Loading...
HomeMy Public PortalAboutEl Camino Real Storm Drain East Third Avenue to East Fourteenth Avenue1 1 1 1 I 1 i 1 1 I 1 I I I 1 I I I CITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK EL CAMINO REAL STORM DRAIN E. THIRD AVENUE TO E. FOURTEENTH AVENUE TO BE USED IN CONJUNCTION WITH APWA - AGC Standard Specifications for Public Works Constructions, 1982 PROJECT NO. 90 - 7343 DATE AUGUST 1985 PUBLIC WORKS DEPARTMENT 330 W. 20th Avenue San Mateo, California 94403 Telephone (415) 377-3315 I /3" PRE —CONSTRUCTION MEETING EL CAMINO REAL STORM DRRIN/3rd AVENUE -14th AVENUE Present at Meeting: Robert Beacham — Manual C. Jardim (Contractor) Wayne Harrington — P.WKS. Inspector Bruce Hori — Administrative Assistant Claire Bula — Administrative Aide Steve Dunn — Project Engineer Bob Cossins — Surveys Steve Gannon — P.G. & E. (Gas) Paul Baker — California Water Absent: Representatives from Cable TV P.T. & T. P.G. & E. (Electric) CalTrans ( State Inspector) Bruce Hori, Administrative Assistant, opened meeting, gave Manuel C. Jardim Progress Payment Procedures and forms. Bob Cossins, Surveys — when is contractor expected to begin work. Contractor — November 19th. Contractor — States he would submit work schedule by end of next week (November 1). Steve Dunn, Project Engineer —,Stated that traffic two lanes must remain open in each direction on El control is most_ important — Camino Real. Steve Dunn, Project Engineer — Pre —Cast Sections for Culvert. give credit to City. Contractor — No. Wayne Harrington Inspector — Contractor — Will phase work Wayne Harrington Inspector — schedule from contractor. Wayne Harrington Inspector — On site supervisor shall have San Mateo Standard Specs and Cal Trans Specs on site, standard drawings, special provisions. Paul Baker, Cal Water — Moved 4th Avenue line 9th and Hobart Line low enough, does not pose a problem, please use caution. Steve Cannon, P.G. G. E. (Gas) — Moved gas line no apparent problems. Wayne Harrington Inspector — Contractor must supply City with the following — State Encroachment Permit; Formal Schedule; Submittal of change in culvert design. Meeting adjourned. CB:dlo/0467g Will contractor Phasing work okay, but must maintaincontinuity. so they reach Third Avenue after New Year. Make sure all subs and utilities have work PRECONSTRUCTION CONFERENCE Project: El CGmnlr1\ Real! Cithrry ;n - 3rd Ave_ IL44 1 Ave Project No.: —73143 Dollar Amount 139 535:Q Award Date: 04 7 J19 5 c Contractor: M ,n.ea C/ . Uar`4IY'rl Phone. No.:o. 1427 -01)14 4 Address: P0,13(3% 677 ()n in \ CJ CA 4 '7 Date: 0c* 23, (9R Time: O',3o AW Location: 4.41 - Participants Contractor Subcontractor Chief Inspector Administrative Assistant Project Inspector Project Engineer Survey Pacific Gas & Electric (Gas) Pacific Gas & Electric (Electric) Pacific Telephone California Water Service Cable TV Others in Attendance: Agenda 1. Work Schedule Submitted:. 2. Tentative Start Date: L: 3. Utilities Input 4. Contract, Bonds and. Insurance'; S. Affirmative Action Submitted 6. Progress Payment Procedure Attended jet..7 (!2 ' e Sign) UL/A eht-b, .. /Fe. 2 Pet --e eThua- 40/0 Checklist 0186p DEPARTMENT OF PUBLIC WORKS 330 WEST TWENTIETH AVENUE SAN MATEO, CALIFORNIA 94403 TELEPHONE: DIRECTOR: (4151 377-3315 ENGINEERING .& TRAFFIC DIV.: (4151 377-3315 MAINTENANCE DIV.: (413] 377.4630 WATER QUALITY CONTROL PLANT: (415] 377.4690 ADDENDUM NO. 1 E.C.R. Storm Drain - E. Third Avenue to East 14th Avenue The following changes have been made: Addendum No. One is being issued to the Special Provisions, Contract Book, Notice Inviting Sealed Proposals, Contract and Plans for' the construction of the E.C.R. Storm Drain - East Third Avenue to East 14th Avenue, Project 09-90-7343, dated August, 1985. Bids for this work are to be opened and read' in the Council Chambers, San Mateo City Hall, 300 West 20th Avenue, San Mateo, CA 94403, on Thursday,. September 5, 1985 at 2:00 P.M. This addendum is being issued to change and correct the method of manufacturing and type of material for the 21"x15" CSP larch. Where the wording "The 21x15" CSP arch, A36 steel, double hot -dipped --galvanized"appears o the Plans, Specifications and BidiDocuments, substitute therefore following: : "The 21"x15" CSP arch shall be, manufactured according to Section 66, CalTrans Standard Specifications, July, 1984 and be. 12 gauge steel as specified therein." Each bidder shall acknowledge receipt of this addendum by signing one copy of this sheet and returning it at once. The bidder shall submit.a duplicate signed copy with the bid documents. ACKNOWLEDGEMENT I have received Addendum No. One to the Cotnract Book for the El Camino Real Storm Drain - East Third Avenue to East 14th Avenue. I have read and I under- stand the information stated above.. Bidder's Signature Date Name of Company RGB:SD:dlo/0366g I I 1 I I I I I 1 I 1 I I ECR Storm Drain — E. Third Avenue to East 14th Avenue CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for the construction of a storm drain system, located in El Camino Real in San Mateo, CA., utilizing an abandoned 36" dia., steel cement lined (?) S.F. Water Department water line; install 18" RCP; install 21"x15" CSP arch, 12 gauge, PCC encased, construct State Standard "GOL-7" catch basins; trenching, excavation, back fill of trenches, street restoration and other work as shown on the Contract Drawings No. 2-2-39 and as described in the General and Special Provisions and APWA—AGC Standard Specifications for Public Works Construction, 1985 Edition, and all addenda thereto. 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 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 General Provisions GP -7-2.3.1 through GP -7-2.3.9. 5. The time of completion for this contract shall be sixty (60) 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 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. 8. 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., 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. 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. 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 54590, 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: August, 1985 /s/ ARON H. HOFFMAN, MAYOR 0384p/22 1 ECR Storm Drain — E. Third Avenue to East 14th Avenue CITY OF SAN MATEO, CALIFORNIA CONTRACT DRAWINGS NO. 2-2-39 (13 sheet(s)) TIME OF COMPLETION: Sixty (60) Working Days CONTENTS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION GENERAL PROVISIONS SPECIAL PROVISIONS 0384p/22 2 I I 1 1 I I I I I 1 r I r 1 1 I I I I' I 1 I 1 1 1 1 I I L 1 1 ECR Storm Drain — E. Third Avenue to East 14th Avenue 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 the General and Special Provisions and APWA—AGC Standard Specifications for Public Works Construction, 1982 Edition, as amended by the 1983 Supplement, and all addenda thereto. This proposal is submitted in conformance with the requirements of the APWA—AGC Standard Specifications for Public Works Construction, 1982 Edition, as amended by the 1983 Supplement, and all addenda thereto; 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 ( 0384p/22 3 ECR Storm Drain — E. Third Avenue to East 14th Avenue Schedule of Bid Items Item Description No, of Work 1. T.V, abandoned 36" C.L. steel waterline Estimated Quantity Unit 3,650 1.f. $ Unit Total Amount Price of Item 2. Remove existing water valve and construct Std. MH 2 ea. $ $ 3. Construct Std. MH 10 ea. $ $ 4. Connect 4'x 2' RCB to existing 8'x3.7' RCB 1 ea. $ $ 5. Construct State Std. "GOL-7" CB 6 ea. $ $ 6. Furnish and install 21"x 15" CSP arch, 12 gauge, dble hot —dip galvanized, band coupler connections, P.C.C. encased 211 l.f. $ $ 7. Furnish and install 18" RCP, Class IV, 8. Construct 4'x 2' RCB 9. Construct 6' Dia Manhole 10. Remove existing CB 11. Plug 36" Dia CL abandoned water line 12. Plug existing 12" RCP 120 l.f. $ $ 65 1.f. 1 ea. $ 1 ea, $ 2 ea. 1 ea. $ $ 13. Connect 4'x 2' RCB to a 6' dia. MH 1 ea. $ $ 14. Furnish & install 21"x15" CSP arch, 12 gauge, dble hot -dip galvanized, band coupler connections 47 1.f. $ $ TOTAL $ 0384p/22 4 1 I I 1 f I I 1 I I I 1 I I 1 U I I t 1 1. I I t1 1 I I I 1 1 ECR Storm Drain — E. Third Avenue to East 14th Avenue 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 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") 0384p/22 5 ECR Storm Drain — E. Third Avenue to East 14th Avenue The undersigned has carefully read the APWA—AGC Standard Specifications for Public Works Construction, 1982 Edition, as amended by the 1983 Supplement, and all addenda thereto, 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: 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 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 I I 1 I I I I 1 I r I 1 0364p/22 6 1 I I 1 I I 1 I I I I I I I ECR Storm Drain — E. Third Avenue to East 14th Avenue 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 0384p/22 7 ECR Storm Drain — E. Third Avenue to East 14th Avenue 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: 0384p/22 8 1 1 I 1 1 I 1 1 1 1 I 1 1 U I I 1 1 1 ECR Storm Drain — E. Third Avenue to East 14th Avenue I r I I 1 1 I I I I I r I I I 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. 0384p/22 9 ECR Storm Drain — E. Third Avenue to East 14th Avenue GENERAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA PART 1 — GENERAL PROVISIONS — The work embraced herein shall be done according to the APWA—AGC Standard Specifications for Public Works Construction, 1982 Edition, as amended by the 1983 Supplement, and all addenda thereto (hereinafter referred to as the Standard Specifications) and according to the General and Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with the Special Provisions. GP -2-1 AWARD OF CONTRACT — The contract may be awarded to the lowest responsible bidder. In determining lowest responsible bidder 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. GP -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 notedibelow. 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 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 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 developed defects. GP -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. 0384p/22 10 1 1 I 1 1 I 1 1 r I I I I I I I I GP -2-4.1 GUARANTEE (cont.) 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. GP -2-5 PLANS AND SPECIFICATIONS — The plans for this project are as follows: PROJECT PLANS — ECR Storm Drain — E. 3rd Ave. to E. 14th Ave. 2-2-39 ( sheets) CONTRACT PLANS Title Drawing No. El Camino Real Storm Drain 2-2-39 CALTRANS PERMIT PLANS Title Drawing No. Traffic Control System for Multilane Conventional State Highways N/A Street Trench Paving Detail N/A STANDARD PLANS Title Standard Precast Eccentric Manhole Standard Type "A" Manhole Frame & Cover Drawing No. 3-1-104a 3-1-106 Standard Catch Basins Type "GOL-7" Caltrans Manhole Steps Special Drwq. No. 2 GP -2-6 WORK TO BE DONE — The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. The work to be performed under this contract shall include, but not be limited to, the following: 1. T.V. inspect reports on and log the condition of the abandoned16" dia. steel, cement —lined (?) S.F. Water Department line in El Camino Real from E. 3rd Ave. to E. 14th Ave. 2. Furnish and install 18" RCP, Class IV, construct 4'x 2' RCB. 3. Connect 4'x 2' RCB to existing 8'x3.1' RCB; connect 4'x 2' RCB to a 6' dia. Mt. 0384p/22 11 4. Construct State Std. "GOL-7" catch basins at locations as shown on the plans. 5. Construct City Std. Storm Drain Manholes over the existing abandoned 36" dia. water line. 6. Remove existing water valves on the existing abandoned 36" dia. water line and replace with City Std. Storm Drain Manholes. 7. Excavation of trenches, backfill of trenches and street restoration. 8. Plug existing 36" water lines at beginning (E. 3rd Ave.) and at end (E. 14th Ave.). Plugs shall consist of two course reinforced brick wall cemented with 3:1 P.C.C. and Hydrated Lime mortar. 9. Plug existing 12' RCP. 10. Furnish and install 21"x15" CSP arch, 12 gauge (0.109"), dble hot -dip galvanized with band coupler connections, P.C.C. encased. The Contractor is hereby advised that the work included in this project is within a State of California right-of-way, i.e. El Camino Real, San Mateo, CA, which is a State Highway. All work shall be performed in conformance with all the conditions of the City's permit from the State and the Contractor shall accomplish all work and conduct his operation on the job to the satisfaction of the CALTRANS representative in the field. (A copy of the State's permit for this work to the City is attached to this Contract Book). The Contractor is further advised that he will also have to obtain a permit and post a bond for the work with CALTRANS and that any permit or bond fees required by CALTRANS in connection with this job shall be paid for by the Contractor. GP -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. GP -2-9.3-1 - 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 $40.00 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. 0384p/22 12 I I I I r I I I I I 1 i I I GP -2-11 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. GP -3-1.3 NOTICE OF POTENTIAL CLAIM — The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section GP -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. GP -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 $95,000.00 available for this project. The City shall have full authority and discretion to determine the decrease or increase in quantities required as well as the 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. 0384p/22 13 GP -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 and the City so that they 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 damages. GP -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. GP -6-1.1 PRECONSTRUCTION CONFERENCE — A preconstruction conference will be held at a location selected by the City for the purposes of review and approval of said schedule and to discuss construction procedures. 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. GP -6-6.1 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. GP -6-7 TIME OF COMPLETION — The Contractor shall prosecute and work to completion before the expiration of sixty (60) working days. The City will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. GP -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. 03B4p/22 14 I I I 1 I I I I I 11 i I I 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. GP -7-2.2.1 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 —said sum to be deducted from any monies due the Contractor or paid directly to him. GP -7-2.3 AFFIRMATIVE ACTION GUIDELINES - This section is the City's adopted Affirmative Action Program. GP -7-2.3.1 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. GP -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 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 ability, capacity and, when necessary, the required state or other license and that he and his subcontractors have undertaken an affirmative action program to promote the full realization of equal employment opportunities meeting the minimum requirements set forth herein. Any subcontractor failing to comply herewith shall be deemed unqualified and shall be substituted. GP -7-2.3.3 PREAWARD AFFIRMATIVE ACTION CONFERENCE — A preaward 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. 0384p/22 15 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. 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. Each potentially lowest responsible bidder and his subcontractors who meet the above conditions, will be expected to meet with the City at a preaward conference to be held prior to referral to the Council for consideration and award. GP -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. GP -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. 0384p/22 16 1 I r 1 1 I I I r 1 I I I I i I I 1 I I Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. GP -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. GP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS — At the preaward 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. 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. GP -7-2.3.B 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 GP -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. 0384p/22 17 GP -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. GP -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. GP -7-3.1 LIABILITY INSURANCE — The coverage shall provide the following minimum limits: bodily injury — $250,000 each person, $500,000 each occurrence, $500,000 aggregate products and completed operations; property damage $100,000 each occurrence, $250,000 aggregate. A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. The insurance policy shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents, and employees as additional insureds. GP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION — Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to caused by passive negligence of City of San Mateo or its officers or employes, and (2) to defend 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 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 City of San Mateo. This proviso is inserted to comply with California Civil Code 52782 and shall not affect the validity of any insurance contract, workers' compensation or agreement issued by an admitted insurer as defined by the Insurance Code. GP -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. GP -7-10.1 TRAFFIC AND ACCESS — The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation "MANUAL OF TRAFFIC CONTROLS — Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," latest 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. 0384p/22 18 i 1 1 r 1 I I I 1 1 I I I 1 1 r I I 1 1 1 I 1 I I I The Contractor shall note that El Camino Real, the site of the work, is a part of the State Highway System and is administered by CALTRANS. The work under this Contract shall be done under a permit issued by CALTRANS which is attached hereto and made a part of these provisions. The Contractor shall execute all work in accordance with all conditions and requirements of said permit and to the satisfaction of CALTRANS representatives in the field. As required by said permit, the Contractor shall apply for an encroachment permit, posting all necessary bonds and paying all fees. The working hours for this Contract shall be between 9:30 a.m. and 3:30 p.m. The Contractor shall keep open for vehicular traffic a minimum of two lanes in each direction at all times. During hours other than those between 9:30 a.m. and 3:30 p.m., the Contractor shall keep open a minimum of three lanes in each direction. Parking of construction equipment or storage of construction materials will be allowed on side streets only, provided that prior approval is granted to the Contractor by the Engineer. The Contractor's request for side street parking or storage shall be in writing, submitted three (3) working days prior to occupying such side streets. 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 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. GP -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. GP -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. GP -9-3.2 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 of the contract. 0384p/22 19 ECR Storm Drain — E. Third Avenue to East 14th Avenue 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 nonconflicting portions of the Standard Specifications. Whenever the letters SP are used as a prefix in section numbering (e.g., SP - 200 -2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 200-2). PART 2 — CONSTRUCTION MATERIALS SP207 PIPE MATERIALS SP207-2.1 REINFORCED CONCRETE PIPE — Reinforced concrete pipe shall be of the sizes, classes and lengths as shown on the plans. It shall be free of defects and be provided with tongue —&—groove joints. The size, type and D —load of the reinforced concrete pipe, whether manufactured by the centrifugally spun process, cast —vibratory process or "packer —head" process, to be furnished, shall be sound and void free and as shown on the plans and as specified. Cast reinforced concrete pipe shall be manufactured by placing the concrete into stationary, vertical, cylindrical metal forms and then vibrating to produce concrete in the pipe which is dense, uniform and smooth on the inside of the pipe. Care shall be taken not to overvibrate as to cause separation between the aggregates and the water —cement paste. In the "packer —head" process, if such is chosen for pipe manufacture, care shall be taken to insure positive bonding between the concrete and reinforcing steel. Any cavity surrounding and reinforcing steel or lack of complete contact between the concrete and all the surface of the reinforcing steel shall be subject to rejection. The pipe surfaces shall be sound and void free. All RCP to be furnished shall meet the strength requirements of ASTM designation C76. The Engineer may require a certificate of compliance for any or all RCP furnished. SP207-11 CORRUGATED STEEL PIPE AND PIPE ARCHES — 21"x15" CSP arch shall be manufactured according to the provisions of this Section of the Standard Specifications and all applicable requirements and specifications of CalTrans. It shall be 12 gauge (0-109" thick) and consist of A36 steel; be dble—hot galvanized after fabrication. Band couplers shall be used to make the joint connections. SP211-1.1 BEDDING MATERIAL — The bedding material shall be free from organic or vegetable matter and other deleterious substances, and be readily compacted by jetting. The bedding material shall consist of quarry waste, broken stone, crushed gravel, pea gravel or a combination thereof. 03B4p/22 20 I r I I 1 1 I I 1 I I 1 I I I I I 1 II I PART 3 — CONSTRUCTION METHODS SP03-6 UNDERGROUND CONDUIT CONSTRUCTION All work shall be done in accordance with this Section (Section 306 of Standard Specifications for Public Works Construction, 1982 Edition) except as specified hereunder and as shown on the Standard Drawings. SP -306.1.1 EXCAVATION OF TRENCHES — Pursuant to Sections 6422 and 6424 of the Labor Code the successful bidder shall, prior to commencement of work, submit to the City Engineer a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any trench 5 feet or deeper. If such plan varies from the shoring —system standards established by the construction safety orders, the plan shall be prepared by a registered civil or structural engineer. SP -306.1.2.1.1. BEDDING — Bedding material shall be pea gravel or crushed rock unless otherwise approved by the Engineer. The bedding type shall be type B-2. 0384p/22 21 DEPARTMENT OF TRANSPORTATION (CALTRAN$ ENCROACHMENT PERMIT owr ma (flV V52) Pwmf Ns 0484-NDD1618 atwewRWPM 04-SM-82 10.9/11.7 Date July 17, 1985 Fee Paid In Advance In compliance with (Check one): 9 Your application of ❑ Utility Notice Na of ❑ Agreement No. of ❑ R/W Contract No. September 12, 1984 TO: L of Deposit $ Bond Amount s -- Bmi ECEIVED Bond Number JUL 18 9985 SAN MATEO PUBLIC WORKS DEPT. City of San Mateo 330 W. 20th Avenue San Mateo, CA 94403 J , PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED to: restore and maintain an abandoned 36" water line as a storm drain, and install catchbasins, manholes and side lines to the storm drain, and perform excavation backfil and street restoration on S.R. 04-SM-82, Post Mile 10.9/11.72 between Bore Avenue and Second Avenue. Three days before work is started under this permit, notice shall be given to, and approval of construction details, operations, public safety, and traffic control shall be obtained from Caltrans Maintenance Superin- tendent T. J. Hafley, P. O. Box 4306, Foster City, 415-572-0911. Your attention is directed to the District Special Provisions, Nos. 1, 2, 3, 5, 11 , 12, and 15, which must be complied with. (Continued on Page 2.) Certain details of work authorized hereby are Ave. to E. 14th Ave. plans sheets 1 to 13 and 4 -an maran Srrintlar J Si*, I f„ al ,C.rrS 1Jun 138) The following attachments are also included as part of this permit (Check applicable): ® Yes ❑ Yes ®No ® Yes 0 No ❑ Yes 0 No General Provisions Utility Maintenance Provisions Special Provisions A Cal -OSHA permit required prior to beginning work a I 1 I 1 I 1 E: 3rd I shown on El Camino Real Storm Drain submitted with request for permit. In addition to fee, the permittee will be billed actual costs for. ❑ Yes ❑ Yes ® Yes © No ©No Review Inspection Field work (If any Caltrans effort expended) ❑ Yes 0 NA The Information in the environmental documentation has been reviewed and considered prior to approval of this permit This permit is void unless the work is completed before I camber 31 18 85 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. APPROVED: 1 I I BY: BURCH C. BACHTOLD District Director' /5<><<"1/4--:— R. L. CASHION District Permit EngineeJ I I I I I I I I I I I I I I I Permit No. 0484-NDD1618 Page 2 July 17, 1985 Culverts with less than 2 feet of cover shall be backfilled with class "C" concrete. A minimum of one foot width of concrete backfill shall be used at the sides of the culvert. Dc»ntmmt of Tmn orYtlun DISTRICT SPECIAL PROVISIONS loos a YT lll-A (Rev. DISTRICT: 1. The site of the work shall be enclosed by suitable barricades, signs and lights, as approved by State's representative, to warn and protect traffic effectively. 2. Excavations made within the limits of the highway shall be backfilled before leaving the work for the night unless otherwise authorized by State's representative. After backfilling the trench, temporary surfacing shall be placed if required by State's representative. 3. Open trenching is authorized, one lane at a time, with necessary traffic control as required by State's representative to keep traffic moving in both directions during working hours with as little incon- venience thereto as possible; and if at the end of the working day backfilling operations have not been properly completed, steel bridging shall be required to make the entire highway facility available to the traveling public. 4. The length of open trench at the end of the day's work shall be determined by State's representative. 5. Trench backfill shall conform to Section 19-3.06 of the State's Standard Specifications and the cur- rent edition of the Standard Plans. Tests for relative compaction of structure backfill material used in backfilling trenches may be made in accordance with Test Method No. California 231 (Nuclear gauge). Any base, surfacing or pavement shall be replaced in kind, or as otherwise required by State's representative. 6. No tree roots two inches or more in diameter shall be cut. Material shall be removed from around root system so as to avoid damage thereto. Roots shall be protected with burlap wrapping while exposed. 7. The pipe shall be placed through a metal sleeve installed under and across the highway by boring or jacking without disturbing the pavement and shoulders. 8. - The pipe shill be installed under and across the highway by boring or jacking without disrurbing the pavement and shoulders. 9. The work covered in this permit includes necessary tree trimming. State's representative will contact the area maintenance landscape supervisor for approval of any tree trimming to be done. 10. THIS PERMIT DOES NOT AUTHORIZE TREE TRIMMING OR TREE REMOVAL. 11. Upon completion of the work provided herein, the permittee shall send one set of reproducible "As -built" plans to: Permit Section, Department of Transportation, P. 0. Box 7310, San Fran- cisco, CA 94120. 12. Before any work is begun which will interrupt the normal flow of public traffic, approval shall be obtained from State's representative, and closures will be as shown on. attached Traffic Control System Plan. 13. Certain details of work authorized hereby are shown on submitted with request for permit. 14. This permit is subject to concurrence on the part of State's Contractor on the current highway project. 15. The Contractor for the permitter shall apply for an Encroachment Permit for the work autho- rized herein, and the application shall be accompanied by a Surety Bond in the amount of s 12,000.00 16. The driveway shall be constructed to provide a level section feet in length measured from the existing shoulder. 17. The driveway and/or shall be surfaced with inches of asphalt concrete placed on inches of well graded and compacted subbase, and when completed shall conform to the existing pavement and slope away therefrom to a valley gutter to be constructed in line with existing drainage. Existing drainage shall in no way be impaired. I I I I I I t I I I 1 1 Department of Transportation DISTRICT SPECIAL PROVISIONS Vann 4 MT 11841 (Rev. 4112) i 1 1 I I 18. Driveways shall be separated by at least 20 feet of curb. 19. Sidewalk shall be broken and removed to the closest scoremark and replaced in kind. 20. The curbing shall be broken and removed to the closest scoremark on each side of the proposed drive- way and replaced in kind. 21. The driveway shall be constructed with portland cement concrete placed to a depth of 6 inches. 22. The sidewalk shall be constructed with portland cement concrete placed to a depth of 4 inches. 23. Any change in the existing drainage pattern, whether occasioned by increase or diversion, and the cost of any damage, repair or restoration of the State highway right of way shall be the responsibility of the permittec. 24. The culvert pipe shall be installed in the flow line of the existing drainage ditch at an elevation to provide maximum drainage. 25. Any expenses incurred by the State in surveying the right of way line to assist in proper relocation of the fence shall be billed to permittee at the end of the work. 26. Permittee shall provide a standard tapered end section at the inlet and outlet ends of the pipe. 27. Traffic using this driveway is restricted to right-hand turns into and out of the State highway. 28. At least five working days before starting work on any signal or lighting facilities under this permit, State's representative shall be contacted for approval of construction and operational details. 29. The cabinet and control equipment shall be sent to 30 Rickard Street. San Francisco, for testing. After testing, the Contractor shall pick up the cabinet. State will deliver the control equipment when needed. 30. Traffic striping, pavement markings and signs shall be furnished and placed by State forces, and the cost shall be borne by the permittee who shall be billed therefor at the completion of the work. At least five working days'notice shall be given to the State's representative before work is needed. 31. The pennittee shall contact State's representative before placing structural section materials for the roadway pavement. 32. Permittee shall apply to the utility company for the Traffic Signal and/or Lighting System's electric service. The State's representative shall be notified at least five working days before system turn -on. The State will accept the monthly energy bill after turn -on, 33. Any excavation within 30 feet of the travelled way shall be protected by Type K Barrier Railing placed at a 20:1 taper or as otherwise directed by the State's representative. 34. The permit issued to the Contractor for the controller installation will include a special provision as follows: "The permittee shall submit a written request to the State's representative, specifying the the date the computer software is required." DEPARTMENT OF TRANSPORTATION ICALTRAN51 GENERAL PROVISIONS TO ENCROACHMENT PERMIT D *144.30213 (REV. V621 1. &Shackle This permit Is Issued in accordance with Chapter 3 of Divi- sion 1, commencrngwith Section 660, of the Streets and Highways Code 2 Revocatlotr Except as otherwise provided for public corporations. franchise holden, and utilities, enaoachment permits are revocable on five days' notice These General Provisions, Utility Maintenance Provisions, and this Encroachment Permit issued hereunder are revo- cable or subject to modification or abrogation at any time without prej- udice, however, to prior rights in- cluding those evidenced by joint use agreements, franchise rights or re - saved right for operating purposes in a grant of highway easement. 3. Permits for Record Only: If occu- pation of highway right away is under joint use agreement or under prior easement, encroachment permits will be issued to the permittee for the purpose of providing Caltrans with notice and a record of work and for the terms and conditions relating to public safety. No new or different rights or obligations are intended to be created by the permit in such cases, and all such prior rights shall be fully protected. Encroachment Permits Issued in such cases shall have designated across the face thereof 'Notice and Record Purposes Only." (District Office of Right of Way must give approval for this designation). 4. Reapemamle Party: No party other than the named pemittee or contractor of the permittee is authorized to work under this permit 5. Acceptance of Prowldoae It Is under- stood and agreed by the pennittee that the doing of any work under this permit shall constitute an accep- tance of the provisions of this permit and all attachments 6. No Precedent retablsbsd This per- mit is Issued with the understanding that any particular action is not to be considered as establishing any precedent (1) on the question of the expediency of permitting any certain kind of encroachment to be erected within right of way of state highways. or i2) as to any utility, of the accept- ability of any such permits as to any other or future situation. 7. Nados Prior to Starting Work Before starting work under the Encroach- ment Permit the permit tee shall notify the District Director or other desig- nated employee three working days prior to initial start of work When work has been interrupted, an ad- ditional 24 -hour notification S re- quired before restarting work Unless otherwise specified, all work shall be performed on weekdays and during normal working hours of the Grantor's inspector. S. Keep Perm@ as the Wort: The En- croachment Permit or a copy thereof shall be kept at the site of the work and must be shown to any represen- tative of Caltrans or any law enforce- ment officer on demand. WORK SHALL BE SUSPENDED IF PERMrT IS NOT AT JOB SriE AS PROVIDED. 9. ComOktloa Persist If a prior en- croachment conflicts with the proposed work the new permittee must arrange for any necessary re- moval or relocation with the prior permitter Any such removal or re- location will be at no expense to the State 10. Penske Prom Other A4esefee: The party or parties to whom a permit is issued shall, whenever the same Is required by law, secure the written order or consent to any work under a permit from the Public Ut liti s Commsslon of the State of California. Cal -OSHA. or any other public agency having jurisdiction and any permit shall not be valid until such order or consent is obtained. 11. Pieta:don of TystBc Adequate pro- visions shall be made for the protec- tion of the traveling public The warn- ing signs. lights and other safety de- vices and other measures required for the public safety, shall conform to the requirements of the Manual of Traffic Controls or any sign manual issued or to be issued by Caltrans and/or the current Caltrane Standard. Spec- ifications Traffic control for day or nighttime lane closures will be In con- formance with Coltrane standard plans for Traffic Control System Noth- ing in the permit Is intended as to third parties, to impose on permittee any duty. or standard of care greater than or different than. the duty or standard of care imposed by law. 12 l WI= Interference With Traffic: All work shall be planned and carried out so that there will be the least possible inconvenience to the travel- ing public. Pennittee is authorized to place properly attired flagmen to stop and warn conventional highway traffic for necessary protection to public safety. but traffic shall not be un- reasonably desyed. Flagging prom dures shall be In conformance with the Instructions to Plaggers pamphlet and/or Manual of Traffic Controls issued by Caltrans 13. Storage ofMste teke No construction material shall be stored nor equip- ment parked within ten II0) feet from the edge of pavement or traveled way. Utilities am subject to the provisions of Section 22512 of the Vehicle Code. 14 Goan Up Right of Way. Upon com- pletion of the work all brush, timber. straps, material. etc. shall be entirely removed and the right of way shall be left in as presentable a condition as existed before work started 15. Standards of Construcdcm: All work performed within the highway shall conform to recognized standards of 1 construction and the current Caltrans Standard Specifications, and any special provisions relating thereto 16. inspectlmandApproed byCapraon: All work shall be subject to inspection and approval by Caltrans The per- mittee shall notify Caltrans when the work has been completed 17. Ammar Coat Rant When the per- mittee is to be billed actual costs (as Indicated on theface of the permit), such costs will Include salaries travel- ing expenses, Incidental expenses and overhead I& theatre - Murrmg of Iostallatloa: al Installations Requested by Per- mutes If the Encroachment Permit was issued at request of the permittee Itis understood that whenever con- struction reconstruction or main- tenance work on the highway may require the installation shall upon request of the Department. be Imme- diately moved by and at the sole ex- pense of the pernittee. except as otherwise provided by law. or by any applicable permit provisions b) Utility Moves Ordered by Cal- imns If the installation made under a permit Is being relocated in accor- dance with Caltrans 'Notice to Re- locate Utility Facility." the permitter shall have the same and no greater rights as relocated as it enjoyed prior to moving at Caltrans' order. C) Utility in Freeway. This section and the other sections of these General Provisions are subject to Article 25 of Chapter 3 of Division 1 of the Streets and Highways Code and other applicable law, and in the case of any inconsistency the said Article 25 or other applicable law shall control the removal from or relocation of utility facilities in freeways. d) Future Moving of Installation It is understood by the permittee that whenever construction recon- struction or maintenance work on the highway may require, the installation provided for herein shall upon request of Caltrans be moved by the Pernit- tee the cost of the move to be borne by the party legally responsible therefor. 19. Reapowdbllity for Damage: The State of California and all officers and em- ployees thereof including but not limited to the Director of Tianspor- talon and the Deputy Director, shall not be answerable or accountable in any manner. for injury to or death of any person. Including but not !Witted to the hmmittet.persons employed by the permittee, persons acting in behalf of the pemitte or for damage to property from any cause which might have been prevented by the pernittee, those persons employed by the -permitter. or persons acting in behalf of the permitter. The perndttee shall be responsible for any liability imposed by law and for Injuries to or death of any person. including but not hotted to the permittee. persona employed by the pamtttee persons acting in behalf of the permtttte. or damage to property arising out of work permitted - and done by the penmttee under a permit or Sing out of the failure on the pennit- teee part to perform his obligations under any permit In respect to maintenance or any other obligations. or resulting from defects or obstruc- tions or from any cause whatsoever during the progress of the work or at any subsequent time work is being performed under the obligations pro- vided by and contemplated by the permit. The permitter stall tndannlfy and save harmless the State of Califor- nia and all offices and employees thereof including but not limited to the Director of Transportation and the Deputy Director. from all Skim Stilts or actions of every name. kind and deacnpuon brought for or on account of injuries to ordeath of any person. Including but not limited to the pennant persons employed by the permitter. persons acting in behalf of the per- mittee and the public or damage to property resulting from the per- formance of work under the permit or arising- out of the failure on the permittee's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from de - fells or obstructiora or from any tsuse whatsoever during the prog- ress of the work or at any subse- quent time work is being performed under the obligations provided by and contemplated by the permit accept as otherwise provided by statute The duty of the pamlttee to indemnify and save harmless in - dudes the duties to defend as set forth in Section 2778 of the Civil Code The pamtttee waives any and all rights to any type of express or implied indemnity against the State its officers s or employees It is the intent of the parties that the pentane will Indemnify and hold harmless the State. its officers and employees firm any and all claims sults or actions as set forth above regardless of the Watenoe or degree of fault or?;,hegllgenoe. whether acne or passive, primary or secondary, on the part of the Sate, the permittee persons employed by the permittee or per- son acting in behalf of the permittee. 20. Dandle` This permit shall not be effective for any purpose unless and until the pamittee files with the Grantor. a ant bond in the ham and amount required by said Grantee A bond is not ordinarily required of any public corporation or publicly or privately owned utili- ty. but will be required of any utility that fags to meet any obligation arising out of the work permitted or done under an Encroachment Permit or fags to maintain its plant work. or realities 21. MOSS Repels In every me the pennittee shall be responsible for restoring to Its former condition as nearly as may be passible any por- tion of the highway which has been excavated or otherwise disturbed by pemuttee except where Callsna elects to make repairs to paving and accept where provision to the con- trary is made in the written portion of any permit The permittee shall maintain the surface over facilities plaid under any permit for a period of one (1) year after completion of work under the permit If the high- way b - not restored as herein provided far. or if Cahrans elects to make repairs, permittee agrees by acceptance of pemit to bear the oast thereof. 22 Can at Drake If the wort con- templated in any - Encroachment Permit shall interfere with the established drainage. ample provi- sion shall be made by the permitter to provide for tt as may be directed by Cadtrant 23. Raba& Plan For installation of all underground facilities, and all sur- face work or consequence, the gametes shall furnish a plan show- ing location and construction details with its appbcation Upon completion of t e work n -b ilt plans of sufficient aocinocy shall be oubmttted to the District to deter- mine location of the facility. 24. 11INe-manes The permittee agrees by acceptance of a permit to main- tain propel . any encroachment placed by It In the highway and in inspecting for and preventing any Injury to any portion of the highway resulting horn the encroachment 25, Got at Wade Unless otherwise stated on the permit or separate writ- ten agreement all coats manned for work within the State right of way pursuant to this Encroachment Per- mit shall be borne by the permittet and pennant ha' byaaIwa all claims for mdemnUlentian or contribution from the State for arch Cork 26. Federal CI* Rees Ragwlraaesato Far PO& art= W The permatea for himself his personal representative . successors in Inter - eat and assign as part of the consideration hereof does hereby covariant and agree that (11 no person on the ground of race color. or national origin shall be alluded from participation in. be denied the benefits of or be otherwise sub- jects to discrimination in theuse of said facilities. (2) that in confla- tion with the construction of any Improvements on said lands and the furnishing of services thereon no dbaimi aeon shall be prac- ticed in the selection of employees and contractors, by contractors in the Section and retention of first - tier subcontractors in the selection of second -tier subcontractors, (3) that such discrimination shall not be practiced against the public In their access to and use of the fa- cilites- and services- provided for public accommodations (such as eating sleeping rest, recitation and vehicle servicing) constructed or seated on, over, or under the apace of the right of way. and (4) that the permittee shall use the premises in complanc with all other re- quirements imposed pursuant to Title 15. Code of Federal Regula- Cona Commerce and Foreign Trade. subtitle A. Office of the Secretary of Commerce Part 8 (15 CFR. Part 8), and as said Regulations may be amended. (BI That in the event of breach of any of the above nondiscrimination covenants, the State shall have the right to terminate the permit and to reenter and repossess aid land and the facilities thereon. and hold the same as if wild permit had never been made or issued. 27. Arehaselegbak The permittee shall tease work In the vicinity of any archaeological resources that are revealed The Perna Engineer shall be notified immediately. A qualified archaeologist retained by the permitter. will evaluate the situation and make recommendations to the Permit Engineer concerning the continuation of the work DEPARTMENT OF TRANSPORTATION (Caltrans) UTILITY MAINTENANCE PROVISIONS TO ENCROACHMENT PERMIT DM -M -P-228 (Rev. 2/82) Any public utility or public corporation who lawfully maintains a utility encroachment may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govern): A. Exclusions: These provisions do not authorize tree trimming or routine maintenance work on freeways (expressways), for which a special permit is required. B. Encroachment Permit For Maintenance: The maintenance work must be in conformance with an encroachment permit (individual or annual blanket). The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of Caltrans or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. C. Notice Required: (1) Routine maintenance and inspection -- Before proceeding, the Permit tee shall notify the highway maintenance superintendent in whose territory the work is to be done. (2) Emergencies -- The superintendent shall be notified as soon as possible. In addition, and except as otherwise provided herein, the Permittee shall immediately address a confirming letter to the District Permit Engineer. A permit shall be issued for the emergency work on a freeway or if not covered by a maintenance permit. D. Standard of Work: All work performed within the highway shall conform to recognized standards of utility construction and Caltrans current Standard Specifications. E. Emergency Repairs: The Permittee may make emergency repairs by excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline under the pavement present a definite hazard to traffic or serious interruption of essential service. In such cases the highway maintenance superintendent shall be notified immediately. Backfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e., "Making Repairs," "Backfilling"). F. Open Excavations: No excavation shall be left open after daylight hours, unless specifically authorized and adequate protection for traffic is provided in accordance with the General Provision "Protection of Traffic." G. Service Connections: These provisions do not authorize installation of conduit, cable, gas, or water service connections within State highway right of way, regardless of the location ofthe main, existing conduit or cable. All new underground or pipe services, conduit, cable or main extensions, or excavations to abandoned services must be covered by individual permits. See Section H(4) regarding service connections for wires. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 H. Routine Inspection and Maintenance: (1) Routine maintenance and inspection on the roadbed shall be conducted between 9:00 a.m. and 3:OO,p.m. or as otherwise authorized in writing by the Caltrans representative. (2) Manholes -- The Permittee may open existing manholes to repair underground cables. Where the manhole lies within the improved surface of the highway, the Permit tee will provide adequate protection for traffic in accordance with the General Provisions "Protection of Traffic." (3) Excavations for routine inspection and repair of pipeline and cables shall: a) not be made in improved surfaces, landscaped areas or closer than 10' to the edge of the pavement without a special permit; and b) not uncover more than fifty (50) feet of line at any one time. (4) Pole Lines -- Permittee is authorized to: a) Stub, or reset existing pole, provided no change in location of pole or anchor is made. Stubs and anchors must not be placed between existing pole and traveled way. b) Replace poles, guy poles, and crossarms in exact location limited to two consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. c) Replace broken pins and insulators, repair broken wires, pull slack wires, and replace or pull broken or slack guys. d) Repair and complete transfer work on existing aerial cables. e) Install new and replace existing transformers on existing poles. f) Replace aerial wires and crossarms on existing poles except where wire crosses the highway. Unless otherwise specifically required by Caltrans, protected cable, tree wire or plastic tree wire guard used for telephone lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section (f) does not apply to adopted scenic highways. String service drop wires from facilities existing within the highway right of way except where wire crosses the highway. Service wires over highways shall cross as near right angles as practicable. A separate permit shall be obtained for each installation or replacement of wire, drop wire, cable, or other encroachment which crosses the highway or for any new facility which encroaches upon the highway Right of Way. h) Installations and clearances shall be equal to those required by either the California Public Utilities Commission Orders or the California Occupational Safety and Health (CAL —OSHA) Safety Orders, whichever is greater. g) i) Clear grass from around base of poles and excavate around poles for inspection, including tamping and straightening. Department of Transportation (Caltrans) SPECIAL PROVISIONS TO ENCROACHMENT PERMIT- UNDERGROUND DM -M -P-221 (Rev. 12/80) PIPES, CONDUITS, AND UNDERGROUND FACILITIES UG1 Crossing Roadway: Pipes shall normally be jacked or otherwise forced underneath pavement without disturbing same. Pavement or roadway shall not be cut unless specifically allowed by the permit. Service pipes will not be permitted inside of culverts used as drainage structures. UG2 Highway Structures: The permittee will pay for any damage to highway structures caused by gas mains or other pipe lines carrying flammables. This includes, but is not limited to, explosion or fire resulting from such installation regardless of causation. If repairs are not feasible, complete replacement of the structure may be necessary. The permittee will idemnify and hold the State harmless from any and all claims for injury to person or damage to property resulting from such installation. UG3 Limit of Excavation: No excavation is to be made closer than ten (10) feet from the edge of the pavement except as may be specified in the permit. UC4 Tunneling: Except in effecting emergency repairs on utilities, no tunneling will be permitted, except on major installations as may be specifically set forth by the permit. UC5 Underground Facilities: Shall be in accordance with Caltrans' "Policy on high and low risk underground facilities within highway rights of way." Facilities other than high or low risk must have a minimum of 30 inches of cover. L'G6 lackfilling: Except as otherwise authorized on the permit, all back - filling shall conform to applicable sections of the current Caltrans' Standard Specifications pertaining to the backfilling of structures. Any required compaction tests will be paid for by the permittee and the report furnished to Caltrans. UG7 Roadway Surfacing and Base Material: Surfacing and base material and thicknesses thereof shall be as specified in the permit. UG8 Damage to Tree Roots: No tree roots over two (2) inches in diameter shall be rut when trenching or other underground work is necessary adjacent to roadside trees. The roots that are two inches or more in diameter shall be carefully tunneled under and wrapped in burlap and kept moist until the trench is. refilled. Trenching machines may not be used under trees if the trunk or limbs will be damaged by their use. If the trees involved are close together and of such size that it is impractical.to protect all roots over two inches in diameter, special arrangements may be made whereby pruning of the tree tops to balance 1 t 1 1 1 1 the root loss can be done by the permittee under the close supervision of the District Landscape Specialist or District Tree Maintenance Supervisor. Manholes shall not be installed within 20 feet ofany tree trunk. UG9 Pipes Along Roadway: Pipes and conduits paralleling the pavement shall be located outside of pavement, as specified in the permit. UG10 Borrow and Waste: Only such borrow and waste will be permitted within the limits as set forth in this permit. UGH Required Markers: Except as hereinafter provided in paragraph (c) of this subsection, all underground installations of pipes, cables, and conduits in a highway right of way shall be marked and designated as follows: a) All New Installations of Underground Crossovers, Except Service Laterals. A timber or other suitable marker shall be installed and maintained by permittee outside the ditch line at locations suitable to the District Director where no curbs exist, which marker shall extend 30 inchesabove the roadway surface and have stenciled thereon'the nature of the underground obstruction and the name or identifying symbol of the permittee. Where curbs exist, the crossover shall be identified by description and name of owner stenciled on curb in black letters on white background in a compact and legible manner. b) All New Longitudinal Installations of Underground Pipes, Cables or Conduits. Where no curbs exist, timber or other suitable markers shall be placed adjacent to the conduit or offset to such distance as may be specified and at intervals not in excess of 1,000 feet, at each angle point, or where nonconcentric with the highway improvement, at least every 300 feet. Where the encroachment is located in the traveled way, timber or other suitable markers shall be placed at an offset outside the ditch line at locations suitable to the District Director with an offset distance given. Where curbs exist, the information shall be stenciled on the curb near each intersection. c) Markers should be placed so as not to interfere with vehicle recovery areas. d) Exceptions. In counties and incorporated cities where the permittee has filed a map or maps with the County Surveyor, City Engineer, District Director of Caltrans showing the ownership and description of the underground facilities mentioned in subsections (a) and (b) above in accordance with ordinances, other regulations or established practice, it will not be necessary to mark or designate said facilities as required above. UG12 Cathodic Protection: The Permittee shall perform stray current interference tests on underground utilities under cathodic protection. The permittee shall notify Caltrans prior to the tests and perform any necessary corrective measures recommended by Caltrans. SO1 3NY1-it1nw TYPICAL LANE CLOSURE WRH SPEEDS OF 50 MPH OR LESS a a a a Ius Sr 500 b 150 ea Mt ate 2) "P F mm V2 0 al ISe Ms 3 aMa mat snR Fad means DSO lseMa 001004 ew We 240101011221110000 raw the a an may to Mmu+OW te Wua Appeanalla 1114021* Ma( Miste 010 t mince N a1ved by Os Darla We Eurar Any SWIMS and ;womb shall b ls DOW, Nab 2 tars ammo Wads n se, Mrs *I be tae a 302 30a.4a and matael Si Sam am 3 1t C23am ieb 30'•Welslstam C20 sans 010 a 3e' • 3e' maim. I. Al cenaa eaip ins ~MP .060E eel nags a end 012 tlmMa 5 Navea.Wdtl Mrs b Sr clans she. b e v lM. a swam/ I Saar 12307 l O• SUMS Spa a /as 00W Race !•O b sale IsseYC • 011•10/0 A CII l A C11 'ROAM COMSIMIC110M AHEAD sip Tab'• 30' amnelO 101 b else* 1SW We 1323 7. A 013 'END OR CD•STMICTaM1 MCA aPaaa may a lmdls Moue/ the C Ca 1.. T00724•0100 11 1 •s E4 —IS anima atolls SA logeFoal aftwo 1. es 212 saes Dr.apIvad Neck awes Oa be Mad as. F.00 e IIWMe may signs•eS be is•3p IF a ry 11, no Sed s e Semen 12--3031 0e Standard Spec icalms 10 Re clean 11111110 011100111111110000111 1011100 IIMn me 'M. 10.4 001 atlas sda 100peleiyaaevnd • '6 • best (S• Tat I) r 150 lit L 11. Agana ise bltflnaus11slaa 1111' OS be MMMey Masted M MW eat tsfalva5* lea a aa1Ma *Same 11-010 W 113.It i We SANE SoaMaala a rdal alesuW 12. 1t maim* awe Stan ma ls a ya amts b apamiMy a tam M Tie 1. and 50' •aslvmiaapatp4 15 aweals EM S as Mob] In Scam 12.31 M IS Sands Spalalma n mud n au M Has t a lee than. We aaay ipn In Me 11 ran be balsa W swag 11. OapMEEMaSae woo W not mM 'TrafficCants Salon b Newsy and arna* Wv Lane Cd es' lo We cb 140110 (Wads and aead lamanit s Sea gat M u. Race San C,. 1 1_ I,. -..al -1 MARCH 12 rata MX I 0414 rM• MY fas alit) a• Dana at as* Ma• 31010 Law My 1W 0+1t On 125 ntl Re afb KO Pe M••ea1S (a) R•0 a Ma' 001 Mr. 111 ate M w aM•Fea Ca 4e eels le be It Ia. 5 1 IS 25 M 50 FOR PERMIT USE ONLY TRAFFIC CONTROL SYSTEM FOR MULTILANE CONVENTIONAL STATE HIGHWAYS MISCELLANEOUS DETAILS IS i ® ® ® CI ® ! a all ® ® ® ONE _ S -®MI MI 1 1 1 I 1 I in Ito" 0.25' Asphalt Concrete-TypeA 1.00' Class B Concrete Outside diameter I=o" Existing structurol section Structure Backfill, Sec 19-3 State of Colifornio Deportment of Transportation Standord Specifications July /984 Nptes' L Compaction to be of 95% relative compaction, subject to testing. 2. Concrete cap may be rapid set"PCC. 3. All trench work subject to state regulations and inspection. 4. Bedding under pipe for full width of trench shall be 6 inches of 3/4 "max. crushed rock, sand or approved equal. STREET TRENCH PAVING DETAIL SCALE' NONE 520 - G• 2500 concrete slob NOTES: I. Concrete slob around costing shall be o concentric circle in streets 2. Concrete slap around costing shall be squcre and formed with lumber in easements. 3. Toper "shelf" 1/2"_ per. ft. towards channel. SECTIONAL ELEVATION 171T OF SAN MATEO 520-C-2500 concrete CAL A' OPRIA STANDARD PRECAST ECCLfij i KIC MANHOLE 3 LATE- k !v'fs:W:V uY' CHECKED' APPROVED 1878 o G. J. kar..........1. // G,/ /. -d,2 GIY cNeVAt FR ant �Ax 11,—, ^ `t 1 tv—r 1 _ SHEET -- OF.- - ifxf' Checkers . OUrgWu 0o �o r ff D`f UoJuU UUooaooan\ 'UU=ooff, UU ma On 00,1\ Minimum Weights: Frame — 250 lbs. Cover — 200 lbs. Total 450 lbs. e PLAN 33 z SECTION 7 "CITY OF SAN MATEO't To be cost on top of manhole cover. • TOP I"Lifting Hole BOTTOM NOTE: Type "A" Manhole castings to be used in all cases r- unless otherwise speci- fied on plans. - Seating surfaces to be machined. STANDARD TYPE IV MANHOLE FRAME & COVER 1973 T.L. G.R.T. ICG =Ma a ® AO MIMI ® ® ® ® ® ® ® ®MINI IS 4 L t ---"a A Homo 10 Now: Ogninngp lengths or. a NTd,l652i SECTION A -A IY'CMCNed Pba Corer B Promo ISae Seclian C -C) PLAN SECTION E -E Typo A or 13curb Scoring Lana bondbale 1 Nn unto boa 4'R ProNcliw Ow ISe NIRe 6) rb Supporl (Sao Curb Support Osloala and Nos 7) INLET TYPE OL Fars Aga I WI 3411.440 SECTION 8 B '41@ Its Typo A or 19 4R an coney PLAN INLET TYPE OS SECTION C -C s SECTION 0-0 Graa Tpp. 24 ed� 1--.T-I-Ili��lj T{- �-+- m-Y PI AN Dalai) See Curb SIus_ 4biIs ALTERNATIVE REINFORCED BOTTOM H T B' qr V}s0' 60 B-1 to20. 6 SECTION G G 9 012'. Top11 Bolan 11 R On opening 6' SECTION H H INLET TYPE GOL I ltd hole Atom L Nut 1.01 on MI Pr Stirrup Prbtaction Bar I'r rod toms 3' the ens Edgar Form J4 Amok to null Cup Fob R &Hu Edge Filar Owb Myth _:151,. Irq Il .m nYa d.3er riw Y STIRRUP depression GENERAL NOTES I. 'N• ie the differing, in *Nwlian Ninon I. oslo p.. flew In and rho normal gwwr green he wypweesa f Ale curb tenon 2 For •T• .all minion. No Table. CURB -SUPPORT DETAILS It. Naive hail' anm ifon:v wee ranw (Shawn for Type A Curbs) 4 Wan '•awrcing not r pored on n'Wr NN r W 1 Owls min asrr��tll LAngm of Curb Opening 3'-656. a l0 21 'I) 21 0 2 3 4 L 3PJ'• Min 515' (inept la rya B Curb when L 4•.3'.015 is wad) Edgar finish nun Jilt nest. a pa s .al wpm • 7'r bas. Walls 'wraithf.W limbo theeN nANra d nth •4 burl Ole • sorbs 71444459 air tone& r N• unto amrwN mown S. Lops-wN Arew ',tease . 'reams non 5aews mw_NY SGeus. a shrowsMl sops all Iowa rap 12 nets.ease W m IIaM1, n highwl nag rot . P 6w1Ya bow ape lal la Pekoes wean ale& al M & an .YI 12 Yea N wallNwlnn Iboapn W agn r Root Atha rapA & W wll narrow nil . nag. 6 Mon shown w W phialPlans. Sena 95MN.w bw Nrnantoltp was W was wgmr W Wag bole bank 4. infoo WOink be well o reel r WY 1 ewe hipp% Oink Cste s a wham A uM.r such that 'S nos lean r 'u parted $ la r b. pee is] a *end es end m ray am. 9 Curb wawa Y notch .dlaas curb IC Ewes to, reNlam b used es I c n m, barn hue 1511 abs.r .31ow ban a minima% o 12 n 1 dialiwa (weld M' pips and so q shall a need pare IANO II Gala's/in. S.. Basal SpMa . eti.n r '044.41 're aamrn. N Angiea e �'r ♦ 12. Sot 'Sarie GripeBooneGr BooneGn M -A a On -6 Onto *66 Curb For. `tj' tie -tank, aSIssl Nana0Honaand 4102 Vd'A min FACE ANGLE ANCHOR DETAIL 64 TYPE B CURBS L4'151451 3y''Steel s ,gcss (See Notes Sand III aieSlwl nap (Sea ore 6) Edger Form.. nailer 3t l3n' TYPE A CURBS CURB OPENING DETAILS me 13 S Sia se Plan 076 for 0.n pkoim m Asa&. I4 Fell p olntian bun mill be wel mew ldres4 Ike 1N MIA m all anchors. A IS .Mald mean,Nmpen, owmnore cr ulmleld Siege in uncha may be W right mph Nuns a W anchors Jaen a RunElm IG Cw b can/wow rsmaaiwaaE s nm We aaly Set Mandan,Sprcilgla. a _ CONCRETE CUBC YARDS H.5d'm t0'IT•6'1 u• 9' -01420'-0'(T-0') lee H•TrO' Ylitimwl PCC.pr ItICY) N.6.1' A&ilimal P.= n, OS u1 0279 391 0367 0L-7 192 0276 421 0367 0L-10 239 0270 477 0357 01 -14 306 027 45 6 6 0367 01-21 442' 0.219 670 0367 GOL-7 233 0313 4.66 0454 001-11) 2M 0.313 547 0.434 Balsa oit•3' Toll boned m 0' floor slob. no eaw len tor pee op ener er s i'a a y gyp* .n. s,and curt pining hyhml gnash r r cam t r e No deduct r Niomwws en p(�• N N snarls Is thou WanHba twain r pia ownlgb mean Hew ehwnabun rHrenl cut how or Nlrrd 4P/mm height el crab songs. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION DRAINAGE INLETS 1072 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 Street gratlt 11 jlnn,otJ tome m'.J cc 1 i ° r > `=� l.�j�1!'• D N��..' • `•I % 2�"��t� J t2 , / 520-C•2500 concrete slob 4-I.: .. 53�4" ;,- Cast in place 11 °x 12° steel reinforced fiberglass manhole steps 12°0c 1 12- i ecost conc. cone �.T 0 M i 4%8 S. -.v F�- y -°—Nor. = 1/4 T- SECTIONAL ELEVATION• AODIFICATION OF STD. DWG. 3-1-104a OF PRECAST ECCENTRIC MANHOL MANHOLE STEPS SPECIAL DRAWING #2