Loading...
HomeMy Public PortalAboutRepair of Third Avenue / Seal Slough Bridge Approaches1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I CITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK REPAIR OF THIRD AVENUE / SEAL SLOUGH BRIDGE APPROACHES TO BE USED IN CONJUNCTION WITH APWA - AGC Standard Specifications for Public Works Constructions, 1988 PROJECT NO. 90 -.8560 DATE NOV 1989 PUBLIC WORKS DEPARTMENT 330 W. 20th Avenue San Mateo, California 94403 Telephone (415) 377-3315 10 EAST 3RD AVENUE BRIDGE APPROACH REPAIR AT SEAL COVE Engineer's Estimate Item Description Estimated. Unit Total Amount No. of Work Quantity Unit Price of Item. 1. A.C. Overlay & Leveling Course 206 Ton $ 50.00 $ 10,300.00 2. Remove and replace Curb & Gutter 68 $ 14.00 $ 952.00 3. Remove and replace Curb .& Gutter 331 L.F. $ 16.00 $ 5,296.00 4. Remove and replace Concrete Sidewalk 1655 S.F. $ 4.25 $ 7,033.75 5. Raise Pull Box 4 Ea. $ 25:00 $ 100.00 6. Modify Drains at "K" Rail 6 Ea. $ 300.00 $ .1,800.00 7. Remove and replace Traffic Delineation Including Paint, Thermoplastic, & Raised Delineation L.S. L.S. . $ 1,500.00. $ 1,500.00 8. Excavation at "K" Rail 216 C.Y. $ 10.00 $ 2,160.00 9. Place & Compact Class II Aggregate Base 613 Ton $ 15.00 $ 9,195.00 10. Place & Compact A.C. Plug 100 Ton . $ 50.00 $ 5,000.00 11. Remove and dispose of Gutter Bridge Deck Key L.S. L.S. $ $ 2,500.00 12. Traffic Control L.S. L.S. $ $ 2,000.00 TOTAL $47,836.75 0963p/18 23 1 1 1 1 1 1 1 CONTRACT BOOK REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 1-16-24 (1 sheet) TIME OF COMPLETION: 15 Working Days CONTENTS NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION CERTIFICATE OF PAYMENT OF PREVAILING WAGE SCALE SPECIAL PROVISIONS PART I — GENERAL PROVISIONS PART II — CONSTRUCTION MATERIALS PART III — CONSTRUCTION METHODS STANDARD DRAWINGS AGREEMENT FOR PUBLIC IMPROVEMENT NOTICE INVITING SEALED PROPOSALS 1 1 1 11 t 1 1 REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for repair of 3rd Avenue/Seal. Slough Bridge approaches and other work as shown on the Contract Drawings and as described in this Contract Book and the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition. 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A non—refundable fee of $10.00 per set is required. Any questions regarding the contract documents should be directed in writing to Peter Boyle at the above address. 3. The estimated construction cost of this project is $47,800.00. 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. The Contractor is notified that he shall comply with the requirements for Affirmative Action as set forth in Special Provisions SP -7-2.3.1 through SP -7-2.3,9. 6. The time of completion for this contract shall be Fifteen (15) working days, beginning from the date of the Notice to Proceed. 7. 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. 8. The general prevailing rate of wages applicable to the work to be done is as shown on the Prevailing Wage Scale — General on file in the office of the City Clerk. The Contractor who is awarded a public works project and intends to use a craft or classification not shown on the general prevailing wage determinations will be required to pay the wage rate of that craft or classification most closely related to it as shown in the general determinations effective at the time of the call for bids. The Contractor is required to post the latest wage determination at the job site. 9. 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., November 9, 1989, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 0963p/18 1 1 1 11 1 10. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as the City's interest may dictate, City Council may exercise its right to modify the award or to reject any or all bids. 11. 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 Government Code §4590, the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are hereby expressly made a part of the contract. Dated: October 1989 /s/ PAUL 7. GUMBINGER, MAYOR 0963p/18 2 I1 1 1 I 1 1 REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES CITY OF SAN MATEO, CALIFORNIA PROPOSAL FORM TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA GENTLEMEN: FOR THE TOTAL SUM OF computed from the unit and/or (use figures only) 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 on the Contract Drawings. All work shall conform to the lines, grades; and dimensions shown on said drawings and shall be done in accordance with this Contract Book and the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition. This proposal is submitted in conformance with the requirements of the APWA—AGC Standard Specifications for Public Works Construction, 1988 Edition, and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS (1 sheet) and BIDDER'S STATEMENT (2 sheets). 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 0963p/18 3 ( ) REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES Schedule of Bid Items 1 1 I 1 1 1 Item Description No. of Work 1. A.C. Overlay & Leveling Course Estimated Quantity Unit Unit Price Total Amount of Item 206 Ton $ $ 2. Remove and replace Curb & Gutter 68 L.F. $ $ 3. Remove and replace Curb & Gutter 331 L.F. $ $ 4. Remove and replace Concrete Sidewalk 1655 S.F. $ $ Raise Pull Box 4 Ea. $ $ Modify Drains at "K" Rail 6 Ea. $ $ Remove and replace Traffic Delineation Including Paint, Thermoplastic, & Raised Delineation L.S. L.S. $ 8, Excavation at "K" Rail 9. Place & Compact Class II Aggregate Base 613 Ton $ 216 C.Y. $ 10. Place & Compact A.C. Plug 100 Ton $ 11. Remove and dispose of Gutter Bridge Deck Key 12. Traffic Control L.S. L.S. L.S. L.S. $ $ $ $ $ 0963p/18 4 TOTAL REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES LIST OF SUBCONTRACTORS I 1 1 1 i r 1 1 1 1 I 1 1 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 Government 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. 2. The portion and dollar amount of work which will be done by each subcontractor. DOLLAR NAME ADDRESS SPECIFIC WORK AMOUNT (if none, insert the word "none") 0963p/18 5 $ $ $ $ $ $ $ $ $ $ 1 1 1 I I i 1 I1 1 I 1 1 r I REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1988 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 Contractor, that the license is now in force and that the number and class is Class ( ). Remarks: The undersigned understands he must meet the requirements of Section SP -7-2.3 AFFIRMATIVE ACTION GUIDELINES 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 and certificates of insurance in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within five (5) days of receipt of the notice to proceed, and to complete the work under said contract within the specified number of working days from the date of the notice to proceed. 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. 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. The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not named herein, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage of any kind whatever. BIDDER'S STATEMENT —• SHEET 1 0963p/18 6 REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES 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. 1 1 I I t 1 I1 1 I The undersigned agrees that this bid may not be withdrawn for a period of thirty (30) 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; 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. SIGNATURES FOR BIDDER: If CORPORATION, Sign Below If INDIVIDUAL, Sign Below (Show Names of Non —signing Officers) Signature Date A CORPORATION Post Office Address Name of State Where Chartered Signed If PARTNERSHIP, Sign Below (Show Names of Non —signing Partners) PRESIDENT Date Name of Partners Signature SECRETARY Date Date TREASURER Date Post Office Address Post Office Address BIDDER'S STATEMENT -- Sheet 2 0963p/18 7 I 1 I I I I 1 1 REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES CERTIFICATE OF NONDISCRIMINATION On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regards to race, color, religion, sex or national origin; that all federal, state, and local directives and executive orders regarding nondiscrimination 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 certificate) Dated; 0963p/18 8 1 I U1 I I I i I I REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE On behalf of the bidder making this proposal, the undersigned certifies that the Prevailing Wage Scale on file in the Office of the City Clerk will be paid to all craftsmen and laborers working on this project. A copy of the latest determination will be posted at the job site. Title of Project: Bidder: By: Date: (Name and Title of Person Making Certification) Note: Contractor will be obligated, per federal requirements, to submit weekly pay sheets for federal verification. 0963p/19 9 REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA I I I I I I 1 1 1 I I I The work embraced herein shall be done according to the APWA—AGC Standard Specifications for Public Works Construction, 1988 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 non —conflicting 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 contract may be awarded to the bidder whom the City determines will best meet the interests of the City. In determining the award, careful consideration by City shall be given to each item of bid. 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 sees in its best interest. 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. The "Payment Bond" (Material and Labor Bond) shall be for not less than 50 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. 0963p/18 10 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. 3rd Avenue/Seal Slough Bridge Approach Repair 1-16-24 CITY STANDARD PLANS Title Drawing No. Typical Sections of Curb, Gutter, & Sidewalk 3-1-141 SP -2-5.4 — Specifications for street lighting and traffic signals in PART 3 — Section 307, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and the applicable portions of Section 86 of the State of California, Business and Transportation Agency, Department of Transportation, Standard Specifications dated January, 1988 shall be used in lieu. 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 0963p/18 11 1 i 1 I I 1 1 I 1 I 1 i 1 1 i 1 1 performed under this contract shall include, but not be limited to, the following: excavating and off -haul existing roadway structural section; importing, placing, and compacting Class II Aggregate Base; excavating and off -hauling existing curb, gutter, and sidewalk; removing existing lane delineation "buttons"; grinding both A.C. and concrete "conforms"; "plugging" low areas with A.C.; overlaying street with R.C. to project limits; replacing curb, gutter, and sidewalk; setting existing pull boxes to grade; replacing lane line buttons and thermoplastic; and modify drains at "K" Rail. 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. 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 of $75.00 per man per hour or fraction thereof. The Engineer will be the judge of what constitutes negligence. Any appeal of this decision will be referred to the Public Works Commission. The Public Works Commission decision will exhaust the administrative procedures for appeal. SP -2-12 ATTORNEY FEES - Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5000, 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 $5000 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 $5000 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. 0963p/18 12 1 i 1 1 I I 1 1 1 1 I 1 1 1 I i 1 I SP -3-i.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 possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. SP -3-2.1 CHANGES INITIATED BY THE AGENCY - The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. Presently there is approximately $47,500.00 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 subprojects which 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 -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. 0963p/18 13 I I 1 I I I i I I I I I I I SP -6-1 CONSTRUCTION SCHEDULE - After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction schedule. The construction schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, and scheduling of equipment. SP -6-1.1 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 and to discuss construction procedures and payment schedule. The Contractor shall be represented by his superintendent of work. The City will be represented by members of the organization having direct control of supervision of the project. 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 15 working days. The City will furnish the Contractor weekly a statement of working days remaining on the contract. SP -6-9 LIQUIDATED DAMAGES - Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined. 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 and 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 $100 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 -7-2.2.1 HOURS OF LABOR - Construction operations on E. 3rd Ave. shall be restricted to the hours of 8:30 a.m. to 4 p.m. for the Eastbound lanes and 9:00 a.m. to 4 p.m. for the Westbound lanes. The thoroughfare shall be open to full traffic flow after 4:00 p.m. in both directions. 0963p/18 14 I I I I i V I I I I I I I I I I I I 1 SP -7-.2.3 AFFIRMATIVE ACTION GUIDELINES — This section is the City's adopted Affirmative Action Program. SP -7-2.3.1 AFFIRMATIVE ACTION, 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. To prohibit discrimination because of race, color, religion, sex or national origin, all bidders shall be prepared to demonstrate that they and their subcontractors have undertaken a positive and continuing program to promote the full realization of equal employment opportunities. SP -7-2.3.2 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 award may be to the lowest responsible bidder or other bidder. 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 -7-2.3.3 PRE —AWARD AFFIRMATIVE ACTION CONFERENCE — A pre —award affirmative action conference will be required of the potentially lowest responsible bidder and his subcontractors when the following conditions exist: A. Prime Contractor 1. The total contract amount is greater than $20,000 with ten or more employees. 2. The prime contractor has not filed an approved affirmative action plan with the City in the past six months, If an approved plan has been filed, the general contractor will be required to file updates to the plan if any, or a letter acknowledging that the previously submitted plan is still in effect. —or- 3. The project is federally funded. B. Subcontractors 1. The total amount involved in the subcontract is greater than $10,000 with ten or more employees. 0963p/16 15 I I 1 r I i I I I I I I i I 2. The subcontractor has not filed an approved affirmative action plan with the City in the past six months. If an approved plan has been filed, the subcontractor will be required to file updates to the plan if any, or a letter acknowledging that the previously submitted plan is still in effect. 3. The project is federally funded. Each potentially selected bidder and his subcontractors who meet the above conditions, will be expected to meet with the City at a pre —award conference to be held prior to referral to the Council for consideration and award. SP -7-2.3.4 STANDARDS OF NONDISCRIMINATION A. The successful bidder and each subcontractor shall undertake affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to race, color; religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship where applicable. 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. C. In all hiring, the successful bidder and each subcontractor shall make every effort to hire qualified workmen from all races and ethnic groups. SP -7-2.3.5 CERTIFICATE OF NONDISCRIMINATION — Each bidder on any public works contract shall sign the certificate of nondiscrimination which is a part of the proposal form. Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. SP -7-2.3.6 NOTICE TO SOURCES OF EMPLOYEE REFERRALS — The successful bidder and each subcontractor will send to the State of California Employment Development Department and to each labor union, employment agency, and representative of workers with which he has a collective bargaining agreement or other contract or understanding and from which he expects employee referrals, a notice, as provided by the City, with a copy to the City, advising of the commitments under these specifications. SP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS — At the pre —award conference, the potentially selected bidder shall demonstrate that he meets the following minimum standards of affirmative action: 0963p/18 16 I I 1 1 I p I 1 I I I I I I I I I I I A. File with the City his affirmative action plan indicating the steps he is taking to encourage and assist members of minority groups to become qualified workers. Such a plan will include practices with respect to: recruitment; employment; compensation; promotion or demotion; and selection for training. Practices with respect to the above shall demonstrate the extent to which the Contractor has or participates in a training program to assure potential employees ample opportunity to more fully qualify for jobs and to assure existing employees adequate opportunity for upgrading and equal opportunity for advancement and promotion. B. File with the City evidence that he has notified his supervisors, foremen, and other personnel officers and all subcontractors of the commitments to be assumed under these specifications. C. File with the City evidence that he has notified all sources of employee referrals of the commitments to be assumed under these specifications. D. File with the City the name of the person designated to serve as Equal Employment Officer who is authorized to supply reports and represent the Contractor in all matters regarding the Affirmative Action Plan. SP -7-2.3.8 AFFIRMATIVE ACTION BY SUBCONTRACTORS — Each subcontractor shall, prior to entering into a contract to perform any work or supply materials for a public works project of the City of San Mateo, file with the prime contractor and with the City his Affirmative Action Plan in the form set forth in Section SP -7-2.3.7 above. The requirements of these specifications shall be considered a part of each contract entered into by subcontractors, the services of which equal $10,000 or more of the basic contract. The successful bidder shall include the provisions of these specifications in every first —tier subcontract and require each subcontractor to bind further subcontractors with whom he enters into a contract. SP -7-2.3.9 POSTING NOTICE OF AFFIRMATIVE ACTION AND NONDISCRIMINATION IN EMPLOYMENT — Each successful bidder shall post on the job site and in the field office or offices maintained by him, the notice provided by the City regarding Affirmative Action and Nondiscrimination in Employment. SP -7-2.4 WEEKLY PAYROLL SUBMISSION — Each contractor and subcontractor and any lower —tier subcontractor shall submit weekly payrolls for each workweek 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 workweek, he may either submit a payroll with the notation "no work performed during this workweek" 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 work days following completion of the workweek. 0963p/18 17 i I I I I I I I 1 I I I I I I I I I I 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 general liability and automobile liability insurance in the following minimum amounts: 1) general liability, including comprehensive form, personal injury, broad form property damage, contractual, and premises/operation coverage in limits of $1,000,000.00 aggregate, bodily injury and property damage combined; and (2) automobile liability in limits of $1,000,000.00 bodily injury and property damage combined. Additionally, workers' compensation insurance in at least the minimum statutory amounts shall be maintained. All liability insurance policies shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents, and employees as additional insureds. A certificate of insurance shall be provided to the City prior to performance pursuant to this contract. Further, any changes in insurance required herein must be approved in writing by the City Attorney's Office. SP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION — Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees thereagainst; provided, however that this provision does not apply to claims, 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. 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 worksite to perform work. The City of San Mateo, the Contractor, and each of such workers, contractors, and others, shall coordinate their operations and cooperate to minimize interference. 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. 0963p/18 18 I I I I r I I I I 1 I 1 1 I 1 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, "light boards", and flagmen as described and specified in the State of California, Department of Transportation "MANUAL OF TRAFFIC CONTROLS — For Construction and Maintenance Work Zones 1985 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. 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 more than one—half (1/2) of the roadway shall be closed to traffic at any time and two lanes of traffic, one in each direction, shall be maintained at all times. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. SP -9-1 MEASUREMENT OF QUANTITIES — When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh —master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. SP -9-3 PAYMENT SP• -9-3.1 GENERAL — Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefor. 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 Government Code §4590 the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are 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 atthe pre —construction conference. Contractor shall use City's standard form for such requests and submit one original plus four copies of each request. 0963p/18 19 REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES • SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA The Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify non —conflicting portions of the Standard Specifications. i I 1 I 1 I I I 1 I 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 2 — CONSTRUCTION MATERIALS SP -200-2.2.1 AGGREGATE BASE — The aggregate base shall be Class II; 3/4" maximum. SP -201.1.1.2 PORTLAND CEMENT CONCRETE — Concrete shall be 520—C-2500, 4" maxium slump; 2500 psi at 28 days. SP -203-1 PAVEMENT ASPHALT BINDER — Binder shall be Type AR -4000 and be applied at the rate of 0.25 gal. sq. yard. SP -203.3.2 TACK COAT — Emulsified asphalt tack coat shall be SS -1h. The tack coat shall be diluted with not more than 15% water by volume and be applied at a rate of 0.1 gal. sq. yard. SP -203.6.1 ASPHALT CONCRETE — Asphalt concrete shall be Type C2 -AR -4000 except that the asphalt concrete for A.C. plug may be B —AR -4000. 0963p/18 20 PART 3 - CONSTRUCTION METHODS - 1 1 I I 1 I 1 SP -302-51.1 REMOVAL AND DISPOSAL OF KEY MATERIAL - Gutter key material shall be removed using a cold process only. The equipment for profiling the pavement shall be capable of accurately establishing profile grades by referencing from either the lip of gutter, curb, or from an independent grade control. The equipment shall be capable of establishing a positive means for controlling cross -slope elevations. The equipment shall have an effective means of removing the chips from the pavement and for preventing dust from escaping into the air. The key shall be in the form of a wedge 0.1' deep at the gutter lip or bridge deck and shall extend approximately 10' from bridge deck and 60" from lip of the gutter or face of curb to zero depth. It shall be the responsibility of the Contractor to process his work so that chipping or breaking the concrete curb or gutter adjacent to the pavement will be prevented. In the process of forming a key along the gutter area adjacent to the curb face or bridge deck (as shown on the contract drawings), excess material consisting of large chucks and pieces may become loose and lift off. Such material shall be loaded and off -hauled at the price bid per lineal foot of "Remove and dispose of gutter key". All off -haul grindings shall be deposited at locations designated by the City Engineer at the City Compost Site. It should be noted that on portions of the project, it will be necessary to cut a key or conform in the concrete approach slab. This key will be the width of the street by 10' in length. It will be the responsibility of the contractor to provide equipment capable of cutting these areas to clean and neat lines. The Contractor is required to preserve and protect existing improvements, Payment shall be at the lump sum price bid for "Remove and dispose of gutter and bridge deck key". SP -302-5.3 TACK COAT AND PAVEMENT ASPHALT BINDER - A tack coat shall be applied at a rate of 0.10 gallons per square yard to all pavement surfaces to be overlaid or patched. This includes edges of base repairs. Payment for furnishing and installing tack coats and pavement asphalt binder shall be included in the various bid items and no addition compensation shall be made. 0963p/18 21 1 1 I I I SEAL SLOUGH BRIDGE APPROACH REPAIR Construction Methods SP -300-2.1 UNCLASSIFIED EXCAVATION - After saw -cutting the existing pavement to the limits shown on the Contract Drawings as amplified by the Engineer and removing and disposing of the structural section, additional excavation will be necessary. The Contractor shall excavate to a depth required to expose any and all cavities or defects in the subgrade along the "K" Rail and dispose of this material outside th limits of the City of San Mateo. SP -300-2.B MEASUREMENT -- Excavation quantities shall be determined by the volume of Class II Aggregate Base necessary to backfill the area excavated below the replacement structured section. A conversion factor of 140#/cu. ft. shall be used to calculate this quantity. SP -300--2.9 PAYMENT - Payment for this item of work shall paid for by the cubic yard. If during the progress of the work the estimated quantity of excavation (216 cu. yds. ) is exceeded, th remaining payment will be made on the basis of Force Account as per Section 3-3.2 of the Standard Specifications. SP -303-5.1.2 DRAINAGE OUTLETS THROUGH CURBS - As the replacement structural section will of necessity be lower than that existing, it will be necessary to modify the existing drainage system along the "K" Rail. The Contractor shall core or chip a new slot through the "K" Rail and penetrate the in -place drainage pipe to permit entry of local surface drainage, The existing drains shall then be mortared to a neat -clean appearance. SP -303 REMOVE AND REPLACE P.C.C, CURB, GUTTER, AND SIDEWALK - The Contractor shall remove and replace settled and defective concrete curb, gutter, and damaged sidewalk, where shown on the plans and as directed by the Engineer in the field. This work shall be performed according to the Standard Drawing included in this Contract Book except that width of gutter shall bereplaced in kind. In all instances where the Contractor is to repair curb, gutter, and sidewalk, the Contractor shall cut the existing curb, gutter, and sidewalk with a concrete saw to the limits as directed by the Engineer. SP -310-5.6.11 PAVEMENT MARKINGS - Replacement of thermoplastic lines and legends and replacement of raised pavement markers shall conform to the provisions of Sections 84 and 85, respectively, of the Standard Specifications of the State of California, Department of Transportation, 1988 Edition, and these special provisions. PAYMENT - Payment for removal and replacement of all pavement markers shall be made by Lump Sum. 0963p/18 22 ® a■ a■ a as ® i a®® a a a s a as ® a as a r Oa TYPICAL SECTIONS OF CURB, GUTTER AND SIDEWALK SAM MATE CA1I7. • m� p1 en - .. . g ; . . X `c ..: lz • 1+s ' TYPE "." TO BE USED ONLYINSPECIAL CASE WITH PERMISSION FROM CITY ENGINEER _ 70F 0 8, 0" `It . . ... 520-C,2500 .Concrete Slope ` per foot r. lea 2,6" Curb Grade. i ". "'o a � •® .fie :;;.;: : r •.!" stops f per loot -- 9" Subgrode compaction : . • ._ • l%; e. v• t'_ 0" 2" Sand or 3" compacted .,� .:- ' crushed rock or grovel -•-r`J WO" `Batter I" to 12" Slope (per foot 6" 2'6" _ Bolter 1"per foot. Curb Grade _ - 24 od PP"t . Slope _ 9" Subprode compaction ;°�:.. a: ; • ID _a,: :, Q : a is.. on TYPE "A" 2" Sand or 3" '' ' ) ' • compacted crushed . •- -• • :1: "'` „ rock or gravel - `" " 'Satter 1 to 12" I*— T.�•I 520 -QC -2500 • Concrete w � 2 • n NOTE : CONCRETE SHALL CONTAIN 1 LB. OR I PT. OF LAMP BLACK PER CU. YD. w > .11 c 4 3 APPENDIX I 1 1 1 1 1 1 REPAIR OF 3RD AVENUE/SEAL SLOUGH BRIDGE APPROACHES AGREEMENT FOR PUBLIC IMPROVEMENT CITY OF SAN MATEO CITY COUNCIL AWARD THIS AGREEMENT, made and entered into in. the City of San Mateo, County of San Mateo, State of California, by and between the CITY OF SAN MATEO, a municipal corporation, hereinafter called "City", and hereinafter called "Contractor", as of the day of , 19 RECITAL S: (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 therefor entitled: Repair of 3rd Ave./Seal Slough Bridge Approaches 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 unit 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. 0963p/18 A-1 1 1 1 1 1 1 1 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, 1988 Edition, the Faithful Performance Bond, and the Labor and Material Bond. 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 therefor. 6. Legal Work Day — Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work. 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. The minimum compensation to be paid for labor upon all work performed under this contract unless otherwise designated in the contract documents shall be the general prevailing wage scale established by City, on file with the City Clerk. 0963p/18 A-•2 1 1 1 1 1 1 1 1 1 8. Liability Insurance. The Contractor shall provide and maintain general liability and automobile liability insurance in the following minimum amounts: 1) general liability, including comprehensive form, personal injury, broad form property damage, contractual, and premises/operation coverage in limits of $1,000,000.00 aggregate, bodily injury and property damage combined; and (2) automobile liability in limits of $1,000,000.00 bodily injury and property damage combined. Additionally, workers' compensation insurance in at least the minimum statutory amounts shall be maintained. All liability insurance policies shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents, and employees as additional insureds. A certificate of insurance shall be provided to the City prior to performance pursuant to this contract. Further, any changes in insurance required herein must be approved in writing by the City Attorney's Office. 9. Hold Harmless and Indemnity Provision. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees thereagainst; provided, however that this provision does not apply to claims, 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 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. 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. 12. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Notices required to be given to Contractor shall be addressed as appears in the signature block below. 0963p/18 A-3 r 1 1 1 11 13. 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 By ATTEST: (Typed Name of Person Signing) CITY CLERK 0963p/1B A-4