Loading...
HomeMy Public PortalAboutSeal Slough Bridge Relief from Maintainance and Responsibility Projectr--i . 1 i--u--, r-. r -.r-. CONSTRUCTION, INC GENERAL ENGINEERING CONTRACTORS SACRAMENTO. CA City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, CA 94403 Attn: Wayne Harrington, R.E. Gentlemen: P.O. Box 620 / 6413 32nd Street / North Highlands / Ca. 95660 (916) 334-1221 February 5, 1986 Re: Contract #09-90-2126 Seal Slough Project Relief from Maintainance and Responsibility In accordance with section 7-1.15 of the Standard Specifications, we hereby request relief from maintainance and responsibility for all work on the above referenced project. Your early response will be appreciated. Very truly yours, General Manager SW so vikOto AN EQUAL OPPORTUNITY EMPLOYER / STATE CONTRACTORS LIC. NO. 286430 " A5 Buiu"r_ PILE, LotA-Tiwz-s TEST PI LE 5 t 2). l Co A s 13 T (p L.E Ai tit=14,610.6389 02, E1=11`,963.6926 C)' C - -tow 1.71- - AZ=1 3718 HIS=56.2198 H2=14,660.8286 AS (OLT E2=16,995.1288 1C' elLe AZ=142.8951 Hip=8.2499 H3=14,666.6323 O E3=16,995.274Lj , 6. QL t -- TRAY " F11,--14:627.1366 2 2 E1=16,695.1686 "'0�'". w��a��L 5 AZ=11.2645 H1=`1.6623 H2=14,677.7715 1 1- t E2=18,985.4298 "I' + CQ AZ=13.3119 HL+=4.6869 H3=14,668.6398 C=)-37 !�� E3=19,.995.1489 1 Lt -#" 7 TRAY H1=14,677.6268 ��*,-)/ E1=19,9A5.6571 IVE AZ=361 . 234,E HD=9.:778 H2=14,677.7715 45 BV 1 t:i E2=10,905.4260 " CP H1=14,669.12'96 Pt-$ Iii E1=16,995.4656 AZ=213.9364 AL A - (1 5844 M A- o , So N2=14,668.6398 his evieT E2=19,985.1469 SHPT' lZ/ (18+ 41. 1512-49e/E: S. 1.1727 W LIST1=16..8595 i 88.4235 E DIST2=0.2483 N3=14,677.7661 E3=10,905.6662 pe5(c, tJ 1-7.00 0 � 1.1727 k BIST1=25.9958 IM'o S 86.4232 EIST2=8.3876 H3=14.668.6329 E3=10,905.4544 S 1.1727 R 6IST1=33.8040 S 88.4237 E DIST2=8.1577 N3=14,666.8251 E3=16,985.2785 34, o0 " AS BuiLT PI Lot.AT�� - +.1-s TEST PILES Barr -r- Na. G Cp (-71 (16+ $EL) T "+' ( Pam S H1=14;610.6389 (, P. E1=18,983.6'26 C,c)NYTrl-,L. pay .,f R4' ��_{i Li. HD=58.2188 H2=14,660.82.6 As 6' -:', Lo E2=18,985.1208 S AZ=1422.8851 HD=8.2498 H3=14,660.6323 8 (.�� E3=18,'385.2741_ JL 1 C? gQ1LT PIL i -- TRAY 5e--1 " N1 -14,62x.1366 E1=10,895.1628 St Ai -11.2645 HD=51.6623 H2-14,677.7715 f3 .1"3 -7- E27-1 8,985.4288 11 AZ=13.3110 HD=42.686E H3=14,668.6398 6 r (C' E3=10:905.1469 e I TRAr 11=14,677.6268-��I�� E1=1.0, 9055.65(1 AZ=301.2343 HD=8.2778 H2=14,677.;715 41''S B')ITT E2=10,905.4200 (P H1=14,669.1296C>  5ir9�%-- �� E1=10,985.4656 PI AZ=213.0304 A w ABC,t (i=8.5844 ) MAY-- O , SO H2=14,668.6398 Pry 13.31L1 E2=10,985.1469 (gT b c, E-, S 1.1727 R De.sti a DIST1=16.8595 1'7,oa i Co 238 E DIST2=8.2407 0 H3=14,677.7661 E3=10,985.6682 S 1.1727 W DIST1=25.9958 25,0 S 8S.4232 E DIST2=8.3876 0 H3=14,668.6329 E3=10,985.4544 S 1.1727 R DIST1=33.8845 34,csa " S 88.4237 E DIST2=� x,1577 id3=14,666.8251 E3=18,985.2785 0 w Enc3mEEauw c oa°mao�rt� June 27, 1984 Mr. Robert Bezzant, Director Dept. of Public Works City of San Mateo 330 W. 20th Avenue San Mateo, CA 94403 Attn: Thad Binkley Dear Thad: • Two major questions arose during the recent bidding phase of the Seal Slough Bridge. These involve substituting: 1. Sonoco's version of the corrosion collar (Sonoloc) instead of Symon's version. 2. A -Joint Corporation's concrete pile splice (Dyn-A-Splice) instead of the dowel method shown on the plans. I have received test reports, literature, and samples of these products, and anticipate the Contractor will want to propose usage of these substitutes. The final determination, of course, must be by and through you. The Sonoloc collar has been used in similar situations before, and appears to be an equivalent substitute. The method of placement of the concrete fill needs to be explained in full detail. The Dyn-A-Splice has been accepted by Caltrans and is therefore acceptable. It should be located at or below the midpoint of the pile. A third major question, consisting of lengthening the steel pipe piles to be full height, thus eliminating the cast -in - place pile extensions, has also been raised. We should wait for a formal submittal of this one, if the Contractor proposes it, before making an evaluation. As we can be of further assistance, please Sincerely, Dave E. Vandershaf, SE Sr. Structural Engineer RECEIVED JUN 2 8 1884 SAN MATEO PUBLIC WORKS DEPT. DEV/dc 3217 Ramos Circle • Sacramento, CA 95827 • (916) 366-6175 141J *DETAIL ESTIMATE 0 4-SM-0-SM M-D44l' (1) Seal Slough Bridge Construction on E. 3rd Ave. in City of San Mateo. To be used as a basis of agreementfor rd enue f o3 onAv ion of in theSeal CitySofugh San Bridge, Project No. M -D444(1), on Mateo. Construction Authorization Date: / 27/83 Typ e: Construct rctReinforcedConcrete Bridge Code: X080 Construction Item No. (F) 1. F 2. �F) 4. (F) F) 5. ( 6. 7. 8. 9. 10. 11. 12. 13. 1 . 15 nF 16. F 17. F 18. 19. 20. (F)21. (F)22. (F)�3. 24. (F)�5. 26. 27. 28. Item Description Unit Structure Excavation (Bridge) C.Y. Structure Excavation(Retaining C.Y. Wall) Structure Backfill Bridge) C.Y. Structure Backfill (Retaining C.Y. Wall) pervious Backfill Material C.Y. Pervious Backfill Material C•Y• (Retaining Wall) Furnish Piling (Class 70C) L.F.L Drive Pile (Class70C) L.F. Furnish Piling (Class Ea. Drive Pile (Class 100C) L.F. Furnish Piling (Class 150) L. Drive Pile (Class 150) L.F.Ea. Pile Corrosion Collar L. Pile Test Ea. L.S. Prestressing Cast -in -Place Concrete Structure Concrete, Bridge Footg.C.Y. Structure Concrete, Bridge Structure Concrete, Retaining C.Y. Wall L.F. Waterstop L.F. Joint Seal Assembly Lb. Bar Reinforcing Steel Bar Reinforcing Steel, Retain'g Lb. Wall Bar Pile Lb. Rock,t-Ton, iMeng e thodB�Slope C.Y. Protection Miscellaneous Metal, Bridge Lb. Tubular Handrailing Concrete -Barrier (Type 26) L.F.L.F. Concrete Barrier Type 50A) L.F. Length: 0.2 Miles Quantity Unit Amount Price 430 $80 $34,400 400 $80 $32,000 250 30 $ 7,500 665 $30 $19,950 640 105 0 $ 4,200 7947 74 3887 36 13,473 119 935 1 115 5450 365 92 232 705,000 , 36,000 529,000 200 2,750 1,796 1,796 1,060 8 $63,576 1,500 $111,000 13 $50,5310 1,500 $5 31 417,663 2,200 $261,800 $80 74,800 410,000 $20,000 $100,000 t250 $28,750 235 $ 1 280,750 $250 $91,250 1.i5 1,380 l00 $23,200 0.50 $352,500 $0.60 $21,b00 $0.70 $370,300 0.40 $ 8,000 $2.00 5,500 15.00 26,940 30.00 31,800 4-SM-o-sM M -D444(1) • Seal Slough Bridge Item Item Description Unit Quantity Unit ,Amount No. I Price 29. Lighting 30. Mobilization L.S. 1 $15,000 L.S. 1 $398,510 Total Contract Items Contingency 5% $3,997,340 199,867 Construction Total $4,197,207 Construction Engineering 6%+ $ 256,516 Project Total $4,453,723 SUMMARY Total Cost Participating Cost Federal Funds City Funds Construction $4,453,723 $4,453,723 $3,840,000 $613,723 Federal Participation: 100% Reimbursement Ratio: 86.22% Funding Code: W36 JRL: 6/28/84 f �/7 ! :. C 1, ; {. �r a� ham! i / I f Yet /fie., z; ' (.7 Jlf/> 277,7 • 7%( " P\tl\v s Avt _ e Acv. 5+/ 7 !!Q`1 ("SO S0- � d (1?e I, a %y byte rH o1ec 144 0 9 ft (,I k n,c., w 4 1 41 PPOI)elie 14 4 1: -7-6 b e 222...94:,,:____ -et, -11 6, 3..cyr oLrAnS C 0/C% e m /4, mca ej rev?. (`'0k 5 '��- % 7 gi ( a wLCG.(fit - �� jt 2 /7 ILr <<J X/S $j 7 Pk its 9 ��CwK C ��l 'Ts.r 8 " petk* ReIncute 1oc,Jere 4 Li r " " 1 s u���� sip �  04e, Clio " ) 14- 4)iidept w L" " '.�� sie so cam. Dtc.3 a vec� etN( x.140 u : a i?tL Tit ( To. Lobo ' o w, ����. Zcl P.4 is L, (8.4z \ o c-( ._._ lL! _ S ��. ,k\ Calt i alc"C"IAA � 0, Oa DE2\ c is o s�� soh ��' (1\An��a7eJ 1-)044.? Q_ \ C-4) L c o(& IDi? tioi10 ? RceesT5 ^lam V clj IM \  ek (Di& `pr2tcQS 02 Ace -e5 s c14%ems 14 k A. "-t' 0/105;42 e p ze 0 6P;1i 5 " " STATE OF CALIFORNIA OFFICE MEMO STD. 100 (REV. 11-751 • DATE TO: ROOM NUMBER FROM: per- ,44i/eoJ CALTRANS LOCAL ASSISTANCE - CONSTRUCTION BRANCH PHONE NUMBER 415-%7-1980 SUBJECT: RESULTS OF MATERIALS TESTS THE RESULTS OF THE ATTACKED MATERIALS TESTS ARE FOR YOUR INFORMATION AND SHOULD BE RETAINED IN YOUR MATERIALS FILE. THIS FILE ALONG WITH THE BALANCE OF YOUR PROJECT RECORDS MUST BE ARCHIVED FOR A PERIOD OF THREE YEARS FOLLOWING FINAL VOUCHF,RING BY THE FEDERAL HIGHWAY ADMINISTRATION. - 7.•15,.. rr cal SEt 241984 SAN MATED PUBLIC WORKS DEPT. DEPARTMENT OF TRANSPORTATION NOTICE OF M ITERIAL TO BE INSPEC. HMR 9-28 {7/73) I TO: CONTRACTOR: Resident Engineer Dist. 4 Const. MCM Const. Inc. DATE: Sept. 6, 1984 DIST CO RTE P,M. City of San Mateo CONTRACT NUMBER PURCHASE ORDER ESTIMATE NUMBER FEDERAL PROJECT NUMBER M -D444 (1) LIMITS OF CONTRACT: ITEM MATERIAL QUANTITY SOURCE 13 pile corrosion co116•r SonocO Pord Akron, OH . REMARKS 74,%)/ /;e7L.1 724)r- /(/-,7-e-V7.5re— r RESIDENT ENGINEER MATERIALS & RESEARCH ENGINEER R. A. FORSYTH BY Al Sn de /ASI/da SEP 2 4 1984 INSTRUCTIONS: Route Copies To: WHITE — Sampler YELLOW — Materials & Research Dept. PINK — District or Bridge Dept. GOLDENROD — Res. Engineer — Maint. Supt. GREEN — Contractor or Vendor I ' PUBLIC WORKS DEPT AIL DEPARTMENT OF TRANSPORTATION NOTICE OF MATERIAL TO BE INSPEC ? HMR R-28 (7/75) • TO: DATE: • DIS1 CO RTE P M CONTRACT NUMBER PURCHASE ORDER ESTIMATE NUMBER FEDERAL PROJECT NUMBER CONTRACTOR: LIMITS OF CONTRACT: ITEM MATERIAL QUANTITY SOURCE REMARKS: RECEIVED RESIDENT ENGINEER 2� 984 MATERIALS & RESEARCH ENGINEER _ BY EPy C`RM nATEf INSTRUCTIONS: Route Copies To: WHITE — Sampler YELLOW — Materials & Research Dept. PINK — District or Bridge Dept. GOLDENROD — Res. Engineer — Maim. Supt. GREEN — Contractor or Vendor PUBLIC WORKS DEPT. e DEPARTMENT OF TRANSPORTATION NOTICE OF MATERIALS TO BE FURNISHED TL -605 (12.74) TO: Action Machine P. 5368 Houston West Sacramento, CA 95691 DATE: y Sept. 6, 1984 BRANCH OFFICE O • Box 19128 Sacramento, CA 95819 PHONE NUMBER 739-2309 ATTENTION: CONTRACTOR: MCM Const. Inc ON STATE CONTRACT * 7 A %-„,-; 'j D15T * CO * RTE * P.M. * has notified this department that your firm is to furnish the following materials Item 20— sssenbl# This material is subject to our inspection and release before shipment is made; therefore, please notify this office as soon as manufacture or fabrication is proposed or as soon as sampling is required. Sampling, tests and inspection will be made in accordance with Section 6 of the Standard Specifications. You are reminded that source inspection is random and does not relieve the Contractor of the full responsibilityof incorporating materials in the work that comply in all respects with the contract plans and specifications, nor does it preclude the subsequent rejection of materials found to be unsuitable. Material shipped without proper release shall constitute sufficient reason for rejection. Your cooperation in notifying us by telephone as much in advance of expected action as possible, so that we may arrange for inspection, sampling • and testing will be appreciated. Very truly yours R, A. FORSYTH, Chief Transportation Laboratory BY AT Snyder ` - TITLE ,........^ Assoc. Steel insnector/da RESIDENT ENGINEER :.._dent Engineer ADDRESS t^ • 4 Cons . w THIS INFORMATION AND CONTRACT ITEM NUMBERS SHOULD APPEAR ON ALL ORDERS AND INVOICES INSTRUCTIONS: Route Copies To: SUPPLIER RESIDENT ENGINEER TRANSPORTATION LABORATORY FIELD OFFICE TRANSPORTATION LABORATORY .11.,A„ah I..,..s Pte' F*-ra :. 5p SEP 241984 SAN MATEO PUBLIC WORKS DEPT. OSP DEPARTMENT OF TRANSPORTATION NOTICE OF MATERIALS TO BE FURNISHED TL -608 (12-74) TO: DATE: BRANCH OFFICE PHONE NUMBER 1 9—� 7 ATTENTION: CONTRACTOR: ON STATE CONTRACT * DIET , CO " RTE * P.M. has notified this department that your firm is to furnish the following materials This material is subject to our inspection and release before shipment is made; therefore, please notify this office as soon as manufacture or fabrication is proposed or as soon as sampling is required. Sampling, tests and inspection will be made in accordance with Section 6 of the Standard Specifications. You are reminded that source inspection is random and does not relieve the Contractor of the full responsibility of incorporating materials in the work that comply in all respects with the contract plans and specifications, nor does it preclude the :subsequent rejection of materials found to be unsuitable. Material shipped without proper release shall constitute sufficient reason for rejection. Your cooperation in notifying us by telephone as much in advance of expected action as possible, so that we may arrange for inspection, sampling and testing will be appreciated. Very truly yours BY TITLE RESIDENT ENGINEER ADDRESS * THIS INFORMATION AND CONTRACT ITEM NUMBERS SHOULD APPEAR ON ALL ORDERS AND INVOICES INSTRUCTIONS: Route Copies To: SUPPLIER RESIDENT ENGINEER TRANSPORTATION LABORATORY FIELD OFFICE TRANSPORTATION LABORATORY Fr" CEIVED SEP241984 SAN MATEO PUBLIC WORKS DEPT. OSP " 1 DEPARTMENT OF PUBLIC WORKS 330 WEST TWENTIETH AVENUE S6N MATEO, CALIFORNIA. 94403 TELEPHONE. DIRECTOR (415) 574-6790 ENGINEERING & TRAFFIC DIV. (415) 574-6790 MAINTENANCE DIVISION (415) 574-6701 WATER QUALITY CONTROL PLANT (415) 844-5806 June 5, 1984 ADDENDUM NO. 1 EAST THIRD AVENUE WIDENING -" SEAL SLOUGH BRIDGE The following changes have been made: Addendum No. 1 is being issued to the Special Provisions, Contract Book, Notice Inviting Sealed Proposals, Contract and Plans for construction of Seal Slough Bridge near East Third Avenue from Norfolk Street to Mariner's Island Boulevard, Project 90-2126, dated May 1984. Bids for this work are to be opened and read in the Council Chambers, San Mateo City Hall, 330 West 20th Avenue, San Mateo on Tuesday, June 19, 1984, at 2:00 P.M. This Addendum is being issued to: 1. Notify bidders of a PRE -BID MEETING on the project to be held on June 12, 1984, at 10:00 A.M. in the Council Chambers, City Hall, 330 West 20th Avenue, San" Mateo. Prospective bidders are encouraged to attend. 2. Notify bidders that updated topographic information will be furnished in a later addendum. During the extended contract review period of Seal Slough Bridge by various government agencies, construction was completed on the em- bankments and surcharge at both ends of the bridge, thereby changing the topography of the area. New topography data is now being gathered and will be distributed to bidders as soon as it is received. This will allow more precise calculation of the structure excavation and backfill quantities; the present quantities were based on a proposed embankment section. 3. Revise the method of payment for concrete filling for Class 150 piling to include the quantity with the bridge structural concrete. The third and fourth paragraphs of the subsection, "Steel Pipe Piles," of Section 10-1.09, "piling," of the special provisions are amended to read: Concrete filling shall contain not less than 658 pounds of cement per cubic yard. Filling shall be placed as specified " " Addendum No. 1 Page -2- in Section 51-1.09, "Placing Concrete," of the Standard Specifi- cations and shall be vibrated full length. Concrete filling shall be measured and paid for as structural concrete, bridge. Each bidder shall acknowledge receipt of this addendum by signing one copy of this sheet and returning it at once. The bidder shall submit a duplicate signed copy with the bid documents. ACKNOWLEDGMENT I have received Addendum No. 1 to the East Third Avenue Widening -Seal Slough Bridge Concrete Book. I have read and I understand the information stated above. Bidder's Signature Date Name of Company RGB:TB:d Enclosure(s) .'s DEPARTMENT OF PUBLIC WORKS 330 WEST TWENTIETH AVENUE SAN MATEO. CALIFORNIA, 94403 TELEPHONE: DIRECTOR (415) 574.6790 ENGINEERING & TRAFFIC DIV. (415) 574-6790 MAINTENANCE DIVISION (415) 574-6701 WATER QUALITY CONTROL PLANT (415) 344-5806 June 15, 1984 ADDENDUM NO. 2 EAST THIRD AVENUE WIDENING - SEAL SLOUGH BRIDGE The following changes have been made: Addendum No. 2 is being issued to the Special Provisions, Contract Book, Notice Inviting Sealed Proposals, Contract and Plans for construction of Seal Slough Bridge near East Third Avenue from Norfolk Street to Mariner's Island Boulevard, Project 90-2126, dated May, 1984. Bids for this work were to be opened and read in the Council Chambers, San Mateo City Hall, 330 West 20th Avenue, San Mateo on Tuesday, June 19, 1984, at 2:00 P.M. This Addendum is being issued to: 1. Revise the bid opening date from Tuesday, June 19, 1984 to Tuesday, June 26, 1984. The time and place will remain the same; 2:00 P.M. in the Council Chambers, City Hall, 330 West 20th Avenue, San Mateo. 2. Transmit the updated topographic information for the recently completed east and west embankments and surcharge referred to in Addendum No. 1 (see attached plan sheets). 3. Show approximate locations of the following utilities (see attached plan sheets): a. 24" high-pressure water supply line b. 21" polyethylene sewer force main c. 54" reinforced concrete pipe force main d. 14" asbestos -cement force main 4. Show areas of work for the following adjoining contracts (see attached plan sheets) : a. Southwest Embankment Fill and 66" reinforced concrete storm drain traversing the area. b. East Embankment Fill. c. Joinville Bicycle Path Bridge. d. Drainage Pump Station at Detroit Drive. " ADDENDUM - Seal Slough Bridge Page -2- 5. Add provisions to include 24" welded steel water supply line, 21" poly- ethylene sanitary sewer force main, 14" asbestos -cement sanitary sewer force main, and 54" reinforced concrete force main to utilities included in Section 10-1.05, "Obstructions" of the special provisions. 6. Add provisions to Section 10-1.05, "Obstructions" to include random unknown large objects in the work area that may interfere with piledriving operations. 7. Add provisions to protection of epoxy -coated reinforcement to include protection during sand blasting. 8. Add provisions to specify where longitudinal closure joints will not be allowed. 9. Add provision to allow smaller void forms only if the void size shown on the plans is unavailable. Copies of revised Sheets 3 and 4 of the plans are enclosed. Revisions consist of: Updated contours at the abutment areas and location of the 24" welded steel water line. A new sheet is enclosed for information on location of the adjoining projects and utilities not shown on the plans. The following paragraphs are added to Section 10-1.05, "Obstructions," of the special provisions: The Contractor's attention is directed to the utilities shown on Sheet 1 of the addendum. These utilities consist of a 24" welded steel water supply line, a 21" polyethylene sanitary sewer force main, a 14" asbestos -cement sanitary sewer force main, and a 54" reinforced concrete force main. The Con- tractor is directed to exercise due caution when working over or near these utilities. Damage to any of these utilities shall be repaired by the Contractor at his expense. Attention is also directed to the possible existence of certain underground materials previously placed as fill over the bay mud. These materials may consist of broken concrete, boulders, tree trunks and other large and inert objects. These materials have been randomly placed and the exact location is unknown. The Contractor shall use any method, subject to prior approval by the Engineer, to loosen, penetrate or remove the materials prior to driving piles. The following paragraph is added after the twelfth paragraph in Section 10-1.12, "Reinforcement," of the special provisions: During blast -cleaning operations where exposed reinforcement is present, proper protective measures shall be taken by the Contractor to prevent damage to the coating material. Such measures shall be subject to approval by the Engineer. Any damage that results to the coating material shall be repaired by the Contractor at his expense as outlined above. S ADDENDUM - Seal Slough Bridge Page -3- The fourth paragraph of the subsection, "Falsework," of Section 10-1.11, "Concrete Structures," of the special provisions is amended to read: Void forms and associated hardware used in slab construction shall be considered as falsework and designed as such. If void forms are unavailable for the size of void shown on the plans, the next smaller size of void form may be used, subject to approval by the Engineer. Piles for falsework may be left in slough provided they are cut off 2' or more below mud line. The note accompanying the "Construction Joint Option" on Sheet 13 of theplans is amended to read: Exact location(s) shall be proposed by the Contractor. Joints shall be located away from traffic wheel lines and tops of piles and shall be approved by the Engineer. Closure pour to be placed a minimum of two weeks after all falsework has been removed. Each bidder shall acknowledge receipt of this addendum by signing one copy of this sheet and returning it at once. The bidder shall submit a duplicate signed copy with the bid documents. ACKNOWLEDGMENT I have received Addendum No. 2 to the East Third Avenue Widening -Seal Slough Bridge Contract Book. I have read and I understand the information stated above. Bidder's Signature Date Name of Company RGB:TB:d Enclosure(s) PUBLIC WORKS eAI IMENT From: THAD BINKLEY Date: To TITLE 'init. FYI action pee Me D DIRECTOR + CITY ENGINEER AP SENIOR ENGINEER CHIEF INSPECTOR Aor TRAFFIC ADMIN. ASSISTANT SECRETARIAL STAFF N._ 1(14.r P Y FILE TICKLE dal 96(1141'1'61f August 30, 1984 PHONE MEMO: FROM: Harry McGovern - MCM TO: D. Vandershaf Subject: Seal Slough Piles E. Third Avvr,x Wikri ng Norfolk St. To '::. : Wr s Is. Blvd. V 212. O Se2-( dS1 3k Harry called to inquire about what possibility exists that the tip elevation of the 24"p piles may be changed based on the upcoming load tests. T replied some chance does exist. Harry is concerned, because the epoxy -coated reinforcement takes 3 or 4 weeks time for delivery. The elevations "50" and "60" on Sheet 10 will remain unchanged, despite any hypothetical pile tip revisions. D. E. Vandershaf DEV/dc RECEIVED S E P 4 - 1984 SAN MATEO PUBLIC WORKS DEPT. EnGMEERMG COMPUTER CORPORATFOfl " STATE OF CALIFORNIA  BUSINESS AND TRANSPORTATION AGENCY GEORGE DEUKMEJIAN, Governor DEPARTMENT OF TRANSPORTATION BOX 7310 SAN FRANCISCO 94120 (415) 557-1840 March 30, 1984 Mr. Robert G. Bezzant Director of Public Works City of San Mateo 330 W. 20th Avenue San Mateo, CA. 94403 Dear Bob: File: 4-SM-0-SM M -D444(1) Construct Seal Slough Bridge on. E. 3rd Ave. in the City of San Mateo. This is to verify my phone call today relaying Caltransf concurrence to advertise the above listed project for construction bids. Federal funding has been procured to reimburse San Mateo for 86.22% of the eligible contract items of work. Advertising for bids must be for a period of at least 21 days with two insertions of the ad during that period in a newspaper of general local circulation. Proof of advertising in conformance with the above will be requested after bid opening. Advertising also in construction and DBE publications is encouraged. Please inform me what date bids will be opened when that is determined. Sincerely yours, BURCH C. BACHTOLD District Director es R. Landers, Caltrans Area Liaison Engineer RECEIVED APR 101984 SAN MATEO PUBLIC WORKS DEPT. ECO IIPUIER CORPORRi100 July 30, 1984 Mr. Peter Boyle City of San Mateo Dept. of Public Works 330 W. 20th Avenue San Mateo, CA 94403 Dear Mr. Boyle: Enclosed please find a copy of the "SONO-LOC" literature, This looks like an equivalent product to the corrosion collar specified on the plans, and therefore I recommend allowing the Contractor to use it, substituting for the "Symons" product shown. The method of concrete placement is- different (there is no built-in tremie pipe), and this will require a modified method of pouring, but is feasible. If we can be of any further assistance, please advises Sincerely, Dave E. Vandershaf, SE Sr, Structural Engineer DEV/dc Enc. RECEIVED 3UL 311984 SAN �RK� DEPT. pUBLt0 W 3217 Ramos Circle • Sacramento, CA 95827 • (916) 366-6175 " " SONOCO PRODUCTS COMPANY d Id GFF,cE._.tiART`Vi_LE ^,GUIH RC L A 2=- cO U 8C3 333.7JC_; June 21, 1984 Mr. Dave Vander Shaf Engineering Computer Corporation 3217 Ramos Circle Sacramento, CA 95827 Dear Mr. Vander Shaf: A sample SONO-LOC tube 12" long x 18" diameter has been shipped air freight to your attention. The ribs on this sample are facing out. The forms for the Seal Slough Bridge would have the ribs facing inward. No banding is required with the SONO-LOC tubes, consequently, no vertical joints. Concrete grout will lock into the ribs making an integral encasement system. Enclosed is a general SONO-LOC Brochure. The center photo with the crane in the background is a SONO-LOC tube with the ribs in being lowered into the water to form a new pile. The unique design of SONO-LOC makes it an ideal product for piling encasements. Please call if you have any questions. Sincerely, EWH:g4/E Enclosure CC: A. E. Davis l_- ! c.. / "\ Edwin W. Haenni Product Manager General Products Division RECEIVED J U L 31 1984 SAN MATED PUBLIC WORKS. DEPT. Builtio Handle To Unique PVC Construction Sono-Loc tubing is uniquely constructed by ex- truding rigid polyvinyl chloride (PVC) into a profile with a ribbed configuration. The extruded profile is then spirally wound into tubes with seams fastened both mechanically and with adhesive. The snap -lock mechanical joint allows the produc- tion of continuous, high-performance Sono-Loc tubes. The joint design incorporates a primary male/female lock plus a secondary lock which snaps under the adja- cent main structure rib. The Sono-Loc concept and process is covered under U.S.A. Patent Nos. 4209043 and 4337564. Nu- merous foreign patents also have been issued. High Strength And Chemical Resistance This remarkable construction gives lightweight Sono-Loc plastic tubing an unusually high strength - to -weight ratio. It is easy to handle and strong enough S» w Lrk lnlx tci,rtiug. STRONG "I -BEAM- RIBS h Jobs. to stand up to construction -site conditions. The Sono-Loc tubes are impervious to water and highly resistant to acids and soil chemicals. Manufacturing Flexibility Five different standard rib configurations permit the construction of Sono-Loc tubes to your require- ments for strength and stiffness. Special profile configu- rations also can be engineered to meet specific needs. Tubes may be spirally wound in diameters from 4 to 72 inches, and lengths up to 40 feet. Limitless Applications The superior strength, durability and perfor- mance of Sono-Loc tube products meet a wider range of applications than conventional plastic tubes. Their economy and ease of handling on the jobsite make them ideal for a virtually limitless variety of uses— from concrete forms to mine ventilation ducting. Jobsite winding of Sono-Loc is a practical solution for certain applications. ,,.,,.,,....- 1110') SnoLocPIastic Tubing,Products Ex SECONDARY LOCK Column Forms Sono-Loc tube products make easy -to -handle con- crete column forms that are lightweight, easily stripped and impervious to moisture. If desired, Sono-Loc forms can be rolled «-ith ribs facing inward to permanently lock to the concrete, thereby producing a plastic - sheathed concrete column. Concrete Voids Sono-Loc tubes help produce excellent prestressed concrete bridge members or slabs because they are im- pervious to water and chemicals and are inert within the concrete. Meter Boxes, Vaults And Sumps Sono-Loc tubes can be produced in diameters up to six feet. They can be cut to specific lengths with rolled or capped ends to provide a special finish and additional strength. Ducts Or Flumes Sono-Loc tubes are perfect for ventilation or ex- traction ducting. They are also suitable for flumes to transport aggressive effluents and slurries. Piling Encasements Sono-Loc.tubes can be slipped over a pile; or around a pile by using the split form. The split form is a Sono-Loc tube with inward -facing ribs with a longitu- dinal joint. Extruded locking members are bonded to the cut edges. This permits the form to be sprung around the piling and the edges snap -Locked together. The inner form is then banded or enveloped with a second reusable outer banding Sono-Loc form. Other Applications Versatile Sono-Loc tubes can be made to your specific dimensional and strength requirements for such diverse applications as caissons, pontoons, well screens, filters, containers, pipe protection, drains or whatever your imagination creates. Sonoco also pro- duces a wide range of ac essories to make up the Sono- Loc systems. Exhalrsi clad Large diameters Piling encasement (;olllnva folnn Designed FosEconomyAnal Versatility. F. t Five Different Profile Configurations Sono-Loc tubes are formed by spirally winding an extruded PVC ribbed profile. "I'he ribs perform as built- in I -beams that circumferentially strengthen the tube, T - ►I c I�— producing an unrivaled strength -to -weight ratio. The profiles are produced in five different standard configurations, each recommended for par- ticular tube sizes and applications. as suggested in the accompanying chart. W Tough Material Sono-Loc tube products are constructed from rigid polyvinyl chloride (PVC), generally in accordance with ASTM D1784, Cell classification 12344. The PVC. material is a pleasant off-white color. Great Deflection -To -Weight Ratio Sono-Loc tubes resist deformation from com- pressive loading. The actual compressive strength of a given tube depends upon its diameter and the design of its ribbed profile. Maximum rated values of deflec- tion resistance for various sizes and profile styles are plotted in the accompanying chart. Note: For trouble -free performance of Sono-Loc tubes in buried applications, proper backfill procedures must be observed. Suggested Applications) Tube Sizes Profile Design Code Dimensions' H T W C l. Profile Weight Per Ft. For disposable concrete column forms up to 24 -inch diameter 201.105 .225 .030 4.4 .140 .500 .157 Also for lightweight concrete voids and ventilation ducts. 201-124 .300 .030 5.8 .220 .470 .210 For pile encasements concrete forms and left -in -place column forms. Usually wound with inward -facing ribs and slightly fluted outer surface. 201-77 .480 .050 6.4 .260 .500 .362 For meter boxes and concrete column forms up to 36 -inch diem- eter. Also for duds and flumes 201-58 .320 .040 5.8 .220 .440 .265 For large-diometer concrete column forms from 3b to 72. 201-67 inch diameters. Also for tanks, duds and flumes. .450 .055 6.5 .280. .500 .467 'Dimensions con be varied ± 10% in manufacturing to meet requirements for specific applications. To calculate weight per foot of finished tube Profile Weight per foot x n x tube I.D. in inches W (Profile Width) e.g. If profile 201-58 is used to make 18" I.D. tube .265. 3.1416 x 18 — 2.58 pounds per foot of finished tube 5.8 All dimensions ore in inches. Subject to change without notice. Pipe Stiffness is expressed as F , which equals 5% deflection per inch of diameter, per pound persquare inch (psi) of force per ASTM D2412. AY Sonoco.TI First Name IsSpiraI Tubes Offers A Wide Variety Of Products. Sono-Loc tubing is another example of Sonoco's , ice: growing capabil- ities in plastic prod- ucts for the con- struction field. Today, Sonoco operates more than 75 plants from coast to coast, 1 and has affiliates and subsidiaries in the United States and 18 foreign countries. For further details and technical information on Sono-Loc tubing products, call or write Sonoco Products Company, Sono-Loc Operations, Hartsville, SC 29550. (803) 383-7000. Sono-Loc tubing is manufactured by Sonoco Products Company, an innovator in the development of quality, cost-effective products of paper, plastics, metal, wood and composites for variety of industries. More than 80 years old, Sonoco is a Fortune 500 firm with decades of experience in the con- struction industry. Among our inno- vative construction prod- ucts are Sonotube" and Sonovoid R fibre concrete column forms and voids, plus pre-engineered metal buildings. TI/u itninatu.'n in tins lirnc/zure is accuratetothetestof,„u snore/edge and belief but is intended as a general guide only.Applieatiom sru gested fnr the matc,ials are de:477'1)0d „nlr t., help the reader make his mot evaluation and decision. SONOCO PRODUCTS COMPANY Sono-LocOperations—l-Iartsville, SC 29550 (803) 383-7000 " CM CONSTRUCTION, INC. General Engineering Contractors " (916) 334-1221 P.O. Box 620 " 6413 32nd Street " North Highlands, CA 95660 August 13, 1984 City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, Ca. 94403 Re: Attn: Peter Boyle, R.E. Gentlemen: Project #09-90-2126 Seal Slough Bridge Safety, MBE, EEO Officers We hereby inform you of the following persons and their various responsibilities in connection with the above referenced project: Jim Carter - Owner/Construction Supervisor Richard Myers - Owner/Superintendent/Safety Representative Harry McGovern - General Manager/MBE Officer/EEO Officer Don Pollock - Chief Engineer/Safety Coordinator Enclosed herewith are copies of our Affirmative Action Plan and our Safety Program. Very truly yours, MCM CO U IO , INC. H.D. Mc ove General Manager encl. AN EQUAL OPPORTUNITY EMPLOYER " STATE CONTRACTORS LIC. NO. 286430 CONSTRUCTION, INC. General Engineering Contractors • (916) 334-1221 P.O. Box 620 • 6413 32nd Street • North Highlands, CA 95660 AFFIRMATIVE ACTION PROGRAM Period: January 1, 1984 -• December 31, 1984 MCM Construction Co. MCM Construction, Inc. Herein after called MCM AN EQUAL OPPORTUNITY EMPLOYER • STATE CONTRACTORS LIC. NO. 286430 " ONSTRUrTION, INC. General Engineering Contractors w (916) 334-1221 P.O. Box 620 6413 32nd Street � North Highlands, CA 95660 INTRODUCTION MCM is committed to Equal Employment Opportunities for all people, including qualified handicapped persons, and has initiated programs to ensure that re- cruitment, employment, training and promotion would be based on qualifications without regard to race, religion, creed, color, sex, age or national origin: To seek employees of the highest quality; To select these employees on the basis of ability, experience, training, intelligence, character and physical fitness; To make available to employees opportunities for training, development, and advancement consistent with individual ability, performance and the requirements of,the company; To promote employees on the basis of merit, but when all factors are equal, to give preference to longer service. To make promotions from within the organization whenever possible; To develop competent managers who understand the work of the Company and who can meet with open-mindedness suggestions and improvements brought up by their fellow employees; To provide an atmosphere for the development of individual responsibility and a sense of participation in the success of the organization; To respect the individual rights of each employee and to treat all employees with courtesy, dignity, and consideration. This affirmative Action Program reaffirms the Corporate policy, analyzes our present work force posture and our employment practices and established goals and objectives for continued improvement of our equal employment opportunity committments. All management and supervisory personnel are expected to take.a irmative action to ensure that we attain the goals that we set for ourselves it in e time- tables established. 'ea Carter esident Date: January 3984 AN. EQUAL OPPORTUNITY EMPLOYER " STATE CONTRACTORS LIC. NO. 286430 " CONSTRUCTION, INC. General Engineering Contractors " (916) 334-1221 P.Q. Box 620 " 6413 32nd Street " North Highlands, CA 95660 I. REAFFIRMATION OF THE EEO POLICY This program reaffirms that policy and practices of MCM to provide equal employment opportunity of employing the best qualified persons for each job. Equal employment opportunity.will be afforded to qualified handicapped persons. In order to eliminate and avoid discrimination against any employee or applicant' for.em.ployment because of race, color, religion., sex or national origin, MCM shall: 1. Recruit, advertise, hire, transfer, and promote classifications without regard to race, color, religion, age, male or female or national origin. 2, Base decisions on employment so as to further the principle of equal employment opportunity. 3. Ensure that.promotion decisions are in accord with principles of equal employment by imposing only valid requirements for promotional opportunities. 4. Ensure that all other personnel actions such as compensations, benefits, transfers, layoffs, return from layoff, will be administered without regard to race, color, religion, age, male or female or national origin, This Guide is MCM policy and is issued by the President of MCM. If any employee has any suggestions, problems, or complaints in regard to equal employment, he " should feel free to contact the Equal Employment Opportunity Coordinator. Harry 1), McGovern is the Equal Employment Coordinator and can be reached by writing to Post Office Box 620, North HighlandF, Ca. 95660 7 By: President Date: January 1984 er AN EQUAL OPPORTUNITY EMPLOYER " STATE CONTRACTORS LIC. NO. 286430 !. • II. DISSEMINATION OF THE POLICY AND AAP GOALS In order to assure a continued adherence to the provisions of the Company policy on Equal Employment Opportunity, the following procedures are followed: A. INTERNAL DISSEMINATION Our corporate policy of equal employment opportunity is -communicated to MGM employees through notices and posters, 2. Each Superintendent is responsible for communicating Corporate policy to his employees. 3. Our policy is also communicated through posted copies of the O.F.C.C. Equal Opportunity posters, and during pre -employment interviews. 4. In addition, the MCM policy providing for equal employment opportunity, will be posted at the point of receipt of application for employment, in a conspicuous place where interviews are accomplished, and on the jobsi.te locations. 5. There is no facility newsletter or paper at present, but communications will be included in.other internal publications which may be created. 6. Once each year each employee will be given a copy of -the Policy. 7. Where practicable each new employee will. be given a copy of the Policy during orientation. B. EXTERNAL DISSEMINATION 1. All recruiting sources will be informed in writing of this establishment's official policy on Equal Employment Opportunity at the beginning of each new- contract. 2. No purchase order, lease, contract, etc., covered by or subject to Executive Order No. 11246, as amended, or its implementing rules and regulations, shall be signed, issued or negotiated unless the appropriate Equal Opportunity Clause is contained therein. Certificates of EEO Compliance forms will be sent to appropriate suppliers and/or -vendors. 3. All advertisements for job applicants will contain a statement clearly indicating that MCM recruits on. the basis of qualifications and without regard to race, color, creed, religion, age, male or female or national origin. Any recruitment services which may hereafter be used will -be advised of the Company's policy of equal employment opportunity. 4. Each Labor Union or representative of workers with which we have a collective bargaining agreement will be notified of our consuittments under Executive Order #1I246 and post copies as necessary.. 5. Prospective employees will be informed of the existence of MCAT EEO Policy and Affirmative Action Program. The representatives 'cif-the Company will make available such elements of the program as will enable interested prospective employees to know of and avail themselves of the Company's EEO benefits. " III. RESPONSIBILITIES FOR IMPLEMENTATION OF CONTRACTORS AFFIRMATIVE ACTION PROGRAM The EEO Coordinator will be responsible for the identification of problem areas and the maintenance of technical compliance. The EEO Coordinator will participate in all decisions regarding recruitment and upgrading of minorities and females in the official's, manager's, and professionals' categories.' He will work to correct all deficiencies in organizational units and to improve the utilization of minority group and female employees. The EEO Coordinator will be reponsible for implementing the Affirmative Action Program by working with all supervisors and agencies. Specific methods of implementing will be required. In addition. to the above, the EEC? Coordinator will: 1. Develop an acceptable, written Affirmative Action Program annually. 2. Design, compile and audit the quarterly reporting system that measures the effectiveness of the program. A. Determine the degrees to which goals are being reached each quarter. B. Define and recommend necessary remedial actions C. Communicate those recommendations to appropriate management. 3. Help solve EEO problems as they occur. 4. Serve as liaison to enforcement agencies, minority and women's organizations and community action groups. 5. Keep management continuously informed. of latest developments in the equal opportunity field. 6. Work with local minority and. women's organizations and community action groups. 7. Audit hiring and promotion patterns quarterly, to remove any impediments to the attainment of goals. 8. Discuss Equal Employment Opportunity policy. with managers, supervisors and employees quarterly to be certain its principles are being carried out 9. Review the qualifications of employees quarterly, to ensure that minorities and women are given full opportunities for transfers and promotion. 10. Ensure by quarterly audits: A. Proper display of Federal EEO Notice and Policy. B. The desegregation of all facilities (except toilet facilities by sex), both in policy and use. 1 ., . Ensure that supervisors understand that their work performance is being evaluated on the basis of their equal employment opportunity efforts, as well as other criteria. 12. Compile and distribute reports as required. CONTENTS 1. Body Protection 2. Excavation Areas 3. Portable Ladder -- General 4. Portable Ladder - Job -made 5. Scaffolding and Walkways - General 6. Wall Scaffolding -Heavy Duty 7. Portable Electric/Air Tools 8. High Pressure Cylinders 9. Cranes 10. Falsework Timber 11 . Safety Meeting 12. Injury Reporting 13. First Aid Facilities 14. Enforcement of Safety Programs 15. Miscellaneous Safety Program MCM Construction January 1984 I, • • MCM CONSTRUCTION INC,: SAFETY POLICY AND PROGRAM The instructions in this manual are to be strictly adhered to by all personnel of MCM Construction, Inc. These instructions are a supplement to accident prevention and are considered basic minimum•requirements for employ- ment for all employees of the Corporation. Should there be a conflict with these instructions on Federal,.State or Local ordinances, the Federal, State and Local ordinance shall prevail. It is the desire of this Corporation that each employee will be thoroughly knowledgeable in basic everyday safe practices. 1. Body Protection 1.1 Hard hats shall be worn by everyone. These hats shall be furnished by MCM or by the employee if he desires. Bump hats will not be allowed. Each employee shall properly maintain his hat. 1.2 Hard soled workboots, ankle length, will be required by each employee. Worn soles will not be tolerated. 1.3 Loose or frayed clothing shall not be worn. 1.4 Red jackets or vests will be furnished by MCM to all employees working adjacent to•public traffic. Do not attempt to work next to traffic unless so attired. 1.5 Eye goggles will be furnished by MCM to all employees where wood chips, dust, flying dirt, fresh concrete or concrete grinding particles would endanger the eyes. 1,6 Rubber boots and gloves will be furnished by MCM to all employees who are required to handle fresh concrete, 1.7 Shirts will be worn at all times. 1.8 Safety belts and lanyards will be furnished by MCM and are to be properly used. Any defective equipment is to be reported immediately. No employee is to use this type of equipment unless properly instructed, 1.9 All tools that are required to be furnished by the employee as a condition of employment will be properly maintained. Defective or worn tools will not be used or tolerated, 1.10 All tools and safety devices that are furnished by MCM are expected to be properly used and any defective equipment is to be reported immediately. 1.11 All tools and safety devices furnished by MCM are to remain on the job site either in the foreman's pickup or in the job tool trailer with the exception of hard hats. These may be retained in the employee's possession at all times. 2. Excavation Areas 2,1 No one will be allowed in any trench excavation over five (5) feet deep without shoring or sloped back as required by Federal, State, or Local ordinances. If in doubt, do not enter. " - " 2. Excavation areas cont. 2.2 All trenches and open cuts shall be barricaded or fenced if over twenty (20) feet deep. Barricades or fencing will not be required if trench or open cut are sloped back flatter than ,- to 1. 2.3 Ladders are required in trenches over four (4) feet deep and are to extend from the floor of the excavation to at least three (3) feet above the top of the excavation, and shall be provided and so lo- cated as to provide means of exit without more than twenty-five (25) feet of lateral travel. 2,4 All loose material, dirt, lumber, equipment, etc.., will be stored at least two (2) feet or more from the edge of the excavation, 3. Portable Ladder - General 3.1 No ladder is to be used with broken or split rungs or side rails. 3.2 Areas around the top and bottom of ladders shall be kept clear. 3.3 Ladders shall be inclined such that the horizontal distance from the top support to the base will not be greater than one-fourth the vertical distance between these supports. 3.4 Ladders in use shall be tied, blocked, or otherwise secured to pre- vent their being displaced. 3,5 Side rails shall extend not less than thirty-six (36) inches above the landing. When this is not practical, grab rails, which provide a secure grip, shall be installed. 3.6 Ladders that will remain at one location for several hours shall have upper and lower landings with a width of twenty (2.0) inches or more and an area of at least four (4) square feet 3.7 Metal ladders shall not be used within four (4) feet of electrical apparatus, wiring or other live electrical. equipment. 4. Portable ladder job -made 4.1 If a ladder is to provide the only means of access or exit from a working area for twenty-five (25) or more employees, or simultaneous two-way traffic is expected, a double cleated ladder (or two ladders) shall be installed. 4.2 Double cleat ladders shall not exceed thirty (30) feet in length. 4,3 Single cleat ladders shall not exceed thirty (30Y feet in length between supports (base and top landings). 4.4 The width between side rails of single cleat ladders at the bottom shall be at least sixteen (16) inches for heights up to 12 ft., eighteen (18) inches for heights above 12 ft. and up to 18 ft. and nineteen (19) inches for heights above 18 ft. and up to 26 ft. 4.5 The width between rails shall be parallel or narrower at the top by not more -than one -quarter of an inch for each rung, 4,6 If side rails are to be spliced, the splice shall develop the full strength of a continuous side rail of the same length. 4,r Two (2) inch by four (4) inch lumber shall be used for side rails of cleat ladders up to twenty (20) feet long. Two (2) inch by six. (6) inch lumber shall be used for cleat ladders from twenty (20) to twentysix (26) feet in length. 4. Portable. Ladder job -made cont. 4.8 Longer ladders shall have side rails of proportionately larger dimensions. 4.9 Side rails and wood cleats shall be constructed with Douglas Fir only, free of knots in the narrow face. Knots in the wide face shall not exceed 14 inch and be at least ; inch from edge. 4.10 Wood cleats shall have the following minimum dimensions: Up to and including 19" wide - %" thick by 3z" wide 4.11 Filler blocks shall be used on the rails between each cleat.. The Cleats shall be nailed to each rail with three 10d common nails (double head nails are not to be used). 4.112 Always; face the ladder while climbing and grasp the side rails, not the cleats. 5. Scaffolding and walkways general 5.1 Guard rails shall be installed on all open sides and ends of platforms more than .71/2 feet above ground, 5.2 Guard rails shall be two (2) by four (4) inches or equivalent, forty- two (42) to forty-five (45) inches high with a mid rail of one (1) by six (6) inch lumber or equivalent. (do not use double head nails). 5.3 Scaffolding planks shall be two (2) by ten (10) construction grade, minimum two (2) wide and supported every eight (8) feet maximum. All planks shall overlap a minimum of twelve (12) inches or be secured from movement (do not use double head nails). 5.4 Tae boards shall be provided on. all open sides and ends of railed scaffolds at locations where persons are required to work or pass under the scaffold and at all interior floor, roof and shaft openings, Toe boards shall be solid and extend not less than 31r2 inches high above the top platform and the bottom clearance shall not exceed 14 inch. 6. Wall Scaffolding -• heavy dui 6.1 Uprights four (4) by four (4) inch minimum at seven (7) foot centers with 4 foot clear width. Ledgers two 1 X 6 inch (either side of 4x4) or one 2 x 6. Ribbon, one 1 x 6 inch or 2 x 4 inch. Diagonal bracing shall be 2 x 4 inch. Planking shall be 2 x 10 inch, placed solid, 6.2 Handrails & midrails shall be constructed as specified above under "Scaffolding and walkways - general.." 7. Portable electric/air tools 7.1 All electric tools must be grounded. 7.2 Workers shall not tamper or handle any electrical equipment, machinery, air or water lines in a manner not within the scope of his duties, unless he has received instruction from his Foreman, and then only if it is Safe. 7.3 Do NOT block the air control valve while equipment is in operation. 7.4 Keep safety ties on all air hose connections where required. 7.5 Always bleed the air tools before you disconnect them. 7. Portable electric/air tools cont. 7.6 Do not lift or lower electrical tools or air tools from the cord or the hose. 7.7 Do NOT leave electrical cords or air hoses lying around, 7.8 Report any broken electrical cords or air hoses to your Foreman. 8. Acetylene -Oxygen cylinders 8.1 Empty cylinders shall not be left lying around on the job. 8.2 Storage racks will be provided in the yard.areas. 9. Heavy Equipment Operation -.Cranes 9.1 Only the person assigned to operate or move a certain rig will be allowed to ride. No other riders, 9.2 Do NOT ride hoists, cranes, or any other lifting device. 9.3 Only the authorized operator may move or operate any lifting equipment. 9.4 Hard hats must be worn by all operators. 9.5 Be sure NO ONE is below before operating any equipment near the tops of cuts, bank and cliffs. TO ALL BRIDGE SUPERINTENDENTS 10. All falsework timber shall be checked before use for the following conditions; 10.1 Any broken timber shall be trimmed back to good sound timber area. 10.2 Any timber that is cross checked, other than longitudinally, shall be cut up into four (4) foot long corbel blocks. 10.3 Any timber that is badly scarred to a depth of two (2) inch or greater shall be cut up into four (4) foot long corbel blocks. 10.4 Any timber that is rottedshall be disposed of. 10.5 Temporary bracing will be installed as each falsework bent is erected. 10.6 Permanent bracing will be installed as soon as practical. (detailed bracing will be shown on the falsework plans and no deviations shall be allowed.) If a conflict occurs, the Engineer shall be notified immediately. 11. Safety Meeting 11. 1 Foreman will hold a safety meeting at least once every ten (10) days. 11.2 Superintendents and foremen will hold meetings once per month. 12. Injury Reporting 12.1 All injuries will be reported to your Foreman, Safety Officer or the office IMMEDIATELY so that arrangements can be made for medical treat- ment or first aid treatment, 13. First Aid Facilities 13.1 An -adequate supply of first aid materials is to be kept readily avail- able for employees on every job. Information shall also be readily available as to the doctor and/or ambulance service to be called in an emergency. " - " 14. Enforcement of Safety Program 14.1 Violation of safety rules .- company, Federal or State - will not be tolerated, Violations of these rules could result in Automatic dismissal. 15. Miscellaneous 15.1 Horseplay or any acts which tend to have an adverse influence on the safety and well-being, of the employee are prohibited. 15.2 intoxicating liquor; Any one knownto be under the influence of alcohol will not be permittedon the job and will be subject to dismissal.. 15.3 Liquor will not be permitted on jobsites. " " FOREMAN' S RESPONSIBILITIES 1. Set an example that reflects correctly the intent of our safety program. 2. Educate employee on how to avoid creating hazardous situations. 3. Impart to each employee the understanding that violation of established safety rules will not be tolerated. 4. Enforce proper use of safety devices and personal equipment as required under CAL/OSHA and Federal regulation. 5. Take prompt corrective action whenever unsafe conditions or unsafe acts are reported. 6. Investigate and deter -mine the cause of all accidents or occu- pational health exposures and document. 7. See that all injuries are reported promptly and fully. 8. Instill a safety awareness in each employee through personal safety contact and by group safety education, 9. Conduct regular safety surveys of the jobsite. 10. Give full support to the company safety policies. Although top management has major responsibility for establishing definite safety policies, procedures and safe working conditions;;most of what is planned and established must reach the employee on. the job by way of the job foreman, the person in frequent and close association with employee. " " RESPONSIBILITIES OF EMPLOYEES All employees are required to: 1. Comply with all Federal and State safety requirements. 2. Cooperate fully with M.C.M. safety program. 3. Take proper care of company equipment and immediately report unsafe or defective equipment to your foreman. 4. Follow safe work habits and procedures as well as set a good example for your fellow workers. 5. Report ALL injuries as soon as possible to the foreman or superintendent and obtain Medical service order tearout slip before reporting to the doctor to insure prompt medical attention. VIOLATIONS WILL NOT BE TOLERATED RESPONSIBILITIES OF THE SUPERINTENDENT 1. Will be responsible for enforcing the M.C.M. safety polity at jobsite. 1.1 Conduct regular safety meeting and document same. 1.2 Ascertain that accident reporting is prompt and thorough. 1.3 Conduct regular safety inspection on the job. 2. Has the ultimate responsibility for jobsite safety, even though certain facets of the safety program may be delegated to the foreman. 3. Will handle safety problems that might arise involving subcontractors. 3.1 Enforce safety orders relative to the job. 3.2 Coordinate the safety program with subcontractors and their personnel. 4. Under CAL/OSHA the General Contractor is responsible for unsafe conditions caused by the subcontractor, especially if such conditions could possibly involve any other persons on jobsite. MC CONSTRUCTION, INC. General Engineering Contractors • (916) 334-1221 P.O. Box 620 • 6413 32nd Street • North Highlands, CA 95660 August 13, 1984 City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, Ca. 94403 Re:. Project #09-90-2126 Seal Slough Bridge Superintendent Appointment Attn: Peter Boyle, R.E. Gentlemen: In accordance with Section 5-1.06 of the Standard Specifications, we hereby inform you that the Project Superintendent will be Richard Myers. All Contract Change Orders and daily extra work reports are to be signed by either Harry McGovern or Jim Carter of MCM Construction, Inc. Very truly yours, MCM CO ,UC ON, H. . McGover General Manager AN EQUAL OPPORTUNITY EMPLOYER • STATE CONTRACTORS LIC. NO. 286430 C CONSTRUCTION, INC. General Engineering Contractors • (916) 334-1221 P,O. Box 620 • 6413 32nd Street • North Highlands, CA 95660 August 13, 1984 City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, Ca. 94403 Re: Project #09-90-2126 Seal Slough Bridge Requested Changes Attn: Peter Boyle, R.E. Gentlemen: As per our several discussions over the past few weeks, we hereby request that the following be allowed: 1) Drive #1 quality higher strength used steel pipe piles. 2) Provide Sono-Loc Pile corrosion collars. 3) As necessary, provide a clean gravel access fill into the slough within the shadow of the new bridge. Said fill to be completely removed after it is no longer required. We'll appreciate your cooperation. Very truly yours, MCM ONST'UCT N, INC. H. %.' - •ver General Manager AN EQUAL OPPORTUNITY EMPLOYER • STATE CONTRACTORS LbC, NO. 286430 c CONSTRUCTION, INC. General Engineering Contractors • (916) 334-1221 P.O. Box 620 • 6413 32nd Street • North Highlands, CA 95660 August 13, 1984 City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, Ca. 94403 Re: Project #09-90-2126 Seal Slough Bridge Water Pollution Control Plan Attn: Peter Boyle, R.E. Gentlemen: In accordance with Section 7-1.01L of the Standard Specifications, we hereby describe our water pollution control plan as follows: 1) Complete all excavations and backfilling operations as soon as is practically possible so as to minimize the exposure to erosion. 2) Use clean material for any access pad into the slough. 3) Continuously check all equipment for oil or fuel leaks and keep all work areas free from any deleterious matter that could enter the slough. 4) Construct earthen dikes as necessary to prevent the excavation areas from eroding. Your finding this plan acceptable will be appreciated. Very truly yours, MCM CONST CTII , IN H. cGove General Manager AN EQUAL OPPORTUNITY EMPLOYER • STATE CONTRACTORS LIC. NO. 286430 c CONSTRUCTION, INC. General Engineering Contractors • (916) 334-1221 P.O. Box 620 • 6413 32nd Street • North Highlands, CA 95660 August 13, 1984 City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, Ca. 94403 Re: Project #09-90-2126 Seal Slough Bridge Begin Work Notice Attn: Peter Boyle, R.E. Gentlemen: In accordance with Section 8-1.03 of the Standard Specifications, we hereby give notice of our intent to begin work on the above referenced project on August 27, 1984. Please inform all interested parties. Your cooperation is appreciated. Very truly yours, MCM CS'S_:U ION, H. McGover General Manager AN EQUAL OPPORTUNITY EMPLOYER • STATE CONTRACTORS LIC, NO. 286430 C CONSTRUCTION , INC . General Engineering Contractors • (916) 334-1221 P.O. Box 620 • 6413 32nd Street • North Highlands, CA 95660 August 13, 1984 City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, Ca. 94403 Re: Attn: Peter Boyle, R.E. Gentlemen: Project #09-90-2126 Seal Slough Bridge Excavation Plan Where possible, excavations will be sloped @ 3:1 or flatter in accordance with DIS Specifications. Where excavations can't be sloped, a shoring plan will be designed by a Registered Engineer. Enclosed herewith is a copy of our annual excavation permit. Very truly yours, MCM •;ST'UCT N INC. General Manager encl. AN EQUAL OPPORTUNITY EMPLOYER • STATE CONTRACTORS LIC. NO. 286430 iTAS'I OF CALIFORNIA DEP.ARTMETS7 OF INDUSTRIAL RFC Tis)P S O V8S ON OF OCCUPAHONA4, SAFETY AND HEALTH IE P T N -- 0501806 Permit rssaaed To f;`rrsert Employer's Name, Address and Tslepho 6, No.) No. MCM CONSTRUCTION. INC. P. O. Box 620 North Highlands. CA 95660 (916) 334.1221 Type of Permit EXCAVATION — ANNUAL 1984. Date December 291 1983 Region 2 — Northern District ' — Sacramento TeL (916) 920-6123 Pursuant to Labor Code Sections 6500 and 6502, this Permit is issued to the above -named employer for the projects described below. Stale Cornrar-tors License Number Perorif *did 9hrcu;.,0 286430 December 31, 1984 Description of Frtyeet Location Acidre t Oty aced County AnMdpascd Doha Excavations and trenches over 5 feet in depth. EMPUMER TO NOTIFY DIVISION PRIOR TO C(i E CING EACH PROJECT. (IN WRITING) Various Various 1-1-84 12-31-84 This Permit is issued upon the following conditions: 1. That the work is performed by the same employer. If his is an annual permit the appropriate District Office shall be notified, in writing, of dales and location of job site prior to commencement. 2. That employer will comply with all occupational safely and health standards or orders ap- plicable to the above projects, and any other lawful orders of the Division. 3. That if any unforeseen condition causes deviation from the plans or stortements contained in the Permit Application Form the employer will notify the Division immediately. 4. Any variation from the specification and assertions of the Permit Application Form or violation of safety orders may be cause to revoke the permit. 5. This permit shall be posted cat or near each place of employment as provided in 8 CAC 341.4. iReceived iron, iJ Cush rack 94174.0,1r, OVKONAL-43411/N4 ACt(1f 1Phen C TY---01.IA Y S-12-0 ftlev. ?.8i) Rec.rv>Sd Ry !! G. Johnson. I $ 50.00 12-28-3] Investigated by .„ siEdetr erg.. D. 3=�pprrca�rerl 122$ 8.3 IMON COP'x—LM-Ori! 83123-501 i-ei 1 .4 JA()CAr.+®T OW` f c CONSTRUCTION, INC. General Engineering Contractors • (916) 334-1221 P.O. Box 620 • 6413 32nd Street • North Highlands, CA 95660 August 13, 1984 City of San Mateo Department of Public Works 330 West 20th Avenue San Mateo, Ca. 94403 Re: Attn: Peter Boyle, R.E. Gentlemen: Project #09-90-2126 Seal Slough Bridge Equipment List Enclosed herewith is a list of MCM Equipment that may be used on this project. Very truly yours, General Manager encl. AN EQUAL OPPORTUNITY EMPLOYER • STATE CONTRACTORS LIC. NO. 286430 " w " __ Al 1973 t Ton Pickup ti^ 6' �i A 2 1 'ru ;".b 6.9'! A 9 D A4 1977 % Ton Pickup A5 1981 A6 1981 A7 1982 t A8 1982 t =' ���� " � k9 49'34 A10 A 1 1 Al2 Ton Ton Ton Ton Pickup Pickup Pickup (4WD) Pickup .Tear Picker r----��-- 1982 t Ton Pickup 1982 % Ton 1983 t Ton A13 1983 A16 1975 A17 1976 A18 1976 A19 A20 1977 1977 A23 1978 A25 1979 A26 1979 " A27 1;'79 A28 1979 A29 1979 A30 1980 A31 1980 A Ton Ton Ton Ton Ton Ton Ton Ton Ton Ton 12631N F25YRR05553 11r9051�� F25 R 63i1C8 SOL-D _`1tt 9 4 So E.,1 '  841. Pickup Pickup Pickup Pickup (4WD) Pickup (4WD) Pickup (Arrow) Pickup (Arrow) Pickup Pickup -(4WD) Pickup (Arrow) Pickup Pickup Courier Courier 1 Ton Pick Courier A32 1979 ,Ranchero A34 1980 Courier p A35 1980 %; Ton Pickup A36 1984 Jeep Wagoneer (4WD) A37 1984 A38 1984 A39 1984 A40 1984 A41 1984 A4J 1984 A43 1984 A44 1984 _ .._ A45 1984 Ton Pickup 1 Ton Pickup t Ton Pickup (4WD) Ton Pickup 1 Ton Pickup 3 Ton Pickup LTD Ton Pickup Ton Pickup 1,2(413 1Y7 1544 1261887 1261911 2C03729 083571't 2C04376 2E39519 2E39490 2E39325 1815957 1891352 1B91353 1F49308 1F49307 1L73277 2J69455 1P79163 1S23918 1831106 1T59473 1U96952 1'50708 1Y65551 1W50772 1W50771 1GZK215 2G63284 2001211 2G49415 2371015 2369809 2369632 1J 11644 F25JRY44407 1FTEF25G2BRA25888 1 FTEF25G 1 BRA.15286 1FTEF26G6CRA01397 1FTHF2625CRA13555 . , Pte---- SoLT 7--34 1FTHF25Z3CRA15631 1FTHF2524CRA08994 1FTHF25L6DRAO6130 1FTHF25L2DRA10580 F26YRX0Z185 F26YRC28856 F25JRC28859 F25SRY09402 F25SRY09400 F26SRCD0455 F25HRDE.5501 F25SREA4847 F 15GR.FA3S 10 SGTBWE99510 SGTCWS26776 F1OERHD2739 SGTBXR85821 9H48H156266 SGTBXR92.503 F25GRGJ0230 1JCNJ15NXET015896 1FTEF2SY1EPA08S90 1FTHF3517EP*31121 1FTHF2611EPA31107 2FTHF2S11CA85929 1 FTUF3512EPA7 7861 1F HF251OEPFi26047 2FAH.p42F6EX183271 1FTHF2516EP1350417 1FTHF2518EP850418 B1 1973 11/2 Ton Flatbed/Dump, Ford B3 1969 11 Ton Flatbed/Dump, Ford B5 1956 Water Truck, Chevy (1800 gal) 87 1951 Water Truck, Mac (3500 gal) B8 1978 Mechanic Truck, Ford B9 1973 Truck, Freightliner B10 1979 2 Ton Flatbed/Dump, Ford B11 1975 2 Ton Flatbed, International B12 1979 HTC-14, Linkbelt B13 1972 Truck, Freightliner B14 1978 Water Truck, Ford (4000 gal) B16 1965 TC-1083, Linkbelt B17 1965 HC -1083, Linkbelt B18 1974 Forklift, Clark 319 1974 Forklift, Clark B20 1978 2 Ton Flatbed/Dump, Ford B21 1978 2 Ton Flatbed/Dump, Ford B22 1980 2 Ton Flatbed/Dump, Ford B23 1945 Forklift, Clark 824 Loader, Massey Fergeson 325 826 827 B28 329 330 B31 332 333 B34 B35 336 337 B38 B39 B40 1341 B42 B43 344 4,4)u 'yt 1346 H3 Hyd., Ford -Bucyrus -Erie Forklift, Lion (15,000#) LS -338 100T Crane, Linkbelt Fork, Lion (15,0000) D8 Tractor, Caterpillar Forklift, Clark (20,000#) Backhoe, Case (580C) 1978 TU206 Plane, Cessna Forklift, Allis Chalmers (15,0000) Forklift, Clark (20,000#) Burro.Badger, Excavator 1983 Truck, Kenworth 1983 Truck, Kenworth Tractor; D-3 Caterpillar 1984 Mechanic Truck, Ford Loader, 950 Caterpillar Loader A64 Ford 1973 Hc218B Linkbelt. D6C Tractor, Caterpillar Motor Grader #16, Caterpillar 847 348 au i Tr.ael., 1:". 988 Caterpillar with forks 988 Caterpillar Loader 1969 Peterbuilt Hyd, Dump Flatrack 62538P F61DVk41216 2G50700 F61DRF59168 SE108860 FTHA3317 8E140553 LJ2D4314 1L73275 F37JRAJ7834 15561R CA213HL076405 1P78846 F6ICVDC0497 51209Z 10662EHA33511 461XPN 38D91110 221503 CA7s13HL059528 SE 163537 U81QVCC7975 NBM933 9L0T2891 849TWT 9LGH2845 S/N HY1625 -212855. S/N Y1625-116-2316 2065310 N70FVCH0092 1L92629 N70FVC06623 2F81487 N70HYHA7987 S/N Y150-39KK8 S/N 9A92587 332DLN U808UD27782 S/N 772;0 S/N 2104-2743 S/N 78346 S/N 11825 S/N fffl625293060 S/N 5413212 S/N U20604394 5/N AEH114594 8/N CWIY.1.60-BD-52-752 2G63157 165815 2F80493 1X1.KKCD29XDJ353423 2F80494 1XKKD29XXDJ353424 S/N 21Y506 2063451 1FDKF37LOE1'A31106 S/N 21.12817 S/N C474837 1J_1V744 S/N 18HA401 S/N 9081502 S/N 49090 S/N S/N X34177 X/N 8.7A 2014 87A1468 32352 Sol --t 5': C3 Generator, Tate (6KW) C5 Generator, Tate (6KW) C6 Cutoff Saw, Dewalt (7 BHP) C7 Generator, Homelite (3KW) C9 Finisher, Bidwell (Model B--201) C10 ;Arc Welder, , Lincoln (225) - C11 Generator, Homelite (5KW) C13 Generator, Delco (30KW) C15 Tripod -Level, 1RS Automatic C18 Generator, Homelite (3KW) C19 Generators Homelite (3KW) C20 Bidwell lusters (3 each) C22 Generator, Homelite (3KW) C23 Generator, Homelite (3KW) C24 Generator, Homelite (3KW) C25 Generator, Homelite (3KW) C26 Generator, Homelite (3KW) C27 Transit -Tripod, Schneider C28 Transit -Tripod, Schneider C29 Trash Pump; Homelite (3") C30 Pipe Cutting Machine C31 Cotton Trailer, John Deere C32 Arc Welder, Lincoln (225) C34 Generator, Homelite (3KW) C35 Generator, Oswald (131/2KW) Llac crir 200)- C37 Generator, Oswald (13 -KW) C38 Generator, Homelite (3KW) C41 Steel Band Saw, Wilton C42 Ground Pounder A19996NK A13888LF 66071018 2463299 71514 A930617 01341448 3365 59144 82120103 1759018 82120108 32100129 80230042 80230041 80230016 525202 .525200 2955877 476211120 260874980 10781737 SE151673 SE103889 C44 Generator, Montgomery Ward(10KW) C45 Arc Welder, Lincoln (200) C47 Ground Pounder, Wacker (150Y) C50 Ground Pounder, Wacker (220Y) C52 Ground Pounder, Wacker (220Y) C53 Ground. Pounder, Wacker (220Y) 4216 10577040 109797 1650375 MW2290 A988005 23340342 413901570 413901455 413901405 C5.5 Ground Pounder, Wacker (220Y) 413901644 C56 Generator, Homelite (3KW) 10577040 C58 'Light Tower, Coleman C61 Pump, Gorman -Rupp (4") C64 Sequential Arrow Trailer C65 Sequential Arrow Trailer C&7 Compressor, Ingersoll (185CFM) C68 Compressor, Ingersoll (185CFM) C69 Generator, Homelite (5KW) C70 Generator, Homelite (5KW) L796 140072 CAL156403 CAL134137 113851V80932 114054V80932 00121347 92600873 C73 R , tfcL C72 Cutoff Saw, Dewalt (SHP) 79440085 C73 C74 C76 C77 C78 C80 C81 C82 C83 C84 Generator, Generator, Compressor, Trash Pump, Compressor, Generator, Generator, Sequential Sequential Sequential Coleman (10KW) Coleman (10KW) Sullair (185CFM) Homelite (3") Ingersoll (185CFM) Holcomb (10KW) Holcomb (1 `2.. 5KW) Arrow Trailer Arrow Trailer Arrow Trailer A71 120A.E SE 1-63572 SE163483 SE 15044 7 SE151324 A78728AK SA73015AK 521358T 92846339 122203V81957 88438-1 88438-2 TC159510105C1041217 TC159510107C1041218 TC0062033 so i-. T 7 814 C85 Cutoff Saw, Delta C03078 086 Stripping Bracket 087 Trash Pump, Homelite (11/2") 20960032 088 Trash Pump, Homelite (2") 089 Trash Pump, Homelite (2") 090 Diaphram Pump (3") 10362152 C92 Submersible Pump, Flygt (4") 62102 C93 Compressor, Ingersoll (185CFM) 130573082957 )Q11-8'1 . C. ,....r....A I r € 1-��I3 L- eerie ,._..... -..,..-74.74 � .. - .M 5 o L iJ 095 Compressor, Ingersoll (185CFM) 132872083957 C96 Arc Welder, Lincoln SA200 A73Z180 C97 Trash Pump, Holcomb (4") F3205 099 Trash Pump, Holcomb (4") F3255 C100 Trash Pump, Holcomb (4") F3226 0102 1lyd. Jack Pump F3311 C103 Trash Pump, Holcomb (6") 677566 0104 Lite Tower, Holcomb 0 105 Trash Pump, Holcomb (4") II21855DJ F3254 0106 Generator, Holcomb(12KW) F3216A 0107 Generator, Holcomb (12KW) F3216B 0108 Generator, Holcomb (10KW) F2996B C109 Generator, Holcomb (10KW) F2996A 0110 Air Comp., Ingersol Rand (185) 133822083957 0111 Lincoln Arc Welder A564831 0112 Generator, Holcomb (12KW) F377 1A 0113 Generator, Holcomb (12KW) F3371B C114 Generator, Holcomb (12KW) F33710 C115 Air Comp., Ingersol Rand -(185) 133807083957 0116 BS, Wacker (100Y) 502401034 0117 BS, Wacker (100Y) 502401221 0118 0119 Delmag, Wacker Delmag, Wacker 2166 2163 0120 Delmag, Pile Hammer (D-15) 273 C121 Delmaq, Pile Haver. (D-30) 367 0122 ;alters Steam Cleaner 10424 0123 Manl.ift, 6066 Condor 3162 C124 Arc Welder, Lincoln SA250(Diesel) 1020865 0125 Evinrude 9.9 Motor 0336109 0126 Sequential Arrow Trailer 1S9S.10107E1041026 C127 Sequent:ia.l. Arrow Trailer 1 S9S 10109E1041027 C 128 Stone Mortor Mixer 104024 C 129 Generator, Tate (high cycle) 60933 C130 Generator, E\CO (90 kw) 75TH2106 C131 C132 Arc Welder, Lincoln SAE300 Sequential Arrow Trailer 619650 1S9S10106E1041034 C133 Air .Comp,, Ingersol Rand (185) 139376--V84-957 0134 Sequential Arrow Trailer 2781 0135 Delmag, Diesel Wacker 2616 -�� 0136 Delmag, Diesel Wacker 2617 C137 Delmag, Diesel Wacker 2538 C138 Air Compressor, Ingersol Rand(185)"S/N 135763 D1 1966 Office Trailer, Cascade D2 1953 Tool Trailer, Fruehauf D3 1957 Tool Trailer, Brown D4 1962 Office, Mobile Liner D6 1959 Office Trailer, Montclair D7 1968 Tool Trailer, Strick D8 1968 Tool Trailer, Strick D10 1971 Highbed Trailer, Motac D11 1959 Tool Trailer, Reliance D12_ 1974 Highbed Trailer, Brown D13 1964 Poledolly, Reliance D14 1969 Highway Highbed Trailer D15 Service Trailer, T & N D16 1969 Tool Trailer, Dorsey D17 1966 Utility Trailer D1S 1978.Trailmobile (40' Flat) D19 1979 Office Trailer, Tellus D20 1979 Office Trailer, Tellus D21 1978 Storage Container, International D22 Storage Container, Wheelco 123 1969 Highway (40' Flat) D24 1974 Trailrroble (40' Flat), D25 1984 Cozad Lowbed Trailer D26 Highbed Trailer, Dorsey (40' flat) VP6522 VX1510 WF7194 XN3163 XN3185 UP 1494 TE2076 NW4273 XW4725 XW4723 XX 3030 C1030X11H53780 FW85562 579490 ML351062631 M35SJAS 100 98614 98680 7M130311 59415 5737812 2D64PLDY 6L925578 CA316657 80700 E13975 TF1229 C2209820 C2205820 299674 265795 6L925348 L20092 1C9A42206E1167086 59760 ) .44 hit It[ d -11 I � � 4. L r- 09 /�, y +^ rye V* 4 r 4. •d