Loading...
HomeMy Public PortalAbout2006 Downtown Street Resurfacing1 1 1 11 I 1 t CONTRACT BOOK 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. (2 sheets) TIME OF COMPLETION: 20 Working Days CONTENTS NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT NONCOLLUSION AFFIDAVIT CERTIFICATION OF NON-DISCRIMINATION CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION SPECIAL PROVISIONS PART I -- GENERAL PROVISIONS PART II -- CONSTRUCTION MATERIALS PART III -- CONSTRUCTION METHODS STANDARD DRAWING APPENDIX I - AGREEMENT FOR PUBLIC IMPROVEMENT APPENDIX II — DIVERSION SUMMARY FORM 0 tp W WHNOAACONTRS.006`v2000 Downtown Street Resurfacingtcontraotdoe I 7/3/2006 NOTICE INVITING SEALED PROPOSALS 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for 2006 Downtown Street Resurfacing as shown on the Contract Drawings No. 4-15-6 and as described in this Contract Book and the APWA-AGC Standard Specificationsfor Public Works Construction, 2006 Edition. The work described requires that the bidder be licensed by the State of California as a Class A Contractor. 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A non-refundable fee of $30.00 per set is required if picked up or $35.00 for each set if mailed. Any questions regarding the contract documents should be directed to Homayoun Ariasp, Assistant Engineer, at 650-522-7332 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. 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. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in SpecialProvisions SP -7-2.3 through SP -7-2.3.3. 6. Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. It is the responsibility of the Contractor to contact the City to determine the existence of any and all addenda. 7. The time of completion for this contract shall be twenty (20) working days, beginning from the date specified in the Notice to Proceed. 8. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept, modify, or reject any items of the bid, or in the case of a single bid being received to extend the acceptance date by up to thirty (30) days with notice. The City of San Mateo is a charter City and any contract entered into is subject to the provisions of the City of San Mateo Charter, which may supersede certain provisions of the Public Contract Code and other provision of state law. QApantW ENGAA CON1RS\2006A2006 Downtown Street ResurfeeingAcon'ractdoc 2 7/3/2006 I 1 1 1 1 I I 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. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. The State Prevailing Wage Rates may also be obtained from the California Department of Industrial Relations internet web site at http://www.dir.ca.gov. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 10. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., July 27, 2006, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 11. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as City's interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 7, 2004. 12. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, Contractor may substitute securities for said ten percent (10%) retention or request that City make payments of retentions earned directly to an escrow agent at Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. Dated: July 5, 2006 /S/ JOHN LEE, MAYOR Q ‘pw,PWENG\A CON,RM20062006 Downtown Street Resurfacing \cantrac, doe 3 7/3/2006 PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) 1 1 1 1 I 1 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 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 he done in accordance with this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 2006 Edition. The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates) the project plans described below, including the addenda thereto, the contract annexed hereto, and also in conformance with the APWA-AGC Standard Specifications for Public Works Construction, 2006 Edition and the Labor Surcharge and Equipment Rental rates in effect on the date the work is accomplished. This proposal is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER'S STATEMENT. ADDENDA — This proposal is submitted with respect to the changes to the contract included in the addenda number/s By my signature on this proposal I certify, under penalty of perjury under the laws of State of California and United States of America, that the Non Collusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106 is true and correct. The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor's Signature Date Name of Company Phone Number (___) Fax Number ( ) 0 4.PwW WENG\A CONrRS\2006\2006 Downtown Street Resurfacinnbonlr,ct doe 4 7/3/2006 I r I 1 I 1 1 Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one -tenth, or one -hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the City of San Mateo's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity, which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the City of San Mateo, and that discretion will be exercised in the manner deemed by the City of San Mateo to best protect the public interest in the prompt and economical completion of the work. The decision of the City of San Mateo respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. Q \pw\PWENG\A CONTRS\2006\2006 Duwniown Street Resurfacing\cnnrrxm.doc 5 7/3/2006 I I 1 I I 1 I If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the 2 bonds in the sums required by the State Contract Act, with surety satisfactory to the City Of San Mateo, within 8 days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of San Mateo that the contract has been awarded, the City of San Mateo may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of the security accompanying this proposal shall operate and the same shall be the property of the City of San Mateo. By my signature on this proposal, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes, and agrees if this proposal is accepted, that he will contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following prices, as shown on the Schedule of Bid Items. Q \pw\PWRNG\A CON1RSV006\2006 Downtown St et Resurfadny\conlr doc 6 7/3/2006 1 1 1 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST Traffic Control at various locations. See SP 7-2.2.1 and 7-10.1 I LS $ $ 2 Grind 0.15' AC from lip of gutter to lip of gutter 148,000 SF $ $ 3 Grind 0.1' AC from lip of gutter to lip of gutter 8,500 SF $ $ 4 Overlay 0.15' AC from lip of gutter to lip of gutter per plan. (Type C2 1/2" Dense Medium) 1,818 TON $ $ 5 Overlay 0.1' to 0.15' AC from lip of gutter to lip of gutter per plan. (Type D2 3/8" Dense Fine) 105 TON $ $ 6 Fog Seal 1,000 SF $ $ 7 6" deep base failure repair (plug in two 3" lifts). (Aggregate Base Streets) 500 SF $ $ 8 6" deep base failure repair . (Concrete Base Streets) 450 SF $ $ 9 Furnish and install petromat. 14467 SY $ $ 10 Remove and replace concrete curb and gutter: (>5' gutter) 280 LF $ $ 11 Reset brick work 180 SF $ $ 12 Reset catch basin 1 EA $ $ 13 Construct concrete wheel chair ramp as per city std. 1 EA $ $ 14 Adjust MH riser ring to grade 28 EA $ $ 15 Adjust water valve rim and barrel to grade 48 EA $ $ Q: TwPWENGA CONI RS\2006¢006 Dowmwwn SOwr Resurfacing \calumet doc 7 7/3/2006 I ■ 1 16 Adjust monitoring well rim and barrel to grade 1 EA $ $ 17 Install 6" wide white thermoplastic parking stall 2,050 LF $ $ 18 Install 12" wide white thermoplastic stop bar/limit line 3 600 LF $ $ 19 Install white thermoplastic zebra crosswalk 400 SF $ $ MI an M 20 Install 'STOP' thermoplastic pavement legend 3 EA $ $ 21 Install 'KEEP CLEAR' pavement legend I SET $ $ 22 Install 'R X R' pavement legend 5 SET $ $ ■ I 24 I 25 II 27 I 23 Install 'PED XING' pavement legend 2 SET $ $ Install Disabled Persons parking pavement 'SYMBOL'. 5 EA $ $ Install detail 4 200 LF $ $ 26 Install detail 10 370 LI; $ $ install detail 23 2,600 LF $ $ 28 Install detail 38C 680 LF $ $ 29 Install type IV (R) thermoplastic Arrow 8 EA $ $ 1 30 Install type IV (L) thermoplastic Arrow 10 EA $ $ 31 Install type I (10') thermoplastic Arrow 5 EA $ $ I 1 32 Install type VII (R) thermoplastic Arrow 2 EA $ $ 33 Install Parking T's 74 EA $ $ 34 Install type Q flexible post 2 EA $ $ 35 Install "Construction Schedule" sign. 4 EA $ $ 36 Install one (I) (6' X 50') type "C" detector loop per plan. Connect all wires as necessary per Caltrans STD. 16 EA $ $ i 37 Install type "A", "E" or "D" detector loop. Connect all wires as necessary per Caltrans STD. 24 EA $ $ I Q \VwtPWENG\A_CONTRS\2"06\2006 Downtown Surat Resurfacingkonuact doe 8 7/3/2006 I I 38 1 I 41 I 42 1 Adjust Existing Handhole to grade 3 EA $ $ 39 Install Handhole. 14 EA $ $ 40 Install blue reflector 19 EA $ $ Post overlay sweeping I LS $ $ STOPPP permit and implementation of BMP's. See SP -7-8.6 1 LS $4;000.00 $4,000.00 TOTAL BID $ I 1 1 I Q.\pw\PWENG\A_CONTRS@0062006 Downtown Street Resurfacing\wntracr doe 9 7/3/2006 I I I I I r I I 1 1 I 1 1 I I SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) 2006 DOWNTOWN STREET RESURFACING CTI'Y PROJECT NO. 467004-46000-7019 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 Q'tpwVPWENGAA CONTRs\2006A]006 Downtown Street Reseda cent do 10 7/3/2006 I I I I I I r I I I I 1 r I I BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 2006 Edition, and realizes that any variation or deviation from these specifications, requirements. and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a Class A Contractor, that the license is now in force, and that the number is and the expiration date is . Further the undersigned certifies that upon request he will provide, evidence of said license. Pursuant to Business and Professions Code Section 7028.1.5.I, , declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true and correct and that this declaration is made on this day of , 200_, at , California. The undersigned understands he must meet the requirements of Section SP -7-2.3, NON- DISCRIMINATION POLICY prior to award ofcontract and conform to those guidelines throughout the duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within eight (8) days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of San Mateo that the contract has been awarded and to commence work within five (5) days of the date specified in the notice to proceed, and to complete the work under said contract within the specified number of working days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all subcontractors obtain a San Mateo Business Licensein 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. ,PWENG\A CONTRS2006D006 Downtown Street Resurfacing \convent Joe 7/3/2006 I 1 I i I 1 r I I I I I I I BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. Enclosed find bond or certified check or cashier's check no. of the Bank for . Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned. The undersigned agrees that this. bid may not be withdrawn for a period of forty-five (45) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF ' WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. Q'\pw\PWENG\A_CONTRS\2006\2006 Downtnwn Street Resurfac eee 12 7/3/2006 1 r I i I I I I I I r I1 I I I I BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 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 Q \pwPWENG\A_CONTRS 2006.2006 Downtown Street Resurfacing \contract doc 13 7/3/2006 I I I 1 I I I r I I I I I I I I State of California County of NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 ) ss. , being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, or any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure contract; that all statements contained in the hid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. Q\pw\PWENO\A CONTRS\2006\SOD Downtown Street Resurfacing \ contract . doc 14 7/3/2006 CERTIFICATION. OF NON-DISCRIMINATION (To be submitted with Proposal Form) 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 i I r t I I 1 1 1 I I I 1 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 Q.\pw\P WENG\ACONTRS2006\2006 Downtown Siren, Resurfpcing\emuxot dec. 15 . 7/3/2006 I CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) 1 I I I I 1 I I I I, I I I 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The undersigned understands that weekly -certified payrolls must be submitted for verification. BIDDER By: (Name and title of person making certification) Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. O. Box 420603 San Francisco, CA 94142-0603 Q qw'. W£NCAi A CONTRS\300E\2006 Downtown Siren Resurfacing\contract . doe 16 7/3/2006 I I S I I I I 1 I I I I I •iI I I I I I CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION (To be submitted with Proposal Form) 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. BIDDER By: (Name and title of person making certification) Date 0 'pw\P W ENG\A CONTRS1200612006 Downtown Sam Resurfacing\ ina. aoc 17 7/3/2006 I I I 1 I I I I I I I 1 I I I I I SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 2006 Edition, (hereinafter referred to as the Standard Specifications), and according to these Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with these Special Provisions. The Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. Whenever the letters SP are used as a prefix in section numbering (e.g., SP -200-2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 200-2). PART I - GENERAL PROVISIONS SP -2-1 AWARD OF CONTRACT. The right is reserved to. reject any and all proposals. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed or has demonstrated, to the satisfaction of the City, adequate good faith efforts to do so. In determining the award, careful consideration by City shall be given to each item of bid. All bids will be compared on the basis of the Engineer's Estimate of the quantities of work to be done. The City reserves the right to amend or reject any or all proposals and also to select, modify, or reject any of the bid items as City see in its best interest. Such award, if made, will be made within 45 days after the opening of the proposals. This period will be subject to extension for such further period as may be agreed upon in writing between the Department and the bidder concerned. SP -2-3 SUBCONTRACTS. The Contractor is prohibited from employing any subcontractor that is ineligible under Labor Code section 1777.1. SP -2-4 CONTRACT BONDS. Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. Bondsshall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two acceptable surety bonds; one for labor and materials and one for performance. The "Payment Bond" (Material and Labor Bond) shall be for not less than 100 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the p.\PW\PWfiNC\A CONTRS'¢uu6\M06 Dowrown Sired Resurfacing\contract doc Ii 7/3/2006 i 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. I I i I a 1 The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or latent developed defects. SP -2-4.1 GUARANTEE. The Contractor warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. In the event of failure to comply with the above -mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made goodat 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. 2006 DOWNTOWN STREET RESURFACING 4-15-6 CITY STANDARD PLANS Title Drawing No. Standard Precast Concentric Manhole 3-1-104 Standard Manhole Frame and Cover 3-1-107 Typical Section of Type "A" Curb, Gutter, and Sidewalk 3 -I -141A Typical Section of Type "B" Curb, Gutter, and Sidewalk 3-1-141 B Miscellaneous Details for Curb, Gutter, and Sidewalk 3-1-141C Standard Monument 31-142 Standard Commercial Driveway Approach 3-1-148 STATE STANDARD PLANS FOR CONSTRUCITON OF LOCAL STREETS AND ROADS 2002 EDITION 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 C 1 Q.\pwWWENG\A CONTRS'd0061006 Downtown Street Res .et ene 19 7/3/2006 I I I I I I I I Pavement Markers and Traffic Lines A 20 D Pavement Markers Arrows A 24 A Pavement Markers Arrows A 24 B Pavement Markers Symbols and Numerals A 24 C Pavement Markers Words A 24 D. Pavement Markers Words and Crosswalks A 24 E • Curb Ramp Details A88 Signal, Lighting and Electrical. Systems Detectors ES -5A Signal, Lighting and Electrical Systems Detectors ES -5B Signal, Lighting and Electrical Systems Detectors ES -5E SP -2-5.3 SHOP DRAWINGS AND SUBMITTALS. Table 2-5.3.2 (A) under SP 2-5.3.2 is deleted and the following table is substituted instead. The Contractor is required to provide shop drawings and/or submittals for the following items listed. TITLE SUBSECTION NUMBER TITLE SUBJECT SUBMITTALS DUE 1 SP 2-5.5 Plans As -built drawings Following completion of work, but prior to acceptance of project. 2 6-I Construction Schedule Construction schedule and commencement of work At pre -construction meeting. 3 7-8.1.1 Recycling Requirements Recycling of asphalt concrete At pre -construction meeting and conclusion of project. 4 7-8.6 Water Pollution Control Storm Water Pollution Prevention Permit Program (STOPPP) At pre -construction meeting. 5 7-] 0-1 Traffic & Access Traffic Control Plans At pre -construction meeting. 5 SP 200-2 Aggregate Base Base rock 6 SP 201-I Portland Cement Concrete Sidewalk, curb, gutter and wheelchair ramp 7 SP 203-3.2 Tack Coat Emulsified asphalt tack coat 8 SP 203-6.1 Asphalt Concrete Asphalt concrete * 9 SP 206 Misc. Metal Items Manhole frames and covers *Contractor's submittals shall be complete and responsive to the requirements of the specifications. Incomplete submittals may delay the review process. The impact to the construction schedule of such delays shall be the responsibility of the Contractor. No field work shall be performed by the Contractor until shop drawings or submittals related to that field work have been designated as "accepted" by the City. Q',w PWENGN_CO N RS\Sr06v006DowniownStreet Re -curiae inp'+'nenact doe 20 7/3/2006 1 1 1 I 1 1 I I 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 underthiscontract shall include, but not be limited to, the following: • Prior to beginning of construction, all catch basins within 50 feet of construction limits shall be protected from falling debris into storm drain systems by installing approved BMP devices. It is the responsibility of the contractor to maintain effective BMP devices at all affected areas during the grinding and paving operations. The contractor shall remove the BMP devices after the final sweeping is completed. • Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. • Remove and replace concrete curb, gutter and wheelchair ramps per direction of the Engineer. All wheelchair ramps shall include raised truncated dome pattern with yellow detectable warning surface. • Make base failure repair as directed by the Engineer. (Base failure repair shall include removal of asphalt concrete, base material and installation of up to 12" of type C2, 3/a" Dense Medium asphalt concrete or 6" Portland Cement Concrete with 2% calcium and AC as necessary). When work is adjacent to trees, it may include cutting of existing root system. Contractor must notify City's arborist when working adjacent to trees. Installation of root barriers are included in this work. The actual quantity of base failure repair will be confirmed and marked/identified by the Engineer after the streets are ground. • Furnish and install Petromat as shown on the plans or as directed by the Engineer. • Install temporary "cut -back" ramps at crosswalks, driveways, and intersections along ground gutter key/conforms per direction of Engineer (not a pay item; cost to be included in various related bid items). • Grind to a full depth of 0.10' to 0.15' of AC and off haul all asphalt, curb to curb or lip of gutter to lip of gutter within the limits of work as directed by the Engineer. • Overlay 0.1' to 0.15' dense graded type C2-'2" Dense Medium and D2-3/8" Dense fine, including tack coat as shown on plans or as directed by the Engineer. • Install temporary (traffic paint and/or traffic tape) `STOP' bars, legends, limit lines and lane lines on the same date that they are removed or at the direction of the Engineer. Install permanent `stop' bars, stripings and legends within 7 working days after completion of AC overlay at such location. • Adjust to grade all manholes, water valve rims and monuments within five (5) working days of completion of overlay. • Install traffic loops and hand -hole per plan or as directed by the Engineer. Traffic QAwAPWCNCj ACONTRS,a0W1006 Dowmown Street Resurfacing\conlrzudoc 21 7/3/2006 1 1 1 1 1 1 1 1 loops shall not be out of order for more than one week after final paving unless approved by the Engineer. • During grinding and upon completion of the overlay, the entire street and/or sidewalk shall be swept as often as necessary to remove debris/loose gravels left from construction activities to the satisfaction of the Engineer. A minimum of two street sweepers shall be required if directed by 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 thatthe 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 theother more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. SP -2-13 SAN MATEO BUSINESS LICENSE GUIDELINES. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section 5.24.090 of said Chapter 5 provides that "Every person conducting the business of Contractor shall pay an annual tax as follows: (1) General Contractor, $124.00; (2) all other contractors, $49.00." SP -3-1.3 NOTICE OF POTENTIAL CLAIM. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that Q.\pw\PWENG\A_CONTRS\2006\201)6 Downtown Sven Resurfacing \cumran.doc 22 7/3/2006 I 1. 1 r 1 1 compliance with this Section SP -3-1.3 shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion," in the Standard Specifications, nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. SP -3-2.1 CHANGES INITIATED BY THE AGENCY. The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. Presently, there is approximately $450,000.00 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 sub -projects that will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid because of the above -stated alteration of this project. SP -3-3 EXTRA WORK. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by contract unit prices or stipulated unit prices. When the price for the extra work cannot be agreed upon, the City will pay for the extra work based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard Specifications. The mark-ups shall be as specified below. SP -3-3.2.2 LABOR SURCHARGE To the actual wages as defined in Section 3-3.2.2 (a) of the Standard Specifications for Public Works Construction, will be added a labor surcharge. The labor surcharge compensates the Contractor for statutory payroll items stipulated by various governmental agencies. The six items included are Workers Compensation, Social Security, Medicare, Federal Unemployment, State Unemployment and State Training Taxes. The labor surcharge calculation for overtime work does not include workers compensation on the premium portion of, overtime, as provided by workers compensation regulations. The surcharge percentage to be applied to the actual wages paid as provided in Section 3.3.2.2 (a) of the Standard Specifications for Public Works construction will be 16 percent for regular time (RT) and 14 percent for over time (OT). Q ApwWWENGAA_CONTRS\206A2006 Downtown Seem RewMuingAwnAmct doc 23 7/3/2006 I 1 1 i 1 1 1 SP -3-3.2.3 MARK-UP. A. Work by Contractor The following percentages shall be added to the. Contractor's cost and shall constitute the mark-up for all overhead and profits: 1. Labor Surcharge (RT) 16% 2. Labor Surcharge (OT) 14% 3. Labor 25% 4. Materials 15% 5. Equipment Rental 15% 6. Other Items and Expenditures 15% To the sum of the costs and mark-ups provided for in this subsection, one percent (1%) shall be added as compensation for bonding. Work by Subcontractor When subcontractor performs all or any part of the extra work, the markup established in SP -3-3.2.3 (a) shall be applied to subcontractor's cost as determined under 3-3.2.2. In addition, a markup of 10 percent on first $5,000 of subcontracted portion of extra work and 5% on the work added in excess of $5,000 of subcontracted portion of extra work may be added by the Contractor for overhead and profit. SP -4-1.6 TRADE NAME OR EQUALS. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. SP -5-1 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 5-1 of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. Attention is directed to the possible existence of underground utilities not indicated on the plans and to the possibility that underground utilities may be in a location different from that, which is indicated on the plans. The Contractor shall ascertain the exact location of underground utilities whose presenceis 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. Q9pw\PWENG\A_CONTRS\2006\2006 Downtown Street ResurfecinR\contract do 24 7/3/2006 1 I1 1 I 1 i SP -6-1.1 COMMENCEMENT OF WORK. The Contractor shall begin work within 5 calendar days after receiving notice to proceed and shall diligently prosecute the same to completion with the time limits provided in the special provisions. SP -6-1.2 CONSTRUCTION SCHEDULE. The Contractor shall submit the proposed construction schedule at the pre -construction conference. 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. The schedule shall be submitted and approved prior to any work being done. SP -6-1.3 PRE -CONSTRUCTION CONFERENCE. A pre -construction conference will be held at a location selected by the City for the purposes of review and approval of construction 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. The Contractor shall be required to submit all required submittals and traffic control plans to the city for review and approval as directed by the engineer. SP -6-6.5 DELAYS AND EXTENSIONS OF TIME. In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final and conclusive. SP -6-7 TIME OF COMPLETION. The Contractor shall prosecute and work to completion before the expiration of twenty (20) working days, beginning from the date specified in the Notice to Proceed. The entire project must be completed before October 6, 2006 The City will furnish the Contractor weekly a statement of working days remaining on the contract. SP -6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined on the following basis. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost revenue and by cost plus an estimate of overhead costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of alternative services during delay, etc. Execution of the contract under these specifications shall constitute agreement by the City of San Mateo and Contractor that $500 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 he construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. Q:\pw\PWENG'tA CONIRS'0006\ 2006 Downtown Street Rosm(acing\contrac'doc 25 7/3/2006 t 1 1 11 1 1 I SP -6-11 MEDIATION. Should any dispute arise out of this Agreement, any party may request a meeting between the parties to resolve the dispute. Only in the event the dispute is not resolved as a result of such a meeting, or the opposing party refuses to attend such a meeting, any party may request that it be submitted to mediation. The parties shall mediate the dispute within 30 days of such a request. The mediator shall be agreed to by the mediating parties: in the absence of an agreement, the parties shall each submit one name from the mediators listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. SP -6-12 ARBITRATION. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of arbitration shall be borne equally by the parties. SP -7-2.2.1 HOURS OF LABOR. Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion if approved in advance by the City. The Contractor shall notify the City Engineer in writing twenty-four (24) hours prior to any non -emergency type overtime operations or forfeit the sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without written consent of the City Engineer -- said sum to be deducted from any monies due the Contractor or paid directly to him. Working hours for this project shall be as follow: 1. 1s1 Avenue, from Ellsworth to N. B Street. Grinding and paving work must be done on one single weekend. 2. 2"d Avenue, from El Camino Real to Railroad Avenue. Grinding work must be completed on one (1) Saturday from 6:30 a.m. to 5:00 p.m. Paving work at this location must be done immediately on the (following day) Sunday on the same weekend. 3. 3rd Avenue, from El Camino Real to Railroad Avenue. Grinding work must be completed on one (1) Saturday from 6:30 a.m. to 5:00 p.m. Paving work at this location must be done immediately on the (following day) Sunday on the same weekend. Striping work at the above mentioned locations shall be done from 10:00 p.m. to 6:00 a.m. Monday through Thursday. All other work can be done Monday through Thursday from 9:00 a.m. to 3:00 p.m. Q:\pwtPWENG\A CDN9RS\2006\2006 Downtown Street Resurfaerng\wmract doe 26 7/3/2006 I I I 1 i 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.l 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. In all advertisements for labor or other personnel or requests for employees of any nature, the successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. SP -7-2.3.3 CERTIFICATION OF NON-DISCRIMINATION. Each bidder on any public works contract shall sign the certification of nondiscrimination, which is a part of the proposal form. Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. pipwPWI,NG\A CONTRS\2006\ 2006 Downtown Street Resurfaoinybontract Doe 27 7/3/2006 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. C. Workers Compensation in at least the minimum statutory limits. General Provisions for all insurance. All insurance shall: I. Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. 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, Q-\pw\PWENG\A_CONTRS\2006\2UO6 Downtown Siren Resurfacing\eontrecLJoc 28 7/3/2006 1 1 1 1 1 I 1 1 its boards, commissions, officers, agents, and employees have been named as additional insureds by the insurers. These endorsements are required because California Insurance Code § 384 expressly provides that an insurance certificate is not proof of what the underlying insurance policy actually contains. If you look at an insurance certificate, you will notice that the certificate actually says the same thing. Therefore, a certificate has minimal legal value and the City cannot be. reasonably certain that it is covered under the policies shown on the certificate without endorsements. An endorsement is a piece of paper that modifies the terms of the underlying policy and is issued by the insurance company itself, rather than a broker. A copy of a sample endorsement for commercial general liability is on the following page for your reference. 4. No changes in insurance may be made without the written approval of the City Attorney's office. 5. NOTICE OF CANCELLATION: The City- requires 30 days written notice of cancellation. Additionally, the notice statement on the certificate should not include the wording "endeavor to" or "But failure to mail such notice shall impose no obligation or liability of any. kind upon the company, its agents or representatives". Q)\pwWWENG\A CONTRS\200E12006 Downtown Street Resurfacing \contract. doe 29 7/3/2006 SAMPLE ENDORSEMENT FORM FOR COMMERCIAL GENERAL LIABILITY 1 I I I I POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of person or organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. This insurance shall apply as primary insurance as respects any Person, Organization, Partnership or Joint Venture named above, and any other insurance available to such Person, Organization, Partnership or Joint Venture shall be excess and not contributory with the insurance afforded by this policy. Q\pw1PWEND\A CONTRS\2006,2006 Downtown Street Resurfacing\contraci doe 30 7/3/2006 1 I I 1 1 1 I I I SP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees there against; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San. Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. SP -7-7 COOPERATION AND COLLATERAL WORK. The City of San Mateo, its workers and contractors, and others, have the right to operate within or adjacent to the work site to perform work. The City of San Mateo, the Contractor, and each of such workers, contractors, and others, shall coordinate their operations and cooperate to minimize interference. SP -7 -8.1.1 -RECYCLING REQUIREMENTS. The City of San Mateo will require the selected Contractor for this contract to recycle a minimum of 100% by weight of all asphalt concrete and 80% by weight of all Portland cement concrete generated from this project and to document both their intended waste management plans and procedures as well as evidence of reaching the required diversion rate by the end of the project. If petromat is identified as being present in substantial quantities in the designated roadway area, the Contractor is required to contact both the Project Manager and the Recycling Specialist to discuss whether a waiver of recycling requirements for the project is warranted. A written waiver from the Recycling Specialist prior to disposal of the petromat material is required in order to alter the recycling requirements of this project. At the pre -construction meeting, the Contractor shall submit to the City for review and approval a solid waste management plans identifying procedures to be used for management of waste generated by this project, including the location of the facilities to be used for both disposal and recycling andthe estimated quantities of waste and recyclables. The Contractor may obtain construction and demolition recycling service provider listings and recycling technical assistance from the Public Works Department, Recycling Specialist (650) 522-7346 or pwrecyclenq,cityofsanmateo.org. Helpful background information and .recycling resources are also available at www.recycleworks.org. At the conclusion of the project. the Contractor will be required to complete a Diversion Summary Compliance form which documents materials recycled and disposed, facilities utilized, and weights of materials generated by the project, as well as attach receipts that verify materials and quantities shown as disposed and recycled. This form is to be submitted with the final "Request for Payment." Form is attached as Appendix II. SP -7-8.6 WATER POLLUTION CONTROL. In compliance with the "City of San Mateo Storm Water Management and Discharge Rules and Regulations" ("Discharge Rules") the Contractor shall obtain a no -fee Stormwater Pollution Prevention Program (STOPPP) Construction Permit from the City of San Mateo Department of Public Works. The Contractor shall exercise every reasonable precaution to prevent the discharge of any material which is not solely stormwater Q \pwWWENCU_CCNTRS0006\2006 Downtown Street aesu,roangkomisot doe 31 7/3/2006 I I I I I I I I I I I I I I I I I (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 (when applicable to project): 1. Stabilize site access points to avoid tracking materials off -site; 2. Stabilize denuded areas prior to the wet season (Oct. 15 through Apr. 15); 3. Protect adjacent properties; 4. Stabilize temporary conveyance channels and outlets; 5. Use sediment controls and filtration to remove sediment from water generated by dewatering; 6. Use proper materials and waste storage, handling, and disposal practices; 7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices; 8. Control and prevent discharge of all potential construction -related pollutants; 9. Prepare a contingency plan in the event of unexpected rain or a control measure failure. 10. Protect all catch basins and/or drain inlets within 50 feet of project sites. 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. 0.'OntAP :.NG\A_CONTRS\20060006 Downtown Street Resurfscingkuntr ct.dnc 32 7/3/2006 I I I I 1 I I 1 I 1 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 bid schedule and no additional compensation shall be made. SP -7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall repair or replace all existing improvements not designated for removal, which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoringexisting improvements shall be included in the various hid 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. Contractor shall submit traffic control plans for review and approval at pre -construction conference. It is the contractor's responsibility to submit all required traffic control plans to meet the established schedule according to these specifications. 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. No street closure shall be allowed and the Contractor shall maintain a minimum of one -lane traffic at each direction in the street at all time. 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 Q 'pw\PWENG\A_CONFRs\3006@006 Downtown Sired Resurfadng\cnnuxct doo 33 7/3/2006 I I I I I I I I I I I I I I I I I I operation and three (3) days before overlay operation, an informational letter in a format approved by the Engineer specifying dates of operation shall be hand delivered to all residents/businesses within 100 feet of construction limits/areas. Two days prior to construction, Contractor shall post city supplied "No Parking" signs with the effective time and date at the direction of the Engineer. Restricting parking for more than 3 consecutive working days shall not be allowed. Contractor must re -post with new "No Parking" signs with the revised dates and time. All costs to the Contractor for posting "No Parking" signs, re -posting "No Parking" signs, notifying and hand deliver notices and re -deliver notices to all residents/businesses within 100 feet of construction limits/areas shall be included in various bid items and no additional compensation shall be made by City. At least 2 weeks prior to construction, Contractor shall post "Construction Schedule" signs as indicated on plans or at the direction of the Engineer. Said signs shall be at least 3' x 5' and all letters shall be at least 4" tall per Caltrans Standards. It shall include the date and hours of proposed work. 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 therefore. 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. Q \pwW WENQ\A CONTRS\2906\2006 Downtown Street Resur ac ng\contrael.doc 34 7/3/2006 1 1 I j I I I I I I I1 I SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 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) Manholes and catch basins -- 560-C-3250. (b) Concrete for base repairing shall be 560-C-3250 with 2% Calcium or approved equal: (c) Wheelchair ramps shall be 560-C-3250. (d) Concrete curb and gutter shall be 560-C-3250. SP -203-3 EMULSIFIED ASPHALT. Emulsified asphalt tack coat shall be SS -1h. The tack coat shall be diluted with not more than 15% water by volume. SP -203-6 ASPHALT CONCRETE. Asphalt concrete for overlaying shall be Type C2 (1/2" Dense Medium) -AR-4000 and Type D2 (3/8" Dense fine) —AR-4000. Asphalt concrete for base failure repair shall be Type C2 (3/4" Dense Medium). SP -206 MISCELLANEIOUS METAL ITEMS. Catch basin frames and grates and manhole frames and covers shall conform to the provisions in Section 206, "Miscellaneous Metal Items" in the Standard Specifications and these special provisions. Manhole frames and covers: shall be cast iron. Catch basin frames and grates shall be welded steel and shall be of the type shown on plans. SP -210-1 PAINT AND PROTECTIVE COATINGS FOR TRAFFIC STRIPING, PAVEMENT MARKING, AND CURB MARKING. Paint shall conform to the provisions of Section 210-1.6 of the Standard Specifications. Thermoplastic paints are required on this project. SP -212-1.2.4.4 LINEAR ROOT BARRIER. Linear Inner Rib by Villa Landscape Products, Inc. or equal root barrier of 12" in width and a minimum thickness of 0.06" made of polystyrene or polypropylene in strength shall be used. Product shall be furnished by Contractor and installed per products specifications or as directed by the Engineer. SP -213-I ENGINGEERING FABRICS. Petromat pavement fabric shall conform to the provisions of Section 213-1.1 of the Standard Specifications. Q-ApwVPWENGAA_CONTRS@C06R006 Downtown Street Resurfacing Acontract doc 35 7/3/2006 I I I I I i I I i I I i I I I I I I I SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 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 -planning 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. Note: Streets that have been ground shall be overlaid within four (4) days of grinding operation. The Engineer shall identify and mark the required base failure repair on the same day that the streets are ground. In the event that the Contractor cannot pave the streets that are ground within four calendar days, the Contractor shall be prohibited to grind any more streets and must complete all paving work. 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, conformed 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. O:tpwV'WRNGN CDNTRSPIDOG\2006 Downtown Street Resurfacing\contract .dac 36 7/3/2006 I 1 I 1 1 I I I I I r I I I 1 i i 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. Exact locations shall be marked by _the Engineer. 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 streets with an A.C. overlay. The saw cutting necessary required of this operation shall be of a depth that does not cause fracturing or spatting 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. Base failure repair shall be done after the streets are ground and identified by the Engineer on the same day. The Contractor must repair all base failure repair within 24 hours unless approved 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 0.\pw\PWENG\A CONTRS,2006'2006 Down,owe Street Resurfacing\eentrac, doc 37 7/3/2006 1 1 I I I I I I 1 I I i I I r 1 1 of grinding to the depth required, i.e., 8". All AC base failure repairs shall be done in 2 lifts (2"- 3" or 2"-4") unless directed by the engineer. At the direction of the Engineer, root pruning may be necessary when making base failure repair. This work will also include at no additional charge the removal of the roots beneath the surface and installing root barrier. In addition, prior to root pruning the trees, the City Arborist shall be contacted to determine the amount of the roots to prune. SP -302-5.5 ASPHALT CONCRETE DISTRIBUTION. Asphalt Concrete distribution, spreading and compacting shall be in conformance with Section 302-5 of the Standard Specifications. The use of pick-up machines and bottom dump trucks on this project is prohibited unless approved by the Engineer on a street -by -street basis 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. Costs associated with the construction such as saw cutting, aggregate base A.C. plugs and adjusting water meter boxes, providing steel plate and/or plywood for temporary ramping driveways are deemed included in the unit cost of the item and no additional compensation shall be allowed therefore. Concrete curb and gutter (when removed) shall be replaced monolithic at all times. Replacement of 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. Construction of wheel chair ramps shall include a new gutter at no additional cost to the bid item. All wheelchair ramp construction shall include new depressed curb and gutter, raised truncated dome pattern with yellow detectable warning surface. 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. Q'.\pw\PWENCIA_CONTRS\2006\2006 Downtown Street Resnrfae,og\ce,tractdoc 38 7/3/2006 I 1 1 1 I I I i I I I I I I Additional driveway work shall be limited to the strict removal and replacement of the existing driveways. Otherwise, a budding permit is required for the extra paving. SP -302-9 RECORD OF EXISTING TRAFFIC CONTROL AND TEMPORARY MARKERS. Prior to the removal of any of the existing traffic control delineation, the City will provide the contractor with existing striping drawings including lane width, type of details, arrows, markings and legends and any other existing delineation for reinstallation. 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. 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 traffic tape or paint 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 per direction of the Engineer. SP -307-4.9 DETECTORS LOOPS At the Contractor's option, where a Type A loop is indicated on the plans, a Type E loop may be substituted. The diameter and spacing of the Type E detector loops, shown on Standard Plan ES -5B, is 6 feet and 10 feet, respectively. The sides of the slot shall be vertical and the minimum radius of the slot entering and leaving the circular part of the loop shall be 11/2 inches. Slot width shall be a maximum of 3/4". Loop wire for circular loops shall be Type 2. slots of circular loops shall be filled with elastomeric sealant or hot melt rubberized asphalt sealant. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by traffic and shall be removed from the pavement surface. Slots shall be filled with asphaltic emulsion sealant. Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows: After conductors are installed in the slots cut in the pavement, paint binder (tack coat) shall be applied to all vertical surfaces of slots in accordance with the provisions in section 39-4.02, "Prime Coat and Paint binder (Tack Coat)," of the Standard Specifications. Temperature of sealant material during installation shall be above 70° F. Air temperature during installation shall be above 50 F. Sealant placed in the slots shall be compacted by use of an 8 inch diameter by 1/8 inch thick steel hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be one inch. Excess sealant remaining after roller shall not be reused. On completion of rolling, traffic will be permitted to travel over the sealant. Where one detector consists of a sequence of 4 loops in a single lane, the front loop closest to the limit line or crosswalk shall be Type D and located one foot from the limit line. All loops shall be connected in series. Q. ApMEWENGAA CONTRS\2006A 2006 Doe/mown Street Res „a.anc 39 7/3/2006 I I I I I I I I I I I p I 1 I I SP -308 ROOT PRUNING AND INSTALLATION OF ROOT BARRIER. Where damages to the sidewalk, curb & gutter and street base were caused by tree roots, Contractor shall root prune the street tree and install a root barrier after the removal of the concrete sidewalk or with a minimum of a 4"-6" trench, saw cut the roots at a minimum depth of 12" to a maximum of 18" Prior to this, the Contractor is responsible to contact USA and locate utilities that may be in conflict with this work as stated in SP -5-1. No additional compensation shall be made if the Contractor damages property sprinkler systems or utilities. If Contractor has to remove an "extensive" amount of. the root system (more than a third of the roots), a City Arborist shall be contacted before proceeding with the job. Root barrier shall be cut in lengths or joined by panels of 15' long, 7.5' on center from the tree unless approved otherwise by the Engineer. Root barrier shall be installed after the sidewalk has been poured and cured for vertical placement along the hardscape. The vertical root deflecting ribs shall be facing inwards to the root ball and the top of the root barrier shall be placed at grade to the sidewalk. All costs to the Contractor furnishing and installing root barrier, backfilling the trench with native soil and replacing sod or landscape to restore existing improvements shall be included in the "remove and replace concrete sidewalk" or concrete base failure repair bid item and no additional compensation shall be made by the City Q.\pw\PWENG\A_CONTRS\2006\2006 Downtown Street Res orfacingkontracr doc 40 7/3/2006 STANDARD FRAME AND COVER, SEE 3-1-107 U \ s STREET \ GRADE I 1 I 1 i NOTES: 2,_O„ 560-C-3250 5-3/4" CONC. SLAB „ I PRECAST CONC. CONE +- 4 1/6" PRECAST CONC. SECTIONS A 6'-6" MIN 11. CONCRETE SLAB AROUND CASTING SHALL BE A CONCENTRIC CIRCLE IN STREETS. 2. CONCRETE SLAB AROUND CASTING I SHALL BE SQUARE AND FORMED WITH LUMBER IN EASEMENTS. 3. TAPER "SHELF" 112" PER FOOT ITOWARDS CHANNEL. I I 560-C-3250 (POURED IN PLACE) SECTIONAL ELEVATION SECTION A -A ENGINEERING DEPARTMENT CALIFORNIA 94403 STANDARD PRECIT CONCENTRIC MANHOLE 2402 DRAWN BY PC CNLt.ALu BY OC CASE 3 DRAWER 1 SET 104 J I I I I I S --h I I / I I I 1 R=3" I " BLIND PICK HOLE 1" MACHINED SURFACES PICK HOLE BLIND PICK HOLE 1/64" FRAME COVER MACHINED FOR PERFECT NO -ROCK FIT SEWER. OR STORM A.S.T.M. GRID PATTERN PLAN 26-1/4" 25-3/8- 35-11/32" 1-3/8- 24" 31-1/2" SECTION 3 I NOTE: PINKERTON FOUNDRY MODEL A-640, PHOENIX IRON WORKS MODEL P-1001 OR APPROVED EQUAL. 1 4-1/2" 9/16" ENGINEERING DEPARTMENT CALIFORNIA 94403 STANDARD TYPE "B'2 MANHOLE FRAME & COVER DATE 2002 DRAWN BY PC CHECKED BY OC ( CITY ENGINEER CASE 3 DRAWER 1 SET 107 10 M D CC N CO 5 n > C� -1m rn D0 zZ .00 co 0 m D ; in 4" 6" MIN. COMPACTED SUBGRADE- 5'-0" SLOPE 1/4" PER FOLIT CLASS 2 AGGREGATE BASE AT 95% -RELATIVE COMPACTION OR AS APPROVED BY THE ENGINEER TYPE "A" NOTE: FOR EXPANSION JOINTS, WEAKEND PLANE JOINTS AND SCORING, SEE "MISCELLANEOUS. DETAILS - CURB, GUTTER, AND SIDEWALK" STD. 3-1-141C. NOTE: PROVIDE AND INSTALL # 4 x 12" LONG DOWELS AT 18" O.C. MAXIMUM AT THE END OF UNFINISHED CONCRETE POUR OR WHERE NEW CONCRETE JOINS EXISTING CONCRETE. NOTE: CONCRETE SHALL CONTAIN tLB OR 1PT OF LAMP BLACK PER CU. YD. NOTE: CURB AND GUTTER TO BE POURED MONOLITHIC UNLESS APPROVED BY CITY ENGINEER. 12" MIN. 24" MIN. EXISTING A.C. PAVEMENT CURB GRADE ! 4 DEEP LIFT A.C. BATTER! I" PER FOOT —520—C-2590 CONCRETE IE REQUIRED ONLY WHERE EXISTING A.C. PAVEMENT IS NOT BEING RECONSTRUCTED AND ONLY FOR THE PURPOSE OF SETTING UP FORMS AT LIP OF GUTTER. -i m w C) / Cw m m DO z 00 m v F ro COMPACTED SUBGRADE CLASS 2 AGGREGATE EASE AT 957. RELATIVE COMPACTION OR AS APPROVED BY THE ENGINEER 12" MIN. 24" MW. -- EXISTING A.C. PAVEMENT ---- DEEP LIFT A.C. BATTER' 1" PER. FOOT 520-C-2500 CONCRETE TYPE "B" NEED SPECIAL APPROVAL BY CITY ENGINEER NOTE: FOR EXPANSION JOINTS, WEAKEND PLANE JOINTS AND SCORING, SEE "MISCELLANEOUS DETAILS - CURB, GUTTER, AND SIDEWALK" STD. 3-1-141C. NOTE: PROVIDE AND INSTALL # 4 x 12" LONG DOWELS AT 18" O.C. MAXIMUM AT THE END OF UNFINISHED CONCRETE POUR OR WHERE NEW CONCRETE JOINS EXISTING CONCRETE. NOTE: CONCRETE SHALL CONTAIN 1LB OR 1PT OF LAMP BLACK PER CU. YD. NOTE: CURB AND GUTTER TO BE POURED MONOLITHIC UNLESS APPROVED BY CITY ENGINEER. REQUIRED ONLY WHERE EXISTING A.C. PAVEMENT IS NOT BEING RECONSTRUCTED AND ONLY FOR THE PURPOSE OF SETTING UP FORMS AT LIP OF GUTTER. d n Tn n cm r r rnZ Am • 0 ZC oco �o rn mD r� 4 TYPICAL 5' SIDEWALK LIP OF GUTTER 4 4 < 4 °FACE OF CURD v 0 a 4 LEGEND 4 ° a a a S = SCORE LINE EJ = EXPANSION JOINT WPJ = WEAKENED PLANE JOINT 4 ° ° 4 BACK OF WALK jl 1/8" R' IL --' 1/4" WEAKENED PLANE JOINT DETAIL a 4 4 a SCORING DETAIL EXPANSION JOINT DETAIL NOT REQUIRED UNLESS DIRECTED BY ENGINEER #4X24" SMOOTH DOWEL @ 12" DC @ MIDPOINT OF PEE THICKNESS WRAP ONE SIDE WITH ONE LAYER OF BUILDING PAPER I I 1 I i 1 t 1 1 COVER GRADE RING ASPHALT CONCRETE 560—C-3250 ROADWAY FRAME GRADE RING DETAIL NOTES: REGISTERED ENGINEER OR LAND SURVEYOR NO. AND YEAR SHALL BE 344 MIN. STAMP ON PLATE. 2. MONUMENT MARK SHALL BE A 34" DIA. DRILLED HOLE OR WELL DEFINED PUNCH MARK AND CROSS PLACED WITHIN THE CLEAR CENTER AREA OF THE PLATE 3. FRAME AND. COVER .SNALL.BE AS DETAILED ON STD DWG 3-1-143. SET BRASS PLATE AIN FRESH CONCRETE ✓ . A.C. FINISHE➢ GRADE 1"/ 41,k L4 -J 4 FORM WITH 3/32" WAX IMPREGNATED PAPER OR SHEET METAL WHICH MAY BE LEFT IN "_ACE POUR AGAINST UNDISTURBED EARTH IN DRILLED HOLE. NO, 4 REBAR 2' LONG CONCRETE 560—C-3250 j J\\ A�\ TOP OF SIDEWALK OR PAVEMENT e 6" DIA, ce C W MIN INTO UNDISTURBED in ENGINEERING -DEPARTMENT STANDARD MONUMENT DATE 2102 DRAWN BY PC CHECKED BY 00 CITY ENGINEER C LIFDRNW 94403 CASE 3 DRAWER 1 SET 142 BACK OF WALK SIDEWALK WIDTH DRIVEWAY WEAKENED PLANE J11NT-1 SEE 3-1-141C 20 SAFETY ISLAND 9" GUTTER WIDTH VARIABLE [I WALK 1/4" PER FErvr a CONE, DRIVE COMPACTED SUBGRADE AY APPROACH n .. 6„ 1" SECTION A -A CURB GRADE 35' MAXIMUM DRIVEWAY APPROACH WIDTH NORMAL GUT SLOPE SEE 3-'-'45 FOR DETAIL 44yy \ 1� 520-C-2500 6" CLASS 2 AGGREGATE BASE AT 957. COMPACTION OR AS APPROVED BY THE ENGINEER 20' SAFETY ISLAND A 3' MIN. 3' MIN. BACK OF WALK GUTTER FLOW LINE 35' MAXIMUM DRIVEWAY WIDTH C TOP OF CURB 4A PROFILE 'EAKEI EE H m > 3-+ i D PLANE JOINT 1 141C 7 -DRIVEWAY BACK nir /— SIDEWALK -I c" CONC. DRIVEWAY APPRUA:.:^. t a < fY_ CY C I CONCRETE SIDEWALK f BACK of CU t 3' MIN. "X'' " CURB LINE \ CONCRETE GUTTER PLAN NOTES: 1: WHEN EXISTING CONCRETE IMPROVEMENTS ARE TO BE REMOVED AND REPLACED WITH NEW DRIVEWAY THEY SHALL BE CUT WITH A CONCRETE SAW. 2: PROVIDE A SAFETY ISLAND WITH NOT LESS THAN 20' OF PARKING AREA BETWEEN DRIVEWAYS UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 3: IF EXPANSION JOINT FALLS IN DRIVEWAY, PLACE IN CENTER BETWEEN CURB CUTS. 4: W = WIDTH OF DRIVEWAY 5: CONCRETE SHALL CONTAIN 1 LB. OR 1 PT. OF LAMP BLACK PER CUBIC YARD. 6: PROVIDE AND INSTALL #4 x 12" LONG B DOWELS AT 18" O.C. MAXIMUM ATTHE END OF UNFINISHED CONCRETE POUR OR WHERE NEW CONCRETE JOINS EXISTING CONCRETE. 0 NOTE: (MAX) NO DRIVEWAY SHALL BE CONSTRUCTED WITHIN THREE FEET OF ANY CURB RETURN. ENGINEERING DEPARTMENT CALIFORNIA 94405 STANDARD COMMERCIAL DRIVEWAY APPROACH DATE 2002 DRAWN BY PC CHECKED BY OC CITY ENGINEER CASE 3 DRAWER 1 SET 148 INN 11E11 11111111 INS MI INN Ili MIMI IIIIIII =I MIN 11111111 INN lilt MINI 11111 RIM (ill W CENTERLINES DETAIL 1 (2 LANE HIGHwa71) 4.14a* 5.15 m 2.14 m 5.16 m -FI t7') I ( I7') r (71 1 1)7') r0 DETAIL 2 14.64 m (48') 5.16 m (In 2)4 1 (7,1 EMI 2.59 16ry9.14 f 6 '1/'11 7' I EMI DETAIL 4 14.64 z14 Z59 EI 62 148'1 2.44 1112.44 'J6 4.86 in .2 49 (112.44 ry. 6' 1 18') 1 (16'1 1 18'1 I (8') 0 000 011 443 1 1.22 m 14'1-+I I+ DETAIL 5 3.66 m tr (129 wwilww DETAIL 6 14.64 m 140'1 _5.49 m ,3.66 m 5.49 m I (12'1 I (IB'1 10.98 m 136'1 DETAIL 7 14.64 m 3.66 0.X (R') 148'1 5.49 m 3.66 5.49 (IB'l (49n I 1 (6') ® 0 0 0 0 -ti 1«1.22 m (4' NOTE Detail 3 deleted I.ANELINES DETAIL 8 (MULTILANE HIGM60751 .11110) 0 0) 5.18 m ((-1.;‘(41r- Z s.( y9 �tl (7'1 (I7'I l7 f6 I7'I II DETAIL 9 14.64 m (18'l 9 N 5.186 2.190.2.586 yews. (6 /x9 179 I IT) I 179 I (a Vi �❑ D I I ❑ DETAIL 10 14,61 TI 148'1 .7.44 02.44 a- 4.68 m 2.9462.44o -► (89 1 8') I 1 16') 1 181 1 (81 wwwa al 0 0 0 0 0 0 I -.4 I- 1.22 IT Po9-.1 DETAIL II 3.66 m -ow 112' f J DETAIL 12 9,49 m �► 1 18') ❑ DETAIL 13 5.49 m (16'1 wwwaerwEil DETAIL 14 10.98 m (36'1 W.64 m 148'1 3.66 m 1 12'1 I I 11.64 3.66 m 1 (12'1 1 I J 0.49 Ti 1189 ❑ 648) 1 3.66 Ti 5.49 Ti ( 2'I 1 118'1 0 0 0 044- ❑ L22 m 14'1 43.92 m (144') 14.646 14.64 m 14.646 148'1 (48'1 I 148') '6 6 5.49 m 08'1 1129 I l __j 10000 01 0000 CO 0000 -s1 1.22 in Al Di 16 mm -20 TWO -NA- AS mm -4.5 molt' TYPE A & AY MARKER DETAILS T75 m 188^4J p -Z 0 mmi9 mm H TYPE C & D TYPE G Retroreflective Face NO PASSING ZONES -ONE DIRECTION DETAIL 15 ECM DETAIL 16 5.6 Ti 117'1 (;,9 5.16 m _2.14 a_{75 mm (IT') 1 IT')I�03"1 14.64 Ti 5') Z.591LW 1/22I -4.-4-4.-4(8 7'] (. (N(812'l l 12.if.531 f2 22282 El Ma -11 75 mm ® _173') Et -1- 4.1.13 50 mm ® _ T.3) m 124; DETAIL 17 7.32 m 44'1 Ti 148'1 2.44 02,44 111 9E48 m 2.44 m 2.44 Ti 7 (8' ' I 6' 1 10'1 1 180 C 0 0 ®9 ® 0 0 0 0 -t- 000002000000 DETAIL 18 l.66 m 1129 1 EMMA -J I~ 1.22 m 14.) 10.98 m (369 ems - DETAIL 19 r 5.43 m ¢ I 118'1 r3.66 - 75 mm (12')m I r13',. aeaa»Rxa T 14;4689,1m 516612'1m 5.149 18')6 I 1 75 nm r13"1 if ® ® IT I, 7.32 Ti 7.32 m I 50 mm 1249 124) (2 DETAIL 20 ww119.4 I )11'I 4.64 m 46'1 5496 3.666 5486 ((2'1 1 (189 0000 T5 mm 113 ®0000010010I00 IT 1.22 m (4'I�1 July 1. 2002 CLANS uu rtE m tarn ✓ cnnn..m w m ham. Gera; m' dp o W fie To seto/Pews al6 go In mWAmre.Wmen NO PASSING ZONES - TWO DIRECTIONS DETAIL 21 75 m �m 13") DETAIL 22 M 7.32m 124, 7.32 m 132, ® r50 mm (2") 1 ] 50. -{Z l3ul m rT ®{5o mm (2 1 DETAIL 23 7.32 51 0 7.32 m 1 -e- (24'1 124' r75 mm 12000000000000i131 ®00000 &90000007 hr -1.22 m (4'I TYPICAL LANE LINE DELINEATION IN ADVANCE OF EXIT RAMP DETAILJ 14 DETAIL 14 DETAIL]T9IL14 4C -i44 m . 4 49 m 46},92.6 %DETAIL 13 DETAIL IJ DE7A1 0.8 km 0. km (1/7 Mllel II/1 Mlle) LEGEND wiF' DI ti n f T v I MARKERS 0 DI NS EMILZ TYPE A White Nan -reflective TYPE AT Yellow Nan-reflective TYPE C Red -clear Retrorefectiva TYPE D Twa-way Yellow Retroreflective TYPE G One-way Clear Retroretlecilve TYPE H One-way Yellow Retroreflective Ito mm 19") White 100 mm (9"1 Yellow STATE OF CALPORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS These Standard Pals for Construction of Local Streets and Roads" tontoin units in two systems of measurement: Fternatl0nal. System. of Molts 151 or "metric") and united Stores Stenclart Measures h two te(AU ore notnecessarIW equal parentheses or IntxdwlpeaOle. See the 'iweword"at the aeelminq of this publication. NO SCALE I -A 2OA N O O co a C r C 2 co co 0, -I O r 2 N a ® S a ® a ® ® M i ® ® a re! ® Oa a s LEFT EDGELINES DETAIL 29 (DIVIDED HOOewAYs1 ccu 6`. DETAIL 25 �50 m 21m Edge of traveled way 4100044490090004 )4? rSo•I mm ¢ ®'I ---Edge of troweled way® -p-{ N 1464 m m I L50 40'1 12'• 1 m DETAIL 25A -50 mm 2'1 �►® 7.32m 32 x. ® """""m2"1 \\\Edse of traveled m way DETAIL 26 `Edge of troweled wall T 14.64 mI Ls0 mm TWO-WAY DETAIL 31 LEFT EDGELINES DETAIL 27 WINDED HlGHwAy51 • HLRF F75 mm 1(l ) 0 mm 2 ® --Edge of traveled way® T r, 14.64 m 1- 50 mm 146'1 RIGHT EDGELINES DETAIL 278 -► 0m {12'Im NOTE Detail 274 deleted Edge of traveled may RIGHT EDGELINES EXTENSION THROUGH INTERSECTIONS DETAIL 27C Y. 3.6 3.66 m 3.66 112'Im 0 112') c 0 112) c �: Ire -0.92 m "?i12 m V 31- (3'1-- - LEFT TURN LANES ,3.66 m I 112'I 10.98 m 136'1 2)010,0 •3.66 m I • 10.98 m 136') DETAIL 32 29.28 m 13'11 ammo Tr 6Oo'-12'1 m 1 75 mm 1311 J 7.32 m 7. 124'1 i micEsg 50 mm1.^0 S*29m"J:9 44V4t Eusmo '2-I 3.66 112')m 9 7.32 124'1 7.32 m 1249 32 75 mm 13"I- 249 r 5.49 m 50 mm 1181 12'•1 10.98m 136'1 T® DETAIL 33 MEM 3.66 Imu,, 10.98 m 1369 I® Y 29.28 m Au 3.66 m I (1211 MEDIAN ISLANDS DETAIL 28 y� 0.62 in (2') Mlnc r 75 mm 13"1l •vmo0 } DETAIL 29 . N 0.622 m m ) Mint F 1 T 75 mm 13^I 232 m 124'1 0-50 mm ®112") ft 13") Irm J75 3mm e" 3m -1 -12')b5. m 110' 49 m air 475 mm (3') 1961 29.28 m 75 mm 13"1 96'1 f� (.32 m 7.32 m 7.32 m 7.32 m I T.32 m 7.32 m ad) 124') 12P1 249 24'1 at/ ®meemamosome®e®e43e®eeeee®eeeee®®eeme® 3m -3.6m ® 03®4368 p 4343043 ® 0000 4 r�no -12'> 5 6'Im r3.2')m I &(418'lm 5.06'Im 1 ]@9mI 58'lm 1 e®®® ® 0000 0000 03.7 ®0000000®e®®®00000000000®®0000®®e®e00LTS mm l3-1 29.28 m ,I 1969 -.4 {«122 m (el MARKER DETAILS 16 mm -20 'ram 0.63"-0.60"1- 1.5 mm -4.5 TYPE AY B 105 m lure) 0 mm -19 mini TYPE D 98 mm-w3_moi 0.88^-7J39 10 mm-I9 mmm 0 '-0,75'9 TYPE H Retroreflective Face ®-'i_5D mm DETAIL 34 t 75 mm 50 -i-�., _1111 ..>v..., >-.. .•.:4A..,® 11,11.. `-0ifa"ImmT -141... .:.. 11 ..8.. .,.0 ® R= a ®fl- 7,32 m 1 7.32 m 1 7.32 m 49 m L66 ml 5.49 m 49 m 13.66 1m- (24') 249 (249 1 5.20 nr1 08'1 $.g1 50 miS mm (2") S LEGEND MARKERS ® TYPE AY Yellow Non -reflective TYPE 0 Two-way mellow Retroreflective ® TYPE H One-way Yellow Retroreflective . D'rectlen of Travel MEDIAN ISLANDS DETAIL 30 7.32 in 7.32 m 249 I 24') 'Y 1.-1,22 m I1') 7513"I mm 0.62 m 0303®®e®®®®e®e®-I ma,, r3T.. gt5EE, S.of I0l I, /mod' E4F�= July 1, 2002 0M,3u ow 1¢, 0 uM Tu 7o 148 Ile 'ml sk go m mmNro45mpx 12') Min L®®®eee®eeeee® F®e00me®m0000®i 13•Imm ®m00me®ee0me® -T LINES I 100 mm 14"1 white 100 mm (4") Yellow INTERSECTION TREATMENTS 30 m 1100'1 Minimum Centerline Intersecting Street DETAIL 34A rt� r 75 mm -z 74, 66 1I 10.98 m 3.66 us 136') I 1121 I 30 m 1100'1 Minimum DETAIL 35 2.14 m a') t 2.59 m Ii 1/21- 75 mm 2.59 m 16 1'/ 'I (3") t ® 0 MIMa g 50 mi 1 )2").___T1 DETAIL 35A aeas- 75 mm (20'1 24') 30 m 11001 Minimum 30 in 000'IMinimum 155336233 �'n2lm" r�3 122869193 10.98 m 13 15 mm 13'•1-} 1369 lit) 30 m 11009 Minimum 1.32 m 7,32 m H I ® 7.32m a 732m El. ® E ® a � ST 2.59 m 18 1/o) 75 mm (3"16 ' Ire-- 2.59 m 18 1/21 2.14 m 17'1 O E 1241 E 1241 50 mm 1] 2.14 m 17'1 538 m -'1f 30 m 1100'1 Mini ® ® In') ® r 30 m (100'1 Minimum 1,32 m 7.32 m 7,-12: IS m 1249 I (241 Ia IS1 �► Nf 30 In 0009 Minimum 1 .• I IMO 622213 M2 e 14 Ire -2.19 m R'I ]5 )mm STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS These ^Stmdm-d Plans for construewan of' LOCO( Streets °M Rode contain units In two systems measurement: shown+in the°�entheses of mel emenl e� reed In the two systems are not ec a ay equal or interchangeable. See me 'Foreword' at the ee beginning of this publication NO SCALE A208 O O a C r C z -I co co a r r a N O co ® a Mill ®® S a® a a! -6 a a a a MB MB ofzt CUNT- 'ROUTE IOtpi vaahcr'SH"T IALi EXIT RAMP NEUTRAL AREA (GORE) TREATMENT DETAIL 36 1 4 4 pNl -'� T. ]2 m sa m 0.3 Edge of traveled way ImalnllneI m „2:40-49 a rc �w4ua.._Ax. 9'1 12"1 m I1' 1 Juts 1, 2002 �.ua Sc o 0 o a a " -m t Es yvtram p —_ 'hire Lined 100 mm (9"I See Plan 209 venire Ilne ' 514 Plan any swayawn any arnr. —1-e-2--____ 3_ i-« �so 299 p208 LANE -DROP AT INTERSECTIONS 950 eve naawm.'r'Ra+m nswr-awmmw/.wm:aw, v mm Iz9 o see detail 259 Ste Plan P20E DETAIL 37B 27.92 m 1.80] 90') a 9.19m 9.19m _ 9.19 m 9.14m .91m 100 mm 14"I Yellow line - 30'1 I30'I 130'l T 130'1 r -Edge of traveled way Cramps 0 A O C A 0 DI C A Q C A Q 1 �I yr NO ENTRANCE RAMP NEUTRAL AREA (GORE) TREATMENT Drs oslm std 200 m Iero White One Through rots c —.— see Demo 3e / Plan A20D 0 N DETAIL 36A 1'a .1 1Do mm a) white line Edge of traveled way (mainline) 1.03 mC 0 —..- / DETAIL 37C 27.42(90 m 169 P. ( kL UNITS S See Decals .1d 9.14 9.19 m 9.14 m 9.14 m } " 0.913 [J1 n9 Std Plan A20R 1 .8 (6'I zoo mm (e'9 wnrc line 100 mm (9'9 Tel Ilne a T,S2 m --a mm Edge whl e to"1' 100lte line -See Detalle 88 8 std Plan 4204 TSP. A markers optional f traveled way Cramp) 13D'i 88 88 i 88 130') 88 112'1 0.91 m 130'1 B 88 88 Through traffic 130'1 3 88 88 I A 88 0888a8B88* /j See Detail 38C Ste Plan 4200 ° eer..' 12 LEGEND - i so mm 83 m O 21 ►1$ MARK R 6'I See Details 258 Ste Plan A206 0 TYPE A White Non-reflemlv9 MARKER DETAILS 'D PLAN LANE DROP AT EXIT RAMPS 1 'PIPE C Ree-near Retroretleotive - mm -as 9 1Cri mm m - s mm -20 no TYPE G One -coy Clear Retroretlective 10.6]"-a.Bo'1 13.88-413") I DETAIL -37 1.666 m zT 42 m Direction 190'1 Repeat of 09 km 11/2 m1101 Intervals 0.91m t of Travel LS mm -1.s em. 0 mm -19 ern -1' 10 mm -I9 0 �E 90 m 10.0i"-O.ilm 10.90"-O.TS"1 10.4°" -o.75 -1 9.11 9.14 m t3' 0 D ay.. m (30') 1309 1 m 9.14 9.19 m 1]09 (30'1 _f.. 5ee° Detail 388 a (51e Plan A200 a 5ee Detail 36 o 0 )/_ s� _ M� N O A C7 O A O D A D 4® O O A 0 m. �- A a a u e 200 mm le° I White line a -+ gznm TYPE A TYPE C TYPE G 0.91 1.83 m Retrarefleetive Face DETAIL 37A <6"' 27.42 m 16'1 190'1 Repeat at 0.6 he 11/2 ml el Intervals 0.91m * m 9n9 m 9130 m 9.14 m 9.14 m }I.13a 1300'1 1 - 130'1 88 r A 88 88 A 1301 130'1 88 88 A 88 88 3 1301 88 88 3 See 0eroil 18C Sea Plan .zoD 88 38 88838 See Detail ]6 / STATE OF CALIFORNIA PAVEMENTT MARKERSP AND TRAFFIC LINES TYPICAL DETAILS �� I „ a These "Standard Plans for Canstrultion of Lead Streets and Roads" amain units n two 02' " 3m systems Standard Mea�e ot r s shownnthe parentheses Units States theses II. he measurements expressed In the * The said Cnannellzlno One shown may be omitted on snort auxIllory lanes two systems are rot neoeeaeribe eQlal InixMgn9eWe. Sae "Foreword" 1 'I - _ Dr the at the where weaving length Is crltical cannim of }MS pcuttrAon. 1.83 m NO SCALE I A200 ®®®®® a a a® a a a®® a a ! a i, •� NT. .I 0500- ran EE i POJ T YNo.. ,�E„ CHANNELIZING LINE DETAIL 38 20o mm I8-1 White Line <haEs e. t LEGEND k /�- '-° ' ^• u u 50 0 MARKERS July 1 2002 �OOmAp . I 1.32 m T.32 m 0 TYPE A White Non-reflecflve is na ,, �p� i t 3 p (29'1 1291 ® TYPE 6 One-way Clear Retroreflective Torough Traffic �► • — 0' ectlon of Traver �^a sem w raw.,✓m, m DETAIL 38A 200 Is"I taliws Thy w o w sire To OhRr<A we is mern.,.ea nra, mm Wnlie Line m 4 I DETAIL 40 200 189 - RETROREFLECTIVE PAVEMENT MARKER AT DOWNSTREAM END RETROREFLECTIVE PAVEMENT MARER OF RECESS 14.3 mm -i5.9 mm AT EITHER END OF RECESS 19.3 mm -1509 ma, DETAIL 388 mm white Line ` D mm a v o t A MARKER DETAILS SECTION M m A SECTION B -B 0 L 1.12 Ti p99 1.92 m 129'1 20 mm 50 mm (21-3-11 lO mm -p0 mm fl.�mm- o IQ 3 �� FLECTIVE NETRAT DETAIL 8C I.5 10.01"-O.IP') OREFLECTIVE PAVEMENT WNSTREAM �� f51 ine"mm n„3.2 PAVEMENTMARKERMARKER ± Ms "1 ��R I}L8 m ♦ /e.3.2 0.90"-O.tsm� 0 g g 8 a S S R _ II OF RECESS OF RE E�55fEN ��`"m� _ I>HYvI 1.22 l9'1"GcFi �~ 7 ^6 00 m 00 + 2.10 Mn 300 mm r m 1.32 m 129'r T.R m (29'1 ralla e€2 yew. 11'1 Min �� 2'1 Min 14-T64 r+-300 mm (19 Min TYPE A & AY TYPE G & H PLAN PLAN ONE-WAY TRAFFIC NITS STD PLAN A2OD m BIKE LANE LINE Reo-araseative Face TWO-WAY TRAFFIC - :TYPE a (TYPE 2) 39 RECESS DETAIL FOR DETAIL —150 mm (61White Line RETROREFLECTIVE PAVEMENT MARKER INTEB KE LIANELINE ill r06 mm -123 mm (4,S5"-4.83') i r i_1 DETAIL 39A ?— - RECESSED MARKER 6o m Intersection E NOTES: —10 mm -II mm IC mm -II mm 1 120D'1 I 10.90"-0.99'9 (0.90"-0.44"1 I. See typicaltraftic line details for O O C� L. i marker patterns arusedkers. with �► } Detail 19 2.44 m Lzz m —ISO mm 15'9 White Line �,/,,,,,• �,,,,,,,,, epavemento requires a Type ype 2 recess. 4 //////,' �) DETAIL 40 DETAIL 40 2. The retroreflective pavement IY markers shown for recessed `50 m -69 m �9D m -64 mm Installation are not to' be used 12"-2 I/ 1 for non -recessed Installation. ' ® Retroreflective Face 0.30 m 1.22 TYPE C & TYPE D TYPE C & TYPE H 183 m m (11-4-1 ' Ic' 'I 14'1-'t r- 0 0 0 RETROREFLECTIVE PAVEMENT MARKER 4 0 0 g 00000 FOR RECESSED INSTALLATION co mm 141 WMte Line Type A Non -Reflective LANE LINE EXTENSIONS SEE NOTES I AND 2. STATE OF CALIFORNIA THROUGH INTERSECTIONS DEPARTMENT OF TRANSPORTATION PAVEMENT 'MARKERS AND TRAFFIC LINES TYPICAL DETAILS These 'StRgvd Plans for CMst-eation of Loser Streets and Reeds" contain units In two systems of me05Lrementl hternotionol System of Wilts Si1 or 'metrls1 and United States Standard Mays'aes shown Irothe parentheses IL -the measurements expressed in the two systems ore not necessarily equal or mterchanpeome. Sae the "Foreword" OR the beginning Of this publication. NO SCALE A2OD r ® ® IS ® ® ® it MI M i a ® M ® ® a ° ° co morn Roam roar.- RS_ noF s c[rs .07 m a. I.OI m L I.D m J I.ai m y I.TN m 2.21m I3. 6"1 I (3•.6••I I (5,.6.1 R'-3'' eq v( l uP' E sJ.vc ire ■n1N • ■■■■In7■ r, IL (Rel.ee OA , ��p1 ■■■ \ Onoatdi �II■ 33 ns ■rii�■ ■■■■ ■�■■ warpmmo ..... a„ °�.: ,■ ■'••7■ �•■,■ E _:, =ow my PAM 'CM= - E Yogarm I7 ray Vie v h.m slto k mwNwelcap tl IAN■ m ■■ ■� �U• ■vC■III ■i� �i ■►no■ E - ■� .■ .III■ o E C or 1■ ■1 II �/./■■■ ry \\IV\II■ E/ IQ ® I■ II■ mm zo cRlp ■■� a =■�\I■■ fI� q / 1 00 N 11� 11■ (-JOr; m �Cin F/ ■■■■■ ■ III■ / in ro ' MOOmL MOOII■ IN SOFT) ■■ IIII■ C C C� pIII■ TYPE I ARROW ■■■■ I . 300 mm 112') GRID n I® ■I I■ 3.05 m (10'-0") ■■ a 00 mm uz 1 p^1 tt r III ■1111■ ■■■■ 1_2.51 ml 127 5O TI TYPE VI I (LI ARROW C LB] m FOR TYPE VI I ARROW. no _Z ■II I ;;: 6'-D"1 / ■■■■ , USE MIRROR IMAGE) 1 30 m 6R0 ■I II■ ■■,,, .Tim N 111I2') / 1+300 mm I■ II■ 300 mm (2"I GRID 600 Rim —.V N �� zu ■ a•-O•I rD PLAI 4=2.32 me 125 TYPE I ARROW SOFT) II E o .-- a ■��■ r - 5.49 m (IS' -011) i �- im�i �i� lin -- 00 mm 300 m (12"I GRID A'3.90 m 192 SOFT) ■■.�■„ O TYPE V ARROW ^ LANE 300 mm RIGHT DROP ARR w ■■■■■ ■■■ 1120 1=3.88 m' )3150F31 300 mm (12'I GRID (FOR LEFT LANE, ■.■■�'� ♦ E L p N tt'S3 Ti USE MIRROR IMAGE) I.-300 a -« mm TYPE f ARROW OtT J�■■��� v A=L39 m' ns son .'J['■■■I'�� ■ 7.32 m (24•_0'9 TYPE IVl ARROW (FOR TYPE lo/(R) ARROW. G.-. - USE MIRROR IMAGE) E No III�.'� �/�.�■ ' A-3.0 mT 33 SOFT) V� ■u■■ TYPE V ARROW 1" ■■n■■ NOTE: ■ STATE OF CALIFORNIA ISO mm 16"I GRD MINOR VARIATIONS M OIMENSi0N5 1 MAY 6E I ■■ ■ DEPARTMENT Q MA SPORTATION PAVEMENT MARKINGS ACCEPTED 6Y THE ENGINEER. M I+oO mm I6'I 300 mm 11 ")GRID A=0.65 m' IT 50 TI BIKE LANE ARROW A=3ai re 136 Ifs ARROWS 1 3001 m These °Standard Plans for Construction of Local Streets and Roads" ntaln units la two systems of measurement: Intern:Mord System of Units (SI or "metric", and United States SOFT) Standard parentheses In osyystemsaoreenetdneceSto the e Interchangeable. See tree'foorr`eword the TYPE VIII ARROW boomminm of this publication NO SCALE I A24A  � �%n AN n a�%�% r � n � � � � � � us � n Mill troll c uNTI Coot_ rOlou PROJECT %SC- E[S aIsOOOES c] O ,GONEp cn 2 yIO E,y 1�� PLANS" a Lea. 1.93 m1 L 3.3 m 2.0 m 105 m nn H1 L .J 0"1 (1,_0" " 1 n0' -0"I 1 '., my ee ''' t, w c (MI n�%/,�%�% �%��,�%  r �%�% -T �%�% c(40,4(0( sew.4w la reromw.oa wmms4'.+.eaaar I 'I���%�%�% nrai �%IIUU �% �%�% n�%�% 1�%�%�%�%�% �%ri�%i�%�% ���% �%�% 1 �% i�%ii n�%Inu�%�%�% n�%r�%i r���%i�%ni�� . ��d�� �%n�%r�%al�%�%�% �%���% �% n�%���%�%�% ii �%n �%�%�% n�%�����%�%�� i�� unti iiiii�� o In���%1��,�% �%II i�%�%n �% in�%i�%�%�� �% - �% �%�%�% �%vt�% �%���%�%�%�% nl���%n�� �%�%�%r���%�%1 �% N �%����ii i r Tim W����i �%iiiiili " nUunuunU �% i Eo �%�% ��`���%����r�%�%�% Eo �%�%1111�% Eo Ea = ���%1�% ���%�%�%�%1111�%n�%�% 03 �%�%. n �%�%�%�%�% - I�%1ul�% . LI�%1111�% s �% �%�%�% �%�% �%�%�%�%�% �%\�%�%�%1111�% �%\ 71111//�%/ n�%�%�% �%�%�%�%�% �%�%�%�%�� `\�%�%\1111�% �%�%�%,, III�%�% �%�%�% �%�%�%n�%���%�%���% �%��������iv111�% �%�%\WSlIIF��lli ������ ,11 ���������%�� n IIi U ' Iallil%Y'���% z �%�%ii�� �%iiiii �%nn�%i�% iii viii i�%i 4II000i n�%�%�%�% �%�%�%�% �%�% �%�%�%1111�% �%n 1111�%�%�% .300 mm 12 1 GRID �%�% 1 _300 mm 112") GRIO �% �% �% 00 mm 12"1 GRID 300 1111�%�%�%�% a CO +{ 4=3.90 m2 (42 SOFT) TYPE I I I (L) ARROW 1+ 300 mm 112'3 -.I A=6.78 m2 TYPE III 1_3 (B) ��'1�% mm mm n 0 Y 300 mm 112"1 73 SOFT) A=4.18 412 (45 SOFT) A=5.48 ARROW TYPE II (L) ARROW TYPE I2"1 RID II m2 (59 (B) 300 mm G2"1 SOFT) ARROW FOR TYPE III IR) USE MIRROR IMAGE FOR TYPE II IRI USE MIRROR IMAGE NOTE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION MINOR VARIATIONS IN OIMENISONS PAVEMENT MARKINGS MAY BE ACCEPTED BY THE ENGINEER. ARROWS these "Standard Plans for Construction of. local Streets and floods" contoin Unit, in two systemsStandard MeaAYese5Mwnternational In the parenthese Unitsm of 151 I PS s (I. The Rl osl1rement$expressed In States two systems ore not neceraaroyequalor Interchangeable. See the "Foreword' at the beginning of this WBfcation. NO SCALE 1 A24B MI ® aaa a■. a■r ai.r as ® a■. a■. a■ I a■. ■N S a a■e — ■® OR HNie Brae 0.62 in 12'-011 wIdttl of lone pier COURT, Door[ rani AOOIECr kno` sWeis "Pri'mdePg Ss._ o ■���■■■ G v 'ye s .�, i ���� ■ 2.4 m v = mmmams. 9'°'.e`t cm w aw4`a N B o") �_ ma mass we 4ss o W N2 ro {4b Ik W ale. {Y R MF�,R�w=%o(w •\l.�■f� 'I. / bi 5° mm 12"1-.9 ■�' F�BII it ■■II r' —' , I'- ■■1��■ 1�.�� ■■I�,II E E E ■I :o 11� I ,■.' n 400 m ■II Pn _ �' ■■\��■I�� i��nii '��■ ��� j� �� �I I �® . .■.. _. •w� 11�� N viii o f \■t\11 1►�1 3 , , 5523 GRID N •� .�■{■■`p.■■ L I a mm IC" GRD ■,\,.Q.rI■� I ays m �— �I� "l1 i111�,■��,"� n_ 1���■��� A=1.02 m2 SOFT ��� C I■�■ "'•, `% eo Eo 1 DIAMOND SYMBOL I R r ■■IJ 100 mm I 0.83 m 132gm /■I .■■.`' _ d _ 19"1 LiUO I 4r Id5 m 195", ■■ '- - 1.30 m_53'n "��■ "111 e C 1.0 m o MUD A (Blue) =1.32 2 (14 SOFT) m 111 "' 2 A=0.65 m 2 (7 SOFT) A (Whltel =0.82 m2 (9 SOFT) �1 'i W BIKE LANE SYMBOL I�M Co DISABLED PERSONS PARKING SYMBOL See Note 2 Po v - �■/�■■■■►! 9 ■■i s �� i ii�n�ii ��-�il liuiii� :: a �iiii'ui�i _ 25 mm �1� 1C11�l�111 .�O1p�1111���11 IF IllI��������� - l 250 z mm 0a'1 --r1 11r1i�n�1�.:11 111e1�111�.::I i�n�i11111i®111 12 A24C RICYCI F I O ICY I OOP a 1 1111„11'1, Eo Eo �11111111��� DETECTOR SYMBOL 7.1':= 1ii1/n 1►11 111: ►1►i m , r i11111nui 1 NOTES �G.62 v 800 mm O2"1 GRID m ` I. Minor variations m dimensions may a x m 11,,11/111/ 1 m ■ 1111111■ ����11 m 111 �111I' width be aceain by the Engineer. A=6.50 m2 ITO SOFT)* lank of E ,` I ' 0 1111,1111.1�► 1 ,1 k. 2. This parking symbol Is also known al Symboled RAILROAD CROSSING SYMBOL As the International L, ____ 1 Accessibility (ISA) *LS �,1111111�"r' „1111rM11,1111r1 L 111111111„ 1 rI DOES NOT INCLINE THE m0 Oo VARIABLE 0.6 m 12'-O"1 x VeflIABLE WIDTH TRANSVERSE LINES. 111V ,,11�n",U�, 11111 11111//1 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT Dom I9.1 1. m 1-r— a° mm 14.1 1.9 m L� k--loonee1d1 MARKINGS SYMBOLS AND NUMERALS 'Stanford d92 ' 8" i I I ' ) m2 A=1.63 m (17.5 SOFT) , A=1.53 -m 2 06.5 SOFT) A=1.8 (19.5 SOFT) NUMERALS These Pions for Ca h tion of Local Streets ana Racoa amain rote n two systems of measurement: internatIonel System of Omits 151 or "meNlcl and United States ressed in the net Stansysteasrd COme eotsa kown In the nscessorlly egml er intepure Roble. Seem the "Fnts oreword" at the DeOnnrey of tms es 11.100tlon NO SCALE A24C a ® O ® r ® ® ® r ® ®t Mss ® ® ® 11111 a SIB J J zaD mm 2a0 mm r loo mm f4") zoo mm r 'r� 10o mm 14-1 zoA mm 1eN -, h - l x100 mm 1 -1 200 mm la'1 vi mm l 4'•r 41 =Is, tofu,. ROUTE '°"•r'crs ro,e� aRO�[[: %Ss..sri c42. I 0-100 rloa mm w-) le^l 19•y j mu iiO m nriiinimulll I� 1 id- 11(�11 �1lIIIIIIIIl1111I1111111111IlIIiAIII j , 1 --1-1- r , 5EE � II,II'IIIIIIIlUIlfhlI!111',1 1 1 1 'I 1 P a 19f._ �° dui 09 o 00s.. e IIAOi��I1I I II�i;1���11 tIX'. � ...;a '=°'I10�,° 11111/111 � mrnllnlL11111p Oi N�I1'111 - - , o ,„ M ,., 1;.`du . � Ir�nnn11III IlInhumnl IllIlI11111IIINIIliI1111InnDIlIII A �R���e�, T4�mlm�e m rin II IIIil1110111 111/11111 III IIln2UE 4lIIIlIlI1lII' 1111 11111 1111 } NOTES. A=3 99 m2 (43 SOFT) A-3 90 m2 (42 SOFT) A=2.23 m2 (24 SOFT) A=214 m2 (23 SOFT) A-176 m2 119 SOFT) -.1 rloo mm 1 2 mm I •'1 a «1+100 mm 14 1 2 0 mm 1 'I a +11+10 mm wo 19'01 .1 rloo mm )4 l' Do m moo mm I If a message consists of more than one word. should read "UP". Le. the first 140 16,01 viord should be nearest the driver, 1 n F I z. The educe between words should be at N / n 1 ( 1 7 { 1 -F least four times the height of the I1. mcharactersr te�r rli es thedneitht os°ice t O 4 I charaarere. Ttie space nay ee reduced N _ r) I appropriately here that it limited epees because local of conditions. C -� -- I 4-- '1 3. Minor variation in dimension may be C . _ accepted by the Engineer. n /til 1 9. Portions of a letter, number or symbol r Ai i! I t 1 J' J may be separatedby c cmmg / segments rto so ¢") ea in .lath _ } it T./1-� 1 1 l'J A=3.25 m2 (35 SOFT) A=2.88 m2 (31 SOFT) A=2 23 m2 (24 SOFT) A=2.42 m2 (26 SOFT) A=1.95 m2 (21 SOFT) 1 O «+lo0 mm wo 00 mm 1' 1 i moo mm l4" 2 0 mm ) '11 11Hoo mm w9 - 0 mm .1 ^I t.- loo mm (9") 00 mm rite o mm co a , a .r �- mm 14 1 16'•1 3. WORD MARKINGS r //IIIIIGIAl111111nn IIII rt ITEM m (SOFT) y 1, 1111111/1111119111111111 1 T f 1 7 -{ ITEM m2 (SOFT) I'D PLAN 1 XING LOS 120 YIELD 2.231241 Y' 1 I11Y111111111 1111111111 r AHEAD 2.66 131) SIGNAL III�IIIIII4111111011111 1 WAIT 1.16 1191 SIGNAL 3.25139 A.p3!lllllIIIIIIIIIIIIII p1 LANE 0.56 16) TURN 2.911321 2231291 �I' I \.-rIIlI111Ii 111111111111 RILHT 2.42126) HERE 2421261 IJIIIIIIIIII 111 1111f 11 1111 BIKE 0.46 is1 PED 6T net / IhW1111llllll lllilll 1111111 SLOW 2.N 123) COMPACT 0.93 1101 911111111111 11111111111111 STOP 2.04)22) RUNAWAY 3.99143) 111 y U I.1�IIIIIVIIII!lllfllllfl LEFT 1.16 1191 VEHICLES 3.90142) A24D W 1/4. it iiiiiiiiiiiiiiii11luuiluu "t A=2.04 m2 (22 SOFT) - A 2 97 m2 (32 SOFT) A=1.76 m2 (19 SOFT) _ A=2.42 m2 (26 SOFT) A 6T m2 • 118 SOFT) � +sa 100 mm 14")� � I+so mm I 1 0r +'rso mm 29 °I l yl,"r /mom 2 I / i 17 STATE OF CALIFORMA DEPARTMENT OF TRANSPORiA➢ox PAVEMENT WORDS These 1�} } of meaavemmt: md y53II) o SOmits (and Roads' caend L units In ttwo systems sf Red Pbrw fm Cane otlo e bnd Sys}em f 61 ar "me}rlc"I an0 United States es Stand n, In th esMiARKINGS ts .The pre sed In the m2 22 twonsystems eare Mansurenethnecesssril e'ems l or Interchangeable.aSee the "Foreword" at toe A=0.93 f10 SOFT) A=0 56 m (6 SOFT) A=0.46 m (5 SOFT) beginning this pelbbotion. NO SCALE A24D INS — MS M IS MINI Mt a• asMa WI --. Mt MN ell SIMI of sr c°uNrn+nL^',rare rote. emeLdne 'e7.V.. sreWrs ti x100 mm (9"I 200 mm Ifni �C el x100 mm (4'1 200 mm (ell .14-I00 mm 19"1 goo mm ' as 1L De vPMar'ab, I inrinunlnlmmIInu JulyN P. 2002 \ na YI 71111111 1 1111111`1 ;"`w": ` nl1tilnn1mil tam e; a ,. 11111111111111111 111111 Come 111111pm11111111}1 1111 rot nu MD YYO To {dblk cod .ule.PoherR//rtvJtlµ(o \\ 111111111111111111 111111 nnunnunllrll lllnrl 11191111111111 I nn NOTES: 11/11111111111111 11x11 II ®11111111111111 1111111 I. If a message consists of more then one word. it should read "UP'. I.e.. the first 11111111111111111111111 word should be nearest the driver. A=2.23 m2 (24 SOFT) A=2.51 m 2 (27 SOFT) A=1.95 m2 (21 SOFT) 2. at space rimes the height of C 'i f' 10o mm w'd zoo mm lero characters 'I ♦ - 00 win 19"I 00 m (e'I el fe10 mm (4 I le )The tree for low speed roads, but not 0 1100 more than ten times the height of the characters. The space may be reduced 0 N ma ► n►,n, nn ill.►,um� appropriately al conaitKnitted. nnl_ unuun 7 n�lnnnl 7a 11,1 �11� 711111 11 111111 x1 1 Minor in may a 1r 1 1 11m11 111111111 �� 111 e variations h gIneerlons omod pr rns engineer. a 1 1 1 1 11m11 1I11m11 1 r1 Portions a or symoal r ' 11111111111 111 1 1111 In eofp terror, Bonner may be separated Dy connecting egme°ts not to exceed se mm (2't 1x,II 11111111x11 11'1 1 11p 1 1 in width. a 1111 mil 111111 1111�1�1111 11r11V \ \� E. cross~°Ihs contiguous to sdnoa grounds Z 11Gnuuun°1m are tap 300 mm linen In 300 r1111111�VA11I11 Ii �1111nmm 1 11x11 11 J 1t) place of 3 white mm ur'I shown. s 1 = 11111111111 �n 1111'11111111111111 �' 111r 7V .71111111 1m111111111In 11 ) lam/ WORD MARKINGS A=2.14 to 2 (23 SOFT) A=2.23 m2 124 SOFT) A=1.86 , m2 (2D SOFT) ITEM m2 (SOFT) ITEM m2 (SOFT) CD O m LANE 2.231241 NO Id0 C91 14-100 mm > 10 •1 r I am 4'1 e1 f.100 mm U' 0 mm (8"1 POOL 2.19 R]1 BIKE 1.95 (28 CAR OUS L86 1201 CLEAR 2511211) ONLY 2.091221 _ fl KEEP 2.23124111 11 180mm Z ' 1nuliu11/ 10 Iv a I m I l` A 158 m2 117 SOFT) A=1.30 on 2 (14 SOFT/ A=2 0 m2 (22 SOFT) 300 mm (12"1 White Line STATE OF CALIFORNIA Y DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS '1 WORDS AND CROSSWALKS These 'Standard Pima for Canstructlon of LOCO Streets and Roads" contain units In two CROSSWALK AND LIMIT LINE systems of measurement: International System 01'of Units (SI or "motile/ and united States Stornore expressed in the Measures shown WI the.pm'entheses ti. The mete, See the See Note 5 two systems are not necessarily equalgoor f this pstlingeana°k. See the "foreword' at the begin—' NO SCALE 1 A24E a a S S a a S s S Si S S O S S S ■/!i S S Retaining curb It necessary at NOTES rant man, a°°re "LeeNde Post �o..L o Seto ro sasE,e edge Retaining curb ISO mm of sidewalk I. As site conditions dictate, Case A if Siaewalh n 50 mm necessary at len iyp 0 curb romps may sage of thracorner ugh "ins101 ,//� / Z EIS (6"IT p I.5] IN' 6'-0"I Nin 51 0] M,n far lotions similar to ^ /P �� (7P n See Notes those shown in Detail A and Detail B. The sl[n[°[lv, [ xgem a5 Sidewalk Case of curb ramps used in Detail C ao /°P rctl> Fagatof C Mae nave o be the same. Case A througM1 Sidewalk 9-29-04 —le I Max 8.33% ,k t Cot [ ramps also may be uses aY mid black rlocations, as Site conditions ma sidewalk\ �e a See mote Max a:'ayw; a., .i1`:I.`v{5 :a. v.' ° Maxr dictate. z. If distance from curb to back CPC°mow d•`,2,> �„oy\ o [n a ef •m. acv ,amrvo male ma a)h%ir 8 9 of sidewalk is too short to accommaaare �nam,wAwe M]M !°yd w/ro marrrw"ao'm9u evp ems: f� �� �� web sVltpM romp and 1.22 m (4'-0") platform IVOS Max IOY. p ;got _. CaseA, TO °rOaKaM plans doted landing) osyshe -rant edge See See sidewalk m depressed l�tutlinally N Front n£ sldawok Note Nat edge of 10 and 11 as in Case B, or CQ or may be widened as Case 0. - sld¢walk CASE C 3. is in O When romp located center Of Curb return, crosswalk configuration must be slml far to that shown for Detail D. 22 REVISED DU - in see rvores 10 and ll -w-91 CASE B Sldewolk '3b A EIS f�.,� 4. As site conditions dictate, the retaining curb side and the flared side of Case C rain constructed position. Sidewalk romp be in reversed '27) CASE R E� nt edge see No 5. (f locatedl[om as curve the sides of iM1e romp need nor be Note T _ _ of Note i \=- 0 parallel, : lad max but iM1e m wia}lj Of }rye ramp Snell De 1.22 m (4'-0 1. t IA A - —\ at curb iO o a e3 Front 6. Side slope. of romp) flares vary uniformly from a maximum of 10% at Sidewalk See Note r 1� 1...r _ - See Notes 10 and 11 no - Front 10% Max - _ Sltlewelk See Nvte i - o spec^ „"w.. v eas 0 6? 150 mm (6') iyp p _ Retaining Curb (both a sides of 150 mm (6'] iypw o' w _evemn Po PPP°y olmrvE Po [ sage of sidewalk \ \� \ curb t0 conform with longitudinal sidewalk Slope ad a<¢nt to top of P 1 the ramp, except in Case C and Case F. i. The curb p shall be Outlined, as shown, with a 300 mm 112") wide border with me ( 1/4 )grooves approximately 20 mm ( 3/4 "I on center. See detail. edge of at sure {// sld¢wclk \ e "5? +; ooGOO`° _ ramp) C ;ad serer+6- \1 grooving 10% ax curb �'� 8 Transitions from ramps to walks, gutters or streets shall be flush \ and free of abrupt changes. a IL -.141-0.,MnI See see Notes 10 Retaining Front God I Curb MMPoWWW `1 m Notes 10 _ 1,2 .' q' -0"l min and 9. Maximum Slopes Of adjoinin adjoining the rand surface immediately r I OY, uox at c Q>Poo,°b; €y+ >m°Ilmi"w"` ° °me' Flontln 10% Ma g carp 1 area a >m°� eggs of adjacent to the curb ramp and continuous passage to the curb r .. sldewaik V +-J shall not exceed 5 percen within 1.22 m (' 0"1 of the top or ramp bottom of the curb CASE F C Retaining ramp. 600 mm (24"1 CASE G Z Curb '.Dom Straight 1D. Curb sides of k2 m iii- See Notes 10 sides Curb } See N to 4 ramps shall have a detectable warning surface that extends the full width and 914 mm (3'-0'1 14'-0'I Mm land 11 depth of the ramp. Detectable 5102„ -1 I^ I1 -s m Warning Surfaces shall conform to the details on this pion and the S STD. PLAN Nin I' -ISO mm t6"I Typ r -r / l Top Die requirements in the Special Provisions - CASE 0 CASE E { 11, The edge of the detectablewarning surface nearest the street o Sidewalk /o`c - —r 23 m shall be between 150 mm (6") and 205 mm (8") from the gutter (0,9"I flow!ine. O Bose Dla E` Apprximately 6 mm /2o mm (ivy''. fat � Slaewalk 12. Sidewalk and romp thickness, "T", shall be 90 mm 1311/i'1 minimum. RAISED TRUNCATED DOME 11/i) GROOVING DETAIL oG ° 4( /•^�' 13. utility pull boxes, manholes, vaults and all other utility foci I 'ties 42 mm (1-661 within the boundaries Of the curb ramp will De relocated or to adjusted to grade. Dy the owner prior to, or in conjunction with, center spacing taro ramp construction. Center o \oa° V 00 0 19. for retrofit conditions, removal and replacement of curb apron will be dt the Contractors option, unless otherwise snown 0n project plans. BCR 0 0 0 Limit of par / ® Nate r p 2 60 mm 12,35"l See Rounded Iq-O..I yU[L M je4 SP A88A 600 mm 12q"1 Sireignl Curb 3S apart Crosswalk if provided RAISED TRU CATED DOME 114 3 PATTERN UN -I INF] ease 9f RETROFIT OFTAII DETAIL B Existing DETECTABLE curb and sidewalk Sidewalk TYPICAL ONE —RAMP STATE OF CALIFORNIA. WARNING SURFACE DEPARTMENT OF TRANSPORTATION CORNER INSTALLATION See Note 10 . CURB RAMP DETAILS '1p See Notes 1 and 3 Cutter Tap Of tom 'bowline 0 1.22 m These "Standard Plana Construction Local sheets Reeds' \ F�ore E10 See Note Retaining curb If necessary B.332 Top Of ramp , Rounded q•- IM n sear of remain its f U 9 I in two systems of emrd r She System of Lents IS Sr "metrics R an United (fetes Steatlard Measures Sheen In the parentheses 1 1 . The 2L Max T] measurementsea expressed In the two systems are not necehsdray eguN Or Max interchangeable. See the "Foreword" ot the beginning of this pLOlieation. SECTION A -A Retaining NO SCALE Canter Cutter Rounded 1 22 m 14'-0"I MI01 - CurbIf T Crosswalk if T - - - - - - - Cutter neae 5 Y ALL OINENSIONS ARE IN I I provided ,e._ bow(linnely MILLIMETERS UNLESS OTHERWISE SHONN �` 1 Z DETAIL A 8.33< Max 2% uox TJ l9 �-Y- ego seen DATED 9-29-04 SUPERSEDES ON? sees DATED 03-12-ed AND TYPICAL TWO —RAMP CORNER INSTAL'. ATION See Note 9 SECTION B —B `See 2z Max STANDARD PLAN ABBA DATED JULY 1;12002 -PACE 83 OF THE STIND49D PLAN BOOK DATED JULY 2002. See Note 1 Depress entire sidewalk as required Note 9 SECTION C -g REVISED DUAL UNITS STANDARD PLAN RSP A88A 83 MI M as OM l S a a a a a a a Ma MR a a S ate' ....,. Rohl. toittirtO2N , 6'l LOOP INSTALLATION PROCEDURE _ T>� ., A A nab L Install termination pal box with cur b or shoulder termination — xap /et1Bp 4`\ detail. See Standard Plan ES -SE. _ 2. Loops shall be centered in lanes. f' July �.I�.uzv02 fit 21 < d S ■ 3. Saw slots in pavement for loop conductors as Shown In details. E�_ we 3 mad v awnlar✓n•a`, �f q,Rral6g s; 1I�B�y� 9. Distance between side of bop dna a I00d'in from Direction 1 16') 1 .w.wwn em fur sow Cut adjacent detectors ..hall be 600 mm (d9"1 minimum. Distance between leodrin tow of �_r,a Lonellne Soso ny,. Am a Ca silty le pr RI be it burn nla//ynab p cuts shell be 150 mm f6"1 minimum. Travel 9. ` A A 5. Bottom of sow slot shell De smooth with sharp edges. B 6. Slots intil R� I6' Laneline 3} ■ _ _ 00 m 000 mm 2002 DUAL UNITS S7 be washedop clean, blown out and iMrougMy dried L a before before Installing loop conductors. ■ 150 16"1 mate l'3W mm 12'n l 7. Adjacentoopostte lootsatrectlon. on t^e sane sensor unit charnel snarl be wound in �� \Iw P EP EP EP Diagono�\ B. Identify and tag loop circuit pairs In the termination pull box. B 8 C C identify and tog with loop number. start ISI and flrilsri (F) of conductor. Termination -}ermmcrion Termination Termination tail box Pull box pull box pull box Identify and tag ieaa-m-caD1e with sensor number and phase. TYPE IA' TYPE 2A TYPE 3A TYPE 4A 9. Inst01 loop slot PLAN VIEW \\\ Llsq mm (6"1 MOx OF conductor in stet using a 5 mm to 6 rem Ws" to WI thick Peddle. wood date. Hold loop con a*ors with wood paddles fat me me o ram INSTALLATION INSTALLATION INSTALLATION INSTALLATION DIAGONAL SLOT of the sowed slot) during aealent placement. $AWCUT DETAILS AT CORNERS Lull CI 03 10. No more that 2 twisted pairs shall be Installed in one sawed slot. Type A loop detector configurations Illustrated Ii. Allow additional length of Conductor for the run to termination pun box I. IA thru 9A : I Type A loop configuration In each lone. plus LS m IS') of slack in pull box. 2.18 tnru 4B Lye B loop configuration in each lane. 12. The additional length of each conductor for each loop shall be 3. IC . I Type C loop configuration entering lanes as required. twisted together into 0 pair. 6 turns per meter I90"1 minimum before 9.10 thru 40 = 1 Type 0 loop configuration In each lone. being placed In the Slat and conduit leading t0 termination pull box. 5.1E thru 4E =1 Type E loop configuration In each one. 13. Test each loop circuit for continuity, circuit resistance and Insulation 6. IC thru 90 .1 T pe 0 loop configuration in each lane. resistance at the pull box before filling Slots. use Type A.B. C, ,E or 0 loop detector configurations l9. FIII Slots a8 shown in only when Specif a or shown on plans., M. Splice loop conductors 1.0 lead -in -cobra. All spices shall be slldered using rosin -core .71•51r. v 16. End Of lead -In -cable and Type 2 loop wire shell be waterproof prior S to installing In conduit to prevent moisture from entering the cable. 11/ t/� LOOP LOOP S LOOP � Loop LOOP ==P LOOP LOOP LOOP tread -in -cable shall not be spliced between the termination ` • and the controller cabinet terminals. pull box r 18. Test IOtp a each clfulr for <OntinWity. circuit resistance and insulation resistance at the controller cabinet location. F WINDING DETAILS F Z M. Where loop conductors are not to be spliced to a lead -in -cable. he ends of the conductors snail De taped and waterproofed with electrical insulating coating. 3 m'/em Max— B mm I?I,"r Mm to 13 mm (1/21 Max for Type Ilaop Conductor — 3 M1 i i/ "l urn for Type 2 loop co J r z 1 1 3 z a _ 3 z It W U, a ") F 10 in ` I 3 m I I I I I /e l Max 131/1"l -I'/S) MOO irl 1 1, } 80 m n%ml min (3/1,) •' �Loop Seganr L—� Loop sealant TYPICAL LOOP CONNECTIONS Loop sealant — leashed fins represent the NA box) • Loop coneuCtOrs. •\\ 2 loop (twisted) Number I loop Is the closest t0 ins Sr tE OF [ F01MIA . turns bap .. .. crOSSrtl LL x conductors twisted Isi loop Itwisredl OEPARTY Mt OF TRANSPORTATION otherwise See Note * SIGNAL, LIGHTING AND speasae, ELECTRICAL SYSTEMS SECTION A -A SECTION B -B SECTION C -C SLOT DETAILS - TYPE I AND TYPE 2 LOOP CONDUCTOR -DETECTORS These videf eo Pions for Cpeblistlan of LOce Streets and flood'contain led N two SysStandard measur�tt Intermark/sal psal System of Units IS ar "me has Cad United States gad parentheses I. The measurements impresser: In the - two systems ms not ownnecIn the equal _ beghwe g of this publicatim See the sare.ara' of the NO SCALE ES -5A at .ate a aaa ! 111111 111111 ads i aM r, aaa IS ON N MI S Direction of travel 300 me t-.4 L300 nm <12"1 WINDING DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION jlDml I ISI Ly10-11 • TYPICAL TYPE A INSTALLATION SYMBOL WINDING DETAIL One turn shown• TYPE C LOOP DETECTOR CONFIGURATION *Install two turns unless otherwise specified. SAWCUT DETAIL Direction of travel SYMBOL Direction of travel r LA n'm WINDING DETAIL SAWCUT DETAIL TYPE 8 LOOP DETECTOR CONFIGURATION NOTE Install loop with loop Centerline parallel to curb or )online. 0�30PlmID 3.40 (p'( Ip'1 (b'1 TYPICAL TYPE 8 INSTALLATION Direction of travel Direction of trove) y SF WINDING DETAIL SAWCUT DETAIL TYPE E LOOP DETECTOR CONFIGURATION 0 0 mI0 0 no') I ua9 ' ua'1 TYPICAL TYPE E INSTALLATION Loop C. SYMBOL SYMBOL Hg zrra July I. 2002 1.5 n out Caren my los a oct m9 TO gels no ott W it n2r/w5MmR' WINDING DETAIL SAWCUT DETAIL TYPE D LOOP DETECTOR CONFIGURATION ❑I Round corners of acute angle sawcuts to prevent damage to conductors. Q2 Install 3 turns when only one Type 0 loop Is on a unit cno e". n Install s turns when one Type o loop Is connected sensor nnies with 3 additional l.O m x 1.0 m16' x6'I loops on a sensor unit channel. Direction of travel dl 16'1 300 mm 1129 }—� l«J00 em 112°1 —C WINDING DETAIL SAWCUT DETAIL TYPE 0 LOOP DETECTOR CONFIGURATION STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION SIGNAL,. LIGHTING AND ELECTRICAL SYSTEMS DETECTORS These •Stddard Pions for Contraction of Locd Streets and Roads' entdn mita in two systems of measurement international System of lets IN or "metric'', and United States Stan e ressed In the ,two Systemsd �onot necn in essarily parenthesesaud or Interchangeable. Seem the 'Ynts veword' at the aealmina of tnls WGIcnNmt. NO SCALE I ES -5B eilellise 81111 MIN Termin°}Ion pun box els' cover) curt , WV4.22T s^¢ "o'snec•s 'a' Cast iron Sealant stoma e /see a cover See Note ] Notes 1, 2, 5,a and 9 rrae � yq T>M=6,4S o Bushing . a'... .11e • 'eEIs1]e� ,-AC or other material Flushwith Roadway by the Co See No 3 July 1 2002 I_ •I Pavement. Engineer Engineer ¢ 4 See No 6 See . r Precast + 65 mm (141/"1+ 2B5 mm ill/, Cast Von 25 mm owil� (•'1 Bigrnmh, rYD ca y [ate,* ,es 30 0( �'amwv nlnsawr°gv reinforced I{I., `l9"I two 60 mm 12��i'19hOIp5. rsamed CURB TERMINATION DETAILS concrete box ihroat9� with wprptm —{ compppnd afief n'e/m'+,d'ks awe, nip m glolhwn vie go M II <a Installing conductors. TYPE A 230 mm (9'•1910 x 300 mm nz"l nigh Ac overlay if required NOTE: sawed slots to loops costar° with -- d E s + use for Type A detector nandhaie Conductors or cables y cost Iron lid ram(2 n AC on pavement resurfacing only, 50 loop conductor pairs % On irenMl ) trench) m 265 mm ROs�; Itwlst LOCKING GRADE RING - . /Cane= to }not a-mn try see notes .2 and l pu11 eox. S¢e Nare 6 Portland 511 �T cement concrete sealant ■■■`ws wires In N Conduit to termination e— 2s mm Milt sawn d lot 75 m 13 Min,_,,-- pug box, See Note 6, + 'ln Twist O 25 m m 50 12) Mln 1 of INn -woo zo around the 11.1 Clean, crushed rock eNap O + . 'TB ' : TOP mm ^ n6lYP TYPE A DETECTOR HANDHOLE DETAILS • • • ". s4' • :, :, -Ce - Pairs pairs Edge of shoulder Etas See 150 I6"I el -r Note 6 and 9 Notesee `�— :' : ' : ' . Conductors of canes " End of conduit \ SECTION A -A a, 161�long m00. inim me 3 plug conduit both ends with caulking compound v S to keep out sealant. ACC_ l.: '� +due e! 600 mm 121 of in " Elbow 4541151i'IC Type 3 Min, `e a 230 mm 191 Min _�:: depth Termination conduit Pavement 1,2,3,5.Bmd 9 rest '... must onQ. e, 3 mm I%i')minimum between pavement lea tap ofme tambour and o .' a^. onaucrar ----- conductor c > P. ' . i'._ e . . e.. Pavement pavement surface. / e '. 5Dmm p joint not Saexceed ^"-� ''�:'' i e' 3"' a (2"I min' �e (N BS) See Note 7 Sub -base See Note 4 d i 5mr Aa Sad $5 II") in width and 'd �' "V \`CC1 r`\ N"w V V i 3 mm 11/e"llonger than conduit +o i CO Base be installed. TYPE B DETECTOR HANDHOLE DETAILS STD PLAN ES- Termination saved slot with sealant Pavement Pull bo CROSS SECTION it Conductors with 13 mm %^l a minimum stock Inside conduit. INSTALLATION REQUIREMENTS ES Saw edge before Eiw re Inactive loop TYPE B DETECTORS HANDHOLE detector w s1°r, trenching. Replace in kind. Sealant PLAN VIEW - a stirs g trench shoo pas cut to minimum depthbep of 80 mm L outline ofexcept 'asphalt saw aa TYPICAL LOOP LEAD—IN DETAILS r3'/¢'N exceptrwhere overlay is to be pieced, 124,•1 MIn PLAN VIEW 2. The valve box shoe: be fabricated of odlcwm carbonate and AT PAVEMENT JOINT polyester resins with fiberglass reinforcement and designed for SHOULDER TERMINATION DETAILS heavy traffic lams. 3. Cast von lid shad be marked "Detector" and shall be Termination c secured In placed by applying waterproof silicone sealant. pull box Bushing I o mm NOTES: Innis sheet amyl valve box shall be centered on lane line. unless otherwise I 16'1 Place conduit I. Bustling shell be used at roadway on the plans, tlway end of , fs conduit. across faint 2. Tape detector 75 m See Note •due conductors or cases mm (Bleach side of bushing. 9. Entire length of trench, from valve box to odjaeent pull Dow. R dwey 3 Install duct seal compound to termination shall be bockfllm with Portland cement concrete except the `Gt):,'�:N each end of conduit before ,nsto inn sealant, top 50 mm 121 in asphalt concrete surfaced roadways shall be See Note C Pe a joint- w.b;8 ` 6 C°nMlr C Type }conduit Duct s 4. Round oil sharp edges where detector conductors or cables have to back -filled led with asphalt cronerete. ends of pass. conduit 5. End of candor shall be BO mm OW)baba roadway surface. 6. Conduit Mine Loop Conductors Magnetometer Cables for slot ooaoWidth to Cl (1"IC Minimum to 2 pairs t° 3 cables for loop wire accommodate 41 1 P/t'1C Minimum 3 to 4 pairs 9 to O cables Typ CALIFORNIA e p3 conduit dult 53 12" STL)C Minimum 5 or more pairs 9 or more cable6 TMETE OF TRANSPORTATION Sa w slot Pavement I 1 don DEPARTMENT Of TRANSPORTATION 7/77 � 7. calbiner erector conductors or cables towad-in-cowsrun to controller SIGNAL, LIGHTING AND B. Location of detector handlege when shown on ELECTRICAL SYSTEMS plans. Roadway 9. When The shoulder and traveled DETECTORS SECTION C -C wag are paved with the some material and there Is no joint between them, the conduit shall extend only 600 mm QP') These "Standard Plats for sons:ruction Of local Streets and Roads" °oral" units in two PLAN VIEW Into the shoulder potamenr. systems of meas.-Smarm hternatiOnal System of Units 01 Or"metric"i and United States • Stanford Measures shown In teay. eorentheIes O. The measurements expressed In the CURB TERMINATION DETAILS TYPE B two systems ere "°' n.aees� gitringmofrthisepdicootim& See the 'foreword" at me NO SCALE ES -5E I1 I I I I I I I I I I I APPENDIX I 2006 DOWNTOWN STREET RESURFACING CITY PROJECT NO. 467004-46000-7019 AGREEMENT FOR PUBLIC IMPROVEMENT CITY OF SAN MATEO CITY COUNCIL AWARD THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of California, by and between the CITY OF SAN MATEO, a municipal corporation, hereinafter called "City," and hereinafter called "Contractor," as of the day of , 200_. RECITALS: (a) City has taken appropriate proceedings to authorize construction of the public work and improvements or other matters herein provided, and execution of this contract. (b) A notice was duly published for bids for the contract for the improvement hereinafter described. (c) After notice duly given, on the date hereof, the City awarded the contract for the construction of the improvements hereinafter described to Contractor. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the Contract Book therefore entitled: 2006 DOWNTOWN STREET RESURFACING 2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is determined by the prices contained in Contractor's bid, and shall be paid as described in the Contract Book. In the event work is performed or materials furnished in addition to or a reduction of those set forth in Contractor's bid and the specifications herein, such work and materials will be paid for as described in the Contract Book. 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; the Notice Inviting Sealed Proposals; the Accepted Proposal; the Contract Book which includes the Special Provisions and Contract Drawings, Addendums Number issued to the Contract Book, the APWA-AGC Standard Specifications for Public Works Construction, 2006 Edition; the Faithful Performance Bond, and the Labor and Material Bond. Q NG.ACONTRSl'( p06 Dmnnmm Svmi R 'Rai tlm A -I ]I] JUM, I I I I I I I 1 S I I I I r 1 I I All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents." In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule. All work shall be performed in accordance with the schedule provided pursuant to the Contract Book. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefore. 6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work unless such excess work is compensated for at not less than 1-1/2 times the basic rate of pay. Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such 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. R 1pwWWF.NGr CON1A5‘2nv:2MM Olnnmun Slral Rcmrfaany'wntraci Ew A-2 ]I1/2KI6 I 1 I I 1 I I I I I 1 I A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 8. Insurance. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement orbe no less than two (2) times the occurrence limit. B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles. C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. All insurance shall: Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. ii. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. iii. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. iv. No changes in insurance may be made without the written approval of the City Attorney's office. 9. Hold Harmless and Indemnity Provision. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including 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. prpxWWENGUCONTRS,21M\:IM. Donmmm Svcs NcaurGc'nCzo ctE A-3 I I I I I I I I I I I I i I i I I I 10. Attorney Fees. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000 shall be recoverable as costs (that is, by the filing of a cost bill) by prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. 11. Mediation. Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the mediating parties; in the absence of an agreement, the parties shall each submit one name from mediators listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. 12. Arbitration. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of arbitrationshallbe borne equally by the parties. 13. Provisions Cumulative. The provisions of this agreement are cumulative, and in addition to and not in limitation of, any other rights or remedies available to City. 14. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Notices required to be given to Contractor shall be addressed as appears in the signature block as shown on the Bidder's Statement. 15. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. O'.1p''PWENL\A CONTRs\ 001miown Sveei Rem?acun!4unveo Jm A-4 1 I I 1 i I I I I I I I I I IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. CONTRACTOR CITY OF SAN MATEO, a municipal corporation By: MAYOR ATTEST: (Typed name of Person Signing) CITY CLERK QbWPWENG\A CON?RSVrofi\2ooM Downmrvn Street Aesurfacingkon¢eo.Ee A-5 7/1/2013/4 1 i I 1 I 1 1 1 I I I I' APPENDIX II DIVERSION SUMMARY FORM (FINAL REPORT) Complete this form and attach all weight tickets and other documentation for recycling and disposal before final inspection in order to demonstrate recycling compliance. Project Address Prepared by (Print) Date Phone List all recycling facilities, transfer stations and landfills that received materials: Facility Reference Name of Facilities that Received Your Disposed Materials: A B C D E Summarize disposal below. Attach weight tickets organized by material categor Materials Disposed Quantity Generated (Tons when available) Facility Used (A, B, C, etc.) Tons (Yards) Recycled Percent (%) Recycled Tons Yards Mixed Materials Mixed Debris Mixed Debris Separated Materials Asphalt Brick Concrete Dirt/Clean Fill Lumber/Wood Trees/brush/plants/etc. Other Materials (List) Total Yes ❑ No A Salvage Inventory Sheet summarizing reuse is attached. Submit with documentation to Recycling Specialist via fax at 650-522-7301. For questions please email pwrecvcle a,ci.sanmateo.ca.us or call 650-522-7346. Do r riot Rcvumci omreoncc A-6 7/J/2(”6