Loading...
HomeMy Public PortalAbout2009 Citywide Base Failure Repair, #467004-46000-70391 I I I I 1 I 1 I 1 1 1 i I I 1 CONTRACT BOOK 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 To be used in conjunction with APWA-AGC Standard Specifications for Public Works Construction 2009 Edition JULY 2009 CITY OF SAN MATEO Public Works Department 330 West 20th Avenue San Mateo, CA 94403 650/522-7300 650/522-7301 (fax) s -c• 1 1 I 1 1 1 1 CONTRACT BOOK 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 3-19-33 (1 sheet) TIME OF COMPLETION: 25 Working Days CONTENTS NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT NONCOLLUSION AFFIDAVIT CERTIFICATION OF NON-DISCRIMINATION CERTIFICATION OF PAYMENT OF. PREVAILING WAGE SCALE CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION SPECIAL PROVISIONS PART I -- GENERAL PROVISIONS PART II -- CONSTRUCTION MATERIALS PART III -- CONSTRUCTION METHODS STANDARD DRAWING APPENDIX I - AGREEMENT FOR PUBLIC IMPROVEMENT APPENDIX II — DIVERSION SUMMARY FORM 1 1 1 i 1 1 1 1 1 1 1 i 1 1 i i 1 1 1 NOTICE INVITING SEALED PROPOSALS 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for 2009 Citywide Base Failure Repair as shown on the Contract Drawings No. 3-19-33 and as described in this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition. The work described requires that the bidder be licensed by the State of California as a Class A Contractor. Contractor shall purchase a complete set of plans and specifications and provide contact information to the City in order to be eligible to bid on this project. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California 94403. A non-refundable fee of $35.00 per set is required if picked up or $40.00 for each set if mailed. Any questions regarding the contract documents should be directed to Homayoun Ariasp, Assistant Engineer, at 650- 522-7332 or in writing at the above address. 3. The estimated construction cost of this project is $310,000.00. This estimate is not based on a "contractor's cost take off" of the project, but is derived from an averaging of costs for work on similar projects in the area of which the City is aware. This figure is given to indicate the relative order of magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. 4. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 5. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in Special Provisions SP -7-2.3 through SP -7-2.3.3. Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. It is the responsibility of the contractor to contact the City to determine the existence of any and all addenda. 7. The time of completion for this contract shall be twenty-five (25) working days, beginning from the date specified in the Notice to Proceed. 8. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept, modify, or reject any items of the bid, or in the case of a single bid being received to extend the acceptance date by up to thirty (30) days with notice. The City of San Mateo is a charter City and any contract entered into is Q:1pw\PWENGA CONTRACTS1200912009 Cisywlde Base Failure Repair\Contren.doc 1 07/16/09 1 1 I 1 I 1 11 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. 9. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for this project will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. The State Prevailing Wage Rates may also be obtained from the California Department of Industrial Relations internet web site at http://www.dir.ca.gov. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 10. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., August 11, 2009, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 11. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as City's interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 2, 2004. 12. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300,. Contractor may substitute securities for said ten percent (10%) retention or request that City make payments of retentions earned directly to an escrow agent at Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. Dated: July 19, 2009 /S/ BRANDT GROTTE, MAYOR Q\pwWPWENG\A CONTRACTS 2009U2009 Citywide Base Failure Repair,Contract.doc 2 07/16/09 PROPOSAL FORM (Entire proposal tobe submitted as sealed bid.) 1 I1 1 I1 1 1 I 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 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 APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition. The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates) the project plans described below, including the addenda thereto, the contract annexed hereto, and also in conformance with the APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition and the Labor Surcharge and Equipment Rental ratesin 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 proposalI certify, under penalty of perjury under the laws of State of California and United States of America, that the Non Collusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106 is true and correct. The work shall be paid for at the unit .and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor's Signature Date Name of Company Phone Number ( ) Fax Number Q \pwW WENGW_CONTRACTSt2009\2009 Citywide Base Failure RepaiAContract.doc 3 07/16/09 1 I 1 1 I I I 1 1 I I 1 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 percentagewise the unit price or item total in the City of San Mateo's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity, which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the City of San Mateo, and that discretion will be exercised in the manner deemed by the City of San Mateo to best protect the public interest in the prompt and economical completion of the work. The decision of the City of San Mateo respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. QApvAPWENG\A CON RACTS\2009,2009 Citywide Base Failure Repai/Contract.doc 4 07/16/09 I I I 1 I 1 I i I I If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the 2 bonds in the sums required by the State Contract Act, with surety satisfactory to the City Of San Mateo, within 8 days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of San Mateo that the contract has been awarded, the City of San Mateo may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of the security accompanying this proposal shall operate and the same shall be the property of the City of San Mateo. By my signature on this proposal, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes, and agrees if this proposal is accepted, that he will contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following prices, as shown on the Schedule of Bid Items. Q \pxMWENCAA_CONTRACTSVIWY\1009 Citywide Base Failure Repair\Contraa.duc 5 07/16/09 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 1 I I I I ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST 1 Traffic Control at various locations. See SP 7-10.1 1 LS $ $ 2 Post base repair sweeping 1 LS $ $ 3 Base failure repair between 6" to 12" deep (in three or more 3" lift) must be repaired / plugged on the same day (Aggregate Base Street) 267 TON $ $ 4 Base failure repair between 4" to 6" deep (in two 3" lifts) must be repaired on the same day. (Aggregate Base Streets) 1340 TON $ $ 5 6" to 8" deep base failure repair. (Concrete Base Streets) 700 SF $ $ 6 Remove and replace concrete curb and gutter 190 LF $ $ 7 Remove and replace concrete sidewalk 220 SF $ $ 8 Adjust MH riser ring to grade 6 EA $ $ 9 Adjust water valve rim and barrel to grade 3 EA $ $ 10 Adjust Detector Hand hole to grade 1 EA $ $ 11 Install Detector Hand hole 1 EA $ $ 12 Install Type A Detector Loops 4 EA $ $ 13 Install Striping 1 LS $ $ 14 Implementation of BMP's. See SP -7-8.6 1 LS $ $ TOTAL BID FOR ALL ITEMS $ Q:bw\PWENGsA CONTRACf512009\2009 Citywide Base Failure Rq"ir\Contracl.doc 07/16/09 I r 1 I I 1 1 I1 I r SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of California. These requirements include a provision that the Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the contract price. Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one-half (1/2) of one percent (1%) of the general contractor's total bid or $10,000, whichever is greater. 2. The specific work and dollar amount of work 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. NAME ADDRESS SPECIFIC WORK DOLLAR AMOUNT $ $ $ $ $ Contractor's Signature Q:rpv PWENGa CONTRACTS\200912009 Citywide Base Failure Repair\Contrx.doc 7 07/16/09 I I I 1 I a 1 I 1 I 1 r BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) 2009 CITYWIDE BASE. FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 2009 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 _ 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 SP -7-2.3, NON- DISCRIMINATION POLICY prior to award of contract and conform to those guidelines throughout the duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within 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 all subcontractors also agree to keep the Business License current for the entire term of the contract. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. Q:pwIPWENG\A CONTRACFS12009\2009 Citywide Base Failure RepairCansrecf.doc 8 - 07/16/09 I I 1 I 1 r I I1 I I i I 1 r BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 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 orpartnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE. UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. Q:\pw\PWENG\A_CONTRACTS@009\2009Citywide Rue Failure Repair\Contract doe 9 07/16/09 1 r I I I 1 I 1 r I I i I I I I I BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) 2009 CITYWIDE BASE FAILURE REPAIR CITY PROTECT NO. 467004-46000-7039 SIGNATURES FOR BIDDER: If INDIVIDUAL, sign below: Signature Date Print name Post Office Address If PARTNERSHIP, sign below (show names of non -signing partners): Signature Date Name of Partner Post Office Address Signature Date Name of Partner Post Office Address (if different) If CORPORATION, sign below (show names of non -signing officers): a CORPORATION Name of State Where Chartered Signature Date Print name of person signing bid Title List names of the following officers: PRESIDENT SECRETARY TREASURER Post Office Address Q:\pw\PWENGU_CONTRACTS12009\2009 Citywide Base Failure Rcpai6COmraci doe 10 07/16/09 1 I 1 I I 1 I r 1 I I I I I State of California County of NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 ) ss. , being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, or anyundisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure contract; that all statements contained in the 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 affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. Q\pwPWENGIA_CONTRACTS\2009\ 2009 Citywide Base Failure RepaiAContracrdoc 11 07/16/09 1 I I 1 I I 1 I 1 I I r I I 1 CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 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 \yw'WENGN_CONTRACTS1200912009 Citywide Rase Failure Repair\Contrectdoc 12 07/16/09 CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The undersigned understands that weekly certified payrolls must be submitted for verification. BIDDER By: (Name and title of person making certification) Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. O. Box 420603 San Francisco, CA 94142-0603 Q:tpw'PWENG'A CONIRACfSt2009t2009 Citywide Base Failure Repai. Contract.dot 13 07/16/09 I I I I I i I 1 1 I I I I I I i r I CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION (To be submitted with Proposal Form) 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with suchprovisions before commencing the performance of the work of this contract. BIDDER By: (Name and title of person making certification) Date 14 Q \pwIPWENG\A_CONTRACfS\2009\2009 Citywide Base Failure Repair \Conlrect.doc 07/16/09 I I I I 1 1 I I I I I 1 I r 1 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition, (hereinafter referred to as the Standard Specifications), and according to these Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with these Special Provisions. The Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. Whenever the letters SP are used as a prefix in section numbering (e.g., SP -200-2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 200-2). PART 1 - GENERAL PROVISIONS SP -2-1 AWARD OF CONTRACT. The right is reserved to reject any and all proposals. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed or has demonstrated, to the satisfaction of the City, adequate good faith efforts to do so. In determining the award, careful consideration by City shall be given to each item of bid. All bids will be compared on the basis of the Engineer's Estimate of the quantities of work to be done. The City reserves the right to amend or reject any or all proposals and also to select, modify, or reject any of the bid items as City see in its best interest. Such award, if made, will be made within 45 days after the opening of the proposals. This period will be subject to extension for such further period as may be agreed upon in writing between the Department and the bidder concerned. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 2, 2004. SP -2-3 SUBCONTRACTS. The Contractor is prohibited from employing any subcontractor that is ineligible under Labor Code section 1777.1. SP -2-4 CONTRACT BONDS. Before execution of the contract by the. Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. 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. Q\pwWWENGU_CONTRACTS\200912009 Citywide Base Failure RepeirkContract.doc 15 07/16/09 I I I I I 1 I I I 1 I 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. SP -2-4.1 GUARANTEE. The Contractor warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. In the event of failure to comply with the above -mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Contractor, who agrees to pay the costs and charges therefore immediately upon demand. The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. SP -2-5 PLANS AND SPECIFICATIONS. The plans for this project are as follows: CONTRACT PLANS Title Drawing No. 2009 CITYWIDE BASE FAILURE REPAIR 3-19-33 CITY STANDARD PLANS Title Drawing No. Standard Precast Concentric Manhole 3-1-104 Standard Manhole Frame and Cover 3-1-107 Standard Monument 3-1-142 STATE STANDARD PLANS Title Drawing No. Pavement Markers and Traffic Lines A 20 A Pavement Markers and Traffic Lines A 20 B Pavement Markers and Traffic Lines A 20 C Pavement Markers and Traffic Lines A 20 D Q:\pw1PWENGrA_CONTRACTSS2o09@009 Citywide Base Failure Repair\Contracr.d 16 07/16/09 I f I 1 I 1 I I I I 1 Pavement Markers Arrows A 24 A Pavement Markers Arrows A 24 B Pavement Markers Symbols and Numerals A 24 C Pavement Markers Words A 24 D Pavement Markers Words and Crosswalks A 24 E SP -2-5.3 SHOP DRAWINGS AND SUBMITTALS. Table 2-5.3.2 (A) under SP 2-5.3.2 is deleted and the following table is substituted instead. The Contractor is required to provide shop drawings and/or submittals for the following items listed. TITLE SUBSECTION NUMBER TITLE SUBJECT SUBMITTALS DUE 1 SP 2-5 Plans As -built drawings Following completion of work, but prior to acceptance of project. 2 6-1 Construction Schedule Construction schedule and commencement of work At pre -construction meeting. 3 7-8.1.1 Recycling Requirements Recycling of asphalt concrete At pre -construction meeting and conclusion of project. 4 7-8.6 Water Pollution Control Storm Water Pollution Prevention Permit Program (STOPPP) At pre -construction meeting and conclusion of project. 5 7-10-1 Traffic & Access Traffic Control Plans At pre -construction meeting. 6 SP 200-2 Aggregate Base Base rock At pre -construction meeting. 8 SP 203-3.2 Tack Coat Emulsified asphalt tack coat At pre -construction meeting. 9 SP 203-6.1 Asphalt Concrete Asphalt concrete At pre -construction meeting. 10 SP 210-1.6 Thermoplastic Paint for Traffic Striping Thermoplastic Paint At pre -construction meeting. 11 SP 206 Miscellaneous Metal Items Bolts, Manhole and Catch Basin Frames At pre -construction meeting. 12 SP 214-6 Epoxy Adhesive Epoxy Adhesive At pre -construction meeting. *Contractor's submittals shall be complete and responsive to the requirements of the specifications. Incomplete submittals may delay the review process. The impact to the construction schedule of suchdelays shall be the responsibility of the Contractor. No field work shall be performed by the Contractor until shop drawings or submittals related to that field work have been designated as "accepted" by the City. 1 Q\pw\PWENG\ACGNTRACTS\2009VA09 Citywide Base Failure RepaiAConvacs.doc- 17 07/16/09 i I 1 I 1 1 1 1 SP -2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. The work to be performed under this contract shall include, but not be limited to, the following: • Provide traffic control in conformance with the State of California Manual of Traffic Control, current edition. • Remove and replace concrete curb, gutter and sidewalk. • Make base failure repair as directed by the Engineer. (Base failure repair shall include removal of asphalt concrete, aggregate base, Portland Cement Concrete, base material, and installation of up to 12" of type C2 and B asphalt concrete and installation of up to 8" of Portland Cement Concrete with non -corrosive Polar Set and AC as necessary). When work is adjacent to trees, it may include cutting of existing root system. Contractor must notify City's arborist when working adjacent to trees. Installation of root barriers is included in this work. The actual dimension, depth, and quantity of base failure repair will be confirmed and marked/identified by the Engineer. Base failure repair must be plugged/repaired on the same day. • Install temporary (traffic paint and/or traffic tape) `STOP' bars, legends, limit lines and lane lines on the same date that they are removed or at the direction of the Engineer. Install permanent `stop' bars, striping, markings and legends within 5 working days after completion of base failure repair at such location. • Adjust to grade all manholes, water valve rims, monuments within five (5) working days of completion of base failure repair. • Install traffic Detector loops and hand holes. • Install traffic pavement lines and markers, legends, arrows and symbols. • Perform post construction sweeping as directed by the engineer. • Prior to beginning of construction, all catch basins adjacent to construction areas shall be protected from falling debris into storm drain systems by installing approved BMP devices (as directed by the engineer). SP -2-6.1 EXAMINATION OF THE SITE. The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence 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. Q:\p.JAPWINGIA_CONTRACTS\2D09\2009 Citywide Base Failure Repair\Contractdoc 18 . 07/16/09 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 If the bidder determines that any portion of the site or the plans and specifications present any interpretation problems of any kind, the bidder shall note such a determination upon this bid form. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. SP -2-9 SURVEYING. Staking of line and grade will be done by the City survey crew at no cost to the contractor once only. The Contractor shall notify the City 48 hours in advance when requesting construction stakes. Resetting of survey stakes lost due to the contractor's negligence will be charged to the contractor at the rate set out in the City's Comprehensive Fee Schedule per man per hour or fraction thereof. The Engineer will be the judge of what constitutes negligence. Any appeal of this decision will be referred to the Public Works Commission. The Public Works Commission decision will exhaust the administrative procedures for appeal. SP -2-12 ATTORNEY FEES. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000, shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. SP -2-13 SAN MATEO BUSINESS LICENSE GUIDELINES. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section 5.24.090 of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax as follows: (1) General Contractor, $124.00; (2) all other contractors, $49.00." SP -3-1.3 NOTICE OF POTENTIAL CLAIM. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section SP -3-1.3 shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion," in the Standard Specifications, nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possibletime 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 Q\yw'PWENGUCONTRACIS\2009\2009 Citywide Base Failure Repair\Conuaci doc 19 07/16/09 1 I 1 I t 1 1 that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. SP -3-2.1 CHANGES INITIATED BY THE AGENCY. The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. Presently, there is approximately $310,000.00 available for this project. The City shall have full authority and discretion to determine the decrease or increase in quantities required as well as the sub -projects that will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid because of the above -stated alteration of this project. SP -3-3 EXTRA WORK. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by contract unit prices or stipulated unit prices. When the price for the extra work cannot be agreed upon, the City will pay for the extra work based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard Specifications. The mark-ups shall be as specified below. SP -3-3.2.2 LABOR SURCHARGE To the actual wages as defined in Section 3-3.2.2 (a) of the Standard Specifications for Public Works Construction, will be added a labor surcharge. The labor surcharge compensates the contractor for statutory payroll items stipulated by various governmental agencies. The six items included are Workers Compensation, Social Security, Medicare, Federal Unemployment, State Unemployment and State Training Taxes. The labor surcharge calculation for overtime work does not include workers compensation on the premium portion of, overtime, as provided by workers compensation regulations. The surcharge percentage to be applied to the actual wages paid as provided in Section 3.3.2.2 (a) of the Standard Specifications for Public Works construction will be 16 percent for regular time (RT) and 14 percent for over time (OT). SP -3-3.2.3 MARK-UP. A. Work by Contractor The following percentages shall be added to the Contractor's cost and shall constitute the mark-up for all overhead and profits: 1. Labor Surcharge (RT) 16% 2. Labor Surcharge (OT) 14% 3. Labor 25% 4. Materials 15% 5. Equipment Rental 15% 6. Other Items and Expenditures 15% To the sum of the costs and mark-ups provided for in this subsection, one percent (1%) shall be added as compensation for bonding. Q:spw\PWENG A CONFRACTS\2009\2009 Citywide Base Failure Repair\Convaol.doc 20 07/16/09 1 1 1 1 1 1 B. Work by Subcontractor When subcontractor performs all or any part of the extra work, the markup established in SP -3-3.2.3 (a) shall be applied to subcontractor's cost as determined under 3-3.2.2. In addition, a markup of 10 percent on first $5,000 of subcontracted portion of extra work and 5% on the work added in excess of $5,000 of subcontracted portion of extra work may be added by the contractor for overhead and profit. SP -4-1.6 TRADE NAME OR EQUALS. The Contractor may supply any of the materials specified or offer an equivalent. The. Engineer shall determine whether the material offered is equivalent to that specified. SP -5-1 LOCATION OF UTILITIES. The Contractor's attention is directed to Section,5-1 of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. Attention is directed to the possible existence of underground utilities not indicated on the plans and to the possibility that underground utilities may be in a location different from that, which is indicated on the plans. The Contractor shall ascertain the exact location of underground utilities whose presence is indicated on the plans, the location of their service laterals or other appurtenances, and for existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any such facilities or interfere with their service. SP -6-1.1 COMMENCEMENT OF WORK. The Contractor shall begin work within 5 calendar days after receiving notice to proceed and shall diligently prosecute the same to completion with the time limits provided in the special provisions. SP -6-1.2 CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE. After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction or fabrication and delivery schedule. The schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, scheduling of equipment, and delivery , of , finished product. The schedule shall be submitted and approved prior to any work being done. SP -6-1.3 PRE -CONSTRUCTION CONFERENCE. A pre -construction conference will be held at a location selected by the City for the purposes of review and approval of said schedule, submission of submittals, and to discuss construction procedures and payment schedule. The Q:1pwPWENGUCONTRACTSR009@009 Citywide Base Failure RepaMMComraet doe 2I 07/16/09 1 I 1 1 1 i Contractor shall be represented by his superintendent of work. The City will be represented by members of the organization having direct control of supervision of the project. SP -6-6.5 DELAYS AND EXTENSIONS OF TIME. In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City. Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final and conclusive. SP -6-7 TIME OF COMPLETION. The Contractor shall prosecute and work to completion before the expiration of twenty-five (25) working days, beginning from the date specified in the Notice to Proceed. The City will furnish the Contractor weekly a statement of working days remaining on the contract. SP -6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the work within the time allowed will result indamages being sustained by the City of San Mateo. Such damages will be determined on the following basis. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost revenue and by cost plus an estimate of overhead costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of alternative services during delay, etc. Execution of the contract under these specifications shall constitute agreement by the City of San Mateo and Contractor that $250 per day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. SP -6-11 MEDIATION. Should any dispute arise out of this Agreement, any party may request 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 besubmitted to mediation. The parties shall mediate the dispute within 30 days of such a request. The mediator shall be agreed to by the mediating parties: in the absence of an agreement, the parties shall each submit one name from the mediators listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. QbaWWENGNA_CONTRACrS2009\2009 Citywide Base Failure RepaiACantract doe 22 - 07/16/09 1 I I i I 1 1 I I 1 SP -6-12 ARBITRATION. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of arbitration shall be borne equally by the parties. SP -7-2.2.1 HOURS OF LABOR. Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion if approved in advance by the City. The Contractor shall notify the 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 working hours for this project shall be between 8:00 am and 5:00 pm. Monday through Friday SP -7-2.3 NON-DISCRIMINATION POLICY. It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of employment on any public works contract entered into with the City. SP -7-2.3.1 LOWEST RESPONSIBLE BIDDER. In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as are determined to meet the following qualifications of lowest responsible bidder. The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans and specifications therefore for the least amount of money; provided the bidder has the ability, capacity and, when necessary and the required State or other license. In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or quotation received, the experience of the bidder for the particular service sought, the quality of work that the bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried by the bidder. SP -7-2.3.2 STANDARDS OF NON-DISCRIMINATION A. The successful bidder and each subcontractor shall undertake action to ensure that applicants and employees are treated fairly such that the principles of equal opportunity in employment are demonstrated positively and aggressively during employment, without regard to race, color, religion, sex, disability, or national origin. B. In all advertisements for labor or other personnel or requests for employees of any nature, the successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. SP -7-2.3.3 CERTIFICATION OF NON-DISCRIMINATION. Each bidder on any public works contract shall sign the certification of nondiscrimination, which is a part of the proposal form; Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. Q',\pw\PWENGA CONTRACTS\2009@009 Citywide Base Failure Repair\Connen.doc 23 07/16/09 1 1 I I 1 SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, thenew rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. Each Contractor and Subcontractor and any lower -tier Subcontractor shall submit weekly certified payrolls for each work week from the time he starts work on the project until he completes his work. If he performs no work on the project during a given work week, he may either submit a weekly payroll form with the notation, "No work performed during this work week," or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven (7) workdays following completion of the workweek. SP -7-2.5 EMPLOYMENT OF APPRENTICES. Contractor shall be responsible for compliance with California Labor Code Section 1777.5 relating ' to employment of apprentices for all apprenticeable occupations when the contract amount exceeds $30,000 or 20 working days or both. SP -7-.3.1 LIABILITY INSURANCE. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles. Workers Compensation in at least the minimum statutory limits. Q1pw1PWENG A_CONiRACrSl3W912009 Ci Base Far RepaiAConnctdoc ' 24 07/16/09 1 I 1 I I 1 1 I r I General Provisions for all insurance. All insurance shall: I. Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. 2. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. 3. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. a. In addition to requiring that you provide an insurance certificate showing the levels and types of coverage required for your project or contract, the City of San Mateo also requires you to provide the City with a copy of the actual endorsements to the commercial general, automobile, and any excess liability insurance policies that show that the City of San Mateo, 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. No changes in insurance may be made without the written approval of the City Attorney's office. 5. NOTICE OF CANCELLATION: The City requires 30 days written notice of cancellation. Additionally, the notice statement on the certificate should not include the wording "endeavor to" or "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". Q:\pw\PWENG\A CONTRACTS\200912009 Citywide Base Failure Repair\Comrecl.doc 25 07/16/09 1 I I 1 1 1 1 I I SAMPLE ENDORSEMENT FORM FOR COMMERCIAL GENERAL LIABILITY POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of person or organization: (If no entry appears above, information required tocomplete 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. QApw WENGACGNTRACTS\200912009 Citywide Base Failure RepairkCon[ran.doc 26 07/16/09. I 1 I I1 1 1 I1 I 1 SP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees there against; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. SP -7-7 COOPERATION AND COLLATERAL WORK. The City of San Mateo, its workers and contractors, and others, have the right to operate within or adjacent to the work site to perform work. The City of San Mateo, the Contractor, and each of such workers, contractors, and others, shall coordinate their operations and cooperate to minimize interference. SP -7 -8.1.1 -RECYCLING REQUIREMENTS. The City of San Mateo will require the selected contractor for this contract to recycle a minimum of 80% by weight of all asphalt concrete and Portland cement concrete generated from this project and to document both their intended waste management plans and procedures as well as evidence of reaching the required diversion rate by the end of the project. If petromat is identified as being present in substantial quantities in the designated roadway area, the contractor is required to contact both the Project Manager and the Recycling Specialist to discuss whether a waiver of recycling requirements for the project is warranted. A written waiver from the Recycling Specialist prior to disposal of the petromat material is required in order to alter the recycling requirements of this project. At the pre -construction meeting, the contractor shall submit to the City for review and approval a solid waste management plans identifying procedures to be used for management of waste generated by this project, including the location of the facilities to be used for both disposal and recycling 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 pwrecycle@cityofsanmateo.org Helpful background information and recycling resources are also available at www.recycleworks.org. At the conclusion of the project the Contractor will be required to complete a Diversion Summary Compliance form which documents materials recycled and disposed, facilities utilized, and weights of materials generated by the project, as well as attach receipts that verify materials and quantities shown as disposed and recycled. This form is to be submitted with the final "Request for Payment." Form is attached as Appendix II. SP -7-8.6 WATER POLLUTION CONTROL. In compliance with the "City of San Mateo Storm Water Management and Discharge Rules and Regulations" ("Discharge Rules") the Contractor shall 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, Q:\pw\PWENGW CONTRACTS\2009\2009 Citywide Base Failure Repair \ Contract .doe 27 07/16/09 I I I t 1 I I I eroded soil from stockpiles or disturbed earth on -site, concrete and concrete washout water, sawcut slurry, fuel, oil, and other vehicle fluids, solid wastes, and construction chemicals. Stormwater pollution control work is intended to provide prevention, control, and abatement of such stormwater pollution, and shall consist of constructing those facilities which may be contained in the Contractor's stormwater pollution control program, shown on the plans, specified herein, or directed by the Engineer. At the pre -construction conference the Contractor shall submit, for acceptance by the Engineer, a program to control stormwater pollution effectively during construction of the project. Such program shall show the schedule for the erosion control work included in the contract, if applicable, and for all stormwater pollution control measures which the Contractor proposes to take in connection with construction of the project. The Contractor shall include the following minimum actions as identified by the San Francisco Bay Regional Water Quality Control Board (when applicable to project): 1. Stabilize site access points to avoid tracking materials off -site; 2. Stabilize denuded areas prior to the wet season (Oct. 15 through Apr. 15); 3. Protect adjacent properties; 4. Stabilize temporary conveyance channels and outlets; 5. Use sedimentcontrols and filtration to remove sediment from water generated by dewatering; 6. Use proper materials and waste storage, handling, and disposal practices; 7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices; 8. Control and prevent discharge of all potential construction -related pollutants; 9. Prepare a contingency plan in the event of unexpected rain or a control measure failure. 10. Protect all catch basins and/or drain inlets within 50 feet of project sites. In addition, when applicable, during saw cutting the Contractor shall cover or barricade catch basins using control measures such as filter fabric, straw bales, sand bags, or fine gravel dams to keep slurry out of the storm drain system. When protecting an inlet, the Contractor shall ensure that the entire opening is covered. The Contractor shall shovel, absorb, and/or vacuum saw cut slurry and pick up all waste prior to moving to the next location or at the end of each working day, whichever is sooner. If saw cut slurry enters a storm drain inlet, the Contractorshall 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:lpw\PWENG\A CONTRACTS\2009\2009 Citywide Base Failure Repair\Contractdoc 28 07/16/09 I 1 I p I r I r I I 1 1 I I I I During construction of the project, if the stormwater pollution control measures being taken by the Contractor prove inadequate to control stormwater pollution, the Engineer may direct the Contractor to revise his operations and/or his stormwater pollution control program. If the Contractor fails to adequately revise his operations after such direction, the Engineer may cause the stormwater pollution control measures to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. The complete cleanup of all material, which is discharged from the project in violation of the Discharge Rules, shall be the responsibility of the Contractor. Should the Contractor fail to respond promptly and effectively to the Engineer's request for cleanup of such discharges, the Engineer may cause the cleanup to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. Nothing in the terms of the contract nor in the provisions in this section shall relieve the Contractor of the responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable statutes relating to prevention or abatement of stormwater pollution. The cost of creating and implementing an acceptable storm water pollution control program will be included in the various bid items and no additional compensation shall be made. SP -7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall repair or replace all existing improvements not designated for removal, which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the various bid items and no additional compensation shall be made by City. SP -7-10.1 TRAFFIC AND ACCESS. The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation MANUAL OF TRAFFIC CONTROLS - For Construction and Maintenance Work Zones, current 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. Two weeks prior to construction, the contractor shall submit traffic control plans for review and approval. It is the contractor's responsibility to submit all required traffic control plans to meet the established schedule according to these specifications. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained unless otherwise approved by the City in advance: No street closure shall be allowed and the Contractor shall maintain a minimum of one -lane traffic at each direction in the street at all time. Contractor shall request and obtain approval from City before any lane closures are implemented. Open excavation and Q.1pwW WENGtA_CONTRACT512009,2009 Citywide Base Failure Repair\Contracadoc 29 07/16/09 I I I I I I I I I I I r I 1 1 I 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. Two (2) days before any base failure repair operation, an informational letter in a format approved by the Engineer specifying dates of operation shall be hand delivered to all residents/businesses within 50 feet of construction limits/areas. Two days prior to construction, Contractor shall post city supplied "No Parking" signs with the effective time and date at the direction of the Engineer. Restricting parking for more than 5 consecutive working days shall not be allowed. Contractor must re -post with new "No Parking" signs with the revised dates and time. All costs to the Contractor for posting "No Parking" signs, re -posting "No Parking" signs, notifying and hand deliver notices and re -deliver notices to all residents/businesses within 50 feet of construction limits/areas shall be included in various bid items and no additional compensation shall be made by City. SP -9-1 MEASUREMENT OF QUANTITIES. When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh -master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. SP -9-3 PAYMENT. Attention is directed to the provisions in Section 9-3, "Payment," of the Standard Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of 3-2.2.1. SP -9-3.1 GENERAL. Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefore. SP -9-3.1 TEN PERCENT (10%) RETENTION. To ensure performance City is entitled to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, the Contractor may substitute securities for said ten percent (10%) retention or request that the City make payments of retentions earned directly to an escrow agent at the Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. SP -9-3.2 PARTIAL AND FINAL PAYMENTS. Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule established at the preconstruction conference. Contractor shall use City's standard form for such requests and submit one original plus three copies of each request. Q:\pvAPWENG\A_CONTRACTS\2009\2009 Citywide Base Failure Repair\Contract.doc 30 07/16/09 I I I I I 1 I r I I r 1 1 I SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 PART II - CONSTRUCTION MATERIALS SP -200-2 UNTREATED BASE MATERIALS. Aggregate base shall conform to the provisions in Section 200-2.2, Crushed Aggregate Base, in the Standard Specifications. SP -201-1 PORTLAND CEMENT CONCRETE. Portland Cement Concrete shall conform to the provisions in Section 201-1 "Portland Cement Concrete" in the Standard Specifications and these special provisions. Classes of concrete shall be as follows: (a) Manholes and Catch Basins -- 560-C-3250. (b) Concrete for base repairing shall be 560-C-3250 with non -corrosive Polar Set or approved equal. (c) Wheel Chair Ramps shall be 560-C-3250. (d) Concrete sidewalk, driveway, Curb and Gutter shall be 560-C-3250. (e) Concrete trench cap shall be 520-A-2500 SP -203-3 EMULSIFIED ASPHALT. Emulsified asphalt tack coat shall be SS -1h. The tack coat shall be diluted with not more than 15% water by volume. SP -203-6 ASPHALT CONCRETE. Asphalt concrete shall be Type C2 (1/2" Dense Medium) and type B (3/4" Dense Medium Coarse) PG 64-10. SP -206 MISCELLANEIOUS METAL ITEMS. Catch basin frames and grates and manhole frames and covers shall conform to the provisions in Section 206, "Miscellaneous Metal Items" in the Standard Specifications and these special provisions. Manhole frames and covers shall be cast iron. Catch basin frames and grates shall be welded steel and shall be of the type shown on plans. SP -210-1 PAINT AND PROTECTIVE COATINGS FOR TRAFFIC STRIPING, PAVEMENT MARKING, AND CURB MARKING. Paint shall conform to the provisions of Section 210-1.6 of the Standard Specifications. Thermoplastic paints are required on this project. SP -212-1.2.4.4 LINEAR ROOT BARRIER. Linear Inner Rib by Villa Landscape Products, Inc. or equal root barrier of 12" in width and a minimum thickness bf 0.06" made of polystyrene or polypropylene in strength shall be used. Product shall be furnished by Contractor and installed. per products specifications or as directed by the Engineer. SP -214-6 EPDXY ADHESIVE Epoxy Adhesive shall conform to provisions of Section 214-6., "Epoxy Adhesive". Q 1p WPWENGU CONTRACTS@00912009 Citywide Base Failure Re,air1Comnttdoo 31 - 07/16/09 I 1 I I I I I I I r i I I I I SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 PART III - CONSTRUCTION METHODS SP -300-1.1 OFF -HAUL MATERIAL. All off -haul • material shall be deposited at locations located outside the City of San Mateo. All cost associated with disposal of off -haul material shall be included in the various bid items and no additional payment shall be made. SP -300-1.3.2(c) REMOVAL AND DISPOSAL OF CONCRETE CURB, DRIVEWAY, SIDEWALK, AND GUTTERS. Concrete removal shall conform to the provisions in Section 300-1.3.2C of the Standard Specifications as amended with the following: Saw cutting of concrete driveways, curb, walk, and gutters shall be to the depth necessary so as to prevent damage to adjacent concrete sections. Damage to adjacent sectionswill be repaired by Contractor at his expense. Where driveway approach, curb, gutter, and sidewalk are to be removed, existing driveway approach, curb, gutter, and sidewalk are to be saw cut at the nearest existing score lines unless directed by the Engineer. Replacement of driveway approach, curb, gutter, and sidewalk shall include drilling 5/8" diameter holes, at least 4" deep, on24" centers along the face of the saw cut. Contractor shall install 12" lengths of #4 rebar at least 4" into the drilled holes and secure them with epoxy. Full compensation for removal and disposal of concrete shall be considered as included in the price bid for concrete repair work and no additional compensation will be allowed therefore. SP -300-1.4 PAYMENT. Payment for removal and disposal of gutter key and off -haul shall be at the unit price bid per bid schedule. Payment for removal and disposal of sidewalk, driveway approach and off -haul shall be at the unit price bid per bid schedule. SP. 301-2 SPREADING AGGREGATE BASE. Spreading and compacting of aggregate base shall be in conformance with Section 301-2 of the Standard Specifications. SP -30I-6 BASE FAILURE REPAIR. It should be noted that some of the locations designated for base failure repair are either concrete streets or concrete streets with an A.C. overlay. The saw cutting necessary required of this operation shall be of a depth that does not cause fracturing or spalling of the areas adjacent to those to be repaired. If during demolition at these locations, adjacent areas are damaged, these areas shall be removed and replaced at no additional cost to the City. It shall be the responsibility of the Contractor to verify if these conditions extend to locations in addition to the above -designated location. The City shall take the position that at other than these specified locations, the Contractor will prosecute the work at a price which indicates he has satisfied himself as to the conditions actually to be encountered at all locations. Wow 1PWENGIA_CONfRACfS1200912009 Citywide Base Failure BepeirlContractdix 32 07/16/09 I I I I I I r I I I I I I I r At those locations where "Base Failure Repair" is required, the Contractor shall remove only those areas designated for repair. If he utilizes equipment and or techniques which necessitate over excavation, he will be reimbursed only for that amount of base -failure repair originally contemplated by the Engineer. The minimum size of the base failure repair shall be 4' wide by 4" deep. The exact depth and dimensions of the base failure repair shall be determined by the engineer. All base failure repair areas shall be plugged/repaired on the same day. If the Contractor elects to use a grinding machine to perform the excavation required for base failure repair, he shall demonstrate in advance that the equipment he intends to utilize is capable of grinding to the depth required, i.e., 12". All AC base failure repairs shall be done in lifts unless approved by the engineer. Each lift shall not be less than 1.5" thick and more than 3" thick. Contractor shall use type B ('/d' Dense Medium Coarse) PG 64-10 asphalt mix for base failure repair areas except locations identified prior to repair work by engineer where for the top 2", type C2 (%" Dense Medium) PG 64-10 asphalt mix shall be used. At the direction of the Engineer, root pruning may be necessary when making base failure repair. This work will also include at no additional charge the removal of the roots beneath the surface and installing root barrier. In addition, prior to root pruning the trees, the City Arborist shall be contacted to determine the amount of the roots to prune. SP -302-5.5 ASPHALT CONCRETE DISTRIBUTION. Asphalt Concrete distribution, spreading and compacting shall be in conformance with Section 302-5 of the Standard Specifications. SP -301-1.6 ADJUSTMENT OF MANHOLE FRAME AND COVER SETS TO GRADE. Adjusting manhole and other utility frames and covers shall be done according to Section 301- 1.6 of the Standard Specifications. The contractor shall begin adjusting manholes riser rings/covers within three (3) days after paving is done. In the event that the contractor fails to complete adjusting all manholes and other utility frames and covers within ten (10) days after paving, the contractor shall cease all grinding and paving operations until all buried manholes and other utility frames and covers are adjusted to finished grade or as directed by the engineer. Full compensation for adjusting storm drain and sanitary sewer manhole riser ring to grade shall be at the contract unit price per bid schedule. Contractor shall providing all labor, tools, materials and incidentals and for doing all work required to adjust storm drain and sanitary sewer manhole riser ring to grade and no additional compensation will be allowed therefore. Manholes located outside of the paving areas shall not be adjusted to grade as part of this contract unless directed by the engineer. SP -307-4.9 DETECTORS LOOPS Contactor shall record type, location and wire connections of all detector loops as well as location of existing hand holes and pull boxes on the Tie -Out drawing. City inspector shall accompany the contractor during field visit for preparing Tie -Out drawing to ensure the accuracy of field records. QpwWWENG A_CONTRACTS\2009\2009 Citywide Base Failure Repair'Contrectdoc 33 07/15/09 I I I I I I I I I I I I At the Contractor's option, where a Type A loop is indicated on the plans, a Type E loop may be substituted. The diameter and spacing of the Type E detector loops, shown on Standard Plan ES -5B, is 6 feet and 10 feet, respectively. The sides of the slot shall be vertical and the minimum radius of the slot entering and leaving the circular part of the loop shall be 11/2 inches. Slot width shall be a maximum of 3/4 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. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by traffic and shall be removed from the pavement surface. Slots shall be filled with asphaltic emulsion sealant. Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows: After conductors are installed in the slots cut in the pavement, paint binder (tack coat) shall be applied to all vertical surfaces of slots in accordance with the provisions in section 39-4.02, "Prime Coat and Paint binder (Tack Coat)," of the Standard Specifications. Temperature of sealant material during installation shall be above 70° F. Air temperature during installation shall be above 50 F. Sealant placed in the slots shall be compacted by use of an 8 inch diameter by 1/8 inch thick steel hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be one inch. Excess sealant remaining after roller shall not be reused. On completion of rolling, traffic will be permitted to travel over the sealant. Where one detector consists of a sequence of 4 loops in a single lane, the front loop closest to the limit line or crosswalk shall be Type D and located one foot from the limit line. All loops shall be connected in series. SP -308 ROOT PRUNING AND INSTALLATION OF ROOT BARRIER. Where damages to the sidewalk, curb & gutter and street base were caused by tree roots, Contractor shall root prune the street tree and install a root barrier after the removal of the concrete sidewalk or with a minimum of a 4"-C' trench, saw cut the roots at a minimum depth of 12" to a maximum of 18" Prior to this, the Contractor is responsible to contact USA and locate utilities that may be in conflict with this work as stated in SP -5-1. No additional compensation shall be made if the Contractor damages property sprinkler systems or utilities. If Contractor has to remove an "extensive" amount of the root system (more than a third of the roots), a City Arborist shall be contacted before proceeding with the job. Root barrier shall be cut in lengths or joined by panels of 15' long, 7.5' on center from the tree unless approved otherwise by the Engineer. Root bather shall be installed after the sidewalk has been poured and cured for vertical placement along the hardscape. The vertical root deflecting ribs shall be facing inwards to the root ball and the top of the root barrier shall be placed at grade to the sidewalk. Q\pwNWENG\A CONTRACTS\2009\2009 Citywide Base Failure Repair\Contract.doc 34 07716/09 I I I I I I I I I 1 1 I I For purpose of estimation only, there are 2 locations which will require removal and replacement of concrete curb, gutter and sidewalk and root barrier installation. All costs to the Contractor furnishing and installing root barrier, backfilling the trench with native soil and replacing sod or landscape to restore existing improvements shall be included in the "remove and replace concrete sidewalk" or concrete base failure repair bid item and no additional compensation shall be made by the City. Q \pw1PWENON_CONTRACTS2009'2009 Citywide Saw Failure RepaiAConna.doc 35 07116/09 APPENDIX I 2009 CITYWIDE BASE FAILURE REPAIR CITY PROJECT NO. 467004-46000-7039 I I r I I I 1 1 I 1 I AGREEMENT FOR PUBLIC IMPROVEMENTS CITY OF SAN MATEO CITY COUNCIL AWARD THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of California, by and between the City Of San Mateo, a municipal corporation, hereinafter called "City," and hereinafter called "Contractor," as of the day of ,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. (b) A notice was duly published for bids for the contract .for the improvement hereinafter described. (c) After notice duly given, on the date hereof, the City awarded the contract for the construction of the improvements hereinafter described to Contractor. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the Contract Book therefore entitled: 2009 CITYWIDE BASE FAILURE REPAIR 2. Contract Price. City shall pay, the Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is determined by the prices contained in Contractor's bid, and shall be paid as described in the Contract Book. In the event work is performed or materials furnished in addition to or a reduction of those set forth in Contractor's bid and the specifications herein, such work and materials will be paid for as described in the Contract Book. 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; the Notice Inviting Sealed. Proposals; the Accepted Proposal; the Contract Book which includes the Special Provisions and Contract Drawings, Addendums Number _ issued to the Contract Book, the APWA-AGC Standard Specifications for Public Works Construction, 2009 Edition; the Faithful Performance Bond, and the Labor and Material Bond. Q9pw1PWENaA_CONiRACTS2009\2009 Citywide Base Failure Repair,Contraccdoe A-1 07/16/09 I i 1 1 I I 1 I 1 I I1 1 1 All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents." In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule. All work shall be performed in accordance with the schedule provided pursuant to the Contract. Book. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefore. 6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work unless such excess work is compensated for at not less than 1-1/2 times the basic rate of pay. Contractor shall forfeit as a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wagedeterminations 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 Q'.\pv/PWENG\ CONTRACTSQ009t2009 Citywide Base Failure Repair\Contractdoc A-2 07/16/09 1 I 1 1 1 I I 1 I I 1 1 1 1 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 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. All insurance shall: Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. ii. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. iii. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. iv. No changes in insurance may be made without the written approval of the City Attorney's office. v. 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". 0 \pwt7WENG A CONIRACfSl2009t2009 Citywide Base Failure RepaiAContnetdoc A-3 07/16/09 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 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 there against; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. 10. Attorney Fees. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000 shall be recoverable as costs (that is, by the filing of a cost bill) by prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. 11. Mediation. Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the mediating parties; in the absence of an agreement, the parties shall each submit one name from mediators listed by either the American. Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is, reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. 12. Arbitration. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of 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. Q WENGU_CONTRACTS\200912009 Citywide Base Failure Repair\Contraccdoe A-4 . 07/16/09 1 I I 1 1 14. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Notices required to be given to Contractor shall be addressed as appears in the signature block as shown on the Bidder's Statement. 15. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. CONTRACTOR CITY OF SAN MATEO, a municipal corporation By: MAYOR ATTEST: (Typed name of Person Signing) CITY CLERIC Q:tpWWWENGU CONTRACTS\2009%2009 Citywide Base Failure Repair\Contraccdoc A-5 07/16/09 1 APPENDIX II 1 1 I 1 i 1 1 1 1 1 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 Date Prepared by. (Print) Phone List all recycling facilities, transfer stations and landfills that received materials: Facility Reference Name of Facilities that Received Your Disposed Materials: A B C D E Summarize disposal below. Attach weight tickets organize Materials Disposed Quantity Generated (Tons when available) Facility Used (A, B, C, . etc.) Tons (Yards) Recycled o Percent (%) Recycled Tons Yards Mixed Materials Mixed Debris Mixed Debris Separated Materials Asphalt Brick Concrete Dirt/Clean Fill Lumber/Wood Trees/brush/plants/etc. Other Materials (List) Total es 0 A Salvage Inventory Sheet summarizing reuse is attached. Submit with documentation to Recycling Specialist via fax at 650-522-7301. For questions please email pwrecycle@citvoisanmateo.org or call 650-522-7346. 1 Q:tyWPWENGtACONTRACT5.200,A2009 Citywide Base Failure RepaizComrxtdoc 07/16/09 ' a ® ® ® ® ! ® Me ® ® ® ® I NMI NIB MS MIMI 11111111 IMO 01ST CCLLrti lcmE TATPPoiICT Sq for CENTERLINES LANELINES (CONT) NO PASSING ZONES -TWO DIRECTION (2 LANE NILNNAYS) DETAIL 1(MULTILANE HIGH WAYS) DETAIL.12 ,8'-0" DETAIL 21 //� --p-IB ' p" 11._p.. 16._p.. .+ifz*ENEo�. b „a,,,, ,;, ra[. i �� ,a, e, 12221 MIS IEEM:1 a 0 Ls, vnov06 R y y —Is- v2' v n one 'k016402 •.•.v v..tV. . 1 . •xx vt: .ti .: p .. �( y 17. 2' s C''''''.' u� . ) 11 of Zt ' .. v 'Z.' DETAIL 2 48-0" DETAIL 13 4B' -m• m wwc ,,c0t -a_ �e'-s" ti•_L•• '•-0 " •_6 u .•-••••IB'-G " rz'-o" ,e' -o" DETAIL 22 Fo p/ IN E*n ®�t . .. -y ®I y 0 00 00 -.I q'_p,. go As F Siiii 0 -o-- ® a I :,:E. o-:.:w::v2:x s: •:2sr .�. >::�: :e —! { __.. .-_ _ oefc❑ 3 deleted DETAIL 14 48 '-o" 40-a" 40'-o " Y ® a _.t ®r, `' - — CD ,la.-p..l 1-18.-d. C 000 0 0000 p® o0 00 ® DETAIL 3 y I ' DETAIL 4 +e' -o" DETAIL 14A -Ae '-o" 0000 0000 00 000 1 2006 STAND 12 0000 0000 0000—I ® ®0 ® i a ®lo ® I 1 ® 1 - I ® —` TYPICAL LANE LINE DELINEATION .r I y._p.. q._pn -+1 -• •_ LEGEND IN ADVANCE OF EXIT- RAMP NO PASSING ZONES -ONE DIRECTION DETAIL 19 DETAIL 5 z' MARKERS / 1 or IqA -o" DETAIL 15 0 TYPE A White Non - reflective T• I_, 000S 03223629�� i._p.. �i._pa T._p . I7 -p.. i ,_p.. I ( —_ ® TYPE AY Yello w Nan -refle ctive ® TYPE Lgea-cl ear flHro raYlect iv e . —f --� ,` DETAIL 6 48'-p" ® TYPE 0 Two-way Yell ow Retro refl ective ,,._ 144 -0 a f IB'-p• I ,B'-0" DETAIL 16 03 ® TYPE G One-way Clear Retro reflectiv e mile mils p' ® 4—F ,,, ® TYPE H One-way Teil aw R etro te4le<ti ve — 0 LINES DETAIL 12 1qq'-o• orMOM r DETAIL 7 �fl ,8'-0" ® •01 ® v�l -E r N._0• I 4' white NOTE: y 24''• 8-0 D etail to y IA to De us ed 1n combination ® 0000 ® DETAIL 1T q6' -a' q y ellow with Detail ,}. Det ail lu ie to be • �► ,•-0' y— • 8' -D" 4'-a' B'-0" ),•-o' usedZ in combin ation with oetoil 12. •cti on �_ p" of Tr av el LANELINES ® 0 0 0 0 0 0 0 ®=L MARKER DETAILS a DETAIL 8 (MULTILANE HIGHWAYS( 1200 00 01110 000 0611-7 —► p 1 q'_ . , p _� lO 1V -0" -01 1i. _p.. -1 DETAIL ZW •a;l b 1V O - 12. _p'.l - O 1 3%••-41/4 " -9 ..,X ,IS7i "-g,:�Aw ME= , COMMA Ci' v.: :. ... DETAIL 9 . ::. ... .....: ::::::..s.. .. :... .... :::. _ q6' -o" -.-am- --la- e-s•p'-o' n' o" i-o " B' -s ' DETAIL 19 $ ,ia - a o o a mlo = 1- DETAIL 10 ,B' -0" —1. "- a 0 07 - TYPE A & TYPE AY TYPE C & TYPE D TYPE G & TYPE 24'_0.. 24'_0" H STATE OF CALFORN1A ' Er 0 0 0 0 0 0 0 DETAIL 20 98'-0" DEPARTMENT OF TRANSPORTATION -p44/ - Retroreflectiv e Pace DETAIL 11 ®_ 8._p.. 12. _p.. 1B,_p. ®@ ®® ' 89 PAVEMENT MARKERS "� AND TRAFFIC LI NES o TYPICAL DETAILS NO SCALE i A20A NMI a a ® M, ® ® a to Olt ® r a ® a LEGEND LINES Din Ca en. Rana T0S,IT ,RD,T TT ,„„p,E;s , LEFT EDGELINES MEDIAN ISLANDS MARKERS I 4" White (DI IDEO HIGHWAYS) 0 TYPE AY Tel loW Nod reflect Eve 4' Y ellow l 'i^"' -. et K DETAIL 29 DETAIL - 28 REp /fZA A e y` ---"'+t' -.II-- 0 TYPE 0 Two -m ay t D rec+'on of T roves - 1 0 F. 4r T _ yell ow 2006 164@ k �� ` R etra raf le c+ive Edge traveled PAiaiy Wr nD uSATE YIr. 02 of way J- 7 ' ® TTPE N On e—way l ow 1 nw _ wPPme stw v ;w am m, Ry�,As.F DETAIL 25 N1 Re E. Retrarerl eor;ve INTERSECTION E TA fella MI c wiow IS nc m it mIRA WAw .nmw .ti CJ . :tm .. i, 200 �oEl:..ii:2 r t BEd o tr aveled TREATMENTS ® ae ® Ns DETAIL 34 1O low -o• 46-0' ,4H D D le a Iz o e -o z4 -0 24000 24 o H 6 8118® ii 1 DETAIL 29 29 ,_p. . 24._0 J— a RI ® ® �- 24'-0 " 2V'"0" 24'-0" IB p �72 OY IB 0 18 0 12'-0'1 --_ t T :::. :, p>. ..: TI a a zr al' DETAIL ]6-o 0 loo 0 01 1 34A112'-o'I �— \Ea9e f +rove lee toy I)2 t.'I ®m a .. ... .® :... ..... $ �.. DETAIL 26 + Edge of travele d . art N� � E . Ti I 0 ]6 0" 1 "' �� '. ::. ..;.. .r rt Y DETAIL n loo 0 ® 4e a ®� ® ® ® _ 00 6 24._0.. 717) IT 2® 9 2a,o. ` 6 STANDARD PLAN A20B 221 a a am a l �1 t411-1 DETAIL 30 1T� DETAIL 27 1, g' a _ 2q:_o. a ® ® tea- ,2a ' —y if EE4e of troveled way ® Tj 0®e ®® ®®®® ®®®® -T DETAIL 5A Tf l` l ^i T o tao' D 1 _L :», :.<::4.;<:;. ., .. ,c OT _ E 000000E0000 0E11 E 0000®®®®®® ®®E7 00-o RIGHT EDGELINES y -- ►I ` TWO-WAY LEFT TURN LANES F-TTDO MARKER DETAILS DETAIL 27A cetab 2 T deleted DETAIL 31 -. DETAIL 27B MEM WI='T '' i' 3Y/6" -4''/e• CC. a' 3%"-4% ` .X -T Edge of tra veled w ar --► RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 . z4' -o• z4 '•' z+ ' -a•' A INTERSECTIONS - z4 -o I z4'' z9''• 1 I « . ::::- .<:::. :. . ... .::: .... :... .. ..:. .... _ d,44 +Y: -T1 a . TYPE AY TYPE 0 TYPE H DETAIL 27C MEM —` 10•_d' '12'-0" I - i6'_0" 112• _0" 36®D " ltz'-0"1 18•-0" 1 nl—' E Ret ror eflecti ve Face O 12, _0•' O 12, _0•' O I96'-0" DETAIL 33 • .' ' 86' 0" 7 STATE OF CALIFORNIA -.1F--,24' -0' -.1F--,0 0000 0000 00000 000 0E00000 . 24'-0" I 24' -0" 24'-0' 24' -0"I 24'-0 " I - DEPARTMENT OF TRANSPORTATION EGG 0 00000000 Ei 8 PAVE MENT MARKERS AND ® 000 0 00 00 0 000 00 18• -0•• TRAFFIC LINES TYPICAL DET AILS 1 112• -D•'I112's 000 0 0 0000 0000 En NO SCALE 00000000®000® 0000 0®0 00 0®00 ®00000 000®®' 1 1- A2013 01ST E0wty ROUTE TO t wL t wo t sl y1 TOE s EXIT RAMP NEUTRAL AREA (GORE) TREATMENT DETAIL 36 �® � y Edg e or travel ed way tmainllnel RE ste sto V1. E KKGG�e E N a May1, 2006a v ° ° ° AL GafUt cwwww,e rn,w.. Si al w e/' Retwn�` ° 8•' W hite Line See Detail 279 4 li ne rite Std Pl an A2 08 av •o r ono mo>mn To q` p1le OMau w1 W2 to M¢// rrvd Ympr Se e Detail 254 Sid Plan 4009 LANE DROP AT EXIT RAMPS ° DETAIL 37 30,_a•' Repeat at ya mile in ter val s 30 •_0 " ]0,_ a'• 30•_0•• E•-T'I See D etail 36 a• -P• Soo •_a•• 4' Y ellow line Edge of tra vele d w° y (ramp) --4.- I I ° ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT o n o 030 E:111 0 4 a C o n o° DETAIL 36A 9• ' White me - / Edgy of trav eled way /m ain/ ins) 3 '-0" —N. ( 2 '-yJ" 0" White li no i+--0•' See Detail 398 ° 51d Pl an 4200 N Q I D See Details 279 NO Plan .209 DETAIL 374 SD' -D" Rep eat at / mole inte rvals 30'-0" 30'-0" sO '-D" -y s-o'� see Der ail 36 c -u• « 3 00 0' 16 STANDARD PLAN A2OC u 4' White line See Detail 8, 9 or ID ° ° See Sid 6" White lin e 4' Yello w line ° "'' --. ‘ �� De tails 254 Plan 4200 - Edge Std Plan 4204 Type A markers optional 88 I 88 BB- B 88 —t 6'-a'• 1115 '-�I 0 tr aveled wa y {ramp) 3•-�•� Y=-i LANE 88 B 88 88 ® 88 88 I 5'-0' 'T-� k Th e solid chonnellzing line sho wn sho rt auxili ary lane s where we aving DROP AT INTERSECTIONS 88 m ay 34 8 See \Sfd PIO n gee De o mittea l ength Is critic al. DETAIL 3761 ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE), TREATMENT 3D• '-D " 3D• -o " SD' -D'• 9'-ai DETAIL 360 9 white ii^e Edge of it veled way (mainline/ I 1 ORO OLIO 0 9 ot = 3 O O 9 o 6.-Q" n ° See Details 27D Std Plan A2013 _ _ ° A 0 ° 0" White line DETAIL 37C l„ ,-Ai, 3, I 0 •• White li ne FFF"'=== iii in o gn 1 off/ Std —r 9O D es Detail 38 Pl an A200 Lt" Il^e 3a'-0^ 30 '-0• 30'-0" 30'-0•• a' -o' 6'-M 9" Yellow line ° Edge of trowele d war Vamp/ MARKER DETAILS 88 I ° «' p 88 88 6, 86 A 88 88 B 88 86 A 88 E1888 838811' �� - See Peo n 142054 a. - 37 P i9 „A. -_41,1" ,i �B '-0" u`o• s' - o•• Ste Pe nil Sec Thr ough tr affic y Std Plan a20D OW \I / STATE OF CAL FORMA LEGEND - DEPART MENT OF TRANSPORTATION MARKERS - 0 TYPE 4White Non -refle ctive \a ( �DE I%Ws - - P AVE MENT MARKERS AN D TRAFFIC LINE ® TYPE C Re d cle ar Reiro re flectiv e _ Ial� r - - TYPICAL DETAILS (] TYPE G One-way Clear Retro refleo tive TYPE A ' TYPE C TYPE G NO SCALE y— Olre t'o f Toe ' Re trar eflectiw Pace . I A 2OC e a s sly NMI /I all la VIII s s Os s s s IMO s a DIM sas s.. w C • o.0 PA06CI TO S+ ns - LEGEND. CHANNELIZING LINE N.RKERS " A �o •• DETAIL 38 e' ig nite Line Q TYPE A White Non -reflecti ve L ^LS ,AfimiMCe =` lE ® TYPE AY tel No n -R eflectiv e 5 } May 1, 2°°6 —r Pu1os A' ° ° 0 TYPE C on e -w ar cle ar R etranna ctive • �ry Trraug' Traffic —q► 4 .. Yellow Li ne .. w, """'•mo"•w^' 'Pe _e e ma— are a ton o T rav el 8 p etta m[Or es *di see mmMWMnMmew DETAIL 38A t white Line y MARKER DETAILS a etr are neniva _ 1 p aveme nt a pa vem ent ker of downstr eam end S ee Nate 3 a mark er t it marker a either rP-Ik-. end of rec ess r °-MI", se e N ote 3 of r ecess - 4 ---ti.: L —! DETAIL 388 e' wn'ne Line 1 —Th' SECTION A -A SECTION B -B j CI {I {l . * 1� to a nl x P _ Retf oran ecti.e MX686 Pt d ownstream pave ment e D1 feam marke r a1 eitherpav ement _— �� ^ 244 en akaf = teas re cess end of rec ess: p (IBS le1p) A ------ 1 ,1�sI) " - )06 STA_ DETAIL 38C TYPE A & TYPE AY TYPE G I I I ° I� 2Ni0 luin a 8 8 8 8 8 3 O O U O 4-1 I' O O O O 8 8 1 8 8 3 Finis hed R oadway R etro eflective Fa ce Surfa ce 2I n 'Nr n • PLAN 3R PLAN eC � Ro adway S urface Ro adway T wo -Way Traffic One -N oy Tr affic (TYPe 2) "'dim tl - - RECESS DETAIL FOR NDARD PLAN A2C °tai" -RETROREFLECTIVE PAVEMENT MARKER BIKE LANE LINE ,_. __. co DETAIL 39 ,, ,-----6" Wh ite Lin e Thermopl asti c Wteri al AI IMI"lye ' a3u•-Irys _ RECESSED MARKER NOTES: DETAIL FOR RECESSED TRAFFIC STRIPE I,See typical traffic li ne 1—� fo r THERMOPLASTIC I I1 M ark erpatt erns INTERSECTION LINE See Notes A -and R. •I to be d to used rike r ecessed d etail detail BIKE LANE RECESSED THERMOPLASTIC NOTES $ ® pav ementqir e . ao type i DETAIL 39A tog -a' Inters ec tio n A. See typical traffic line details f or � fletra ref tacit ve Face 2. Tne retr oref l ective Paveme nt m arker s shown I pave me nt ma rkin g patterns. c 0 - `mot % ///// //i %/ //// // / iatt!on. T are no; To beinstaf or o • 9. The top e 6O tpo ther moplastic shaetic stall ed __ I in recess ed sha ll be 0 to Y' 11 1 n on - rec essed Meta fictions . a w hite paveme ntes -a s• w a Line belwcthe su rfac e. / // // // i T• o.me top r p ave ment LANE LINE EXTENSIONS markers instau ea in des e hal1 be 0-$(' b elow the TYPE C & TYPE D TYPE G & TYPE H p av ement surf ace. • THROUGH INTERSECTIONS - See Not es 1 and 2. DETAIL 40 DETAIL 4OA-- - - RETROREFLECTIVE PAVEMENT MARKER —) r— ' FOR RECESSED INSTALLATION CI .. ... C Q CC 009,00 E1(00 1" white Line Type A Non-te flective .. CENTER LINE EXTENSIONS - . _ . STATE OF cAL F°R MA OEPARTNENT Of TRANSPPFTA 8ON THROUGH INTERSECTIONS' PAVEMENT MARKERS DETAIL 41 DETAIL 41A . - AND TRAFFIC LINES — 1— TYPICAL DETAILS y r6. _0. .i ® ® ® ® so q ®®o . ®• NO SCALE _ 1' Ye llow Line Type -At Non -Re flec tive I� A LOD SS a s a! a a a a s a a a a a a a fa a a AIST CC..." K V2 TOM! 'R:;SE, EI[ETS Lo A=25 q ft TYPE I 8'-0" ARROW 1,1 A=14 sq ft TYPE I 10' -0' ARROW A=31 q f1 TYPE I 24'-0" ARROW A=t sq ft TYPE YE (L) ARROW (Fu E TYPE (IMAGE) NOTE: MINOR VARIATIONS IN DIMENSIONS MAY BE ACCEPTED BY THE ENGINEER. 4.42 Eq ft TYPE II ARROW RIGHT LA NE DROP ARROW (FIX[ EFT LANE, USE MIRROR IMAGE) 6" CR D 15•• BIKE LANE ARROW i\A V ( A= 6 Oq ft TYPE En ARROW 1 s\-\ A=2T sq ft TYPE YE (L) ARROW (FOR TYPE NI (R) ARROW. USE MIRROR IMAGE) EO [R May 1. 2006 Ex" ,RPRw& 0.T E Tin V. w Cower* v m Mb, s TA NM OR MINA W YI R. p A R X[ R//wrb'6la' A. 3 q ft TYPE Y ARROW STATE OF GAL FOR NA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS ARROWS NO SCALE A24A 2006 STANDARD PLAN A24A MS MI MI SIM INS Ma SO MI a 11115 MIN IIIIIII SIM la a OUST ROUTE TNL,.4CJ[GT 5 T Alas �COUTT '1,2006 PLOWS A PPROVAL S or oa rcI. •••S ar ea w. b wa.ce uE1.. _ ,•_B• To Odbume U ee . sage lit MN/. .rmrmm 6 G a I 01. \\\> 2006 STANDARD PLAN A24B / / A \\„ \ \\.‘,/,/1 / /\\\ (1/ ( r-0^ cam 1 1 II -0" c to I r- • c to 1•.p•• —H h -H �, p. -i 1._G.. 1 -G.• GRID I 1•_G. ' Aee2 5q ft At 3 e q.ft A:e5 e4 ft -.1 ARROW ARROW TYPE II (L) ARROW . A.5v.a ft TYPE X(U TYPE Mr(B) (FOR TYPE IQ (R) USE MIRROR IMAGE) (FOR TYPE II (R) USE MIRROR IMAGE) TYPE II (B) ARROW STATE OF CALIFORNIA DEP ART ME NT CF TRANSPORTATION NOTE: PAVEMENT M AR KIN GS MINOR vARIATIONS IN DIMNSIONS ARROWS MAY BE ACCEPTED BY. THE ENGINEER. NO SCALE I A24B 2'-0" = width of Io ne 2• -0" x width I•-0" BRIO A=71) sq ft)E RAILROAD CROSSING SYM&QL 4410 Sp ft DOES NOT INCLUDE THE 2• -0" + VARIABLE WIDTH TRANSVERSE LINES. 4" GRID f=T aq ft BIKE LANE SYMBOL d=IT.5 so ft DIAMOND SYMBOL 6" GRID A I Whltel -9 ap. ft A IBlael =1a sq ft DISABLED PERSONS PARKING SYMBOL A=16. 5 so ft NUMERAI S See Note 2 A=19.5 sq ft ■U� fe pib Re fdiw web Sin M IA/Mw teoe, IIIC. 111111 f MEWL ANIti1 IL1MOM 111111111111 11111 111111Ul0 00 MMus 111111111110 M EN nof//11C LM1V/JU U ME M' -FAMES I' GRID ID •' A=2 di ft BICYCLE LOOP DETECTOR SYMBOL NOTES: I. Minor verbti ong in dim ensi on m ay be a ccept ed by the Engi neer. 2. Thla parking 'moo" la oleo k no wn as th e Internation al Sy mbol of Accessibility = NSA) STATE CF CAL FORMA • DEPARTMENT OF TRANSPORTATION PAVE MENT MARKIN GS SYMBOLS AND NUM ER ALS NO SCALE 11211111111111111111111111111111111111 111011111111 1111111111111111111111 11011111111111111111111111111111111111 1111111111111111111111111111111111 11,11111111111111 111'd1111.1111111 111111111111111101 1111111111111111111 111111111111111121u111111111n111111111111 1111111IF 1111111''1111111111111111111111 1111 611711111111111111 it 1I iI I II 11111111 A=43 sq ft A=35 sq ft 31L� A=42 sq ft A=24 sq ft A=31 sq ft A=10 sq ft A=32 sq ft 1111111111/11111 1111111112211111 1101111111111111 1111111111111111 111 111111111111 1111111111111111 1111111191111111 I01111111111111 11111111111111111 1E1111111111111 1111111111111111 L 111,1111111111111 A=5 sq ft 2.lL- 111111111111111111111 1111111111101111111 1111111111111111111 1111111111111111111 1111111111111111111 11111111111g1111111 111111 111111111111111111111 I111111VIII II111111111 1111171111111111111 1111111111110111111 11111111111111 1111 A=6 sq ft Z.! It I - - A=22 SG 111111111110111111 11111111111111111'11 111111 IIIIII11111111 111111111111111111111 1111111111111t111101 1111 I I 111111111 '1119' 1 1111111111111111111 111111111111111111 1111111111111111111 111111111111111111 11111111.gt 111dd111d1 141111111/1111111111 IIIIIIIC1121111111111 CIL-7 A=24 sq ft 1.1 L� A=19 sq ft 1, 11'111111611'1101 1111111111111111110 111111111111 I/11 1101 111111111111111 101111111111111111111 IIC1111111111111111t1 11111111111111111M 11011111111111111U 911111 111111111111 1111111111 ll IF l 11111 111111111111111111111 111111011711111 t±. 1L� ClIO NSIMIEWSIWINEII N readsMUMm wesxroM mwarseMcltm A=23 sq ft A=19 sq ft * ' 1 L - A=26 sq ft A=18 sq ft 1/1111111116111 111111 1111111111111111"tit 1111111111111111 1111111111111111 1111111111.11111111 1111111111111111 1111111111111111 1111111111111111 1110 111111d111111 11 19011110111111 N IllllllIIKWd £1 LJ A=21 sq ft NOTES: I. IT o m lags heists or m re than one ors, it al»ula read 'uup', I.e.aothe first ward sho uld be nea rest the driv er. 2. Th e sp ace between wards s ho uld be at lea st f our times the height of the char acters f or l ow speed roads, bu t not mor e than t en time s the height of the chara cters . T he space may be reduced appr opriat ely wh ere ther e is limit ed spac e be cause of l ocal . conditio ns. T. Mi nor va ri ati ons in dimensions may be accepted by the Engi neer. 4. Portions of a letter, numbe r or sy mb ol may be separat ed by ca nnecting segme nts n ot to exce ed 2" in widt h. WORD MARKINGS TIELo SIGNAL VEHICLES COMPACT STATE OF CALFOR MA DEPARTM ENT OF TRANSPORTATPN PAVEMENT MARKINGS WORDS NO SCALE A24D MS ®® a MS M S- a r i® MS MN n,,. ... .W,a Ta, .,PR O ,fCT lcs ..` 1 11111,0,. 1 1 W111111 111111111 ' `[ e, '' 1 111111111 1 1, zoos n6 w: 111111111r ,.e. ,,� .. �� 1111111111 Asa.>� ow... a.mvry. s[n,�� ili �1 111111111 M „ e" . ^ [ Te [u ✓ li 11111111 I t I Gi IS tebeaC wea kahmrof ...arman f 1 ) 111 1111 � •* J T L 1111110' —^I ~3_,11.,_ e T —°I h — I—* A=22 sa ft --I b._ A=21 so ft A=27 so ft A=2 so ft A=14 so ft 1111111111 11 Fn�,) - II 2006 1 11111111111 111 + 1111111 1111 1. 111111111111 1 J mnI'hd11111I _ .� J 4 1111111 111111 % } ` 11II111I1111111 WORD MARKINGS STANDA I J --�+ \ 11111 1111 III I ITEM sq ft ITE M ea ft { iiiiiiiL ANE 24 N 14 Lt 1/4 11 ,/ 1,I 11111 P OOL 23 BIKE 21 _ ml 1 I 11111111 11111111 tt BUS zo �� , V� `� CLEARC AR 27 ONLYI N 22 - �� �� KEEP 2° . FI N 16 a e I~ �7 A=16 Sc ft A=17 Scsa fit tD PLAN A=23 so ft A=24 so ft M20 so ft NOTES: 1. If a mess age con sists of mor e tha n one word, If sho uld re ad "UP ". I' -p' White Ilne I.e., the first word Should be nearest the d ri ver. 2. Th e space between words should be at lea st fo ur times the height A 24E of the Cha racters for low speed roods, out not m ore than fen tim es the height of the characters. The spac e may be reduc ed k IL approp riately wher e th ere IS Il mIted sp ace bwm,se of loc al c onditions. 3. Mino r variations In dimensi ons may be ac cept ed by the Engin eer. um AND LIMIT LINE 4. P ortio ns of a l ette r, n b er or symbol may be sep ar ated by conn ecting CROSSWALK segm ents not to exc eed 2" width. 1 - See Note 5 5. Cros swalks contlguaus toschool grou nds are to be 1 '-0" yello w li nen iO puce of 1'-0" whits shown. at" N-0' 6. TMwords "NO PARKING" paw mentm arking Is fa be sed for parking e fact For typic al loc ations of markings, e e St and ard Pla na ANOA _ . m� altles. on o hog . M ,iie ser ies of T, th e wads "NO PARKING", shall be p ointea In whit e l ette rs no less than V Isosc ele s trian gles 0" high on a c ontrasting ba ckgr ound and locat ed so thait is visible to traffi c e nfo rc ement ffIcials. 1 4 1 I/2 } Dire ction _ - STATE OF CALIFORNIA L trave l DEPARTMENT OF TRANSPORTATION So ft of PAVE MENT MARKINGS See e Notes ba nd ' YIELD LINE W ORDS AND CROSSWALKS NO SCALE A24E fl ass as lie ABB lies uut a ails ilia r a rw■e ® INS ® s ® a rot pis , cou,a, Roc-, r oVg Ya:RT NE White targetit, R„ plot fa 4 I• C 6]16 G� Noy I, 2006pbwri j sea / or wa mix y,f i • ✓0mem osier s me✓m emite eev iv \• I osno. N onn y mow or ur To ye le l ie Ulm, web *Plitt MN/ wr wMm 0.+ - 2 x 6•' Y ell ow 12" - shtettl ecrlve Min 2j .0 e ssheeting m� 6" x 12" \ Tellaw f tr ot lecllvB eneetin g — 2�/" Mln n 2096 STANDARD PLA N A Surf ace mo unt P1 � L1 - Three 3" so ma s y ellow ir oref lect_iv e c sheeting Soh e mbedded 1 FRONT BACK Pa vement surfac eTYPE L-1 (CA) TYPE K-1 (CA) See Note I IPlexi°le post with noriz onal orient ati on N Ln - - of she eting) 0° ° b o d a ° P paa a a°° e P 4 o 6" x I2' TYPE 0 (CA) keno s/ j 6 eoetaomefI act lye (T ubular next o le 81 g - - surf ace mount) Yellow Min � retr oflective she eting Pi - :Pi p Surface mo unt 1/ Min 1,Se e St onoo rd Plan A)3B for met al po st d po 51 de tail s and aCtlli ton al ma rkers. ry � NOl K1 - • Soil e mbeaaea -"r ') ' \\ STATE OF CALIFORNIA TYPE K-2 (CA/ DEPARTMENT Of TRANSPORTATI ON TYPE L-2 (CA) postwithOBJECT MARKERS See Nate Ivertica l(flexible of el -me ting/ NO SCALE A73A a MB MN a an a S a n t a 1111. a. a ar al ..11 DID ' a dapt oar s .acct rea a'Sic* .o tor A c Retai ningeac ure if Retaining curb cof ag e or aiae walR if necessary at ag e `l 0 ej o / 4 �~ §'-0" e of si de walk m 1 '" T OP Ola F -'1 - >� ¢rd-s+it Sidew alk x I Min Mi n I1 pE ekee ` g nat sea on //Wort" 4\ I IrSea note s J Se e ry a° 10 a a 11 2Y . M°xl 5 de ws lk IC the �1e yr Nate 7 6 2/ M 1p� l OV MOY I, 006 W C" 951 .. front ax o Mo% SiO ewal N D ATE }It ae age 8.332 1 1 6 .331 _ r� of aewd lk� 1 ry�� Se e /N ora r Max7 1 } M ax Ij(. \ RAISED TRUNCATED DOME tor, shams Do wr�Fu(m tl �^�+ w^/ = 1 5 ..' ow 7' NOTES: Tow IaF Ma aids oh I . .r ^ I0 0% pax cu Li n^ , Front % See �F rant edge S ee Note NO1 1 °f slOew °Ik 1. AS sit e c om a i and di ctate Cas e A th rough Ca se G c urb e used for cor ner In si°Il otlona Si milar to thos e shown in r omps A one — �— y� StlgeWeelt { de C 10 and 1 D etail B. Th e case of curb r amp s used in Det ail A M n ot have to be CASE C t he some Case A thro ugh ass C Urn romps also m ay be. used at A mid block loc ations, as elite dictate. J' otX M aw O 10% M See 1 cu D ,r A 2. If dist ance fro m to b ack of Sidew alk is to o sh ort t0 M N ot at c D B 10 tl 11 ) Case A, pre s o Sidewalk mo end pl atfo rmi as shown acc omm odate walk ro mp end 2 Sidewm k 0, CASE A CASE dinllyg thesid ewalk may b eI depre ssed longitudin ally a8 in Cows or C Qr ax See Note i Front edge See to a= y° of Not e 7 L a My be widen eda s In case 0. 10% M ax j. When ram p is l ocated in center of c urb retu rn, crosswalk �� — 1t curb c onfig uration must be similar to that sho wn for D etail B. Al A>� I'.>Dt ������ ( --- Fr ont 006 ST 2% Mew 122 I Sidewalk c TYP 6 edg e of 4. A6 Site conditions dict ate, the retaining c urb side and th e flared d ^Ip sl ab of the Ca se G r s hall be const ructed in rev ersed sidewalk( •: See Note i \ Ica _e M ax See Note d I O ID and 11• m 002 Max Front See ; I Nate 7 O j. Retaining Curb (both o Sides of a. a ) '; = sidewal k positi on. S If located on ° cu rve, the sides of th e romp need not be parallel but t he Minimum width of the ramp shall be C-0". // t curb 6. Sucre slope lares v ory p y from a maximu m of lax . t to e of side walk o0%c Max �_' curb be r t0 form longit udi nal sidew alk lope a dja cent witht op of e and sF1 n //, t e xcept ' •'� S ee N °tee CUYpi n in9 Front af R"J Se a d es q a1 1a 7. me care ra mpShall de 1uilinea, as sho wn, with a 1.-p,. vine border with lA " g rapes approximat ely j:' on cente r. S ee WARD PLAN teOr. mx '4-... 4 Plan in g lOz Max a rea CASE F grooving pet011 . SrdEwelk CASE G t_ai,' ¢;' i::_' Ef ai-r <b . pe teinin B. Tr an sitions from r and l andi ng to walks, gu tter s ar St reets 4 f ree _ —�-- - romp s See N ote of a br upt ch anges. Curb (both droll be H aa n a nd aides of lr e Tp m -see Not es 10 Gutter T° of r B. Maximum slop es of adj oi ni ng gutters, the roa d surface immedi ately a nd 11 fo wl in e p amp 4'-0' Mi n adjac ent to the curb ramp or acc essible r out e shall not a 1 e^ Ro unded --Ii 5 pe rcent within 4'-p" of the top and bot to m of the cur b romp . u h CASE D �kiln 'V p See Not e 9 ft CASE E TY zx ma J 10, Cu rb r amps shall have a dete cta bl e warning surfa ce trot 6 .33r. Max thefull bi n a nd depth th ramp. Del ectable Worming of flared -SECTION A -A surfa ces shall co nf orm to the On this plan and the in - Where a sla m -o ccur s provide 2'-0" st raight cu rb -1. requireme nts • the Special Pro visions. . in . The edge of T he detectable warning su rfa ce n eare st the st reet Cutt er shall be between e and B" fr om the gutter fl owlin e. A88A m - T Retalni ng •c uro fl OVll ne if n ec essary 12. Sidewdlk end romp thickn ess, "r ", shell be 3%z' minimum. Top of romp d' -O'. Min % ECP u •'-1- ' Rounded I 13 . Dtl l ity pull box es, manh oles, vaults ana all other utility facia riles - - - wi thi n th e bau ndo riee f the curb ramp will be tar ot O ted or r ° d usted fe de by th e o w conju nction her to , or in lion with. ' 3p q �_ /c 2Y. Ma x coons prior 8. ]]A TI Fob ramp con str uction. See N ita 9 SECTION B -B = oc a y Sidewalk �` 14. For r etrofit condi ti ons, ct o rep o and e of c urb moro n Depr ess entire sidewalk a requir ed will be et th e C ontract or's prim, unless otherwi se crown project plans . 'Og s( l0 � y9 l Icu rb ¢ Gutter II � fla wli. R et aining ng C ent to 2.35 " 0 If center to J//J1111AAA ne cessary te r spacing te,` ., • �1 sidewalk A 0 0 0 OCR 2% Max �I RAISED TRUNCATED DOME where a flared / eaSECTION9 SECTION C -C PATTERN (IN -I INF) JO Y. .. . aide occurs pro vide 2'-D" straight cur b App roximat ely j' DETECTAB F Crosswalk it provide d limit at pay l WARNING SURFACE 4' 0" Mip w, See Not e 10 Crosswalk If roc lava DETAIL B see RO wded t -1•- - " —1 [LLYpR NE Note 1e STATE OF TYPICAL O NE -RAMP -—i GROOVING DETAIL OEPAerMENn OF TRANSPORTATION • DETAIL A CORNER INSTALLATION CURB RAMP DETAILS Sae TYPICAL TWO -RAMP CORNER INSTALLATION See Notes I end 3 Note ' RETROFIT DETAiI • NO SCALE See Note 1 Existin g curb and S idewa lk A 8 8 A ar ® 1�Iile a t a MB a n a Ma a. a a flea e a a 5tmk Wi s' Til C urb RCMP, see N ate 1 Dist es [espies POTS TawLUS In . ISls A Pa rkin g Sign R99, I See Na te 2 $M In N iYY R etai ning c urb If necessary l ca._ / 0 rv� ISA P arking Sign fl99 . , B J / M 8.] Ma ll Side walk (S's Parking Sig n S ee N ote 2 r r\\ m.1a pow. $ ae Note 3 R99, 1 2006 19S1 tr II I curbr P. PL ANS u *SPAS et DATE Y ]Host uno bstructed0" area —� _ See Not e `p it s SMln • re mw \ m LSee Ret aining c ure If necessary at teat �I-0" a se ise m+a m,a++ .Rq serA?' Note 3 e nt er , ce nt ers. S' 0 ot t ars, See Pete B. ,Ea s = r White li ne di agon al s 1A1P' Sidewalk - I Ma 1°'- 3'-0" c ent ers . 56e'No}e 0. To OW N Mont w mR ¢h MNM+ vMmiw Whit e li ne ^� 5'33T B at N OTES: Iln enite q" 4 xX ISA Ma rking See 9 Fi bot tle Se 6 Nafe re, curb - vl 0 $e I gegular non -ac cessible No e J parking stalln urb I. Ac cessible p arking spac es serving a partic ular buildi ng s hall be Na e ] lo cated on b arking shortest acce ssible r oute Of trav el f rom adjacent p arkingt oah acce ssible ent rance. In parking f acili ties t hat do \line o not a pa rticular building, a ccessible p arkinga shall De located S ae /\\ ._ \\;:: e the hortest ac cea ibl e rote of tr avel TO an ccessible e ta II 11� - 4' Mnpa rkin facility .D f peMbfrlan entrance of 1M1¢ p DeiDll Af SINGLE PARKING '-a" Min - '-P ' Min ° e N otes STALL • for ramstar ssiaccess ible parkl eg ¢tall . " fo r van ac cessible parking stall WlTi to line 2, 11 a nd R e 2. es I nane oeight acc essible byan Off -Street parking Stalls,1ebut- n ot Dla le of 9'-0 " l ess umo ne, shall be s erved m accessible. mini mum width and shall be signed van accessible. The R99A V on Acc °salble °Iqn sh all be m ounte d below the fl99 'ISA —15A M arking Pa rki ng' sign . at ear Units N Curb romp, See Note T �. of stall (See 3. In each p arking stall, a Curb or bumper sh all be provi ded a nd ' Det ail Al locate d to prev en t encro ac hment of vehicl es o ver the required width of walkways . P ark ing st alls shall be so located that person s O SID e-0" d wit h dis abilities ar e not c ompelled to wh eel or walk be hi nd p arked Se e Note S cots Other the n th eir own. 5 de WO k P� 9 ISA Parttin Sign R99, al See Note 2 • :.. �._ : 1 N� Qo - ISA Park in g Sign fl99 / 4. surfa ce slopes or acc essible off-stre et p arking stalls s hall be the minim um p osai 0l e and shall not • c eed 2 percent in any direction, • acce ss loin aparkiin fetoli.D P°r a s 5. T able A shall be use d to det ermine t he r eq uired number of '•`F a marking cif _/ e 'CO" Min acess 9nt o! accessi ble parki ng staffs In s ee n parking l ot or gar age, le robetrucied II rear li mits of stall ee Det ail l ea ch ac cessi ble "ISA Parking " R99 8 "Von A cces sible" signs are inst alled, v ar eaLSee Note 3 Se No te 3 DIAGONAL DOUBLE PARKING STALLS P arking estalla 6, Wher e R99 or S°° Not °E 2 nd 12 the bottom of tn e sign panel shall be a minim um at T'-0" aoo ve the sur rounding surf ace . ...- S 27 J 4" White line b orders, - 1. C urb ra mps sh all confo rm to the a etall s shown on Standard Plan ABU . White ISA D PLAN i ISA Mar king _ See S i See Nate e Lr� Whit e border 4" White line alagon als at Y -0" Blue Bac kgro und V / r �l u B. Blu e paint ,s inst ead of w hite maybe us ed for m arking acce ibilify aisl e¢ n are as wher e sn ow may we e whit e markings to n ot be visible. 9, Th e wards "NO PARKING", shall be p oi nted in whit e lett ers no less than +•-0 " high and locat ed o th at it is visible to traffic enfor cem ent officials. See Stan dard Plan 4900 far D etails of the "NO at rea r limit / of sta ll 156! �h centers , See Note B - , (� V% PARKING" pav ement m arking. 10 . A RIOOB sign Snail be post ed In con spicuous pl ace at each Poi OD Detail Al '1 9'-0' Nin 9'-0" Min entranc e to off-st reet p arking fa ciliti es Or I mm edi ately adjace nt to from ea ch st all, The Sig n Shall i nclude t he 0 aa ress O and visible regular wh ere the tow ed van cl s m ay be reclaimed and th e t elep hone C 5'-0" Min be regular 5-b" bin a tee n acc essible park ing 0' 0' Min to the right of gbh UNAUTXDAIZZEB VEHICLES ISA MARKING -FOR ACCESSIBLE numbe r of th e l ocal traffi c law e nfo rcement ag ency P R UNG SPACE OR ST LL (na nv an) accessible spa ce Is th e DOUBLE va n ac cessib le pa rking sea l See Notes 2 and 12 PARKING STALL NOT DISPUTING DISTINIWSNINO PLACARDS OR LICENSE PLATER :SHOED 11 Where a singl e parking p rovided, (S ee eta Pla n 424 I lo ading and unloadingacce ss is shell be on the passe nge r sid e of the ' vehicle as th e v ehicle is ol eic f orward into t he p arking spa ce. DETAIL A TABLE A ' FOR DISABLED PERSONSand WILL RE TOWED AWAY 12, Wher e a va a ccessibl e parking sp ace Is pro vided.. the loadi ng unloading acc ess ai sleshall bee o wide minim um, a nd s hall be on the passenger aid e the SEMIS!. OS the vhicl e. Is Tota l Num ber of Parking Stopoces Minim um Number of Disabled Acc essible Perking Spa ces p' ?# ' {I1=3�+�{R�;� ;�[[ f1'{I3�4_A11Ulli'. �pp�pp���� AT OWNER'S EXPENSE TOWED VEHICLES goi ng forw ard into. the p arking space. 1-25 1 •�/n�J�� ��A"¶'I 1 NAY BE RECLAIRED AT Po em} 26-50 2 VAN ACCESSIBLE SIGN Ig99AI• y - 51-75 3 sta ndar d + 0 x B" 1.t f,.i NXi1M OR IV TELEPHONING T6-100 4 See No tes 2 a nd 6 .. ne iWmr kneel - STATE OF cA ue aPNu • 101-150 • 5 . IS PARKING SIGN 199) -- - - - - DEPARTMENT OF TRANSPORTATION • 151-200 6 Sta ndar d 1 -G" A T'-6 See Note 6 ' PARKING 201_300 - 1 SIGNIIRIOORI ACCESSIBLE 301-400 B. s loe Seee Note :x02 _p. OFF—STREET 401-500 ' PARKING SIGNS ISA.- Inte rna tio nal Symbol of Acce Bsi ail}y SG+ -10o0 2 percen t of to tal - OFF—STREET NO SCALE 20 plus 1 far eac h 100 Or .-(Parking lo t or ga rage) Greater tha n 1001 fraction the reo f over 1001 See Note 6 ' A90A �%s S; A ta, aaa "5: r a S a: p  . a " f I FCTROI IFRS C px:iY ROUTE POITI ��ui[��i d' 5M� 14[5.5 " STANDARD TYPES High m ost ligh t p ole ABBREVIATIONS AND EQUIPMENT DESIGNATIONS ..,,pp B 1 enagar/tic4t`xdliiiii " '" .. PROPOSED EXISTING May 1, 3006 E1451 1s [j D ouble ar m lig hti ng etanmra��i', BBS 005 Batt ery ba ckup system eISO,1 l- - " CS- Existi ng el ectr�ller 1 amo au 5 - r ior . et [e T n. writeaw 'm' 1 e S 'S STRUCTURE CBC DO Bal t C Conduit rcla CCTV Closed television ���� neon 's+'". sVn v ����* ZL y50 OF Eleci rol t ar I aunaptlOn (F utu reInatall a}lon) cctv ci rcuit " .��F STRUCTURE [Xi Ckt Circuit focello Ile Cares a eS&o p In Mp/Aroo#01eP' CMS Changeabl e message sig n 01c p( ---a30 NOTES: DLc Loop detect or] he ad -in ca ble E MS ems Extinguishable mess age sign Ot--- � 31 1. 'LShall De 310 w Ca lled on Type 21, 210, 30, 31, 32, 35 EmergencyHPIum in aire. EVL e ve v ehicle Ev0 eve Em erge ncy VehICle det ector S OFFIT AND WAII MOUNTED LIIMINAIRFS ����e{{ " y am- epe 36-204f.tutwW? fdg ,snail be o200 Mlae xP5`etwn Installed o C her ryes sta ndard s or poles, u nless o th erwis e FB FBG /b oa noshing bea con ac ont rol ass embly FOS ten Flashing beacon with slip base " FO to Fiber Optic y 32 35 Spec ified. p 4'Q' unless Pe nda nt, 70 w sHPS L 0 Gr ound (Equipment Grounding Canductorl unless oth erwis e specified, e 13_,, 2. Lu minaires s hall be the cutoff type, ANSI Type c m edium cutoff lighting d istribution, u nle ss otherwise specifi ed. GEC' GFCI Gr ound fa ult ci rcuit inter rupt ��/-1 HAX Aar Highway advi sory ro cio 1 0 Flush, 70 k HPS unless o the rwise specified. 36-zaA HEX he x Hexagon al y N 3. Varia tions note d a dja cent to symb ol on pr oject plans. HPS has High pressur e s odium !i all sett fac e, 10 w HPS IONS lists I nternally ill uminated street name sig n II u ni son other wi se epee if lea. 006 STANDARD PLAN ES -1A 1St isl Ind uction sign lighting ,q ' 0---a proje ct or pro jec t plan s) - El ectro ller (see t no tes LED l ed Light emitti ng diode 'v }y Existing soffit wall lu mi nalre L MA L uminai re m ast ar m to remai n unmodified . Lum inaire on wood pole all lumi i LPS Ips Low pr essure s odi um - o  Q Existing " If it or ;tali LTG itg Lighting - fo be odified as specifiedm . na Lust Iu m Lu minaire 0 ! MAT mat Malt arm m ounti ng vehi cl e sign al f aces, NOTE: STANDARD NOTES: t ap atta chment MA5 mat Most arm mou nting vehicle signal fa ces, Side att achme nt "str eet side ' Ar row inaic�t ea at Ium ln aire . , A AB Aba ndon. If applied to c ondu it, remo ve conductors. NPS-IA s -4A Mast a rm mo unting venlc is sign al faces, MAS-4B s-48 side.attachm ent - 4 sign al se ction O BC Install pull box in existing conduit run. MAS-4C man -IC O MI Pedestr ian barricade, t ype as indicate d on plan . Y m S-50 s-55 M`stside oa chmenit n 9 5 sig nal sect ones a mt MC Merc ury c onta ctor cB in btall c onduit Into ex ist ing pu ll bo x. mic m agnetomet er d ete ctor lead -In cable C[ Co nnect ne w a nd e xisting conduit. Remove e xisting con ductors NM m/m Multiple to m ultipl e t ransf ormer and In sta ll con ductors as indic ated. MT hit C ond uit wi th p ull wire or r ope only CF Cond uit to re ma in for futur e u se. Remov e co nauc tore, Install " " Q' my MTG m Mo unting M ercury vapor fixtur e pull r ro pe. ed cong N N Normal) (Grounded C nnhlclorl MI Detecto r ha ndbale. NC NC Norma lly closed ND NO Normally open m Fou nd atio n to be mondo ned. PB pb P ull box PEC p ec ' P4 control (Type I. B, Ii . M ar IS Install sign on signal mo st arm. ��onbe rnlc � NO slip base On sta ndard. FED ped Pedestrian " PEU pe u Photoelect ri c u nit Pi'moelec triC Control. PPB ppb Ped estria n push O utt en RI_ Relocated equipment MT PhOtoelectr ic un it. - RH rm R amp met ering O Eouipment ar ma terial la be remove d an d D eCb me the proper ty con tractor. 501 s lot Slip base insert 5I ab Siipgn Wee -. �! ins Sit she Signal i ntercon nect t�Dls Q Re move elotff �I br. fusee and ballast. Tope e nds of con ductors, Slk sig. Signal Silk sea Signal mot arm ElRe lo cate equipm ent. 515M e/msns Street multiple le tran sfo rm er MI and re use equ ipmen t. nameto 5145 one Street ielan SP ea Service point MI Rem ove " and sa lvage equipmen t. TDC tdc Telepho ne de marcation cabin et " TM S tin s Tr affic monitoring station - DI Install Slip b ase insert. - (DS fns Tr affic Operatio ns S ystem ST ATE OF CPLFM WA MI S plice new to ex istin g co nouc tare. VEw ve h vehicle DEPARTME NT OF TRANSPORTATION ommn icatr H em s TCommun ic ation � Service dlscorcect CO%MM eons Roa w tn i ELECTRICAL SYSTE MS r em ainSta ndarfor fu tur e u se. Remove lumihatre, pow RWIS awls mils. Ro adwa y w eather information syste m ISY .MBOLS AND ABBREVIATIONS) � ell and ba llast. - ccon du ctors :, IZ Tele phon e service point. NO SCALE " ES -1A i ®% ■: '.�: �' IIMINWASSOMMISSIIIMMI O 2006 STANDARD PLAN ES -1B PROPOSED --- —e-- —T —F-- —FO — — _3 PROPOSED CONDUIT PROPOSED SIGNAL EQUIPMENT - SIGNAI EQUIPMENT al Fr teas„ Fa un a,, , a" LI" �'KETE EXISTING Lighti ng conduit, unless Otl,erd¢e indic ated Or noted Traffic Sign al Co nduit communication cond uit Telspnon e conduit Fire alarm co nd uit - Fiber optic conduit Co ndu it ter mination CandU it riser in/on structur e or service pole EQUIPMENT EXISTING P " e.En ` •`rit nu imams we� uowrErw � t fi , hr w e y E.o.m.. r. '"'r e to Ad 2ib Co n es rm lAnd isi /wf l ��� -41-1-- PV ` � 1, �}� ° t' _ - Ci C ont ve hi cle be 12" provided other wise. be LEO. SYSTEMS " Meter On" sign det ect or unless th i.e. MOOED FXISTING Oua rd p ost Type 1 Stan dar d E mergency section s snail ¢a. sh all be unless shown eholl STATE OF CALIFORNIA OF TRANSPORTATION ABBREVIATIONS) NO SCALE O O 4---II. D - - - _I NOTES: EXISTING ov erhe ad lines Woad pole " U" in dicate s u tility own e0 Pole guy w ith an chor a Utility tran sfor mer - gr ou nd mou nted Service equ ipment enc los ure type Service equ ipme nt enclosure doo r' ind icates fro nt of enc lo sure - oa Teleph one demarcation cabin et - DESIGNATION ---ON 11EU E— ® --- on - -F U �_ i- - _ . I. All signal sh own a1Mrd 2. Sig nal hea ds b ookpl ates 3. Sign al indication DEPART MENT ELECTRICAL - .(SYMB OLS A ND J - O_r I POLE -MOUNTED SERVICE rrrQ¢�-rryyy �-I �-} r �-r-F-O +i # _ • yy W R yle� �/ _ Type of Installation Fr— TYPE M SERV ICE - 26'-10" — Pole height above gr ade I OVERHEAD SIGN ILLUMINATED PROPPOSE❑ EXISTING ov erhead sign - Single post Overhead sign - Two po et Ove rhead s ign - Mo unted an structure Overh ead sign with slue+slier III i 0 i V 1 1 I _ b j 11 y j1 _ ES -1B Mt *MSS a M S S M® S M os+ COW" emTE TOW TAACT ror sl ,C5nS WIRING DIAGRAM LEGEND-•pnfT• - EQUIPMENT IDENTIFICATION Ext ernal cond uctor Pat o [ CE1 [ xs,x[[s/k T r�\ — P P ol e — ILLUMINATED SIGN IDENTIFICATION NU MBER: cR circuit b reaker C ondu cto r or bus Nov ex E Sl numbe r - Place on or A A mpere --e— Tie poi nt An oo AL `err 1151) FbgVso qn po et No. 12344E V Volt �- Co ntactor coil Sign _ Al Met ered - p— Contact or, Contact NO T ., • see s . Oro u °�.w .v ` .f .. . C IO ISIy CI .ETO UM Un met ered e T ermi nal blo cks ✓ee. Tr ansf ormer ratingIkY ki \ NB Neut ral bus DD_pl ace GB GrO u d Owls -404Contactor, Cont act NC n4'nq trol type tNDr J9{tlb lh CJlrevW ak p hMp//uwNdfv Li co rd or C Equip ment gr oun di ng condu ctor �i E nclosur e b ond N str ucture type f fi xtures 1 Grounding mber a nd ON Grounded cir cuit c onductor IN eutralI + elect rode GEC! Grou nd f ouli cir cuit inter rupt VEHICLE DETECTORS ELFCTROLIER DR EQUIPMENT IDENTIFICATION NUMBER: - a— ci rcuit bre aker V ehicl e detect or d esign ati on .32345 - 15' -D" 1 last ore length, If sh own. Recepta cle Do no t place on a nd ard or struct ur e. e rew— 5 J 9 U U - Upper Equipm en t mber - Pla ce on stand ard or s tructure. Existing equipment numb ers are PULL BOXES L = Lo wer Slot in input file 2006 STANDARD _P show n in paren thesis PROPOSED EXISTING n umber CONDUIT AND CONDUCTOR IDENTIFICATION: -- Pull bo x -No. 5 unless oth erwise I nput fil e b or d1 . i_ Phone d %f'c y .zu l0, ISe 14, 2 OLG _ indic ated or not ed . Numbe r cabl es and s ize of conductors and 541111 PROPOSED EXISTING .n Pull box-ad oitia nal de signati on s or Size of c ond uit in inche s gna descriptions 01, 02, a2P, etc. Tr affic phase iden tifica tio n fo r signal faces, - detectors an aphase diagra ms 3 = No . 31/ pull bo x IC) = com muni cations pull b ox ❑I ❑2 ID Pr oject note num bers 5 = N o. 5 pull b ox (E) a Pull bo x vat?,extension 6 = N o. 6 pull bo x IS) = Sprinkle r c ont rol pull bo x O QB © Equipmen t desc ription, installation or item numb ers T = N o. 1 (Ceili ng pull box) 1211 = An cho r bai ts and conduit for B = No. 8 (Pendant soffit future I nstallation of Type 21 A ® © Con duit r un n umber sp ull lax] stony °ra 9 - No. 9 pull box IT) = Traffic pull box SIGNAL AND I IGHTING STANDARD (TYPICAL DESIGNATION): 94 = No. 94 pull box I- 1 Type A dete ctor loop. - - I O utli ne Of sa wcut sh own. type B det ect or loop. x ou tlin e of s° wcut show n. O _ I 1-_7 Type a ae r. e we )pop. Outline of sawcut sn ows. 100 T_..1,_19,. Wind velocity = mph Ca se 3 loading arm Standar drtypegor r Sta ndard Plan sheet number Lx a I Dyj l in e aft s`vcut °shwn . Det ail number or let ter MISCELLANEOUS EQUIPMENT 0 "I viii a or e`o c�,!°ar°lown, LAN ES -1C PROPOSED EXISTING r - I Typq a aeroad , wan. 1 - - - whine of sawauT anp.n. .)CMS r_ - _1cros Chan gea ble m essa ge sign 1 m�t ,, j'I Clo sed circuit te lev ision cam era a C -2 Magneti c detector ILO Highw ay a dv isor y r adio pole a nd a ntenna \ Detector nandnole %d❑n I IEHS r --lee s Extinguis hable messa ge sign Magnetomet er detectors 1131 m 11 Detection device Al = e M = Mic rowa ve v v V 5 Video STATE OF CAt eORNA DEPARTMENT Of TRANSPORTATION ELECTRICAL SYSTEMS (SYMBOLS AND ABBREVIATIONS) - _ NO SCALE ES -1C a a a a a MIN 41111 a IOW a a S. a Mt M' d aline 515n moot Amu tet.Le OII F GI.jsi cis LOOP INSTALLATION PROCEDURE 1 v �1ss(! M A A a I( '/ I. Loops shall be centered In lanes . 66 —_ay, 2. Saw Slots in for loop conductors as s how n in details . - Nay L pav eme nt gT �T t se peoe6 s stud • 4 • gN\ 3. Distance between side of loop and a lead-in aav cut fr om adjacent A detectors eon be z' -a• minimum.Oista nce aat..eh lean - 'n a cuts Yl u¢L - caw +"c c %^•d• ^ mote .A sh all be 6' minlm a,m. 6'-0" ,e w. ^v M" Sees '. ~ 1 4. Bottom of sow slo t shall be s mooth with no sharp e dges. Di rectionof LaneliM Io plc Ml YXaa Ate sla p it hap//mefmwr 5. Slots stall be washed until- clean, blown out and tho roughly dri ed before In sta llin g loop co nductors. 6. Adjacent loops on the some sensor u nit channel shall be wou nd in Opposite direct io ns. 7. Iden tify and tag lo op Circuit pairs in the pull box eL with n um ber, start (5) and finish (FI of conduct or. travel A A r--1 A A �� ■ b 1 yl Lo neline (�/` ■ ■ 2006 S TANDARD I an" Id entify and tag lead -in -c able with sens or n uber and phase. EP B. In stall loop conducto r in slo t using a W{,' to '/" thick wood paddle. BB C — Hold lo op condu ctor s w ith woo d paddie s fat the bo ttom of t he sowed sl ot) Pull box dur in g sea la nt plac ement. twisted be installe d in o ne Saw ed sl ot. TYPE 1 A TYPE EP C Pull bo x 2A TYPE EP Pul I bo x 3A TYPE EP P ul I bo x LIA O. No m ore th an 2 pa ir s sha ll . INSTALLATION INSTALLATION INSTALLATION INSTALLATION Ia. Allow oaditla nol 5'-0" of cla ck len gth of condu ctor for thelead-in r un TO pu n bo x. SAWCUT DETAILS .p N V' 1 II. The add itio nal length of eac h c onducto r for ea ch loop shall De tw isted (Typ e A loop det ector configurati on s illustr ated) to gethe r into a pa ir I6 turn s pe r T -s" minimum) b efor e b ein g plac ed in the Oat and co nduit le ading to pull bo x. I. IA thru 4A • 1 Type A l oop configuration in e ach lon e. 2. 113 thru 46 e 1 Type B loop co nfiguration in each l on e. 12: Te st ea ch lo op c ir cuit fo r c ont inu ity,. circu it resistance an d insulation 3. IC = 1 Type C l oop configu ration entering _ lanes as required. resistance at the pull bo x be fore filling slots. 4. ID thru 40 e 1 Type D l oop configurati on n eac h lane. 5. IE thru wE = I T yp e E loop co nfigurati on in eac h lone. 13. Fill sla te as show n in deta ils. 6.10 thru 40 - I Type 0 l oop configuration in e ach la ne. (Us e Typ e Al B• c, 0, E or 0 loop detector configur ations only le. Splice lo op con ductor s toleod-in-ca ble, Splices shall be so ldered . w hen specifi ed or sh own an gland con ductor shall be waterproo fed prior 15. End of lead -in -cable an d type 2 loopm oistu re to insta lling in con duit to prev ent fro m entering the cools. 16. Lead -in -cable s tooll no t be s plic ed between th e pull b ox an d the contro ller ca bin et ter minals. li. Teat each loop circu it fo r circu it re sistance an d insu la tio n resistance at the c ontrolle r c abinet Io cOrldn. pp. 5 W' S OOP ) J C O' �- 1 5 COP 00 ' � LOO LOO' r =� 'j wnere loo p onduc tora are no t to be slice d to a le ad -In -cable, the F e _4 _ e ndso fcondu ctors Sha n be toped and wate rpro ofed with electr ic al a == su g . co oting. F WINDING DETAILS F I m CA See Notes 6 and T N JJJ((6 W... Min to '/j Nax fo r TYPO 1 loop conductor /p" uin fo r Type 2 lo op co nductor _— — Pil tI '1/" um 1I— 1}II = i- _L; 1i ice LY , I Sp! --� De pth as r I_il rLO OP Depth reamed re ad, tea • wired —f secionr 1i sealant • . TYPICAL LOOP CONNECTIONS Loofa sea la nt 1 •I : 2nd loop (t wisted) Mashed lines r ep res ent the pull box) turns loo p conduct or s Iun l AS L co ndu cto rs- 1st loop (twisted)" oher wise specified) b tea ) See Note 9 STATE OF C ALIFORNI A DEPARTMENT OF TRANSPORTATION SECTION A -A SECTION B -B SECTION C -C ELECTRICAL SYSTE MS SLOT DETAILS - TYPE 1 AND. TYPE -2 LOOP CONDUCTOR (D ETEC TORS) • NO SCALE ' ES -5A i Sell= a S S i? 5 S aII at 5 5 e,TT mar, newt Tai., . .O5fEr 9 2f T s.aa., ._D.. aate° „�.. Di travel Directi on -1 may 1, of P travel ol wif 22006 a I• ' en-4.-darmnvm vx a nm- •r ���555��� ppp ��I watts. y mamma aw e, a m. w\Rr ru✓�� 1-52=9-1 " _L N /LO OP a� lop bl k dr NVh Te R //w Mm g a L. N f w F fa I a N 11_ 2006 STANDARD P WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION TYPE 0 LOOP DETECTOR CONFIGURATION o V ID. -D .. V g ID._Di. o ID._D.. o N P N TYPICAL TYPE A INSTALLATION TYPICAL TYPE 8 INSTALLATION I` a Single Lone Single Lane S F SAWCUT DETAIL WINDING DETAIL N a - - - TYPE C LOOP DETECTOR CONFIGURATION of Tra vel Dir ectionD F f Imv ,._D.� 2._6. 2._ja ftravel a N O ie I atrav el Direction ( tr -we- Z � '• b1M1 cut m N en th Ye $Be N01e 1 SF WINDING DETAIL SAWCU T DETAIL WINDING DETAIL • SAWCUT DETAIL IL .. TYPE D LOOP DETECTOR CONFIGURATION TYPE E LOOP DETECTOR CONFIGURATION s^ I• WINDING DETAIL SAWCUT DETAIL NOTES: - 0 DETECTOR TYPE LOOP CONFIGURATION 1. 2, Roun d Corne rs D1 ac ute an gle ea r/cu te to pr even t isonOOmage to ct channe l. o sl ay . \� 2. Install 3 tu rns when only one type. D lo op is a se nso r unit cha nne l. slot Ins tall 5 turns when one Type 0 loo p hi connec te d w ith 3 a ddition al 6' -0" k 6'-0" Iwpe on a aena er un lL _ IIU D I ,D D I IIO OI - STATE OF CALIFORNIA DEPART MENT OF TRANSPORTATION PLAN VIEW OF ELECTRICAL SYSTE MS TYPICAL 'TYPE E INSTALLATION DIAGONAL SLOT - - single Lana (DETECTORS) AT CORNERS NO SCALE E ES -5B LL ! MS a a Se MI S S M — a is ; s ® ® a Finished grade als r foam', R OUT E e[ rho I[t w s [vs AC hype Al AC imam medium grading AR -9000 - - .f L% ,� cTeic PCC Baackrf ailel Pu ll box C ntl 1 r s Conduit e I [n d tt e'xeE e cuo 5 eo Moy Curb See N otes t, 2r 5, s o ne 9 rZ 89511 A „,,p ,„),,,,9 ant See Note T• "T " wrb m s-eo "oE e stoat (bra ss, TRENCH DETAIL % "'1 1/2" other ' . flans* a',a a sn•'e e. N vd A' gushing ev v "e . no n -co rroding mat erial) M / Road way To se non WA Oro Mlpp/MrMwSa � Co nduit / See N ote 3 See Note < E See No te 6 4O p \ TYPE A (pys'e-t' * ame and co ver NOTES: (T his sheet only) - CURB TERMINAT ION PE TAI! a�'aae+'+ - I. B ushing shall be used at end of conduit. F lush wi+n pa vement e9+ SZ.teP - / Aaspholt concrete the n m renal app ro ved byaloe E nginee r 2. Tap e detector cond uct ors or cables 3" e ach si de of bus hings. 1 Note s I, 2, a and s - Bu shingp rec ast 11%" Install duct se al compou nd to each end of termin ation co nduit Two PI/^ 0 h oles. installi ng r einfor ced sealed d ah app rov ed b efo re seal ant. c ompoundafter o�� Pull box c to box 6 I',r co 0 nstainn g a sharp ag es wher e detect or conduct ors cables hove or N Place cond uit ac ross Joint to ouv ago m See Note 7 4 y 9 a • �IiY//// BOWway j r 5 E nd of c onduit shall be 3/e bel ow roadway s urfa ce To te a loop I ra Condu ct or 6 C onduit f size loopCo nduct ors Cl) 1 ` •` •' See Note 6 CanWif ,2 p 1 See Note s 2 o ne 3 19C Mini mum I to 2 p ai rs 11/4"C Minim um 3 to a pairs i D ends at C Con du it Sow let �Wccom to aT dateContl Uit c W3 y t �., . Portland cement concrete Sc"Minimum ' 5 or mor e pairs 3 • Z Pav em en t loin 1 type 3 Co ndu it fo r loo p wire Type 3 co nduit 'Min to II box. ]. Splic e detect or c onductor s or c abl es to lead -in -c abl e r un to p° p See Note 6. .� Sew slot Pavement I erauntl conduit � he na ono lv I. controller cabinet. IDS" I �_ Clean, cr ushed r ock sam e D 9 OT / ////�j// &Tye - _ e. L ocati on of detector hanan el e wh en show n o DETECTOR HANOHOI E DETAILS n pan e // / 9. Wh en t he en end r aveled war are pav ed wit h t he same PLAN Roo d oy mate rial and there Is no j oint b etween t he m, the conduit shall there extend o nly z' -o" Int o t he sh oul der pa vem ent. -f or f or v w're VIEW SECTION C -C sow coo r s TYPE fl CURB TERMINATION DETAILS •111 ••y'.: • NOTES: N • Edge of shoulder See No tes 6 a ne 9 El W See NORes 1 2, 4 Conduc tors or cables Ena of c nduit mu st tea - SECTION A -A _� e Y.'C ip s 3 conduit 6 lo ng l` lll��I��I1 mi nim um, plug both en ds with duct co mpound to keep o ut 's ealant.• b.'/j' minimu m oe#ween top of con duit C ost iron one pavement su rface. Ut v Termin ation conduit Pav emen t s, a one pa vement led ledge. <. Saw shall e xceed In o/ Pave ment /e l onger th en width and co nd uit m • see Not es I al on b ye ,. >♦�� s _. hem la m beCuti d. norm lea NOTE: ° C - (IJ+A Base 5 awed slot w fn de mand Pave ment �% ' A?l a conductors w th /e m n m um sl ack Us e f or Type A dete ct or n andhole Vins ide conduit . on pav em ent resurfacing unly. Pull bo x - LROSS SECTION - e I nducti ve lo op detector saw sl ot. LOCKING GRADE RING _ ES taw edge befo re trench ag ETA Re place kin d. Sealan t ST ATE OF CALIFORNIA Bu shing 3 PLAN -VIEW DEPARTMENT OF TRANSPORTATION PLAN VIEW TYPICAL LOOP LEAD-IN DETAILS ao' ELECTRICAL SYSTE MS SHOULDER TERMINATION DFTAII S - - AT PAVEMENT JOINT ( DETECTORS) - - NO SCALE ES -5D SO MR M a N a a a MN BIM I Si A M i OM Mg MI Fist sax, ....F r ...TV ,o; ., Pnas€it a.. ea, .. TaT.. Fidettae - Q . May I 2006 E1151) AL v oa. rostruec wwwris n- to F M M •/ \�Ru,w wv + p ia w mvwwr, A�•e', rn.. m hAYe pr S pree dreg , Wblh Cd4me web 9h pi � ,�mq, 2ICe 2006 STANDARD PVC to pe .1 . Pe fling - V„ Mni Far low voltag e ci rcuit s PVC t ape Pencil) g - I/ " Min in sul ating p ad or ubber tape NOTES: _ B utt type cri mp F or high v olt age circuit s- I. Di mensi ons are minimum. high Its e tap e Or 2. Rubber tap es shall be Y ob ea ott er application. "C Shaped compression F or ow vo Cage ci rcuits - connect or - I ns ulating pod or rubb er tap e INSULATION METHODS TYPE "C" SPLICE TYPE "5" SPLICE Low Voltage Circuits (0-600 V) Be twee n I free -end and I throu gh conductor Bet ween 2 fre e -end s METHOD "B" - 11 an a I. Compl etely cov er the splice area with electric al sal l ow i nsulating canting a nd to d ry. 2. Apply 2 l aye rs of ele ctrical i nsulating p ad with mi nimum thi ckness of % eachlaye r or 2 lay ers, half lopped, syntheti c' ol r esistant, self fu sing rubb er tape. - - 3. Apply 3 lay ers h alf lopped poly vinyl chloride tope. A. Cov er entire x lice with el ectric al i ns ulati ng Darin ❑c e Ar ea 5 lice ar ea one allo w to dry. c oating 12 High Voltag e Ci rc uits (O ver 600 V) r I. Complet ely o o n thesplice area ele ctrical 'D Insulating co a}in9 Dodo llpv ro dry. y. Z :, ¢✓v������ssssssL-.---- PVC t ape — 2. Apply high voltage c ape to o minimum t hickness eq ual PVC tope •' Far low vo ltage circu its - toting E Pen ciling - 'VI" Min _ Butt type c rimp - = Penciling - Y" Mi n to o riginal insulation. F or low vo lta C robiie gee 3. Apply 3 layers half upped p olyvinyl chlorid e tope . naularmg p an r r ubb er tapeCO A. Cover enti re spli ce with el ectrical insulating c oating pn n alloy a dry, m W .i Pon ubber tope -✓ TYPE acc ommo dateSive to Min of 2411 cond ctors Cc'^S npp pep compre ssio n "ST" SPLICE - TYPE "T " SPLICE t D For 3 fr ee -en ds STATE OF 6ALIF0RNIA - DEPARTMENT OF TRANSPORTATION ELECTRICAL SYSTEMS (SPLICING DETAILS) NO SCALE ES -13A