Loading...
HomeMy Public PortalAboutHillsdale Blvd. El Camino Real Widen and SignalizationHILLSDALE BLVD./EL CAMINO RL. list arou, to E .son (Cores 4 ., ► 4 1 thru J 1 " age SUPEISEDEAS DECISION STATE: California COUNTIES: Alameda, Alpine, Amsdos, Butte, Calaveras, Colusa, Contro " Costs, Del Monte, Et Dorado, Fresno,: Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Meodocinc, Merced, Modoc, Monterey, Napa, Nevcds, Placer, Plumas, Sacramento, San Fenito,,San Francisco, San Joaquin, San Mateo, Santa. Clara,; Santa Cruz, Shasta, Sierra. StaKiyau, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo and Yuba Counties, California 1 DECISION HUMBER: CA76-5063 DATE: Date of Publication Supersedes Decision No. CA76.5019 dated March 5, 1976, in 41 7R 9725. DESCRIPTION OP WORK: Building Construction (excluding single family hones and garden type apartments up to and including 4 stories), heavy and highway construction and dredging. _ ASBESTOS YORKERS BOILERMAKERS BRICKLAYERS; Stonemasons: Del Norte, Humboldt, Lake, Marin, Mendocino, Napa, San Francisco, San Mateo, Stskiyou Solano, Sonoma and Trinity Cos Alameda and Contra Costa Cos. Fresno, Kings, Madera, Mariposa and Merced Cos. Butte, Colusa, El Dorado, Glenn Lassen, Modoc, Nevada, Placer, Flumes, Sacramento, Shasta, Sierra, Sutter, Tehama, Yolo and Yuba Counties Monterey and Santa Cruz Cos. San Benito and Santa Clara Cos. Alpine, Amador, Calaveras, San Joaquin, Stanialaus and Tuolumne Counties Tulare County BRICK TENDERS: Alpine, Amador; El Dorado, Nevada, Placer, Sacramento, Sierra and 'Colo Counties Alameda and Contra Costa Cos. San Benito, Santa Clara and Sant* Cruz Counties San Francisco and San Mateo Cos Fresno, Kings, Madera and Tular Counties Bast. Hourly Rats Frfnee 6.n.ilts Paym...ta H 6 W . 1 Paesiens 1 Vacation Edacatiaa. Ap t. Tr. $?2.15 .90 $ .87 $1.07 .06 10.85 " .65 1.00 .50 .02 . 10.02 .90 .58 1.00 12.15 .95 .95 .02 ' 10.24 .66 1.00 10.85 .73 .92 .22 11,75 .98 1.20 .75 11.15 .95 .95 .20 10,30 " .55 .60 . 1.00 9.30 .70 1.00 .07 " 9.80 .80 1.40 7.70 .55 .95 8.61 .70 .90 10.00 .65 .80 9.80 1 .80 1.40 RECEIVED A11 r 2 1976 SAN M.ATEO PUBLIC WORKS DEPT. DECISION NO. CA76.5063 CARPENTERS: Carpenters Hardwood Floor Layers; Power Sala Operator; Saw Filers; Shinglers; Steel Scaffold Erectors and/or Steel Shoring Erectors Millwrights Piledtivermen. Bridge, Yhari Dock Builders CEMENT MASONS: Cement Masons Mastic; Magnesite; All Composition Masons Hen working from swinging or slip form scaffolds DRYWALL INSTALLERS ELECTRICIANS Alameda County Electricians Cable Splicers Amedor, Colusa, Sacramento, Sutter, Yolo, Yuba and those paxtions of Alpine, El Dorado, Nevada, Placer end Sierra Counties West of the Main Sierra Mountain Watershed Electricians Cable Splicers Tunnels: Electricians Cable Splicers Lake Tahoe Area Electricians Cable Splicers Butte, Glenn, Lassen, Modoa, Plumes, Shasta, Siskiyou, Tehama and' Trinity Counties Electricians Cable Splicers Tunnel: Electricians; Cable Splicers' Helpers ,5Dg9AL 620141119, %Ti. 41, NO. 139-44110AY, JULY 16, 1976 4 Basle Meade Rams Paley. B.aeFta Pa;nnaeia &w Peaal.aa Vacetiia,t Edacetiea and/or Ap9r. and 11.25 11.40 11.75 12.23 9.46 9.71 9.71 11.27 11.41 12.84 11.21 12.33 11.34 12.47 10.34 11.37 11.07 12.18 10.33 $1.22 $1.71 .75 1.22 1.71 1.22 1.71 .75 .84 1.26 .75 .04 1.02 1.35 1.25 .05 1.02 1.35 1.25 .05 1.02 1.35 1.25 .05 .84 1.26 .75 .07 .06 .75 .06 .06: .80 lt+.90 .03 .80 17.+.90 .03 .73 17.4.75 .73 17,4.75 .73 1'+.75 .73 17.+.75 .53 174.35 .53 11+.55 .045 .045 .045 .045 .03 .03 .75 114.505 .02 .75 114.505 .02 .60 17.+.40 .005 1 CLi.lAiliKl4i W KOIJC Ii0 MAN 6'fd4 O j, ili LABOR RELATIINS 11Nij AUG 5 1976 a Page 3 'Page 4 DECISION O. CA76-5063 ELECTRICIANS' (Cont'd) Cable Splicers Calaveras and San Joaquin Electricians; Technicians Cable Splicers Contra Costa County Electricians Cable Splicers Dal Norte and Huaboldt Co Electricians Cable Splicers Fresno, Kings, Madera and Tulare Counties Electricians Cabin Splicers Lake, Merin, Mendocino end Sonoma Counties Electricians Cable Splicers Mariposa, Merced, Stauisla Tuolumne Counties Electricians Cable Splicers Monterey County Electricians Cable Splicers Napa and Solano Counties . Electricians Cable Splicers San Benito, Santa Clara Iu Santa Crug Counties Electricians Cable Splicers San Francisco County Electricians • Cable Splicers Son Mateo County Electricians • BLEYATaR CG,JSTROCTORS $].LVATOR CONSTRUCTORS' KELP CI.1i'ATtdv CONSTROCnRS' KELP • Baal. Mealy Rena Fti.pe Bae.Nrs Pey..et+ H & R P.aaioes Yacetie^ Educ.!!sa sad/s. App,. Tr. • 111.37 .60 114.40 .005 :as. 11.00 .76 11'4.89 17. • 12.38 .78 154.89 11 11.95 .70 1E4..50 cities 13.20 .70 114.50 10.25 .55 11+1.75 .04 11.07 .55 1%+1.75 .04 11.01 :60 15+.95 .05 11.41 .60 ]7.4.95 .05 11.75 .61 1%+.30 .02 as and 12.93 .61 1%4.30 .02 9.83 .62 I% 1% 10.81 .62 15 17. 12.50 .70 1% .01 13.81 .70 1% .01 9.67 .58 1%+.60 .04 a 10.17 .58 1%+.60 .04 11.80 .62 11+.90 .04 13.28 .62 1%4.90 .04 10.67 L. .705 1%+,50 .04 12.00 .705 12.+.50 .04 11.77 .82 12,+.50 .03 12.39 .495 02 3%+e .02 atS 707.12. .495 .32 3%+a .02 E85 IOWA DECISION NO. CA76-5063 GLAZIERS: Alameda, Contra Costa, Lake, Marin, Mendocino (Southern half of County from North of Ft. Bragg), Monterey, Napa, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz, Solent., (4.11. from east to Fairfield) and Sonoma Counties Alpine, Amador, Butte, Calaveras El Dorado, Mariposa, Merced, (North of City of Livingston), Modoc, Nevada, Placer, Sacranen San Joaquin, Shasta, Sierra, Siskiyou, Stanislaus, Sutter, Tehtana, Tuolumne, Yo10 and Yuba Counties IR0NWOF.KERS: Fence Erectors Reinforcing Ornamental; Structural LATHERS: Alameda and Contra Costa Coe. Butte, Colusa, Glenn, Humboldt, Lake, (That portion of County from Lakeport up to County line Nevada, Placer, Plums., Shasta, Sierra, Tehama and Trinity Cos. Calaveras and San Joaquin Cos. Lake (from City of Lakeport down to County line), Marin. Mendocino end Sonoma Counties Monterey and Santa Cruz Counties San Francisco and Na of San Mateo County San Benito and Santa Clara Cos. ?rain* County Mariposa, Merced, Stanislaw; and Tuolumne Counties FEDERAL REGISTER, VOL. 41, NO. 134 -FRIDAY, JULY 16, 1976 Basic Hourly Rot., • Nina. Ben. it. P.y...ts I H 6 M Poesioas Ya.otioa Edv retie* ..die, App.. Tr. 310.47 .77 $1.13 .02 .e, '9.745 .37 1.20 10.14 1.09 1.63 1.15 .04 11.03 1.09 1.83 1,15 .04 11.03 1.09 1.83 1.15 .04 9.81 .74 .715 .025 10.10 .48 .50 .01 9.90 .58 .55 .01 9.01 .87 .85 1.00 Inc 11.29 .58 .50 .95 .01 12.07 .56 1.10 .02 10.14 .73 .75 10.83 .35 .45 10.75 .01 z O M 'Page 5 DECISION NO. CA76-5063 DCCISION PO. CA76-5063 • Triage 8ra.ifts PWMats Bade Howdy a.t.. LATHERS: (Cont'd) Amador, El Dorado, Sacramento and Yolo Counties Southern half of San Mateo Co. 10.03 LINE CONSTRUCTION: Contra Costa County Groundmen Line Equipment Operators Linemen • Cable Splicers Del Norte, Modoc and Siskiyou Counties Tree trimmer helper; Croundman 7.12 Head groundman; Headgroundman (Chipper)1, Powdetmen; Jack- 7.56 hamnernen Line Equipment Men Linemen Polesprayerl Heavy line equipment men; Certified lineman; Welder 10.04 Tree trimmer 9.06 Cable Splicer; Leadmun; Pole Sprayer 11,11 Fresno, Kings, Madera and Tulare Counties Line Equipment Operators Linemen Cable Splicers Mariposa, Merced. Stanislaus and Tuolumne Counties Linemen Gable Splicers Monterey County Groundmen Linemen; Technicians Cable Splicers Naps and Solana Counties Lioewen t Cable Splicers $8.40 8.96 10.75 11.95 13.20 8.65 9.86 9.86 10.26 9.83. 10.81 9.38 12.51 13.82 9.67 10.17 Fri g. 8.+n.fils Poi/nests Haw Edueatien onVot APgt. T. .40 .95 1.00 .32 1.00 .70 .70 .70 .70 .35 .35 .35 .35 .35 .35 .50 .50 .50 .61 .61 .70 .70 .70 .58 .SS 15+.50 17.+.50 11'6. 50 1x+.50 17. .10 1121 11 .10 1)21 11 .10 1/27 4 11. .10 1/27. 11 .10 1/27. I7. .10 1/2% 17+.70 11+.70 1Z+.70 17. 17. 17.+.60 11+.60 .05 . 05 .05 17. 17. .01 .01 . 01 .03 . 03 LINE CONSTRDCTION; (Coned) Alameda County Groundmen Linemen Line Equipment Operators Amador. Colusa, Sacramento, Sutter, Yolo, Yuba end those portions of Alpine, EI Dorado,. Nevada. Placer and Sierra Counties West of the Main Sierra Mountain Watershed Groundmen Linemen Cable Splicers Humboldt County Groondmen Linemen Cable Splicers San Francisco County 0roundnen Linemen Cable Splicers MARBLE SETTERS P}.1hT17$ % Alpine.fmador, Calaveras end San Joaquin Counties Brush Spray; Sheetrock Taper; Swing. stage; Scaffold, Sandblaster; Structural Steel Fresno, Kings, Madera and Tulare Counties Brush; Tapers Spray; Structural Steel FEDERAL &MISTER, VOL. 41, NO. 138 --FRIDAY, JULY 14, 1,76 Beale Howdy Rate. 48.56 11.41 10.27 N dl W Pratte*. .70 .70 .70 1x+.50 171.50 17+,50 8.97 .73 1%+.75 11.21 .73 17.1.75 12.33 .73' 1T.+.75 8.20 .55 11+1.75- 10.23 .5S 11•1.75 11,07 .55 9.07 .705 1x+.50 10.67 .705 11+,50 12.00 .703 1E1.50 10.64 1.00 .83 8.92 .70 1.45 9.32 .70 1.45 11.12 .41 .20 11.37 .41 ,20 E1wceYtea Vecett.s ,.d/.. Appr. Tr. 1.03 1.00 1.00 .03 .03 .03 .045 .045 .045 .04 .04 .04 .04 .04 .04 DEC1SI0ti MO. CA76-5063 PA1bTERS. (Cont'd) Misnterev, San Benito, San Mateo, Santa Clara and Santa Crds Counties (excluding portions of Countlea in the Lake Tahoe Area) brush Spray Tapera Lake Tahoe Area Brush Spray; Structural Steel; Taper Lake, Mario, Mendocino, San Francisco and Sonoma -Counties brush Spray Tapers • .butte. Colusa, Glenn, Lessen, (excluding the extrema SE Corner), Modoc, Plumes. Shasta 5igkiyou, Sutter, Tehataa, Trinity an' Tubs Countless Brush; Pot Tenders; Rollers Spray; Sandblaster; Structure Steel; Swing Stage; Tapers Lasaeu County (that portion the lira Eastward of Hwy. #395, Morthtrzrd to and including honey lake) b ru ah Spray; Structural Steal; Tapers A1as:eda, Contra Costa, £1 Dorad Asps, Nevada, Placer, Secranosto, Sierra, Solana an Yplo :aunties (excluding port ions of Counties in the Lake TaL.00 Area) brash Spra; 3 Tapers 'Page 7 Pd,,5a B... ;,a ParAeah Hevriy Rates et8 M Prs:oes Vacation Educctlaa nd/or App'. Tr. a. $10.75 .89 .90 .60 .03 11.00 .89 .90 .80 .03 11.30 ,89 .90 .80 .03 10.50 .70 .20 4 10.75 .70 .20 10.77 .99 1.10 .80 .03 11.02 .99 1.10 .80 .03 11.72 .99 1.10 .80 .03 8.00 .60 .25 8.25 .60 .25 10.50 .70. .20 10.75 .70 .20 10.92 .99 1.10 '.80 .03 11.17 .99 .1.10 .60 .03 11.72 .99 1.10 .80 .03 4 DECISION N0. CA76-5063 PAIb-TLR.St (Cont'd) Parking Lot Striping Work and/o± Highway Markers: Fresno, Kinks and Tulare Cgs. Traffic Delineating Device Applicator Wheel Stop Installer; Traffi: Surface Sandblaster; Str:?e. Helper (wheel stop installer traffic surface sandblaster striper) Slurry Seal Operations Mixer Operator Squeegee Man Applicator Operator S utticmen Top Man Remaining Counties: Traffic Delineating Device Applicator; Wheal Stop In- staller; Traffic Surface Sandblaster Helper (traffic delineating device applicator, wheel stop installer, traffic surface sandblaster) Striper Helper (striper) Slurry Seal Operation: ' Mixer Operator Squeegee Man Applicator Operator Shuttleaan Top Man PLASTL'F ERS : Alameda and Contra Costa Count -Ito butte, Colusa, Glenn, Lamson (Southeastern half of Lassen County). Plumes, Sierra, Sutter and Yuba Counties . O,RDUAL LLOISTfl, VOL. 41, NO. 13$ -FRIDAY, JULY 16, 1996 Page 8 Fr:.es S..stit. Forwent* B4144 Harty gates H &'W Notices V.c.ria. E .4.c.s,.. ..d/.r Ape.. Tr. $8.27 .45 .30 b 7.86 .45 .30 b 6.48 .45 .30 b 7.6a .45 .30 b 6.88 .45 .30 b 6,48 _ .45 .30 b , 6.30 .45 .30 b 1)5.48 .45 .30 b 8,27 .45 .30 b 7.37 .45 .30 b 9.37 .45 .30 b 7.87 .45 .30 D 8.27 .45 .30 b 7.77 .45 .30 b 7.37 .45 .30 b 6,30 .45 .30 b 5.87 .45 .30 D 10.10 .745 1.05 .03 9.79 .56 1,00 Page 9 Page 10 DECISION NO. CA76-5063 PLASTERERS[ (Cont'd) Monterey County Fresno, Kings, Madera and Tulare Counties 8.99 El Dorado, Nevada, Placer, Sacramento and Yolo Counties 9.79 • San Francisco County 11.20 San Mateo County 7.72 Del Notts, Humboldt, Lassen (Nort'tvestern half), Marin, 5odoc, Napa, Shasta, Siskiyou, Solano, Sonoma, Tehame and Trinity Counties 9,35 Mariposa, Merced, Stanislaus and Tuolumne Counties 8.50 PLASTERERS' TENDERS: Alameda and Contra Costa Counties 8.37 Fresno, Kings and Madera Cos. 9.80 Alpine, Amador, El Dorado, Nevada, Placer, Sacramento. Sierra and Yolo Counties Calaveras and San Joaquin Cos. Maxim County Monterey County PLVMBElia Alameda County 13.10 Centre Costa County 12.72 Del Norte and Humboldt Counties 11.49 PLU✓XERS; Steanfitterss Amador (Northern half of County), Sacramento, Yolo, El Dorado, Nevada, Placer and Sierra Counties (excluding Lake Tahoe Area) 13.33 Lake Tahoe Area • 10.99 Marin, Mendocino, San Francisco and Sonoma Counties 11.75 San Benito and Santa Clara Cos. 13.03 San Mateo County 11.04 Boris Howdy N.,.a Fringe B«,.ht, Pa.weeti MAW Peesieos Vocation Edvention and/or App.. Tr. 10.60 7.455 8.43 8.32 9.15 .71 .76 .56 .75 .48 .73 .70 .60 .80 .455 .80 .80 1.00 .83 .90 .61 1.14 .58 1.905 .82 .95 .35 1.25 1.00 1.60 .90 )1.00 1.50 .50 1.00 1.40 1.00 1.10 1.40 1.40 .80 1.40 1.40 .90 1.70 .90 1.55 1.72 1.12 1.60 .60 . 1.95 1.50 .17 1.65 1.65 .20 .01 .01 .03 .025 .01 .12 .20 .05 .11 .10 .15 .14 .25 DECISION NO. CA76-5063 PLUMBERS; Steamfitterst (Cont'd) Alpine, Amador (Southern portion of County), Butte, Calaveraa, Colusa, Fresno, Glenn, Kings, Lassen, Madera, Marposia, Merced, Modoc, Monterey, Plumes, San Joaquin, Santa Crux, Shasta, Sierra, Siskiyou, Stunislaua, Sutter, Tehama, Trinity, Tulara, Tuolumne and Yube Count Lake, Napa and Solana Counties ROOFERS: Alameda and Contra Costa Cos. Roofers Mastic Workers; Kettlemen (2 Kettles w/o pumps) Bitumastic; Enamelers; pips, wrappers; Coal tar built up Alpine, Calaveras, Mariposa, Merced, San Joaquin, Stanislavi and Tuolumne Counties Roofers (slate, tile composition and built up) Felt Machine Operator Butte, Colusa, El Dorado, Clean Lessen, t4odoc, Placer, Plumes, Shasta, Sierra, Siskiyou, Sutter, Tehana, Trinity and Yuba Counties Roofers Presto, Kings, Madera sad Tulare Counties Roofers Lake, Marin, Mendocino, Napa, Solano and Sonoma Counties Roofers Mastic workers; Kcttlemen (2 kettles v/o pumps) Bitumastic; Enamslers; Pipe - wrappers; Coal tar pitcls FEDERAL I5GE5781, VOL. 41, NO. 139--F*IDAY, JULY 16, 1976 F, sa. E.asfir. ►ay..aN Bosse Needy Rates N S. N P..slaa% Yecat;aa f dac,t;.a enQ•'er /4+p.. T r. r, 412.60 .1.39 2.00' .10 11.85 .77 1.40 .12 • 10.19 .92 1.10 .60 .04 10.44 .92 1.10 .60 .04 11.19 .92 1.10 .60 .04 . 10.29 .85 .55 10.44 .85 .35 10.14 .95 .40 10.20 .6Q .80 9.63 .65 1.10 1.43 .04 9.88 .65 1.10 1.43 .04 20.63 .63 1.10 1.43 .04 i DECISION NO. CA76-5063 'Page 11 ROOFERS: (Cont'd) Del Norte and Humboldt Counties Roofers Monterey and Santa Crus Couttie Roofers San. Francesco and San Mateo Roofers Mastic Workers and Kettle -a= (2 kettles) without pumps Bitumastic; Enamelers; Pipa- wrappers; Coal tar Arador. Sacramento and Yolo .:s Roofers (slate, tile and composition) Ena tiler and Pitch San Benito and Santa Clara . s. Roofers; Kettiemen (1 kett:e. SHEET NTrAL WOR_Q.ERS: Alc':+e.'.a, Contra Costa. Napa ate'_ Solana Counties Alpine, Calaveras and San Joaquin Counties Atrador, Butte,'Cotusa, E1 Dorado, Glenn, Lassen, Nesa:a Placer, Plumas, Sacramento, Shasta, Sierra, Sutter, Tar Yo10 and Yuba Counties Mariposa, Merced, 8tauialars Tuolumne Counties Monterey, San Benito, Santa Clara and Santa Crux Counties Del Norte, Humboldt, Lake, Marin, Mendocino, San Francisco, Sonoma and TricirT Counliea San Mates County Modoc and Siskiycu Counties 3 F,iny. Brno N. Payrnm s Boslc H.a .l). Rot.• �a H b W Pensions Vacation Edvcalien and/or Apar. Tr. , 9.32 .40 .75 .35 1 1 9.30 .60 .80 1.00 j 10.23 .50 1.10 .95 .04 jj 10.48 .50 1.10 .95 .04 j11.23 .50 1.10 .95 .04 9.36 .82 1.10 1.00 .04 10.36 .82 1.10 1.00 .04 8.51 .61 1.03 10.84 .60 1.60 122 .04 11.13 .60 1.10 .02 10.33 .60 1.30 .09 11.14 .60 1.10 .06 10.60 .60 1.66 1.06 11.98 :61 1.50 107. 12.01 .60 1.61 .12 10.285 .52 .38 .035 / DECISION NO. CA76-5063 Page 11 SOFT FLOOR LAYERS: Alpine, Amador, Butte, Calaveras, Colusa, Glenn, Lassen (excluding honey Lake Area), Merced, (east of San Joaquin River), Plumes, San Jonquio, Shasta, Sacramento, Stsnislaus, Sutter, Tchc.nn, Trinity, Tuolumne, Yolo and Yuba Counties and those portio of El Dorado, Nevada, Placer and Sierra Counties (excluding Lake Tahoe Area) Honey Lake Area and Lake Tahoe Area Alameda, Contra Costa, Laka, Marin, Mendocino, Merced, Monterey, Napa, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz, Sol and Sonoma Counties SPRINKLER FITTERS: Alameda, Contra Costa, Marin, Napo, San Francisco, San Hate Santa Clara, Solana and Sonora Counties Remaining Counties STEAMF ITT'EFS: .Alameda and Contra Costa tos. Del Norte and Humboldt Countie TERRAZZO WORKERS: Alameda, Contrn Costa, Del Norte, Humboldt, Lake, Marin, Mendocino, Napa, San. Francisc San Mateo, Siskiyou, Solana, Sonotua and Trinity Counties Butte, Colusa, El Dorado, Glen Lassen, .Mcdoc, Nevada, Placer Plumes, Sacramento, Shasta, Sierra, Sutter, Tehrma, Yolo and Yuba Counties FEDERAL RE^.!STER, VOL. 41, NO. 178 ---FRIDAY, JULY 16, 1976 an Eni.6. E.a.o ,t. P.yn..nts Basic hourly Rotes H & M Pencloas i Vecail.. Education Ant/er 1 1 cs $9.44 .64 $1.00 $1.00 .09 10.05 .70 .20 rI 10.00 .60 1.00 c .10 0 15.61 .60 .90 .09 14.82 .60 .90 .08 12.95 .90 1.75 .155 s 11.80 .61 1.12 1.06 .05 0 8.78 .85 .58 1.00 n 10.65 .73 .92 ..22 • w - .ns• rstw.s,.n DECISION N0. CA76-5063 ' Page .33 ISION 80.0876-50¢3 Page 11,_ TILE SETTERS: Alameda. Butte, Colusa, Contra Costa, Del Ngtte, El Dorado, Glenn, Humboldt, Lake, Lassen, Karin, Mendocino, Modoc, Napa, Nevada, Placer, Plumac, Sacramento, San Benito, San Francisco, San Mateo, Santa Clara, Shasta, Sierra, Siskiyo: Solano,.Sonoma. Sutter, Tehama Trinity, Yolo and Yuba Countie: Alpine, Amador, Calaverss, San Joaquin, Stanialaus and Tuolumne Counties Fresno,' Kings, Madera, Mariposa 1lerced and Tulare Counties Monterey and Santa Cruz Countie PAID HOLIDAYS: A -New Year's Day; 8 -Memorial Day 8 -Thanksgiving Day; F -Christmas FOOTNOTES: a. Employer contributes 43. of b and 27, of basic hourly rate Six Paid Holidays: A throug b. Employer contributes $.21 per Vacation Fund for the first y years $.32 per hour to Vacati $.42 per hour to Vacation Fun fund. c. Employer Contributes $.90 par aaploy:ent; After five years Benefits. R.sic Hwdy Rats Frisga Raa.i t► Payr.e» M 8 M Peari.as Vacatiaa I Educeti.w and/or Appt. Yr. I $11.00 .78 $1.00 $1.15 .045 9.17 .55 .30 1.00 9.77 .40 .35 9.72 .845 .73 .87 C-Indepebdence ay. Day; D-Labo Day; is hourly rate fo over S y ars' service, r 6 month/ to 5 y rs ss Va ation Pa., Credit. F. ,our to Holiday F d plus $ 12 per hour to ar of employment; year bu less th m 5 Fund; 5 years but less t an 10 years over IC yearn $. 2 per So r to Vacation our for the firs five yea *,of 1.05 per hour to cation d Holiday POUTER EQUIPMENT OPERATORS: DREDGING SCHEDULE I CLAMSHELL AND DIPPER DREDGING (New Construction Grov 1 bargeman; Deckhand; Fireman; Oile Area 1 Area 2 Area 3 Area 4 rou• 2 Deck Engineers; Deck Mate Area 1 Area 2 Area 3 Area 4 roux 3 elder; Mechanic Welder; Watch Engineer Area 1 Area 2 Area 3 Area 4 rou. 4 Clamshell Operator (up to and including 7 cu. yds. m.r.c.) (Long Boom Pay) Area 1 Area 2 Area 3 Area 4 rou. 4-A lamahell Operator (over 7 Cu. yds. m.r.c.) (Long Boom Pay) Area 1 Area 2 Aram 3 Area 4 FEDERAL REGISTER, VOL. 41, NO. 133-4RIDAY, JULY 16, 1976 Resit Mo.tiy Rohm Frlas. B.a.Hts Per. wits its M L V Psasiowa Vac.tla* Edscoti.s aadhr Alin. Tr. $8.29 $1.07* $1.78 .80 .14 9.13 1.07* 1.78 .80 .14 9:41 1.07* 1.78 .80 .14 9.69 1.07* 1.78 .80 .14 t 9.91 1.07* 1.78 .80 .14 10.76 1.07* 1.78 .80 .i4 11.03 1.07* 1.78 .80 .14 11.31 1.07* 1.78 .80 .14 10.31 1.07* 1.76 .80 .14 11.15 1.07* 1.78 .80 .14 11.43 1.07* 1.78 .80 .I4 11.71 1.07* 1.78 .80 .14 11.01 1.07* 1.78 .80 .14 11,86 1.07* 1.78 .80 .14 12.14 1.07* 1.78 .80 .14 12.41 1.07* 1.78 .80 .14 12.08 1.07* 1.76 .80 .14 12.93 1.07* 1.78 .80 .14 13.21 1.07* 1.78 .80 .14 13.48 1.07* 1.78 .80 .14 f P4ge 15 Page 16 DEC/S10$ NO. CA76-5063 POWER EOUIPMENT OPERAT08S (Cont'd) DREDGING SCHEDULE II HYDRAUIJC SUCTION DREDGING AND ALL OT,.ER CLAMSHELL AND DIPPER DREDGING Cron A-1 Berg elan; Dockhand; Leveehand; fireman; Oiler Area 1 Area 2 Area 3 Area 4 A.2 Winch:.an(stern winch on dredge); Deckeate; Deck Engineer Area 1 Area 2 Area 3 Are* 4 ron A-3 etch Engineer; Welder; Voider Mechanic Area L Area 2 Area 3 Are 4 Group A-4 Leverman; Clamshell Operator Area 1 Area 2 Area 3 Area 4 Basle Hourly Rate. friegr Ilene its P.y...ets H & M Poesiees Veeatien EdutoNea And/or Appr. 7t. $8.27 $1.07* 11.78 .80 .14 9.11 1.07* 1.78 .80 .14 9.39 1.07* 1.78 .80 .14 9.67 1.07* 1.78 .80 .14 l 9.20 .1.07* 1.78 .80 .14 10.05 1.07* 1.78 .80 .14 10.33 1.07* 1.78 .80 .14 10.60 1.07* 1.78 .80 .14 9.85 1.07* 1.78 .80 ' .I4 10.70 1.07* 1.78 .80 .14 10.98 1.07* 1.78 .80 .14 11.25 1.07* 1.78 .80 .14 10.69 1.07* 1.78 .80 .14 11.54 1.07* 1.78 .80 .14 11.82 1.07* 1.78 .80 .14 12.09 • 1.07* 1.78 .80 .14 • • RCISION NO, CA76..5063 ow Boats (Dredging): Work on self-propelled vessels (ecept1skiffs powered by out- board rotors) engaged in towing and shifting of barges, vessels and water born craft or in the transportation by water of personnel, materials, equipment and supplies Deckhand/Mechanic Area 1 Area 2 Area 3 . Area 4 Deckhand/Hechanic (Continuous ' Service Vessels) Area 1 Area 2 Area 3 Area 4 Operator/Mechanic; Watch Engineer Arca I Area 2 Area 3 Area 4 OperatorMechanic; Watch Engineer (Continuous Service Vessels) Area 1 Area 2 Area 3 Area 4 Dockhands Area 1 Area 2 Area 3 Area 4 1IRAL 11Ci#4il4{, VOL. 41, NO. 132-4VJEAT, J'1N111 16. 1474 Beale Hourly Rates Pris Il e. .a.litt Pryw.ats H L. IP . Paesioas Vaeetisa Edwaroti.a , end/ar AN.. Tr. $9.15 .60 $1.36 $1.08 9.65 .64 1.36 1.08 9.90 .64 1.36 1.08 ' 10.15 .64 1.36 1.08 8.13 .64 1.24 1.00 8.63 .64 1.24 1.00 8.88 .64 1.24 1.00 9.13 .64 1.24 1.00 10.20 .66 1.36 1.00 10.70 .66 1.36 1.00 10.95 .66 1.36 1.00 11.20 .66 1.36 1.00 9.03 .57 I.36 1.00 9.53 .57 1.36 1.00 9.78 .57 1.36 1.00 10.03 .57 1.36 1.00 7.15 .52 .84 1.00 7.68 .52 .84 1.00 7.93 .52 .84 1.00 8.18 .52 .84 1.00 r i • Page 17 DECISION NO. CA76-5063 PwER EQUIP' 6NT OPERATORS: (Cont' I) Bo.ic Nearly Rete, H&W Friss. Benefits Paym.ela Building and Heavy Construction Tow Boats (Work on self-propelled vessels0 Bolt Operators 510.20 FOOTNOTES! Four Centers designated: City Ha and Stockton, California. Area 1 - Up to 20 road miles Ixi Area 2 - More than 20 road mile from said Centers. Ares 3 - Outside of 30 road mil Area 4 - An area extending 25 r .66 t Edvcarion Peaalons I Vecotlon and./er if Aver. Tr. $1.36 $1.00 is of Oakland, Sai Francisco, Sacrat4ento s from s 1d Centers. ad miles frost sho-eline o ke Tah.e. f ji{ said C raters. to and ncluding 30 road mlLles 4 *Includes $.20 par hour to Pensioned Hea1ti rhd Welfare Fund. DECISION Ni. 0A76-5063 1TtUCX DRIVERS BULK CEM NT SPREADER (w/wo auger, under 4 yds. water Ievel); Bus or manhaul driver, Concrete pump mar chine; Concrete pump truck (when flat rack truck is used appropriate flat rack rate shall apply); Dump (under 4 yds. water level); Dump- crete truck (under 4 yds. water level); Dempster (under 4 yds. • water level); Escort or pilot car driver; Nipper truck (when flat rack truck is used appropriate flat rack rate shall apply); Pickups; Skids (debris box, under 4 yds. Later level); Team drivers; Trucks kdry pre -batch concrete mix, under yds. water level); Helpers;_Ware- ousemen !MLR CEMENT SPREADER (w/wo auger, 4 yds. and under 6 yds. water level); Dump (4 yds, 4 under 6 yds. water level); Dumperete (4 yds. 4 under 6 ds. water level); Dumpster (4 yds. i4 under 6 yds. water level); Skids ((debris box, 4 yds. 6 under 6 yds. ratcr level); Single unit flat rack (2 axle unit) Industrial lift Truck (Mechanical Tailgate) Trucks (dry pre -batch concrete mix, 4, yds. 4 rider 6 yds. water level) ETTING TRUCK S WATER TRUCK (under ,500 gals.) FIFT JITNEYS, Fork lift TRANSIT NIX, AGITATOR (under 6 ryd$.) DCK REPAIRMAN HELPER ' a - FED * i ReaISTU, VOL. 41, AfO.•13*--FRIDAY, JULY 16, 1976 Page 16 twain wvrly Rare. Frio,. sera, a *op.*. re M a e ►orton* yr.e.. ti - a.. 5,. ' d g • 7.795 1.195 .65 1.00 7.89 1.195 .65 1.00 7.905 1.195 .65 1.00 7.925 1.195 .65 1.00 7.945 1.195 .65 1.00 7.965 1.195 '.65 1.00 OBCIMS N0. CAT6-5063 TRUCK DRIVERS (Cont'd) VAC'JUH TRUCK (UWDER 3,500 gals) SCISSOR TRUCK; Single unit flat rack (3 axle unit); Industrial Lift Truck (Mechanical Tailgate); Small rubber tired tractor (when used within teamsters' jurisdic- tion) JETTING TRUCK 6 WATER TRUCK (2,500 gals. under 4,000 gals.) COMBINATION WINCH TRUCK WITH HOIST; Transit mix, agitator (6 yds. 4 under 8 yds.) VACUUM TRUCK (3,500 gals. 4 under 5,500 gals.) RUBBER -TIRED MUCK CAR (not self - loaded) SULK CEMENT SPREADER (v/vo auger, 6 yds. 6 under 8 yds. water level) Dump (6 yds. i under 8 yds, water level); Dumperete (6 yds. 4 under $ yds. w«ter Ievel); Dumpster (6 yds. S under 8 yds. water level); Skids (debris box, 6 yds. & under 8 yds. water level); Trucks (dry pre -batch concrete mix, 6 yds. 4 under 8 yds. water level) A -FRAME, WINCH TRUCKS; Buggymobile Hydro -lift, Swedish crane type (Jetting);Jetting 4 water truck (4,000 gals. 4 under 5.000 gals.); Robber tired jumbo HEAVY DUTY TRANSPORT (high bed) a- 4 Page 19 as N. 1Mv.i, Re,.r 41• 1 p...I_. Y..ois" A.m./0. $ 7.975 7.99 8.005 8.045 8.055 8.065 8.09 8.105 8.11 1.195 1.195 1.195 1.195 1.195 1.195 1.195 1.195 1.195 .65 1.00 .(5 1.00 .65 1.00 .65 1.00 .65 .65 .65 .65 .65 1.00 1.00 1.00 1.00 1.00 DECISION D. CAT6-5063 TRUCK DRIVERS: (Cont'd) ROSS HYSTER and SIMILAR STRADDLE CARRIER TRANSIT MIX AGITATOR (8 yds. through 10 yds.) VACUUM TRUCK (5,500 gals. and under 7,500 gals.) JETTING TRUCK and WATER TRUCK (5,000 gals. 6 under 7,000 gala.) TRANSIT MIX AGITATOR (over 10 yds. through 12. yds. ) SULK CEMENT SPREADER (w/wo auger, 8 yds. end incl. 12 yds. water level); Dump (8 yds. and incl. 12 yds. water level); bumperete (8 phi. and incl. 12 yds. water 1eveY1; Self-propelled street sweeper wit self-contained refuse bin; Skids (debris box, 8 yds. and incl. 12',, yds. water level); Snow go and/of•• snow plow; Truck (dry pre -batch concrete mix, 8 yds. and incl. 12 yds. water level); Dumpster (8 yds. and incl. 12 yds. water level) HEAVY DUTY TRANSPORT (gooseneck iowbed) TRANSIT MIX AGITATOR (over 12 yds. through 14 yds.) BULK CEMENT SPREADER (w/wo auger, over 12 yds. and incl. lE yds. water level); Dump (over 12 yds. and incl. 18 yds. water level); Dumperete (over 12 yds. and incl. 18 yds. water level); Dumpster (over 12 yds. and incl. 18 yds, water level); Skids (debris box, over 12 yds. and incl. 18 yds. water level); Trucks (dry rat, batch concrete mix, over 12 yds. and incl. 18 yds. water level) Piga 20 &,.,. N.v.ly 2o.,, F..e. ierar, ►.,,..w,. N Tome. 5..,,,.. ATT. Tr. 8.135 8.145 8.155 8.205 8.245 1.195 2.195 ; .55 1.195 .65 1.195 .55 1.195 .65 8.33 1.195 .85 8,34 1.195 .85 8,345 1,195 .85 8,37 1.195 .c5 FEDERAL RI:ASTER, VOL 41, NO. 138 --FRIDAY, JULY 16, 1976 1.00 1.00 1.00 1.00 1.00 1.00 1,00 • 1.00 1.00 DECISION N0. CA76-5063 Page 21 DECISION NO. CA76-5063 Para 22 TRUCK DRIVERS (Cont'd) P. 8. Olt SCALAR {!PE SELF-LOAD1NC TRUCK TRUCK REPAIRMAN BULK CE4E,VT SPRE ER (w/wo auger, over 18 yda. 6 ircl. 24 yda. water level); C mbinaticn dump & dump • trailer; Dump (over 18 yds. 6 incl 24 yds. water level); Dumperete (over 18 yds. & incl. 24 yds. water level); Dumpster (over 18 . yds. 6 Incl. 24 yds. water level); Skid (debris box, over 18 yds. 6 incl. 24 yds. water level), Transi mix agitator (over 14 yds. through •16 yds.); Trucks (dry pre -batch ?concrete mix, over 17 yds. 6 Incl. 124 yds. water level) ;SULK CEMENT SPREADER (w/wo auger, 'over 24 yds. & incl. 35 yds. water level); Dump (over 24 yds. 6 incl. 35 yda. water level); Dumperete (over 24 yds. 6 Incl. 35 yds. vat level); Dumpster (c-ler 24 yds, 6 incl. 35 yds. water level); OW I10's, 20's. 21's 6 other similar cat type, Terra Cobra, Letourneau 'pule, Tournorocker, Euclid 6 aims Ilar type equipment when pulling !Aqua/Pak or water tank trailers I. fuel and/or grease tank trailers .other misc. trailers; Skids (de- Ibria box, over 24 yds. 6 incl. 35 yds. water level); Truck (dry pre - batch concrete mix, over 24 yds, 6 incl. 35 yds. water level) 'omit wway 0 FAy. Nr8.. ►.,...,n R,,., s a e IerM. Vmorrow aee• Tr $ 8.43 1.195 .65 1.00 8.465 1.195 .65 1.00 • 1 t 8.475 1,195 .65 1.00 • 8.53 1.195 •,.65 1.00 TRUCK DRIVERS (Cont'd) • BULK CEMENT SPREADER (w/wo auger, over 35 yds. 6 incl. 50 yds. water level); Dump (over 35 yds. & incl. 50 yds. water level); Dumpciete (over 35 ycls. 6 incl. 50 yds. water level); Dumpeter (over 35'yds. 6 incl. 50 yds. water level); Skids (debris box, over 35 yds, & incl. 50 yds. water level); Trucks (dry pre -batch concrete mix, over 35 yds. 6 incl. 50 yds.``water level) BULK CEMENT- SPREADEk (w/wo auger-, over 50 yds. 6 under 65 yda. water level); Dump (aver 50 yds. 6 under 65 yds. water level); Dumperete (over 50 yds. & under 65 yds. water level); Dumpster (over 50 yds. 6 'under 65 yde. water level); Heli- copter pilot (when transporting men or materials);,5kida (debris box, over 50 yds. 6 under 65 yds. water level); Trucks (dry pre -batch concrete mix, over 50 yds. 6 under 65 yda. water level) BULK CEMENT SPREADER (w/wo auger, over 65 yds. 6 incl. 80 yds. water level); Dump (65 yda. 6 incl. 80 yds. water level); Dumperete (65 yds. 6 incl. 80 yds. water level); Dumpster (65 yds. 6 incl. 80 yda. water level); Skids (debris box. 6 yds. 6 incl. 80 yds. water level); Trucks (dry pre -batch concrete six 65 yds. 6 incl. 80 yd,. water level) BULK CEMENT SPREADER (w/wo auger. over 80 yda. 6 incl. 95 yda. water level); Dump (over 80 yds. 6 incl. 95 yda. water level), Dumperete (over 80 yds. 6 incl. 95 yds. water level); Dempster (over 80 yds. 6 Incl. 95 yda. water level); FEDERAL REGISTER, VOL, 41, NO. 138 —FRIDAY, JULY 16, 1976 NUN P4.w Mwe$s. ►qr... Res 5 4 • ►e.eue• V...i. ape. Y. ; 1 $ 8.68 1.145 .65 1.00 . 8.83 1.195 .65 1.00 8.98 1.195 .65 1.00 z 0 -4 mA DECISION NO. CA76-5063 TRUCE DRIVERS (Cor.t'd) Skids (debris box, over 80 yds. 6 incl. 9,5 yds. water level); Trucks (dry pre -batch concrete mix, over 80 yds. 6 incl. 95 yds. water leve 3 4 Page 23 Mu• P."•s• 11..•R,. P.y.«,• Sorer R.,•• N a • ►.r.+«. ••••n.. Mr. 1,. ) $9.13 . • 1.195 .65 • • • • • 1.00 DECISION 130. CA76-5061 LABORERS LABORERS (Gunnite) Croup 1 Group 1(a) Group 1(b) Croup 1(c) Gcoup 1(d) Croup "t Croup 3 Croup 1 Norrleman (including) Gun mar.; Potman); Rodman; Groundman Group 2 Reboundman Group 3 General Laborer LABORERS (Tunnel and Shaft Work) Croup 1 Group 2 Croup 3 Group 4 Group 1 Group 2 Group 3 LABORERS (Wrecking Work) POWER EQUIPMENT OPERATOR (Piledriving) Group 1 group 1(a) Group 1(b) Group 2 group 2(a) coup 3 group 3(a) Group 4 Group 5 Rincludes $.20 per hour to Penal FEDERAL "EGISTER, VOL. 41, NO. 138 -FRIDAY, JULY 16, 1976 Palls 24 Friepy, 8...GH Psy..wb Bask Hrrdy R.». H IL W Pensions ! V•C.n.. Ee.c.•ir. .nd'., APP,. T,. f8.44) $1.Ov $1.70 .95 .10 8.52 1.00 1.70 .90 .10 8.345 1.00 1.70 .90 .10 8.845 1.00 1.70 .90 .10 8.495 1.00 1.70 .90 .10 8.145 1.00 1.70 .90 .10 8.045 1.00 1.70 .90 .10 8.755 1.00 1.70 .90 .10 8.165 1.00 1.70 .90 .10 , 8.045 1.00 1.70 .90 .10 �I 9.865 1.00 1.70 .90 .10 9.555 1.00 1.70 .90 .10 9.375 1.00 1.70 .90 .10 9.255 1.00 1.70 .90 • .10 8.295 1.00 1.70 .90 .10 8.145 1.00 1.70 .90 .10 8.045 1.00 1.70 .90 .10 8.38 1.07* 1.78 .80 .24 8.71 1.07* 1.78 .80 .24 8.86 1.07* 1.78 .80 .24 9.49 1.07* 1.78 .80 .24 9.70 1.07* 1.78 .80 .24 10.00 1.07* 1.78 .60 .24 10.38 1.07* 1.78 .80 .24 10.93 1.07* 1.78 , .80 .24 11.08 1.07* 1.78 .80 .24 nod Health and Welfire Fund. z a f7 AN tft .... DECISION NO. CA76-5563 Fags 23 DECISION NO. 0A76-5063 Page 26 LABORERS GROUP 1: Asphalt ironer. and rakers; Berko. wicker and similar type tampers; Buggymobile; Chainssw, faller, loglosder and bucker; Compact - era of all types; Concrete and magnesite taxer 1/2 yd. and under; Concrete pen work; Concrete eau; Concrete sander; Cribber and/of shoring; Cat granite curb setter; Form raisers; slip forms; Greets cutters. Headerboardsen, hubsetters, aligner.; Jackhammer Ops.; Jacking. of pipe ever 12 In.; Jackson and similar type c.*mpactor.s; Xettlemer., pormen apd nee applying asphalt, lay-Kold, et -testae, lima, caustit and similar type naterials; Lagging, sheeting, whaling, bracing, trench - Jacking. hand -guided lagging basset; Magnesite, epoxyres(n, fiberglass., and 'mastic workers (vet or dry); Pavement breakers and seeders, incl. tool grinder; Pipelayers, caulkers, bander's, ptpewrappera, conduit lepers, plastic pipelayers; Post hole diggers - air, gas and electric; Power broom sweepers; Power tampers of all types (except as shown in Group 2); Ram sat gun and stud gun; Riprop-atonepaver and rock -Slinger,' Incl. placing of sacked concrete and/or sand (wet or dry); Rotary scarifier. multiple head concrete chipper; Davis Trencher - 300 or similar type (and all smell trencher.); Roto and ditch witch; Roco- tiller; Sandblasters, petmas, gunman, no:zlenan; Signalling and rig- ging; Tank cleaner.; Tree climbers; Vibre-ecreed - bull float in connec- tion with laborers' work; Vibrators; Dri-pak-it machine; High pressures; blow pipe (1 1/2" or over, 100 lbs. pressure or over); Hydro seeder sod similar type; Laser beam in connection with laborers' work GROUP 1(a): Joy drill Model TWM-2A; Gardener -Denver Model DN143 and stellar type drills; Track drillers; Jack Leg drillers; Diamond drillers; Wagon drillers; Mechanical drillers - all types regardless of type or method of power; Multiple unit drills; Blasters and powdermen; all work of loading, placing and blasting of all powder and explosives of what- ever type regardless of method used for such loading and placing; High scalers (Intl. drilling of same); Tree topper; Bit grinder CROUP 1(b): Burning and Welding GROUP 1(c): Laborers on general construction work on or in bell hole footings and shaft GROUP 1(d): Contra Costa County Only: Pipelayers, Caulkers, Benders, Pipewrappers, Conduit layers and Plastic pipelayers; Pressure pipe tester, no joint pipe i stripping of same, incl. repair of voids, Pre- cast manhole setters, cast in place, manhole form setters CROUP 2: Asphalt Shovelers; Cement dumpers and handling dry cement or gypsum; Choke -setter and rigger (clearing work); .accrete bucket dumper and chuteman; Concrete chipping and grinding; Concrete Laborers (wet or dry); Driller's helper; Chuck Tender; Nipper; Guinea Chaser (Stakemen); Grout Crew; High Pressure Nozaleman, adductors; Hydraulic Realtor (over 100 lbs. pressure); Loading and unloading, carrying and handling of all rods and materials for use in reinforcing concrete LABORERS (Cont'd) construction; Pittsburgh Chipper, and.sisiler type brush shredders; Sloper; Singlefoot, hand held. pneumatic tamper; All pneumatic, air, e gas, and electric tools; Jacking of pipe under 12 in. GROUP 3: All cleanup work of debris, grounds and buildings incl. but not limited to Street cleaners; Cleaning and washing window.; Construc- tion Laborers incl. bridge and general laborers; Duspman, load epotrer; Fire watcher; Street cleaners; Gardeners, horticultural and landscape laborer.; Jetting; Limbers; Brush loaders; Pliers, Maintenance land - reaps laborers on new construction; Matdtanance, repair crack:ma and road beds; Streetcar end railroad construction track laborers; T': o- rary air and water lines, Victeulie or similar; Tool rota attendant; Fence erectors; Guardrail erectors; Pavement markers (button setters) LABORERS (Tunnel and Shaft Work) GROUP 1: Diamond Driller; Croundmen; Cunite or Shotcrete Nozzleoen, Rod - men; Shaft Work and Raise (below actual or excavated ground level) GROUP 2: Bit Grinder; Blaster, Drillers, Powdermen-heading; Cherry Pick- etman - where car is lifted; Concrete Finisher in Tunnel; Concrete Screed man; Grout Pumpman and Potman; Centro and Shotcrete Cunmen and Potmen; Headermen; High Pressure Nozaleman; Miners - Tunnel, including top and ,bottom man on shaft and raise work; Nipper Nozzleaan on; slick line; Sand- blaster-porn/in (work assignment interchangeable) Steel Fora Raisers and Setters; Tinbarman, Ratinberman - wood or steel or substitute materials . `therefore; Tugger GROUP 3: Cebletender; Chucktender; Powdensaa-primer house; Vibratormen. Pavement Breakers GROUP 4: Bull Gang - Muckars, Trackaen; Concrete Crew - includea rodding and spreading; Dumpmei (any method); Grout Crew; Reboimdaeu; Sweeper LABORERS Curscking Work) GROUP 1: Skilled wrecker (Removing and salvaging of sash, windows, doors, plumbing and electric fixtures GROUP 2: Semi -skilled wrecker (Salvaging of other building materials) GRASP 3: General laborer (Includes all cleanup work. loading, lumber. loading and burning of debris) FEDERAL REGISTER, VOL 41, NO, 135 --FRIDAY, JULY 16, 1976 DECISION N0. CA76-5061 POWER EQUIPMENT OPERATORS (Filedrtving) ;age 27 lalCUr It Assistant to Engineer (Fireman, Oiler, Dockhand) OSOUP 1-A: Compressor Operator .OUP 1 -As Truck Crane Oiler ;?OUP 2s Tugger Hoist (Hoisting Material Only) ;•2LT)P 2 -At Compressor Operator (2.7); Generator (100 K.Y. or Over); Pump (2-7); welding Machine (2.7) (Powered Other Than by Electricity) GROUP 3: Deck regineer, Fork Lift; A -Frame; Self-propelled Boom Type Lifting Device GisOUP 3 -As Heavy Duty Repairman and/or Welder s^ROUP 4s Operating Engineer in lieu of Assistant to Engineer Tending Boiler or Compressor Attached to Crane Piledriver; Operator of Piledriving Rigs. Skid or Floating and Derrick Barges; Operator of Diesel or Gasoline Powered Crane Pile- driver (w/o boiler) up to end incl. 1 cu. yd.; Truck Crane, up to and incl. 25 tons hoisting material only . GROUP 5; Operator of Diesel pr Gasoline Powered Crane Piledriver (vfo boiler) over 1 cu. yd.; Operator of Crane (u/steam, flash boiler, pump or compressor attached); Operator of Steam Powered Crawler or Universal Type Driver (Raymond or Similar Type); Truck Crane, over 25 tons hoisting material or performing Pile - driving work L • 3 r DECISION NO. CA76-5063 POWER EQUIPMENT OPERATORS (Except Piledriving and Steel Erection) CROUP 1 . GROUP 2 GROUP 3 GROUP 4 . CROUP S GROUP 6 • : GROUP 7 . GROUP a . CROUP 9 GROUP 10 GROUP 10-A: GROUP 11 : GROUP 11-A: GROUP 11-B: GROUP 11-C: * Includes $.20 par hour to Pensioned Health and Welfare Fund. Page 28 Basso Hardy Basic ;l*u.fy Pane. B.n.rds P.). ..te -- H L W Y....1... ' V...r.. A„. T. 0..... Rota R.t.. • AREA 1 AREA 2 $, 8.30 $ 9.70 $ 1.07* 1.78 .80 .24 8.65 10.05 1.07* 1.78 .80 .24 8.86 10.26 1.07* 1.78 .80 .24 9.41 10.81 1.07* 1.78 .80 .24 9.62 11-02 1.07* 1.78 .80 .24 9.77 11.17 1.07* 1.78 .80 .24 9.92 11.32 1.07* 1.78 .80 .24 10.32 11.72 1.07* 1.78 .80 .24 10.54 11.94 1.07* 1.78 .80 .24 10.74 12.14 1.07* 1.78 .80 .24 10.85 12.25 1.07* 1.78 .80 .24 11:02 12.42 1.07* 1.78 .80 • .24 12.09 13.49 1.07* 1.78 ..80 .24 12.37 13,77 1.07* 1.78 .80 .24 12.66 14.06 1.07* 1.78 .80 .24 !'1 • • FEDERAL REGISTER, VOL. 41, NO. 13S --FRIDAY, JULY 16, 1976 z O mn bw i DECISION NO. CA76-5063 Page 29 POWER EQUIPMENT OPERATORS (AREAS I & II) (Except Piledriving and Steel Erection) CROUP I; Assistants to Engineers (Brakeman; Fireman; Heavy Duty Repairman Helper; Oiler; Deckhand; Signalman; Switchman; Tar Pot Iiremen); Parteman (Heavy Duty Repair shop parts room) CROUP 2, Compressor Op.; Concrete Mixer (up to and incl. 1 yd.); Conveyor Belt Operator (tunnel); Fireman Mot Plant; Hydraulic; Monitor; Mechanical Conveyor (handling building materials); Mixer box Op. (concrete plant); Pump Operator; Spreader Borman (with screeds); Tar Pot Fireman (power agitated) CROUP 3, Box Operator (bunker); Helicopter Radioman (signalman); Motorman; Locomotive; Oiler; Rodman or Chairman; Ross Carrier (construction job site); Rotomiat Operator; Screedman (except asphaltic concrete paving); Self-propelled, automatically applied concrete curing machine (on streets, highways, air- ports and canals); Trenching Machine (Maximum digging capacity 3 ft. depth); Tugger Hoist, single drum; Truck Crane Oiler CROUP 4; Ballast Jack Tamper; Ballast Regulator; Ballast Tamper Multi- purpose; Borman (asphalt plant); Elevator Op. (irside); Fork Lift or Lumber Stacker (construction job site); Line Master; Lubrication and Service Engineer (mobile and grease rack); Material Hoist (1 drum); Shuttlecar; Tie Spacer; Towermobile CROUP 5: Compressor op. (2 to 7); Concrete Mixers (over 1 yd.); Concrete Pumps or Pumperece Guns; Generators (100 K.W. or over); Grouting Machine; Press -weld (air -operated); Pumps (2 to 7); Welding Machines (powered other than by electricity) (2 to 7) CRWP 6, BLH Lima Road Pactor or similar; Boom Truck or Dual Purpose A -Frame Truck; Concrete Batch Plants (vet or dry); Concrete Saws (self-propelled unit) on streets, highways, airports and canals; Drilling end Boring Machinery, vertical and horizontal (not to apply to waterliners, wagon drills or jack - .hemmers); Cradesetter, Grade Checker (mechanical or otherwise); Highline Cableway Signalman; Locomotives (steam or over 30 tons) Maginnis Internal Full Slab Vibrator (on airports, highways, canals and warehouses); Mechanical Finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical Burs, Curb and/or Curb and Cutter Machine, concrete or asphalt; Portable Crusher; Post Driver (M-1500 and similar); Power Jumbo Operator (setting slip forms, etc. in tunnels); Roller; Scraedman (Barber -Greene and similar) (asphaltic concrete paving); Self-propelled Compactor (single engine); Self-propelled Pipeline Wrapping Machine, Perault, CRC,.e similar types); Slip Forms Pumps (lifting device for concrete forma); Small Rubber Tired tractors; Surface Heater ;rG15toN NO. CA76-5063 POWER EQUIPMENT OPERATORS (AREAS I & II) (Cont'd) (Except Piledriving and Steal Erection) (.M&P 7; Concrete Conveyor or Concrete. Pump, Truck or Equipment mounted (pogo length to apply); Concrete Conveyor, building site; Deck Engineers; teal Drum Mixer; Fuller Kenyon Pump and similar types; Gantry Rider (or • ainilar); Hydra -Hammer (or similar); Instrument Han; Material Hoist (2 or rote drums); Hochanicel Finishers or Spreader Machine (asphalt, Barber - Greene and similar; Mine or Shaft Hoist; M.ixermobile; Pavement Breaker with or without Compressor Combination; Pavement Breaker, Truck mounted with Compressor Combination; Pipe Bending Machine (pipelines only); Pipe Cleaning Machine (tractor propelled and supported); Pipe Wrapping Machine (tractor propelled and supported); Refrigeration Plant; Roller dperator • (lintsh asphalt); Self-propelled boom type lifting device (center mount) (ID cons or less M.R.C); Self-propelled Elevating Grads Plane; Slushee Op.; Small Tractor (with boom) Soil Tesler; Truck type Loader c.ROLP 5, Amor-Coster (or similar); Asphalt Plant Engineer; Cast -in -plat; Pipe Laying Machine; Combination Slusher and Motor Op.; Concrete Batch Plant (uultiplc units); Dozer; Heading Shield Op.; Heavy Duty Repairman and/or Welder; Ken Seal Machine (or similar); Kalman Loader; Loader (up. to 2 yds.); Mechanical Trench Shield; Portable Crushing and Screening Plants; Push Cat; Rubber Tired Earth -moving Equipment (up to and incl. 45 cu. yds. "struck" m.r.c., Euclids, T -Pulls, DW-10, 20. 21, and similar; Rvbbcr Tired Dozer; Self-propelled Compactor with Dozer; Sheepfoot; Timber Skidder (Rubber tired or similar equipment); Tractor drawn Scraper; Tractor Trenching Machine; Tri-Batch Paver; Tunnel Mole Boring Machine; Welder; Woods -mixer (and other similar Pugmill equipment) CROUP 9, Canal Finger Drain Digger; Chicago Boom; Combination Mixer and Compressor (gunite); Combination Slurry Mixer and/or Cleaner; Righline Cableway (5 tons and under); Lull Hi -Lift or similar (20 ft. or over); Mucking Machine (rubber tire,irail or track type); Tractor (with boom) (D-6 or larger and similar) CROUP 10: Boom -type Backfilling Machine; Bridge Crane; Cary -Lift (or similar); Chemical Grouting Machine; Chief of Party; Combination Backhoe and Loader (up to and incl. 1/2 cu. yd. m.r.c.); Derrick ( 2 opt. required when swing engine remote from hoist); Derrick Barges (except excavation work); Do-Hor Loader; Adams Elegrader; Elevating Grader; Heavy Duty Rotary Drill Rig (incl. Caisson foundation work and Robbins type drills); Koehrtng Skooper (or similar); Lift Slab Machine (Vegtborg end similar types); Loader (2 yds. up to and incl. 4 yda.); Locomotive (over 100 tons) (single or multiple units); Multiple Engine Earthmoving Machine (Euclids, Dozers. etc.) (no tandem scraper); Pre -Stress Wire Wrapping Machine; Reservoir -Debris Tug ' (self-propelled floating); Rubber -tired Scraper, Self-loadtng(Paddle wheels, etc.); Shuttle Car (reclaim station); Single Engine Scraper over 45 yds.; Soil Stabilizer (P & H or equal); Sub -grader (Currie; or other automatic type); Tractor, Compressor Drill Combination; Track laying type earth moving machine (single engine with tandem scrapers); Train loading station; Vacuum Cooling Plant; Whitley Crane (up to and incl. 25 tons) FOWL Ri31$183, VOL. 41, NO. 131 —FRIDAY, JULY 16, 1976 • Page 30 :NeistO%1NO. CA76-5063 p;)whe eQUIPMFNT OPERATORS (AREAS 18 II) (Cont'd) (Except Ptledriving and Steel Erection) 'Page 31 Backhoe (hydraulic) (up to and incl. 1 cu. yd. m.r.c.); Backhoe t(ae;e) (up to and incl. 1 cu. yd. m.r.c.); Combination Backhoe and Loader eser (/2 cu. yd. m.r.c.); Continuous Flight Tie Back Adger (up to end incl. t tv, yd.) (crane attached); Cranes (not over 25 tons, hammerhead end canto); Grade-alls (up to and incl. 1 cu. yd.); Power Shovels, Clamshells, l,ra;;lleea, (up co and incl. 1 cu. yd. m.r.c.); Power Slade (single engine); 5,1E -propelled boom -type Lifting Device (canter mount) (over 10 tons); Self- pr.pclled Boos -typo Lifting Device (center mount) (over 15 tons) cPsup Ill Automatic Concrete Slip form Paver; Automatic Railroad Car Dumper; Canal Finger Dr.;in Backfiller; Canal Trimmer; Canal Trimmer w/ ditching attach.. cants; Cranes (over 25 tons up to and incl. 125 tons); Continuous Flight Tie beck Auger over 1 cu. yd. (incl. crane); Brett Travelift 650-A-1 or similar -- - (45 tons or over); Highline Cableway (aver S tons); Loader (over 4 yds., up to and Incl. 12 cu. yds.); Power Blade (multi -engine); Power Shovels, Clamshells, Draelines, 8ackhoes, Grade -alas (over I yd. and up to end incl. 7 cu. yds. n.r.c.); Rubber -tired earth moving machines (multiple propulsion power units and two or more scrapers) (up to and incl. 75 cu. yds. "struck" m.r.c.); Self-propelled Compactor (with multiple propulsion power units); Single engine Rubber -tired E.arthmoving Machines (with tandem scrapers); Slip form Paver (concrete or asphalt); Tandem Cats;. -Tower Crapes Mobile; Trencher (pulling attached shield); Universal Liebher and Tower Cranes (and similar types); Wheel Excavator (up to end incl. 750 cu. yd. per hour); Whitley Crane (over 25 tons GROUP 11-A; Band Wagons (in conjunction with Wheel Excavator); Cranes (over 125 tons); Loader (over 12 cu. pia.; up to and incl. 18 cu. yds.); Power Shovels and Dreglines (over 7 cu. yds.. m.r.c.); Rubber Tired Multi -Purpose Earth Moving Machines (2 units over 75 cu. yds. "atruek" s.r.c.); Wheel excavator (over 750 cu. yds. per hour) GROUP 11.81 Loader (over 18 cu. yds.) CROUP II -Cs Operator of Helicopter (When used in erection cork); Remote controlled earthmoving equipment 7 4 DECISION 110. CA76-5063 CALIFORNIA AREA DEFINITIONS for POWER EQUIPMENT OPERATORS Peg; 32 **AREA 2, All areas not included within Area 1 as defined below. *AREA 1; All areas included in the description defined below which is based upon township and range lines of Areas 1 and 2. Coenencing in. the Pacific Ocean on the eftension of the Southerly lint of Township 19S. Thence Easterly along the Southerly line of Township 19S, crossing the Mt. Diablo meridian to the S.W. corner of township 19S, range 6E, Mt. Daiblo base line and meridian, Thence Southerly to the S.W. corner of township 201. range 6E, Thence Easterly to the S.W. corner of township 20S, range LIE, Thence Southerly to the S.W. corner of township 211, range 1I£, Thence easterly to the S.W. corner of township 21S. range 17E, Thence Southerly to the S.W. corner of township 22S, range 17E, Thence Easterly to the S.E. corner of township 22S, range 17E, Thence Southerly to the S.W. corner of township 231, range 18E, Thence Easterly to the S.E. Horner of township 23S, range 18E, Thence Southerly to the S.W.,ljorner of township 24S, range 19E, falling on the Southerly line of Kings County, thence Easterly along the Southerly boundary of Kings County and the Southerly boundary of Tulare County, to the S.E. corner of township 24$, range 29E, Thence Northerly to the N.E. corner of township 21S, range 29E, Thence Westerly to the N.W. corner of township 21S, range 29e, Thence Northerly to the N.E. corner of township 135, range 28E, Thence Westerly to the N.W. corner of township 13S, range 28E, Thence Northerly to"the N.E. corner of township 11S, range 27E, Thence Westerly to the N.W. corner of township 11S, range 27E, Thence Northerly to the N.L. corner of township 10S, range 26E, Thence Westerly to the N.W. corner of township 10S, range 26E, Thence Northerly to the N.E. cornr of township 9S, range 25E, Thence Westerly to the A.W, corner of township 9S, range 25E, Thence Northerly to the N.E. corner of township 8S, range 24E, Thence Westerly to the N.W. corner of township 8S, range 24E, Thence Northerly to the H.E. corner of township 65, range 23E, Thence Westerly to the S.E. corner of township IS, range 19E, Thence Northerly to the H.E. corner of township IS, range 19E, Thence Westerly to the N.W. corner of township 55, range 19E, Thence Northerly t0 the N.E. corner of township 3S, range lag; Thence Westerly to the N.W. corner of township 35, range .18E, Thence Northerly co the H.E. corner of township 25. range 17E, Thence Westerly to the N.W. corner of township 2S, range 17E, Thence Northerly erasing the Mt. Diablo baseline to the N.E. corner of township 2N, range 16E, Thence Westerly to the H.W. corner of township 2N, range 16E, Thence Northerly to the N.E. corner of township 3N, range 15S, Thence Westerly to the N.W. corner of township 3N, range 15E, Thence Northerly to the N.L. corner of township 411. range 14R. • FRDIRAL REGISTRI, VOL. 41, NO. 132 -FRIDAY, JULY 16, 1976 D62Si0N N0. CA76-S063 Page 33 CALIFORNIA AREA DEFINITIONS for POWER EQU1PHENT OPERATORS (cont'oi DECISION N3. CA76_5063 Page 34 a --- CALIFORNIA AREA DEFINITIONS for • POWER EQUIPMENT OPERATORS (cont'd) .Alga 1 (cont'd): 1I -.r a Westerly to the N.W. corner of township 4N, range 14E, lhance Northerly to the H.E. corner of township 5N, range 13E, 1h..n. Westerly to the N.W. corner of township 5N, range LIE., 'hence Northerly to the N.E. corner of township ION, range 12E, lhence Easterly to the S.P. corner of township 11N, range 14E, 1 l..rnceeNortherly co the N.E. career of township 11S, range 14E, Chance Westerly to the N.E. corner of township 11N. range 10E, Thence Northerly to'the N.E. corner of township 15N, range LOE, 71.ence Easterly co the S.E. coiner of township 16N, range LIE, Thence Northerly to the N.E. corner of township 16N,range LIE, el.ence Easterly to the S.E. corner of township I7N, range 14E, Thence Southerly to the S.W. corner of township 14N, range 15E, Thence Easterly to the S.E. corner of township 14N, range 15E, Thence Southerly to the S.Q. corner of township 13N, range 16E, Thence Easterly to the S.E. corner of township 13N, range 16E, Thence Southerly to the S.W. corner of township 12N, range 17E, Thence Easterly along the Southern line of township 12N to the Eastern boundary of the state of California, Thence Northwesterly, thence Northerly alnng the Eastern boundary of the state of California to the N.E. corner of township 17N, range 18E, Thence Westerly to the N.W. corner of township 17N, range 11E, Thence Northerly to the N.E. corner of township 2UN, range 10E, Thence Westerly to the N.W. corner of township 20N, range 10E, Thence Northerly to the N.E. corner of township 21N. range 9E, Thence Westerly to the N.W, corner of township 21N, range SE, Thence Northerly to the N.E. corner of township 22N, range 8E, Thence Westerly to the N.W. corner of township 22N, range BE, Thence Northerly to the S.W. corner of township 27N, range BE, Thence Easterly to the S.E. corner of township 27N, range 8E, Thence Northerly to the N.E. corner of township 28N, range 8E, Thence Westerly to the N.W. corner of township 28N, range 7E, Thence Northerly to the N.E. corner of township 30N, range 6E, Thence Westerly to the N.W. corner of township 30N, range 1E, Thence Northerly along the Ht. Diablo meridian to the N.E. corner of township 34N, range 1W, Thence Westerly to the N.W. corner of township 34N, range 6W, Thence Southerly to the P.E. corner of township 32N. range Iii, Thence Westerly to the N.W. corner of township 32N, range 7W, Thence Southerly to the S.W.corner of township 30N, range 7W, Thence Easter/y to the S.E. corner of township 30N, range 7W, Thence Southerly to the S.W. corner of township 16N, range 6W, Thence Easterly to the S.E. corner of township 16N, range -W, Thence Southerly to the S.W. corner of township 14N, range SW, Thence Westerly to the S.E. corner of township 14N, rails 7W, Thence Northerly to the N.E. corner of township 1414, range 7W, Thence Westerly to the N.W. corner of township 14N. range 7W, Thence Northerly to. the N.E. corner of township 15N. range 841, *tree 1 (cont'd) Thence Westerly to the S.L. corner of township 16N, range 12W, Thence Northerly to the N.E. corner of township 16N, range 12W, Thence Westerly to the N.V. corner of township 1624, range 121,1, Thence Northerly to the N.E. corner of township 18N, range 13W, Thence Westerly to the N.W. corner of township 18N, range 14W, Thence Southerly to the S.W. corner of township 1814, range 1147, Thence Easterly to the S.E. corner of township 18N, range 1417, Thence Southerly to the S.W. corner of township 16N, range 174, Thence Westerly to the N.W. corner of township 1514, range 14W, Thence Southerly to the S.D. corner of township 14N, range 14W, Thence Easterly to the S.E. corner of township 14N, range 14WW, Thence Southerly to the S.W. corner of townsbip 1314, range 11W. Thence Easterly to the S.E. corner of township 13N, range 13W, Thence Southerly to the S.W. corner of township 11N, range 12W. Thence Easterly to the S.E. corner of township 11N, rangy 12W, Thence Southerly along the Eastern lint of range 131 to the Pacific Ocean excluding that portion of Northern California within Santa Clara County included within the following lines Commencing at the•N.W. corner of township 6S, range 3E, Ht. Diablo baseline end Meridians Thence in a Southerly direction to the, S.A. corner of townahfp 7S, range 3E, Thence in a Easterly direction to the S.E. corner ok township 7S, range 4E, Thence in a Northerly direction to the N.E. corner of township 63, range 4E, Thence in a Westerly direction to the N.W. corner of township 6S, range 3E, to the point of beginning which portion is a part of Area 2. Area 1 also includes that portion of Northern California within the following linear Commencing in the Pacific Ocasn on an extension of the Southerly line of township 2N, Humboldt baseline and meridian, Thence Easterly along the Southerly lino of township 2N to the S.W. corner of township 2N, range 1W, Thence Southerly to the S.W. corner of township IN, range 1W, Thence Easterly along the Humboldt baseline to the S.W. corner of township IN, range 2E, Thence Southerly to the S.W. corner of township 25, range 2E, Thence Easterly to the S.E corner of township 2S, range 2E, Thence Southerly to the S.W. corner of township 4S, range 3E, Thence Easterly to the S.E. corner of township 4S, range 3E, Thence Northerly to the N.E. corner of township 2S. range 38, Thence Westerly to the H.W. corner of township 2S, range 3E, Thence Northerly crossing the Humboldt bassline to the S.W. corner of township 1N, range 3E, Thence Easterly along the Humboldt baseline to the S.!. corner .of township 1N, Tinge 3E, Thence Northerly to the N.E. corner of township 9N, range 3E, Thence Westerly to the N.W. corner of township 9W, range 2E, Thence Northerly to the M.E. corner of township ION, 1E, • FEDFtAL REGISTER, VOL. 41, NO. 13$--1I1DAY, JULY 16, 1976 e { • z 0 A H1 V1 " DECISION NO. CA76-5063 Page 3S CALIFORNIA AREA DEFINITIONS for POWER EQUIPMENT OPERATORS (Cont'd) *Area 11 (Cont'd) Thence Westerly along the Northerly line to township 10N, late the Pacific Ocean. Ares 1 olio includes that portion of Northern California included within the following linet Commencing at the Northerly boundary of the State of California at the N.W. corner of township 48N, range 7W, Mt. Diablo baseline end meridian: Thence Southerly to the S.W. corner of township 44N, range 7W, Thence Easterly to the 5.r. corner of township 44N, range 7W, Thence Southerly TO the S.W. corner of township 43N, range 6W, Thence Easterly to the S.E. corner of township 43N, range 5W, Thence Northerly to the N.E. corner of township 48N, range 5W, on the Northerly boundary of the State of California, Thence Westerly along the Northerly boundary of the State of California to the point of beginning. z 0 A ri N 3 " FEDERAL REGISTER, VOL. 41, NO. 138 --FRIDAY, JULY 16, 1976 FORM HC -5 (REV. 1.76) z 0 1- < 05 O Z A rice V f O 0 a � Z 0 I Lx 1L CO ti 0 r - rd • a) b 0 N U rti 0 �-1 Pa FILE — 2 f-11 �.tAtaA1-t —go icy Iteo a d CONTRACT CHANGE ORDER NO. 2 SUPPL. NO. ROAD_ SHEET_ 1 OF 1 SHEETS 04 - SM-82-9.3/9.6 FAP M-3072(61) FEDERAL NO.(S) To 0. C. Jones & Sons CONTRACT NO 04-208064 Contractor You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. NOTE: This change order is not effective until approved by The Description of work to be done, estimate of quantities, and prices to be paid. Segregate between additional work at contract price, agreed price and force account. Unless otherwise stated, rotes for rental of equipment cover only such time as equipment is actually used and no allowance will be made for idle time. Change requested by the Resident Engineer The last percentage shown is the net accumulated increase or decrease from the original quantity in the Engineer's Estimate. ADJUSTMENT OF COMPENSATION AT UNIT PRICE: Provide compensation for Apprentice training in accordance with Section 6 — 2.01 of the Special Provisions at the rate of $ 0.80 per hour with no mark-ups. ESTIMATE OF ADJUSTMENT OF COMPENSATION $800.00 Estimated Cost Decrease $ or Increase $_. 800.00 By reason of this order the time of No adjustment will be allowed. completion will e ' sled Mallows: A. Acting Resident Engineer Date 7/28/81 Approval Recommended: Date __ Approved: Chief Engineer by Date __ We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefor the prices shown above. 0. C. Jones & Sons Accepted, Date Contractor_ . By Title If the Contractor does not sign acceptance of this order, his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. CONTRACTOR 55.T . W osn Chief Engineer. r July 30, 1981 Mr. E. W. Coble, Resident Engineer Department of Transportation P. O. Box 3366, Rincon Annex San Francisco, CA 94119 Re: Hi1l*W a Blvd./E1 Camino Real Redesign PAP No. M-307-61 Caltrans Project No. 04-208064 Dear Ed: Please accept the following in response to your comments listed in your letter dated July 17, 1981: Item(s) No. 1 The working day time will start from date of Notice to Proceed. This was announced at the preconstruction meeting. 2 We concur that payment for flagging on Hillsdale Blvd. should be paid on a 50/50 basis. 3 No comment. 4 State Resident Engineer to use his discretion regarding third paragraph of Section 1071.01. 5 Assume salvage and City crews will pick up from site. 6 Yes, contract change order for payment may have to be made. 7 Bohannon organization is to take care of this work. 8 Suspicions are unwarranted. Concrete is included in exca- vation quantities. 9 Use SC -70 10 Use Caltrans judgment. Mr. E. W. Coble Item(s) No. 11 We concur. -2- July 30, 1981 12 Please find table enclosed for your use. (Will be mailed later) 13 Please find tile specifications enclosed. (Will be mailed later) 14 We agree. 15 Use State Standard Specifications, Section 7-1.15. 16 We would prefer Type C. 17 Conduit is included. 18 Cover as many items as designated in State Standard Plan Book. 19 Use 18" RCP. 20 Contractor and PG&E to coordinate. 21 Sheet No. 8 affects Rillpdale.,$lvd. Sheet No. 1 affects 81 Camino Real. 22 we agree - State to use ,their discretionary judgment to clarify with contractor, 23. Issue contract change order for manhole in lieu.of junction structure. 24 & 25 We concur. 26 Use 18" RCP. Adjust flow if possible and enclose pipe with concrete if required. 27 We concur. 28 As soon as California Water Service Co. schedules work. 29, 30 & 31 We concur. Issue contract change order deleting drainage system. 32, 33 & 34 We concur. 35 Use 2" sand. The contractor was given verbal O.K. to use Colma sand at the preconetruction meeting. 36 We agree to change median grade. See Item No. 30 above. 37 Pave flush to lip of gutter. Mr. E. W. Coble Items) No. 38 & 39 State Resident Engineer ,to use his discretion. 40 The 2" of sand is to be ,included in payment for sidewalk. -3- July 30, 1981 41 Use City Standard as shown, please. 42 We concur. Enclosed are Richard Hopper's work sheets (Schedule A and Schedule B) show- ing the method of calculating quantities. Please be advised that some plans and specifications were distributed at the preconstruction conference. However, if you need more, please advise. Also, should you require further information or have any questions regard- ing the above, please do not hesitate to call this office. • Very truly yours, ROBERT G. BEZZANT DIRECTOR OF PUBLIC WORKS • TONY, LOPEZ • SENIOR ENGINEER RGBzAEP:TL:hh Enclosures  N.tDU t_ L. p tip i 7 -- ,/in. - 'Peel-11�� �% Y 1;2444{ 4 10 11. 1 5" QCQ 5 ,1 -a 12. 21" fcciP Stor+r, l��ra H, 13. 24" rcS SIR, cm Curb 4 G�� - TrL AZ - 1S. PCC. JI��@ i&tk rr Mist. Mme( 1?. 1cioca . Ct Sld. Elcarotitir 18. Ci 4, SIZl. alas olt.a r CN1:)UL- Q  EL C'J  j IN 0 (Z,>;,o L Q0.4 -D e. 1-4 ITE*4 1 S. 10. ITEM UNIT QU(w'MY Ot.wr T9 -%C 101 &L.. PorLbla. E4 10 4-00 4cc:_ LS I Io,Wo Io,Ofl En 8 200 �%�� 14: 1G. Sy 4-a) CY 373 1-F IS'70 CY -1-2-34 8So co31 CY '3156 TN 503 CY 25.51 `75 284-2 20 4'3 0��, o 2s IS 2So 25 I5SZS 50 43900 IGm 25,S:1Q LF 58 35 305c) LF 266 rc0 I  S LF Co LF 13SZ CY 92 Lt3 1434 EA . 1'4 5 2.47o I Soc: O 17 750 ISoo L C —i t t,.1 O PC/MOVQ.) 0nc•r2 4-4.• 303 x 17 = 34.;r r 13, l?x Is= Z29 x 1 -LS = 34g 10 = 18 x 1' ? 258 -74t x tO 1Zox 07x }Z `3,44s. S S F asssor►m 5`723 GF 3Q,o cY Vn der C.G, S w = `74-4,0 SF C4Ct 3SSo 1.0 , 11 010 t i1010 SF. k: Q cr-- r 4- arr Oa. . • Z (IS 3- 4gtif4c !$.S) - (Sz = 32 2 Z 32 - 32 it 2 19. -7S 4- 1Z 32) 19x2 3'z •� _ Z1 `3.'73 4 2x34= . lZ x t2.0/Z 31X12= z- 7$2_42 x 1_S. (t°�l- 113) 150)- z 3z - 3z rr 2 3S" 4 1 (32) - 1boo 275 Z20 4L:9 0 z -1-s$ r O+ 02 SI t9I 32`2 l2.(S1) = Ca12 Zt,(19)z 4t04 32.`(.21) - ZZ.o -7d. 12.)- 8388 3z(.zt) 220 (3Z) (04 14;736 10406.4 Z$.9 3Z Tc ( ( 12) - IV l24)) _ Z (3 z) 3z � a au CAL (32./(Q0. a_u,� , )cG 4;800 14,73G, 1;? Z _ Zo S 7 o SF 11oto(I) v• Zc 8'?o( 1-S) • j2♦3o 3043 1 S7O '90 '7Q 5F- 1.1) = 2279 c F = 8So c..r CI.A Ac = 20,870 (.4:0= 8348cF x1445 Cool TN Z000 4- ov cur I a/"4- -7 Z X 44 1 ,-.(144)= �zooa AC. fa4 yeti 9 4-6 SY 30 G31 T 4 " " 2,.s Tr 4- - x24 -.s z c5-23 co -74N) 24 y- 2-4-S 2 ) c2 Ci Co S c Y kqJcwik't-:03 JCL U ",S loo -C_ 3' trzo " iofos o-30 St erroY t2, 2.-1(,)4. 19 i z x 14�� G ! 2 = S I .34 4 Soo f300 sexz 4 C2) Noiri-4 SF x2 Of -74- t)531 -%c5= ZiYa , (3/ 83 v/ 7 o SF 35 S G I I,,O8Gxt= .5 / Z5s I 24,1" s,s 23,o 24 " " C 24) ��2 . S az fir 84 . s,S C )2-d\) 1 59 ��F IZ ��js3 CF 13 cr c B81 - it- t2. a S3 -3c, --1'3 1"?, S`5 Co l Vo 20 47 S3. 39 13 6,- CS " 4"7 42, 1S (1(12047 ��q-il-1Z B'9 S5 Go 3, 13 36 zo 47 " " C�4 90 3/30 4i% os s s 2_S$ )9 so" Ce,3 r 2.42 2,68 o9 2,3.08 2, -7 cF x -- C.F4 77 - 31 " ��-2 c U.A r" J T1 T__ -����--( c " f-iO VA -L 4 2.1 C c�� ) ��C LF pia r xs1 29@,x 1"7 s=1. ,(t 49 F ��j -7x c, 5\00 Q3x 34, 442p 5'" 5 1) zo 48717 ss SP Sam SF _ 2 S So c-�� 4-o i - -7 34,,kSl - 23 x Zl. x .S 2...7XV7 l�.S+ZG.S 2 (iS2) -7(4o SF 4 y A • • rL\O9. 3 G CY G T y c rN cP G (I.5 -. ly-L,3 Ce-1A c -r -) I,D Q cd D- I kJ I . i ).‘ A S c HeouLE OF !No ITEMS — ?r7 - -t- W4 i. Y — Tieµ I O.1(o • So I-IEflUL 8 - U 1LIsflALfc 12.4._\./ ID. ROAOI.A.XD 1111.M 11•. ITEM V Orr QVMJTT( UOIT ► ica ToTa,L 1. P.4. 11. -1,m1:„, 1.„,-..44 Et,. 10 40c 4C 2• Gea.,•inw4. GrV1o17inq LS I I0, TY) f0,CY:" 3. Rw,+aw�1J>i, BckLatg. tf E.e. 10 2CO 'LCz� et ed-ro 11 ex c, &c P.w eµ4 S�( 23'7 Peso 0 e. CAY1 w. CY 390 -7 S 2S ZSo S. Qoaclauai ¢xCcuJatlon CY G83 20 3.6 0 Lce.-,c�slca,•1 q LS IC 10100 Yr,ai70n 7. Ag5rzy.. ., &sc 9" CY 413 35 1452 8. 4 C F," O g 1/2." TN 7 53 So 3 J C� 3.(F) ti tY,U r SA-ry Joreit CY 1s.0 I Goo ISpOG (.j-i 1rwr Conc./re—I-0 10. 12'I 2CP 24-ori„ 'Oro:. LF 19S 3S G825 11. 1S" QCP Sin, 00,,,_.;,,., LF 44, So 4 l4 12. 42-G Cr,r1J i God L -F 133G Has -f-e0,-- 12.s A2 --G C 4 nit, (r' i d L F I G-7 S ft= - Z . 13. PCC 13uaTumoo+ ArOK CY 82 IO,c co" ' 2ae; 14 Pcc 21•44_,y, al k 4" CY ISO • —1-Z---E- -1 - .59 IS. 1 tclai Vat 1at. G0 CY 44: I sc 83.sr, '' 8 " Li 2 1 . CI 4-z.1, _14. o,>,mwi1.1 CY 5 -Age- %Scl 17. M►sccRas coos Di (12.1 1_13 14,73 n.so R?,i - " " _ 2 " 5 _ t 1.o 2.5ox ( 12S 4.5 14:a2 3i5 17.0 yc 3 /z 45 t -5)= - IS c, 3" X 13ox Sox. 15/z 2Scax 1E3 15ex 2 x .S 4 13o��2x" S oc18x.S= 1-7S 7Q)( I x. S -t. 1Sx 135 x. s 1O,S3`7 c,F -3 300 C' Y " Z2 14-x I Sc/ 2'? .5 2SS z-1. (12,-7.5) -I-- a, ( I2.7. S) LOS 222___ 22 3a 8 2 ~ I59-4 1 -0 4oJ `3 rY,_ c F ��s 431 2 " . 41P3s IgragCP GgZCy Lit a_t x 8 = -720 so(a 4f9,/._ 3 = 444 looy. 3 = 30,c) 4o 3+ = ai 0 cpo (t 1 d-3 = 420 -7';'-t (3)=-- Z��I 17i) (3# 1?..) = c3co " 0 c "c) ARx /c.(3 v , ccv+, y-oc J uJ 12 Vbcp  Z N 1-110 I 0(00 golf -0 2o 1 08o 2��0 -1 p 5 3s2,sG Ito)c5 o ."?S ^7��s C-F 2s I l Z I c F= 41 Z cY' _AC CAA.) Fetu;y--n I '5-O ISSx�� x e 3o 34:),x ) zsx 3 = i AC 0 J 1 cuo 1 1Z " — c:. -1-2-c:::, — '' ai5 •1--c-irD Go — )2x t o 3?s GI/ 12.40 G s Gs i -4-- 1isoo -- 28--1s c,o,i -{- 4- s s I `3g AC \Aix- -75 r- • (,0 Ls • 2"."2„. (2) 1 14 s¢ -n Soso 114 3 S2 Q -O /\C ova -6 -Ai tsc) 6 It \ (.0S --21Qb �S 21 2 SF Z7 -01w6\ s " S 1'1\  �� S-1-r. OS 4 x x_41 5.64 H N 2.4)0 co paL S/1/4A3 4�� -a:32, )' S = its 4S 3CpG 2`]Z x5 - X73 254- xS l4. 5-S It OocF 4-1cx 82 13s 4 14-(0 1"3(p0 1 42) c).5 x c=D • 295' 5-! 0$ Co SS Ss 24'D<3 - 2,G3 15.5 2 400 to S m.sr -78x2 32s SF • 1St 2 14•S' 33 i " " -3C4 2.GC0 1-- ,t); y, cuy- . I s 45 4.s J • S 1s ZGS 325 s'3 St-== 5z 2 2CQ 8 S3G SF 32_ 5" - '?_S 2.3-12 sp- s' ' 4.4 c -r STATE OF CALIFORNIA —BUSINESS AND TRANSPOTION AGENCY • EDMUND G. BROWN JR., Governor DEPARTMENT OF TRANSPORTATION P. O. BOX 3366 RINCON ANNEX SAN FRANCISCO 94119 Arch Perry City Engineer City of San Mateo 330 W. 20th Avenue San Mateo, CA 94403 Gentlemen: RECEIVED JUL. 1981 SAN MATEO PUBLIC WORKS DEPT. July 17, 1981 FAP No. M-3072(61) Caltrans Project No. 04-208064 This letter will confirm the various itemsdiscussed at our meeting of July 16, 1981 with the following in attendance: Arch Perry, Tony Lopez, Bruce Hori, Don Manning and E. W. Coble. The following comments relate to the contract special provisions, Notice to Contractors, Proposal and Contract: 1. The Notice to Contractors indicates the working day time will start from date of Notice to Proceed whereas the special provisions (Section 4) indicates the timewill start after the day the contract is approved by the Attorney. 2. Section 5-1.11 Flagging Costs - last paragraph confusing. Decided to pay for flagging on Hillsdale on a 50/50 basis. 3. Section 5-1.13 Last sentence incomplete. - (34 4. Section was too ear" to area. 10-1.01 - 3rd paragraph. We felt the 0.04 Mile work limitation restrictive. As recommended by Mr. Perry we will "play it by insure the smooth and safe flow of traffic through the work njnP 5. The 2nd paragraph of Section 10-1.04B indicates "Frames and grates shall be removed and salvaged as shown on the plans." We could not find any place where this was indicated on the plans. Are we to assume where inlets are tobe abandoned the frames and grates are to be salvaged? If they are to be salvaged what do we do with them? AssumG Slc.vnbcf 6. Section 10-1.04E indicates raise traffic bars are to be removed as shown on the plans. Not shown anywhere on the plans that we could find. Are these the existing bars on West Hillsdale and El Camino Real? This normally would be covered under a separate contract item. 4u)-- 7. Section 10-1.04F Flagpole relocation and replacement. There is no item for this work. Mr. Perry indicated Bohannon would take care of 1 L e4{e r 4,,to 5ca449 this item. • 8. Section 10-1.08 Remove Concrete. Paying for concrete removal by the cubic. yard, instead of as a lump sum puts a tremendous burden on the Engineer as the thickness must be measured during removal opera- tions. This means he must be on the spot to take these measurements before the:material is hauled away. It will probably require an extra person to just watch this normally routine operation. Most of the conrete to be removed is within an excavation area. Under Section 15-3 of. our Standard Specifications no deduction from any ex- cavation quantities can be made for the yardage of concrete removed. We suspect your contract quantities for roadway excavation do not re- flect this requirement. If our suspicions are correct this may require additional funding in the amount of $18,000. (-_-.c c- 7 Ys 9. Section 10-1.13 - The last sentence of this section indicates the prime coat shall be MC -70. We recommend this be changed to SC -70. It has been our experience the MC oils do not penetrate but tend to lay on the -surface. Because of this characteristic it will easily adhere to tires or shoes and can be readily tracked onto adjacent areas. 415E 5C-7 10. Section 10-1.14. We did discuss the possibility of revising the base failure section to deep lift A.C. section (also discussed this possi- bility relative to the structural section along El Camino Real). I believe we decided to wait until the contractor is on the job to see if he runs into any difficulty constructing these areas as planned. rises r,valfr?e -T 11. The last sentence of Section 10-1.19 Barricades, indicates the "... the cost of leaving the barricades in place will be paid for at the contract unit price for barricade (left in place)." There is no such item! We recommend any barricades left in place be paid for as extra work. /atgediT 12. Section 10-2.02 (page 84) Thrust Blocks. We requested a tableor chart to determine "adequate size" thrust blocks. -n) 7)0,0 mum IF EMaro. 7J471A-rrs --- . ------ (-4 c E-0,,z04k, 13. Section 10-2.04, Tile Surfacing. We do not have any copies of the referred to ceramic tile specifications. Please supply. CAc x)d+ri 14. Section 10-2.05 Landscape Maintenance. The maintenance period is indicated to be a ninety -day period... pursuant to Cal -Trans Section 20 Type 2 plant establishment period. In our specifications Type 2 will be for the number of "working days specified... in the special. provisions." Inasmuch as the special provisions do not specify a working day period we will interpret the 90 day period to be 90 cal- endar days. A ,r 15. Section 10-3.02. The six month guarantee period shall begin the date the contract is accepted or the date the contractor is relieved of maintaining the system as provided by Section 7-1.15 of our Standard Specifications. Lt�urcuevc 16. We discussed the provisions of Section 10-3.17 relative to the type " -3 " - of pedestrian signal desired - either type B or If the contrac- tor asks us which type shall we tell him to get? If he does not ask us we will have to take what he furnishes. Bc,2c sec gr girz44, 17. Section 10-3 of the special provisions and Section 86 of the Standard Specifications do not address the conduit installation of individual items such as contract items 3 and 8. These are "each" items and not a"system." As we read our specifications pay for these "each" items do not include the conduit beyond each pull box. However, we will take the position that the cost of these individual items so include the conduit. However, if the contractor pushes this point we may be forced to retreat from our stated position. ct,u + frica,vain 18. The proposal and contract list certain items as final pay items (F). However, our specs require two elements to be present to qualify for a final pay item. The second is that the specific units must be so designated on the plans. There are no units so designated on our plans. However, the miscellaneous metal item does have a designated table in the Standard Plan Book which we can use for most of that item.. None of the other items can qualify. L c, YOt 6o_ 19. Contract item #21 - 15" RCP. We could not find this item on the con- tract plans. The following comments pertain to the contract plans. 20. Sheet 1. The electrical system does not go beyond the end pull boxes. How do .we energize this system? ... _. 21. The trench paving detail on sheet 1 conflicts with the detail on sheet 8. Which one do we use? If we use the detail on sheet 1 how do we pay for the concrete? No item for concrete trench paving? 5rger a 14,,.4stwict 22. Sheet 2. Same comment as #19 above. Plan does not show and conduit crossing 31st Ave. to connect two systems.  e,ck p6mes 23. Sheet  12. Recommended storm drainage structure shown at Sta 0 + 32.5 be changed to a manhole. Mr. Perry concurred. We will prepare CCO for same. ��.....,:,, 24. Sheet 2. Indicates existing manhole cover and frame left of Sta. 2 + 20 be adjusted to grade. No item for this work. Will prepare CCO to do this work at force account. 25. Sheet 2, There is not item for "Remove D.I.tt Accordingly, all D.I. removal will be paid for under the concrete removal item. w�� 26. Sheet 3. The D.I. at STA 8 + 775 will not accommodate an 18tt pipe! Please advise. We can lower inlet flow line if enough fall exists to the existing line.  GN-t3waGbti" ' rc'i; L. C C. /a Xt.1.':: t..��. 27. Sheet 4. Indicates existing D.I. right of Sta. 0 + 23 is to be aban- doned and refers to sheet 7 for details. Sheet 7 does not contain 411 details for abandoning D.I.'s. Shows details for..modifying and re- moving D.I.'s. Recom=mend this D.I. be removed. Will pay for concrete removal. fc. 28. Sheet 4. When willthe 8't water line be installed by others? 564J415 C U41 route. 29. Sheet 4. D.I. right of Sta. 4 + 66 is indicated to be abandoned. Detail on sheet 7 indicated modification (for which -we -have not item). Recommend it be modified to a manhole to provide access. Modification shown on. sheet 7 does not provide access. y. e . 0 30. Sheet 4. Recommend of median gutter be revised to flow away from median. This could eliminate modified OS inlet at Sta. 3 + 03 ?and 89 LE of 12 RCP storm drain. Same recommendation for D.I. 's 6 + 41.5 and Sta. 9 + 83 (sheet ;,`5). - ; 51,k Sheet 5. If recommendation noted above (Item 30) is approved storm drain manhole and 29 LF of 12" RCP can be eliminated at Sta. 6 + 41.5. \32. Sheet 5. Existing D.I. left of Sta. 7 + 34 should be removed, not abandoned. 33. Sheet 5. Existing D.I.right of Sta. 7 + 35 should be modified to a manhole. Same as #29 above. .� • 34. Sheet 5. D.I.'s at Sta. 9 + 35 (Lt.) and 9 + 36 (Rt.). Sarne recom- mendation as 32 and 33 above. Note - It was our understanding Air. Perry concurred with our recom- medation to convert (if possible) the existing D.I.'s right of center line to manholes. { 35. Sheet 6. It is recommended the structural section on -14l Camino Real be revised. The subgrade should. --be extended to the back of the curb full -section so that there is a fu - depth of AB -2 under the curb and gutter. This is the State's normal procedure when we construct to the roadway. (We did not discuss this iterr?......at our meeting) Z,,',.5�,,D 3/ 36. Sheet 6. Change of median gutter cross slope on Hillsdale Blvd. (Previously discussed). AI iscussed). Ar C- 37. Sheet 6. Plane AC pavement detail shows new. 0.13 foot overly to be flush with existing gutter. State normally constructs new A.C. 0.02' i.j ,, , , higher than ai jacent concrete gutter. We would follow this procedure unless you object. . 02 �fr 1+ 38. Sheet 7. As previously indicated, there is no item for modifying inlets. Sheet 8. Previously commented on trench paving detail and drainage structure at Sta. 0 + 32.5 on El Camino Real. 40. Sheet 8. The details. for curb and gutter, sidewalk, and bus turnout 39. 1 ( r -z i✓2 Cie" lr v -a 6 skt, .'v c.f 1=LS `7 apron indicates 2" of sand or 3":of aggregate base to be placed under the concrete. -W-e---have an item ,:f..or .AB -2 --but how do we pay for the sand for which we have no item? ('Would recommend the street structural section subgrade be eYLended to the back_af--curb and a partial full depth of AB -2 exten d to this 1J ; Also recommend the AB -2 or sand be eliminated froth under the sidewalk. According to the State Specs if these "other" materials are used we would be required to pay roadway excavation to place AB -2 or sand. Whereas, if these materials are eliminated all of the required excavation and backfill will be included in the sidewalk concrete unit price. '(,01rri ri (;''ecaft,r OF J,aaT4. Sheet.9. Do not like your standardcommercial driveway detail which wraps the curb around to the back of sidewalk. Pith the handicap ramp 14Q 1 like it even less. Forces a wheel chair bound person into the street out of the normal sidewalk alignment: 04z, 42. Existing PPB t s will be lowered to conform to the 42" height requirement. This concludes our comments at this time. We will offer further corn- ments as our review of the contract plans continues.. iJe would also request you supply us with additional plans and specifi- cations. We do not have sufficient copies on hand to properly administer your contract. We need at least 6 more special provisions and 5 more plan sets. Thank you for your cooperation. We look forward to working with you and your staff. Verytrullyy yours, E. W. Coble Resident Enginee BY D. P. Manning Deputy Resident Engineer Collected By' LCP'•+t,MEN: G TRANSPORTATION CAL .S! S A'a ENT PT APPLICATION C M M P. 20 l A R E v i d t i PAR A F'ennissicm is requested to encroach on the State Highway right of way not conip;ete until all required attachments are included. l ocaticxr City San M`tteo Addles or Street Name County San Mateo 31<;Y - El Camino Real port,04, rr.' R:ght of Way Fee/Deposit Paid $ . - .� D st Co/Rte. - .•. r . Permit No. as follows: (Complete al items: NA if not applicable.) Application is 2 Route 82 3 Post Mile 9.56 4 Date 5 6 Cross Street (include distance and detection) d Work to be Pertorrrrd By state Route 82 at 31st Ave. Intersection Est Strvrrng Date 10 Est. Comeleti,xi Oats T1 EXCAVATION P1P£C Max. Depth Type 13 Ft Average Depth 14 Average Width 15 Ft. Ft. 18 Diameter 0 Own Faces Contractor 7 9 Estimated Cost in State R,W 12 Length 16 Ft. rtace yrw t7 is Voltage/PSIG 20 PrMrlct 21 FULL r DESCRIBE WORK WITHIN STATE R/W: Attach conlp,eta pima (5 ants fokeed 2Y2 x 11), apace, calcs. ►Hops, ofc., if avpJtcabfs_ See Attached Plans IS ANY WORK BEING DONE ON APPLICANT'S PROPERTY? It "Yea" briefly.daacrlbe and attach sltn and grading plans.) 22 Yes 0 No THE UNDERSIGNED AGREES THAT THE WORK WILL BE DONE IN ACCORDANCE WITH CALTRANS RULES AalD REGULATIONS AND SUBJECT TO INSPECTION AND APPROVAL. Or gam z:N t o'+ or Applicant T_ }- Address trnCi td city and z:p code' C Phone 1415) 574-6790 330 West 20th Ave., San Mateo, CA 94403 Authorized Stgnature /c L=/` < - Architect, Engineer or Project mgr. Arch Perry Department of Public Works 1„.,e 1415 )574-679x1 Title El N.D. El EIR IS A CITY/COUNTY/OTHER AGENCY INVOLVED (per its, oporvaral, otc.)? • Yes. Check environmental documentation and attach copy to application: Also attach a ropy of the environmental approval. • No Check the category below which describes the project. x Survey Flags. signs. banners. decorate ores Temporary signals [ :, l Public utility modifications. extensions. hookups Sidewalk- gutters LiFence Single family dwelling driveway x n n n� El Exempt Removal/replacement of distinctive roadway markings Ditch paving Modification of traffic control systems Mailbox Agricultural road approach Parades, celebrations X ED Community antenna TV system Erosion control Movie. TV filming Maintenance. reconstruction_ or resurfecir.g at a driveway or road eaprox''. Maintenance et existing landscaping Regulatory,. warning. information signs 23 Clone of the above If pri.:lect cannot be described in above categories, request Part 8 from Permit Office. • �� _�,r' e 1, ,�- 1 GEPARTMENT OF TP..ANSPOP.TATION ICALTnANSt ENCROACHMENT PERMIT FEE CULATION DM M P. 2t4 (NEW 1 51i Date Permit No. Caic BY Permit Type SURETY BOND REOUIRED? ❑ No ❑ YES AMOUNT $ LIABILITY INSURANCE REOUI tED? 0 NO ❑ YES AMOUNT $ FEE /DEPOSIT: FEE DEPOSIT BHIDOE TOLL fit applicable) $ b ADMINISTRATION OF PERMIT OFFICE AND PROCESS APPLICATION S 47 c. REVIEW APPLICATION: !Check One) ❑ SET HOURS @ $25 O ACTUAL COST; DEPOSIT ESTIMATE HRS -@ $25 S u. INSPECTION: ( Check One) O SET HOURS @ $21 ❑ ACTUAL COST: DEPOSIT ESTIMATE HRS N $21 $ S o. FIELD WORK (4) ❑ ACTUAL COST: DEPOSIT ESTIMATE HRS @ S21 $ TOTAL FEE/DEPOSIT $ 4 a+b+c+d c+d+e $ FEE SCHEDULE: (1) CODE 12) TYPE PERMIT AD Advertising Display, Marquees. Arcades. Awnings, Bldgs. AS Airspace Rental (6) Art Archaeological AP Art Program (61 Banner, Decal.. Temp. Sign BR - Repeal lIN - New FtP Bike Patti ris Bus Passenger Waiting Shelter UN Chain Installer CFl Cottee Rest Stop CU Commercial Development CS Curb Gutter Sidewalk UP Double Permit Drainage: DM - Minor DO - Needs Design Review Fence. FM - Repair FN -- New'ModiIv F I Filming Iliadinq GM Minor t/N M.ilrn 1 . ri i<tsc;ltre I M i Lirntrm;inrr• t I Irr•n I fin, Lk Conventional 1 I F leeway I.P I men cleanup ( li) Mil M:i I News Box (10 l)i\ outdoor Advertising Visihi lily Improvement REVIEW APPLICATION SET HOURS (3) Exempt 2 Exempt INSPECTION SET HOURS (3) 1 Exempt 1 Exempt O 0 1 1 Actual Actual 2 2 1 0 O 1 Actual Actual 2 2 1 As Per Type 1 0 5 Actual O 0 2 1 2 Actual Actual Actual O 0 1 1 2 0 Actual Actual Exempt Exempt Exempt Exempt 2 Actual REVIEW CODE APPLICATION (2) TYPE PERMIT SET. HOURS (3) Rider: RD - Caltrans Initiate (8) Exempt RT - Time Extension 0 RW - Modify Work As Per Type Road Approach/ Driveway: RA - Agricultural RS - Single Family RM - Resurface/Reissue RR - Reconstruct RL - Multiple Residence RC - Commercial RP - Public/Private Road RX RR Crossing Signals/lighting: SM Repair ST - Temporary SN - New/Modify Special Event: 5R - Ramp Closure SP - Parade SE - Other SC State Highway Construction Contract SV Survey TC Traffic -Counter. Controls, Safety Devices TN Tunnel Under Road Id 24") Utilities/Cable TV: US - Service Connect- Pothole UM - Modify UP - Cathodic Protection UA - Aerial Longit. - Aerial Transv. OF o Freeway UC s Conventional UL - Underground Longit. UT - Underground Transv. U13 - Annual Maintenance WL Wali LA Caltrans is Lead A ency for Environmental Study MC Miscellaneous (5) 0 INSPECTION SET HOURS (3) Exempt Already Covered Already Covered 3 1 3 1 O 0 1 1 Actual Actual Actual Actual Actual Actual Actual Actual O 0 1 4 Actual Actual Actual Actual 1 0 Actual Actual O 0 1 0 2 2 Actual Actual O 1 1 2 2 1 2 1 1 4 1 1 3 Actual 1 2 O 0 Actual Actual Actual As Per Type or Actual 0 or Actual NOTES: II Public corporations tbut not contractors doing work for public corporations) are exempt from this fee schedule. (21 Two digit code used in Permit No. tyl Any unusual type permit can be charged actual cost at option of Permit Engineer. 141 Field Work. furnished by Caltrans. will be billed by actual costs. (51 At Perm it Engineer's option. oil Exempt from all tees. STATE OF CALIFORNIA --BUSINESS AND TRANSAION AGENCY EDMUND G. BROWN JR., Governor DEPARTMENT •. RANSPORTATION RINCON ANNEX SAN FRANCISCO 9.4119 (415) 557-1840 I ?iffirt441t(61C - N O T I C E- • x4 REC I MA 981 SAN MATEO PUBLIC WORKS DEPT, The work authorized by the attached encroachment permit allows - lane closure(s) while working on the State high- way. Whenwork in progress requires lane closure(s), you are required to place traffic control devices, as shown on the accompanying plan; i.e., either Typical Lane Closure with Speeds of 50 MPH or Less or Typical Closing of Half Roadway with Speeds of 50 MPH or Less. Recognizing the difficulty in obtaining flashing arrow signs, this portion of the requirements will not he enforced until after January 1, 1982. After that date, lane closures will not be permitted without the use of flashing arrow signs. JOHN WEST District Director By B. C. BCHTOLD Deputy District Director 4 DEPARTMENT OF TRANSPORTATION (C• PANS) ENCROACHMENT PERMIT OM -M -P -202A (REV Vail In compliance with (Chock one): 0 TO:El Your application of Utility Notice No. Agreement No R/W Contract No. • May 11 ,1981 of 19_� of ,19�, of ,19_ I City of San Mateo 330 W. 20th Avenue San Mateo, CA 94403 PERMIT NO. 481—NRP0709 O)STJCC/RTE/PM 04-sM-82 9.34/9• DATE July 23, 1981 6 FEE PAID DEPOSIT BOND AMOUNT BOND COMPANY SONO NUMS[M , PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED to: widen, channelize, signalize and perform appurtenant work in conjunction with FAU Project M-3072 (61) and according to District Agreement No. 4-0794-C between 31st Avenue and Hillsdale Boulevard along the westerly side of State Highway 04-SM-82, Post Mile 9.34/9.56. Three days before work is started under this permit, notice shall be given to, and approval of construction details, operations, public safety, and traffic control shall be obtained from State's representative E. W. Coble, Telephone No. 557-2417. Your attention is directed to the District Special Provisions, Nos. 1, 11, 12, and 15, which must be complied with. Any signing and striping by State forces outside State right of way will be at permittee's expense. Certain details of work authorized hereby are shown on City of San Mateo plans submitted with request for permit. In addition to fee; the permittee will be billed actual costs for Review ❑ Yes ® No; Inspection ❑ Yes ®No; Field work ® Yes (If any Ca/trans effort expended) The following attachments are also included as part of this permit (Check applicable:) a) General Provisions: []X Yes b) Utility Maintenance Provisions: ®Yes [j No c) Special Provisions: ® Yes Ow No, 221, 222, Multi -Lane TCS d) A Cal -OSHA permit required prior to beginning work: ❑ Yes ®No M The information in the environmental documentation has been reviewed and considered prior to approval of this permit: ❑Yes N.A. This permit is void unless the work is completed before as directed 19 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorised. No project work shall be commenced until all other necessary permits end environmental clearances have been obtained. APPROVED JOHN WEST , District Director eY: R. L. CASHION , District Permit Engineer Department of Transportation DISTRICT SPECIAL PROVISIONS Form 4 MT 118-A (Rev. 3/81) 1. The site of the work shall be enclosed by suitable barricades, signs and lights, as approved by State's representative, to warn and protect traffic effectively. 2. Excavations made within the limits of the highway shall be backfilled before leaving the work for the night unless otherwise authorized by State's representative. After backfilling the trench, temporary surfacing shall be placed if required by State's representative. 3. Open trenching is authorized, one lane at a time, with necessary traffic control as required by State's representative to keep traffic moving in both directions during working hours with as little incon- venience thereto as possible; and if at the end of the working day backfilling operations have not been properly completed, steel bridging shall be required to make the entire highway facility available to the traveling public. 4. The length of open trench at the end of the day's work shall be determined by State's representative. 5. Trench backfill shall conform to Section 19-3.06 of the State's Standard Specifications and the cur- rent edition of the Standard Plans. Tests for relative compaction of structure backfill material used in backfilling trenches may be made in accordance with Test Method No. California 231 (Nuclear gauge). Any base, surfacing or pavement shall be replaced in kind, or as otherwise required by State's representative. 6. No tree roots two inches or more in diameter shall be cut. Material shall be removed from around root system so as to avoid damage thereto. Roots shall be protected with burlap wrapping while exposed. 7. The pipe shall be placed through a metal sleeve installed under and across the highway by boring or jacking without disturbing the pavement and shoulders. 8. The pipe shall be installed under and across the highway by boring or jacking without disturbing the pavement and shoulders. 9. The work covered in this permit includes necessary tree trimming. State's representative will contact the area maintenance landscape supervisor for approval of any tree trimming to be done. 10. THIS PERMIT DOES NOT AUTHORIZE TREE TRIMMING OR TREE REMOVAL. 11. Upon completion of the work provided herein, the permittee shall send one set of reproducible "As -built" plans to: Permit Section, Department of Transportation, P. O. Box 3366, Rincon An- nex, San Francisco, CA 94119. 12. Before any work is begun which will interrupt the normal flow of public traffic, approval shall be obtained from State's representative, and closures will be as shown on attached Traffic Control System Plan. 13. Certain details of work authorized hereby are shown on submitted with request for permit. 14. This permit is subject to concurrence on the part of State's Contractor on the current highway project. 15. The Contractor for the permittee shall apply for an Encroachment Permit for the work autho- rized herein, and the application shall be accompanied by a Surety Bond in the amount of $ 10,000 16. The driveway shall be constructed to provide a level section feet in length measured from the existing shoulder. 17. The driveway and/or shall be surfaced with inches of asphalt concrete placed on inches of well graded and compacted subbase, and when completed shall conform to the existing pavement and slope away therefrom to a valley gutter to be constructed in line with existing drainage. Existing drainage shall in no way be impaired. a DEPARTMENT OF TRANSPORTATIOt LTRANS) GENERAL PROVISIONS TO ENCROACHMENT PERMIT • OM -M -P-2028 (REV 1/81) 1. Authority: This permit is issued In accordance with Chapter 3 of Divi- sion I. commencing with Section 660. of the Streets and High- ways Code. 2. Revocation: Except as otherwise provided for public corporations, franchise holders. and utilities, encroachment permits are revocable on five days' notice. These General Provisions, Utility Maintenance Provisions, and this Encroachment Permit issued hereunder are revocable or subject to modification or abrogation at any time, without Prejudice, however, to prior rights, ..icluding those evidenced by joint use agreements. franchise rights, or reserved right for operating purposes in a grant of highway easement. 3. Permits for Record Only: If occupation of highway right of way is under joint use agreement or under prior easement, encroach- ment permits will be issued to the permittee for the purpose of providing Caltrans with notice and a record of work, and for the terms and conditions relating to public safety. No new or different rights or obligations are intended to be created by the permit in such cases, and all such prior rights shall be fully protected. Encroachment Per- mits issued in such cases -shall have designated across the face (beret - "Not ice and Record Purposes Only." [District Office of Right of Way must give approval for this designation). 4. Responsible Party: No party other . than the named permit tee or contractor of the permittee is authorized to work under this permit. 5. Acceptance of Provisions: it is understood and agreed by the permittee that the doing of any work under this permit shall con- stitute art acceptance of the provisions of this permit and all attachments. t,. No Precedent Established: i'ltis permit Is issued with the under standing t hat any particular action is not to be considered as establishing any precedent (1) on the question of the expediency of permitting any certain kind of encroachment to be erected within right of way of state highways. or 121 as to any utility. of the acceptability of any such per- mits as to any other or future situation. / Notice Prior to Starting Work: Belie starting work under the Encroachment Permit, the permit- iee shall notify the District Director ur other designated employee Three working days prior to Initial start of work. When work has been Interrupted. an addit tonal 24- hour not ideation Is required before reestartinf work. tt Keep Permit on the Work: The Encroachment Permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of Caltrans or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. 9. Conflicting Permits: If a prior encroachment conflicts with the proposed work, the new permittee must arrange for any necessary removal or relocation with the prior permittee. Any such removal or relocation will be at no expense to the State. 10. Permits From Other Agencies: The party or parties to whom a permit Is issued shall, whenever the same is required by law, secure the written order or consent to any work under a permit from the Public Utilities Commission of the State of California. Cat -OSHA: or any other public agency having jurisdiction and any permit shall not be valid until such order or consent is obtained. 1 1. Protection of Traffic: Adequate provisions shall be made for the protection of the traveling public. The warning signs, lights and other safety devices and other measures required for the public safety. shall conform to the require- ments of the Manual of Traffic Controls or airy sign manual Issued or to be issued by Caltrans and!or the current Caltrans Standard Specifications. Traffic control for day or nighttime lane closures will be in conformance with Calt rails standard plans for Traffic. Control System. Nothing in the permit is Intended: as to third parties, to impose on permittee any duty. or standard of care, greater than or different than, the duty or standard of care imposed by law. 12. Minimum Interference With Traffic: All work shall he planned and carried out so that there will be the least possible inconvenience to the traveling public•. Penntttee is authorized to place properly attired flagmen to stop and warn conventional highway traffic for necessary protection to public safety, but traffic shall not be unreasonably delayed. Flagging procedures shall be In conformance with the instructions to naggers pamphlet andior Manual of Traffic Controls issued by Caltrans 13. Storage of Materials: No con • struction material shall be stored. nor equipment parked, within ten (10) feet trmm the edge of pavement or traveled way. Utilities are subject to the provisions of Sect ion 22512 of the Vehicle Code. 14. Clean Up Right of Way: Upon coluplettoo of the work. all brush. timber, scraps. material, etc, shall be entirely removed and the right of way shall be left In as presentable a condition as existed before ' •ork started. 15. Standards of Construction: All work performed within the highway shall conform to recognized stan- dards of construction and the the current Caltrans Standard Specifications, and any special provisions relating thereto. 16. Inspection andApprovrl by Caltrans: All work shall be subject to inspec- tion and approval by Caltrans. The permittee shall notify Caltrans when the work has been completed. 17. Actual Cost Billing: When the permit tee is to be billed actual costs (as indicated on the face of the permit), such costs will Include salaries, traveling expenses, incidental expenses, and overhead. 18. Future Moving of Installation: a) Installations Requested by PerrnIttee. if the Encroachment Permit was issued at request of the permittee. It is understood that whenever construction. recon- struction or maintenance work on the highway may require, the Installation shall. upon request of the Department, be Immediately moved by and al the sole expense of the permittee, except as other- wise provided by law, or by any applicable permit provisions. b) Utility Moves Ordered by Caltrans. It' the installation made under a permit is being relocated in accordance with Caltrans' "Notice to Relocate Utility Facility," the permittee shall have the same and no greater rights as relocated as it enjoyed prior to moving at Call Tans' order. c•) Utility in Freeway. This sec- tion -and the other sections of these General Provisions are subject to Article 2.5 of Chapter 3 of Division 1 of the Streets and Highways Code and other applica- ble law, and in the case of any Inconsistency, the said Article 2.5 or other applicable law shall control the removal from or relocation of utility Iaciliiles in freeways. di Future Moving of Installation. It is understood by the permittee that whenever construction. recon struction or maintenance work on the highway may require, the instal lation provided for herein shall. upon request of Call rans be moved by the permittee. the .cost of the move to be borne by the party legally responsible. Iherelor 19. Responsibility for Damage: rule State of California and all officers and employees thereof. Including but not limited to the Director of Transportation and the Chief Engineer. shall riot be answerable or accountable in any manner: for injury to or death ui any person, including but not limited to the permit tee. persons employed by the permitter, persons acting in behalf of the permitter: or fur damage to SW " DEPARTMENT OF TRANSPORTATION (Caltrans) UTILITY MAINTENANCE PROVISIONS TO ENCROACHMENT PERMIT DM -M -P-228 (Rev. 12/80) Any public utility or public corporation who lawfully maintains a utility encroachment may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions- shall govern): A. Exclusions: These provisions do not authorize tree trimming or routine maintenance work on freeways (expressways), for which a special.permit is required. B. Encroachment Permit For Maintenance: The maintenance work must be in conformance with an encroachment permit (individual or annual blanket). The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative" of Caltrans or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT. AT JOB SITE AS PROVIDED. C. Notice Required: (1) Routine maintenance and inspection -- Before proceeding, the Permittee shall notify the highway maintenance superintendent in whose territory the work is to be done. (2) Emergencies -- The.superintendent shall be notified as soon as possible. In addition, and except as otherwise provided herein, the Permittee shall immediately address a confirming letter to the District Permit Engineer. A permit shall be issued for the emergency work on a freeway or if not covered by a maintenance permit. D. Standard of Work: All work performed within the highway shall conform to recognized standards of utility construction and Caltrans current Standard Specifications. E. Emergency Repairs: The Permittee may make emergency repairs by excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline under the pavement present a definite hazard to traffic or serious interruption of essential service. In such cases the.highway maintenance superintendent shall be notified immediately. Backfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e., "Making Repairs," "Backfilling"). F. Open Excavations: No excavation shall be left open after daylight hours, unless specifically authorized and' adequate protection for traffic is provided in accordance with the General Provision "Protection of Traffic." G. Service Connections: These provisions do not authorize installation of conduit, cable, gas, or water service connections within State highway right of way, regardless of the location of the main, existing conduit or cable. All new underground or pipe services, conduit, cable or main extensions, or excavations to abandoned services must be covered by individual permits. See Section H(4) regarding service connections for wires. " " " Department of Transportation (Caltrans) SPECIAL PROVISIONS TO ENCROACHMENT PERMIT - UNDERGROUND DM -M -P-221 (Rev. 12/80) PIPES, CONDUITS, AND UNDERGROUND FACILITIES UG1 Crossing Roadway: Pipes shall normally be jacked or otherwise forced underneath pavement without disturbing same. Pavement or roadway shall not be cut unless specifically allowed by the permit. Service pipes will not be permitted inside of culverts used as drainage structures. UG2 Highway Structures: The permittee will pay for any damage to highway structures caused by gas mains or other pipe lines carrying flammables. This includes, but is not limited to, explosion or fire resulting from such installation regardless of causation. If repairs are not feasible, complete replacement of the structure may be necessary. The permittee will idemnify and hold the State harmless from any and all claims for injury to person or damage to property resulting from such installation. UG3 Limit of Excavation: No excavation is to be made closer than ten (10) feet from the edge of the.pavement except as may be specified in the permit. UG4 Tunneling: Except in effectingemergency repairs on utilities, no tunneling will be permitted, except on major installations as may be specifically set forth by the permit. UG5 Underground Facilities: Shall be in accordance with Caltrans' "Policy on high and low risk underground facilities within highway rights of way." Facilities other than high or low risk must have a minimum of 30 inches of cover. UG6 Backfilling: Except as otherwise authorized on the permit, all back - filling shall conform to applicable sections of the current Caltrans' Standard Specifications pertaining to the backfilling of structures. Any required compaction tests will be paid for by the permittee and the report furnished to Caltrans. UG7 Roadway Surfacing and Base Material: Surfacing and base material and thicknesses thereof shall be as specified in the permit. UG8 Damage to Tree Roots: No tree roots over two (2) inches in diameter shall be cut when trenching or other underground work is necessary adjacent to roadside trees. The roots that are two inches or more in diameter shall be carefully tunneled under and wrapped in burlap and kept moist until the trench is refilled. Trenching machines may not be used under trees if the trunk or limbs will be damaged by their use. If the trees involved are close together and of such size that -it is impractical to protect all roots over two inches in diameter, special arrangements may be made whereby pruning of the tree tops to balance S Department of Transportation' (Caltrans) SPECIAL PROVISIONS TO ENCROACHMENT PERMIT - OVERHEAD DM -M -P-222 (Rev. 12/80) POLES, WIRES, CABLES AND OVERHEAD STRUCTURES OHI Location Pole Lines, Etc.: Pole lines shall be located as specifically directed in the provisions of the permit. OH2 Public Utilities Commission Orders: All clearances and types of construc- tion shall be in -accordance with the applicable orders of the Public Utilities Commission of the State of California. 0113 Permission From Property Owners: Whenever necessary to secure permission from abutting property owners, such authority must be secured by the permittee prior to starting work. OI14 Clearance of Trees: All new construction must be of such height as to permit clearance over a tree 40 feet in height, where quick growing trees are in place. At locations -where slow growing trees are in place, or existing construction is in place, normal construction standards may be followed at the option of the polelinecompany, with provision to ultimately clear a 40 -foot tree, provided however, unless otherwise specifically required by Caltrans, protected cable, tree wire or plastic tree wire guard used for telephone lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. OH5 Guy Wires: No guy wires are to be attached to trees except as may be specified in the permit and in no event shall they be so attached as to girdle the tree or interfere with its growth. Guy wires shall be kept at a minimum elevation above ground as directed. OH6 Clearing Around Poles: The permittee shall remove and keep clear all vegetation from within a radius of at least five feet of the poles, excepting landscape shrubs and other vegetation planted by Caltrans or abutting property owner and which are not potential fire hazards. 0117 Painting or Visibility Strips: All poles are to be painted for a dis- tance of six feet above the ground using aluminum paint or in lieu thereof, when poles have creosoted butts, wood, metal or other approved type of visibility strips may be placed. Wood strips are to be Douglas fir 1" x 3" - 5' long placed on 6" centers about the base of pole and painted with aluminum paint. If metal strips are used, such strips may be placed either vertically, horizontally or diagonally. Paint is to be renewed as often as may be required to maintain a satisfactory covering. If not painted when installed or renewed as Caltrans may consider necessary, the right is reserved to have this painting done and the permittee agrees by acceptance of an Encroachment Permit to bear the cost thereof under these terms and conditions. Poles that do not present a possible traffic hazard will be given consideration for exemption from these provisions upon written request of the permittee accompanied by the pertinent data as to the pole location, difference in elevation, etc. Caltrans' decision will be final in this regard. 0118 Remove Old Poles, Guys and Stubs: The entire length of such shall be removed from the ground and the holes backfilled and thoroughly tamped. e 3N,V1- Il1fl V TYPICAL LANE CLOSURE WITH SPEEDS OF 50 MPH OR LESS 4411 MVP Signs 500' ~ apart (See note 2) •^I ag. Taper L (See Tack 1) I 150' nerve. or a • a a • . •• 0 (See Valle B) C23 (See note 5) C20 (RI) SPECIAL VOTE: Feld conditions could require de.iatwas Irom these pans and accompanying notes. Mina deviations may he approved by the Pendent Engine& or 4amtenance Superintendent in charge. Major revisions shall be renewed and waved by the Para Tuttle Engineer. Any revisions and approvals shall he in witting. NOTES I. This plan does not apply .here there we mrergencp conditions. Linda errogency cordttlons, equipment and personnel which w'e evadable should be utilized to implement a closure even though such closure does not meet the standards contained in this plan Ps equipment of pesanwel becarie available an immediate effort should then be made to implement the standards shown on this plan. • 2. Where approach speeds we low. signs may be placed at 300' spacings. end even closer in urban areas. 3. All advance warning signs shall be equipped with lags for daytime closures. 4. All advance Paining signs Tor work at night shall be dominated. as noted in Section 5-03 of the "Manual of Tratic Controls". Other signs shall be ether illuminated a reflect&iced. 5. A 013 "ROAD CONSTRt)CttON AHEAD" sign may be used in lieu of the C23. 6. A C13 "END Of CONSTRUCTION" sign, as appropriate, may be used m lieu of the C14. The sign is optional if the end of work zone is Obvious. or falls within a larger project limits. 7. Warning (W) series signs used in work cones shall be black on orange. 8. Flashing arrow signs shall be either Type I or Type II. {lop SCALE} 9. Theclosure shall be striped if it is to remain la more than one week. Conflicting stripes shall be completely removed. 10. All cones shall be 28" min. height. They shad be internally itlumnated a trtttd with re44ectna white sleeves for vied at night. 11. The maximum spacing between nines in a taper should be approximately as shown rn Table 1; and. 50' maximum spacing on tangent. 12. I1 portable delineators. as described in the Standard Specifications. are used in lieu of cones the spacing shown in note 11 shall be reduced by one half. 13. far approach speeds of 55 mph a more use details shown on the 'Traffic Control System fa freeway and Expressway Lane Clowns' plan. f I END 1 ROAD IOU CIA 45ee .ate 6) war bon we pp as —y.. yr.inr� m. cruc , 05isia. Qf aerrrvic [NGogCrANG DaeMrd+e 24. 1e0 MEM . Cane IS Sign a flashing anew sign �fs Direct= of Trod TABLE l (Tapa) Speed (Y13L1 Taper Lang* (L)* Nimbi et (Ara ter taper* Spadag N Coma 11041 law 025 125 2540 320 4050 500 Oyer 50 see note 13 6 13 25 40 50 (*I Based on 12 -foot Wide Lane. This column is also approp ale la lane widths less than 12 fed S or TRAFFIC CONTROL SYSTEM FOR MULTILANE CONVENTIONAL STATE HIGHWAYS MISCELLANEOUS DETAILS ��,��sG%ItcJ" ��'r��vS -5 0./C 7:40-74." /71.4~A.P.n.4 .7/ZC01 /40! d'v oc.iy v S'G8 ' CA:747:67.vS  Cr7r' of S.4.v /Airece" ��, ru ..5 QF /c O 09.30 A7,l7 00/ /G 7 , zsozz&/ '4r /E . 40/7 -Ai .. 5 t". t7.(h fl . rG -17ia.7;4GG T 75 %f?.��TevYA"S /"C2537/3L FL.I /�� 1.4?4 P S/2::" E2tJ.pGsG .47rlL7 045s, "34 r ii?6-3%Gr A3445 Y at!/ 57- C?N G.L.S7.74GE'. 2 /80 A vs /:v Cc, A1r /Zxc-' Grits <17 46-3 (0 .C-.7E/mks) 4 / ' 04/11 3. 5/37 , 1'z 3 Q r42/rvpe7 41C.EorlcA/Me ' I ' /77/ 1. /C/o _Je i/4:Zd.Q Y ..5110c viv O n a S -C� SID 6' - rk/sr- , S- .1.5 Lb � Y C.1-144o6a" a, 7") Cl Z C�s " ��r *VA, SSG 471270 - r4's C-4 zoxe 404:L4 ' L`"+ " mAY$( c" crr'FLz T 4�%e �% lrt.r Fl2o7or Q�� QG�% Q/' 47AeiS4 _5-7z'v / '-UT77A5G S' %C3 L. !ScItS3 ri/, yr zx IA -1/7W C3 C. -76A -1L-5. 45 4,cr Or % /rr._ 1.1wcrri 42777eark3 cY"-J .' ,met'. 7 e/ ,C o .) \ dr.7r7/i ,47,",4/C42-7-7(!)- 1 C. et 8. ..5 7 V JC /5000 1tiatP2i C3^.J /rc/GG�� _ as 000 /y2 s S u .., 4.r -S /iw -- i ,S2. vt'G"rv6 014-4-77 A./4. GO/ rid 0. C. ��CSY7trS 0900 //72  74'(///8/ FORM HC -5 (REV. 1.76) z 0 < 0 z cu ree, oz za va t-- o � F F Z w a a w a ROAD FEDERAL NO.(S) CONTRACT CFTANGE ORDER NO. 04-SM-82-9-3/9.6 FAP M-3072(61) To. __-- O . C . JONES & SONS 1 •UPPL. Fike 415%:R SHEET 1 OF S ETS• CONTRACT NO. 04-208 G ' Contractor You ore hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract, NOTE: This change order is not effective until approved by The Chief Engineer. Description of work to be done,. estimate of quantities, and prices to be paid. Segregate between additional work at contract price, agreed price and force account. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is actually used and no allowance will be made for idle time. Change requested by the Resident Engineer The lost percentage shown is the net accumulated increase or decrease from the original quantity in the Engineer's Estimate. EXTRA WORK AT FORCE ACCOUNT: Haul, frame, erect, and dismantle State-owned warning and directional signs in accordance with the Standard Specifications. Maintain roadway and provide traffic control for the convenience of public traffic in accor- dane with the applicalbe sections of the Standard Specifications and special provisions. All work shall be as directed by the Engineer. ESTIMATE OF EXTRA WORK ti 3,000.00 Estimated Cost Decrease $ or Increase $--s__OQQ.A_QO By reason of this order the time of completion will be adiuste- folio No adjustment will be allowed. Submit' Acting Resident Engineer, 7/22/81 Approval Recommended: v Date Approved: Chief Engineer by Date We, the undersigned contractor, hove given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except an may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefor the prices shown above. 1- .°vim Accepted, Date _Contractor By Title If the Contractor does not sign acceptance of this order, his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. 0. C. JONES & SONS CONTRACTOR sax,- Gw a5P " July 22, 1981 FA -3072 (613 , " R 04-208064 SM-82-9.3/9.6 E (114:4""/ C 1Q  140.t , PRE -CONSTRUCTION CONFERENCE SAN MATEO CITY HALL, ROOM ;r73 AGENDA 10:00 - 10:10 Introductions es General Remarks 10:10 - 10:30 EEO, Affirmative Action and MBE Requirements A. Jack Neville 10:50 - 10:50 Construction Safety Orders and Traffic Control 10:50 - 11:15 I" iateri als A. All materials must comply to job requirements. B. Material Releases. C.Field Testing. D. Source of all materials. 11:15 - Question and Answer Period ,i/e.,6g LC'/ 3/ 44-G,g RP 3p 7Z 66r) 64 -- la Sod, 4 x=e3W M1Au 1 c \ . N.4, z.Fo MIL T1 mat � Jv ria(s +o Lie asp. � Cor sk(er pito e c.4 as. o %.+a e Fire) ' e ..la1I '2 r re s r tit R.J “.r 4-0 it ? s eAtd 4-o Co b I e 4 , A.jac....- - a nett r0 cc.tifet C1 - 4\sszt5.'ka cQ p.o<{n ;VW'S. t. ( --cOrIA4 y 4-o er-C Colzte " Cm vt4 era 6 4-o Y 1,I 3\ -o r cc 442 Q Cc ► . it go4LG.e 40 A.& GottA C14 C4Ac. t eta, 6. n c,roa o113t4I c.. ? x 4,rt 4 .r'owi Vf a f.E, i rP uu ,r ec( S4 a i'e, R/w 5, sot-ttrt:utoc 1 o 'P c st.us.mt r.'e To c.TA I' 14. slier y r2eD/o ZdcuG-tE SrllkTS A-at/6 CJG . it. • L. . &g. , el/GR. ,EGGS ii)otez/G/tt. t(ae,uuHs 5/41.46- riot', C3GG 4-rATew A- G. Meis r at sr4- mistpcrez , �.�o • / gigs ' Posreo G©aebtdJ4r- cc;C? 7e12 CO,l1S rL w/ �� rCP�©tla./ Sc © �'•��u�d,l,� �r c�/sse� - - -. Pro e e, Sal; cc Coss art a1/ SIDrooS Our ‘24,1 c 41 aRib, 0A 7''cnU .t?4 ,'3G' A RRo/3Gt=M . / 'Ae u4Gg. eve cm Pe) /aR To T>G a[/7�oJ /34.6* --1 1'7'/4GSp,4 G6" 6' w0. ) 4) 4141; 71 oP eAc4.4 VA rx CfCK 04/Le..0 446 T v e-4. wit/ L orl'o i c )7.) / %e..,!/! l WIG !e ,?e. t drGtz.f i ed rk 4C tuc H cS7Ia 74:e_ . C , krthve' l g� C C.. < 74ex a/ice' rood 0/ ii,',1 ge' re/©ca6pr, war/c.. ? w.e 4.74 ' a f' .P a CSC', /1 fdoy. /4 Petri - AP !`' 1c'0 clays, o. to ua/'k. age r N© v. /472 , p/.a v/de..4,7 /44 c/©se.creg are reff u r' d. 20.E /39Gtat€0N rna41 die (' -ap rrr�ga��isisel ad.reer��l QOnQS �l •) °v,/rya a ytc/ oce ? /e 441 Sr a) • s�G 4 •/ 1a . -e-1 says e' I/ a 42 • 27 -) foAsei Yindarsoki -. ,4/ /11a41‘44)- - .cry "� idd itA er isa) e) Jo ecez. tve-ee.) c GaQuld Ar7;47,,e ' ' 744.4f/197c/ • A 44 e p,e..aln, 4 &penal 1'4 ett /97C if z6. s -4 01( 7Ja disc/4,14u #.0d a& 201 i) T41 clo y ler ft Von /ftlakitith? ce?‘ kr et 8,_-4.4e40 1-74,414-7 (,4.t it -%„°) zew 7o C -44. skyala Foe TI e c ALL Alec e' P. ©t 7 t • S 41, e f ours f>urrr grk,rorlio OO gt ittr • CITY OF SAN MATEO, CALIFORNIA 330 WEST TWENTIETH AVENUE OFFICE OF THE CITY CLERK 1 Date: July 10, 1981 MINUTE ORDER # 244-81 To: O. C. JONES & SONS Fourth & Cedar Street Berkeley, CA 94710 In the matter of: Award of Contract - Hillsdale/ECR Traffic Improvement (Agenda Item 5) At the meeting of the City Council of the City of San Mateo on July 8, 1981, at which were present Council Members: BAKER, HOFFMAN, RHOADS and RICHARDSON, on motion of Council Member BAKER, seconded by Council Member RHOADS, duly carried and entered on the minutes, it was ordered to concur in recommendation of City Manages and Director of Public Works and award contract in the amount of $761,644.40 to O. C. Jones & Sons, Fourth & Cedar Street, Berkeley, California 94710 for work on Hillsdale/ECR Traffic Improvements, and adopt: (a) Resolution No. 97 (1981) Approving and Authorizing Execution of Agreement Between City of San Mateo and 0. C. Jones & Sons for Hillsdale/ECR Traffic Improvements. Enclosed are original and duplicate original copies of the agreement. Please sign and return both copies to this office. The duplicate original will be returned to you after bonds and insurancefcertificates, as outlined in the .-r...-�r.r enclosed sheet, have bean received by us. -7LAIles c _jQIA S tivoubowALC a1Ql1AJ� (w .cu,.a. cti-Q 5 dS ) `4") `7 � g _ 7 &0 DORIS CHRISTEN, CITY CLERK DC:lk:Yt-14 Enclosures /fir (fstr l L C e- '"Ms cc: vpirector of Public Works (2) City Attorney RECEIVED JUL. 13 1981 SAN MATEO PUBLIC WORKS DEPT. RESOLUTION NO. 97 (1981) APPROVING AND AUTHORIZING. EXECUTION OF AGREEMENT BETWEEN CITY OF SAN MATEO AND O. C. JONES & SONS FOR HILLSDALE/ECR TRAFFIC IMPROVEMENTS RESOLVED, by the Council of the City of San Mateo, California; and it does hereby FIND, DETERMINE and ORDER, that: 1. the public interest and convenience require that the agreement, cited in the title above, be executed. 2. Said agreement is hereby approved and the Mayor is authorized to sign and execute it on behalf of the City. 3. The City Clerk is instructed to attest the signa- ture of the Mayor and affix the corporate seal of said City. /s/ DONNA S. RICHARDSON Mayor ATTEST: (SEAL) /s/ DORIS CHRISTEN City Clerk 7/8/81 " " AGREEMENT FOR.PUBLIC IMPROVEMENT CITY OF SAN MATEO THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of California, by and between the CITY OF SAN MATEO, a municipal corporation, hereinafter called "City," and O. C. JONES & SONS, Fourth & Cedar Sts. Berkeley, CA 94710 hereinafter called "Contractor," as of the 1981 R E C IT A L S: 8th day of JULY (a) City has taken appropriate proceedings to authorize construction of the public work and improvements herein provided, and execution of this contract. (b) A notice was duly published for bids for the contract for the improvement hereinafter described. (c) After notice duly given, on the date hereof, the CITY COUNCIL of said City awarded the contract for the construction of the improvements hereinafter described to Contractor, which Contractor was found to be the lowest responsible bidder for said improvements. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the specifications therefor entitled: "HILLSDALE/ECR TRAFFIC IMPROVEMENTS" 1 2. Contract Price. City shall pay, and Contractor shall accept, in full payment for the work above agreed to be done the sum of Seven Hundred Sixty-one Thousand, Six Hundred Forty-four and 40/100 ($761,644.40) Dollars Said price is determined by the unit prices contained in Contractor's bid. In the event work is performed or materials furnished in addition to those set forth in Contractor's bid and the specifications herein, such work and materials will be paid for at the unit prices therein contained. 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; Notice Inviting Sealed Proposals; the Accepted Bid; the complete plans, profiles, detailed drawings, the Special Provisions and the American Public Works Asso- ciation and Associated General Contractors of California Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto; Faithful Performance Bond, and Labor and Material Bond. All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete con- tract will hereinafter be referred to as "the contract documents." In the event of any variation or discrepancy between any portion of this agreement and any portion of the other contract documents, this agreement shall prevail. 4. Schedule. All work shall be performed in accordance with the schedule provided by the City Manager or his authorized representative, and under his direction. 5. Performance by Sureties. In the event of any termina- tion as hereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided however, that if the_ sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, City may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of,Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, 2 " " City may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. 6. Legal Work Day - Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work. Contractor shall forfeitas a penalty to City the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provi- sions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. The minimum compensation to be paid for labor upon all work performed under this contract shall be the general prevailing wage scale established by City. The provisions of Section 1775 of the Labor Code of the State of California shall be complied with. 8. Employment of Apprentices. Contractor shall also be responsible for compliance with California Labor Code �1777.5 relating to employment of apprentices for all apprenticeable occupa- tions when the contract amount exceeds $30,000 or 20 working days or both. 9. Provisions Cumulative. The provisions of this agreement are cumulative, and in addition to and not in limitation of, any other rights or remedies available to City. 10. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage pre- paid. Notices required to be given to City shall be addressed as follows: City Manager City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Notices required to be given to Contractor shall be addressed as appears in the signature block below. 11. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. 3 " " IN WITNESS WHEREOF, this agreement has been duly executed by the parties hereinabove named, as of the day and year first above written. CONTRACTOR: CITY OF SAN MATEO, a municipal corporation O. C. JONES & SONS Fourth & Cedar Streets Berkeley, CA 94710 By /s/ DONNA S. RICHARDSON By ATTEST: Mayor (SEAL) /s/ DORIS CHRISTEN (Typed Name of Person Signing) City Clerk 4 " " Resolution adopted by the City Council of of San Mateo, California, at a the City 1981, by regular meeting held on July 8, the following vote of the members: R, gOFFMAN, embers BAKE gHOADS AYES: Councils d RICHARDSON NOES: NONE ABSENT: Council Member WAYtE Mr. James Landers Area Liaison Engineer Department of Transportation 150 Oak Street San Francisco, CA 94102 R613 July 7, 1981 Re: Fl Cami o Peal/Hilladale Blvd. Project Dear Jim: Attached is the check for ;;40,000, that covers the City's sharing cost in this project. We are proceeding Frith the award at the Council meeting of July 8, 1981. If you should have any further questions in this,matter, please give me a call. Very truly yours, ARCRIE F. PE.R.RY CITY ENGINEER ESP: hh Attachment . .•i ._,.. ..l • .s.•• s + a t •r .yam,-.k. :gp„ ;,yq ii^� SAN +� �!, r rti +t x x }` P1wIYI `,,Ilwyk„tlawYY�i$w..r4,�ri•y (,A 1 Y OF S.t r MATEO EV '4 vi 5ii!! l:di tlild» ldklt ••I! aP i•`6 Iflilt� 16r►! 81ir1 iftttd -i �fil-�4itit filtf -4 1tI._. 11 � RwPr«et�l r ,1'+"le�•;It:'rt �,a.:lr,_it..N;;tt.:i+`-e4 11 r Ir;,tt;;:r-0„fu t9"`f';���ii• H,,,t4•" ;AN MATEO, CALIFORNIA !I !;•-19lrr� i'4I I. 5ii€i .1I14 i ' +Iii. • IFt�I-- 1 r a 141 ,..,4,x- t,11..tlttt t,• ,r+=ifiil4 titter DATE - ACCOUNT NO DESCRIPTION INVOICE NO. P.O. NO. AMOUNT 7/3/81 9-90-85-17-580-00 HILLSDALE/ECR IMPROV #41-4013 w- ' E vtg1,,;a^ flit,-mity•11i1t•. fitE• ^r 9l: - + , . , . .. 9. q�-r,— $40,000.00 CHECK NO 65877 r DATE 7/3/81 TOTAL * 40,000.00 C7 't rf'fli+r� , 0 THE ORDER OF: CITY OF SAN MATEO SAN MATEO MAIN OFFICE CROCKER NATIONAL BANK SAN MATEO, CALIF. 65877 11-8 1210 330.WEST 20TH AVENUE SAN MATEO, CA 94402 561500 NOT VALID AFTER 180 DAYS DEPT OF TRANSPORTATION PATE PAID 10141*.t1111-^till — y".t4 n:: ,+111:7111 65877 :1101- sAKRIZ-liVi0000AN CO PAY 65a??» I:L2L0000861: 058?5008511'4LLL ,•":'� :sir=,:,,...�..ra.,i.�tW+r.«:-:.a:.5 NAME LIST REQUEST FORM APPLICATION I.D. JOB: Date Submitted: 7-10`g/ Date Required: Number to expect: 1 2 3 4 5 6 7 8 9 10 Prepared by: ._9,7/e/1_ Comments: C.P. # I.D. 11 2 1 3 Book 415 Page 6 BL 7181 9 Parcel 11 213 Book 415 Page 6 71 819 BL Parcel 11 2 1 3 Book 415. 6 Page BL 71819 Parcel INCLUDE ALL FROM } 17 18 19 20 21 22 23 ' 24 25 26 27 28 17 18 19 20 21 22 23 24 25 26 27 28 TO 17 18 19 ,20 21 , 22 23 24 25 1 26 27 28 E Q C p y U a 5 Z 3 5 GE C1St 14 0 b 5 0/ C. L E C g yo Q s 2/ 6,c, 6c-lbbgZt-{ 1 O b y0 06 1 70 0H'0 c-) 332-0 1-1.06 33ci o c)' -1O O Zo2-o O W OoS2-,1 o40 13 1 0 -2-O 0Ltc3 oS 2 L o OI-t.608327o; t 3 2,' ) 10 J 090 1 3ZO9O. OH I e J - S . 4 NOTICE REQUEST FORM APPLICATION I.D. Job: .6i3046,5 Date Submitted: Date Required: 7-/o-8/ s.4p �l Environmental 14 2 ApprovedrP.A. 15 3 Public Hearing (Comm) 16 ■ 4 I' .lie Hearing (Council)17 NOTICE DA'Z'E: 11 1 1 1 1 I 1 2 3 4 15 Label Source: Attached File 6 7 8 9 10 Prepared by: CMG 4/76W -6;7e - Comments: Number Expected: Additional Without Labels: Total: FARING DATE: 10 1 1 1 1 1 1 I I) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 59 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 I I I I I I I I I 1 1 1 1 1 1 1 1 1 I 1 1 1 1 I 1 I 1 1 I 1 1 I J 1 1 1 1 1 I 1 1 I 1 l I 1 1 1 1 1 I I I 1 I I I I 1 1 1 1 1 1 1 1 1 1 I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 I I I_ 1 1 1 1 1 1 (_ I I I I I I 1 1 1 1 1 1 1 1 1 1 1 I [ 1 1 1 I I 1 1 I 1 I I 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 I 11 I I 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 I 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 I II I I 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 I 1 1 1 1 I 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 I I I 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 I I I I I I I 1 1 I 1 I 1 I I I 1 I I I I 1 1 1 1 1 1 1 1 1 1 i l l ! 1 1 1 1 1 1 1 1 1 1 1 1 L I I 1 1 1 1 1 1 1 1 1 1 1 L 1 1 1 1 1 l l l l 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I i I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I_ 1 1 1 1 1 1 1 1 l 1 1 1 1 1 1 I l I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 " " " " " i " " " " " a " " " " . " 40-052-010 11) CH I ANG HONG LIT & KIT N I JO 2844 S NORFOLK ST SAN MATED, CA 94403 40-052-040 SACON LIONEL & MIRTA 1452 SHAFFER SAN MATEO, CA 94402 4u -052-07u ITALIA JOSEPH S GRACE M 22 E 38TH AVE SAN MATEO, CA 94403 WILLIAMS FRED S 0 N P 0 B O X 527 GEIJRCE TUV N, HALVOORSEN DANIEL 123 E HILLSDALE SAN MATEO, 40-052-100 CA 95634 40-332-130 F S MARION W LV'O CA 94403 40-052-160 SCHEMER I EMANUEL S PAC I F I CA 107 EAST HILLSDALE BLVD SAN MATEO, CA 94403 40-053-180 LUCCHESI GIOVANNI S STEFANIE 1348 MARLIN AVE FOSTER CITY, CA 94404 40-053-210 CAMILLERI EMANUEL & ANTONIA 128 E HILLSDALE CLVu SAN MATED, CA 94403 - 4U-053-240 LIM YUK SANG LEE 144 E HILLSDALE BLVD SAN MATEO, CA 94403 40-053-270 WEEKS KENN R S THERESA C 158 F HILLSDALE BLVD SAN MATEO, CA 94403 ALEXANDER EVELYN J 35 EL CAMINO REAL HURL I NGAME, 4u-053-300 CA 94010 4J-032-020 VERr ERAP'E JACK 3; LAURALEE 121 L I NA CT SAN MATE[, CA 944 40-052_-056 HENLEY JOSEPH P & +. JVIE M 4109 MARGARETCT SAN MATEO, GA 94403 4U-052-030 AU PEARL Y P 147 L HILLSDALE ALE BLVD VD SAN MATEO, GA 444 03 40-052-110 COONEY THOMAS J S LINDA A 329 PoINSETTIA AVE SAN MATFU., CA 94403 - 40-052-140 KuNRA J EUNA 117 E HILLSDALE RLV) SAN MATEi3, CA 94403 - 40-052-350 I SJCLANCLUK STFFAN En ANNA 1225 HARRISON AVE REDWOOD CITY, CA 94062 40-053-141) KUHN RUTH S 118 L HILLSDALE OLV!) SAN MATEO, CA 94+03 40-O5.i-220 RODRI DUEL LORENZA J 147 SOUTH BLVD 12 SAN MATEO, CA 94402 K.URS ROBBERT 148 F HILLSDALE AVE_ SAN MATEO, 4u-053-250 CA 94403 40-053-280 VELASQUEZ LUIS FRANCISCO 164 F HILLSDALE BLVD SAN MATEO, CA 94403 40-053-310 GABBAY KEN K 1811 EL CAMINH REAL BURLINGAME, CA 94010 - 40-052-030 HARHYDT HAMILTON .5 ELIZABETH 8005 BLEB I OT AVE LOS ANGELES, CA 90045 40-052-060 HENLEY JOSEPH P 5 CONNIE 4109 MARGARET CT SAN MATEO, CA 94403 40-052-090 P U P E Y U S H E N D R.I K S ALICE ouLIOAY RESORT E LAKE SHORE ICFURK, MT 59911 40-052-120 FRANKEL PETER S SONIA 2010 PIONEER CT SAN MATEO, CA 944133 40-052-150 RIVOIRA VIRGINIA 113 E HILLSDALE BLVD SAN MATEO, CA 94403 40-053-170 YOUNG JAM- ES EDWIN S GLORIA A 1u8 E HILLSDALE BLVD SAN MATEO, CA 94403 40-053-200 MESSICK GILBERTA J 124 E HILLSDALE BLVD SAN MATEO, ;A 94403 40-053-230 CONWAY ANUREW J S CHARLOTTE L 1'330 POLO CT SAN MATED, CA 94403 40-053-260 KIPP ROBERT C S TWILA E 154 E HILLSDALE BLVD SAN MATED, CA 94403 - 40-1353-290 JOHNSONJACK L 168 E HILLSDALE BLVD SAN MATEO, CA 94403 40-053-32u CHR I STENSEN STEPHEN E 46 CREEEKR1OGE CT SAN MATEO, CA 94403 " " " " " " " " " " " " " " " " " " " " " " Ik " " " " " " " " 40-08:2-020 STEPHENS JOHN 91 EAST HILLSDALE BLVD SAN MATED, CA 94403 4o (th2-05u f=ICK HAROLD A & NANCY A 1495 TARTAN TRAIL HILLSOOROUGH, CA 94010 LUTZ GEORGE is JOAN 719 wINCs-��ESTER )R BURL INGAME, 40-082-08i CA 94010 40082-11 LEE ifi ILL I AM A � CAROL C 49 E HILLSDALE r3LVD SAN MATED, 1, A 94403 FRANKEL PETER 2010 PIONEER CT SAN MATED, 40-082 .14i CA 94403 40-083-240 MYERS FRANK A � MARTHA L 32 E HILLSDALE BLVD SAN MATED, CA 94403 40-083-270 LA CAVA ANTHONY . MARGARET 46 E HILLSDALE i. L VU) SAN MATED, CA 94403 *U -063-3u0 DIMURC' GIUSEPPE 58 E HILLSDALE 13LVD SAN MATED, CA 94403 CHOOY WAI C � SHUI C 70 E HILLSDALE SAN MATED, 40-083-330 CA 94403 40-083-360 WUNNACUTT MARY L 88 E HI LL S:) ALL BLVD SAN MATED, LA 94402 0 NE 117 SAN LL GRACE ADISu<J AVE ATEO, 40-1.31-020 CA 94402 i-u-132-110 r\ ;\li'1P i- i 7 7 T CL T , r i I S: i; T [? ! ,- 1T' M 4U-0  U3U r UOLEY DONALD E � CLARA 87 EAST HILLSDALE BLVD SAN MATED, CA 94403 FUND CYNTHIA L 414 36TH AVE SAN MATED, GEMINI AMERICA 57 8 HILLSDALE SAN MATED, LVD 413-082-060 CA 94403 40-082-090 0 CA 94403 40-082-120 SANTIN DONALD J a CAROLYN E 258 PUFFIN CT FOSTER CITY, CA 94404 40-082-150 STRATFORD PATRICK H 31 EAST HILLSDALE BLVD SAN MATED, CA 94403 40-083-250 wILLIAMS ALAN M � LUCRECIA H 36 EAST HILLSDALE BLVD SAN MATED, CA 94403 K AR IH ATACARMEN 2315 ROOSTER AVE BELMONT, GREEN CAM I LLE 62 E HILLSDALE I3LVL SAN MATED, 4U-083-280 CA 94002 40-083-310 CA 94403 40-083-34U NAZY DONALD A � SUSAN J 76 E .HILLSDALE BLVD SAN MATED, CA 94403 40-063-310 R E N W I C K JAMES L d;. ROSEMARY V 407 S 3 ST S A N MATEO' CA 94401 40-132-090 ANDREUZZ I SHIRLEY M 1690 WOODS IDE R 3 4103 REDWOOD CITY, CA 94061 40-1.32-120 40-082-040 OULMA I NE LUUI S J � ALTA N 81 E HILLSDALE BLVD SAN MATED, CA 94403 4u-082-070 WEGNER WALLACE 1) � DAISY M 65 EAST HILLSDALE BLVD SAN MATED, CA 94403 BENSON JEROME T 116 CLIFFORD TER SAN FRANC I SCU, 40-082-100 CA 94117 A 40-082-130 REMACH GEORGE � S FELLA 41 t HILLSDALE BLVD SAN MATED, CA 94403 40-082-410 COMBS ERA S TUS S 4750 LDNDIJNLiERRY 04 SANTA ROSA, CA 95401 40-083 ?.tIu BARNES HELENE JUAN 42 E HILLSDALE BLVD SAN MATED, CA 94403 SCIIPALZT PETER M 825 LINDEN AVE BURL INGAME, 40-083-2 90 CA 94010 40-083-320 KOSLOFF MICHAEL M & CARMEN J 66 E HILLSDALE BLVD SAN MATEO, CA 94403 SCHUSTER BETTY J 82 E HILLSDALE BLVD SAN MATEO, 40-083-350 CA 94403 40-083-390 STROTHER EDyAR0 R 98 E HILLSDALE BLVD SAN MATES, CA 9�- 412  40-132-100 CULLIGAN THOS J JR & KATHLEEN 3700 S EL GAMING REAL SAN MATED, CA 94403 00-000-000 " " " " " " " " " " " " " " " " " Dnk At 3=u . . . iu " " " " " " " " " " " " " " " S " r, Honorable Mayor and City Council TO: DATE: FROM: SUBJECT: ADMINISTRATIVE REPORT July 3, 1981 Public Works Department AGENDA ITEM x MTG. DATE SUBMITTED G/.//ze 4C BY Archie E. Perry, Engineer APPROVED BY AWARD OF CONTRACT - Roadway Widenin ,, Channelization and Signalization of Hillsdale Blvd. and El Camino Real (8517) ftommi RECOMMENDATION: Adopt'a resolution awarding a contract in the amount of $761,644.40 to 0. C. Jones and Sons, 1520 Fourth Street, Berkeley, CA 94710, for the roadway widening, channeli- zation and signalization of Hillsdale Blvd. and El Camino Real. BACKGROUND: The following bids were opened and read at 2:00 p.m. on Tuesday, June 23, 1981: Contractors O. C. Jones and Sons Piombo Corp. McGuire and Hester O'Grady Paving, Inc. MBM and Daughters Engineer's Estimate *as corrected Bids $761,644.40 852,136.00 839, 506.00 848,446.40* 885, 870.00 898,932.50 This project was conceived as a solution to the chronic traffic congestion along Hills- dale Blvd. and at the Hillsdale/El Camino Real intersection. It features:1)widening of the southbound El Camino Real off -ramp to provide for the passage of more traffic through the Hillsdale/E1 Camino Real Intersection, thereby reducing or eliminating the current backup of traffic onto El Camino Real; 2) the installation of new signals and protected left -turn lanes on Hillsdale Boulevard at the two driveway entrances; 3) alcoves in the curb at the bus stops between El Camino Real and Edison Street to allow the buses to park out of the flow of traffic; 4) interconnection of the traffic signals phasing to smooth the flow of traffic along Hillsdale Boulevard; 5) installa- tion of the Opticon Signal Pre-emption System for emergency vehicles and new street lights and storm drains. The development of this project has been in close cooperation with the designers of the expansion of the shopping center to insure the coordination of architectural de- tails in the landscaping and curb/sidewalk areas_ As noted in the list of improvements contained in this project, we have designed it to correct as many of the long-standing problems at this location as was possible with the funds available. 7 " " Page 2 - Award of Contract - Roadway widening, Channelization and July 3; 1981 Signalization of -Hillsdale Blvd. and El Camino Real (8517) EXHIBIT: Project Cost Summary BUDGET IMPACT: The low bid of $761,644.40 does not exceed the funding available for the project. Since the Engineer's Estimate was $898,932.50, funding agencies (F.A.U, State and City) were prepared to anticipate a bid in tune with that estimate. As shown on the attached project cost summary, the City will be responsible for $71,264.51 of the contract work. Of this amount, the City will receive $58,070.00 in State Highway 169.1 Funds, creating a balance of $13,194.51 that must be paid for by the City. Sufficient funding exists in the project account. AP:BTH:jr Enc. cc City Attorney City Clerk Finance P. W. Admin. Asst. HILLSDALE BOULEVARD & EL CAMINO REAL PROJECT COST SUMMARY State's City's Total EAU (86%) Share Share A. El Camino Road Work $237,092.90 $203,899.89 $33,193.01 El Camino Signals 67,200.00 57,792.00 9,408.00 Contingency (5%) 15,214.65 13,084.60 2,130.05 Construction Subtotal $319,507.55 Construction Engineering (6%) 19,170.45 *Total Within State's Right of Way 16,486.59 2,683.86 338,678.00 291,263.08 B. Hillsdale Road Work 314,931.50 270,841.09 Hillsdale Signals 142,420.00 122,481.20 Contingency (5%) 22,867.58 19,666.12 Construction Subtotal $480,219.08 Construction Engineering (6%) 28,813.14 *Total Outside State's Right of Way $44,090.41 19,938.80 3,201.46 24,779.30 4,033.84 509,032.22 437,767.71 Total Project (A + B) $847,710.22 $729,030.79 Less Section 169.1 Funds Actual City Cost $47,414.92 $71,264.51 58,070.00 $13,194.51 7/3/81 STATE OF CALIFORNIA —BUSINESS AND TRANL?ORTATION AGENCY EDMUND G. BROWN JR., Governor T DEPARTMENT OF TRANSPORTATION P.O. BOX 3366, RINCON ANNEX SAN FRANCISCO 94119 (415) 557-1840 July 2, 1981 04-SM-82-9.35 M-3072 (61) W. did:.:= at p Blvd. a El Camino Rea . . Off Ramp Widening FAU Project Mr. Arch Perry City Engineer City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Dear Arch: This is to verify my phone call this morning relaying Caltrans' concurrence in the award of the above listed FAU project to the low bidder, O.C. Jones & Sons, Inc. for the sum of $761,644.40. You may award this contract at this time. Please advise me of the award date to the contractor which will determine the start of contract time. In connection with the administration of the construction phase of the project, please contact Mr. Bill Mellish of Caltrans' Construction Liaison (557-1980) to arrange for a pre -construction conference with the contractor, your staff and the State assigned resident engineer. Sincerely yours, JOHN WEST District Director 'rJAMES R. LANDERS Caltrans Area Liaison Engineer JLIL ' 1c1d , SAN M1AE° PUBLIC WORKS DEPT. JULY 1, 1981 Mr. Jim Landers City and County Liaison CalTrans 150 Oak Street San Francisco, CA 94102 RE: H/LLSDALE/ECR FAU PROJECT Dear Jim: On June 23, 1981, we opened bids for the roadwork on the ffillsdale/ECR, PAU Project. We were fortunate to receive a bid 15% lower than our engineer's estimate and 9% lower than the second low bidder. A comparison of the bids does not reveal any significant difference in the unit prices for the work. The difference in the total is due primarily to a broad range of contract items in which the low bidder, O.C. Jones Company has comparatively cheaper prices. Enclosed are copies of the bid summery, proof of advertising, non -collusion affidavit, and the bidder MBE information. The City of San Mateo requests the State concur in awarding a contract to O.C. Jones and Sons for their low bid of $761,644.40. VERY TRULY YOURS, ARCH/E E. PERRY CITY ENGINEER BRUCE T. MORI ADMINISTRATIVE ASSISTANT 11 AEP : BTN : dlc Enclosures AO' • • O.C. JONES & SONS GENERAL ENGINEERING CONTRACTOR June 29, 1981 City of San Mateo 330 W. 20th. Avenue San Mateo, California Attention: I'1r. Bruce T. Hori Dept. of Public Works Re: Roadway Widening, Channelization and Signalization of Hillsdale Blvd. and El Camino Real. Dear Sir: In accordance with the requirements of Section 5-1.18 of the State of California Standard Specifications relating to the utilization of Subcontractors, we herewith submit the following list of subcontractors we intend to use on the project subject to your approval. Landscaping. Electrical. Pavement Planing. Concrete. Underground. If relative to Jackson Landscaping 5417 Adeline St. Oakland, Calif. Steiny & Co., Inc. 27 Sheridan St. Vallejo, Calif. Therma-Bond .fsph. P. 0. Box 889 Belmont, Calif. Aparicio Concrete Inc. 506 Phelan Ave. San Jose, Calif. Aldrich Const. Co. 2460 Dunn Road Hayward, Calif. & Dev. Co. Corp. RECEIVED JUL 1r1981 SAN MATEO PUBLIC WORKS DEPT there is any additional information you need the above, please advise. Very truly yours, 0..0 JONES and SONS By giviA Zr SINCE 1924 Thomas E. Skelly 1520 FOURTH STREET • BERKELEY, CA 94710 • 415/526 -Sill -ill; LICIAE NUM R 2 74 CITY OF SAN MATED, CALIFORNIA. SUMMARY OF BIDS RECEIVED FOR • HILLSDALE AND EL CAMINO REAL TRAFFIC IMPROVEMENTS OPENED June 23, 1981 REQUISITION NO. P.O. NO. R.1. NO. BID ITEM DESCRIPTION OF ITEM QUANTITY ESTIMATE ENGINEER'S W4 _. O. C. JONES AND SONS PIOMBO CORPORATION MC GUIRE AND HESTER O'GRADY PAVING, INC. M.B.M. AND DAUGHTERS UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL 1 UNIT TOTAL UNIT TOTAL UNIT TOTAL 1 Repair Base Failures 11,000 S.F. 3.50 38,500.00 4.15 45,650.00 4.00 44,000.00 1 5.00 55,000.00 3.50 38,500.00 1 3.00 33,000.00 2 Install Sign Panel on Exi ting Frame 36 SF. , 10.00 360.00 13.65 491.40 40.00 1,440.00 15.00 540.00 43.00 1,548.00 I 50.00 1,800.00 3 City Standard Electrolier 14 EA 2 500 35 000.00 2 310 32 340.00 2 000 28 000.00 2 500 35 000.00 2,420 33 880.00 1 2 500 35,000.00 1 4 Barriaa2e7ITT= III) 20 EA 400.00 8,000.00 125.00 2,500.00 120.00 2,400.00 400.00 8,000.00 150.00 3,000.00 400.00 8,000.00 5 Re :;v•-•nd Salvage EA 50.00 1,150.00 47.25 1,086.75 52.00 1,196.00 100.00 2,300.00 56.00 1,288.00 100.00 2,300.001 6 Remove and Salvage Electrolier 18 EA 200.00 3,600.00 210.00 3,780.00 1,500 27,000.00 500.00 9,000.001 220.00 3,960.00 100.00 1,800.001 7 Reset Roadside Sign 33 EA 75.00 2,475.00 115.50 3,811.50 70.00 2,310.00 150.00 4,950.001 75.00 2,475.00 100.00 3,300.001 8 Relocate City Standard - . 2 EA 750.00 1 500.00 525.00 1,050.00 1,500 3,000.00 1,000 2,000.001 550.00 1,100.00 500.00 1,000.00 9 Cold Plane Asphalt rnnrrete Pavem,n{ 285 S.Y. 8.00 22 2,280.00 2.80 798.00 3.00 855.00 5.00 1,425.00 5.00 1,425.00 10.00 2,850.001 10 Remove Concrete 750 C.Y. 100.00 75,000.00 40.00 30,000.00 50.00 37,500.00 25.00 18,750.00 50.00 37,500.00 80.00 60,000.00 11 Clearing and Grubbing L.S. 20,000 20,000.00 45,000 45,000.00 20,000 20,000.00 20,000 20,000.00 65,000 65,000.00 20,000 20,000.00 12 Roadwa Excavation 2 253 C.Y. 20.00 45,060.00 24.00 54,072.001 50.00 112,650.00 15.00 33,795.001 30.00 67,590.00 30.00 67,590.00 1_ 13 Landscaping L.S. 36,000 36,000.00 36,200 36,200.00 60,000 60,000.00 60,000 60,000.001 55,000 55,000.00 35,000 35,000.00 (_ 14 Class 2 A•.re•ate Base 1 265 C.Y. 25.0 31 625.00 30.00 37 950.00 45.00 56 925.00 30.00 37 950.001 25.00 31,625.00 35.00 44 275.001 (_ 15 Asphalt Concrete 'type A) 1,424 Ton 50.0. 71,200.00 35.70 50,836.80 50.00 71,200.00 45.00 64,080.001 42.00 59,808.00 40.00 56,960.00 16 Minor Concrete (Minor Structure) 66.5 C.Y. 1,000 66,500.00 420.00 27,930.00 550.00 36,575.00 700.00 46,550.00 440.00 29,260.00 500.00 33,250.00 17 Roadside Sign- One Pos. 7 EA 100.00 700.00 141.75 992.25 120.00 840.00 150.00 1,050.00 130.00 910.00 100.00 700.00 18 Roadside Sign -Two Post 5 EA 425.00 2,125.00 278.25 1,391.25 340.00 1,700.00 300.00 1,500.00 367.00 1,835.00 100.00 500.00 19 Install Sign (Strap Saddle Bracket Method) an 15 EA 60.00 900.00 73.50 1,102.50 70.00 1,050.00 90.00 1,350.00 76.00 1,140.00 100.00 1,500.00 20 12" Reinforced Concret Pipe Class IV, Rubber , 195 LF 35.00 6 825.00 45.15 8,804.25 50.00 9,750.00 48.00 9,360.00 50.00 9,750.00 25.00 4,875.001_ 1_■_ 21 15" Reinforced Concrete. Pipe (Class IV, Rubber Gasket Joint) 36 LF 90.00 3,240.00 49.35 1,776.60 50.00 1,800.00 53.00 1,908.00 55.00 1,980.00 35.00 1,260.00 22 18" Reinforced Concret- Pipe (Class IV, Rubber Gasket Joint) 355 LF 75.00 26,625.00 50.40 17,892.00 55.00 19,525.00 58.00 20,590.00 55.00 19,525.00 45.00 15,975.001 23 21" Reinforced Concret Pipe (Class IV, Rubber Gasket Joint 60 LF 90.00 5,400.00 59.85 3,591.00 60.00 3,600.00 63.00 3,780.00 75.00 4,500.00 50.00 3,000.00 24 24" Reinforced Concret- Pipe (Class IV, Rubber 186 LF 110.00 20,460.00 67.20 12,499.20 63.00 11,718.00 68.00 12,648.00 70.00 13,020.00 60.00 11,160.001 25 Class B Concrete (Sidewalk) 242 C.Y. 200.00 48,400.00 132.30 32,016.60 150.00 36,300.00 200.00 48,400.00 185.00 44,770.00 400.00 96,800.00 26 City Stand. Commercial Driveway, 1 ass Concrete Type 5 C.Y. 225.00 1,125.00 137.00 685.00 150.00 750.0 1 210.0. 1,050.001 200.00 1,000.00 300.00 1,500.001 27 A -6 Mo.ifie. Cure & Gutter, Class B Conc. 1,675 L.F 8.0. 13,400.00 6,15 10,301.25 7.00 11,725.01 8.01 13,400.00 8.00 13,400.00 10.00 16,750.00 o CITY OF SAN MATEO, CALIFORNIA. • HILLSDALE AND EL CAMINO REAL SUMMARY OF BIDS RECEIVED FOR TRAFFIC IMPROVEMENTS OPENED June 2.3, 1981 REQUISITION NO. P.O. NO. R.1. NO. BID DESCRIPTION QUANTITY ENGINEER'S ESTIMATE 0. C. JONES AND SONS PIOMBO (0-PORATION MC GUIRE AND HESTER O'GRADY PAVING, INC. M.B.M. AND DAUGHTERS ITEM OF ITEM ESTIMATE UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL ( UNIT TOTAL I UNIT TOTAL UNIT TOTAL 28 Type A2-6 Curb and Gutter, Class B Conc. 2,688 L.F. 11.75 31,584.00 6.00 16,128.00 8.00 21,504.00 8.00 21,504.00 7.50 20,160.00 11.00 29,568.00 29 30. Special Valley Gutter, 1a B a - - Bus Turnout Apron, B C. - Class B 59 C.Y. 82 C Y 225.00 225.00 13,275.00 18 450.00 145.00 145.00 8,555.00 11,890.00 125.00 125.00 7,375.00 10,250.00 210.00 200.00 12,390.00 16,400.00 210.00 210.00 12,390.00 17,220.00 150.00 8,850.001 150.00 1.2,300.001 32 MiscellaneousMetal Traffic Signal, Sears Driveway 3,707 LB. L.S. i 0.50 70,000 1,853.50 70,000.00 1.15 68,920 4,263.05 68,920.00 4.00 57,000 14,828.00' 57,000.00 2.00 67,000 7,414.00 67,000.00 1.20 72,205 4,448.40 72,205.00 1.00 3,707.00 85,000 85,000.00 33 34 35 36 Traffic Signal, Wells ar.o Ban - _ Signal Coordination -m Modify Existing Traffi. • ,� - _ _ Mo•ify Existing Traffic Signal at Rillsdale B1. L.S. L.S. L.S. L.S. 70,000 30 000 33,000 25,000 70,000.00 30,000.00 33,000.00 25,000.00 66,150 7,350 32,550 34,650 66,150.00 7,350.00 32,550.00 34,650.00 55,000 10,000 25,000 30,000 55,000.00` 1.0,000.00 25,000.00 30,000.00 69,000 7,300 31,362 33,000 69,000.00 7,300.00 31,362.00 33,000.00 69,300 7,700 34,100 36,300 69,300.00 7,700.00 34,100.00 36,300.00 80,000 80,000.00 5,000 5,000.00 30,000 30,000.00 30,000 30,000.00) 37 Ornamental Metal Tree Guards 17 EA 1,000 17,000.00 1,200 20,400.00 250.00 4,250.00 1,200 20,400.00 250.00 4,250.00 500.00 8,500.00 38 Tile Surfacing 3,280 S.F. 6.50 21,320.00 8.00 26,240.00 4.00 13,120.00 12.00 39,360.00 7.80 25,584.00 10.00 32,800.00 TOTAL 898,932.50 761,644.401 852,136.00 839,506.00 848,446.40 885,870.00 *As Corrected 1 1 � I suN 2Z 1981 c. \TEO DE I'F P C WORKS UEP I. OF PUBLIC WORKS 330 WEST TWENTIETH AVENUE SAN MATEO, CALIFORNIA. 94403 ADDENDUM NO. 1 TELEPHONE: DIRECTOR (415) 574.6790 ENGINEERING & TRAFFIC DIV. (415) 574.6790 MAINTENANCE DIVISION (415) 574.6701 WATER QUALITY CONTROL PLANT (415) 344-5806 June 18, 1981 RE: ROADWAY WIDENING, CHANNELIZATION AND SIGNALIZATION OF HILLSDALE BOULEVARD AND EL CAMINO REAL The following changes have -been made: Add to the Schedule of Bid Items the following: UNIT OF ESTIMATED ITEM NO. ITEM CODE ITEM MEASURE QUANTITY PRICE AMOUNT 1 066163A Repair Base Failures S.F. 11,000 $ $ (S)8 152396A Relocate City Standard EA. 2 $ $ Electrolier * * * * * * * * * * Each bidder shall acknowledge receipt of this addendum by signing 1 copy of this sheet and returning it at once. He shall submit a duplicate signed copy with the bid documents. ACKNOWLEDGMENT I have received Addendum No. 1 to the Roadway Widening, Channelization and Signalization of Hillsdale Blvd. and El Camino Real Contract Book and I have read and understand the the above information. /1-4-: kk.S7-4W ame of Company Signature Enc. nc . Local Ailey _City of San Mateo Supplement No. To Local Agency -State Agreement No. _04-5102 Project No. M-3072(61) PROGRAM OF LOCAL AGENCY FEDERAL -AID URBAN SYSTEM PROJECTS IN THE CITY OF SAN MATEO Local Agency Pursuant to the Federal -Aid for Urban Systems Acts, the attached "Program" of Federal -Aid Urban System Projects marked "Exhibit B" is hereby incorporated in that Master Agreement for the Federal -Aid Program which was entered into between the above named LOCAL AGENCY and the STATE on February 6, 1978 , and is subject to all of the terms and conditions thereof. The subject program is adopted in accordance with Paragraph 2 of Article II of the aforemen- tioned agreement under authority of City/C r Resolution No. 76 (1981) approved by the City CounciliB�x ,-&pandszs on May 18, 1981 (See copy attached). CITY OF SAN MATEO Local Agency Approved for State '133,31-1 i;y District Director of Transportation District 0=? Depa, [Anent of Transportation nLA-411 (2I3 DUPLICATE By A-x-7-1-01.1*e_le Tittle Mayor Attest: I75).#1, Clerk May 18, 1931 Date I hereby Certify upon my own personal knowledge that budgeted funds are available for this encumbrance. Cfiipter "75 Lt7-1 Statutes /i7`( Fiscal Year /72i z_!fi Accounting Officer Program .//C NSU v Category $6 Fund Source S(3, `'` C y 7,3.E i\i'AL PROGRAM EXHIBIT B OF FEDERAL AID URBAN SYSTEM PROJECTS Dater: May 1.1, 1981 T'roject No. M-3072(61) Location & Description PROGRAM SUPPLEMENT NO.: 9 Local Agency: CITY OF SAN MATEO In the City of San Mateo on Hillsdale Boulevard between El Camino Real and Edison Street; and at the intersections of El Camino Real with 31st Avenue and Hillsdale Boulevard. Modify signals, widening and channelization. Special Covenants or Remarks: Total Cost Est. Federal Funds Matching -Finds* CONSTRUCT ON -- CONSTRUCTION ENGINEERING $1,038,000 $563,553 *See Covenant 14 S 169.1 City State $64,735 $25,412 $384,300 *Local Agency Funds unless otherwise specified • 1. All maintenance, involving the physical condition and the operation of the improvements, referred to in Article VI MAINTENANCE of the aforementioned Master Agreement will be performed by City of San Mateo and State at regular intervals or as required for efficient operation of the completed improvements in accordance with City/State Cooperative Agreement No. 04-0794-C. DLA-411 (10/80) Exhibit B Page 2 m a y 11, 1981 2. This agreement pertains to the FAU involvement in the project which is being constructed in conjunction with State financed roadwork on El Camino Real. A separate City/State Cooperative Agreement No. 4-0794-C was previously executed which governs the sharing of work and costs. 3. The City will prepare PS&E, advertise and award the project. 4. The State will provide a Resident Engineer to administer this contract and will make payments to the contractor. (see covenant 20) 5. The State Highway matching funds as shown in Exhibit B have been authorized by the Californi Transportation Commission. Included in the total is $384,300 which represents the amount of trade-off FAU funds for the Sharp Park Road Project. 6. Unless determined otherwise by San Mateo County's Cooperative Process Committer, the FAU funds available for this project are $819,000 (including the FAU trade-off State funds). In award- ing or agreeing to award the contract, the City agrees the payment of Federal funds will he limited to the amount determined by the County Cooperative Process Committez and as indicated in the detail estimate amount approved by the Federal Highway Administration in the Federal - Aid Project Agreement (PR -2), or its modification PR -2A, and accepts any increases in City funds. 7. The use of Federal Funds for this project is based on this project being part of the FAU Program for San Mateo County's portion of the San Francisco -Oakland Urbanized Area. 8. Should higher priority projects cause increase or decrease to the Federal funds available, this project will be financed with the maximum Federal funds available to the County. 9, Should additional Federal Funds become available to the County, this amount will, at the City's request, be increased to the amount available but not to exceed the maximum legal Federal pro rata share with a corresponding decrease in the matching funds. 10. In accordance with Section 86-2.14A of State Standard Specification for testing controllers, the City agrees to pay their share of the cost of testing if performed by the State. 11. The City share of matching funds for Construction Engineering, and Construction will be 100% of the amount remaining after Federal participation and 169.1 funds. 12. Preliminary Engineering costs will be borne by the City as per the County FAU Committee guidelines and the City/State Cooperative Agreement. • Exhibit B Page 3 May 11, 1981 13. A portion of the City funds required to match Federal Highway Funds in the project will be provided by the State as authorized by Item 169.1 of the Budget Act of 1979 and allocated by [he California Transportation Commission. 14. The 169.1 funds have been set up on the basis of $58,070 as originally allocated for this project by the San Mateo County FAU Committee plus $6,665 from the County 169.1 balance. The total amount of $64,735 will be available unless the FAU Committee determines to desig- nate the $6,665 elsewhere. The total amount may be increased, if funds are available, to the amount required to match the Federal funds shown in the detail estimate approved by the FHWA in the Federal -Aid Project Agreement (PR -2) , or its modification (PR -2A) . 15. In the event the Item 169.1 funds required are less than the amount shown in Exhibit B or the detail estimate; the excess may revert to county projects provided the funds are re- leased prior to June 30, 1983 and providing project(s) containing Item 169.1 funds can utilize the released funds. 16. In accordance with Section 16304 of the Government Code, Item 169.1 funds may be available for expenditure until June 30, 1983 unless otherwise provided by future budget act language. 17. The City may be required to report to the California Transportation Commission concerning use of Item 169.1 funds and that the funds freed as a result of the receipt of Item 169.1 funds are eligible for street, road and highway purposes. 18. The availability of Federal Funds will be subject to meeting deadlines and/or other conditions as may be imposed by the Director upon the recommendation of the TOPICS Advisory Committee (Urban System). • 19. In executing this Program Supplemental Agreement, the City hereby reaffirms the "non- discrimination assurances" contained in the aforementioned Master Agreement for Federal -Aid Program. 20. Caltrans has granted approval to City of San Mateo for the use of Caltrans Local Agency Automated Pay System. A. The City of San Mateo will abide by the requirements as set forth in the State of California, Department of Transportation's Policy and Procedure Memorandum P80-10, dated March 20, 1980, and as revised February 19, 1981 regarding the use of Caltrans Local Agency Automated Pay System. Exhibit B Page 4 May 11, 1961 B. Attention is called to some pertinent requirements for the use of the LAAPS. 1.. . Subsequent to the bid opening, the Detail Estimate as based on the bid of the successful bidder will determine the City's share of the construction cost. (a) Should the City's share of the construction cost be greater than the amount on deposit with the State for this purpose, a supplemental deposit of the difference will be required prior to the award of the contract. (b) Any City Funds on deposit with the State not required for the Agency's share of the construction cost as determined by the Detail Estimate will be returned to the City. 2. The Local Agency agrees to provide the following information to the State upon award of the contract: (a) Contract award date. (b) Certification of Contractor's License form for verification by the State. (c) Contract approval date. (d) Contractor's name and the voucher mailing address (for the warrent) in- cluding any subsequent change of address. • • ,73,4 • RESOLUTION NO. 76 (1981) APPROVING AND AUTHORIZING EXECUTION OF PROGRAM SUPPLEMENT NO. 9 TO MASTER AGREEMENT NO_ 04-5102, BETWEEN CITY OF SAN MATEO AND CALIFORNIA DEPARTMENT OF TRANSPORTATION FOR HILLSDALE BLVD./EL CAMINO REAL TRAFFIC IMPROVEMENT PROJECT [PROJECT NO. M-3072(61)] RESOLVED, by the Council of the City of San Mateo, California; and it does hereby FIND, DETERMINE and ORDER, that: 1. The public interest and convenience require that the agreement, cited in the title above, be executed. 2. Said agreement is hereby approved and the Mayor is authorized to sign and execute it on behalf of the City. 3. The City Clerk is instructed to attest the signature of the Mayor and affix the corporate seal of said City. /s/ DONNA S. RICHARDSON Mayor ATTEST: (SEAL) /s/ DORIS CHRISTEN City Clerk 5/18/81 " " Resolution adopted by the City Council of the City of San Mateo, California, at a regular meeting held on May 18, 1981, by the following vote of the members: AYES: Council Members WAYNE, BAKER, HOFFMAN, RHOA�'S and RICHARDSON NOES: NONE ABSENT: NONE " r CITY OF SAN MATEO, CALIFORNIA 330 WEST TWENTIETH AVENUE OFFICE OF THE CITY CLERK Date: May 20, 1981 Attention: Department of Public Works (2) 7 MINUTE ORDER # 189-81 In the matter of: Cooperative Agreement with State for Hillsdale Blvd./E1 Camino Real Traffic Improvement Project (Agenda Item 23A) At the meeting of the City Council of the City of San Mateo on May 18, 1981 at which were -present Council Members: WAYNE, BAKER, HOFFMAN, RHOADS & RICHARDSON On motion of Council Member BAKER , seconded by Council Member WAYNE duly carried and entered on the minutes, it was ordered to adopt by title: Resolution No. 76 (1981) Approving and Authorizing Execution of Program Supplement No. 9 to Master Agreement No. 04-5102, Between City of San Mateo and California Department of Transportation for Hillsdale Blvd./E1 Camino Real Traffic Improvement Project (Project No. M-3072(61)). The Program Supplement to the Master Agreement has been submitted to the California Department of Transportation. Please remit original agreement to City Clerk for our files. DC:mwl cc: City Attorney RECEIVED M/Y 2 I 1981 SAN MATEO PUBLIC WORKS DEPT. DORIS CHRISTEN, City Clerk alr STATE OF CALIFORNIA —BUSINESS AND TRANSt�JRTATION AGENCY EDMUND G. BROWN JR., Governor DEPARTMENT OF TRANSPORTATION P.O. BOX 3366, RINCON ANNEX SAN FRANCISCO 94119 (415) 557-1840 /2 May ,.8, 1981 • f 4,0,„1,„ Mr. Arch Perry City Engineer City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Dear Arch: 04-SM-82-9.35 X 3072 (61) Bening of S.B. El Camino Real Off Ramp and W. Hillsdale Ave. in the City of San Mateo FAU Project This is to verify my phone call to Dan McCloud this morning authorizing this project's advertising for construction bids, contingent on revising the speci- fications to include the new MBE specification. The originals of theproject plans will be returned to you after approval signatures have been obtained from Caltrans Traffic Electrical Engineer and Deputy District Engineer. You may proceed with advertising the project for the minimum 21 day period with at least 2 insertions of the ad during that period in a newspaper of general local circulation. Advertising in construction and MBE journals is also encouraged. Please inform me of the advertising and bid date when it is determined. The Program Supplement for this project is being prepared by Caltrans Headquarters and will be forwarded to you for signature shortly. Please do not hesitate to call if I can be of any further assistance. Sincerely yours, JOHN WES District) Director JAMES` R. LANDERS Caltrans Area Liaison Engineer " TABLE OF CONTENTS LOCATION MAP NOTICE TO CONTRACTORS SPECIAL PROVISIONS SECTION 1. Specifications and Plans 2. Proposal Requirements and Conditions 3. Submission of Minority Business Enterprise Information, Award and Execution of Contract 4. Beginning of Work, Time of Completion and Liquidated Damages 5. General 5-1. Miscellaneous 5-1.01 General Prevailing Wage Rates, Equipment Rental Rates, and Labor Surcharge 5-1.02 General Prevailing Wage Rates 5-1.03 Payroll Records 5-1.04 Assignment of Antitrust Actions 5-1.05 Office of Structures Design 5-1.06 Responsibility for Damage 5-1.07 Final Payment and Claims 5-1.08 Required Subcontract and Material Supply Contract Provisions 5-1.09 Arbitration 5-1.10 Termination of Control 5-1.11 Flagging Cost 5-1.12 Increases of More than 25 Percent 5-1.13 Deputy Director 5-1.14 Encroachment Permit 5-1.15 MBE Records 5-1.16 Payments 5-1.17 Sound Control Requirements 5-1.18 Subcontracting 5-1.19 Highway Construction Equipment 5-1.20 Project Appearance 5-2 Federal Minimum Wages 6 Federal Requirements for Federal -Aid Construction Projects 7 (Blank) 8 Materials 8-1 Miscellaneous 8-1.01 General 8-1.02 State Furnished Materials 8-2. Concrete 8-2.01 Portland Cement 8-2.02 Batch Counters 8-2.03 Aggregates 8-2.04 Concrete Aggregate Gradings -7 ;?' " " 8-2.05 Concrete Aggregate Sand Equivalent and Cleanness 9 Description of Work 10 Construction Details 10-1.01 Order of Work 10-1.02 Maintaining Traffic 10-1.03 Obstructions 10-1.04 Existing Highway Facilities 10-1.05 Roadside Signs 10-1.06 Install Sign Panels on Existing Frames 10-1.07 Planing Asphalt Concrete Pavement 10-1.08 Remove Concrete 10-1.09 Clearing and Grubbing 10-1.10 Watering 10-1.11 Earthwork 10-1.12 Aggregate Base 10-1.13 Asphalt concrete 10-1.14 Repair Base Failures 10-1.15 Concrete Structures 10-1.16 Reinforced Concrete Pipe 10-1.17 Miscellaneous Concrete Construction 10-1.18 Miscellaneous Iron and Steel 10-1.19 Barricades 10-2 Landscaping 10-2.01 Landscape Soil Preparation 10-2.02 Landscape Irrigation 10-2.03. Landscaping Planting 10-2.04 Tile Surfacing 10-2.05 Landscape Maintenance 10-2.06 Ornamental Metal Tree Guard 10-2.07 Concrete Seat Walls 10-3 Signals and Lighting 10-3.01 Description 10-3.02 Warranties, Guarantees and Instruction Sheets 10-3.03 Maintaining Existing and Temporary Electrical Systems 10-3.04 Scheduling of Work 10-3.05 Foundations 10-3.06 Standards, Steel Pedestals and Posts 10-3.07 Conduit 10-3.08 Pull Boxes 10-3.09 Conductors and Wiring 10-3.10 Bonding and Grounding 10-3.11 Service 10-3.12 Solid -State Traffic Actuated Controllers 10-3.13 Emergency Vehicle Preemption 10-3.14 System Interconnect 10-3.15 Signal Faces and Signal Heads 10-3.16 Programmed Visibility Traffic Signal Heads 10-3.17 Pedestrian Signals 10-3.18 Detectors 10-3.19 Luminaires " I 10-3.20 Photoelectric Controls 10-3.21 Ballasts 10-3.22 Salvaging and Reinstalling or Stockpiling Electrical Equipment 10-3.23 Payment PROPOSAL CONTRACT " r, S LOCATION MAP III NOTICE INVITING SEALED PROPOS HILLSDALE BLVD. AND EL CAMINO L TRAFFIC IMPROVEMENTS CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for the widening of El Camino Real, State Route 82, by grading, removal of existing roadway elements, and surfacing with asphalt concrete on an aggregate base, as shown on the typical sections. The work also involves widening Hillsdale Blvd., a city street, including removal of existing roadway elements, grading and surfacing with asphalt concrete on an aggregate base, as shown on the typical sections. Also included in the work is modification of two traffic signals on El Camino Real and installation of two new traffic signals on Hillsdale Blvd. and other work as shown on the Contract Drawings No. 4-24-9 and as described in the Special Provisions and CalTrans Standard Specifications January 1978 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 non-refundable fee of $20.00 per set is required. 3. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not -less -than ten percent (10%) of the aggregate amount of the bid. 4. The Contractor is notified that he shall comply with the requirements for Affirmative Action as set forth in Section 6. 5. The time of completion for this contract shall be one hundred and eighty (180) 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 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, or that established by the Federal Wage Determination #CA81-5109 (including all modifications) whichever is greater. The Contractor shall 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., June 23, 1981, and they shall be opened and read by the City Manager at said date and time at a public meeting called by him. 9. Said City Manager shall report the Council at a later date, at which time to the lowest responsible bidder as so dictate, City Council may exercise its any or all bids. results of the bidding to the City the City Council may award the contract reported; or as the City's interest may right to modify the award or to reject 10. The City reserves the right to retain the Contractor's ten percent retention for a period of thirty-five (35) calendar days beyond the filing of the Notice of Completion with the County. Dated: May, 1981 Zw-16 /s/ DONNA RICHARDSON, MAYOR MBE -FED 9-15-80 STATE OF CALIFORN/A BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS Annexed to Contract No. M-3072 (61) SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications dated January, 1978, the Standard Plans dated March, 1977, and the Standard Specifications For Welding Structural Steel dated January, 1978, of the Department of Trans- portation insofar as the same may apply and in accordance with the following special provisions. In case of conflict between the Standard Specifications or the Standard Specifications For Welding Structural Steel and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting portions. SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL. --The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," o.` the, Standard Specifications and these special provisions for the requirements and conditions which he must observe in the preparation of the proposal form and the submission of the bid. The form of Bidder's Bond mentioned in the last paragraph in Section 2-1.07, "Proposal Guaranty," of the Standard Specifica- tions will be found following the signature page of the proposal annexed hereto. The sixth paragraph in Section 2-1.11, "Competency of Bidders," of the Standard Specifications is amended to read: /n no event will any bidder be awarded a contract if said contract award will result in the bidder having under contract with the Department work for which prequalification is required in excess of that authorized by his prequalification rating. If the Department determines that a bidder would be awarded more than one contract, either as the lowest respon- sible bidder, second lowest responsible bidder, or third low- est responsible bidder, but cannot be awarded all of the contracts because of the inadequacy of his prequalification rating, the Department will determine which of the bids of said bidder are to be accepted and the contract awarded thereon, and which of the bids of said bidder are to be disregarded. 2-1.02 MINORITY BUSINESS ENTERPRISE. --This project is subject to Part 23, Title 49, Code of Federal Regulations entitled "Participation By Minority Business Enterprise In Department of Transportation Programs." Portions of the Regulations are set forth in Section 6-1.05, of these special provisions, and the Regulations in their entirety are incorporated herein by this reference. -1- " " MBE-FED(2) 9-15-80 Bidders shall be fully informed respecting the requirements of the Regulations; particular attention is directed to the following matters: (a) A Minority Business Enterprise (MBE) must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act; ' (b) An MBE may participate as a prime contractor. subcdn- tractor, joint venture partner with a prime or subcontractor, or vendor of.material or supplies; (c) An MBE joint venture partner must be responsible for a clearly defined portion of the work to be performed in addi- tion to satisfying requirements for ownership and control. The MBE joint venturer must submit Schedule B of the Regulations; (d) An MBE must perform a commercially useful function. i.e., moat be responsible for the execution -of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work; (e) Credit for an MBE vendor of materials or supplies is limited to 20 percent of the price unless the vendor manu- factures or substantially alters the goods; - (f) An MBE must -be certified before credit may be allowed toward the MBE goal. The Department's MBE Directory identifies MBEs which have been certified and others which may qualify for certification. The MBE directory may be obtained from the Department of Transportation, Plans and Bid Documents,Room 39, Transportation Building, 1120 N Street, P.O. Box 1499, Sacramento, California 95807 (phone 916-445-3325), or from the offices of the Department of Transportation at Los Angeles, San Francisco, and the District in which the work is situated. (g) Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for such breach. (h) Bidders are encouraged to utilize services offered by banks owned and controlled by minorities or women. 2-1.03 MBE GOALS FOR THIS PROJECT. The Department has established a total Minority Business Enterprise (MBE) participation goal of 10 percent for this project com- posed of 9 percent to 10 percent MBE'S owned and controlled by minorities and 0 percent to 1 percent owned and controlled by women. It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and suppliers and toselectthose portions of the work or material needs consistent with the available MBE subcon- tractors and suppliers, so as to assure meeting the goal for MBE participation. 2 " SECTION 3. SUBMISSION OF MINORITY BUSINESS ENTERPRISE INFORMATION, AWARD, AND EXECUTION OF CONTRACT 3-1.01 GENERAL. --The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications and these special provisions for the requirements and conditions concerning submittal of MBE information, award, and execution of contract. 3-1.01A MBE INF'ORMAT'ION. --The apparent successful bidder (low bidder) shall submit MBE information tc the office at which bids were received no later than 2 p.m. on Friday of the week following bid opening, unless a later time is authorized by the Department. Other bidders need not submit. MBE information unless requested to do so, by the Department. When such request is made, the MBE infor- mation of such bidder shall be submitted within 5 days, unless a later time is authorized by the Department. The information shall include: (1) Names. of MBEs to be used, with a complete descrip- tion of work or supplies to be provided by each and the dollar value of each such MBE transaction; (Note MBE subcontractors for signal and lighting items, if there are such items of work,.must have been named in " the bid - See section entitled "Subcontracting" of these special provisions.) (2) A "Minority and Female Business Enterprise Questionnaire" (Schedule A) for each MBE not already certified; (3) Either a Schedule B or California Department of Transportation form CR 5A, "Information for Determining Minority Joint Venture Eligibility" for each MBE joint venturer. Bitic;ers:-whose submitta; in . (1) above indicates they will meet the stated MBE -goal need not submit any further MBE infor- mation, unless the Department in its review finds that the goal has not been met, in which case additional information will be requested by the Department. The additional information may be requested to clarify claimed MBE participation, add MBE parti- cipation, -or demonstrate that a good faith effort was made to meet the MBE goal. Such information shall be submitted promptly upon request by the Department. It is the bidder's responsibility to meet the.goal of MBE participation or to provide information to establish good faith efforts to do so. Such information should include the following: (4) The names and dates of advertisement of each news- paper, trade paper, and minority -focus paper in which a request .for MBE participation for this project was placed by the bidder; (5) The names and dates of notices of all certified lsEs solicited by direct. mail for this project; (6) The items of work for which the bidder requested sub - bids or materials to be supplied by MBEs; (7) The names of MBEs who submitted bids for any of the work indicated in (6) above which were not accepted, the name of the subcontractor or5upt:)1iers that was selected for that portion of the work, and the reasons for the bidder's choice. (If the reason.was price, give the price bid by the rejected MBE and the price bid by the selected subcontractor or supplier); (8) Assistance that the bidder has extended to .MBEs identified in (7) above to remedy the deficiency in the t4BEs suLbids; (9) Any additional data to support a demonstration of good faith effort, such as contacts with '_SSE assistance agencies. 3-1.01B AWARD OF CONTRACT.-- The award of contract, if it be awarded, will.be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has net the goal for MBE participation or has demonstrated, to the satisfaction of the Department, good faith effort to do so. Meeting the goal for MBE participation or demonstrating, to the satisfaction of the Department, good faith efforts to do so is a condition for being eligible for award of contract. rat-nss(5) l -15-t• SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Beginning of Work," in Section 8-1.06, "Time of Completion," and in Section 8-1.07, 'Liquidated Damages," of the Standard Specifications and these special provisions. The Contractor shall begin work within 15 days after receiving notice that the contract has been approved by the Attorney General or the attorney appointed and authorized to represent the Department of Transportation and shall diligently prosecute the same to completion before the expiration of 180 WORKING DAYS after the date of said approval. Commencing Noyember 14, 1981, no work shall be done that will interfere with pedestrian flow and automobile traffic patterns. This semi -work stoppage will continue until January 4, 1982, so as not to interfere with the anticipated heavy consumer shopping and traffic period. The time of completion of 180 working days includes those working days within this semi -work period. The Contractor shall pay to the State of California the sum of $ 150 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days pre- scribed above. The first paragraph in. said Section 8-1.03 is amended by adding the following: The Contractor shall notify the Engineer, in writing, of his intent to begin work at least 72 hours before work is begun. The notice shall be delivered to the Office of the District Director of Transportation in the district in which the work is situated and shall specify the date the Contractor intends to start. If the project has more than one location of work, a separate notice shall be given for each location. The first indented paragraph of the third paragraph in said Section 8-1.03 is amended to read: (1) Notice in writing of the Contractor's intention to start work prior to approval, specifying the date on which he intends to start, shall be given to the Engineer at least 72 hours in advance. " " SECTION 5. GENERAL SECTION 5-1. MISCELLANEOUS 5-1.01 GENERAL PREVAILING WAGE RATES, EQUIPMENT RENTAL RATES, AND LABOR SURCHARGE. --The general prevailing wage rates applicable to the work to be done are listed in the Department of Transportation publication entitled General Prevailing Wage Rates. All references in the Standard Specifications to the wage rates set forth in the Department of Transportation publication entitled Equi pment Rental Rates and General Prevailing Wage Rates shall be deemed to mean the wage rates set forth in the Department's publication entitled General Prevailing Wage Rates. The labor surcharge, equipment rental rates and the right of way delay factors for each classification of equipment are listed in the Department of Transportation publ ication enti tl ed Labor Surcharge and Equipment Rental Rates. All references in the Standard Specifications to labor surcharge, equipment rental rates or right of way delay factors set forth, listed or shown in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Wage Rates shall be deemed to mean the labor surcharge, equipment rental rates and right of way delay factors listed in the Department's publication entitled Labor Surcharge and Equipment Rental Rates. Section 1-1.37, "Special Provisions," of the Standard Specifications is amended to read: 1-1.37 Special Provisions. --The special provisions are specific clauses setting forth conditions or requirements peculiar to the work and supplementary to these Standard Specifications. The Department of Transportation publications entitled Labor Surcharge and Equipment Rental Rates and General Prevailing Wage Rates are to be considered as a part of the special provisions. 5-1.02 GENERAL PREVAILING WAGE RATES. --The third, fourth, and fifth paragraphs in Section 7-1.01D, "Prevailing Wage," of the Standard Specifications are amended to read: Pursuant to Section 1773.2 of the Labor Code, general prevailing wage rates set forth -in the Department of Transportation publication entitled General Prevailing Wages Rates, which is a part of the contract shall be posted by the Contractor at a prominent place at the site of the work. The prevailing wage rates to be posted at the job site will be furnished by the Department. 5-1.03 PAYROLL RECORDS. --The Contractor's attention is directed to the following provisions of Labor Code Section 1776 (Stats. 1978, Ch. 1249). The Contractor shall be responsible for the compliance with these provisions by his subcontractors. 6 " (a) Each contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request to the public for inspection or copies thereof made; provided, however, that a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. The public shall not be given access to such records at the principal office of the contractor. (c) Each contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested such records within 10 days after receipt of a written request. (d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement shall be marked or obl iterated in such a manner as to prevent disclosure of an individual's name, address and social security number. The name and address of the contractor awarded the contract or performing the contract shall not be marked or obliterated. (e) The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address. (f) In the event of noncompliance with the requirements of this section, the contractor shall have 10 days in which to comply subsequent to receipt of written notice specifying in what respects such contractor must comply with this section. Should noncompliance still be evident after such 10 -day period, the contractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payment then due. 5-1.04 ASSIGNMENT OF ANTITRUST ACTIONS. --The Contractor's attention is directed to the following provisions of the Government Code Section 4551 (Stats. 1978, Ch. 414) which shall be applicable to the Contractor and his subcontractors: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and became effective at the time the awarding body tenders final payment to the contractor, without further acknowledgement by the parties." 5-1.05 OFFICE OF STRUCTURES DESIGN. --On November 1, 1977 the Department of Transportation was reorganized. All references in the specifications to the Division of Structures and Engineering Services shall be deemed to mean the Office of Structures Design. 5-1.06 RESPONSIBILITY FOR DAMAGE. --The third and fourth paragraphs in Section 7-1.12, "Responsibility for Damage," of the Standard Specifications are amended to read: The Contractor shall indemnify and save harmless the State of California and all officers and employees thereof connected with the work, including but not limited to the Director of Transportation and the Chief Engineer, from all claims, suits or actions of every name, kind and description, brought forth, or on account of, injuries to or death of any person including but not limited to workmen and the public, or damage to property resulting from the performance of a contract, except as otherwise provided by statute. The duty of the Contractor to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The Contractor waives any and all rights to any type of express or implied indemnity against the State, its officers or employees. 8 " " It is the intent of the parties that the Contractor will indemnify and hold harmless the State, its officers and employees from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence whether active or passive, primary or secondary on the part of the State, the Contractor, the subcontractor or employee of any of these. 5-1.07 FINAL PAYMENT AND CLAIMS. --Section 9-1.07B, "Final Payment and Claims," of the Standard Specifications is amended by adding the following between the fourth and fifth paragraphs: The Chief Engineer will make the final determination of any claims which remain in dispute after completion of claim review by the District administering the contract. A board or person designated by the Chief Engineer will review such claims and make a written recommendation to the Chief Engineer. The Contractor may meet with the review board or person to make a presentation in support of such claims. 5-1.08 REQUIRED SUBCONTRACT AND MATERIAL SUPPLY CONTRACT PROVISIONS. --Attention is directed to the following section of these special provisions entitled "Arbitration" and in particular, subsection "g" thereof, which provides as follows:; "g. SUBCONTRACTORS AND SUPPLIES --All contracts valued at more than $15,000 between the general contractor and its subcontractors and suppliers shall include a provision that the subcontractors and suppliers shall be bound to the contractor to the same extent that the contractor is bound to the State by all terms and provisions of this contract, including the arbitration provision." 5-1.09 ARBITRATION. -- a. AGREEMENT OF PARTIES --By entering into the contract both parties are obligated, and hereby agree, to submit all disputes arising under or relating to the contract which remain unresolved after exhaustion of all remedies available under the contract to independent arbitration prior to litigation. Except as otherwise provided herein, the arbitration shall be conducted under Code of Civil Procedure Section 1280 et seg., and applicable departmental regulations. Either party may elect to proceed under Government Code Section 14378 for disputes subject to that section [see Section 9-1.045, "Determinations of Rights," of the Standard Specifications]. Such an election shall constitute a waiver of arbitration hereunder. Arbitration by both parties shall constitute a waiver of the right to proceed under Government Code Section 14378. The arbitration provided for in this contract shall be ."de novo", and any prior internal contractual dispute decision of the contracting agency shall not be final or conclusive. 9 " " b. INITIATION OF ARBITRATION --Except on cost audit, latent defect, warranty or guarantee claims by the contracting state agency, arbitration of any dispute must be demanded in writing not later than one hundred eighty (180) days after receipt of a final written decision by the contracting state agency. If a final decision has not been issued within two hundred forty (240) days after acceptance of the work, a party .shall have the immediate right thereafter to demand arbitration. c. SELECTION OF ARBITRATORS --Unless the parties agree otherwise, arbitration shall be by a single neutral arbitrator who shall be an attorney or retired judge. If the parties cannot agree to the appointment of a neutral arbitrator, either party may petition the superior court to appoint a neutral arbitrator from the panel of arbitrators certifed by the Arbitration Committee. The arbitrator may employ an expert technical advisor in disputes of extraordinary technical complexity on motion of either party or with the consent of the parties. On motion of either party, a non -attorney arbitrator shall employ an attorney advisor to assist in preparing the arbitration award. The parties shall share the expense of such advisors pro rata. d. DISCOVERY --The parties consent to discovery rights and procedures as provided in Code of Civil Procedure Section 1283.05. The provisions of subparagraph (e) of Section 1283.05 shall not be applicable to discovery under this contract. e. ARBITRATION AWARD --The arbitrator shall decide the dispute in accordance with the applicable substantive law of California. An award, including an award of costs and fees pursuant to subparagraph (f) , is beyond the power of the arbitrator if the findings of fact are not supported by substantial evidence or the award is based on an error of law. The award shall include written findings of fact, a summary of the evidence and reasons underlying the decision, and conclusions of law. Either party may petition the court to correct or vacate the award; provided, however, that the contracting state department may not petition to vacate an award without prior written authorization by the relevant Agency Secretary. f. AWARD OF COSTS --The arbitrator may also award reasonable and necessary costs actually incurred by the prevailing party, including that party's share of the arbitrator's fees, costs and expenses, as well as any administration fees. The arbitrator may also include reasonable attorney fees in an award of costs if: (i) the arbitrator finds that the party against whom the fees are assessed acted frivolously or in bad faith in its demand for, or participation in, the arbitration; or 10 " " (in not less than ten (10) days prior to the arbitration hearing the party made an offer in writing to settle the dispute which was not accepted prior to such hearing, and the arbitration award is less favorable to the opposing party than the offer of settlement; provided, however, the offering party may only be awarded attorney fees from the time of the offer. If awarded, attorney fees shall not exceed the lowest rate incurred by either party, proof of which must include contemporaneous time records. g. SUBCONTRACTORS AND SUPPLIERS --All contracts valued at more than $15,000 between the general contractor and its subcontractors and suppliers shall include a provision that the subcontractors and suppliers shall be bound to the contractor to the same extent that the contractor is bound to the State by all terms and provisions of this contract, including the arbitration provision. h. WAIVER --Nothing in this contract shall preclude the parties fran waiving their right to arbitrate disputes under this contract and instead seeking relief in a court of competent jurisdiction. However, such a waiver must be by mutual written agreement executed after the dispute has arisen and approved on behalf of the State department by the relevant Agency Secretary. i. DEFINITIONS --The term "dispute" as used herein means any claim or demand for compensation or damages asserted by one party to this contract against the other party, arising under or relating to this contract which remains unresolved after exhausting all contractual remedies except arbitration [see Section 9-1.07B, "Final Payment and Claims," of the Standard Specifications]. The. phase "Arbitration Committee" means the committee of seven (7) members created by Executive Order B50-78 issued December 8, 1978. 5-1.10 TERMINATION OF CONTROL. --Attention is directed to Section 8-1.08, "Termination of Control ," of the Standard Specifications. If the Contractor's control of the work is terminated or he abandons the work and the contract work is completed in conformance with the provisions of Section 14396 of the State Contract Act, any dispute concerning the amount to be paid by the State to the Contractor or his surety or to be paid to the State by the Contractor or his surety, under the provisions of Section 14399 of said Act, shall be subject to arbitration in accordance with the section of these special provisions entitled "Arbitration." The surety shall be bound by the arbitration award and is entitled to participate in such arbitration proceedings. 5-1.11 FLAGGING COSTS. --The first paragraph in Section 7-1.095, "Flagging Costs," of the Standard Specifications is amended to read: The cost of furnishing all flagmen to provide for passage of public traffic through the work al ong State right-of-way on El Camino Real under the provisions in Sections 7-1.08, "Public Convenience," and 7-1.09, "Public Safety," will be borne equally by the State and the 11 " " Contractor. The costs of placing and moving the flagging signs and transporting the flagmen and the cost of providing stands or towers for use of the flagmen shall be considered as part of the cost of furnishing flagmen. The division of cost will be made by determining the cost of furnishing flagmen in accordance with the provisions in Section 9-1.03, "Force Account Payment," and paying to the Contractor one-half of such cost. The cost of furnishing all flagmen along Hillsdale Boulevard outside of State right-of-way will be borne by the Contractor in accordance with the provisions in section 9-1.03, "Force Account Payment". 5-1.12 INCREASES OF MORE THAN 25 PERCENT. --The last paragraph in Section 4-1.03B(1), "Increases of More Than 25 Percent," of the Standard Specifications is amended to read: When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $5,000 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 5-1.13 DEPUTY DIRECTOR. --On March 25, 1980, the Director established the position of Deputy Director of Transportation for Project Development and Construction. The Deputy Director of Transportation for Project Development and Construction succeeded to and was vested with all the duties, powers, purposes and responsibilities and jurisdiction with regard to construction contracts of the Chief Engineer, Department of Transportation. Effective on March 25, 1980, all references in the Contract documents to the Chief Engineer, Department of Transportation for Project Development and Construction. 5-1.14 ENCROACHMENT PERMIT. --An Encroachment Permit must be obtained by the Contractor from the State of California prior to commencing any work which lies within the State's right of way along El Camino Real or which affects State facilities. The application for said Encroachment Permit shall be made through the office of the State's District 04 Permit Engineer and shall include a Surety Bond in an amount of $10,000. 5-1.15 MBE RECORDS. --The Contractor shall maintain records of all subcontracts entered into with certified MBE and female subcontractors and records of materials purchased from certified MBE and female suppliers. Such records shall show the name and business address of each MBE and female subcontractor or vendor and the total dollar amount actually paid each MBE and female subcontractor or vendor. Upon completion of the contract, a summary of these records shall be prepared and certified correct by the Contractor or his authorized representative, and shall be furnished to the Engineer within 30 days after acceptance by the Director. 12 " 5-1.16 PAYMENTS. --Attention is directed to Section 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions. For the purpose of making partial payments pursuant to Section 9-1.06, "Partial Payments," of the Standard Specifications, the amount set forth for the contract items of work hereinafter listed shall be deemed to be the maximum value of said contract item of work which will be recognized for progress payment purposes. Clearing and Grubbing Portable Timber Barricades $20,000 $ 8,000 After acceptance of the contract pursuant to Section 7-1.17, "Acceptance of Contract," of the Standard Specifications, the amount, if any, payable for a contract item of work in excess of the maximum value for progress payment purposes hereinabove listed for said item, will be included for payment in the first estimate made after acceptance of the contract. In determining the partial payments to be made to the Contractor, only the following listed materials will be considered for inclusion in said payment as materials furnished but not incorporated in the work: Reinforced Concrete Pipe Miscellaneous Iron and Steel Luminaires and Lighting Standards Control 1 ers Signal Standards and Signal Heads 5-1.17 SOUND CONTROL REQUIREMENTS. --Sound control shall conform to the provisions in Section 7-1.O1N, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 9:00 p.m. and 6:00 a.m., shall not exceed 86 DBA at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise l evel . Said noise level requirement will apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be all owed therefore. 13 " " 5-1.18 SUBCONTRACTING. --Attention is directed to the provisions in Section 8-1.01, "Subcontracting," of the Standard Specifications, Section 2, "Proposal Requirements and Conditions," Section 3 "Submission of Minority Business Enterprise Information, Award, and Execution of Contract," elsewhere in these special provisions and these special provisions. The MBE information furnished under Section 3-1.01A, "MBE Information," of these special provisions is in addition to the subcontractor information required to be furnished under said Section 8-1.01, "Subcontracting." In accordance with the Federal MBE regulations [Section 23.45(f) (2) Part 23, Title 49 CFR]: 1. No substitution of an MBE subcontractor shall be made at any time without the written consent of the Department and, 2. If an MBE subcontractor is unable to perform successfully and is to be replaced, the contractor will be required to make good faith efforts to replace the original MBE subcontractor with another MBE subcontractor. The "Subletting and Subcontracting Fair Practices Act" (Government Code Section 4100-4113, inclusive) applies to the items of signals and lighting and requires subcontractors, if used for such work, to be listed in the prime contractor's proposal; prohibits the substitution of subcontractors, except as therein authorized; and provides for penalties for violations of the Act. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of MBE subcontractors after the opening of the proposals. Each bidder shall, with respect to the items of signals and lighting, list in his Proposal: 1. The name and the location of the place of business of each subcontractor who will perform work or labor or render services to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the prime contractor's total bid. 2. The portion of the work which will be done by each such subcontractor. Only one subcontractor shall be listed for each such portion. A.sheet for listing the subcontractors, as required by the Subletting and Subcontracting Fair Practices Act, is included in the proposal. 5-1.19 HIGHWAY CONSTRUCTION EQUIPMENT. --Attention is directed to Sections 7-1.01I, "Vehicle Code," and 7-1.02, "Weight Limitations," of the Standard Specifications and these special provisions. 14 " " Pursuant to the authority contained in Section 591 of the Vehicle Code, the Department has determined that, within such areas as are within the limits of the project and are open to public traffic, the Contractor shall comply with all the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. Attention is directed to the statement in Section 591 that this section shall not relieve him or any person fran the duty of exercising due care. The Contractor shall take all necessary precautions for safe operation of his equipment and the protection of the public from injury and damage from such equipment. 5-1.20 PROJECT APPEARANCE. --The Contractor shall maintain a neat appearance tothe work. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly. The Contractor shall furnish trash bins for all debris from structure construction. All debris shall be placed in trash bins daily. Forms or falsework that are to be reused shall be stacked neatly concurrently with their removal . Forms and falsework that are not to be reused shall be disposed of concurrently with their removal . Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefore. " " SECT1 SECTIOF 5-2, FEDERAL NIMMU1 WA3ES 5-2.01 Minimum Wages. --Attention is directed to Section 6, Federal Requirements, of the special provisions and Decision No.CAe1-5109, of the Secretary of Labor, included herein. SOPlRSE0LA5 DECISION -. STATE: California COUNTIES: Alameda, Alpine, Aaadsr Suite, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado. Fresno, Clenn, numboldt. Sings, Lake. Lassen, Madera, Sarin, Mariposa. Mendocino, Merced. Modoc, Monterey, Napa, Nevada, Placer, Plu:tas, Sacramento. San Benito, San 7ranelaeo, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra. Siskiyou, Bolan*. Sonata, Stanislaus, Sutter. Tehams. Trinity, Tulare. Tuolumne. Yolo and Tuba DECISION NUMBER' Gal -5106 DATE: Date of Publication 1apsraedes Decision Na. CA10-5110 dated larch 14, Elmo, in 4S PR 14796 DESCRIPTION OF WORK: building Projects (does not include single family hoses and apartments up to and including 4 stones), bes*Y and ligbway Projects and Dredging AS1tsTOS WORKERS $01 LLRi1AKERS 'RICXl.411AS' Stonemasons's Area 1 Area 2 Area 3 Area 4 Area 5 Ara. 6 Area 7 Area 1 LAICS T'Di6:L.tS:* Area 1 Area 2 Area 3 Area 4 CARPENTERS:* Carpenters " hardwood Floor i yerdt Power Saw Operators: Saw Tilers: Shin9lerst Steal Scaffold tractors and/or Steel Shoring tractors Millwrights Plledrivara+en. bridge, wharf, and docl �%ulldsrs SENT MASONS: Cement Masons Nastier Magnssitst All Composition Masona Men working firms swinging am slip form scaffolds MALI INSTALL= S., ?ri14. a...U.s P.y.s.N . %...t* R.... M t ! rwsi.s. Y..sH.. Ilr.sh.s ..d .r A�,A.. $20.11 51.25 51.45 .11 17.11 1.30 1.25 1.00 .04E 14.12 1.30 2.13 1.11 .05 17.03 1.30 1.40 24.70 1.75 1.30 14.11 1.30 1.71 .25 IS.'S 1.12 1.15 14.45 1.63 1.2S .05 15.76 1.41 2.10 .05 15.74 1.15 3.21 .10 12.14 1.15 1.90 12.13 1.15 1.90 13.43 1.30 1.75 13.73 1.30 1.73 , 11.33 1.605 1.93 1.35 .09 15.30 1.605 1.95 1.35 .09 15.15 1.605 1.9S 1.35 .09 15.60 1.605 1.05 1.60- .13 1 3.70 #1.65 11.75 11.90 .01 13.95 1.63 1.75 1.00 AS 13.03 1.6S 1.75 1.90 .01 15.11 1.605 1.95 1.3S .09 !1W-01 North 16 Federal R4gblfer j Vol. MI. No. e9 t Friday. April 10. 19,11 _u•p_ A. al•1•SIM Hll,t serestOTta1A • Selentmlii.t •ta.etd,ovet wee 1. oat taste, eeteblldt. bete. Mort.. 114404rla.. Mope. eon riewelaco. Son MI1.a. 11104120.4. 0018150. Ponca*. one Trl.lfy cow•tiee Atom 71 Aiwaed. 014 (.Satre Cwt* Cantle, Aree )4 Fresno, Olney. Nsders. aer 1poa.. *w! M 4000 tbmrtlee eve. it Pelt.. Calves, el 0or.do. Glenn. Le.esn, wane, 1ree.de. Fleet. Plunge. ■.cresante. ■h.Ite, sierel, . Uttar, tole. sea tube Counties Mee O. Nantet.y eM /4010 CVO, Ceam41se Mee Ot fen ■*Alto end Clara CennttM 9464 Ii Alpine. Anode.. Csl...tas. Oen iee4et.. MI.ndOlese. e nd T1s1ean. Comtism Area 0. 711.10 Cavnty af.. 1. Ama4e. IS •1,.drr. Moveds. 024400, 11ser0Nea11. lid 701, M • ~ M. h0mrtero end Oen Mots, C o.tlet M .. Os r,..os. elnye. N.derO. a*d 401020 00009100 0,01 H Psmslots, [Mantle, IIC711*CMS, Area 1e Il setrlele.s cent* Splicer, Rims Is Ileetriellls Cable spllesri Imes 11 sleetriela.l Celle 1pllcet0 Are. 44 tleetelel..ls . Calle Opllcers Me. S. t i.etrlef.eer TOcOniele.e cent. Ip1trere Ares Os t leetrsels.e (..1. *plicate *ran 71 Electricity. C4115 Splicer, Ms* Os W lect4141400 galls Ipllc tit Ares Or ■ IertelciaSi Celle Optical* Ora* 10. t l.etrlele.l Celle IplicatO 01.. ►14 t lset41,1055 Cattle ,pllceta I...r a.m. New as. Paula* ta.r.*.• rah.. App. 7.. 110.44 1.14 14.1.10 71.09 1.10 1541.05 MAO 1.IS 14.3.55 70.46 1.74 14.1.Se 11.41 11.57 .00 1141.17 .9O 1141.07 14.19 1.40 1041.60 17.11 1.40 1641.60 MOO 1.14 11.2.40 10.17 1.)4 )4.3.15 15.41 1.41 14.1.41 20.61 1.40 )141.50 15.19 1.10 )1►1.11 16.)1 1.10 114),11 16.14 14.70 11.01 14.64 1.01 1.01 I. IS 1.71 )541.00 11.1.10 1441.51 1141.78 11.47 1.11 1441.00 14.11 1.11 )541.55 17.11 1•.79 1.1S 1.15 1044.19 1406.11 .0111 .087 .10 .10 .46 .01 .0O .06 3/44 1/40 .10 .Is .01 .94 .0S .O5 .06 .,6 I/60 1/44 .1S .15 V IPA Or9CAf1Tfd10 •tOrtstet001, Area 1, Ahmed. Cesnty Mee Is Asa4or. Colueer l..,s.sot0. &OWK. Tole. end TOO Countless Alpine. rl 1.er.40, 0.wd5. Pieces. end /lame Cnuneiee fthnee portion. vest of the /leer* Mountain 4001 Ares 14 take tabne Area Arse 1, e.tt.. Glenn. Leese*, Mane. 01wee, • .ate. llsllpe.. Tehses, end Trinity County.. Are* Sr Colson.* sod Ian Jn.gW. lasstl., Area it Cont., Crest* Cagnty Area 7. 0.1 Name end Me.holdt Cesstlea Ares •t P,*ano. sign. Nwesrs. end tel.t• CeanHN Area 1s Lab. Marin. N*ndoelro.. and Sonoma Count l.. Oro* 10r Merlpoe.. MereM. Sts i.i.ss. and Tuolumne Genius *reel 111 Monhrq County PLOCTINICIAOSto 1Cunt'd Arse 11. tteetrlelenm Cells Spticeta Arse II. tl.etrielene Cell. 6plicerd Arse 14. tt.clr I,J►o0 Celle splicers a... 15. tlrctrie/aM Calle Ipito.te Are. 18. ttsetrlel..s ?L►VA1t)5 C11s9T*UC1S P9 rlrvA7t,. Cn sreUC1ty1*r Mr1.*IPn ►l.rva10a CII ellitK'l5P9• Iris,.! POGO., ct/It l r.Osl* A, 4 1 Oros I Or.. 1 Aron 4 1.O.0afA11a1.1 1tnr. erecter, L lnfareln7 n telt etreetoe.1 LArnrl.s, e mire 1 Arse I Arse ) Arse A,.. S Oros O Ares 7 ft.. • Inge 0 . r.. 10 I...a a.n.. r..�.1..*.. ►.r.... his ►ena.e. .mill.. -4..• 0... t. 117.51 15.71 11.05 21.75 17.91 11.10 20.71 71.76 11.15 14.00 1,50211 50429 17.77 17.111 17.10 17.54 11.44 14.15 14.15 14.51 17.15 11.70 15.71 11.10 15.91 15.77 14.20 11.45 11.11 41.47 1.47 1.62 1.17 1.15 1.15 1.47 1.47 1111.15 1142.10 11.1.00 11+1.00 1144.71 1544141 10.1.91 11.1.11 1.11 14.1.75 1.115 .O1 1.113 1.11 1.40 1.00 1.00 1.11 1.10 1.11 1.11 .94 .11 1.07 .44 1.74 1.10 .70 .92 .11 1.11 2.10 1.10 .11 I.II 3.11 3.11 1.05 1.10 .55 1.15 .S5 3.50 1.)0 .10 1.19 . 0 •• 1.954 1.47 1.11 3.15 1.15 1.1111. t.1. .05 .05 .10 .11 .15 .15 .l0 .10 .01 .011 .015 .14 .01 .07 .07 .07 .10 .01 .01 .01 .01 . .019 .01 .03 5 Nic Iwo3S pismire v., at-un 11.1911 4101110901101PNIUt0 Ar..e le s. -.rem L i... N.ipeeat 000000ste L lwr.w Coble 041109/4 See. It Srandsos Ioosee twnr..0 IC1011t w11 ►..4., woe J40.9en..erem0 11.. teslonent S... Llw.w..w Poleep terar7 Merl 4.1w• tetripwwt MOO ... almost C.91r 441.10►re Ores le s.eem.A.IN Llw...w. LIM p9IpsosS Op.. seem• Aran tt 41 .0.06011 Lino reripe9Nt 4►0rst0P4 %J ren lits. 1. Unseal Carl* 000 010041 Arse S. L i-...., tl.e5 3eldes cebi. Bp11e.4• lira 7. cable Implle•.e a,.. or b or.. - mamma erelp06Mt Op..trar 00914 Ip11R..• Sees 5. etee..wa9.11 61....1 6/ms 10•Ip.wt .p.t.t.te 4r.e. a t,r....tr.t.., NIf tteee4.. realler 111.00 14.71 10.01 70,43 10.111 14.11 11.11 I..S. 11.11 11.11 11.11 MSS 11.55 14.15 19.94 15.45 17.01 11.00 10.61 11.11 10.11 Met 14.11 17.11 11.11 14.00 Moos 91.04 1.44 1.40 3.49 .n .61 I.00 1.40 1.11 1.1S 1.44 1.41 1.00 1.40 1.16 1.00 1.44 1.61 0010111.161111 +441.94 1111.10 1t•1.t0 )4.1.10 11.3.10 101.1.10 14.1.10 1%.1.54 11.1.16 1411.14 1441.94 14.1.49 1041.6. 1041... 71.1.10 14.1.10 11.1.15 7%$1.15 S 5O1C1Art 0006441 ar►. 11. Myn .we Melee 041.4140 rites lb Monte Clete Cewstr 1M.• 111 pew eewlto end soots !Pus f41t1.. teal IS, Sow P..wcl.t. Coast, Arai Ida Pie M.t.. County . 10 .10 . 1• .3• .14 . 19 rr..r .r► 1.. j .10 .10 .30 .10 .11 .91 .41 .01 .01 901112111114 Mar i. .Sur/.. cumtts e9ete; e0e0. W eMtems Cee.RI•st lt.-..ert..s Cesar tsn.tMrw Aelt tram matte et Pt. sreNlt Montalto. Peps. Ben Benito. BM Pra.c1e.49. B4O Nete.e, [tore. .eel Sante t.•a C.te.tles. 'Si.... C..Mtr (4.11. fts sae, el POIa1/a141t emit Mimi.. Ce.wtr Arai 7l. 9141w.. A.e.4..., Sett*. ..toes... OS Moral., sue MrlpmM CneetlMi m.reel twenty 4wattle el tb. City et L1r/w0.te9// 1144.c. F..S.. Placer. l.ct...wte. See Jes•rls, Masts. 41a110. 411.1411.444 steenlulees. 4l. . t.ht.., Tuelr.nt. Tole...{ fob* Ceowtlee Se.. 1t Preens. St.e4s, mr491e..n4 ?at.re Osrntlstl Nsre.d reueets Ileseinlw9 ..,,l .n.l L ra• 0e 491 mate .n1 N.r.t.e1M bale+!%. 14911!11,. Arse 1• 111,0•04 Owd Onhitr* Cott! C.rett0N Ara. 7. Sole.. erlu.a, Cl...... and enoh. tett Ob•wtle0. Oahe cast, 109001 parting. Si.. L...pn.t up to tt.. Labe County Limp' Maeda. Pl.c... Pianos. shoot'. Siete., T.h.we..,.4 T,Iwllr Cerwtl.O Ares 1. cal ...,...n.1 ■.w Jn.qu19 Cwnwtl.s A..... Laos County II..r Clay et Lab1•••tt Mrs t• !Os +411 Connell. Llntt. Morin. M.-Anelno, .g.4 Sonnies Coustl•. Or.. 1. Dinnhr.r. .n4 loots Cr.. canal., 5,.. 4. 5.n Tr•nclece .n4 Ben Mateo Ca.nttle4 11,ee 70 Sent. Cl... Crump Igoe Si Pe.fne, Rings. ee.4.,a, seed f91.r. Ceests.. Arse Si M..Ipsee. M►rce4. st.wl.l.n. end ?velem. Mw.t149 At.. 10. A..4oe, El Dore•0. Secr.e►nte. 094 Tole C..wllai 11ee CMM 14ole01011. Arse It Conte. Caste Cdomtr Ar.. 20 MI 'Set., Ne4nc. .04 llettpat N0ew11M A... le r.tsne, sI'4t. P.d.r., .n4 Tulare cor.tle• Oros 4t C.Isttree and Men Jne...n Cnentl.. hree St Mariposa. Naee94, Stanislaw. eta Twins. Q..tl.s Arse S. Monterey Cement, • ate. 7. Mope sod Onions !boon!.. • Area •e futt., Clean. Logesn, 011.0.4416.0060. t.%..., es ltlsltr tarot/es Al.. /t Ateme4. C..Atr lase LVM7N.C.1sllte /Canna) Ara, 10. Crnenet ter ✓ q.lp..nt Op55$ N• Lrn.ww C.hl. *Oleos* Al.. lit Greenness Lin. ►qulpeee.l Op.retel.e Lewe•w.n Cehle 4p1Iesre A,.. 174 Cr a toneee► L lnenon Cottle. 6p1leees Awes 1). el. e.r...lwrel L lw.w.nr 5•s4M1.1.0s C.hl. Splicers Aral 14. L1n.rw cable 011104.6 at.. 11, Crerr..Ars. L lw.n•n► 1100 001lps.trt lip••at neet cat.!. sp110K. MhooLe Rrr7►9s rot e. alai It pry., epr .rl Mi street twist Sang Slaws See.tol41 O.ndhlsa •t Structural St..l Are. 7t Stret1 T.peee 41,171 4ttuctee.1 410.1 e... ..L,... P4.. 0...a•. r4ra..•. Na. .a...... ..... 114.04 14.14 10.00 79.44 11.11 17.00 13.1! 17.44 11.17 13.). 14.)1 11.41 14.11 17.)4 11.04 10.07 16.01 14..0 11.14 14.41 11.11 1.71 1.73 1.7S 1••).1. )4+).10 11.).30 704).30 1.11 1411.51 1.7S 11.1.11 1.71. )+.1.11 1.71 11.1.13 1.11 1.1. I.l. 1.47 1.41 1.47 1%11.11 111).11 111).11 7111.17 11.1.51 )111.0) 1.15 1014.14 1.15 )144.7• 1.41 10.1.5/ 1.61 1.07 1.10 11..1 1.1. It... 11.41 17.11 rases! Rry uIM I Vol. 40. No. 114 1 Friday. Apr11 10. 101 10.5.94 101.00 /At 1.16 1.10 1.16 .41 .01 .)0 .3. e 1.61 1.13 3.11 I/tt 1/!t I/11 1/)l . if .01 .51 .0) .54 . 04 . 04 . 1. .10 .1• .11 .11 .11 Peden Register I Vol. 40. No. 09 / Friday. April 10. 1401 00/10100 016 0101-9100 tql 0 1 5/9030013 ICiNt'• Atte It O rmel. 011.91 Seto, 090694 16Ps4A1P1ettt h.... Cl.let Pt... Clewing' allot 11.61140 11.91 fetes., Nafbl.etla, a... I. Orval Steel Taped Pr.. 31 0re.tb PPrq/ 109.401+4u0.tf ?riff 14.11 Ages 4e Srve% •e• *T1 1444.1141001 1401 Steal Cleaning 0ty-a)1 rusl.h.t afar% patella* 010001 9. 6. ..M 7 .fury P01131nger erected fleet war S3 ft. 10.11 Mee 1. Owlish/ 1404 9'6444,61 enlist* 4pt.yt S../1.1,.tst/ Itr.ct.r.1 Sleet; 011013 It.,.r Vapors Its. e, S leek ▪ l7 P4Pstb40fft 11,1404 14.91 Ares Ili errM ,pre, t epees 081991 A,.. Ifs O tto.* 4/040/1 0nd►1e.51435 ttretter.l St..1, 1.150 Stele. Tapsrel Pep..- Mnq.,e Pottle, tot 01913100 1601 sad/e4 ■I,br.y N.,Ser.. Are. 11. 'tattle Sellee.t1M S eely* Ap/licetet erhs.1 Stop Inet.U.fI ?fettle Settee. feed. 61 Plr tree •)e,, Seel Operetleot Warr Martdt01 ag.segs. Man Applecater 010'0140 fhett !sere ?n•e lien fifes 11. 'heals 0,11..41140 S.- • .1t. AMllteteel Wheel L teploetell.ti ?I.111 Salem, Sonata/Sts, 0ttiver fe.t.p 0041 644004414444 N I.., Ops Ito! t gr0ge. Man 0.14 Appllcstut 5.493140 1.14 Ohettionen 1.14 Top Pen 7.30 Dade 5...- 16.31 10.14 16.64 19.1• 10.61 1,.00 19.94 17.04 9.19 9.34 17.33 17.33 17.01 16.13 US1 Par lia.frn 'n_ ....« • ear t. Penman 31.99 11.33 1.99 1.94 1.90 1.91 1.30 .70 .70 1.0s 1.94 1.94 1.90 .39 .39 .71 . 711 1.94 I.3f 1.11 1.00 10.19 1.00 010.13 18.71 10.11 0.14 1.14 1.14 7.60 14.11 11.11 Is.,, .19 .119 .09 .03 . 39 .61 .00 .19 .61 .33 . 33 .91 .SS 0.00 1.114 0.00 LOS 1.09 .7, .79 1.00 1.30 1.00 1.30 .70 .9s .» 1.e' 0.es 1.e' .90 .90 .41 .N .93 .93 . 90 .3. .90 .90 . S0 .90 .S0 .S4 .SO .10 01.10 .62 1.00 .01 1.16 .O2 .01 .02 1.40 .06 1.00 .01 1.011 .116 1.00 1.09 1.00 11 0 0 P P 6 A 6 P P P b .01 .02 .04 .04 .04 Area 1 Area 2 Ares S Area 4 Are■ S Are, 6 Are■ 7 Are■ 9 Are. 9 Poise. ...,g.. P••••••• 0064 Vona. fa.:..... 14.19 14.04 9.11 14.41 11.40 I1.21 16.04 11.60 13.71 1.73 1.19 .S4 1.00 1.49 1.11 1.19 1.1) 1.20 AAlN1 bO.CS10T1013 1.19 1.19 0.09 .01 .06 .11 .41 .49 .01 L7t761i 5Tf4R[6Mf fee.et'1I Ares les hemeor. Volume. D,ct..Pt0., f1litef. 1.14. ONO 01094 corollas! Alpine. .1 Ontario. Peis4.. Pled.', sod Strife Camille' Ith..a patient weft .f the Main Serra Maintain w.ta.M.41 Ares lit Pen Mateo County Are. 111 Pueboidi County Ares 11. Sao 7tentl.eo [oat, Area 140 Den sralta and C,.. Co.M11M Nis ISI Pante Clams [wanly patmem04 Ar a. iv Alpine. Medef, Cel6tetser 000 000,704,419 04149!144. Arts I. P,.an.. Hole. N.A.re, aril Trier. Counties Area le Natlpoae, 0.10,3. •tenl.la4a, end Traleens Cam,tIN Ares I, Monl...y. tan Senile. Pen Mateo. Poor. Clare. and .Sent. Crum Counties lefcl4din9 pastime 9f Countlwe IN the tale Tahoe Area) Pi.. 9. 1.et. Tehee Aims Agee 4, Lett, Patte. N4iA.cls.t Bee Pfdn5l.eo. end tom= Couatis. Sure* 7. .arts. C0.lg4s, eel' Olean Ctootlwf Lateen Co.erty ir.e14dlee the rates.. SC corn., It Mra!oe, P1.0... shaatar ►a Il3.lyou. Eutt/fr TeS e. Trinity. end r.ba County„ Aria I. Ls cur. County lthPt portion list lie* alst.eld Of 1I3hmsy 11.9, north.ard to end 1041.1103 aan•7'ta541 P4.a 9. .lends. Cont. caste, 771 Dorado. Map,, Wand*. S aloon. Micro -onto. Slut.. Placa'. end 4010 [auntie* I..cludln9 portion, 0f Counties in the Leta Tahoe Areal A.. 1111 Del Ports and Nuaboldt Counil.f Ares Ili ?,..no. Ilnq.. god Tulets Coentlsa Ares 11, b.slnles Counties A,.. I. Aleee45 end [1491'. 97.41. C04.lt10/ Agee 2, 1.n Paten County Area 1e Putt.. Coleus, to/ 31000 te'ntlesp Levee. Cboot1 isouth.selorn helfl, elegy,. S1trtt, 10110. sod tetra C0m411M 4444 Op Monterey County Area Se Promo. P1ngt, P.O.,.. and ?11040 C5...ttN A4r. 3, Alpine. Lnad.r. Out ter Catenates. Cole... VI 0send4 end also.. Counties, Lassos county l.nrthwatern 00111, N..ad., P laner, P1...., ...10.4010. Den J.41010. 61.,,.. Prltslr tot., end tube counties Aree 7t San Ptomaine. Carat, Area S. eel Mort. and Nr.t.e101 Cegat1.61 Leetee Nowt, 'Mkt*. .uasta4 hell.. Pain, Marine. Papa. 95.1011. 11.5170.. Selene. 40aneg. T.h..., and Tr1.11f Counting Ares to Pa.lpo... .freed. Pteol.leur, en/ ?Volume, Col4tlse w. 1y1R1.11/0 4 1191••0•/• Area I Ate. f Arse P has 4 A,.. 3 Arse t At.. 7 Area • Are. 0 Atte 1• 1240.0.116/0 Are. 1 At.. 1 P40.•CII.1 $t.i•f11t4.040 Ates 1 A,.. 1 Arne ) Ara 4 Ares ! Ara 6 Are. 7 Area / 6404111114• Are. 1, Anot.'. Matte 1194.44'.1 Bottlosoo 12 1.351.../. p••0p01 •It...tle/ tn.e.t.r./ •Ipwrappet•r Coal T.t 6,113 ep At.. 2, • Meet..• 1.1.66, tit. 4662 pealti.w 0046 bolls w► as.. 11 Ioet.t• Arw 4, Ora S4 Peeler. Katie 6Af16r•f •.tt1Gw11 11 Mettles ./. pampa) Rttu.•otite •n.welerei P 1p..tepperel Cal Tit ► Itr% Mee 64 • P ats/ Atom 7, *.wfa tt Mee 61 P.of.4• Pestle 111966,., M6tt16G66 11 M.tt1.6 10/0 panel • Its settee •n.Ml.t. ►►p•ar.ppetee Ce.1 Tee M.. a. Monts', 1.106.. Ills .111 co.re•It1.01 Si.... I.r end Pitch Ate. I0i •aoterne 1.ttl. fl M.1tL1 $5'. Annie R,.., "amp 4wltrr p.rmo.•. •Op 14.a.1w 340..3.• f 4.«nr -4... a-, r., 62.73 ►.7! 2.36 1.71 1.71 1.75 1.73 1.70 1.60 1.66 1.76 ,9S 1.10 1.10 1.40 1.00 1.21 1.46 1.46 .119 .26 .14 .16 .16 .10 .11 .16 .11 .2S 11.01 1.171 1.19 1.30 .1• 14.01 1.11 f.1/ 1.3• .19 11.01 1.11 1.11 1.S/ .1• 11.11 14.11 14.11 11.44 11.11 11.00 1.19 1.10 1.11 1.20 11.011 13.00 1.111 1.11 1.11• 1.11 1.M 1.11 11.10 .1.1! 1.11 1.11 01.47 1.41 1.41 .1S 1.41 1.41 1.91 1.00 2.03 .1• . 19 .1/ . 19 .19 . 10 1Ar.a ) It.. 1 112.. 4 Ate. S atoll $ Area t from . At . 1 . "woo Poo $11141I•.a Are. 1 14,0 I 991 PIMAI14161APt,a Are. I Ar.s 1 a,.. • 0 ... 0000 M 1. p«._r ar0ae. 14.10 1.13 14.21 1.21 12.4. 1.11 13.11 4.21 14,0♦ 1.10 14.74 1,10 11.51 ►.21 11.711 .71 11.74 1.21 14.74 .01 14.14 1.e. 16,11 .70 11.1. 1.60 AARA OCICa/K10e0 LS/ 2.00 2.21 1.11 11.1.4 2.40 1.47 .41 1.14 1.60 1.77 .1. 1.11 123 1.13 1.1s 11 Re 14A.T•101q • 71S1et110, Are. It Alm da sad IbMIrn Casa Couetta Ara* It Plane. 01014, ■eider•. and Tul.r. Ce_i315 Aria I. tan Proncloco sad Eon M.l.o Countl.. Ares 4. Alpin.. AMader. el tondo; 1..0d.. 01..0.. a•craagnte, Afar.. ad Tole Counties Are. Sr Cal...►.. end ten Joaquin Coatis. Area 4. Morin County Ara 1. Mn..ttr.y County Ar.. •• t.. Mntto. lent. Clore as/ Bents Cr.! COuet1e. hrs. 3. Solon. reality area 10. Maps County a▪ t.. 1t A1...4. Ceoatl Are. 1. Contr. Cats Comity in... 00.0 ... P UPtlf111, ttewtlit.rat Area le Meador County Northern helfl, eareant., Tel., 91 Dorado, M.rada. Pleat. end tlarra Co.ntta isnri.dln/ • 4.4e /shoo Areal Aria 1. 1e4. Ten... Pr.s Ares 1. Marla, na,dacl00, MIN Paneled*. end lanes Carrell* Area 4. Alpine County. leader Canty (southern p..ti.A), Gotta. Col . Colas., Procne, 61.nn. tines. Las*..., Madan. Purina.. Forced. Mndoe. Aonter.T. flumes. San J0.331.. Cr.., 61.,,.. Sl.3lyen. Stanislaw. Sutter, Teh .n aie. Trfaltr. 3).... Twrl ..... sad Tub. reattl.S Arse Si Late, Paps. and Solana Counties Arts 4/ 6.1 Pert• end Mu/told% Ctwntl41 Ages 1. Men G.n►t0 end tents Ct•re Coatis. Area •/ t.* Metes Cu.p.tl .43 ,.1 .1) .04 .34 .14 .24 .041 .17 .10 .17 .66 100Ptn•t Ara le Alameda and Cents* Cat. Cantle. Ares 2. Aipiea, C*letara.. Mariposa. Metal. ten 1a01.tw. Itantetea4. end T..nl.ana Cantles Ar♦•a 1. Suds, Coleas, CI Pored.. Cana. tauten. Medan PI.e.e. flume.. Shasta. Sierra. 41011444. lulls.. Trh.e.. Trt.lty. end Tuba Counties Area 61 222.0.. 1101.. 0.4.ra. end Velar. Cantle* Aso. 3. L.4., warp. Napa, Selene. end S•.e..e'Crentlee Ala 1 Or , e 46.1. 4,:d N.eheide Cn.ntles 0200 1. Inn.tcry and tent. Criss Covent N. • Arai Or tan rr.nellr. and 6.a NataO Cou.t/es w Aron ft aaador. [artaaente, •nd role Ceunt140 . Ara, 1.e San bonito and trot. [late Counting/ Fedora, R Wolof ► Vol. 419. No. leg / Friday. April 10. 1981 Federal Register J Vol. 40. No. 09 J Friday. April 10, 1901 teete10r 0®. CAs1.5164 ABBA aSSCm11910M0 041411 114,04 /14404244/ Area 4t A1a..d., Centro sets. Map.. 4041 . 5.1.. Gumtree Arss 2. Alpin.. Vatessree, and Son Joaquin Ceentlse Ats. 3, ANadot. Mutt., Coles., RI Pot , Glenn. ►Dunes. Strocea.eto. sheet., list,., Sutter, 'Wane. Tole. and T.be Ca..IIee moo et Net/palls Mewed. Steadfast*, sad Vtselwwe Cosetlee Area 1' MentorsT, San dealto, seat. Clete, tad Santa Ct.O Cocotte, Are. le MS Meet.. Mtoldt. lass, Merin. tleodeeipe, Sam Ptenclee., Mo..a... end Trteity C.a.rtlaa At.. 7, See Nete° [oonty Ales de eladoc Iota slstlyoe Gfostlee Arse as Posen, sings, Madera. sad Tutdt• Csteltt0M II4pV pld.ilV 10,,1100 Aro* le Alpine. domedne. *.530. C.1 sarsp. bless. 41 440040g Glenn, end Lassen Cwnti►s 1.11.41 , ironer Lake Arra)1 derma County feast of lien Joaquin gloat); ►IN.'S. San Joaquin, Shoat*. S.cr.eento, 01anieleua. Sutter. Tokens. Trinity, Toolvane, Tate. Mid Tube Cne.tl.ee VI bored*, *5.54., Placer, end Slott. Couttlas Ithose pectinous ..eleden0 Lyres ?shoe Ares 1 Agee 21 Bantry Less Area and tape Tahoe Arse Are. It Lets, Metin, N.ndeclno. Msetad. Montsrtlt. Sal. Beelto, don Ptenelee0, den Mateo. ■ante Clare,. Pa0ta Cruet end donnas Count l.5 Ares et del Mete and B.sbeldt ib.ntlre Aree Al Aleeede. Contra Cost.. Matra, sal Selene C0m.t1.s (1111211M111 ►1V5dads0 Aro. 1 Aro* 2 OTPAPPIcTMMO10 Area 1 Ares 1 4TRPA4t0 M840IPIt12,* Area 1 Area 2 Agee l ,ILO at1VlBs1* Ater. L Are* 2 Ar.. I er.e 4 MAA.t.P ONO PICA ptpip.TIde0 Arse 1 Al.. 2 *See AoMA tt..etlp4ioso following pep tea b-M!err.... a 11 6y. 041onne101 4021 Nladepeadawca 4011 4p--llabo�?r.00.71 4-Thenteel.tne Goy, V -Chile nos My �; 1r.pTntir .enteibatas Ss .t Mal,0 hentlf t.t. ter ever 9 peers' ..roles, .e.d S0 of Mosier hoorly rate toe 0 menthe. to 3 Teats/ eervles 00 Vocation Pay Credit. Sim pelt) Molld.ysr A fn.. I ►, Lpl. ss eontrltute0 4.22 par boor to Be11d.y rood glee 4.22 pee hoer to Teeetlenr Pond tot the first pear et eeployeentf 1 Seer sot 1... then 3 eerie 0.02 per hoar IS Vets%ion Pond; 9 Treys but 1... then is peer. 1.40 per Any, tS 3acetloe fund' aver IC Pests 0.110 per hour to v.t.ti.no Tend. AlelJl X81141000 3, lsltSelbU PITTR*dt arcs 1. Alon.Ae, Centre Chet*, 1'.rla. M.Oa. SM IltOrrtt00+. S s. Nst.o. Sant. Claret 101.00. end Aae.e00 CountBS* Area 2t P.s.sinimt Countlse PTttorferros. Area It Alameda and C5Atr1 Comte Counties Ares 2e tart Norte end Semboldt Cosatl.a V2111001100 11!4111 1.111 1 Area le Als..ds .114 Ce,.tt* Costa Ce.ntl.0 Ares 20 Wets, Calves, RI 0nt.do, Glenn. Leeson. /snide.. M*.ade, Plower. ►0....., A.eram.nto, .hosts, 51st,., dotter. T.he.s. Solo, end Yuba Countise Are. 3e San Sonito end sate clan Coentts* Peat NAPTLMtl Arts le Alsseda. Bette. Coma., crews roofs. sof Mert.. SI Oorsdo, Glenn, MwholOt, UAW. La.s.n. Merin, N.ndncit.0. Med0C, Mspa, Nes.da, S7ecst. 51rea.. . B.cts.ento, Son Ssnite, Ilse Ptsnci.co, San Motets. dents Clete. Sheets, ■Jerre., tli.tlyee. d ole••*. donee, Suttee. ,theme. Trinity, Palo, end Tubs. Counties Arco 2v Alpina, AAahoe, emleetta., Is. Jeegsl.. Stent.l0.e. e nd Tuolumne Commies Arts le rteeno, lings, M.dete. Metlpees. Wetted. end Violets Caaattee Atra At Monterey end lasts Cr.s CoasttsH fi.A'RSLB end Tilt PlelVdt.Rdr Arts 11 A1...d., Cnntr. Crete, eel Neste, Humboldt, Lae., Nsrtn. M.nerrcleo, Nonter.T, nap.. Ban Smnito, A*n Prsnclsee, deg. Mateo, Rents eter.. Sante trot, Vlsslyou, Sonoma, Solana, tend Trinity Counties Area 2/ Alpine, Anode,. Pot1e, Calaveras, Coles., Al 0erado, Glenn. Lessen, Modoer M*vsde, VIse.r. Plumes, S.er...nto, den Jo.qula, Sheets, Alerts, lt.nlsl.ue. Putter♦ ?oboe.. Polo, one Tubs Countlee lABo1sA0 Greg 1 Group 11.1 croup lie) croup 11c) Croup lldl Croup 11.1 etoup 1111 Group gill Group 2 Croup I 14400101) droop 1 Group 2 Croup I tSUM1144 sod SOAK MORAL Drop 1 Croup 2 Croup I Croup 0 e.... ►wee. lea.. ►.....w 10. Ploonms Yee - ta...n-. ..e.. $12.14 01.10 d 1.73 31.40 .10 12.415 1.30 1.75 1.40 .10 12.51 1.30 1.75 1.40 .10 12.74 1.30 1.75 1.40 .10 12.44 1.10 1.75 1.40 .10 11.14 1.30 1.75 1.40 .10 12.115 1.10 1.75 1.40 .10 12.30 1.30 1.15 1.40 .10 12.04 1.10 1.75 1.40 .10 11.04 1.30 1.75 1.40 .l0 11.45 1.10 1.79 1.40 .10 12.00 1.14 1.75 1.40 .10 11.04 1.30 1.75 1.40 .10 14.41 1.74 1.13 1.10 .10 14.2$ 1.30 1.15 1.40 .10 14.05 1.30 1.15 1.40 .10 I1.e1 1.10 1.73 1.40 .10 £AOOR?SI Ota nt'tl1 droop 11111 tbntre bests Orient, ant,' rlpslepees, Creator,. lenders, Mp.rr•ppsre, Conduit Layer• end Plastic Pip.tsreror r • Pip.'T*etsr. ere }fl pip. and Stripping of ease. in. C1rd1110 f.patt Pt told.. Pretest manners Oetierm. Cast-IP.pl.es penholg Mr. Settees 0 r't p Snap 1 • One ems... • •1S Farr Serbs areasn tenor. ease t.. Puere.r 4-eslea 12.10 1.10 11.00 1.10 11.10 1.10 1.13 1.00 .10 11.73 1.40 .10 1.73 1.40 .10 12.,, 1.20 1.73 1.40 .10 MOOOduO 'r@aM to MOlelt teenetS mod Paters Aaiun Ope.sder loses lull typaslr Berko, etcter end .1.11.' type tempera. luggy- w N1si Cherie'•*, Feller. 1e110sdet and artier, Coapectore er all tpp.St Cametets and iegnsslt. M1ser, 11/1 yd. and rnd.fl Concrete Pan Merl, Concrete 5..p ConcreteNMerr Cribber end/ S e aha lugs Celt Grimily' crib Oatt•r1 ►ern Mmis.r.r Slip Fetes; futon . deedstbrrdaS.. Sub llgn.[5/ Jackhammer Opar.tarer .Jet><irr of pipe weer 12 Inch•*; Jackson said -.1.1151 type Cemp.etOesr Stationer, potash end Men applying asphalt. lay -told, cree.ot*. lime, ea.atic furl sisals. type aetsrlal.r Ntglnl, Shaetlng, uh•llnp, Seating. Masehl•cting, hand -outdo@ lagging Emmet, MNn.slta. dposyr•aln. Fiberglass. Mastic Vol (wt or *till teems twee, ►t.ee.t-wanbel. Setters; Cast -In -place Menhel• tore lettere. Stemmer• Pips To.tarr P.aarnt ht.at.ra and Spadete. including Teel Ctindatr ripalelotee t.elbefo. Sandal.. PIp aappatl. Conduit Leper.. PlPdtic Plpelq.rss Poet Mole nip- psi...eir. one. end electric; Power Moon $eeeperlt Voter Teemere at all tip** 'steep! its shorn In Croup 21fr Sere Sot Gun and Stud Cent Miprap-aton.pa.•r and Sect -•linger. 1ncudl {pl ctrar of garbed concrete endfot sand feet of dry), Peters. ca tiple Owed Concrete Chipped beef* Trencher. POO or *loiter type tend ell ..all Trenchatall Sete and patch Witch. Poto-tilled 0endbleet•tl, Potreo. Gunmen. eosele.as, Pipnellimg and Pigplhgt Tent Clearrsl Tree Climber., Vlbr.-.er.ee. Soil Fleet In con- nection aith Laborer,' Work; Olbretoter Owl -pelt -1k Machine, Mil% F000000P 5i.r tip* 111" or ever. 100 Ilea. pt.0wr. and weer); Vpdre O5•0.r end e1.115f triter Laser beau in conotetion With Laborer,• marl Grasp 11.10 lap brill Nadel OIM-2:1 Nfi.sar•O.'teer 1160'1 0014) e nd 51.11* type drills; Track M ill.rar Jae( tap lrillars. P$.sond taillerse Megan Millard Macha.lcwl 0.111.'..0.11 pa types regardless of typo as teetered of w t Mille, **meters end ►oudarsrnl oil work et loa.•.ng. placing and btaating of all paper end •epleeiree et wh•tes•r type Sir ♦•erdlam. et 'method era@ ter oath losdtn$ and placing, M11b ic.lare. Itttel.ding drilling Of earl, Tta. Topper, Olt Winder 01 ▪ 00 per day enfrecenntly active large diametere.i Nat sever 5.nbelee OWaep v(a)t 0.10150 and 11.1/1.1 IM .APrlMtfae eltb Lsb•rat0' weft • W99p fills Oep.lr Trecte.M end 0*sd Ode reef awl tenor earl se •e..47 .'.tat tits tasporsrp 'Over has Mae placed' Weep 1(511 taborer* are Sensual .en*tfmmtlm0 nett M at in d11 001• teeri gs end Shaft Stowe lit). ogee *India, Meebina la g..Mamtla. mitt Itanit‘ng as lbotcrsts - Aligner as 2r MMohatt Sbo.elerer Cement pampers sad handling dry es..nt are %ypema, *here -settee and bigger lelaering nr.rtlr Concrete locket temper and Chrt..snr Concrete Chipping ono aHndlngr Cencrst• Laborer, fret or drys, Chock Pundit) Sigh Preesse. antti.arn, AAdueteesr Creetcrewr lyAraalle rpnnitor fearer IMO lbs. prsswrell Loading end snleadin0, cat/eine and hauling of ell rode and 'materiels for use la reinforcing caner•*• conetractlonl Pittsburgh Chipper and s1.11ar type Brush RhtnAder51 ltopetr Pingletoot. Fend held, Pneuemtle Tamper. *11 pneumatic. air. gee and electric tools not lifted In Croore l through Wig Jacking et Pipe minder 12 inches Cramp It All Cleanp overt et debris. Oro.nds.snd buildings 10. eluding but not limits@ to mtrest elsaneeee Cleaning end noshing w indows; Construction Libelee* Including bridge and g 1 i.a- knrerst.bumpnan; Load Spotter; Pita wstcherr 1 Cecernere. dortleeltar.l and Landscape Loborerar J.ttin,, Lieber, leash le.der51 Oiler,. M.intsnance Landscape Laborer, on nes eon - structlon, Maintem.nce. Papsir Teeci..n end Rued beds, Street- e me and eetiroed Construction erect trbeterer T►apneery alt and. mater lines. Pletsulie e, sisllsre Pool Moos Attendant; Veneer Tracts.., Guardrsll lrectOesl ►syssent Hurlers (button 'otters, ldu -tit . h asp It Sweelemen flaeledlM Gunmen; Pmtmenip 10e0menr Oresndlen W asp 211 Jleera6sn, Wewp It General laborers (Ungar end MUT imp hasp 1. Diamond tallier, Orerpidaanp Ounite end shot swrale- Benp loan., *heft Merl and raise (below actual or •rcarated g round level'. droop 20 Sit Winder, Oldster, brlll.ta, ibe dereaa-haading, Cherry eicieraen - Wier. ear is lifted, Concrete Finisher in Tunnel. Concrete Screed Men; Croat ►umpean and Potaanp Cunt!, and Shate,.N Curen and pota.nr neadsesear high 'resew". h nrri.wanr Miners - Tunnel, Inclsding top.end Sotto, Nan en * belt ■nd.t.lee Wort. Nipper UOrtl,.un on .lice liner Sand- b -pnt.an (natl.eselensent interchang•rbls) Sts.l ►ore Praisers and Setters, tl.bermen. P•tlahrrasn - uee-0 m Steel m euhitlfrts Pet.rlals therefore Tsgp•r Creep )e e.blet.ad.r, Cbseltbnderp Toade,..., + Pelmet layasl Wlbt*torean. Psveeant I rs • Weep Or Oral Oen, - austere. ttectomor sanest. Crew . lechers roddle0 end spr.adingi buapsen long anthodii Croat Crew Ieboond- pen, lsl.psr lumoratha *MAI Weep It *tilled Procter lt.seehhq end aellrepop et assts, alndewso dente. ptomaine and electric ti dremp Is Mel -1111/1 treater laetweri ag .a ether balding materiels! Wasp )t Ossaral taboret (Include. all elasnp vett, 109961-0. limber. loading ad earning of debrl.1 A (Movt,1Iott N'. Wasp It Stilled newr.e.et Federal Register / Vol. 40. No. 09 1 Friday. Ap+ri1 10. 1981 Fedoral Roxtafar / Vol. 46. No. 09 / Friday. April 10. 1981 OH1100 411. Cep -4100 00pm 100tpe120 40144ie pe /6roetae 4C.rviLm 1 61.1..1 iitp►Y 112000]04 e.r gyp.. tr uctton) le ..6._.114 1001126.01 rla.• emwr 011ert Ate. 4 Ares 2 Ares ) At.. 1 beet Rogi440re1 h.4 041.1 2.66 4444 2 Arse ). Are. 4 . )e Oelderr 66660216 OS114r/ Sleeve 26011a4tt Area 1 146■ 2 Arse 4 Arse 4 4, [Seashell 1lletdtor tr* is *we IneledSeg 7 e+6. 70.. M.A.C.11Lae4 0004 p4p), Ares 1 At.. I Area 1 Armed 6p1Da101 .- 4c16me111 1 icoM7.0p Cle.eh.11 OpotOtet 14..6 7 et. yds. 11.1.C./4101441 es poem ►*7)t Ate* 1 Are. Ate, 2 At.. 1 tC.eilpta fI UL1C /61710• eoebatrlo Iii .It�ZrLIW�IIECC X10 11016 e�pimcoc i temp A.lr 04.04.444 1.tIbe14 f 1.1444• bandy fete.sel 011ar. Ater 1 Arlo 2 Are. 2 , Ares / 14.6 •ar Ohne 14• /.[erne lsm _l . A... 7.. 4.47 41.174 1 1.70 .M .14 10.44 1.074 1.74 .00 .14 11.71 1.07' 1.72 .6. .14 11.20 1.470 1.70 .11 .14 11.41 1.074 1.70 .00 .14 12.13 1.676 1.74 .44 .14 11.74 1.07• 1.7■ .16 .14 13.04 1.470 1.75 .50 .l4 11.06 1.474 2.15 .60 .14 11.01 1.47• 2.70 .N .14 11.11 1.174 1.71 .40 .14 11.44 1.47• 1.76 .40 .14 17.16 1.414 1.74 .00 .11 13.7) 1.47• 1.71 .06 .14 14.41 1.474 1.74 .44 .14 14.10 1.070 1.70 .40 .14 011.41 14.47 14.20 15.51 1.44 11.0) 10.04 11.10 111.11 1.07 1.07 1.07 1.47' 1.41 1.071 1.47 1.74 1.74 1.71 1.10 1.71 1.71 1.70 1.71 Y .44 .10 .01 .00 .44 .4. .5. .10 .11 .14 .14 .14 PKIIIIIII Oa0/1[6622 90022204611 roue A-21 Winch.yn l.tera .lac% e4 drrdg.lf D.c.a.t.t Decd [mgtnderl arm. 1 Ar.. 2 Area ) Alma 4 ramp A -II • Vetch rnglfr4srr 14106141 4.14.r Mechaelee Area 1 Are. 2 At.. 2 Area 4 Oteep A -/r torer..ar 11...2611 01.4' •101r Area 1 Area 2 Area 3 Area 4 • p.,e. 4w.A•. p4...t. 41 / peohme ...6tr. . e4...... ..r,w are. f.. 10.70 1.07 1.76 .4/ .11 11.71 1.07 1.70 .44 .14 12.00 1.07 1.76 .00 .14 12.21 1.07' 1.71 .60 .14 11.70 1.471 1.74 .6/ .14 12.41 1.07 1.74 .40 .14 12.7) 1.07 1.74 .40 .14 11.02 1.07 1.74 .40 .14 412.14 11.071 1 1.76 .40 .14 11.74 1.01 1.74 .60 .14 11.47 1.07. 1.74 .60 .14 13.14 1.07 1.76 .10 .11 A4101 D177A77'Iolr bob 4111001046 tclltemLt 1 aN II POrr teat.,. 2441,10644 City 41116 et Osklsod. he hsAc10ee. 5.t to end 5tocttol. California Ares Is 102 to 20 reel .11.4 from sold C Ares le more then 70 toed all.. to end 1001104104 41 reed allo. fee. meld Center. Ares 7r O.t.14. of 10 rood .11.. tree 41 d Cratere Area 4. an area .,tonging IS to Idles Ire..horelle0 et ►.at t_74hot 704 4,471 fOr.dgloq)r Wort en er1I-prnp.11.d e r.e.e1 fercrpt •lift. 1.0..rrd b7 euthnerd wotorei .07.7.4 In tenr1A4 amp ehlfting of b le .nA voter borne craft or In the - port.tloe h1 rater of rev ■ onnel, ■et•rlal., pel}- .rnt end mwf.plires Drcthso4/nrcheelM Op►rbter toceenle0.,te% Ynglnr.r 4011 BOWFIN WOrll on 2.14-prep411ad ♦reee10,1 Mat Operltete 14.5$ ./4 1.15 1.11 12.11 1.2) 1.45 1.14 11.27 1.22 1.05 1.15 r dl. Ci1r1.s1N 0 at 0 t p1eOO4! tM�M1OMt f(ileaIVIM 1 row 1.0 'rrep 14 Mere IA tamp 14 romp IC rove 20 row I rove 111 rasp 4 row I tar, r 1Melel.O 90.44 pot hoot pa*slw.l 11441411 Mal bailer, Nap Sena% was Onalere rt�r. rad fed,. t.. 411.1$ 11.,4 11.10 11.10 1).44 1).40 11,41 14.05 14,51 11.11 1,.44 14.41 02.00* 2..4• 1.01* 2.00* 2..,. 2.N• 2.40* 2.440 1.H* 2.04. 2.01+ 1.00* 0 1.N 0.440 2.00 1.00 7.00 1.40 1.00 1.40 1.04 1.00 1.40 1.M O rsep le Assistant to 1144144141 (Pt..s... Shah. l 4Mbud1 g roup 1114 Owe Ile Ora. 2A' 'OrAlit ttnrr4.e4r eperatse rsletebt b 104414444 Magi trews 011e11 larger Mist'perste. (MI.tlop Mt.rlat only) rartiltt g*.rete. ▪ i .4 .)4 .14 . 1• .14 . 24 .14 .14 .14 .14 Wog. 1Ce dooprsswt Operator louse 114 l4etreta*Si 44w44 lower 49 o.la/et baebin.. Ip.s.red by Kbar then alectrtaltyl O:*. 110 11-Prwr. Oroep 1r g00% dsglo.at 155.5 ds5lsest 1pltst.r reg.Irod elan Melt e*,ln. la ..ed)t Mlf-proyell d Omen -type little) is.fes teantei unuotl 110 tow ..peelty or loss M.M.C.) drop SAS tlsoty Duty Srp.lrnen *Woe welder Msop 4. Operetta, 54g1mee le ll.. 00 AM.l.t.at to dgit.st tend/leg boiler or compressor attached to Crewe elledrlrent 000- tatot of ell.drtvlet wigs. Slid et fleeting sod Derrick Osten. IA.slstent to engineer r,,elredlr Op.retat et diesel os gem - 111.1 4••••771 Crewe P11.drlw., lwlthoot boll.*) •p tamed In- fishln, 1 es. yd, reel*, 1Aa.l.tent to engineer ,squleM►1 0•11-prepoile4 hems -typo lifting *vole* (center orentl/ewer 14 tens ee to sod. lntie414, 11 tew.lr tenet Crane operate, 1011 to en4 Ineludlnq 2S ten.)lbol.t1wg estor1.1 scaly) psal.te*t to engineer .05511.1) group Sr Operate, .1 mood e, 100olloo powered trsae pile+ h let (Mithe.t 80110,1 ewer 1 ce. 74. r.t1n5 1a..l.tMt t0 lwglneer ,.ge/rsd1, OMtetor of Crow* IwitS stem. flee% so)1.t. pews or compressor 5tt.cArdiI0rom.p 141 engineer re- gelr.d)i ep...te, of glees powered Crowley sm writ 1 type O ther P►rae..d ea slsller)(A5*I to swsoweer 10q.1rM1 tree% Crone Operator loser. 11 to...) 1501.5155 40141141 se yerfecoleg O11e0,l.tw) eott)IA..t.ts*t to engineer reg.ltad). O 511-pe.relied wtss-tip* lifting device (0.et.v ementi(.'.t 1S tom.(leteel.tewt tip engineer required. Orono a, tames lees* 11S toe.)(A.el*te4l M Segl..se replrede blue Oos11w1.r OMAN(*, IrrEl. somm0M. Qre p 1 Orono 2 group I Grasp 4 runup 44 Group 1 Grow a craup Gtowp croup 4 *Meld es 00.40 pet Imo immaterial assltb 41.4 welter• . %Me .5.. 12.20 10.15 14.14 'I.SS 14.02 ii.s1 14.04 14.40 14.13 14.51 S ono 41.00 3.441 1.00 1.00 ).00 1.04 1... 1.00 1.N 1.1011 ireinke Awl IL .14 .14 .14 .14 .14 .14 .14 .14 . 11 . 14 Ocoee 1, Aaalitawt to 1551040? IOIiKI d roop ii C.•pr54.•r Operator. Os4srater. gesetlas .r diesel lri.en 1104 K.1. or evert Istrecturel steel Of test eenatruetlan only) Steep Sr Cooprsee.ea. dnwrstore and/or welding MeehIses or conbinstten 11 to 41 lover 4 additional Snglnmete required, (structural •test or tent erection only► S tag 44 lse.y Duty Aep.lw4. 'teeter Operator g roup qtr Combination Ducey Duty M.psirreo and/er Ssllet Stew Sr tern Truck at Dwell Purpose A -►vane Veneer dote est, chine,* Benno Crawler C rid tweet Cranes ti, tone 11.4.0. or legal (Assistant to engineer required(' 4•11-ptop•11.d imam. type lifting device (center anent) 110 ton capacity or less M.n.C.1/ Single errs Motet; tugger Motet Orrery Is eery Lift. Campbell er aleIi.rr Creel*, Crepe* 440 erect Cranes foyer 11 tons M.M.C.) lAsal.tent to engineer re- quIr5dli evrticte (2 Operators when swine engine 'tent• free Aolatll Cantry 514.r foe .Iall.r egeiprntlr Mlghllw. ceble- sty (!Ign.lasn re1ultedl, Self-propelled pons -type lifting alt+lye 1 sound lover 10 tone up to and including 2S tenth, tower Crones mobile lueledtnq roll .*meted l*.elamt to t.glneof r.qutrM►1 Swett C . Universal Licbh., end •1.11., type. 114 the erection, /laaentl/et anal soviet of egwlpeeltt there *1.11 be en addltlonel Operating engineer) droop 7, Omit -reopened Sb*n-type llttlo, ls.le. treater mount) /ogee 21 tone) IMo.lst.nt to anthem regslred► Creep et erases lees. 121 tent /Angleton% to engineer r.p1r./) Scoop Or l.11coybt Operator • Federal Register / Vol. M. No. IN / Friday. April W. 1081 Federal Register % Vol. 4A. No. e9 / Friday. April 10.1981 401.'0.10. 1(f. C014140 . 4004 11444.1111,04•040t 4440 1 troop grasp D Cl.', 4 Cerny S grasp 0 Otero 7 troop 4 Group 9 Droop 11 Oren' IS•A Croup II Ciao, 11-1 troop 11-1 group 11-C 52_1.40 44. N M' Ma to erosienen 1.5 tb and 11511510 Fong. bwr ger* t.... t lose mauls POgo 01.aw P.,rw III Prohor a*.om.. r a.w� moss ,n MR I ORER 1 912.00 14.0 01.094 51.10 41.58 .14 17.49 14.49 1.01* 1.00 1.35 .34 12.74 11.70 1.011• 1.00 1.58 .D4 11.19 I1..0 1.494 1.0 1.33 .14 11.04 17.44 3.01* 1.00 1.1S .D4 12.02 11.02 1.005 2.00 I.SS .)0 14.00 11.00 2/00• 2.00 1.55 , .34 14.31 14.52 2.005 1.00 1.35 .34 14,70 10.70 7.00• 1.0 1.SS .34 15.04 17.04 2.49• 1.49 1.01 .14 11.10 17.10 2.045 2.0 1.51 .14 11.10 17.10 2.004 2.0 1.58 .14 10.75 10.78 2.415 1.0 S.SS .14 17.49 17.00 3.00• 1.00 1.55 .24 ' 17.44 10.44 2.09' 1.00 1.51 .24 ft... 1 •14 21 tCO.it 4000 1* I(get.tartl 3. Olr0lneor. I.,s3easnl best st Simi 1909 bpettaoe Te10.t, timer Declnan4, Slgn.Iwn/ lsltcl+sht Tor Pat gl(wwwt); hftom.a (flees' duty iambi shop pelts toe.) «.+ le Cstpt5a0.r Or015100, Cremating N1amr top Irene Iree10 1.1 1 *arllI Ca.s.yer sear Operot.r Itanwsl), Merman Mot '1.011 Sydea- flle/ ws0ltafi Msehsnie.l Conweye, 105.41104 belld/0q sits;/.isle Moor One Op0rat01 lee..crst• plied ; Pomp Oversleep Spreader Dot - ✓ 5 (Vi1* scrooge,. Tor Pot Firemen (powar Ntt.tNl Ira 1t W Opecatew IbsOtsr)r Nltceptsr W1...a 1St .sl.tWI, w 5t5taswl Lsoo.otlee (la tons et s0dltlt oiiatl loaf Caster teenetrettl.0 Job sit*Ir Rotoalat Oper , Peroodon tle.tl,Mpt 64001i10 sondes. to11411 4011 -propelled. toss .''1149 te+crsts curtail .*than. ion •tr.ets. bljh.uy0. alt. port* *0 csnatal, T,5nehsa1 0.eh1.. 1.,01.0s rigging tspl- city S It. depth)! Twgg.r Motet. stn91u gross Traci Crane ales, hiller *ender MOap i, 40110.9 pert laspttf MILS* Rtg.lattsa/ Mlles% foopSt e sltl-'*;pest, brlaa 10tpa.lt Fleet), 'Watt* Operator 110416511 Fart Lift or Later ttacIst lee,.at !Pronetom job 011100 Lao Master! Ito Worst 11 410.lr ghettl.c0r; 1s !Pro , 1411 00;* Sr Cuuprs000r Opts,.; lore* 1)I C.orr.ta MITI" Isr51 1 T0r0)I Centrist* Pampa of Pwat•er5ts Hung' gsaatato or C!OotlM w ocn/hol P,.st-told lair operated), Pumps ID'S; ill 4.14109 Me - tattoo (petered s1hee then by electricity! •r.0p S. Ott Use toot Motet le .1.il.1* 4.r Owl Pot - Foos A-Irw Tyrol', Concrete Dote% hl I at er yy), Contest, S ave; 1..11-plmpellud ss 'nit! on att t.. g 00 end c" solo) ge1111.1 a01 Doting Mseh1nrry. vortical s0. Mrltootel Oct to eirldir t5 wst.rllnsrs. wagon 0,111. Of J.ehPa.s•rel, trawl* 0,.1* Chocker I..chenleel of otM,- I..11 1(41.110. Cableway 01gna1• ..t. ).tRoolie0. (tt.so of matt ]0 tenets Moyinols t I Pull flab Vibrator dos airports. highways, *anal• .rd wtshweeall Mee. bsnl'.l tl.l.MtO leontr.tI$ 'Clary. Johnsen. I/rs*i! St10.* Deck O 0 01.11.1 type.', meenen1115 gore. Curb and/.r Curb and Cutter Mira Wino. Oemetet• or 'asphalt; Rattabl5 Crooner, Poet 0,1,51 10-1300 S ad similar,. Parlor Junto epocatot (arttln0 0114 Corse. ere. In bon*111p Moller Issoept Arpha10$, teroedoen 1051bet-0 nd otellarlea.phslttl concrete paring', tell-prepO)lt4 Compactor 1.1..01* anglnel p S'alt-propelle4 Pip.1Is5 /lsppl 7 11.9 *chinevice .«.�it. CPC. et ,. ,.1st t.11 P. lip 00,00'. Poster. Solt. .rode 104 Pls tool pubh.t Tfsta-pr vailTractor, Msehinel Luqut-tTOs pro►.tIN Poway a.*epere ',If-piopellyd Tape .t11)1w4 .galtreent. op to end 105lwdln4 10 It. hpak digging topsoity M.P.C. i Pont tourism" mamma lelot•41 atang 1 and II ICet1.01 440.' T. Comore{* CePt15y ie or CS.ttst. P. 015e8 4K a4u10.5nt mounted thus Ia0th to applyll Centrist. Conr.yot. betiding altar peat ingle*.r5i Oral Drys „leery 0,11., tenyei Pump end *ballot 1 ►p.af Gantry Rider for .loiter)* *ydra-homoot tot Ilrilstl, 1.- tarta) Point 12etwort dross); Mech.ntcal Plnlsher■ or tiptoed*, Machine (.5ph511. Oerb.r-Creen and s L11s)i Mln. ec Shaft Point O 1....obll., P.1..*nt Orea4.r with of without Coap►eeoot Coabl- .,tion, Tip* Bonding Machin* 1plpellnee only), Pipe Cleaning Po - chin* litigator ptepell.4 end support.dls Pipe Mrapplog Machin. It..ctef Prepelled and supported). .eIrf ...tier r 0011.1 Opstator (titian .10.11►, O.If-prepell.d boom type lifting do - vice reins*; scent) 010 tom.s et ion* M.W.C.*I Salt-propuLi.d slew voting trader P1.0.1 Sl .her Operator; 5s.r11 geometer 'with boom) S ell Testers !rock type Lewi01, Molding Machina, 16550110 or 01.0.1) Sfofp 1f A,.ar-tooter (0P .t.11aflf AsTsolt pilot Inetoescp Coot - 1.-ploe. Pipe Laytgn Etchin.s Coobbnat ion Slwh.r and Motot Op. - 1.1011 Concrete Watch Plant iwltlple snits)/ Contort P.sd10g Shia Operatetr Weary Duty P.p.lrsen and/or Weldor, Ron Seel Machine le slail•r); 101.,0 Lr/dors Loader (up to 2 rude). M.c.ht&Csl Trend S hl.1d1 Pettebls Crv5hiaq and Rcreen108 'lento, Push Carl Pulses Tired tatth-soring tqulpwsnt (up to and /ncludln4 0S c.a. yards •street• M.p.e.1 Soelld0. 1.0,11.. rat -IS. 20. 21. end .Ssltsrr RV Mr Tired Waits Self -';opined Co.pectof with 0.1.rs fh..pfoot; Tl.brr $1144.1 (r.hbet tired or .1.11.1 Mu1p..o..t)l Tractor drawn tempos., Tractor Trenching Machin*► Tr1-batch P.1511 Tunnel *015 bring Machine, M.ldsr, Moods -.leer land Stns .1.11*, Pag.111 polpasnt) Droop 0, Coned ►144er Skala btg9sre Cpltagotweet Cb/Mtiol Miter and Competitor (Conitsl, Co.binotlon Sl.tty Miser •nd/er Claimed Plghltnt Cabiwsy IS 4000 and ender), Lull Ri-lift 01 stellar (20 Ct. ad or5t)l Mucking Machin* (tubber tired. tell .r tract typ.)r TtSCtot (with boom) (0-0 or 1.r0*t .N similar) Wee, 104 R.s-911'0 Rsctt1111nI 0511.(0.p Dell' Cram' Cory-11ft (or.sl.11ari, Cb..leel °rooting Machin*, truck ..o.nt*dll Cowbl- nation Pac/hos and Lo*d.t top. to Sal including 1/2 to. ya. M.R.C.i, Mi,lra (2 Op*ratef■ r.pult5A what owing enpin* ►*rote fin. Poluti, Mulch Dsr4*s (..Sept s.c.ratlow wattle De-Mor Leader, Adam 11r- g rsdaer S1.•atin0 Create. sores Duty Polity Drill ally ((neludlnt Caisson roendsttan work and tuella Loader and al■11ae typo' Popping type drills); gothring l,nnp.r for .toiler), Lift Slab **chin*', iv.ptbotq end 01.11., t peetp Loader 12 yds. wp to .nd Inciu.ii.0 4 ►d5.,/ Lncoa0tlee. 100 tone 'singko or aultlpl5 units), Multiple Rao{.. 45tt0..o•Inl lachlee prettied. rotors. str.i(nn 15.►, fcrsperll h en -straits wire %rapping MSeht..t, pews weir -Debris tug )self-pto- p.11.d floating). Ruhh*r-tired 1cr.p.,. ..1( -loading (p.6411 rht11., * teal, Shuttle Cot 'reclaim .tatlon)t Single *ovine Sctape, eery 49 Too., Sell Stabli.l.er IR t ■ 01 pusi'r ■ob-grM5r IGurrl*r of eth*f w t/.otic type)I tractor. Compressor brill eosbtnatlonp tract Laylsg type caret Mowing Mothi0. I.l..gle engine .110 1and.. Seraptrsll 1,511 loading stttbon, Trenching Machine. multi-engin* with ■Piping 51r.0h- Mont. Jaffee or .1.11.,, P51,00 Cooling Insole 1101/1/1 CI..* Sup 15 and lacleling 33 tons) tiro.' IM/ Ssethso (hyfreolle) tut to mot inelsding t vu. Ter. N•R.C.II lncahoe le.0(.) top to end including 1 cu. yd. 71.4.C.11 Coobinstlon lauthe, and Losdor forts 1/4 co. vs, 1.h.C.1, eon- tlnsowa Plight Ti. Rock Auger Cyrano .ttbched/aeperat* eontrolal/ C net groat 75 tone. Poonerhood aid Gantry, Grud.11• top to 0.d loci..1)09 I co. 71.19 roots piste Operator (tingle .oq/Mil P5,tt Sho•ele. Cls.- all{. Oragllnee (up to sod Including. l ce. yd. M.R.C.I (tool b.. P.7(1 Rubber -tired Serrpor. •.if-lpsdln0 (1a4dte Mb.11. twin engine), P.lr-prop.11ed town-typ* Mono ..•IN 1 sountl sorer 10 too. up to end including 1S 10^4)1 CHI Dahl Lane Pluto Cri4.T OP -JO or .1.il.1 kit 1 l aerates so. art -soot isms f100101100P 001110010 I11nt•i1 Aloes I sod 12 Meer% WNW II. latebatle toss,.,. 01ip-PSI. Poser 1oes0.satterr. attSdman)i Rutumotle Poilread Car /wprr Canal Wiener w ith Oltenia, .ttarhw.nt.l Cary Litt. Canphnll er Similar, Cootlnooua Pliant TI. Bach Aura. Ocean attached. .login dewed •I .4, Cr..... Io.er 21 tona tip to Mod Inelodlag 175 tone's Drott T.a..11tt Sao -A-1 of liullar (•S ton or *nth !.tiff Loader ones contreliad iron the Pwlltatr ■I,hlln. Cabt•osy loser S tenser Worker losur'0 cu. yds.. op to sod l 0 Inrl.aln0 12 eo. yd.. . Pitt., Pormle.m .900 elope P ..r ar al.11.r !Trade Potter 'qulted)r Nultipl. !rein• ecr.per torten mod •s Pet* Pettit Power Mod, Op.r.tet lselti-.ng1M), Power pho.•1.. Clamshells. Dre911n.u. O.rtho.u, Gr.e.11a foes 1 co. yd and p to sod Including 7 sa. y.. N.D.C., Long Boom P ae)1 Rubber -tired torthmeeu., N•ehinos (sultiplo plopulalnn poser, volte and toe or ewe $crsp.r.l(up to and including 7S • w. yd*. .truce M.R.C.Ir 0.11 -propelled Compactor (.Ito owl - tip). prapwl.lon power mnitlr Slob et similar. /elf -propelled loam-tf'p lifting dssiCe {center outwit) Ier.t 1S ton. N.R.c.lt U1..1. angle. Rwhber-tired Earthworks. Machines (with Ponders O c.ap.ralr Illy -tors ►.ear leoncr.ts or asphalt). IScrwd..n ✓ oislr0)1 Voodoo Cater Perot Crew* Mabt1. Ilncladln, rail no....t.d►f Tt.nch•r (polling attached Shield)1 Town Cr.'..., 11%1 1 Llebhor and Studer typ.. Ito the etertiot,, dis- mantling and boring et. agvlpoent)t 304..1 luea..tot /up to an4 including 750 co. yd.. per octets vhI,i., C,.ns loser IS tonsil Nultl-►att)uro.ing ►telvoott (tip to sod Iweludl.wt�g 114400t14 -fie, (73) rw. yea. •atr•et• M.11.C.Ir Ttuet mounted Nydrastic Crone .when rwwot. control 0lulpp.d tern. 10 ton* up to so* !welding 2S tone) *eup 111. Simi Wspsns (Is aalll.MOtl0M "Nth Wheel Ise...ter) t Crimea leave 12S tomtit Lnaadar 40,441 11 n. 1re... op to and tartudlq 10 en. pds.)r 50.44 ihns.la. CismuMlle. Soetbota. Or.d.ile. end Oreilinoa Octet 7 to. Tel. 0.0.C.), Robber - tired Multi -purpose Borth Nosing Maeirins 12 unit• Derr 7S 0w. p40. "street N.R.C.II Whew /.oa.atot leer 730 eu. yds. par howl 1807 III. Wsie1 tend[ 10 ode./ stow lie. Operatic Of 0.11eeptet isle 1 !Ai la etactlem seek?, Mats luntrellsd ..,thaowing .ielpn.nt 7181 111111/11e0 10161 MIA $PSPMfY now *tear, under 4 pea. water lave)), Nue at Nanhatl Drier, Control* Immo Ma• chine! Centre** Pump trot* (neon Plat Poch Trott 1e went .pprnprtots Plot Nark ✓ ot. *hell .pplyll Dom/ tender 4 /d.. .•t.1 I.301) Oo.per.tu Stye' (endow 0 pd.. oat*, is•itt tes.p•t. lender 4 ple. !twill S odom at Pilot Car Drlwr N ipper Trutt .(when Plot Rock .10Ct is weed spores p.l.t. Pitt Mart rote shoe . pulp), ►ick.p•r $0140 !D. bile So., mode, a yds. rater Sowell. Tee Drls.es Pete** (Dry Per -batch Cue - ..t. pis. under a pea. otter ls.11 r wtehouotett 1 1 /.d. Sow %.itp am.nw ree.e.', use 10.715 11.201 ,e.dwe .*arias .74 01.00 llber e awe. t.. 7ROCI 0/1TOit ic.mt•l1 TTJw3T(:R 011,1 *Rd/er Greosat and/et Smartie* Nan SOLI CDIfi1T /POMADE* lo/o0 Auger. 4 yd.. and under 0 pd.. **ter level), Dump 41 yds. and under I yd.. waiter laesli, Ou.pereta 44 yes. and *odor I Ida. water IawSL)t Dup•tet to yds. and under 0 yds. Mater law.l)i Slide lD►btla bN. d lido. end tinder I yds. meter isel►i Single Unit Plot Rack (2 brio nn{t)t Industrial Lift Trott (mat-, bonito' Tallestelt Trucks (Dry Pr. -batch Concr.te N it.. yds. and under S pee. voter le..l) . 1errte0 11011 end IIRTII1 t1.UCR floodlit 2,300 gallons) ROM 011. MOM M 0! SOOP NM liP? arm's, Pork lift PRAM!IP NI/. I10ttA10 lender I yard.) roe sae/or tames! Week Driver or Pw1Nn RLPAIIMAM 011.5/1 Keen 05011. ender 1.350 ',Ilona I1/OR TIlMCR, Single Unit Plat *act (2 as)* unit), Industrial Lift eruct (P.30 bonito' Taltgate)r Buell Rubber Tired TrsetOt lobo* used within Toa.st.ra• Jurisdiction) EPPING 7ROtt end Mimi 'auras. 1.300 gallons. under 4.000 gallons '010)1MT/0M NUM* 91011 with ROISTI Transit Nil Agitator (t yard* and und.t O yards) 'AC1RM 710CR. 1.350 1011000 and tinder 0.300 g.ilona 1JNNER-Tt5RU NUM CAR (net aelt-loaded) Primo 0...•.e Pew+.• 10.02 910.015 10.045 10.8SS Feder l Register % Vol. IA. No. 09 % Friday. April 10. IPAl 10.075 10.09 15.095 10.905 10.92 10.135 10.975 10.903 10.135 paw 1.199 .7S O moan 1.50 1.193 .7S 1.00 01.305 .7S 01.00 1.305 .73 1.00 1.315 .7S 1.50 1.303 .73 1.00 1.199 .73 1.30 1.305 .7$ 1.00 1.303 .7S 1.50 1.753 .73 1.00 1.135 .73 1.00 1.195 .73 1.00 1.303 .75 1.00 1.305 .7S 1.50 ra..wat W,M Apr. t. Federal Register / Vol. 4R. No. !19 / Friday. April 1A. 1061 M 0 Pt 1 PrN Iv /RM1w WO. WI -1011 Idled WIMPS fenale111I SRN MUM 1244404em 1r/me newer. 4 yd.. and ander a ran. motor I.es11 I ri...p 14 yds. and st.der 0 yle. nets 16..4,111 D.vperet. Ice yds. Ina undo a yds. mortar Severn Damped. 14 yea. end ends, • yds. eater le.elli 1110s ID►btle dee. • yds, and under S yds. met.. 11...111 Trmcl• IDty Pre -hatch Canctsts Mi.. 11 yds. sod .tdat • yds. meta 1s•.%) 111./7 6.411,111. •tU .111111111 < ..eymobllsr Sate1,.q moo "stag Ttura 14.41• gs11a111 Nod owlet 1,000 T.11en.11 lubber Tired Jamb* Sada anal, Ida pAo. Sr,.e.. Are«+ Poness Toad. Itareerao ....« Ivor. t,. MAIM 1OTT 1MM1042, 1%14% bed; 0416 1t1T1R sad Ow11JM OrSAooLU CINAIRR (Molt, $11 001,11106 IS yd.. thfouyn 1• yds.) 1SC11N 1110101 11,500 lo1l*• 501 maser 7.500 gallena) JSTTIN4 TIMM and stmt macs (5,000 ,.Ilona end .weer 7.040 s.11oM1 dON/1RRT10M /OOtMAM ow* MOM OILER Molt? Nil SO1TATOR lae..t 1• yea. thtowh a pd..) rvtJ tweet SM►JrD1R la/mm Amgar. 0 yds. Ind 114111151 17 yda. rater level', Prop 14 ye.. end /nrladlng 12 yd.. meter I...1), D. -. erst♦ 10 yd•. end Inclaalq 12 yOu. eater levelly *.11- prynllsd Street •.a.yur vita 0011 -contained terve. blur Seidr IDabri• Sour 0 y1.. Ind Including 12 yt.. .et.r ,..viii Ioom Co one/ err and. Slow; Track 'Dry ire -batch Concrete M1.. 0 roe. and Including 12 Tee. motor :.um111 D.M.ter 10 yds. end Ineledlne 12 yd.. vast Ismail 711.20 11.71 11.111 .71 71.11 .71 .71 .71 .11 .71 .71E • T1 1.ee 1.00 1.00 .11 1.00 .15 01.00 amok wawa/ s.-. ltivtl Darn• ttent'61 MIA40 err?I tadad0orrt iCooesnecl Lo..badl • TRANSIT at' AGITATOR (ercet 11 yd.. through 17 yds.) Ilelowi& 01111511 DISTSpMy10N Da1v,M sod Nirr*1 Rule Cement $preed.r (r/•0 Auger, over 12 ydL. .nd In - 42.42,.• le yds. meter lewrlli Dump lower 12 yea. and Including Id yds. aster 1...111 Dueperete (veer 11 yds. and lnciudlne le yds. motor level); D,apater lower 12 Ida. and In- clud6q II 761. motor {swell, Traci. (Dry Prs+ Witch Concrete his, wet 11 yda. and Including 11 • Tda. mater {seal) 1r7USLt C(10l1!NI.CI 17 or slots salsa,' Moray Duty ?tans - port Tiller Men P.S. or 11M1NU1 TT►1 Owl - WADING TAMS TRANSIT NIS AGITATOR beat 14 yds. through It 946.1 . 0011 COMM* S►R7.ADllS lw/m0 auger. over la yd.. and Including 24 yds. mete, 3..ell; Combination Damp' and Dump Tt1.leii Seep !ova,. le yd.. and including 24 yds. rater 14.1,111 D.,aperet• Oast 16 yd.. 504 including 21 yds. meter Irve1)1 Uunp.l.r (over IS yds. and Including 24 yds. most 1...l1, *lid 10eb.1• lo., Over IS yds. and In- cluding 14 yds. otter levet), Transit NI. Agitate Over 11 yds. through I6 7411.1; Trucls toty rim - batch cane,.t. Nta, o•at 11 yds. and Including 14 yda. ..(.r level) 11.405 11.27 11.27! 11.70 11.12 11.34 11.111 US. 1.111 1.111 0. .A... 5-a% • ll- arts• .11 1.00 1.117 .71 61.345 1.115 1.105 1:115 .75 .15 .11 .11 1.15 1.00 1.00 1.00 arced ..O« Son I. N () ►-1 O ft W1-9IN 2 31 0 '1 I tt N ISM 111111141 Ire*t'01 mom 11414410111 t./be ..get. owes 24 yd.. •n4 Including 1S yds. *tat 10+6110 Drop (ever 21 9410. e nd Inelydins IS tee. water towel), D eprtats 1e+e0 24 pd.. end incidding 11 p 5, watt hvsll, Dwrpetel levet 11 pee. and laeledla• 71, pd.. ester levelly t1 10'., 10'e. 21'0 and erase • Ietlat not type, totes Cobra. teto•rn.pr11•. lbrrnereceet. Euclid a5• el.11., typo MuIrm et trash panto, Peet and/K Crease Vasa Welters at other else. Oralistat Stile Meath' lot, freer 14 pee. e nd (netrdina 1S pd.. meter hail), 'torte Ivry Pre.. botch Concrete Mir. veer 11 pee. end Inelydieg IS pde. water 14,011 grata NMf11WR Pat MOW 'PRIMO. (./.s antler. ewer 1S yde. and Including SO pea. ester Wool}, lisp tacit IS pie. end Inlertdn7 SE yds. water level)' Du.peret• lover 19 yd.. and hnclydlnl So pd•. rats le+alU Disputer lever 2S res. and In - (1.4151 SO yds. vote! level), /tido (Ovb.l.Ilwe wet 11 yds. end Inctealnl SO yds. meted level), horde (Dry Pap -bole% Corr (let. MI., !..t 1S yd•. and Inclwdia/ s• yds. Ito, levet) rU'0. It's. 11'. ime other •letl.r Cat type. r7IV*. Cerra. WT•.rn• pulls. fa.rn.roct.t. 0.(111 and 01.11er type s.�+lpse.t .I.Iie p.111ng sanset/► se water rend . fu11.,• Paw, % was hero.. 4111 11.44 •1.701 11.705 1.111 11.•1 1.1.9 •11.11 •1.119 .79 .7s .79 Itonarn •1.04 ►.10 1.00 .7S 11.110 .46,.,w ..ra. Al... 1,. • Moot M -.,•r t euei belerm.r ltbnt'41 the COMM? Reagent' (r/wit huger. weer S0 pea, and rule, IS eds. water 1••!111 Do.p toeer 10 p4.. end enter IS pie. racer Ie.allr Ounperete !weer SO 100. and e nder IS pdd. eater lee.11r 0unpwtet (weer 50 yds. and ander IS pd.. water learns .ettropter allot *when trenapnrtln4 wen or w ater lalsl' 161ds 100,410 ans. over S0 pda. end .odor at yds. rats 1..ell, ?recta (b y Pre -'+etch Concrete Ole. weer 50 pea. e nd under IS pd.. water heron (511 Comer 4P*2*Dt91 (revs Auger. e.er GS yds. and In. -Iodine 40 yd.. rater levelly Dump 11.5 yds. era Incl.dinp 00 pd.. vets! lerellt Du.peret• lover 01 pea. .red Including 00 pea. **ter levet)' Dungaree (1S p4.. and Ineledtny 110 yds. water leeel1t Wilde (Debris e ns. es pd.. end melee Ing Co pee. rater Iva.!), erector (Dry Pre -hatch Case crete M/■. IS pee. and Including SO pea. Pater 14.471 $11.11 $1.195 Clhl99 Olt'Lt. at toes• helms, errs 0D yds. and /nrludlnl 1S yds. meter level), Dyne lower Oa yds. e nd including es per. water levet,. Dung, -tote lover 00 pd., end Including 1S pea. rater levy!)' Due.pster lover 00 pee. end Including 11 pee. water lees!!' 16(d. (0e ale anw. Beer lO pd.. end lnc1.11n, /S yds. rota,. 1494111 *torte (Dry Pr. - batch Concrete Miff. (wog .11 yds. end Including 1s yds. wet., levels 12.00 1.115 Mega •.-..r. t'w•w• ■ae 4 11.10 1.171 Oman.* Veenne .7S 1.00 .79 (1.13 .79 1.11 t�.r1.. suss. r.. •n11.6.4 ela..lfleetltn3 seeded ter reef Met 15.1,4.3 •ithle 100 n eap. of the claa.tflcatlone listed nap be added .feet *nerd only • e prevldee in tae labor et•nderd. Contract Cl 1» (T3. S.1 1.1II)III1). Federal Register 1 Vol. 40, No. 04 / Friday. April 10. 1901 11-3-80 SECTION 6. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS 6-1.01 GENERAL.--Thework herein proposed will be financed in whole or in part with Federal funds, and therefore all of the statutes. rules and regulations promulgated by the Federal Government and applicable to work financed in whole or in part with, Federal funds will apply to such work. The "Required Contract Provisions, Federal -Aid Construction Contracts," Form PR -1273, are included in this Section 6. Whenever in said required contract provisions references are made to the "State Highway Department Contracting .Officer," "State Highway Department Resident Engineer," or "Authorize4.` representatives of the State Highway Department,' such references shall be construed to mean "Engineer" as defined in Section.1-1.18 of the Standard Specifications. 6-1.02 PERFORMANCE OF PREVIOUS CONTRACTS. --In addition to the provi- sions in Section II, "Equal Opportunity," and Section VII. "Subletting or Assigning the Contract," of the required contract provisions. the Contractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in excess of $10,000 will be considered under the provisions 'of Section VII of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above, executed by the proposed subcontractor. 6-1.03 NON -COLLUSION PROVISION. --The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code, Section 112, requires as a condition precedent to approval by the Federal Highway Administrator of the contract for this work that the Contractor file a sworn statement executed by, or on behalf of, the person, firm, association, or corporation to whom such con- tract is to be awarded, certifying that such person, firm. association, or corporation has not, either directly or indirectly, entered into any agree- ment, participated in any collusion, or Otherwise taken any action in restraint of free competitive bidding in connection with such contract. This sworn statement shall be in the form of an affidavit executed and sworn to by the successful bidder before such persons as are authorized by the laws of the State to administer. oaths. The original of such sworn statement shall be filed with the Department of Transportation prior to the award of this contract. Immediately upon the determination of the successful bidder, copies of the affidavit as required by the above paragraph and in the form illustrated herein on the second page following the signature page of the proposal, will be mailed to said successful bidder, who shall execute and acknowledge said affidavit in duplicate and return both to this office as promptly as possible. 6-1.04 FEDERAL«AID PROPOSAL NOTICES NOTICES TO PROSPECTIVE FEDERAL -AID CONSTRUCTION CONTRACTORS I. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. s ll 2. The following goal for female utilization shall be included in all Federal and federally assisted construction contracts and subcontracts in excess of $10,000. The goal is applicable to the contractor's aggregate on -site construction workforce whether or not part of that workforce is performing work on a Federal or federally assisted construction contract or subcontract. Goal for Women (applies nationwide.) (percent) 6.9 Until further notice, the following goals for minority utilization in each construction craft and trade shall be included in all Federal or federally assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas. The goals are applicable to each nonexempt contractor's total onsite construction • . `• workforce, regardless of whether or not part of that workforce is performing work on a Federal, federally assisted or nonfederalljr'related project, Contract or subcontract. Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometown Plan. With regard to all their other covered construction work, such contractors are required to comply with the applicable SMSA or EA goal contained herein. CALIFORNIA ECONOMIC AREA 174 Redding, CA: Goal (Percent) Non-SMSA Counties 6.8 CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama. 175 Eureka, CA: Non-SMSA Counties 6.6 CA Del Norte; CA Humboldt; CA Trinity. 176 San Francisco -Oakland -San Jose, CA: SMSA Counties: 7120 Salinas -Seaside -Monterey, CA 28.9 CA Monterey. 7360 San Francisco -Oakland. CA 25.6 CA Alameda; CA Contra Costa; CA Marin: CA San Francisco; CA San Mateo. 7400 San Jose, CA 19.6 CA Santa Clara. 7485 Santa Cruz, CA 14.9 CA Santa Cruz. 7500 Santa Ross, CA 9.1 CA Sonoma. 8720 Vallejo -Fairfield -Napa, CA 17.1 CA Napa; CA Solana. Non-SMSA Counties 23.2 CA Lake; CA Mendocino; CA San Benito. 177 Sacramento, CA: SMSA Counties: 6920 Sacramento, CA 16.1 CA Plscer; CA Sacramento: CA Yolo. Non-SMSA Counties 14.3 CA Butte: CA Colusa: CA El Dorado; CA Glenn; CA Nevada: CA Sierra; CA Sutter: CA Yuba. 30 178 Stockton -Modesto, CA: SMSA Counties: 5170 Modesto, CA 12.3 CA Stanislaus. 8120 Stockton, CA 24.3 CA San Joaquin. Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA !Merced; CA Tuolumne. t 179 Fresno -Bakersfield, CA: SMSA Counties: 0680 Bakersfield, CA 19.1 CA Kern. 2840 Fresno, CA 26.1 CA Fresno. Non-SMSA Counties 23.6 CA Kings: CA Madera; CA Tulare. 180 Los Angeles, CA: SMSA Counties: 0360- Anaheim -Santa Ana -Garden Grove. CA - 11.9 CA Orange. 4480 Los Angeles -Long Beach, CA 28.3 CA Los Angeles. 6000 Oxnard -Simi Valley -Ventura. CA 21.5 CA Ventura. 6780 Riverside -San Bernardino -Ontario, CA 19.0 CA Riverside; CA San Bernardino. 7480 Santa Barbara -Santa Maria -Lompoc. CA 19.7 CA Santa Barbara. Non-SMSA Counties 24.6 CA Inyo; CA Mono; CA San Lui■ Obispo. 181 San Diego, CA: SMSA Counties 7320 San. Diego, CA 16.9 CA San Diego. Non-SMSA Counties 18.2 CA Imperial. These goal■ are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in • geographi- cal area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 31 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the sub- contractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. II.. CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities, as required by the ' May 9, 1967, Order of the Secretary of Labor (32 F.R. ,+1439, May 19, 19671 on Elimination of Segregated Facilities is included in the proposal and must be submitted prior to the award of a Federal -aid highway construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. (b) Bidders are cautioned as follows: By signing this bid, the bidder will be deemed to have signed and agreed to the provisions of the "Certification of Nonsegregated Facilities" in this proposal. This cer- tification provides that the bidder does not maintain or provide for his employees facilities which are segregated on a basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the bidder will not maintain such segregated facilities. (c) Bidders receiving Federal -aid highway construction contract awards .exceeding.$10,000 which are not exempt from the provisions of the Equal Opportunity clause, will be required to provide for the forwarding of the following notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agreements exceed $10,000 and are not exempt from the provisions of the. Equal Opportunity. clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS AND MATERIAL SUPPLIERS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities as required by the May 9, 1967, Order of the Secretary of Labor (32 F.R. 7439, May 19. 1967) on Elimination of Segregated Facilities, which is included in the proposal, or attached hereto, must be submitted by each subcontractor and material supplier prior to the award of the subcontract or consummation of a material supply agreement if such subcontract or agreement exceeds $10.000 and is not exempt from the provisions of the Equal Opportunity clause. (b) Subcontractors and material suppliers are cautioned as follows: By signing the subcontract or entering into a material supply agreement, the subcontractor or material supplier will be deemed to have signed and agreed to the provisions of the "Certification of Nonsegregated Facilities" in the subcontract or material supply agreement. This certification provides that the subcontractor or material supplier does not maintain or provide for his employees facilities which are segregated on the basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the subcontractor or material supplier will not maintain such segregated facilities. (c) Subcontractor■ or material suppliers receiving subcontract awards or material supply agreements exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for con- struction contracts and material suppliers where the subcontracts or material supply agreements exceed.$10,000 and are not exempt from the pro- visions of the Equal Opportunity clause. " " III. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (a) By signing this bid, the bidder will be deemed to have stipulated as follows: (1) That any facility to be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, a�% amended (42 U.S.C. 1857 et seq., as amended by Pub. L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub. L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 C.F.R., Part 15). is not listed on the U. S. Environmental Protection Agency (EPA) Lidt " ` of Violating Facilities pursuant to 40 C.F.R. 15.20. (2) That the State highway department shall be promptly notified prior to contract award of the receipt by the bidder of any communica- tion from the Director, Office of Federal Activities, EPA, indicating that a facility to be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 33 6-1.05 PARTICIPATION BY MINORITY following are excerpts from Part 23, entltied, 'Participation By Minority Transportation Programs." II I WWII Mil 123.1 Purpose. (a) The purpose or this part is to carry out the Department of Transportation's policy of supporting the fullest posaible • participation of firms owned and controlled by minorities and women. (MBEs) in Department of Transportation programs. This includes assisting MBEs throughout the life of contracts in which they participate. f f f f 4 S i f f S I I I i 23.2 Applicability. This part applies to any DOT program through which funds are made available to members of the public for accomplishing DOTs purposes. Contracts and subcontracts which are to be performed entirely outside the United States, its possessions. Puerto Rico, and the North Mariana Islands. are exempted from this part_ 21.5 Definition&, "Affirmative action" means taking specific steps to eliminate discrimination and its effects, to ensure nondiscriminatory results and practices in the future, and to involve minority business enterprises fully in contracts and programs funded by the Department. Applicant" means one who submits an application. request. or plan to be approved by a Departments) official or by a primary recipient as a condition to eligibility for DOT financial assistance: and "application" mew such an application, request. or plan. "Compliance" deans the condition existing when a recipient or runtraclot has met and implemented the requirements of this part. "Contract" means a mutually binding legal relationship or any modification thereof obligating the seller to furnish supplies or services. Including construction. end the buyer to pay for them. For purposes of this part, a lease is a contract. "Contractor" means one who participates, through a contract or subcontract. In any program covered by this part, and includes lessees. "Department" or "DOT" means the Department of Transportation. including its operating elements. s -so-so SUSI NESS ENTERPRI SES IN SUIICONf'RACTI AG. -The Title 49, GM of Federal Regulations Business Enterprise In Department of "DOT -assisted santract" means any contract or modification of a contract between a recipient and a contractor which is paid for in whole or in part with DOT financial assistance or any contract or modification of a contract between a recipient and a lessee. "DOT financial assistance" means financial aid provided by the Department or the United States Railroad Association to a recipient . but does not include a direct contract. The financial aid may be provided directly in the form of actual money. or indirectly in the form of guarantees authorized by statute ai financial assistance services of Federal personnel. title or other interest in real or personal property transferred for less than fair market value, or any other arrangement through which the recipient benefits financially. including licenses for the construction or operation of a Deep Water Port. "Departmental element" means the following parts of DOT: (a) The Office of the Secretary PST): (b) The Federal Aviation Administration (FAA) (c) The United Stales Coast Guard (USCG): (d) The Federal Highway Administration (FHWA): (e) The Federal Railroad Administration (FRA): (f) The National Highway Traffic Safety Administration (NH1SA); (gl The Urban Mass Transportation Administration (UMTA) (h) The St. Lawrence Seaway Development Corporation (SLSDC) and (i) The Research and Special Programs Administration (RSPA). "joint venture" means an association of two or more businesses to carry out a single business enterprise for profit for which purpose they combine their property, capital, efforts. skills. sand knowledge. "Lessee" means a business or person that leases, or is negotiating to lease, property from a recipient or the Department on the recipient's or Department's facility for the purpose of operating a transportation related activity or for the provision of goods or services to the facility or to the public on the facility. "Minority" means a person who is a citizen or lawful permanent resident of the United States and who is: (a) Black f■ person having origins in 34 any of the black racial groups of Africa); (b) Hispanic (a person of Spanish or Portuguese culture with origins In Mexico. South or Central America, or the Caribbean Islands, regardless of race): ` • (c) As'.an American (a person having .origins in any of the original peoples of the Far East. Southeast Asia. the Indian subcontinent, or the Pacific Islands); or (d) American Indian and Alaskan Native (a person having origins in any of the original peoples of North America.) (e) Members of other groups. or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under section 6(a) of the Small Business Act, as amended (15 U.S.C. 637(a)). "Minority business enterprise" or "MBE" means a small business concern. as defined pursunt to section 3 of the Small Business Act and implementing regulations. which is owned and controlled by one or more minorities or women. This definition applies only to financial assistance programs. For the purposes of this part, owned and controlled means a business: (a) Which is at least 51 per centum owned by one or more minorities or women or, in the case of a publicly owned business, at least 51 per centuin of the stock of which is owned by one or more minorities or women; end (b) Whose management and daily business operations are controlled by one or more such individuals. "MBE coordinator" means the official designated by the head of the Department element to have overall responsibility for promotion of minority business enterprise in his/her Departmental element. "Noncompliance" means the condition existing when a recipient or contractor has failed to implement the requirements of this part. "Primary recipient" is a recipient who receives DOT financial assistance and passes some or all of this assistance on to another recipient. ''Program" mean; any undertaking by a recipient to use DOT financial assistance, and includes the eosin activity any part of which receives DOT financial assistance. "Recipient" means any entity, public or private, to whom DOT financial assistance is extended, directly or through another recipient for any program. "Secretary" mesas the Secretary of transportation or any person whom he/ she has designated to act for him/her. "Set -aide" means a technique which limits consideration of bids or proposals to those submitted by MBEs. f 23.7 Disorkninettin protttt tied No person shall be excluded from. participation in. denied the benefits of, or otherwise discriminated against In connection with the award and performance of any contract corned by this part, on the grounds of race. color, national origin. or sex. f 4 3 451 i 5 1 5 f i4 1 5 4 I 2143 General requirements for recipients. (a) Each recipient shall agree to abide by the statements In paragraphs (a) (1) end (2) of this section. These statements shall be included in the recipient's DOT financial assistance agreement and in all subsequent agreements between the recipient and any subrecipient and in all subsequent DOT -assisted contracts between recipients or subrecipients and any contractor. (1) "Policy. It is the policy of the Department of Transportation that minority business enterprises as defined fa 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently the MBE requirements of 49 CFR Part 23 apply to this agreement. (2) "MBE Obligation. (I) The recipient or its contractor agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or In part with Federal funds provided under this agreement. In this regard all recipients or contractors shall take all necessary and responsble steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum - opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts." fifffffiff Mil I (c) The recipient shall advise each subrecipient, contractor. or subcontractor that failure to carry out the requirements set forth in i 23.43(a) shall constitute a breach of contract and after the notification of the Department. racy result in termination of the agreement or contract by the recipient or such remedy as the recipient deems appropriate. 451444 1515151511 f 23.45. Required UBE program corroonerrta. i3 M 1 ; 1 4 1 1 1 3 5 '1 (e) MBE directory. (1) The recipient shall have available a directory or source list to facilitate identifying MBEs with capabilities relevant to general contracting requirements and to particular solicitations. The recipient shall make the directory available to bidders and proposers in their efforts to meet the MBE requirements. It shall specify which firms the Department. recipient, or the Small Business Administration has determined to be eligible MBEs in accordance with procedures set forth in this subpart. (f) Procedures to ascertain the eligibility of MBEs and joint ventures involving MBEs. (1) To ensure that its MBE program benefits only firms owned and controlled by minorities or women. the recipient shall certify the eligibility of MBEs and joint ventures involving MBEs that are named by the competitors in accordance with this subpart. Recipients may, at their own discretion., accept certifications made by other DOT recipients. (2) Recipients shall require their prune contractors to make good faith efforts to replace an MBE subcontractor that is unable to perform successfully with another MBE. The recipient shall approve all substitutions of subcontractors before bid epening and during contract performance. in order to ensure that die substitute firms are eligible MBEs. ififlififiififif • 23.47 Counting MBE participation toward mceettng MBE Goats. MBE participation shall be counted toward meeting MBE goals set in accordance with this subpart as follows: (a) Once a firm is determined to be an eligible MBE in accordance with this subpart. the total dollar value of the contract awarded to the MBE is counted toward the applicable MBE goals. 35 (b) The total dollar value of a contract to an MBE owned and controlled by both minority males and non -minority females is counted toward the goals for minorities and women, respectively, in proportion to the percentage of ownership and control of each group In the business. The total,dollar value of a contract with an MSE owned and controlled by minority women is counted toward either the minority goal or the goal for women, but not to both. The contractor or recipient employing the firm may choose the goal to which the contract value is applied. (c) A recipient or contractor may count toward its MBE goals a portion of the total dollar value of.. contract with a joint venture eligible under the standards of this subpart equal to the percentage of the ownership and controls of the MBE partner in the joint venture. (d)(i) A recipient or contractor may count toward its MBE goals only expenditures to MBEs that perform a commercially useful function in the work of a contract An MBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing. managing. and supervising the work involved. To determine whether an MBE is performing a commercially useful function. the recipient or contractor shall evaluate the amount of work subcontracted. industry practices. and other relevant factors. (2) Consistent with normal industry practices. an MBE may enter into subcontracts. If an MBE contractor subcontracts a significantlygreater portion of the work of the contract than would be expected on the basis of normal industry practices. the MBE shall be presumed not to be performing a commercially useful function. The MBE may present evidence to rebut this presumption to the recipient. The recipient's decision on the rebuttal of this presumption is subject to review by the Department. (e) A recipient or contractor may count toward its MBE goals expenditures for materials and supplies obtained from MBE suppliers and manufacturers. provided that the MBEs assume the actual and contractual responsibility for the provision of the materials and supplies. (1) The recipient or contractor may count its entire expenditure to an MBE manufacturer (i.e.. a supplier that h30 -s0 produces goods from raw materials or substantially alters them before resale). (2) The recipient may count W percent of its expenditures to MBE suppliers that are not manufacturers. provided that the MBE supplier performs a commercially usefulfunction inthesupply process. ;4 1 3 1 1 4 1 5 5 i ; f i l l 12331 C rt;restl n of the engibaity of minority business enterprises. (a) To ensure that this part benefits only MBEs which are owned and controlled in both form end substance by one or more minorities or women. DOT recipients shall use Schedules A and B (reproduced at the end of this Part) to certify firms who wish to participate as MBEs in DOT under this part. (b) Except as provided in paragraph (c) of this section. each business. including the MBE partner in a joint venture, wishing to participate as a MBE under this part in a DOT -assisted contract shall complete and submit • Schedue A. Each entity wishing to participate as a joint venture MBE under this part in DOT -assisted contracts shall in addition complete and submit Schedule B. The schedules) shall be signed and notarized by the authorized representative of the business entity, A business seeking certification as an MBE shall submit the required schedules with its bid or proposal for transmission to the contracting agency involved (c) Under the following circumstances. a business seeking to participate as an MBE under this subpart need not submit schedule A or B: (t) If a DOT recipient has established a different certification process that DOT his determined to be as or more effective than the process provided for by this section. Where such a process exists, potential MBE contractors shall submit the information required by the recipient's process. (2) U the potential MBE contractor states in writing that it has submitted the same information to or hat been • certified by the DOT recipient involved. any DOT element, or another Federal agency that uses essentially the same definition and ownership and control aiteria as DOT. The potential MBE contractor shall obtain the information and. certification (if any) from the other agency and submit it to the recipient or cause the other agency to submit it. The recipient may rely upon such a certification. Where another agency bas collected information but not made a determination concerning eligibility, the DOT recipient shall make its ewe determination based on the information it has obtained from the other agency. (3) If the potential MBE contractor has been determined by the Small Business Administration to be owned and controlled by socially end economically disadvantaged individuals under section 8(a) of the Small Business Act, as , amended. 12153 53 Eligibility standards. (a) The following standards shall be :' used by recipients in determining - whether a firm is owned and controlled by one or more minorities or women is and shall therefore be eligible to be certified as an MBE. Businesses aggrieved by the determination may appeal in accordance with procedures set forth in 123.55. (1) Bone fide minority group membership shall be established on the basis of the Individual's claim that he or she is a member of a minority group and is so regarded by that particular minority community.. However, the recipient is not required to accept this claim if it determines the cairn to be invalid. (2) An eligible minority business , enterprise under this part shall be an independent business. The ownership and control by minorities or women shall be real. substantial. and continuing and shall go beyond the pro foram ownership of the firm as reflected in its ownership documents The minority or women owners shall en4oy the customary incidents of ownership and shall share inthe risks and profits commensurate with their ownership interests, as demonstrated by a examination of the substance rather than form of arrangements. Recognition of the business as a separate entity for tax or corporate purposes is not necessarily sufficient for recognition es an MBE In determining whether a potential MBE is an independent business, DOT recipients shall consider all relevant factors, including the date the business was established the adequacy of its resources for the work of the contract, and the degree to which Mancial, equipment leasing, and other relationships with aonminority firms vary from industry practice. (3) The minority or women owners shall also possess the power to direct or cause the direction of the management and policies of the firm and to make the day-to-day as well as major decisions on matters of management, policy, and operations. The firm shall not be subject to any formal or informal restrictions which limit the customary discretias el the minority or women owners. Thera shall be no restrictions through. for example, bylaw provisions. partnership agreements, or charter requirements far cumulative voting rights or otherwise thatpreventthe minority or women owners. without the cooperation or vote of any owner who is not a minority or woman, from making a business decision of the firm: (4) If the ownere of the firm who are not minorities or women are disproportionately responsible for -the operation of the firm, then the firm is not controlled by minorities or women and shall not be considered an MBE within the meaning of this part. Where the actual management of the firm is contracted out to individuals other than the owner, those persons who hare the ultimate power to hire and fire the managers can for the purposes of this part, be considered as controlling tha business. (5) All securities which constitute ownership and/or control of a corporation for purposes of establishing it as an MBE under this part shall be held directly by minorities or women. No securities held in trust, or by any guardian fora minor, shall be considered as held by minority or women in determining the ownership or control of a corporation. (5) The contributions of capital or expertise by the minority or women owners to acquire their interests in the firm shall be real and substantiaL Examples of insufficient contributions include a promise to contribute capital. a note payable to the firm or its owners who are not socially and economically disadvantaged, or the mere participation as an employee, rather than as a manager. (b) in addition to the above standards. DOT recipients shall give special consideration to the following circumstances in determining eligibility under this part. (1) Newly formed firms and firms whose ownership and/nr control has changed since the date of the advertisement of the contract an closely scrutinized to determine the reasons for the timing of the formation of or change in the firm. (2) A previous and/or continuing employer -employee relationship between or among present owners is carefully reviewed to ensure that the employee -owner has management responsibilities and capabilities discussed in this section. (3) Any relationship between an MBE 36 and a business which is not an MBE which has an i nterest in the MBE is carefu lly reviewed to determine if the interest of the non- MEE co nflicts with the ownership and control requirements of this section. (c) A joint venture is eligible under this part if the MBE partner of the joint venture meets the standards for en eligible M EE set forth above end the M BE partner is respo nsible for a dearly defined portion of the work to be performed and share s in the ownership. contro l, management responsibilities, risks. and profits of the joint venture. (d) A joint venture is eligible to compete in an MBE set -aside under this part if the MEE partner of the joint venture meets the stan dards of an eligible MBE set forth above, and the MB E partner's share in the ownership. control, an d management responsibilities, risks, and profits of the joint venture Is at keel 31 percent and the MBE partner is responsible for a clearly defin ed portion of the work to be performed. (e) A business wishing to be certified as an MBE or joint venture M BE by a DOT recipient sha ll cooperate with the recipient in supplying additional information which may be requested in order to make a determination. (f) Once certified, an MEE shall update its submission an nually by submitting a new Schedu le A or -certifying that the Schedule A on file is still accu rate. Ai any time there le a c hange in ownership or control of the firm, the MBE shall submit a n ew schedule A. (g) Except as prov ided in section 23.55. the denial of a certifica tion by the Department or a recipient shall be final, for that contract and other contracts being let by the recipient at the time of the denial of certification . MBEs and joint ventures denied certification may co rrect deficien cies in their ownership and control and apply for certification o nly for future contracts. (h) Recipients shall safeguard from disclosure to ..n authorized persons in formation that reasonably may be regarded as con fidential busin ess in formation , consistent with eederel stale and local law. 1111111111111111 123.57 Wilful provleion of inoomeret tho rn +bows If. at any time, the Department or a rt dpfent has reason to believe that any person or firm has willfully an d kn owingly prov ided in correct e-30-50 I nformation or made false statements, ft shall refer the matter to the General Counsel of the Department. He/she may i nitiate debarment pr ocedures in accordance with 41 CFR 1-1 .834 and 12- 1.602 and/or refer the matter to the Department of justice under 18 U.S.C . 1001. as he/she deems appropriate. E cbod ul e A--Woemation for Determining Minority Sudan: Enterprise etiglbi$ty 1. Name of firm 3. Address of firm 3. Phone N umber of rum 4. indicate whether firm is s ole proprietor- ship pa rtnnership, faint ve ntttrtt, corporation or other b usi ness entity (please specify} i. Nature of firm's business . 0. Years firm has b eenin business 7.Uwnerahip of fir st Identify th ose who awn li percent or mare of the fins'e o anaestitp. Colrmne • end f need bellied o ut only if the firm to less then 100 penned minority owned. • e f • • • van er o„rei ro. vow. Nam Awe sae s.. ,r. Perms pews . etas see age With firms less than 100 percent minority own ed. list the contributio ns of money. equ ipment. real estate. or ex pertise of each of the owne rs, III. C ontro l of firm: (a) identify by mime. race, sex. and title in the firm those M dtviduals (in cluding owners and n ow o wn ers] who ere respon sible fo r day -today manageme nt and po licy tier aionmakb* including. but n ot limited to those with prime responsibility fon (1) Fina ncia l decisions (2) M anagement decisions, such as — a. Estima ting b. Mars etieg an d tales e hiring a nd firing of management person- nel d. Pur chases altimeter items or supplies (31 Supervision of feld operations a For each of those listed in goeetian d prov ide a th ief summary of the pe rson 's experience -and aumbsr of years with the firm. indicating the pe rson' s qualifications for the respo nsibilities give n him or her. 10. Describe or attach a copy of soy stock option s or otherownership options that are outstan ding and any agreements between owners or between owners and third puttee which restrict ownership or contro l of minority o wners. 11. Identify any own er (see Ite m 7) or managemen t offic ial (see item a) of the foame d firm who b or has bees en employee of an other firm that has an ownership Interest in or a pre sent business Manses/4 'with the n amed Arm. Pre sent bruinse relationships inclu de shared space, equipment financ ing, or employee, as well es both firms having some of the same o wners U. Whet a re the grass te artpts of the firm for each of the lest two years? 37 ! far ending 'Isar ending .• 13. Name of bonding company. Utt ar a ..r. Bonding limit Source of letters of credit, If any -- 14. Are yo u authorised to do business is the state at well as locally, 0,4 -hieing all necessary busin.ens licegshsf 13. i ndicate if this Me or other firms with any of the erne officers hsra previously received or be en d enied csrtif cetion at participation as es 1+U:end deaaibe the circumsta nces . Indicate the nam e of the certifying authority and the dat e of s ack certification or denial. Affid avit "The undersigned swears that the foregobig statements are tr ue and collect and i ncl ude all mswrit: Inf ormati on necessary so Identify and explain the operations of (name of ram) as w ell as the ow nership ther eof. Further, the u ndersig ned agre es to pro vide thro ugh the prime contr actor cr . If no prima. directly to the grantee current, complete -and accurate information reg ardi ng 'actual week performed on the protect, the pay -me at therefor and any propos ed changes, If any, of the foregoing arra ngements a nd to permit the audit and examinatio n of books , records and files of the named firm . A ny material misreprese ntation will be grou nds for terminating a ny contract which may be awarded and f or initiating actio n wonder Federal or Stets laws co ncerni ng faire statem•nts.- Noea.--4f. after fili ng this Sched ule A and before the work of this firm is c ompleted on the contract covered by this regulation, there le any sign ificant cha nge in the information su bmitted, you must inform the ventee of the change throu gh the prima c ontractor or. fi no prime contr actor, in form the grantee directly. Signature Name Title Date . Corporate Seal (where appropriate). Dete State of Co unty of On this —day of —.15— be fo re me appeared (Name) to m. perso nally kn own. wbo. being duty sworn, did execute the foregoing affidavit and did state that he or she was properly authorized by (Name of fin) -- n-- to exe cute the aff idavit and did so as his or her free act and deed. (Seat) Notary Public Commission e xpires —•�. Sche dule S- - In forosatkn foe Determining join t venture Eligibility Ms form nee d not be filled In if all pint venture firms are minority owned.) 1. Name of join t ventu re 2. Address of join t ven ture 3. Phon e nu mber of jo in t ventu re 4. Identify the firma which comprise the joint v enture. f rh. MBE pa rtner must am- " " plete Schedule A.) (a) Describe tba role of the 1E firm in the joint venture. (b) Describe very briefly the experience and business quahficetians of.each non -MBE faint venturer. 5. Nature of the pint venture's business " " a Provide a copy of the faint ventral agreement. 7. What is the claimed percentage of &DM ownership? 6 Owrship of Joint venture: (This need not be filled in if described in the Joint venture agreement provided by question 6.) (a) Profit and loss sharing. (b) Capital oontriterttoos, iociudia8 equipment (c) Other applicable ownership iotareata. 0. Control of and participation in this contract. Identify by name, race. sex, -and `firm' those Individual. (and their titles) who are responatbte fat dayto-day management end policy dedsioruneking. Including. but not limited to, those with prima responsibility for. (a) Financial decision (b) Management decisions. such an 1) Estimating 2) Marketing and sales 3) Hiring and firing of management person- nel (4) Purchasing of major items or supplies  (c) Supervision of field operations Note.- if after filing this Schedule B and before the completion of the joint venture's work on the contract covered by this regulation. than is any significant change in the information submitted the joint venture mutt inform the grantee, either directly or through the prime contractor if the joint veotute is a subcontractor. Affidavit 'The undersigned swear that the foregoing statements are correct and include ell material information necessary to identify and explain the terms and operation of oar joint venture and the intended participation by each Joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the grantee current complete and accurate information regarding actual joint venture work and the payment therefor and any proposed changes in any of the joint venture arrangements and to permit the audit and examination of. the book& records and files of the Joint venture, or those of each joint venturer relevant to the joint venture. by authorized representatives of the yenta* or the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." 6.30  to Name of First Name of Etna Sisnatun Signature Name Name Title Title Date State of County of On this  day of  ,10-, before me " appeared (Name) ----i to me personally known, who, being duly sworn. did execute the foregoing affidavit and did state that he or she was properly authorized by (Name of firml, to execute the affidavit and did soya his or her free act and deed. Notary Public Commission expires (Seal) Date State of County of On this  day of " ,16 . before me appeared (Name) . to me personally known. who, being duly sworn, did execute the foregoing affidavit and did state that he or she was properly authorized by (Name of firm) to execute the affidavit and did so as his or her free act and deed. Notary Public Commission expires (Seal) Date Date' 38 " U.S. DEPARTMENT OF TRANSPORTATION FEDERAL KIGMWAY ADMINISTRATION 6-1.06 REQUIC,ED CONTRACT P" ;OVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (EXCLUSIVE OF CERTIFICATION ACCEPTANCE AND APPALACHIAN CONTRACTS) Page L Application FR -11 II. Equal Opportunity lR-11 III. Nonsegregated Facilities FR -13 Payment of Predetermined Minimum Wages --- sR-13 Statements and Payrolls FR -14 V1. Record of Materials, Supplies and Labor FR -15 VII. Subletting or Assigning the Contract gR-1S VIII. Safety; Accident Prevention __. rR-15 IX. False Statements Concerning Highway Projects __ rR-15 Implementation of Clean Air Act and Federal Water Pollution Control Act PR -15 IV. V. X Z J I. APPLICATION 1. These contract provisions shall apply to all work performed en the contract by the contractor with his own organizsion and with the assistance of workmen under his -immediate superintend- ence and to alt. work performed on the contract by piecework. station work or by subcontract. 2. The contractor shall insert in each of his subcontracts all of the stipulations contained in these Required Contract Provi" moss and also a clause requiring his subcontractors to include these Required Contract Provisions in any lower tier subcon" tracts which they may enter into, together with a clause sequin ing the inclusion of these provisions in any further subcontracts that may in turn be made. The Required Contract Provisions shall In no instance be incorporated by reference. E. A breach of any of the stipulations contained in these Required Contract Provisions may be grounds for termination of the contract. 4. A breach of the following clauses may also be grounds for debarment as provided in 29 CFR 5.6(b): Section 1. paragraph 2; Section IV. paragraphs 1, 2,5, S and 7; Section V. paragraphs 1, Sa, Sb, and Sd II. EQUAL OPPORTUNITY 1. Selection of Labor: During the performance of this contract, the contractor shall n ot discriminate against labor from any other State, possession or /erritery of the United States. i Employment Practices: During the performance of this contract,, the contractor agrees es follows: a. The contractor will not discriminate against any employee or applicant for employment because of rate. color, religion, sex, or n ational origin. The contract will take affirmative action to en- sure that applicants are employed, and that employees are treated during employment without regard to their rate, color, religion, sex, or national origin. Such action shalt include, but not be btn- ited to the following: employment, upgrading, demotion or trans fer; recruitment or recruitment advertising; layoffs or termination; rates of pay Of ether forms of compensation; and selection for training. including apprenticeship. The contractor agrees to post rain PI-1271-.Prrvisus at tiara ors ahwtsas. (in.. ,_,SJ 39 in conspicuous places, available to employees and applicants for employment, notices to be presided by the State highway depart- ment setting forth the provisions of this nondiscrimination elause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. c. The contractor will send to each labor union or representative of workers with which he has �% collective bargaining agreement or other contract or understanding, a notice to be provided by the State highway department advising the said labor union or work- ers' representative of the contractors commitments under this sec- tion I1-2 and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations (41 CFR, Part 60) and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports re- quired by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Leber, or pur- suant thereto, and will permit access to his books, records and accounts by the Federal Highway Administration and the Secre- tary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. f. In the event of the contractor's noncompliance with the non- discrimination clauses of this contract or with any of the said rules, regulations or orders, this contract may be canceled, tereni" stated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or Federally - assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24. 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24. 1965, er by rule, regulation or order of the Secretary of Labor, or as other- wise provided by law. L The contractor will include the provisions of this Section T1-2 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24. 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the State highway department or the Federal Highway Administration may direct as a means of en- forcing such provisions including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or in threatened with litigation with a subcontractor or vendor as a result of such direction by the Federal Highway Administra- tion, the contractor may request the United States to enter into such litigation to protect the interests of the United Slates, 3 Selection of Subcontractors, Procurement of Materials, and Leasing of Equipment: During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: a. Compliance With Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in federally - assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may he amended b 11f the seatractor dose net make panneats to a Inmost K other third person, he may coaader eta part of the wages of say laborer or 'mechanic the amount of any *sou reasonahly sa .i• pated is providing benefits under a plea or program of a type expressly listed in the .rage determination decision of the Soors- tary of Labor which is a part of this contract: Provided, however, the Secretary of Labor bat found, upon the written request of the contractor, that the applicable standards of the Dacia -Bases Act have been met. The Secretary of Labor may require tie contractor to set &aide in a separate account &meta for the asset• ing of obligations, under the plan or program. t. Paprient of Excess Wages: V.'hilc the wage rates shown are the minimum rata required by the contract to be paid during its life, this is net a represen- tation that labor can be obtained at these rates No tamale in the contract price shall be allowed or authorised en account of the payment of wage rates in excess of those listed herein. S. Apprentices and Trainees (Programs of Department of Labor): a. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually registered in a bona fide apprentice- ship program registered with the U.S. Department of Labor. Manpower Administration, Bureau of Apprenticeship and Train- ing. or with a State Apprenticeship Agency recognised by the Bureau, or if a person is employed in his first 90 days of probs. tionary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program. but who -has been certified by the Burman of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary emplbyment as an apprentice. The allowable ratio of apprentices to journeymen in any craft elsesification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered pro- gram. Any employee listed on a payroll si an apprentice wage rate, who is net a trainee as defined in 29 CFR 5.2(c) (2) or is not registered or otherwise employed as stated above, shall be paid the wage rate determined by the Secretary of Labor for the elassikation of work be actually performed. The contractor or subcontractor will be required to furnish to the State highway agency or to • representative of the Wage -Hour Division of the U.S. Department of Labor written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeyman hourly rates), for the area of construction prior to using any apprentices an the contract work. The wage rate paid ap- prentices shall be not less than the appropriate percentage of the journeyman's rate contained in the applicable wage determination. h. Trainees, except as provided in 29 CFR 5.1S, will sot be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and isdi- viduslly registered in a program which bas received prior ap- proval, evidenced by formal certification, by the US. Department of Labor, Manpower Administration, Bureau of Apprenticeship sad Training. The ratio of trainees to journeymen shall sot be greater than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee mut be paid at arc ku than the rate specified in the approved program for his level of progremt Any employee listed as the payroll at a trainee tate who is not registered and participating is a training plan approved by the Bureau of Apprenticeship and Training shall be Paid not less than the wage rate determined by the Secretary of Later for the classification of work be actually performed. The taetraetor or subcontractor wilt be required so tarnish the State highway agency or s representative of the Wage•Honr Division of the US. Department of Labor virtues evidence of the acetifi- cation of bit program, the registration of the trainees, and the ratios and wage rates prescribed in that program. In the spent the Bureau of Apprenticeship and Training withdraws approval or a training program. the coatroom will or Mager he permitted M rtilise trainees at lees them the applicable predetermined rate for the work perferasd until an acceptable program h appram d. c. The utilisatie* of apprentices, trainees and journeyman shall be in eenferraity with the equal employment *ppsrtumite requirements of Executive Order 11246. as amended and 29 CFR Part 30. l Apprentioes and Trainees (Program of Department of Transportation): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting equal employment opportunity in connection with Federal -aid highway construction programs are not subject to the requirements of Section IV, paragraph 5 above. The straight tittie hourly rage rates for apprentices and trainees under such programs will be established by the particular pro - Rama. Z, Overtime Requirements: Pie contractor or subcontractor contracting for any pan of the cootract work which may require or involve the employment of taborer&, mechanics, watchmen or guards (including apprentices and trainee" described in paragraphs S and 6 above) shall require or permit any laborer, mechanic, watchman or guard in any work- week in which he is employed en such work, to work in excess of eight hours in any calendar day or in excess of forty hours in welt workweek unless such labom, mechanic, watchman or guard 're• eeives compensation at a rate not less than one and one-half times leis basic rate of pay (or all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, as the ease may be. I. Violation: liability for . unpaid wages; liquidated damages: Ls the event of any violation of the clause set forth in para- graph 7, the contractor and any subcontractor responsible there• fore shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable se the United States (in the ease of work done wader contract ler the District of Columbia or a territory, to loth District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman or guard employed in violation of the clause set forth in paragraph 7. is the sum of 110 for each calendar day on which such employee was required or permitted to work in excels of eight hours or in excess of the standard workweek of forty bouts without payment of the overtime wages required by the clause act forth in paragraph 7. t. Withholding for unpaid wages: The State highway department contracting .Leer may with- hold or cause to be withheld from the contractor or such of the accrued payments or advances as may he considered necessary to pay laborers, mechanics (including apprentices sad trainees) watchmen. or guards employed by the contractor or any subcon- tractor on the work the full amount of wages required by the contract L► the event of failure to pay any laborer, mechanic, (including apprentices and trainees) watchman or guard employed at working on tie rite of the work, all or part of the wages required by the contract, the State highway department contract hog officer may. after written notice to the contractor, take each action as may be nece.aary ft cause the suspension of any further payment, advance, ar guarantee of fronds until such violations have gassed. 11. Withholding for liquidated damage$: The State highway department contracting officer any with- hold or cause to he withheld, from any money' poysble on account of work performed by die contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of mach contractor of subcontractor for liquidated damages as pewvided In the clause set forth ia`parag*apih S. Is,. PI -1V3 per. 5451 41 V. STATEMENTS AND PAYROLLS 1l. Compliance with Copeland Regulation (29 CFR„ Part 3) t The contractor shall comply with the Copeland Regulations (29 CFR, Part 3) of the Secretary of Labor which are Lucia incorporated by reference. 2. Weekly statement: Each contractor or subcontractor shall furnish each week a statement to the State highway department resident engineer with respect to the wages paid each of its employees, (including apprentices and trainees described in Section IV, paragraphs S and 6, and watchmen and guards) engaged on work covered by the Copeland Regulations during the preceding weekly payroll period. The statement shall be executed by the contractor or subcontractor or by an authorised officer or employee of the con- tractor or subcontractor who supervises the payment of wages. Contractors and subcontractors must use the certification set forth on US. Department of Labor Form WH-348. or the same certifi- cation appearing on the reverse of Optional US. Department of Labor Form WH-347, or on any form with identical wording. i Final labor summary: • The contractor and each subcontractor shall furnish, upon the completion of the contract, a summary of all employment, indicat- ing, for the completed project, the total hours worked and the total amount earned. This data shall be submitted to the State highway department resident engineer on Form PR -47 together with the data required in Section. VI, hereof, relative to materials and supplies. The provisions of this paragraph are not applicable to contracts for secondary highways or contracts financed solely with funds provided by the Highway Beautification Act of 1965, as amended. d. Finn! certificate: Upon completion of the contract, the contractor stall submit Imo the State highway department contracting officer, for transmis- sion to the. Federal Highway Administration with the voucher for final payment for any work performed under the contract, a certificate concerning wages and classifications for !aborert me- chanics, watchmen and guards employed on the project, in the following form: • • e c 'The undersigned, contractor as (Project No.) hereby certifies that all laborers, mechanics, apprentices, trainee. watchmen and guards employed by him or by any subcontractor performing work under the contract on the project have been paid wages at rates not less than those required by the contract pro- visions, and that the work performed by each such laborer, mechanic, apprentice or trainee conformed to the classifications set forth in the contract or training program provisions applicable to the wage rate paid. Signature and title • • • a L Payrolls and payroll records: a. Payrolls and basic records relating thereto will be main- tained during the course of the work and preserved for a period of three yeah thereafter for all laborers, mechanics, apprentices, trainees, watchmen and guards working at the site of the work. h. The payroll records 'ball contain the name, social security member and address of each such employee, his correct clasifies- Lion, rates of pay (including rates of contributions or costs antici- r=d of the types described is section 1(b) (2) of the Davis- Bn Act), daily and weekly number of hours worked, deductions made and actual wages paid. R'henever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs seasonably anticipated in providing benefits under a phut or pro- gram described is motion 1(b) (2) (B) of the Davifhaoss Ass, the contractor shall maintain records which show that the com- mitment to provide such benefits is enforceable, that the plan or program Is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics elected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. c. The payrolls shall contain the following information: (1) The employee's full name, address and social security number.. (The employee's full name and social security number need only appear on the first payroll on which his name appears. The employee's address need only be shown on the first submitted payroll on which the employee's name appears, unless a change of address necessitates a submittal to reflect the new aadieas.) (2) The employee's classification. (3) Entries indicating the employee's basic hourly wage rate and, where applicable, the overtime hourly wage rate. The payroll should indicate separately the amounts of employee and employer contributions to fringe benefit funds and/or programs. Any fringe benefits paid to the employee in cash must be indi- cated. There is no prescribed or mandatory form for showing the above information on payrolls. (4) The employee's daily and weekly hours worked in each classification, including actual overtime hours worked (not adjusted). (S) The itemised deductions made and (6) The net wages paid. d. The contractor will submit weekly a copy of all payrolls to the State highway department resident engineer. The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those deter- mined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic conform with the work he performed. Submission of a weekly statement which is required under this contract by Section V, paragraph 2. and the Copeland Regulations of the Secretary of Labor (29 CFR, Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor pursuant to Section IV, paragraph 3b, shall satisfy this requirement. The prime con- tractor shall be responsible for the submission of copies of payrolls of all subcontractors. The contractor will make the records re- quired under the labor standards clauses of the contract 'visitable for inspection by authorized representatives of the State highway department, the Federal Highway Administration and the Depart- ment of Labor, and will permit such representatives to interview employees during working hours on the job. e. The wages of labor shall be paid in kgal tender of the United States, except that this condition will be consideredsatis- fied if payment is made by negotiable check, on a solvent bank, which may be cashed readily by the employee in the local com- munity for the full amount, without discount or collection charges of any kind. Where checks are used for payment, the contractor shall make all necessary arrangements for them to be cashed and shall give information regarding such arrangements. f. No fee of any kind shall be asked or accepted by the con- tractor or any of his agents from any person as a condition of employment on the project. g. No laborers shall be charged for any tools used in perform- ing their respective duties except for reasonably avoidable loss or damage thereto. I. Every employee en the work covered by Clio contract shall be permitted to lodge, board and trade where and with whom he elects and neither the contractor nor his agents, nor his employees shall, directly or indirectly, require es a condition of employment that an employee shall lodge, board or trade at a particular place or with a particular person. i. No charge shall be made for any transportation furnished by the contractor, or his agents, to any person employed on dse seal. 42 f•as tit -1273 lea.. 175) I. No individual shall be employed ea a )laborer or nt.ehaaic on this contract except on a wage Luis, but this shall net be construed to prohibit the rental u( teams, tniekas or ether egttip treat from individuals. VI. RECORD OF MATERIALS, SUPPLIES AND LABOR 1. The provisions in this aeetioa w applicable to all contracts except contracts for secondary highways, contracts financed solely with funds provided by the Highwsy Seautl ficatioa Act of 1965, as amended. sad contracts with s total bid price leg than 3500,000. 2. The contractor shall maintain a record of the total cost of all materials and supplies purebased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form PR -47 and in the units shown. Upon completion of the contract, this record, together with the final labor summary eequired in Section V, paragraph 3, hereof, shall be transmitted to the State bighwsy department resident engineer for the project on Form PR -47 in accordance with instructions attached thereto. which will be furnished for this purpose upon request The quan- tities for the listed items shall be reported separately for roadway and for structures over 20 feet long as measured along the center. fine of the roadway. S. The contractor shall become familiar with the list of specific materials and supplies contained in Form PR -47 prior to the com- mencement of work under this contract. Any additional materials information required will be solicited through revisions of Form PR -47 with attendant explanation& "4 Where subcontractors are involved the contractor shall submit tither a tingle report covering work both by himself and all his subcontractor., or he may submit Separate reports for himself and for each of his subcontractors. VII. SUBLETTING OR ASSIGNING THE CONTRACT L The contractor shall perform with kis awn organization con. tract work amounting to sot lass than 50 percent of the original total contract price, except that any items designated by the State es 'Specialty Items" may be performed by subcontract and the amount of any ouch "Specialty .hems". so performed may be deductedfrom the original total contract price before computing the amount of work required to be performed by the couractor with his own organisation. a. "His own organization" shall be Construed to include only workmen employed and paid directly by the prime contractor and equipment owned or rented by him, with or without operators. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, craft/nuts/hip eir equipment not ordinarily available in contracting organizations qualified to bid on the contract u o whole and in general are to he limited to minor components of the overall contract 2. In addition to the 50 percent requirement set forth is pan. graph 1 above, the ontractor shall furnish (a) a competent super- intendent or foreman who is employed by him, who has full au. tthority to direct performance of the wont hi accordance with the contract requirement& and who is in charge of all construction o perations (regardless of who performs the work), and (b) such ether of hie own organisational capability and responsibility feu- perrision, management, arid engineering services) as the State highway department contracting officer determines is necessary is e nure the performance of the contract 2. The contract amount upon which the SO percent roquiresneat sat forth is paragraph 1 is computed includes the cost of materials sad 'manufactured products which are to be purchased or produced be the contractor ander the contract provisions. 4. Any Items that have been selected es 'Specialty hems" for the contrite' are hued as etch in the Special Previsions, bid schedule, ter elsewhere in the centrset documents. 15. No portion of the connect shall be sabiet, assigned sr other - elm disposed of seep' with the written eeaseat of the State high• way department contracting officer, or his authorized representa- tive, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Reqoest for permission to sublet, assign, or other- wise dispose of any portion of the contract shall be in writing and accompanied by (a) a showing that the organization which will perform the wont is particularly experienced and equipped for such work, and (b) an assurance by the contractor that the labor standards provisions set forth in this contract shall apply to labor performed on all work encompassed by the request. VIII. SAFETY; ACCIDENT PREVENTION In the performance of this contract, the'eontrsetor shalt comply with all applicsble Federal, State and local laws governing safety. health and sanitation. The contractor shall provide all safeguards, Mfety devices and protective equipment and take any other needed actions, en his own responsibility, or as the State highway depart. rent contracting officer may determine, reasonably necessary to protect the life and health of employees on the jobendthe safety of the public and to protect property in connection with the per. formance of the work covered by the contract. It is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall sot require any /borer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are an. sanitary, hazardous, or dangerous to his health or safety, as deter• mined under construction safety and health standards (Title 29, Code of Federal Regulations, Part 1926, formerly Part 1518, as revised from time to time), promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Con- tract 'Work Hours and Safety Standards Act (83 Stat. 96). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS • In order to assure high quality and durable construction in con• fortuity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, supplies, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly u possible. Willful falssrfication,.distortion, or misrepresentation with tempest to any fats related to the project is a violation of Federal low. To prevent any rnisunderksnding regarding the seriousness of these and similar acts, the following notice shill be posted on each Federal•aid highway project in one or more places where it is readily available to all personnel concerned with the project: • is • s NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS Tide 18, United Stites Code, Section 1020, reads es follows: 'Whoever, being an officer, agent, or employee of the United States, or of any State or,Territory, or whoever, whether a person, association, firm. or corporation, knowingly makes any false state scent, false representation, or false report as to the character, duality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the costs thereof in connection with the submission of plans. maps, specifications, contracts, or costs of corsstruction on any highway sr related project submitted for approval to the Secretary of Transportation: or "Whoever knowingly makes any false statement, false reptsssere Cation, false report, or false claim with respect to the character. quality, quantity, or cot of any work performed or to be per• formed. or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or 'Whoever knowingly makes sny false statement or false repre- sentation es le a material fact is any statement, certificate, or Palau PI -1/73 (ere. 9451 43 " report .eahmitted pursuant to pn.isioas of the Fsdaral" AId ]Reed Act approved July 1, 1916 (39 Stat. 333), am aa,s.isd sad tupplemeatd; 'Shall be fined sot more than $14,003 or iaapriraed mat moo than Ste seats, or both.' X. IMPLEMENTATION OF CLEAN Alt ACT ANS FEDERAL WATER POLLUTION CONTROL ACT U),PPLIC.ACIE TO CONTLACTS AND SULCONTRACTS WHICH EXCEED S100,043) 1. The contractor stipulates that any facility to be utilised la the performance of this contract, snless such contrast 4 asarapt under the Clean Air Act, as aarended.(42 U.S.0 1UU7 et asq., as amended by Pub. L 91-b0.3). and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub. L 92-540), Executive Order 11738, and revile - done its implementation thereof (40 C.F.R., Part 15), fa eel " Bated, as the data of *entrant award, on the U.S. Eavin i eatal Protestisa Assasy, (LPA) List of Vielatiag Facilities Pursuant to M C.P.I Irk " - 2. Tits sttosaster apron to osakly with all the requirements of section 114 of ie Clew Air Act and section 3(* of the Federal Water Psllutie�% Caatroi Act and all reputations and guidelines listed iersrdor. 3. The oontrsster shall promptly notify the State highway department of ie receipt of any communication from the Director, O(ce of Federal Activities, EPA, indicating that a facility to k utilised for the contract is under esasideratisn is he listed ea the EPA List of Violating Facilities.. 4. The *entractes ogre*. le include or cause *. be iacluded the requirements of subparagraphs 1 through 4 of this paragraph X in every nonexempt subcontract, and further agrees to take such action as the C verameat may direct as a slew of enforc- ing such requiremeata. 44 Pent P1-1273 Rey. 11-751 6-1.07 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted. b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Gabor, or any person to whom the Director delegates authority. c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Slack African racial groups not of Hispanic origin); (ii) Hispanic•(all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, ,• regardless of race); (iii) Asian and -Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through member- ship and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier. Subcontracts a portion of the work involving any construction trade. it ■hall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S. Department of Gabor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan Area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifica- tions. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of 11-3-80 45 " " employment and trailing of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they 40 not have a Federal or federally assisted construction contract shall apply the minority and female goalsestablished for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246. or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully. and shall implement affirmative action steps at least as extensive. as the following: a. Ensure and maintain a working environment free of harass- ment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned -to work. The Contractor, where possible. will assign two or more women to each construction project. The Contractor shall speci- fically ensure that all foremen, superintendents, and other on - site supervisory- personnel are aware of and carry out the Contractor's obligation to maintain such a working environment. with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and.maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organi- sations when the Contractor or its unions have employment opportunities available, and maintain a record of the organiza- tions' responses. c. Maintain a current file of the names. addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and ofwhat action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or. if referred, not employed by the Contractor, this shall be docu- mented in the file with the reason therefor. along with whatever additional actions the Contractor may have taken. 46 " d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collec- tive bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor'�% efforts to meet its obligations. e. Develop on-the-job training opportunities and/or partici- pate in training programs for the area which expressly include minorities and women. including upgrading programs and appren- ticeship and trainee programs relevant to the Contractor's .. . employment:needs, especially those programs funded or approved - by the Department of Labor. The Contractor.khail provide notice of these programs to the sources compiled uhder 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper. annual report, etc..; by specific review of the policy with all management personnel and with all minority and female employee�% at least once a year; and by posting the company EEO policy on bulletin boards accessibleto all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents. General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time end place of these meetings, persons attending, subject matter discussed. and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings. screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do ao under 41 CFR Part 60-3. 1. Conduct. at least annually, an inventory and evaluation at least of all minority and female personnel for promotional 47 " opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc.. such opportunities. m. Ensure that seniority practices. job classifications, work assignments and other personnel practices, do not have s discriminatory effect by continually monitoring all personnel and employment related activitiesto ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. " n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided, to assure privacy between the sexes. . o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary. associations, which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union, contractor - community. or other similar group of which the Contractor is a member and participant. may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the Contractor actively participates in the group. makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry. ensures that the concrete benefits of the program are reflected in the Con- tractor's minority and female workforce participation. makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equalemployment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example. even though the Contractor ha�% achieved its goals for women generally. the Contractor maybe in violation of the Executive Order if a specific minority group of women is 'underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color. religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specification�% and of the Equal Opportunity Clause, including suspension. termination and cancellation of 48 " existing subcontracts as may be imposed " r " rdered pursuant t" Executive Order 11246. as amended, and its implementing regulations. by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry " ut such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so -as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor*. fails to comply with the requirements of the Executive Order, the ' implementing regulations, or these specifications" , the Director shall proceed in accordance with 41 CFR 60-4.B.= 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required. by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex,.status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed.- Records shall be -maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of -compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 49 (To be used, when ioable, is Federal -aid projects • • ' In *Covered Areas. ,t * The number to be inserted in this paragraph will be furnished by Headquarter's Civil Rights Coordinator. 6-26-78 SECTION 6-2. FEDERAL REQUIREMENT TRAINING SPECIAL PROVISION 6-2.01. As part of the Contractor's equal employment opportunity affir- mative action program, training shall be provided a■ followss • The Contractor shall provide on-the-job training to develop full journeymen in the types of trades or job classification involved. The goal for the number of trainees. or apprentices to be trained under the requirements of this special provision will be one M.,' In the event the Contractor subcontracts a. portion of'the contract work, he shall determine how many, if any, of the trainees or appren- tices are to be trained by the subcontractor; provided however, that the Contractor shall retain the primary responsibility for meeting the training requirements imposed by this special provision. The Contractor shall also insure that this Training Special Provision is made applicable to such subcontract.. Where feasible, 25 percent of trainees or apprentices in each occupation shall be in their first year of apprenticeship or training. The number of. trainees or apprentices shall be distributed among the work classifications on the basis of the Contractor's needs and the availability of journeymen in the various classifications within a reasonable area of recruitment. Prior to commencing work, the Contractor shall submit to the Department for approval thenumber of trainees or apprentices to be trained in each selected classification and training program to be used. Furthermore, the Contractor shall specify the starting time for training in each of the classifications. The Contractor will be credited for each trainee or apprentice employed by him on the contract work who is currently enrolled or becomes enrolled in an approved program and will be reimbursed for such trainees or apprentices as provided. hereinafter. Training and upgrading of minorities and women toward journeymen status is a primary objective of this Training Special Provision. Accordingly, the Contractor shall sake every effort to enroll minority and women trainees or apprentices (e.g., by conducting systematic and ' direct recruitment through public and private sources likely to yield minority and women trainees or apprentices) to the extent such persons are available within a reasonable area of recruitment. The Contractor will be responsible for demonstrating the steps that he has taken in pursuance thereof, prior to a determination as to whether the Con- tractor is in compliance with this Training Special Provision. This training commitment is not intended, and shall not be used, to dis- criminate against anyapplicant for training, whether a member of a minority group or mot. No employee shall be employed as a trainee or apprentice in any Classification in which he has successfully completed • training course leading to journeyman status or in which he has been employed as a journeyman. The Contractor should satisfy this requirement by including appropriate questions in the employee application or by other suitable means. Regardless of the method used the Contractor's records should document the findings in each case. • The minimum length and type of training for each classification will be as established in the training program selected by the Contractor and approved by both the Department and the Federal Pighway Administra- tion. The Department and the Federal Highway Administration will approve a program if it is reasonably calculated to meet the equal employment opportunity obligations of the Contractor and to qualify the average trainee or apprentice for journeyman status in the classification concerned by the end of the training period. Further- more, apprenticeship programs registered with the D.S. Department of tabor, Bureau of Apprenticeship and Training, or with the State of California, Department of Industrial Relations, Division of Appren- ticeship Standards recognised by the Bureau and training programs; 50 6-26-78 approved but not necessarily sponsored by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Train- ing 'hall also be considered acceptable provided it is being administered in a manner consistent with the equal employment obli- gations of Federal -aid highway construction contracts. Approval. q; acceptance of • training program shall be obtained from the State. prior to commencing work on the classification covered by the pro- gram. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk -typists or secretarial -type positions. Training is permissible in lower level management positions such as office engineers, estimators, time- keepers, etc., where the training is oriented toward construction applications. Training in the laborer classification may be permitted provided that significant and meaningful training is provided and approved by the division office.. Some offsite train- ing is permissible as long as the training is an integral part of an approved training program and does not comprise a significant part of the overall training. Except as otherwise noted below, the Contractor will be reimbursed $0 cents per hour of training given an employee on this contract in accordance with an approved training program. As approved by the Engineer, reimbursement will be made for training of persons in excess of the number specified herein. This reimbursement will be made even though the Contractor receives additional training pro- gram funds from other sources, provided such other source does not specifically prohibit the Contractor from receiving other reimburse- ment. Reimbursement for offsite training indicated above may only be made to the Contractor where he does one or more of the following and the trainees or apprentices are concurrently employed on a Federal -aid project: contributes to the cost of the training, pro- vides the instruction to the trainee or apprentice or pays the trainee's or apprentice's wages during the offsite training period. No payment shall be made to the Contractor if either the failure to provide the required training, or the failure to hire the trainee or apprentice as a journeyman, is caused by the Contractor and evidences a lack of -good faith on the part of the Contractor in meeting the requirements of this Training Special Provision. It is normally expected that a trainee or apprentice will begin his training on the project as soon as feasible after start of work utilizing the skill involved and remain on the project as long as training opportunities exist in his work classification or until he has completed his training program. It is not require&_ that all trainees or apprentices be on board for the entire length of the contract. A Contractor will have fulfilled his responsibilities under this Training Special Provision if he has provided acceptable training to the number of trainees or apprentices specified. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. Only trainees or apprentices registered in a program approved by the State of California's State Administrator of Apprenticeship may be employed on the. project and said trainees or apprentices shall be paid the standard wage specified under the regulations of the -craft or trade at which they are employed. The Contractor shall furnish the trainee or apprentice a copy of the program he will follow it providing the training. The Contractor shall provide each trainee or apprentice with a certification showing the type and length of training satisfactorily completed. The Contractor will provide for the maintenance of -records dand furnish periodic reports documenting his performance ?raining Special Provision. 51 " " SECTION 7. (BLANK) SECTION 8. MATERIALS SECTION 8-1. MISCELLANEOUS 8-1.01 GENERAL. --Attention is directed to Section 6, "Control of Materials," of the Standard Specifications and these special provisions. The first paragraph in Section 6-1.01, "Source of Supply and Quality of Materials" of the Standard Specifications is amended to read: The Contractor shall furnish all materials required to complete the work, except materials that are designated in the specifications to be furnished by the State and materials furnished by the State in accordance with Section 9-1.03, "Force Account Payment." Attention is directed to Section 6-3.01, "General ," of the Standard Specifications. The California Transportation Laboratory has issued a new Manual of Test. The new manual refers to the tests as "California Test---" whereas the previous manual referred to tests as "Test Method No. Calif.---". The numbers, except as noted below, have not been changed. (Old "Test Method No. Calif. 216" is now "California Test 216".) All tests previously in the 900 series have been renumbered to be in the 100 series. (Old "Test Method No. Calif. 913" is now "California Test 113".) Wherever in the specifications a reference is made to Test Method No. Calif.---, it shall be deemed to be a reference to California Test---. (A reference to Test Method No. Calif. 9 --shall be deemed to be a reference to California Test 1--.) 8-1.02 STATE -FURNISHED MATERIALS. --Attention is directed to Section 6-1.02, "State -Furnished Materials," of the Standard Specifications and these special provisions. If, in the opinion of the Engineer, the Contractor's operations are delayed or interfered with by reason of the State not furnishing State -furnished material within the time specified for the advance notice as required in said Section 6-1.02, the State will compensate the Contractor for such delays to the extent provided in Section 8-1.09, "Right of Way Delays," of the Standard Specifications, Method No. Calif. 216" is now "California Test 216".) All tests previously in the 900 series have been renumbered to be in t The following materials for work on El Camino Real as shown on Sheets 15 and 16 will be furnished to the Contractor: Sign panels for roadside signs and overhead sign structures. 52 " " Hardware for mounting sign panels as follows: 1. Blind rivets for mounting overlapping legend at sign panel joints. 2. Closure inserts. 3. Aluminum bolts and nuts and steel beveled washers" for mounting laminated sign panels on overhead sign structures. Sign panels for overhead sign structures' will be furnished to the Contractor at the site of the project or at the Department of Transportation's Warehouse, 930 East 111th Place, Los Angeles, California, at the option of the Contractor. In addition to the written request 30 days in advance of intended installation, the Contractor shall, -within 30 days of receiving notice that the contract has been approved, notify the Engineer in writing at which location such panels are to be delivered. Loop detector sensor units, asphalt concrete sealant, isolators for the modification of the Type 170 Controller at the intersection of El Camino Real and 31st Avenue will be furnished to the Contractor. 53 " " SECTION 8-2. CONCRETE 8-2.01 PORTLAND CEMENT. --The first paragraph in Section 90-2.01, "Portland Cement," of the Standard Specifications is amended to read: Unless otherwise specified, portland cement shall be either "Type IP (MS) Modified" or "Type II Modified." "Type IP (MS) Modified" cement shall conform to the specifications for Type IP (MS) Cement in ASTM Designation: C 595 and shall be comprised of an intimate mixture of "Type II Modified" cement and" not more than 20 percent of a pozzolanic material. "Type II Modified" cement shall conform to the specifications for Type II cement in ASTM Designation; C 150. In addition, "Type IP (MS) Modified" and "Type II Modified" cement shall conform to the following requirements: (1) The cement shall not contain more than 0.60 percent by weight of alkalies, calculated as the percentage of Na 0 plus 0.658 times the percentage of K 0, when determined by2 either direct intensity flame photometrj or by the atcmic absorption method. The instrument and procedure used shall be qualified as to precision and accuracy in accordance with the requirements of ASTM Designation: C 114. (2) The autoclave expansion shall not exceed 0.50 percent. (3) Mortar, containing the portland cement to be used and Ottawa sand, when tested in accordance with California Test. 527, shall not expand in water more than 0.010 percent and shall not contract in air more than 0.048 percent except that when portland cement is to be used for precast prestressed concrete piling, precast prestressed concrete members or steam cured concrete products, the mortar shall not contract in air more than 0.053 percent. The third and fourth paragraphs of Section 90-2.01, "Portland Cement," of the Standard Specifications are deleted. Subject to the following conditions, pozzolan may be used to replace up to 15 percent of the required portland cement in concrete: Pozzolan shall not be used to replace Type IP (MS) modified portland cement or Type III portland cement. In addition to other requirements, when concrete is completely mixed in paving or tilt drum stationary mixers, the pozzolan shall be weighed in a separate weigh hopper and cement and pozzolan shall be introduced simultaneously into the mixer proportionately with the aggregate. The weight of pozzolan used shall be equal to or greater than the weight of the portland cement replaced. 54 " " Pozzolan shall conform to ASTM Designation: C 618, Class N or Class F, except that the loss on ignition for Class F pozzolan shall not exceed 4 percent. The weigh hopper, charging and discharge mechanisms used to proportion pozzolan shall conform to the requirements for portland cement weigh hoppers, charging and discharge mechanisms in Section 90-5.038, "Proportioning for Structures," of the Standard Specifications and in ASTM Designation: C 94. In determining the maximum amount of free water that may be used in concrete, pozzolan shall be considered to be cement. The pozzolan used in the manufacture of concrete for exposed surfaces of like elements of a structure shall be of the same brand and of the same percentage. The pozzolan shall be protected from exposure to moisture until used. Sacked pozzolan shall be so piled as to permit access for tally, inspection and identification for each shipment. The Contractor shall make arrangements with the manufacturer of ready mixed concrete or precast concrete productsto provide adequate facilities to assure that pozzolan meeting the requirements specified in these special provisions shall be kept separate from other pozzolan in order to prevent any but the specified pozzolan from entering the work. The Contractor shall also make arrangements with said manufacturer to provide safe and suitable facilities for sampling pozzolan at the weigh hopper or in the feed line immediately before entering the hopper. If pozzolan is used prior to sampling and testing as provided in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications and the pozzolan is delivered directly to the site of the work, the certificate of compliance shall be signed by the pozzolan manufacturer. If the pozzolan is used in ready mix concrete or in precast concrete products purchased as such by the Contractor, the certificate of compliance shall be signed by the manufacturer of such concrete or product. Pozzolan furnished without a certificate of compliance shall not be used in the work until the Engineer has had sufficient time to make appropriate tests and has approved the pozzolan for use. 8-2.02 BATCH COUNTERS. --The eighth paragraph in Section 90-6.02, "Machine Mixing," of the Standard Specifications is amended to read: When producing concrete for pavement or base, suitable batch counters shall be installed and maintained in good operating condition at jobsi.te batching plants and stationary mixers. The batch counters shall indicate the exact number of batches proportioned and mixed. 55 " " 8-2.03 AGGREGATES. --The third paragraph of Section 90-2.02, "Aggregates," of the Standard Specifications is amended to read: The Contractor, at his expense, shall provide safe and suitable facilities, including necessary splitting devices for obtaining samples of aggregates. 8-2.04 CONCRETE AGGREGATE GRADINGS.--Section 90-3.01, "General ," of the Standard Specifications is amended to read: The grading of all aggregates will be determined by California Test 202. Before beginning concrete work, the Contractor shall submit in writing to the Engineer the gradation of the primary aggregate nominal sizes which he proposes to furnish. If a primary coarse aggregate or the fine aggregate is separated into 2 or more sizes, the proposed gradation shall consist of the gradation for each individual size, and the proposed proportions of each individual size, combined mathematically to indicate one proposed gradation. Such gradation shall meet the grading requirements shown in the table in this section, and shall show the percentage passing each of the sieve sizes used in determining the end result. The Engineer may waive, in writing, the gradation requirements in this Section 90-3.01 and in Sections 90-3.02, "Coarse Aggregate Grading," 90-3.03, "Fine Aggregate Grading," 90-3.04, "Combined Aggregate Grading," and 90-10.02B, "Aggregate," if, in his opinion, the furnishing of said gradation is not necessary for the type or amount of concrete work to be constructed. Gradations proposed by the Contractor shall be within the following limits: Limits of Primary Aggregate Proposed Gradation Nominal. Size. Sieve Sizes Percent Passing 1 1/2" x 3/4" 1" 19-41 1" x No. 4 3/4" 52-85 1" x No. 4 3/8" 15-38 Fine Aggregate No. 16 55-75 Fine Aggregate No. 30 34-46 Fine Aggregate No. 50 16-29 Should the Contractor change his source of supply, he shall submit in writing to the Engineer the new gradations before their intended use. The result of aggregate grading tests shall conform to said Sections 90-3.02 and 90-3.03. If the results do not fall within the limits shown under "Operating Range", but meet "Contract Canpliance"limits, the placement of concrete shall be suspended at the completion of that pour until tests or other information 56 " " indicate that the next material to be used in the work will comply with the requirement specified for "Operating Range." If the results of tests taken do not fall within the limits shown under "Contract Compliance," the concrete which is represented by the tests shall be removed, except that if the Engineer determines that said concrete is structurally adequate, the concrete may remain in place and the Contractor shall pay to the State $2.00 per " cubic yard for paving concrete and $4.00 per cubic yard for` all other concrete for such concrete left in place and the Department may deduct such amount from any moneys due; or that may become due, the Contractor under the contract. No single aggregate grading test cubic yards of concrete or one day's Section 90-3.02, "Coarse Aggregate Specifications is amended to read: shall represent more than 300 pour, whichever is smaller. Grading," of the Standard The grading requirements for coarse aggregate are shown following table for each size of coarse aggregate: Pe rc en to Primary Aggrega 1 1/2" x 3/4" Sieve Operating Sizes Range 2" 100 1 1/2" 88-100 1" X-18 3/4" 0-17 3/8" 0-7 No. 4 No. 8 Contract Compliance 100 85-00 X-25 0-20 0-9 ge Passing to Naninal Sizes 1" x No. 4 Operating Contract Range Compliance 100 88 -100 X �15 X �15 O -16 0 -6 100 86 -100 X �22 X �22 0-18 0-7 in the In the above table, the symbol X is the gradation which the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." Coarse aggregate for the 1 1/2" Max. combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," shall be furnished in 2 " or more primary aggregate nominal sizes. Each primary aggregate nominal size may be separated into 2 sizes and stored separately provided that if the materials were combined they would conform to the grading requirements for that particular primary aggregate nominal size being separated. When the 1" Max. combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," is to be used, the coarse aggregate may be separated into 2 sizes and stored separately provided that when combined the material shall conform to the grading requirements for the 1" x No. 4 primary aggregate nominal " 57 " " size. Section 90-3.03, "Fine Aggregate Grading," of the Standard Specifications is amended to read: Fine aggregate shall be graded within the following limits: Percentage Passing Fine Aggregate Nominal Sizes Operating Contract Sieve Sizes Range Compliance 3/8" 100 100 No. 4 95 -100 93 -100 No. 8 65 -95 61 -99 No. 16 X �10 X �13 No. 30 X �9 X �12 N o . 50 X �6 X �9 No. 100 2 -10 1 -12 No. 200 0 -5 0 -7 In the above table, the symbol X is the gradation which the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." In addition to the above required grading analysis, the distribution of the fine aggregate sizes shall be such that the difference between the total percentage passing the No. 16 sieve and the total percentage passing the No. 30 sieve shall be between 10 and 40; and the difference between the percentage passing the No. 30 and No. 50 sieves shall be between 10 and 40. Fine aggregate may be separated into 2 or more sizes and stored separately, provided that when the materials are combined they will conform to the grading requirements specified in this Section 90-3.03. Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications is amended to read: Combined aggregate grading limits shall be used only for the design of concrete mixes. Concrete mixes shall be designed so that aggregates are combined in proportions that will produce a mixture within the grading limits for combined aggregates as specified in this Section 90-3.04. Within these limitations, the relative proportions shall be as ordered by the Engineer, except as otherwise provided in Section 90-1.01, "Description." 58 Grading Limits of Combined Aggregates Percentage Passing Sieve Sizes 1 1/2" Max. 1" Max. 2" 100 1 1/2" 90-100 100 1" 50- 86 90-100 3/4" 45- 75 55-100. 3/8" 38- 55 45- 75 No. 4 30- 45 35- 60 No. 8 23- 38 27- 45 No. 16 17- 33 20- 35 No. 30 10- 22 12- 25 No. 50 4- 10 5-.15 No. 100 1- 3 1- 5 No. 200 0- 2 0- 2 The combined aggregate grading used in portland cement concrete pavement shall be 1 1/2" Max. grading. The combined aggregate grading used in concrete for structures and other concrete items, except when specified otherwise in these specifications or the special provisions, shall be either the 1 1/2" Max. grading or the 1" Max. grading at the option of the Contractor. Changes from one grading to another shall not be made during the progress of the work unless permitted by the Engineer. 8-2.05 CONCRETE AGGREGATE SAND EQUIVALENT AND CLEANNESS. --Attention is directed to Section 90-2.02, "Aggregates," of the Standard Specifications. Coarse aggregate meeting the following quality requirements: Tests California Test Requirements Loss in Los Angeles Rattler 211 45% Max. (after 500 revolutions) Cleanness Value 277 Individual Test Results 68 Min. Moving Average 71 Min. and fine aggregate meeting the following quality requirements: 59 " " California Tests Test Requirements Organic Impurities 213 Sati sfactoryl Mortar Strengths Relative 515 95% Min. to Ottawa Sand " Sand Equivalent 217 Individual Test Results 68 Min. Moving Average 71 Min. 1 Fine aggregate developing a color darker than the reference standard color solution may be accepted if it is determined by the Engineer, from mortar strength tests, that a darker color is acceptable. will be accepted for use if the Contractor furnishes a Certificate of Compliance, as provided in Section 6-1.07, "Certificate of Compliance," of the Standard Specifications certifying that: (1) coarse aggregate sampled at the completion of processing at the aggregate production plant had a Cleanness Value not less than 82, when tested by California Test 227, (2) fine aggregate sampled at the completion of processing at the aggregate production plant had a Sand Equivalent value of not less than 82, when tested by California Test 217, and (3) prequalification tests, performed in accordance with California Test 549, indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater than 105 percent (based on concrete). 60 " SECTION 9. DESCRIPTION OF WORK The work to be done consists in general of widening El Camino Real, State Route 82, by grading, removal of existing roadway elements, and surfacing with asphalt concrete on an aggregate base, as shown on the typical sections. The work also involves widening Hillsdale Blvd., a city street, including removal of existing roadway elements, grading and surfacing with asphalt concrete on an aggregate base, as shown on the typical sections. Also included in the work is modification of two traffic signals on El Camino Real and installation of two new traffic signals on Hillsdale Blvd. 61 " " SECTION 10. CONSTRUCTION DETAILS SECTION 10-1. GENERAL 10-1.01 ORDER OR WORK. --Order of work shall conform to the provisions in Section 5-1.05, "Order of Work," of the Standard Specifications and these special provisions. ' 4 The first order of work shall be to place the order for the traffic signal control equipment. The contractor shall furnish the Engineer with a statement from the vendor that the order for said control equipment has been received and accepted by said vendor. No excavation within 2 feet of the traveled way shall remain open longer than is necessary to perform the work. The excavation shall not extend more than 0.04 miles in advance of pavement construction. Preparation of subgrade and construction of the structural section shall follow immediately after excavation and shall be performed in an operation continuing through each working day, from the beginning of excavation to the placing of surfacing to match the grade of the adjacent pavement. At the end of each work day if a difference in excess of 0.5 - foot exists between the elevation of the existing pavement and the elevation of any excavation within 2 feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations, native material may be used for this purpose, however, once the placing of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation. Full canpensation for placing the material on a 4:1 slope, regardless of the number of times it is required, and subsequent removing or reshaping of the material to . the lines and grades shown on the plans shall be considered as included in the contract price paid for the materials involved and no additional compensation will be allowed therefore. No payment will be made for material placed in excess of that required for the structural section. 10-1.02 MAINTAINING TRAFFIC. --Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," 7-1.092, "Lane Closure," 7-1.093, "Portable Delineators," and 7-1.095, "Flagging Costs," of the Standard Specifications and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from his responsibility as provided in said Section 7-1.09. Except for work required to install, maintain and remove traffic control devices, no employee of the Contractor shall work nor shall any equipment be operated on the shoulder or in the median area within 6 feet of an edge of traveled way or auxiliary lane carrying public traffic. When traffic cones or delineators are used to delineate a 62 ui.n V 1 it tHU tif.•v. G.'liJi Couniy, Rouri:, P.M. Cri3:t :+ Diruction ' •'..,C. r7r;i Limits ir t4 / LANE REQUIREMENTS & HOURS OF GJORlt Io Thursday, Inclusive frii:ays b Days Preceding Designated Legal Holidays Satrdays �x Su:Ways & Dosiz2a.aii Legal Holidays a C N M Q Y/1 .p 11 Go P O ✓ Provide at least one 1.0 -Foot minimum width traffic lane in direction of travel. Provide at least two 10 -Foot minimum width traffic lanes in direction of travel. Ho lane closure permitted. Remarks: CV f"1 r► N +O ti CD Q. 1 Piece do Ors/(j /0- LJE.2c.'. ca Y•,)%1 CJ4!/ arvi- 4,.J . LOClea Z441 0 m r,.. ✓ 7 " " temporary edge of traveled way, the line of cones or delineators shall be considered to be the edge of traveled way, however, the Contractor shall not reduce the width of an existing lane to less than 10 feet without written approval from the Engineer. The provisions of this paragraph shall not apply to a work area protected by permanent or temporary railing or barrier. Section 7-1.092, "Lane Closure," of the Standard Specifications is amended as follows: The first paragraph is amended to read: Whenever a traffic lane is to be closed to public traffic the contractor shall install a traffic control system as specified in the special provisions and as shown on the plans. If the special provisions do not provide for traffic control systems, lane closures shall conform to the current "MANUAL OF TRAFFIC CONTROLS - Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways." The second, ninth, and tenth paragraphs are deleted. The eleventh paragraph is amended to read: Except as otherwise provided in Section 7-1.09, "Public Safety," or in the special provisions, full compensation for conforming to all of the provisions in this Section 7-1.092 shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore. All traffic cones used on the project shall conform to the requirements for fluorescent traffic cones in said Section 7-1.092. The top of fluorescent traffic cones used in the work during the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, shall be covered by a 7 -inch flexible vinyl reflective cone sleeve. The sleeve shall be silver white and shall have not less than the following dry reflectance values, expressed in units of candlepower per foot-candle per square foot. The wet reflectance values shall be not less than 90 percent of the dry values. Divergence Incidence Reflectance Angle Angle Val ue 0.2� -4� 250 0.2� 30� 60 0.5� -4� 150 0.5� 30� 40 All tests for reflectance value shall be performedin accordance with California Test 642. 10-1.03 OBSTRUCTIONS. --Attention is directed to Sections 8-1.10, "Utility and Non -Highway Facilities," and 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. 64 The Contractor's attention is directed to the existence of certain underground facilities that may require special precautions be taken by the Contractor to protect the health, safety and welfare of workmen and of the public. Facilities requiring special precautions include, but are not limited to: conductors of petroleum products, oxygen, chlorine, and toxic or flammable gases; natural gas in pipelines greater than 6 inches in diameter or pipelines operating at pressure greater than 60 psi (gage); underground electric supply system conductors or cables either directly buried or in duct or conduit which do not 'have concentric neutral conductors or other effectively grounded` metal shields or sheaths; and underground electrical conductors with potential to ground of more than 300 volts. The Contractor shall notify the Engineer at least 24 hrs. prior to performing any work in the vicinity of such facilities. If such facilities are not located on the plans in both alignment and elevation, no work shall. be performed in the vicinity of said facilities until the owner, or his representative, has located the facility by potholing, probing, or other means that will locate and identify the facility. If, in the opinion of the Engineer, the Contractor's operations are delayed or interfered with by reason of the utility facilities not being located by the owner or his representative, the State will compensate the Contractor for such delays to the extent provided in Section 8-1.09, "Right of Way Delays," of the Standard Specifications, and not otherwise, except as provided in Section 8-1.10, Utility and Non -Highway Facilities," of the Standard Specifications. Relocation or adjustment of the following utility facilities will require coordination with the Contractor's operations. The Contractor shall make necessary arrangements with the utility company, through the Engineer, and shall submit a schedule of work, verified by a representative of the utility company, to the Engineer. The schedule of work shall provide not less than the following number of working days, as defined in Section 8-1.06, "Time of Completion," of the Standard specifications for the utility company to complete their work. Utility (Address) California Water Sery ice 601 S. P. 0. Box 1791 San Mateo, Ca. 94401 Ph. 415-343-1808 800-642-2444 Pacific Telephone Co. 1295 Veterans Blvd. Redwood City, Ca. 94063 'PH. 415-365-6499 800-642-2444 Location Relocation of fire hydrants along El Camino Real Relocation of fire hydrants valves and service connections on Hillsdale Blvd., El Camino Real to Edison St. Adjustment of pull boxes in sidewalk area HillHillsdale Blvd. adjacent to Sears Working Days 20 20 2 65 , Pacific Gas S Elec�ic 1970 Industrial Way Belmont, Ca. 94002 Ph. 415-592-9200 600-642-2444 Adjustment of pull boxes 411 in sidewalk areas Relocate portion of 8" gas main, El Camino Real, Eng. Sta. 9+72± Adjustment of electrical duct line at intersection of 31st Ave. and El Camino Real Adjustment of electrical conduit on Hillsdale Blvd., Sta. 6+60± Relocate 4" gas main,'two loca- tions, Hillsdale Blvd. Relocate 6" gas main at inter- section of El Camino Real and !31st Ave. at Sta. 0+00 2 10 25 15 Anticipate work to be done prior to start of construction 7 In the event that the utility facilities mentioned above are not relocated or adjusted by the times specified and, if in the opinion of the Engineer, the Contractor's operations are delayed or interfered with by reason of the utility facilities not being relocated or adjusted by said times, the State will compensate the Contractor for such delays to the extent provided in Section 8-1.09, "Right of Way Delays," of the -Standard Specifications, and not otherwise, except as provided in Section 8-1.10, "Utility and Non -Highway Facilities," of the Standard Specifications. 10-1.04 EXISTING HIGHWAY FACILITIES. --The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. 10-1.04A ABANDON STORM DRAIN PIPE LINES. --Existing storm drain pipe lines, where shown on the plans to be abandoned, shall be abandoned in place or at the option of the Contractor, the culverts and pipe lines shall be removed and disposed of. All resulting openings into existing structures, that are to remain in place, shall be plugged with commercial quality concrete. Abandoning storm drain pipe lines in place shall conform tothe following: The ends of storm drain pipe lines shall be securely closed by a 0.5 -foot thick tight fitting plug or wall of commercial quality concrete containing not less than 470 pounds of cement per cubic yard. Storm drain pipe lines shall not be abandoned until their use is no longer required. The Contractor shall notify the Engineer in advance of any intended culvert or pipe abandonment. Full compensation for plugs, pipe removal, structural excavation and backfill shall be considered as included in the contract lineal foot price paid for reinforced concrete pipe and no additional compensation will be al l owed therefore. 10-1.048 ABANDON INLETS. --Existing pipe and drainage inlets where shown on the plans, shall be abandoned. 66 Frames and grates shall be removed and salvaged as shown on the plans. The top portion of the inlets shall be removed to a depth of 1.0 feet below finished grade. Full compensation for abandoning included in the contract lineal concrete pipe and no additional therefore. inlets shall be considered as feet price paid for reinforced compensation will be allowed 10-1.04C REMOVE ROADSIDE SIGNS. --Existing roadside signs, at locations shown on the plans to be removed, shal be removed and disposed of. Sign panels, as shown on the plans, shal be salvaged. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. Each multipost sign or single post sign with one or more sign panels mounted on the post shall be considered a single unit. 10-1.04D RESET ROADSIDE SIGNS. --Existing roadside signs shall be removed, salvaged and reset as shown on the plans. Each roadside sign shall be reset on the same day said sign is removed. Each multipost sign or single post sign with one -or more sign panels mounted on the post -shall be considered a single unit. 10-1.04E REMOVE RAISED TRAFFIC BARS. --Existing raised traffic bars as shown on the plans shall be removed and disposed of by the Contractor. 10-1.04F FLAGPOLE RELOCATION & REPLACEMENT. --Contractor shall remove and relocate eight flagpoles in the existing medians to similar locations in the proposed medians. Removal shall include footings, flagpole mounted floodlia:its, and related accessories. Replacement shall in- clude construction of concrete footings and related hardware to the sizes and dimensions of existing footings, extension of conduit and wiring and re -wiring back to -existing junction boxes, erection and installation of flagpoles, lig'_-ts and all hardware. Hillsdale Shoppinc Center shall be responsible for locating existing junction boxes, all painting and cleaning, lamps, flags and rope, and the encroachment Writ from the City of San Mateo. 10-1.05 ROADSIDE SIGNS, --Roadside signs shall be installed at the locations shown on the plans or where directed. by the Engineer, and shall conform to the provisions in Section 56-2, "Roadside Signs," of the Standard Specifications. 10-1.06 INSTALL SIGN PANELS ON EXISTING FRAMES. --Sign panels shall be installed on existing frames at the locations shown on the plans or where directed by the Engineers and in conformance with the provisions in Section 56-1.06, "Sign Panels and Fastening Hardware," of the Standard Specifications and these special provisions. 67 " " Existing sign panels, as shown on the plans, shall be removed and disposed of as provided in Section 15, "Existing Highways Facilities," of the Standard Specifications. Installing sign panels on existing frames will be measured by the square foot, and the quantity to be paid for will be the total area, in square feet, of sign panels installed in place. The contract price paid per square foot for..install sign panel on. existing frame shall include full compensation " for furnishing all labor, materials, (except State -furnished sign panels and mounting bolts) , tools, equipment, and incidentals, and for doing all the work involved in installing sign panels on existing frames, complete in place including removing and disposing of existing sign panels, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.07 PLANING ASPHALT CONCRETE PAVEMENT. --Existing asphalt concrete shall be planed at the locations and to the dimensions shown on the plans and in accordance with these special provisions. Planing asphalt concrete pavement shall, at the option of the Contractor and subject to approval of the local Air Pollution Control Officer, be performed by either cold planing or heater planing. The cold planing machine shall have a cutter head at least 30 inches wide and shall be operated so as not to produce fumes or smoke. The heater planing machine shall have, in combination or separately, a means for heating and cutting the asphalt concrete surface and bl ailing the displaced material into windows in one continuous forward motion. The cutting width of the blade shall not be less than 3 feet. Heat shall be applied uniformly to the area to be planed and shall be accurately controlled according to conditions and road . surfacing being planed. Heater planing operations shall not be carried on at any time where, if an open flame is used in the heater, there is danger of igniting entrapped gases from sewers or gas mains. The depth, width and shape of the cut shall be as indicated on the typical cross sections or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the planed area shall be neat and uniform. The road surfacing to remain in place shall not be damaged in any way. Planed widths of pavement shall be continuous except for intersections at cross streets where the planing shall be carried around the corners and through the conform lines. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be immediately removed from the site of the work and disposed of as 68 " provided in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The removal crew shall follow within 50 feet of the planer, unless otherwise directed by the Engineer. Planing asphalt concrete pavement will be measured by the square yard. The quantity to be paid for will be the actual area of surface planed irrespective of the number of passes required. The contract price paid per square yard for.. plane asphalt concrete pavement shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in planing asphalt concrete surfacing and disposing of material removed, as specified in these special provisions and as directed by the Engineer. 10-1.08 REMOVE CONCRETE. --Removing concrete shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. The pay quantities of concrete to be removed will be measured by the cubic yard, measured before and during removal operations. Concrete removed shall be disposed of in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. 10-1.09 CLEARING AND GRUBBING. --Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Speci fications. 10-1.10 WATERING. --Watering shall conform to the provisions in Section 17, "Watering," of the Standard Specifications, except that full compensation for develop water supply shall be considered as included in the prices paid for the various contract items of work involving the use of water and no separate payment will be made therefore. 10-1.11 EARTHWORK. --Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these special provisions. The first paragraph of Section 19-2.02, "Unsuitable Material," of the Standard Specifications is amended to read: Unsuitable material encountered below the natural ground surface in embankment areas or below the grading plane in excavation areas shall be excavated and disposed of as directed by the Engineer. Unsuitable material is defined as material the Engineer determines to be: 1. of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content; or 2. too wet to be properly compacted and circumstances prevent suitable in -place drying prior to incorporation into the work; or 69 " " 3. otherwise unsuitable for the planned use. The presence of excessive moisture in a material is not, by itself, sufficient cause for determining that the material is unsuitable. The first paragraph of Section 19-3.04, "Foundation Treatment," of the Standard Specifications is amended to read: 'When no piles are used and footing concrete, culverts or other structures are to rest on an excavated surface other than rock the following shall apply: Care shall be taken during excavation to prevent disturbing the foundation. If ground water is encountered during excavation, dewatering shall be commenced and shall proceed in advance of or concurrently with further excavation. The. foundation shall be kept free of ground and surface water prior to and during the placement of footing concrete, culverts or other pipes, or structures, including the filling of any pipe joints, and as long thereafter as directed by the Engineer. The methods used to remove and control ground and surface water encountered in excavation areas shall be such that the stability or bearing capacity of the existing foundation material is not reduced. At the option and at the expense of the Contractor, and solely for his convenience in removing ground or surface water from excavations, material below the bottom of the excavation that would otherwise be considered suitable may be removed and replaced with a suitable replacement material in accordance with the placing and canpacting requirements for structure backfill. Said suitable replacement material shall be Class 2 aggregate base, conforming to the provisions in Section 26, "Aggregate Bases," unless the Engineer determines that a different class or type of material is required to provide the equivalent bearing capacity. When undisturbed original material at the planned grade of the excavation i s .determined by the Engineer to be unsuitable material , as defined in Section 19-2.02, "Unsuitable Materials," the Engineer will direct corrective work and the cost of such corrective work, other than structure excavation and backfill within the limits described in Section 19-3.07, "Measurement," will be paid for as extra work as provided in Section 4-1.03D. Subsequent to the original excavation and foundation preparation, if suitable foundation material has been disturbed by the Contractor's operations or has been damaged by water, the foundation shall be restored by the Contractor, at his expense, to a condition at least equal to the undisturbed foundation. 70 " The requirements in the second paragraph of Section 19-5.03, "Relative Compaction (95 percent)," of the Standard Specifications shall not apply. All references to culvert excavation and culvert backfill on the plans shall be deemed to mean structure excavation and structure backfill, respectively, in the specifications. Culvert backfill , shown on the plans as 90 percent relative compaction, shall conform to the requirements in the seventh paragraph in Section 19-3.06, "Structure Backfill," of the Standard Specifications except that relative compaction of any material placed within 2 1/2 feet of finished grade shall be as specified for embankment. At the option of the Contractor, structure backfill for pipe culverts shall conform to the requirements in Section 19-3.06, "Structure Backfill ," of the Standard Specifications, or shall conform to the requirements for portland -cement concrete slurry mix backfill in these special provisions. If the Contractor elects to use portland cement concrete slurry mix backfill, the minimum width of the excavation, at the spring line of the culvert, shall be the diameter, or span, of the culvert plus twice the wall thickness plus one foot, for culverts up to and including 42 inches in diameter or span, or plus two feet, for culverts over 42 inches in diameter or span. Portland cement concrete slurry mix backfill shall conform to the requirements in Section 19-3.025C, "Soil Cement Bedding," of the Standard Specifications and shall contain not less than 188 pounds of cement per cubic yard of material produced. Portland cement concrete slurry mix backfill shall be placed only for that portion of the structure backfill below the original ground or the grading plane or the top of the embankment placed prior to excavating for the culvert pipe. Where necessary, earth plugs shall be compacted at each end of the pipe prior to placing backfill in a manner that will canpletely contain the concrete slurry mix in the pipe trench. The provisions of the first, second, third, fourth and seventh paragraphs in Section 19-3.08, "Payment," of the Standard Specifications shall not apply to excavation and backfill for culverts. The quantities of structure excavation and structure backfill involved in excavating and backfilling culverts will not be paid for as separate items. Full compensation for structure excavation and structure backfill, for controlling and removing water from excavations and for furnishing and installing or constructing all cofferdams and all other facilities necessary to the operations and their subsequent removal, if required by the Engineer, shall be considered as included in the contract prices paid per linear foot for the various sizes, shapes and kinds of pipe culverts. No separate payment will be made therefore. 71 fb • Full compensation for hauling or otherwise disposing of the material as directed by the Engineer shall be considered as included in the contract price paid per linear foot for the various sizes, shapes and kinds of pipe culverts involved. No additional compensation will be allowed therefore. Except as otherwise provided, no adjustment in compensation will be made if the actual depth of structure excavation for a culvert is within 0.5 -foot of the planned depth as calculated from the data shown on the plans. The actual depth of structure excavation shall be the vertical distance between the ground line prior to excav-ating for the culvert and the bottan of the culvert trench. In areas where solid rock or other unyielding material is encountered at the planned elevation of the bottom of the culvert, removal of the material below the bottom of the culvert and replacement with structure backfill material as specified in Section 19-3.04, "Foundation Treatment," of the Standard Specifications will be paid for as extra work as provided in Section 4-1.03D of the Standard Specifications. When the Engineer orders soft and spongy, or otherwise unsuitable material , to be removed, the removal of material and replacement with structure backfill material between the bottom of the culvert trench and the planned foundation elevation will be paid for as extra work as provided in Section 4-1.030 of the Standard Specifications. If the increase or decrease in structure excavation depth, in other areas, is greater than 0.5 -foot from the planned depth as calculated from the data shown on the plans, as adjustment in compensation will be made in accordance with Section 4-1.03C, "Changes in Character of Work," of the Standard Specifications, provided the Contractor requests an adjustment, in writing, due to the increased depth of structure excavation or the Engineer orders an adjustment due to the decreased depth of structure excavation. Surplus excavatedmaterial shall become the property of the Contractor and shall be disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. 10-1.12 AGGREGATE BASE. --Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. At the option of the Contractor, the grading for either the 1 1/2 inch maximum or 3/4 inch maximum aggregate shall be used, except that once a grading is selected it shall not be changed without written approval by the Engineer. 10-1.13 ASPHALT CONCRETE. --Asphalt concrete shall be Type A 1/2" maximum, coarse grading and shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these- special provisions. Paragraph 4 of Section 39-2.02, "Aggregate," of the Standard Specifications is amended to read: 72 " The combined aggregate, prior to the addition of asphalt binder, shall conform to the requirements of this section. Conformance with the grading requirements will be determined by California Test 202, modified by California Test 905 when there is a difference in specific gravity of 0.2 or more between the coarse and fine portions of the aggregate or between blends of different aggregates. If the results do not fall within the limits shown under "Operating Range," but are within limits for "Contract -Compliance," placement of asphalt concrete may be continued far, the remainder of that day. However, another day's work may, not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements for "Operating Range." If the results of grading tests are not within the limits for "Contract Compliance," the asphalt concrete represented by these tests shall be removed unless the Engineer determines that said asphalt concrete is structurally adequate and may remain in place. If this asphalt concrete is left in place, the Contractor shall pay to the State $1.00 per ton of aggregate for such asphalt concrete. The department may deduct this amount fran any moneys due, or that may become due, the Contractor under the contract. No single grading test shall represent more than 500 tons of aggregate or one day's paving whichever is smaller. In the tables below the symbol ,"X", is the gradation which the contractor proposes to furnish for the specific sieve. Changes from one mix design to another shall not be made during the progress of the work unless permitted by the Engineer. However, changes in proportions to conform to the approved mix design shall not be considered changes in mix design. Tolerances for "X" values are indicated in the tables. The aggregate gradation shall conform to the range given and be within the tolerance shown for "X". Paragraph 5 of said Section 39-2.02 is deleted. The tables between paragraphs 5 and 6 in said Section 39-2.02 are amended to read: AGGREGATE GRADING REQUIREMENTS Types A, B and C Asphalt Concrete Percentage Passing 1/2 Inch Maximum Sieve Sizes 3/4" 1/2" 3/8" No. 4 Coarse Operating Range 100 95-100 75-90 50-66 (X�5) Contract Compliance 73 100 89-100 70-95 47-69(x+8) No. 8 35-50(X±5) 32-53(0-8) No.30 15-30(X±5) 12-33(X±8) No. 200 3-7 0-10 Section 39-3.03, "Proportioning," of the Standard Specifications is amended to read: -Before producing asphalt concrete, the Contractor shall submit in writing to the Engineer the gradation of the aggregate for each mix which he proposes to furnish. If the aggregate is separated into 2 or more sizes, the proposed gradation shall consist of gradations for individual sizes, and the proposed proportions of individual sizes, combined mathematically to indicate one proposed gradation. Such gradation shall meet the applicable grading requirements shown in Section 39-2.02 and shall show the percentage passing each of the specified sieve sizes. At least 7 working days prior to their intended use, the Contractor shall furnish samples of aggregates, in the quantity requested by the Engineer, from the source he proposes to use for the project. Said samples shall have been processed in a manner representative of that for the material to be used in the work. The bitumen ratio (pounds of asphalt per 100 pounds of dry aggregate including supplemental fine aggregate, if used) will be designated by the Engineer. Should the Contractor change his source of supply, he shall furnish new samples and proposed proportions, as determined by the Engineer to be necessary, at least 7 working days before their intended use. A change which affects not more than 15 percent of the total aggregate in the mix will not be considered a change in source. Where asphalt concrete is to be produced from established sources and if acceptable to the Engineer, the Contractor may advise the Engineer in writing that the source, gradings and proportions of those aggregates proposed to be furnished are the same as those approved for, and used on, another prior or concurrent project. The project shall be identified by contract number. The measurement and storage requirements of Section 39-3, "Storing, Proportioning and Mixing Materials," of the Standard Specifications shall not apply to the dust collected in skimmers and expansion chambers (knock -out boxes) or to the dust collected in centrifugal (cyclone) collectors. Dust from these collectors may be returned to the aggregate without being measured or stored separately, provided the dust is returned uniformly at a point in advance of the sampling device in batch -mix and continuous pugmill mixing plants. Dust from these, and baghous[ collectors, may be returned uniformly to the aggregate in a drier -drum mixer without being measured or stored separately. The first paragraph in Section 39-3.03B, "Proportioning for Continuous Mixing," of the Standard Specifications is amended to read: 74 " " When continuous pugmill mixing or drier -drum mixing is used, asphalt binder shall be introduced into the mixer through a meter conforming to the requirements of Section 9-1.01, "Measurement of Quantities." The system shall be capable of varying the rate of delivery of binder. During any day's run, the temperature of asphalt binder shall not vary more than 50�F. The meter and lines shall be heated and insulated. The storage for binder shall be equipped with a device for automatic plant cut-off when the level -of binder is lowered sufficiently to expose the pump suction lime. The first, second, third and fourth paragraphs in Section 39-5.02, "Campacting Equipment," of the Standard Specifications are amended to read: For each asphalt paver the Contractor shall furnish a minimum of one steel -tired roller weighing not less than 8 tons and, except for placing Open Graded asphalt concrete, one steel -tired roller weighing not less than 12 tons and one pneumatic -tired roller. Each roller shall have a separate operator. All rolling equipment shall be self-propelled and reversible. The minimum number, weight, and type of rollers required may be reduced or modified in accordance with the provisions of Section 39-6.03, "Compacting," for low rates of production or when alternative equipment is approved by the Engineer. Prime coat shall be liquid asphalt, MC -70. 10-1.14 REPAIR BASE FAILURES. --As directed by the Engineer, base failures shall be repaired within the areas designated by the Engineer to a depth of 1.40 feet below existing roadway surface. The excavated material shall be off hauled and disposed of as directed by the Engineer. One foot of Class 2 Aggregate Base and 0.40 feet of Type A Asphaltic Concrete, 1/2" maximum, coarse grading, shall be placed to the level of the adjacent undisturbed roadway surface. Eleven thousand square feet of base failure area on Hillsdale Boulevard between Edison Street and El Camino Real shall be repaired. The contract price paid per square foot for repair base failures shall include full canpensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in repairing base failures as specified in these special provisions and as directed by the engineer. 10-1.15 CONCRETE STRUCTURES. --Portland cement concrete structures shall conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications and these special provisions. The third paragraph in Section 51-1.02, "Minor Structures," of the Standard Specifications is amended to read: Minor structures, at theoption of the Contractor, may be furnished and installed as precast units or the units may be a combined precast and cast -in -place structure provided the structures in place substantially conform to cast -in -place construction as 75 " " specified in these specifications. Precast units for inlets may be round, oval , or rectangular in horizontal cross section or any combination of these. Transitions from rectangular grate opening to a round or oval basin shall be made in not less than 8 inches. Means shall be provided for adjustments in the field to meet final grade, paving or surfacing. Such precast concrete structures will be measured and paid for in the same manner as concrete (minor _structures) . Concrete for minor structures shall conform to the provisions in Section 90-10, "Minor Concrete," of the Standard Specifications. 10-1.16 REINFORCED CONCRETE PIPE. --Reinforced concrete pipe shall conform to the provisions in Section 65, "Reinforced Concrete Pipe," of the Standard Specifications and these special provisions. The first paragraph in Section 65-1.02, "Materials," of the Standard Specifications is amended to read: Portland cement shall conform to the provisions in Section 90-2.01, "P ortl and Cement." The fifth paragraph in Section 65-1.02A, "Circular Reinforced Concrete Pipe," of the Standard Specifications is amended to read: Prior approval required under Section 6.2 of AASHTn Designation: M 170 will be granted to extrapolate minimum wall thicknesses and steel areas beyond the limits for Walls A or B in Table 4 and for Wall B in Table 5 in said M 170, providing the pipe designs are submitted to the Engineer in advance and the pipe meets all specified tests and performance requirements. If non -reinforced concrete pipe is substituted for reinforced concrete pipe 36 inches in diameter or less, excavation and backfill for the non -reinforced concrete pipe shall conform to the details shown on the plans for reinforced concrete pipe. Attention is directed to "Earthwork" of these special provisions in regards to compensation for structure excavation and structure backfill for culverts. Concrete collars, when required for connecting new reinforced concrete pipe to existing concrete pipe, shall be minor concrete, conforming to the provisions in Section 90-10, "Minor Concrete," of the Standard Specifications, and shall be constructed as shown on the plans. Full compensation for said work shall be considered as included in the contract price paid per linear foot for the reinforced concrete pipe involved and no separate payment will be made therefore. Tee connections for connecting new reinforced concrete pipe to existing concrete pipe shall be minor concrete, conforming to the provisions in Section 90-10, "Minor Concrete," of the Standard Specifications and shall be constructed as shown on the plans. Full compensation for said work shall be considered as included in the contract price paid per 76 " " linear foot for the reinforced concrete pipe involved and no separate payment will be made therefore. Timber bulkheads shall be constructed and placed across the ends of unconnected reinforced concrete pipe to the cap of the pipe. Wood for timber bulkheads shall be construction heart grade redwood at least one inch thick. Full compensation for constructing and placing timber bulkheads shall be considered as included in the contract price paid per linear foot for the reinforced concrete pipe involved and no separate payment will be made therefore. 10-1.17 MISCELLANEOUS CONCRETE CONSTRUCTION. --Type A2-6 Curb and gutter, type A2-6, modified, curb and gutter sidewalk, driveways, bus turn out aprons, special valley gutters, island paving and handicap ramps shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks." of the Standard Specifications and these special provisions. The second paragraph in 'Section 73-1.06, "Extruded Curb Construction," of the Standard Specifications is amended to read: The combined aggregate for the concrete placed by the extrusion method shall be of such size that the percentage composition by weight as determined by Test Method No. Calif. 202 wiE conform to one of the following gradings, at the option of the Contractor: Percentage Passing Sieve Sizes 1" Maximum 3/4" Maximum 3/8" Maximum 1 1/2" 100 1" 90-100 100 3/4" 55-100 90-100 1/2" 100 3/8" 45-75 60-80 85-100 No. 4 35-60 40-60 60-80 No. 8 27-45 30-45 40-60 No. 16 20-35 25-40 30-45 No. 30 12-25 15-25 20-30 No. 50 5-15 5-15 6-16 No. 100 1-5 1-5 1-5 No. 200 0-2 0-2 0-2 The first sentence of the fourth paragraph in said Section 73-1.06 is amended to read: If the 1" maximum grading or the 3/4" maximum grading is used, the concrete shall contain a minimum of 470 pounds of cement per cubic yard. Handicap ramps shall be constructed at the locations and in accordance with the details shown on the plans. Handicap ramps shall be considered to be sidewalks except the final finish shall be as shown on the plans. 77 " " 10-1.18 MISCELLANEOUS IRON AND STEEL. --Miscellaneous iron and steel shall conform to the provisions in Section 75, "Miscellaneous Metal," of the Standard Specifications. 10-1.19 BARRICADES. --Type III barricades for use on this project shall be furnished,placed, and maintained at the locations designated by the Engineer and in accordance with the provisions in Section 7-1.08, "Public Convenience," of the Standard Specifications and these special provisions. The barricades shall conform to the details shown on the plans and as specified in this section, except that minor variations in dimensions may be accepted if approved by the Engineer. Timber for the construction of barricades shall be good, sound material satisfactory for the purpose intended. Hardware obtained from commercial sources will be acceptable. Barricades, except for rails shall be painted with 2 coats of commercial quality white enamel. Any subsequent painting or cleaning ordered by the Engineer to improve the general appearance will be paid for as extra work as provided in Section 4-1.03D of the Standard Specifications. Marking for barricade rals shall be alternate orange and white stripes 6 inches in width sloping downward at an angle of 45 degrees. The entire area of orange and white stripes shall be reflectorized. The color of the orange reflective sheeting shall conform " to PR No. 6, Highway Orange, of the Federal Highway Administration's Color Tolerance Chart. Refl ectori zed material shall be placed on rail surfaces before fabrication and in such a manner that no air bubbles or voids are present between the rail surface and reflectorized material. The reflectorized rail surfaces shall conform to the following minimum dry reflectance values at 0.2 and 0.5 degree divergence, expressed in units of candlepower per footcandle per square foot, as measured at a distance of 50 feet from the light source. The wet reflectance values shall be a minimum of 90 percent of the dry values. DRY REFLECTANCE VALUE Incidence Angle -4 +30 White 0.2� 0.5� 45.0 20.0 20.0 11.0 All tests for reflectance value Test Method No. Calif. 642. Owner identification shall not be any rail. It may be imprinted nonreflectorized rail faces. shall be per imprinted on el sewhere , Orange 0.2� 0.5� 13.0 6.5 6.5 2.9 formed in accordance with thereflectorized face of as on supports and on 78 Barricades damaged from any cause during the progress of the work shall be replaced or repaired (including painting and reflectorized material) by the Contractor at his expense. After initial placement of barricades, the barricades shall be moved from thereof will be paid for as extra work the Standard Specifications. and if ordered by the Engineer, location to location and the cost as provided in Section 4-1.030 of The barricades, when no longer required for the work, shall be disposed of in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The contract unit price paid for Type c anpensation for furnishing all labor, incidentals, and for doing all work maintaining, repairing, replacing and shown on the plans, and as specified in specifications, and as directed by. the At the time of completion of the projec left in place as directed by the Engin price paid for Type III barricade, the. place will be paid for at the contract pl ace) . 79 III barricade shall include full materials, tools, equipment, and involved in furnishing, placing, disposing of the barricades, as this section and in the Standard Engineer. t, certain barricades shall be eer. In addition to the contract cost of leaving the barricades in unit price for barricade (left in 411 SECTION 10-2 - LANDSCAPING 41/ 10-2.01 LANDSCAPE SOIL PREPARATION GENERAL DESCRIPTION: Work in this section includes the excavation of pavement, baserock and subsoil, installation of topsoil and soil amendments, finish grading, plant pit backfilland all other incidentals related thereto. All work shall conform • to Section 20 of Caltrans Standard Specifications unless noted otherwise herein. REVIEWS: Contractor shall specifically request it least two days in advance the following reviews prior to progressing with the work: (1) rough grading, (2) veri- fication of excavation incorporation depths, and (3) finish grade. CERTIFICATION: Written certificates stating quantity, type, and composition, weight and origin for all amendments, chemicals, and any import soils shall be delivered to the Engineer before the material is used on the site. TEST SAMPLES: Contractor shall provide a one -quart sample of proposed amend - mends and import soils to Soil and Plant Laboratory of Santa Clara (408) 243- 0330 for their testing for conformance to this specification. No material shall be delivered to the site until the Engineer approves the material. Testing costs for the initial samples shall be paid by the State. Costs for recurrent samples necessary due to non-compliance shall be paid by the Contractor. PRODUCTS NATIVE SOIL: Shall be the existing soil on the site after all rocks over two cubic inches and all foreign debris have been removed. IMPORT TOPSOIL: Topsoil shall be a loose, friable sandy loam, free of harmful insects, all weed growth, clods over four cubic inches and/or clods that will not be pulverized during operations, and free of rocks over two cubic inches. The pH values shall be between six and seven. Topsoil shall be free of any substance harmful to plant growth and shall conform to the following: Classification: Salinity: Sodium: (SAF) Boron: USDA sandy loam, with 80% of the same component in the medium fine to very fine range. saturation extract (ECe) less than 4.0 less than 8.0 saturation extract concentration less than 1.0 ppm FERTILIZER: For plant backfili and shrubs shall be 20-10-5 planting tablets by Agrifonn International Chemicals, Inc., or approved equal, plus additional fertilizer as determined from the soil analysis required above. For the pur- poses of bidding, contractor shall assume the use of 25 lbs. of 6-20-20 fertilizer, 10 lbs. lime, and 10 lbs. of iron sulfate. Exact fertilizers and rates shall be determined after the import topsoil analysis with any required price adjustments to be made at that time. 80 ORGANIC AMENDEMENTS: Redwood sawdust derived from wood or redwood meeting the following specifications: Physical Properties: Chemical Properties: EXECUTION LIMITS AND GRADES: Prior to commencing soil preparation operations, Contractor shall request a review by the Engineer to verify specified limits and grades of work completed to date and soil preparation work to commence. Contractor shall complete the rough grading as necessary to round the top and toe of all slopes, providing naturalized contouring to integrate newly graded areas with the natural topography. EXCAVATION: All proposed planting areas shall receive a topsoil layer to the depths and dimensions indicated on the plans and sections, lines and grades. All existing pavement, baserock and subsoil shall be excavated and removed from the site. ROUGH GRADING: Finish grading under this section shall be completed in accordance with the grades indicated on the civil engineering drawings and as shown on the landscape drawings. TOPSOIL AND AMENDMENT PLACEMENT: After all planting areas have been excavated a three-inch layer of topsoil shall be uniformly distributed over these areas and thoroughly incorporated into the top seven inches of existing subsoil by ripping or scraping to mix the subsoil with the topsoil into a homogenous mixture. The remaining layer of topsoil layer of topsoil shall then be uniformly distri- buted in the planting areas and compacted in place to 85% compaction. AMENDMENT PLACEMENT: All planting areas shall be tilled and finish graded, thoroughly tilling and incorporating a two-inch organic amendment layer and fertilizer. Tilling shall continue until a homogenous mixture of topsoil and amendements has been completed. BACKFILL AND PLANT PITS: Backfill for all plant pits shall be one-third organic amendment and two-thirds topsoil. Plant pits shall have their sides and bottoms loosened or otherwise broken to prevent glazed or compacted bottoms and sidewalls to the excavation, and shall be at least the following minimum sizes. One gallon plant Five gallon plant Fifteen gallon plant Boxed specimen 95% - 100% passing, sieve size 6.35 mm (1/4"), 80% - 100% passing, sieve size 2.38 mm (No. 8, 8 mesh) and 0% - 30% passing, sieve ,size 500 micron (No. 35, 32 mesh) Nitrogen Content (dry weight basis) - 0.4 - 0.6% iron content - minimum 0.08% dilute acid soluble Fe on dry weight basis, soluble salts - maximum :3.5 millimhos/centimeter @ 25°C. as determined by saturation extract method; ash - 0-6.0%. six inches of backfill all around eight inches of backfill all around ten inches of backfill all around twelve inches of backfill all around s3 I FERTILIZER: All ground cover areas from flats or pots shall be fertilized with the fertilizer mix determined from the test analysis. Container stock shall receive additional fertilizer at: One gallon plant Five gallon plant Fifteeen gallon plant Boxed material one 21 gram three 21 grams , twelve 21 grams one 21 gram tablet for each foot of height or diameter, whichever is greater Space the tablets evenly around the ball halfway up backfill touching side or rootball. FINISH GRADING: Contractor shall finish grade all planting areas unless otherwise noted, and shall remove all rocks and clods over one and one-half cubic inches. All areas shall be smooth and uniformly graded. All erosion damage during the construction period shall be repaired by the Contractor. Unless otherwise noted, all soil finish grades shall be one inch below finish grade of walks, pavements and curbs. PAYMENT All work, materials and related functions required in this section shall be paid for as part of the lump sum amount, "Landscaping". 82 " 10.2.02 LANDSCAPE IRRIGATION GENERAL DESCRIPTION: Work in this section includes installation of a complete automatic irrigation system, including trenching, piping, sleeves, boring equipment, elec- trical components, maintenance of the system, and incidentals related thereto. All work shall conform to Section 20 of Caltrans Standard Specifications unless noted otherwise herein. REVIEW: Contractor shall specifically request the following reviews prior to progressing with the work, (1) layout of system, and (2) coverage adjustment of all heads, valve boxes inspection, and operation of system. PRODUCTS QUALITY: All materials shall be new and the best quality available unless otherwise specified. All materials shall be clearly marked by manufacturer on all material, containers or certificates of contents for inspection. PLASTIC PIPE AND FITTINGS: Polyvinyl chloride schedule 40 (CS207-60) Class 200, and Class 315 (CS256-63) PVC nSf. Unless otherwise noted, all pvc pipe shall be Class 200, solvent weld fittings shall be Schedule 40, and threaded fittings shall be schedule 40 heavy wall. Polyethylene fittings to be black, standard quality. Solvent for piping shall be as recommended by pipe manufacturer. GALVANIZED PIPE AND FITTINGS: Galvanized steel pipe ASTM A120. Fittings standard threaded galvanized malleable iron; all galvanized main below grade shall be wrapped with. 2" wide plastic adhesive tape (#50 "Scotch - Wrap" or equal). CONTROL WIRE: Type UF, 600 v. insulation, minimum size #14, copper, common ground white,. U.L. approved for irrigation control use; splices shall be "Scotch-Lok" seal pack or equal with wirenuts enclosed in resin -filled envelopes. VALVE BOXES: Precast concrete or plastic of type and size indicated. Free of all cracks, chips or structural defects. Boxes subject to vehicular traffic shall be concrete and have heavy-duty steel covers. IRRIGATION EQUIPMENT: Refer to drawings. Any desired substitutions require submittals in duplicate for specific written approval. EXECUTION GRADING: Contractor shall be responsible for installing all irrigation features to their finished grade and at depths indicated. All rough grading and/or finish grading shall be completed and/or accommodated before trenching r.ommences. LAYOUT AND TRENCHING: All features of the irrigation system shall be staked and pipe alignments marked prior to trenching for approval by the Engineer. BACKFILLING: Cover no joints until system has been approved by the Engineer. Backfill with damaging rocks and debris shall not be permitted. Compact all backfill and eliminate settlement. Previously prepared soil is to be replaced into the top layer of backfill. 83 " " FABRICATION: Snake pipe from side to side when trench exceeds thirty feet in length. All manifolds shall be neat, orderly and constructed for ease in maintenance operations. Construct manifolds to allow valve boxes to be parallel to each other and to adjacent walls, walks, curbs and buildings. Cuts and joints shall be free of burrs, smooth and minimum in quantity. All pipe above finish grade shall be galvanized unless noted. PIPELINES: All pipelines shown parallel on the drawing may be installed in a common trench. Where pipelines are shown parallel .tc adjacent shrub or ground cover areas, they shall be installed in these areas. Where shown parallel to adjacent lawn areas versus pavement, they shall be installed in the lawn area. All changes in depth of pipe shall be accomplished using 45 degree fittings. TESTING: Test all lines before backfilling for malfunctions. Test mains under pressure for at least three hours. THRUST BLOCKS: Where project pressure exceeds 70 p.s.i., contractor shall install thrust blocks on mains at all right angle bends, changes in grade, and other points as recommended by the manufacturer. Cast in place concrete thrust blocks shall be adequate size to protect the pipe from all thrust damage. CONTROL WIRE: Install control wire in pipe trenches wherever practical. Tape to pipe every ten feet. Conduits or sleeves, where required, shall be sized, based on #14 wires. All splices shall be epoxy coated. All wire shall be installed below or level with the bottom of adjacent pipes. All wiring above finish grade shall be enclosed in steel conduit. ADJUSTMENTS: Adjust all heads for arc, radius, riser height, and distribution for uniform and optimum coverage. Such adjustments shall include nozzle changes without additional cost to the State. FINISH GRADE: Unless otherwise noted, all heads shall be set at finish grade and on single swing joints. The top of all valve boxes shall be flush with finish grade. CONTROLLER: Contractor shall clearly label and sequence stations for ease in maintenance operations. Station valves to operate as they are located around the site. Fasten controller and wire conduits securely to walls or other structures with conduit clamps and screws. Contractor shall complete all forms and labels shipped with and/or attached to the controller; attach his own name, address and phone number to the controller via a permanent label; and shall properly execute and file with the State the controller guarantee. AS -BUILT: Contractor shall regularly update a print of the system and any changes made to the system throughout the project. Features below ground shall be indicated with at least two measurements from surface features such as walks, buildings, or sprinkler heads. All changes shall be recorded on this plan before trenches are backfilled. The as -built plan shall be completed and submitted to the Engineer before payment shall be made for work installed. 84 " PAYMENT All work, materials, functions and related items required in this section shall be paid for as part of the lump sum price, "Landscaping". 85 " " 10-2.03 LANDSCAPE PLANTING GENERAL DESCRIPTION: Work in this section shall conform to Section 20 of Caltrans Stan- dard Specifications unless noted otherwise herein. REVIEWS: The Contractor shall specifically request the following inspections prior to progressing with the work: (1) Plant material approval, (2) layout, (including preliminary finish grade), (3) substantial completion, and (4) final. SUBMITTALS/PLANT MATERIAL: Within twenty days after award of the contract, Contractor shall submit notice to the Engineer certifying the quantity and species of plant materialordered, the nursery supplying the material and any plant material unavailable at the time, or proposed substitutions to be ap- proved by the Engineer. SUBMITTALS/SEED: Written certificates stating quantity, type, composition, weight and origin for all seedshall be retained by the Contractor and delivered to the Engineer upon request. PRODUCTS NOMENCLATURE AND LABELS: Plant botanical names conform to "Standardized Plant Names," second edition, and secondly, "A Checklist of Woody Orna- mental Plants of California," Manual 32, University of California. All plants of each clone, species, and cultivar shall be delivered to the site labeled with their full botanical name. Every plant species shall be labeled with no less than one label for every ten plants of a species. QUALITY: Minimum quality of all plant material shall conform to prevail- ing published specifications of the California Association of Nurserymen and the American Association of Nurserymen unless otherwise indicated. Additional specifications shall be indicated on the drawings. QUANTITIES: The quantities shown on the plant list and in labels are for the Engineer's use and are not to be construed as the complete and accurate limits of the contract. Contractor shall furnish and install all plants shown schematically, on the drawings. ROOT SYSTEMS: All container -grown stock shall be grown in its container for at least six months prior to its planting. Contractor shall allow one percent of the quantity of plants for removal and inspection. Any plant material, following the final acceptance of the project, determined by the Engineer to be defective, restricted, declining or otherwise deficient due to abnormal root growth, shall be rep'.aced by Contractor, to the equal condition of adjacent plants, at the time of re- placement. TREES: All trees shall have straight trunks of uniform taper, larger at the bottom. Trunks shall be free of damaged bark, with all minor abrasions and cuts showing healing tissue. Sucker basal growth and sucker lateral growth shall be removed and treated to eliminate resprouting. Normal lower side branching shall remain. Trees unable to stand upright without support shall be rejected. 86 HEALTH: Foliage, roots and stems of all plants shall be of vigorous health and normal habit of growth for its species. All plants shall be free of all diseases, insect stages, burns, or disfiguring characteristics. UNTRUE SPECIES: All plant material, within two years following the final acceptance of the project, determined by the Engineer to be untrue to the species, clone, and/or variety specified, shall be replaced by the`Contractor, to the equal condition of adjacent plants at the"time of replacement. CHEMICALS: The following brand names of various chemicals to be used in this section are provided for ease of specifying; equals or brands with similar chemicals that will match or improve performance may be used at the Contractor's discretion. Pre -emergent herbicide "Treflan", "Dymid", or similar Anti-desciccant for foliage "Wilt-Pruf-formula NCF" EXECUTION PLANT MATERIAL APPROVALS: Before planting operations commence, all plant material shall be approved by the Engineer. , Defective plants installed without such approval shall be removed from the site upon request by the Engineer and an acceptable plant substituted in its place. LAYOUT: Only those plants to be planted in any single day shall be laid out. Locations of all plants shall be approved prior to planting. Plants installed without this approval shall be transplanted as directed by the Engineer. PROTECTION OF PLANTS: Contractor shall maintain all plant material in a healthy growing condition prior to and during planting operations. Con- tractor shall be responsible for vadalism, theft and damage to plant material until commencement of the maintenance period. PRUNING: Contractor shall do no pruning without the specific approval of the Engineer Plants pruned without approval shall be replaced by Contractor, if required. BASINS: Construct basins as necessary to water plants. Remove basins from all plants under a permanent irrigation system prior to final inspection and finish grade the planting area. Basins for plants to be hand watered shall remain in place. Basin bottoms shall drain to berm away from plant stem. STAKING: All trees shall be staked as drawn with stakes driven securely into existing soil on the windward side of the tree. A minimum of two figure -eight wire and rubber tree ties shall be required unless otherwise. noted. PLANT PITS, BACKFILL AND FINISH GRADING: See other section for materials and installation requirements. 87 " " CLEANUP: After completion of all operations,. Contractor shall remove all trash, excess soil and other debris. All walks, walls and pavement shall be swept and washed clean, leaving the entire area in a neat, orderly condition. CHEMICALS: Contractor shall verify compatibility, dosage and other application procedures with the manufacturer and shall pre-test any and all chemicals at the site to verify total compatibility with proposed plantings and shall be responsible for any damages arising from inappropriate use. Herbicide: Treat all. ground cover areas as required to obtain weed control. Anti -desiccant: Apply one or more applications of anti -desiccate to plants immediately after arrival to the site and once thereafter as required to minimize wind damage to plants. PAYMENT Work in this section shall be paid for as part of the lump sum amount, "Landscaping". 88 " 10-2.04 TILE SURFACING GENERAL DESCRIPTION: Work in this section includes the provision and installation of tile surfacing, grout and related preparation and finishing of tile areas in the medians, the tile bands in sidewalk areas and the tile veneer on the con- crete -seat walls. QUALITY ASSURANCE: All tile and installation shall be in conformance to the recommended standard specifications for Ceramic Tile-TCA 137.1--1976, Tile Council of America, Inc. and the ANSI Applicable Installation Standards, and as specified herein. SUBMITTALS: Submit 3 copies of the manufacturer's brochure for available colors on both tile and grput to the Engineer for approval. PRODUCTS: Tile: Medium brown color 5 - 5/8" x 5 - 5/8" square x 7/16" thick quarry tile to match sample at Hillsdale Shopping Center. Mortar: 1 part portland cement, 6 parts damp sand by volume. Bond coat: latex-portland cement mortar on a cured bed. Grout: Latex-portland cement. Color additive: hydroment or approved equal. EXECUTION INSPECTION OF SURFACES: Examine surfaces to receive ceramic tile, setting beds, or accessories before tile installation begins for proper installation of pavement bases, defects or conditions adversely affecting quality and execution of tile installation or deviations beyond allowable tolerances of surfaces to receive tile for maximum variation in pavement: 1/4 in., in 10 ft. Do not proceed with installation work until unsatisfactory conditions are corrected. Condition of surfaces to receive tile shall be firm, dry, clean, and free of oily or waxy films, with all grounds, anchors, plugs, hangers, bucks, elec- trical and mechanical work in or behind tile to be installed prior to pro- ceeding with tile work. Ceramic Tile: Prepare surface, fit, set, or bond, grout, cure ,..d clean in accordance with applicable requirements of Tile Council of American and ANSI standards for setting method specified, except as otherwise noted. Tile installation shall conform to NSI & Tile Council of America installation methods: 89 TCA method W252-77 ANSI A 108.5-1967 for concrete seat wall, TCA method F152-77 ANSI A 108.5-1967 for banks and median surfacing. Grout Joints to be 1/2" to 5/8" wide, straight and uniformly aligned. CLEANING/PROTECTION Clean tile with damp sponge prior to grout setting hard. Do not use acid for cleaning. Property cure and protect all tile work per the standards and recom- mendations of the Tile Council of America. EXTRA TILE: Provide City with an additional 5% of the total tile installed for storage as replacements. PAYMENT All tile work in this section shall be paid for at the contract unit price listed as "Tile Surfacing". The concrete sidewalks and median concrete base shall be paid for as part of the "Sidewalk" item and the concrete in the seat wall shall be paid for as noted in. section. 90 " 10-2.05 LANDSCAPE MAINTENANCE GENERAL DESCRIPTION: Work in this section includes the growing and maintenance operations necessary to establish all plantings, to provide pest and disease control, to maintain the irrigation systems and related construction elements. All work shall be in conformance with Section 20 of Caltrans Standar4 speci- fications unless noted otherwise herein. PRODUCTS FERTILIZER: Used during the course of the maintenance period shall be an organic, slow release, high nitrogen type of 20-0-0 or similar approved equal. WATER: Provided by State at no cost to the Contractor only during the main- tenance period. EXECUTION ' TIME LIMITS: The maintenance period shall commence from the date of substantial completion and extend for a ninety -day period thereafter, pursuant to Cal -Trans Section 20 Type 2 plant establishment period. BASIC REQUIREMENTS: All planting areas shall be kept weed -free at all times during the maintenance period. All pests and disease control shall be the Contractor's responsibility. All planting areas shall be kept at an optimum moisture for plant growth. Planting not adequately served by the automatic irrigation system shall be hand watered. Settlement of soil and plants and soil erosion shall be repaired and areas replanted as required. Dying or deficient plants shall be replaced as soon as they become apparent. OWNER'S. RESPONSIBILITY: Work installed under this contract damaged by vandalism, vehicular damage and/or theft during the installation of the work and up to substantial completion shall be repaired or replaced by the Contractor without cost to State. After substantial completion and through the maintenance periods, these damages and similar factors such as extensive litter, abuse and defacement shall be the State's responsibility to repair or replace and shall not be a part of this contract. No planting shall be guaranteed beyond the maintenance period, except as to conformance to speci- fied species and variety. SUBSTANTIAL COMPLETION: Shall be deemed as the time when all major planting, including seed and groundcover, the irrigation system and all other work is satisfactorily completed, with the exception of minor items to be completed as noted upon a checklist compiled by the Landscape Architect. FINAL REVIEW: Contractor shall request a final review of the project within five (5) days in advance of the proposed date. Failure to request this notice shall automatically postpone the date of completion and continues this maintenance period until final completion is approved. PAYMENT Work in this section shall be paid for as part of the lump sum amount, "Landscaping". 91 10-2.06 ORNAMENTAL METAL TREE GUARD Tree Grate: "Neenah" #R-8640 180° square w/fabri- cated steel frame when applicable. Tree guard, style 'C', 5' height, 18'! diameter. All material shall be gray iron castings conforming to A.S.T.M. A-48-76,class 30 or better. All castings shall be manufactured true to pattern; component parts shall fit tightly and uniformly. They shall be of uniform quality; free from blowholes, porosity, hard spots, shrinkage distortion or other defects. They shall be smooth and well cleaned by sandblasting. All material shall be painted with one coat of rustik red primer and two coats of rustik red flat or dull enamel as supplied by manufacturer. Possible source Neenah Foundry Company, Box 729, Neenah, Wisconsin 54956. Possible local supplier, M. H. Powell Co., 8599 Venice Blvd., Los Angeles, CA 90034, phone (213) 870-5676; or equal as approved by Engineer; submit four copies of shop drawings for approval. Frame sections are to be bolted together and cast into the concrete surround. They must be level and the seat (for the grate) must be in a true, flat plane to prevent rocking of the grate. Where standard frame installation is not possible, and frame cannot be set into new concrete support, frame shall be bolted into existing paving. The seat for the grate shall be cleaned prior to! setting the grate. Grates shall be set in and flush with the top of the frame. Grate halves or quarters shall be bolted together on the under side when bolt slots are provided. Clean any foreign matter from the grates prior to setting. Tree guards shall be installed per manufacturer's specifications and with security bolting supplied by manufacturer. Payment for the tree guard, tree grate and frame shall be at the contract unit price for each "ornamental metal tree guard." 92 10-2.07 CONCRETE SEAT WALLS The concrete seat walls shall be constructed as shown on the drawings and finished in a light broom or washed texture on all exposed surfaces as directed by the Engineer. Payment for seat walls shall be made at the contract unit price under "Minor Structures" and excludes the tile veneer. 93 " SECTION 10-3. SIGNALS AND LIGHTING " 10-3.01 DESCRIPTION. --Furnishing, installing and modifying traffic signals and street lighting. Payments therefore shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications and these special provisions. Traffic signal work is to be performed at the following location:.` The intersection of El Camino Real and 31st Avenue The intersection of. El Camino Real and Hillsdale Boulevard The intersection of W. Hillsdale Boulevard at two driveways to Hillsdale Shopping Center as shown on the Contract Plans. 10-3.02 " WARRANTIES, GUARANTEES AND INSTRUCTION SHEETS. --Warranties, guarantees and instruction sheets shall conform to the provisions in Section 86-1.04, "Warranties, Guarantees and Instruction Sheets," of the Standard Specifications and these special provisions. All equipment furnished shall be guaranteed to the City by the manufacturers for a period of not less than six (6) months following the date of acceptance of the signal installation of such equipment. If any part (or parts) is found to be defective in materials or workmanship within the six month period, and it is determined by the Engineer or by' an authorized manufacturer's representative that said part (or parts) cannot be repaired on the site, the manufacturer shall provide a replacement part (or parts) of equal kind and/or type during the repair period, and shall be responsible for the removal, handling, repair or replacement, and reinstallation of the part (or parts) until such time as the traffic signal equipment is functioning as specified and as intended herein; ,the repair period shall in no event exceed 72 hours, including acquisition of parts. The six-month guarantee on the repaired or replaced parts shall again commence with the date of reassembly of the system. 10-3.03 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS. --Maintaining existing and temporary electrical systems shall conform to the provisions in Section 86-1.05, "Maintaining Existing and Temporary Electrical Systems," of the Standard Specifications and these special provisions. Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:30 p.m. Before shutdown of a traffic signal system is permitted, temporary "STOP" signs shall be installed as directed by the Engineer. Sign panels for temporary "STOP" signs will be furnished free of charge by the State as provided under "Materials" of these special provisions. Upon completion of the project, or when said signs are no longer required, the stop sign panels shall be delivered to the Engineer. 94 " Full compensation for installing, maintaining and removing temporary "STOP" signs, as required during the progress of the work, and for delivering the sign panels to the Engineer when no longer required, shall be considered as included in the contract lump sum price paid for signal and lighting and no additional compensation will be allowed therefore. At least three working days prior to performing any work on each existing system, the Contractor shall notify the Department of Transportation Electrical and Signal Maintenance Superintendent, Phone 468-1300, area code 415. 10-3.04 SCHEDULING OF WORK.-- Scheduling of work shall conform to the provisions in Section 86-1.06, "Scheduling of Work", of the Standard Specifications and these special provisions. All work shall be coordinated with the Contractor performing street improvements. 10-3.05 FOUNDATIONS.-- Foundations shall conform to the provisions in Section 86-2.03, "Foundations," of the Standard Specifications and these special provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. 10-3.06 STANDARDS, STEEL PEDESTALS AND POSTS.-- Standards, steel pedestals posts shall conform to the provisions in Section 86-2.04, "Standards, Steel Pedestals and Posts," of the Standard Specifications and these special provisions. In lieu of the pipe tenon being at 90 degrees to the end of the signal arm, as shown on Detail S of Standard Plan ES -65, the pipe tenon shall extend from the end of the signal arm and shall be parallel to the end of the arm. All lighting standards or combined signal and lighting standards shall be provided with handholes, and handhole covers. 10-3.07 CONDUIT.-- Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. Section 86-2.05A, "Material ," of the Standard Specifications is revised to read: Conduit and fittings shall be one of the following: 1. Rigid steel conduit conforming to UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested for uniformity according to ASTM Designation: A239 95 " 2. Polyvinyl chloride coated galvanized steel conduit consisting of galvanized rigid steel conduit conforming to (1) above, with a PC coating bonded to the exterior surface. The plastic coating shall have a minimum thickness of 18 mils. 3. Rigid non-metal 1 is conduit conforming to the requirements of the UL Standard for Rigid Non -Metallic Conduit (Publ ication UL 651) . Rigid non-metallic conduit `hall be installed at underground locations only. All conduit and conduit fittings shall be listed by UL. Non-metal 1 is type conduit shall not be used, at locations where traffic signal work is involved except when shown on the plans for detector installation. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Conductors shall be pulled through rigid non-metallic conduit by hand only using nylon or polypropylene pull rope with a minimum tensile strength of 500 pounds. The same pull rope shall be used in conduit runs which are to receive future conductors. At locations where conduit is to be installed by jacking or drilling as provided in Section 86-2.05C, "Installation," of the Standard Specifications, and if delay to any vehicle will not exceed 5 minutes, conduit may be installed as follows: Conduit shall be placed under existing pavement in a trench approximately 2 inches wider than the outside diameter of the conduit to be i;}stalled. Trench width shall not exceed 6 inches. The top of the installed conduit shall be minimum of 9 inches below finish grade. The outline of all areas of pavement to be removed shall be cut to minimum depth of 3 inches with an abrasive type saw or with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall he placed in the b%atom of the trench and the trench shall be backfilled with commercial quality concrete, containing not less than 564 pounds of cement per cubic yard, to not less than 0.20 -foot below the pavement surface for asphalt surfaced roadways and 0.50 -foot below the pavement surface for Portland cement concrete surfaced roadways. The top 0.20 -foot of asphalt surfaced roadways shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates, and the top 0.50 -foot of Portland cement concrete surfaced roadways shall be backfilled with commercial quality concrete containing not less than 705 pounds of cement per cubic yard and accelerating admixtures or other provisions for high early strength. Calcium chloride shall not be used in concrete which will be in contact with metal conduit. Spreading and compacting of asphalt concrete shall be performed by .any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. Spreading and finishing of portland cement. Concrete surfacing shall be performed by any method which will produce a portland cement concrete surfacing of uniform smoothness, and texture equal to the adjacent surface. 10-3.08 PULL BOXES.-- Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes", of the Standard Specifications and these special provisions. The first paragraph in Section 86-2.06, "Pull Boxes", of the Standard Specifications is amended to read: Pull boxes shall be installed at the locations shown on the plans or as specified. The Contractor may, at his option and expense, use pull boxes of a larger standard size than that shown or specified. The first sentence of the sixth paragraph in Section 86-2.06A, "Materials," of the Standard Specifications is amended to read: Covers, except covers for ceiling pull boxes, shall be secured with 3/8 inch bolts, capscrews, or studs, and nuts which shall be of brass stainless or other noncorroding material. The first paragraph in Section 86-2.06B, "Cover Marking," of the Standard Specifications is amended by adding: (h) "CALTRANS" for all traffic signal pull boxes at the intersection of El Camino Real and 31st Avenue. In addition to the methods for fastening marking strips to metal pull box covers specified in the fourth paragraph of Section 86-2.068, strips may be fastened with 1/4 inch stainless steel rivets. Grout in bottom of pull boxes will not be required. Recesses for suspension of ballasts will not be required. 10-3.09 CONDUCTORS AND WIRING.-- Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section► 86-2.09, "Wiring," of the Standard Specifications and these special provisions. The third paragraph in Section 86-2.08, "Conductors", of the Standard Specifications is amended to read: 97 " " Wire sizes shall be based on American Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified AWG diameter. Conductors shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices shall be insulated by "Method B". All signal conductors may be spliced, in pull boxes, where circuits branch. All conductors shall be banded in each controller cabinet. The first paragraph in Section 86-2.09A, "Circuitry," of the Standard Znecifications is amended to read: Sufficient traffic signal light conductors shall be provided to perform the functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in all conduits containing traffic signal light conductors, unless shown otherwise on the pl ans. 10-3.10 BONDING AND GROUNDING.-- Bonding and grounding shall conform to the provisions in Section 86-2.10, "Bonding and Grounding," of the Standard Specifications and these special provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. 10-3.11 SERVICE.-- Service shall conform to the provisions in Section 86-2.11, "Service," of the Standard Specifications and these special provisions. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinets. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. 10-3.12 SOLID-STATE TRAFFIC ACTUATED CONTROLLERS. --Solid-state traffic actuated controller units, cabinets, and auxiliary equipment shall conform to the provisions and these special provisions. The Contractor shall furnish and install Type 90 Controller: with auxiliary equipment housed in cabinets recommended by the manufacturer. The controllers shall operate the traffic signals in accordance with the phase diagrams shown on the plans and described in these special provisions. 98 s New Type 90 Controllers shall be furnished at the two driveways on West Hillsdale Boulevard which lead into the Hillsdale Shopping Center. Phase section types shall be as shown on the plans. The Type 90 Controller shall be capable of an all -red rest. Controller timing shall be set by either thumbwheel switches or program pins. Keyboard entry programming devices will not be acceptable. Components such as resistors, capacitors, diodes, transistors, shall be individually replaceable utilizing approved standard soldering techniques. Integrated circuits shall be mounted in sockets and shall be easily replaceable without soldering. Conditional service feature shal 1 be modular and included, and be programmable on the front panel of the controller unit, and selectable by applying a closure to ground at the proper terminal within the cabinet. Activation of this signal shall cause the controller to monitor the time remaining on any even -numbered phase which is opposed by an even -numbered phase that has gapped out. If the time remaining on the non -gapped phase is sufficient to allow at least a minimum service of its associated odd -numbered phase, the controller shall cause the gapped -out phase to terminate and reservice the odd -numbered phase, even though conflicting calls may be registered. Exclusive Phase Service shall be included and be programmable on the front panel of the controller unit. It shall be possible to program Exclusive Phase Sery ice on from one to eight sequential and exclusive phases. When a phase is selected for exclusive service, no other phase will be allowed to receive service while the selected phase is timing. As an option, the controller unit shall accept one overlap module which shall contain the necessary circuitry to select, drive and display four overlap phases. The overlap phases may be programmed to service concurrently with any vehicle phases. It shall also be possible to program additional independent green time which shall time after the parent phase has entered its yellow change interval. Independent yellow and red intervals for the overlap phases shall also be programmable. The controller shall be capable of performing comprehensive trouble shooting diagnostic tests. These tests shall be actuated upon insertion of a diagnostic PROM, obtaining a test cable and switch and shall be selectable from the front panel of the controller unit. These tests consist of the following: A. Lamp Test The diagnostic routine shall sequence front panel display lamps using the test cable switch for advancement. This test shall verify the operation of all selected lamps and circuits. B. RAM Memory Test 99 The diagnostic program shall exercise RAM by writing and reading alternating patterns at each address location. Unvarified or defective IC's shall be indicated on the display module for identification and replacement purposes. C. PROM Memory Test The PROM test shall is not installed, the that board. If a bad be displayed on the purposes. D. Pin or Thumbwheel Test check all PROMs in the controller. If a !pod ul e test shall skip the PROM memory normally on PROM is found, the number of that PROM shall front panel for identification and replacement The pine diagnostic -routine shall be capable of testing each pin slot or each thumbwheel switch of each module. Inserting a pin or rotating a thumbwheel switch shall turn On or Off a designated lamp on the display module. Failure of the lamp to illuminate or extinguish shall indicate a pin read, thumbwheel switch read or associated circuitry error. E. Input/Output Test The diagnostic program shall be capable of performing the following I/O tests (all 24 Volt DC inputs and Outputs): 1. Lamp Drive INPUT/OUTPUT 2. Phase Timer INPUT/OUTPUT 3. Overlap OUTPUTS 4. Preempt INPUT/OUTPUT 5. Emergency Vehicle Preempt INPUT/OUTPUT These tests shall verify all modules and error conditions shall be displayed on the front of the unit for the purpose of identification and replacement. Section 86-3.068(2d), "Termination of Green Timing," of the Standard Specifications is amended by the addition of the following as a second paragraph: "The controller unit may be equipped with a feature (Guaranteed Passage Time) to extend the green interval for a length of time equal to the difference between the reduced gap and the passage time. If this feature is not provided, it shall be capable of being anitted without internal circuit modifications." The convenience receptacle shall have ground -fault circuit inte:'rupti on as defined by the Code. Circuit interruption shall occur on 6' milliamperes of ground -fault current and shall not occur on less than 4 milliamperes of ground - fault current. 100 " " The Contractor shall arrange to have a signal technician, qualified to work on the controller and employed by the controller manufacturer or his representative, present at the time the equipment is turned on. The Contractor shall modify the existing controller at the intersection of El Camino Real and 31st Avenue. The modification will consist of the addition of pedestrian control across 31st Avenue and the installation of optical emergency vehicle detection equipment. The existing controller is a State-owned Type 170. All work shall be coordinated with CalTrans and shall be in accordance with the Contract Drawings. The existing controller at the intersection of El Camino Real and Hillsdale Boulevard shall be modified as shown on the Contract Drawings. The modification shall consist of installing coordination equipment, optical emergency vehicle preemption, and additional detection, all as shown on the Contract Drawings. The controller at this intersection is manufactured by Multisonics and designated Type 911S. Emergency vehicle preemption equipment and coordination equipment shall be as described in these special provisions. 10-3.13 EMERGENCY VEHICLE PREEMPTION. --Emergency vehicle preemption shall conform to the provisions in Section 86-3.04, "Preemption," and 86-3.08B "Preemption Equipment," of the Standard Specifications and these Special Provisions. The emergency vehicle preemptor shall preempt normal controller unit operation and shall cause the signals to display a sequence of indications which will allow any vehicles in the path of the emergency vehicle to clear the approach to the intersection. The right-of-way shall be given to the emergency vehicle's approach for a preset time at the end of which the controller unit shall revert to normal operation. The emergency vehicle preemptor shall begin the preemption sequence only when actuated by the normally closed actuation circuit or by a test switch. Removal of the preemptor shall not place the controller in flashing mode. Preemption shall be provided at the intersection and for the direction of travel shown on the plans. Preemption of traffic signals shall operate as follows: 1. A green signal shall be provided only for the direction of travel of the emergency vehicle. All -red intervals shall not be permitted. 2. A standard yellow clearance interval preceding red shall be provided on all approaches to be stopped if preemption occurs du., ing the green interval on such approaches. 3. Preemption shall occur not less than 5 or more than 30 seconds prior to the arrival of the first emergency vehicle. 101 " " 4. All pedestrian indications displaying "WALK" at the time the emergency vehicle preemption operation is begun shall immediately go to solid "DONT WALK." Pedestrian indications displaying "DONT WALK" shall remain until normal operation of the traffic signal controller is resumed. 5. Return to normal operation shall occur as soon as possible after the last emergency vehicle has cleared the intersection but in no:case shall this be more than 30 seconds. 6. Return to normal operation shall be at the beginning of the next complete signal phase shown on the phasing diagram that has vehicles and/or pedestrians waiting. The preemption equipment shall be compatible with existing equipment LOpticom (3M Co.)]. The controller shall be capable, without modification, of providing all the functions specified for a Type 90 controller even through the preemption equipment at a future date should be disabled or completely removed from the controller cabinet. Optical detector lead-in cable will be as recommended by the manufacturer. Pulsating light equipment for mounting on emergency vehicles will not be required on this contract. 10-3.14 SYSTEM INTERCONNECT. --Dynamic flow interconnect shall be provided for the three traffic signal installations along Hillsdale Boulevard. Coordination equipment shall be provided for both eastbound and westbound traffic along Hillsdale Boulevard. "Send and Receive" units shall be installed in each controller. These specifications describe the operation and design requirements for a dynamic flow intere onnect system capable of interfacing with fully actuated/density traffic signal controllers. The design shall utilize so id state circuitry and digital timing techniques. PURPOSE These specifications describe a Flow Interconnect system capable of interfacing with fully actuated traffic signal controllers. A dynamic system shall be supplied, which shall be capable of coordinating a series of traffic controllers on an intersection by intersection basis. The beginning of arterial phase green shall become the progrssinn point, with Green Band being determined by the vehicle platoon at the upstream sending intersection. The length of the green phase shall be determined by the traffic signal controller in the manner of normal vehicle passage extension. The start of green at the receiving or downstream intersection is established in terms of platoon arrival information. The termination of green is determined by gap -out or max -out in 102 " " accordance with standard practice. Progression shall be inhibited if cross street pedestrian service is in effect. METHOD OF ACHIEVEMENT Each intersection shall be equipped with "Send" and "Receive" units. The function of the "Send" unit shall be to determine platoon presence, from either direction, and then to send signals downstream to adjacent controllers. At the downstream intersection, the "Receive" unit shall obtain platoon departure information and proceed to clear the cross street phases in order to be in arterial phase green when the platoon arrives. Arterial phase green timing shall be determined by the controller in the normal manner. In Flow Interconnect mode, the signal indicating that a platoon has left the upstream stop bar shall cause the downstream controller to proceed to answer calls for conflicting phases and start the clearance intervals in advance of normal timing. This shall enable these phases to clear waiting vehicles and, in a large percentage of cases, to gap -out prior to platoon arrival. FUNCTIONS/REQUIREMENTS General The Flow Interconnect System shall employ solid - state devices with digital logic and timing circuits. Relays shall be permitted for interfacing with controllers. In each through lane, a detector loop shall be installed in back of the limit line. The loops shall be connected to a detector which shall be equipped with an adjustable drop out delay circuit with a rage of not less than 0-4 seconds. The output of these detectors shall be input to the "Send" units. SEND UNIT The start of the arterial phase green shall be coupled with the output of the Limit Line Detector in a logical AND manner, starting the Positive Pulse Delay Timer. When the Timer times out, a positive pulse signal (Platoon Advancing) is transmitted from the Send to the Receive unit. The positive pulse shallcause the outputs of downstream arterial phase detectors to be removed (Detector Lifting) for a period in excess of the vehicle extension interval used in the controller. Additionally, a digital timer in the Send unit (Platoon Size Timer) shall proceed to measure the length of time during which the loop detector indicates continuous presence after the start of arterial green. When this time exceeds a predetermined interval, a Negative Pulse Delay Time- shall be started. At the completion of its timing (offset to the downstream controller) , a negative pulse shall be transmitted to the downstream unit. If the loop is not occupied long enough to indicate a legitimate platoon, the negative pulse shall not be sent, and Flow Interconnect shall not occur during that cycle. '" _03 RECEIVE UNIT The Receive unit shall receive and separate positive and negative pulses from the "Send" unit. The positive pulse shall arrive first and disconnect PhAse 2 and 6 (typical) detector common terminals for a time period, determined by the Detector Lift Timer, in excess of the maximum vehicle extension interval. The controller shall then proceed to service other phases with demand. When the Send unit has determined that a platoon exists and is advancing, a delayednegative pulse shall be sent to the Receive unit. The negative pulse and arterial phase red shall be coupled in a logical AND manner, starting Sequential Digital Timers. The individual Timers split 1, 2, and 3) shall be used to apply "Force Off" to NEMA 03 and 07, then 04 and g8, and finally, 01 or 05 (Depending upon the direction in which Flow Interconnectis being established). When arterial phase red terminates, the split sequence shall be cleared, regardless of where the logic may be in split time sequence. If a pedestrian cal or service is currently active for the cross street, FORCE OFF shall have no effect until pedestrian service is completed _QUEUE DETECTOR Stackback (Queue) Detectors may be optionally provided on the cross street. These are delay type detectors separate from the Send/Receive units. When the Queue Detector is occupied in excess of a programmable amount of time during phase red, a pedestrian call shall be placed overriding repeated FORCE OFF of the cross street phase. MODIFIED OPERATION Send and Receive units shall be equipped with a selectable feature called Modified Operation. Selection of Modified Operation in the Send unit shall inhibit the sending of positive pulses. Selection of Modified Operation in the Receive unit shall cause positive pulsesto be ignored and the Detector Lift Timer to become a Phase Hold timer. The negative pulse shall start the Pulse Hold Timer if the coordinated phase is green, applying a HOLD to the coordinated phase. If the coordinated phase is red, the negative pulse shall start the Split Timers in the normal manner. MECHANICAL DESCRIPTION The Flow Interconnect "Send" and "Receive" units shall be modular in design. No special tools shall be required to remove or replace individual modules. Both units shall be designed to be housed within the same cabinet with the controller with which it is to. operate. ELECTRICAL DESCRIPTION All active circuitry shall be solid-state. Digital timers shall have a minimum range of 0-127 seconds in one second increments. Relays shall be allowed for controller interface. Connections to the "Send" and "Receive" units shall be by means of an MS type connector. All timers 104 " shall be equipped with indicator lights. Lights shall be provided to indicate positive and negative pulses being sent or received. 10-3.15 SIGNAL FACES AND SIGNAL HEADS. --Signal faces, signal heads and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Sections 86-4.01, "Vehicle Signal Faces", 86-4.02, "Directional Louvers", 86-4.03, "Backpl ates" , and -86-4.06, "Signal Mounting Assemblies", of the Standard Specifications and these special provisions. Signal sections shall be physically interchangeable between 8 -inch and 12 -inch units of an individual manufacturer. The Contractor shall furnish all lamps for traffic signal units, including signal backplates. Visors on mast arm hung 'signals shall be "tunnel" type with open slot at bottom. At the Contractor's option, signal heads and fittings shall conform to the provisions in Section 86-4, "Traffic Signals and Fittings," of the Standard Specifications or shall conform to the following: Lenses shall be polycarbonate plastic conforming to the requirements in Section 86-4.01A, "Optical Units," of the Standard Specifications. The third paragraph in said Section 815-4.01A is amended to read: Reflectors shall be made of silveredglass, plastic or specular aluminum with an anodic coating. All reflectors shall conform to the provisions in ANSI Standard: D-10.1. Plastic reflectors shall conform to the following: Plastic reflectors shall be made of a material which will not distort when the reflector is used with a lamp of the wattage necessary to meet the candlepower distribution requirements of ANSI Standard: D-10.1. In addition, the UL non -mechanical loading temperature rating of the material shall exceed, by at least 10� C. in accordance with UL Publication UL 746B. The reflector surface, prior to being coated with reflective material, shall be reasonably free of surface imperfections. The reflective material shall have a reflectance factor such that when the finished reflector is used in a signal section with its respective lens and a lamp meeting the lumen output and light center requirements of ANSI Standard: D-10.1, the section shall provide the candlepower distribution and chromaticity required by said Standard. 105 " " Acceptance testing of plastic reflectors will, in addition to candlepower distribution and chromaticity of the optical unit, include subjecting the sample reflectors to the tests and inspection for glass reflectors stated in Section 8.02(5) of ANSI Standard: D-10.1. Each -housing and door shall be fabricated from a structural plastic. Housings shall be either molded in one piece or shall be fabricated from 2 or more pieces joined into a single piece using thermal, chemical or ultrasonic bonding. The plastic shall have ultraviolet stability, shall be unaffected by the heat of the lamp used and shall be self -extinguishing. Housings and doors shall be colored throughout and shall be dark olive green matching Color No. 14056, 24056 or 34056 of Federal Standard 595A. The housing of each signal section shall be designed to permit access to the section for rel ampi ng without the use of tools. The door shall be secured by a method that will hold the door closed when the section is subjected to the wind load specified below. Metal door hardware, including hinge pins, shall be made from Type 304 or 305 stainless steel. Visors shall be the full circle type. Plastic signal faces shall meet the following strength requirements: A 3 -section face with either all 8 -inch or all 12 -inch sections, complete with optical units and with a suitable backplate as herein specified, shall, when supported solely from the top or bottom section, be capable of withstanding the laboratory equivalent of a sustained wind load of 25 pounds per square foot applied perpendicular to the signal face and backplate. The applied wind loading will be equally distributed between the 3 sections. "Withstanding" means that the specified load, when applied for a period of 24 hours, shall not cause any damage to the signal face or backplate nor any permanent deformation sufficient to result in adverse performance of the signal face. "Adverse performance" means a permanent deflection of more than 10� in either the vertical or horizontal plane when the test load is applied to the rear of the signal face and more than 6 1/2� in either the vertical or horizontal plane when the test load is applied to the front of the signal face. At the Contractor's option, an external bracket assembly may be used for supporting or reinforcing signal faces that are to be post -top or mast arm mounted. Such bracket assemblies ,shall be finished in the same color as the signal sections, shall be capable of withstanding the tests specified above and shall be fabricated of material with a finish that provides the same corrosion resistance and color retention as the plastic in the 106 signal sections. Each visor shall be secured to its door in a manner that will prevent its removal or permanent deformation by the wind load specified above applied to the side of the visor for a period of 24 hours. Plastic visors and backplates shall be either formed from sheet plastic or assembled from extruded, molded or cast sections. Sections shall be joined using appropriate solvent cement or with aluminum rivets and washers permanently colored to match the backplate. Visors and backplates shall be of black homogeneous colored material with a lusterless finish. Each backplate shall be secured to the signal face in a manner that will revent its removal when the above specified wind load is applied to either the front or rear- of the signal face. Said wind load shall not result in a permanent deformation of the backplate of more than 50 forward or backward when the load is applied for a period of 24 hours. Plastic signal sections and visors shall have the following dimensions and weights: 8 -inch signal section: Height: 10 1/4 inches maximum Visor Length: 7 inches minimum Visor Tilt: 3 degree to 7 degree downward Weight: 9 pounds maximum with visor 12 -inch signal section: Height: 14 3/4 inches maximum Visor Length: 9 inches minimum Visor Tilt: 3 degree to 7 degree downward Weight: 13 pounds maximum with visor Signal mounting assemblies shall consist of 1 1/2 -inch galvanized conduit, necessary fittings, slip -fitters and terminal compartments. Pipe fittings shall be galvanized steel, copper, brass or bronze. Slip -fitters and terminal compartments shall be cast bronze, Type 356-T6 aluminum or hot -dip galvanized ductile iron. After installation, any exposed threads of galvanized conduit brackets and all areas of such brackets damaged by wrench or vise jaws shall be cleaned with a wire brush and painted with 2 applications of zinc dust -zinc oxide paint conforming to the requirements of Federal Specification TT -P-641, Type II. All signal heads provided shall be of the same material. 10-3.16 PROGRAMMED VISIBILITY TRAFFIC SIGNAL HEADS. --Programmed visibility traffic signal heads shall conform to the provisions in Section 86-4.04, "Programmed Visibility Vehicle Signal Faces," of the Standard Specifications and these special provisions. 107 Lamps shall be furnished by the Contractor. The Contractor shall arrange to have a signal technician, qualified to program programed visibility type signal heads, present at the time the signal heads are put into use. 10-3.17 PEDESTRIAN SIGNALS. -- Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Signal Faces", of. the Standard Specifications and these special provisions. Pedestrian signals shall be Type B or Type C. One of the following types of screen shall be provided on Type B or Type C signals: A. An aluminum honeycomb screen with 3/16 inch cells 3/8 inch thick or a plastic screen of 3/8 inch squares, 1/2 inch thick with wall thickness of 1/16 inch shall be installed tilting downward, at an angle of 15 degrees (±2 degrees) out from the top, and shall competely cover the upper compartment housing the word "DONT" and the lower compartment housing the word "WALK". The screen shall be covered with a clear, 1/8 inch minimum thickness, acrylic plastic cover, or with a 1/16 inch nominal thickness formed polycarbonate plastic cover. Screen and cover shall be held firmly in place by the use of stainless steel or. aluminum clips or stainless steel metal screws. B. A 1-1/2 inch deep eggcrate type screen either of 0.020 -inch minimum thickness 5052-H32 aluminum alloy or of 0.030 -inch nominal thickness polycarbonate. The assembly shall be mounted in a frame constructed of 0.040 -inch minimum thickness aluminum alloy or polycarbonate. The vertical spacing of the horizontal members shall be 1/2 inch starting approximately 1/4 inch above and ending approximately 1/4 inch below the ")ONT" and "WALK" legends respectively. Additional members may be employed outside the 2 legend areas for structural strength. The eggcrate type screen shall be installed parallel to the face of the "DONT WALK" message and shall be held in place by the use of stainless steel screws. The hood described in Section 86-4.05C, "Visors", of the Standard Specifications may be omitted with the eggcrate type screen. The screen and frame shall be anodized flat black or may be finished with flat black enamel as specified in Section 91-4.01, "Enamel; Traffic Signal Lusterless Black", of the Standard Specifications. Said enamel shall be applied in the shop at the Contractor's expense. 108 " " Alternate methods may be substituted for the above screening providing the results are equal to or superior to those obtained with the above specified screens as determined by the Engineer. 10-3.18 DETECTORS. --Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standard Specifications and these special provisions. Loop detector sensor units, magnetic detector amplifiers, magnetometer control units, and magnetometer sensing elements will be State -furnished as provided under "Materials" of these special provisions. Output relays shall be used, and shall be normally closed. Sensor units shall be Type A or Type B. The first paragraph of Section 86-5.01A(4), "Construction Materials," of the Standard Specifications is amended to read: Conductor for each inductive detector loop shall be continuous, un spl iced , Type RHW-USE, neoprene -jacketed or Type USE cross -linked polyethylene insulated, No. 12, solid or stranded copper wire. The third paragraph of Section 86-5.01A(4), "Construction Materials," of the Standard Specifications is amended by the addition of the following as a third sub -paragraph: Type C lead-in cable shall consist of 2 No. 14 stranded copper conductors with each conductor insulated with 27 mils, minimum thickness, polyethylene. The conductors shall be twisted together with approximately 2 turns per foot and the twisted pair shall be protected with a shield of tinned copper -brass, or aluminum -polyester. A No. 16 minimum, stranded tinned copper ground drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be provided with a polyvinyl chloride jacket with a thickness of 27 mils minimum and shall be UL listed, Style 2106. The diameter of the cable shall be 0.35 -inch, maximum. Loop detector lead-in cable shall be Type A, Type B or Type C. In lieu of the epoxy sealant specified in Section 86-5.01A(5), "Installation Details," of the Standard Specifications slots may be filled with an el astomeric sealant conforming to the following: The sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the following performance characteristics: 109 Property And Results Hardness ( indentation) -- 65-85 .Tensile Strength -- 500 psi , minimum Elongation -- 400 %, minimum Flex at -40°F -- No cracks Weathering Resi stance-- Sl ight chal king Salt Spray Resi stance -- 500 psi , minimum tensile; 400% Di electric Constant -- Less than 25% change over a temperature range of -30°C to 50°C Chemical Resi stance Chemical and Results De-icing Chemical -- No Effect Gasol ine--Si ight Swell Hydraulic Brake Fluid -- No Effect Motor Oil --No Effect Calcium Chloride (5%) No Effect Measuring Standard And Conditions ASTM D 2240 Res, Type A. Model 1700 77°F (25°C) 50% relative humidity ASTM D 412 Die C, pulled at 20 IPM ASTM D 412 Die C, pulled at 20 IPM 25 mil Free Film Bend (180°) over 1/2" Mandrel ASTM D 822 Weatherometer 350 Hrs. Cured 7 days at 77°F (25°C) 50% relative humidity ASTM B 117 28 days at 100°F (38°C) 5% NaCI, Die C, pulled at 20 IPM ASTM D 150 Test Method ASTM D 471 ASTM D 471 ASTM D 471 ASTM D 471 ASTM D 471 Tests conducted on deaerated, 20 mil (0.020") (0.51mm), dry film liquid immersion. 28 days at 77°F (25°C). In lieu of the requirements in the fourth paragraph of Section 86-5.01A(5), "Installation Details," of the Standard Specifications, slots in asphalt concrete pavement shall be filled as follows: 110 " After conductors are installed in the slots cut in the pavement, paint binder shall be applied to all vertical surfaces of slots in accordance with the provisions in Section 94, "Asphaltic Emulsions," of the Standard Specifications. The slots shall then be filled with asphaltic concrete sealant. Asphaltic concrete sealant for inductive detector loop installations will be State -furnished asprovided under "Materials" of the special provisions. Temperature of sealant material during installation shall be above 70�F. Air temperature during installation shall be above 50�F. Sealant placed in the slots shall be compacted by use of an 8 -inch diameter by 1/8 inch thick steel hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be 5/8 inch. Excess sealant remaining after rolling shall not be reused. Traffic may be released immediately over compacted material. The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Delay timer may be incorporated in a sensor unit conforming to the following: Unit shall be a 2 -channel digital shelf -mounted inductive loop vehicle detector with two standard MS connectors and selectable delay and/or extension timer per channel. Timing range shall be 0 to 31 seconds for delay time and 0 to 7.75 seconds for extension time and timing shall be digitally derived and be selectable in .25 and 1.0 second increments via circuit board mounted DIP switches. Each approach shall be provided with an individual set of control units, which shall be arranged, in the controller cabinet, to provide a sequential indication on the control unit actuation indicator lights (left to right) of vehicles approaching the intersection. The Contractor shall test the detectors with a motor -driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor -driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indication in response to this test. 111 " 10-3.20 LUMINAIRES. --Luminaries shall conform to the provisions in Section 86-6.01, "High -Intensity -Discharge Luminaires," of the Standard Specifications and these special provisions. The third paragraph in said Section 86-6.01 is amended to read: Each luminaire shall consist of a housing, a reflector, a terminal strip, a refractor, an integral ballast, a lamp socket and a lamp. Each luminaire shall be provided with an internal ballast assembly (including ballast, capacitor and a lamp starter unit) mounted on a down opening door. The door shall be hinged to the luminaire housing and secured separately from the refractor door, and shall be easily removable and replaceable. All connections from the ballast assembly shall be made with a single multi -circuit connector or individual color -coded NEMA tab connectors. Field connections to the luminaire shall terminate on a barrier type terminal block secured to the housing. Glare shields are not required. Barrier type terminal strips shall be secured to the luminaire housing. -The horizontal footcandle levels for 200- and 310 -watt high pressure sodium luminaires shall be not less than the respective horizontal footcandle levels shown on the following illumination array: LUMINAIRE PHOTOMETRIC DATA 200 WATT ILLUMINATION ARRAY Mounting Height = 34 feet Lamp Lumens = 22,000 INITIAL HORIZONTAL FOOTCANDLES Transverse LONGITUDINAL DISTANCE (feet) Distance (feet) 0 34 68 102 102 0.022 0.025 0.014 0.010 85 0.051 0.055 0.029 0.029 68 0.116 0.122 0.061 0.064 51 0.225 0.233 0.179 0.116 34 0.658 0.498 0.342 0.159 17 2.127 0.891 0.396 0.076 0 2.348 0.869 0.173 0.025 -17 1.226 0.569 0.128 0.018 112 " " LUMINAIRE PHOTOMETRIC DATA 310 WATT ILLUMINATION ARRAY Mounting Height = 40 feet Lamp Lumens = 37,000 INITIAL HORIZONTAL FOOTCANDLES LONGITUDINAL DISTANCE (feet) Transverse Distance (feet) 120 100 80 60 40 20 0 -20 -40 0 40 0.030 0.064 0.142 0.329 0.875 .2.660 3.093 1.452 0.444 0.031 0.062 0.134 0.283 0.635 1.129 1.126 0.672 0.305 80 120 0.020 0.013 0.038 0.032 0.073 0.066 0.174 0.123 0.324 0.191 0.465 0.122 0.204 0.033 0.146 0.025 0.112 0.023 The luminaires shall be constructed and installed in such provide Type III distribution with the lower edge of the 1 housing below the entire light source and all glassware. The luminaire's optical assembly shall provide, without the external shielding, a 90 degree cutoff with no significant li above the horizontal. a manner to uminaire's addition of ght emitted 10-3.20 PHOTOELECTRIC CONTROLS. --Photoelectric controls shall conform to the provisions in Section 86-6.07, "Photoelectric Controls," of the Standard Specifications and these special provisions. The second subparagraph of paragraph one in Section 86-6.07A, "Types," of the Standard Specifications is amended to read: Type II photoelectric control shall consist of a photoelectric unit and a separate contactor located in a traffic signal controller cabinet or in a Type III service equipment cabinet. 10-3.21 BALLASTS. --Ballasts shall conform to the provisions in Section 86-6.10, "Ballasts," of the Standard Specifications and these special provisions. The first paragraph in said Section 86-6.10 is amended to read: Ballasts for high -intensity -discharge lamps shall be designed for the sizes and types of lamps specified. Unless otherwise specified in the special provisions or shown on the plans, ballasts for luminaires on multiple circuits (except soffit luminaires), as specified in Section 86-6.01, "High -Intensity -Discharge Luminaires," shall be the integral type. 113 " " The sixth and seventh paragraph in said Section 85-6.10 are amended to read: Ballasts installed in pull boxes shall be designed for operation in wet locations, and shall be protected from moisture by encasing the ballast in a glass fiber case potted with epoxy resin, by encasing the ballast in a neoprene waterproof jacket or by constructing the ballast casing and cover shall be rigidly suspended with the leads d.o.wn unless another position is recommended by the ballast manufacturer. The first_ paragraph in Section 86-6.10A, "Multiple Circuit Ballasts," of the Standard Specifications is deleted. Suspension of ballasts by the handle and hanger method required. The ballast for each high pressure sodium lamp to be used mounted luminaire shall be of the regulator type and shall the luminaire housing. The ballast for each high pressure sodium lamp to be installed in a soffit or wall luminaire shall be the regulator type or the high power factor reactor type. The ballast shall be either mounted in the luminaire housing or located externally as noted on the plans. Each high power factor reactor type high pressure sodium lamp ballast shall operate at a minimum power factor of 85 percent throughout the life of the lamp at nominal line voltage. Each regulator type high pressure sodium lamp ballast shall operate at a minimum power factor of 90 percent throughout the life of the lamp at nominal line voltage. 10-3.22 SALVAGING AND REINSTALLING OR STOCKPILING ELECTRICAL EQUIPMENT. -- Salvaging and reinstalling or stockpiling electrical equipment shall conform to the provisions in Section 86-7, "Salvaging and Reinstalling or Stockpiling Electrical Equipment", of the Standard Specifications and these special provisions. Existing equipment removed and not reused shall be salvaged and shall be stockpiled at the site of the work. Salvaged equipment shall remain the property of the State. Mercury Lamp will not be in a mast arm be mounted in 10-3.23 PAYMENT. --Payment for signals and lighting shall conform to the provisions in Section 86-8, "Payment," of the Standard Specifications and these special provisions. The contract lump sum price or prices paid for signals and l��_hting shall include highway lighting at intersections in connection with signals only. 114 " " PROPOSAL TO THE CITY COUNCIL CITY OF SAN MATEO CALIFORNIA FOR NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE LOCATION The work to be done and referred to herein is in the City of San Mateo, County of San Mateo, State of California, on El Camino Real and Hillsdale Boulevard. A net length of about 0.5 mile to be constructed in accordance with the special provisions (including the payment of not less than the minimum wage rates set forth therein) and the contract annexed hereto and also in accordance with the Standard Plans and the Standard Specifications, dated January 1978, and the Equipment Rental Rates and General Prevailing Wage Rates, current edition, of the Department of Transportation. The work to be done is shown upon plans entitled CITY OF SAN MATEO FEDERAL AID PROJECT NO. M-3072 (61) HILLSDALE BOULEVARD AND EL CAMINO REAL ROADWAY WIDENING, CHANNELIZATION, AND SIGNALIZATION APPROVED: To the City Council, City of San Mateo, California The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firia, or corporation and. in submitting this proposal. the undersigned bidder agrees that if it is determined that he is the successful bidder, he will execute the non -collusion affidavit required by the Federal requirements set forth under Section 6 of 5/81 a thesespecial provisions; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, to wit: 5/81 " HILL;DALE AND EL CAiIN0 i AI, TRAFFIC 1.!.n' 0VI,'r',NTS ENGINEER'S ESTIMATE Item Item Unit of Estimated No. Code Item Measure quantity Price Amount 24 Reinforced Concrete Pipe - (F)24. 652416 (Class IV, _^I-t',)er,^,sket.Join i. ) L.F. 1g6 $ lla.00 ; 20,460.00 25. 731002 Class B Concrete (Sidewalk) C.Y. 242 200.00 48,400.00 City Stand. Commercial Driveway 26. 731005A Class B Concrete C.Y. 5 225.00 1,125.00 Type A2-6 Modified Curb & 27. 731013A Gutter, Class B Concrete L.1'. 1,675 8.00 13,400.00 Type A2-6 Curb and Gutter 28. 7310138 Class B Concrete L.F. 2,688 11.75 31,584.00 Special Valley Gutter 29. 7310167 Class B Concrete C.Y. 59 225.00 13,275.00 Bus Turnout Apron, 30. 731050A Class P Concrete C.Y. 82 225.00 18,450.00 F)31. 750499A Miscellaneous Metal LB. 3,707 0.50 1,853.50 5)32. 860301A Traffic Signal, Sears Driveway L.S. L.S. 70,000.00 70,000.00 'I Traffic Signal, Wells Fargo S)33. 8603018 Bank Driveway L.S. L.S. - 70,000.00 70,000:004 5)34. 8603010 Signal Coordination System L.S. L.S. 30,000.00 30,000.00 d Modify Existing Traffic Signal 3)35. 861502A at 31st Avenue L.S. L.S. 33,000.00 33,000.00 ,. Modify Existing Traffic Signal 5) 36. 861502B at Hillsdale Boulevard L.S. L.S. 25,000.00 25,000.00 >) 37. 869050A Ornamental Metal Tree Guards 7:A 17 1,000.00 17,000.00 'F)38. 994609A Tile Surfacing S.F. 3,280 6.50 21,320.00 _TOTAL $898,932.50 ?ILLSDALE AND EL CAMINO REAL TRAFFIC IMPROVEMENTS ENGINEER'S ESTIMATE Item Item No. Code Item 1._ 066163A Repair Base Failures Install Sign Panel on 2. 066564A Existing Frame Unit of Estimated Measure Quantity Price - Amount 11,000 $ •3:50 $ 38.500-00 S.F. 36 10.00 360.00 (S)3. 066884A City Standard Flectrolier EA 14 2,500.00 35,000.00 Portable Timber Barricade 4. 070117 (Type III) Remove and Salvage 5. 150748A Sign Panel Remove and Salvage (S)6. 150880A Electrolier EA 20 EA 23 EA 400.00 8,000.00 50.00 18 200.00 7. 152320 Reset Roadside Sign FA 33 (S) 8. 152396A Relocate City Stand �e? r �'t "EA Cold Plane Asphalt Concrete 9. 153103 Pavement S.Y. 10. 153210 Remove Concrete 11. 160101 Clearing and Grubbing 12. 1901)1 Roadway Excavation S)13. 200001A Landscaping 14. 260201 Class 2 Aggregate Base 15. 390102 Asphalt Concrete (Type A) Minor. Concrete P')16. 510502 (Minor Structure) 2 285 C.Y. 750 L.S. L.S. 75.00 1,150.00 3,600.00 2,475.00 750.00 1,500.00 8.00 2,280.00 100.00 75,000.00 20,000.00 20,000.00 C.Y. L.S. C.Y. Ton C.Y. 2,253 20.00 L.S. 36,000.00 1,265 25.00 45,060.00 36,000.00 31,625.00 1,424 50.00 71,200.00 66.5 1,000.00 66,500.00 17. 566011 Roadside Sign - One Post EA 7 100.00 700.00 18. 566012 Roadside Sign - Two Post Install Sign (Strad and 19. 568001 Saddle Bracket Method) 12" Reinforced Concrete Pipe 20. 652407 (Class IV, Rubber. Gasket Joint) L.F. 15" Reinforced Concrete Pipe 21. 652407A (Class IV, Rubber GasketJoint) I,.r. 18" Reinforced Concrete Pie ')22. 652411 (;'lass IV, Rid Uer Ca eke, ;:hint} L.F. 21" Reinforced Concrete Pipe ')23. 652411A (Class IV, Rubber Gasket Joint) I..F. EA EA 5 15 195 36 425.00 2,125.00 60.00 35.00 90.00 900.00 6,825.00 3,240.00 355 75.00 26,625.00 60 90.00 5,400.00 " Bids are required for the entire work. The amount of the bid for comparison purposes will be the total of all items. The total of unit basis items will be determined by extension of the item price bid on the basis of the estimated quantity set forth for the item. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under. the TOTAL column shall be the extension of the item price bid on the basis of the estimated quantity for the item. In case of discrepancy between the item price and the total set forth for the item, the item price shall prevail, provided, however, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the TOTAL column, then the amount set forth in the TOTAL column for the item shall prevail in accordance with the following: 1) As to lump sum items, the amount set forth in the TOTAL column shall be the item price. 2) As to unit basis item, the amount set forth in the TOTAL column shall be divided by the estimated quantity for the item and the price thus obtained shall be the item price. If this proposal shall be accepted and the undersigned shall fail to contract as aforesaid and to give the 2 bonds in the sums to be determined as aforesaid, with surety satisfactory to the City of San Mateo, within 8 days, not including Sundays and legal holidays, after the bidder has re- ceived notice from the City that the contract has been awarded, the City may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City. 5/81 " " In conformance with Section 5-1, 18 SUBCONTRACTING of the Special Provisions, the Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work. LIST OF SUBCONTRACTORS DESCRIPTION OF PORTION NAME AND ADDRESS OF WORK SUBCONTRACTED 5/81 Accompanying this proposal is (NOTICE: Insert the work "Cash $ ", "Cashier's Check", or "Bidder's Bond" as the case may be), in amount equal to at least ten percent of total of the bid. The names principals are IMPORTANT NOTICE of all persons interested in the foregoing proposal as as follows: If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer and manager thereof; if a co -partnership, state true name of firm, also names of all individual co-partners composing firm; if.binder or other interested person is an individual, state tirst and last names in full. Licensed in accordance with an act providing for the registration of Contractors License No. SIGN HERE SIGNATURE OF BIDDER NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co -partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co -partnership; and if bidder is an individual, his signa- ture shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with the City prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business Address Place of Residence Dated 19 5/81 " " THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. The bidder , proposed subcontractor that he has , hereby certifies , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing. requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U. S. Department of Labor. 5/81 NON -COLLUSION AFFIDAVIT TO THE CITY COUNCIL, CITY OF SAN MATEO, CALIFORNIA The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. FOR THE ROADWAY WIDENING, CHANNELIZATION, AND SIGNALIZATION OF HILLSDALE BOULEVARD AND EL CAMINO REAL IN THE CITY OF SAN MATEO, SAN MATEO COUNTY SIGNATURE OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE Subscribed and sworn to before me this day of , 19__ MY CfY`'_`•TSSION EXPIRES , 19 NOTARY PUBLIC IN AND FOR THE COUNTY OF STATE OF CALIFORNIA NOTARY PUBLIC 5/81 " ASSURANCE OF MINORITY BUSINESS ENTERPRISE PARTICIPATION The bidder's execution of the signature portion of this proposal shall also constitute execution of this assurance. The bidder hereby gives assurance pursuant to the requirements of Title 49, C.F.R. Part 23, that bidder has made a reasonable effort to meet the goal for Minority Business Enterprise participation specified for the contract for which this proposal is submitted. Bidder further gives assurance that bidder will submit the documentation required. by said regulations and the specifications for the Listing of Minority Business Enterprises with which the bidder will subcontract if the contract is awarded to bidder and if bidder is unable to obtain MBE participation, of the steps bidder has taken to obtain MBE participation. MBE -FED 9-15-80 5/81 " (This guaranty shall be executed by the successful bidder in accordance with instructions in the special provisions. The bidder may execute the guaranty on this page at the time of submitting his bid) GUARANTY To the City of San Mateo, California FOR THE ROADWAY WIDENING, CHANNELIZATION, AND SIGNALIZATION OF HILLSDALE BOULEVARD AND EL CAMINO REAL IN THE CITY OF SAN MATEO, SAN MATEO COUNTY The undersigned :guarantees the construction and installation of the following work included in this project: ITEM NO. ITEM NO. ITEM NO. Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, all within 6 months after date on which this contract is accepted by the City, the undersigned agrees to reimburse the City, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or material replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or, upon demand by the City, to replace any such material and to repair said work completely without cost to the City so that said work will function success- fully as originally contemplated. The City shall have the unqualified option to make any needed replace- ments or repairs itself or to have such replacements or repairs done by the undersigned. In the event the City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be- made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the City. If the under- signed shall fail or refuse to comply with his obligations under this guaranty, the City shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. Contractor Date 5/81 BIDDER' SS BOND KNOW ALL MEN BY THESE PRESENTS THAT WE As PRINCIPAL, and as SURETY, are held and firmly bound unto the City of San Mateo in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of San Mateo for the work des- cribed below, for the payment of which sum in lawful money -of the United States, well and truly to be made to the City of San Mateo to which said bid was sub- mitted, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall the liabil- ity of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, THAT, WHEREAS, the Principal has submitted the above mentioned bid to the City of San Mateo, aforesaid, for certain construction specifically described as follows, for which bids are to be opened at City Hall, 330 West 20th Avenue, San Mateo, California, on (DATE OF BID OPENING) THE ROADWAY WIDENING, FOR CHANNELIZATION, AND SIGNALIZATION OF HILLSDALE BOULEVARD AND EL CAMINO REAL IN THE CITY OF SAN MATEO, SAN-MATEO COUNTY NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the pre- scribed forms are presented to him for signature, enters into a written contract, in the prescibed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this day of ► i9 (SEAL) (SEAL) (SEAL) (SEAL) PRINCIPAL SURETY ADDRESS: ADDRESS: NOTE: Signatures of those executing for the surety must be properly acknowledged. 5/81 CITY OF SAN MATEO CALIFORNIA CITY CONTRACT NO. FOR THE ROADWAY WIDENING, CHANNELIZATION, AND SIGNALIZATION OF HILLSDALE BOULEVARD AND EL CAMINO REAL IN THE CITY OF SAN MATEO, SAN MATEO COUNTY THIS AGREEMENT, made and concluded, in duplicate, this day of , 1981, between the CITY OF SAN MATEO, party of the first part, and CONTRACTOR, party of the second part. ARTICLE 1. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said party of the first part, and under the conditions expressed in the 2 bonds, bearing even date with these presents, and hereunto annexed, the said party of the second part agrees with the said party of the first part, at his own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by said party of the first part, necessary to construct and complete in a good, workmanlike and substantial manner and to the satisfaction of the City Engineer, FOR THE ROADWAY WIDENING, CHANNELIZATION, AND SIGNALIZATION OF HILLSDALE BOULEVARD AND EL CAMINO REAL IN THE CITY OF SAN MATEO, SAN MATEO COUNTY in accordance with the special provisions hereto annexed and also in accordance with the Standard Plans, dated March 1977, the Standard Specifications dated January 1978 and the Equipment Rental Rates and General Prevailing Wage Rates, dated April 10, 1981, of the Department of Transportation which said special provisions, Standard Plans, Standard Specifications, and Equipment Rental Rates and General Prevailing Wage Rates are hereby specially referred to and by such reference made a part hereof. The work to be done is shown upon plans entitled, CITY OF SAN MATEO FEDERAL AID PROJECT NO. M-3072 (61) HILLSDALE BOULEVARD AND EL CAMINO REAL ROADWAY WIDENING, CHANNELIZATION, AND SIGNALIZATION APPROVED: which said project plans are hereby made a part of this contract. " " ARTICLE II. -- The said party of the first part hereby promises and agrees with the said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices hereinafter set forth, and hereby contracts to pay the same at the time, in the manner and upon the conditions herein set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III. -- The statement of prevailing wages appearing in the Equipment Rental Rates and General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. :rt is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. ARTICLE IV. -- By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's.compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE V. -- The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exer- cise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine thatits responsibility to the United States so required. ARTICLE VI. -- And the said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage, arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Department of Public Works, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension -or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the require- ments of the Engineer under them to wit: IN WITNESS WHEREOF, The parties of these presents have hereunto set their hands the year and date first above written. CITY OF SAN MATEO, CALIFORNIA A Municipal Corporation By MAYOR CONTRACTOR By ATTEST: By CITY CLERK APPROVED AS TO FORM AND PROCEDURE. ATTORNEY Dated , 19 B•ANNON DEVELOPMENT COMANY 60 Hil dale Mall, San_Mateo, Califoli a 94403 415/345-8222 TRANSMITTAL FORM B.D.C. Job Name 'w/14 S ,7X �%/40 -C 7 1 /DA TE , /f'�jrov B. D. C. Job N o . 17 Ai X'. .,40, f/ / /1.1 M�' ,Z'S - TO: ,e ' r p v Z�� � -G Attention: �/�f� ��.p�`1114.4141."- 44 o/ 1 Nistertie4) 33 0 �J/ Transmitted herewith: vda'Gc~.e.": 71er��rifr,./. *6 w 7?G.�� 54,J .eerens."9f .a/lali 2Ve- jfay..5aticilizieveowse 441)ff 6...*/ 14". Cp fXc.e,- f 7CoAri Q 7,� Ze12o.-f 4W- 4irruif cioAl 4440 C49 Xerox cop a 7& '124.0 r a c/ . .Agj '..• ,44.74 l"), o sde r Via: eomff ilaxe'r Purpose: Approved by B. D. C. For Revision For Your Approval For Checking For Your Files . . For Your Information Estimate of Cost 49;4 0 `.. ci 4#0. /, etlyoo.e ck.t r.r-.t 740.1 Copies to: . J. Sai - r, ice President, Engineering " y PAGE 3 --- 455368 4'irCe r //lei),,, a 7;//e 4,0,14 c/,eal 6rvary /960 ' ��j" /c4 ,s1vc4 �� s�� 6. COVENANTS, CONDITIONS AND RESTRICTIONS, AS CONTAINED IN DECLARATION: EXECUTED BY DAVID D. BOHANNON AND OPHELIA E. BOHANNON,OWNERS DATED SEPTEMBER 8, 1947 RECORDED - SEPTEMBER 25, 1947 BOOK 11119 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 3 (89390-G). RESTRICTIONS, IF ANY, BASED UPON RACE, COLOR, RELIGION . OR NATIONAL ORIGIN ARE DELETED. SAID INSTRUMENT CONTAINS NO EXPRESS WORDS OF FORFEITURE. SAID INSTRUMENT PROVIDES THAT A VIOLATION THEREOF SHALL NOT DEFEAT NOR RENDER INVALID THE LIEN OF ANY MORTGAGE OR DEED OF TRUST MADE IN GOOD FAITH AND FOR VALUE. AFFECTS A 10 FOOT BY 155_34 FOOT STRIP IN THE SOUTHERLY PORTION OF PARCEL ELEVEN AND THE NORTHEASTERLY 10 FEET OF PARCEL TWENTY-ONE. 7. EASEMENT FOR UNDERGROUND GAS MAINS OR PIPE LINE OVER A STRIP OF LAND 11.5 FEET WIDE, CROSSING THE HEREIN DESCRIBED PROPERTY AS GRANTED BY DAVID D. BOHANNON AND WIFE, TO PACIFIC GAS AND ELECTRIC COMPANY, A CORPORATION, BY INSTRUMENT DATED OCTOBER 22, 19118 AND RECORDED NOVEMBER 211, 1948 IN BOOK 1596 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 581 (63713-H). SAID EASEMENT IS LOCATED ALONG AND NEAR HILLSDALE BOULEVARD. AFFECTS PARCELS NINETEEN AND TWENTY. 8. EASEMENT_FOR POLES AND WIRES, AS GRANTED BY DAVID 0. BOHANNON AND WIFE, TO PACIFIC GAS AND ELECTRIC COMPANY, A CORPORATION, BY GRANT DATED NOVEMBER 8, 1949 AND RECORDED DECEMBER 7, 1949 IN BOOK 1756 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 171 (24405-I), AND TO THE PACIFIC TELEPHONE AND TELEGRAPH COMPANY, A CORPORATION, BY GRANT DATED MARCH 1, 1951 AND RECORDED MARCH 8, 1951 IN BOOK 2067 OFFICIAL RECORDS OF SAN MATEO COUNTY,' PAGE 379 (35031-J). AFFECTS PORTION OF PARCEL NINETEEN NEAR LAUREL CREEK. 9. RIGHT OF WAY OVER THE HEREIN DESCRIBED PROPERTY CONVEYED TO PACIFIC GAS AND ELECTRIC COMPANY AND THE PACIFIC TELEPHONE AND TELEGRAPH COMPANY, CALIFORNIA CORPORATIONS BY DEED RECORDED DECEMBER 19, 1950 IN BOOK- 1995 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 252 (6556-J). AFFECTS THE NORTHWESTERLY 10 FEET OF PARCEL TWENTY-TWO. 10. EASEMENT FOR SUSPENSION, MAINTENANCE, ETC., OF WIRES, AND CROSS - ARMS TOGETHER WITH RIGHT OF WAY, AS GRANTED IN DEED FROM OPHELIA E. BOHANNON TO PACIFIC GAS AND ELECTRIC COMPANY, A CORPORATION, DATED JANUARY 31, 1951 AND RECORDED MARCH 7, 1951 IN BOOK 2035 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 171 (22398-J). AFFECTS SMALL TRIANGULAR PORTION LOCATED AT THE MOST NORTHERLY CORNER THEREOF OF PARCEL TWENTY-TWO. 4 yr1.1f/r.i,' .my- eiitys'I uL����1al�.11 ..5 ti . 1 . r, / SP 1 .trio 0. 1foellweeatl MOM= s. missal. Massa W AI% Urelepttar salmi gr.,.tor, doss trrslp groat `he % t1T1 ass am ¢g01r1C Cowl. a 4.1N5t'Y imposo11ss. the right of '.line dom. lMpsatteg:'+llautalwt aid W.t tor eM.eraa11 M M ued.r;;rau54 sale ar pip, line..ed 1.11.011eer►leo pips. SAS ....5.tteea. WINK . with the right at Snrr.la ttsroto and .tress thntra . la. M W airs Wu certain prriwe, .1155500 In the 0147 of ±M gale.. 9o.a0ta sots Ja WAN %MY et C•]: f.mta. ehtch ire described as to/loyal ' ."i.t portion er that r.rt..i. 26,097C care percfl et La00, .1000.1. M Iysa* nancin, daaerinod In that certain dad .a•autad el lorlilrl 1411 Mary 01vi1 �. 'luhvulon 1001 'print y, 1045, and oftorool in rflv.. ii .f .11141.1 eerMtae 221., record. of .504 County of .Sae :1.50.0. Lansaw. aY ► 1111 .htf. t+. -.M at tn..0,1 nurthorly dcrn..r of ttrt t.rt.Lo p.,e.1 of 1W.' ,11,01k ;MI (7 oar • :• lonanran It w to Soar. dere0:k 5501 :e..y old d11d Oetet..I ]l. km, w• ;wool.* lh voles- 141ii of offlcl.i r.•ania rrolrc..0 •o.4 C.tey r r a.MO. an: rasa tronno .enth...t,rl•, .1.304 10. nal t+m•.t.rly 15I.1•r;' 1i,. et • O. Cato.' of toot n.,mnved Dl. sate Soft dated 1.:w.•. 21. 1^L1, K %h. sa. i ..Italy o: .+.4 pore.] of 1.05 e.dvera of said mood 40(5.1 0000'o? :l. IK:fi Or • 1 •..a:.. 6.••-y ell., dlr.:C111, M the cunt uuo.rly cern•r of 0111Nt1. r•.l.e • d, 5 . :�lllw ale 101utovnrd Is so dial mated atAtur d.2ln.atf ap.* 0b.1 a.rt.a as d 1:0• 1 Nllllwt1•, raeord.i 1n nook 25 of r.pa at f.0. o. Ii a0 1p• r aa'w a) ,..I o1nt1 of ion Yateel th.nth enrthr•rtorle. otw• 0hft, hest'. ii►rrt, 00..05177 . • lino of .,1 t 1011..101• ha,l.0.n1, to t . l torwrtIon tare,..✓'.1r• 0'. .1 vale "111da1. a-uUaardl 10a,C. ,rdnM.ne o1r, dtr. el 1,i • I, .111 .-+" ••• of that .stela p.ree1 er land durrt!e.l in 16.1 r•rIUr. 1st '. ,a •.••a K to,' 1. `o0. somon et al 1., '1.7 of :an xet•o lots' r I, 1t'.6s $00 e. ..n.4 n 001000 M1 or ofticl' re -condo at mt.-. .'. m Mv ]rv', err ,.Intl 0 tl lI. i a' 10 -.4 thane• r thn.ot-sly, alone the roa, b t ra for:rtto/I In 5510 dew all+, *.en -v., 1, 1`•1.1, Is th. font onta:a. •% roof .a.a r• .,,4•..0. r1y heuntsry liner s1 the stag. hieh•g rca•ehly :nom al '1 11.5• • 44 tto no..ovr.Maatorly along 11A patlfe.t rly bart:a p 100 0f r.l, c t.•.-• Se'a's •}: treti 100100 aatnw.Yray, nlr.otll, I. •a. point .f 50114.114. 9eid 5515 10 pip. 1100 shall '•. lawt.d la sold 100.1... Hakim 5 errs. a WA L.5 feet 1n held 171.0 0101117 m *ash CI•I. at a owe. raw dM11" .M c1 0.11se/. •.pmts• 04 a point to the nerth.ut.rir '946647 Ile► 00 $000 tll'.aa2t• h00100.-0, frna mhieh an Ir'.o wordassnt aviary, the In1r-.•..155 1"-r.ef .fuo. v+ ntatllas of •024 011164,[e heulrr.rd 'esri gone LP 11. oast 15.11 pool 41.arto cod runnln,- 1.,000* north 45. 12• L5• mast 'Ofri r..ti sor5ra 55010 tr. : • Cool 2[ root, eoro or lea., to 1l+ .o.ah5.5tar17 5et.ry 100' .r .44 .0 ;$01ae 04. Cri-. for .hall rot ar ra or .or.troct arty .0110144 .0 501.0 .100•(5.-, of *dial or .par it. ay 5511. .Sloe said ;trip f[ 1500. The proetaIal5 Assaf shall 01tie. M H.• '.a;ftt et - 111. W ISfr.. se15/01 . no• rrors ofd ddee•uOr•l la int.r..t et 0.k. re.444441444 pert]" [MUM Mr.M.. �1// [MUM1N 9,110 grantor has ...ontad tiros 5.w.a 0. Oka .eG1^ day 0: 0eAjez ute. a of. ,1 ra 1*I$00 aim am �t��arpr toss. ors a.Y.�. • .•...aye ..•a. M •moo .•oaf Im rw. MO demo• 6..44.6w-..n.aV roar.. s ., .1 ar Nisi= 4 amm•er .40ralet mar r *mod ay vary ei.r..16.1.6. Honorable Mayor and City Council TO: ADMINISTRATIVE REPORT DATE: May 18, 1981 FROM: Department of Public Works SUBJE:C T: AGENDA ITEM k MTG. DATE SUBMITTED B Y C11/b Archie E. Perry, Ci Engineer APPROVED BY SUPPLEMENT TO CITY/STATE COOPERATIVE AGREEMENT FOR HILLSDALE BLVD./EL CAMINO REAL TRAFFIC IMPROVEMENT PROJECT RECOMMEN DA`I N : It is recommended that the City Council authorize the signing of the attached Supplemental Agreement for the traffic improvement project at Hillsdale Blvd. and El Camino Real. BACKGROUND: The plans, specifications, and final estimates have been completed by the City and we are awaiting final approval from CalTrans to proceed to advertising for construction bids. That approval has been withheld pending the City's accept- ance of the attached Supplemental Agreement. This Agreement formally concludes the final technical details that evolved in the last stages of the contract design, the most notable being the modification of the contract totals to reflect the amounts shown in the final engineer's estimates, the transfer of the balance of the County's 169.1 funds to this project (State funds used for matching Federal funds), and the programming of future progress payments to the Contractor by the State's automated pay system. We are anxious that we speedily resolve these procedural details so that we can proceed with the construction work prior to this year's holiday shopping season. EXHIBIT: Supplemental Agreement. BUDGET IMPACT: Total cost of the project is $1,038,000. The City's share is $25,412, from the City Capital Improvement Program, for which funds have been budgeted. RGB:AEP:hh Attachment CC: City Attorney City Clerk Finance Dept. P.W. Admin. Asst. " PROGRAM Local fancy City of San Mateo Supplement No. 9 To Local Agency -State Agreement No 04-5102 Project No. M-3072 (61) OF LOCAL AGENCY FEDERAL -AID URBAN SYSTEM PROJECTS IN THE CITY OF SAN MATEO Local Agency Pursuant to the Federal -Aid for Urban Systems Acts, the attached "Program" of Federal -Aid Urban System Projects marked "Exhibit B" is hereby incorporated in that Master Agreement for the Federal -Aid Program which was entered into between the above named LOCAL AGENCY and the- STATE on ___ February 6, 1978 , and is subject to all of the terms and conditions thereof. The subject program is adopted in accordance with Paragraph 2 of Article H of the aforemen- tioned agreement under authority of City/County Resolution No approved by the City Council/Board of Supervisors on (See copy attached). Approved for State District Director of Transportation District Department of Transportation OLA" 41I 12/911 CITY OF SAN MATEO By Attest: Local Agency Title Clerk Date I hereby Certify upon my own personal knowledge that budgeted funds are available for this encumbrance. ��/d'/ Ac ounting Officer Chapter Statutes !tern iscal Year S7 "6.10-) 79.- 7 /57 go 2sr`�� Program 6 /C. _ NSU Category 1/0 .2_2 0 Fund Source .4 F.Q 7___ rI^C U r P n i) G f f) EXHIBIT B OF FEDERAL. AID URBAN SYSTEM PROJECTS Date: May 11, 1981 PROGRAM SUPPLEMENT NO.: 9 Local Agency: CITY OF SAN MATEO Project No. M-3072(61) Location E Description In the City of San Mateo on Hillsdale Boulevard between El Camino Real and Edison Street; and at the intersections of El Camino Real with 31st Avenue and Hillsdale Boulevard. Modify signals, widening and channelization. Total Cost Est. CONSTRUCT_ Federal Funds ON - CONSTRUCTION ENGIN latching Funds* EERING $1,038,000 *See Cove $563,553 zant 14 • 169.1 City State $64,735 $25,412 $384,300 *Local Agency Funds unless otherwise specified Special Covenants • or Remarks: 1. All maintenance, involving the physical condition and the operation of the improvements, referred to in Article VI MAINTENANCE of the aforementioned Master Agreement will be performed by City of San Mateo and State at regular intervals or as required for efficient operation of the completed improvements in accordance with City/State Cooperative Agreement No. 04-0794-C. DLA-411 (10/30) Exhibit B Page 2 May 11, 1981 2. This agreement pertains to the FAU involvement in the project which is being constructed in conjunction with State financed roadwork on El Camino Real. A separate City/State Cooperative Agreement No. 4-0794-C was previously executed which governs the sharing of work and costs. 3. The City will prepare PS&E, advertise and award the project. 4. The State will provide a Resident Engineer to administer this contract and will make payments to the contractor. (see covenant 20) 5. The State Highway matching funds as shown in Exhibit B have been authorized by the Californil Transportation Commission. Included in the total is $384,300 which represents the amount of trade-off FAU funds for the Sharp Park Road Project. 6. Unless determined otherwise by San Mateo County's Cooperative Process Committer, the FAU funds available for this project are $819,000 (including the FAU trade-off State funds). In award- ing or agreeing to award the contract, the City agrees the payment of Federal funds will be limited to the amount determined by the County Cooperative Process Committee and as indicated in the detail estimate amount approved by the Federal Highway Administration in the Federal - Aid Project Agreement (PR -2), or its modification PR -2A, and accepts any increases in City funds. 7. The use of Federal Funds for this project is based on this project being part of the FAU Program for San Mateo County's portion of the San Francisco -Oakland Urbanized Area. 8. Should higher priority projects cause increase or decrease to the Federal funds available, this project will be financed with the maximum Federal funds available to the County. 9. Should additional Federal Funds become available to the County, this amount will, at the City's request, be increased to the amount available but not to exceed the maximum legal Federal pro rata share with a corresponding decrease in the matching funds. 10. In accordance with Section 86-2.14A of State Standard Specification for testing controllers, the City agrees to pay their share of the cost of testing if performed by the State. 11. The City share of matching funds for Construction Engineering, and Construction will be 100% of the amount remaining after Federal participation and 169.1 funds. 12. Preliminary Engineering costs will be borne by the City as per the County FAU Committee guidelines and the City/State Cooperative Agreement. • Exhibit B Page 3 May 11, 1981 13. A portion of the City funds required to match Federal Highway Funds in the project will be provided by the State as authorized by Item 169.1 of the Budget Act of 1979 and allocated by the California Transportation Commission. 14. The 169.1 funds have been set up on the basis of $58,070 as originally allocated for this project by the San Mateo County FAU Committee plus $6,665 from the County 169.1 balance. The total amount of $64,735 will be available unless the FAU Committee determines to desig- nate the $6,665 elsewhere. The total amount may be increased, if funds are available, to the amount required to match the Federal funds shown in the detail estimate approved by the FHWA in the Federal -Aid Project Agreement (PR -2), or its modification (PR -2A). 15. In the event the Item 169.1 funds required are less than the amount shown in Exhibit B or the detail estimate, the excess may revert to county projects provided the funds are re- leased prior to June 30, 1983 and providing project(s) containing Item 169.1 funds can utilize the released funds. 16. In accordance with Section 16304 of the Government Code, Item 169.1 funds may be available for expenditure until June 30, 1983 unless otherwise provided by future budget act language. 17. The City may be required to report to the California Transportation Commission concerning use of Item 169.1 fundsand that the funds freed as a result of the receipt of Item 169.1 funds are eligible for street, road and highway purposes. 18. The availability of Federal Funds will be subject to meeting deadlines and/or other conditio as may be imposed by the Director upon the recommendation of the TOPICS Advisory Committee (Urban System). 19. In executing this Program Supplemental Agreement, the City hereby reaffirms the "non- discrimination assurances" contained in the aforementioned Master Agreement for Federal -Aid Pro g ram 20. Caltrans has granted approval to City of San Mateo for the use of Caltrans Local Agency Automated Pay System. A. The City of San Mateo will abide by the requirements as set forth in the State of California, Department of Transportation's Policy and Procedure Memorandum P80-10, dated March 20, 1980, and as revised February 19, 1981 regarding the use of Caltrans Local Agency Automated Pay System. Exhibit B Page 4 May 11, 1981 B. Attention is called to some pertinent requirements for the use of the LAAPS. 1. Subsequent to the bid opening, the Detail Estimate as based on the bid of the successful bidder will determine the City's share of the construction cost. (a) Should the City's share of the construction cost be greater than the amount on deposit with the State for this purpose, a supplemental deposit of the difference will be required prior to the award of the contract. (b) Any City Funds on deposit with the State not required for the Agency's share of the construction cost as determined by the Detail Estimate will be returned to the City. 2. The Local Agency agrees to provide the following information to the State upon award of the contract: (a) Contract award date. (b) Certification of Contractor's License form for verification by the State. (c) Contract approval date. (d) Contractor's name and the voucher mailing address (for the warrent) in- cluding any subsequent change of address. • • OFFICE' MEMO STD. FORM 100 f REV. II -69, • To: DATE: ,-,- %=ice / Fr/:4 / -/ e0 From: '%_7 _7 Z4 eVe 1-S S S� /ry'o Subject: -)._e 7 .r- y,:.r zi r,_ r/0"._ e ! w- .LYE L�.+�C •dCt-�r"H 7j Ave. ogee //44- ao, /i - / * d F,Isc,._WED 141fr.e• MAY 14'981 SAN MATEO PUBLIC WORKS DEPT. ,1 /24,4e a‘o /l GJ /•r. or e7ee STATE OF CALIFORNIA ' NOTICE INVITING SEALED PROPOSALS AND -AFL CA 11 L TRAFFFIC IM LE BLVD. IATEO,-CALIFORNIA TS f. Sealed bids will be received by the City Council of the City of San Mateo, California, for the widening of El Camino Real, State Route 82, by grading, removal of existing roadway elements, and surfacing with as- phalt concrete on an aggregate base, as shown on the typical sections. The work also involves widening Hillsdale Blvd., a city street, including removal of existing roadway elements, grading and surfacing with asphalt concrete on an aggregate base, as shown on the typical sections. Also included in the work is modification of two traffic signals on El Camino Real and installation of two new traffic signals on Hillsdale Blvd. and other work as shown on the Contract Drawings No. 4-24-9 and as described in the Special Provisions and CatTrans Standard Specifications January 1978 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 non-refundable fee of $20.00 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 the ten percent (10%) of the aggregate amount of the bid. 4. The contractor is notified that he shall comply with the requirements for Affirmative Actions set forth in Section 6. 5. The timeof completion for this contract shall he one hundred and eighty (180) working days, beginning from the date of Notice of 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 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, or that established by the Federal Wage Determination #CA81-5109 (including all modifications) whichever is greater. The Con- tractor shall post the latest wage determination at the job site. 8West 20th Avenue, San Mateo, California. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 June 23, 1981, and they shall be opened ands read by the City Manager at said date and time at a public meeting called by him. 9. Said City Manager 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. The City reserves the right to retain the Contractor's ten percent retention for a period of thirty-five (35) calendar days beyond the filing of the Notice of Completion with the County. Dated: May, 1981. Published in San Mateo Times, San Ma eo, CA 94402RDSON, MAYOR May 19, 27; June 4, 1981. (4229) CITY OF SAN MATEO SIO1R1 ORD SO 10003 SUP * TE SUPPLIER TAG NO. 1 ` SAN MATEO TIMES 5 /15/81 (4229) QUANTITY DESCRIPTION UNIT PRICE EXTENSION HI LLSDALE BLVD AND EL CAMINO REAL TRAFFIC IMPROVEMENTS Publish thrice: May 19. 1981, May 27, 1981, June 4, 1981 Free Slips Proof to City Clerk 2 Certificates of Publication 112 LINES @.48 $168.28 C J V t SUB -TOTAL TRADE DISCOUNT if ony 1 °r1 1 Legitimate chargef.ir4)il I e pa d upon approval of PROOF OF PURCHASE INVOICE SUB -TOTAL C 11w�?A C SALES TAX PUBS RK$ dt� j SUB -TOTAL CASH PAYMENT TERMS if any I °,1 Total for this transaction NOT TO EXCEED$ TOTAL $ 168.28 } DEPT. MAKING PURCHASE BUYER APPROVAL 0 PURCHASE APPROVAL TO PAY { DEPT. 0 09-90-8517-511-00 Lois Rondo ate:, FUND DEPT PROG SUB PROG ACCT SUB PROJECT • PURPOSE - OTHER REFERENCE - W/O NO. CHARGE INFO. CITY CLERK/DPW HIL.-.SDALE BLVD & EL CAMINO REAL TRAFFIC IMPROVEMENT VENDOR NO. P.O. NO. % FINANCE I 80139 FIN 75 " STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT APPLICATION --FORM DM -M -P-1 (REV. 6178) / f":7* . /,/;/( sc b - x ' TYPE OR PRINT LEGIBLY. COMPLETE ALL ITEMS. MARK N/A WHEN NOT APPLICABLE. PART I - PROJECT INFORMATION 1. Applicant's Name: City of San Mateo 2 . Address: 330 West 20th Avenue, San Mateo, CA. 94403 3. Location of Encroachment 6 W/City: San Mateo AI.Pi Phone No.(415)574-5790 State Route No. 82 4. Project Location: Attach location map or describe location in reference to State highway. Southbound Rte. 82 from 31st. Avenue to 100'. S. of W. Hillsdale Blvd_. 5. Brief description of work within State right of way and attach plan(s), specifications, calculations, drainage shed maps, etc. Widening Rte. 82 Southbound off -ramp, drainage piping & drain ��, truc ur,, ,revises signals & lighting. 6. Number of days needed to do work within State right of way: 7. Are you the property owner or lessee? Yes L7 No 180 Work Days 8. Is property: Residential a Commercial Other a (adjoining) 9. Is any work being done on applicant's property? Yes 2t7 No a If "Yes", briefly describe and attach siteand grading plans:Widen W. Hillsdale Blvd., install traffic & pedestrian signals. provide bus stop areas. 10. Is zoning revision involved? Yes a No Q If "Yes", from to . Approved by Local Agency (Date) 11. Are Federal Funds involved with project: Yes Q. No a If "Yes", please describe: FAU Funds 12. Is City/County/other Agency requiring permits? Yes a If 11Yes", please describe: N/A 13. Is City/County/Other Agency requiring environmental documents? Yes a No 7 If "Yes", please check: Exempt ND a EIR Q and attach. 14. If answers to Lines 12 and 13 are both "No", complete Part II. SIGNAT9 L37Y4-0 'z. TITLE 4/1/1 .?/ " 64.4441 INTER -OFFICE COMMUNICATION CITY OF SAN MATEO DATE: May 14, 1981 TO: File FROM: Robert G. Bezzant, Director of Public Works RE: Hillsdale/El Camino Real Project Talked to Clarence Molbey, Public Works Director of Daly City, about obtaining State matching funds from Section 169.1, Street and Highway Code, of $6,665.00 which they are unable to use to match Federal funds and were willing to trade-off to another agency in the County which could use the funds. The deal made with Mr. Molbey was that for $3,000.00 in City funds at a future time in 1981-82 to be used on the project from which the matching funds from Daly City are to be transferred to San Mateo, that Daly City would agree to give up the $6,665.00 of 169.1 funds to San Mateo for use on Hillsdale/El Camino Real project. Please adjust the finances to the project to reflect this additional contribution of 169.1 funds. These funds will be added to the present $58,070 from the same source which are already committed to the project. All of the transactions above are contingent upon CalTrans agreeing to the switch and upon San Mateo being able to beat the "sundown" on the funds of June) , with the Hillsdale/El Camino Real project. The matter has been discussed with the Manager and has his general concurrence. OBERT G. BEZZANT DIRECTOR OF PUBLIC WORKS RGB:Zw-40 cc: Mr. Clarence Molbey -FILE 0 /cci€ BOHANNON DEVELOPMENT COMPANY B. D. C. Job Name B. D. C. Job No._ TO: 60 Hillsdale Mall, San_Mateo, California 94403 _ -t "'• 415 / 3 4 5- 8 2 2 2 X 1'�(„rt.C,.,•�r ,-;,.,-4 .4;."`,s.�c TRANSMITTAL FORM a. as - /C Transmitted herewith: Via: 402 p / ,a dilir( DA TE Attention:A I/e1 "fdev__ iir/F/ •�0 cow, ^s r.e %' 7'a a h d reie4"71 4.r • •acs . c as Con p drop (iti ,- ro 0 i c ��.tti7 is Go" c1 i f a, c/co6/s lee / e n ooilier/1 '40/k t' T 3474 44/0.1(.44. 44_714.--41.4p4/ Vale e:r.f..),e, � a. Cf JOr! cJ/ie / cieepoie A-7‘ c)4441.440 ..�, .� r4otsc4 ci Xerox Ca fr o f 4er41-$.4°""f•"'"14', 3.A.7..#0,5`o., el' Wea .�, 4-e- �4 4c,074 -o.7. Purpose: Approved by B. D. C. For Revision For Your Approval For Checking For Your Files ....--�For Your Information Estimate of Cost Copies! 4164041 ter' f GS �/bbr Q4j.e'Gr. •/4/dof. J. Sail:,.'; Vice President, Engineering " PAG 5 --- 1155368 EXCEPTION 11 - CONTINUED: ��"Xcrrp7'` fr�"f 7/4 o,../ c 4Q' 0.04067 447 72t' -.Z s0,.r �,1 cv r..r 74 .4r//420,07. BY QUITCLAIM DEED RECORDED NOVEMBER 16, 1966 AN BOOK 5239 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 612 (27770 -AA), R. H. MACY F CO., INC., RELEASED AND QUITCLAIMED ALL ITS RIGHT, TITLE AND. INTEREST IN AND TO A SOUTHEASTERLY PORTION OF PARCEL TWENTY-FOUR. 1975 AMENDMENT AGREEMENT APPLICABLE TO HILLSDALE LEASE BY AND AMONG DAVID D_ BOHANNON AND OPHELIA E. BOHANNON, BOHANNON DEVELOPMENT COMPANY, A CALIFORNIA CORPORATION, AND R. H. MACY G CO., INC., A NEW YORK CORPORATION, DATED MARCH 15, 1975 AND RECORDED APRIL 1, 1975 IN BOOK 6810 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 6118 (34543 -AI). AFFECTS THE ENTIRE RIGHT, TITLE AND INTEREST IN A PORTION OF PARCEL THIRTEEN, THE SUB -SURFACE OF OTHER PORTIONS OF PARCEL THIRTEEN, EASEMENTS OVER AND UNDER THE PORTIONS OF PARCELS ELEVEN AND THIRTEEN, AND EASEMENTS AND RIGHTS OVER AND IN OTHER PARCELS. 12. EASEMENT TO PLACE AND MAINTAIN TRAFFIC SIGNS, UNDERGROUND.SIGNAL CONDUCTORS, ETC., AS. GRANTED BY DAVID D. BOHANNON AND OPHELIA E. BOHANNON, HIS WIFE, TO THE CITY OF SAN MATEO, A MUNICIPAL CORPORATION, BY DEED DATED FEBRUARY 27, 1953 AND RECORDED MARCH 13, 1953 IN BOOK 2381 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 1115 (66255-K) AFFECTS PARCELS NINE, FOURTEEN,FIFTEEN, SEVENTEEN, NINETEEN AND 4TWENTY. 13.- EASEMENTS FOR INSTALLATION, MAINTENANCE, USE, ETC. OF UNDERGROUND ELECTRIC WIRES AND CABLES WITHIN PORTIONS OF THE HEREIN DESCRIBED PROPERTY, AS GRANTED BY DAVID D. BOHANNON AND WIFE, TO PACIFIC GAS AND ELECTRIC COMPANY, A CALIFORNIA CORPORATION, BY GRANT DATED JULY 26, 1955 AND RECORDED OCTOBER 1 55 IN BOOK 2890 OFFICIAL RECORDS OF SAN MATEO COUNTY, PAGE 1156 (c126L... ._ ��1 AFFECTS A STRIP OF LAND 1.0 FEET WIDE LYING CONTIGUOUS TO AND NORTHWESTERLY OF THE NORTHWESTERLY LINE OF 31ST AVENUE BEING PORTION OF THE NORTHEAST PORTION OF THE NORTH PARKING AREA, THE EMPORIUM SIDEWALK AREA, THE_FARMERSt MARKET PARCEL AND THE NORTHWEST PORTION. OF THE NORTH PARKING AREA AND AFFECTS A STRIP OF LAND 11 FEET BY 20 FEET WITHIN THE FARMERS' MARKET PARCEL, ADJOINING THE NORTHWESTERLY LINE OF SAID 10 FOOT WIDE STRIP. SAID STRIPS OF LAND ARE PORTIONS OF PARCELS TWO, THREE, FIVE AND SEVEN_ a • • • (,� - •,z�r9 • • J. :i 4157C r,nef.....3 '1"..'7F3-4 D. r.:1:l:..:'• a_-4 =ITS r.. 9..)MT.:.`; t11:,_.d l vile, !.e:vl .fLer called i. i.... s. r --.. . ..T : . . . .. - -• :' mil_,= -...es, in c�z`_dc:zt_w r•a�a a�e��..e i`.o:,e.�: ,�.L by .11,71_=;C ila - atf^` 17..Ii 0.7_'i r, a W!....fcr.!s ti=ry=sti^; h -••e_ meter ee!1et xcc- -A party, - r:- • <-r' •• _ ' the - of it re: c_A 1in'�-dr b"r_t`_•.1 i:-ant !o sotc-J3 p-tr,'the • • t' '_� rr*orr rateAin and use e " >. +cuts a-! eb z , r�-]cam: tL e�ccr' }c..� a c�? on by =••••::_•-• s•d_ ti.?...!-_Lite, -- 11 scot: ;..� by z.!-.2▪ 11 Tr -Jo !.,_4'» to ti._ 'cam .z >rc.ez si7 for t1 -,e tr 2.:.! ssi end ,.`: '' •'c_'s_*'L'�.':lsa of eld,:ir e:2'ry•r_tt!.L the strips of 1swe., sittite in the Cit.. .. _ r'.`••-c�t..eo. or-`. , e1•-e,-St.ate~c: t-ary�orria-,-d.-• ec-i`.e3 es fc'_'.nvs •i_ • a',.4 _ t_ -.ct. _ _ _ - _ _. . 1. • 1 'strip ar It'd of the enifo -z width of 1D fret; 1 r; rtrrt.i,-_=3 to ice.'__ .- - d a::'=vc-ster z • of a line tiy the �r_ 1t be: s at point of '•:se_:ioo of the - 7.174-1'...' 7: bc-_^...? 1_4 --re of the e(.ete ?�--2-ay c::•,, i knoll..n as p']. :-..„-.e.....:, - ▪ - • .1 i•'..h the aczthr e.c.ly tom••'_'-' lire of t-!--7: te•rtatn ,e reel of l -ad d- -_- 1.:": . a-• s and drs'- ..� .� u: F."l !'=.1cs.i.n t et ce:taio hasp. a: •.c ;ee -1t ersitcutedt - -- 1-.-._ • _vca .� r3- t 14 -re 2.e to R• R. lacy !e Z.o., I:x. fisted Ilay 28, 1-'i'', a_ti rc,a_-t,.id •in .• ?e 2«5 of. cfli !i1 recorris at Save,?FC', records or said C. y of Sao hereon rate re:a '-he_Ise a nt.h LT..Ly' west. 670.0 fret; -ire S7'_ e'ceitt' tb-re- -•(";e— t`2--" .-.-. z-1.:± = 4=r-of.-1--ine; oc!aid* •the b-... 3a -.' 3+xa cf zc1d ?+.R. 1. ^'-... _ • • 2. !. a‘.:: -:p er: ?al t c_ tars c_ -a �d'_5 of ! fest, ly ee_rt4f- to -1-� e d 'r- .eriy of tir.3or'�•a .e :? 1c —ear —y• line of t`.e s!rii_ of L here - '•1i {;' i o:z d-sc`fhirl arc! d•'? s',.--= Led 11 and ex-tr.-221:c -cb 1`_�e x`�ich .:.'s ra-a11.1 • e tGtb.z d dist:.-rt !.•v55 feet vesterl.,y fror:, aees•ta2 eea riC`t e_^_lr tv, the a ,ot .--te;h1 _:rte ary 1 Lae -of cal f r_:,c'_eo 7e• eel; so... rileray 2^ feet. '••••:,. - - - :.,71..!•: �: �:'YL 1:1.7£Ji at.al?1 inure t-0 the t�C. i s O & F �e� f ��' =rrt . ;`41. ;; ` _',•e resessor-4 - n3 a-es3 of t_..e ,•+e.. -tie, `+ztterl co -. < ,� A- •E j' .-'1�, • ''-.47:1�S:ie .u'�;3rst pert se have eArcf t eer..pr•se3 t; j A v C�� • _ _ L�-tzt.3 in the .p3-ree.ce oft -yg'. • •xitaass: - r .. / . .s- ej t.z cectr! K. i. 'Pao./ # Co.; Irc.4 a ler '1= corporytiro, .-e', : "mss It. t?i s-VIr.stis{.L.:ot!an,-ae1•sCJ,r.ed:c_at •n,! delir-ery of e foietctn.-_ ..it•--d•-":sJ-:- 2.5 P.- ia..►-sets•!t �r hare'in - the lead• therein derri'-tc3 ere - . a t:_�� • . . � e� -;!- • _ _t • - .. - K . _ •, - .'i - - --- -e: 5.rra^.'.4 x 3:.�.- - . - - -' i - --•= i_ L , 0.r.e.ri' y, �e.'C� ui 1 - ..• ] a • Sr C. - :'-f�. . e fir.. a • r% -q6 I .i I - I . -1 .. fT • - - \ _- - ✓ s, �, i� .!•'/,.. --' '-� /�.+ Ij'.{. < C . .�L .‘ ci ' i /, 1 - 1�f� / ./1__ - --i J- .r ______-- ..0-7,-.-4-:"<:::"7:,-,--';',--c_-':":4 G� En -0.14 4•4• .tv d 4 3,4 .e. "exee 4i ,7ooif t 4890 ioc41 0,e 41 -re 4or /946-1 2 rr .,LL • EYrF1� K, r�tl5 1 az.�..�- rAv47- ~I r l i - , ion icc -.:n f *r 1 ,o6s1/L T • f 1 1 -777 • Br cz cceta, L, ze/% r /Js , e-ssc�_ vy -e, P6 i 7/79:0r rs 4114P.' do, 926 7e -/ii 6c7" 7) ly,<S b4/f/ " PUBLIC WORKS DEPARTMENT From BOB BEZZANT Date )i To DIVISION - TITLE ,Init. FYI Action See Me Researc7 Report DIRECTOR CITY ENGINEER SUPT./MAINTENANCE 110157 'ICE ENGINEER SUPT./WQC PLANT TRAFFIC ENGINEER CHIEF INSPECTOR ADMIN. ASSISTANT LANDSCAPE ARCHI'1hCT PUBLIC WORKS SUPV. AUTO. SUPV. BLDG. SUPV. SECRETARIAL STAFF F FILE PLEASE: el I i saw 4" Ito E-6,1-164-. 1., 414, i'dal�3-1Putr. t 6, 0. "g,.. . --- /atie eery (a# - e) s recur 1 r L THANKS: `-�� I/!f / ( ctiai kl 0 Vl J " " ��j ra / r9 f. C44 .c7. '444, s,D, /5c 4 /21 PACIFIC GAS AND ELECTRIC CCMPAN' 111 ALMADEN BOULEVARD " SAN JOSE, CALIFORNIA 95198 " (408) 298-3333 April 22, 1961 Mr. Bill Trone City of San Mateo 330 W. 20th Avenue San Mateo, CA 94403 Dear Mr. Trone: kre'c -P4g< � t e-lls-� 8rac R- San Mateo/State Cooperative Project @ El Camino Real and Hillsdale Blvd.; Our File 023.31 Attached is a copy of the right of way document and related drawing covering the existing electric underground facilities along the North side of 31st Avenue in San Mateo. The exact date of installation and location of these facilities is now under investigation and when determined we will let you know. In the interim, if you have any questions, please contact Mr. Charles Byrne, of this office, on telephone extension 449. Sincerely, 4Z/4,2 Perrie E. Arens, 3,/ Division Land Supe'fvisor Attachment 1 R� C 1VED NR 2 4 1981 SAN MATEO PUBL!O WORKS DEPT,. " *27 2 0 /50 ..S,eErcN of Pit/C 3 242-360 L 2 2rf DAVID D. BOHANNON and �MELIA E. BOHANNON, husband and wife, hereinafter called first parties, in consideration of value adequate therefor paid by PACIFIC GAS AND ELECTRIC COMPA1:Y, a California corporation, hereinafter celled second party, the receipt whereof is hereby acknowledged, hereby grant to second party, the right to excavate for, install, replace, remove, maintain and use such underground wires and cables, enclosed at second party's option by means of conduits, as second. party shaalll from time to time deem necessary for the transmission and distribution of electric energy within the strips of land, situate in the City of San Mateo, County of San Mateo, State of C 1-tfornia, described as follows, to-oKitt 1. A strip of land of the uniform width of 10 feet, lying contiguous to and northwesterly of a line which begins at the point of intersection of the southwesterly boundary line of the state highway commonly known as El Camino Real with the southeasterly boundary line of that certain parcel of land de- scribed and designated PARCEL THREE in that certain lease agreement executed by first parties to R. H. Macy & Co., Inc. dated May 28, 1952, and recorded in volume 22i f official records at page 280, records of said County of San Mateo, and runs thence south }7� 45' vest 670.0 feet; save and excepting there- from that portion thereof lying outside the boundary lines of said PARCEL THREE. 2. A strip of land of the uniform. width of Jt feet, lying contiguous to and northwesterly of the northwesterly boundary line of the strip of land here- inbefore described and designated 1, and extending from a line which is parallel with and distant 1.93.5 feet southwesterly from, measured at a right angle to, the southwesterly boundary line of said El Camino Real, southwesterly 20 feet. The previsions hereof shall inure to the benefit of, and bind the respec- tive successors and assigns of the parties hereto. IN WITNESS WHEREOF first parties have executed these presents this 2up day of July , 1955. Executed in the presence oft David D. Bohannon Witness Ophelia E. Bohannon For value received R. H. Macy 84 Co., Inc., a New York corporations hereby consents to the meid.ng, execution, acknowledgement and delivery of the foregoing deed insofar as any interests it say have in the lands therein described are concerned. ri receipt whereof is hf 7 acknowledged, hereby grant tallecond party, the to excavate for, install, replace, remove, maintain and use such underground wires second • cables, enclosed at second party, s option by means of conduits, as distribution shall from time to time deem necessary for the transmission and lectric energy within the strips of land, situate in the of San Mateo, Coun to -wit: of San Mateo, State of California, described as 1. A strip of land and northwesterly of a line southwesterly boundary line of Real with the southeasterly scribed and designated PARCEL 'r by first parties to R. H. Macy & Co. volume 2248 of official records at p - Mateo, and runs thence south 4t7' 450 we from that portion thereof lying outside the uniform width of 1 1 begins at the point e state highway commonly line of that in that certain Inc. dated 280, reco 670.0 f b .. 1 • • 2. A strip of land of the uniform, wi and northwesterly of the .northwesterly bo inbefore described and designated 1, and with distant 193.5 feet southwester the southwesterly boundary line of The provisions hereof El frost, Camino • ity 0 feet, contiguous to of rsection of the .r awn as El Camino cents parcel of land de. s agreenent executed May �8, 1952, and recorded in • of - said County of San et; save and excepting there — lines of said PARCEL THREE. • f 4 feet, lying contiguous to line of the strip of land hers from a line which is parallel sured at a right angle to, southwesterly 20 feet. • to the benefit a and bind the respec— tive successors and assigns the parties hereto. IN WITNESS WHEREOF f parties have executed these pre _1 day of Jul , 195a. Executed in th preserve ef: c 0 Witness -J. is this n.viA D. Pohannon Ophelia E. Bohannon value received R. H. Macy & Co., Inc., a New York corporation, hereby nsents to the making, execution, acknowledgement and delivery of the foregoing eed insofar as any interests it may have in the lands therein described are concerned. 11' 5 5- ZS90 y5 R. H. MACY & CO., INC. Ay N. R. Olcksi . Its N. B. Oleksiw, Asst. Jecretary s:-MMOE •-aO OM p,- 1•i •ECJJ 74 j R "I 11/ A .5 0'71) T • OA 1/40 1). .80/7'AA/A/ON fT aX , ' L,4No,C O/?,O // (' , 'a t 1 /Q . /-7/17,46y eCD., /NG ./ /,, ,,,; TeXo4 N - -,.:,, 1 ,f;1.: 04 ` '' 1 ry a. f•; 0(ho C/77' O/ JA N MATED JAN /VATEO ,� CO. / '4744-i. 4-)! / 7r,.pa.w7',0 1140,S•/r7014, cm., DATE DESCRIPTION APPRO. CRS. PATE DESCRIPTION APPRO. APPROVED // ...jail VGLSP Ja/v. 1/D. 3-/a -A' 6- /74 /3,-76 /15 /7;; 7- /- 8Y M IF.. Tr. (/NDERGRDU/VD E/TENJ/OA/ TD JJ ,j' r/ / v/ dD 4. +'5D17AN/ Y D/ V cirei/ /►A29 7^-d PACIFIC GAS AND ELECTRIC COMPANY 5%/2".'2 SAN FRANCISCO, CAL. SUPER"Dg. SupcRSEOEC SY DR s SHUT No. SHEETS a CH. D O. K. ttAW9NS NUMSER 52 / CPANs1 / �w /.7n1."70-0-1,•.: /�' ' a'1 SCALE i . /� 90 .FACI -r.32 6,g �.r n 3//p/c. 242-360. DAVID D.' L —kr:NON and OPffELIA ; 13OHPWNCN, husband , and wife, hereinafter called first:parties,-in consideration of value adequate therefor paid by PACIFIC "LS AN: ELECTRIC COMANY, a California corporation, hereinafter called second party, the. receipt whereof- is hereby acknowledged, hereby tyrant to second party, the right to excavate f cr, install, replace, remove, ,maintain and use such undernround wires and cables, enclosed at second party's option by means of conduits, as second party'shs11 from tine to time deer necessary for the transmission and distribution of electric energy within the strips of land, situate in the City of San 1ateo, County of San Mateo, State of California, described as follows, to -lit: 'I 1 tft 1. A strip of land of the uniform width of 10 feet, 1y rg contiguous to a'id northwesterly of a line which begins at the point of intersection of the southwesterly boundary line of the state highwa„J cenmonly known as El Camino J,ea1 with the southeasterly boundary line'of that certain parcel of land de- scribed and designated PARCEL THREE in that certain lease agreer;ent executed • by first parties to R. H. }`acy & Co., Inc. dated May 23, 1952, and recored in volume 2248 of official records at page_ 2P0, records of said County of San iaateo, and runs thence south 7° 15= west 670.0 feet; save rind excepting there- from that portion thereof lying outside -the boundary lines of said PARCEL TH E. 2. A strip of land of the uniform width of L feet, lying contiguous to and northwesterly of the ,northwesterly boundary line of the strip of land here inbefore described and designated 1, and extending from .a line which is rarallel with and distant 493.5. feet -southwesterly from, 'measured ata rich':, angle to, the southwesterly boundary line .of 'said El Camino o Real, southresterly 20 feet. The provisions hereof shall -inure. to the ' merit' ofi a d ci i the 1 - tive successors and assigns of the parties heretoi: C) IN .iIT'.Z'SS of r 'TLEREOF first parties have execu ed t o_present-s this gledai of -Executed-in the presence of: Witness Nor value received R. H. /lacy c: Co., Inc., a New fork corporation, hereby consents to the -making, execution, acknowledgement and delivery of - the foregoing - deed -insofar as any interests it may have in the lands therein described are -concerned. _ 1; ,-,.spec- ;'ham.. — iii . • 4n I R. H. MACY & C0,1 INC :DT.? . N.,B.'0leksiw, Asst. Secretary On ..... __day of . ... _.-___.-_. __�-. the year One Thousand Nine Hundred and :rti tyr i!6•____.. . _. before me, Jule... m@Ath_P@teTSOn -• --- __ a Notary Public in and for the said County of ...San- t'afCipep _ -F� pep --._., residing therein, duly commissioned and sworn, personally appeared_--_.N..._.B.....Q1ek@1H_ _._-.---.---. - .. __----...._... known to me to be the--_..As8t-.....S�reta __....__...._-..—___.__�._•__-___-__ -_.-_. of tke corporation that executed tke within and foregoing instrument, and to be the person... who executed thesaid instrument on behalf of said corporation therein : named, and acknowledged to me that such corporation executed tke same. 3tt !Miami lfflirrenf, I have hereunto set my hand and affixed my official seal, in the County of S8n F_r! 14SCO the day and year in this certificate first above written. Notary Public in and far th My commission expires._.. e_1�4s_139�_- STATE OF CALIFORNIA, County of_ San Mateg On th s..._. 26....... --day of July_ in the year one thousand nine hundred and Fi f'ty-fire. before nte,._ Virginia I., cameron a Notary Public in and for the City and County of Sari l.iatea,. , State of California, residing therein, duly commissioned and sworn, personally appeared_______________—__ JUI-., ---. ..._Z t...blo.....042.42 --: ... ' ty and ounty of Sad, Francisco State of California Cowdery's Form No. 36 —(Acknowledgment General) (C, C. Sec. 1189) }5:. David D..._B nan... anc ..Dphe1i.a_. E.�...�.ahanuon..:.__...._..... known to me to be the person.S._.-whose name_..5, men!, and acknowledged to me that—t.he_Y_.erecuted the same. - IN WITNESS WIIEREOF I have hereunto set my hand and affixed my official scat in the—_ i jf-- ?�� _ _._......County of._..S.a;7 the day and year in this certificate first above written. I c are subscribed to the within iustru- Notary Public in and for the City County of S.ani'iateo......_...._..�..._._ Stitt'e of California. uy Commission Expires_ February 8,. 1952 ,. Ca " ., rcel Two .WI4 M1v CAMi*O" -^- �.. w a" M, v444Inal ya.'i1.4r a wpm**. Cy'4ti 4 .1,.MeMN Amoy f& NA�%/4..41hL Al 4'4M41411M4 0.4084404414/1 " bM4a" yy.1 4 ��w...r.ti..4" s .j. ...1Y. odenwoomp Ar+w ...�w aft t .+u ,411;e , 444...4 �rw14r..U.�Mgt P$Ttil Thres " ,w,4. �y��rrau q4. TIT f I% aTviv MAP OF HILLSDALE SHOPPING CENTiL 1. jj. /n..4. x., ." " r, SAN MATEO.CALIFORNIA SCALE 1""$O' ` MAY 1952 COWIN M_ 3MITH CIVIL ENGINEER 1 A SMiai C4/y. Ci111,, n 1 " " April 24, 1981 Callander Associates 877 Cowan Road Burlingame, CA 94010 415 697-8551 Mr. Ty Tekawa TJKM 675 Ygnacio Valley Road, Suite 211 Walnut Creek, Ca 94596 Re: Hillsdale Intersection/California Water Service System Dear Ty: Some time ago Dagie passed on to Richard Hopper some information from a dis- cussion that DaRie had with Wayne Hallenbeck of California Water Service. We were verifying meter locations and sizes for irrigation use when Wayne in- dicated: 1. That the existing 6" cast iron drain had only 2' of cover and should be replaced, possibly with an 8" a.c.p. 2. That the developer, City, State or anyone other than California Water Service would have to pay for the relocation. 3. That the existing meters for existing median landscaping would have to be relocated at the project's expense (not Calif. Water's) to sidewalk areas per California Water's requirements. 4. That the City Fire Marshall must approve hydrant changes. Please see to it that these items are appropriately addressed or discussed with Arch Perry for resolution. Sincerely, Peter Callander California Registration #1308 Peter Cal!ander, ASLA, Principal Steven T. Kikuchi, ASLA, Associate Landscape Architecture Land Planning Environmental Design CC: R. K. Hopper RECEIVE,0 MAN( 1 11981 SAN ^ ,ATEC PUBLIC WORKS DEPT, ��, y ��" t mss "P-�� `i1`t.`'+> t.4�� Y ? tl C�� t i, rift,:; ::t1 f:3" j, t r " .rtr r ew'e' .irr4. -17.�? !11ty.'.'F ;hti"j r' r�� ��6��1.' -r.r'V '! " R', tf' 'ef - 0. O . t. -1T' -(`}.'? -��;. ,>r t = t i:y t ��: .;'I. c. r" - -_t�� a4.: ;x: t.',7; .3. ," 1 ', ��" ��y iE��..d_^"}''4 414' i/.;" t :yly:..-sYf'' :i !, K; :Y 't .," +a eY ,7 ?7rii7 r4:..,-��'='" 4:5 r t1 k"; , e't't r' l4_, r -if - /''.1,r e'lye 4:q { II fi"Cei 'ratli. ,: f, - ,.3r C 5 2-4 re T.Ir t:. f_a. =k w : t , i ,c ,... i i C., t t-1 9:. -.1.-,.'=;,t -1f, . -'1.0 r r, P 1.1 - Yo0-ti cY:'..r reflegtrnh': ,r ( dui Ael.l,ja:. to r 'j F F {-,fk t f - rw,', :; ,VerrO e,i7.,1-, ' ("4,.. 4 r:.,7 r r I' r -11-- , i d e!`. ��i.i.1t��"��M" S!v'it ��' C?ir'..i" i7 tt. t'it v5 !#.,# r:. tr .'ro e t 4,',11:, r,r r ++ - _ f& r - _7 t.: p't * " .: C' a_ - 1.1 ., C."4 ��%: kt 1. ` '1 �� . it .11.1 :p`�': !'" .rte .:iti':!il i. .r -,<r t :r id'SSr(i,.i!'! GI. 'i t- ("1-.r .::i r iI n 1).:. {1 _- 1 i*" :, ,Lsi ig'-'arfene t +y ltf, ,t('XS: 1��:4.? � i's:" `1i 14'E ,z":.1 vij1`�. ;xA rr_i A:}- of ti( -'4. -*1 oft i4 . 3';" f `l ;IC.rt'tr: 1 ., 4r1/ f- r=.1 `` I r ' 1" 7:, la 4 'n. 6.1 -4 t.t I' '444 r4, .}� t,,, r ,.! It: 'Li r " 17.7 '..1.1.4:1--":.'.7.; r';'11:71. ...;:",:. .. t .i in,. I1 .i :ii)t t .i,. , tlfi. it, F .. L1gt.t e.," -"4 r - F?ftt:iR'?zat t1 'T��'.ts ,-" j t:1��Tyrit" " : d ' . t 1 t:r" l- ipei ,,.j . ?ot? 'AIL -1C" ,!: n. 'e " y r ,'i`j 3 1171'. ri ti< �fi, il..1t.r,,,? ltio"a. 'L7ii! lrc= r.\. .,il. ic, .tn r 1? t ' 4' -1 i a. " ? t1c. ; c -;r` r'v.:. 1' it ,.. 1.;l^Li'', :!t a. t't. t. -' E` ' t..1r4. .t?,v 1---1 T. 7, F, n t t "41.1.1 jl :UlQ.!8#t@ do nnP (f Ainfongee"n -51, iA - t the CoMpensatior or; tvo, reurrese5-stitSve of our Sincerely, }E nes; Ann, efthns 46rieL#'At., to to M5 WO 'k- that mis- time of -the nr cihilshOerst the.- .eta*tr.ect: r.rbich: rneutres expiate try us ear+v the contract uhi.c1 a. between u ;. a:not iinde °standfn AR Sheen -Me encore int{) the. gork,„ +Attechr-pnr4.; ',f',00v!c ff '"TV$ r7orrE!B7onient nr a3.1r0, ane 27, - P 1 r.c.! Plcharci.Konper ouRlam .- ,-v Attorhev " " WALNUT CREEK SACRAMENTO TRANSPORTATION CONSULTANTS March 27, 1981 Mr. Arch Perry City of San Mateo 330 W. 20th San Mateo, CA Dear Arch: This is to follow up your recent conversation with Pat Kepke of our office concerning billbillings and payments on the Hillsdale FAU project. We are sending copies of our accounting records. Our billings to date total $53,115 and payments received total $38,900. The last payment by the City was made on December 18, 1980 in partial payment of our November 30, 1980 invoice. No payments have been received since that time. In our letter to you of October 31, 1980 we requested your authorization of an additional $6,855, which was our estimate of extra work required to complete the contract services. You will note that our actual extra charges total $14,215. The difference between the $14,215 and the $6,855 figures, $7,360, were expenses incurred by TJKM for contract coordination and drafting efforts. These overages resulted from a combination of Cal Trans review and underestimates of drafting requirements. We would appreciate hearing from you on this matter. Very truly yours, a'' P. //41fix-P Chris D. Kinzel bp Enclosures cc: Richard Hopper 0,41 D 1981 SNMpEC PUBLIC WORKS DEPT. 675 Ygnacio Valley Road, Suite 211 / Walnut Creek, California 94596 " (415) 938-2200 J I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 13 14 15 16 17 21 22 k 24 25 NAME ADDRESS CITY City of San Mateo Arch Perry 330 W. 20th San Mateo, Ca. #513 Redesign Hillsdale Blvd. /-7; - BALANCE FORWARD --)R. DATE FOLIO DETAIL J DEBIT CREDIT BALANCE PREVIOUS BALANCE V � 3 s -- : ,y,;.:. �ry,tea • /� VA NOt. i -75-cR c,2 ( , .. LP., 7 - 74;2 .... 7s1r-2 ....... // /7 it: d tiv ..." 17/// //,':.4 I 611-' 4,,, lf3 a�o 1 �,o t /17 , , / �% i r 6o t _ /, ///// ,,, kJ-, /7 /4 5-4 ST - /...,/.,; 4 • / /' SAFEGUARD BUSINESS SYSTEMS tAN$DAI E. PA .• LOS AN GE LES•O1CAGO ATLANTA ACCOUNTS RECEIVABLE LEDGER FORM NO. ARl•7 " TRANSPORTATION CONSULTANTS r WALNUT CREEK SACRAMENTO March 5, 1981 Mr. Arch E. Perry City Engineer City of San Mateo 330 West Twentieth Avenue San Mateo, CA 94403 Dear Arch: This is to respond to your January 29, 1981 letter concerning extra services on the Hillsdale FAU Project. I have enclosed a letter on this subject from Richard K. Hopper. I must admit to being strongly supportive of Richard Hopper's position for the same reasons described in his letter. When Richard Hopper and TJKM originally agreed to join forces on this project, I asked him to utilize the $40/hr rate rather than $50 in order to keep the total design costs as low as possible. On all other projects it is my understanding that Rich Hopper is using the $50/hr rate including projects with the City of San Mateo. I believe that the services provided by Mr. Hopper, considering his experience and background in the San Mateo Area, are very fair, even at the $50/hr rate. Inasmuch as you have concurred with the fact that extra services have been required on this project, it is apparent to me that extra compensation should be approved by the City. Please contact me if there are any additional questions. Very truly yours, j(0iJ Chris D. Kinzel bf Enclosure Recs.-Net) SAN thAs E. NBLIC WORK 675 Ygnacio Valley Road, Suite 211 / Walnut Creek, California 94596 " (415) 938-2200 " P" Ise-14. January 31, 1981 Mr. Chris D. Kinzel TJKM Transportation Consultants 675 Ygnacio Valley Rd. Suite 211 Walnut Creek, CA. 94596 RECEIVED FEB 4 1981 RICHARD K. HOPPER, P.E. CONSULTING CIVIL ENGINEER 978 DESOTO LANE FOSTER CITY. CA 94404 415-572.0978 RE: ECR/Hillsdale FATJ project; additional compensation request Dear Chris: On October 15, 1980, I submitted a letter to you indicating an estimated number of additional hours needed to complete the project over the original 500 hours provided for in the contract for consulting services with the City of San Mateo. Primary justification for that overrun was attributable to the inordinately lengthy and complex right of way determination and acquisition. The "Agreement for Engineering Consulting Services Redesign of Hillsdale Blvd. and El Camino Real" dated May 19, 1980, between the City of San Mateo and your firm established an hourly rate for all parties involved in that contract. There is no formula in that agreement that provides for the hourly rates to be determined on the basis of a basic rate plus benefits times a multiplier to cover overhead and profit. Such a formula is, however, a widely accepted method of establishing compensation for engineering services. A highly respected and widely used publication, ASCE Manual No. 45,"Consulting Engineering, A Guide for the Engagement of Engineering Services", 1975, outlines the usual and customary methods of computing charges for consulting engineering services. A copy of the pertinent section of that manual is enclosed. The 4.0.00/hour rate agreed to for this project for my services is not my normal rate. I presently have a contract with the City of San Mateo in which the agreed to rate is $50.00/hour. That rate was not questioned at the time of award of the contract, nor has anyone asked for a break- down of it since the date of award. It is disturbing to be questioned not on the number of hours requested,. but rather on the hourly rate to be applied to those hours. RICHARD K. HOPPER, P.E. CONSULTING CIVIL ENGINEER 978 DESOTO LANE FOSTER CITY, CA 94404 415.572.0978 In response to the City's request, the agreed to rate for my services is composed of approximately 63% for basic compensation, 1% for "personnel costs"(health and disability insurance, retirement, etc.), and 24,E for overhead expenses. It is my opinion that the requested increase be approved or denied on the basis of the anequacy of substantiation of the additional hours and not on the basis of substantiation of the rate of compensation for those hours. Please convey these comments to the City in your response to the letter of January 29, 1981. Very truly yours, RICHARD K. HOPPER, P.E. encl. SECTION V. - CHARGES FOR CONSULTING ENGINEERING SERVICES The computation of charges for consulting engineering services is dependent on the type of services required by the Client. The types of services usually performed by Consulting Engineers are outlined in Section II, Engineering charges are usually computed on one of the following bases, or by combining two or more of these methods, with appropriate modifications applicable to specific cases: 1. Per Diem Personal services are usually charged on a per diem basis. This method is particularly suited to court work or similar work involving intermittent personal service. When such consulting or expert services are furnished, the Engineer is com- pensated for all the time he devoted to the work, including travel time. The per diem charge should be based on the complexity of the work involved and the breadth of experience of the Engineer. In addition to the compensation based on per diem, the Engineer is reimbursed for travel, subsistence, and other out-of- pocket expenses incurred while away from his home office. For services in court, or on other engagements in which the Engineer is to appear as an expert, a per diem charge is considered to have been earned for each day of such appearance, although the Engineer may not be called to testify, or, if called, may finish his testimony in a fraction of the day. On occasions, the urgency of the engagement requires the Engineer to work longer than the normal day. In some instances, this requirement is a necessary feature of the services, and an understanding should be reached with the Client as to what constitutes a day. In such cases, the per diem rate may be increased to take into consideration the extended work day. For certain kinds of work, compensation based on hourly rates is an equitable arrangement. Compensation for engineering service on an hourly basis demands a higher rate per hour than would be represented in a per diem rate. Also, the hourly rates should apply to time for travel involved, plus reimbursement for travel costs, subsistence, and other out-of-pocket expenses. Depending on the duration of the services, compensation on an hourly basis may include an agree- ment on an upset minimum amount or retainer in addition to the payments based on the hourly rates. Per diem rates for senior consultants are on the order of $325 per day but can be expected to vary depending on the complexity and importance of the work and 24 CONSULTING ENGINEERING the standing of the individual. Similarly, per diem rates for principal engineers are on the order of $240 per day and can be expected to vary for the same reasons. For all staff assistance, the rate averages 2.4 times the "salary cost" as defined subsequently. 2. Retainer The employment of engineers on a retainer basis is a common practice of Clients who wish to be assured of always having available in the future, the services of a certain individual engineer or organization. This method is used in cases of protracted litigation or for work over the years, when the calls on the Engineer may be intermittent. It is also used in the development of undertakings for which the services of an engineering specialist are not required on a full-time basis. On large projects, the Client may also employ on a retainer basis, for maintenance or additions, the Engineers who prepared the original plans and specifications. The amount of the retainer varies with the character and value of the services to the Client and with the reputation and standing of the Engineer in his profes- sion. The terms of agreements for services on a retainer basis vary widely. Com- pensation may be based on a fixed sum, paid monthly, or on some other mutually agreeable basis,with per diem or hourly rates in addition for time spent at the request of the Client. In any case, the same principles, as explained previously for per diem or hourly charges, apply under retainer contracts. 3. Salary Cost Times a Multiplier, Plus Direct Non -Salary Expense For many projects it is not possible to state accurately the scope of work at the time the Engineer is retained for the project. The preliminary engineering ser- vices, such as surveys, investigations, preparation of budget estimates, process studies, development of alternate layout plans, and other services needed to establish the final design, are usually so, indeterminate in scope that neither a lump -sum nor a fixed percentage of construction cost would be an equitable basis of compensation. Furthermore, on many projects, during the design phase, it becomes necessary to undertake additional experimental or investigative work, the results of which may further alter the scope of the project. Compensation for services on the basis of the salary cost of the work, times an agreed multiplier, is a satisfactory and equitable method for such assignments, when the time required is unduly difficult to predetermine. Direct non -salary expenses are ordinarily considered as a separate item for reimbursement, usually with a nominal sur- charge. Salary cost* is defined as the cost of salaries (including sick leave, vacation, holiday and incentive pay applicable thereto) of engineers, technicians, *Salary cost, as defined, ranged tin 1973) between l25%, and 135% of direct salaries. See the 1973 ASCE Salary Survey. CONSULTING ENGINEERING 25 draftsmen, stenographers, surveymen, clerks, etc., for time directly chargeable to the projects; plus unemployment, excise, and payroll taxes; and contributions for social security, employment compensation insurance, retirement, medical, and insurance benefits. Salaries or imputed salaries of partners or principals, to the extent that they perform technical or advisory services directly applicable to the project, are to be added to salary cost. Since, in this basis of payment, the salaries are the most important element of cost, it is advisable for the engineer to reach an agreement with the owner on the salary ranges for each classification of labor chargeable. In so doing he minimizes the possibility of disputes during audits of his accounts. The multiplier which is applied to salary cost is a factor which compensates the Consulting Engineer for overhead, as hereinafter defined, plus a reasonable margin for contingencies, interest on invested capital, readiness to serve, and profit. The size of the multiplier will vary with the types of work, the organiza- tion and experience of the consulting engineering firm, and the geographic area in which its office is located. For conditions in the United States, the multiplier averages 2.4 times salary cost. A higher multiplier is ordinarily necessary on projects of short duration or small size. The rate will ordinarily be higher also on consulting engagements for providing recommendations based primarily on experience or special know- ledge, or for expert testimony in legal proceedings. It will also vary upward with the experience and special capabilities of the consulting engineering firm. For some services, however, the rate averages 2.3 times salary cost, as in the case of a locally employed staff of the Consulting Engineer, when engaged primarily in fieldwork such as inspection or resident engineering service during construction. Direct non -salary expenses usually incurred in such engagements may include the following: a. Living and traveling expenses of employees, partners, and principals when away from the home office on business connected with the project. b. Identifiable communication expense, such as long-distance telephone, telegraph, cable, express charges, and postage, other than for general correspondence. c. Services directly applicable to the work, such as special legal and account- ing expenses, computer rental and programming costs, special consultants, borings, laboratory charges, commercial printing and binding, and similar costs that are not applicable to general overhead. d. Identifiable drafting supplies and stenographic supplies and expenses charged to the Client's work, as distinguished from such supplies and expenses applicable to two or more projects. e. Identifiable reproduction costs applicable to the work, such as blue- printing, photostating, mimeographing, printing, etc. 26 CONSULTING ENGINEERING These expenses, which seldom can be determined in advance with any degree of accuracy, are reimbursed by the Client at actual invoice cost, plus a service charge of 10% to 15%. The Consulting Engineer's overhead, which comprises a major portion of the compensation generated by the multiplier on salary cost, includes the following "indirect" costs, which are not directly allocable to specific engagements:* a. Provisions for office, light, heat, and similar items for working space, depreciation allowances or rental for furniture, .drafting equipment and engineering instruments, automobile expenses, and office and drafting supplies not identifiable to specific projects. b. Taxes and insurance other than those included as salary cost, but excluding state and federal income taxes. c. Library and periodical expense, and other means of keeping abreast of advances in engineering, such as attendance at technical and professional meetings. d. Executive, administrative, accounting, legal, stenographic, and clerical salaries and expenses, other than identifiable salaries included in salary costs and expenses included in reimbursable non -salary expenses, plus salaries or imputed salaries of partners and principals, to the extent that they perform general executive and administrative services as _disting- uished from technical or advisory services directly applicable to particular projects. These services and expenses, essential to the conduct of the business, include preliminary arrangements for new projects or assign- ments, and interest on borrowed capital. e. Business development expenses, including salaries of principals and salary costs of employees so engaged. f: Provision for loss of productive time of technical employees between assignments, and for time of principals and employees on public interest assignments, The client's budgeting requirements often lead him to propose an upset limit (a dollar maximum) to be written into the agreement. This requirement is illogical. It is illogical because the method is usually chosen initially because of the uncertainty of scope of services. A more reasonable approach, which serves the same purpose, is to require the Engineer to advise the client when his costs are approaching 75% of an agreed budget figure and forecast the probable total cost. This provision gives the client an opportunity to examine the progress at the 75% point and, if need be, to approve a figure larger than the original budget amount. The Consulting Engineer who performs services under a salary cost -times -a - multiplier contract must make provision for the accounting work necessary to segregate and record the expenditures thereon. He must maintain adequately detailed time records for all principals, partners, and technical employees who devote time to the work, and any part of whose salaries is included in direct cost. *For a general treatment of overhead refer to ASCE Manual No. 33 "Cost Control and Account- ing for Civil Engineers" (1971). CONSULTING ENGINEERING 27 His. applicable payroll records should be open for inspection or audit by the Client. Receipts and other documents should be provided to substantiate all expenditures at least once a month. Payments on these bases should be made to the Consulting Engineer at stated times during the execution of the work, within a reasonable period of billing, and should be clearly stated in the agreement. Although it was previously stated (page 24) that the salary cost -times -a - multiplier plus direct non -salary expenses method is particularly applicable to assignments where it is not possible to state accurately the scope of the work, this basis of compensation has been widely used in recent years for a great variety of projects including those where the scope is fairly well defined. Indeed, it may be said that this method, together with the fixed lump sum payment have become the two most common bases of compensation. 4. Cost Plus a Fixed Payment For many engineering projects, the Consulting Engineer is required to start work before the cost and detailed scope of the project can be accurately deter- mined, Such indeterminate projects generally result from requirements for speed, special problems which require studies, research or experimental work, prepara- tion of estimates for alternate types of construction, and other requirements. The contract, however, should carry a general description or statement of the scope of work contemplated — that is, the number, size, and character of buildings or other facilities, the extent of utilities, and other items. For this type of project, the cost -plus -fixed -payment method offers a satisfac- tory basis for performing the service. One of the virtues of this method is that it eliminates any suspicion that the costs have been allowed to grow in order to increase the Engineer's fee. Under the cost -plus -fixed -payment contracts, the Consulting Engineer. is reimbursed for the actual costs of all his services and supplies, including the following: a, Salary -Cost. As previously defined. b. Overhead. As previously defined. The Consulting Engineer should be prepared to support the bases for his overhead charges. c. Direct Non -salary Expenses. As previously defined. d. Fixed Payment. In addition to reimbursement for costs included in a, b and c above, the Consulting Engineer is paid a fixed amount for contingencies, interest on invested capital, readiness to serve, and profit. The fixed pay- ment varies with the scope of the engineering services involved. This may be an amount based on the estimated cost of the project at the time the Consulting Engineer is engaged. The fixed payment usually ranges from 25% of the direct cost (items a, b, and c above) for projects starting at $100,000 construction cost to as low as 10% of these costs for very large projects of the order of $100 million. The cost -plus -a -fixed payment basis of compensation requires, as a prerequisite to equitable negotiation, that the general scope of the project itself be fairly well defined, and that the " " 28 CONSULTING ENGINEERING services to be performed by the Consulting Engineer be fully set forth in the agreement. Such agreements also provide for appropriate adjustments in the fixed payment, in the event that the physical scope of the project, time for completion, or the services required are materially increased over that contemplated during the negotiations. The principal contingency for the Engineer, with cost -based methods, lies in failure to spell out, in sufficient detail all the reimbursib]e items. Where this list is not complete the client's auditor may unreasonably reject certain items of cost which are not included in the Agreement. 5. Fixed Lump -Sum Payment This method of compensating Consulting Engineers is used frequently for investigations and studies and for basic serviceson design -type projects when the scope of the assignment to be undertaken can be clearly and fully defined. Two methods'are generally used to arrive at a lump -sum compensation for the basic services on design -type projects. The first of these is the computation of a lump sum as an appropriate percentage of the estimated construction cost of the project. The second is direct development of a fixed amount of compensation, by estimating the individual elements of the engineering cost outlined in the forego- ing section, plus a reasonable margin of profit, all expressed as a single lump sum. These two methods are frequently used concurrently, each as a check on the other. For arriving at a lump sum compensation for investigations and studies, the second of the two preceding methods is generally used. Where consultation is undertaken on a lump -sum basis, the agreement should contain a clearly stated time limit during which the services will be performed, and a provision for additional compensation for time in excess of that stated. In design assignments, there should be a provision for changes required after the approval of preliminary designs, with a clear understanding as to where the final approval authority lies. Payments on this basis should be made to the Consulting Engineer at stated times (usually once a month) during the execution of the work. 6. Percentage of Construction Cost This method has been widely used for determining the compensation of Consult- ing Engineers on assignments where the principal responsibility is the design of various works, and the preparation of drawings, specifications, and other contract documents necessary for the description of facilities to be constructed. ""Construction cost" is defined as the total cost to the Client for the execution of the work authorized at one time and handled in each separate phase of engineering services, excluding fees or other cost for engineering and legal services, the cost of land, rights -of -way, legal and administrative " expenses, but including the direct cost to the client of all construction contracts; items of construc- tion, including labor, materials, and equipment; required for the completed work (including extras) and the total value at site of project of all labor, materials, and equipment purchased or furnished directly by the Client for the project. CONSULTING ENGINEERING 29 Over the years, engineering experience has established some approximate correlations between engineering costs and construction costs, for certain types of engineering design, where design procedures and materials of construction are more or less standardized. These correlations have resulted in various curves and schedules which have been widely used  so much so that they are sometimes mistakenly regarded as fixed bases of compensation for design projects of any kind. The validity of the percentage -of -construction -cost method rests upon the assumption that engineering costs vary in proportion to the cost of construction, irrespective of the location or type of construction undertaken. This is a ques- tionable assumption; however, it is not intended to imply that these assumed relationships between engineering costs and construction costs are no longer of value. When judiciously applied, and with the due consideration of the ranges within which engineering scope may vary, they remain valuable as tools for general comparison with lump -sum or salary -plus -multiplier charges for design services. Their acceptance over many years also affords a valuable guide for judging the reasonableness of proposals for engineering services. Many design assignments are negotiated by means of two or more of the foregoing methods of compensation. Quite frequently the preliminary phase of the assignment may be undertaken for a fixed lump sum, especially where the resultant report may be required to establish the project's feasibility, or where the preliminary phase will involve planning for deferred stages of construction. In such cases, the compensation for the preliminary and design phases is combined as a proportionate part of the percentage charge from the curves, and a pro -rata credit allowed for lump -sum payment for the preliminary phase. In other cases, the preliminary phase may be undertaken separately, on the basis of salary cost times a multiplier, and the design and construction phases computed from curves, with appropriate reduction of the percentage compensation.. The curves presented in Figs. 1 and 2 represent median compensation, com- puted as a percentage of "construction cost," necessary to permit Consulting Engineers in the United States to serve their Clients with the degree of technical competence demanded by modern engineering standards. The curves reflect the composite experience and judgment of Consulting Engineers throughout the United States developed from responses to a detailed questionnaire sent out by the Society in 1974 to 2,089 consultants. Obviously, the appropriate compensa- tion for a given assignment may vary above or below the curves shown in Figs. I and 2, depending on the various factors which have been discussed in the forego- ing sections. While these curves may be an appropriate basis for initiating discussions with a client, the final compensation should be determined by negotiation following detailed discussion of the scope of services and the elements of the cost of engineering. 4, STATE OF CALIFORNIA —BUSINESS AND TRANSPO TATION AGENCY • EDMUND G. BROWN JR., Governor DEPARTMENT OF TRANSPORTATION P.O. BOX 3366, RINCON ANNEX SAN FRANCISCO 94119 (415) 557-1840 April 29, 1981 04-SM-0-SM M-3072 (61) Widening El Camino Reel from 31st Ave. to Hillsdale Blvd. and W. Hillsdale Blvd. from El Camino Real to Edison St. Mr. Arch Perry City Engineer City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Dear Arch: This letter is to alert the City of San Mateo that due to the increase in cost of this project indicated by the most recent Engineer's Estimate, the City's share of cost, including construction engineering, has escalated from $40,000 to very near $115,000. A breakdown of costs based on the latest Engineer's Estimate is attached. Paragraph (5) of Section I (Page 3) of the Caltrans/City Cooperative Agreement for the project specifies a maximum City participation of $48,000 unless the City specifies in writing an increased amount. At this time, a letter of addendum to the Cooperative Agreement should be submitted to Caltrans agreeing to supplement federal funds for the full amount necessary to perform all work on City R/W. A Program Supplement will be forwarded to you shortly reflecting the cost increase approved by the County FAU Com- mittee. Included in this. Program Supplement will be $58,070 in State 169.1 Funds that was allotted to the project. I have secured Daly City's permission to also add their allotment of $6,665, which was intended for use on their Westlake Avenue/Mission Street project, to your allotment. (Daly City/Caltrans is unable to complete PS&E in time to use the $6,665). This would then have the effect of increasing your State 169.1 Funds to $64,735. Unless this proposed action is taken, the $6,665 would be lost from the San Mateo County 169.1 Fund appropriation because of the July 1, 1981 deadline. Daly City Engineer, Clarence Mobley, indicated that he was negotiating with the City of San Mateo for return of the $6,665 at a later date. Attached is a copy of the LAAPS (State Automatic Pay Item) Estimate for the Hillsdale/ El Camino Real Project to pay the contractor automatically from Sacramento. Item " I Mr. Arch Perry Page 2 April 29, 1981 No., Item Code, Item Description, Unit and Quantity must be identical to those shown in order to use this system. Sincerely yours, JOHN WEST District Director BY Zp 7;64f' J JAMS R. LANDERS Caltrans Area Liaison Engineer " " Computation of Estimated City's Share FAU Total (86.21%) State Share City Share A. Work within State's R/W El Camino Real Roadwork $274,857 $236,954 $37,903 El Camino Real Signals 58,000 50,002 7,998 Contingency (5%) 16,643 14,348 2,295 Construction Engineering (10%) 35,000 30,173 4,827 Total El Camino Real B. Work outside State's R/W -0- -0- -0- -0- $384,500 $331,477 $53,023 -0- W. Hillsdale Roadwork $396,075 $341,456 $ -0- $ 54,619 W. Hillsdale Signals 170,000 146,557 -0- 23,443 Contingency (5%) 28,325 24,419 -0- 3,906 *Construction Engineering (147.) 83,216 50,168 -0- 33,048 Total W. Hillsdale $677,616 $562,600 -0- 115,016 By latest estimate, as indicated above, the City's share of costs would be $115,016. State 169.1 Funds in the amount of $64,735 would reduce the City's share to $50,281. *Includes-Caltrans overhead charges to City of 43%. Overhead charges are non -participating by FIEWA. ITTFIPE. 1G DATE EXPENDITURE AUTHORIZATION 04-+ * *-20F1061 DIST-CO-RTE.-4M NO PMC LOCATION RECORD FEDERAL AID NUMBER NONE ITEM ITEM NO CODE STATE OF 'LIFORNIA UEPARTMCNT OF TRANSPORTATION PRELIMINARY ESTIMATE. OF COST NO PMC TEXT RECORD +#•4 HIGHWAY SEGREGATED ESTIMATF NO. INFORMATION RECORD NOT ON FILE ITEM DESCRIPTION UNIT (ALT) PAGE 1 DATE 04 21 81 BUDGET ALLOCATION SOURCE OF FUNDS 1 c , Ty (A) QUANTITY PRICE AN.CUN • 1 0661 .3A REPAI ,;ASE_ FAILURES CY 11,000 3.50 . 38,`00.00 2 O66884A CITY STANDARD ELECTROLIER EA 9 2,500.00 - 22,500,00 3 0701.17 PORTABLE TIMBER BARRICADE (TYPE III) EA 10 400.00 4,000,00 4 150748A REMOVE AND SALVAGE: SIGN PANEL FA 2 50.00 100.00 5 150880A REMOVE AND SALVAGE ELECTROLIER EA 10 200.00 2,000.00 6 152320 RESET ROADSIDE SIGN. .. ..... . .. . . . .. .. . EA.. .. 15._.. .. .. . 75.00 1,125.00 7 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 237 8.00 1,896.0 8 153210 REMOVE CONCRETE CY `O �`�0 100.00 3,9t 000.00 9 160101 CLEARING AND GRUBBING LS. 0,5 20,000.00 10,000.00 10 190101 ROADWAY EXCAVATION CY 683 20.00 13,EE0.00 11 200001A LANDSCAPING LS' LUMP SUM 36,000.00 36,000.00 12 260201 CLASS 2 AGGREGATE .:._.BAASk_.. CY . .41- J .. . .. . .... . . . . .:. .._ 25 '00' . . . i0075, 00. 13 390102 ASPHALT CONCRETE (TYPE A) TON 793 50.00 39,650.00 14 510502 MINOR CONCRETE (MINOR STRUCTURE) CY .36 ': 1,000.00 V 36,000.00. _Af'END: lE AUTHORIZATION 04 —•.*-208061 IELIMINARY . INATE OF CO J \ PAGE 2 DATE 04 24 91 DIST—CO—RTE-TV NO PMC LOCATION RECORD HIGHWAY SEGREGATED ESTIMATE NO. ITEM ITEM ITEM DESCRIPTION NO CODE UNIT (ALT) 15 566011. ROADSIDL. SIGN — ONE PCCT EA: 16 652407 12" REIkFCRCED CONCRETE PIPE (CLASS IV, RUHRER GASKET JOINT) OULkNTITY PRICE AMOUNT 100.00 100.00 LF 195 35.00 6,825.00 17 652407A 1 "RLINf'ORCED CONCRETE PIPE LF 36 90.00 3,240.0 (CLASS IV , RUBBER GASKET JOINT) 18 731002 CLASS H. CONCRETE (SIDEWALK) CY 150 200.00 30,000.00 19 731005A CITY STANDARD COMMERCIAL DRIVEWAY, CY 5 225.00 1,125.00 CLASS R CONCRETE 20 731013A TYPE A2-6 MODIFIED CURB 8C GUTTER LF 1,675 8.00 13,400.00 CLASS Li CONCRETE 21 7310138 TYPE A2 6 CURES AND GUTTER LF. 1,336 11.75 15,698.00 . CLASS L; CONCRETE 22 731016A SPECIAL VALLEY GUTTER CY y .. 59 225.00 . 13275.00 CLASS B CONCRETE 23 731050A bUS TURNOUT APRON , CLASS is CONCRETE CY ; 82 225.00 18, 4. 0.0 410 24 750499A MISCELLANEOUS FETAL Lfs 1,673 0.50 836.50 25 860301A TRAFFIC SIGNAL, SEARS DRIVEWAY LS LUMP SUM 70,000.00 70,000.00 26 860301L TRAFFIC SIGNAL , WELLS FARGO DANK LS LUMP `UM 70,000.00 70,000.00 DRIVEWAY 27 860301C SIGNAL COCRDINATION SYSTEM LS LUMP SUM 000'.0'0 28 8690504 ORNAMENTAL METAL TREE GUARDS EA 17 1,000.00 29 994609A TILE SURFACING SOFT 3,280 6.50 30,000.00 17,000.00 21,320.00 PENO: 1E AUTHORIZATION 04 -***-2080G1 1ELIMINARY ' IN:A'TE CF CC PAGE 3 ': DATE 04 24 81 DIST-CO-RTE-PM NO PMC LOCATION RECORD CHECKED BY HIGHWAY SEGREGATED EAST IMATE NO. 1 SUBTOTAL - PROJECT SUI TOYAL CONTINGENCIES 5.09: PROJECT TOTAL APPROVEC DISTRICT DIRECTOR 5'66,075:5[ 566, 075. 28079.1'. 5.54 4E5,3'. PLO OPE dG DATE EXPENDITURE AUTHORIZATION 04 —•**-208061 FIST —CO —RTE —PM NO PMC LOCATION RECORD FEDERAL AID NUMBER NONE ITEM ITEM NO CODE STATE OF LIFORNIA DEPARTMENT OF fRANSPORTATT N" `-- PRELIMINARY ESTIMATE OF COST kA. R NO PMC TEXT RECORD ;i" HIGHWAY SEGREGATED ESTIMATE NO. INFORMATION RECORD NOT ON FILE ITEM CESN; IPTI0N t.NIT (ALT) PAGE DATE 1 04 24 81 BUDGET ALLOCATION SOURCE OF FUNDS •1742A. ( L 3) QUANTITY PRICE AP'CU• 1 06656,A INSTALL SIGN PANEL CN EXISTING'FRAME SOFT 36 10.00 300.0 2 066884A CITY STANDARD ELFCTROI.IER EA 5 2,':00.00 12,500.0 3 070117 PORTAHLE T IMHER ti rPR 1 L V!: (-ICE I 1 1) CA 10 400.00 4,00a.o 4 15074RA REMOVE AND SALVAGE SIGN PANEL EA 21 `_',0.00 - 1,0E0.0 5 150880A REMOVE AND SALVAGE ELFCTRCLIER EA 8 200.00 1,600.0 6 152320 RESET ROADSIDE SIGN EA 18 75.00 1,350.00 7 152396A RELOCATE CITY STANDPJ-!. EA 2 7:00.00 1,500.0 8 153103 COLD PLANE ASPHALT CONCRETE F AVL'ILNT SOYC 48 '3.00 384Ilk 9 1532.10 REMOVE CONCRETE CY 360 100.00 36,000.0 LS 0.5 20 ,OG0.00 10, 000.0 CY 1,510 20.00 31,400.0: CY 850 25.00 21,250.0: TON 631 x0.00 31,550.0: 14 510502 MINOR CONCRETE (MINOR STRUCTU;:E') CY 30.5 1,000.00 30,500.0 10 160101 CLEARING AND GRUDHING 11 190101 ROAD',JAY EXCAVATION 12 260201 CLASS 2 AGGREGATE IUAS': 13 390102 ASPHALT CONCRETE (TYPE. ) yND: tE AUTHORIZATION IELIMINARY 'MATE OF CO, PAGE 2 04 -***-208061 DATE 04 24 PI ['IST-CO-RTE-PM NO .PMC LOCATION kECORD HIGHWAY SEGREGATED ESTIMATE:. NO. 2 ITEM NO ITEM CODE ITEM DESCRIPTION UNIT (ALT) 1. QUANTITY PRICE ANCUNT 15 566011 ROADSIDE: SIGN - ONE POST rA 6 1.00.00 600..00 16 :;66012 RC'ADSILL SIGN -TWO POST EA 5 425.00 2.125.00 17 568001 INSTALL SIGN (STRAP AND SADDLE BRACKET EA 15 60.00 900.00 METHOD) . 18 652411 18" RL 1 iFORCED CONCRETE PIPE (CLASS IV, RL [LDER GASKET JOINT) 19 652411A 21" REINFORCED CONCRETE PIPE (CLASS IV, RUBBER GAEKET .JOINT) 20 652+16 24" REINFORCED CONCRETE PIPE (CLASS IV, RUBBER GASKET JOINT) 21 731002 CLASS H CONCRETE (SIDEWALK) 22 731013B TYPE A2 6 CURB AND GUTTER CLASS N CONCRETE 23 750499A MISCELLANEOUS METAL 24 861502A MODIFY EXISTING TRAFFIC SIGNAL AT 31ST AVENUE • • •.... . .. ......• LF 355 75.00 26 625.00 15 60 —9a.00 .5,400 00 LF 186 110.00 20,46.0.00 CY 92 200.00 18,400.00 LF 1,352 11.75 15, 886. 00 LB 2,034 0.50 1.017.00 LS LUMP SUM 33,000.00 331000. 111 25 861502B MODIFY EXISTING TRAFFIC SIGNAL LS. LUMP SUM 25,000.00 254000.00 AT HILLSDALE BLVD. SUBTOTAL 332.857.00 trAD: IE AUTHORIZATION 04 -***-208061 ZELIMINARY ' 'MATE OF CC PAGE 3 DATE 04 24 81 DIST-CO-RTE-PM NO PMC LOCATION RECORD HIGHWAY SEGREGATED ESTIMATE NO. 2 CHECKED HY PROJECT SUBTOTAL CONTINGENCIES 5.0% PROJECT TOTAL APPROVEC LAST PACE 332.857.0( IE,687..LY 349, 544.6: DISTRICT DIRECTOR 3 OF 3 • iG DATE EXPENDITURE AUTHORIZATION O4-• • *-20R061 iDIST-CO-RTE-PM NO PMC LOCATION RECORD FEDERAL AID NUMBER NONE ITEM ITEM. NO CODE STATE CF 'LIFORNIA DEPARTMENT OF TRANSPORTATION PRELIMINARY ESTIMATE OF COST **** NO PMC TEXT RECCF.L' **** ITEM DESCRIPTION HIGHWAY BLUE SHEET UNIT (ALT) QUANTITY PAGE 1. DATE 04 24 81 BUDGET ALLOCATION SOURCE OF FUNDS PRICE: ANCUNT 1 066163A REPAIR tiASE FAILURES . CY 119000 3.50 38,500.S 2 066564A INSTALL. ".IGN PANEL CN EXISTING FRAME SOFT 36 10.00 360.00 3 066884A CITY STANDARD ELECTROLIER EA 14 2,500.00 35.000.00 4 070117 PORTABLE TIMBER BARRICADE (TYPE III) CA 20 400.00 8.000.00 5 15074RA REMOVE AND SALVAGE SIGN PANEL EA 23 50.00 19150.00 6 1508R0A REMOVE AND SALVAGE ELECTROLIER EA 18 200.00 3,600,00 7 152320 RESET ROADSIDE SIGN EA 33 75.00 2.475.00 8 152396A RELOCATE CITY STANDARD EA 2 750.00 1.500.00 9 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT 5CY0 • 285:. 8.00 29280:# 10 153210 REMOVE CONCRETE CY 7;0 100.00 759000.00 LS LUMP SUM 209000.00 2.0.000.00 CY 29253 20.00 459060.00 13 200001A LANDSCAPING i LS LUMP SUM 36,000.00_....._. 36,000.00 14 260201 CLASS 2 AGGREGATE BASE CY 19265 25.00 319625.00 15 390102 ASPHALT CONCRETE (TYPE: A) TON 1,424 50.00 719200.00 16 510502 MINOR CONCRETE (MINOR STRUCTURE) CY 66,5 1,000.00 669500.00 11 160101 CLEARING AND GRUBBING 12 190101 RCADWAY EXCAVATION tE AUTHORIZATION 04..■**�20t3061 tELIMINARY INATE OF CC PAGE 2 .DATE 04 24 P1 DIST-CORTE PM NO PMC LOCATION RECORD ITEM ITEM ITEM DESCFIPTICN HIGHWAY BLUE SHEET UNIT QUANTITY NO CODE (ALT) 17 566011 ROADSIDE SIGN - ONE POST EA 18 566012 ROADSIDE SIGN -TWO POST LA 19 568001 INSTALL SION' (STRAP AND SADDLE BRACKET EA. METHOD) 20 652407 12" REINFORCED CONCRETE F'IF'E LF (CLASS IVt RUBBER GASKET JOINT) 21 652407A 15"REINFORCED CONCRETE PIPE LF (CLASS IV , RUBBER GASKET JOINT) 22 65241). 10" REINFORCED CONCRETE PIPE LF. (CLASS IV, RUBBER GASKET JOIN?) 25., 652411A 21" f1EINrORCCO CONCRE=TE PIPE LE (CLASS IV,. RUBBER GASKET JOINT) 24 652416 24" REINFORCED CONCRETE PIFE LF (CLASS IV, RUBBER GASKET JOINT) g5 731002 CLASS rtONCACIT (SIt3PWALK) CY 26 731005A CITY STANDARD COMMERCIAL DRIVEWAY, CY CLASS H CONCRETE 27 .731013A TYPE A2-6 MODIFIED CLPF PC GUTTER LF CLASS P CONCRETE`_ 28 7310135 TYPE A2 6 CURB AND GUTTr? LF CLASS D CONCRETE 29 731016 SPECIAL VALLEY GUTTER CLASS 8 .. CONCRETE.... 30 731050A 8U.S TURNOUT APRON , Cl.n ,S B CONCRETE CY CY 7 5 1,5,.., . . . 195 36- 355 186 242 5 1.67.5 2,6IIt? . 8 PRICE ANCUNT 100.00 425.00 60.00 700.0 2,125.0 X� � / J U U...f 0 35.00 6,8250 90.00 3,240:0 75.00 26, 625.0 90.00 5;450;11, 110.00 20,4E0.0 200.00 48,40. 25.00 1,]25.0 f:.00 131400.0 11.75 31,584.0 225.00 13,275.01 • 225.00 18,450.01 tE AUTHORIZATION 04 -***-208061 1ELIMINARY . '1NATE OF CO PAGE 3 DATE 04 24 81 0IST-CO-RTE-PM NO PMC LOCATION RECORD HIGHWAY BLUE SHEET ITEM ITEM NO CODE ITEM DESCRIPTION UNIT • (ALT), 31 750499A MISCELLANEOUS METAL LS 3, 707 32 b60301A TRAFFIC SIGNAL, SEARS DRIVEWAY LS' LUMP SUM 33 860301B TRAFFIC SIGNAL , WELLS FARGO BANK LS LUMP SUM DRIVEWAY 34 860301C SIGNAL COORDINATION SYSTEM LS. LUMP SUM 35 861502A MODIFY EXISTING TRAFFIC SIGNAL LS LUMP !A.M AT 31ST AVENUE 36 8615028 MODIFY EXISTING TRAFFIC SIGNAL LS LUMP SUM AT . HILLSDALE BLVD. 37 869050A ORNAMENTAL METAL TREE GUARDS EA ' 17 38 994609A TILE SURFACING SOFT QUANTITY 3,280 SUhTOTAL PRICE AMOUNT 0.50 1 853.50 70,000.00 70,000.00 ,000.00 70,000.00 70,0u0.00 411 30,000:.0 0. 33,000.00 ' 33,000.00 25,000.00 25,000.00 1,000.00 17,000.00 6.50 21,320.00 898,932.50 AE AUTHORIZATION -''04-***-208061. ZELIMINARY INATE OF CO 01ST -CO -RTE -PM NO PMC LOCATION RECORD .HIGHWAY BLUE SHEET CHECKED BY CONTINGENCIES PROJECT TOTAL APP LOVE " PAGE 4 DATE 04 24 P1 5.0% 45,0674, 944,000. DISTRICT DIRECTOR LAST PAGE 4 cr 4 04/24/81 ENGINEERING ESTIMATE EDIT LIST O4/21O/2O8061 0421020806' HELCAOIL K L pATTAGLINI7 O489RALPH THOMAS PROJECT DATA (S/C 5020) IS ACCEPTED • STATE OF CALIFORNIA —BUSINESS AND TRANSPORTATION AGENCY 0 DEPARTMENT OF TRANSPORTATION P.O. BOX 3366, RINCON ANNEX SAN FRANCISCO 94119 (415) 557-1840 April 24, 1981 RECEIVED APR 27 1981 SAN MATEO PUBLIC WORKSVVORKS DEPT. Mr. Arch Perry City Engineer City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Dear Arch: W41061-4/Al EDMUND G. BRO JR., Governor 04-SM-82-9.35 M-3072 (61) Widening El Camino Real (31st Avenue to Hillsdale) and W. Hillsdale Blvd. in the City of San Mateo FAU Project I have reviewed your latest submittal of plans and specifications for the above listed project and have the following comments: 1) Enclosed is new federal sheet FR22 and FR23 relating to trainees for this project. One trainee is designated for this project. -This requirement is inserted in your specification as sheets numbered 63 and 64. All subsequent sheet numbers must be corrected to allow for this insertion. 2) I am awaiting final editions of landscaping specifications from Callender Landscaping Associates regarding Plant Establishment specification. Caltrans had suggested Type 2 Plant Establishment for a period of 90 working days. Recent phone calls from Callander expressconcern for a conflict in responsi- bility for plant maintenance beyond the 90 day period should the plant establish- ment finish early. I told Callender that in any case the prime contractor is the person responsible under Caltrans specifications, since subcontractors are not recognized for overall completion of the project. Although I consider this to be an extraneous specification, I consented to Callender adding a clause to fix responsibility for overtime plant maintenance on the prime contractor, should his portion of the work overrun the landscaping contractor's. 3) See items #13 (page 96) and #14 (page 97) of March 18,. 1981 letter to you regarding guarantees of two years. Latest submittal deletes two years and therefore indicates eternity of root system guarantee by not specifying 6 months. As indicated in my March letter the FHWA will not financially participate or prorate participation of any guarantee greater than 6 months. i • • Mr. Arch Perry Page 2 April 24, 1981 4) See item #17 (page 124) Section 10-3.22 Salvaging and Reinstalling or Stock- piling Electrical Equipment. As advised in the March 18, 1981 letter, the FHWA will not financially participate in any item of work in which hauling of salvaged materials are not to be reused by thecontractor on this project. 5) Please find a lane closure diagram for El Camino Real southbound which is attached to Sheet 9A of the Plans. This is by request from Caltrans Project Development Branch. 6) Traffic Electrical Branch (Caltrans) comments are attached as received in hand- written form in case these have not been received previously from Project Development. John Egli of our Utilities Section is negotiating with the various utility companies to revise their underground lines which conflict with planned drainage installations. Hopefully utilities will be relocated prior to the start of this contract. In regard to existing facilities, I understand that there exists underground high voltage PG&E lines in the work area for which locations and profiles are requested to be shown on the plans per Project Development Branch letter dated. April 15, 1981 to the City. Returned herewith are your edited PS&E for your perusal. Sincerely yours,. JOHN WEST Distr'ct Director By__... S R. LANDERS A-0 (_04) Caltrans Area Liaison Engineer /?S, at7-71- c -0:r 74, (477 ri,s -1' cx-174 G'- X24 ' 49r -e(/ 1474ee-e- " " D roe 4-��144, /Ilk; bra u. . (�� < Jo e D'+��Q e 3 /2. l 04 -sM - SZ - 4?3- 04L 2/ o - 2 o i-O6t I a.r IC4d / k r2. -d 0 F -1-4e p /k i-t s 4  peCis ?rov;��;i,ks aid 4/ 4?/f ;7;Qkert/ . -Acre- ;Itob 11 be_ w e- v r 60 / TG ao41 -f 1-e, -�per e -C ciKduil(pvc) s e (i`') and Csy k d t4 cl42 rs C3 AP') -{ter 4.1i Cofteirc 'liI'" icKs 2. _h e.re # t ws1 c or 6 Gorper ro 1.: Gvkduc-��or K at( p vc c- du; ! )'uccs i r /������,' . ��ry��-fir�� get SIeef" I of 2/ Sicak. / /ids" e47-'e: '4 e 4 p.e. D1 !1yki'itt�� c- 'tkJ4rI/ yt14. '1141'kt lekj���� 4Lsd - $$ ��2 e o E A K 1.1 ,' m4; ve. L All /, -1%�7 54. de.- 1-1-/- 7r-ess4re_ SAS,u S ZudIc L- --he. v0fia��e- - jr -M-- ad ;;-.. -kt*ts' IN a ci) -M-e. O ee kt s are C0 k -Arol aci C 4 kd;vidti.c�� pkm-oce// of e4c1 11.X -,L or otte s-riar Ftt.o -I-o cell Co r0 //s " The. .04 1t, 119 a! � ?s --ems . ) All ./r u4/eel !rtTeI- e -/ ()its Lccccs llz1 .4ii.t D" g. orr L0k-ra ( *roe -fC4�%.c 1/es ie:2I Tke-- ik-l-er ec.ha3.. o1 4La�� .au -f er,' S��i-ee-f S. 7" Teri, i 4.-11112-71, ,ree41- a Y ro k) L t s/ -Po I t o r c) 1, ilo -kkaif ee<L 4 irk -01.4..) o'( Or 4re -ptlGser Ic,4 i,...oti.84.-1-i- ������ -����-e, so. e S�� �w�� ewd wiltt v ae 'pL e I re lige4 Pit . C : .Q a eei1 it D-(- Z!) . 3" 6. STATE OF CALIFORNIA —BUSINESS AND TRANSPORTATION AGENCY EDMUND G. BROWN JR., Governor DEPARTMENT OF TRANSPORTATION P.O. BOX 3366, RINCON ANNEX SAN FRANCISCO 94119 (415) 557-7840 April 15, 1981 RECEIVED APR 1981 SAN MATEO PUBLIC WORKS DEPT. Mr. Arch Perry City Engineer City of San Mateo 330 West Twentieth Avenue San Mateo, CA 94403 04-SM-82 9.35 Hillsdale Blvd. and El Camino Real Widening 04210 - 208061 Dear Mr. Perry: Our Notice to Perform Work No. 112.56.2, dated March 19, 1981, directed the PG1E Company to accurately locate the position of their high -risk underground electrical facilities where affected by excavation for drainage and roadway work under the City of San Mateo/State Cooperative Project at El Camino Real and Hills- dale Boulevard in San Mateo. Attached is a layout plan on which the accurate depth of the PG1E Company's primary underground electrical facilities have been indicated. The horizontal location of these facilities can be scaled from the plans. The facilities consist of 1 -way, 2 -way, and 4 -way ducts, as indicated on the plans, with a 4"+ concrete cap across the top of the ducts. Please review and comply with the following comments: 1. In compliance with our high -risk policy at the five locations where potholing information was obtained, please prepare a profile and/or a cross-section detail for inclusion in the project plans showing the accurate location of these underground electrical facilities. 2. The 12KV electrical 4" 1 -way duct facility shown between your manhole in Hillsdale Boulevard, Engineer's Station 7+40+ and the Sears Driveway, right of Engineer's Station 6+90+, should be indicated on the project plans. Mr. Arch Perry Page 2 April 15, 1981 3. Please advise us when the above profiles or cross -sections have been included in the project plans. 4. The PG&E Company has been requested to prepare gas and electrical relocations plans to accommodate the proposed drainage facilities where conflicts were determined to exist from a review of the above potholing information. Upon your reviewand approval of the relocation plans, we will prepare an appropriate Notice to Relocate to the PG&E Company's gas and electrical depart- ments. If you have any questions please call. Sincerely yours, JOHN WEST District Director By G. J. BATTAGLINI Project Engineer Project Development A Branch Attachment i T A + i / LIE • C 0 3.1/2 PB rrn fo 4 0.7 a V 7y? C\1 U. N 4 2° 15' W 1 J FACE OF CURB;, R = 30' 8 = 900 L = 47:12' T p 30.00' RAMPS CON .TRUCTED WITHIN IGHT—OF -WAY ;HALL CONFORM rE STANDARD >, RD PLAN SHE SDN8-8.3 x Poottirdt. • I '0 t tir Bra 23.95 N42°15'W 33' 0,00 SOUTH S 0+00 SOT O}0O NORTH N J+00 POT S42°15'E SCR 36' RT O-' 33' THIRTY FIRST AVE: CITY OF SAN MATEO SCALE 1"= 20' APPROVED BOOK NO. ` SURVEY BY WWI 4) • 4" S 42° 15' E`t7.00 HANDICAP RAMP, STATE STD. (SEE NOTE ON SHEET I) San fvlateo, California DRAWN BY DMP CHK, BY 10. DATE . . '10/80 TRArHC CHK. PLAN CASE 1 DRAWER SET CITY ENGINEER DATE PE- - z/ s. /viii 41 3151 v ¢ - NA' `/ c.,,)-0 -- v a'm' Ill 0 B 2j-13 -tzi, 23.98 _ Eau d '/41% s4,2_0 -r p _L1< 233.E 94 ,IfSIX�cz $iud_ 844. Zq _I E1 c.v 21.5 y� a -lay 450(.- 41R !hi (L 7-i- 6f 90 t. 5/±a..71 2i cS, s N 6-K q-81.pp1c t /o t g1 2537 36'' 7J�-elm 5rill ± Z'.tX211„Z745 5V 't [.i"26,77 So" V%- E 5-tzo f So -, S ! i 4 6.14-S0471 „5Ca p� co lid ,4,0,-,--, ,v° 5 6-1,-":2,/a J t, _5 . 4/Z //8/ 6° t n s 8rzfd'erk n1 T i 'Efr- i 9". 1 N HI I NIN 1 N IN N — :-_-4 —I l 1 l 1