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)