as per detail as shown on contract drawings. 4. Install temporary "cut -back" ramps at crosswalks, driveways and intersections along ground gutter key/conforms (not a pay item; cost to be included in various related bid items). 5. Place Petromat at the lip of gutter to the lip of gutter within the limits of work. 6. Remove and replace curb, gutter, sidewalk and driveway approach at the direction of the Engineer, including replacement of any landscaping disturbed. 7. Construction wheelchair ramps at the direction of the Engineer. 8. Overlay Bermuda with 0.2' dense graded l/2 maximum A.C. including tack coat. 9. Place temporary Davidson markers and remove same at direction of Engineer. 10. Adjust to grade all manholes, water valves and monuments within three working days of completion of the overlay. 11. Install temporary "STOP" bars and legends at the direction of the engineer. 12. Replace Thermoplastic legends and lines removed prior to overlay. 13. Supply and install traffic control buttons removed prior to overlay. 14. Upon completion of the overlay, the entire street shall be swept as often as necessary to remove debris left from construction activities to the satisfaction of the Engineer. Location D: Annapolis — from Bermuda to westerly end 1. Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. 2. Grind to a full depth of 0.1' of A.C. and off -haul all asphalt, hp of gutter to lip of gutter within the limits of work. 3. Make base failure repair as per detail as shown on contract drawings. 4. Install temporary "cut -back" ramps at crosswalks, driveways and intersections along ground gutter key/conforms (not a pay item; cost to be included in various related bid items). 5. Remove and replace curb, gutter, sidewalk and driveway approach at the direction of the Engineer, including replacement of any landscaping disturbed. 6. Construction wheelchair ramps at the direction of the Engineer. 7. Overlay Annapolis with 0.1' dense graded 1/2" maximum A.C. including tack coat. \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI \CONTBKI.DOC 23 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8. Place temporary Davidson markers and remove same at direction of Engineer. 9. Adjust to grade all manholes, water valves and monuments within three working days of completion of the overlay. 10. Install temporary "STOP" bars and legends at the direction of the engineer. 11. Replace Thermoplastic legends and lines removed prior to overlay. 12. Supply and install traffic control buttons removed prior to overlay. 13. Upon completion of the overlay, the entire street shall be swept as often as necessary to remove debris left from construction activities to the satisfaction of the Engineer. Location E: Overland — from Glendora to Woodberry 1. Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. 2. Grind and off -haul gutter key and conforms as per detail of the contract drawings using the cold planing progress 3. Make base failure repair as per detail as shown on contract drawings. 4. Furnish and install 6" perforated PVC pipe as shown on plans or directed by engineer. 5. Furnish and install 8" PVC SDR'21 pipe as shown on plans or directed by engineer and connect PVC pipe to existing catch basins. 6. Install temporary "cut -back" ramps at crosswalks, driveways and intersections along ground gutter key/conforms (not a pay item; cost to be included in various related bid items). 7. Remove and replace curb, gutter, sidewalk and driveway approach at the direction of the Engineer, including replacement of any landscaping disturbed. 8. Construction wheelchair ramps at the direction of the Engineer. 9. Overlay Overland with 0.2' dense graded 1/2" maximum A.C. including tack coat. 10. Place temporary Davidson markers and remove same at direction of Engineer. 11. Adjust to grade all manholes, water valves and monuments within three working days of completion of the overlay. 12. Install temporary "STOP" bars and legends at the direction of the engineer. 13. Replace Thermoplastic legends and lines removed prior to overlay. 1 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 24 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 14. Supply and install traffic control buttons removed prior to overlay. 15. Upon completion of the overlay, the entire street shall be swept as often as necessary to remove debris left from construction activities to the satisfaction of the Engineer. Location F: Terminal Place (Alley) 1. Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. 2. Grind to a full depth of at least 9" (to construct 3" AC and 6" AB) and off -haul all asphalt within the limits of work. 3. Construct 6" AB and 3" AC. 4. Install temporary "cut -back" ramps at crosswalks, driveways and intersections along ground gutter key/conforms (not a pay item; cost to be included in various related bid items). 5. Construct valley gutter per plan. 6. Remove and replace curb, gutter, sidewalk and driveway approach at the direction of the Engineer, including replacement of any landscaping disturbed. 7. Overlay Terminal Place with 3" dense graded 1/2' maximum A.C. including tack coat. 8. Adjust to grade all manholes, water valves and monuments within three working days of completion of the overlay. 9. Upon completion of the overlay, the entire street shall be swept as often as necessary to remove debris left from construction activities to the satisfaction of the Engineer. Location G: De Anza Fire Station Parking Lot 1. Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. 2. Grind to a full depth of 0.2' of A.C. and off -haul all asphalt within the limits of work . 3. Make base failure repair as per detail as shown on contract drawings. 4. Install temporary "cut -back" ramps at crosswalks, driveways and intersections along ground gutter key/conforms (not a pay item; cost to be included in various related bid items). 5. Overlay Parking lot with 0.2' dense graded 1/2" maximum A.C. including tack coat. 6. Upon completion of the overlay, the entire street shall be swept as often as necessary to remove debris left from construction activities to the satisfaction of the Engineer. \\CITYHALL\QDLS\PWENG A_CONTRS\1999\BFRPH I\CONTBKI.DOC 25 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 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 attomey 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 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 26 06/18199 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 $530,000.00 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. SP -3-3 EXTRA WORK. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by contract unit prices or stipulated unit prices. When the price for the extra work cannot be agreed upon, the City will pay for the extra work based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard Specifications. The mark-ups shall be as specified below. SP -3-3.2.3 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 \\CITYHALL\QDLS\PWENG\A_CONTRS 1999\BFRPHI COMSKLDOC 27 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. Attention is directed to the possible existence of underground utilities not indicated on the plans and to the possibility that underground utilities may be in a location different from that which is indicated on the plans. The Contractor shall ascertain the exact location of underground utilities whose presence is indicated on the plans, the location of their service laterals or other appurtenances, and for existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any such facilities or interfere with their service. SP -6-1 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 and/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. 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 35 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 \\CITYHALL\QDLS\PWENG A_CONTRS\1999\BFRPH I\CONTBKI .DOC 28 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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. \\CITYHALL\QDLS\PWENGW_CONTRS119991BFRPH1\CONTBKI.DOC 29 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPH I\CONTBKI.DOC 30 06/18/99 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 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. 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. 1\CITYHALL\QDLS\PWENG\A CONTRS\1999\BFRPHI\CONiBKI .DOC 31 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. \\CITYHALL\QDLSWWENG\A_CONTRS\1999\BFRPHI\CONTBKI .DOC 32 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. `\CITYHALL\QDLS\PWENG\A_CONTRS11999\BFRPHI\CONTBKI.DOC 33 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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; 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 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 34 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 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. \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 35 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 construction areas. 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 eamed 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. 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. 10-3.14 DETECTORS At the contractor's option, where a Type A loop is indicated on the plans, a Type E loop may be substituted. \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPH I\CONTBKIDOC 36 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The diameter and spacing of the Type E detector loops, shown on Standard Plan ES -5B, is 6 feet and 10 feet, respectively. The sides of the slot shall be vertical and the minimum radius of the slot entering and leaving the circular part of the loop shall be 1 1/2 inches. Slot width shall be a maximum of 3/4 inch. Loop wire for circular loops shall be Type 2. slots of circular loops shall be filled with elastomeric sealant or hot melt rubberized asphalt sealant. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by traffic and shall be removed from the pavement surface. Slots shall be filled with asphaltic emulsion sealant. Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows: After conductors are installed in the slots cut in the pavement, paint binder (tack coat) shall be applied to all vertical surfaces of slots in accordance with the provisions in section 39-4.02, "Prime Coat and Paint binder (Tack Coat)," of the Standard Specifications. Temperature of sealant material during installation shall be above 70° F. Air temperature during installation shall be above 50° F. Sealant placed in the slots shall be compacted by use of an 8 inch diameter by 1/8 inch thick steel hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be one inch. Excess sealant remaining after roller shall not be reused. On completion of rolling, traffic will be permitted to travel over the sealant. Where one detector consists of a sequence of 4 loops in a single lane, the front loop closest to the limit line or crosswalk shall be Type D and located one foot from the limit line. All loops shall be connected in series. \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPH I\CONTBK1.DOC 37 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO..09-90-89-12.13 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 Slurry Backfill or Cement (2 sacks) 188 0.96 Water (36 gallons) 300 4:80 Air Sand per ASTM 03 3,000 18.50 TOTAL 3,488 25.34 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 38 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MATERIALS S.S.D. WEIGHTS (LBS.) VOLUME (CU. FT.) 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. 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. 1 1\CITYHALL\QDLS\PWENGIA_CONTRS\19991BFRPHI\CONTBK1.DOC 39 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SP — 207 STORM DRAIN (SD) PIPE. Storm drain pipe shall be polyvinyl chloride pipe SDR 21 and shall conform to the provisions in Section 207-17, "PVC Plastic Pipe," in the Standard Specifications. SP — 207-1.7 PERFORATED PIPE. Perforated pipe shall be 6" in diameter conforms and to the provisions in Section 207-1.7, "Perforated Pipe," in the Standard Specifications. 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 -213-1 ENGINEERING FABRICS. Petromat pavement fabric shall conform to the provisions of Section 213-1.1 of the Standard Specifications. \\CITYHALL\QDLS\PWBNG\A_CONTRS\1999\BFRPHI\CONTBKI.DOC 40 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 PART III - 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. The key shall be in the form of a wedge 0.20' deep at the gutter lip and 0.0' deep approximately 6.0' away from and at right angle to the lip of gutter at location E, (Overland Drive, from Glendora Drive to Palos Verdes). At locations A and C, (E. Bellevue Avenue, from railroad tracks to S. Delaware Street and Bermuda Drive, from Sullivan Drive to Annapolis), the streets shall be ground to a full depth of 0.20' lip of gutter to lip of gutter/or curb to curb within the above -referenced limits unless noted otherwise on plan. At location B, (Humboldt Street, from 4th Avenue to 9`h Avenue), the street shall be ground to a full depth of 0.10' curb to curb or lip of gutter to lip of gutter within the above -referenced limits. At location D, (Annapolis, from Bermuda Drive to westerly end), the street shall be ground to a full depth of 0.1' lip of gutter to lip of gutter within the above -referenced limits. At location F, (Terminal Place alleys) the street shall be ground to at least 9" within limits of construction. At location G, (De Anza Fire Station Parking Lot) the parking lot shall be ground to a full depth of 0.20' within limits of construction. 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. In the process of forming a key along the gutter area adjacent to the curb face (as shown on the contract drawings), excess material consisting of large chunks and pieces may become loose and lift off. Such material shall be loaded and off -hauled at the price bid per lineal foot of off -haul gutter key. 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 \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPH I\CONTBK 1.DOC 41 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: 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 5/8" 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 -301-6 BASE FAILURE REPAIR. It should be noted that some of the locations designated for base failure repair and/or overlay are either concrete streets or concrete street with an A.C. overlay. The saw cutting necessary required of this operation shall be of a depth that does not cause fracturing or splaying of the areas adjacent to those to be repaired. If during demolition at these locations, adjacent areas are damaged, these areas shall be removed and replaced at no additional cost to the City. It shall be the responsibility of the contractor to verify if these conditions extend to locations in addition to the above designated location. The City shall take the position that at other than these specified locations, the contractor will prosecute the work at a price which indicates he has satisfied himself as to the conditions actually to be encountered at all locations. At those locations where "Base Failure Repair" is required, the Contractor shall remove only those areas designated for repair. If he utilizes equipment and or techniques which necessitate over excavation, he will be reimbursed only for that amount of base -failure repair originally contemplated by the engineer. If the Contractor elects to use a grinding machine to perform the excavation required for base failure repair, he shall demonstrate in advance that the equipment he intends to utilize is capable of grinding to the depth required, i.e., 8". \\CITYHALL\QOLS\PWENGIA_CONTRS\1999\BFRPH I\CONTBKIDOC 42 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 as shown on the details such as saw cutting, aggregate base and A.C. plugs 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. In 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. \\C1 YHALL\QDLS\PWENGA_CONTRS\1999\BFRPH I\CONTBKI.DOC 43 06/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 .4 I16 B Ii2 GRADE 60 STEEL REINFORCEMENT INSTALLATION 1 COPOLYMER POLYPROPYLENE PLASTIC SECTION 8-8 1'OiA HOLE 3 -3/4 -DEPTH 2 HOLES MANHOLE STEP DETAILS NOTES T 1. 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" 1/2" 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/ 1 REVISION JUNE 28,.1989 CITY OF SAN MATEO 2560-03250 CONC. SLAB STANDARD FRAME AND COVER , SEE 3.1.107 STREET GRADE POURED IN PLACE)O SECTIONAL ELEVATION R PRECAST CONC. CONE SECTION A - A CAL/FORMA 94403 STANDARD PRECAST CONCENTRIC MANHOLE DATE DRAWN BY 1987 RLG CHECKED APPROVED. SD QTY ENGINEER CASE 3 DRAWER SE T 104 curry Inc a ® l ■! ® Min ® ® ® ® MIN a ® I a I= Ili tt0 Ly 41 !9 % 21a r- 2 133 awe el t'1 cm- OF SAN MAT£O - CALIFORNIA 94403 TYPICAL SECTIONS OF CURB, GUTTER AND SIDEWALK XI < N m 0HEIEIIIIIIall 5 0" - 2' _ 6" 6" MIN. - . . 12" MAX: ID m EXISTING A.C. PAVEMENT 6.. ~ SLOPE: I/4" PER BATTER I' PER FOOT CURB GRADE FOOT • :. d . 'It: . • . >. • n .Q . ;0 �. 9(' 6"MIN. . -' .. 6 SLOPE:F00T i PER ----- .:'. •:: : ': .: l : d ...•.:::::.:: � :': IIIIIIIISIMEW COMPACTED 5" SUBGRADE MIN. �.. : I .:•:.�.:;: ,'r.: ? .....:: :' rl. '.• ::: • f:" • ': •` ' ^• ` DEEP LIFT A.C. BATTER: I" PER FOOT CLASS 2 AGGREGATE BASE AT I /7 520-•C- 2500 CONCRETE T NOTE: FOR.TYPICAL SQUARES INTERVALS. SCORING COLD 95% RELATIVE COMPACTION OR AS APPROVED BY THE ENGINEER 5 FT SIDEWALK, SCORE IN 2.5 FT AND COLD JOINTS TO BE AT 10 FT TYPE FOR NON -TYPICAL SIDEWALK, TO BE 4S DIRECTED BY CITY WITH JOINT EVERY FOURTH.MODUAL, NOT TO EXCEED 15 FT. i "A" /12" 6" MIN. MAX. w O • 8.1/2" EXISTING A.C, PAVEMENT SLOPE: 1/4" PER FOOT R_4 R=6" L. ._... 6 MIN. - P' ' �' p. .'9' :p •'. . DEEP LIFT A.C. • COMPACTED " BATTER: I" PER FOOT SUBGRADE CLAS 2 AGGREGATE BASE A 95%S RELATIVE COMPACTION CONCRETE OR AS APPROVED BY THE ENGINEER TYPE "B" 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 IL8 OR IPT OF LAMP BLACK PER CU. YD. NOTE: TYPE "8" TO BE USED ONLY IN SPECIAL NOTE: CURB. AND GUTTER TO BE POURED MONOLITHIC UNLESS APPROVED CASE WITH PERMISSION FROM CITY ENGINEER. tY CITY ENGINEER. ** 4"AB(2) MAY BE USED WEST OF BAYSHORE FRWY. js Y 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GRADE RING DETAIL Roodwoy NOTES 1. Registered Engineer or Lond Surveyor No. and yeor shall be 3/16" min. stomp on plote 2. Monument mork shall be o 1/8" dia. drilled holeor well defined punch mork and cross ploced within the cleor center area of the plate. 3. Frame and cover shall be os detailed on STD DWG 3 - 1 - 143 2. - Set brass pia e in fresh concrete AC tinished grade Top of Sidewalk .'- N;•• • L I) Form with 3/32" wax impregnated pope( or sheet metal which may be left in ploce Pour against undisturbed earth in drilled hole No.4 Rebor 2t long • ..Ac7� 0 0 0 c 2 ea DATE DRAWN SY 197 RLG STANDARD MONUMENT SAN MATEO, CALIF. CHK. SY ES APPROVED PLAN CASE 3 DRAWER 1 SHEET 142 ) 1 1 1 1 1 1 1 To be trowled co •o C .0 3 O 0 41- 0 a 0 m .0 5 u 0 E /- 0 Z 6" I 1 / 2'-O" 2" sand or 3" compacted crushed rock or. gravel 4-0" Slope TYPE 2'-0" per foot • Top of pvm't. 0 n 11 21-4t 3" W in •b • Y t0 Slope I" per foot 2" sand or 3" compacted crushed rock or gravel IIIQ REVISION JUNE 28 1989 - TYPE D.* 0 520-C -2500 concrete Top .of pvm't. 520-C-2500 concrete # To be used in special case with permission from City Engineer. STANDARD TYPICAL SECTIONS OF ROLLED TYPE CURB AND GUTTER Alt,. DATE DRAWN EY CHIC. EY APPROVED ' 11973 C. P. W. J. G. PLAN CASE DRAWER SNEEr 3 t 144 my AIGOIFTD Back of Walk _� Sidewalk Width Driveway Expansion Joint-, Gutter width Slope of walk I/4"per foot ;Curb grade 6..CONC..DRIV I" - Normal ut. 51° 79" E1vpy.*4FP p • ..i .... I,• -Compacted Subgrade= t""'1 ... &6°.Closs 2 Aggregate Bose of 95% compaction or os approved by the Engineer. SECTION A -A Note: Concrete shall contain I Ib. or I pt. of lamp black per cubic yard. 20' Sofety islon 35* Maximum Driveway Approoch width Back of sidewalk 31 min. i'"W„ 3' min. __20' Safety is Iar>y Gutter flow 1 ne. 35' Maximum Driveway Width Expansion Joint., Driveway 1 r•1 Top of curb/ PROFILE Bock of sidewalk u -o c 3 / -4> -.6�1 Con C. Driveway i Approoch - 1 -Concrete sidewalk'1 w av •o 0 ce Bock of Curb 3 mink" 2 `Concrete gutter \1 Curb Line PLAN Rev.9/15/87 &Rev.6/28/B9 ARev'7/96 &Rev. 11/5/97 CITY OF SAN MATEO NOTE: I. When existing concrete improvements ore to be removed and replaced wilh new driveway they shall be cut with a concrete sow. 2. Provide o safety island with not less Ikon 20 of parking areo between driveways unless otherwise opproved by the City Engineer: 3.1f exponsion joint falls in driveway, place in center between curb cuts. 4. W : Width of Driveway Note: No driveway to be constructed within three -feet of curb return. STANDARD COMMERCIAL DRIVEWAY APPROACH Rev. 7/90 CALIFORNIA 94403 DATE 1987 DRAWN BYI CHECKED APPROVED RLG ES -�•�n / an- ENGINEER 3 SET 148 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2'-6" re DDnvewoy 20'-O" (MAX "-Expansion Joint -�A tie VARIABLE 2'-6" Edge of Driveway Conc. Sid6wo Std. Type) A Curb Maximum Expansion Joint Driveway Subgrade Compoction S Driveway Width 25'-O" PLAN 520-C.-2500 Concrete? 51-6" Expansion Joint Gutter Width gPer Footj --- CURB GRADE 1= I — I t0 Normal Gutter Slope 2"sand or 3" compacted crushed rock or gravel SECTION A A Note: No drivewayahoilbeconstrLcted ._within three feet of any curb return. -"PE' (MAX) In REVISION JUNE 28 1989 REVISION JUNE 1,1986 Note: When existing concrete improvements ere to be removed and replaced with new driveway they shall be cut with o concrete sow. REVISED 7/90 STANDARD RESIDENTIAL bRIVEWAY APPROACH SAN MATEO, CALIF. DATE 1973 DRAWN BY T. L. CHK. BY J.G. PLAN CASE 3 DRAWER SHEET _i 1f9 11111 E _ a a MS — 4 a I NM A MN i I NM M N a LOOP INSTALLATION PROCEDURE I. 5w slots In pavement for bop conductors am shown In details. 2. Slots shall be washed. blots out and thoroughly dried ' before Instating loop conductors. • 3. Instal termination pull box and curb or shoulder termination 0atall (see Standard Ron 65-561 s. Install loop conductor In slot ut st a ,3'9"10 /j' thick wood Made. 5. Allow additional length of conductor for the run to termination pull box plus 5 feet of slack In pull box. 6. The a00ulanal length of each onductor for each loop shol1 be twisted together Into o pair ant least 2 tuns per foot) before being placed In the slot and conduit to termination pull box. T. No more than 2 twisted polrs end) be Installed In one sowed slot. 8. Identify and tag loop clrcuu polio 51 the termination pull box. Fdentlty and tog with loop number, sta- 151 ono finish IP)ot conductor. Identify ond tog Ie*O-In cure wish sensor number and phase. 9. Test each loop circuit for continuity, circuit resstace and Insubtlon resistance at the pull box before filling slots. 10. P11181ols as shown In detolls. II. Splice 00 pconductors to lead -In Cable. All apllcos shall be soldered using rosin -Core solder. 12. End of Ie00-In cage and Type II bop wire shall be waterproofed prior to I0,1011ng In conduit is prevent moisture from entering the cable. 13. Le00-In cable shall not De Spliced between The termination purl box and the controller cabinet fermi aces. 11- Test each loop drevlt for continuity. circuit resistance and Insubtlon resistance ' at the controller cWOW locotlon. 15. Where loop conductors are not to be spiced to a lead -In cash. tho ends of the conductors shill be toped and waterproofed with on electrical Insulating 0eating. 16. Distance between lido of logo and a lees -In saw cut from odlacent detectors shall be 2 feet minimum. Distance between 1eM-1n saw cuts shoo be 6 inches minimum. IT. Loops shall be centered In Iona. 18. Adjacent loops on the some sensor unit dmnnelshol1 be wound In apposite Direction. 19. • Bottom of saw Slot shall be smooth with no sharp edges. r Min Depth as required _1 I—/ NIn II _-1/4-max --Loop sealant SECTION A -A n/e" Mox- Oaopih a5' ginned 3 turns bap connectors (unless otherwise specified) /i Wootton of travel tlL Termination pull box TYPE IA INSTALLATION Nn to /r for Type I bop candctOr In for Type 2 loop condvmer Depth 09 r 68n aired �H "-Lam sealant Loop conductors Ilwlsted) 500 Note 1 SECTION B -B SECTION C -C SLOT DETAILS -TYPE I AND TYPE 2 LOOP CONDUCTOR A 6' P G - Termination pull box TYPE 2A INSTALLATION Lanoline t A P Termination pall 000 TYPF 3A INSTALLATION SAWCUT DETAILS rsi A Z EP ms) causer soda tp 1L 010,8CT NO.. 1M[;! July 0. 1992 Lanoline Im then pulbox TYPE 4A INSTALLATION Type A loop detector conNpurotlons lastroted 1. IA thru eA :1 Type A loop conflguratlan In soon lane. 2. 18 thru 08 = !Type B loop canflouratlon n each lane. 3. IC • /Type C loop configuration entering lanes as required. 4. 10 they 90 n I Type 0 loop con Iouration n ea h lane. 5. 10 thru 40 = !Type 0 loop conflourotlon n each Iaro. (use Type e. C.0 or 0 bop detector con guratlons only when specified or haven on plane) y"6400 Leap sealant 2n0 100 Itwlste0l 1St 1000 (twisted, WINDING DETAILS 3 r Blapand elot 2" `f I-6" mox PLAN VIEW OF DIAGONAL SLOT AT CORNERS 1 STANDARD LOOP CONNECTIONS Mashed fines represent the pull box Number I bop Is closest to the crag ON. STATE OF CAL6pIMA DEPARTMENT OF TRANSPORTATION SIGNAL, LIGHTING AND ELECTRICAL SYSTEMS DETECTORS NO SCALE IES-5A ® e i— MN SI®® _s ® a M_® I M WINDING DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION ❑ n lo' ID I ID a TYPICAL TYPE A INSTALLATION 1 N .fl W IV I I I =L _ s D6aellan or Trove, IL wI NDI NO DETAIL SAWCUT DETAIL TYPE B LOOP DETECTOR CONFIGURATION 'us. only when specified or shown on the plane Nolo: Insloll loop with loop @marine parallel lA twb or Towline 10' 10' TYPICAL TYPE B INSTALLATION Symbol WINDING DETAIL w,e eo ..r. ekt, a rh SAWCUT DETAIL N v SYMBOL WINDING DETAIL IONE TURN f1 SAWCUT DETAIL TYPE C LOOP DETECTOR CONFIGURATION [ We Only w an speclfled of shown on Ow Plano ) *Metal Iwo Ism, unless otherwise .penned. Dlrecllen of Travel 01..01100 al Travel WINGING DETAIL SAWCUT DETAIL TYPE E LOOP DETECTOR CONFIGURATION IUD O „RD TYPICAL TYPE E INSTALLATION TYPE D LOOP DETECTOR CONFIGURATION (use only when specified or .gown no Om Pions) QI Rwna earners of acute angle .owwl. la Prsuml damope m condt*Of . 02 Iniol: 3 tune when .5* one Type 0 loop b on al theme. Wail 5 mm. when me Type 0 loop 1e mastoid In sera Mlh 3 aud,Mand FX€ loop au war al then* DIrecl ton of Travel SAWCUT DETAIL TYPE O LOOP DETECTOR CONFIGURATION (Use only when specified or shown on the plan.) STATE Di CALIFORNIA DEPARTMENT OF TRANSPORTATION SIGNAL, LIGHTING AND ELECTRICAL SYSTEMS DETECTORS NO SCALE IES-58 m Nr W ®®® IS MN a a a MN OM it lit ® MEI is i MIN 1E11 Nil 0OavE ToiiM&htt YM.f SK[ri CENTERLINES G) 12 LANE HIGHWAYS) DETAIL I IT' EN DETAIL 2 1.8'/E'+i•-1-1i'-1-r+R%i-A O ® ® 0 DETAIL 4 +- Le - -8-I-- i6 —f- e't e'--1 O 000 000 0 4' DETAIL 5 MEM DETAIL 6 DETAIL 7 4e' — — 1a'- +- 2' 0000 48' 36' 2'1 LEGEND MARKERS ® TYPE A White NOPreflective ® TYPE AY Yellow M n-reflective co TYPE C Red -clear Reflective ® TYPE D two-way Yellow Reflective ® TYPE 6 Dne-way Clear Reflective ® TYPE H One-way Toiler Reflective LINES 1 4' Whee En 4" Yellow DIrectlon of Travel NOTES y 0 0 MARKER DETAILS Reflective Pace TYPE A & TYPE AY 4.00" 0.125" I —I n TYPE C & TYPE D TYPE G & TYPE H I. Minimum projected area of reflective face : LOO square Inch 2 -Reflective markers need not he rectangular 3. Detoe3 deleted LANELINES !MULTILANE HIGHWAYSI DETAIL 8 7,6 II o II -4r DETAIL 9 48' i'l— Il 1 1 C u DETAIL ID I6' 1—B 0--I-- 0 ° 000 000 ° DETAIL II 12' 1 I I DETAIL 12 48' 36' DETAIL 13 48' 1211—e• y° O 0-041. DETAIL 14 144' rt -40'-x• 4R' 48' 12L1 1 ID 0000 ID 0000 Mi 0000 DETAIL 14 I144•E'/IMiIe--I H4•I-%w10-�14r1— DIE TAIL 13L� 0 DETAIL 18 DETAIL 19 NO PASSING ZONES -ONE DIRECTION ®j3 DETAIL 15 T DETAIL 16 4 { 1-W/:y8' r-3.-1▪ (000 kam _+. I— • 24 1 24 -- 4 2 -ti'- L-9y.By-O.4-y-24 61 DETAIL 17 0 0 0 0 ° 0 00 Ed3 ° 0 0 0 0 0 0 0 0 0 0 0 IT — -IrI- f` 2' 1 36 1 I7'�1- T • 003335241 E3 -1 - es 24' 1 24' y 2.. 49' �- — le —1• 12'--1-- DETAIL 20 0 0000 01 00000 000000001 -4 4.1 - NO PASSING ZONES -TWO DIRECTIONS t DETAIL 21 13' _► roe- I- 24' DETAIL 22 0 24'--.1 2 _►0 0 j T_{ _L -T3„ 2-24' 24' I 3" DETAIL 23 00000000000001 000000000000®T STATE Of CALFDRNM DEPARTMENT OF TRANSPORTATION 4'f - PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS NO SCALE 1 A2OA NVld 'd1S 10 10 0 ® ® ® INS ® ® r ® ® ® MN ® ® ® ■■a es NMI OM MIMI prsr county smelt rei4rleiojtcl M.> M [>g DETAIL 29 ` T --Age \ Edge of traveled way LEFT EOGELINES (Divided Highways) DETAIL 25 f • tr vedg led war 1 DETAIL 254 xs:226::.ax::; ;:xx::<nax,'a>'??222 2:2 2" ® , ® 24 2•. "-Edge of traveled way DETAIL 26 —b DETAIL 27 ...._—Edge of Wooded woy 1 48' ,c3" TI2.. Edge of troveled way —I 43' RIGHT EDGELINE DETAIL 278 1 \ Edge of traveled wa2T RIGHT EDGELINE EXTENSION THROUGH INTERSECTIONS DETAIL 27C = = o C= it 1 IT 19 1 LEGEND MARKERS ® TYPE M Two-way Yanow Reflective e TYPE AY Valor Non -reflective ® TYPE N One-way Yellow Reflective LINES 1 9" White ECM 4" Yellow —e- DI ectlon of Travel DETAIL 28 MEDIAN ISLANDS Minimum 1-- 24' Ea 3•• _c3 DETAIL 29i,„„,+2:r,'>:6- 24'xaeFs7 a[cysa m m I-- za 1 I za 3.. DETAIL 30 ®neeeLa 000000 IY Minimum ®00600®00600mi_13.• ®o00e0®00666® MARKER DETAILS Reflective Foca 0.40'•-0./5^7 �l e 0.63" O.Ao Ar- I_ 0.2"30.Os" ± ( 89 TYPE AY ii 4.00" 0.25" 0.40--0.1153 TYPE 0 TYPE H NOTES I.Minimum projected r of reflective face - 1.00 urea Inch 2. Reflective merker need not bo raotonpuar 3. Deta1122A deleted DETAIL 31 1F� TWO-WAY LEFT TURN LANES 36' ERENI DETAIL 32 r-- — 96' 12' _Tr PP(Pr 36' 101.2'! 24' 24' 24' 24' gam I— 1• 6• --{-12' -4---36• maw MGM ® 24•— ® z4• ®12•• EMS (-1 12'-4.--IB•--I 10"12't O ® ® 127 s" • 36 DETAIL 33 96' r— 24'_1 24' I 24'_11--24' 241x -24'—I Pi 0600 e000 ®I 0000 t_E- J 4•L I—I9'--1-12-M—IA'—}^I6'—.1-12'-'f--1A'—`1 10-12t 0000 ID 0600 0066 ®111 ®00606®06000®06060®6666®®®®006®06060®TS•. I 96' INTERSECTION TREATMENTS 96 DETAIL 34 r— 100' Minimum .1. 100•MMlnum I-24't24•—M—z4•--� ;^ { 1'ten—IA' 16'—�F IB' m B ® b J S Er —� 21 24' z4' oI DETAIL 34A4 low Minimum I 01112209 =MEW r•S DETAIL 35 1T�i r 5 DETAIL 35A J_® S..S —►1�1 h -29' —I --N' MC lent um 100' Minimum T —'® mtm 0 002220 1336S2211 ----f, T1 I —IA' 2' 118""4'-1A'--4�I2'+i 100'Minimum --Er- 316---j—I 24' WO M29'---lum ® ® 193 • FEM II3 033221 621 h°'A'+''+A1=+2'111 100' Minimum EEO I.T�{�It•—i T� STATE Dr CALIFdMA DEPARTMENT ar P4NSPORTATNM Lr. PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS NO SCALE 1 A2013 NVld 'aJ.S 13. M N 0 ® a a a a ® 11111 ® CI Ma wit MIMI INN ® M.MIS all INN OM m CHANNELIZING LINE DETAIL 38 {.---e"WIMte Line I u 1 S 34. i through Tranc -e. DETI{LL 38A 1 B" White the DETAIL 38B ri 1u I --z4• DETAIL 38C a88888a88888M 24 L 24•� DETAIL 39 BIKE LANE LINE 6" White Line DETAIL 39A { O _y I -R' -14. I - • BIKE LANE Inter -500100 Line 96' Intersection I White 0 6" One LANE LINE EXTENSIONS THROUGH INTERSECTIONS DETAIL 40 12"y O O CI O C] 4"White Llre DETAIL 40A -14'1- 0 0 Q0 0 0 0 Type A Non -Reflective MARKER DETAILS Reflective Face NOTES LEGEND MARAER5 0 TYPE A Ohlte Non -reflective ® TYPE 6 one-way Door Reflective o ee on of Trove? l-1 0.12"10.05"3T TYPE A 4.00" it 0125" OAO"-0.15"7 TYPE G 1. YInImum projected area of reflective foot a 1.00 swore fch 2.Raflective markers need not be rectangular 3. See typicaltruffle llne details for marker patterns to be used with recessed pavement markers. Detail 14 requires a Type 2 rages& RECESS DETAIL FOR REFLECTIVE PAVEMENT MARKER -e (TYPE 11 eel COUNTY h-i•�i-r-1 534" Yt" Yln Mln PLAN ONE-WAY TRAFFIC NT MAWRTAT ROWX�STREAY flq Of RECESS SECTION A -A REFLECTIVEA PAVEMENT 0*6 END RECESS _,1E ,p,4 Maio, Yl;11. M2' -1 Yin l5X[" A I14" PLAN TWO-WAY TRAFFIC (TYPE 2I REFLECTIVE PAVEMENT MARKER FOR RECESSED INSTALLATION L14.T"±0225" t0.40" MIn 0.44" Max L 6S Reflective Face Resratal -EP.0" MIn 2.5" Max TYPE C & TYPE D t2A" Inn 2.5" Mox TYPE G & TYPE H See Note 3 STATE OF CALIFORIeA DEPARTMENT Or TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS NO SCALE A2OD NYId 'd1S N 8 INDa a i I NM MO IS NM N i OM MIN NM I a MINI Ma v to; GR19 —I Q'I- A'25 SOFT TYPE I08) ARROW 3,6” 12 INCH GRD •• 1=3 SOFT TYPE I (24) ARROW 01 GRID �Q•Lv-- .1A SOFT TYPE 1(10) ARROW F.--- 6. D" --y Q NCH SRO A'5 SOF TYPE IV (L) ARROW (FUSETMIRRORIRIMAGE, 1,42 SOFT TYPE V ARROW RIGHT LANE DROP ARROW )FOR LEFT LANE. USE MIRROR IMAGE i ¢ Wt. ORU I.- Ir A-36 5 FT TYPE VIII ARROW T3 GRO �Q A.21 OFT TYPE VII (L) ARROW IFOR TYPE VII IRI ARROW, USE MIRROR IMAGE) a DIST MAO, ATE TRr ,T . �•C. w E 05 OFT TYPE V ARROW NOTE: NNMI VARIATIONS N MMENSONS MAY BE ACCEPTED BY THE El/SNEER. STATE OF CALFORMA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS ARROWS NO SCALE 1 A24A D N D Mil 111111 MI ®®® r® NM® a M ® r Oil NS nil ail INN m 2 INCH GRID A=TO SOF * RAILROAD CROSSING SYMBOL PTO 50 T DOES MDT INCLUDE THE I'MD"AVARIARLE MDT% TRANSVERSE LIES. A=T SOF BIKE LANE SYMBOL CH GR10 )9" A=11 SOFT DIAMOND SYMBOL A46.5 SOFT NUMERALS 4.3 OFT HANDICAPPED PARKING SYMBOL 1/ I JJ 4 II A-19.5 SOFT DM, COOVIY RNIE „,LL Mffec, M;g.� ., .. "nook` July 1. 1992 NOTE NMOR VARIATIONS IN DIMENISONS MAY DE ACCEPTED RY THE ENGINEER. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS SYMBOLS AND NUMERALS NO SCALE 1 A24C a E_ G MIN VIII a s 111111 ® a. IS MN MD OM M 1 O kl 1 n 1 Tc. 1 A=35 SOFT 1 A=10 SOFT Ili A=42 SOFT \ A=31 SOFT Avr ID 1f a message consists 01 me than on word, 11 should "1113".1.e.,read "11 .I.e., the first word should be nearest the driver 121 The apace between words should be at least four times the height'of the charosters for ldw 500:0 roods. but not more thin ten times the height of the characters The Space may be reduced apWOprlotely where there 15 !Milted space because of local condition. `1. tiL -Fr H [5" A=19 SOFT e•' —I IT 131 minor varlotlone In Dimensions may be accepted by the Enolneer. 111 Portions of o letter. number or symbol may be separated by connecting Segments not to exceed T•In width. 1 fI A=26 SOFT N.. 1r J A=26 SOFT F T A=21 SOFT I"1 r A=19 SOFT I" —I WORD MARKINGS ITEM y*0 AHEAD WAIT LANE RIGHT SOFT 21 19 6 26 ITEM YELO SCHOOL SIGNAL TURN HERE SOFT 2s 35 24 26 ITEM BITE SLOW STOP LEFT SOFT 23 22 19 ITEM PED COMPACT RUNAWAY vEltICLE5 SOFT ID 43 42 DIST COMITY V RIME '5001. P oFrl 114 iii 5 II I T A=6 SOFT 2"H A=5 SOFT STATE OF CALIFORNIA DEPARTMENT CF TRANSPORTATCN PAVEMENT MARKINGS WORDS NO SCALE A24D MI i M_ E a W a a! MI OM V N I MI a a a t 18" A=24 SOFT ( re" �T1 A=23 SOFT A-17 SOFT I8" --11-11- A=27 SOFT NUIES ill If a message Consists of more than one word. It should read "IUP".I.0.. the first word Shade be dearest the driver. 0 The (Mate between words eiwd be at least fate times the height of the characters for low (peed rope. but not more Irian ten time( the height of the ohofoctere. The .Mace may be reduced twprOOrlately where there it mmited space because of boa condition _E8" A=24 SOFT l I ±8" -HILT A-5 SOFT (3) Minor variations in dimenslone may be accepted by the Enolneer. (4) Portions of a letter. number er eyebol moy be separated by c nectlna segment% not to exceed 2" In width. (5) Crosswalks contiguous to school round. ore to be IT' yellow lines In place of 2 Mme shown. 1 It Its HILT A-21 SOFT 9 \‘' • I 1.4 18'• A=20 SOFT _Er A 22 SOFT CROSSWALK AND LIMIT LINE See Note 5 12" White Line WORD MARKINGS ITEM 5007 ITEM SOFT LANE 21 NO 5 POOL 23 BIKE 21 CAR IT BUS 20 CLEAR 21 ONLY 22 XEfP 24 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS WORDS AND CROSSWALKS NO SCALE r A24E Planting are. .D'r neater __1/4s or ''•5ee Note 9 CASE B 0.]32 Moe 5.. sat. 0 O.33Y Max 4'1410 Cromlech CASE A See Note 9 JA ear' CC Maw Of orb Crosswalk CS Mae et clrb 50. Not. e s, Retaining curb If Mcenry at 'edge of sldewalt to e Front edge e1 eldewok lypicd warring artac. An raw het lot. 91 Ptantlag 01910 Retolnvp cartel?. nece elm paf liege 24"Kin -j--1 ` • I 24 II `U ea Hot 9 CASE C 1 Use when aldewok la bee then 6'wide lop Of romp, 4 Rounded MI 8.33% Max 2L box SECTION A -A 4'Min Retaining curb it necessary 8.332 Uox 22 Mox 17 SECTION 6-B Depress entire sidewalk as required Retaining curb If necessary .SECTION C -C T7 CASE E . planting Cello Sae Note 0 102 Maw at orb CASE F See Note 4 • CASE D • TOP of romp Rounded n Approximately GROOVING DETAIL Feav+siwv_ Sid Front s09. et elaevak Fistseem ewes r.,..„,,,,„:,, Ot....f.re CO M EKIYfa Is May 99.1996 Pt ..a A.e.ar AL O. A as nem.e et are fleet eneW hints e.r.tr v ire lire eft ear e... LT 61j IO O O GCD RAISED TRUNCATED DOME PATTERN 0.4S_1 0- r0.20'• /o.9ow �T RAISED TRUNCATED DOME DETECTABLE WARNING SURFACE see Mote 9 • Removal and repose 4 Limit of way ' at contractor's Option a•uMt •unless Other -else shorn Rounded I I On rolect pans --` No DETAIL H Existing curb and sidewalk Front edge of sidewalk NOTES • L 11 distance from orb to bock of sidewalk la too ehrt to accommodate rood end }'platform as In Case A. Ins sidewalk maybe aeprseed langitud!naly as M may R or C or be widened as in Case 0. 2.1f sidewok le less than 6' wide, the full width of the stdavok shill be depressed as shown In Case C. 3. Phan romp Is located in Center of curb return. crosswalk configuration must be shelter to that shorn tor Case E 10 accommodate wheelchairs. e. For Cases F and D. the longitudinal portion Of the slderok may need to be depressed as sheen in Cosa 0. 5.11 located an o curve the sides of the ramp noed not be parotiei, but the minim'An width of the ramp shall be 4'. 6. Trondtlons from romps lo woke, outtere. or streets shall be flush and free of obr,.pt changes. 1. 5ldowak and ramp tnlckness.`1". shall be Wrenn, B. The romp shall hove a R" wide border with 1/" grooves opproximafely Y"oo eentr,5ee grooving detoi 9. Curb ramps Mot hove o rama slope totter then a 6.61% shall hove detectable vrn4p surface that extends the full width of Inc romp and 24" minimum length similar to that shown on Case D. Detectcblo morning surfaces, at the option of the Contractor, shall be constructed by cast -In -place r stomped method. or consist of o prolobrlcated urface.The prefabricated urlre andl conform to tne requirements in the •specie, provisions. 9J.11nen detectable warning surface Is not required on tcurb romp, the concrete finish of the romp and Its ared sides stall hove a transverse-broomed surface texture rougher then the surrounding sldevelk. IL Ramo aide slope varies urttormly from o maxllaum of 102 at curb to conform with bngltudtndsldewolk slope adjacent to top of the romp, sacept In the Cosa C. R.UISIty INi boxes. m=Male& vadts and Oil other Mimity tacilltles within the boundaries of the curb romp will be reiocoled by the owner prior to.or In conjwcilen with. curb romp construction. D.Uoslmum slopes of adjoining gutters, the road surface Immediately adjacent to the cub row and Continuous Passage to the curb ramp shell not exceed 5 porcant within M of the tap or bottom of the curb ramp. N.Dosion detolls approved by the Division of 1ho State Architect en Ilrch 18,1996. 51 ATE OF CALIFORfeA . OEPARIUENI OF 1RANSPO8IATION CURB RAMP DETAILS NO SCALE RNSP A66 DATED NAT 29. 1996 SUPERSEDES STANDARD PLAN HSP A00 DATED JULY 1. 1992 AND SUPPLEUENTS THE STANDARD PLANS ROOK DATED JULT 199:. REVISED NEW STANDARD PLAN RNSP ABS WHEEL CHAIR RAMP SAN MATEO, CALF PREP. BY CHK. BY APPROVED a fl DIRECTOR s PUBLIC WORR PLAN CASE DRAWER SHEET 157 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I CITY PROJECT NO. 09-90-89-12.13 AGREEMENT FOR PUBLIC IMPROVEMENT CITY OF SAN MATEO CITY COUNCIL AWARD THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of California, by and between the CITY OF SAN MATEO, a municipal corporation, hereinafter called "City," and hereinafter called "Contractor," as of the day of , 1999. RECITALS: (a) City has taken appropriate proceedings to authorize construction of the public work and improvements or other matters herein provided, and execution of this contract. (b) A notice was duly published for bids for the contract for the improvement hereinafter described. (c) After notice duly given, on the date hereof, the City awarded the contract for the construction of the improvements hereinafter described to Contractor. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the Contract Book therefore entitled: 1999/2000 BASE FAILURE AND STREET RESURFACING: PHASE I 2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is determined by the prices contained in Contractor's bid, and shall be paid as described in the Contract Book. In the event work is performed or materials furnished in addition to or a reduction of those set forth in Contractor's bid and the specifications herein, such work and materials will be paid for as described in the Contract Book. 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; the Notice Inviting Sealed Proposals; the Accepted Proposal; the Contract Book which includes the Special Provisions and Contract Drawings, Addendums Number issued to the Contract Book, [choose one of the following.: (1) the APWA-AGC Standard Specifications for Public Works Construction, 1997 Edition, as amended by the 1998 Supplement, or (2) the State of California, Department of Transportation, Standard Specifications, July, 1992, or (3) whatever applies]; the Faithful Performance Bond, and the Labor and Material Bond. \\CITYHALL\QDLS\PWENG\A_CONTRS\1999\BFRPH I\CONTBKI.DOC 6/18/99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents." In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule. All work shall be performed in accordance with the schedule provided pursuant to the Contract Book. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. 6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work unless such excess work is compensated for at not less than 1-1/2 times the basic rate of pay. Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the. Labor Code of the State of California. 7. Prevailing Wage Scale. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. 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 detuuuinations 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. \\CITYHALL\QDLS\PWENG\A_CONTRS\19991BFRPH I\CON7BK1 .DOC 2 06/18/99