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