Loading...
HomeMy Public PortalAboutDelaware Street Improvement Federal Aid Project No. CML-5102 (032)1 I I I I 1 I I I I I I I I I I I CONTRACT BOOK DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 }Depart, . Standard Spe d DECEMBER 2008 MARK THOMAS & COMPANY, INC. 618 Walnut Street, Suite 204 San Carlos, CA 94070 650/363-8277 650/522-8279 (fax) eti 1 1 I I 1 1 11 DELAWARE STREET IMPROVEMENT San Mateo, California Designers' Attest These Special Provisions have been prepared under the supervision of the undersigned, who hereby certifies that he is a Registered Civil Engineer in the State of California. Richard Tanaka, Registered Civil Engineer Mark Thomas & Company, Inc. 618 Walnut Street, Suite 204 San Carlos, Ca 94070 1 1 1 i 1 CONTRACT BOOK DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 4-17-15 (32 sheets) TIME OF COMPLETION: 40 Working Days CONTENTS NOTICE INVITING SEALED PROPOSALS BID PROPOSAL FORMS PROPOSAL FORM SCHEDULE OF BID ITEMS SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS BIDDER'S STATEMENT GARANTY PUBLIC CON l'RACT CODE SECTION 10285.1 STATEMENT PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE PUBLIC CONTRACT CODE SECTION 10232 STATEMENT NON -COLLUSION AFFIDAVIT DEBARMENT AND SUSPENSION CERTIFICATION NON -LOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS DISCLOSURE OF LOBBYING ACTIVITIES LOCAL AGENCY BIDDER DBE INFORMATION DBE INFORMATION -GOOD FAITH EFFORTS CERTIFICATE OF NON-DISCRIMINATION CERTIFICATE OF PAYMENT OF PREVAILING WAGE SCALE CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION RNu+PWENOV.CONRACTSLgIS:Delouvrt Sirs' lmrymmunMNvwvc St - FINAL52I7 III, dx 1 1.2.1 1420118 1 I 1 I 1 I 1 SECTION 1. SPECIFICATIONS AND PLANS 35 1-1.01 GENERAL 35 1-1.02 DEFINITIONS AND TERMS 35 1-1.03 PLANS AND SPECIFICATIONS 36 SECTION 2. PROPOSAL REQUIREMENTS, CONDITIONS AND NON-DISCRIMINATION GUIDELINES 37 2-1.01 GENERAL 37 2-1.01A FEDERAL LOBBYING RESTRICTIONS 37 2-1.02 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 38 2-1.03 EMPLOYMENT OF APPRENTICES 38 2-1.04A NON-DISCRIMINATION POLICY 38 2-1.04B LOWEST RESPONSIBLE BIDDER 38 2-I.04C STANDARDS OF NON-DISCRIMINATION 39 2-1.04D CERTIFICATE OF NON-DISCRIMINATION 39 2-2.01 DISADVANTAGED BUSINESS ENTERPRISE (DBE) 39 SECTION 3. AWARD AND EXECUTION OF CONTRACT 42 3-1.01 GENERAL 42 3-1.01A DBE INFORMATION 42 3-1.02 AWARD OF CONTRACT 42 3-1.03 SUBCONTRACTS 43 3-1.04 CHANGES INITIATED BY THE AGENCY 43 3-1.05 CONTRACT BONDS 43 3-1.06 LIABILITY INSURANCE 44 3-1.07 HOLD HARMLESS AND INDEMNITY PROVISION 47 3-1.08 GUARANTEE 47 SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES 48 4-1.01 GENERAL 48 4.1.02 COMMENCEMENT OF WORK 48 4-1.03 CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE 48 4-1,04 DELAYS AND EXTENSIONS OF TIME 48 4-1.05 PRE -CONSTRUCTION CONFERENCE 48 4-1.06 TIME OF COMPLETION 48 4-1.07 LIQUIDATED DAMAGES 48 4-1.08 LOCATION OF UTILITIES 49 4-1.09 TRAFFIC AND ACCESS 49 4-1.10 PERSONNEL PROTECTIVE EQUIPMENT 49 4-2. ACCEPTANCE OF CONTRACT 49 4-2.01 SUBSTANTIAL COMPLETION OF WORK 49 4-2.02 ACCEPTANCE OF CONTRACT 49 4-2.03 FINAL AND CLOSE OUT BILLING. 50 SECTION 5. GENERAL 51 5-1 MISCELLANEOUS 51 5-1.01 ENCROACHMENT PERMIT. N/A 51 5-1.02 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION 51 5-1.03 HOURS OF LABOR 52 5-1.04 LABOR NONDISCRIMINATION 52 5-1.05 YEAR 2000 COMPLIANCE 52 5-1.06 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES 53 5-1.07 SAN MATEO BUSINESS LICENSE GUIDELINES 53 5-].08 NOTICE OF POTENTIAL CLAIM 53 5-1.09 ATTORNEY FEES 54 5-1.10 PAYMENT 54 5-I.1OA GENERAL 54 5-I.10B NO (0%) RETENTION 54 QSavil` N(tAyDt4 rRAC@12WAllkhwam Src Impiuv l..re s-FINN.�2 �708d 2 IL1812 1 1 1 1 1 I 1 1 1 1 I 5-1.10C PARTIAL AND FINAL PAYMENTS 54 5-1.10D PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS 55 5-I.10E PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS 55 5-1.11 MEDIATION 55 5-1.12 ARBITRATION 55 5-1.13 MOBILIZATION 56 5-1.14 SUBCONTRACTOR AND DBE RECORDS. 56 5-1.15 DBE CERTIFICATION STATUS.. 57 5-1.16 PERFORMANCE OFSUBCONTRACTORc 57 5-1.17 SUBCONTRACTING 97 5-2. CONTROL OF WORK 58 5-2.01 SURVEYING 58 5-2.02 MEASUREMENT OF QUANTITIES 58 5-2.03 COOPERATION AND COLLATERAL WORK 58 5-2.04 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 58 5-2.05 RECORD OF EXISTING TRAFFIC CONTROL AND TEMPORARY MARKERS 58 5-2.06 SUBMITTAL REQUIREMENTS 59 SECTION 6. (NOT USED) 60 SECTION 7. WATER POLLUTION 61 7-1.01 WATER POLLUTION 61 SECTION 8. MATERIALS 63 8-1 BUY AMERICA REQUIREMENTS. 63 8-2 STATE FURNISHED MATERIALS. - NONE 63 8-3 RECYCLING REQUIREMENTS 63 SECTION 9. DESCRIPTION OF WORK 64 SECTION 10. CONSTRUCTION DETAILS 65 10-1.01 ORDER OF WORK 65 10-1.02 NON -STORM WATER DISCHARGES 65 10-1.03 PRESERVATION OF PROPERTY 66 10-1.04 PROGRESS SCHEDULE 66 10-1.05 TRENCH EXCAVATION AND WORKER PROTECTION 66 10-1.05 UTILITIES 67 10-1.06 DUST CONTROL 68 10-1.07 MOBILIZATION 68 10-1.08 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS 69 10-1.10 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES 75 10-1.10 CONSTRUCTION AREA SIGNS . 76 10-1.11 MAINTAINING TRAFFIC 77 10-1.12 CLOSURE REQUIREMENTS AND CONDITIONS 79 10-1.13 TRAFFIC CONTROL SYSTEM 80 10-1.14 EXISTING HIGHWAY FACILITIES 84 10-1.15 RELOCATE ROADSIDE SIGN 85 10-1.16 REMOVE ROADSIDE SIGN 86 10-1.17 COLD PLANE ASPHALT CONCRETE PAVEMENT 86 10-1.18 REMOVE CONCRETE 88 10-1.19 ADJUST MANHOLE TO GRADE 88 10-1.20 ADJUST MISCELLANEOUS UTILITY FRAMES AND COVERS TO GRADE 89 10-1.21 REMOVE AND REINSTALL ELECTROLIER 90 10-1.22 CLEARING AND GRUBBING 91 10-1.23 WATERING 92 10-1.24 EARTHWORK 92 10-1.25 ROADWAY EXCAVATION 93 10-1.26 FINISHING ROADWAY 95 10-1.27 AGGREGATE BASE 95 10-1.28 ASPHALT CONCRETE 96 10-1.29 PLACE ASPHALT CONCRETE (MISCELLANEOUS AREA) 97 pa'WFN('M COMRAC1:S(1(W thlevnu Sued ImpmwmcniV]dmere II INN, 131]9xdm 1 1 1 1 1 10-1.30 REINFORCEMENT 97 10-1.31 ROADSIDE SIGNS 98 10-1.32 PLASTIC PIPE 98 10-1.33 STORM DRAIN CATCH BASIN 99 10-1.34 MISCELLANEOUS CONCRETE CONSTRUCTION 99 10-1.35 MARKERS 100 10.1.36 STEEL BOLLARD 101 10-1.37 PAVEMENT DELINEATION 101 10-1.38 PAINT CURBS (2 -COAT) 102 10-1.39 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS 102 10-1.40 PAINT "TRAFFIC STRIPES AND PAVEMENT MARKINGS 102 10-1.41 PAVEMENT MARKERS 102 10-1.42 LIGHTING AND ELECTRIC EQUIPMENT 104 10-1.43 FOG SEAL COAT 107 10-1.44 TREE ROOT BARRIER 107 10-1.45 TRIANGULAR PLANTER STRUCTURE 107 10-1.46 LANDSCAPE SPRINKLER SYSTEM 108 SECTION 14 APPENDIX I APPENDIX II APPENDIX III APPENDIX IV APPENDIX V APPENDIX VI APPENDIX VII APPENDIX VIII APPENDIX IX FEDERAL REQUIREMENTS AGREEMENT FOR PUBLIC IMPROVEMENT CITY STANDARD DRAWINGS STATE STANDARD PLANS FEDERAL MINIMUM WAGES DEPARTMENT OF LABOR DECISION NUMBER CA20080029 MODIFICATION NUMBER 21 DIVERSION SUMMARY FORM -(FINAL REPORT) SAMPLE NOTICE LETTER CERTIFICATION OF PAYMENT TO SUBCONTRACTORS AND SUPPLIERS CONDITIONAL WAIVER AND RELEASE UPON PROGRESS PAYMENT UNCONDITIONAL WAIVER AND RELEASE UPON PROGRESS PAYEMENT U*iv W WLNaA coNTWSTSVIx18VXlmrnrt &rev Iapm,emrnNkIoxarc St. ANAL_11.17 Oa doe 4 1 I I I I 1 I 1 NOTICE INVITING SEALED PROPOSALS DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for Delaware Street Improvement and other work as shown on the Contract Drawings No. 4-17- 15 and as described in this Contract Book and the State of California, Department of Transportation Standard Specifications and Standard Plans dated May 2006 and the City of San Mateo Engineering Standard Details dated 2002. The work described requires that the bidder be licensed by the State of California as a Class A Contractor. 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 $35 per set is required if picked up or $45 for each set if mailed. Any questions regarding the contract documents should be directed in writing to Vivian Ma, Associate Engineer, at (650) 522-7314, or in writing at the above address. 3. The estimated construction cost of this project is $437,000. This estimate is not based on a "contractor's cost take off' of the project, but is derived from an averaging of costs for work on similar projects in the area of which the City is aware. This figure is given to indicate the relative order of magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. 4. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. 5. 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. 6. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in Section 2, "Proposal Requirements, Conditions, and Non -Discrimination Guidelines," in the Special Provisions. 7. 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. 8. The time of completion for this contract shall be Forty (40) working days, beginning from the date specified in the Notice to Proceed. Q\puaWENak_CONtRACM20091.1)tlawas eStr l ImpmvemmiNvlawam Al._121 l OS iOc • 5 12/IBRWP 9. This contract is subject to the Disadvantaged Business Enterprise (DBE) Program in accordance with Title 49 of the Code of Federal Regulations (CFR), Part 26. Bidders are advised that, as required by Federal law, the State has established a statewide DBE goal. This City of San Mateo federal -aid contract is considered to be part of the statewide overall goal. The City of San Mateo is required to report to Caltrans on DBE participation for all Federal -aid contracts each year so that attainment efforts may be evaluated. I 1 1 I The DBE Program requires Prompt Payment to contractors and subcontractors; therefore, no retainage will be held by the City from progress payments due to the prime contractor. In addition, prime contractors and subcontractors are prohibited from holding retainage from subcontractors. Contractors will be required to submit certification that payment without withholding of retainage, has been made to all lower tier subcontractors and suppliers furnishing service or materials within the payment period, within 10 days of receipt of payment. The City will hold back final payment to the contractor pending completion of punch list items and receipt of unconditional lien releases. 10. The City will ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. 11. This project is subject to the "Buy America" provisions of the Surface Transportation Assistance Act of 1982 as amended by the Intermodal Surface Transportation Efficiency Act of 1991. 12. 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. 13. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced or determined by the administrator of the Wage and Hour Division, U.S. Department of Labor, in force on the day bids are opened, whichever is higher, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in 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. The wages as set forth in the General G vpwtWBN(M_COMMCTSUIpRNdmvare Saes ImpinvemenNhiewm ai • FINN. 12.211E den: 6 I VIt'Igtl 1 1 I I I I 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 interne 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. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in Appendix IV. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of"Proposal and Contract" books. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements in the books entitled "Proposal and Contract." If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and Subcontractor shall not pay less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available to use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question. The U.S. Department of Transportation (DOT) provides a toll -free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., eastern time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 14. 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., January 13, 2009, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 15. 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 the City's interest may dictate, 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 Dated: December 21, 2008 BRANDT GROTTE, MAYOR 0211118 auv<SleM lmpmvmvnNklay. SI • FINAL 121708 tla 7 I2i1PR1xB PROPOSAL FORM (Entire proposal to be submitted as sealed bid.) DELAWARE STREET IMPROVEMENT 1 I 1 1 1 1 I I FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS: FOR: THE TOTAL SUM OF (use figures only) computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown in the contract documents. All work shall conform to the lines, grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and the State of California Department of Transportation Standard Specifications and State Standard Plans dated May 2006 and the City of San Mateo Engineering Standard Details dated 2002. 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 or Federal minimum wage rates, whichever is higher, the project plans described below, including the addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans dated May 2006, the Standard Specifications dated May 2006 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, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my signature on this proposal I further certify under penalty of perjury under the laws of State of California and United States of America, that Non Collusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. Q+yw`2V/ENcw CUMEARSWIOSIDebwue Sweet Imp..., rnW FINALI2 17118 d< e 12+18/2011/1 The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. 1 I I 1 t 1 1 1 I 1 Contractor's Signature Date Name of Company Phone Number Fax Number Q pwV WENCrN_C'ONTRA( 1,2w9's0clmwe Seml Imp] tvnnrnNklaNAIC St. INAI _II 190Xa1w 9 IVINnItI I I t 1 1 r I I I I I 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 percentage wise 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 that 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. QSpw1YWFNGW_CONT @9018 I.,„ to 'aware SI - FINN. 12 10 11/13/211118 1 1 1 1 1 1 1 1 i 1 1 1 1 i 1 1 1 1 1 If this proposal shall be accepted and the undersigned shall fail to enter into the contract and famish 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 therefore the following prices, as shown on the Schedule of Bid Items. QhuNwENC\A CNNmRACjS\ZIX1BlDeleuue Siral Iminewemmtillekware S, -FIN I VI W➢M18 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT CITY PROJECT N 1 IITEM NO. 1 DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Storm Water Pollution Program 1 LS $ $ 2 Progress Schedule 1 LS $ $ 3 Mobilization I LS $ $ 4 Constriction Area Signs I LS $ $ 5 Traffic Control System I LS $ $ 6 Remove Inlet I BA $ $ 7 Remove Storm Drain Pipe 2 LF $ $ 8 Remove Roadside Signs 7 EA $ $ 9 Adjust Manhole to Grade 3 EA $ $ 10 Adjust Misc. Utility Frame & Cover to grade 5 EA $ $ 11 Cold Plane Asphalt Concrete Pav't (2" Min) 540 SY $ $ 12 Remove Concrete (sidewalk, walkway & driveway) 3800 SF $ $ 13 Remove Concrete (curb & gutter) 755 LF $ $ 14 Remove Concrete (valley gutter) 480 SF $ $ 15 Remove Concrete (gutter with sawcut) 1850 LF $ $ 16 Remove Concrete (electrolier foundation) 2 EA $ $ 17 Remove Bollard 6 EA $ $ 18 Remove & Relocate Electrolier 2 EA $ $ 19 Relocate Roadside Sign 2 EA $ $ 20 Clearing & Grubbing 1 LS $ $ I 21 Develop Water Supply 1 LS $ $ 1 Q 1p.twI&No CoNTRACTPywllw.u'me Mite' ImpwvamrnNhlvwrveSI- FINA(.I E RCSJoc 12 ' ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 22 Roadway Excavation 765 CY $ $ 23 Aggregate Base (Class 2) 150 CY $ $ 24 Asphalt Concrete (Type B) 960 TON $ $ 25 Place asphalt concrete (miscellaneous area) 20 TON $ $ 26 Roadside Signs 20 EA $ $ 27 18" HDPE Storm Drain Pipe 4 LF $ $ ■ Ili 28 Storm Drain Catch Basin (Type G3) 1 EA $ $ 29 Concrete Curb (Type 1) 60 LF $ $ 30 Concrete Curb Wall 45 LF $ $ 31 Concrete Sidewalk, Curb & Gutter and Wheel Chair Ramp 7100 SF $ $ 32 Concrete Driveway including Depressed Curb & Gutter & Conform Walkway 370 SF $ $ 33 Concrete Valley Gutter 640 SF $ $ 34 Concrete Pavement Reconstruction 210 SF $ $ 35 Steel Bollard 6 EA $ $ 36 Pavement Delineation 1 LS $ $ 37 Traffic Signal Modification 1 LS $ $ 38 Temporary Lighting 1 LS $ $ 39 Relocate Traffic Signal Box 5 EA $ $ 40 Relocate Street Light Box 3 EA $ $ 41 Conduit and Conductors 300 LF $ $ 42 Fog Seal 12400 SY $ $ 43 Tree Root Barrier 8 EA $ $ 44 Triangular Planter Structure 1 LS $ $ 45 Landscape Sprinkler System 1 LS $ $ TOTAL BID $ I Q%pvA?WFNG'A COMRACTSVWRNOInwert S'v¢I lmpmvcrvcm\lMawe Si - FMq, 132 OR il¢ 13 12/1X2158 1 I I I I 1 I I SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO, CML-5102 (032) CITY PROJECT NO. 465146 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-1.054 and 8-1.01 of the State 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. (Note: Also see Section 5-1.17 Subcontracting) 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 that 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. 4. On projects with DBE goals, the subcontractor listing requirement, set forth herein on this "title," is in addition to the DBE subcontractor listing required per Section 3-1.01A after the bid opening: "Local Agency Bidder — DBE — Information" form. The two listings must be consistent when the subcontracting amount meets the appropriate dollar amount thresholds. P-WlY WF NOkA_COM RAL TSCUMDelawnStrto ImprincmeniDelanmc ((I- 1. I.vn 14 12)12/2 00B 1 I I 1 I 1 I I I 1 I I SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 NAME ADDRESS SPECIFIC WORK DOLLAR AMOUNT $ $ $ $ $ $ $ $ $ $ Contractor's Signature I Q'.,,,WWENOV1/4_CONTRACT,A20080cloware Strew lmprm'ementaln;ni S,• FMAL 15 13,14!21X111 BIDDER'S STATEMENT SHEET 1- OF 3 (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO, CML-5102 (032) CITY PROJECT NO. 465146 The undersigned has carefully read the STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION Standard Specifications, 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 7028.15 I, , declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true and correct and that this declaration is made on this day of , 200 , at , California. The undersigned understands he must meet the requirements of Section 2, "PROPOSAL REQUIREMENTS, CONDITIONS, AND NON-DISCRIMINATION GUIDELINES," of these Special Provisions prior to award of contract and conform to those guidelines throughout the duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within 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 License in accordance with Section SP -2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and al] subcontractors also agree to keep the Business License current for the entire term of the contract. Q-`.v^PWENG^A CONTRACTS,2lKnHYtewam Sire. Impimnnerak/awu< St- FINAL 12 DAM d. 16 ivnrsnne 1 1 1 1 1 t I 1 1 1 1 1 1 1 1 1 I BIDDER'S STATEMENT (con't) SHEET 2 OF 3 (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 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*APS/FNCMA CONIWCTSQaoaq)elaum Street Imryanvn iWelexert St • FINN_i217 1111 Arc 17 12/18/21011 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 BIDDER'S STATEMENT (con't) SHEET 3 OF 3 (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 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 nameof person signing bid Title List names of the, following ofcers. PRESIDENT SECRETARY TREASURER Post Office Address Q \m.'P WHNGV ,CON1 RAC22 14U)e6 N enenI2Jelewve Si- FIN N_i21712i ac 18 IL12221YKK GUARANTY (To be submitted with Proposal Form) 1 I 1 1 t DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 To the City of San Mateo: FOR CONSTRUCTION OF: DELAWARE STREET IMPROVEMENT, Project No. 465146 The undersigned guarantees the construction and installation of the following work included in this project: widening roadway on the west side of Delaware Street within the project limit which includes removal of existing sidewalk, saw -cutting existing gutter, excavation of deteriorated pavement, cold plane and overlay, removal of existing bollards, installation of new bollards, adjustment of utility valve boxes and manhole to grade, installation of new sidewalk, curb and gutter, curb tapers, curb walls, wheelchair ramps, driveway conforms, walkway conforms, relocation of existing street lights and utility boxes, installation of tree root barriers for the existing trees, installation of new drainage inlet and connection to existing system, installation of traffic striping, markings, legends, and incidental work as shown on construction drawings and the contract book "DELAWARE STREET IMPROVEMENT, City Project No, 465146 ". Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, all within one year (12 months) after the date on which this contract is accepted by the City, the undersigned agrees to reimburse the City, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project; including the cost of any such equipment or materials replaced and the cost of removing and replacement or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or, upon demand by the City, to replace any such material and to repair said work completely without cost to the City so that said work will function successfully as originally contemplated. The City shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or repairs done by the undersigned. In the event City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed with reasonable time after the receipt of demand from the City. If the undersigned shall fail or refuse to comply with his obligations under this guaranty, the City shall be entitled to all costs and expenses; including attorneys' fees, reasonably incurred by reason of the said failure or refusal. Contractor Date QIbwV'WENOU CONIRACTSUMMDdawnrt Sven tmmovenwm0Dda tl 19 ILIXRIpN PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 4651.46 In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), bidder hereby declares under penalty of perjury that the bidder: ❑ has ❑ has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 110, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check before "has" or "has not" in one of the boxes provided. The above statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this statement. Bidders are cautioned that making a false certificationmay subject the certifier to criminal prosecution. 0 .PWENON CONiRA(TS7C MVlNtmym Sinn ImpR vetoer f),I, ,i FPRLW 11170iticc 20 I:/IAR1108 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 4651 46 In accordance with Public Contract Code Section 10162, the bidder shall complete, under penalty of perjury, the following questionnaire: 1 I 1 1 1 Has the bidder, any officer of the bidder, or any employee of the bidder who has proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of violation of law or safety regulation? Yes ❑ No If the answer is yes, explain the circumstances in the following space: QtrAV ENGVA CON RACT51200806ewu 21 17HWM0.Y 1 1 i 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 PUBLIC CONTRACT CODE SECTION 10232 STATEMENT (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 In accordance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of the National Labor Relations Board. The above statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. :TS Nni _I2 22 12/18/200N • 1 1 1 1 NON -COLLUSION AFFIDAVIT TITLE 23, UNITED STATES CODE, SECTION 112 (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 In accordance with Title 23, United States Code, Section 112 and Public Contact Code 7106, the bidder declares that the bid is not made in the interest of, or on behalf of, 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 of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Statement, Questionnaire, and Non -Collusion Affidavit are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement, Questionnaire, Non -Collusion Affidavit. Bidders are cautioned that making false certification may subject the certifier to criminal prosecution. Q pwvlENCRA CONFRAC1SUOO8D A 23 11/13/2005 t 1 1 1 11 1 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: 1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; 3. Does not have a proposed debarment pending; and 4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space: Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this certification. 0 111,N WFNctVi LONIRpCt412W81 INAT, 12 17.1)41 am 24 I2/IN2ININ I 1 I I 11 1 1 1 NON -LOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions, This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that be or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. OplOPN[iNOW CONTRAC13S.M8iiklan'aeSired lmprI'ememVCEovert Si- FINAL 12 i7.08 do. 25 12/15/215,8 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbyine activities I I I Congressional I I . Type of federal action: a. Contract b. Grant c. Cooperative agreement d. Loan e. Loan guarantee f. Loan insurance 2. Status of federal action: a. Bid/offer/application b. Initial award c. Post -award 3. Report type: a. Initial b. Material change For material change only: year quarter date of last report 4. Name and address of reporting entity: Prime Subawardee Tier , if known 5. If reporting entity in #4 is Subawardee, enter name and address of prime: Congressional District, if known: District, if known: 6. Federal Department/Agency: 7, Federal program name/description: CFDA number, if applicable: 8. Federal Action Number, ifknown: 9. Award amount, if known: $ 1 10. a. Name and address of lobbying entity ("if individual, last name, first name, MI): (attach Continuation Sheet(s), if necessary) b. Individuals performing services (including address if different from #10a) (last name, first name, MD: (attach Continuation Sheet(s), if necessary) I employee(s), 11. Amount of payment (check all that apply): $ El actual i;I planned 13. Type of payment (check all that apply): 1i a. retainer 0 b. one-time fee c. commission d. contingent fee e. deferred f. other; specify: 12. Form of payment (check all that apply): a. cash b. in -kind; specify: nature value 14. Brief description of services performed or to be performed and date(s) of service, including officer(s), or member(s) contacted, for payment indicated in item #11: (attach Continuation Sheet(s), if necessary) I 15. I pursuant Continuation Sheet(s) attached: C. Yes C No 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required to 31 U.S.C. 1352. This information will be reported to the Congress semi-annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature: Print Name: Title: Phone No: Date: Federal Use Only:Authorized for Local Reproduction/Standard Forrn-LLL 1 1 Q.1pWFWINO`A C'ONiRACl'S\M8\➢dewuc SrImx lmpmvamn,Ukloww< Si FINAL j 17 Oa di. 26 INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES 1 1 1 I This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to Title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action, Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment, Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard, 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (REP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by a Federal agency, enter the Federal amount of the award loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10(a). Enter the last name, first name, and middle initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 09“.'YOAGN LONrRACTS'vfx)RIOe,xwc Sir., lm,'o\TmmMflelaarez+1 FR 7Ohd. 27 iLlR2(WR 1 1 1 I 1 I1 I 1 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind request. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s); employee(s), or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. RvnnwuWENcw_COMRACts\2wsaxm,.o« so -m Immcoemc,mxmro,es1-VINALI2 P 28 12118/2UOfl LOCAL AGENCY BIDDER - DBE - INFORMATION I I I 1 The successful bidder must execute and return the LOCAL AGENCY BIDDER — DBE INFORMATION form, even if no DBE participation will be reported. AGENCY: PROJECT DESCRIPTION.: CONTRACT NUMBER: AID PROJECT NUMBER: LOCATION: FEDERAL - TOTAL CONTRACT AMOUNT.•$ FEDERAL SHARE(For local agency to complete):$ BID DATE: BIDDER'S NAME: ADVERTISED DBE CONTRACT AVAILABILITY ADVISORY Percentage CONTRACT ITEM NO. ITEM OF WORK AND DESCRIPTION OR SERVICES TO BE SUBCONTRACTED OR MATERIALS TO BE PROVIDED 2 DBE CERT. NO. AND EXPIRATION DA'Z'E NAME OF DBEs' (Must be certified on the date bids are opened - include DBE address and phone number) DOLLAR AMOUNT DBE ' IMPORTANT: Identify all DBE firms being participating in the project, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above shall be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. Provide copies of the DBE's quotes, and if applicable, a copy of joint venture agreements pursuant to the Subcontractors Listing Law and the Special Provisions. 1. Enter DBE prime and subcontractors certification number. Prime contractors shall indicate all workto be performed by DBEs including work performed by its own forces. Total Claimed Participation % 2. If 100% of item is not to be performed or furnished by DBE, describe exact portion of item to be performed or furnished by DBE. 3. See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Signature of Bidder Dare (Area Code) Tel. No. Person to Contact (Please Type or Print) Local Agency Bidder - DBE Information (Rev 05/01/06) Di.Bribution' (I) Copy his immediately to the Caltrans Dislrld Local Assistance Engineer (DLAE) upon award (2) Copy - Include in award package to Caltrans District Local Assistance (3) Origanal — Local agency files Qlp0PWENI v, CONTRAC98@W8V)ok,ore Autcl Imprommevl`.nebnpm 3I- FINAL OS 29 1al8Jlvm i I 1 1 I I 11 CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 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:'QW'BWENGN CQNTRACTSUfOA\(kla are Svcn lmrmcxmrntWelmvme Si -FINAL_ IZ.I'1,08 do 30 IHIRI]00P 1 1 1 I I 1 I 1 1 i CERTIFICATE OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 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 or as determined by the Administrator of the Wage and Hour Division, U.S. Department of Labor, in force on the day this bid was opened, whichever is higher, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. Any contractor awarded a public works project who intends to use a craft or classification not shown on the general prevailing wage determinations will be required to pay the wage rate of that craft or classification most closely related to it as shown in the general determinations effective at the time the bids are opened. Attention is directed to Section 14, Federal Requirements for Federal -Aid Construction Project. 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 Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in Appendix IV. The undersigned understands that weekly certified payrolls must be submitted for verification. BIDDER By: Name and title of person making certification Date Q 'Delaware Svsl Immnv RNN_121L1gJoe 31 11081200g i i 1 1 1 1 1 1 1 1 r 1 I 1 1 1 1 1 1 Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 445 Golden Gate Avenue, 9th Floor San Francisco, CA 94102 Questions regarding Federal Labor Standards shall be addressed to: Branch of Construction Wage Determination Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 Q,yrvWWF.NOVL CON(RACTSVfABNelawam S4al lrnprmmnall➢elamue St -H 32 Izasnoax I 1 I 1 I I I 11 I 1 1 CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION (To be submitted with Proposal Form) DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO, CML-5102 (032) CTTY PROJECT NO. 465146 I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. BIDDER By: (Name and title of person making certification) Date U"ps'WWLNG,AGONItAINOMfl4)6.1. Suet( Imp) ' nlOcmi,v. St-FINM1I. 33 I VI 8/2004 1 I 1 r I 1 I I I j 1 I I (THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder ,proposed subcontractor hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. QApw'PWCNOUSONTRACTS@W81Delawvo Street Nlprovemrnlntlervam St - FINAL 1217 OS frc 34 12/BRWg SPECIAL PROVISIONS DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 CITY OF SAN MATEO DEPARTMENT OF PUBLIC WORKS STATE OF CALIFORNIA SECTION 1. SPECIFICATIONS AND PLANS 1-1.01 GENERAL. The work embraced herein shall be done in accordance with the State of California Department of Transportation Standard Specifications, 2006 Edition (hereinafter referred to as the Standard Specifications); the State of California Department of Transportation Standard Plans, 2006 Edition; and the City of San Mateo Engineering Standard Details dated 2002 and according to these Special Provisions. The bidder's attention is directed to the provisions in Section 1, "Definitions and Terms," of the Standard Specifications and these Special Provisions for the requirements and conditions which must be observed in the preparation of the proposal form and the submission of a bid. Project contract drawings shall govern in lieu of conflicting provisions of the Standard Plans; Standard Plans and project contract drawings shall govern in lieu of conflicting provisions of the Standard Specifications; the Special Provisions shall govern in lieu of conflicting provisions of both the Standard Specifications and the Standard Plans, but shall in no way nullify non -conflicting portions of the Standard Specifications. 1-1.02 DEFINITIONS AND TERMS. Wherever in the Standard Specifications, special provisions or contract documents, unless the context otherwise requires, the following terms shall have the following meaning: Department of Transportation. The City of San Mateo, State of California. Director of Transportation. The City Council of the City of San Mateo, State of California. Agency, Architect, Authorized Representative, City, City Representative. Construction Manager, City Engineer, Geotechnical Engineer, Resident Engineer, Project Architect, Soil Engineer, Shoring Engineer, Owner, or Owners Representative. The Director of Public Works of the City of San Mateo, State of California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Contractor, General Contractor, Electrical Contractor or Construction Site Manager. The Contractor acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory. The established laboratory of the Materials and Research Section of the Department of the Transportation of the State of California or laboratories authorized by the Engineer to test materials and work involved in the contract. MA_COMRACTSIIMIBNdv,.a,c Stmt <mpr1n'cmonMcl,m tSt flNJ_I 2.1' OR d< 35 111114 AIB State. The City of San Mateo Transportation Building, Sacramento. City Hall, City of San Mateo, State of California. State Highway Engineer. The Director of Public Works of the City of San Mateo, State of California. Standard Specifications. Means the 2006 edition of the Standard Specifications of the State of California, Department of Transportation. Any reference therein to the State of California or State agency, office or officer shall be interpreted to refer to the City or its corresponding agency, office or officer acting under this contract. Work. All the work specified, indicated, shown or contemplated in the contract to construct the improvement, including all alterations, amendments or extensions thereto made by contract change order or other written order of the Engineer. 1-1.03 PLANS AND SPECIFICATIONS. All work will be done in accordance with the Contract Drawings No, 4-17-15, titled "Delaware Street Improvement". If no standard plan is listed for a detail needed to complete the required work, City of San Mateo standard plans will be used, If there is no City of San Mateo standard plan, which applies, State of California, Department of Transportation, Standard Plans, 2006 Edition, will be used. Q1pwNwFlN6N CONIRAC S,20080ekume r hl ?0 36 I I I I 1 I i I I I i 1 1 1 I I I I SECTION 2. PROPOSAL REQUIREMENTS, CONDITIONS AND NON-DISCRIMINATION GUIDELINES 2-1.07 GENERAL. The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," of the Standard Specifications and these Special Provisions for the requirements and conditions which the bidder must observe in the preparation of the proposal form and the submission of the bid. In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Noncollusion Affidavit. The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Each subcontract signed by the bidder must include this assurance. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on a future public works contract. 2-1.01A FEDERAL LOBBYING RESTRICTIONS. Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier sub -recipient of a Federal -aid contractor to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal -aid contract, the making of any Federal grantor loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal -aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal -aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form -LLL, "Disclosure of Lobbying Activities", with instructions for completion of the Standard Form is also included in the Proposal, Signing the Proposal shall constitute signature of the Certification. The above -referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower -tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower -tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower -tier contractors. An event that materially affects the accuracy of the information reported includes: 1. A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or Q 1pi. MVFWQt4 CON1 RAC FS IX)8U) ]awam9rcn Impre,omemUhlawue 9tr FINAL 12.11,08 dr. 37 2. A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or 3. A change in the officer(s), employee(s), or member(s) contacted to influence or attempt to influence a covered Federal action. I I I I I I I I I I I I r 1 2-1.02 EXAMINATION OF PLANS, SPECIFICATIONS, AND SI 1 b OF WORK. The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefore. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and scope of work to be performed, the quantity of materials to be furnished and as to the requirements of the proposal, plans, specifications and contracts. The bidder represents that he or she is fully qualified to perform this examination and review. If the bidder determines that any portion of the site or the plans and specifications present any interpretation problems of any kind, the bidder shall note such a determination upon this proposal form and attach any additional information necessary to state the basis of the bid. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. 2-1.03 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. 2-1.04A 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. The bidder's attention is further directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01 A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more.. 2-1.04B 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, the required State or other license and that he and his subcontractors have undertaken an affirmative action program to promote the full realization of equal employment opportunities meeting the minimum requirements set forth herein. Any subcontractor failing to comply herewith shall be deemed unqualified and shall be substituted. Q wWWENO,A CDNFFUCISU )8tDetawum &mot MPmvemmitplawve Si- rr/J, Il 38 ni mane I I I I I I 1 I. I I I I I I I 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. 2-1.04C STANDARDS OF NON-DISCRIMINATION A. The successful bidder and each subcontractor shall undertake affirmative action to ensure that applicants and employees are treated fairly such that the principles of equal opportunity in employment are demonstrated positively and aggressively during employment, without regard to race, color, religion, sex, disability, or national origin. B. In all advertisements for labor or other personnel or requests for employees of any nature, the successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, disability, or national origin. 2-1.04D CERTIFICATE 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 non-discrimination. The contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his commitments under this section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. Please provide copies to the City of all notices sent (see Appendix for Sample Letter). 2-2.01 DISADVANTAGED BUSINESS ENTERPRISE (DBE). This project is subject to Title 49, Code of Federal Regulations part 26 (49 CFR 26) entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." Pertinent sections of said Code are incorporated in part or in its entirety within other sections of these special provisions. In order to ensure Caltrans achieves its federally mandated statewide overall DBE goal, the Agency encourages the participation of Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR 26 in the performance of contracts financed in whole or in part with Federal Funds. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Bidders shall be fully informed in respect to the requirements of the DBE Regulations. The DBE Regulations in their entirety are incorporated herein by this reference. Attention is directed to the following matters: A. A DBE must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act and relevant regulations promulgated pursuant thereto; limrn,,.en \DeLawo. 39 1z1&2110s 1 I I I r I I I I I I I I I I I I I I B. A DBE may participate as a prime contractor, subcontractor, joint venture partner with a prime or subcontractor, vendor of material or supplies, or as a trucking company; , C. A DBE joint venture partner must be responsible for specific contract items of work, or clearly defined portions thereof. Responsibility means actually performing, managing and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest; D. A DBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work; E. DBEs must be certified by the California Unified Certification Program (CUCP). Listings of DBEs certified by the CUCP are available from the following sources: 1. The Caltran's "Civil Rights" web site at: http://www.dot.ea.gov/hq/bep. 2. The Caltran's DBE Directory. This Directory may be obtained from the Department of Transportation, Materiel Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916) 445-3520; F. When reporting DBE participation, bidders may count the cost of materials or supplies purchased from DBEs as follows: 1. If the materials or supplies are obtained from a DBE manufacturer, 100 percent of the cost of the materials or supplies will count toward DBE participation. A DBE manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 2. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract arc bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business as provided in this paragraph F.2. if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract -by -contract basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this paragraph F.2. 3. If the DBE is neither a manufacturer nor a regular dealer, count only the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or Q3pvAPWhNGU_CONTRACTSRp81R(awwe Street mWovenrnl(Delmnrt Si -FlNAJ. I217(18.Imr 40 ILIWB)0S 1 1 I I 1 1 t 1 1 t transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. G. When reporting DBE participation, bidders may count the participation of DBE trucking companies as follows: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract. 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract; 3. The DBE receives credit for the total value of the transportation services it provides on the contract using trucks its owns, insures, and operates using drivers it employs; 4. The DBE may lease trucks from another DBE firm, including an owner -operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the contract; 5. The DBE may also lease trucks from a non -DBE firm, including an owner -operator. The DBE who leases trucks from a non -DBE is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE; 6. For the purposes of this paragraph G, a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. H. Bidders are encouraged to use services offered by financial institutions owned and controlled by DBEs. Q pwPWENGA CONTIUC I3IEWN:1)dmwvc Sweet lmpcmy,u,m'uh\rele St - 1 INA] _1211.118 :4w 41 1211 BRWR SECTION 3. AWARD AND EXECUTION OF CONTRACT 1 1 1 1 1 I I 1 1 1 1 3-1.01 GENERAL. The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications and these special provisions for the requirements and conditions concerning award and execution of contract. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. 3-1.OIA DBE INFORMATION. A "LOCAL AGENCY BIDDER - DBE INFORMATION" form "Local Agency Bidder — DBE = Information for construction contracts will be included in the contract documents to be executed by the successful bidder. The purpose of the form is to collect data required under 49 CFR 26. Even if no DBE participation is achieved, the successful bidder must execute and return the form. The completed "Local Agency Bidder DBE Information" form must be submitted to the DLAE at the time of contract execution. The successful bidder's "LOCAL AGENCY BIDDER - DBE INFORMATION" form should include the names, addresses and phone numbers of DBE firms that will participate, with a complete description of work or supplies to be provided by each, and the dollar value of each DBE transaction. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of that work to be performed or furnished by that DBE should be included in the DBE information, including the planned location of that work. A successful bidder certified as a DBE should describe the work it has committed to performing with its own forces as well as any other work that it has committed to be performed by DBE subcontractors, suppliers and trucking companies. The successful bidder is encouraged to provide written confirmation from each DBE that the DBE is participating in the contract. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract. If a DBE is participating as a joint venture partner, the successful bidder is encouraged to submit a copy of the joint venture agreement. The "LOCAL AGENCY'S BIDDER - DBE INFORMATION" form should be completed and returned to the Agency by the successful bidder with the executed contract and contract bonds. A "Payee Data Record" form will be included in the contract documents to be executed by the successful bidder. The purpose of the form is to facilitate the collection of taxpayer identification data. The form shall be completed and returned to the Agency by the successful bidder with the executed contract and contract bonds, For the purposes of the form, payee shall be deemed to mean the successful bidder. The form is not to be completed for subcontractors or suppliers. Failure to complete and return the "Payee Data Record" form to the Agency as provided herein will result in the retention of 31 percent of payments due the contractor and penalties of up to $20,000. This retention of payments for failure to complete the "Payee Data Record" form is in addition to any other retention of payments due the Contractor. 3-1.02 AWARD OF CONTRACT. The right is reserved to reject any and all proposals. All bids will be compared on the basis of the Engineer's Estimate of the quantities of work to be done. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. 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 Q'pW.YWENG1A CONIRACSSU1l)llelmare Sued 1plprmnmttnl➢elowxre St-FrNA1. 1217 O6x 42 92/IW11M1S 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 may be agreed upon in writing between the Department and the bidder concerned. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 2, 2004. The contract shall be executed by the successful bidder and shall be returned, together with the contract bonds, to the Agency so that it is received within 10 days, not including Saturdays, Sundays and legal holidays, after the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to the following address: 330 W. 20`1 Avenue San Mateo, CA 94403 3-1.03 SUBCONTRACTS. The Contractor is prohibited from employing any subcontractor that is ineligible under Labor Code section 1777.1. 3-1.04 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 $437,000 available for this project. The City shall have full authority and discretion to determine the decrease or increase in quantities required as well as the subprojects 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. 3-1.05 CONTRACT BONDS. Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California, The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two acceptable surety bonds; one for labor and materials and one for performance. The "Payment Bond" (Material and Labor Bond) shall be for not less than 100 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or latent developed defects. Q.tpuTWENG CDNIRAC'(s'uoolt,lew., Smcet lmlrccvemenr ebuve St- FINAI 12. Ii Otdrn'. 43 12,9B/102s 1 1 1 1 1 1 1 1 1 1 1 1 i 1 i 1 1 1 1 3-1.06 LIABILITY INSURANCE. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles. C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. (Based on the type of project, determine if additional insurance language is required.) All insurance shall: 1. Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above designated insureds. 2. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. 3. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. a. In addition to requiring that you provide an insurance certificate showing the levels and types of coverage required for your project or contract, the City of San Mateo also requires you to provide the City with a copy of the actual endorsements to the commercial general, automobile, and any excess liability insurance policies that show that the City of San Mateo, its boards, commissions, officers, agents, and employees have been named as additional insureds by the insurers, These endorsements are required because California Insurance Code 384 expressly provides that an insurance certificate is not proof of what the underlying insurance policy actually contains. If you look at an insurance certificate, you will notice that the certificate actually says the same thing. Therefore, a certificate has minimal legal value and the City cannot be reasonably certain that it is covered under the policies shown on the certificate without endorsements. An endorsement is a piece of paper that modifies the terms of the underlying policy and is issued by the insurance company itself, rather than a broker. A copy of a sample endorsement for commercial general liability is on the following page for your reference. 4. No changes in insurance may be made without the written approval of the City Attorney's office. Q h, NWLN0Ac0NTRACTSQOSOd,wne S,,ect 17: 44 1 I t 1 1 I I 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". p \pwNWENGU CONTRATT,20NAe6wuc St 11[l`lpuarcS a 45 SAMPLE ENDORSEMENT FORM FOR COMMERCIAL GENERAL LIABILITY POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED X 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_tprc1PWPNON}ONIRACTSVWMDeImmv Street Impm;amnVkhwart Sr. FINN. I'. 1705 doe 4 6 I2118/3N1 3-1.07 HOLD HARMLESS AND INDEMNITY PROVISION. The 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 provisions 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 provisions shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. 3-1.08 GUARANTEE. The Contractor warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. In the event of failure to comply with the above -mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Contractor, who agrees to pay the costs and charges therefore immediately upon demand. The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. Li `p.nPNTNON CUNTRACTSI% 47 I2/IE2OII SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES 1 1 1 1 I I 11 1 4-1.01 GENERAL. Attention is directed to the provisions in Section 8-1.03. "Beginning of Work," in Section 8-1.06, "Time of Completion," and in Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these Special Provisions. 4.1.02 COMMENCEMENT OF WORK, The Contractor shall begin work within 15 calendar days after receiving notice that the contract has been awarded by the City Manager and shall diligently prosecute the same to completion with the time limits provided in the special provisions. 4-1.03 CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE. After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction or fabrication and delivery schedule. The schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, and scheduling of equipment, and delivery of finished product. 4-1.04 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. 4-1.05 PRE -CONSTRUCTION CONFERENCE. A preconstruction conference will be held at a location selected by the City for the purposes of review and approval of said schedule and to discuss construction procedures and payment schedule. Contractor shall be represented by his superintendent of work. The City will be represented by members oftheorganization having direct control of supervision of the project. 4-1.06 TIME OF COMPLETION. The Contractor shall prosecute and work to completion before the expiration of 40 working days, beginning from the date specified in the Notice to Proceed. The City will furnish the Contractor weekly a statement of working days remaining on the contract. 4-1.07 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. 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 $1,000 per working day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. Q.ywuwtNG CON7RAcmzn,,, ,, mrw immo����q�k+.wmiv-r 0 48 iznsacox i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4-1.08 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 8-1.10 and 15 of the Standard Specifications. 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. 4-1.09 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, 1990 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. When flagmen are used the contractor will bear the entire cost of the flagmen in lieu of the provisions stated in Section 12-2.02 of the Standard Specification. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained unless otherwise approved by the City in advance. Contractor shall request and obtain approval from City before any lane closures are implemented. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. 4-1.10 PERSONNEL PROTECTIVE EQUIPMENT. The Contractor shall be responsible for providing personnel protective equipment necessary during the work near, at, or within City underground utilities. The equipment used shall comply with the standard safety requirements when handling or exposed to waste from sewer and drainage mains. Records of laboratory tests are available upon request, and the Contractor shall be responsible for review and interpretation of such records. No additional payment shall be made to the Contractor for providing additional personnel protective equipment beyond the requirements of the standard procedures. 4-2. ACCEPTANCE OF CONTRACT 4-2.01 SUBSTANTIAL COMPLETION OF WORK. The Contractor shall request an inspection to determine substantial completion. The substantial completion of work is considered as for the benefit of the City that the City's facility is ready for public use. The substantial completion of work for this project is defined to include as a minimum: the completion of all work shown on the construction drawings, including but not limited to: bridge rail mounted to barrier; the street is open for regular vehicle traffic, bicyclists, and pedestrians; and all the existing street and off-street facilities have been restored to the pre -construction or better condition. If the inspection confirms that substantial completion has been obtained, the City will issue a Notice of Substantial Completion and discontinue counting working days for the project. The City will also issue a punch -list of any minor work items that must be completed prior to Final Acceptance of the contract. 4-2.02 ACCEPTANCE OF CONTRACT. When the Engineer has made the final inspection as provided in Section 5-1.13 "Final Inspection" of the Standard Specifications, including sign -off of all QlyiniPWRNak_CON I RACT54MbVi4hwwv Meet MFilw, ntLDe]nrv.rtsi-FlW.I P2 17 MI lio, 49 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 punch -list items, and when the Contractor has submitted a set of full size blue lines of the contract plans with all the changes to reflect "As Built" conditions, the Public Works Director will formally accept the contract and file the Notice of Completion. Immediately upon and after such acceptance by the Public Works Director, the contractor will be relieved of the duty of maintaining and protecting the work as a whole, and he will not be required to perform any further work thereon, except warranty work; and the Contractor shall be relieved of his responsibility for injury to persons or property or damage to the work which occurs after the formal acceptance by the Public Works Director. 4-2.03 FINAL AND CLOSE OUT BILLING. Final payment will be withheld until completion of all punch -list items. The City will authorize the final payment upon receipt of unconditional lien releases from all subcontractors and suppliers. Q4& WI*1ov CONTkAC1YRIM1fl1OGlnvme Six( Inpe.,vanrnit@Ierve S- HNAL121'/ OS 6c 50 12118/2008 1 1 I 1 I1 1 SECTION 5. GENERAL 5-1 MISCELLANEOUS 5-1.01 ENCROACHMENT PERMIT, N/A 5-1.02 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. Attention is directed to Section 7-1.01A(2), "Prevailing Wage", of the Standard Specifications. The general prevailing wage rates as determined by the Director of Industrial Relations of the State of California or as determined by the Administrator of the Wage and Hour Division, U.S. Department of Labor, in force on the day this bid was opened, whichever is higher, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. Any contractor awarded a public works project who intends to use a craft or classification not shown on the general prevailing wage determinations will be required to pay the wage rate of that craft or classification most closely related to it as shown i.n the general determinations effective at the time the bids are opened. 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. 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. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in Appendix IV. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of "Proposal and Contract" books. Future effective general prevailing wage rates which have been predetermined and are on file with the California Depar huent of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determination. Where Federal wage determinations do not contain the State wage rate determination otherwise Q WNNGA CONF ACTS,2]F]M,lmrum srta lmry,'vw,cnMelnmuS-F] _2u 5i ILIaRWa available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question. 1 1 I 1 1 I The U.S. Department of Transportation (DOT) provides a toll -free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., eastern time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 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) work days following completion of the work week. 5-1.03 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 Deputy Director 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 Deputy Director -- said sum to be deducted from any monies due the Contractor or paid directly to him. Normal work hours for this project shall be between 7:30 a.m. and 4:30 p.m. Monday through Friday unless specifically modified in writing. 5-1.04 LABOR NONDISCRIMINATION. Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more. 5-1.05 YEAR 2000 COMPLIANCE. This contract is subject to Year 2000 Compliance for automated devices in the State of California. Year 2000 compliance for automated devices in the State of California is achieved when embedded functions have or create no logical or mathematical inconsistencies when dealing with dates prior to and beyond 1999. The year 2000 is recognized and processed as a leap year. The product shall operate accurately in the manner in which the product was intended for date operation without requiring manual intervention. The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Q,MrnNWFNGA CUNIRACT9@IX41Delaww Srtl Impmvememllklawvrc Bb FMA;_?L ' OA dm 52 I 2/I MOOS 11 1 I I I I 1 Specifications for all automated devices furnished for the project. 5-1.06 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES. When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or a hazardous substance as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe. The Contractor shall immediately cease work in the affected area and report the condition to the Engineer in writing. In conformance with Section 25914.1 of the Health and Safety Code, removal of asbestos or hazardous substances including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract. If delay of work in the area delays the current controlling operation, the delay will be considered a right of way delay and the Contractor will be compensated for the delay in conformance with the provisions in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. 5-1.07 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. 5-1.08 NOTICE OF POTENTIAL CLAIM. Section 9-1.04, "Notice of Potential Claim," of the Standard Specifications is amended to read: 9-1.04 Notice of Potential Claim. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this Section 9 1.04 shall not be a prerequisite as to matters within the scope of the protest provisions in Section 4 1.03, "Changes," or Section 8 1.06, "Time of Completion," or the notice provisions in Section 5 1.116, "Differing Site Conditions," or Section 8 1.07, "Liquidated Damages," or Section 8 1.10, "Utility and Non -Highway Facilities," 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 be submitted to the Engineer prior to the time that the Contractor performs 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, occurrence, or other cause, giving rise to the potential claim. The written notice of potential claim shall be submitted on Form CEM 6201 furnished by the Department and shall be certified with reference to the California False Claims Act, Government Code Sections 12650 - 12655. The notice shall set forth the reasons for which the Contractor believes additional compensation will or may be due and the nature of the costs involved. Unless the amount of the potential claim has been stated in the written notice, the Contractor shall, within 15 days of submitting said notice, furnish an estimate of the cost of the affected work and impacts, if any, on project completion. Said estimate of costs may be changed or updated by the Contractor when conditions have changed. When the affected work is completed, the Contractor shall submit substantiation of his actual costs. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. Q; WWEN"U CONTRACTSUR M) .ware SmdimpinvcmcnaDcvrtm St. FINAI._I]J10Agm 53 )23 macs i 1 I I I I 1 1 r I It is the intention of this Section 9 1.04 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. Should the Contractor, in connection with or subsequent to the assertion of a potential claim, request inspection and copying of documents or records in the possession of the Department that pertain to the potential claim, Contractor shall make its records of the project, as deemed by the Department to be pertinent to the potential claim, available to the Department for inspection and copying. 5-1.09 ATTORNEY FEES, Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000, shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. 5-1.10 PAYMENT 5-1.10A GENERAL. Attention is directed to Section 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these Special Provisions. 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. 5-1.10B NO (0%) RETENTION. No retention shall be held for this project. 5-1.10C PARTIAL AND FINAL PAYMENTS. Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule established at the pre -construction conference. Contractor shall use City's standard form for such requests and submit one original plus three (3) copies of each request. Note: No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. Contractor shall, at the time any payment request is submitted, certify in writing the accuracy of the payment request. Before any progress payment or final payment is made, the Contractor may be required to submit satisfactory evidence that Contractor is not delinquent in payments to employees, subcontractors, suppliers, or creditors for labor and materials incorporated into Work. Progress payment requests must be accompanied by a signed Certification of Payment to Subcontractors and Suppliers form (Appendix VII), and lien release forms from subcontractors and suppliers. A conditional lien release is required for the amount being covered under the payment request, and an unconditional lien release is required for work already paid for. See Appendix VIII - Conditional Waiver and Release Upon Progress Payment, and Appendix IX - Unconditional Waiver and Release Upon Progress Payment. Progress payments will not be processed without certification "Delmore Slim Imrmvemwnkduuae SI- SINAI. 12 1 v IItao 54 IZII&RVy 1 1 1 1 i 1 I 1 1 1 1 1 1 i 1 1 r 1 of prompt payment with no retainage. Final payment requests must be accompanied by an unconditional lien release from all subcontractors and suppliers. 5-I.1OD PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS. A prime contractor or subcontractor shall pay a subcontractor not later than 10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless a longer period is agreed to in writing. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. Federal regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 days of receipt of each payment may take place only for good cause and with the agency's prior written approval. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise, available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE prime contractors and subcontractors. 5-1.10E PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS. No retainage will be held by the City from progress payments due to the prime contractor. Prime contractors and subcontractors are prohibited from holding retainage from lower tier subcontractors. Any delay or postponement of payment maytake place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties,sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise, available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE prime contractors and subcontractors. 5-1.11 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 tile 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, 5-1.12 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. Q"pwiPWGNGA_CONTRACT9QIAe\pgewve Sum ImpmvnnmM,lawa, SGPINAI._12 I]DBAm 55 IY18&3108 1 1 I I I I r I r I 1 i I 5-1.13 MOBILIZATION. Payment for mobilization, if included as a separately stated bid item, will be as follows: A. When the monthly partial payment estimate of the amount earned, not including the amount earned for mobilization, is five percent (5%) or more of the original contract amount, fifty percent (50%) of the contract item price for mobilization or five percent (5%) of the original contract amount, whichever is the lesser, will be included in said estimate for payment. B. When the monthly partial payment estimate of the amount earned, not including the amount earned for mobilization, is ten percent (10%) or more of the original contract amount, the total amount earned for mobilization shall be seventy-five percent (75%) of the contract item price for mobilization or 7.5 percent of the original contract amount, whichever is the lesser, and said amount will be included in said estimate for payment. C. When the monthly partial payment estimate of the amount earned, not including the amount earned for mobilization, is twenty percent (20%) or more of the original contract amount, the total amount earned for mobilization shall be ninety-five percent (95%) of the contract item price for mobilization or 9.5 percent of the original contract amount, whichever is the lesser, and said amount will be included in said estimate for payment. D. When the monthly partial payment estimate of the amount earned, not including the amount earned for mobilization, is fifty percent (50%) or more of the original contract amount, the total amount earned for mobilization shall be one hundred percent (100%) of the contract item price for mobilization or ten percent (10%) of the original contract amount, whichever is the lesser, and said amount will be included in said estimate for payment. Any remainder will be paid Contractor at close of the job. The contractor price paid for mobilization shall include full compensation for furnishing all labor, materials, tools, and equipment necessary for mobilization as specified herein. The maximum allowable price bid for mobilization shall be: 10% of bid price. 5-1.14 SUBCONTRACTOR AND DBE RECORDS, The Contractor shall maintain records showing the name and business address of each first -tier subcontractor, The records shall also show the name and business address of every DBE subcontractor, DBE vendor of materials and DBE trucking company, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all of these firms. DBE prime contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. Upon completion of the contract, a summary of these records shall be prepared on "Final Report — Utilization of Disadvantaged Business Enterprises (DBE), First Tier Subcontractors" Form CEM- 2402 (F) and certified correct by the Contractor or the Contractor's authorized representative, and shall be furnished to the Engineer. The form shall be furnished to the Engineer within 90 days from the date of contract acceptance. The amount of $10,000 will be withheld from payment until a satisfactory form is submitted. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Engineer showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation to the Engineer showing the amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. If the DBE leases trucks from a non -DBE, the Q.hrvNWENGA CGNtRACTS¢1x1811 vve5 'Pm eni,llelawve Sl- i'INAI. Id.1208 56 I1/18nIXIA 1 1 I I I 1 I I I 1 I I Contactor may count only the fee or commission the DBE receives as a result of the lease arrangement. The Contractor shall also obtain and submit documentation to the Engineer showing the truck number, owner's name, California Highway Patrol CA number, and if applicable, the DBE certification number of the owner of the truck for all trucks used during that month. This documentation shall be submitted on "Monthly DBE Trucking Verification" Form CEM-2404(F). 5-1.15 DBE CERTIFICATION STATUS.. If a DBE subcontractor is decertified during the life of the project, the decertified subcontractor shall notify the Contractor in writing with the date of decertification. If a subcontractor becomes a certified DBE during the life of the project, the subcontractor shall notify the Contractor in writing with the date of certification. The Contractor shall furnish the written documentation to the Engineer. Upon completion of the contract, "Disadvantaged Business Enterprises (DBE) Certification Status Change" Form CEM-2403 (F) indicating the DBE's existing certification status shall be signed and certified correct by the Contractor. The certified form shall be furnished to the Engineer within 90 days from the date of contract acceptance. 5-1.16 PERFORMANCE OF SUBCONTRACTORS. The subcontractors listed by the Contractor in conformance with Section 2-1.054, "Required Listing of Proposed Subcontractors," of the Standard Specifications, shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. The Contractor should notify the Engineer in writing of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. 5-1,17 SUBCONTRACTING. Attention is directed to the provisions in Section 8-1.01, "Subcontracting," and these special provisions. The provisions in the third paragraph of Section 8-1.01, "Subcontracting," of the. Standard Specifications, that the Contractor shall perform with the Contractor's own organization contract work amounting to not less than 50 percent of the original contract price. Each subcontract and any lower tier subcontract that may in turn be made shall include the "Required Contract Provisions Federal -Aid Construction Contracts" in Section 14 of these special provisions. Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from progress payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract. Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor Commissioner publishes and distributes a list of contractors ineligible to perform work as a subcontractor on a public works project. This list of debarred contractors is available from the Department of Industrial Relations web site at: http://www.dir.ca.gov/DLSE/Debar.html. [pp' ' PWEN(a_CO la Si FlL_'1.J7 OS dot 57 I 1 1 I I I 1 I I I 1 I I d 5-2. CONTROL OF WORK 5-2.01 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 of $89.00 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. 5-2.02 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. 5-2.03 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 worksite 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. 5-2.04 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS, The Contractor shall repair or replace all existing improvements not designated for removal which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the various bid items and no additional compensation shall be made by City. 5-2.05 RECORD OF EXISTING TRAFFIC CONTROL AND TEMPORARY MARKERS. Prior to the removal of any of the existing traffic control delineation, the contractor shall take whatever action is necessary to ensure that said delineation can be accurately replaced at its previous location upon completion of base failure repair or overlay. The new delineation shall be replaced not less than three nor more than four days after installation of the overlay. If on those streets not designated to be resurfaced, the existing traffic control system is impacted by base failure repair, or other construction activities, the Contractor shall install temporary Davidson markers until the permanent traffic control system can be replaced by the contractor. The contractor shall provide temporary crosswalk markings until the permanent installation has been done. All costs to the Contractor for temporary markings and removing it shall be included in the various bid items and no additional compensation shall be made by City. QNxil FRACTSVAU'BRJd,wue sv:e N 58 12/18208 1 1 1 1 1 1 I 1 1 1 1 1 I 1 1 1 I 1 1 5-2.06 SUBMITTAL REQUIREMENTS. Where required by the Specifications or by the Drawings, the Contractor shall submit descriptive information that will enable determination of whether the Contractor's proposed materials, equipment, or methods of work are in general conformance to the design concept and in compliance with the Plans and Specifications. The information to be submitted shall consist of drawings, specifications, descriptive data, certificates, samples, test results, and such other information, all as specifically required in the Specifications. In some instances, specified submittal information describes some, but not all, features of the materials, equipment, or method of work. Features not requiring submittals shall be specified. Substitution of material or equipment shall also meet requirements of Section 6, "Control of Materials," of the Standard Specifications. Submittal review shall be only for general conformance with the design concept and general compliance with the information given in the Plans and Specifications. It shall not include review of quantities, dimensions, coordination with the work, or construction safety precautions, all of which are the sole responsibility of the Contractor. Review of a specific item shall not indicate acceptance of an assembly of which the item is a component. The Engineer shall not be required to review and shall not be responsible for any deviations from the Plans and Specifications not clearly noted by the Contractor, nor shall the Engineer be required to review partial submissions or those for which submissions for correlated items have not been received. The Engineer shall be provided the review time as specified elsewhere in these contract documents. The review of re -submittals are to be allotted the same review time specified for the initial submittal, Where a review time is not specified, the Engineer will be provided 30 working days for review and any subsequent re -review. The Engineer shall have sole authority for determining the conformance to the specification of each item. Q ipw' W ENN4 CONT RACTSUGO7I'➢ N1cl,w,rL St-fMAL_ 12J71W 59 1V1812008 SECTION 6. (NOT USED) QSlrw`PWIiHQ _CO NI RAC,b,HxW Delewa. a Sve rp G 60 12/10/200S SECTION 7. WATER POLLUTION i 1 1 1 1 1 1 7-1.01 WATER POLLUTION, In compliance with the "City of San Mateo Storm Water Management and Discharge Rules and Regulations" ("Discharge Rules") the Contractor shall exercise every reasonable precaution to prevent the discharge of any material which is not solely stormwater (i.e., rain) to the storm drain system which includes, but is not limited to, catch basins, drainage channels, and creeks, Non -allowable discharges include, but are not limited to, eroded soil from stockpiles or disturbed earth on -site, concrete and concrete washout water, sawcut slurry, fuel, oil, and other vehicle fluids, solid wastes, and construction chemicals. Stormwater pollution control work is intended to provide prevention, control, and abatement of such storm water pollution, and shall consist of constructing those facilities which may be contained in the Contractor's stormwater pollution control program, shown on the plans, specified herein, or directed by the Engineer. At the pre -construction conference the Contractor shall submit, for acceptance by the Engineer, a program to control stormwater pollution effectively during construction of the project. Such program shall show the schedule for the erosion control work included in the contract, if applicable, and for all stormwater pollution control measures which the Contractor proposes to take in connection with construction of the project. The Contractor shall include the following minimum actions as identified by the San Francisco Bay Regional Water Quality Control Board Staff Recommendations (when applicable to project): 1. Stabilize site access points to avoid tracking materials off -site; 2. Stabilize denuded areas prior to the wet season (Oct. 15 through Apr. 15); 3. Protect adjacent properties; 4. Stabilize temporary conveyance channels and outlets; 5. Use sediment controls and filtration to remove sediment from water generated by dewatering; 6. Use proper materials and waste storage, handling, and disposal practices; 7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices; 8. Control and prevent discharge of all potential construction -related pollutants; 9. Prepare a contingency plan in the event of unexpected rain or a control measure failure; 10. Protect all catch basins within the entire construction limits; 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. Q',NSMENOU_cONTRACTSIHL , , re SNcu1 cnwc FL -FINN._ 17 61 I2/IN/IL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. Payment The cost of creating and implementing an acceptable storm water pollution control program will be paid for at a lump sum price. The contract lump sum price paid for storm water pollution control program shall include full compensation for furnishing all labor, material, tools, equipment, and incidentals as specified in the Standard Specifications and these special provisions. Q''cwW WfiNgA,CON1Rq['iSWxVNlulmrax xa fl 62 I NIBfdNltl 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 8. MATERIALS 8-1 BUY AMERICA REQUIREMENTS. Attention is directed to the "Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041 (a) and 1048 (a), and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the work on this project shall occur in the United States; with the exception that pig iron and processed, alletized and reduced iron ore manufactured outside of the United States may be used in the domestic manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating, galvanizing, painting and any other coating that protects or enhances the value of such steel or iron materials shall be considered a manufacturing process subject to the "Buy America" requirements. A certificate of compliance, conforming to the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, in addition to certifying that the materials comply with the specifications, shall also specifically certify that all manufacturing processes for the materials occurred in the United States, except for the exceptions allowed herein. The requirements imposed by said law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of such materials used does not exceed one -tenth of one percent (0.1%) of the total contract cost or $2,500.00, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel and iron prior to incorporation such materials into the work. 8-2 STATE FURNISHED MATERIALS. - NONE 8-3 RECYCLING REQUIREMENTS. The City of San Mateo will require the selected contractor for this contract to recycle 100% by weight of all asphalt 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. 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 and the 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 pwrecvcle cacilyofsanurateo. 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. Q4iMPWENOb CONtRAC SUWODelaw& glrcet lmpmvmnm6➢e.w,t Si PINAL 217 ORdtc 63 1 1 i 1 1 1 1 11 1 1 1 SECTION 9. DESCRIPTION OF WORK The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. The work to be performed under this contract shall include, but not be limited to, the following: "Construct roadway improvements on Delaware Street from Bermuda Drive to 25th Avenue. Items of work shown south of 25th Avenue are for reference only and are not a part of this contract. Widen roadway on the west side of Delaware Street from Bermuda Drive to Pacific Boulevard which includes removal of existing sidewalk, installation of new sidewalk, curb and gutter, curb tapers, curb walls, wheelchair ramps, driveway conforms, walkway conforms, relocation of existing street lights and relocation of existing utility boxes. Sawcut existing gutter on the west side of Delaware from Pacific Boulevard to 25th Avenue and on the east side of Delaware from Saratoga Drive to south of 25'h Avenue. Install new sidewalk on the west side of Delaware north of25'h Avenue which includes tree root barriers for the existing trees. Install new drainage inlet and connect to existing system. Work also includes roadway excavation of deteriorated pavement, cold plane and overlay to provide positive drainage conditions, removal of existing bollards, installation of new bollards and adjustment of utility valve boxes and manhole to grade." Q \puTWItN(MS014 ritAC1 SVOISUclawarc Stott lmpmveman0slowaeSI. FINN. 121708 Jae 64 12/1820'18 SECTION 10. CONSTRUCTION DETAILS 10-1.01 ORDER OF WORK Order of work shall conform to the provisions in Section 5-1.05, "Order of Work," of the Standard Specifications and these special provisions. 1 t 11 1 1 I 1 1 The first order of work shall be to obtain all permits necessary for the prosecution of the work. The Contractor shall be responsible for applying for and obtaining all permits, including payment of all fee(s). Attention is directed to "Maintaining Traffic," of these special provisions and to and to the stage construction sheets of the plans. The Contractor shall notify occupants of all affected properties of the project in writing (with a copy to the Engineer) 20 days in advance of construction on said properties. The work shall be performed in conformance with the stages of construction shown on the plans. The Contractor shall provide written notice 5 days in advance of construction of the stage to all property occupants prior to start of work in that stage. Notice shall include the beginning date and estimated completion date of the subject construction stage. Non -conflicting work in subsequent stages may proceed concurrently with work in preceding stages, provided satisfactory progress is maintained in the preceding stages of construction, and the Contractor has written approval from the Engineer prior to commencement of said work. Access to private property and side streets must be maintained during construction. Vehicular access shall be maintained to driveways with compacted base rock or as approved by the Engineer. Pedestrian access shall be maintained to side streets within the work areas as described in "Maintaining Traffic" of these special provisions. When excavations and pavement repair are located within driveways requiring closure, the Contractor shall deliver 48 hour advance written notice to the occupants with a copy to the Engineer. Payment Full compensation for conforming to the above requirements for order of work, including obtaining approval and paying for fees associated with all permits as specified in the Standard Specifications and these special provisions will not be paid for as a separate item and full compensation will therefore be considered as included in the various contract items of work involved. 10-1.02 NON -STORM WATER DISCHARGES Non -storm water discharges shall conform to the requirements in Section 7-1.01 G, "Water Pollution" of the Standard Specifications, Section 7, "Water Pollution," of these special provisions and these special provisions. Conformance with the requirements of this section shall in no way relieve the Contractor from the Contractor's responsibilities, as provided in Section 7-1.11, "Preservation of Property," and Section 7-1.12, "Responsibility for Damage," of the Standard Specifications. (PlwaittN0A,C0 41' FINAL 12 It 08 65 12f1821MI8 SPILL CONTINGENCY The Contractor shall prepare and submit to the Engineer a contingency plan for the management of spills or leaks of any materials or wastes that may impact the water quality of the 19th Avenue Drainage Channel. The spill contingency plan shall be incorporated within the storm water pollution prevention plan, as specified in "Water Pollution" of these special provisions. The contingency plan shall include instructions and procedures for reporting spills, and a list of spill containment and collection materials and equipment to be maintained onsite. The contingency plan shall be reviewed and updated at least every 90 calendar days. 1 1 I I 1 LIQUIDS, RESIDUES AND DEBRIS The control and disposal of liquids, residues, and debris associated with the work shall be described within the program, as specified in "Water Pollution" of these special provisions. The program shall, at a minimum, depict and describe the procedural and structural methods of detaining, collecting, and disposing of all slurries, liquids, residues, and debris associated with the operations. Sufficient redundancy shall be incorporated into the procedural and structural methods such that the liquids, residues, and debris are not conveyed into or become present in drainage systems, San Francisco Bay, or other water bodies. Payment Full compensation for conforming to the above requirements for non -storm water discharges shall be considered as included in the contract prices paid for the various contract items of work, and no additional compensation will be allowed therefore. 10-1 M3 PRESERVATION OF PROPERTY Attention is directed to Section 7-1.11, "Preservation of Property," of the Standard Specifications and these special provisions. 10-1.04 PROGRESS SCHEDULE Progress schedules are required for this contract and shall be submitted in conformance with the provisions in Section 8-1.04, "Progress Schedule," of the Standard Specifications and these special provisions, unless otherwise authorized in writing by the Engineer. The second paragraph of Section 8-1.04, "Progress Schedule," of the Standard Specifications shall not apply. Payment Progress schedule will be paid for at a lump sum price. The contract lump sum price paid for progress schedule shall include full compensation for furnishing all labor, material, tools, equipment, and incidentals as specified in the Standard Specifications and these special provisions. 10-1.05 TRENCH EXCAVATION AND WORKER PROTECTION Trench excavation and worker protection shall comply with the provisions in Section 5-1.02a, "Trench Excavation Safety Plans," of the Standard Specifications. q'rvAP cN CON[RACI levya,. v,m n IN 66 1204/2008 1 I 1 1 1 1 1 Payment Full compensation for furnishing, placing, and maintaining all supports and shoring that may be required for excavation shall be considered as included in the various contract items of work requiring worker protection and no additional compensation will be allowed therefore. 10-1.05 UTILITIES AT&T maintains a pedestal at the northwest corner of Delaware Street and Pacific Boulevard. The pedestal will be relocated to the new back of sidewalk to accommodate the street widening, as shown on the plans. The Contractor shall coordinate his operations to accommodate the relocation of this pedestal by AT&T. The Contractor shall provide a minimum of ten (10) working days for AT&T to complete their work. AT&T maintains a telephone vault at the northwest corner ofDelaware Street and Pacific Boulevard. The telephone vault will remain in its current location but will be adjusted to match the finish grade of the new sidewalk, as shown on the plans. The Contractor shall coordinate his operations to accommodate the relocation of this telephone vault by AT&T. The Contractor shall provide a minimum of ten (10) working days for AT&T to complete their work. PG&E maintains utility boxes on the west side of Delaware Street between Bermuda Drive and Pacific Boulevard. The boxes will be relocated/ adjusted to conform to the new sidewalk finish grade, as shown on the plans. The Contractor shall coordinate his operations to accommodate the relocation/ adjustment of these utility boxes by PG&E. The Contractor shall provide a minimum of ten (10) working days for PG&E to complete their work. Nextlink maintains a communication box at the northwest corner of Delaware Street and Bermuda Drive fronting the police station, The communication box will be relocated within the new sidewalk to accommodate the street widening, as shown on the plans. The Contractor shall coordinate his operations to accommodate the relocation of this communication box by Nextlink. The Nextlink box shall be adjusted to match the finish grade. The Contractor shall provide a minimum of ten (10) working days for Nextlink to complete their work. The Contractor shalt make necessary arrangements with the utility companies, through the Engineer, and shall submit a schedule of work, verified by a representative of each utility company, to the Engineer. The schedule of work shall provide for not less than the number of working days specified above for each utility company to complete their work at each location, as defined in Section 8-1.06, "Time of Completion," of the Standard Specifications. In the event that the utility facilities mentioned above are not removed or relocated by the times specified and if, in the opinion of the Engineer, the Contractor's operations are delayed or interfered with by reason of the utility facilities not being removed, protected or relocated by said times, the City will compensate the Contractor for such delays to the extent provided in Section 8-1.09, "Right of Way Delays," of the Standard Specifications, and not otherwise, except as provided in Section 8- 1.10, "Utility and Non -Highway Facilities," of the Standard Specifications. Payment Full compensation for conforming to the requirements of this section, not otherwise provided for, shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefore. 0 p'.P WEN(0.A_CINIRACiSINI"NVlcln ne 67 12/1812(08 10-1.06 DUST CONTROL Dust control shall conform to the provisions in Section 10, "Dust Control," of the Standard Specifications and these special provisions. e 1 1 1 1 1 1 Dust control measures shall be taken 7 days per week regardless of the Contractor's work schedule. During the progress of the work, the Contractor shall keep the entire job site in a clean and orderly condition. Spillage resulting from hauling operations along or across streets, roads, paths or other existing improvements, shall be removed immediately by the Contractor. All gutters and roadside ditches shall be kept clean and free from obstruction. Any deviations from this practice must have written approval from the Engineer. The Contractor shall govern his operations and construction methods at all times so as to prevent any dust problems within the area of work, along haul routes or along adjacent properties and shall provide the water wagons, water, labor, or any material or equipment required to provide adequate control of dust to the complete satisfaction of the Engineer. Dust problem is defined as any visible airborne particles within the project site and project haul routes that are a result of the Contractor's activities. When airborne particles are visible and the Engineer orders a dust control application, such work shall be performed within the same day. If Contractor fails to correct the dust problem when so ordered, the City will initiate cleanup by its own forces or anoutside contractor. All costs for said cleanup will be borne by the Contractor and deducted from any monies due him. Street sweepers with dust control systems will be allowed as an alternative for dust control on paved approaches to the project. Power brooms or other similar devices without dust control systems will not be allowed. Any damage resulting from dust shall be the complete and sole responsibility of the Contractor. Before final acceptance of the work, the Contractor shall carefully clean up the work area and premises, remove all surplus construction materials and rubbish of all kinds from the grounds which he has occupied and leave them in a neat condition. Payment Full compensation for conforming to the above requirements for dust control shall be considered as included in the contract prices paid for the various contract items of work, and no additional compensation will be allowed therefore. 10-1.07 MOBILIZATION Mobilization shall conform to the provisions in Section 11, "Mobilization," of the Standard Specifications. Contractor shall remove, store, and later replace and/or reconstruct existing facilities as may be necessary in order to access the site with equipment and materials necessary for his construction operations. The Contractor shall restore the access points used by its operations to their original condition when no longer required for the work. Limit of removal of existing facilities shall be approved by the Engineer prior to beginning of such work. pp“W W6NfM C"NTRACYS\2MW,Delawaro.Smy Imp ov.manINe el 68 ISIUI2OO Payment The contract lump sum price paid for mobilization shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in mobilization, including restoration of the access points. Mobilization payments will be made in accordance with Section 5-1.10, "Mobilization," of these Special Provisions. 11 1 1 1 1 1 10-1.08 PREQUALIFIED AND I ESTED SIGNING AND DELINEATION MATERIALS The Department maintains the following list of Prequalified and Tested Signing and Delineation Materials. The Engineer shall not be precluded from sampling and testing products on the list of Prequalified and Tested Signing and Delineation Materials. The manufacturer of products on the list of Prequalified and Tested Signing and Delineation Materials shall furnish the Engineer a Certificate of Compliance in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications for each type of traffic product supplied. For those categories of materials included on the list of Prequalified and Tested Signing and Delineation Materials, only those products shown within the listing may be used in the work. Other categories of products, not included on the list of Prequalified and Tested Signing and Delineation Materials, may be used in the work provided they conform to the requirements of the Standard Specifications. Materials and products may be added to the list of Prequalified and Tested Signing and Delineation Materials if the manufacturer submits a New Product Information Form to the New Product Coordinator at the Transportation Laboratory. Upon a Departmental request for samples, sufficient samples shall be submitted to permit performance of required tests. Approval of materials or products will depend upon compliance with the specifications and tests the Department may elect to perform. PAVEMENT MARKERS, PERMANENT TYPE Retroreflective With Abrasion Resistant Surface (ARS) 1. Apex, Model 921AR (4" x 4") 2. Ennis Paint, Models C88 (4" x 4"), 911 (4" x 4") and 953 (2.75" x 4.5") 3. Ray-O-Lite, Model "AA" ARS (4" x 4") 4. 3M Series 290 (3.5" x 4") 5. 3M Series 290 PSA, with pressure sensitive adhesive pad (3.5" x 4") Retroreflective With Abrasion Resistant Surface (ARS) (for recessed applications only) 1. Ennis Paint, Model 948 (2.3" x 4.7") 2. Ennis Paint, Model 9445E (2" x 4")* 3. Ray-O-Lite, Model 2002 (2" x 4.6") 4. Ray-O-Lite, Model 2004 ARS (2" x 4")* *For use only in 4.5 inch wide (older) recessed slots Non -Reflective, 4 -inch Round 1. Apex Universal (Ceramic) 2. Apex Universal, Models 929 (ABS) and 929PP (Polypropylene) 3. Glowlite, Inc. (Ceramic) 4. Hi -Way Safety, Inc., Models P20 -2000W and 2001Y (ABS) 5. Interstate Sales, "Diamond Back" (Polypropylene) Q q,w1r CCWlRACTS1101 van,,, Pr Si-PINAI. 12 208 69 12/18/21/04 1 I I I 1 1 1 1 6: Novabrite Models Cdot (White) Cdot-y (Yellow), Ceramic 7. Novabrite Models Pdot-w (White) Pdot-y (Yellow), Polypropylene 8. Three D Traffic Works TD10000 (ABS), TD10500 (Polypropylene) PAVEMENT MARKERS, TEMPORARY TYPE Temporary Markers For Long Term Day/Night Use (180 days or less) 1, Vega Molded Products "Temporary Road Marker" (3" x 4") Temporary Markers For Short Term Day/Night Use (14 days or less) (For seal coat or chip seal applications, clear protective covers are required) 1. Apex Universal, Model 932 2. Filtrona Extrusion, Models T.O.M., T.R.P.M., and "HH" (High Heat) 3. Hi -Way Safety, Inc., Model 1280/1281 4. Glowlite, Inc., Model 932 STRIPING AND PAVEMENT MARKING MATERIAL Permanent Traffic Striping and Pavement Marking Tape 1. Advanced Traffic Marking, Series 300 and 400 2. Brite-Line, Series 1000 3. Brite-Line, "DeltaLine XRP" 4. Swarco Industries, "Director 35" (For transverse application only) 5. Swarco Industries, "Director 60" 6. 3M, "Stamark" Series 380 and 5730 7. 3M, "Stamark" Series 420 (For transverse application only) Temporary (Removable) Striping and Pavement Marking Tape (180 days or less) 1. Advanced Traffic Marking, Series 200 2. Brite-Line, Series 100 3. Garlock Rubber Technologies, Series 2000 4. P.B. Laminations, Aztec, Grade 102 5. Swarco Industries, "Director -2" 6. Trelleborg Industries, R140 Series 7. 3M Series 620 "CR", and Series A750 8. 3M Series A145, Removable Black Line Mask (Black Tape: for use only on Asphalt Concrete Surfaces) 9. Advanced Traffic Marking Black "Hide -A -Line" (Black Tape: for use only on Asphalt Concrete Surfaces) 10. Brite-Line "BTR" Black Removable Tape (Black Tape: for use only on Asphalt Concrete Surfaces) 11. Trelleborg Industries, RB-140 (Black Tape: for use only on Asphalt Concrete Surfaces) Preformed Thermoplastic (heated in place) 1. Flint Trading Inc., "Hot Tape" 2. Flint Trading Inc., "Premark Plus" 3. Ennis Paint Inc., "Flametape" Ceramic Surfacing Laminate, 6" x 6" 1. Highway Ceramics, Inc. 0 ApwVWNNCM CUNIRACYSIIIYJBOelawwe Sc,.,' Mrymeme,Md,wera 11. FINAL:12.17 ilo% 70 12118,➢08 I I I I I I 1 i 1 r 1 CLASS 1 DELINEATORS One Piece Driveable Flexible Type, 66 -inch 1. Filtrona Extrusion, "Flexi-Guide Models 400 and 566" 2. Carsonite, Curve -Flex CFRM-400 3. Carsonite, Roadmarker CRM-375 4. FlexStake, Model 654 TM 5. GreenLine Model CGD1-66 Special Use Type, 66 -inch 1. Filtrona Extrusion, Model FG 560 (with 18 -inch U -Channel base) 2. Carsonite, "Survivor" (with 18 -inch U -Channel base) 3. Carsonite, Roadmarker CRM-375 (with 18 -inch U -Channel base) 4. FlexStake, Model 604 5. 'GreenLine Model CGD (with 18 -inch U -Channel base) 6. Impact Recovery Model D36, with #105 Driveable Base 7. Safe -Hit with 8 -inch pavement anchor (SH248-GP1) 8. Safe -Hit with 15 -inch soil anchor (SH248-GP2) and with 18 -inch soil anchor (SH248-GP3) Surface Mount Type, 48 -inch 1. Bent Manufacturing Company, Masterflex Model MF-180EX-48 2. Carsonite, "Channelizer" 3. FlexStake, Models 704, 754 TM, and EB4 4. Impact Recovery Model D48, with #101 Fixed (Surface -Mount) Base 5. Three D Traffic Works "Channelflex" ID No. 522248W CHANNELIZERS Surface Mount Type, 36 -inch I. Bent Manufacturing Company, Masterflex Models MF-360-36 (Round) and MF-180-36 (Flat) 2. Filtrona Extrusion, Flexi-Guide Models FG300PE, FG300UR, and FG300EFX 3. Carsonite, "Super Duck" (Round SDR-336) 4. Carsonite, Model SDCF03601MB "Channelizer" 5. FlexStake, Models 703, 753 TM. and EB3 6. GreenLine, Model SMD-36 7. Hi -way Safety, Inc. "Channel Guide Channelizer" Model CGC36 8. Impact Recovery Model D36, with #101 Fixed (Surface -Mount) Base 9. Safe -Hit, Guide Post, Model SH236SMA 10, Three D Traffic Works "Boomerang" ID No. 522053W Lane Separation System 1. Filtrona Extrusion, "Flexi-Guide (FG) 300 Curb System" 2. Qwick Kurb, "Klemmfix Guide System" 3. Dura-Curb System CONICAL DELINEATORS, 42 -inch (For 28 -inch Traffic Cones, see Standard Specifications) 1. Bent Manufacturing Company "T -Top" 2. Plastic Safety Systems "Navigator -42" 3. TrafFix Devices "Grabber" 4. Three D Traffic Works "Ringtop" TD7000, ID No. 742143 5. Three D Traffic Works, TD7500 Q NC CONrRACIS11W)BNeiawart Strtit lmVrvv.,,,tOela,an' AL_I 2 r 08 dm 71 I2/J,v2 M I 1 I I1 I I 1 i I 1 OBJECT MARKERS Type "K", 18 -inch 1. Filtrona Extrusion, Model FG318PE 2. Carsonite, Model SMD 615 3. FlexStake, Model 701 KM 4. Safe -Hit, Model SH718SMA Type "K-4" / "Q" Object Markers, 24 -inch 1. Bent Manufacturing "Masterflex" Model MF-360-24 2. Filtrona Extrusion, Model FG324PE 3. Carsonite, "Channelizer" 4. FlexStake, Model 701KM 5. Safe -Hit, Models SH824SMA_WA and SH824GP3_WA 6. Three D Traffic Works ID No. 531702W and TD 5200 7. Three D Traffic Works ID No. 520896W CONCRETE BARRIER MARKERS AND TEMPORARY RAILING (TYPE K) REFLECTORS Impactable Type 1. ARTUK, "FB" 2. Filtrona Extrusion, Models PCBM-12 and PCBM-T12 3. Duraflex Corp., "Flexx 2020" and "Electriflexx" 4. Hi -Way Safety, Inc., Model GMKRM100 5. Plastic Safety Systems "BAM" Models OM-BARR and OM-BWAR 6. Three D Traffic Works "Roadguide" Model TD 9304 Non-Impactable Type 1. ARTUK, JD Series 2. Plastic Safety Systems "BAM" Models OM-BITARW and OM-BITARA 3. Vega Molded Products, Models GBM and JD 4. Plastic Vacuum Forming, "Cap -It C400" METAL BEAM GUARD RAIL POST MARKERS (For use to the left of traffic) 1. Filtrona Extrusion, "Mini" (3" x 10") 2. Creative Building Products, "Duna -Bull, Model 11201" 3. Duraflex Corp., "Railrider" 4. Plastic Vacuum Forming, "Cap -It C300" CONCRETE BARRIER DELINEATORS, 16 -inch (For use to the right of traffic) 1. Filtrona Extrusion, Model PCBM T-16 2. Safe -Hit, Model SH216RBM CONCRETE BARRIER -MOUNTED MINI -DRUM (10" x 14" x 22") 1. Stinson Equipment Company "SaddleMarker" 4 \Ta.AP.VENCO,..CON rIlAel S \II/080013valve SVeot ImproememlDelnam St FINN _12 72 12/1/1/700,1 GUARD RAILING DELINEATOR (Place top of reflective element at 48 inches above plane of roadway) I I t I I I I I I I t Wood Post Type, 27 -inch 1. Filtrona Extrusion, FG 427 and FG 527 2. Carsonite, Model 427 3. FlexStake, Model 102 GR 4. GreenLine GRD 27 5. Safe -Hit, Model SH227GRD 6. Three D Traffic Works "Guardflex" TD9100 7. New Directions Mfg, NDM27 Steel Post Type 1. Carsonite, Model CFGR-327 RETROREFLECTIVE SHEETING Channelizers, Barrier Markers, and Delineators 1. Avery Dennison T-6500 Series (For rigid substrate devices only) 2. Avery Dennison WR-7100 Series 3. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 4. Reflexite, PC -1000 Metalized Polycarbonate 5. Reflexite, AC -1000 Acrylic 6. Reflexite, AP -1000 Metalized Polyester 7. Reflexite, Conformalight, AR -1000 Abrasion Resistant Coating 8. 3M, High Intensity Traffic Cones, 4 -inch and 6 -inch Sleeves 1. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 2. Reflexite, Vinyl, "TR" (Semi -transparent) or "Conformalight" 3. 3M Series 3840 4. Avery Dennison S -9000C Drums 1. Avery Dennison WR-6100 2. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 3. Reflexite, "Conformalight", "Super High Intensity" or "High Impact Drum Sheeting" 4. 3M Series 3810 Barricades: Type I, Medium -Intensity (Typically Enclosed Lens, Glass -Bead Element) 1. Nippon Carbide Industries, CN8117 2. Avery Dennison, W 1100 series 3. 3M Series CW 44 Barricades: Type II. Medium-High-lntensity (Typically Enclosed Lens, Glass -Bead Element) 1. Avery Dennison, W-2100 Series Signs: Type II, Medium -High -Intensity (Typically Enclosed Lens, Glass -Bead Element) 1. Avery Dennison, T-2500 Series 2. Nippon Carbide Industries, Nikkalite 18000 Q',,wNWENO'.A CONSRACPS2W&UMlawue Street LnprwrnemN bw.,, 9 - VINA1 I2J94184 73 12/I8,21pS 1 U I 1 I i 1 I I I 1 I 1 I 1 Signs: Type III, High -Intensity (Typically Encapsulated Glass -Bead Element) I. Avery Dennison, T -5500A and T-6500 Series 2. Nippon Carbide Industries, Nikkalite Brand Ultralite Grade II 3. 3M 3870 and 3930 Series Signs: Type IV, High -Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-6500 Series 2. Nippon Carbide Industries, Crystal Grade, 94000 Series 3. Nippon Carbide Industries, Model No. 94847 Fluorescent Orange 4. 3M Series 3930 and Series 3924S Signs: Type VI, Elastomeric (Roll -Up) High -Intensity, without Adhesive I. Avery Dennison, WU-6014 2. Novabrite LLC, "Econobrite" 3. Reflexite "Vinyl" 4. Reflexite "SuperBright" 5. Reflexite "Marathon" 6. 3M Series RS20 Signs: Type VII, Super -High -Intensity (Typically Unmetallized Microprismatic Element) 1. 3M Series 3924S, Fluorescent Orange 2. 3M LDP Series 3970 Signs: Type VIII, Super -High -Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-7500 Series 2. Avery Dennison, T-7511 Fluorescent Yellow 3. Avery Dennison, T-7513 Fluorescent Yellow Green 4. Avery Dennison, W-7514 Fluorescent Orange 5. Nippon Carbide Industries, Nikkalite Crystal Grade Series 92800 6. Nippon Carbide Industries, Nikkalite Crystal Grade Model 92847 Fluorescent Orange Signs: Type IX, Very -High -Intensity (Typically Unmetallized Microprismatic Element) I. 3M VIP Series 3981 Diamond Grade Fluorescent Yellow 2. 3M VIP Series 3983 Diamond Grade Fluorescent Yellow/Green 3. 3M VIP Series 3990 Diamond Grade 4. Avery Dennison T-9500 Series 5. Avery Dennison, T9513, Fluorescent Yellow Green 6. Avery Dennison, W9514, Fluorescent Orange SPECIALTY SIGNS 1. Reflexite "Endurance" Work Zone Sign (with Semi -Rigid Plastic Substrate) ALTERNATIVE SIGN SUBSTRATES Fiberglass Reinforced Plastic (FRP) and Expanded Foam PVC 1. Fiber-Brite (FRP) 2. Sequentia, "Polyplate" (FRP) 3. Inteplast Group "InteCel" (0.5 inch for Post -Mounted CZ Signs. 48 -inch or less)(PVC) Aluminum Composite, Temporary Construction Signs Only 1. Alcan Composites "Dibond Material, 80 mils" 2. Mitsubishi Chemical America, Alpolic 350 Q rwNWF.NGV._COWTRACr aomw.n slrtd Impmeemme2) I. AL_12.1 74 1 1 1 1 1 1 1 1 i 1 10-1.10 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES Flagging, signs, and all other traffic control devices furnished, installed, maintained, and removed when no longer required shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Category 1 traffic control devices are defined as those devices that are small and lightweight (less than 45 kg), and have been in common use for many years. The devices shall be known to be crashworthy by crash testing, crash testing of similar devices, or years of demonstrable safe performance. Category 1 traffic control devices include traffic cones, plastic drums, portable delineators, and channelizers. If requested by the Engineer, the Contractor shall provide written self -certification for crashworthiness of Category 1 traffic control devices. Self -certification shall be provided by the manufacturer or Contractor and shall include the following: date, Federal Aid number (if applicable), expenditure authorization, district, county, route and kilometer post of project limits; company name of certifying vendor, street address, city, state and zip code; printed name, signature and title of certifying person; and an indication of which Category 1 traffic control devices will be used on the project. The Contractor may obtain a standard form for self -certification from the Engineer. Category 2 traffic control devices are defined as those items that are small and lightweight (less than 45 kg), that are not expected to produce significant vehicular velocity change, but may otherwise be potentially hazardous. Category 2 traffic control devices include: barricades and portable sign supports. Category 2 devices purchased on or after October 1, 2000 shall be on the Federal Highway Administration (FHWA) Acceptable Crashworthy Category 2 Hardware for Work Zones list. This list is maintained by FHWA and can be located at the following internet address: http://safety. fhwa.dot.gov/fourthlevel/hardware/listing.cfm?code=workzone. The Department maintains a secondary list at the following internet address: http://www.dot.ca.gov/hq/traffops/signtechls igndel/pdffi les. htm. Category 2 devices that have not received FHWA acceptance, and were purchased before October 1, 2000, may continue to be used until they complete their useful service life or until January 1, 2003, whichever comes first. Category 2 devices in use that have received FHWA acceptance shall be labeled with the FHWA acceptance letter number and the name of the manufacturer by the start of the project. The label shall be readable. After January 1, 2003, all Category 2 devices without a label shall not be used on the project. If requested by the Engineer, the Contractor shall provide a written list of Category 2 devices to be used on the project at least 5 days prior to beginning any work using the devices. For each type of device, the list shall indicate the FHWA acceptance letter number and the name of the manufacturer. Full compensation for providing self -certification for crashworthiness of Category 1 traffic control devices and for providing a list of Category 2 devices used on the project and labeling Category 2 devices as specified shall be considered as included in the prices paid for the various contract items of work requiring the use of the Category 1 or Category 2 traffic control devices and no additional compensation will be allowed therefore. 1y1MWFNCACONTNACI9INM➢S, a street ImpmrcmeniDthwue SL . TINM rz I 75 I'JIA20(IB Flagging shall conform to the requirements of Section 12-2, "Flagging," of the Standard Specifications except that the cost of furnishing all flaggers, including all necessary equipment, shall be borne entirely by the Contractor. I i 1 1 1 I 1 I Payment Full compensation for conforming to the above requirements for traffic control devices shall be considered as included in the contract prices paid for the various contract items of work, and no additional compensation will be allowed therefore. 10-1.10 CONSTRUCTION AREA SIGNS Construction area signs shall be furnished, installed, maintained, and removed when no longer required, by the Contractor, in accordance with the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Construction area signs shall be placed as necessary to warn motorists and pedestrians of construction activity adjacent to traveled areas, when construction equipment and concrete trucks are entering/exiting off local streets, and as otherwise directed by the Engineer for safety of and/or advance warning for the general public. The Contractor shall notify the appropriate regional notification center for operators of subsurface installations at least 2 working days, but not more than 14 calendar days, prior to commencing any excavation for construction area sign posts. The regional notification centers include, but are not limited to, the following: Notification Center Underground Service Alert - Northern California (USA) Telephone 1{800) 642-2444 All excavations required to install construction area signs shall be performed by hand methods without the use of power equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed post holes. Sign locations shall be as directed by the Engineer. The Contractor shall receive no additional compensation for the relocation of signs deemed necessary by the Engineer, should he proceed to place signs in advance of having sign locations approved by the Engineer. Pedestrian access shall be provided through construction areas within the right of way by redirecting pedestrians to the other side of the Delaware Street and as specified herein. At least one walkway shall be available at all times. If the Contractor's operations require the closure of one walkway, then another walkway shall be provided nearby, off the traveled roadway. Walkways shall be kept clear of obstructions. QpmrvrvNcw_CO mptmamnMtla St-i1NA1._121i 08.& 76 12/18/2lpN 1 1 t 1 1 1 Payment Construction area signs shall be paid for by the lump sum. The lump sum price paid for Construction Area Signs shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing construction area signs, including erecting or placing, maintaining (including covering and uncovering as needed), and removing when no longer needed for construction as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.11 MAINTAINING TRAFFIC Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. The first paragraph. of Section 12-2.02, "Flagging Costs," shall not apply. Nothing in these special provisions shall be construed as relieving the Contractor from the responsibilities specified in Section 7-1.09. The minimum size specified for Type II flashing arrow signs in the table following the second paragraph of Section 12-3.03, "Flashing Arrow Signs," of the Standard Specifications is amended to read "36 inches by 72 inches". In the Standard Plans, Note 10 on Standard Plan T10, Note 9 on Standard Plan TI OA, Note 5 on Standard plan T11, Note 6 on Standard Plan T12, Note 5 on standard Plan T13, and Note 4 on Standard Plan T14 are revised to read: All traffic cones used for night lane closures shall have reflective cone sleeves as specified in the specifications. The second and third paragraphs of Section 12-3.10, "Traffic Cones," of the Standard Specifications are amended to read: During the hours of darkness traffic cones shall be affixed with reflective cone sleeves. The reflective sheeting of sleeves on the traffic cones shall be visible at 1,000 feet at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective cone sleeves shall conform to the following: 1. Removable flexible reflective cone sleeves shall be fabricated from the reflective sheeting specified in the special provisions, have a minimum height of 13 inches and shall be placed a maximum of 3 inches from the top of the cone. The sleeves shall not be in place during daylight hours. 2. Permanently affixed semitransparent reflective cone sleeves shall be fabricated from the semitransparent reflective sheeting specified in the special provisions, have a minimum height of 13 inches, and shall be placed a maximum of 3 inches from the top of the cone. Traffic cones with semitransparent reflective cone sleeves may be used during daylight hours. QApwAPWPNGV CONRACTSUDOK,], .cSvenImp'�'rctiAO¢hwmeV �FINAILIA480 77 12/18/2048 3. Permanently affixed double band reflective cone sleeves shall have 2 white reflective bands. The top band shall be 6 inches in height, placed a maximum of 4 inches from the top of the cone. The lower band shall be 4 inches in height, placed 2 inches below the bottom of the top band. Traffic cones with double band reflective cone sleeves may be used during daylight hours. The type of reflective cone sleeve used shall be at the option of the Contractor. Only one type of reflective cone sleeve shall be used on the project. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners. Convenient access to cross streets, driveways, and buildings along the line of work shall be maintained. Existing roadway surfaces within the project limits shall remain, except as required for subsurface work, until removal is necessary for construction of the roadway structural section. In this regard, general roadway excavation shall not commence until authorized by the Engineer. The Contractor shall, at a minimum, maintain one continuous 12 -foot wide, paved, traffic lane in each direction and one 5 -foot wide, paved, elevated, pedestrian travel way continuous on one side of the street, through the construction zone at all times. Between the hours of 7:00 a.m. — 9:30 a.m. and 3:30 — 6:30 p.m. the Contractor shall maintain 2 traffic lanes in each direction. Contractor shall maintain access to existing businesses at all times. Access to all driveways shall be maintained, including but not limited to providing steel plates and scheduling weekend work upon approval by the engineer. Contractor shall construct, maintain, and later remove when no longer required, such temporary facilities as may be necessary to maintain traffic flow and public access. Such temporary facilities shall include, but are not limited to, asphalt concrete ramps, driveways, and conforms. Compacted aggregate base material or sub -grade shall not be open to public traffic, including access to businesses, unless the Contractor has prior written approval from the Engineer. Pedestrian access facilities shall be provided through construction areas within the right of way as shown on the plans and as specified herein. Pedestrian walkways shall be provided with surfacing of asphalt concrete, Portland cement concrete or timber. Surface shall be skid resistant and free of irregularities. Hand railings shall be provided on each side of pedestrian walkways as necessary to protect pedestrian traffic from hazards due to construction operations or adjacent vehicular traffic. Railings shall be constructed of wood, S4S, and shall be painted white. Railings and walkways shall be maintained in good condition by the Contractor. Walkways shall be kept clear of obstructions. Full compensation for providing said pedestrian facilities shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefore. Payment Full compensation for conforming to the above requirements for Maintaining Traffic shall be considered as included in the contract prices paid for the various contract items of work, and no additional compensation will be allowed therefore. Q 'pM N8Na0. CONIRAC1 2XSV.I ifDclew®c Si • FINN _I1 I'l nl J 78 12A1/1260S 1 1 1 1 1 1 1 1 10-1.12 CLOSURE REQUIREMENTS AND CONDITIONS Lane closures shall conform to the provisions in "Maintaining Traffic" of these special provisions and these special provisions. The term closure, as used herein, is defined as the closure of a traffic lane or lanes within a single traffic control system. Closure Schedule By noon Wednesday, the Contractor shall submit a written schedule of planned closures for the following week period, defined as Friday noon through the following Friday noon. The Closure Schedule shall show the locations and times when the proposed closures are to be in effect. The Contractor shall use the Closure Schedule request forms furnished by the Engineer. Closure Schedules submitted to the Engineer with incomplete, unintelligible or inaccurate information will he returned for correction and re -submittal. The Contractor will be notified of disapproved closures or closures that require coordination with other parties as a condition of approval. Amendments to the Closure Schedule, including adding additional closures, shall be submitted to the Engineer, in writing, at least 3 working days in advance of a planned closure. Approval of amendments to the Closure Schedule will be at the discretion of the Engineer. The Contractor shall confirm, in writing, all scheduled closures by no later than 8:00 a.m. 3 working days prior to the date on which the closure is to be made. Approval or denial of scheduled closures will be made no later than 4:00 p.m. 2 working days prior to the date on which the closure is to be made. Closures not confirmed or approved will not be allowed. Confirmed closures that are cancelled due to unsuitable weather may be rescheduled at the discretion of the Engineer for the following working day. Contingency Plan The Contractor shall prepare a contingency plan for reopening closures to public traffic. The Contractor shall submit the contingency plan for a given operation to the Engineer within one working day of the Engineer's request. Late Reopening of Closures If a closure is not reopened to public traffic by the specified time, work shall be suspended in conformance with the provisions in Section 8-1.05, "Temporary Suspension of Work," of the Standard Specifications. The Contractor shall not make any further closures until the Engineer has accepted a work plan, submitted by the Contractor that will insure that future closures will be reopened to public traffic at the specified time. The Engineer will have 2 working days to accept or reject the Contractor's proposed work plan. The Contractor will not be entitled to any compensation for the suspension of work resulting from the late reopening of closures. For each h hour interval, or fraction thereof past the time specified to reopen the closure, the City will deduct $2000.00 per interval from moneys due or that may become due to the Contractor under the contract. Q.vwfWLN6b CON ClCl2t](NOth, iDda FINAL_12 ]708&x 7 9 I 1 1 1 1 1 Compensation The Contractor shall notify the Engineer of any delay in the Contractor's operations due to the following conditions, and if, in the opinion of the Engineer, the Contractor's controlling operation is delayed or interfered with by reason of those conditions, and the Contractor's loss due to that delay could not have been avoided by rescheduling the affected closure or by judicious handling of forces, equipment and plant, the delay will be considered a right of way delay within the meaning of Section 8-1.09, "Right of Way Delays," and compensation for the delay will be determined in conformance with the provisions in Section 8-1.09: A. The Contractor's proposed Closure Schedule is denied and his planned closures are within the time frame allowed for closures in "Maintaining Traffic" of these special provisions, except that the Contractor will not be entitled to any compensation for amendments to the Closure Schedule that are not approved. B. The Contractor is denied a confirmed closure. Should the Engineer direct the Contractor to remove a closure prior to the time designated in the approved Closure Schedule, any delay to the Contractor's schedule due to removal of the closure will be considered a right of way delay within the meaning of Section 8-1.09, "Right of Way Delays," of the Standard Specifications and compensation for the delay will be determined in conformance with the provisions in Section 8-1.09. 10-1.13 TRAFFIC CONTROL SYSTEM The traffic control system shall consist of placing temporary construction signs, closing traffic lanes, removing existing pavement delineation and markings, and providing temporary pavement delineation and markings, cones, markers, barricades, lights, signs, flaggers and any other devices necessary to complete the work shown on the plans. All components of the traffic control system shall conform to the provisions of Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, the provisions of Section 4-1.09, "Traffic and Access," of the special provisions, the provisions under "Maintaining Traffic' and "Construction Area Signs" elsewhere in these special provisions and these special provisions. The provisions in this section will not relieve the Contractor from the responsibility to provide additional devices or take the measures as may be necessary to comply with the provisions in Section 7-1.09, "Public Safety." of the Standard Specifications. The Contractor shall develop and furnish an overall Traffic Control Plan for all phases of work. The Contractor shall submit the Traffic Control Plan within FIVE (5) WORKING DAYS after the pre - construction conference. Delays upon the part of the Contractor in submitting a Plan, in the format as outlined in these special provisions and as directed by the Engineer, shall not constitute a valid reason for time extensions should the Contract time elapse before completion of said project. The Contractor is further advised that consideration for adequate review time, as determined by the Engineer, shall be included in the work schedule. QApATWENG\A_CON1RAC FA..WA0eli. &,tt PmwmwUAkw A1.121]OB.dac 80 1 1 i 1 1 1 1 The contractor shall place one portable changeable message sign for northbound traffic and one portable changeable message sign for southbound traffic (and must be in working condition 24/7) on Delaware Street within three (3) days after the contract is awarded. Portable changeable message signs shall be furnished, placed, and maintained at the locations designated by the engineer or specified and shall conform to the provisions in Section 12-3.12 "Portable Changeable Message Signs" of the Standard Specifications and these Special Provisions. The exact locations of the signs shall be determined by the engineer. These two changeable message signs shall be considered as part of the Traffic Control System and no separate compensation will be allowed therefore. The Traffic Control Plan shall show how the Contractor will complete all the work indicated on the plans, in conformance with the Standard Specifications and special provisions, while providing for passage of traffic through the construction zone as required in "Maintaining Traffic," of these special provisions, including detours and temporary pavement striping and marking at each stage. No construction site work shall commence until the Engineer has approved the Traffic Control Plan and the required signs have been installed.. If any component in the traffic control system (including but not limited to portable changeable messages, cones, channelizers, barricades, signs, lights, pavement delineation, markers, and markings, and temporary raised pavement markers) is damaged, displaced or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractorshall immediately repair or replace said component to its original condition and reinstall the component to its original location at his/her expense. Whenever the Contractor's operations create a condition hazardous to traffic or to the public, the Contractor shall take the necessary precautions and provide additional traffic control measures to protect those who must pass through the work. If the Contractor shall appear to be neglectful or negligent in providing warning or protective measures, the Engineer may direct attention to the existence of a hazard, and require that additional barricades, flashers, warning and detour signs or lights be installed by the Contractor, or additional flaggers provided. Any action or lack of action by the Engineer as provided herein shall not relieve the Contractor from responsibility for public safety. Traffic Control for Pavement Striping During pavement striping operations and pavement marker placement operations using bituminous adhesive, traffic shall be controlled with temporary lane closures, in accordance with the provisions of Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, or by use of an alternatetraffic control plan proposed by the Contractor. The Contractor shall not start pavement striping operations using an alternate plan until he has submitted his plan to the Engineer and has received written approval of said plan. Alternate traffic control plans for striping operations shall conform to the provisions in Section 7-1.08, "Public Convenience," 7-1.09, "Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. QAp,V'WENUV. (0N1NACf5 N 81 1211 2OM 1 1 1 1 1 1 11 All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. Surfaces to receive temporary pavement delineation shall be dry and free of din and loose material, Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with a new pattern of temporary pavement delineation or permanent pavement delineation. Temporary pavement markers which conflict with a new traffic pattern or which are applied to the final layer of surfacing or existing pavement to remain in place shall be removed when no longer required for the direction of public traffic, as determined by the Engineer. Remove Pavement Markers Existing pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of. Remove Traffic Stripes and Pavement Markings Existing traffic stripes and pavement markings that are in conflict with temporary and/or permanent traffic stripes and pavement markings shall be removed as shown on the plans and as directed by the Engineer. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. Nothing in these special provisions shall relieve the Contractor from his responsibilities as provided in Section 7-1,09, "Public Safety," of the Standard Specifications. Temporary Pavement Delineation Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the provisions in Section 12-3.01, "General," of the Standard Specifications and these special provisions. Nothing in these special provisions shall be construed as to reduce the minimum standards specified in the Manual of Traffic Controls published by the California Department of Transportation or as relieving the Contractor from his responsibility as provided in Section 7-1.09, "Public Safety," of the Standard Specifications. Temporary Lane Line and Centerline Delineation Whenever lane lines and centerlines are obliterated and temporary pavement delineation to replace the lines is not shown on the plans, the minimum lane line and centerline delineation to be provided for that area shall be temporary reflective raised pavement markers placed at longitudinal intervals of not more than 24 feet. The temporary reflective raised pavement markers shall be the same color as the lane line or centerline the markers replace. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions and shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Q:,mMWENcw_mnWRAersl2(X1hW".0ere Street Impovtmmtmdurut sL- FINAL '2.17 Ottdoc 82 12/18/bIDA 1 1 1 I Temporary lane line or centerline delineation consisting entirely of temporary reflective raised pavement markers placed on longitudinal intervals of not more than 24 feet, shall be used on lanes opened to public traffic for a maximum of 14 days. Prior to the end of the 14 days the permanent pavement delineation shall be placed. If the permanent pavement delineation is not placed within the 14 days, the Contractor shall provide, at his expense, additional temporary pavement delineation. The additional temporary pavement delineation to be provided shall be equivalent to the pattern specified for the permanent pavement delineation for the area, as determined by the Engineer. Temporary Edge Line Delineation The lateral offset for traffic cones, portable delineators or channelizers used for temporary edge line delineation shall be as determined by the Engineer. If traffic cones or portable delineators are used as temporary pavement delineation for edge lines, the Contractor shall provide personnel to remain at the job site to maintain the cones or delineators during all hours of the day that they are in use. Temporary edge line delineation shall be removed when no longer required for the direction of public traffic, as determined by the Engineer. Temporary Traffic Stripe (Paint) Temporary traffic stripe consisting of painted traffic stripe, if used, shall be complete in place and thoroughly dry prior to opening the traveled way to public traffic. Temporary painted traffic stripe shall conform to "Paint Pavement Markings" of these special provisions. Reflective pavement markers conforming to the requirements of "Pavement Markers of these special provisions may be used in place of temporary type raised reflective pavement markers for long term day/night use (6 months or less) except at locations to simulate patterns of broken traffic stripe. Placement of the reflective pavement markers used for temporary pavement markers shall conform to said section "Pavement Markers" of these special provisions except; the waiting period requirements before placing the pavement markers on new asphalt concrete surfacing as specified in Section 85-1.06, "Placement," of the Standard Specifications shall not apply and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Channelizers Channelizers, when used, shall be surface mounted type and shall conform to the provisions in. Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Channelizers shall conform to the provisions in "Prequalified and Tested Signing and Delineation Materials," elsewhere in these special provisions. Charmelizer posts shall be orange in color. Channelizers, when used, shall be cemented to the pavement using hot melt bitumen adhesive and in the same manner provided for cementing pavement markers to pavement in the section of these special provisions entitled "Pavement Markers." Q \pWWWENCM ACTS Delaware SY Impm 83 12)184(104 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall maintain in good condition all of the components of the Traffic Control System, including but not limited to; temporary pavement markings, markers, striping and edge lines, channelizers, barricades, temporary railing (Type K), signs, and cones. The Contractor shall, at his own expense, repair or replace all of said components of the Traffic Control System whether damaged, stolen, or worn out from use, regardless of the quantity or frequency of replacement. Payment The contract lump sum price paid for traffic control system shall include full compensation for furnishing a complete Traffic Control Plan, labor (including flagging costs and pilot car), materials (including all stationary and portable signs, changeable message signs, lights, traffic cones, channelizers, lane delineators, and temporary pavement delineation), tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the approved Traffic Control Plan, the contract plans, the Standard Plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer, and no additional compensation shall be allowed therefore. Full compensation for removal of existing and temporary pavement delineation, markers, and markings shall be considered as included in the contract lump sum price paid for traffic control system and no additional compensation will be allowed therefore. Full compensation for maintaining the components of the traffic control system, including repair and/or replacement when damaged or otherwise, regardless of the amount or frequency thereof, shall be considered as included in the contract lump sum price paid for traffic control system and no additional compensation will be allowed therefore. 10-1.14 EXISTING HIGHWAY FACILITIES The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. The word "highway" as used herein and in the Standard Specifications is understood to mean City of San Mateo street. Materials not designated to be salvaged or reused on the project shall be removed and disposed of outside the City of San Mateo in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Remove Storm Drain Pipe The existing storm drainage pipe, where any portion of such structure is shown on the plans to be removed, shall be removed and disposed of by the Contractor. Storm drainage pipe shall not be salvaged, but shall become property of the Contractor and disposed of off -site. Holes and depressions caused by the removal of existing pipes shall be backfilled in accordance with the provisions in Section 19-3, "Structure Excavation and Backfill," of the Standard Specifications. QyiwNWt1U A CO"TRACTS201 lows, ti Pr I2I7.0Rd,, 84 I L18120Etl Remove Inlet Existing inlet where shown on the plans to be removed, shall be removed and disposed of 1 I 1 1 1 I 1 1 1 1 Frame and grate from shall not be salvaged, but shall become property of the Contractor and disposed of off -site. Holes and depressions caused by the removal of existing inlets shall be backfilled in accordance with the provisions in Section 19-3, "Structure Excavation and Backfill," of the State Standard Specifications. Payment The contract price paid per linear foot for remove storm drain pipe shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing existing storm drain pipe, including structure excavation and structure backfill, pavement removal and restoration, as shown on the plans. The contract price paid per each for remove inlet shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing inlet, including structure excavation and structure backfill, pavement removal and restoration, as shown on the plans. Full compensation for removing, cleaning, salvaging, adjusting to grade, relocating, storing, resetting, and disposing of existing highway facilities, and for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in same, unless specified herein below in these special provisions for separate measurement and payment, shall be considered as included in the various contract items of work and no additional compensation will be allowed therefore. 10-1.15 RELOCATE ROADSIDE SIGN Existing roadside signs shall be removed and relocated as shown on the plans, and shall comply with the provisions in Sections 56-2, "Roadside Signs," 15-2.04, "Salvage," and 15-2.05, "Reconstruction," of the Standard Specifications and these special provisions, and as directed by the Engineer. Each roadside sign shall be relocated on the same day said sign is removed from its original location, unless otherwise directed by the Engineer. Signs shall be mounted on new posts of the type shown on the plans. If roadside signs shown on the plans to be relocated cannot be placed in their permanent location on the same day as they are removed because of construction, then the Contractor shall place them temporarily on skids in a location visible to traffic as directed by the Engineer. Any damage to permanent surfacing or facilities as a result of the Contractor's operations shall be repaired or replaced, as directed by the Engineer, by the Contractor at the Contractor's expense. V.I WiPWLNON CONY Im Al 08 85 I2/I IXIR 1 1 I 1 I 1 Payment The contract price paid per each for relocate roadside signs shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in relocating existing roadside signs as shown on the plans, including new posts, concrete foundation, and temporary mounting as may be required, complete in place, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.16 REMOVE ROADSIDE SIGN Existing roadside signs, where shown on the plans to be removed shall be removed and stored onsite until picked up by the City. Roadside signs damaged by the Contractor or his operations that have been designated to be removed, shall be repaired or replaced, as directed by the Engineer, by the Contractor at the Contractor's expense. Payment The contract price paid per each for remove roadside signs shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in removing existing roadside signs as shown on the plans, including, disposal of post, foundation and hardware, temporary storage on site until picked up by the City, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. No adjustment of the contract unit price will be made for any increase or decrease in the quantity of roadside signs to be salvaged. Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications shall not apply to the item of work, "Salvage Roadside Sign." 10-1.17 COLD PLANE ASPHALT CONCRETE PAVEMENT Existing asphalt concrete pavement shall be cold planed (grind) at the locations and to the dimensions shown on the plans, and as necessary for providing a minimum thickness of new asphalt concrete in conform areas of driveways, parking lots and roadway as specified in "Asphalt Concrete" and "Place Asphalt Concrete (Miscellaneous Area)," of these special provisions. Planing (grinding) asphalt concrete pavement on city streets shall be performed by the cold planing method. Planing of the asphalt concrete pavement shall not be done by the heater planing method. This requirement may be waived for pave miscellaneous conform areas outside the street right of way if approved by the Engineer. The depth, width and shape of the cut shall be as indicated on the plans or as directed by the Engineer or as required by "Asphalt Concrete" and "Place Asphalt Concrete (Miscellaneous Area) of these special provisions. The final cut shall result in a uniform surface conforming to the plan details. The outside lines of the planed area shall be neat and uniform. The road surfacing or miscellaneous area surfacing to remain in place shall not be damaged in any way. Cold planing machines shall he equipped with a cutter head not less than 30 inches in width and shall be operated so as not to produce fumes or smoke. The cold planing machine shall be capable of planing the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation, except as provided above by special approval of the Engineer. Q. 1rn.V'WENGIh_CO Jcr 86 inierzme 1 1 I i I Planed widths of pavement shall be continuous. Following planing operations, a drop-off of more than 0.15 -foot will not be allowed at any time between adjacent lanes open to public traffic. Where transverse joints are planed in the pavement at conform lines no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic a temporary asphalt concrete taper shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 30:1 or flatter to the level of the planed area. Asphalt concrete for temporary tapers shall be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Temporary asphalt concrete tapers shall be completely removed, including the removal of all loose material from the underlying surface, before placing the permanent surfacing. Such removed material shall be disposed of outside the City of San Mateo in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Any damage to concrete curbs, curb & gutter, sidewalks, concrete pads, utility frames and covers, manholes and other facilities during planing operations shall be repaired by the Contractor at the Contractor's expense to the satisfaction of the Engineer. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be removed and disposed of outside the City of San Mateo in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Removal operations of planed material shall he concurrent with planing operations and follow within 50 feet of the planer, unless otherwise directed by the Engineer. Planing asphalt concrete pavement will be measured by the square yard. The quantity to be paid for will be the actual area of surface planed and authorized by the Engineer, irrespective of the number of passes required to obtain the depth shown on the plans. Planing beyond the limits shown on the plans will not be measured or paid for, without authorization from the Engineer in writing, Payment The contract price paid per square yard for plane asphalt concrete pavement shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in planing asphalt concrete surfacing on city streets and disposing of planed material, including furnishing the asphalt concrete for and constructing, maintaining, removing, and disposing of temporary asphalt concrete tapers, as specified in the Standard Specifications and these special provisions and as directed by the Engineer. No adjustment of the Contract bid price will be made for any increase or decrease in quantities of planing asphalt concrete required. The provisions of Section 4-1.0313, "Increased or Decreased Quantities," of the Standard Specifications shall not apply to the item of "Cold Plane Asphalt Concrete Pavement". Q wwwENGV cover AL 87 12/1872008 I 1 1 1 I 1 1 1 I 1 10-1.18 REMOVE CONCRETE Existing portland cement concrete facilities, where shown on the plans to be removed, shall be completely removed and disposed of outside the City of San Mateo in accordance with Section 7- 1.13 of the Standard Specifications. Curb and gutter shall be removed to construction joints or expansion joints or saw cut edges only; as directed by the Engineer. Concrete facilities shall be removed to neatly sawed edges with saw cuts made to a minimum depth of 1-1/2 inches. Concrete sidewalk or driveway sections to be removed shall be neatly sawed in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk, as required. Holes and depressions below the sub -grade of new street structural section or new sidewalk, driveway or median sub -grade shall be backfilled with compacted aggregate sub -base in accordance with the requirements of, "Aggregate Base," of these special provisions. Existing concrete electrolier foundations shall be completely removed to the full depth of the foundation. The holes shall be backfilled with compacted aggregate sub -base in accordance with the requirements of, "Aggregate Base," of these special provisions. Payment The contract unit price paid per linear foot for remove concrete (curb and gutter or gutter with sawcut), per square foot for remove concrete (sidewalk, walkway & driveway or valley gutter), and per each for remove concrete (electrolier foundation) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing existing portland cement concrete and reinforcement including disposal outside the city and backfill as necessary with aggregate sub -base, as shown on the plans, as specified in the Standard Specifications and these special provisions and as directed by the Engineer. 10-1.19 ADJUST MANHOLE TO GRADE Frames and covers of existing manholes shall be adjusted to grade in conformance with the provisions of Section 15-2.05, "Reconstruction", of the Standard Specifications, and these special provisions, and as directed by the Engineer. Adjustment of manholes shall be accomplished by removing the existing frame and cover, removing the existing concrete encasement, setting grade rings as necessary to adjust the manhole, pouring a new concrete encasement with reinforcing steel, resetting the existing frame and cover, and then replacing the asphalt concrete as necessary. The manhole base shall be covered during the entire operation so that no debris can fall into the system. The existing surface to receive a new grade ring or upon which the existing frame will be placed is to be cleaned and all cracks and chips are to be filled with cement mortar to form a clean, neat surface equivalent to the surface of a new component. Manholes shall not be adjusted to final grade until the adjacent surfacing has been completed. Q'pwWwENGN CON L RACTSI (III80elm.ve Wet, tnp.memmMelnnom SI -FINN . I Z 1, II 88 IRIS/700R 1 1 1 I I I i I I I 1 1 I Concrete removal shall be performed without damage to any portion that is to remain in place. All damage to the existing concrete, which is to remain in place, shall be repaired with a cement mortar mix to a condition equal to that of a new sanitary sewer manhole. If, in the Engineer'sjudgment, the repaired manhole is unsuitable, the Contractor shall remove the damaged part, and all parts above it, and then reconstruct the manhole. The cost of repairing and/or replacing existing concrete, which, in the Engineer's judgment, was damaged by the Contractor's operations shall be at the Contractor's expense. All materials removed during adjustment, except the existing frame and cover, shall become the property of the Contractor and shall be disposed of outside the City of San Mateo in accordance with Section 7-1.13 of the Standard Specifications. lf, in the Engineer's judgment, the existing frame or existing cover is unsuitable, the unsuitable frame or cover shall be replaced with a new frame or cover. Unsuitable frames and covers shall become the property of the Contractor and shall be disposed of as provided above. The cost of replacing unsuitable frames and covers, which in the Engineer's judgment were damaged by the Contractor's operations, will be at the Contractor's expense. Payment The contract unit price paid per each for adjust manhole to grade shall include full compensation for furnishing all labor, tools, materials equipment; and incidentals, and for doing all the work involved in adjusting manhole to grade, complete in place, including structure excavation and backfill and furnishing and installing grade rings, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.20 ADJUST MISCELLANEOUS UTILITY FRAMES AND COVERS TO GRADE Frames and covers of existing electrical, telephone and cable pull boxes, gas valves, water meters, water valves, sanitary sewer clean -outs, monitoring wells and other miscellaneous utility covers shall be adjusted to grade in conformance with the provisions of Section 15-2.05, "Reconstruction", of the Standard Specifications, and these special provisions, and as directed by the Engineer. The Contractor shall coordinate with the Engineer and the appropriate utility company to determine on a case -by -case basis whether each utility frame and cover can be reused or shall be replaced by a new frame and cover provided by the utility company or the City of San Mateo. All existing frames and covers to be replaced shall become the property of the contractor and be disposed of as indicated below. Atl frames and covers in sidewalks or other concrete areas shall be adjusted to final grade prior to placing the new concrete and secured so they will not be dislocated by placement of new concrete. Frames shall be adjusted such that the top of cover, when installed, will be flush with the finished grade of the surrounding new concrete. New concrete shall be placed against the adjusted frame and properly vibrated so that no voids are left, with care taken so that placement of the adjusted frame and cover is not disturbed or altered and frames and covers are not damaged. The adjusted frame and cover shall be protected at all times during placement and curing of concrete so that no concrete or debris can fall into the utility opening or onto the utility cover plate. Any concrete spilled on the utility cover shall be removed by the Contractor to the satisfaction of the Engineer. Ql'pw'WENONA CONTRACT9pq em.owNowye SI . 1 INN _1217 OH_ dm 89 IL18.200a I 1 I 1 D I I I I I I I I All frames and covers in asphalt concrete paved areas shall not be adjusted to final grade until the adjacent surfacing has been completed. Frames shall be adjusted such that the top of cover, when installed, will be flush with the finished grade of the surrounding new asphalt concrete. The existing surface to receive a new grade ring or box or upon which the existing frame will be placed is to be cleaned and all cracks and chips are to be filled with cement mortar to form a clean, neat surface equivalent to the surface of a new component. Concrete removal or steel removal shall be performed without damage to any portion that is to remain in place. All damage to the existing concrete or steel, which is to remain in place, shall be repaired with a cement mortar mix or proper welding to a condition equal to that of a new concrete box or steel fabricated unit. If, in the Engineer's judgment, the repaired utility box or frame is unsuitable, the Contractor shall remove the damaged part, and all parts above it, and then replace or reconstruct the utility box or frame. The cost of repairing and/or replacing existing concrete or steel, which, in the Engineer's judgment, was damaged by the Contractor's operations shall be at the Contractor's expense. All materials removed during adjustment, including the existing frame and cover if it is replaced, shall become the property of the Contractor and shall be disposed of outside the City of San Mateo in accordance with the provisions in Section 7-1.13 of the Standard Specifications. If, in the Engineer's judgment, the existing frame or existing cover is unsuitable, the unsuitable frame or cover shall be replaced with a new frame or cover and paid for as provided in Section 15-2.05 of the Standard Specifications. Unsuitable frames and covers shall become the property of the Contractor and shall be disposed of as provided above. The cost of replacing unsuitable frames and covers, which in the Engineer's judgment were damaged by the Contractor's operations, will be at the Contractor's expense. Payment The contract unit price paid per each for adjust miscellaneous utility frame & cover to grade shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting existing electrical, telephone and cable pull boxes, gas valves, water meters, water valves, sanitary sewer clean -outs, monitoring wells or other miscellaneous utility frames and covers to grade, complete in place, including structure excavation and backftll, concrete or asphalt concrete paving, furnishing and installing grade rings or boxes or additional steel and welding as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.21 REMOVE AND REINSTALL ELECTROLIER Existing electroliers, where shown on the plans to be removed and reinstalled, shall be completely removed and relocated in accordance with the provisions in Section 86-7.01, "Removing Electrical Equipment" and Section 86-7.02 Reinstalling Removed Electrical Equipment," of the Standard Specifications and these special provisions. Existing conduit, pull boxes, conductors, and appurtenances not required for the new street lighting system shall be completely removed and disposed of outside the City of San Mateo in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Removed electrical equipment not indicated to be salvaged shall become the property of the Contractor. Existing concrete electrolier foundations shall be completely removed as provided in "Remove Concrete," of these special provisions. Q•.Apw1PNLNON COM RACTSMIWelowgre , cl Im11mvTmne47eLwua S - FINA1. 111] oR dot 90 INIfl(OM 1 1 I 1 1 1 I 1 1 1 1 1 I 1 1 I 1 1 New reinforced concrete pile foundations for electroliers shall conform to the details shown on the plans and shall comply with the provisions in Section 86-2.03, "Foundations," of the Standard Specification and these special provisions. Payment The contract unit price paid per each for remove and reinstall electrolier shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing electroliers and reinstalling at the new location including new reinforced concrete electrolier foundations (conduit, ground rod, drilling holes, disposing of the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and reinforcing steel) as described above, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Removal and disposal of concrete foundations will be paid for separately as provided in "Remove Concrete," of these special provisions. 10-1.22 CLEARING AND GRUBBING Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. Clearing and grubbing shall include the removal of all interfering existing improvements and objectionable materials from the limits of construction including, miscellaneous concrete and metal, fencing, trees, tree stumps, roots, brush, weeds, plants, grasses, and all other objectionable materials, as determined by the Engineer, not specified for measurement and payment elsewhere in these special provisions. Vegetation shall be cleared and grubbed only within the limits of work. The limits of work along Delaware Street and adjacent streets and properties shall be defined as the new back of sidewalk, as shown on the plans. All existing vegetation outside the limits of work shall be protected from injury or damage resulting from the Contractor's operations. The Contractor's attention is specifically directed to the existence of trees, shrubs and decorative plantings that are within the street right of way limits but outside the limit of work, that are to remain and be protected. The Contractor shall coordinate with the City to identify all trees, shrubs and decorative plantings within close proximity to the new back of walk, to be protected, prior to proceeding with clearing and grubbing operations. All activities controlled by the Contractor, except cleanup or other required work, shall be confined within the limits of the new back of sidewalks. Nothing herein shall be construed as relieving the Contractor of his responsibility for final cleanup of the highway as provided in Section 4-1.02, "Final Cleaning Up," of the Standard Specifications. Payment The contract lump sum price paid for clearing and grubbing shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in clearing and grubbing including removal of trees and tree stumps and hedges as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer, including removal and disposal of all the resulting material. Q]puWWENGU CONIRAC ray 14w 17 OSdrc 31 2(8/712 1 I 1 1 1 I 1 10-1.23 WATERING Developing water supply and applying water shall conform to the provisions of Section 17, "Watering," of the Standard Specifications and these special provisions. Water shall not be withdrawn from 19'h Avenue Drainage Channel for construction activities. In addition to all other water supply requirements for the construction work, the Contractor's attention is directed to the importance of dust control on this project. The Contractor shall provide dust control at all times including Saturdays, Sundays and holidays as ordered by the Engineer. The Contractor shall diligently control dust resulting from his operations and from public traffic passing through the work by the application of water and/or dust palliative. Whenever the Contractor shall appear to be negligent in controlling dust, the Engineer may direct attention to the existence of a dust hazard and instruct the Contractor to immediately alleviate said hazard. For the purpose of progress payments, payment for this item shall be based on the pro rata share of the work completed. When, in the opinion of the Engineer, the Contractor has been inattentive to a dust hazard, any portion of the progress payment for develop and apply water may be withheld until the dust hazard has been corrected. Payment The contract lump sum price paid for develop water supply shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in developing a sufficient supply of water and furnishing pipe lines or other necessary equipment to supply water to the water application equipment for all water required for the work, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.24 EARTHWORK Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these special provisions. Any damage to the structural integrity of the sub -grade caused by the Contractor's operations or because of the Contractor's negligence or violation of these special provisions, as determined by the Engineer, shall be repaired by the Contractor at the Contractor's expense at no additional cost to the City of San Mateo. This may include but is not limited to, over -excavating the damaged area to a depth determined by the Engineer and replacing with Class 4 aggregate sub -base over a layer of soil reinforcing fabric, placement of soil reinforcement fabric directly over the damaged area prior to building up the roadway structural section, lime stabilization or other soil strengthening treatment of the damaged area, or other techniques that may be proposed by the Contractor or the Engineer. The method used shall be approved by the Engineer and the damaged area shall be repaired to the satisfaction of the Engineer prior to constructing or reconstructing the remaining roadway structural sections. If at any time the Engineer believes the Contractor is causing damage to the underlying native sub - grade due to the method of the Contractor's operations, or for any other reason, and directs the Contractor to stop work, the Contractor shall stop such work immediately and remove any equipment from the area that is causing the damage, as directed by the Engineer. Such suspension of work shall be subject to the provisions of Section 8-1.05, "Temporary Suspension of Work," of the Standard Specifications. Work shall not commence until the Contractor has proposed an alternative method or procedure acceptable to the Engineer. The Contractor shall have no claim to delay of work, extension of time, or incurred cost or damages due to suspension of work for this reason. Q.,''PWENCIACONTRACTSUEX)Brklaware 64em L, rovemeMNdawuv SI • FMN.'2.17.08..J 92 1211612008 Fill material shall be compacted to 95 percent relative compaction in accordance with ASTM D1557. 1 I 1 1 I 1 1 1 1 10-1.25 ROADWAY EXCAVATION Roadway excavation shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these special provisions. Special care must be taken during roadway excavation to protect the underlying sub -grade material from structural damage. The Engineer or Engineer's designated inspector shall be on -site at all times during excavation to sub -grade to ensure that the sub -grade material is not damaged and to determine if any sub -grade material encountered is unsuitable and to direct the Contractor to remove and dispose of such unsuitable material that may be encountered. Any damage to the sub -grade or prepared sub -grade due to the Contractor's negligence or violation of these special provisions shall be repaired by the Contractor as discussed in "Earthwork" to the satisfaction of the engineer at no additional cost to the City of San Mateo. Roadway excavation shall be considered as including all excavation required by this contract within the roadway prism, and other areas shown on the plans, including asphalt concrete pavement, portland cement concrete pavement, and all other materials not designated for separate payment under, "Remove Concrete," or "Clearing and Grubbing," of these special provisions. Excavation or backfill, including imported borrow, as required for driveways and establishment of the design grading plane as shown on the plans and as directed by the Engineer, shall be considered as included in the contract unit price paid per cubic yard for roadway excavation and no separate payment will be made therefore. Roadway excavation shall also include the re -grading of areas within and outside of the right of way that are not paved and are affected by the construction activities. Said areas shall be backfilled as necessary with clean native material or imported borrow suitable for planting purposes, or its intended purpose, and compacted and graded as shown on the plans or as directed by the Engineer. All abandoned gas, sewer, water, and other utility pipe lines, except manhole frames, castings, covers, and other iron appurtenances, encountered within the excavation of the roadway prism shall become the property of the Contractor and shall be removed and disposed of outside the City of San Mateo in accordance with the provisions of Section 7-1.13 of the Standard Specifications. Removing concrete shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. Concrete removed shall be disposed of outside the City of San Mateo in accordance with the provisions of Section 7-1.13 of the Standard Specifications. All existing asphalt concrete must be removed to the top surface of the underlying aggregate base material or as indicated on the plans to be removed, even if it is below the rough grading plane. The Contractor at his option may use the cold planing method of removing the existing asphalt concrete. Grindings may be used for aggregate sub -base if they meet the requirements of"Aggregate Base," of these special provisions. Roadway excavation shall be performed to the limits and elevations shown on the plans and as specified in these special provisions. Property, improvements and landscaping that are to remain and are damaged as a result of the Contractor's operations, whether inside or outside the project limits, QSpurtWENO\4 CONTWICTS2 )AUhlmmm Wad mfJhlawa -HNAL_IE I'OK 93 I 211 W'fx,o 1 1 1 1 1 11 I I shall be repaired or replaced by the Contractor entirely at the Contractor's expense. Any damage to utility facilities resulting from the Contractor's operations, as determined by the Engineer, shall be repaired by the Contractor entirely at the Contractor's expense and to the satisfaction of the Engineer. The Contractor's attention is further directed to Section 19-1.02, "Preservation of Property," of the Standard Specifications. Conform lines where shown on the plans, except for areas to be cold planed, shall be sawcut to a neat line before excavation. The sawcut line shall first be delineated in the field by the Contractor and approved by the Engineer, Sawcuts shall be made with a power driven saw to a minimum depth of 0.17 feet. The Contractor shall conduct operations in such a manner that existing paved roadway surfaces within the project limits remain, except as required for subsurface work, until removal is necessary for construction of the new roadway structural section. In this regard excavation shall not commence until authorized by the Engineer. The Contractor's attention is directed to "Maintaining Traffic," of these special provisions. Upon completion of rough grading at the grading plane, or placing any subsequent layer thereon, the surface of the roadbed shall be brought to a smooth, even condition free of humps and depressions, satisfactory for use of public traffic. However, public traffic shall not be allowed to travel on the unprotected sub -grade of the roadway, unless specifically approved by the Engineer, pursuant to the requirements to protect the sub -grade material from structural damage as specified in "Earthwork," of these special provisions. After the surface of the roadbed has been brought to a smooth and even condition for the passage of public traffic as above provided, any work ordered by the Engineer for the accommodation of public traffic prior to commencing sub -grade operations shall be performed by the Contractor, entirely at the Contractor's expense. Paragraph 15 of Section 7-1.08 of the Standard Specifications shall not apply. After sub -grade preparation for a specified layer of material has been completed, the Contractor shall, at his expense, repair any damage to roadbed or completed sub -grade, including damage caused by his operations or use by public traffic. Surplus excavated material shall become the property of the Contractor and shall be disposed of outside the City of San Mateo in accordance with the provisions in Section 7-1.13 of the Standard Specifications and in conformance with local agency requirements. Payment Roadway excavation is a final pay item, The Contractor's attention is directed to Section 5-2.02, "Measurement of Quantities," of these special provisions, regarding final pay items. The contract unit price paid per cubic yard for roadway excavation shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in roadway excavation and backfill as necessary to set the design grade, including special operational procedures and equipment required to protect the sub -grade, disposal of excavated materials, and importing of borrow material, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 12''p t?wENMA_CONTR.ARSUfpaU]dmxa So eel tmpramwnNN6w,re St - FINAI. 12 17 flt1 tlrc 94 I]/ISop9 The Contractor is reminded that the item "Roadway Excavation" is a Final Pay item and the estimated quantity of roadway excavation shown in the Schedule of Bid Items is the actual and final quantity that will be paid in accordance with Section 9-1.015, "Final Pay Quantities," of the Standard Specifications. Removal of concrete curb and gutter, sidewalk and driveway will be measured and paid for separately as specified in "Existing Highway Facilities," of these special provisions. 1 1 1 1 1 1 1 Full compensation for saw -cutting existing surfacing shall be considered as included in the contract price paid for roadway excavation and no additional compensation will be allowed therefore. Full compensation for importing borrow material as necessary, and for grading or re -grading material as necessary, to set design grades as shown on the plans or as may be called out in the Standard Specifications or these special provisions shall be considered as included in the contract price paid for roadway excavation and no additional compensation will be allowed therefore. No adjustment of the Contract unit price will be made for any increase or decrease in quantities of roadway excavation required. The provisions of Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications shall not apply to the item of "Roadway Excavation." 10-1.26 FINISHING ROADWAY Finishing roadway shall conform to the provisions in Section 22, "Finishing Roadway," of the Standard Specifications. Payment Full compensation for finishing the roadway shall be considered as included in the prices paid for the various contract items of work requiring finishing and no additional compensation will be allowed therefore. 10-1.27 AGGREGATE BASE Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. The first paragraph of Section 26-1.02A, "Class 2 Aggregate Base," of the Standard Specifications is amended by adding the following sentence: Aggregate shall be produced from commercial quality aggregate consisting of broken stone, crushed gravel, natural: clean, rough -surfaced gravel and sand, or a combination thereof. The grading of aggregate for Class 2 aggregate base shall conform to the 3/4 -inch maximum grading as provided in Section 26-1.02A, "Class 2 Aggregate Base," of the Standard Specifications. Aggregate base shall be placed where shown on the plans (including placement as a base course as necessary for temporary driveway, temporary walkway, driveways, curbs, curb walls, curb ramps, sidewalks, and asphalt concrete pavement), as specified in these special provisions and as directed by the Engineer. Q \pOPWENGU CONIRACIS@@IsoLlefwm Stun Impimementt"elervere Si - FlNAL_1217 08 * 95 I zn282W, 1 1 1 1 1 I Payment The contract unit price paid per cubic yard for Class 2 aggregate base shall include full compensation for furnishing all labor, materials (including water in the material at the time of weighing as provided in Section 26-1.06, "Measurement," ofthe Standard Specifications), tools, equipment and incidentals and for doing all the work involved in furnishing and placing the Class 2 aggregate base, complete in place, including special procedures and/or equipment necessary to protect the sub -grade, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.28 ASPHALT CONCRETE Asphalt concrete shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Asphalt concrete used for paving the roadway and other areas not specifically designated on the plans as place asphalt concrete (miscellaneous area) shall be Type B, meeting the 1/2" Maximum, Medium aggregate grading requirement as specified in Section 39 of the Standard Specifications. The amount of asphalt binder to be mixed with the aggregate for Type B asphalt concrete will be determined by the Engineer in accordance with California Test 367 using the samples of aggregates furnished by the Contractor in conformance with Section 39-3.03, "Proportioning," of the Standard Specifications. Asphalt concrete used for paving driveway, parking lot and other conforms designated on the plans as place asphalt concrete (miscellaneous area), shall be Type B, meeting the 1/2" Maximum, Medium aggregate grading requirement as specified in Section 39 of the Standard Specifications. The amount of asphalt binder used in asphalt concrete for place asphalt concrete (miscellaneous area) shall be increased one percent (I %) by mass of the aggregate over the amount of asphalt binder determined for used in asphalt concrete placed on the roadway. Asphalt concrete pavement shall be compacted to a minimum of 95 percent relative compaction. Planing of existing asphalt concrete at conforms, as shown on the plans, shall be performed in accordance with "Cold Plane Asphalt Concrete Pavement". The Contractor will be responsible for any damage to existing or new curbs, gutters, and driveways. Any asphalt concrete or asphaltic emulsion stains occurring during the course of this Contract will be cleaned by sandblasting, or any other method satisfactory to the Engineer. At road intersection conforms additional asphalt concrete surfacing material shall be placed and hand raked, if necessary, and compacted to form smooth transitions between the new pavement cross section and the existing crowned pavement sections. The Contractor is further advised that it will be his responsibility to assure that the existing drainage patterns are to be maintained at all locations, as indicated on the plans, or as directed by the Engineer. The Contractor's attention is directed to Paragraph 12 of Section 39-6.01, "Spreading and Compacting," of the Standard Specifications: "Longitudinal joints in the top layer shall correspond with the edges of proposed traffic lanes. Longitudinal joints in all other layers shall be offset not less than 0.5 - foot alternately each side of the edges of traffic lanes." A drop of more than 0.15 -foot will not be allowed at any time between adjacent lanes open to traffic. AIIMPNGNGV, CGHPMCTSM1MiKielaware$ Welewe¢5t. FINAJ. 12' 96 1 I 1 1 1 1 i 1 Payment The contract unit price paid per ton for asphalt concrete (Type B) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in constructing asphalt concrete (Type B), complete in place, as shown on the plans and as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work necessary to hand rake roadway intersection conforms shall be considered as included in the contract price paid per ton for asphalt concrete and no additional compensation will be allowed therefore. Asphalt concrete (Type B) used for temporary facilities in order to maintain public vehicular and pedestrian traffic through the work area and to maintain access to adjacent businesses and that are not shown on the plans, shall not be measured and paid for separately but shall be considered as included in the various contract items of work as specified in "Maintaining Traffic," of these special provisions. 10-1.29 PLACE ASPHALT CONCRETE (MISCELLANEOUS AREA) Place asphalt concrete (miscellaneous area) shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications, and these special provisions. The Contractor's attention is directed to "Asphalt Concrete" of these special provisions for asphalt concrete specifications. Planing of existing asphalt concrete for conforms within the areas of place asphalt concrete (miscellaneous area) as shown on the plans shall be performed in accordance with "Cold Plane Asphalt Concrete Pavement." Existing asphalt concrete surfacing within the limits of areas of place asphalt concrete (miscellaneous area) shall be planed, as necessary, so that the new asphalt concrete placed has a minimum thickness of 0.15 -foot below finished grade at all locations. Payment The contract unit price paid per ton for place asphalt concrete (miscellaneous area) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in placing asphalt concrete (miscellaneous area), complete in place, as shown on the plans and as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.30 REINFORCEMENT Reinforcement shall conform to the provisions in Section 52, "Reinforcement," of the Standard Specifications and these special provisions. Bar reinforcement marked epoxy coated shall conform to the provisions in Section 52-1.02B, "Epoxy -Coated Bar Reinforcement," of the Standard Specifications. The Department's mechanical splices prequalified list can be found at: http://wvvw.dot.ca.gov/hq/esciapproved_products_list/ The provisions in "Welding Quality Control" of these special provisions shall not apply to resistance butt welding. QP' 1PWLNG'A CONTRACTSUfq.9tl Dmvtn aLO,I,. ,SI-FINAL_ . 17 II .tuc 1 1 1 I 1 1 1 When joining new reinforcing bars to existing reinforcement, sample splices shall be made using only the deformation pattern of the new reinforcement to be spliced. Reinforcement shown on the plans to be galvanized shall be galvanized in conformance with the provisions in Section 75-1.05,"Galvanizing," of the Standard Specifications. Payment The quantities of bar reinforcing steel, epoxy coated bar reinforcing steel, dowels and drill and bond dowels required in curb walls, curbs & gutter, sidewalks, driveways, curb ramps, catch basins, manholes, and other concrete structures shown on the plans, will not be paid for as a separate item and full compensation therefore will be considered as included in the various contract items of work involved. The quantities of welded wire fabric (wire mesh) where required in miscellaneous concrete construction will not be paid for as a separate item and full compensation will therefore be considered as included in the various contract items of work involved. All radiographic testing shall be paid for by the Contractor and is considered as included in the various contract items of work which shall require it. 10-1.31 ROADSIDE SIGNS Roadside signs shall be installed at the locations shown on the plans or where directed by the Engineer, and shall conform to the provisions in Section 56-2, "Roadside Signs," of the Standard Specifications and these special provisions. Signs shall be mounted on new posts of the type shown on the plans unless noted to replace the existing sign using the existing posts. Payment The contract price paid per each for new roadside signs shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing roadside signs and object markers, complete in place including new posts, concrete foundation and all sign mounting fixtures as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.32 PLASTIC PIPE Storm drain pipe of the types and sizes shown on the plans shall conform to the provisions in Section 64, "Plastic Pipe," of the Standard Specifications and these special provisions, unless otherwise noted. Plastic pipe for storm drain systems shall have a smooth interior and annular exterior corrugations conforming to AASHTO M294, Type S, All pipe and fittings shall be made of high density polyethylene (HDPE) material meeting the requirements of ASTM D3350, minimum cell classification 335420C. Except as otherwise designated by classification on the plans or in the specifications, joints for culvert and drainage pipes shall conform to the plans or specifications for standard joints. mnPV.I. corvraacisUwawel.w,tist,anmp,ownwwm.warc sI-t/rvw ¢. Ioeam 98 I 211S/2008 I i 1 1 1 Pipe bedding and backfill shall conform to the details shown on the plans and shall conform to the provisions in Section 19-3, "Structure Excavation and Backfill," of the Standard Specifications. Payment The contract price paid per linear foot for plastic (HDPE) storm drain pipe for the sizes listed in the schedule of Bid Items shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing pipe, complete in place, including structure excavation, structure backfill, bedding materials, connecting new pipe to existing facilities, including concrete collars and reinforcement, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.33 STORM DRAIN CATCH BASIN Storm drain catch basin shall be provided or constructed as detailed on the plans, and shall conform to the provisions in Section 51-1.02, "Minor Structures," and Section 70, "Miscellaneous Facilities," of the Standard Specifications and these special provisions, and as directed by the Engineer. Frames and grates shall conform to the provisions in Section 75, "Miscellaneous Metal," of the Standard Specifications. Grates shall be bicycle proof. Inlets shall be covered in an acceptable manner, as determined by the Engineer, to allow for vehicular traffic up until the time the structure is raised to grade, Type G-3 Catch Basin Catch Basin identified on the plans as Type G-3 shall be constructed as shown on the plan details for Type G-3 inlet. The Contractor will be responsible for ordering, delivering, installing, and modifying as necessary, precast inlet boxes as specified above. The Contractor will be responsible for all work associated with installing and casting in place the catch basin hoods and frames and grates, including depressed gutter aprons, to the lines and grades specified in the plans, and for all other work required to complete installation of the Type G-3 inlets as shown on the plans and as directed by the Engineer. Payment The contract unit price paid per each for storm drain catch basin (Type G-3) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing Type G-3 storm drain catch basins, complete in place, including frame and grate, structure excavation and structure backfill, reinforcement, and connecting to new or existing facilities, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.34 MISCELLANEOUS CONCRETE CONSTRUCTION Curbs and gutter, driveways, valley gutters, sidewalks, curb ramps, and curb walls, shall be Class B concrete and shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," and Section 90-10, "Minor Concrete," of the Standard Specifications and these special provisions, and as directed by the Engineer. Aggregate base shall conform to the requirements in Section 26, "Aggregate Bases," of the State Standard Specifications, and elsewhere in these special provisions. Q tpwWWENOASONIRACES12008lllelomre sired Intravcmcntlnelawar s 99 I 2/18120,01 All sidewalk constructed adjacent to curbs shall be poured monolithic with curb unless otherwise approved in writing by the Engineer. Saw cuts shall be full depth. Expansion joints shall be placed as shown on the plans. Expansion joints shall be filled with 1/4 -inch thick premolded joint filler conforming to the provisions in Section -51-1.12C, "Premolded Expansion Joint Fillers," of the Standard Specifications. The joint filler shall be shaped to the cross section of the curb. t 1 1 1 I 1 Concrete for curb and gutter, sidewalk and driveway shall have 1 lb. or I pint of lampblack added per cubic yard of concrete mix. Curing of concrete curbs, gutters, sidewalks, valley gutters, curb ramps, driveways, and curb walls shall conform to the provisions in Section 90-7.01 C, "Waterproof Membrane Method," of the Standard Specifications. Payment The contract unit price paid for each miscellaneous concrete item listed in the Schedule of Bid Items (Concrete Curb (Type 1), Concrete Curb Wall, Concrete Sidewalk, Curb & Gutter & WCR, Concrete Driveway & Conform Walkway, Concrete Valley Gutter and Concrete Pavement Reconstruction) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing each respective item, complete in place including weakened plane joints, expansion joints, bar reinforcing steel, drill and bond dowels, detectable warning surface, curb ramp texturing, reinforcements, surface texturing and curing, and aggregate bases, as shown on the plans, as specified in the Standard Specifications and these special . provisions, and as directed by the Engineer. Concrete Curb (Type 1) and Concrete Curb Wall will be measured and paid for by the linear foot. Concrete Valley Gutter, Concrete Driveway including Depressed Curb & Gutter & Conform Walkway, and Concrete Pavement Reconstruction will be measured and paid for by the square foot. Concrete Sidewalk, Curb & Gutter and Wheel Chair Ramp, will be measured and paid for by the square foot. Curb ramp will not be measured nor paid for separately and shall be considered as included in the contract price paid per square foot for sidewalk, curb & gutter and WCR and no additional compensation will be allowed therefore. 10-1.35 MARKERS Object markers shall conform to the provisions in Section 82, "Markers and Delineators," of the Standard Specifications and these special provisions. Object markers shall be of the type shown on the plans and shall be furnished and installed by the Contractor. Markers on flexible posts shall be as specified in "Prequalified and Tested Signing and Delineation Materials," elsewhere in these special provisions. Flexible posts shall be made from a flexible white plastic which shall be resistant to impact, ultraviolet light, ozone and hydrocarbons. Flexible posts WPWENOACONTRACTSUCIOSNelewue Strm Imp Mel «S,- FIN 100 shall resist stiffening with age and shall be free of burns, discoloration, contamination, and other objectionable marks or defects which affect appearance or serviceability. Reflective sheeting for metal and flexible target plates shall be the reflective sheeting designated for channelizers, markers, and delineators specified in "Prequalified and Tested Signing and Delineation Materials," elsewhere in these special provisions. 1 I 1 1 1 1 Payment The cost of permanent object markers is considered as included in the lump sum price paid for Pavement Delineation and the cost of temporary object markers is considered as included in the lump sum price paid for traffic control system and no additional compensation will be provided therefore. 10-1.36 STEEL BOLLARD Steel bollards shall be constructed as shown on the plans. Finishing shall be in accordance with these special provisions and as shown on the plans. All required painting shall be done in accordance with the drawings, the applicable portions of Section 59, "Painting," of the Standard Specifications, the coating manufacturer's recommendations, and these special provisions. Payment The contract unit price paid per each for steel bollard shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work necessary to furnish and install steel bollards, complete in place including concrete footing, steel post and cap, related components, welded studs, gravel and galvanization, as indicated on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.37 PAVEMENT DELINEATION Traffic stripes and pavement markings shall comply with the provisions in section 84, "Traffic Stripes and Pavement Markings," of the Standard Specifications, these special provisions, the Standard Plans, and as directed by the Engineer. Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications, these special provisions, the Standard Plans, and as directed by the Engineer. Traffic stripes and pavement markings shall be thermoplastic unless otherwise noted on the plans. All required painting shall be done in accordance with the drawings, the applicable portions of Section 59, "Painting," of the Standard Specifications, the coating manufacturer's recommendations, and these special provisions. Payment The contract lump sum price paid for pavement delineation shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing all pavement delineation, paint, markers, reflective markers, and thermoplastic, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. plpanlNM CONTRSCa IM rc91- FINAL/237 101 1 1 1 1 i 1 I 1 1 10-1.38 PAINT CURBS (2 -COAT) Paint curbs (2 -coat) shall conform to the provisions in Sections 84-1, "General," and 84-3, "Painted Traffic Stripes and Pavement Markings," of the Standard Specifications and these special provisions, and as directed by the Engineer. Curbs that are shown on the plans to be painted shall be painted with two (2) coats of paint. The entire face of curb and top of curb shall be painted as directed by the Engineer. Solvent borne paints shall not be used in San Mateo County. The State Specification No. for glass beads in Section 84-3.02, "Materials," of the Standard Specification is amended to read "8010-21C-22 (Type II)." Payment All work associated with paint curbs (2 -coat) is considered as included in the lump sum price paid for pavement delineation and no additional compensation will be provided therefore. 10-1.39 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS Thermoplastic traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Sections 84-1, "General," and 84-2, "Thermoplastic Traffic Stripes and Pavement Markings," of the Standard Specifications and these special provisions. Payment All work associated with place thermoplastic traffic stripes and thermoplastic pavement markings is considered as included in the lump sum price paid for pavement delineation and no additional compensation will be provided therefore. 10-1.40 PAINT TRAFFIC STRIPES AND PAVEMENT MARKINGS Painted traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Sections 84-1, "General," and 84-3, "Painted Traffic Stripes and Pavement Markings," of the Standard Specifications and these special provisions. Payment All work associated with painted traffic stripes and painted pavement markings is considered as included in the lump sum price paid for pavement delineation and no additional compensation will be provided therefore. 10-1.41 PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications, these special provisions, the Standard Plans, and as directed by the Engineer. Paragraph 6, Section 85-1.06, Placement," of the Standard Specifications, stating that markers shall not be placed on new asphalt concrete surfacing until surfacing has been opened to public traffic for a period of not less than 14 days, shall not apply. Q,\,airwu+OA_mr+iRACrs eel., res nip! aas,- n"ni_1212ndd< 102 I 8/2008 I 1 1 1 .1 1 1 I I Pavement markers shall be placed to the line and limits established by the Engineer, as shown on the plans, and the Standard Plans, All additional work necessary to establish a satisfactory line for markers shall be performed by the Contractor, including correction of minor irregularities. At the option of the Contractor, a hot melt bituminous adhesive may be used to cement the markers to the pavement instead of the Rapid Set Type or Standard Set Type epoxy adhesive specified in Section 85-1.06, "Placement," of the Standard Specifications. Bituminous adhesive material shall conform to the following: Specification ASTM Designation Requirement Flash Point, COC, OF D92 550 Min. Softening Point, OF D36 200 Min. Brookfield Thermosel Viscosity, Centipoise, No. 27 Spindle, 20 RPM, 4009F D4402 3,000-6,000 Penetration, dmm, 100g, 5 Seconds, 770F D5 10-20 Filler Content, percent by weight (Insoluble in 1,1,1 Trichloroethane) D237I 65-75 Filler material used in bituminous adhesive shall be Type PC, Grade III, calcium carbonate conforming to the requirements of ASTM Designation: D1199, and shall conform to the following fineness: Sieve Size Percent Passing No. 100 100 No. 200 95 No. 325 75 Bituminous adhesive shall be heated indirectly in an applicator with continuous agitation or recirculation. Bituminous adhesive shall not be heated above the maximum safe heating temperature recommended by the manufacturer and shall not be applied at temperatures greater than 425°F nor less than 375°F. Immediately after application of the adhesive, pavement markers shall be placed in position and pressure applied until firm contact is made with the pavement. Placement of pavement markers using bituminous adhesive shall conform to the requirements of the third, fourth, ninth, and tenth paragraphs in said Section 85-1.06 of the Standard Specifications, except as follows: 1. Markers shall not be placed when the pavement or air temperature is 50°F or less. 2. Blast cleaning of clean, new asphalt concrete surfaces will not be required. Q pwW WENG ekCON r0.4C1$@WblDvlane Slroal Improver en, Delaw.re SI - RNA R 17 tIS dos 103 ISMS2(MA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i When bituminous adhesive is used for pavement marker placement, traffic control during placement operations shall conform to the requirements of "Maintaining Traffic" of these special provisions. The Contractor shall take all necessary precautions to protect newly installed markers from disturbance until the Engineer determines the adhesive has set sufficiently to bear traffic. Disturbed pavement markers shall be reset by the Contractor, entirely at the Contractor's expense, No separate payment will be made for the resetting of disturbed or damaged pavement markers. Blue fire hydrant markers shall be placed in accordance with Caltrans Traffic Manual figure 6-48 and as directed by the Engineer. Payment All work associated with place pavement markers is considered as included in the lump sum price paid for pavement delineation and no additional compensation will be provided therefore. 10-1.42 LIGHTING AND ELECTRIC EQUIPMENT Furnishing, installing and/or modifying traffic signals, lighting and electrical equipment shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems," of the Standard Specifications and these special provisions. Maintaining Existing and Temporary Electrical Systems Contractor shall be responsible for coordinating the installation of new, use of temporary and removal of old street lighting and electrical wiring to maintain full street lighting at all times throughout the construction period. Traffic signal system shutdowns shall be limited to periods between the hours of 10:00 a.m. and 3:00 p.m. Foundations Street light foundations identified on plans shall be constructed as shown on the plan details for standard aluminum electrolier. Standards, Steel Pedestals And Posts Sheet steel shall have a minimum yield of 48,000 psi. Conduit All conduits shall be installed in back of the curb, beneath the sidewalk, except conduits for street crossings. Conduit to be installed under the sidewalk shall be the rigid steel or rigid non-metallic type, unless otherwise specified. Detector termination conduits may be the rigid non-metallic type. Conduits for street crossings under asphalt concrete pavement shall be the rigid steel type only. All conduits must be placed prior to the placement of concrete sidewalk or asphalt concrete paving over street crossings. Under no circumstances may conduit be placed after placement of final portland cement concrete or asphalt concrete paving by trenching into the new surfacing. The conduit in a foundation and between a foundation and the nearest pull box shall be the rigid steel type. Q Nwwwuq A coN rR c rsu(. TIslawssnSw,,t ImjruvrnmnNlm,wnv S- FINAL -I2.17 OS arc 104 ivixnOS 1 1 1 1 I I 1 1 1 1 I When a standard couplingcannot be used for coupling metal type conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86-2.05C, "Installation," of the Standard Specifications, or a concrete tight split coupling or concrete tight set screw coupling shall be used. When rigid non-metallic conduit is installed in a trench (not under pavement or under portland cement concrete sidewalk), after the bedding material is placed and conduit installed, the trench shall be backfilled with commercial quality concrete, containing not less than 376 pounds of portland cement per cubic yard, to not less than 4 inches above the conduit before additional backfill material is placed. After conductors have been installed, the ends of conduits terminating in pull boxes shall be sealed with an approved type of sealing compound. Pull ropes for use when installing cables in rigid non-metallic conduit shall consist of a flat, woven, lubricated, soft -fiber polyester tape with a minimum tensile strength of 1,800 pounds and shall have printed sequential measurement markings at least every 3 -feet. At the option of the Contractor, the final 2 feet of conduit entering a pull box in a reinforced concrete structure may be the liquid -tight flexible metal type.. Pull Boxes Pull boxes shall be located behind the curb or at the locations shown on the plans. Grout shall not be placed in the bottom of pull boxes. Conductors And Wiring Splices shall be insulated by "Method B" or, at the Contractor's option, splices of conductors shall be insulated with heat -shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulated coating. The Contractor shall furnish to the Engineer a Certificate of Compliance from the manufacturer for all conductors and cables to be furnished to the project, in accordance with the provisions of Section 6-1.07, "Certificate of Compliance," of the Standard Specifications. In addition to the requirements for splices in detector circuits, the open end of cable jackets or tubing shall be sealed in a manner similar to the splicing requirements to prevent the entrance of water. Section 86-2.09D, "Splicing," of the Standard Specifications is amended by retitling as "Splicing and Terminations," and the last paragraph is amended to read: "All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted." Detectors The third paragraph of Section 86-5.01A(5), "Installation Details," of the Standard Specifications is amended to read: "Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to Q.\prvWWENO1A CONTRAC5121M181)eleware Seep ImprortmtnOl Numure St - FINAL 1217 Oder. 105 I I I I I I I I t 1 1 i I 1 1 flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any such material flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-1.13." Detector loops shall be installed prior to the final asphalt lift, 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 changed to 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 I %I inches. Slot width shall be a maximum of 3/4 inch. Loop wire for circular loops shall be Type 2, Slots of circular loops shall be filled with elastomeric sealant or hot melt rubberized asphalt sealant. Removing, Reinstalling or Salvaging Electrical Equipment Salvaged electrical materials shall be hauled to and stockpiled at the City Corporation Yard on: 1949 Pacific Boulevard San Mateo, CA. 94403 The Contractor shall provide equipment, as necessary, to safely unload and stockpile the material. A minimum of 2 working days notice shall be given prior to delivery. Full compensation for hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged, and no additional compensation will be allowed therefore. Payment All lighting and electrical work in this project will be paid via the items listed and described below. The intent is that the following items shall completely cover all the work. Any required work not specifically mentioned will be considered as included in the nearest relevant item listed below. The contract lump sum price paid for traffic signal modification shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work necessary for traffic signal modifications, complete in place, including removing and replacing traffic loop detectors as indicated on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract lump sum price paid for temporary lighting shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work necessary to maintain street lighting at all times while transitioning from use of the existing street lighting to use of the new street lighting, as indicated on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract unit price paid per each for relocate traffic signal box and relocate street light box shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work necessary to furnish and install electrical pull boxes regardless of size or type, complete in place, as indicated on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Q,pw J'WENOV.,. CON➢fAC] SCIMY4Welowttre S et Impmreemwel.vve St - FINAL_I 2170 106 IUItctola 1 1 1 1 1 1 1 I 1 The contract unit price paid per linear foot for conduit and conductors shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work necessary to furnish and install electrical conduit and conductors, complete in place including excavation and backfill, pulling of conductors, splices, and connections, as indicated on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for salvaging existing electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged, and no additional compensation will be allowed therefore. 10-1.43 FOG SEAL COAT Fog seal coat shall conform to the provisions in Section 37-1, "Seal Coats," of the State Standard Specifications and these special provisions. Asphaltic emulsion shall be either SS1h or CSSIh grade. Payment The contract unit price paid per square yard for fog seal coat shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and applying fog seal coat, complete in place, as shown on the plans, as specified in the State Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.44 TREE ROOT BARRIER Tree root barrier shall conform to the provisions in these special provisions. Tree root barrier shall be black, injection molded panels or linear roll with 90 degree deflecting ribs and shall be manufactured with 50% post consumer polypropylene plastic with added ultraviolet inhibitors; recyclable. Tree root barrier shall have a minimum wall thickness of 0.06" (60 mil) and rib thickness of 0.08" (80 mil). The city arborist shall be notified before extensive cutting of roots. Payment The contract unit price paid per each for tree root barrier shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work necessary to furnish and install tree root barrier, complete in place, including excavation and backfill and cutting of existing roots, as indicated on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.45 TRIANGULAR PLANTER STRUCTURE Triangular planter structure shall conform to the provisions in these special provisions. The two existing triangular planter structures shall be relocated to the back of the new sidewalk. The contractor shall protect the existing triangular planter structures until it can be reset in the new location. Q .wW WE rcw CONTR Crsuwewa...ara mry I II Fl B J� 107 191R/LOIN Remove and replace the existing climbing plants (Pink Jasmine) with the relocation of the triangular planter. 1 1 1 1 1 The city arborist shall be notified prior to establishing the new climbing plants. Payment The contract lump sum paid for triangular planter structure shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work necessary to remove, store and relocate triangular planter structure, complete in place, including excavation and backfill and cutting of existing roots, removal of existing climbing plants and planting new climbing plants for the triangular planter structures as indicated on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.46 LANDSCAPE SPRINKLER SYSTEM The landscape sprinkler system shall conform to the provisions in these special provisions. The existing sprinkler heads shall be relocated to the back of the new sidewalk if the existing sprinkler head is in conflict with the proposed sidewalk. The contractor shall protect the existing heads until it can be replaced in the new location. Payment The contract lump sum paid for landscape sprinkler system shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work necessary to remove and replace, complete in place, including excavation and backfill and removing and re- establishing the existing sprinkler system as indicated on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. ()%00PWENGAACONIRAC r$12.0118,0elaware Sim IltMmvemmiNIDlaware 4. I1NA� I2 II Ci ,k 108 12(18/20011 1 1 i 1 1 1 SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) GENERAL —The work herein proposed will be financed in whole or in part with Federal funds, and therefore all of the statutes, rules and regulations promulgated by the Federal Government and applicable to work financed in whole or in part with Federal funds will apply to such work. The "Required Contract Provisions, Federal -Aid Construction Contracts, "Form FHWA 1273, are included in this Section 14. Whenever in said required contract provisions references are made to "SHA contracting officer," "SHA resident engineer," or "authorized representative of the SHA," such references shall be construed to mean "Engineer" as defined in Section 1-1.18 of the Standard Specifications. PERFORMANCE OF PREVIOUS CONTRACT —In addition to the provisions in Section I I, "Nondiscrimination," and Section VII. "Subletting or Assigning the Contract." of the required contract provisions, the Contractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH RE- GARD TO THE PERFORMANCE OF PREVIOUS CON- TRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in excess of $10,000 will be considered under the provisions of Section VII of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above. executed by the proposed subcontractor. NON -COLLUSION PROVISION. —The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code, Section 112, requires as a condition precedent to approval by the Federal Highway Administrator of the contract for this work that each bidder file a sworn statement executed by, or on behalf of, the person, firm, association, or corporation to whom such contract is to be awarded, certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the submitted bid. A form to make the non -collusion affidavit statement required by Section 112 as a certification under penalty of perjury rather than as a sworn statement as permitted by 28. USC, Sec. 1746, is included in the proposal. PARTICIPATION BY DISADVANTAGED BUSINESS EN- TERPRISES IN SUBCONTRACTING. —Part 26, 'Title 49, Code of Federal Regulations applies to this Federal -aid -project. Pertinent sections of said Code are incorporated in part or in its entirety within other sections of these special provisions. Schedule B --Information for Determining Joint Venture Eli- gibility • FR -1 (This form need not be filled in if all joint venture firms are DBE owned.) 1. Name of joint venture 2. Address of joint venture 3. Phone number of joint venture 4. Identify the firms which comprise the joint venture. (The DBE partner must complete Schedule A.) a. Describe the role of the DBE firm in the joint venture. b. Describe very briefly the experience and business qualifications of each non -DBE joint venturer: 5. Nature of the joint venture's business 6. Provide a copy of the joint venture agreement. 7. What is the claimed percentage of DBE ownership? 8. Ownership of joint venture: (This need not be filled in if described in the joint venture agreement, provided by question 6.). Revised 3-95 08-07-95 V'N"wwti'NGN_COMNCF2u2o11MDelu.we b,cnm.p,"von¢nr1) I,w,rc 8T a 109 2/18/2006. I a. Profit and loss sharing. b. Capital contributions, including equipment. c. Other applicable ownership interests. 9. Control of and participation in this contract. Identify by name, race, sex, and "firm" those individuals (and their titles) Signature Signature who are responsible for day-to-day management and policy decision making, including, but not limited to, those with prime responsibility for: Name Name Name of Firm Name of Firm a. Financial decisions b. Management decisions, such as: I. Estimating 2. Marketing and sales 3. Hiring and firing of management personnel 4. Purchasing of major items or supplies c. Supervision of field operations Note. --if, after filing this Schedule B and before the completion of the jointventure's work on the contract covered by this regulation, there is any significant change in the information submitted, the joint venture must inform the grantee, either directly or through the prime contractor if the joint venture is a subcontractor. Affidavit "The undersigned swear that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. IFurther, the undersigned covenant and agree to provide to grantee current, complete and accurate information regarding actual joint venture work and the payment therefor and any proposed changes in any of the joint venture arrangements and to permit the audit and examination of the books, records and files of the joint Iventure, or those of each joint venturer relevant to the joint venture, by authorized representatives of grantee or the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for 'initiating action under Federal or State laws concerning false statements." Title Title Date Date Date State of County of On this day of appeared (Name) , 19 , before me to me personally known, who, being duly sworn, did execute the foregoing affidavit and did state that he or she was properly authorized by (Name of firm) to execute the affidavit and did so as his or her free act and deed. Notary Public Commission expires [Seal] Date State of County of On this day of , 19 . before me appeared (Name) to me personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (Name of firm) to execute the affidavit and did so as his or her free act and deed Notary Public Commission expires [Seal] FR -2 Form .1273 — Revised 3-95 08-07-95 1 I 1 I I Page I. General 3 Il. Nondiscrimination 3 III. Nonsegregated Facilities 5 IV. Payment of Predetermined Minimum Wage 6 V. Statements and Payrolls 8 VI. Record of Materials, Supplies, and Labor 9 VII. Subletting or Assigning the Contract 9 VIII. Safety: Accident Prevention 10 IX, False Statements Concerning Highway Project 10 X. Implementation of Clean Air Act and Federal Water Pollution Control Act 10 XI. - Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion 11 XII. Certification Regarding Use of Contract Funds for Lobbying 12 ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also he grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unlessit is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities -under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60.4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract, In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obli- gations and in their review of histher activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed and that employees are treated during employment, without regard to their race, religion. sex, color. national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff' or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. preapprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to, the SHA contracting officers an EEO Officer who will have the responsibility for and must be - capable of effectively FR -3 Form 1273 — Revised 3-95 08-07-95 1 1 1 1 1 1 1 1 administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will he conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority Igroups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions.(The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer Fonn 1273 —Revised 3-95 DSA7-95 FR -4 minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. • 5. Personnel Actions: Wages, working conditions, and employee benefits shall be establishedand administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion; layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of projectsite personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices, c. The contractor will periodically - review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action, -If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. • d. The contractor will promptly investigate all- complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 110 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance re- quirements for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 1 1 1 1 1 1 1 1 1 i 1 i 1 1 i i 1 1 7. Unions: I f the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtainthe cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex. national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 26, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (I) The number of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring. training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FFIWA-1391. If on- the-job training is being required by special provision, the contractor will be required to collect and report training data. III NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal - aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The fine agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, reli- gion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). FR -5 11 1 Form 1273 — Revised 3-95 08-07-95 1 1 1 1 1 1 c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborersemployed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3)] issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276e) the MI amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual re- lationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHW'A-1495) shall bepostedat all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b. hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans. funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may he compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the. Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. Form 1273 — Revised 3-95 1 08-07-95 FR -6 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an • additional classification, wage rate and fringe benefits only when the following criteria have been met: (I) the work to be performed by the additional classification requested is not performed by a classification in the wage determination: (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate. the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall besent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and 'the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification, 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit 112 I 1 I 1 11 i I i 1 as stated in the wage determination or shall pay another bona fide fringe benefit or anhourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program. but who has been certified by the Bureau of Ap- prenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determinationfor the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall he observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Adminis- trator for the Wage and Hour Division determines that a different practice- prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. 113 FR -7 (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (I) Except as provided. in 29 CFR 5.16, trainees willnot be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in aprogram which has received prior approval, evidenced by formal certification by the DOL. Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wagerate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be pumitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under an approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. Form 1273 — Revised 3-95 08-07-95 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contractor any other Federal contract with the same prime contractor, orany other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: I Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such Icontractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic. watchman, or guard employed in Iviolation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in Iparagraph 7. Form 1273 — Revised 3-95 1 08-07-95 FR -8 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference, 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained, by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification: hourly. rates of wages paid (including rates of contributions or costs anticipated for bona -fide fringe benefits or cash equivalent thereof the types described in Section l(b)(2)(B) of the Davis Bacon Act);; daily and weekly number of hours worked; deductions made; and actual wages paid. in addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph I. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially repossible, that the plan or program has 'been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. 1 14 1 11 1 1 c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed. to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll. submitted shall set out accurately and completely all of the information required to he maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a"Statement of Compliance," signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (I) that the payroll for the payroll period contains the information required to he maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. F The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records re- quired under paragraph 26 of this Section V available for inspec- tion, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOI„ and shall permit such represen- tatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOI, or all may, after written notice to the contractor, sponsor. applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment. advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 115 FR -9 VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FH WA -47. "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph lb relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (ora greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge. abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. Form 1273 — Revised 3.95 08-07-95 1 I 1 1 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with -the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, -assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for -the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION Lin the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act 1 (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, Icontractors, suppliers, and workers on Federal -aid highwayprojects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly. and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law, To prevent any misunderstanding regarding the seriousness of these and similar acts, Eons 1273 — Revised 3-95 08.07.95 1 the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C, 1020 reads as follows: "Whoever being an officer, agent, or employee of the United States, or any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality. quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false repre- sentation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to he performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false repre- sentation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and sup- plemented; • Shall be fined not more that $10,000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 etseq., as amended by Pub. L. 91.604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub. L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Pro- tection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations • and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized FR -10 116 1 1 i 1 I I 1 I for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION I. Instructions for Certification- Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result indenial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction, However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. Theprospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 117 FR -11 g. The prospective primary participant further agrees by submitting this proposal that. it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered -.transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. - h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lowertier covered transaction •that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized tinder paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment. declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transactionor contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1b of this certification; and Fenn 1273 — Revised 3-95 OS -07-95 1 1 I 2. Instructions for Certification - Lower Tier Covered Transactions: d. Have not within a 3 -year period preceding this ap- plication/proposal had one or more public transactions (Federal. State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 1 1 r 1 I I I I 1 (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification inthis clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debar- ment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assis- tance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f.. The prospective lower tier participant further agrees by submitting this- proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible. or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Farm 1273 -.. Revised 3-95 08-07-95 Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions I. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federaldepartmentor agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) L The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency,. a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, FR -I2 118 r I 1 1 I I grant, loan. or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shalt be subject to a civil penalty of not less than $10,000 and notmore than $100.000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. FEDERAL -AID FEMALE AND MINORITY GOALS In accordance with Section II, "Nondiscrimination," of "Required Contract Provisions Federal -aid Construction Contracts" the following are the goals for female utilization: Goal for Women (applies nationwide) (percent) 6.9 The following are goals for minority utilization: CALIFORNIA ECONOMIC AREA 174 Redding, CA: Non-SMSA Counties CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama. 175 Eureka, CA: Non-SMSA Counties CA Del Norte; CA Humboldt; CA Trinity. 176 San Francisco -Oakland -San Jose, CA: Goal (Percent) 177 Sacramento, CA: SMSA Counties: 6920 Sacramento, CA, 16.1 CA Placer; CA Sacramento; CA Yolo. Non-SMSA Counties 14.3 CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA -Sutter; CA Yuba. 178 Stockton -Modesto, CA: SMSA Counties: 6.8 5170 Modesto. CA CA Stanislaus. 8120 Stockton, CA CA San Joaquin. Non-SMSA Counties CA Alpine; CA Amador; 6.6 CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne. SMSA Counties: 7120 Salinas -Seaside - Monterey, CA 28.9 CA Monterey. • 7360 San Francisco -Oakland, CA. 25.6 CA Alameda; CA Contra Costa: CA Marin; CA San Francisco; CA San Mateo. 7400 San Jose. CA 19.6 CA Santa Clara. 7485 Santa Cruz. CA 14.9 CA Santa Cruz. 7500 Santa Rosa, CA 9.1 CA Sonoma. 8720 Vallejo -Fairfield- Napa, CA 17.1 CA Napa; CA Solana Non-SMSA Counties CA Lake; CA Mendocino; CA San Benito. 179 Fresno -Bakersfield, CA: • 12.3 24.3 19,8 SMSA Counties: 0680 Bakersfield, CA 19.1 CA Kern. 2840 Fresno, CA 26.1 CA Fresno. Non-SMSA Counties 23.6 CA Kings: CA Madera; CA Tulare. 180 Los Angeles, CA: SMSA Counties: 0360 Anaheim -Santa Ma -Garden Grove, CA 11.9 CA Orange. 4480 Los Angeles -Long Beach, CA 28.3 CA Los Angeles. 6000 Oxnard -Simi Valley - 23.2 Ventura, CA 21.5 CA Ventura. FR -13 Form 1273 -- Revised 3-95 08-07-95 119 1 1 I 1 I I I I I i I 1 I 1 1 1 I i I 6780 Riverside -San Bernardino - Ontario, CA CA Riverside; CA San Bernardino. 7480 Santa Barbara -Santa Maria - Lompoc, CA CA Santa Barbara. Non-SMSA Counties CA Inyo; CA Mono; CA San Luis Obispo. Form 1273 — Revised 3-95 08-07-95 181 San Diego, CA: 19.0 SMSA Counties 7320 San Diego, CA 16.9 CA San Diego. Non-SMSA Counties 18.2 1 9. 7 CA Imperial. 24.6 In addition to the reporting requirements set forth elsewhere in this contract the Contractor and subcontractors holding subcontracts, not including material suppliers, of $10,000 or more, shall submit for every month of July during which work is performed, employment data as contained under Form FHWA PR -1391 (Appendix C to 23 CFR, Part 230), and in accordance with the instructions included thereon. FR -14 120 I 1 1 I I I I I I I 1 FEDERAL REQUIREMENT TRAINING SPECIAL PROVISIONS FEDERAL REQUIREMENT TRAINING SPECIAL PROVISION. -- As part of the Contractor's equal employment opportunity affirmative action program, training shall be provided as follows: The Contractor shall provide on-the-job training to develop full journeymen in the types of trades or job classification involved. The goal for the number of trainees or apprentices to be trained under the requirements of this special provision will be zero (0). In the event the Contractor subcontracts a portion of the contract work, he shall determine how many, if any, of the trainees or apprentices are to be trained by the subcontractor, provided however, that the Contractor shall retain the primary responsibility for meeting the training requirements imposed by this special provision. The Contractor shall also insure that this Training Special Provision is made applicable to such subcontract. Where feasible, 25 percent of trainees or apprentices in each occupation shall be in their first year of apprenticeship or training. The number of trainees or apprentices shall be distributed among the work classifications on the basis of the Contractor's needs and the availability of journeymen in the various classifications within a reasonable area of recruitment. Prior to commencing work, the Contractor shall submit to the Department for approval the number of trainees or apprentices to be trained in each selected classification and training program to be used. Furthermore, the Contractor shall specify the starting time for training in each of the classifications. The Contractor will be credited for each trainee or apprentice employed by him on the contract work who is currently enrolled or becomes enrolled in an approved program and will be reimbursed for such trainees or apprentices as provided hereinafter. Training- and upgrading of minorities and women toward journeymen status is a primary objective of this Training Special Provision. Accordingly, the Contractor shall make every effort to enroll minority and women trainees or apprentices (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees or apprentices) to the extent such persons are available within a reasonable area of recruitment. The Contractor will be responsible for demonstrating the steps that he has taken in pursuance thereof, prior to a determination as to whether the Contractor is in compliance with this Training Special Provision. This training commitment is not intended, and shall not be used, to discriminate against any applicant for training, whether a member of a minority group or not. F-15 No employee- shall be employed as a trainee or apprentice in any classification in which he has successfully completed a training course leading to journeyman status or in which he has been employed as a journeyman. The Contractor should satisfy this requirement by including appropriate questions in the employee application or by other suitable means. Regardless of the method used the Contractor's records should document the findings in each case, The minimum length and type of training for each classification will be as established in the training program selected by the Contractor and approved by both the Department and the Federal Highway. Administration, The Department and the Federal Highway Administration will approve a program if it is reasonably calculated to meet the equal employment opportunity obligations of the Contractor and to .qualify the average trainee or apprentice for journeyman status in the classification concerned by the end of the training period. Furthermore, apprenticeship programs registered with- the U.S. Department. of Labor, Bureau of Apprenticeship and: Training, or with the State of California, Department of Industrial Relations, Division of Apprenticeship Standards recognized by, the Bureau and training programs approved but not necessarily sponsored by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training shall also be considered acceptable provided it is being administered in a manner consistent with the equal employment obligations of Federal -aid highway construction contracts. Approval or acceptance of a training program shall be obtained from the State prior to commencing work on the classification covered by the program. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk -typists or secretarial -type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward ponstruction applications. Training in the laborer classification may be permitted provided that significant and meaningful training is provided and approved by the division office, Some offsite training is permissible as long as the training is an integral part of an approved training program and does not comprise a significant part of the overall training. Except as otherwise noted below, the Contractor will be reimbursed 80 cents per hour of training given an employee on this contract in accordance with an approved training program. As approved by the Engineer, reimbursement will be made for training of persons in excess of the number specified herein. 121 I I I 1 I 1 I I This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other source does not specifically prohibit the Contractor from receiving other reimbursement. Reimbursement for offsite training indicated above may only be made to the Contractor where he does one or more of the following and -the trainees or apprentices are concurrently employed on a Federal -aid project; contributes to the cost of the training, provides the instruction to the trainee or apprentice or pays the trainee's or apprentice's wages during the offsite training period. No payment shall be made to the Contractor if either the failure to provide the required training, or the failure to hire the trainee or apprentice as a ,journeyman, is caused by the Contractor and evidences a lack of good faith on the part of the Contractor in meeting the requirements of this Training Special Provision. It is normally expected that a trainee or apprentice will begin his training on the project as soon as feasible after start of work utilizing the skill involved and remain on the project as long as training opportunities exist in his work classification or until he has completed his training program. It is not required that all trainees or apprentices be on board for the entire length of the contract. A Contractor will have fulfilled his responsibilities under thisTraining Special Provision if he has provided acceptable training to the number of trainees or apprentices specified. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. Only trainees or apprentices registered in a program approved by the State of California's State Administrator of Apprenticeship may be employed on the project and said trainees or apprentices shall be paid the standard wage specified under the regulations of the craft or trade at which they are employed. The Contractor shall furnish the trainee or apprentice a copy of the program he will follow in providing the training. The Contractor shall provide each trainee or apprentice with a certification showing the type and length of training satisfactorily completed.The Contractor will provide for the The Contractor will provide for the maintenance of records and furnish periodic reports documenting his performance tinder this Training Special Provision. 122 1 1 1 1 1 1 THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of I California, by and between the CITY OF SAN MATEO, a municipal corporation, hereinafter called "City", and hereinafter called "Contractor," as of the day of APPENDIX I DELAWARE STREET IMPROVEMENT FEDERAL AID PROJECT NO. CML-5102 (032) CITY PROJECT NO. 465146 AGREEMENT FOR PUBLIC IMPROVEMENT CITY OF SAN MATEO CITY COUNCIL AWARD 1 1 2009. RECITALS: (a) City has taken appropriate proceedings to authorize construction of the public work and improvements or other matters herein provided, and execution of this contract. 1 (b) A notice was duly published for bids for the contract for the improvement hereinafter described. I i I 1 1 (c) After notice duly given. on the date hereof, the City awarded the contract for the construction of the improvements hereinafter described to Contractor. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the Contract Book therefore entitled: DELAWARE STREET IMPROVEMENT 2. Contract Price. City shall pay, the Contractor shall accept, in fill payment for the work above agreed to be done the sum of Said price is determined by the prices contained in Contractor's bid, and shall be paid as described in the Contract Book, In the event work is performed or materials furnished in addition to or a reduction of those set forth 1 in Contractor's bid and the specifications herein, such work and materials will be paid for as described in the Contract Book. I 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; the Notice Inviting Sealed Proposals; the Accepted Proposal; the Contract Book which includes the Special Provisions and Contract Drawings, Addendums Number issued to the Contract Book; the State of ICalifornia, Department of Transportation, Standard Specifications, May 2006; the Faithful Performance Bond; and QV.W WLHEitk CONTMCTS31g8Vxbtimc 8¢M Impnrccmnpl klewvc SI -PIN/4,17 . IP Os ,.v A — 1 12/18/08 1 I 1 I I I I I the Labor and Material Bond; and the labor Surcharge and equipment Rental Rates in effect on the date the work is accomplished, which said special provisions, project plans, Standard Plans, Standard Specifications, and Labor Surcharge and Equipment Rental Rates are hereby specifically referred to and by such reference made apart hereof. All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents". In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule, All work shall be performed in accordance with the schedule provided pursuant to the Contract Book. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, City shall Iimmediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 Idays after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, Iwithout liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as maybe on the site of the work and necessary therefor. 6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work unless such excess work is compensated for at not less Ithan 1-1/2 times the basic rate of pay. Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for Ieach calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced or determined by the ▪ administrator of the Wage and Hour Division, U.S. Department of Labor, in force on the day bids are opened, which ▪ ever is higher, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (4*) after the expiration date in Ieffect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (4) after the expiration date which are in Ieffect 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 Q Wt)vc.A cu"TFACFSUCrikiDe]• a yo-urtmpr .meomx s ._ Q. iauseh. A - 2 12/18/08 1 1 1 1 1 1 1 1 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. 8. Insurance. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or he no less than two (2) times the occurrence limit. B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles. C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. All insurance shall: 1. Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. 2. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. 3. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. 1 Attorney's office. 4. No changes in insurance may be made without the written approval of the City 5. NOTICE OF CANCELLATION: The city requires 30 days written notice of Icancellation. 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 of liability of any kind upon the company, its agents for representatives 1 9. Hold Harmless and Indemnity Provision. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees thereagainst;-provided, however that this provision does not apply to claims, I 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 1 Insurance Code. ¢Y.IPNIENOVL CONTRACI'SUOOK.Delewere Sired ImpnteauntDelawale Ei A — 3 12/18/08 t I 10, Attorney Fees. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000 shall be recoverable as costs (that is, by the filing of a cost bill) by prevailing party in any 1 action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for Iattorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. 11. Mediation. Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator shall be Iagreed to by the mediating parties; in the absence of an agreement, the parties shall each submit one name from mediators listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. 12. Arbitration. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of arbitration shall be borne equally by the parties. 13. Provisions Cumulative. The provisions of this agreement are cumulative, and in addition to and not in limitation of, any other rights or remedies available to City. 14. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Notices required to be given to Contractor shall be addressed as appears in the signature block below. 15. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. pgwWW,Wm c c '0,0' o�mtoO1), ware Si IN IS A 4 12/18/08 1 I IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. ICONTRACTOR CITY OF SAN MATEO, a municipal corporation 1 1 AT 1 EST:. 1 By: MAYOR 1 (Typed Name of Person Signing) CITY CLERK 1 1 1 1 i 1 1 1 i i 1 Q NNpWF.xcA CONTRACTs@WS,Ielawat Siren ImvmwmenfrDelmoae Si - FINAL 12.1705 do A — 5 12/16/08 1 APPENDIX 11 CITY STANDARD DRAWINGS ANCHOR w 0 0 B 4 BARS AT 12" U.0 EACH WAY (PLACE IF D>4') CATCH BASIN "G-3" 3'-) 3/8" TYPE "3" FRAME &. GRATE SEE NOTE I tT i I I `0. A PLAN .--1/2”0x12- AT 10" D.C. FOR "5-3" 7. 1 SECTION A -A GAL'✓. L3-i/2"x3-i/2"xS/15" TYPE "3" FRAME & L\ GRATE. SEE NOTE I `--SET FACE OF ANGLE IN PLANE OF CURB f560-B-3250 CONCRETE 3"± RADIUS -J SUEGRADE UNDISTURBED EARTH OR CRUSHED ROCK 3/� DOWEL DETAIL DOWELS NOT REQUIRED WHEN SIDEWALKANDTOP OF BASIN ARE POURED MONOLITHICLY CURB CURB =ACE �{ i� 'U 4 Gr. I /8" 10" FULL WELD--.�' ANCHOR DETAIL SECTION B -B 3' OPENING 6' r---� ;. �- NORMAL GUTTER GRADE DEPRESS 2" BELOW NORMAL GUTTER } FLOW DEPRESSION DETAIL (TO BE USED UNLESS OTHERWISE SPECIFIED ON PLAN) STEEL LIST Catch Basin Type r 0x12" def. bars [1-3 i"x3 T'x e" Galv. angle 2-3"o def. bars Anchors Dowels "G-3" 3 3'-0" 3'-0" 2 2 NOTES: 1. FOR DETAILS OF TYPE "3" FRAME AND GRATE, SEE DWG. 3-1-125. 2. CONNECTION PIPES TO BE LOCATED ACCORDING TO PLANS AND BOTTOM OF BASIN TO BE SLOPED TO OUTLET. 3. ALL REINF. STEEL TO BE I INCH CLEAR. TO BE USED BY SPECIAL PERMISSION FROM CITY ENGINEER. ENGWEERD/G DEPARIMEM STANDARD TYPE "G-3" CATCH BASIN l! RATE 2002 DRAWN BY PC CHECKED BY OC 3 CALIFORNIA 84403 DRAWER 1 SET 123 a, 3/16 3/16 2-1/2"x3"x1/4" 3/16 FRAME DETAIL 30' 3/16 s i 3" 6 N 3/8" -0-1 r -- A 3/16 . 2-1/2 ' 3/8"x2-1/2" STRUCT. GRADE STEEL BARS (2 REQUIRED) --{r-- 3/8" 3/8"x2-1/2" STRUCT. GRADE STEEL BARS (18 REQUIRED) -- GRATE DETAIL 1/4" �I I.1-1/2" SECTION A -A M NOTES: 1. TOP AND BOTTOM SURFACES OF GRATE. TO BE GROUND FLUSH AFTER WELDING. 2. ALL METAL SURFACES SHALL BE HOT DIPPED GALVANIZED IN ACCORDANCE WITH ASTM. ALL FABRICATING, SHEARING, BENDING, AND WELDING SHALL BE DONE BEFORE GALVANIZING. 3. FRAME AND GRATE ASSEMBLY SHALL BE ASSEMBLED IN SHOP BEFORE DELIVERY. SECTION A 1/4" DIA. STRUCT. GRADE STEEL BAR, ARC OR 3/16 RESIST. WELD AT EVERY 4TH BAR ENCMIEERINC , DEPARTMENT STANDARD CATCH BASIN FRAME & GF Pj,TE DETAIL, TYPE "3" DATE 2002 DRAWNBY PC CHECKED SY OC 2% E 7, 3 CALIFDRNLI 944OS ORAIYER 1 SET 125 4, a MI a_ a— a—! ISM-- a. a a a 111111 a S �ra x n o 9 3 $ COMPACTED SUPGRAfE 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. 31-141C. NOTE: PROVIDE AND INSTALL # 4 x 12" LONG DOWELS AT 18" O.G. 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. EXISTING AC PAVEMENT -7 \-- DEEP LIFT A.C. \-- BATTER! 1 PER FOOT - 520-C-2500 CONCRETE A REQUIRED ONLY WHERE EXISTING A.C. PAVEMENT IS NOT BEING RECONSTRUCTED AND ONLY FOR THE PURPOSE OF SETTING UP FORMS AT LIP OF GUTTER. J amen _ ® ® ® _ ® a moo ® - r o M pr b EJ LEGEND S = SCORE LINE EJ = EXPANSION JOINT WPJ = WEAKENED PLANE JOINT TYPICAL 5' SIDEWALK LIP OF GUTTER SCORING DETAIL 1/4"--+--� r 1/8" RI I 1/4" WEAKENED PLANE JOINT DETAIL l/4• Thee 1/4" RJ L 1/2" #4X24" SMOOTH DOWEL @ 12" OC @ MIDPOINT OF PCC THICKNESS EXPANSION JOINT DETAIL NOT REQUIRED UNLESS DIRECTED BY ENGINEER PCC WRAP ONE SIDE WITH ONE LAYER OF BUILDING PAPER J NORMAL GUTTER -7, PER FT. \ DUNK TRANSITION FROM I_" PER FOOT TO 1/2" PER FOOT F-' 1 CONC. GUTTER CONC. SIDEWAL EXPANSION JOOINT. SLOPE VARIES CONCRETE 520-C-2500 fr PROJECTED CURB LINE PLAN SiSLOPE GUTTER 1/2" PER PROJECTED CURB LINE WIDTH OF GUTTER SECTION A -A SLOPE 2/2" PER FT. NOTE: WARP PAVEMENT TO MEET VALLEY GUTTER. FLOW LINE OF GUTTER SHALL BE MAINTAINED - NOT THE LIP OF GUTTER. ENGINEERING DEPARTMENT CALIFORNIA 94403 STANDARD CONCRETE VALLEY GUTTER DATE 2002 DRAWN BY PC CHECKED BY OC CASE 3 DRAWER 1 146 I- 1 BACK OF WALK DRIVEWAY 9 h. SIDEWALK WIDTH VARIABLE SLOPE OF WALK 1/4" PER FOOT GUTTER WIDTH CURB GRADE I WEAKENED PLANE JOINT SEE 3-1-141C I 1 1 1 20' SAFETY ISLAND SEE 3-1-149 j FOR DETAIL 6" CONC. DRIV " J NORMAL GUT SLOPE EWAY ,APPROACH}: ��P`40AC�H� T. 6 COMPACTED SUBORADE SECTION A -A 35' MAXIMUM DRIVEWAY APPROACH WIDTH 520-C-2500 6" CLASS 2 AGGREGATE BASE AT 95X COMPACTION DR AS APPROVED BY THE ENGINEER 20' SAFETY ISLAND r'frA 3' .MIN. BACK OF WALK GUTTER FLOW LINE 35' MAXIMUM DRIVEWAY WIDTH WEAKEN D PLANE JOINT SEE 3-1 14IC -� DRIVEWAY 3' MIN. OF CURB y PROFILE BACK OF SIDEWALK VARIABLE I 1 6" CONC. DRIVEWAY APPROACH CONCRETE -% SIDEWALK BACK OF CU ,B 3' MIN. "X CONCRETE GUTTER CURB LINE 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 DOWELS AT 18" O.C. MAXIMUM ATTHE END OF UNFINISHED CONCRETE POUR OR WHERE NEW CONCRETE JOINS EXISTING CONCRETE. b m NOTE: NO DRIVEWAY SHALL BE CONSTRUCTED WITHIN THREE FEET OF ANY J CURB RETURN. (MAX) ENGINEERING DEPARTMENT CALIFORNIA 94403 STANDARD COMMERCIAL DRIVEWAY APPROACH WTE 2002 DWIIEN BY PC CHECKED BY OC CITY ENGINEER CasF 3 DRAWER 1 SET 148 l i l i a 1/ i i i i i i i. i a i i i i i t ne1OlnIno cif if 0, `°""„ •�,••. :°�`IITR.m$'F 6xv.r 1i005son T^^/ at N47E5 e O toutingcurb of sld.rak I. As site can°ISIOM dictate, Case A 6Dl mm `\ r r 150 Sim through Ote C cur ramps ,sve' • // �l / �' O SMNr01t rc•liro 1.y nd. of (9-0' Wn f for Installat on simile! toue<0 Nate• IiL -01YM those Moon InDetailA and Detail B. The lunge. em, emean ,y, See bte 1 u— /See 10 and n Slasvdk t l yY ytx I case of curb ramps usedee In Detail A do �IIIryD not have to De the • e. Case A through r aq / Front r9 e" O. 6,33 Sias Case 0 curb ramps oleo mot De u• at told ',I told block locatent, as itsconditions _ 9_29_04 i 9mwu et' "- mu u •dosof Ideesk\ i .,. l{ 6• Wre 1 I ix 3 - hh dictate. IJI 2. If distance trap curb to back of )� r an ... . n - en�n� ,o s'mi°:+'1. v%beuP ' one Sidewalk Is too short 10 a brans ate asw of...meor(o<YNvedepblWrtwbap ramp end 1.22 (C-01 platform m2 war of c�R loz Max C '9[ cW0 Y front (landing) as shown In see A, the 2a aaypry (An abet riwlNrdk v See Note Nee Naesol miry be depressed bn idened ly a e T OS in Coe 0, a C Or may be widened has I Case D. N Q Qy{-y-H edge of f,Cd 10 an I Not l ��� , 2� s(�e C - CAS . ]. when lamp ie located in center dr <V!b r turn, crosswalk configuration muds be 0 ' V _!'�_ nimllar to that !Man for Octal 8. I REVISED DU IR>r,,bY2T 1• No ........ s 10 are II s CASE A sWebb. s . 4. U Site conditions dlctot< tM, retaining curb side and the flared slae.mt side of the Cwe'a rasp hall De constructed in reversed position. CASE R Not EP see . S. If located on o mire, the sides of toe r need not b. parallel, sloe .- amp Note 7trri � minimum romp shall be 1.22 m 11' 0'1. at orb {p iy G I(� A r d cafw 6. Nltl• slopeM f ramp flares vary 0 macent t0% at front o Dy 5ldevtlk I:7 See Nor 7 kytCO I B sew Nate° 10 are II yes SlOerdk yate T y - e I50 m 16 1 iyp 4y Retaining €v Curb DbNI I5"1 iyp edge of o the \�elNrdNl are. \\\\ 01 s l° wtl except with Cl abeoolk slope adjacent to 1°p of then to conform e end t C se C and r a aW mode F. T. Ina Curb rmup SMII De Wrlined, as sow, with 0 300 en (12-) wide Oorar elfin 6 mm 1 1/1 1 approximately 20 mm I 3/4 10.1 ° F�� - aides of \\\ grooves Center. Sae grooving detail. /.✓ dgeref r"r• ramp) 6 Idwok \ NS Yax at aura �_ __• a Lranfree from Mmpe to walks, gutters ar streets boll be flush ��— One free of AL LINE abrupt changes. �������� flignLp hates to Feigning ra Ise 111'-0l urn"' See Notes p 11.44.20410.4 and II 9. Maxie=W1 elopes of adjoining cutterD the reed alb lace Immediately u II Io e'' r�apwrmt odlocent to the Curb romp and continuous passage to the orb romp lox Ya °—`w-P - .. --; 1010 ...' 'b _tontine .SC alOrvdk +J HWll not exceed 5 percent within 1.22 a 14.-04) of the top or Retof*M rtASE F 6o0 ton (2 -1 bottom of the curb ramp. curb moth Straight CASE 0 10. Curb range shall rove an detectable warning surface tot entomb Lama of See Notes lo Curb S' See Note 1 full width and 914 Iii -0"1 depth of the romp. Detectable tee door 1 aW 11 I,pp ly �I �I TTccc000YYYiii YillYffIHHH Y-80 ton 16'1 ty0 CASED CASE fCR 510.i`I t 1. ho 'I t / \ U.Stop la Warning Surfaces shall conform to the Mantle On MIe plan a,M }M 10.15"1 requirements in the Special Provisions. 1'op old The edge of ttl d50 MIR le warning surface nearest thin shall be betmn I50 ma Sri and 205 em It') from 1M S STD. PLAN Sidewalk rp'P O `J enter +Oats flwllne. Barb Dlo 'T', �' ADDrotl tNy 1ei 19n y" 12. Sidewalk am ramp Ihlckhaas, shall be 90 mm (ll/t'1 minimum. RAISED TRUNCATED I1nNF �1 1s_6 ,m, 2Na ms ly,•l ..4 1 I 111'1 I- y e�q`- "GR • OOVING OFTAII" cAf - Slaartl, F • \D. T• v1+ �i}v 3. utlllfy pull boos. n°nMlie, meets and on other utility Facilities 12 11.66) within the oWMOriee Of the curb ramp will be relocated Or aim : adjusted o great. by the owner prior to, or In conjunction with, Ceny curb ramp construction. center spacing apron andreplacementotherwise conditions,otr to O 0 0 11. ForOlt rebe _ OCR �✓ 'sp at f w se show pro ec at the Contractor's option, unless orM Ise'arom a, O O O project glib. Limit of pay 24 ®\ f 60tenILM"] Mote H� R°vn°d -O 2 �e }w- 600 am 1219 Strdobt Curb 4/ r RAISES TU CATF4 t F �' 41 .0 - ' • - Note 9 RETROFIT DFTAII Tv �mtonO OFTAIL D p Existing m curb a sidewalk 40 OFTFCTARI TYPICAL ONE -RAMP . STATE OF CsL<amdA m Sidewalk - WARNING SURFACE DEPARTMENT Of TRANSPORTATION CORNER INSTALI ATION See Note 10 30 See Notes I and 3 Gutter top of ramc CURS RAMP DETAILS mossy tow 'Stoned Ms for caminnlW of We Streets ay Rods' Wean tools Rounded u 1 in tw piton of <e®rm9nR MonetWid Spain of Leib m a lnirkll P p� See Note 9 /1 an Wed 'States Standard Measure...tam In He parentheses I e.lbs e Ina elltsq not t meceesoBal sy d Or 2X it a Ti nee rens,ts ettskM the Retaining curb ' e.3n Nox inergnoionele. See the Forswore aT aloe begkwdng of cis palmation. It noceaaarr GFCTI4N A- Retaining top of taro 9 curb If . : NO SCALE Gutter T _rile vxl E Cutter nemu•Tr ALL DIYFNsIDts ARE IN �e"" lwl Crosswalk if provided rnwMe , MILLIMETERS WILES.% OTHERWISE SHOWN - '' DETAIL A Liao sax zx Mae Ti Vv Au.uib 041-0140612116 5p old once el -a, al .. T er^" zes Note 9 SECTION B -B MOM OM PUN AMA NM My I, TW2ine flit Is WAD/RD. Rae Lim of 20R. TYPICAL TWO -RAMPS CORNERoteI INSTAI CATION Depress entire Lastdk as ranked Nate 9 SECTION C-4 REVISED DUAL UNITS STANDARD PLAN RSP ASIA a R3 INSTALLATION PROCEDURES 1. AFTER ELECTROLIER LOCATIONS HAVE BEEN DETERMINED, THE UTILITY COMPANY WILL DIG ITS TRENCH TO CLEAR ELECTROLIER FOUNDATIONS. 2. THE CONTRACTOR SHALL POUR THE FOUNDATION AND INSTALL NO.3 Y2 PULL BOX. 3. THE UTILITY CO. WILL RUN SERVICE FROM DIRECT BURIAL SECONDARY SERVICE INTO THE PULL BOX. 4. CONTRACTOR SHALL RUN CONDUCTORS FROM THE ELECTROLIER INTO THE PULL BOX. 5. THE UTILITY WILL COMPLETE THE INSTALLATION BY SPLICING CONDUCTORS IN THE PULL BOX. 6. INSTEAD OF POSITIONING THE PULL BOX AS SHOWN, PLACE IT BESIDE THE FOUNDATION ALONG A LINE FROM CENTER OF ELECTROLIER PARALLEL TO CURB FACE. 7. WHERE DIRECT BURIAL SECONDARY SERVICE IS NOT AVAILABLE AS SHOWN BELOW, THE CONTRACTOR SHALL PROVIDE CONDUIT AND CABLE TO THE NEAREST SECONDARY SERVICE POINT, PROVIDED BY P.G.&E, BACK Cr SIDEWALK CURB, GUTTER AND SIDEW AL.K CO 56 CITY STANDARD ELECTROLIER AND FOUNDATION (SEE DRAWING NO. 3-1-16D /-Y.3 1/2 PULL BOX <SEE NOTE 6) SERVICE LATERAL N NCRETE -B-3250 .vA -: • \ Q UTILITY TRENCH N 120/240V, DIRECT BURIAL.SECONDARY SERVICE ENGINEERING DEPARTMENT' CALIFORNN 04403 TYPICAL ELECTROLIER INSTALLATION WITH DIRECT BURIAL SECONDARY SERVICE DAW 2002 DRAWN 8Y PC CNEGKED Sr OC CRY ENGINEER CASE 3 DRAWER 1 SET - 160 J r I 1 I 1 1 1 I I I I LIGHT POLE SIDEWALK'; CU B 4"X6-1/2" MIN. F/ BAND' HOLE PULL BOX• ( LOCATION SUBJECT TO APPROVAL TO CITY ENGINEER ARM LENGTH w 13" \/\\ DIRECT BURIAL CABLE GENERAL NOTES NO3 REBAR ALL AROUND 30" SQUARE OR 34" DIAMETER WITH TOP 6" OF BASE FRAMED 30" SQUARE • 4-1" DIAMETER GALVANIZED IRON ANCHOR BOLTS - 40" LONG WITH 4".BEND ' '-rTOP CF BOLTS TOP OF BASE AND SW 560 -C -325D CONCRETE. 1-1/2" CONDUIT (SWEEP ELL) COPPER WELD GROUND ROD 3/4" X B'-0" STREET TYPE STANDARD LUMINAIRE MOUNTING HEIGHT ARM LENGTH REPRESENTATIVE POLE SIZE RESIDENTIAL 100 W HPSV 25' 8' 7" X 4 }" X 22'-6" COLLECTOR 150 W HPSV 250 HPSV 30' 8' 8" X 4 k" X 27'-6" ARTERIAL 2" CONCRETE 420-C-2000 4" SAND -1/2" CONDUIT W/2 NO.B COPPER 600V THW CONDUCTORS (ALTERNATE LOCATION) MOUNTING HEIGHT DIA • B 25' 10" 7k" 30' 11" 7t' ALL AROUND (TYPICAL) 1. POLES SHALL BE SPUN ALUMINUM 6063-T6, 0.188" NOMINAL WALL THICKNESS OR EQUAL. 2. LUMINAIRES SHALL HAVE INTEGRAL BALLAST AND INDIVIDUAL PHOTO CELL CONTROL UNLESS OTHERWISE SPECIFIED. 3• EACH POLE SHALL HAVE A FUSED DISCONNECT INSTALLED IN THE NO. 3 1/2 PULL BOX LOCATED ADJACENT TO THE ELECTROLIER BASE. 4. LUMINAIRE ARMS SHALL BE TAPERED ELLIPTICAL ALUMINUM 6063-T6 ABLE TO ACCOMMODATE 2" SLIPFITTER TYPE LUMINAIRES. 5. HIGH PRESSURE SODIUM VAPOR (HPSV) LUMINAIRE SHALL BE 240 VOLT UNLESS OTHERWISE SPECIFIED. 6. ANCHOR BASE SHALL BE FINISHED AND CONFORM TO SLOPE OF EXISTING SIDEWALK. 7. WHERE DIRECT BURIAL SECONDARY IS NOT AVAILABLE THE CONTRACTOR SHALL PROVIDE CONDUIT AND CABLE TO THE NEAREST SECONDARY SERVICE POINT PROVIDED BY P.G.&E. ENGINEERING DEPARTMENT STANDARD AL MINUM ELECTROLIER DATE 2002 DRAWN BY PC (NECKED 9Y OC CITY ENGINEER 3 !WIJFCRNM 94403 DRAWER 1 SET 161 1 STEEL CAP WELDED ON 4'1 DIA. II 4'IO" STD. STEEL PIPE - SEE ANCHORAGE DETAIL HANDLES (2) CITY TO PROVIDE PADLOCK 5" DIA.x 12" STEEL PIPE p •�12 o DIA.jar- 4 CONCRETE 1.5" D1A. DRAIN HOLE I C.F. GRAVEL REMOVABLE STEEL. POST SCALE' 3M" I'O° REFER TO STD. DWG. 3 - I -842Q IREVISION 3/22/96 ITY OF SAN MATEO NOTES: I) ALL PIPE SHALL BE STANDARDWEIGHT STRUCTURAL STEEL PIPE. 2) HOT DIP GALVANIZE BOTH STEEL MEMBERS AFTER FABRICATION. 3) PAINT TOP 12" OF 4" DIA. PIPE WITH INDUSTRIAL WHITE ENAMEL AFTER GALV. STANDAR BOLLARD CALIFORNIA 94403 A DA rE 85 1 DRAWN BY DMB CHECKED APRRO D self/94 CITY ENGINEER . CASE 3 DRAWER SET 84I SHEET -OF__ 2-V4" LSli 3.4" R V2" DIA. HOLE FOR LOCK HANDLES (3/S" V) IN LINE WITH STEEL SLOT PLATE 1/2" x I" SLOT IL- 3/®" x 9" U O 3/4" R S" DIA. PIPE 4" DIA. PIPE WELD TO PIPE BEFORE GALV. ANCHORAGE POST I/4"x 2-I/2"z 2-1/2" WELD TO PIPE BEFORE GALV. ANCHORAGE S. POST DETAIL NO SCALE REFER TO STD. DWG. 3 -17 4,I.A A REVISION 3/22/96 CITY OF SAN MA1EO STANDARD BOLARD DETAILS CALIFORNIA 94403 A DAre 12-85 DRAWN 8Y DMB CHECKED kPPRO k1-- car £N NEER NEER CASE 3 DRAWER SET 15' MIN. LENGTH ROOT BARRIER I I I I I 1 I I I I I I I I SIDEWALK NOTES: 7.5' D.C. EACH SIDE OF TREE ---' 1O NUN. LtIU I I-1 Kw i SHKKLCK 7.5' D.C. EACH SIDE OF TREE •r_ a:d • S .4 •'. .Q a 4 • • a A . .. a Vie' 4r •a d. -•4. 4 . . . --1./ L .. 1 •:.: • ' FR C • �.y S'yYl ' . � L{��� • ROOT BARRIER SECTION A PLAN VIEW NATIVE BACKFILL CONCRETE SIDEWALK (SEE DET. 3-1-141A) 4'-6' TRENCH (TYP.> --t 12'-18' (TYP.) 6'M ROOT BARRIER l REMOVE EXISTING ROOTS ROOT BARRI ER SECTION A EXISTING TREE EXISTING TREE GRADE NATIVE SOIL CONCRETE CURB CONCRETE CURB 12'MIN. 24'MAX CLASS 2 AGGREGATE BASE (TYP.) DEEP LIFT A.C. (SEE DET. 3-1-141) 1. ROOT BARRIER SHALL BE BLACK, INJECTION MOLDED PANELS OR LINEAR ROLL WITH 90° DEFLECTING RIBS. 2. ROOT BARRIER SHALL BE MANUFACTURED WITH 50% POST CONSUMER POLYPROPYLENE PLASTIC WITH ADDED ULTRAVIOLET INHIBITORS; RECYCLABLE. 3. INSTALL MINIMUM 12" TO MAXIMUM 18" HIGH ROOT BARRIER. 4. ROOT BARRIER SHALL HAVE A MINIMUM WALL THICKNESS OF 0.06'1(60 mil) & RIB THICKNESS OF 0.08" (80 mil). 5. THE VERTICAL ROOT DEFLECTING RIBS SHALL BE FACING INWARDS TO THE ROOT BALL. 6, ROOT BARRIER SHALL BE 15' LONG; 7.5' O.C. FROM TREE UNLESS APPROVED OTHERWISE BY ENGINEER. 7. ROOT BARRIER TRENCH SHALL BE 4" WIDE TO 6" WIDE. 8. ROOT BARRIER SHALL BE INSTALLED VERTICAL IN TRENCH ADJACENT TO SIDEWALK AND CURB AT GRADE. 9, THE CITY ARBORIST SHALL BE NOTIFIED BEFORE EXTENSIVE CUTTING OF ROOTS. ENGINEERING DEPARTMENT TREE ROOT BARRIER INSTALLATION DATE 7/02 DRAWN BY MQ CHECKED BY OALIFORNN 94403 CASE 3 DRAWER 1 St 933 1 1 I I 1 I I I I I I I I I 1 I APPENDIX III STATE STANDARD PLANS EN ME I M- i ME E EN N EN ME_-- I®= NM MIT cowl. ew'E ,41.7.0ijLLEs, r✓ P rAt CENTERLINES LANELINES WONT) NO PASSING ZONES' -TWO DIRECTION 12 LANE 'HURRAYS) - l'AULTILANE HIGIIWAYSI `7' l,12/9 ewe DETAIL i DETAIL 12' 4e' -D" DETAIL 21 neUs' curl W. a, t- -°..1 1x._D.. 1r -D' .Pr te•-D" ta._p. le._p.. �— o-eetairdR, Ix. 1x._p..1 1r-Dy 1 1 ® ® IMO Dl L I v _1 soo�.n2005OVAL DAM ., _.,2.2.? TI @I w —OW' ne'-°" wv ves Damn...mras.. 'nerwer 17:74 r• DETAIL 2 B-6 T-0 1x-0 x -D" s' -w" DETAIL 13 1B' -D" 12-D 1@-D" DETAIL 22 2T-0' 24'-D" 2 el b Re Germ ve*Plo 1REWAnsAlmpm .E— ® �y 0 . _ :,u 0000 1. 1 o y— ® ®"1 4'-D" .0 —r 1 —elm- mss. r 14 —.0.- ® P2 9 DETAIL 3 oetoIl 3 deleted DETAIL —@n-.. m �ql 4 -le• -a' 0000 m 0000 m 0000 m DETAIL 23 2+'-O• 24•-0" 144•-a' DETAIL 4 DETAIL 14A 4e• -D" 4a' -D 4e' -D" E9®ED®®®®®®®®®®� ®®®®®®®®®®®®®'-7 2006 STAND ..L._ ls_D°If'-q) 16-D i¢-Q4•��! °" J2• -0.'i I I . --s • LANE LINE DELINEATION E9 000 000 19 0= m o ml I OC —► _J ++_D• 4'-D" —io.'. ._ IN ADVANCE OF EXIT RAMP LEGEND NO PASSING' ZONES -ONE DIRECTION DETAIL it MARKERS DETAIL 5 or / 0 TYPE A White Non-reflective6981=21 12•-0" DETAIL 15 : _ . 1 I 00997013 "�-_ °"I Ix -D" ® TYPE AY Yellow Hen -reflective �• �" !--kw.. Ix I I x�p.� +-1- ® • ® 6= ® TYPE C Red -clear Eetrorellactive • vw-ei' _���/�� 4e' -D" -.Ow ® TYPED Two-way Yella. Retroreflective. ", .- �� 144'-0' '�L a CD DETAIL 6 DETAIL- 16 46'-0" [II TYPE 6 One-way Clear Retroreffet4lve e mile s mile JO°'-'" 21 .et-_. El la' -a' 1 11'-0" I 1@'-0' I 0 -ee— _ R 6 I I I v —► I I^•1 ® TYPE H One-way tel Retreretlective W MI 0 ® ®� DETAIL 12 144'-D" or 13 en 1 INES 'LAN A20A NOTE: DETAIL T 4B' -D" 24•-0' D7 24'-0' 9174 I 1 4 RNNe wee— I _tr 14 Is to Used In comblmtlon I2:20" IY-p" 1@'-D'• Detail 13. Defoll 14A Is to be used I 1. .1 .1311 Detail DETAIL 17 9@'-D" 4" Yellow with In comblratlon with DANoll 12. ® ®®® pl y� �. c 6''a"I e'-o"I 24'b' i— °Irectlon of Travel —y I 4tp• ® ®®0 I 0 0 ®� MARKER DETAILS LANELINES --r DETAIL 9 —41— • o®®®®®00®®®®01 (MULTILANE HIGHWAYS) 'O" ^•-0° -(r, n' -D• 1•-0" n• -D" -4 - DETAIL QB- :R 1 'ww JYe•._4r/F• 39, 4e. I IT) I 1 1 I Iv .T' DETAIL 9 401'-a• —+- - _>` e'-6^�•-D• m -D" 1T -D; e• -a• DETAIL 19 a a� �— - re•�, 1e,_p„ 1 1 12•_p.. D I I O V 1 1 so ,e 0 DI TYPE A & TYPE AY TYPE C & TYPE D TYPE G & TYPE H DETAIL 10 +e' -D" 24'-O' 24'-D' �� .y. B'-0' e' -o"1 le' -D" p' -O' R'-D� STATE OF CALIFORNIA. 0 O O O O O O 0 DETAIL 20 DEPARTMENT Of TRANSPORTATION —f 4•-D" --.) 1.4'-°" 10._p. I L-- �- 1t•_a. IR._D. "et r°"°m1"°f°`e PAVEMENT MARKERS DETAIL II ® ®®®4➢ 0-9. - AND TRAFFIC LINES —. -0'I 36•-D IF ®®� ®� a0000OI TYPICAL DETAILS - I 12' _s I 1 1 NO SCALE .....- A2OA a® i® r® a®®® a, ® r® a 61111 a a LEGEND LINES e1, COOtT ROUTE .a"PReelmI%p, wcm<,T cT. LEFT EDGELINES MEDIAN ISLANDS RANKERS I 1 4" rmite TYPE AY Yellow IOIVIDEO HIGHWAYS/ ® 1" Yellow e L' mas,N. Non-r,lective DETAIL 24 DETAIL 28 ne srexeo lml eee vu,".a+Fir:ra3?kr4.4A'bt].:CaZd3i'4"R::6�; „I .e.. ® TYPE P Two -Foy 4 D ecilen of trowel 'Li 'S lac. a jAif?:<?'*'.K9.:j.'./".^.'.`4b :9 i'ANvw^A Yellow it 1 30P6 N610I Relrorallecllve —� `Ed9e rt anmwec rznrs 3_0 of Traveled woY • •• •••• -...::.,r . :,..,, ,.:.,.>,...:.< v. 7 S* 1 •, '., lam ® TYPE al Pne_WOY ow 1 Ty w :.�:"i :Ista ervx �mr `.' . DETAIL 25 ryl Re Reo-eren«rme INTERSECTION TO Prb Pb�w MLA/hbYN/enb/ P I..- 3x??..x4>?.;;a:,:.,....,:.,.,.,..,.: k..,u..�: -r TREATMENTS 2006 STANDARD PLAN A208 . _.y_ �—Eapa or "reveled e w� ® m w,g DETAIL 34 too' -p" ^ / 18-0 F/ i9'0" 24'- -p" 2-0'-D" I X12 -D 0-0 0-0 42ce -4 24' 0 !�'^{ . r I ® i ET 6 ® II `' 6 '1 zq'-°" Pg•-p^ -rte DETAII 25A Li DETAIL 29 ®.41 E. ® { ® ® ® ® ® �� 17 !— I 2-0'-D" 2q' -O" 24'-0" �, YO' -O" u2'-0' IB'-0" ' 19'-0" i4 12'-0'I 11 DETAIL 34A 1. s4 -a^ 12'-o"' za'_P, 24• '. „iz'-9" L! \I ± •sm»v a :: u x, < ;s I -4:- I7:1 ,AI `dgee of rave dd aoY =3 ammo DETAIL 26 ` =NM OWEN F T . tap._p. ^t ,� —Edge of traveled worms Ems. ay.,? .2 Vc 4**'. .,'. -- 4 \u Tl 100,-.0” .r I -a -1.-Yr a ix .4 DETAIL 35 ® ® ®�j, 24 0 2q 0 I ® 5� - qa-P" n,I -!- Er -c-.413.-6•14-8}-61. ° @� m Emu ® DETAII. 27 - DETAIL 3D �- r. -ii, 24-JL° I TE_9� ei_ I~e._6" -.I F -4._p" ,,,,II Ll 1p0' -a" ci I- e•_6.. ®eeeee®eeeee®1 A �- ® Edgeolrraveled wnY ®eeeee®eeeee®-L DETAIL 35A ?�^� FFF-- rii H T' -o" t ®T„J _L. Fes. ® ® rn 6 0seeee®e0®ee®=i -RTMilT taeeee®feepela f n•-o",� �I RIGHT EDGELINES ? i•_0^ c1141 TWO-WAY LEFT TURN LANES - MARKER DETAILS DETAIL 27A Deco vA deleted DETAIL 31 Do 'it DETAIL 27B 8 I 1I r. ..-- i- I T \--010 T or troweled way —' ' ' B6• -o'• - '�` • RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 10 o INTERSECTIONS z4._°.. zA•-P" zq•_a• 1 24._p.. ® 24._0. 21._°" I N ® ® 03�' b n :.= x .^0-- ® 0 0 t1 . DETAIL 27C TYPE AY TYPE D TYPE. H --Y I 10'-p" I12' -0"I ]6'-o" [12'-0"I 36®0" 12'-01 10'-� n„'I - Retrorailecrlva [oce I 96-0" DETAIL 33 96_0" — STATE OF CALIFORNIA DEPARTMENT OF TRANSPONTATION -MI— I= 000000®0e®e0®00 ®0 0000000000e®0®00000®1_o PAVEMENT MARKERS AND ® mmee 000® El 0000— 4'-21 I— 1E' -d' la' -O" I 19'-D" II2'-O`1 1B' -P^ TRAFFIC LINES TYPICAL DETAILS 1 112'-D^4 0000 ® eee0 eeee ®-L NO SCALE Meeoee®eeeee®eeeee®eee006000ee®eeOee®T —� I 94. O" H I A2O8 R',, a 1 ® ® a ® ® ® ® alai ® ® IS ® ® a ® ■� DlSr 05000 XoWTE TO..L Ma RT a. ,me 1 - EXIT RAMP NEUTRAL AREA (GORE) TREATMENT DETAIL 36 2d'-0'• _ / Etloe of traveled way (mainline, a k I9f� k �_ y Il I, OVOne ___R_ . M 0 0� o - rare n +noMay PLANS DATE owns.. resonate srµM� . �a-aHy- 8' WFtfe ‘1,-7..,t, See Detail 216 9" White Ilne a �u �_ fn„�_F,�=�- line Std Plan A2CB-3 oe+ro a, we. w+,re;m la mm�awA+mm 20C "" ^il l . See Detail 25A Sid Pion A208 - LANE DROP AT EXIT RAMPS ____�•- -" Detail 36 - d DETAIL 37 O t ]D• -O' Repeat of %L mite Intervals ]D•_p•• ]o•_a•' Sa•-o' §'-PI 6'-o"fH`]Da'-D"� See 4" Tallow line Edge of troweled way Cramp) -Pm- u u D o 3 O O® ED o 8 o 10 0 8 0 ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT �5•-R. DETAIL 36A a"wnite nn9 - - —F ? Edge of traveled. way (mainline, p-O•� —a, _ - Fo•.A• I3'_g. 8" white pits I5>+ AI I"TT Sea Pooh 31313 - Ski Plan A20o S+d n 920P !� M T V.9 DETAIL 37A 30•_6n Repeat or IS mile Intervals J0•_D•' i9•_0'• ]0'_D•• -- 6'-0• 6r-auX see Der611 nfi 3OD' DI STANDARD PLAN A20C 9" White 11n! 568 Dealt 0, 9 or 1D —Pr. D°finite line— C---- 5ftl Non A204 Type A 86 B 88 88,,���,^,����3 88 88 ®��88 88 ® 88 68 8 88 86 8 sea Sea _ markers optional .rt renew line --q` Edge o +r paned way !ramp/ �'-o• �,� Demufi 25A s Plan i1,201 LANE � o-°', �� w TM 6alltl CfmnnellZilq Ilne blgon may eFor4 au Illory lame Mere wing DROP AT INTERSECTIONS ➢e length Sid\See MonDefa11300 Sid wail Azoo mlttetl n In crHlcol- DETAIL 3(0 90'-0^ REV' ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT , ] ._ DETAIL 366 /-d^ NM1lte nee Ed ge of tr. w l velea way toilettoe/ c 0 0 0 II o CU o. u DOI • =I II See Details 216 Std Plon A200 ^- 3'-0 � P 8" WM1lte Ilne DETAIL 37C 12�-C-C O'•White Ilna '- " 5e0 Through fret le wpm Sid De all ]0 Plan l 30 n 13" White One 30•_0•• 30•_D•• 30,_0•• 3p•.. e. g-0� 8'o �m i" Vella w ,irk Edge of r veletl Way tromp/ eit-v �3 MARKER DETAILS 88 II 86 8B o 6 B Iy, 88 86 8 88 88 0 68 888838488 �- �h � See De1a11 254 .�^. a'�I ]lA _J�l � Tr 'a' 3.4 34/4 ° b'-0 12'-D' 560 De all 38C/ tl T1�rM9h traffic �M" Sid Plan A20D Sfd Plan A200 e1 ��/ En_, —f STATE OF CALIFORMA DEPARTMENT OF TRANSPORTATION LEGEND MARKERS _ a 0 TYPE A White ND reflective "r ='� _ PAVEMENT MARKERS AND TRAFFIC LINE [if TYPED ilea -clew Retrace} amilve ti - a TYPICAL DETAILS I TVPE c sae -way Clear Retrarerleative TYPE A TYPE. C TYPE G ND SCALE I -�� ise l O ction of hovel ft lye rote A20C ® _ ® ® ® ® ® manna ® i a i i 01sT canny FINITE ,Ret"T, LINE LEGEND CHANNELIZING MARKERS �, Zv�`��''�% �',! ,�`, /-""P`" g� 5p' DETAIL 38 �— r Phi is une p TYPE A White Non -reflective r `""•"`d_ �'�s� d 4 ® TYPE AY Yellow Non-Fallecilve It May 2006. I C bloc �. u u � r1p rut s r ovu. o TE iltl-el zq•_p Zq•_0^ 1 0 TYPE G Cne-way'Liner Retroreftecilve ya nEr�,a e Throuoh t n'I'flr --.� d" Yellow tine roe :moon et n te070nb,s"I^ O„weed..., MO PM I. -.I— Direction at Travel tepee 4erefve web menu eaaoo DETAIL 38A R" while Line �� DETAILS MARKER Re nrenpa+Ivd i°"a rwem 3Y„ 4i4 - etrornflecti pavement marker of either end of recees ` \I morkar at aowe end of m r 0- ,", Sea Note 1 -0-itb"� See Ate 3 recess I I ���" DETAIL 3BB 'K —C 'y �--1 - %— e" wnl+e Line tl SECTION A -A SECTION B -B ii n N *� I-. �� r� II -`�` P 2 e Netroreflective pavement �ovamen+ . - -O."- marker downstream markerm atBafthelve of recess end or recess N DETAIL 3BC ca. 91I — — — —_—_- r-- o TYPE A & TYPE AY "TYPE G ` w +lye rote I zu,o' 'u I p'ln' = —� I 2N a' I ILv 1,7 u 8 8 8 8 8 B q.. 4e 1-11-1 8 8 8 8 8 1 Retrorefle r. Islxd -o' —pw' « PLAN ,. li PLAN iC N -{ Finished Ronodwey Surfac Roadway sarface Two-way Traffic m one-1*rpeTll" a e" to O" 'Type zl RECESS DETAIL FOR Z C �w I RETROREFLECTIVE. PAVEMENT MARKER D, BIKE LANE LINE ,, ,g1a+a :r. ,. ' -6"He I.Ine DETAIL 39 " Thermoplastic Material *� ID PLAN A2C 1 4 IL4%" RECESSED. MARKER NOTES: DETAIL FOR RECESSED 1.!'e'R"-4%0 STRIPE ,See typical traffic line I - Idetails THERMOPLASTIC TRAFFIC 1 1 for marker drne INTERSECTION LINE See Notes A and O. — to be recessed BIKE LANE RECESSED THERMOPLASTIC NOTES a� Y//.%1 1 markers. Oe+oll 14A n �.wtres a rype'a recess. DETAIL 39A zoo' -n" Intersection A. See typical traffic lIne details for 'I" '� Re+roreElect lee Face y.Tee retrain floatlwe PaVforsllient markerssheen 1'—"r— - pavement marking patterns- 1 0 CI �/��7l�f/ \ recessed tors ors not to be used for i tatlae R. In top sofe Do pavemente shall 2'm` I I 1P-p"�6" In recessed fall be 0 to yi non -recessed wed Ina-to/lotions. 0-D White Line belowthepovemxef surface. N N 3. The top of pavement LANE LINE EXTENSIONS s narke Installed in recesses poll be 0-Y14" below te HYPE C & TYPE D TYPE C & TYPE H pavement p face. THROUGH INTERSECTIONS See Notes I and 2. DETAIL 40 DETAIL 40A - RETROREELECTIVE PAVEMENT MARKER t --a=l I°- —1 —Hi I --'0- FOR RECESSED INSTALLATION C C r- 0 C 0 0 4 0 0 0 0 0 4" WM Ie Line Type A Non-Renecnve CENTER LINE EXTENSIONS STATE OF CALt0RMA DEPARTMENT of TRANSPORTATION THROUGH INTERSECTIONS - PAVEMENT MARKERS DETAIL 41 - DETAIL 414 AND TRAFFIC LINES 11=Q: --t - ---1 - TYPICAL DETAILS ® ® ® ® mcol OOOOO NO SCALE 4^ Yellow Line Type AT Non -Reflective i A2OD a a® s®®® a M®®®= a e i® al la 0191 COWrtY HDV1E TOTALi PROJECT 3t SN_ EE i 5 -6" y�.(_o" B,_6• B. 6.._� y_6.: 1 Z rariiiS ■ `����'jjjj MDPTA1A: 1P SpLD LWM3 E ■. I�■ / 2006 ST S o _ 0 XGbmW ■r ..L n c _ 0' R ° Is , =14 a ft v TYPE I 10'-0' ARROW -o' ■ I. 0,. RIo n 6 O' Ac 6 5p ft ■ TYPE YfQ ARROW Y l' -o' GRID 1 I.-0. _ _■� ■■�� ■ z0' O A4 -25 SO TT TYPE I 18'-0" ARROW zo• r o :u ,,, ■■■.., �. - L-°•. Z ■ ■ . .■■■.ride■ � " ,,■■■ ■�■.■�.■ a i. _ 24A 1._O.. rm0 -===31 ■C.. A= 42 II zp ffT ROW Aq 11 - RIGHT 000P i.EPi ARROW ■■■AV I t ,._O" GRID °' (FOP TYPE I 24'-0" ARROW --� USE MIRROR LANE, IMAGE/ .■'►..�C�� A=15 sq 4 TYPE II iL) ARROW -'..■ II ,•_B. ¢��.■,� _ (FOR TYPE TT (RI ARROW, „■ USE MIRROR IMAGE) ■, �'■"■ A= 0 ft - = flWS IS TYPE Y ARROW ■. NOTES MINOR VARIATIONS IN DIMENSIONS ■■jjjj■ GALFORNIA ■ l TMENT OF TRANSPOW DEPARTMENT OF 1ReNSPORTETNN MAY BE ACCEPTED BY THE ENGINEER. 6"G°° -� so Et {'-0" GRID PAVEMENT MARKINGS A-2, sFl TT ARROWS TYPE IBI (L) ARROI BIKE LANE ARROW (FOR TYPE IN OR APRON. NO SCALE USE MIRROR IMAGE/ I A24A a ® ® ® _ a ® ® d■ a = a a ® a ® i " olsT ccu+rr nwle r.7V n. i¢r OFwe1 TOers — _ " VA I e.an crvn cwel.T�e MOy1r2.17 li .� rIO.-Q1, mw e,r 4" " ran' G•_°• L. T.'O. To P'16 Ne fativeMtlhWlr lfip'hmeimp+ 11'-°•• =1 2006 STANDARD PLAN A248 Li ■ . 1►\■■ ••• �. ■� ■:. mm.. : :::ii: _ :1111 ■.■1 ■■■ 0'111 ..:1,—:_ aE i�■ (Q ■.i .■ 1 n. :� ■■, 1�� 5B:IC: �■ : 11:: x.11 ■ : �:: 1� 1 : :■1 -:.. :..I :::: :: ��: ■:a ..: 1'-0" GN Io ... .. 1 •_0• rd m a L O.. 1._°.' GRID I _°.. 1._°. A=02 a9 it A=i3 a f+ A=95 eq ft TYPE III (L) ARROW III (8) ARROW TYPE II (L) ARROW A.5B as f+ TYPE (FOR TYPE ID (R) USE MIRROR IMAGE) (FOR TYPE I] (R) USE MIRROR IMAGE) TYPE II (0) ARROW STATE OF CALVORMA DEPARTMENT OF TRANSPORTATION NOTE: PAVEMENT MARKINGS MINOR VARIATIONS IN DIMENSIONS ARROWS MAY BE ACCEPTED BY THE ENGINEER. NO SCALE. A24B ® a a a ® ® =Ma= a a a a ® ® ® a Mnl+ ,ir sw.ry vou,e Torn r cr w. sea\ �vlu. 1 ���i■i ■� �C�C� "OM'etataed- n sr _�■�.■■■■ 0 Hid ' in d of In ■.� ■ woy 1. x°06 fmlce 6 , ■� �II�� A ' �■■■ RWnuemxm rmwwmnm✓a neWes ■■■,■i��l■■ Li' Mill s r ��� ` nl�i■■� ►i ��� r C■ ��`.� ._� ! N - —�-—� ! a�■■■pp�■■1ss ° GRI a o L■___ j _�� DIAMONDS SYMBOL — �� A co k,y It A + 5. Z rf so ft m BIKE SYMBOL ° GRID __ �_ LANE ft A IBlUeJ I� a I4 s A (BIWeI =19 s ft 'A f ` J DISABLED PERSONS PARKING SYMBOL J� 0 See Note .....19/ I GRID 10 1[��u 1 ■I ft -- RICYA=2Fq LOOP 0 1�PdUhl1I � e 1 1 l NOTES: DETECTOR SYMB01 \ 1. Minor vorio+mns in dimensions may be accepted 1 by This parking rkile.r.. 2. Is also known the 2'-o x �) L■■■�,�„� In a ti symbol tof.y InTaFnoTlonal Symbol of Accesalbil Hy c fiSb) of lane oneWidth ,,��' 1 �� cam ,��r� / ///} K / DEPARTSTATE OF CALIFORMA MENT OF TRANSPORTATION °"°`p+i ®i_ �' RAILROAD CROSSING SYMBOL mf F + I� PAVEMENT MARKINGS SYMBOLS AND NUMERALS :HD so 1ftR NDOESSVE SE INCLUDE THE 3'-d v VARIABLE WIDTH 1NdN5VEI12E LINES. A-17.5 so ft Ax16.5 sq ft A=19.5 so fi N� SCALE NUMERALS A24C N) A=43 sq ft LIL A=35 sq ft 4=5 sq LIL 4=42 sg ft A=24 sq fi- A=23 sq CI [elf A=31 Sq ft A=24 sq A=22 sq IL- L-.7 A=26 sq ft CJ L - A=18 Sq ft oy 1, 20010 Awl I. - A=19 sgf± 4=21 sq ft NOTES: Tai1L 1640 1. If a message consists of more than one word. It should reed 'VP',i.e., the first word should be nearest the delver. 2. The space between cords should be of least four times the lent of the characters for we speed roods, but not more than ten times The height of the characters. The space may be reduced appropriately where there is limited space becose of local sonditlans_ 3. dinar Parini -lone In dimensions may be accepted by the Engineer. S. Portions of a letter'number or symbol may be separated by no t segments to exceed 2 In width. WORD MARKINGS.. HEAL WAIT LANE RIGHT 21 31 19 6 26 ITEu eq ft ITEM sq YIELD 24 BIFE fiaaol. ]s 510w S1oNAL 32 STOP TIAN 24 LEFT HERE ITEM PED sq 23 COMPACT to 22 RUNAWAY 43 19 VEHICLES 92. STATE OF CALFORMA DEPARTMENT or TRANSPORTATION • PAVEMENT MARKINGS WORDS NO SCALE A24D GflY Ndld UUYQNtl1S 900Z r a v MINIM= a a a a 11• 1111S a a a a a a DIBI COMtl Mann emu e,w, o. oda SHMS -ET _. � AlM«GYL AML Me6NS.reaeo mv�L exo�xccn e . Y..i _ _ _ � � IG E. xwe � 1, Ooeertwrvne _ I rtux,rrewMay ^ virowan m.. ✓ 1e.1]LCl tiav+ er®YY - ‘a_ ___ IIONb Me [die's Ndkg�MA'HrMrJdmp' not _• .. —'i �7 g 4 i'-7 --� i'- --I i'-7 e�I i'7 A=22 ea ft daLq ft A=24 sq ft A=27 so ft A=21 so ft so — — 14 N 1 ____ O5 II WORD IAARKINGS STANDA ITEM sq ft ITEM eq It LANE 24 NO 14 -- � _ m_ ii 1 POOL 0 . . - 4 {. 1 CAP T \ v }- CLEIAI 2T ONLY 12 F -1 h� �..� �.- KEEP 24 FRY I6 T W a rI A=16 so ft A=1? �q ft tD PLAN A=23 so ft A=29 ft A=ZO so ft so NOTES: I. 1.a..o. me55055 c Imlats f ore fEl n one wore, It should reed "UP", one first cord should De neorcpt iM drlmr- II -0" While One / the eaheighti 2. The space ratters words shouldpe be nt least ut four were the characters oft ere for low speed rook, not u talon ten ,lines » the A24E -1,�� m re app opr9lot of the therscharacters.The space may ce see of local testa tears is limited space because of conditions. 1 , —�` 3. Minor variations in dlmenslone may be.a cepted by the Engineer. C. Portions of lette m r e symbol may ise separated by connecting -CROSSWALK AND LIMIT LINE segments not r, to exceed 2"In width. .p... See Nate 5 5. Croaavolle contiguous 1 chool groulds ore to be I' -a' yellow once m place of r-o^.oe.ine .Ix m. "fA OH pin 6. TM worded PARTING' pavement earklnq Is fo D, odes for parNlny J '� �� ��t ���\p �, ,• •p _ I_ ����I1a'I,. 1i1 b vw and ARMand • series L the "No PARKING", shall be pointed in white letters no less than tr g Dat offs ia and located so that It la V �6abcelea lan9les 11-0" elan on a co enforcement visible o rafflC enfcrcBmBnt officials. —'��� I I� I A=7 sa ft 6.e uMtee 6and T r ir Direct ion STATE Of CALIFORMA Ir- of travel .DEPAILMENT Of TRANSPORTATION PAVEMENT MARKINGS YIELD LINE WORDS AND CROSSWALKS NO SCALE A24E ® ® ® U ®®®®® a a s MI ® M a a a EEC REGIS RED VOL PAO, ) N CD TYPICAL LANE CLOSURE fa f•• - _ Adeonea Nowatrnes ing1 A 29n6. 61 See �ryF soo'tn WO' SOO' to 750' 500'to 150' 0 See Table I 1 See loble 21 • e • //J// • • AREA • See Note 4 NOTES: L Where oppr ouch speeds are low, advance warning signs coy be pieced 04 300'spacing and placed closer 1 urban crime. 2. Each advance warning sign shalt be equipped with of least two flogs for da,9IIDs closure. Each flag shall be at least 16" x 16 n size nd shall be or nge or fluorescsn'1 red -orange in color. Mosning beacons shall be placed at the Woollen* i ndicoted for tone closure during hours of darkness. 3. A C14 WA, "END ROAD WORK" sign, os eppraprla+e1 shall he placed at the nee of the lane closure unless the end of work area is obvious, or ends within a larger project's !Milts. 4. If the w20-1 sign would fallow within 2000' or a stationary 120-I or cll ICA)"oOsb W1ME NEXT MILES", use a 520 ICA) sign for fine first advance warning sign. 5. All cones used for lone closures during She bonds to used veal as speecified in with apemiicationss. • 6. T. B. 9. See Note T W4 -2R See Note 1D TABLE 1 Approach Speed Minimum L NW Max spacing of cones Wang taper mph ft 80 125 180 245 320 540 GOO ft 20 25 30 35 40 45 so 20 and below 25 30 35 40 - 45 Over 50 See Note 9 Il Use L to lone widths Mee than or equal to 12'. we See Note O. Portable delineators, pia ea at one-half the spacing Indicated for traffic con s, may ee used lnefeod of cones far daytime closures only. Flashing arrow sign stall be either Type Jar Type 5. The maximum spacing between cones along a tangent snail Dee 50' nddl along a taper h l e approximately as T. Fars approach speeds over 5D mph, use the "Trufflo Control Systemfor Lane Closure On freesnye And Expressways" plon for IqH closure details and requirements. 10. WMn specified In the special provisions, o M4-2 "LANE ENDS" symbol sign is to be used in place of the C20 (CAI 'RIGHT LANE CLOSED AHEAD" sign. 500' See Note 3 TABLE 2 Approach Speed Minimum 0 It 155 200 250 305 360 425 Downgrade Minimum 0 •. -3X ft 155 205 251 315 37B 446 See Note -6% ft 165 215 271 333 400 073 -9z mph 25 and below 30 35 40 45 50 227 287 353 427 so? over 50 W Use crud ions rd than 3 mile. +tqn -3 May I, 2006 V NeN0 a tO WTen x✓swe>nm,ea ✓ Crag [Vivre, eme, 436116 6 -30 -DE 7i nAkit MNbtl eef [1A9+ NOTES: Unless otherwise specified In the special provisions, all ternperOfy o arnin i signs ball have Muck legend n 9 background. California ode ore designated by )CAI. Otherwise, code Inca) codes are shown.. LEGEND • Trorria cone Temporary Sign +e— D' t' f 1 ® Flashing Arrow Sign iftsl deb FAS Support or Troller ?E Portable Flashing Beacon 71C SIGN PANEL SIZE (Min) Q 36" x 36" 36" x 16" STATE OF 6ALmORMA D5FARTMENT Or 1RANSFOP1ATl0N TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE ON MULTILANE CONVENTIONAL HIGHWAYS NO SCALE T11 LLl NYld 0HH0Ntl1S 9002 11111111111111101111flailleallaelallillaliallillalaa - TOTAL :oT sill nom nY e0 N[ 6r TOT µ SILO ft s'en wa. I ABLE 1 TABLE 2 LEGEND e h w Minimum Max spacinga Approach Minimum Downgrade Minimum D• lirta apt • Traffic Cone SS Speed Speed of c a a ang facer Speed 0 _5% -6% -9% _n I t8 Lreg I TempOrory Sign mph ft 1i mare 1f f+ f{ ft May 1� 000 • [36366 t Pi- -ell— Direction Travel 20 and below °0 20 25 tine below 155 150 165 173 0 p ton of 25 125 25 30 200 205 215 227 r,e sw> nnee6vs+rs� a 052 ws`12o- Flashing Arrow Sign IFASI Sb 190 30 35 250 250 257 2T1 ce, [nisi ivet wver,e ees0 •wwrme conies Er �pva 315 333 354 35 245 35 To b be Fdkmr W55l5615/hnMogv aye FAS Support or Troller 40 320 40 45 360 370 400 427 yy ml NI! Portable Deacon 45 540 45 50 425 446 474 507 - Flushing *IN 50 600 50 Over 50 See Nets 11 820 -I Weir 50 See Note 11 5 Use on sustained de steeper <non -3 O C20 (CA) Eft C20 (CAI IL11 Sea Note 5 w Use L fo lane wldfla less ilwn or Percent and -Mon I mile. than RDAS e to 12' w See Note 10. 'Lea LIE (e Ulf 605E I 110510 [MAD EA See Note 9 NF® , C14 iCA) See Nate 9 [XI O ,:❑ ❑ , O TYPICAL CLOSING or HALF ROADWAY W4 -2L See Note 1J 4• {? { i� 500' to 750' u soo'to T50' I 500' to 75D' I N f� L 1/21. L 0 See Note 10 L { L I. See Table 1 See nets 12 See Table i See table 2 See Table 1 _See tools 1 '�� — __ __ Q -�--i- • T. • •� a •—� • • • * I ' I • • • • Y • Advance warning signs see Notes 1 & 3 — e.„. CI C3 -.—.—a- • • CO Advance Corning signs, es_i- See Notes 1 2 3 _ �i" 500' 1'o 75n' 500' +o 750' , 500' to T50' - • • �•J • L• _ -- •• F j%//// WJRF AREA /� --ler •"— \\\\rA• TANDARD PLAN T12 N ---i .la i} „A ® 1. mi (cal N :•i INII I `Note xga' �gAS ANae' W1-451 See Note 4 WAR tAo f{p$tL , S 9 AHEAD 1m1,. U 1 - rIXX SIGN PANEL SIZE (Min) W1 -4n � W20-1 CO ICA1 Ifl ll W4-25 •�❑9 NOTES: See Moles 5 See Note 13 913-1 Q 36 x 35 see Nose 9 2P.a 24•, u 36" x IA" Ed NOTES: Y N P13-1 See Note O O unless otherwise specified Inthe special provisions, all temporary earningsigns S {all have black legend on Orange background. California cage ore designated by itS). Otherwise, feneral ( nMJTCO)codes ore sheen. 1. Where. Approach speeds are ww,advance 5. It thet Wz0-1 sign would follow `thin m00' 10. The maximum spacing between Canes olong ping one may be placed at 00' spacing of stationary 620-1 C11 ICA] "ROAD WORK NEx3 tangent shall be 50 one 010119 taper hail be arni placed closer In urban areas. MILES", use a C20 (CAI sign for +he -first approximately Os shown in Table I. ng sign. owonce a 11. For approach speedsover 50 mph, use the 2. 15 least one parson shall be assigned to provide full lime maintenonce of traffic control devices 6. All cones used for IOne olosuree during the "Trott rio Control System For Lone Closure On for lone Closure unless, otherwise directed by hours of dortness shall be fitted with Freeways Ale Expressways plan for lone closure the Engineer. - re reflective bands (or eleeree) as specified details and requirements. in the speolficatiane. 3. Each advmce earning sign In h aireciion 12. Unites rotenone specified in the special STATE OF [ALigeMA f travel hell be equipped with at lest two 7. Portable delineators, placed at one-half the pr0vlelons, the I %r Li shown between he tree Ill DEPARTMENT OF CALFORMA AiipN t lags for +'Imo closure. Loch Clog shall be of sooting Indicated for Traffic cones, may be lone closure tapers shall be used. least 16" x l5' m Sine shall be rongs ar used Instead of cane for daytime oleeuree only. p¢ai spec provisions, TRAFFIC CONTROL SYSTEM bf luarescent red -orange andn color. Flashing 13. hen fied in the special 0 64-z lAll place of during hours of °'iroahnnp arrow signs shall be either Type for t"Lone20 (CA/ RIGHT sign Indicaied hlorl!One closure the LANE be - FOR LANE CLOSURE ON darkness. MULTILANE CONVENTIONAL 9. Advisory speed will be determined by the - 4. A C14 ICA) "1500 ROAD WORE" sign as appropriate, Engineer. The 113-1 ign will not be required when shall be placed at the ed of sign, ions closure dvisory speed Is more than the posted or HIGHWAYS unless the end of w area Is obvious, or ends maximum peed llmt. within a larger project's imits. - NO SCALE T12 1 1 1 1 1 1 I APPENDIX IV FEDERAL MINIMUM WAGES GENERAL DECISION: CA20080029 12/05/2008 CA29 Date: December 5, 2008 General Decision Number: CA20080029 12/05/2008 Superseded General Decision Number: CA20070029 State: California Construction Types and Dredging) and Highway Building, Heavy (Heavy Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings, Madera, Mariposa, Merced, Monterey, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and Tuolumne Counties in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number 0 1 2 3 4 5 6 7 8 a 10 1.1 12 13 14 15 16 17 18 19 20 21 ASBE001E-001 01/01/2008 Publication Date 02/08/2008 02/15/2008 02/22/2008 02/29/2008 03/07/2008 03/21/2008 03/28/2008 04/04/2008 04/18/2008 06/20/2008 07/04/2008 07/11/2008 07/18/2008 08/01/2008 08/08/2008 08/15/2008 08/29/2008 09/12/2008 10/03/2008 10/31/2008 11/14/2008 12/05/2008 AREA 1: ALAMEDA, CONTRA COSTA, LAKE, MARIN, MENDOCINO, MONTEREY, NAPA, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, & SONOMA COUNTIES AREA 2: ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LASSEN, MADERA, MARIPOSA, MERCED, MODOC, MONO, PLACER, PUMAS, SACRAMENTO, SAN JOAQUIN, SHASTA, SIERRA, SISKIYOU, STANISLAU, SUTTER, TEHEMA, TRINITY, TULARE, TUOLUMNE, YOLO, & YUBA COUNTIES NEVADA, Rates Fringes Asbestos Workers//nsulato (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical sySfemS) Area 1 $ 44.63 14,75 - Area 2 $ 37.48 14.75 ASBE0016-004 05/01/2006 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA 2: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) Area 1 $ 26.75 5.42 Area 2 - $ 25.36 5.42 BOIL0549-001 10/01/2007 AREA 1: ALAMEDA, CONTRA COSTA, SAN. FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: REMAINING COUNTIES Rates Fringes BOILERMAKER. Area 1 $ 37.62 19.87 Area 2 $ 36.52 19.37 BRCA0003-001 08/01/2008 are Fringes MARBLE FINISHER $ 28.02 12.12 BRCA0003-003 08/01/2008 Rates AREA 2: Monterey, San Benito, Santa Cruz Fringes Counties MARBLE MASON - $ 39.22 AREA 3: Calaveras, Fresno, Kings, Madera, 18.58 Mariposa, Merced, San Joaquin, Stanislaus, Tuolumne Counties BRCA0003-005 07/01/2008 Rates Fringes - Rates Fringes Drywall Installers/Lathers! Area 1 $.34.75 BRICKLAYER 20.17 ( 1) Fresno, Kings, Area 2 $ 28.87 Madera, Mariposa, Merced.. ..$ 32.18 20.17 15.37 Area 3 $ 28.02 ( 7) San Francisco, San 20.17 Mateo $ 37.98 Drywall Stocker/Scrapper 17.32 Area 1 $ 17.38 ( 8) Alameda, Contra 12.91 Costa, San Benito, Santa Area 2 $ 14.44 Clara $ 37.50 12.91 15.50 Area 3 $ 14-.01 ( 9) Calaveras, San 12.91 Joaquin, Stanislaus, .- . Tou1umne $ 32.98 14.57 CARP0034-001 07/01/2008 (16) Monterey, Santa Cruz. $ 32.91 18.87 Rates Fringes BRCA0003-008 07/01/2008 Diver Assistant Tender, ROV Rates Tender/Technician $ 33.90 Fringes 23.03 Diver standby $ 38.29 TERRAZZO FINISHER $ 28.81 23.03 10.61 Diver Tender $ 37.29 TERRAllO WORKER/SETTER $ 38.18 23.03 17.67 Diver wet $ 76.58 23.03 Manifold Operator (mixed BRCA0003-011 04/01/2008 gas) $42.29 23.03 AREA 1: Alameda, Contra Costa, Monterey, San Manifold Operator (Standby).$ 37..29 Benito, San 23.03 Francisco, San Mateo, Santa Clara, Santa Cruz DEPTH PAY (Surface Diving): AREA 2: Calaveras, San Joaquin, Stanislaus, 050 to 100 ft $2.00 per foot Tuolumne 101 to 150 ft $3.00 per foot 151 to 220 ft $4.00 per foot AREA 3: Fresno, Kings, Madera, Mariposa, Merced SATURATION DIVING: The standby rate shall apply until Rates saturation starts. The Fringes saturation diving rate applies when divers are under TILE FINISHER pressurecontinuously until work task and Area 1 $ 20.90 decompression are 10.08 complete. The diver rate shall be paid for Area 2 $ 20.72 all saturation 10.21 hours. Area 3 $ 20.41 9.41 DIVING IN ENCLOSURES: Tile Layer Where it is necessary for Divers to enter Area 1 5 37.57 pipes or tunnels, 11.36 or other enclosures where there is no Area 2 $ 33.37 vertical ascent, the 11.31 following premium shall be paid: Distance Area 3 5 28.76 traveled from 10.71 entrance 26 feet to 300 feet: $1.00 per foot. When it is necessary for a diver to enter any pipe, CARp0022-001 07/01/2008 tunnel or other enclosure less than 48".n height, the AREA 1: Alameda, Contra. Costa, San Francisco, premium will be San Mateo, Santa $1.00 per foot. Clara counties WORK IN COMBINATION OF CLASSIFICATIONS: I I I 1 r 1 I I I Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. CARP0034-003 07/01/2008 Rates nges Piledriver $ 33,90 23.03 CARP0035-002 07/01/2008 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2: Monterey, San Benito; Santa Cruz Counties AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San Joaquin, Stanislaus, Tuolumne Counties Rates Fringes CARPENTER AREA 1: (1) Carpenter S 34,75 19,73 (2) Hardwood Floorlayer; Shingler; Power Saw Operator; Steel Scaffold & Steel Shoring Erector; Saw Filer $ 34.90 19.73 (3) Bridge Builder $ 34.75 19.73 (4) Millwright $ 34.85 19.95 AREA 2: (1) Carpenter $ 28_37 19.73 (2) Hardwood Floorlayer; Shingler; Power Saw Operator; Steel Scaffold & Steel Shoring Erector; Saw Filer $ 29.02 19.73 (3) Bridge Builder $ 34,75 19.73 (4) Millwright $ 31.37 19.95 • AREA 3: (I ) Carpenter $ 27.52 19.73 (2) Hardwood Floorlayer; Shingler; Power Saw Operator; Steel Scaffold & Steel Shoring Erector; Saw Filer $ 27.67 19.73 (3) Bridge Builder $ 34.75 19.73 (4) Millwright $ 30.02 19.95 CARP0035-007 07/01/2008 AREA 1; Alameda, Contra Costa, San Francisco San Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San Joaquin, Stanislaus, Tuolumne Counties Rates Fringes Modular Furniture Installer Area 1 Installer I $ 20.86 13.10 installer II 5 17.43 13.10 Lead Installer $ 24.31 13.60 Master Installer $ 28.53 13.60 Area 2 Installer I $ 18.21 13.10 Installer II $ 15.26 13.10 Lead Installer $ 21.18 13.60 Master Installer $ 24.81 13.60 Area 3 Installer I $ 17.26 13.10 Installer II. $ 14.49 13.10 Lead Installer $ 20.06 13.60 Master Installer $ 23.48 13.60 ELEC0006-001 12/01/2007 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates Fringes Sound & Communications Installer $ 27.97 3%+11.50 Technician $ 31.85 3%+11.50 SCOPE OF WORK: including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testiness of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are 1 I I 1 I I I I I 1 installed in conduit; excluding installation- of raceway systems, line voltage work, industrial work, life -safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: in raceways (including -wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed ih the conduit, shall be performed by the inside electrician. Fire alarm work when installed ELEC0006-007 06/01/2008 SAN FRANCISCO COUNTY Rates Fringes ELECTRICIAN $ 53.05 21.685 ELE00006-008 12/01/2006 CALAVERAS, FRESNO, KINGS, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES Fringes MADERA, MARIPOSA, Rates Communications System Installer $ 23.47 38+10.65 Technician $ 26.72 3%+10.65 'SCOPE OF WORK: Including any data system whose only function is to transmit or. receive information; excluding all other data systems or multiple systems .which include' control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life -safety systems (all buildings having floors located more than 75' above the- lowest floor level having building access); excluding energy -management systems. FOOTNOTE: Fire alarm work when installed raceways (including wire and cable pulling),. on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are - installed in the conduit, shall be performed by the inside electrician. ELEC0100-002 06/01/2008 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ELECTRICIAN $ 31.35 3%+13.70 ELEC0100-005 12/01/2005 FRESNO, KINGS, MADERA Rates Fringes Communications and Systems Installer $ 22.59 3%19.60 SCOPE OF WORK Includes the installation testing, service and maintenance, of the following systems which utilize the - transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background -foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms, and low voltage master clock systems. A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS Background foreground music, Intercom and telephone interconnect systems, Telephone systems Nurse call systems, Radio page systems,. School intercom and sound systems, Burglar alarm systems,. Low voltage, master clock systems, Multi-media/multiplex systems, Sound and musical entertainment systems, RF systems, Antennas and Wave Guide, 5. FIRE ALARM SYSTEMS Installation, wire pulling and testing C. TELEVISION AND VIDEO SYSTEMS Television monitoring and surveillance systems Video security systems, Video - entertainment systems, Video educational systems, Microwave transmission systems, CATV and CCTV 1 1 I 1 1 1 I 1 1 1 I 1 1 I 1 I 1 1 D. SECURITY SYSTEMS Perimeter security systems Vibration sensor systems Card access systems Access control systems, Sonar/infrared monitoring equipment E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO THE' ABOVE LISTED SYSTEMS SCADA (Supervisory Control and Data Acquisition) PCM (Pulse Code Modulation) Inventory Control Systems, Digital Data Systems Broadband and Baseband and Carriers Point of Sale Systems, VSAT Data Systems Data Communication Systems RF and Remote Control Systems, Fiber Optic Data Systems WORK EXCLUDED Raceway systems are not covered (excluding Ladder -Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed 10 feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope). Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit. ELECO234-001 05/26/2008 MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES Rates Fringes ELECTRICIAN 5 37,29 33+19.07. ELECO302-001 06/01/2008 CONTRA COSTA COUNTY Rates Fringes CABLE SPLICER $ 47.99 3%+18.25 ELECTRICIAN $ 42.21 3%+18.25 ELEC0332-001 06/01/2008 SANTA CLARA COUNTY Rates Fringes CABLE SPLICER $ 54.71 3%+18.18 ELECTRICIAN $ 47.57 3%+18.18 FOOTNOTES: Work under compressed air or where gas masks are required, orwork on ladders, scaffolds, stacks, "Bosun's chairs," or other structures and where the workers are not protected by permanent guard rails at a distance of 40 to 60 ft. from the ground or supporting structures: to be paid one and one-half times the straight -time rate of pay. Work on structures of 60 ft. or over (as described above): to be paid twice the straight -time rate of pay. ELEC0595-001 06/01/2008 ALAMEDA COUNTY Pates Fringes CABLE SPLICER $ 50.06 35+21.25 ELECTRICIAN $ 44.50 35+21.25 ELEC0595-002 06/01/2008 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes CABLE SPLICER $ 37.69 7.55+18.54 ELECTRICIAN (1) Tunnel work $ 35..18 7..5%+18.54 (2) All other work $ 33.50 7.55+18.54 ELEC0617-001 08/01/2007 SAN MATEO COUNTY Rates Fringes ELECTRICIAN $ 47.45 17.05 ELEC0684-001 07/01/2008 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes ELECTRICIAN $ 33.62 35+16.05 CABLE SPLICER = 110% of Journeyman Electrician I I I 1 1 I I r I I I i e I ELEC1245-001 06/01/2008 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer $ 43.07 12.57 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) $ 34.40 11.53 (3) Groundman $ 26.31 11.29 (4) Powderman $ 38.46 11.69 HOLIDAYS: New Year's Day, M.L. King Day; Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ELEV0008-001 01/01/2008 Rates Fringes ELEVATOR MECHANIC $ 52.66 16.285 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS:- New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ENGI0003-008 07/01/2002 Rates Fringes Dredging: (DREDGING: CLAMSHELL & DIPPER DREDGING; HYDRAULIC SUCTION DREDGING:) AREA 1: (1) Leverman $ 37.24 21.78 (2) Dredge Dozer; Heavy duty repairman $ 32.28 21.78 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator $ 31.16 21.78 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler $ 27.86 21.78 AREA 2: (1) Leverman $ 39.24 21.78 (2) Dredge Dozer; Heavy duty repairman $ 34.28 21.78 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator $ 33.16 21.78 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler $ 29.86 21.78 AREA DESCRIPTIONS AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2: MODOC COUNTY THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area is Remainder Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY: Area 1: Remainder Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY: Area 1: Except Eastern part Area 2: Eastern part MARIPOSA COUNTY Area 1: Except Eastern part Area 2: Eastern part MONTERREY COUNTY Area 1: Except Southwestern part Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: Al but. the Central portion 1 1 i 1 1 1 1 1 1 1 Area 2: Remainder Oiler $ 28.39 PLUMAS COUNTY: 20.89 Truck crane oiler $ 30.68 Area 1: Western portion 20.89 Area 2: Remainder GROUP 2 Cranes $ 35.89 SHASTA COUNTY: 20.89 Area 1: All but the Northeastern corner Oiler $ 28.18 Area 2: Remainder 20.89 Truck crane oiler $ 30',42 SIERRA COUNTY: 20.89 Area 1: Western part GROUP 3 Area 2: Remainder Cranes 5 34.14 SISKIYOU COUNTY: 20.89 Area I: Central part Hydraulic - $ 29.79 Area 2: Remainder 20.89 Oiler $ 27.90 SONOMA. COUNTY: 20.89 Area 1: All but the Northwestern corner Truck. Crane Oiler $ 30:18 QU 8 Area 2: Remainder 9 POWER EQUIPMENT OPERATOR TEHAMA COUNTY: (Piledriving - AREA 1:) Area 1: All but the Western border with GROUP 1 Mendocino & Trinity Lifting devices $ 37.99 Counties 20.89 Area 2: Remainder Oiler $ 28 73 20.89 TRINITY COUNTY: Truck crane oiler $ 21.01 Area 1: East Central O 2 part and the GROUUPP 2 Northeastern border with Shasta County L20.89 devices $ 36.17 Area 2: Remainder 20.x9 Oiler $ 28.46 TUOLUMNE COUNTY: 20.89 Area 1: Except Eastern part T20.8 Crane Oiler $ 30.76 Area 2: Eastern part 20.89 GROUP 3 Lifting devices $ 34,49 ENG10003-018 06/30/2008 20.89 Oiler $ 28.24 "AREA 1" WAGE RATES ARE LISTED BELOW 20.89 Truck Crane Oiler $ 30.47 "AREA 2" RECEIVES AN ADDITIONAL $2.00 PER 20.89 HOUR ABOVE AREA 1 GROUP 4 $ 32.72 RATES. 20.89 GROUP 5 $ 30.08 SEE AREA DEFINITIONS BELOW GROUP 6 $ 27.85 20.89 Fringes Rates POWER EQUIPMENT OPERATOR (Steel Erection - AREA 1:) POWER EQUIPMENT OPERATOR GROUP 1 (AREA 1:) Cranes. $ 38.62 GROUP 1 20.89 20.89 $ 36.77 Oiler $ 29.07 GROUP 2 20.89 20 89 $ 35.24 Truck Crane Oiler $ 31.30 GROUP 3 20.89 20.89 $ 33.76 GROUP 2 GROUP 4 Cranes $ 36.85 20.89 $ 32.38 20.89 GROUP 5 Oiler $ 31.11 $ 28.80 20.89 20 99 Truck Crane Oiler $ 31.08 GROUP 6 $ 29.79 20.89 20.89 GROUP 7 GROUP 3 20.89 $ 28.65 Cranes $ 35.37 20.89 GROUP 8 27.51 Hvdra ulic -$ 30.42 20.89 - 20.89 GROUP 8-A $ 27,30 20.89 Oiler $ 28.58 POWER EQUIPMENT OPERATOR 20'.85 (Cranes and Attachments - Truck Crane Oiler $ 30.81 AREA 1:) 20.89 GROUP 1 GROUP 4 $ 33.35 Cranes 20.89 20.89 $ 37.65 GROUP 5 $ 32.05 20.89 POWER EQUIPMENT OPERATOR 1 1 11 1 1 1 I (Tunnel and Underground Work - AREA 1:) SHAFTS, -STORES, RAISES; GROUP 1 $ 32.87 20.09 GROUP 1-A $ 35.34 20.89 GROUP 2 $ 31.61 20.89 GROUP 3 $ 30.28 20.89 GROUP 4 $ 29.14 20.89 GROUP 5 9 28.00 20.89 UNDERGROUND: GROUP 1 $ 32.77 20.89 GROUP 1-A - $ 35.24 20.89 GROUP 2 $ 31.51 20.89 GROUP 3 $ 30.18 20.89 GROUP 4 $ 29.04 20.89 GROUP 5 $ 27.90 20.89 FOOTNOTE: Work suspended by ropes or cables, or work on a Yo -Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds. GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Licensed construction work boat operator, on site; Power blade operator (finish); Power shovels, over 1 cc. yd. up to and including 7 cu. yds. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie hack machine assistant to engineer or mechanic; Crane mounted continuous flight tie back machine, tonnage to apply; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds.; Loader 4 cu. yds. and over; Long reach excavator; Multiple engine scraper (when used as push pull); Power shovels, up to and including 1 cu. yd.; Pre -stress wire wrapping machine; Side boom cat, 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wet or dry); Dozer and/or push cat; Pull- type elevating loader; Gradesetter, grade checker (CPS, mechanical or otherwise); Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LDH-, Watson 3000 or similar;• Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu.. yds.; Lubrication and service engineer (mobile and grease rack);. Mechanical finishers or spreader machine (asphalt, Barber -Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support;_ Roller operator, asphalt; Rubber -tired scraper, self -loading (paddle -wheels, etc.); Rubber- tired earthmoving-equipment (scrapers); Slip form paver (concrete); drag; Soil stabilizer (P & H or equal); Spider plow and spider puller; Tubex pile rig; Unlicensed constuction work boat operator, on site; Timber skidder; Track loader up to 4 yds.; Tractor -drawn scraper; Tractor, compressor drill combination; Welder; Woods -Mixer (and other similar Pugmill equipment) Small tractor with GROUP 5: Cast -in -place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumperete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burn, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip -forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom DE or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T -600B rock cutter or similar GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom- type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck -mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment. Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro -hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi -lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck -mounted, with compressor combination; Paving fabric installation and/or laying .machine;. Pipe bending machine (pipelines. Only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Soils & materials tester; Tractor; Self -loading chipper; Concrete barrier moving machine GROUP 7: Ballast regulator; Boom truck or dual-purpose A -frame truck, non -rotating - under 15 tons; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; ❑rilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor ,(without dozer); Signalperson; Slip -form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck- type loader (Kolman or similar); GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift Combination mixer and (under 20 ft.); Generator; Gunite/shotcxete equipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir - debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator (includes vacuum sweeper); Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader -Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 B.P.--(backhoe-trencher); Tub grinder wood chipper ALL CRANES AND' ATTACHMENTS GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal -mounted, over 100 tons; Self- propelled boom -type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and - including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom -type lifting device, over 45 tons; Tower crane GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Cranes 45 tons and under; Self- propelled boom -type lifting device 45 tons and under; Boom Truck or dual purpose A -frame truck, non -rotating over 15 tons; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) over 15 tons; PILEDRIVERS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom -type lifting device over- 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and I 1 1 I including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom -type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons; Fundex F-12 hydraulic pile rig GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom -type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repai rpe rson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender STEEL ERECTORS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom -type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom -type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self- propelled boom -type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat TUNNEL AND UNDERGROUND WORK GROUP 1 -A: -Tunnel bore machine operator, 20' diameter or more GROUP 1: Heading shield operator; Heavy- duty repairperson; Mucking machine (rubber tired, rail or track type); Raised bore operator (tunnels); Tunnel mole bore operator GROUP 2: Combination slusher and motor operator; Concrete pump or pumperete gun; Power -jumbo operator GROUP 3i Drill doctor; Mine or shaft hoist GROUP 4: Combination slurry mixer cleaner; Grouting Machine operator; Motorman GROUP 5: Bit Sharpener; Brakeman; Combination mixer and compressor (gunite); Compressor operator; Oiler; Pump operator; Slusher operator AREA DESCRIPTIONS: POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS, TUNNEL AND UNDERGROUND [These areas do not apply -to Piledrivers and Steel Erectors] AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO,.SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area I: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corne. Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2; Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part GROUP 3 MENDOCINO COUNTY: AREA. 1 $ 19.90 Area 1: Central and Southeastern parts 20.26 Area 2: Remainder AREA 2 $ 21.90 20.26 MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern the border of Sierra County Area 2: Remainder GROUP 2: Landscape Operator up to 65 HP: PLACER COUNTY: All equipment with Area 1: All but the Central portion a manufacturer's rating of 65 HP or less Area 2: Remainder except equipment covered by Group 1 or. Group 3. The PLUMAS COUNTY: following equipment Area 1: Western portion shall be included except when used for Area 2: Remainder finish work as long as manufacturer's rating is 65 HP or less: SHASTA COUNTY: A -Frame and Area 1: All but the Northeastern corner Winch Truck, Backhoe, Forklift, Area 2: Remainder Hydragraphic Seeder Machine, Roller, Rubber -Tired and Track SIERRA COUNTY: Earthmoving Area 1: Western part Equipment, Skiploader, Straw Blowers, and Area 2: Remainder Trencher. 31 HP up to 65 HP. SISKIYOU COUNTY; Area 1: Central part GROUP 3: Landscae Utility Operator: Small Area 2: Remainder Rubber -Tired Tractor, Trencher Under 31 HP. SONOMA COUNTY: Area 1: All but the Northwestern corner AREA DESCRIPTIONS: Area 2: Reaminder Po on along GROUP DESCRIPTIONS: GROUP 1: Landscape Finish Grade Operator: All finish grade work regardless of equipment used, and all equipment with a rating more than 65 HP. TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, POLO, AND YUBA COUNTIES TRINITY COUNTY: Area 1: East Central part -and the AREA 2 - MODOC COUNTY Northeaster border with Shasta County THE REMAINING COUNTIES ARE SPLIT BETWEEN Area 2: Remainder AREA 1 AND AREA 2 AS NOTED BELOW: TULARE COUNTY; Area 1: Remainder Area 2: Easternpart TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ENGI0003-019 06/30/2008 SEE AREA DESCRIPTIONS BELOW Rates Fringes ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder POWER EQUIPMENT OPERATOR (LANDSCAPE WORK ONLY) ELDORADO COUNTY: GROUP 1 Area 1: North Central part AREA 1 $ 28.11 Area 2: Remainder 20.26 AREA 2 S 30.11 FRESNO COUNTY 20.26 Area 1: Except Eastern part GROUP 2 Area 2: Eastern part AREA 1 $ 24.51 20.26 GLENN COUNTY: AREA 2 $ 26.51 Area 1: Eastern part 20.26 Area 2: Remainder Area 2: Eastern. Part HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder Ironworkers: LASSEN COUNTY: Fence Erector $ 25.96 Area 1: Western part along the Southern 14.08 portion of border Ornamental, Reinforcing with Shasta County and Structural S 31.83 Area 2: Remainder 22.17 IRON0002-004 07/01/2008 Fringes Rates MADERA COUNTY Area 1: Remainder Area 2: Eastern part PREMIUM PAY: $6.00 additional per hour at the following locations: MARIPOSA COUNTY Area 1: Remainder China Lake Naval Test Station, Chocolate Area 2: Eastern part Mountains Naval Reserve-Niland, MENDOCINO COUNTY: Edwards AFB, Fort Irwin Military Station, Area 1: Central and Southeastern parts Fort Irwin Training Area 2: Remainder Center -Goldstone, San Clemente Island, San Nicholas Island, MONTEREY COUNTY Susanville Federal Prison, 29 Palms - Marine Area 1:- Remainder Corps, U.S. Marine Area 2: Southwestern part Base - Barstow, U.S. Naval Air Facility - Seeley, Vandenberg AFB NEVADA COUNTY: Area 1: All but the Northern portion along $4.00 additional per hour at the following the border'of locations: Sierra County Area 2: Remainder Army Defense Language Institute - Monterey, Fallon Air Base, PLACER COUNTY: Naval Post Graduate School - Monterey, Yermo Area 1: All but the Central portion Marine Corps Area 2: Remainder Logistics Center PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern Corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYDU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: Ali but the Western border with mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock LAB00036-001 07/01/2007 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes MASON TENDER, BRICK $ 26.93 16.50 FOOTNOTES: Underground work such as sewers, manholes, catch basins, sewer pipes, telephone conduits, tunnels and cut trenches: $5.00 per day additional. Work in live sewage: $2.50 per day additional. LAB00036-002 07/01/2007 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates TULARE COUNTY; Fringes Area 1: Remainder Area 2: Eastern part PLASTER TENDER $ 26.48 16.23 TUOLUMNE COUNTY: Area 1: Remainder r 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 i 1 1 FOOTNOTES: Work on a suspended scaffold: $5.00 per day additional. Work operating a plaster mixer pump gun: $1.00 per hour additional. * LAB00067-002 12/01/2008 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN, MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates Fringes Asbestos Removal Laborer Areas A S B $ 18.08 6.60 LA➢ORER (Lead Removal) Area A $ 32.38 6.03 Area B $ 31.38 6.03 ASBESTOS REMOVAL -SCOPE OF WORK: Site mobilization; initial site clean-up; site preparation; removal asbestos -containing materials from walls and ceilings; or from pipes, boilers and mechanical systems only if they are being scrapped; encapsulation, enclosure and disposal of asbestos -containing materials by hand with equipment or machinery; scaffolding; fabrication of temporary wooden barriers; and assembly of decontamination stations. or of LAB00067-003 07/01/2008 AREA A; ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO 6 SANTA CLARA AREA B: ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDTy KINGS, LAKE, LASSEN, MADERA, MARIPOSA, MENOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SANCRMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SIERRA, SHASTA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO a YUBA COUNTIES Fringes Rates LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person Area A $ 25.89 14.13 Area B $ 24.89 14.13 Traffic Control Person I Area A $ 26.19 14.13 Area B $ 25.19 14.13 Traffic Control Person II Area A $ 23.69 14.13 Area 8 $ 22.69 14.13 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. LAB00067-006 06/30/2008 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA "8" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, EL DORADO, FRESNO, GLENN, KINGS, LASSEN, MADERA, MARIPOSA, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ,. SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates Fringes Laborers: (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group $ 26.84 14.13 GROUP 1 $ 26.14 14.13 GROUP 1-a $ 26.36 14.13 GROUP 1-c $ 26.19 14.13 GROUP 1-e $ 26.69 14,13 GROUP 1-f $ 26.72 14.13 GROUP 1-g (Contra Costa County) $ 26.34 14.13 GROUP 2 $ 25.99 14.13 GROUP 3 $ 25.89 14.13 GROUP 4 $ 19.58 14.13 See groups 1-b and 1-d under laborer classifications. Laborers: (CONSTRUCTION CRAFT LABORERS - AREA B:) I I 1 I I I I I I 1 I 1 I I I 1 I I Construction Specialist Group $ 25.84 11.13 GROUP 1 $ 25.14 14.13 GROUP 1-a $ 25.36 14.13 GROUP 1-c $ 25.19 14.13 GROUP 1-e $ 25.69 14.13 GROUP 1-f $ 25.72 14.13 GROUP 2 $ 24.99 14.13 GROUP 3 $ 24.89 14.13 GROUP 4 $ 16.50 14.13 See groups 1-b and 1-d under laborer classifications. Laborers: (GUNITE - AREA A:} GROUP 1 $ 27.10 14.13 GROUP 2 $ 26.60 14.13 GROUP 3 $ 26.01 14.13 GROUP 4 $ 25.69 11.13 Laborers: (GUNITE - AREA B:) GROUP 1 $ 26.10 14.13 GROUP 2 $ 25.60 14.13 GROUP 3 $ 25.01 14.13 GROUP 4 $ 24.89 14.13 Laborers: (WRECKING - AREA A:) GROUP 1 $ 26.14 14.13 GROUP 2 $ 25.99 14.13 Laborers: (WRECKING AREA B:) GROUP 1 $ 25.14 14.13 GROUP 2 $ 24.99 14.13 Landscape Laborer (GARDENERS, HORTICULTURAL 6 LANDSCAPE LABORERS - AREA A:) (1) New Construction $ 25.89 14.13 (2) Establishment Warranty Period $ 19.58 14.13 Landscape Laborer (GARDENERS, HORTICULURAL & LANDSCAPE LABORERS - AREA B:) ( 1) New Construction $ 24.39 14.13 (2) Establishment Warranty Period $ 18.56 12.33 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast -in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or. similar type (and all small trenchers); Blaster; Multiple unit drill; Hydraulic drill Diamond driller; GROUP 1: Asphalt spreader boxes. (all types); Barka, Wacker and similar type.tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser; slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote; lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast - manhole setter; Pressure pipe tester; Post hole digger, air,.gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle. operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; I i 1 1 1 r 1 1 1 Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker !lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner - Denver model DH143 and similar type drills; Track driller; Jack leg driller; wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on - underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground levelin open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on:and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot Crete GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in- connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement cr gypsum; Choke -setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling - of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders: Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f;. Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, victaulic or similar; Tool room attendant (jdbsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing. windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B; at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection". 1 1 1 I 1 1 GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP GROUP GROUP 2: Nozzleman, Gunman, Potman, Groundman 3: Reboundman 4: Gunite laborer WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi -skilled wrecker (salvaging of other building materials) LAB00067-010 06/30/2008 Rates Fringes Tunnel and Shaft Laborers; GROUP 1 $ 31.90 14.13 GROUP 2 $ 31..67 14.13 GROUP 3 $ 31.42 14.13 GROUP 4 $ 31.42 14.13 GROUP 5 $ 30.97 14.13 GROUP 6 $ 30.43 14.13 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite d shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, includingtop and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman GROUP 4: Steel form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel- laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 5: Vibrator -operator, pavement breaker; Bull gang - mockers, trackmen; Concrete crew - includes rodding and spreading GROUP 6: Dumpmen any method); Grout crew; Reboundman; Swamper/ Brakeman LAB00073-003 07/01/2008 CALAVERAS, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes LABORER Mason Tender -Brick $ 26.03 14.13 LAB00073-005 07/01/2007 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE Rates Fringes Plasterer tender $ 26.17 12.68 LAB00166-001 07/01/2006 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Brick Tender $ 25.91 14.65 FOOTNOTES: Work on jobs where heat - protective clothing is required: $2.00 per hour additional. Work at grinders: $.25 per hour additional. Manhole work: $2.00 per day additional. LAB00166-002 07/01/2006 ALAMEDA AND CONTRA COSTA COUNTIES: Rate Fringes Plasterer tender $ 30.15 15.90 Gun Man $0.75 per hour additional LAB00270-001 07/01/2008 SANTA CLARA & SANTA CRUZ COUNTIES Rates Fringes MASON TENDER, BRICK Santa Clara $ 27.93 13.48 1 1 1 1 1 1 1 Santa Cruz $ 26.93 13.48 FOOTNOTE: $2.00 per hour for refactory work where heat -protective clothing is required. LABO0270-005 07/01/2007 SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes PLASTER TENDER 4 Stories and under $ 27.62 13.73 5 Stories and above $ 29.54 13.73 LABO0294-001 07/01/2008 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes LABORER (Brick) Mason Tender -Brick $ 26.03 14.13 LABO0297-001 08/01/2007 MONTEREY AND SAN BENITO COUNTIES Rates Fringes Plasterer tender $ 23.70 11.50 FOOTNOTE: Mixer person; $4.00 per day additional. PAIN0016-001 07/01/2008 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates nges - Painters $ 34.05 15.12 PREMIUMS: EXOTIC MATERIALS - $0.75 additional per hour. SPRAY WORK: - $0.50 additional per hour. INDUSTRIAL PAINTING - $0.25 additional per hour [Work on industrial buildings used for the manufacture and processing of goods for sale or service; steel construction (bridges), stacks, towers, tanks, and similar structures] HIGH WORK: over 50 feet - $2.00 per hour additional 100 to 180 feet - $4.00 per hour additional Over 180 feet - 86.00 per houir additional PAIN0016-003 08/01/2008 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes Drywall Finisher/Taper Area 1 $ 38.96 14.88 Area 2 $ 34.83 13.48 PAIN0016-012 07/01/2008 ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes SOFT FLOOR LAYER $ 40.16 14.32 PAIN0616-015 09/01/2008 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes PAINTER Brush $ 30.32 11.66 FOOTNOTES: SPRAY/SANDBLAST: $0.50 additional per hour. EXOTIC MATERIALS: $1.00 additional per hour. HIGH TIME: Over 50 ft above ground or water level $2.00 additional per hour. 100 to 180 ft above ground or water level $4.00 additional per hour. Over 180 ft above ground or water level $6.00 additional per hour. PAIN0016-022 07/01/2008 SAN FRANCISCO COUNTY Rates Fringes PAINTER $ 37.67 15.12 PAINo169-001 07/01/2008 FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES: Fringes .Rates 1 1 I 1 GLAZIER $ 29.93 13.85 PAIN0169-005 07/01/2008 ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA & SANTA CRUZ COUNTIES Rates Fringes GLAZIER $ 38.11 16.56 PAIN0294-004 08/01/2008 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes PAINTER Brush, Roller $ 25.96 11.08 Drywall Finisher/Taper $ 28.96 11.08 HIGHWAY IMPROVEMENT Rates Fringes Parking Lot Striping/Highway Marking: GROUP 1 $ 28.11 13.12 GROUP 2 $ 22.90 13.12 GROUP 3 $ 22.18 13.12 CLASSIFICATIONS GROUP 1: Striper: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape, traffic stripes and markings GROUP 2: Gamecourt & Playground Installer GROUP 3: Protective Coating, Pavement Sealing PAIN1237-'003 07/01/2008 FOOTNOTE: Spray Painters & Paperhangers recive $1.00 CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS additional per AND TUOLUMNE hour. Painters doing Drywall Patching COUNTIES: receive $1.25 additional per hour. Lead Abaters 6 Rates Sandblasters receive Fringes $1.50 additional per hour. High Time - over 30 feet (does not include work from a lift) $0.75 per hour additional. PAIN0294-005 07/01/2008 FRESNO, KINGS & MADERA Rates Fringes SOFT FLOOR LAYER $ 26.87 10.40 PAIN0767-001 07/01/2008 CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates GLAZIER $ 32.53 15.20 PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Fringes Employee rquired to wear a body harness shall receive $1.50 per hour above the basic hourly rate at any elevation. PAIN.l176-001 07/01/2008 SOFT FLOOR LAYER $ 28.86 12.24 PLAS0066-002 07/01/2007 ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES: Rates Fringes PLASTERER 5 33.16 18.62 PLAS0300-001 07/01/2008 Rates Fringes PLASTERER AREA 224: San Benito, Santa Clara, Santa Cruz $ 34.22 13.28 AREA 295: Calaveras & San Joaquin Couonties S 32.82 14.50 AREA 337: Monterey County $ 31.01 13.13 AREA 429: Mariposa, Merced, Stanislaus, Tuolumne Counties $ 32.82 14.50 PLAS0300-005 07/01/2006 Fringe Rates CEMENT MASON/CONCRETE FINISHER...$ 25.86 15.03 PLOM0036-001 07/01/2008 AREA 1: CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS, TUOLUMNE AREA 2: FRESNO, KINGS, MADERA Rates Fringes PLUMBER & STEAMFITTER Area 1 (Local 442) $ 34.50 16.68 Area 2 (Local 246) $ 34.25 17.18 PLUM0036-004 01/01/2006 FRESNO, MERCED, SAN JOAQUIN COUNTIES Rates Fringes BUILDING CONSTRUCTION PIPE TRADESMAN Local 246 Fresno, Local 442 Merced & San Joaquin., .$ 13.00 7.30 SCOPE OF WORK Installation of corrugated metal piping for drainage, as well as installation of corrugated metal piping for culverts in connection with storm sewers and drains; Grouting, dry packing and diapering of joints, holes or chases including paving over joints, in piping; Temporary piping for dirt work for building site preparation; Operating jack hammers; pavement breakers, chipping guns, concrete saws and spades to cut holes, chases and •channels for piping systems; Digging, grading, backfilling and ground preparation for all types of pipe to all points of the jobsite; Ground preparation including ground leveling, layout and planting of shrubbery, trees and ground cover, including watering, mowing, edging, pruning and fertilizing, the breaking of concrete, digging, backfilling and tamping for the preparation and completion of all work in connection with lawn sprinkler and landscaping; Loading, unloading and distributing materials at jobsite; Putting away materials in storage bins in jobsite secure storage area; Demolition of piping and fixtures for remodeling and additions; Setting up and tearing down work benches, ladders and job shacks; Clean-up and sweeping of jobsite; Pipe wrapping and waterproofing where tar or similar material is applied for protection of buried piping; Flagman PLUM0036-009 07/01/2008 MONTEREY AND SANTA CRUZ COUNTIES Rates Fringes PLUMBER & STEAMFITTER Local 62 $ 39.00 16.68 PLUM0038-001 07/01/2008 SAN FRANCISCO COUNTY Rates Fringes PLUMBER (Plumber, Steamfitter, Refrigeration Fitter) (1) Work on wooden frame structures 5 stories or less excluding high-rise buildings and -commercial work such as hospitals, ,prisons, hotels and schools.$ 40.80 28.96 (2) All other work $ 51.00 31.44 PLUM0038-005 07/01/2008 SAN FRANCISCO COUNTY Rates Fringes Landscape/Irrigation Fitter (Underground/Utility Fitter) '$ 40.80 22.60 PLUM0159-001 07/01/2008 CONTRA COSTA COUNTY Rates Fringes Plumber and steamfitter (1) Refrigeration $ 45.23 22.49 (2) All other work $ 46.12 22.49 PLUM0342-001 07/01/2008 ALAMEDA & CONTRA COSTA COUNTIES Rates Fringes PIPEFITTER CONTRA COSTA COUNTY S 43.26 24.90 PLUMBER, PIPEFITTER, STEAMFITTER ALAMEDA COUNTY $ 45.96 24.90 I 1 I I I I r PLUM0355-004 07/01/2008 ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES: Rates Fringes Underground Utility Worker /Landscape Fitter $ 26.75 6.45 PLUM0393-001 07/01/2008 SAN BENITO AND SANTA CLARA COUNTIES Rates Fringes PLUMBER/PIPEFITTER $ 50.41 20.58 PLUM0467-001 07/01/2008 SAN MATEO COUNTY Rates Fringes Plumber/Pipe£itter/Steamfitter...$ 51.75 18.96 ROOF0027-002 01/01/2008 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ROOFER $ 25.85 8.05 FOOTNOTE: Work with pitch, pitch base of pitch impregnated products or any material containing- coal tar pitch, on any building old or new, where both asphalt and pitchers are used in the application of a built-up roof or tear off: $2.00 per hour additional. ROOF0040-002 08/01/2006 SAN FRANCISCO & SAN MATEO COUNTIES Rates nges ROOFER $ 30.23 10.19 ROOF0081-001 08/01/2007 ALAMEDA AND CONTRA COSTA COUNTIES Fringes Rates Roofer $ 28.95 12.65 ROOF0081-004 08/01/2007 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes ROOFER $ 21.16 12.00 ROOF0095-002 08/01/2006 MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES: Rates Fringes ROOFER Journeyman $ 31.73 9.89 Kettleman (2 kettles), Bitumastic Enameler, Coal Tar, Pitch & Mastic $ 33.73 9.89 SFCA0483-001 07/01/2007 ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: Rates Fringes SPRINKLER FITTER (FIRE) $ 44.94 17.30 SFCA0669-011 04/01/2008 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Fringes SANTA CRUZ, Rates SPRINKLER FITTER $ 32.15 15.05 SBEE0104-001 07/01/2008 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA CLARA AREA 2: MONTEREY & SAN BENITO AREA 3: SANTA CRUZ Fringes SHEET METAL WORKER AREA 1: Mechanical Contracts Rates 1 I 1 I I I I I under $200,000 $ 43.32 22.90 All Other Work $ 47.73 23.17 AREA 2 $ 36.49 3%+19.71 AREA 3 $ 39.25 19.45 SHEE0104-015 07/01/2008 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA ANC SANTA CRUZ COUNTIES: Rates Fringes SHEETMETAL WORKER (Metal Decking and Siding only) $ 33.43 21.47 SHEE0162-001 08/01/2008 CALAVERAS AND SAN JOAQUIN COUNTIES Fringes SHEET METAL WORKER 17.42 Rates $ 30.32 SHRE0162-003 07/01/2008 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SHEET METAL WORKER (Excluding metal deck and siding) a" 32.72 • 18.68 SHEE0162-004 07/01/2008 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes SHEET- METAL -WORKER $ 33.07 19.58 SHEE0162-013 07/01/2005 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes Sheet metal worker (Metal. decking and siding only) $ 32.84 15.20 TEAM0094-001 07/01/2008 Fringes Truck drivers; Rates GROUP 1 $ 26.48 1'7.94 GROUP 2 - $ 26.78 17.94 GROUP 3 $ 27.08 17.94 GROUP 4 $ 27.43 17.94 GROUP 5 $ 27.78 17.94 FOOTNOTES: Articulated dump truck; Bulk cement spreader (with or without auger); Dumperete truck; Skid truck (debris box); Dry pre -batch concrete mix trucks; Dumpster or similar type; Slurry truck: Use dump truck yardage rate. Heater planer; Asphalt burner; Scarifier - burner; Industrial lift truck (mechanical tailgate); Utility and clean-up truck: Use appropriate rate for the power unit or the equipment utilized. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Dump trucks, under 6 yds.-; Single unit flat rack (2 - axle unit); Nipper -truck (when flat rack truck is used • appropriate flat rack shall apply); Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or • serviceperson; Hook tender (including loading and unloading); Team driver; Tool room attendant (refineries) GROUP 2; Dump trucks, 6 yds. and under 8 yds.; Transit mixers, through 10 yds.; Water trucks, under 7,000 gals.; Jetting trucks, under 7,000 gals..; Single - unit flat rack (3 -axle unit); Highbed heavy duty transport; Scissor truck; Rubber -tired muck car ;not self -loaded); Rubber -tired truck jumbo; Winch truck and "A" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymob1le; Ross, Hyster and similar straddle carriers; Small rubber -tired tractor GROUP 3: Dump trucks, 8 yds and including 35 yds.; Transit mixers, over 1G yds.; gals. and over; Jetting trucks, 7,000 gals. and over; Vacuum trucks under 7500 gals. Trucks towing tilt bed or flat bed pull trailers; Lowbed heavy duty transport; Heavy duty transport Water trucks, 7,000 I r i I I I I I I I 1 tiller person; Self- propelled street sweeper with self-contained refuse bin;. Boom truck - hydro -lift or Swedish type extension or retracting crane: P.B. or similar type self -loading truck; Tire repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive the rate specified for the classification of road oil trucks or bootperson); distributor, driver and mixer; Snow Go and/or plow Ammonia nitrate GROUP 4: Dump trucks, over 35 yds. and under 65 yds.; Water pulls - DW 10's, 20's, 21's and other similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials); Lowbedk Heavy Duty Transport up to including 7 axles; DW10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers; Vacuum Trucks 7500 gals and over and truck repairman GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low bed Heavy Duty Transport over 7 axles WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award 'only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision. in the matter? This can 'be: * an existing published wage determination • a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to; Branch of Construction Wage Determinations Wage and. Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request. review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied'by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board O.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 2021D 4.) All decisions by the Administrative. Review Board are final. END OF GENERAL DECISION 1 I I 1 I APPENDIX V DIVERSION SUMMARY. FORM (FINAL REPORT) Complete this form and attach all weight tickets and other documentation for recycling and disposal before final inspection in order to demonstrate recycling compliance. Project Title Prepared by (Print) Date Phone List all recycling facilities, trartsfer stations and landfills that received materials: j Facility 1 1 Reference Name of Facilities that Received Your Disposed Materials: B B C D E F Summarize disposal below. Attach weight tickets organized by material c R Materials Disposed Quantity Generated (Tons when available) Facility Used (A, B, C, etc.) Tons (Yards) Recycled Percent (%) Recycled Tons Yards ' Mixed Materials Mixed Debris Mixed Debris Separated Materials Asphalt Brick Concrete Dirt/Clean Fill Lumber/Wood Roofing Material Scrap Metals Trees/brush/plants/etc. Other Materials (List) ITotal 1 ❑ Yes i 1 ❑ No A Salvage Inventory Sheet summarizing reuse is attached. Submit with documentation to Recycling Specialist via fax at 650-522-7301. For questions please email pwrecwle@citvolSanmateo.org or call 650-522-7346. 1 1 I I A 1 I I I 1 I I I I To: APPENDIX VI SAMPLE NOTICE LETTER (Copy onto Company Letterhead) NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY Address to Labor Organization and/or Worker Representatives (collective bargaining etc.) Pursuant to the Standard Specifications of the City of San Mateo and in consideration of performing work or supplying materials for the Project, a public works project of the City of San Mateo, you are hereby notified that all employee referrals are to be made without regard to race, color, religion, sex, disability, or national origin and that employment will be made without regard thereto. Contractor Street Address City Zip Signature Title Date I I 1 I I I I I I I I I I I i APPENDIX VII CERTIFICATION OF PAYMENT TO SUBCONTRACTORS AND SUPPLIERS A prime contractor or subcontractor shall pay a subcontractor not later than 10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless a longer period is agreed to in writing. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. Federal regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 days of receipt of each payment may take place only for good cause and with the agency's prior written approval. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise, available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE prime contractors and subcontractors. No retainage will be held by the City from progress payments due to the prime contractor. Prime contractors and subcontractors and prohibited from holding retainage from lower tier subcontractors. Any delay or postponement of payment may take place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise, available to the prime contractor or subcontractor in the event of a dispute involving late payment, or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE prime contractors and subcontractors. The prime contractor shall maintain a lien free project. By my signature I certify, under penalty of perjury under the laws of the State of California, that I have complied/will comply with the above provisions of the Section 7108.5 of the California Business and Professions Code and Federal regulation (49 CFR 26.29) Contractor By: (Name and Title of Person Making Certification Date I I I I 1 I I I I I I I I I APPENDIX VIII CONDITIONAL WAIVER AND RELEASE UPON PROGRESS PAYMENT (Civil Code Section 3262 (d) (1)) Upon receipt by the undersigned of a check from (Prime Contractor) in the sum of (Amount of Check) payable to (Payee or Payees of Check) and when the check has been properly endorsed and has been paid by the bank upon which it is drawn, this document shall become effective to release any mechanic's lien, stop notice, or bond right the undersigned has on the job of THE CITY OF SAN MATEO located at (Job Description) to the following extent. This release covers a progress payment for labor, services, equipment, or material furnished to THE CITYOF SAN MATEO through (Date) only and does not cover any retentions retained before or after the release date; extras furnished before the release date for which payment has not been received; extras or items furnished after the release date. Rights based upon work performed or items furnished under a written change order which has been fully executed by the parties prior to the release date are covered by this release unless specifically reserved by the claimant in this release. This release of any mechanic's lien. stop notice, or bond right shall not otherwise affect the contract rights, including rights between parties to the contract based upon a rescission, abandonment, or breach of the contract, or the right of the undersigned to recover compensation for furnished labor, services, equipment, or material covered by this release if that furnished labor, services, equipment, or material was not compensated by the progress payment. Before any recipient of this document relies on it, said party should verify, evidence of payment to the undersigned. Dated (Company Name) By (Title) 1 I I I 1 I I I I I I I APPENDIX IX UNCONDITIONAL WAIVER AND RELEASE UPON PROGRESS PAYMENT (Civil Code Section 3262 (d) (2)) The undersigned has been paid and has received a progress payment in the sum of $ for labor, services, equipment or material furnished to THE CITY OF SAN MATEO on the job of THE CITY OF SAN MATEO located at (Job Description) and does hereby release any mechanic's lien, stop notice, or bond right that the undersigned has on the above referenced job to the following extent. This release covers a progress payment for labor, services, equipment, or material furnished to THE CITYOF SAN MATEO through (Date) only and does not cover retentions retained before or after the release date; extras furnished before the release date for which payment has not been received; extras or items furnished after the release date. Rights based upon work performed or items furnished under a written change order which has been fully executed by the parties prior to the release date are covered by this release unless specifically reserved by the claimant in this release. This release of any mechanic's lien, stop notice, or bond right shall not otherwise affect the contract rights, including rights between parties to the contract based upon a rescission, abandonment, or breach of the contract, or the right of the undersigned to recover compensation for furnished labor, services, equipment, or material covered by this release if that furnished labor, services, equipment, or material was not compensated by the progress payment. "NOTICE: THIS DOCUMENT WAIVES RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL RELEASE FORM." Dated: (Company Name) By (Title)