Loading...
HomeMy Public PortalAboutEast Third Avenue Widening - West Embankment,1 1 1 1 1 1 1 1 1 C 1 1 1 1 1 1 1 1 CITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK EAST THIRD AVENUE WIDENING - WEST EMBANKMENT TO BE USED IN CONJUNCTION WITH STANDARD SPECIFICATIONS OF THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1984 EDITION PROJECT NO. 90-8509-02 DATE AUGUST 1985 PUBLIC WORKS DEPARTMENT 330 W. 20th Avenue San Mateo, California 94403 Telephone (415) 377-3315 /37 ii 11 EAST THIRD AVENUE WIDENING — WEST EMBANKMENT Engineer's Estimate Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Abandon pipe line 3 EA $ 400.00 $ 1,200.00 2. Abandon inlet 1 EA $ 500.00 $ 500.00 3. Clearing and grubbing Lump Sum LS $ 1,000.00 $ 1,000.00 4. Imported borrow 6,300 CY $ 15.00 $ 94,500.00 5. Pervious backfill material 20 CY $ 35.00 $ 700.00 SUBTOTAL $ 97,900.00 CONTINGENCIES 2.10% 2,100.00 TOTAL $100,000.00 28 0458p/25 1 I I i 1 I 1. I I 1 I NOTICE INVITING SEALED PROPOSALS EAST THIRD AVENUE WIDENING — WEST EMBANKMENT CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for embankment construction at East Third Avenue between. Norfolk Street and Mariner's Island Boulevard in Foster Cityand in San Mateo-, as shown on the Contract Drawings No. 2-3-26 and as described in the Special - Provisions for the project. 2. The Contract Book, plans and proposal formsareavailable at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A nonrefundable fee of $10.00 per set is required. 3. 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. 4. The Contractor is notified that he shall comply with the requirements for Affirmative Action as set forth. in Section 6, "City Requirements," of the Special Provisions. 5. The time of completion for this contract shall be twenty (20) working days, beginning from the date. of Notice to Proceed. 6. 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. 7. The general prevailing rate of wages applicable to the work to bedone is as shown on the Prevailing' Wage Scale — General on file in the office of the City Clerk. The Contractor is required to post the latest wagedetermination at the job site. 8. Said sealed proposals shall bedelivered to the City Clerk, City Hall, - 330 West 20th Avenue, San Mateo, California 94403, at or before 2100 p.m., on Thursday, September 5, 1985, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 9. The results of the bidding will be reported 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 rightto modify the award or to reject any or all bids. 10. 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 Contractormaysubstitute securities for said ten percent (10%) retention. The provisions of §4590 are hereby expressly made a part of the contract. Dated: August, 1985 /s/ ARON HOFFMAN, MAYOR 0458p/25 1 1 I I I I I I I I I t t 1 i EAST THIRD AVENUE WIDENING — WEST EMBANKMENT CITY OF SAN MATEO, CALIFORNIA mxx** CONTRACT DRAWINGS NO. 2-3-26 ( 2 sheets) TIME OF COMPLETION: 20 Working Days CONTENTS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION SPECIAL PROVISIONS STANDARD PLANS Contractor's Signature Date Name of company 2 0458p/25 1 1 1 1 1 1 I I I 1 I I I I 1 I I 1 EAST THIRD AVENUE WIDENING — WEST EMBANKMENT CITY OF SAN MATEO, CALIFORNIA 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) lumpsum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is acceptedhe 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 the Special Provisions and the Standard Specifications for the State of California Department of Transportation, 1984 Edition. This proposal is submitted in conformance with the requirements of the above Standard Specifications and is also subject to the termsand 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 onthe attached SCHEDULE OF BID ITEMS. Contractor's Signature Date Name of Company 045Bp/25 3 I I I I I 1 I I I I I I I I I I i I EAST THIRD AVENUE WIDENING — WEST EMBANKMENT Schedule of Bid Items Item Description Estimated Unit Total Amount No, of Work Quantity Unit Price of Item 1. Abandon pipe line 3 EA $ $ 2, Remove inlet 1 EA $ $ 3. Clearing and grubbing Lump Sum. LS $ $ 4. Imported borrow 6,300 CY $ $ 5. Pervious backfill material 20 CY $ $ 4 TOTAL 0458p/25 EAST THIRD AVENUE WIDENING — WEST EMBANKMENT LIST OF SUBCONTRACTORS 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 eachsubcontractor 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. NAME ADDRESS (if none, insert the word "none") SPECIFIC WORK DOLLAR AMOUNT $ $ $ $ $ 0458p/25 5 1 I I I I I I 1 I I I I 1 I I I I I EAST THIRD AVENUE WIDENING - WEST EMBANKMENT The undersigned has carefully read the Standard Specifications of the State of California, Department of Transportation, 1984 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 thework 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: 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 said contract 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 ten (10) 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 above figures 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 6 0458p/25 1 I I I I I I 1 I I I 1 I i I I I I EAST THIRD AVENUE WIDENING — WEST EMBANKMENT 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 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 Nonsigning Officers) Signature Date A CORPORATION Post Office Address Name of State Where Chartered If PARTNERSHIP, Sign Below (Show Names of Nonsigning Partners) PRESIDENT Date Name of Partners Signature SECRETARY Date Date TREASURER Date Post Office Address Post Office Address BIDDER'S STATEMENT — Sheet 2 7 0458p/25 EAST THIRD AVENUE WIDENING — WEST EMBANKMENT 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: 8 0458p/25 I I 1 1 i 1 I 1 I 1 1 L I I I 1 EAST THIRD AVENUE WIDENING — WEST EMBANKMENT 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, if applicable. 9 0458p/25 I I I I I I l I I I r I I I 1 I I I EAST THIRD AVENUE WIDENING — WEST EMBANKMENT SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications dated July 1984, the Standard Plans dated July 1984 of the Department of Transportation of the State of California; the applicable. standard drawings of the City of San Mateo; and in accordance with the following special provisions. In case of conflict between the Standard Specifications and these special provisions, the special provisions shall prevail. DEFINITIONS AND TERMS: — As used herein, unless the context otherwise requires, the following terms have the following meaning: Department of Transportation. The City Council of the City of San Mateo, California. Director of Transportation. The City Council of the City of San Mateo, California. Engineer, The Director of Public Works of the City of San Mateo, State of California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory. The established laboratory of the Materials and Research Department of the Department of Transportation of the State of California or laboratories authorized by the Engineer to test materials and work involved in the contract. State. The City of San Mateo, California. Transportation Building, Sacramento. The City Hall, City of San Mateo, California, State Highway Engineer. The Director of Public Works of the City of San Mateo, State of California. Standard Specifications. The 1984 edition of the Standard Specifications of the State of California, Department of Transportation. Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the City or its corresponding agency, office or officer acting under this contract. 10 0458p/25 I I I I I I I I I I I I I I I SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL. — The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions,".of the Standard Specifications and these special provisions for the requirements and conditions which he must observe in the preparation of the proposal form and the submission of the bid. Section 2-1.05, "Proposal Forms," of the Standard Specifications is amended to read: The City will furnish to each bidder a package that includes a Contract Book that includes the Special Provisions pertaining to this project, plans, and proposal forms. The proposal forms, when filled out and executed, may be submitted as a bid. The proposal shall set forth the item prices and totals, in legible figures in the spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal forms as required. Bids not properly identified will be disregarded. Bidder's packages are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo. Section 2-1.07, "Proposal Guaranty," and Section 2-1.09, "Public Opening of Proposals," of the Standard Specifications are amended to read: All bids shall be presented under sealed cover and accompanied by one of the following forms of bidder's security: Cash, a cashier's check, a certified check, or a bidder's bond executed by an admitted surety insurer, made payable to the City of San Mateo. The security shall be in an amount equal to at least ten percent (10%) of the amount bid. A bid will not be considered unless one of the forms of bidder's security is enclosed with it. Sealed bids shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, CA 94403, at or before 2:00 p.m. on the date stated on the Notice Inviting Sealed Proposals. They shall be opened and read at said date and time by a representative at a public meeting. The results of the bidding shall be reported 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 and all bids. EXAMINATION OF THE SITE, — Attention is directed to the first paragraph of Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of Work," in the Standard Specifications regarding the examination of the site of the project. 0458p/25 11 1 _• I I I I I I I I 1 I 1 I I I SECTION 3. AWARD AND EXECUTION OF CONTRACT The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications for the requirements and conditions concerning award and execution of contract. The second paragraph of Section 3-1.01, "Award of Contract," in the Standard Specifications is amended to read: The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made at the regular meeting of the San Mateo City Council following the bid opening. The successful bidder will be notified by mail prior to the meeting. In determining the lowest responsible bidder, careful consideration shall be given by the City to each item of the 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 the City sees in its best interest. The first sentence of Section 3-1.04, "Failure to Execute Contract," of the Standard Specifications is amended to read: Failure of the lowest responsible bidder, or other responsible bidder as determined by the City Council, to execute the contract and file acceptable bonds as provided herein within eight (8) days, not including Sundays and legal holidays, after such bidder has received notice that the contract has been awarded to him shall be just cause for the forfeiture of the proposal guaranty. CONTRACT BONDS. — Before execution of the contract by the City, the Contractor shall file with the City surety bonds satisfactory to the City in the amounts and for the purposes stated 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 the Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two good and sufficient surety bonds. 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 on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the City, 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 andworkmanship will be free from original or developed defects. 12 0458p/25 I 1 1 I 1 I I I I I I I I I TEN PERCENT 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. Pursuant to Government Code Section 4590 the Contractor may substitute securities for the ten percent (10%) retention. The provisions of Section 4590 are expressly made a part of this contract. SECTION 4. BEGINNING OF WORK TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Beginning of Work," in Section 8-1.06, "Time of Completion," and in Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these special provisions The Contractor shall begin work within 5 days after receiving notice that the contract has been approved by the City Council and shall prosecute and work to completion before the expiration of 20 WORKING DAYS after the above date of approval. The City will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City. 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, or have withheld from payments due him, 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, including but not limited to; inspection and administrative costs, loss of revenue or the cost of alternative services during delay, Execution of the contract under these specifications shall constitute agreement by the City and the 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. HOURS OF LABOR. — Construction operations beyond the eight —hour normal workday and on legal holidays may occur on occasion. The Contractor shall notify the City Engineer in writing twenty—four (24) hours prior to any nonemergency type overtime operations or forfeit the sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without written consent of the City Engineer. The above sum will be deducted from any monies due the Contractor or paid directly to him. DELAYS AND EXTENSIONS OF TIME. — In the event that a disagreement shall arise between the City and the Contractor over the number of working days remaining as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Council, Such requests 13 0458p/25 1 I I I I I I I 1 I I I I I I I I shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the number of working days remaining. The ruling of the City Council shall be final and conclusive. SECTION 5. GENERAL SECTION 5-1. MISCELLANEOUS 5-1.01 PREVAILING WAGE. — Attention is directed to Section 7-1.O1A(2), "Prevailing Wage," of the Standard Specifications. 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 is required to post a copy of the latest wage determination at the job site. WEEKLY PAYROLL SUBMISSION. — Attention is directed to Section 7-1.O1A(3), "Payroll Records," of the. Standard Specifications. If no work has been performed on the project during a given week, the Contractor and any subcontractors shall submit either a payroll with the notation "No work performed during this week" or a letter to that effect. Initial and final payrolls shall be identified by marking them either "Initial" or "Final." Payrolls shall be completed and submitted no later than seven working days following the week worked. 5-1.02 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 (by the filing of a costclaim) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5000 limit shall constitute 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. 5-1.03 PUBLIC SAFETY. — Attention is directed to Section 7-1.09, "Public Safety," of the Standard Specifications and these special provisions. 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 latest edition of "MANUAL OF TRAFFIC CONTROLS — Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," by the California Department of Transportation. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of this contract. 14 0458p/25 1 r I I I 1 I I I I 1 I I I I I 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. 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 that cross roadways shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. In addition to any other measures taken by the Contractor pursuant to the provisions of this Section 7-1.09, the Contractor shall install temporary railing (Type K) between any lane carrying public traffic and any excavation, obstacle, or storage area when the following conditions exist: (1) Excavation.-- Any excavation the near edge of which is 12 feet or less from the edge of the lane, except: (a) Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public. (b) Excavations less than one foot deep. (c) Trenches less than one foot wide for irrigation pipe or electrical conduit or excavations less than one foot in diameter. (d) Excavations parallel to the lane for the purpose of pavement widening or reconstruction. (e) Excavations in side slopes, where the slope is steeper than 4:1. (f) Excavations protected by existing barrier or railing. (2) Temporarily Unprotected Permanent Obstacles. --Whenever the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or whenever the Contractor, for his convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. (3) Storage Areas,— Whenever material or equipment is stored within 12 feet of the lane and such storage is not otherwise prohibited by the specifications. When work is not in progress on a trench or other excavation that required a lane closure, the traffic cones or portable delineators used for the lane closure shall be placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. 5-1.04 NOTICE OF POTENTIAL CLAIM. — Attention is directed to Section 9-1.04, "Notice of Potential Claim," in the Standard Specifications regarding the procedure for the filing of potential claims. 15 0458p/25 I 1 I I t I 1 I r i I I I i I I I I 5-1.05 PAYMENTS.-- Attention is directed to Section 9-1.06, "Partial Payments," and 9-1.07, "Payment After'Acceptance," of the Standard Specifications. 5-1.06 SOUND CONTROL REQUIREMENTS.— Sound control shall conform to the provisions in Section 7-1.O1N, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 9 p.m. and 6 a.m., shall not exceed 86 dBA at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall related to the job, including but not 1 transient equipment that may or may not of loud sound signals shall be avoided required by safety laws for the protect apply to all equipment on the job or imited to trucks, transit mixers or be owned by the Contractor. The use in favor of light warnings except those ion of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5-1.07 HIGHWAY CONSTRUCTION EQUIPMENT.-- Attention is directed to Sections 7-1.011, "Vehicle Code," and 7-1.02, "Weight Limitations," of the Standard Specifications and these special provisions. Pursuant to the authority contained in Section 591 of the Vehicle Code, the Department has determined that, within such areas as are within the limits of the project and are open to public traffic, the Contractor shall comply with all the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. Attention is directed to the statement in Section 591 that this section shall not relieve him or any person from the duty of exercising due care. The Contractor shall take all necessary precautions for safe operation of his equipment and the protection of the public from injury and damage from such equipment. 5-1.08 RESPONSIBILITY FOR DAMAGE. — Attention is directed to the provisions of Section 7-1.12, "Responsibility for Damage," of the Standard Specifications and these special provisions. LIABILITY INSURANCE. — Unless otherwise expressly modified and approved in writing by the City Attorney's Office, insurance coverages shall provide the following minimum limits: bodily injury — $250,000 each person, $1,000,000 each occurrence, $500,000 aggregate products and completed operations; property damage — $250,000 each.occurrence. All insurance policies required shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents, and employees as additional insureds. Insurance certificates evidencing the required coverages shall be provided to the City prior to the commencement of work and shall be maintained in full force and effect. 16 0458p/25 I 1 I I I 1 I I I I I I 1 I r I I I HOLD HARMLESS AND INDEMNITY. — The Contractor agrees (1) to hold harmless and indemnify the City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage and expense arising from perfarmance of this contract, including claims, loss, liability, damage and expense caused or claimed to be caused by passive negligence of the City of San Mateo or its officers or employees, and (2) to defend the city of San Mateo, its officers and 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 the City of San Mateo or its agents, servants or independent contractors who are directly responsible to the city of San Mateo, or (b) the active negligence of the 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. 5-1.09 MEASUREMENT OF QUANTITIES. — Attention is directed to Section 7-1.09, "Measurement and Payment," in the Standard Specifications and these special provisions. When payment for a contract item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weighmaster's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material, 5-1.10 PROJECT APPEARANCE. — The Contractor shall maintain a neat appearance to the work. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly. The Contractor shall furnish trash bins for all debris from structure construction. All debris shall be placed in trash bins daily. Forms or falsework that are to be re —used shall be stacked neatly concurrently with their removal. Forms and falsework that are not to be re —used shall be disposed of concurrently with their removal. Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5-1.11 CHANGES INITIATED BY THE CITY. — The City reserves the right to change the scope of this contract in order to align the contract price with the funding available. The City has estimated that funding for this contract will require approximately $90,000. The City shall have full authority and discretionto determine the increase or decrease in quantities required as well as any subprojects that are included within this project which will be 17 0458p/25 I I 1 I I r I I I I r I I I I 1 I I I added, altered, or deleted, The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid as a result of any changes made to the project that are covered by this paragraph. All payments to the Contractor will be subject to the availability of funds and, notwithstanding any other provisions of the contract documents, the City shall have no liability to make payments in excess of available funds nor any liability for damages for delay in payments to the Contractor due to lack of available funds. 5-1.12 TERMINATION OF CONTROL. — Attention is directed to Section 8-1.08, "Termination of Control," of the Standard Specifications. 5-1.13 GUARANTY AND BONDS. — A material guaranty for a period of one year from the date of acceptance will be required for this contract and shall conform to the provisions in Section 2-1.12, "Material Guaranty," of the Standard Specifications. 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 therefor 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. The two contract bonds required in Section 3 of these special provisions shall continue in full force and effect for the duration of the guaranty period. Full compensation for furnishing the guaranty and bonds will be considered as included in the contract price or prices paid for the items of work involved and no additional compensation will be allowed therefor, 5-1,14 'SUBCONTRACTING. -- Attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," elsewhere in these special provisions and these special provisions. In lieu of the provisions in Section 8-1.01, "Subcontracting," of the Standard Specifications, the following shall apply: The Contractor shall give his personal attention to the fulfillment of the contract and shall keep the work under his control. 18 0458p/25 I I I I I 1 1 1 I I I I I r I No subcontractor will be recognized as such, and all persons engaged in the work on this contract will be considered as employees of the Contractorand he will be held responsible for their work, which shall be subject to the provisions of the contract and specifications. Where a -portion of the work which has been subcontracted by the Contractor is not being prosecuted in a manner satisfactory to the City, the subcontractor shall be removed immediately on the requisition of the Engineer and shall not again beemployedon the work. The Contractor will be permitted to subcontract portions of the work included in any lump sum item for work covered by these special provisions without the entire item being considered as subcontracted. The "Subletting and Subcontracting Fair Practices Act" (Government Code Section 4100-4113, inclusive) requires subcontractors, if used, to be listed in the prime contractor's proposal; prohibits the substitution of subcontractors, except as therein authorized; and provides for penalties for violations of the Act. Each bidder shall list -in his Proposal: a. The name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one—half of one percent of the prime contractor's total bid. b. The portion of the work which will be done by each such subcontractor. Only one subcontractor shall be listed for each such portion. A sheet for listing the subcontractors, as required by the Subletting and Subcontracting Fair Practices Act, is included in the proposal. SECTION 6. CITY REQUIREMENTS SECTION 6-1 AFFIRMATIVE ACTION PROGRAM 6-1.01 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. 19 0458p/25 I i I I 1 I I I I I 6-1.02 LOWEST RESPONSIBLE BIDDER. — Attention is directed to "Award and Execution of Contract," in these special provisions. 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 therefor For the least amount of money; provided the bidder has the successful experience, the ability, capacity and, when necessary, the required State or other license and that he and his subcontractors have undertaken an affirmative action program to promote the full realization of equal. employment opportunities meetingthe minimum requirements set forth herein. Any subcontractor failing to comply herewith shall be deemed unqualified and shall be substituted. 6-1.03 PRE -AWARD CONFERENCE. — A pre —award 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. 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. —or- 3. The project is Federally funded. 20 0458p/25 Each potentially lowest responsible 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 between the time the bids are received and opened and to be referred to :the Council for consideration and award. 6-1.04 STANDARDS OF NONDISCRIMINATION. -- a. The successful bidder and each subcontractor shall undertake affirmative action to insure 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. 6-1.05 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. 6-1.06. 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 expectsemployee referrals, a notice, as provided by the City, with a copy to the City, advising of the commitments under these specifications. 6-1.07 AFFIRMATIVE ACTION BY PRIME CONTRACTORS. — At the pre —award conference, the potentially lowest responsible bidder shall demonstrate that he meets the following minimum standards of affirmative action: 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. 21 0458p/75 I I I I I I I I 11 I I 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 more fully to 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. 6-1.08 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 6-1,01g above, The requirements of these specifications shall be considered a part of each contract entered into by subcontractors, the services of which equal $5,000 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. 6-1,09 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. SECTION 7. (BLANK) SECTION 8. MATERIALS SECTION 8-1. MISCELLANEOUS 8-1.01 GENERAL. — Attention is directed to Section 6, "Control of Materials," of the Standard Specifications. 0458p/25 22 i 1 I 1 r I 1 I r 1 I 1 I SECTION 9. DESCRIPTION OF WORK The work to be done, in general, consists of abandoning a storm drain pipe and two pump station discharge pipe lines, removing a drainage inlet and salvaging the frame and grate; and placing imported borrow and pervious backfill material. Clearing and grubbing and earthwork are to be performed; a drainage inlet is to he removed; pipe lines are to be abandoned; a frame and grate are to be salvaged; pervious backfill material is to be placed; and such other items or details, not mentioned above, that are required by the plans, Standard Specifications, or these special provisions shall be performed, placed, constructed, or installed. SECTION 10. CONSTRUCTION DETAILS SECTION 10-1. GENERAL 10-1.01 ORDER OF WORK. — Order of work shall conform to the provisions in Section 5-1.05, "Order of Work," of the Standard Specifications and these special provisions. CONSTRUCTION SCHEDULE. — Attention is directed to Section 8-1.04, "Progress Schedule," of the Standard Specifications and these special provisions. After notification of award and prior to start of any work, the Contractor shall submit a proposed construction schedule to the Engineer for approval. The schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to: estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, and scheduling of equipment. PRECONSTRUCTION CONFERENCE. — A preconstruction conference will be held at a location selected by the City for the purposes of review and approval of the above construction schedule and to discuss construction procedures. 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. CONSTRUCTION STAKING. — Attention is directed to Section 5-1.07, "Lines and Grades," of the Standard Specifications and these special provisions. 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 construction stakes, which, in the opinion of the Engineer, were lost due to negligence on the part of the Contractor, will be charged to the Contractor at the rate of $40.00 per survey crew member per full hour or fraction thereof. The decision of the Engineer, in this matter, may be appealed by the Contractor to the Public Works Commission. A decision of the Public Works Commission will be final and will exhaust any further appeal process. 045Sp/25 23 I I I I I 1 1 I I r 1 I1 I 10-1.02 COOPERATION. — Attention is directed to Sections 7-1.14, "Cooperation," and 8-1.10, "Utility and Non —Highway Facilities," of the Standard Specifications and these special provisions. The City of San Mateo, its workers, contractors, and others authorized by the City, are authorized to operate within or near the project area to perform any necessary concurrent work. The Contractor shall schedule and coordinate his operations with the City and its workers, contractors and others so authorized in order to minimize interference. Projects under construction within or near the project area include, but are not limited to: the Seal Slough Bridge at the east end of the project, and the undergrounding by Pacific Gas and Electric Company of its overhead pole lines. It is anticipated that Pacific Gas and Electric Company crews will be working within the project area. Activity will include, but is not limited to: trenching, installation of conduit, conductors and pull boxes, and removal of wood poles and overhead wiring. The Contractor shall schedule and coordinate his operations with those of Pacific Gas and Electric Company in order to avoid conflicts with their operations. 10-1,03 OBSTRUCTIONS. — Attention is directed to Sections 8-1.10, "Utility and Non —Highway Facilities," and 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. The Contractor shall notify Underground Service Alert (telephone (800) 642-2444), the City's Public Works Department (telephone (415) 377-4630), and the Estero Municipal Improvement District (telephone (415) 349-5161) at least 48 hours prior to commencement of operations at the project site. The Contractor's attention is directed to the existence of certain underground facilities that may require special precautions be taken by the Contractor to protect the health, safety and welfare of workers and the public. Attention is directed to the provisions in "Responsibility for Damage," in these special provisions. Attention is directed to the Estero Municipal Improvement District's 24 —inch high pressure water supply line which is located along the south side of East Third Avenue between Newbridge Street and Seal Slough. It then crosses Seal Slough along the south side of the old Seal Slough Bridge. This water line is the sole water supply to the City of Foster City. Any damage to this water line shall be repaired or replaced promptly by the Contractor at his expense. Attention is also directed to the Estero Municipal Improvement District's 8 —inch high pressure water supply line which is located within the old Detroit Drive alignment and passes through the abutment of the new Seal Slough Bridge. This water line supplies the businesses along Detroit Drive and the City's water quality control plant. Any damage to this water line shall be repaired or replaced promptly by the Contractor at his expense. 0458p/25 24 I I I I I I I r I I 1 r I Attention is also directed to the City's. 12" polyethylene reclaimed water line which crosses the project area just west of both the old and the new bridges at Seal Slough. Any damage to this water line shall be repaired or replaced promptly by the Contractor at his expense. 10-1.04 CONSTRUCTION AREA SIGNS. — Construction area signs shall be furnished, installed, maintained, and removed when no, longer required in accordance with the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. The base material of construction area signs shall not be plywood. 10-1.05 MAINTAINING TRAFFIC. — Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications, and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from his responsibility as provided in said Section 7-1.09 The first paragraph of Section 12-2.02, "Flagging Costs," of the Standard Specifications is amended to read: The cost of furnishing all flagmen, including transporting flagmen, to provide for passage of public traffic through the work under the provisions in Section 7-1.08, "Public Convenience," and 7-1.09, "Public Safety," shall be borne by the Contractor. The cost of providing stands or towers for use of flagmen shall be considered as part of the cost of furnishing flagmen. Full compensation for furnishing flagmen shall be considered as included -in the prices paid for the various contract items of work requiring flagmen and no additional compensation will be allowed therefor. The fourth paragraph in Section 12-3.04, "Portable Delineators," of the Standard Specifications is amended to read: A minimum of two reflective bands, each not less than 3 inches wide, shall be mounted at least 1-1/2 inches apart and at a height on the post so that one reflective band will be between 2.5 feet and 3 feet above the roadway surface. Section 12-3.08, "Temporary Railing (Type K)," of the Standard Specifications is amended by adding the following after the 13th paragraph: Each rail unit placed within 10 feet of a traffic lane shall have a reflector installed thereon as directed by the Engineer. The Contractor shall install a Type P marker at each end of a Type K railing installed adjacent to a two way highway and at the end of railing facing traffic when installed adjacent to a one way roadway. Full compensation for furnishing and installing Type P markers and for installing reflectors, as provided in this paragraph, will be considered as included in the contract prices paid for the items of work requiring the installation of Type K railing and no separate payment will be made therefor. 25 0458p/25 Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders, including any section closed to public traffic. The Contractor shall notify local authorities of his intent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make his own arrangements relative to keeping the working area clear of parked vehicles. Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25 —foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of 9 cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engineer. A minimum of one (paved) traffic lane, not less than 12 feet wide, shall be open in each direction for use by public traffic. When construction operations are not actively in progress, not less than two such lanes shall be open to public traffic. No work that interferes with public traffic shall be performed between 7 a.m. and 9 a.m. nor between 3:30 p.m. and 6 p.m. except work required under said Sections 7-1.08 and 7-1.09. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 p.m. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress. Designated legal holidays are: January 1st, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day, and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be designated legal holiday. When November 11th falls on a Saturday, the preceding Friday shall be a designated legal holiday. Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be permitted upon the written request of the Contractor if, in the opinion of the Engineer, public traffic will be better served and the work expedited. Such deviations shall not be adopted until the Engineer has indicated his written approval. All other modifications will be made by contract change order. 10-1.06 EXISTING HIGHWAY FACILITIES. — The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. 26 0458p/25 10-1.06A ABANDON PIPE LINES. — Existing pipe lines, where shown on the plans to be abandoned, shall be abandoned in place or at the option of the Contractor, the pipe lines shall be removed and disposed of. All resulting openings into existing structures, that are to remain in place, shall be plugged with commercial quality concrete. Abandoning pipe lines in place shall conform to the following: 1 I I r I 1 Pipe lines that intersect side slopes shall be removed to a depth of not less than 3 feet, measured normal to the plane of the finished side slope, before being abandoned. Pipe lines, 24 inches in diameter and larger, shall be backfilled with sand by any method, acceptable to the Engineer, which completely fills the pipe. Sand backfill material shall be clean, free draining, and free from roots and other deleterious substances. The ends of pipe lines shall be securely closed by a 0.5 —foot thick tight fitting plug or wall of commercial quality concrete containing not less than 470 pounds of cement per cubic yard. Full compensation for plugs, pipe removal, structure excavation, and backfill (including sand backfill), shall be considered as included in the contract unit price paid for abandon pipe line, and no additional compensation will be allowed therefor. 10-1.06B REMOVE INLET. — The existing drainage inlet, where shown on the plans to be removed, shall be removed and disposed of. The frame and grate shall be removed and salvaged. The salvaged frame and grate shall be delivered to the City's corporation yard at 1949 Pacific Boulevard, San Mateo. 10-1.07 CLEARING AND GRUBBING. — Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications. 10-1.08 EARTHWORK. — Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications. 0458p/25 27 L Steepened Nnnwl — ---t *apa Soot. Toe of Cue IS If RIPunned PLAN nshed Solace NOTE. S Omens/one and dmen ns Y veer to el 1410 cand.Iwrcs RECESSES AT CULVERT INLETS au Doch E.coroton PAVED DITCH SLOPE ROUNDING >] Le- Gu14 Ben DIKE AND GUTTER PlonnL JZGmO.ry man New Emednymnit po mol Grooms P. r Apo Line Ra0.cd. C SII Dien f.mwhon-1i1- —1(1- .CULVERT PLAN OF WING WALL EXCAVATION BACKFILL Pmaroe — Embankment n \\ Et- JiL JAL -11'L- SECTION A -A OrpirvA Raommyon Ditch Ground , E.ca.olron SECTION B -B WING WALLS EXCAVATION - BACKFILL Planned Plop PIPE HEADWALLS canalan PLAN OF WARPED WING WALL EXCAVATION — Onooct Gonna SECTION A -A it BACKFILL sm • Boc ill SECTION B -B WARPED WING WALLS Contipaus GUIIa ROADWAY EXCAVATION— DITCH EXCAVATION Orwnol m Rood.oYO Dick E 1m JI by Iona W ry u n rakion is Original ground it ditchic m escde Pledun e Ca SLOPE PROTECTION m.bakmemar Orp.neiGraed RCNIY O,iginl Ground Ditch Eacowtas_li Ditch Eaconabon Pan M Lew IMn 12 Walnut odp1nnl Ground T V—Dsl'� 1—DIA-1 SECTION SECTION Yard. Subaraae Area DNode Snbgede Area oei. Sde Null of payment ooTlllle tar alruc ue ncn.olon aM for permeable mated L UNDERORAINS NOTE: Dell'! a ,t,ieto ca. n u e 0 4m Jab 11980 This drawing indicates the work Io be done or moteriols to be used. The method of poymenl will be os specified in the Specihcalions. LEGEND ® Snuclve E.mrm'on — SI CI roach I'll Ouch E.canotim OEM dtmeoPe Malarial El®nRaao.oe Eno. alion EMEZI Rotuma. Embo,ue.enl O.ig.nd G0.,4 mono Stone Plmechon Cbs1.t'H) STATE OF CALIFORNIA DEPARTMENTOF THANSPORIATION Llt4ft5 OF PAYMENT FOR EXCAVATION AND BACKFILL MISCELLANEOUS IA62-A