Loading...
HomeMy Public PortalAboutElm Street Reconstruction - Phase 2 and Tilton Avenue Street ResurfacingDEPARTMENT OFIPUBLIC WORKS Arch Perry, P.E., Director March 11, 1999 ADDENDUM NO. 1 330 West 20th Avenue San Mateo, California 94403-1388 (650) 377-3315 (650) 377-3455 (fax) http://www.cisanmateo.ca.us ELM STREET RECONSTRUCTION —PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 Addendum No. 1 is issued to the above -referenced Contract Book, which is scheduled for bid opening on April 8, 1999 at 2:00 p.m. The following change has been made: BID DATE: - No change. CONTRACT BOOK: Delete Sheets 4 through 6 of the "Schedule of Bid Items" and use the revised sheets entitled "Schedule of Bid Items". You must use the revised "Schedule of Bid Items" when submitting your bid. PLANS: Sheets 2 and 3 have been revised. Each bidder shall acknowledge receipt of this Addendum by signing one copy of the attached Acknowledgement Sheets and.returning it immediately. The bidder shall submit the second copy with the bid documents. r: A_CONTRS\1999\MASTERS\I999MSTR\ELMPHSIIDOC SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING • CITY PROJECT NO. 09-90-89-12.08 ITEM NO. s �i Location A 1 DESCRIPTION OF WORK th.- a �. x + w I i ky�dSru2�pS`$'''. Ehn Strett Recoustraetron, Traffic Control EST. QTY. �"?'+ ✓�' 1 UNIT rw��, `e"%n LS UNIT PRICE rY 6x�.S`'t $ TOTAL COST a' ---'"``gyp �e s.: $ 2 Remove and replace concrete curb and gutter (2' gutter) 836 •LF $ $ 3 Remove and replace concrete valley gutter 35 LF $ $ 4 Remove and replace concrete sidewalk (4„) 5,987 SF $ $ 5 Remove and replace concrete driveway and approach per City Standard (6" pcc) 3,386 SF $ $ 6 Remove existing AC pavement and aggregate base 23,260 SF $ $ 7 Construct wheelchair ramp 5 EA $ $ 8 Construct 0.4' class 2 AB 23,260 SF $ $ 9 Grind a minimum of 0.2' AC pavement 4,060 SF $ $ 10 Construct 0.2' AC pavement 4,060 SF $ $ 11 ii Construct 0.6' AC pavement in 2 lifts 23,260 SF $ $ 12 Furnish and install petromat 2,500 SY $ $ 13 ,Adjust manhole riser ring to grade 7 EA $ $ 14 'Adjust water valve rim to grade 15 EA $ $ 15 Adjust water meter box to grade 20 EA $ $ 16 ;Furnish and install 3" PVC sidewalk underdtain 129 LF $ $ 17 Construct type "F-1" catch basin as shown 2 EA $ $ 18 Furnish and install 12" PVC SDR21 ;storm drain pipe 186 LF $ $ 19 Connect storm drain ipe to existin I catch basin and adjust existing catch basin to grade 1 LS $ $ \\CITYHA LL\QDLS\PWENG\A_CONTRS\1999\ELMADDM I.DOC 20 11 Install thermoplastic "Stop" legend 2 EA 21 22 I Install Thermoplastic "Stop Bar" (12" PO wide) II Install blue reflector 24 2 LF EA 23 Install white curb painting 20 LF 24 l'Install red curb painting 259 LF 25 Remove and replace street light conduit land wire It Remove and replace street light pull box 30 LF 26 2 EA 27 Replace sewer clean out box and in -line 0wye 3 EA TOTAL LOCATION A TflCA-T.T iN RlT e. ITEM NO. �; z� . ,mr,ri DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL PRICE II Traffic Control 1 LS $ $ 2 Grind 0.2' of AC from curb to curb or lip of gutter to lip of gutter 47,120 SF $ $ 3 Construct 0.2' AC pavement 47,120 SF $ $ 4 R ov exi tin concrete urb gutter �4 stew left and cotstruct curd an$ gutter -6" gutter) 160 LF $ $ 5 (fRgn gv attrtd)replace concrete curb and gutter 560 LF $ $ 6 II Rl.Syve and replace concrete sidewalk (4" 450 SF $ $ 7 Rerriov and r��vvla a couucr t anv way and appt'oac� per C.'lty �tandar� �6 pcc� 1020 SF $ $ 8 Il Base failure repair 660 SF $ $ 9 Furnish and install Petromat 4,050 SY $ $ 10 Adjust MH riser ring to grade 20 EA $ $ 11 Adjust water valve rim to grade 5 EA $ $ 12 Adjust water meter box to grade 15 EA $ $ 13 Install "STOP" legend 3 EA $ $ 14 Install 'LOW XING' Legend 1 EA $ $ 15 Install "KEEP CLEAR" legend 1 EA $ $ \\CITYHALL\QDLSIII WENO\A CONTRS\ 1999\ELMADDM I.DOC 16 Rsta wh jtteecihennoplastic parking tee per 37 EA $ $ 17 cros walk wide thermoplast stop bar and/or 368 LF $ $ 18 Install Red curb painting 592 LF $ $ 19 Install white curb painting 55 LF $ $ 20 Install green curb painting 35 LF $ $ 21 Install Detail 4 3,000 LF $ $ 22 Install blue reflector 4 EA $ $ 23 Post overlay sweeping 1 LS $ $' II TOTAL LOCATION B ., .. $ ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL PRICE 1 Traffic Control I LS $ $ 2 Grind 0.1' gutter key and conform - 480 LF $ $ 3 Construct 0.1' AC overlay 5,000 SF $ $ 4 Remove and�e lie gncrete rolled curb and gutter an s1 e a (z gutter) 9 SF $ $ 5 Adjust MH riser rim to grade 2 EA $ $ 6 Adjust water valve rim to grade 2 EA $ $ 7 Install "STOP" legend 1 EA $ $ 8 Install 12" white thermoplastic stop bar 12 LF $ $ 9 Install blue reflector 3 EA $ $ 10 Post overlay sweeping 1 LS $ $ TOTAL LOCATION C $ SUMMARY OF TOTALS: LOCATION A:LELM STREET RECONSTRUCTION $ LOCATION B: TILTON AVENUE RESURFACING $ LOCATION C>ITILTON TERRACE RESURFACING $ GRAND TOTAL FOR ALL LOCATIONS (Enter this amount on sheet 3): $ \\CITVHALL\\QDLS\PW ENG\A_CONTRS\1999\ELMADDM I .DOC 0 ADDENDUM NO. 1 ELM STREET RECONSTRUCTION -PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 ACKNOWLEDGEMENT I have received Addendum No. 1 to the Contract Book titled, "Elm Street Reconstruction —Phase II and Tilton Avenue Street Resurfacing". I have read and understand the information stated in the addendum. Date Bidder's Signature Bidder's Name (Printed) Name of Company RETURN IMMEDIATELY TO: Public Works Department Attn: Support Staff 330 West 20th Avenue San Mateo, CA 94403 (650) 377-3455 (fax) { ADDENDUM NO. 1 ELM STREET RECONSTRUCTION —PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 ACKNOWLEDGEMENT I have received Addendum No. 1 to the Contract Book titled, "Elm Street Reconstruction —Phase II and Tilton Avenue Street Resurfacing". I have read and understand the information stated in the addendum. Date Bidder's Signature Bidder's Name (Printed) Name of Company RETURN WITH BID DOCUMENTS " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " CONTRACT BOOK ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 3-19-24 (5 sheets) TIME OF COMPLETION: 35 Working Days CONTENTS NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATION OF NON-DISCRIMINATION 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 " " " " " " " " " " " " " " s " " " " " " " " " " " " " " " " " " " " " " " " " " NOTICE INVITING SEALED PROPOSALS ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING, City Project No 09-90-89-12.08, and other work as shown on the Contract Drawings No.3-19-24 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, California. A non-refundable fee of $15.00 per set is required if picked up or $20.00 for each set if mailed. Any questions regarding the contract documents should be directed to Otis Chan, Associate Engineer at 650/522-7309, or in writing at the above address. 3. The estimated construction cost of this project is $450,000.00. This estimate is not based on a "contractor's cost take off" of the project, but is derived from an averaging of costs for work on similar projects in the area of which the City is aware. This figure is given to indicate the relative order of magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. 4. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 5. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in Special Provisions SP -7-2.3 through SP -7-2.3.3. 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 F:41_CONTRS\I999\ELM I-99.doc 1 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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. 9. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., April 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: March 6, 1999 /S/ CLAIRE MACK, MAYOR F:\A CONTRS\1999\ELM I-99.dac 2 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 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 terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER'S STATEMENT. The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor's Signature Date Name of Company Phone Number ( ) Fax Number ( ) r:A CONTRS\I999\ELM I-99.doc 3 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 ITEM NO. it tip IGLdi 9i ' iL4{ 1 DESCRIPTION OF WORK .a xxMw " ^rjuy ��` y�� tne.a2'��2'" i�� ee ��+Q�� c.IiV���� a i in EST. QTY. N}V �4$wF%r ,I tit Tfn h rie ,�� ...... �� L*��itkd 1 UNIT �� ,��.�� 'X '��[y- xp, . ufl i i(A, llQ-i LS UNIT PRICE `4 '�'5 3 s: ''2 . 9 {hey $ TOTAL COST ''E ��-��Mthurz ��7 '��k- .t �s rem f e+ $ ' �i dgjl x a let WP ��y - T t i T.Ei��Nk&[5vs��ac tLUu Traffic Control 2 Remove and replace concrete curb and gutter (2' gutter) 1,386 LF $ $ 3 Remove and replace concrete valley gutter 35 LF $ $ 4 Remove and replace concrete sidewalk (4") 5,987 SF $ $ 5 Remove and replace concrete driveway approach (6") 2,848 SF $ $ 6 Remove existing AC pavement and aggregate base 23,260 SF $ $ 7 Construct wheelchair ramp 5 EA $ $ 8 Construct 0.4' class 2 AB 23,260 SF $ $ 9 Grind a minimum of 0.2' AC pavement 4,060 SF S $ 10 Construct 0.2' AC pavement 4,060 SF S $ 11 Construct 0.6' AC pavement in 2 lifts 23,260 SF $ $ 12 Furnish and install petromat 2,500 SY $ $ 13 Adjust manhole riser ring to grade 7 EA $ $ 14 Adjust water valve rim to grade 15 EA $ $ 15 Adjust water meter box to grade 20 EA $ $ 16 Furnish and install 3" PVC sidewalk underdrain 129 LF $ $ 17 Construct type "F-1" catch basin as shown 2 EA $ $ 18 Furnish and install 12" PVC SDR17 storm drain pipe 186 LF $ $ F:\A CONTRS\1999\ELM I-99.doc 4 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 19 Install thermoplastic "Stop" legend 2 EA $ $ 20 Install Thermoplastic "Stop Bar" (12" wide) 24 LF $ $ 21 Install blue reflector 2 EA $ $ 22 Install white curb painting 20 LF 23 Install red curb painting 259 LF 5 $ 24 Rem e and replace street light conduit 30 LF $ $ 25 Remove and replace street light pull box 2 EA $ $ 26 Replace sewer clean out box and in -line wye 3 EA $ $ Total $ 3lfo>z' venge nit Camuio Real tsr Railroad Avent. , ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL PRICE 1 Traffic Control 1 LS $ $ 2 Grind 0.2' of AC from curb to curb or lip of gutter to lip of gutter 47,120 SF $ $ 3 Construct 0.2' AC pavement 47,120 SF $ $ 4 Remove exi tin concrete urb, gutter 4 sidew lk and colistruct curd and gutter -6" gutter 160 LF $ $ 5 emmg-b vge utterand) replace concrete curb and gutter 560 LF $ $ 6 peerre and replace concrete sidewalk (4" 850 SF $ $ 7 Remove a����rpo auto replace concrete driveway , including gutter 820 SF $ $ 8 Base failure repair 660 SF $ $ 9 Furnish and install Petromat 4,050 SY $ $ 10 Adjust MH riser ring to grade 20 EA $ $ 11 Adjust water valve rim to grade 5 EA $ $ 12 Adjust water meter box to grade 15 EA $ $ 13 Install "STOP" legend 3 EA S S 14 Install 'LOW XING' Legend 1 EA $ $ 15 Install "KEEP CLEAR" legend 1 EA $ $ F:W CONTRS\1999\ELM I-99.doc 5 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 16 Install white termoplastic parking tee per City Standard 37 EA $ $ 17 Icronstallsswa 1i' wide thermoplast stop bar and/or 368 LF $ $ 18 Install Red curb painting 592 LF $ $ 19 Install white curb painting 55 LF $ $ 20 Install Detail 4 3,000 LF $ $ 21 Install blue reflector 4 EA $ $ 22 Post overlay. sweeping 1 LS $ $ TOTAL LOCATION B $ ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL PRICE 1 Traffic Control 1 LS $ $ 2 Grind 0.1' gutter key and conform 480 LF $ $ 3 Construct 0.1' AC overlay 5,000 SF $ $ 4 Remove and replace Ggncrete rolled curb and gutter an s�� e a (1 gutter) 9 SF $ $ 5 Adjust NTH riser rim to grade 2 EA $ $ 6 Adjust water valve rim to grade 2 EA $ $ 7 Install "STOP" legend 1 EA $ $ 8 Install 12" white thermoplastic stop bar 12 LF $ $ 9 Install blue reflector 3 EA $ $ 10 Post overlay sweeping 1 LS $ $ TOTAL LOCATION C $ SUMMARY OF TOTALS: LOCATION A: ELM STREET RECONSTRUCTION $ LOCATION B: TILTON AVENUE RESURFACING $ LOCATION C: TILTON TERRACE RESURFACING $ GRAND TOTAL FOR ALL LOCATIONS (Enter this amount on sheet 3): $ FAA CONTRS\1999\ELM I -99.doc 6 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " UBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12,08 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 F:\A CONTRS\I999\ELM I-99.doc 7 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1997 Edition, as amended by the 1998 and 1999 Supplements, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a Contractor, that the license is now in force and that the number and class is Class ( ), 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 term of the contract. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. P:t4 CONTRSi19991ELM1-99.doc 8 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO.09-90-89-12.08 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. FfiA CONTRS\I 999\ELM I -99.doc 9 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 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 F:\A CONTRS\I999\ELM I-99.doc 10 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 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 F:W CONTRS\1999\ELMI-99.doc 11 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 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 shouldbe 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: F:AA CONTRSVI999AELMI-99.doc 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 12 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA ELM STREET RECONSTRUCTION - PHASE 11 AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 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 50 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or latent developed defects. F:W CONTRS\1999\ELMI-99.doe 13 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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. Elm Street Reconstruction  Phase II and Tilton Avenue Street Resurfacing 3-19-24 CITY STANDARD PLANS Title Drawing No. Standard Precast Concentric Manhole 3-1-104 Typical Sections of Curb, Gutter, and Sidewalk 3-1-141 Standard Monument 3-1-142 Typical Sections of Rolled Type Curb and Gutter 3-1-144 Standard Commercial Driveway Approach 3-1-148 Standard Residential Driveway Approach 3-1-149 STATE STANDARD PLANS Title Drawing No. Pavement Markers and Traffic Lines A -20-A Pavement Markers and Traffic Lines A -20-B Pavement Markers and Traffic Lines A -20-D Pavement Markers Arrows A -24-A Pavement Markings Symbols and Numerals A -24-C Pavement Markings Words A -24-D Pavement Markings Words and Crosswalks A -24-E Curb Ramp Details A88 F:\A CONTRS\1999\ELM I-99.doc 14 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " SP -2-5.4. Specifications for street lighting and traffic signals in PART 3, Section 307, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and the applicable portions of Section 86 of the State of California, Business and Transportation Agency, Department of Transportation, Standard Specifications dated July 1995 shall be used in lieu. SP -2-6 WORK TO BE DONE - The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. The work to be performed under this contract shall include, but not be limited to, the following: Location A: Elm Street Reconstruction  from Tilton Avenue to Monte Diablo Avenue 1. Saw cut, remove and replace existing "type A" curb, gutter, sidewalk, and driveway where shown on plans or directed by the Engineer. 2. Construct wheelchair ramps. 3. Remove and replace existing street light wires, conduit and pull boxes. 4. Saw cut, remove existing A.C. pavement and base as necessary and construct new 0.6' A.C. pavement over 0.4' Class II A.B. in two lifts. 5. Adjust manhole riser rings to grade. 6. Install Thermoplastic stop bars and stop legend. 7. Install and connect 3" PVC sidewalk underdrain per City Standard, 8. Construct catch basins and install 12" PVC storm drain pipe. 9. Replace existing sewer clean -out box and cover including in -line PVC wye, 1/4,1/8, or 1/16 long radius bend, reducers, adapters, couplers and new pipe required to make the connection between the main and lateral. 10. Install red curb painting STREET RESURFACING LOCATION Location B: Tilton Avenue  east side of El Camino Real to west side of Railroad Avenue excluding the intersection of Tilton Avenue and San Mateo Drive 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 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: Tilton Avenue is a concrete street with 4"  6" 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. Place Petromat at the lip of gutter to the lip of gutter within the limits of work. FdA CONTRSVI999AELM I-99.doc 15 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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 Tilton Avenue with 0.2' dense graded 1/s" 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. 16. Resurfacing shall be done on a Saturday. All other work shall be done during normal working hours. Location C: Tilton Terrace  Entire Cul-de-Sac 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 contract drawings using the cold - planing process. 3. Install temporary "cut -back" ramps at crosswalks, driveways and intersections along ground gutter key/conform (not a pay item; cost to be included in various related bid items). 4. Remove and replace existing concrete valley gutter. 5. Overlay Tilton Terrace with 0.1' dense graded 1/2" maximum A.C., including tack coat. 6. Adjust to grade all manholes, water valves and City monuments within three working days after overlay. 7. Supply, install, and remove temporary Davidson markers. 8. Install temporary "STOP" bar and stop legend at direction of engineer. 9. Install Thermoplastic legends/lines removed prior to overlay. F:\A CONTRS\1999\ELM I-99.doc 16 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 10. Supply and install traffic control buttons removed prior to overlay. 11. 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. 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 attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. SP -2-13 SAN MATEO BUSINESS LICENSE GUIDELINES. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section 5.24.090 of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax. SP -3-1.3 NOTICE OF POTENTIAL CLAIM. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section SP -3-1.3 shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion," in the Standard Specifications, F;A CONTRS\ 19991ELM 1-99.doc 17 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. SP -3-2.1 CHANGES INITIATED BY THE AGENCY. The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. Presently there is approximately $500,000.00 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 F:\A CONTRS\1999\ELML99.doc 18 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " When subcontractor performs all or any part of the extra work, the markup established in SP -3-3.2.3 (a) shall be applied to subcontractor's cost as determined under 3-3.2.2. In addition, a markup of 10 percent on first $5,000 of subcontracted portion of extra work and 5% on the work added in excess of $5,000 of subcontracted portion of extra work may be added by the contractor for overhead and profit. SP -5-1 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 5-1 of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. 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 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. F:\A_CONTRS\1999\ELM l-99.doc 19 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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 -6-7.1 ORDER OF WORK. It is the intent of the awarding agency to coordinate this project with current ongoing or planned additional projects. To this end, the following phasing of this project shall be mandated: Order of Work Location Description 1 A Elm Street Reconstruction 2 B/C Tilton Avenue: east side of El Camino Real to west side of San Mateo Drive and east side of San Mateo Drive to Railroad Avenue.* Tilton Terrace  entire cul-de-sac. ee SP -7-2.2.1 Hours of Labor for more details. SP -6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined on the following basis. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost revenue and by cost plus an estimate of overhead costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of alternative services during delay, etc. Execution of the contract under these specifications shall constitute agreement by the City of San Mateo and Contractor that $250 per day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. SP -6-11 MEDIATION. Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the mediating parties; in the absence of an. agreement, the parties shall each submit one name from mediators listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. SP -6-12 ARBITRATION. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement maybe settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment F:\A CONTRS\1999\ELMI-99.doc 20 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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 7:30 a.m. and 5:00 p.m. unless specifically modified in writing except for the following: At locations B and C (Tilton Avenue and Tilton Terrace): All concrete work and all work related to asphalt concrete grinding, base failure repair, removal of existing striping and buttons and installation of traffic striping, legends and buttons can be performed during normal working hours. All A.C. overlay at this location shall be performed on Saturday during the hours of 8:00 a.m. and 5:00 p.m. only. SP -7-2.3 NON-DISCRIMINATION POLICY. It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of employment on any public works contract entered into with the City. SP -7-2.3.1 LOWEST RESPONSIBLE BIDDER. In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as are determined to meet the following qualifications of lowest responsible bidder. The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans and specifications therefore for the least amount of money; provided the bidder has the ability, capacity and, when necessary and the required State or other license. In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or quotation received, the experience of the bidder for the particular service sought, the quality of work that the bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried by the bidder. SP -7-2.3.2 STANDARDS OF NON-DISCRIMINATION A. The successful bidder and each subcontractor shall undertake action to ensure that applicants and employees are treated fairly such that the principles of equal opportunity in employment are demonstrated positively and aggressively during employment, without regard to race, color, religion, sex, disability, or national origin. B. In all advertisements for labor or other personnel or requests for employees of any nature, the successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. F:\A CONTRS\1999\ELMI-99.doc 21 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " SP -7-2.3.3 CERTIFICATION OF NON-DISCRIMINATION. Each bidder on any public works contract shall sign the certification of nondiscrimination, which is a part of the proposal form. Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. Each Contractor and Subcontractor and any lower -tier Subcontractor shall submit weekly certified payrolls for each work week from the time he starts work on the project until he completes his work. If he performs no work on the project during a given work week, he may either submit a weekly payroll form with the notation, "No work performed during this work week," or submit a letter to that effect. He should identify his initial and: final payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven (7) workdays following completion of the workweek. SP -7-2.5 EMPLOYMENT OF APPRENTICES. Contractor shall be responsible for compliance with California Labor Code Section 1777.5 relating to employment of apprentices for all apprenticeable occupations when the contract amount exceeds $30,000 or 20 working days or both. SP -7-3.1 LIABILITY INSURANCE. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. 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. F:1A CONTRS11999'\.ELM I-99.doc 22 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. All insurance shall: 1. Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. 2. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. 3. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. a. In addition to requiring that you provide an insurance certificate showing the levels and types of coverage required for your project or contract, the City of San Mateo also requires you to provide the City with a copy of the actual endorsements to the commercial general, automobile, and any excess liability insurance policies that show that the City of San Mateo, its boards, commissions, officers, agents, and employees have been named as additional insureds by the insurers. These endorsements are required because California Insurance Code � 384 expressly provides that an insurance certificate is not proof of what the underlying insurance policy actually contains. If you look at an insurance certificate, you will notice that the certificate actually says the same thing. Therefore, a certificate has minimal legal value and the City cannot be reasonably certain that it is covered under the policies shown on the certificate without endorsements. An endorsement is a piece of paper that modifies the terms of the underlying policy and is issued by the insurance company itself, rather than a broker. A copy of a sample endorsement for commercial general liability is on the following page for your reference. 4. No changes in insurance may be made without the written approval of the City Attorney's office. FiA CONTRS\1999\ELM I-99.doc 23 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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. F:W CONTRSV 9991ELM I-99.doc 24 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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 siteto 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. F:\A CONTRS\1999\ELMI-99,doe 25 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " In addition, when applicable, during saw cutting the Contractor shall cover or barricade catch basins using control measures such as filter fabric, straw bales; sand bags, or fine gravel dams to keep slurry out of the storm drain system. When protecting an inlet, the Contractor shall ensure that the entire opening is covered. The Contractor shall shovel, absorb, and/or vacuum saw cut slurry and pick up all waste prior to moving to the next location or at the end of each working day, whichever is sooner. If saw cut slurry enters a storm drain inlet, the Contractor shall remove the slurry immediately. The Contractor shall coordinate stormwater pollution control work with all other work done on the contract. The Contractor shall not perform any clearing and grubbing or earthwork on the project, other than that specifically authorized in writing by the Engineer, until the required storm water pollution control program has been accepted. It shall be the Contractor's responsibility to train all employees and subcontractors on the approved stormwater pollution control measures. The City will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised stormwater pollution control program, or for any delays to the work due to the Contractor's failure to submit an acceptable stormwater pollution control program. During construction of the project, if the stormwater pollution control measures being taken by the Contractor prove inadequate to control stormwater pollution, the Engineer may direct the Contractor to revise his operations and/or his stormwater pollution control program. If the Contractor fails to adequately revise his operations after such direction, the Engineer may cause the stormwater pollution control measures to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. The complete cleanup of all material, which is discharged from the project in violation of the Discharge Rules, shall be the responsibility of the Contractor. Should the Contractor fail to respond promptly and effectively to the Engineer's request for cleanup of such discharges, the Engineer may cause the cleanup to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. Nothing in the terms of the contract nor in the provisions in this section shall relieve the Contractor of the responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable statutes relating to prevention or abatement of stormwater pollution. The cost of creating and implementing an acceptable storm water pollution control program will be included in the various bid items and no additional compensation shall be made. 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. F:\A CONTRS\1999\ELM I-99.doc 26 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the various bid items and no additional compensation shall be made by City. SP -7-10.1 TRAFFIC AND ACCESS - The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation MANUAL OF TRAFFIC CONTROLS - For Construction and Maintenance Work Zones, 1996 Edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained unless otherwise approved by the City in advance. Contractor shall request and obtain approval from City before any lane closures are implemented. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. Three (3) days before the grinding operation and three (3) days before the overlay operation, an informational letter in a format approved by the Engineer specifying dates of operation shall be delivered to all residents/businesses in the construction area, except for work on Elm Street and Tilton Avenue as specified below. Special consideration shall be given to traffic control and access on Tilton Avenue. Seven (7) working days prior to any scheduled work, an informational letter in a format approved by the Engineer shall be distributed to all residents, commercial, and educational establishments detailing the work to be done and the time frame said work will be accomplished. Three (3) days before the grinding and/or overlay operation, a second notice shall be delivered. Additionally, three working days prior to Saturday scheduled overlay, 4' x 6' signs shall be erected on all streets and cul-de-sacs accessing Tilton Avenue. Said signs shall indicate date and hours of proposed closure. All side streets, cul-de-sacs, etc, shall be adequately signed with road closure ahead/detour signs It shall be the responsibility of the Contractor to provide the Engineer with a traffic control diagram and copy of the proposed hand-out for the Engineer's approval prior to the distribution of same 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. F:W CONTRS11999\ELM I-99.doc 27 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " SP -9-3.1 TEN PERCENT (10%) RETENTION. To ensure performance City is entitled to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, the Contractor may substitute securities for said ten percent (10%) retention or request that the City make payments of retentions earned directly to an escrow agent at the Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. 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. F:W CONTRS\I999\ELMI-99.doc 28 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 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 C33 3,000 18.50 FAA CONTRS\19991ELM1-99.doc 29 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " MATERIALS S.S.D. WEIGHTS (LBS.) VOLUME (CU. FT.) TOTAL 3,488 25.34 Controlled Density Fill by Granite Rock Cement 75 0.38 Pozzolan 207 1.43 Water 458 (55 gallons) 7.34 Air 1.08 Fine Aggregate (Course Sand) 1,385 8.19 Fine Aggregate (Oily Sand) 1,385 8.58 TOTAL 3,510 27.00 Design Strength: 50-150 p.s.i. Cement: Type II (ASTM C-150) lbs./cubic yard - 75 Pozzolan: International Class F (ASTM C-168) lbs./cubic yard - 207 Total Cementicious material sks/cubic yard: 3.00 lbs./cubic yard - 282 Water/Cement Ratio: n/a Course Aggregate: none Fine Aggregate: Granite and Olympia Sands Entrained Air: 4.0%, Dosage: 2 oz./cwt. (Daravair) (dosage may vary to obtain designed air) Chemical Admixture Type: none Backfill shall be that material extending from the crushed rock subgrade of the trench to within 0.1' of the finish pavement. 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. F:\A CONTRS\I999\ELM I-99.doc 30 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " Manhole frames and covers shall be cast iron. Catch basin frames and grates shall be welded steel and shall be of the type shown on plans. SP  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 -210-1.6 THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING, AND CURB MARKING. Thermoplastic and shall conform to the provisions of Section 210-1.6.1 of the Standard Specifications. SP -212-1.1 TOPSOIL. Topsoil shall be Class A and shall conform to the provisions in Section 212-1.1 of the Standard Specifications. SP -213-1 ENGINEERING FABRICS. Petromat pavement fabric shall conform to the provisions of Section 213-1.1 of the Standard Specifications. F:W CONTRS\1999'\ELM I-99.doc 31 " " " " " " " " " " " " " " " " " " " " " " r " " " " " f S " w S SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA ELM STREET RECONSTRUCTION - PHASE II AND TILTON AVENUE STREET RESURFACING CITY PROJECT NO. 09-90-89-12.08 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 0.1' 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 C. At location A, (Elm Street, from Tilton Avenue to Monte Diablo Avenue), the street shall be ground to a full depth of at least 12" lip of gutter to lip of gutter within the above -referenced limits. At locations B, (Tilton Avenue -from El Camino Real to Railroad Avenue), the street shall be ground to a full depth of 0.2' curb to curb or lip of gutter to lip of gutter within the above -referenced limits. The excess material produced shall be loaded, and off -hauled by the Contractor to a site located outside the City of San Mateo. It shall be the responsibility of the Contractor to process his work so that chipping or breaking the concrete curb or gutter adjacent to the pavement will be prevented. 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 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. F,1A_CONTRS119991ELMI-99.doc 32 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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". F:AA CONTRSV1999AELMI-99.doc 33 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 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. SP -308-2.3 TOPSOIL PREPARATION AND CONDITIONING. All lawn areas scheduled for regrading shall have a minimum of 6 inches of topsoil before placement of the new soil. Placement of topsoil shall conform to the provisions in Section 308-2.3 of the Standard Specifications. F:1A_CONTRS11999\ELM I-99.doc 34 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " SP -308-4.8.3 SOD. The type and thickness of the sod shall be the same as the sod removed or as approved by the homeowner of the place where the sod is to be installed. Placement of the sod shall conform to the provisions in Section 308-4.8.3 of the Standard Specifications. Contractor shall coordinate this activity with the individual homeowners and seek their approval before placement of sods. F:W CONTRS\1999\ELMI-99.doc 35 " " " " " " " " " " " " " " e" " " " " " " " " " " " " " " " " " " " " " " " e" " " " Mr GRADE 60 STEEL REINFORCEMENT INSTALLATION COPOLYMER POLYPROPYLENE PLASTIC SECTION G -e I'OIA HOLE 3.3/4' DEPTH 2 HOLES MANHOLE STEP DETAILS NOTES' 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 SCALED REVISION JUNE 28, 1989 CITY OF SAN MATEO 560-03250 CONC. SLAG A STANDARD FRAME AND COVER ,SEE 3.1.107 STREET GRADE M (POUREO IN PLACE)O SECTIONAL ELEVATION SECTION A - A CALIFORNIA- 94403 STANDARD PRECAST CONCENTRIC MANHOLE DATE 1987 DRAWN BY RLG CHECKED SD APPROVED Arr ENGINEER l�� 3 DRAWER co/rrr nr SET 104 1 * * COMPACTED SUBGRAOE NOTE: FOR.TYPICAL SQUARES AN INTERVALS. SCORING TO COLD JOINT 6' 6' SLOPE'r/4" PER FOOT CLASS 2 AGGREGATE BASE AT 95% RELATIVE COMPACTION OR AS APPROVED BY THE ENGINEER 5 FT SIDEWALK, SCORE IN 2.5 FT D COLD JOINTS TO BE AT 10 FT FOR NON -TYPICAL SIDEWALK, BE AS DIRECTED BY CITY WITH EVERY FOURTH MODUAL, NOT TO EXCEED 15 FT. TYPE "A" COMPACTED SUBGRADE 5' 0" SLOPE: 1/4" PER FOOT CLASS 2 AGGREGATE BASE AT 95% RELATIVE COMPACTION OR AS APPROVED BY THE ENGINEER NOTE: PROVIDE AND INSTALL # 4 X12" LONG DOWELS AT 18" CC. MAXIMUM AT THE END OF UNFINISHED CONCRETE POUR OR WHERE NEW CONCRETE JOINS EXISTING CONCRETE. NOTE' CONCRETE SHALL CONTAIN ILB OR IPT OF LAMP BLACK PER CU. YD NOTE. CURB AND GUTTER TO BE POURED MONOLITHIC UNLESS APPROVED BY CITY ENGINEER. T, 8.1/2" TYPE "B" 6" MIN. 12" MAX.* EXISTING A.C. PAVEMENT CURB GRADE r4" DEEP LIFT A.C. BATTER' I" PER FOOT 520-C-2500 CONCRETE 6" MIN. /-12" MAX. ir EXISTING A.C. PAVEMENT R=4" R=6" DEEP LIFT A.C. BATTER' I" PER FOOT 520-C-2500 CONCRETE * REQUIRED ONLY WHERE EXISTING A.G. PAVEMENT IS NOT BEING RECONSTRUCTED AND ONLY FOR THE PURPOSE OF SETTING UP FORMS AT LIP OF GUTTER. NOTE: TYPE "B" TO BE USED ONLY IN SPECIAL CASE WITH PERMISSION FROM CITY ENGINEER. ** 4"AB(2) MAY BE USED WEST OF BAYSHORE FRWY. lQi REVISION 3/21/96 NOTES • • I • • • • S • • • • • • • • • i I S Cover Grade ring Asphalt • Concrete 560-C•3250 GRADE RING DETAIL Roadway CD I. Registered Engineer or Land Surveyor No. and year shall be 3/16" min. stomp on plate 2. Monument mark shall be o I/8•• dia. drilled hole or well defined punch mark and cross placed within the clear center area of the plate. 3. Frame and cover shall be as . detailed on STD DWG 3 - 1 - 143 Frame Set brass plo e in fresh concrete A C. finished grade D• Form with 3/32" wax impregnated paper or sheet metal which may be left in place Pour against undisturbed earth in drilled hole No. 4 Rebor 2 long Concrete 560-C- 3250 • :e-. e• Tap of Sidewo k or Pavement t •! O. CO V CV 2'-0" Min. into undisturbed earth Y STANDARD MONUMENT SAN MATEO, CALIF. DATE DRAWN BY CNK. BY APPROVED FLAN CASE DRAWER SHEET •1979 RLG • • ES w CITY ENGINEER 3 1 142 2" sand or 3" compacted crushed rock or. gravel TYPE 31- ,I 21-0" Ir 1" -- P If) Slope I" per foot 2" sand or 3" compacted crushed rock or gravel REVISION JUNE 281989 • STANDARD tE }73 TYPE D` rip I Q 520-C-2500 a 520-C-2500 concrete Top of pvm't. concrete 4 To be used in special case with permission from Cily Engineer, TYPICAL SECTIONS OF ROLLED TYPE CURB AND GUTTER PRAWN BY C. P. W. CIIB. BY J. G. SAN MATEO, CALIF. APPROVED r PLAN CASE 3 DRAWER SHEET 144 • r11Y mini If IP is II . . ® ® 41 I • i S • 41 411 41 411 • 4 • 411 4111 • • ® • Bock of Ycik ___ Sidewalk Width41 Variable Gutter width , , Driveway "-••• ® Slope of walk 1/4"per foot ;Curb grade f :co • . ONC. ORIV • '• :py'.' ' ' ,• •• Normal ut. sloQe,•,-• • . No r \W.,...... EW 4PPRpACH..:_st:-'•: ' =i:•:;;:;•.•1, - . io ar -� 46. \\\\Y '`r ;.ar.... Expansion Joint-/ r Q . At Note: Concrete 20' Safety island, t, -Compacted Subgrade-' SECTION A -A shall contain I lb. or I pt. of lamp block per 35' Maximum Driveway Aoproaah width � .[��\ 520-C-2500 /////���\ N.N. 6��Class 2 Aggregate 4 95% compaction by the Engineer. cubic yard. Base at or as approved 10' gaiety island Back of sidewalk 3' min. •N i /.,W„ A 3' min. Gutter flow I'ne., Top of curb...' 35' Maximum Driveway Width PROFILE L-P.A NOTE' ~- ore I. When existing concrete improvements Expansion Joint r y~ C Driveway to be removed and replaced with TBock of sidewalk new driveway they shall be cut with y n , 4>-.6° / Driveway Approach --' i 2 oo in --- u ,. �_Cone. --Concrete sidewalk -1 -Back of Curb a concrete sow. 2. Provide a safety -island with not less than 20' of parking area between driveways unless otherwise approved by the City Engineer. 3.11 expansion joint falls in driveway, place in center between curb cuts. 4, W = Width V of Driveway "VP t 3' min5C' s`- Curb Line p `. `� `Concrete '{ gutter _ in 'n o Note: No driveway to be E constructed within three feet of curb return. `r -� 13' 35' PLAN max. £ Rev. 9/15/87 QRev.6/28/89 ARev. 7/96 £Rev. 11/5/97 Rev. 7/90 CITY OF SAN MATEO CALIFORNIA 94403 STANDARD COMMERCIAL DRIVEWAY APPROACH DATE 1987 DRAWN BY RLG CHECKED A EB J APPROVED 75 Lnt/ CASE 3 DRAWER I SET 148 /C/T!' £NG/NEER QNFFT I Or " " " " " " " " " i " " " " " " " " " " " " " " " " " " " " " " " " " " " 2' 6" . Driveway 20'-0" (MAX ) -Expansion Joint; -��A . _, ��.i VARIABLE '2'6" Edge of Driveway D7 O d N 6 G O C) Std. Type "A" Curb) Maximum Driveway Width 25'-0" PLAN. /\Note:. Concrete shall contain I ib.or I pint of lamp black per cu. yd. Expansion Joint Driveway x c .... A 520-C-2500 Concrete/ 51_ 6" S e .q Per Foot j 6Ir Expansion Joint Gutter Width Compacted 6" Class 2 Aggregate Base at 95% compaction Subgrade or as approved by the Engineer. SECTION A A TM Note: No drivewayshallbeconsfructed__within-_three feet of any curb return. !MAX 1 1 Note: When existing concrete improvements ore to � REVISION SEPT. 15,1987 they shall be cut with a concrete sow. 4\ REVISION JUNE 28 1989 REVISION JUNE 1,1988 ,& REVISION NOV.5, 1997 REVISED 7/90 be removed andreplaced with new driveway STANDARD RESIDENTIALSAN DRIMATEVDEWAY APPROACH . CALIF. DATE 1973 DRAWN BY T. L. CHK. BY J.G. APPROVED PLAN CASE 3 DRAWER t SHEET 149 CITY ENGINEER " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 0) es1 rewet. Form ,a..,iPetSI SIr24e.e CENTERLINES 12 LANE HIGHWAYSI LANELINES DETAIL I (MULTILANE HIGHWAYS) I. 1992 laA9n Y' T'�� x'.{ r_JW_y -42P- tact rmxoru orr[ -H-l'y._-IT'-1.-1'-r-I 1.- -�% DETAIL 8 ]Ifs cm - + n" DETAIL 2 -�%&7 ..-IT" -+r--��lr'--T" -I NO PASSING ZONES -ONE DIRECTION I I I I O 49' 0__-Ir r v r 0 rrrl � -f __ DETAIL 9 1-k � � � i'.. DETAIL 15 T a, ,_ .. -�� DETAIL 4 -..- Ceyi+r_,y--Ir-__fir--eyr-I ee" 49' DI C O DI -4- I -I -14" � � Fe/tr'r0/`1 I-1-1 -14.-� 411- DETAIL 5 DETAIL 10 1. 49" DETAIL 16 .1T ���� 0 24 0 24 L2" -" 14-I2'-r 36' 12' .1 -owI-9---e-_/.-16'-_.y. R" -ye.-9.- 4e' vEr/&1 zl c.g DI 000 000 0 yy ��_ ��e+e + 8 24 W.:.. w DETAIL 6 49' -.4- .y 4" I- DETAIL II -1r- -I 3.. DETAIL 17 0 000 Ci 000 �.r 170000000000OaT ry -.J4'I- 4 36' ��Pi re' --t� 1R' C y I-12' 3B 12' C 1 -... DETAIL 18 n .. T DETAIL 7 T y- 1W- .1 ������_-I9'-yrt DETAIL 12 ��I--I9' I-12' r3." F. ie'--�� 4B . . . 0 0 0 0 0 0 -�% r_ _ I9'���� Iz'-.��-19' DETAIL 19 .. I T x4:o',vxx4YSSY"".J'.rett'rL^r,,.4[v3^P, 1 r -�% --I r I-- 0 1 0 DI p.63" -0.9O -1 �� 24 24' T fr.O DETAILS p.a'..a.os.. DETAIL 13 9e' le' -1_ Ir-1 le" -_ E 3" ' LEGEND MARKERS i YPE A Wilts Non -reflective o' 0 :, CO TYPE AY Yellow Non -reflective Reflective Pace TYPE A & TYPE AY 1- 4R' r Ie'-T-IY-y.-19' d 0000 0 4 F - DETAIL 20 0 0000 01 -w4-000000110000031 .44" I- NO PASSING ZONES -TWO DIRECTIONS TYPE C Red -clear Reflective � 4.DD" 4,00" DETAIL 14 3- � TYPE p Two-way Timer Reflective ` o.R" p.lzs' M`mcww[": L `-'1 ! - .. I49' f DETAIL 21 ID TYPE C One-way Clear Reflective ��-�� 9R'' ern- 4e' 1 p9a 015 D40 ox5�� � TYPE N One-way Yellow Reflective r R' to 0000 � 0000 0 0000 9 - f go rN t l�� N .. 11..... -14'I- H. 24 I 24 0 fz � OI y e. LINES o DETAIL 14 DETAIL 22 h r 1 J 4" roe TYPE C& TYPE G& -am-� 0 0'I TYPED TYPE H y r 24' 24' t MEM9" " rellaw - Direction of Travel ~ y '-��0 0 0 0 0 0 0 0 0 0 013 NOTES I ���� 'Mil DETAIL 23 �O I.Minimut projected area of 'I reflective face o 1.00 square Inch 2. Reflective markers need not be rectangular 3.Detcll3deleted I HP1-yiMlb'1194'L e-1194' t- 300---H -ow- DETAIL 13 PAVEMENT 0 0 0 0 0 �0 0 0 0 0T 4.L_ STATEMEN Or TRANSPMd DEPARTMENT OF TRANSPORTATION MARKERS AND TRAFFIC LINES TYPICAL DETAILS NO SCALE I A20A W -4 a r0 r z N " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " A LEFT EDGELINES (Divided Highways) DETAIL 24 DETAIL 25 DETAIL 254 _1_2" Edge of traveled ray km km traveled Roy 40' Lift � � _f7 " �� `29' 24'-,{ 2" "Edge of travelog coy DETAIL 26 �� Edge of traveled Ray 1 � 48 � " 112 - DETAIL 27 � Edge of traveled ray 49' RIGHT EDGELINE 1 DETAIL 27B TI2" t7 Lope of traveled wayT RIGHT EDGELINE EXTENSION THROUGH INTERSECTIONS DETAIL 27C [:11 o C] LEGEND " WAXERS 0 TYPE D Two-way Yellow Reflective 0 TYPE AY Yeeor Non -reflective A TYPE H One -may Yelaw Reflective LINES 1 4" White OM 4" Yellow .  elreo on of Travel DETAIL 28 MEDIAN ISLANDS TY Mlnlmum 1T 2M 7 24'-1 Z3 I -7- T-3" .. . -ri E3 �f.2.. DETAIL 29 Tz, Minimum 24'-1+ -14'L ��0000�00000�_[3.. DETAIL 30 �00000�000000-f T2' mink, �000000000000 _IT y 0000000000000 7 MARKER DETAILS 0.63"-0.80"-t 8 Reflective race TYPE AY 4..125 (oD- e D.rzr' ..1.�s- . 61 TYPE TYPE k NOTES I. Mlnlmum projected area of reflective face v 1.00 quore Inch 2. Ref leatIts marker need not be rectonqulo- 3. Oeta1121A deleted DETAIL 31 " yam TWO-WAY LEFT TURN LANES MOM __Il" ariM 36' -f- r2 36' --i b -Y'. _t I DETAIL 32 a  r 24'  it-- 24' 24' 24" O 0 ammenammaamm 0 1B -'I'-' 00303 MORO 36'-4.. 12' DETAIL 33 96' 29' ' 24 X4 '24' �00000�0000���0000noc000�00�00��0����L]. � 0000 0000 � 0�00 DETAIL 34 J - 96' � � 7-0 - j1 36' I I2'-4 IB'-1 l0'512'0 EMEM �MT _Cr �I -12,7 J 4'L R IT -r-10' P 5'-.t-'--F Ifl' y RT-12'f 0000 � 0000 0000 �_LT 000000000000�00000000000000000000000073.. 96 INTERSECTION TREATMENTS 00' Mlnlmum I� I 19' ri 19' 18.-� I z 9 H24' 24' , �% 24'---11 el DETAIL - 34A t lda'urnlm,m 1-2. l6' +-1  DETAIL 35 IT PS_ i 10 Minimum DETAIL 35A hw+ew+r+Ww-{ ES � 0 � � I 24' a ul -EN 1' 1- - mini--In--8o' minimum 100' Minimum 8 24' I 24' ..-2M-1  2e1 r.. 2 IT 1 - 4-12-4 Ie' .�% -1e'-4.-a---I 100 Mini um Ai -- - I i00u2a -- 24'18 111 it 0< 0 002 113 00 0 0:0 Heitz'+i'-1-0%ti. e,4i 100' Minimum uoxma88:222 a Hal---ir-1 STATE OF CALAPROM DEPARTMENT OF IRANSPMrATce, PAVEMENT MARKERS TRAFFIC LINES TYPICAL NO SCALE L,.. AND DETAILS 1 A2013 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " CHANNELIZING LINE DETAIL 38 R- Chive Line e A Ja zR" 241-41 Hyman Traffic  . DETIL 384 DETAIL 385 1 E DETAIL 38C I, O" *Tilts Line 0r 2" 1 11 u 2t' -1- 74' zJ  Io 0818yI88880888883 24 4 Ye' DETAIL 39 BIKE LANE LINE 6"Waite Line DETAIL 39A S6' 1 { I Q1-81 \ O 6" WnNe Line BIKE LANE Intersect Ion Line I tereecBoo LANE LINE EXTENSIONS THROUGH INTERSECTIONS DETAIL 40 O O C2 O CJ 4" White Line DETAIL 40A _ 4, F D O R 0 0 0 0 0 Type A Nen-Reflective LEGEND MARtERS 0 TYPE A White Non -reflective 31 TYPE C One-way Clear Reflective eigle, or n r MARKER DETAILS Reflective Face NOTES _L oy2"to.ov',- TYPE A ae0- a2s�� 42 ft TYPE G 1. Minlmun prolected tree of reflective face = LOO square Inch 2. Reflective starker, need not be reclmpym 3. See typled Waffle line detolls for marker Pattern, to be used with retested Pavement monitors. " Dean M requires a Type 2 recess. , RECESS DETAIL FOR REFLECTIVE PAVEMENT MARKER y SECTION B -B WERAER AT DOWNSTREAM ENO OF RECESS Y  . r4 L wn Min PLAN ONE-WAY TRAFFIC (TYPE II REFLECTIVE PAVEMENT MARKER AT ONE Et0 Cf RECESS ��-44 ur r -1 n  ��  5XF'" t YY' PUN TWO-WAY TRAFFIC (TYPE 21 REFLECTIVE PAVEMENT MARKER FOR RECESSED INSTALLATION L 0.40" Din rOde" MIn 0Ae" Mow Lt.��ui��N 2.0" " Min r2.0" MN 2.5"Mak 2.5" Mae TYPE C & TYPED TYPE G 8 TYPE H See Note 3 12223 Reflective Face STATE Of CALepMA DEPARTMENT Of TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS NO SCALE A2OD OOtV NYld 'O18 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " V I? 6:25 SOFT TYPE 1(18) ARROW IS NCH CRA-I Iz" . M3 SOF TYPE I (24) ARROW I -A -1 6 " H SOFT TYPE 1(10) ARROW I? WCH GRID Ix" ' MIS SOF TYPE IV (L) ARROW )FOR TYPE IVIR ARROW. USE MIRROR IMAGE) 6" - 9.P / \ - A " - i ___- - _ \\- ___ ___ �%�%�%I.�%.p R NCH GOO I�%�%��L�%s �%. ��.�� -I R FT - 6:36 5 FT TYPE VIII ARROW �%�%.Cw�% 2 INCH GRID M 6:a SOFT TYPE V ARROW RIGHT LANE DROP ARROW (FOR LE T LANE, USE MIRROR IMAGE r 3 RNE A.2T SOFT TYPE VII(L) ARROW (FOR TYPE VII IR) ARROW, USE MIRROR IMAGE) T TNT COAT. INyTL Aka, 1.33 OFT TYPE V ARROW NOTE: MIDI YAMATIONS N OMEMSOFIS MAT BE ACCEPTED BT TIE ENCBEER. STATE OF CALFGWA OEPARTIERT OF TRANSPORTATION F; PAVEMENT MARKINGS ARROWS NO SCALE A24A NYld '019 " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " 2'-0"x width of lone 12 INCH GRID =20 SOFT." RAILROAD CROSS NG SYMBOL ITO 5OTT DOES NOT INCLUDE THE 2'x0"xVARIABIE MOTH TRANSVERSE LINES. N. NCH G 0 A" 4 SOF BKE LANE SYMBOL A=11,5 SOFT I112 INCH GRID MI I SOFT DIAMOND SYMBOL 7 A" 16.5 SOFT NUMERALS r C -y 6 INCH GRO 32. A+3 OFT HANDICAPPED PARKING SYMBOL IF A449.5 SOFT i CT 01 E July I. 1992 DA NOTE MINCP VARIATIONS IN OIMEMSONS MAT BE ACCEPTED BY THE ENGINEER. STATE OF CALFORMA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS SYMBOLS AND NUMERALS NO SCALE A24C " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " ow y O NOTES m If o essooe consists of more man one a or 11 should read "LIP -.1.e.. the first word should be nearest the driver. TM The apace between words should be of least four times the height of the characters for low weed reads. but not more than ten times the height Of the characters. The space may be reduced appropriately where there Is limited space because of loud conditions. nl Minor variations In dimensions may be ac,epted by the Engineer. III Portions of o letter, number or symbol may be separoted by c outing segments not to exceed 2 -in width. 4 26 SOFT 'HI - T A.19 SOFT H i- A 21 SOF HI - WORD MARKINGS ITEM SOFT ITEM SOFT ITEM SOFT ITEM SOFT HiNG 21 YIELD 24 BIKE 5 PEO IS AHEAD 31 SCHOOL 35 SLOW 23 COMPACT it WAIT 19 SIGNAL 32 STOP 22 RUNAWAY 43 LANE 6 TURN 24 LEFT it VEHICLES 42 A022 SOFT "i I-  T A 6 SOFT 2. h STATE OF CLLIPOPes DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS WORDS NO SCALE A24D " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " "  I kT A=24 SOFT _ER- kir A=23 SOFT N' Hi A=I7 SOFT A=27 SOFT NOTES 111 If a message consists of more than one word, It should rood "UP", I.e.. the first word should be nearest the driver. 121 the space between words should be at least four times the height of the characters for low speed roads, but not more than ten times the height of the characters. The space may be reduced appropriately where there Is limlteo space because of local conditions. 0" F5" s I' I-11 A=5 SOFT 131 Minor variations in dimensions may be accepted by the Engineer. fn Portions of a letter. meter or symbol may be separated by c ecting segments not to emceed 2 in width. (51 Crosswalks contiguous to 5 ool grounds ore to be 12" yellow lines In place o of white shown. A=22 SOFT R' I -T A=2I SOFT OR" A=20 SOFT L a2, Loser Roos ,a:sL'rnaY(! ewe.1 1TA CROSSWALK AND LIMIT LINE See Note 5 / 12' white Line WORD MARKINGS ITEM SOFT ITEM SOFT LANE 24 NO 5 POCL 23 BIKE 21 CSR IT BUS 20 CLEAR 2T ONLY 22 KEEP 24 STATE OF cetrRAMA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS WORDS AND CROSSWALKS NO SCALE NYld '41S N m m A24E Panting area 0.0'er greet r IDE lax at eat u3X Mat See Nose I 0.332 Max Clan Crasswak CASE A in Note 9 A er e' 24" Mln-t—� I----i-21"UI See Not 9 Crosswalk MX Max at curb See Note 8 Retaining curt if if'necessary at edge of sidewok •See Note 9 CASE C front edge of skier* tetaaag orb if necessary at edge Of saevak Use when slderat Is less than 6' wide Top of ramp. A• Rounded 8.332 Max 22 Ma SECTION A -A I'Mln Retaining curb If necessary 8.332 Mae ‘2'/. Max 7 SECTION B -B Depress entire sidewalk os required Retaining curb If necessary 22 Max- 7 SECTION C -C haled wmina surf en rap 6•• Mote L Planting area PontWg area •• Nate e CASE E CASE F see Note I CASE D or 8 CASE G See Note 4 Approximately Y•' GROOVING DETAIL Tsscam Paw SW 10Z Max at ace Front edge of streak o nI sent mots L,e esi a2ct ucns ptu uasru ..., eh. r i MaY 59.1996 _', ten trwn I a o.vova euc >lll rYY warwW r Ymeew�Iv CIY i 550115 LL67' 1t o O O 000 <ea ON RAISED TRUNCATED DOME PATTERN D,IS'_t I.. r 0..20" \ o.9a• T 0 RAISED TRUNCATED DOME DETECTABLE WARNING SURFACE See Note 9 • Removal and replacement Limit of pay at contractor's option C Min unless Otherwise Shown I Rounded I J on project plans n DETAIL N Existing curb and sidewalk Front edge of *MU.rat NOTES L If distance tram curb to back of 'midweek Is too short to accommodate ramp and 1'plotform as In Case A. the sidewalk may be depressed longitudinally ' as in Case B or C or may be widened as in Case D. 2.11 sidewalk Is less than 6' wide• the full width of the Maack shall be depressed as shown In Case C. 3. When ramp is located In center of cub return. crosswak configuration must be earlier to that shown for Case E to accommodate wheelchairs, 4. For Cases F and C. the longitudinal portion of the sidewalk may need to be depressed as shown in Case B. 5.1f located on a curve the sides of the ramp need not e parallel, but 'the Santa width of the romp shall6. Transitions from ramps to wake. putters. or streets shall be flush and free of abrupt changes. 7.Sidewalk and romp thickness. "T". Shall be 3%' Mo. I. The ramp shall have a 12"wide border with %' groove pr s ap oximatey ;%" Co center. See grooving 9. Curb romps that hove a rasp slope flatter than 6.672 shall have a detectable warning surface that extends the fug width of the romp and 2A" minimum length, similar to -that shown On Lace D. Detectable warning estates, at the option of .the Contractor. shall be constructed by cost -In -place or steeped method. or consist of a prefabricated surface.The prefabricated arface shall conform to the requirements In the 'special provisions. A. When detectable warning surface Is not required on a curb ramp, the concrete finish of the romp and Its flared sides shall hove a transverse braaned Surface texture rougher than the surrounding sidewalk. II. Rasp side slope varies uniformly from a maximum of 102 at curb to conform with Nfpltudinaisldewak slope adjacent to top of the roma, except In the Case C. 12.Utlnty pull boxes.matpies, volts and oil other utility facilities within the boundaries of the curb ramp will be relocated by the owner prior to, or In conjunction with, curb romp construction L3.Mdxlmum slopes of adjoining gutters, the road surface immediately adjacent to the art rap and continuous pasaOge to the curb ramp shall not exceed 5 percent within 4' of the tap or bottom. Of the curb ramp. N.Deslpn details approved by the Division of the State Architect on March 18.1996. STATE OF CALIFORIA DEPARTS/Eel OF TRANSPORTATION CURB RAMP DETAILS NO SCALE RNSP A88 DATED MAY 29, 19% SUPERSEDES STANDARD PLAN NSP A08 DATED JULY I. 1992 AND SUPPLEMENTS THE STANDARD PLANS BODE DATED JULY 1992. REVISED NEW STANDARD PLAN RNSP A88 WHEEL CHAIR RAMP SAN MATEO. CALIF DATE 1999 PREP. BY H.A CNK. BY D.0 APPROVED PLAN CASE 3 DRAWER 1 SHEET 157 • {M,1