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 A N n a �%�% r � n � � � � � � u s � n M i l l
t r o l l c u N T I
C o o t _
r O l o u P R O J E C T
% S C - E [ S
a I s O O O E S c ] O , G O N E p c n
2
y I O E , y
1 ��
P L A N S "
a
L e a .
1 . 9 3 m 1 L 3 . 3 m 2 . 0 m 1 0 5 m
n n
H 1 L . J
0 "