Loading...
HomeMy Public PortalAboutDartmouth Road Storm Drain- Third Avenue to Fifth AvenueI r I I 1 I I p I I I 1 I r I 1 CITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK DARTMOUTH ROAD STORM DRAIN - Third Avenue to Fifth Avenue TO BE USED IN CONJUNCTION WITH APWA - AGC Standard Specifications for Public Works Constructions, 1985 PROJECT NO. 90 - 6565 DATE DECEMBER 1985 PUBLIC WORKS DEPARTMENT 330 W. 20th Avenue San Mateo, California 94403 Telephone C415) 377-3315 P7 CITY OF SAN MATEO, CALIFORNIA. DARTMOUTH ROAD STORM DRAIN SUMMARY OF BIDS RECEIVED FOR THIRD AVENUE TO F/FTH AVENUE PROJECT NO. P.O. NO. OPENED 1/7/86 RID TEM DESCRIPTION OF ITEM QUANTITY ENG NEER'S ESTIMATE PFISTER JAMES CHALMERS, EXCAVATING I CONTRACTOR MC CAY CONSTRUCTION CO. ESTIMATE UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL 1. — Furnish & install 24" R.C.P. Class IV Bedding - - - I _ i Class a-2 connections _ included 860 L.F. 70.00 60,200.00 73.00 62,780.00 75.00 64,500.00 66.00 56,760.00 FEE CONSTRUCTION I . - $119,115.00 2. Furnish 6 install 19"x GOLDEN STATE PIPEL IE - j120,680.00 30" Elliptical Concrete PACIFIC UNDERGROUN CONST -nj127,442.00 Pipe, Class IV, Bedding I JARDIN PIPELINE IN . - $127,940.00 Class 8-2, connections i MANUEL C. JARDIM I' .- $132,925.00 included 86-L.F.- 80.00 6,880.00 100.00 8,600.00 100.00 8,600.001 55.00 4,730.00 HARTT IPFS,INES - ~$135,600.00 3. Furnish 6 install 15" - UN/ACKE CONST. INC - $174,638.00 R.C.P. Class IV, Bed- L. J. /.REICH PIPEL NE - $189,459.00 ding Class a-2, connec- ions include. 20 L.F. 60.00 1,200.00 60.00 1 200.00 70.00 1 400.'S' 50 05 1,000.00 4. Furnish 6 install Stan- - Bard Storm Drain Man- _ Dole including connec- i tions 6 Ea. 2 000 12,000.00 1,500 9,000,00 1,000 6,000.00 1,200 7,200.00 5. Remove existing catch - basin and construct City Standard F-3 catch basin 7 Ea. 2,500 17,500.00 1,700 11,900.00 2,000 14,000.00 3,506 24,500.00 6 Remove existing catch basin and construct L City Standard F-4 catch basin w/12' throat 1 Ea. 3,500 3,500.00 2,200 2,200.00 2,500 2,500.00 4,20C 4,200.0s 7. Rlug existing 10" or 12" R.C.P. 8 Ea. 100.00 800.00 125.00 1,000.00 50.00 400.00 350.00 2,800.0 8. Install. City standard ,,heelchair ramp & re - lace existing curb, gutter and sidewalk as needed at the corner of Dartmouth Rd. & Fifth j — Avenue 1 Ea. 1,500 1,500.00 1,500 1,500.00 2,000 2,000.00 3,800 3,800.00 TOTAL - - $103,580.00 $98,180.00 $99,400.0 $104,990.00 ,r DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH AVENUE Engineer's Estimate Item Description No. of Work 1. Furnish and install 24" R.C.P. Class IV, Bedding Class B-2, connections included 860 Lin.ft. $ 70.00 $ 60,200 2. Furnish and install 19"x30" Elliptical Concrete Pipe, Class IV, Bedding Class B-2, connections included 86 Lin.ft. $ 80.00 $ 6,880 3. Furnish and install 15" R.C.P. Class IV, Bedding Class B-2, connections included 20 Lin.ft. $ 60.00 $ 1,200 4. Furnish and install Standard Storm Drain Manhole including connections 6 Each $2,000.00 $ 12,000 5. Remove Existing Catch Basin and Construct City Standard F-3 Catch Basin 7 Each $2,500.00 $ 17,500 6. Remove Existing Catch Basin and Construct City Standard F-4 Catch Basin w/12' Throat 1 Each $3,500.00 $ 3,500 Estimated Quantity Unit Unit Total Amount Price of Item 7. Plug existing 10" or 12" RCP 8 Each $ 100.00 $ 800 8. Install City Standard Wheel— chair Ramp and replace existing curb, gutter, and sidewalk as needed at the corner of Dart— mouth Rd. and Fifth Avenue 1 Each $1,500.00 $ 1,500 TOTAL $ 103,580 0521p/14 22 I I I I I 1 I I I I I I I I I I i DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH AVENUE CITY OF SAN t1ATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for the construction of a new storm drain line and modifying the existing line located in Dartmouth Road, Third Avenue to Fifth Avenue and other work as shown on the Contract Drawings No. 4-25-34 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 forty (40) 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 Tuesday, January 7, 1986, 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 §4590, the Contractor may substitute securities for said ten percent (10%) retention. The provisions of §4590 are hereby expressly made a part of the contract. Dated: December, 1985 /s/ JANE POWELL, MAYOR 0521p/14 1 I I DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH AVENUE CITY OF SAN MATEO, CALIFORNIA CONTRACT DRAWINGS NO. 4-25-34 (4 sheets) TIME OF COMPLETION: 40 Working Days CONTENTS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION GENERAL PROVISIONS SPECIAL PROVISIONS 0521p/14 2 I I 1 I I r I I I I I I I I I I r I r I I I a I 1 I I 1 I I DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH 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, 1985 Edition, and all addenda thereto. This proposal is submitted in conformance with the requirements of the APWA—AGC Standard Specifications for Public Works Construction, 1985 Edition, 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 ( ) 0521p/14 3 DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH AVENUE Schedule of Bid Items Item Description Estimated Unit Total Amount No. of Work Quantity Unit Price of Item 1. Furnish and install 24" R.C.P. Class IV, Bedding Class B-2, connections included 860 Lin.ft. $ $ 2. Furnish and install 19"x30" Elliptical Concrete Pipe, Class IV, Bedding Class 8-2, connections included 86 Lin.ft. $ $ 3. Furnish and install 15" R.C.P. Class IV, Bedding Class B-2, connections included 20 Lin.ft. $ $ 4. Furnish and install Standard Storm Drain Manhole including connections 6 Each $ $ 5. Remove Existing Catch Basin and Construct City Standard F-3 Catch Basin 7 Each $ $ 6. Remove Existing Catch Basin and Construct City Standard F-4 Catch Basin w/12' Throat 1 Each $ $ 7. Plug existing 10" or 12" RCP 8 Each $ $ 8. Install City Standard Wheel— chair Ramp and replace existing curb, gutter, and sidewalk as needed at the corner of Dart— mouth Rd. and Fifth Avenue 1 Each $ $ TOTAL $ 0521p/14 4 I I I i r r I I I I I I I I I 1 1 I I f I I I I I I I 1 I I 1 1 1 i r DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH 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") 0521p/14 5 $ $ $ $ I DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH AVENUE The undersigned has carefully read the APWA—AGC Standard Specifications for Public Works Construction, 1985 Edition, 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 r 1 I r I I I I I I I I I 0 I i 0521p/14 6 r I I I I I I I I I I I I I I I 1 1 I I DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH 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 0521p/14 7 DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH 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: 0521p/14 8 I I I 1 I I I r 1 r I I I t 1 I I I I I i I I I I I I I 1 I DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH AVENUE 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. 0521p/14 9 DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH 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, 1985 Edition, 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 General and 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 begiven 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 noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two 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, 0521p/14 10 I p I I 1 1 I 1 I 1 I I I I 1 I I I I I 1 I 1 r I I I I r I I 1 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: CONTRACT PLANS Title Drawing No. Dartmouth Road Storm Drain 4-25-34 (4 sheets) STANDARD PLANS Title Drawing No. Standard Precast Eccentric Manhole 3-1-104a Standard Type "A" Manhole Frame & Cover 3-1-106 Standard Catch Basin Type "F-3" & "F-4" 3-1-121 Std. Catch Basin Frame & Grate Detail, Type 3 3-1-125 Typical Section Curb, Gutter, & Sidewalk 3-1-141 Standard Trench Detail 3-1-153 Standard Wheelchair Ramp 3-1-159 Manhole Steps Special Drawing No. 2 GP -2-5.4 — Specifications for street lighting and traffic signals in PART 3 — Section 307, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and the applicable portions of Section 86 of the State of California, Business and Transportation Agency, Department of Transportation, Standard Specifications dated July 1984, and all addenda thereto, shall be used in lieu. 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: 0521p/14 11 O P-2-6 WORK TO BE DONE — 1) Furnish and install 24" R,C,P. of lengths and classes as shown on the plans. 2) Furnish and install 19" x 30" Elliptical Concrete Pipe of lengths and classes as shown on the plans. 3) Furnish and istall 15" R.C.P. of the lengths and classes as shown on the plans. 4) Construct City Standard storm drain manholes. 5) Construct City Standard "F-3" catch basins. 6) Construct City Standard "F-4" catch basins with a 12' throat. 7) Plug existing 10" and 12" storm drains with concrete plug. 8) Remove existing catch basins. 9) Install City Standard wheelchair ramp. 10) Excavation, trenching, backfilling of trenches and street restoration including replacing Raised Pavement Markers and thermoplastic in kind shall be included in the various bid items related. No additional compensation shall be paid for these items. i 1 i I I I 1 1 1 I I I 0521p/14 12 I I I I 1 I I I I I I I I I 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. 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 orerrors 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 0521p/14 13 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 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. 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 -6-6.5 DELAYS AND EXTENSIONS OF TIME — In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final and conclusive. GP -6-7 TIME OF COMPLETION — The Contractor shall prosecute and work to completion before the expiration of forty (40) working days, The City will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. I r I I I I i I I I 1 1 I 0 0521p/14 14 I I r I I I I I I I I I 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. 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. 0521p/14 15 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. 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. 0521p/14 16 I 1 1 I i 1 1 1 1 1 1 1 1 1 1 1 1 r 1 I I I I 1 I I 1 i 1 I I 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. 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 -7-2.3.8 AFFIRMATIVE ACTION BY SUBCONTRACTORS — Each subcontractor shall, prior to entering into a contract to perform any work or supply materials for a public works project of the City of San Mateo, file with the prime contractor and with the City his Affirmative Action Plan in the form set forth in Section 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. 0521p/14 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 — 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, $500,000 each occurrence, $500,000 aggregate products and completed operations; property damage $250,000 each occurrence. A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. Further, in contracts for professional services, including architectural, engineering, design services and the like, professional liability insurance (errors and omission) shall be provided in the minimum amount of $1,000,000. 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 City prior to the commencement of work and shall be maintained in full force and effect. 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 employees, (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; 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. 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. I r I I I I 1 1 1 I I 0521p/14 18 I I 1 1 I I I I I I r I 1 I1 I GP -7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS — The Contractor shall repair or replace all existing improvements not designated for removal which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in its bid. 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. 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 part of the contract. 0521p/14 19 DARTMOUTH ROAD STORM DRAIN THIRD AVENUE TO FIFTH 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 SP207-2.1 REINFORCED CONCRETE PIPE - Reinforced concrete pipe shall be of the sizes and classes as shown on the plans and shall be manufactured according to ASTM C76 designation. It shall be free of defects and be provided with tongue -&-groove joints. Reinforced concrete pipe shall be centrifugally spun in the manufacturing process or manufactured by the vibratory cast process. No packer -head pipe will be accepted. SP211-1.1 BEDDING MATERIAL - The bedding material shall be according to Standard Drawing 3-1-153, Bedding Class B-2. 0521p/14 20 1 1 1 1 1 i 1 I 1 1 1 1 i 1 1 i 1 1 1 I 1 1 I 1 1 1 1 p i 1 1 1 r 1 1 r 1 1 PART 3 — CONSTRUCTION METHODS — SP -306 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. It is the responsibility of the bidder to ascertain the ground conditions of the site before bidding on this job. The depth of the bedrock is not known. No additional compensation will be paid for difficulty trenching through hard materials. SP -306.1.2.1.1. BEDDING — Bedding material shall be installed according to Standard Drawing No. 3-1-153. The bedding class shall be 8-2. 0521p/14 21 Street grade Standard frame and cover 520 - C• 2500 concrete slob NOTES; I. Concrete slab around costing shall be o concentric circle in streets 2. Concrete slob around costing shall be square and formed with lumber in easements. 3. Toper "shelf" 1/2" per. ft. towards channel. 1- SECTIONAL ELEVATION Orr OF SAN MATEO 6'- 6�' min. S!CTION A -A CALIFORNIA 9440) 520-C-2500 I I concrete base I I i 1 STANDARD PRECAST ECCENTRIC MANHOLE 1 DATE 1078 ORAnN srii ch'Sc ED Ij APPROVED G. J. ti C/TV' ENGINEER 3 Oh'AWGF' i 5: I 1,10411 I 1 r I p I I I I 1 I r Ifr"xk" Checkers Minimum Weights: Frame — 250 lbs. Cover — 200 lbs. Total 450 lbs. SECTION I DATE a 1973 T.L. CITY OF SAN MATEO" To be cast on top of manhole cover. PLAN STANDARD TYPE 'b" MANHOLE FRAME 8i COVER I ♦gVen; gr: l"Lifting Hole NOTE: Type "A" Manhole castings to be used in all cases unless otherwise speci- fied on plans. Seating surfaces to be machined. A CATCH BASIN "F-3" 61-0" CATCH BASIN " e-0" B ;Anchorhor H: Frame a Grate See Note I Blend walls to I.D. of pipe '.J DOWEsr L•\ —r— a -I I I r,/ 1" 2 at 320.c. 'No.4 rebar hoop Diem r pipe o.d+6" \3 clear PLAN I At 12n 0.0.%. NOTE "t" THICKNESS t = 6" if "V" is 4-0" or less. t = 8" if "V" is between 4L0" & 81-0" LIMITS OF NEW CURB 8 GUTTER t=10"if "V" is fg-0" if over8'then . e` Opening 61 Air 4 6"radius !See Plate and Anchor detail below. Protection Bar see note 2 Frame 8 Grote see note I 12--• Normal -Gutter Subgrade- Undisturbed earth or crushed rock. 2'-Imo•+2x"r' special permission is required CATCHBASIN "F-3" b-O'�from the City Engineer. CATCHBASIN "F-4" 7=0" %\s‘sTe=4"12.4t424. L a See note on t" thickness to 12 STEEL LIST Catch le, i I/2"rie 24" Det bar N 8 a No.4 Def. bar hoop Basin - da e u 3 Type ,p 0 a_ 4` 0 "F- 3" 54 5 6'-O" 3 4 1 "F-4" 76" 7 8.-0" 3 4 1 5 6 Curb tote t 12 'curb 1 5/i6"X to" Goly rolled plate formed as shown. NOTES: L For details of frame and grate, Type'3 ' See Dwg 3-1-125 2. For detail of protection bar, See Dwg. 3-1-133 3. Connection pipes tobe located according to plans. 4. All reinforcing steel to be one inch clear except as noted. 5. Concrete 560-8-3250 6. Sawcul when construction is in areas of existing curb and gutter. SECTION B —B Depress normal II • L-- 1 l 1 i '-SAWCUT"` See note 6 DEPRESSION DETAIL 6" below gutter Is B" Safi_ j 4 ''Rod InDOWEL DETAIL Dowels not required when top of basin and curb are monolithic. ' —r 2' III/Steel Dowel 18" cat OF SAN MATEO STAN DAR D CATCH BASINS ,TYPE "F-3" 8l "F-4" CALIFORNIA 94403 DATE 3-83 DRAWN Or ADB CHECKED T. L. APPROD •/s.ss CITY ENS/NEER CASE 3 . DRAWER SET 121 I r I I I I r I I SUPERSEDES DRAWING 3-1-121 DATED PRIOR TO 3-83 SHEET — OF 1 I I 1 1 I FRAME DETAIL 3Q' h-- 6' r3.0:34x 2 1/ Slruct. (rade Sleel Bars (2 required) I. L t. :8k 2 lit Struct Grade Steel Bars lerequired J 416 GRATE DETAIL Reprised 4 -?2. NOTES I. Top and bottom surfaces of grate to be ground flush after welding. 2.A11 metal surfaces shall be not dipped galvanized in accordance with ASTM All fabricating, shearing, bending, and welding shall be done before galvanizing. 3.Frome and grate assembly shall be assembled in shop before delivery. o SECTION A II Dios Struet.Gra de Steel Bar , Arc or 4 Resist. Wel a at every 4th Bar. STANDARD CATCH BASIN • FRAME & GRATE DETAIL,TYPE I'3'I SAN MATEO, CALIF. I DATE 1973 DRAWN BY C.P.W. CHK. BY APPROVED J.E.G. ' /73 CITY ENGWEER PLAN CASE 3 DRAWER 1, SNEET 125 Ty P E "1" TO OE USED ONLY IN SPECIAL CASE WITH PERMISSION FROM CITY ENGINEER ,/ ,. to" 520-8-25Q0 l',-£ordr,t Slope per foot Subdrode,;compectlon • 2" Sand or r compacted crushed rock or grovel 5' O" Slopo On. toot 1/4-Subgrode compaction TYPE s.-2" Sand or, 3"' - compacted crushed rockor gravel a..' in ' as ■s a Ss u Sao Cut Rya) STANDARD TRENCH DETAIL 0.0. +24 -Abe. ( Pay Limits for Import 1 materiels and poving 1 1 - 1 - /�� iv lar / NOTE r 12 Max Sao cut side an scare woks only When working over Say mud; Weight of bockfil including pipe and contents shall rid exceed weight of material excavated. BEDDING CLASSES AND TRENCH BACKfILL MATERIALS Relative Compaction Compaction Method Mechanical Compaction mechanical (Except�msx unimproved areas Eng'ine�er opprd o ee t) CIO r bons wneQ is used stall be etted or jetted and vibrated. Jetted Jetted Bedding Class A-2 A- 1 A A-0 8-2 8-1 C 0 Load Factor 4.5 3.2 3.0 2.3 1.9 1.5 1.5 1.1 t ' o 0 J Ts ;, o i Sock tin Materials C Street Areas - 2` Asphalt Concreteend 6' 520,A - 2500 Concrete a B` 520-A -2500 Concrete Unimproved Areas - Aggregate Base or Native Material, as directed . by the Engineer . O Crushed Aggregate Best or Approved Native Material, os directed by the Engineer. 33 Vibrated fete Gushed Aggregate Base or Approved Native Material, except Quarry Fines or Sand for V.C.P. and A.C.P. O Vibrated Concrete CuarryRet or Sad : Crushed Apm�rregote Base or Apgave$.NofneMater, 1 except rr Hates or S ndlidr V.C.P. and A.C.P. O Yfbmted CannefE ar pd a Drain Rock Vibrated Concrete Quarry Few or Sand or 3/4'mot. crushed rock DRAWN eY S /yEj MATEO, Caw. G. J. US Seel MAN USE 3 an*WEE I SNEER 153 I M Pray Alm _ . Yes... e� {ell �� fell Cwe Metal CASE A Aes Mewling swell Y<esee, 01 «ee N edema CASE E Mall few M %d.,% yes Male 1111 ImaNd a balm et erg *Own CASE 8 CASE F toe Pte • Mlmnine cep it Mesm.T el «9e If %%milk Set Mm ID Sas Mae II 1 mNl« in melee al ewe Mars CASE C (Siemer his lb.. 5' MO) CASE D Use p.mwa an MaY When el roll .Ma M<al«w mailer of ma 'sham Teo M Am.. ♦.33 % 2%S.! T SECTION A -A AP REVISION DATE WI JAN 16,1984 an' or SAN MATEO It I 9 Sat 10.1410_ S Are Errol Eege al 9ae�mk\ 1 Mama tied roplesaml al C.f,ala. slim Ian el., pia sAe.n� m emirml ...0 Top M eery 14•••4•1 CASE G 344 MI* e Leal M .s T7 DETAIL H EpMise Owl MN mina 1.33 % all. T SECTION B -B MI0MM Care me•seep Dann %IM swab m in st 1 .41r 1.1990 MOTES I. M *Mims Ira ewe In inn el Ys.ala is IM <bl le m0MMMbla 'dell ell a' plane. m N Casa A, IM Nbwp e be deposedMMIImIMIIy min Cam a w C or amp be %aeM1 and Case D. S. it ..di.eO Is less Men 5' wide, lM fail M<1* al the ' N Mall M bpmma at em.a m Can C 5. 4 m mlltnale Ie Cam S. ell 'imp ties be Ina costae M IM 4. Whoa taie Il Waled % maim' el orb m1.Nl, croissant CO. w mail be W ear I. IMI shams a IM pea Is a<mmnbama .MMlmeirs. 5. II naniMg ell .141* le equal Ie Of psalm IS. tame 10915, time side slaps •X• %blame • 3 ISM Cam O) S. Foe Canoe f N 0. me Ieap4Nnd palms el me Sidewalk may mad le be bWesssd 0e sawn in Case I. T. II Nmled an C turn IM clam N IM tamp need ml a parallel, bid tell mm MMnI seen al IS Huey Shall m 1'. ♦. The belle% 01 Me WI% WWI Iles a 1/2' i.e-el 050 9. Sietal% and NW. IMNiamy'T'. shall M 312. 10. The romp 15011 haws a it side twos, seeIIt grmnte amrmlmals 3/4 CO.. Set %%AM b411. TM vlm, Al temp Mall Mm a .emmmse %mead wile% imam 'wear men me Iwta dine sidewalk amen .M. Meal« a tale m mitt roma I I. Weed romp Is lewd In ram., of web moot It anon SiEmma wna in a naming - bey peeve, mm 1H ermne b>m%aodp af ac. Sin prawmrt Mtwl. Gans *bold M aliq%0 m.allul M scrims le airml blind pMemrians nla mptaprio% <m1.Nl. I2. Ramp yes Ian nano wlemle ream a Pastime nm bYnamal sidewalk slam admen! It lm el IM ramp, mmpl In Caen C e 0. 13. It C LPOOIS - wee* a .Malabo reap ie taint It on %lit,M IemL11. %t lolitu M Mears am 0ermilNm: IA) Ramp gr000 Cam Canoe be lel lac gro•w s my is mooned b a easlm.m 0111.1%. IMna- Melees, IMl amid be as 1141as IMelble.I ICI wale map meta 4' ptnroaw le 3T.nali, IM ID) Tea pellet. may On el•einete. 11 IM wade am ml anal 1.53 %. AMm 3/4. terse Wpm. 11/2 on them pemen al taro GROOVING DETAIL 45% CD LIP DETAIL 5a. 100158 2 % am. IMI spa { T3r SECTION C -C r 1 I I r 1 I I 1 1' WHEELCHAIR RAMP TITLE 24, C. A. C. CAL/FORN/A 94403 I DATE 1983 DRAWN BY RLG CHECKED TL APPROVED ,4ow �€e / /TY ENG/NEER DRAWER SET 159 Street grade 520 - C• 2500 concrete oft Cast in place 11'x 12' /'v, sfL.�2-`4J •' t:i • a : j i7e`t I steel reinforced fiberglass manhole steps 12'oc 1 1 11 .l,Lai :c= 12- r. 5 3h" • 'cost coot. cone Stancard bane 014 n 1.4 *-4 tin 1L 0 In 4111 -.r h �t+Vi et. a' : > • i SECTIONAL EL EVATION. I I AODIFICATION OF STD. DWG. 3-1-104a OF PRECAST ECCENTRIC MANHOL MAN HOLE STEPS SPECIAL DRAWING #2 I