Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Freitas Pkwy Drainage Channel RepairsCity of San Rafael * California
Form of Agreement for Informal Bids
Maneul T. Freitas Parkway Drainage Channel Repairs
This Agreement is made and entered into thiA0.4 day of 49CWO,REW , 2017 by and between the City of San Rafael
(hereinafter called City) and Maggiora & Ghilotti, Inc. (hereinafter called Contractor). Witnesseth, that the City and the
Contractor, for the considerations hereinafter named, agree as follows:
1. Scope of the Work.
The Contractor hereby agrees to furnish all of the materials, equipment, and labor necessary to perform the work for the
project entitled "Manuel T. Freitas Parkway Drainage Channel Repairs," all in accordance with the requirements
and provisions of the construction plans and specifications attached hereto as Attachment A.
2. Prevailing Wages.
Pursuant to the requirements of California Labor Code § 1771, and San Rafael Municipal Code § 11.50.180 (C), the general
prevailing wage in the locality in which the work is to be performed, for each craft or type of worker needed to execute the
contract, shall be followed.
3. Bonds.
No bonds are required for this project.
4. Time of Completion.
(a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the date of
written notice by the City to the Contractor to proceed.
(b) All work, including punchlist items, shall be completed within 15 Working Days, and with such reasonable
extensions of time as may be requested by Contractor and approved by City.
5. Liquidated Damages.
It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set
forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to
ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is
therefore agreed that the Contractor will pay to the City, the sum of $500 for each and every working day's delay in finishing
the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated
damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that
may become due the Contractor under the contract.
6. The Contract Sum.
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each
of the units of work in the following schedule completed, at the unit price stated. The number of units contained in this
schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or
made necessary by the work covered by the Contract.
BID ITEMS
ITEM DESCRIPTION
1. Mobilization
2. Traffic Plan and Control
3. Water Diversion
a. Coffer Dam Installation/Rernoval
b. Water Diversion System Installation/Removal
4. Minor Concrete — Drainage Channel Linin
ESTIMATED UNIT
QUANTITY
1 LS n
1 LS @
1 LS a
1 LS a
UNIT PRICE TOTAL PRICE
$4,420.00
$4,420.00
$510.00
$510.00
$7,500.00 =
$7,500.00
$2,700.00 =
$2,700.00
855 SF rr $34.00 = $29,070.00
GRAND TOTAL BID $44,200.00
Agreement • 1
14- 1 -115
7. Progress Payments.
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate
covering the total quantities under each item of work that have been completed from the start of the job up to and
including the 25th day of the preceding month, and the value of the work so completed determined in accordance
with the schedule of unit prices for such items together with such supporting evidence as may be required by the
City and/or Contractor.
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay
to the Contractor 95% of the amount of the estimate as approved by the Public Works Department.
(c) The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention
of any portion of the payment by the public agency, by depositing securities of equivalent value with the public
agency in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if
deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of the
securities shall be final.
8. Acceptance and Final Payment.
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the City Engineer shall
within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract
fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work
required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the
entire balance found to be due the Contractor, shall be paid to the Contractor by the City as soon as possible,
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the City that all payrolls, material
bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or
liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing
payment of all such disputed amounts when adjudicated in cases where such payment has not already been
guaranteed by surety bond.
(c) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those
arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final
payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of
all claims by the Contractor, except those previously made and still unsettled.
Such payment shall be made under the terns and conditions governing final payment, except that it shall not constitute a
waiver of claims.
9. Insurance.
(a). Scope of Coverage. During the term of this Agreement, Contractor shall maintain, at no expense to City, the following
insurance policies:
1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per
occurrenceltwo million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property
damage.
2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of
one million dollars ($1,000,000) dollars per occurrence.
3. If it employs any person, Contractorshall maintain worker's compensation insurance, as required by the State
of California, with statutory limits, and employer's liability insurance with limits of no less than one
million dollars ($1,000,000) per accident for bodily injury or disease. Contractor's worker's compensation
insurance shall be specifically endorsed to waive any right of subrogation against City.
(b) Other Insurance Requirements. The insurance coverage required of the Contractor in subparagraph (a) of this section
above shall also meet the following requirements:
1. The insurance policies shall be specifically endorsed to include the City, its officers, agents, employees, and
volunteers, as additionally named insureds under the policies.
Agreement • 2
2. The additional insured coverage under Contractor's insurance policies shall be primary with respect to any
insurance or coverage maintained by City and shall not call upon City insurance or self-insurance coverage for
any contribution. The "primary and noncontributory" coverage in Contractor's policies shall be at least as
broad as ISO form CG20 0104 13.
3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and
personal injury.
4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to
subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of
any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary
to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has
received a waiver of subrogation endorsement from the insurer.
5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said
insurance coverage shall survive for a period of not less than five years.
6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this
Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella
or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that
such coverage shall also apply on a primary and noncontributory basis for the benefit of City (if agreed to in a
written contract or agreement) before City's own insurance or self-insurance shall be called upon to protect it as
a named insured.
8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess
of the specified minimum insurance coverage requirements and/or limits shall be available to City or any other
additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum
coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage
of any insurance policy or proceeds available to the named insured; whichever is greater.
(c) Deductibles and SIR'S. Any deductibles or self-insured retentions in Contractor's insurance policies must be declared to
and approved by the City, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR)
provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or City or
other additional insured party. At City's option, the deductibles or self-insured retentions with respect to City shall be
reduced or eliminated to City's satisfaction, or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claims administration, attorney's fees and defense expenses.
(d) Proof of Insurance. Contractor shall provide to the City all of the following: (1) Certificates of Insurance evidencing the
insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing
all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific
endorsements evidencing the other insurance requirements set forth in this Agreement. City reserves the right to obtain a
full certified copy of any insurance policy and endorsements from Contractor. Failure to exercise this right shall not
constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by City.
10. Indemnification.
(a) Contractor shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by City,
and hold harmless City, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from
and against any claire, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to
attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of
Contractor's performance of its obligations or conduct of its operations under this Agreement. The Contractor's
obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive
negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful
misconduct of the City Indemnitees, the Contractor's indemnification obligation shall be reduced in proportion to the
City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or
approval of the Contractor's work or work product by the City or any of its directors, officers or employees shall not
Agreement • 3
relieve or reduce the Contractor's indemnification obligations. In the event the City Indemnitees are made a party to
any action, lawsuit, or other adversarial proceeding arising from Contractor's performance of or operations under
this Agreement, Contractor shall provide a defense to the City Indemnitees or at City's option reimburse the City
Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims.
(b) The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any
way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or
completion of this Agreement for the full period of time allowed by law.
11. Nondiscrimination.
Contractor shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national
origin or disability in connection with or related to the performance of its duties and obligations under this Agreement.
12. Compliance with All Laws.
Contractor shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the
performance of its duties and obligations under this Agreement. Contractor shall perform all services under this Agreement in
accordance with these laws, ordinances, codes and regulations. Contractor shall release, defend, indemnify and hold harmless
City, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any
noncompliance or violation of any laws, ordinances, codes or regulations.
13. No Third Party Beneficiaries.
City and Contractor do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by
one party, under the terms and conditions of this Agreement, to the other party.
14. Notices.
All notices and other communications required or permitted to be given under this Agreement, including any notice of change of
address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid,
addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed,
upon the date of deposit with the United States Postal Service. Notice shall be given as follows:
To City: Public Works Director
City of San Rafael
1400 Fifth Avenue
P.O. Box 151560
San Rafael, CA 94915-1560
To Contractor: Maggiora & Ghilotti, Inc.
555 Du Bois St
San Rafael, CA 94901
15. Independent Contractor.
For the purposes, and for the duration, of this Agreement, Contractor, its officers, agents and employees shall act in the capacity of
an Independent Contractor, and not as employees of the City. Contractor and City expressly intend and agree that the status of
Contractor, its officers, agents and employees be that of an Independent Contractor and not that of an employee of City.
16. Entire Agreement; Amendments.
(a) Tile terms and conditions of this Agreement, all exhibits attached, and all docurnents expressly incorporated by
reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement.
(b) This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter
between the Contractor and the City.
(c) No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid
or binding, except by way of a written amendment to this Agreement.
(d) The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this
Agreement signed by the Contractor and the City.
Agreement • 4
(e) If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached
exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control.
17. Waivers.
The waiver by either party of any breach or violation of any tern, covenant or condition of this Agreement, or of any ordinance,
law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of
any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent
acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement,
shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this
Agreement or any applicable law, ordinance or regulation.
18. City Business License; Other Taxes.
Contractor shall obtain and maintain during the duration of this Agreement, a City business license as required by the San Rafael
Municipal Code Contractor shall pay any and all state and federal taxes and any other applicable taxes. City shall not be required
to pay for any work performed under this Agreement, until Contractor has provided City with a completed Internal Revenue
Service Form W-9 (Request for Taxpayer Identification Number and Certification).
19. Warranty.
(a) Except as otherwise expressly provided in the Agreement, and excepting only items of routine maintenance, ordinary
wear and tear and unusual abuse or neglect by City, Contractor warrants and guarantees all work executed and all
supplies, materials and devices of whatsoever nature incorporated in or attached to the work, or otherwise provided as a
part of the work pursuant to the Agreement, to be absolutely free of all defects of workmanship and materials for a
period of one year after final acceptance of the entire work by the City. Contractor shall repair or replace all work or
material, together with any other work or material that may be displaced or damaged in so doing, that may prove
defective in workmanship or material within this one year warranty period without expense or charge of any nature
whatsoever to City.
(b) In the event that Contractor shall fail to comply with the conditions of the foregoing warranty within ten (10) days after
being notified of the defect in writing, City shall have the right, but shall not be obligated, to repair, or obtain the repair
of, the defect and Contractor shall pay to City on demand all costs and expense of such repair. Notwithstanding anything
herein to the contrary, in the event that any defect in workmanship or material covered by the foregoing warranty results
in a condition that constitutes an immediate hazard to public health or safety, or any property interest, or any person, City
shall have the right to immediately repair, or cause to be repaired, such defect, and Contractor shall pay to City on
demand all costs and expense of such repair. The foregoing statement relating to hazards to health, safety or property
shall be deemed to include both temporary and permanent repairs that may be required as determined in the sole
discretion and judgment of City.
(c) In addition to the above, the Contractor shall make a written assignment of any applicable manufacturers' and other
product warranties to the City, prior to completion and final acceptance of the work by City.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the
day and year first written above.
CITY OF SAN RAFAEL:
JintS 17111
City Ma . ger
ATTEST:
Maggio
By:
Agreement • 5
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Robert F. E,stein
City Attorn,
File No.: 08.09.20
Printed Officer Name:
Title:
and
By:
Printed Officer Name:
Title:
Agreement • 6
SPECIFICATIONS
FOR
MANUEL T. FREITAS
DRAINAGE CHANNEL REPAIRS
AUGUST 2017
CITY OF SAN RAFAEL
DEPARTMENT OF PUBLIC WORKS
Attachment A
PXA RAFq�
'rY WITH p'el`t'
Department of
Public Works
August 30, 2017
MAYOR
Gary O. Phillips
VICE MAYOR
Maribeth Bushey
COUNCIL MEMBERS
Kate Colin
John Gamblin
Andrew Cuyugan McCullough
INVITATION FOR BIDS
Bids for the Construction of the Project Entitled:
Manuel T. Freitas Parkway
Drainage Channel Repairs
City Project No. 11318
will be received at:
City of San Rafael DPW
Attn: Dave Nicholson
111 Morphew Street
San Rafael, California 94915-1560
or email bids to:
David.Nicholson@cityofsanrafael.org
no later than12:00 PM, Wednesday, September 13, 2017
Bids shall be marked as follows:
BID FOR:
Manuel T. Freitas Parkway
Drainage Channel Repairs
City Project No. 11318
Project Description:
This project consists of all the associated work described in the attached specifications and plans and the
provisions of this document for 60 linear feet (or 855 square feet) of concrete repair work on a drainage
channel located within a City Street right-of-way of Manuel T. Freitas Parkway near the intersection of
Del Ganado Road.
An optional pre-bid walk through meeting at the iob site is scheduled for Wednesdav, September 6,
2017 at 10:30 AM regardless of weather conditions. Meet at the south side of Scottie's Market
narking lot north of the vroiect location.
Each bid shall be in accordance with the plans and specifications, and other contract documents. Contract
documents may be examined at the Department of Public Works, 111 Morphew Street, San Rafael, CA
94901; Public Works will not sell hard copies of the contract documents.
A copy of the plans and specifications are accompanied with this announcement.
Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of California, the
City of San Rafael has ascertained the general prevailing rate of per diem wages and rates for legal
holiday and overtime work in the locality where the work is to be performed for each craft or type of
workmen or mechanics needed to execute the contract which will be awarded the successful Bidder. The
prevailing rates so determined by the City are on file in the office of the City Clerk, copies of which are
available to any interested party on request.
The City reserves the right to reject any or all bids or to waive any informality in a bid. The Contractor
shall have a "Class A" contractor's license in good standing registered in the State of California at the
time of award of contract.
No contractor or subcontractor shall be qualified to bid on, or be listed on a bid proposal for a public
works project unless currently registered with the Department of Industrial Relations pursuant to Labor
Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor
Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works project and
no contractor or subcontractor may engage in the performance of a public works contract, unless currently
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
Dave Nicholson, P.E.
Project Manager
Dated: August 30, 2017
1-k RA F,4
C11
71 y0
/TY WITH p'l`y
Department of
Public Works
MAYOR
Gary O. Phillips
VICE MAYOR
Maribeth Bushey
COUNCIL MEMBERS
Kate Colin
John Gamblin
Andrew Cuyugan McCullough
INSURANCE REOUIREMENTS SHEET
SUBJECT: COMMERCIAL GENERAL LIABILITY, AUTOMOBILE AND WORKERS'
COMPENSATION INSURANCE (MAJOR PUBLIC WORKS CONTRACTS)
The City of San Rafael requires that all Contractors and Subcontractors performing work under a Public
Works contract with the City carry commercial general liability, automobile, and workers' compensation
insurance. The Contractor and Subcontractors shall insure the City, its elective and appointive Boards,
Commissions, Officers, Agents and Employees, as follows:
Commercial General Liabilitv:
Automobile Liabilitv:
Workers' Compensation Liabilitv
Minimum of $1,000,000 per occurrence
and $2,000,000 aggregate coverage.
Minimum of $1,000,000 coverage.
Statutory coverage.
The required commercial general liability insurance policy shall provide or shall be endorsed to provide
that the City, its officers, employees, agents and volunteers are additional named insureds (for both
ongoing and completed operations) under the policy, that such policy shall be primary and non-
contributory and will not seek contribution from the City's insurance or self-insurance. The "primary and
non-contributory" coverage shall be at least as broad as CG 20 01 04 13.
The limits of insurance required in this Agreement may be satisfied by a combination of primary and
umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of
the City (if agreed to in a written contractor or agreement) before City's own insurance or self-insurance
shall be called upon to protect it as a named insured.
The workers' compensation liability insurance policy shall be specifically endorsed to waive any right of
subrogation against the City.
The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel,
terminate, or otherwise modify the terms and conditions of said insurance policies except upon ten (10)
days written notice to the City.
It shall be a requirement under the contract that any available insurance proceeds broader than or in
excess of the specified minimum insurance coverage requirements and/or limits shall be available to City
or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1)
the minimum coverage and limits specified in the contract; or (2) the broader coverage and maximum
limits of coverage of any insurance policy or proceeds available to the named insured; whichever is
greater.
Any deductibles or self-insured retentions in the required insurance policies must be declared to and
approved by the City, and shall not reduce the limits of liability. Policies containing any self-insured
retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either
the named insured or City or other additional insured party. At City's option, the deductibles or self-
insured retentions with respect to City shall be reduced or eliminated to City's satisfaction or Contractor
or subcontractor shall procure a bond guaranteeing payment of losses and related investigations, claims
administration, attorney's fees, and defense expenses.
Contractor and subcontractors shall provide to the City all of the following: (1) Certificates of Insurance
evidencing the required insurance coverage, (2) a copy of the policy declaration page and/or endorsement
page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy
language or specific endorsements evidencing the other insurance requirements set forth in this
Agreement. City reserves the right to obtain a full certified copy of any insurance policy and
endorsements from Contractor and subcontractors. Failure to exercise this right shall not constitute a
waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by City.
The insurance policies shall provide for a retroactive date of placement coinciding with the effective date
of this contract.
The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and
personal injury.
If the insurance is written on a Claims Made Form, then, following termination of the contract, said
insurance coverage shall survive for a period of not less than five years.
PRICES OF ITEMS
NOTE: In the event of error or conflict in the prices set forth below, the "Unit Price" will govern. In the
event that the "Unit Price" is illegible or indistinguishable it shall be established by dividing the "Total
Price" by the "Number of Units."
BASE BID ITEMS
DESCRIPTION
1. Mobilization
2. Traffic Plan and Control
3. Water Diversion
a. Coffer Dam Installation/Removal
b. Water Diversion System Installation
4. Minor Concrete — Drainage Channel Lining
ESTIMATED UNIT
QUANTITY
I LS @
I LS
I LS @
I LS @
855 SF @
BASE BID $
(BASE BID WRITTEN IN WORDS)
NOTES:
UNIT TOTAL
PRICE PRICE
The contract will be awarded to the lowest responsible and responsive bidder based upon the Base Bid.
The City reserves the right to delete any item of work shown.
Submittal of bid signifies a frill understanding of project issues, existing utilities and conditions in the
project area.
The Contractor shall have a "Class A" contractor's license in good standing registered in the state of
California.
The Contractor shall comply with section 1771.1 (a) of the Labor Code which states the following: "A
contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any
contract for public work, as defined in this chapter, unless currently registered and qualified to perform
public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered
contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or
by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to
perform public work pursuant to Section 1725.5 at the time the contract is awarded.
BID PROPOSAL • 6
GENERAL PROVISIONS
TABLE OF CONTENTS
SECTION 10 -CONTROL OF THE WORK
10.01
AUTHORITY OF THE DIRECTOR OF PUBLIC WORKS AND ENGINEER ................................ 1
10.02
PLANS.................................................................................................................................................1
10.03
SUGGESTIONS TO CONTRACTOR................................................................................................ 1
10.04
CONFORMITY WITH PLANS AND ALLOWABLE DEVIATION ................................................ 1
10.05
INTERPRETATION OF PLANS AND SPECIFICATIONS.............................................................. 1
10.06
SUPERINTENDENCE........................................................................................................................1
10.07
CHARACTER OF WORKMEN......................................................................................................... 1
10.08
LINES AND GRADES........................................................................................................................ l
10.09
PRESERVATION OF STAKES.......................................................................................................... 2
10.10
INSPECTION...................................................................................................................................... 2
10.11
RIGHT OF ACCESS TO STREET...................................................................................................... 2
10.12
PLACING PORTIONS OF WORK IN SERVICE.............................................................................. 2
10.13
EXTENT OF TRENCH OPENED UP................................................................................................ 2
10.14
RESTORATION OF INJURED PROPERTY..................................................................................... 2
10.15
MONUMENTS....................................................................................................................................2
10.16
STOP WORK ORDER........................................................................................................................ 2
10.17
FINAL INSPECTION.......................................................................................................................... 2
SECTION I 1 - CONTROL OF MATERIAL
11.01
SOURCE OF MATERIALS................................................................................................................ 3
11.02
SAMPLES AND TESTS..................................................................................................................... 3
11.03
CITY FURNISHED MATERIALS..................................................................................................... 3
11.04
STORAGE OF MATERIALS............................................................................................................. 3
11.05
DEFECTIVE MATERIALS................................................................................................................ 3
11.06
TRADE NAMES, ALTERNATIVES AND SUBSTITUTIONS........................................................ 3
11.07
SUBSTITUTIONS...............................................................................................................................4
11.08
CERTIFICATES OF COMPLIANCE................................................................................................. 4
SECTION 12 - RESPONSIBILITIES TO THE PUBLIC
12.01
LAWS TO BE OBSERVED................................................................................................................
4
12.02
VEHICLE CODE.................................................................................................................................
4
12.03
AIR POLLUTION...............................................................................................................................
6
12.04
STORM WATER POLLUTION PREVENTION................................................................................
6
12.05
WEIGHT LIMITATIONS...................................................................................................................
9
12.06
PERMITS AND LICENSES................................................................................................................
9
12.07
SAFETY PROVISIONS......................................................................................................................
9
12.08
USE OF EXPLOSIVES.......................................................................................................................
9
12.09
PRESERVATION OF PROPERTY....................................................................................................
9
12.10
RESPONSIBILITY FOR DAMAGE...................................................................................................
10
12.11
DISPOSAL OF MATERIAL OUTSIDE THE RIGHT -OF -WAY ......................................................
10
12.12
PUBLIC SAFETY...............................................................................................................................
10
12.13
PUBLIC CONVENIENCE..................................................................................................................
11
12.14
MAINTENANCE OF TRAFFIC.........................................................................................................
12
12.15
STREET CLOSURES AND DETOURS.............................................................................................
13
12.16
HAUL ROUTES..................................................................................................................................
13
GENERAL PROVISIONS • INDEX
GENERAL PROVISIONS
SECTION 13 - UNDERGROUND OBSTRUCTIONS
13.01
EXISTING UTILITIES SHOWN ON PLANS....................................................................................
13
13.02
NOTIFICATION OF UTILITIES........................................................................................................
13
13.03
DAMAGE TO UTILITIES AND SEWERS........................................................................................
13
13.04
UTILITY RELOCATION....................................................................................................................
13
13.05
TREE ROOTS......................................................................................................................................
14
SECTION 14 - DUST CONTROL......................................................................................................................... 14
SECTION15 - WATER.........................................................................................................•................................ 14
SECTION 16 - REFERENCE TO STATE SPECIFICATIONS......................................................................... 14
SECTION 17 - REQUIRED CONTRACT LANGUAGE (FORM HUD 4010) ................................................. 14
GENERAL PROVISIONS • INDEX
SECTION 10 - CONTROL OF THE WORK
10.01 Authority of the Director of Public Works
and Engineer - The Director of Public Works shall
decide all questions concerning quality or ac-
ceptability of materials furnished and work
performed, manner of performance, rate of progress,
interpretation of plans and specifications,
compensation for work performed and all questions
as to the acceptable fulfillment of the contract by the
Contractor. The Director of Public Works's decision
shall be final, and he shall have authority to enforce
and effectuate such decisions and orders as the
Contractor fails to carry our promptly.
On all work where a private Engineer has furnished
the design or been designated Engineer of Work by
the owner, his approval of proposed changes,
materials, quality of work, manner of performance,
rate of progress, and interpretation of plans and
specifications shall be sought and obtained in
addition to the approvals granted by the Director of
Public Works.
10.02 Plans - All authorized alterations which affect
the requirements and information given on the
approved plans shall be in writing. No changes shall
be made to any plan or drawing after it has been ap-
proved by the Director of Public Works, except by
his written consent. Working drawings or plans for
any structure not included in the plans furnished by
the Engineer must be approved by the Director of
Public Works before any work involving these plans
is performed.
The approval of any drawing or method of work
proposed by the Contractor shall not relieve him of
his responsibility for errors therein and shall not be
regarded as assumption of risk or liability by the City
or officer or employee thereof. The Contractor shall
have no claim under the contract due to failure,
partial failure, or inefficiency of any plan or method
so approved. Such approval shall be construed only
to mean that the Director of Public Works has no
objection to the Contractor's using, upon his own full
responsibility, the plan or method proposed.
A complete and up-to-date set of approved plans and
specifications shall be kept at the job site at all times
work is in progress.
10.03 Suggestions to Contractor - Any plan or
method for work suggested by the Director of Public
Works to the Contractor, but not specified or
required, if adopted or followed by the Contractor in
whole or in part, shall be used at the risk and respon-
sibility of the Contractor. Neither the Director of
Public Works nor the City shall assume any re-
sponsibility therefore.
10.04 Conformity with Plans and Allowable
Deviation - Finished surfaces in all cases shall
conform with the lines, grades, cross sections, and
dimensions shown on the approved plans. Deviations
from the approved plans, as may be required by the
exigencies of construction, will be determined, in all
cases, by the Director of Public Works.
10.05 Interpretation of Plans and Specifications -
If it appears that the work to be done, or any matter
relative thereto, is not sufficiently detailed or ex-
plained in the specifications and plans, the Contractor
shall apply to the Director of Public Works for
further explanations as necessary, and shall conform
to such explanation or interpretations as part of the
contract. In the event of a discrepancy between scaled
dimensions and written figures, the figures shall be
taken as correct.
10.06 Superintendence - Before initial work is
begun, the Contractor and his foreman shall file with
the Director of Public Works addresses and telephone
numbers where they can be reached during working
and non -working hours.
The Contractor shall be on the work constantly
during its progress or shall be represented by a
superintendent or foreman who is competent to
receive and carry out any instructions that may be
given him by the proper authorities. The Contractor
will be held liable for faithful observance of any
instructions which may be delivered to him or his
representative, on the work or at the addresses or
telephone numbers filed as required by the preceding
paragraph.
10.07 Character of Workmen - If any subcontractor
or person employed by the Contractor fails or refuses
to carry out the directions of the Director of Public
Works or appears to the Director of Public Works to
be incompetent or acts in a disorderly or improper
manner, he shall be discharged immediately on de-
mand by the Director of Public Works, and such
person shall not again be employed on the work.
10.08 Lines and Grades - Lines and grades for the
work will be given by the Engineer or Director of
Public Works. All distances and measurements are
given and will be made in a horizontal plane, unless
otherwise provided. Grades are given from top of
stakes or nails, or other points set by the Engineer or
Director of Public Works.
Three consecutive points shown on the same rate of
slope must be used together, in order to detect any
GENERAL PROVISIONS • I
variation from a straight grade. In case any such
variation is found, it must be reported to the Engineer
or Director of Public Works. If such a variation is not
reported the Contractor shall be responsible for any
error in the finished work.
The Contractor shall give at least 2 working days'
notice when he will require the services of the
Director of Public Works for laying out any portion
of the work.
10.09 Preservation of Stakes - The Contractor shall
take every reasonable precaution to preserve survey
stakes, used for alignment of grade, to facilitate
checking by the Director of Public Works. Stakes
unnecessarily disturbed shall be re -set by the
Engineer or Director of Public Works at the
Contractor's expense or by the owner's Engineer. In
case of disputed grades, it shall be assumed that any
lost or disturbed stake was set at the proper grade and
alignment was properly marked.
10.10 Inspection - The Director of Public Works
shall have access to the work at all times during
construction, and shall be furnished with every
reasonable facility to determine the progress,
workmanship, and character of materials used and
employed in the work.
The Contractor shall give the Director of Public
Works notice of the time when he or his subcon-
tractor will start the various units or operations of the
work, or resume said units or operations when
properly suspended. Notice shall be given at least 1
working day in advance of the starting or resumption
time. Any work performed by the Contractor or his
subcontractors outside the scope of the notice shall be
removed if so ordered by the Director of Public
Works, or his representative on the work.
10.11 Right of Access to Street - The right is
reserved to the City, street, railroads, water, sewer,
gas, electric, telephone, T.V. and telegraph
companies to enter upon the street for the purpose of
making repairs, changes and new installations
necessitated by the improvement thereof, or for
necessary maintenance.
Making of repairs, changes and new installations
necessitated by the improvement causing delays to
the Contractor shall be approved by the Director of
Public Works. The Director of Public Works and
Contractor shall agree upon any time delay or
monetary damage in writing as a supplemental
agreement.
10.12 Placing Portions of Work in Service - If
requested by the City, portions of the work, as
completed, shall be placed in service. The Contractor
shall give proper access to the work for this purpose.
Such use and operation shall not constitute an
acceptance of the work, and the Contractor shall be
liable for defects due to faulty construction until the
entire work under the contract is finally accepted.
10.13 Extent of Trench Opened Up - In existing
roadways, no more than 152 m of trench shall be
open at any given time. An open trench is a trench
which has not been completely backfilled, satisfacto-
rily compacted, and in paved areas, capped with at
least 25 mm (1 -inch) of temporary paving. This
requirement may be modified only upon written
permission from the Director of Public Works, unless
otherwise specified in the Special Provisions.
10.14 Restoration of Injured Property - The
Contractor shall restore all injured property,
including curbs, gutters, pavements, sidewalks, pipes,
conduits, sewers, and other public and/or private
property to a condition as good as, or better than, it
was when he entered upon the work.
10.15 Monuments - The Contractor shall not disturb
any survey monument until the monument rivet, disc,
or reference mark therein has been "tied out" by a
field survey party of the City. The Contractor shall
salvage and deliver to the City, all monument
castings removed during the progress of the work.
The City will, at its expense, do the necessary
surveying and reconstruct all City Survey monuments
necessarily disturbed by the Contractor's operations.
In the event that the Contractor disturbs any City
survey monument before same has been "tied out" by
the City or unnecessarilv disturbs any City survey
monument during construction operations, the City
will reset such monuments at the expense of the
Contractor.
10.16 Stop Work Order - Whenever work is
proceeding contrary to plans or specifications, or in
violation of applicable ordinances or laws, or in such
way as to endanger life or property, the Director of
Public Works may order the work stopped by notice
in writing served on any persons engaged in doing or
causing such work to be done, and such persons shall
forthwith stop such work until authorized to proceed
by the Director of Public Works.
10.17 Final Inspection - Whenever the work
provided and contemplated by the contract shall have
been completed and the final cleaning up performed,
the Director of Public Works will make the final or
completion inspection.
11140411". NUMV11MIRM
SECTION 11 - CONTROL OF MATERIAL
11.01 Source of Materials - Prior to commencement
of any work, the Contractor shall submit to the
Director of Public Works, a list of the suppliers or
sources of all materials to be incorporated in the
work. This list shall be approved by the Director of
Public Works before any of the materials are brought
to the job site.
Notwithstanding any prior inspection or approval,
only materials conforming to the requirements of
these specifications and the Special Provisions shall
be incorporated in the work. The materials furnished
and used shall be new, except as may specifically be
provided on the plans or in the Special Provisions.
The materials shall be manufactured, handled, and
used in a workmanlike manner to insure completed
work in accordance with the plans and specifications.
11.02 Samples and Tests - Submittal of
representative preliminary samples of materials to be
used in the work may be required by the Director of
Public Works if specified in the special provisions.
All tests of materials furnished or work done by the
Contractor shall be made, in accordance with the
methods in use by the laboratory of Caltrans or by
commonly recognized standards of national organiza-
tions, and such special methods and tests as are
prescribed in these specifications. Whenever a
reference is made in the specifications to a test
method, it shall mean the test method in effect on the
day the City adopted or approved the plans and
specifications for the work unless specifically re-
ferred to by edition, volume or date. Materials may
be tested at any time during the progress of the work,
and defective materials will be rejected.
11.03 City Furnished Materials - Materials
furnished by the City will be made available at
locations designated in the Special Provisions. The
cost of handling and placing City furnished materials
shall be considered as included in the price paid for
the contract item involving such materials. The
Contractor will be held responsible for all materials
furnished to him, and he shall pay all demurrage and
storage charges. City furnished materials lost or
damaged by the Contractor shall be replaced by the
Contractor. The Contractor will be liable to the City
for the cost of replacing City -furnished material and
such costs may be back -charged to the Contractor or
deducted from any monies due or to become due.
11.04 Storage of Materials - Materials shall be
stored in a manner which will insure the preservation
of their quality and fitness for the work. When
considered necessary by the Director of Public
Works, materials shall be placed on platforms or
other hard, clean surfaces and covered when directed.
Materials shall be stored so as to facilitate inspection.
No materials, or other obstructions, shall be placed
within 4.6 m (15 feet) of, nor obstruct access to, fire
hydrants, nor within 1.5 in (5 feet) of United States
mailboxes.
11.05 Defective Materials - All materials which do
not conform to the requirements of these
specifications shall be considered as defective, and
such materials, whether in place or not, shall be
rejected and immediately be removed from the site of
the work, unless otherwise permitted by the Director
of Public Works. No rejected material, the defects of
which have been subsequently corrected, shall be
used until approved by the Director of Public Works.
If the Contractor fails to comply with any order made
under the provisions of this article, the Director of
Public Works shall have authority to remove and
replace the defective material, to charge the
Contractor, or to deduct the cost of removal and
replacement from any monies due or to become due.
11.06 Trade Names, Alternatives and
Substitutions - For convenience in designation on
the plans or in the specifications, certain articles or
materials to be incorporated in the work may be
designated under a trade name or the name of a
manufacturer and his catalog information. Such
designation shall, in accordance with Govt. Code
Section 4380, be deemed followed by the words "or
equal." The use of an alternative article or material
which is of equal quality and of the required
characteristics for the purpose intended will be
permitted, subject to the following requirements:
A. The burden of proof as to the quality and
suitability of alternatives shall be upon the
Contractor. He shall furnish all necessary
information as required by the Engineer or
Director of Public Works.
B. The Director of Public Works shall be the sole
judge as to the quality and suitability of
alternative articles or materials and his
decision shall be final.
C. Requests for substitution of equivalent ma-
terials or articles shall be submitted to the
Director of Public Works in writing along with
the required supplementary data within 7 days
following award of the contract or as specified
in the Special Provisions.
GENERAL PROVISIONS • 3
11.07 Substitutions - The Contractor shall furnish
such information, test data, samples or references
requested by the Director of Public Works so that an
accurate appraisal of any proposed substitution can
be made. Approval of substitutes will be in writing.
11.08 Certificates of Compliance - A Certificate of
Compliance shall be furnished prior to the use of any
materials for which these specifications or the Special
Provisions require that such a certificate be furnished.
In addition, when so authorized in these
specifications or in the Special Provisions, the
Engineer may permit the use of certain materials or
assemblies prior to sampling and testing if
accompanied by a Certificate of Compliance. The
certificate shall be signed by the manufacturer of the
material or the manufacturer of assembled materials
and shall state that the materials involved comply in
all respects with the requirements of the
specifications. A Certificate of Compliance shall be
furnished with each lot of material delivered to the
work and the lot so certified shall be clearly
identified in the certificate.
All materials used on the basis of a Certificate of
Compliance may be sampled and tested at any time.
The fact that material is used on the basis of a
Certificate of Compliance shall not relieve the
Contractor of responsibility for incorporating
material in the work which conforms to the
requirements of the plans and specifications and any
such material not conforming to such requirements
will be subject to rejection whether in place or not.
The City reserves the right to refuse to permit the use
of material on the basis of a Certificate of
Compliance.
The form of the Certificate of Compliance and its
disposition shall be as directed by the Engineer.
SECTION 12 - RESPONSIBILITIES TO THE
PUBLIC
12.01 Laws to be Observed - The Contractor shall
keep himself fully informed of all State and Federal
laws and County and Municipal ordinances and reg-
ulations which, in any manner, affect those engaged
or employed in the work, the materials used in the
work, the conduct of the work, and of all such orders
and decrees of bodies or tribunals having any
jurisdiction or authority over the same. He shall at all
times observe and comply with, and shall cause all
his agents and employees to observe and comply with
all such existing and future laws, ordinances,
regulations, orders, and decrees of bodies or tribunals
having any jurisdiction or authority over the work;
and shall protect and indemnify the City, and all
officers and employees thereof connected with the
work, including but not limited to the Director of
Public Works against any claim or liability arising
from or based on the violation of any such law,
ordinance, regulation, order, or decree, whether by
himself or his employees. If any discrepancy or
inconsistency is discovered in the plans, drawings,
specifications, or contract for the work in relation to
any such law, ordinance, regulation, order or decree
the Contractor shall forthwith report the same to the
Director of Public Works.
A) General Prevailing Wage Rates
Reference is made to the list of General
Prevailing Wage Rates set forth by the
Director of Industrial Relations, State of
California, pursuant to the California Labor
Code. Copies of said Wage Rates are on
file in the Public Works Department of the
City of San Rafael, City Hall, Room 300,
San Rafael, California, and are available to
any interested party upon request.
Contractor shall post a copy of the General
Prevailing Wage Rates, which are a part of
this Contract, on each job site as required
by the California Labor Code.
Certified copies of Contractor's payroll
shall be provided owner upon request.
B) Fair Employment Practices Provisions
In connection with the performance of
work under this contract, the Contractor
agrees as follows:
(I) The Contractor will not willfully
discriminate against any employee or
applicant for employment because of race,
color, religion, ancestry, or national origin.
The Contractor will take affirmative action
to ensure that applicants are employed, and
that employees are treated during
employment, without regard to their race,
color, religion, ancestry, or national origin.
Such action shall include, but not be
limited to, the following: employment,
upgrading, demotion or transfer;
recruitment or recruitment advertising;
layoff or termination; rates of pay or other
forms of compensation; and selection for
training, including apprenticeship. The
Contractor agrees to post in conspicuous
places, available to employees and
applicants for employment, notices to be
provided by the awarding authority setting
GENERAL PROVISIONS • 4
forth the provisions of this Fair
Employment Practices section.
(2) The Contractor will send to each labor
union or representative of workers with
which lie has a collective bargaining
agreement or other contract or
understanding, a notice, to be provided by
the awarding authority, advising the said
labor union or workers' representative of
the Contractor's commitments under this
section, and shall post copies of the notice
in conspicuous places available to
employees and applicants for employment.
(3) The Contractor will permit access to his
records of employment, employment
advertisements, application forms, and
other pertinent data and records by the Fair
Employment Practices Commission, the
awarding authority or any other appropriate
agency of the State of California designated
by the awarding authority, for the purposes
of investigation to ascertain compliance
with the Fair Employment Practices section
of this contract.
(4) Finding of willful violation of the Fair
Employment Practices section of this
contract or of the Fair Employment
Practices Act shall be regarded by the
awarding authority as a basis for
determining the Contractor to be not a
"responsible bidder" as to future contracts
for which such Contractor may submit
bids, for revoking the Contractor's
prequalification rating, if any, and for
refusing to establish, re-establish or renew
a prequalification rating for the Contractor.
The awarding authority shall deem a
finding of willful violation of the Fair
Employment Practices Act to have
occurred upon receipt of written notice
from the Fair Employment Practices
Commission that it has investigated and
determined that the Contractor has violated
the Fair Employment Practices' Act and has
issued an order under Labor Code Section
1426 or obtained an injunction under Labor
Code Section 1429.
Upon receipt of such written notice from
the Fair Employment Practices
Commission, the awarding authority shall
notify the Contractor that unless he
demonstrates to the satisfaction of the
awarding authority within a stated period
that the violation has been corrected, his
prequalification rating will be revoked at
the expiration of such period.
(5) The Contractor agrees that should the
awarding authority determine that the
Contractor has not complied with the Fair
Employment Practices section of this
contract, then pursuant to Labor Code
Sections 1735 and 1775, the Contractor
shall, as a penalty to the awarding
authority, forfeit, for each calendar day, or
portion thereof, $_ for each person who
was denied employment as a result of such
non-compliance, the penalties provided in
the Labor Code for violation of prevailing
wage rates. Such monies may be recovered
from the Contractor. The awarding
authority may deduct any such damages
from any monies due the Contractor.
(6) Nothing contained in this Fair Employment
Practices section shall be construed in any
manner or fashion so as to prevent the
awarding authority from pursuing any other
remedies that may be available at law.
Nothing contained in this Fair Employment
Practices section shall be construed in any
manner or fashion so as to require or
permit the hiring of aliens on public works,
as prohibited by the provisions of Section
1850 of the California Labor Code, or an
employee not permitted by the National
Labor Relations Act.
(7) Prior to the award of the contract, the
Contractor shall certify to the awarding
authority that he has or will meet the
following standards for affirmative
compliance, which shall be evaluated in
each case by the awarding authority:
(a) The Contractor shall provide evidence,
as required by the awarding authority, that
he has notified all supervisors, foremen and
other personnel officers in writing of the
content of the anti -discrimination clause
and their responsibilities under it.
(b) The Contractor shall provide evidence,
as required by the awarding authority, that
he has notified all sources of employee
referrals (including unions, employment
agencies, advertisements, Department of
Employment) of the content of the anti-
discrimination clause.
(c) The Contractor shall file a basic
compliance report, as required by the
awarding authority. Willfully false
GENERAL PROVISIONS • 5
statements made in such reports shall be
punishable as provided by law. The
compliance report shall also spell out the
sources of the work force and who has the
responsibility for determining whom to
hire, or whether or not to hire.
(d) Personally, or through his
representatives, the Contractor shall,
through negotiations with the unions with
whom he has agreements, attempt to
develop an agreement which will:
• Spell out responsibilities for non-
discrimination in hiring, referral,
upgrading and training.
• Otherwise implement an affirmative
anti -discrimination program in terms
of the unions' specific areas of skill
and geography, to the end that
qualified minority workers will be
available and given an equal
opportunity for employment.
• The Contractor shall notify the
contracting agency of opposition to
the anti -discrimination clause by
individuals, firms or organizations
during the period of its
prequalification.
(8)The Contractor will include the provisions
of the foregoing paragraphs I through 7 in
every first tier subcontract so that such
provisions will be binding upon each such
subcontractor.
(9) The form of certificate required herein is
illustrated on the page immediately
following the signature page of the
proposal. This certification must be
executed prior to award of the contract or,
for convenience, may be executed on the
form provided at the time of submitting the
proposal.
12.02 Vehicle Code - Pursuant to the authority
contained in Vehicle Code Section 591, the City has
determined that within such areas as are within the
limits of the project and are open to public traffic, the
following requirements of the Vehicle Code will
apply. The lighting requirements in Section 25803;
the brake requirements in Chapter 3, Division 12; the
splash apron requirements in Section 27600; and,
when operated on completed or existing treated base,
surfacing, pavement or structures except as otherwise
provided in Section 12.05 Weight Limitations, the
weight limitation requirements contained in Division
15.
Attention is directed to the statement in said Section
591 that this section shall not relieve him or any
person from 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.
Any other requirements set forth in Division 11, 12,
13, 14 and 15 of the Vehicle Code which the City,
pursuant to the Authority contained in Vehicle Code
Section 591, will require compliance with, will be set
forth in Special Provisions.
12.03 Air Pollution - The Contractor's attention is
directed to Regulations of the Bay Area Air Pollution
Control District regarding disposal of debris or other
materials, not used in the work including any air pol-
lution control rules, regulations, ordinances and
status, specified in Section 1 1017 of the Government
Code.
12.04 Storm Water Pollution Prevention — The
intent of these provisions is to enforce federal, state,
and other local agencies regulations designed to
eliminate storm water pollution. Storm drains
discharge directly to creeks and the Bay without
treatment. Storm water pollution due to construction
operations shall be controlled by keeping pollution
out of storm drain systems, reducing the exposure
and discharge of materials and wastes to storm water,
and by reducing erosion and sedimentation.
In this section, the term "storm drain system" shall
refer to any storm water conduits, storm drain inlets
and other storm drain structures, street gutters,
channels, watercourses, creeks, lakes and the San
Francisco Bay.
A) Material Storage. In addition to the
provisions specified in section 11.04, the
Contractor shall comply with the following
practices for materials storage:
The Contractor shall propose designated areas of
the project site, for approval by the Engineer,
suitable for material delivery, storage, and waste
collection that, to the maximum extent
practicable, are near construction entrances and at
least 10' away from catch basins, gutters,
drainage courses, and creeks.
During wet weather or when rain is forecast
within 72 hours, the Contractor shall store
materials that can contaminate rainwater or be
transported by storm water or other runoff to the
GENERAL PROVISIONS • 6
storm drain system inside a building or cover
them with a tarp or other waterproof material
secured in a manner that would prevent any of the
materials from contacting the rainwater.
The storage and disposal of all hazardous
materials such as paints, thinners, solvents, and
fuels; and all hazardous wastes such as waste oil,
must meet all federal, state, and local standards
and requirements.
B) Street Sweeping. At the end of each
working day or as directed by the Engineer, the
Contractor shall clean and sweep roadways and
on-site paved areas of all materials attributed to or
involved in the work. The Contractor shall not
use water to flush down streets in place of street
sweeping.
C) Hazardous/Waste Management. The
storage and disposal of all hazardous materials,
such as pesticides, paints, thinners, solvents, and
fuels; and all hazardous wastes, such as waste oil
and antifreeze; shall comply with all federal,
state, and local standards and requirements.
When rain is forecast within 72 hours or during
wet weather, the Engineer may prevent the
Contractor from applying chemicals in the outside
areas.
D) Spill Prevention and Control. The
Contractor shall take any and all precautions to
prevent accidental spills during the work under
this contract. The Contractor shall keep a
stockpile of spill cleanup materials such as rags or
absorbents, readily accessible on-site. In the
event of a spill, the Contractor shall immediately
contain and prevent leaks and spills from entering
the storm drain system, and properly clean up and
dispose of the waste and clean up materials. If
the waste is hazardous, the Contractor shall
comply with all federal, state and local hazardous
waste requirements.
The Contractor shall not wash any spilled
material into the streets, gutters, storm drains, or
creeks.
E) De -watering Operations. All groundwater
removed from the trench must be de -silted prior
to discharging it into the storm drain system
through filtering materials methods meeting the
Association of Bay Area Governments (BAG)
Standards For Erosion & Sediment Control
Measures and/or through methods and procedures
described in the California Storm Water Best
Management Practice Handbook - Construction
Activity (latest edition).
The Contractor shall reuse the water for other
needs, such as dust control and irrigation, to the
maximum extent practicable. The rinse water
shall be permitted to infiltrate in dirt area or shall
be discharged to the sanitary sewer.
F) Pavement Saw -cutting Operations. The
Contractor shall prevent any saw -cutting debris
from entering the storm drain system. The
Contractor, preferably, shall use dry cutting
techniques and sweep up residue. If wet methods
are used, the Contractor shall vacuum slurry as
cutting proceeds or collect all waste water by
constructing a sandbag sediment barrier. The
beamed area shall be of adequate size to collect
all waste water and solids. The Contractor shall
allow collected water to evaporate if the waste
water volume is minimal and if maintaining the
ponding area does not interfere with public use of
the street area or create a safety hazard. If
approved by the Engineer, the Contractor may
direct or pump saw -cutting waste water to a dirt
area and allow to infiltrate. The dirt area shall be
adequate to contain all the waste water. After
waste water has infiltrated, all remaining
sawcutting residue must be removed and disposed
of properly. With the approval of the Engineer,
de -silted water may be pumped to the sanitary
sewer to assist in the evaporation or infiltration
process. Remaining silt and debris from the
ponding or bermed area shall be removed or
vacuumed and disposed of properly. If a suitable
dirt area is not available or discharge to the
sanitary sewer is not feasible, with the approval of
the Engineer, the Contractor shall filter the saw -
cutting waste water through filtering materials
and methods meeting ABAG Standards for
Erosion and Sedimentation Control Measures
(latest edition) before discharging to the storm
drain.
G) Pavement Operations. The Contractor
shall prevent the discharge of pollutants from
paving operations by using measures to prevent
run-on and runoff pollution, properly disposing of
wastes, and by implementing the following
practices:
No paving during wet weather.
Proper Material Storage (refer to previous
section).
Cover inlets and manholes when applying asphalt,
seal coat, tack coat, slurry seal, or fog seal.
Place drip pans or absorbent materials under
paving equipment when not in use. During wet
weather, store contaminated paving equipment
GENERAL PROVISIONS • 7
indoors or covers with tarp or other waterproof
covering.
If paving involves Portland cement concrete, refer
to (next section)
H) Concrete Operations. The Contractor shall
prevent the discharge of pollutants from concrete
operations by properly disposing of wastes, and
by implementing the following practices:
Store all materials in waterproof containers or
under cover away from drain inlets or drainage
areas.
Avoid mixing excess amounts of portland cement
material.
Do not wash out concrete trucks into storm
drains, open ditches, streets, streams etc.
Whenever possible, perform washout of concrete
trucks off site where discharge is controlled and
not permitted to discharge into the storm drain
system. For onsite washout, locate washout area
at least 15 in from storm drains, open ditches or
other water bodies, preferably in a dirt area.
Control runoff from this area by constructing a
temporary pit or bermed area large enough for the
liquid and solid waste.
Wash out concrete wastes into the temporary pit
where the concrete can set, be broken up and then
disposed of properly. If the volume of water is
greater than what will allow concrete to set, allow
the wash water to infiltrate and/or evaporate, if
possible. Otherwise, allow water to settle, filter it
and then pump to the sanitary sewer with
approval of the Engineer. Remove or vacuum the
remaining silt and debris from the pond or
bermed area and dispose of it properly.
Dispose of waste water from washing of exposed
aggregate to dirt area. The dirt area shall be
adequate to contain all the waste water and once
the waste water has infiltrated, any remaining
residue must be removed. If a suitable dirt area is
not available, then the Contractor shall filter the
wash water through straw bales or other filtering
materials meeting ABAG Standards For Erosion
and Sediment Control Measures before
discharging to the sanitary sewer with approval
from the Engineer.
Collect and return sweepings from exposed
aggregate concrete to a stockpile or dispose of the
waste in trash container.
1) Grading and Excavation Operations. The
Contractor shall implement sedimentation and
erosion control measures to prevent sediments or
excavated material from entering the storm drain
system.
The erosion and sedimentation control materials
and methods shall be in accordance with ABAG
Standards for Erosion and Sediment Control
Measures and/or the procedures and methods
described in the California Storm Water Best
Management Practice Handbook - Construction
Activity (latest edition).
.) Vehicle/Equipment Cleaning. The
Contractor shall not perform vehicle or equipment
cleaning on site or in the street using soaps,
solvents, degreasers, steam cleaning equipment,
or equivalent methods. The Contractor shall
perform vehicle or equipment cleaning, with
water only, in a designated, bermed area that will
not allow rinse water to run off-site or into the
storm drain system.
The Contractor shall dispose of wash water from
the cleaning of water base paint equipment and
tools to the sanitary sewer.
If using oil based paint, to the maximum extent
practicable, the Contractor shall filter the paint
thinner and solvents for reuse and dispose of the
waste thinner and solvent, and sludge from
cleaning of equipment and tools as hazardous
waste.
K) Vehicle/Equipment Maintenance and
Fueling. The Contractor shall perform
maintenance and fueling of vehicles or equipment
in a designated, bermed area or over a drip pan
that will not allow run-on of storm water or runoff
of spills. The Contractor shall use secondary
containment, such as a drip pan, to catch leaks or
spills any time that vehicle or equipment fluids
are dispensed, changed, or poured. The
Contractor shall clean up leaks and spills of
vehicle or equipment fluids immediately and
dispose of the waste and cleanup materials as
hazardous waste.
The Contractor shall inspect vehicles and
equipment arriving on-site for leaking fluids and
shall promptly repair leaking vehicles and
equipment. Drip pans shall be used to catch leaks
until repairs are made. The Contractor shall
recycle waste oil and antifreeze, to the maximum
extent practicable. The Contractor shall comply
with Federal, State and other local agencies for
aboveground storage tanks.
L) Contractor Training and Awareness. The
Contractor shall train all
employees/subcontractors on the water pollution
prevention requirements contained in these
GENERAL PROVISIONS . 8
provisions. The Contractor shall inform all
subcontractors of the water pollution prevention
contract requirements and include appropriate
subcontract provisions to ensure that these
requirements are met.
The Contractor shall paint new catch basins,
constructed as part of the project, with "No
Dumping Drains To The Bay".
The Contractor shall conform to the requirements of
Chapter 9.30 of the Municipal Code which regulates
urban run-off pollution.
Full compensation for conforming to the provisions
herein specified shall be considered as included in the
prices paid for the contract items of work involved in
compliance with said provisions and no additional
compensation will be allowed therefor unless
specified as part of a contract item for
implementation of a Storm Water Pollution
Prevention Plan (SWPPP).
12.05 Weight Limitations - Unless expressly
permitted in the Special Provisions, construction
equipment or vehicles of any kind which, laden or
unladen, exceed the maximum weight limitations set
forth in Division 15 of the Vehicle Code, shall not be
operated over completed or existing treated base,
surfacing, pavement or structures in any areas within
the limits of the project, whether or not such area is
subject to weight limitations under Section 12.02,
"Vehicle Code," except as hereinafter provided in
this section 12.05.
Within the limits of the project, subject to the
control of the Director of Public Works, provided
that the Contractor, at his expense, provides such
protective measures as are deemed necessary by
the Director of Public Works and repairs any
damage caused by such operations, the Contractor
will be permitted to:
A. Make transverse crossings of portions of an
existing public road or street which are
within the highway right-of-way, with con-
struction equipment which exceeds the size
or weight limitations set forth in Division
15 of the Vehicle Code.
B. Make transverse crossings of treated bases,
surfacing or pavement, which are under
construction or have been completed, with
construction equipment which exceeds the
size or weight limitations set forth in
Division 15 of the Vehicle Code.
C. Cross bridge structures that are not open to
public traffic, designed for H2O and
alternative live loading (culverts and pipes
excluded), with construction equipment
which exceeds the size of weight
limitations set forth in Division 15 of the
Vehicle Code.
12.06 Permits and Licenses - The Contractor shall
procure all permits and licenses, pay all charges and
fees, and give all notices necessary and incident to
the due and lawful prosecution of the work.
A City Business License must be obtained.
12.07 Safety Provisions - The Contractor shall
conform to the safety rules and regulations
established by the California Division of Industrial
Safety and OSHA.
12.08 Use of Explosives - When the use of
explosives is necessary for the prosecution of the
work, the Contractor shall not endanger life or
property. Only competent reliable men, working
under experienced supervision shall be permitted to
use explosives. In advance of any blasting work, the
Contractor shall obtain all necessary permits and
clearances and shall comply with all Federal, State
and local laws regulating the use of explosives. Any
requirements imposed by ordinance or permit to the
contrary notwithstanding, the Contractor shall blast
only between the hours of 8:00 a.m. and 5:00 p.m.
Blasting at any other time, or on Sundays and
holidays is specifically prohibited.
12.09 Preservation of Property - Due care shall be
exercised to avoid injury to existing highway
improvements or facilities, utility facilities, adjacent
property, and roadside trees, shrubs, and other plants
that are not to be removed.
Roadside trees, shrubs, and other plants that are not
to be removed, and pole lines, fences, signs, markers
and monuments, buildings and structures, under or
above ground, all highway facilities, and any other
improvements or facilities within or adjacent to the
highway shall be protected from injury or damage. If
ordered by the Director of Public Works, the
Contractor shall provide and install suitable
safeguards, approved by the Director of Public
Works, to protect such objects from injury or
damage. If such objects are injured or damaged by
the Contractor's operations, they shall be replaced or
restored at the Contractor's expense. The facilities
shall be replaced or restored to a condition as good as
when the Contractor entered upon the work, or as
good as required by specifications accompanying the
contract, if any such objects are a part of the work be-
ing performed under the contract. The Director of
GENERAL PROVISIONS • 9
Public Works may make or cause to be made
temporary repairs required to restore any damaged
highway facility to service. The cost of such repairs
shall be borne by the Contractor and may be deducted
from any monies due or to become due to the
Contractor under the contract.
See Section 13 for underground utilities, sewer, water
and storm conduits.
Full compensation for furnishing all labor, materials,
tools, equipment, and incidentals, and for doing all
the work involved in protecting or repairing property
as specified in this Section 12.09, shall be considered
as included in the prices paid for the various contract
items of work and no additional compensation will be
allowed therefor.
12.10 Responsibility for Damage - The City and all
officers and employees thereof connected with the
work shall not be answerable or accountable in any
manner: for any loss or damage that may happen to
the work or any part thereof; for any loss or damage
to any of the materials or other things used or
employed in performing the work; for injury to or
death of any person either workmen or the public; or
for damage to property from any cause which might
have been prevented by the Contractor, or his
workmen, or anyone employed by him.
The Contractor shall be responsible for any liability
imposed by law and for injuries to or death of any
person or damage to property resulting from defects
or obstructions or from any cause whatsoever during
the progress of the work or at any time before its
completion and final acceptance.
The Contractor shall indemnify and save harmless the
City and all officers and employees thereof connected
with the work: from all claims, suits or actions of
every name, kind, and description brought for or on
account of, injuries to or death of any person or
damage to property resulting from the construction of
the work or by or in consequence of any negligency
in guarding the work; use of improper materials in
construction of the work; or by or on account of any
act or omission by the Contractor or his agents during
the progress of the work or at any time before its
completion and final acceptance.
In addition to any remedy authorized by law, so
much of the money due the Contractor under and by
virtue of the contract as shall be considered necessary
by the Director of Public Works may be retained by
the City until disposition has been made of such suits
or claims for damages as aforesaid.
The Contractor shall be responsible for any liability
imposed by law and for injuries to or death of any
person or damage to property and shall indemnify
and save harmless any county, city or district, its
officers and employees connected with the work,
within the limits of which county, city or district the
work is being performed hereunder, all in the same
manner and to the same extent as provided above for
the protection of the City and all officers and em-
ployees thereof connected with the work, except that
no retention of money due the Contractor under and
by virtue of the contract will be made by the City
pending disposition of suits or claims for damages
brought against a county, city, or district other than
the City.
12.11 Disposal of Material Outside the Right -of -
Way - The Contractor shall make his own
arrangements of disposing of material outside the
right-of-way and he shall pay all costs involved.
When any material is to be disposed of outside the
right-of-way, the Contractor shall first obtain a
written permit from the property owner on whose
property the disposal is to be made and file a copy
with the Director of Public Works together with a
written release from the property owner absolving the
City from any and all responsibility in connection
with the disposal of material on said property. Before
any material is disposed of on said property, the
Contractor shall also obtain permission from the
Director of Public Works to dispose of the material at
the location designated.
When the disposal location is visible from any street,
highway, or other public area, the Contractor shall
dispose of the material in a neat and uniform manner
to the satisfaction of the Engineer or Director of
Public Works. Disposal of hazardous waste material
shall be made per State requirements.
Methods of removal, equipment and location of
disposal must be approved by the Director of Public
Works. Any additional cost not included in the bid
must be approved by the Director of Public Works in
writing before the work is started.
12.12 Public Safety - Whenever the Contractor's
operations affect normal conditions for traffic, or for
the public, he shall furnish, erect, and maintain, at his
expense, all fences, barricades, lights, signs and other
devices necessary to prevent accidents or damage or
injury to the public. Construction area signs shall be
furnished, installed, maintained and removed when
no longer required in accordance with the provisions
in Section 12-3.01 through 12-3.11 of the State
GENERAL PROVISIONS • 10
Specifications and any requirements of the Special
Provisions. The Contractor shall also furnish, at his
own expense, flaggers and guards necessary to give
adequate warning to traffic or to the public of the
construction conditions. Flaggers and guards,
assigned to warn the public that the highway is under
construction and of any dangerous conditions to be
encountered as a result thereof, shall perform their
duties, and shall be provided with necessary
equipment, in accordance with the current Caltrans
publication "Instructions to Flaggers." The
equipment shall be furnished and kept clean and in
good repair by the Contractor at his expense. Signs,
lights, flags and other warning and safety devices
shall conform to the requirements set forth in the
current Caltrans "Manual of Traffic Controls for
Construction and Maintenance Work Zones," and any
signs furnished and erected by the Contractor at his
expense, as above provided, shall be in addition to
such signs as are furnished by the City as provided in
the Special Provisions. Signs shall not obscure the
visibility of, nor conflict in intent and meaning with,
City -furnished signs and the size and wording shall
be approved by the Director of Public Works.
The Contractor shall place "Men Working" (W-21-1)
signs at the limits of work when working on city
streets for any and all phases of this contract.
The Contractor shall place "Road Construction
Ahead" (C-18) signs and "End Construction" (C-13)
signs at the limits of work for any and all phases of
the contract.
During periods of work in the roadway, the
Contractor shall post and maintain signs necessary
for police radar enforcement of 25 mph construction
zone pursuant to Section 22362 of the California
Vehicle Code.
Should the Contractor appear to be negligent in
furnishing warning and protective measures, the
Director of Public Works may direct his attention to
such conditions. The necessary warning and
protective measures shall thereupon be furnished and
installed by the Contractor at his expense. No such
action by the Director of Public Works shall relieve
the Contractor from the primary responsibility for
public safety or abrogate his obligation to furnish and
pay for these devices.
The installation of general roadway illumination shall
not relieve the Contractor of his responsibility for
furnishing and maintaining any of the protective
facilities hereinbefore specified.
No material or equipment shall be stored where it
will interfere with the free and safe passage of public
traffic, and at the end of each day's work and at other
times when construction operations are suspended for
any reason, the Contractor shall remove all
equipment and other obstructions from that portion of
the roadway open for use by public traffic.
Except as otherwise provided in the Special
Provisions, full compensation for conforming to all
of the provisions in this Section 12.12 and in the
Special Provisions shall be considered as included in
the prices paid for the various contract items of work
and no additional compensation will be allowed
therefor.
Where any items or facilities required under the
provisions of this Section are not provided or are out
of service, and an emergency exists that necessitates
protective measures, the Director of Public Works, or
his representative, may provide such facilities during
the emergency, and the cost thereof shall be paid by
the Contractor, or deducted from monies due him on
his contract. The Director of Public Works or his
representative, before taking emergency action, shall
endeavor to notify the Contractor or his foreman of
the conditions, and to allow the Contractor to correct
them with his own crew, provided he acts promptly
and expeditiously.
12.13 Public Convenience - The Contractor shall
conduct his operations in a manner which will result
in the least possible obstruction and inconvenience to
the public. He shall undertake no greater length or
amount of work than he can prosecute properly with
due regard to the rights of the public.
Unless otherwise provided in the Special Provisions,
all public traffic shall be permitted to pass through
the work with as little inconvenience and delay as
possible. Spillage resulting from hauling operations
along or across any public traveled way shall be
removed immediately by the Contractor at his
expense.
Existing traffic signal and highway lighting systems
shall be kept in operation for the benefit of the
traveling public during progress of the work and
other forces will continue routine maintenance of
existing systems.
Construction operations shall be conducted in a
manner which will cause as little inconvenience as
possible to abutting property owners.
Convenient access to driveways, house, and buildings
along the line of the work shall be maintained.
Temporary approaches to crossings or intersecting
GENERAL PROVISIONS • I I
streets shall be provided and kept in good condition.
When the abutting property owner's access across the
right-of-way line is to be eliminated, or to be
replaced under the contract by other access facilities,
the existing access shall not be closed until the
replacement access facilities are usable.
Roadway excavation and the construction of
embankments shall be conducted in a manner which
will provide a reasonably smooth and even surface
satisfactory for use by public traffic, at all times.
Sufficient fill at culverts and bridges to permit traffic
to cross shall be placed in advance of other grading
operations. If ordered by the Engineer or Director of
Public Works, roadway cuts shall be excavated in
lifts and embankments shall be constructed part width
at a time, construction being alternated from one side
to the other and traffic routed over the side opposite
the one under construction. Culvert installation or
culvert construction shall be conducted on one-half
the width of the traveled way at a time. That portion
of the traveled way being used by public traffic shall
be kept open and unobstructed until the opposite side
of the traveled way is ready for use by traffic.
Upon completion of rough grading at the grading
plane, or placing any subsequent layer thereon, the
surface of the roadbed shall be brought to a smooth,
even condition, free of humps and depressions, satis-
factory for the use of public traffic.
After subgrade preparation for a specified layer of
material has been completed,the Contractor shall, at
his expense, repair any damage to the roadbed or
completed subgrade, including damage caused by his
operations or by use by public traffic.
While subgrade and paving operations are under way,
public traffic shall be permitted to use the shoulders
and, if half -width paving methods are used, shall also
be permitted to use the side of the roadbed opposite
the one under construction. When sufficient width is
available, a passageway wide enough to
accommodate at least 2 lanes of traffic shall be kept
open at all times at locations where subgrade and
paving operations are in active progress.
Water or dust palliative shall be applied, if ordered
by the Director of Public Works, for the alleviation or
prevention of dust nuisance as provided in Section
14, "Dust Control."
In order to expedite the passage of public traffic
through or around the work, and where ordered by
the Director of Public Works, the Contractor shall
install signs, lights, flares, barricades, and other
facilities for the convenience and direction of public
traffic. Also, where directed by the Director of Public
Works, the Contractor shall furnish competent
naggers whose sole duties shall consist of directing
the movement of public traffic through or around the
work. The cost of furnishing and installing such signs
and flaggers shall be considered as included in the
prices paid for the various contract items of work and
no additional compensation shall be allowed therefor
unless specified otherwise in the Special Provisions.
12.14 Maintenance of Traffic - Three days prior to
start of work, the Contractor shall furnish the
Engineer with a schedule of operations. During the
contract period, the Contractor shall coordinate his
activities daily with the Engineer and make every
effort to minimize the disruption of normal traffic
and parking. Normal movement of traffic shall be
maintained at all times during project construction.
The Contractor shall be responsible for placing "No
Parking" barricades and signs 72 hours prior to
roadway excavation, placement of asphalt concrete,
concrete work or any work requiring such traffic
control. At least one-way traffic shall be maintained
on all streets within the limits of work during normal
working hours. During periods other than normal
working hours, all street lanes shall be free of ob-
structions and hazards, and shall be made available
for use by traffic.
In those areas designated in the plans, specifications,
or permits as "Limit Operations Area," all normal
street lanes shall be free of obstructions and hazards
and shall be made available for use by traffic at all
times, except between the hours specifically allowed
by the Director of Public Works, or as stated in the
Special Provisions.
Should the Contractor fail to provide for public safety
as specified, or if in the opinion of the Engineer, the
signs and warning devices furnished by the
Contractor are not adequate, the City may place any
signs, warning lights or barricades to protect or warn
the public of any condition connected with the
Contractor's operations and the Contractor shall
become liable to the City at the rate of 1.75 times the
City's actual costs.
The City will be entitled to assess such charges
against the Contract and deduct the cost thereof from
any money due or that may become due to the
Contractor under this contract. The action of the City
in placing any warning devices shall not be construed
as relieving the Contractor from any of the
Contractor's obligations to provide adequate warning
of construction conditions.
GENERAL PROVISIONS • 12
Pedestrian Traffic - The Contractor shall provide for
the safe and convenient passage of pedestrian traffic
throughout the limits of the job site.
12.15 Street Closures and Detours - No street shall
be completely closed to through traffic at any time
unless permitted in writing by the Director of Public
Works. The Director of Public Works may require
that detours be set up when streets are closed or
partially closed. All detour routes and their signing
shall be approved by the Director of Public Works
before they are set up.
The Contractor shall notify police and fire
departments, the School District, and ambulance
services of the hours and dates of the street closures
and detour routes at least 24 hours in advance of their
occurrence, and immediately upon their discontinu-
ance.
12.16 Haul Routes - The Director of Public Works
may require the Contractor to use only roads
designated by him as haul routes for passage of heavy
vehicles carrying materials or supplies to or from the
job. Special haul routes will be as set forth in the
Special Provisions.
SECTION 13 - UNDERGROUND
OBSTRUCTIONS
13.01 Existing Utilities Shown on Plans - Utility
locations and depth shown on the plans were supplied
by the respective utility companies and are
approximate. Every effort has been made to assure
their accuracy and completeness but no guarantee is
implied. The Contractor shall excavate all possibly
conflicting underground facilities before
commencement of work which may affect their
safety. The Contractor shall make his own
arrangements for the utility companies to have their
facilities marked in the field. Use of USA is
recommended.
13.02 Notification of Utilities - The Contractor shall
notify each utility company 2 working days in
advance of commencing each phase of the work
which may endanger any utility, in order that the util-
ity companies may do such work as is required to
maintain uninterrupted service.
13.03 Damage to Utilities and Sewers - The work
shall be prosecuted in a manner which will protect
and avoid doing damage to all utility mains, services,
and appurtenances, and sewers. If damage occurs,
the Contractor shall notify the owner immediately.
Storm drains and sanitary sewers will be repaired by
the owner, or the Contractor will be directed to make
the necessary repairs. All other utility repairs will be
made by the utility owner or his Contractor. All
repairs will be made to the satisfaction of the owner.
On City projects, if damage was absolutelv
unavoidable, the repairs will be made by the owner at
no expense to the Contractor, or by the Contractor
and compensated for as extra work. Avoidable
damage will be repaired at the expense of the
Contractor.
13.04 Utility Relocation - On City projects where
utility mains and services conflict with the proposed
improvements the City will have such conflicting
utilities relocated at no expense to the Contractor, or
pay the Contractor to make such relocations in
accordance with any contract prices.
Attention is directed to the possible existence of
underground facilities not known to the City or in a
location different from that which is indicated on the
plans or in the Special Provisions. The Contractor
shall take reasonable steps to ascertain the exact
location of all underground facilities prior to doing
work that may damage such facilities or interfere
with their service. If the Contractor discovers
underground facilities not indicated on the plans or in
the Special Provisions, he shall immediately give the
Director of Public Works written notification of the
existence of such facilities. Such facilities shall be
protected from damage as directed by the Director of
Public Works, and the Contractor will be paid for
such work as extra work, as provided in Section 9-
1.03 through 9-1.03D of the State Specifications.
If the Contractor desires to have any utility or other
improvement moved for his convenience in order to
facilitate his construction operation, and should such
a move not be necessitated by a conflict in line or
grade, he shall make whatever arrangements are
necessary with the owners of such utility or
improvement and bear all necessary expenses. No
extension of time will be permitted for this type of
relocation.
Adjustments to grade of monument covers, storm or
sanitary sewer manholes, castings, cleanouts or other
access opening castings made necessary by changing
street or grade of ground in the course of work done
on City projects shall be performed by the Contractor
at no expense to the City or Sanitary District. The
cost of such work shall be included in other items of
work and no extra compensation will be allowed
therefor unless specified in the Special Provisions.
All such work shall be done in a manner satisfactory
to the owner of the affected facility.
GENERAL PROVISIONS • 13
13.05 Tree Roots - No tree root shall be
unnecessarily cut in trenching operations. Excavation
around roots shall be performed by hand. Where a
root conflicts with the grade of the conduit being
installed, the root shall be trimmed neat at the edge of
the excavation or trench, and shall be painted with an
approved tree seal, as directed by the Engineer or
Director of Public Works.
SECTION 14 - DUST CONTROL
The Contractor shall conduct his operations in a
manner which will protect adjacent property from
annoyance or damage from dust caused by his
operations. When necessary, he shall take steps to
control dust by the application of water, dust pal-
liative, salt or other suitable means. The Contractor
shall be responsible for dust control during both
working and non -working hours. On City projects, no
separate payment shall be made for dust control, and
its cost shall be included in the prices paid for
contract items.
When extreme conditions exist which make it
impossible to control the dust, the Contractor shall
cease grading operations until conditions improve.
If Contractor fails to comply with the above
requirements, the Director of Public Works may
order the work to be stopped under the provisions of
Section 10, and may take whatever action is
necessary to reduce the dust problem; the cost thereof
shall be paid by the Contractor.
SECTION 15— WATER
The Contractor shall be responsible for developing
water supply and furnishing all water required for the
work, including water used in the performance of
work paid for as extra work, and applying all water.
SECTION 16 - REFERENCE TO STATE
SPECIFICATIONS
All work shall be performed in conformance with the
Special Provisions, these specifications and the stated
sections of the latest edition of the Standard
Specifications of the State of California, Department
of Transportation (Caltrans), at the time of approval
of plans by City. Said stated sections will be
designated in these specifications and/or the Special
Provisions of the State Specifications.
GENERAL PROVISIONS • 14
SPECIAL PROVISIONS
SPECIAL PROVISIONS • INDEX
SPECIAL PROVISIONS
TABLE OF CONTENTS
17-1
GENERAL............................................................................................................................1
17-1.01
ORDER OF WORK.................................................................................................................................1
17-1.02
OBSTRUCTIONS....................................................................................................................................2
17-1.03
EXISTING ROADWAY FACILITIES...................................................................................................2
17-1.04
WATER POLLUTION CONTROL AND DEWATERING...................................................................3
17-1.05
SUBMITTALS.........................................................................................................................................3
17-1.06
WORK INCLUDED UNDER PAY ITEMS............................................................................................4
17-1.07
MEASUREMENT AND PAYMENT......................................................................................................4
17-2
MOBILIZATION............................................................................................................................5
17-2.01
GENERAL...............................................................................................................................................5
17-2.02
MEASUREMENT AND PAYMENT......................................................................................................5
17-3
SIGNS AND TRAFFIC CONTROL....................................................................................................6
17-3.01
GENERAL...............................................................................................................................................6
GENERAL.............................................................................................................................................14
17-3.02
PUBLIC ACCESSIBILITY.....................................................................................................................6
CLEARING & GRUBBING..................................................................................................................14
17-3.03
NO PARKING SIGNS.............................................................................................................................8
GENERAL......................................................................................................................................14
17-3.04
CONSTRUCTION AREA SIGNS...........................................................................................................9
CONCRETE REMOVAL...............................................................................................................15
17-3.05
PUBLIC CONVENIENCE AND SAFETY...........................................................................................10
EXCAVATION..............................................................................................................................15
17-3.06
CONTRACTOR'S RESPONSIBILITY FOR WORK...........................................................................10
MISCELLANEOUS REMOVAL/WORK .....................................................................................16
17-3.07
MEASUREMENT AND PAYMENT....................................................................................................11
DAILY SUBMITTAL...........................................................................................................................16
17-4
CONSTRUCTION STAKING...........................................................................................................12
MEASUREMENT AND PAYMENT....................................................................................................16
17-4.01
GENERAL.............................................................................................................................................12
17-4.02
MEASUREMENT AND PAYMENT....................................................................................................12
17-5 AGGREGATE BASE..........................................................................................................................13
17-5.01 GENERAL.............................................................................................................................................13
17-5.02 DAILY SUBMITTAL...........................................................................................................................13
17-5.03 MEASUREMENT AND PAYMENT....................................................................................................13
17-6
MINOR CONCRETE - DRAINAGE CHANNEL LINING............................................................14
17-6.01
GENERAL.............................................................................................................................................14
17-6.02
CLEARING & GRUBBING..................................................................................................................14
17-6.02.01
GENERAL......................................................................................................................................14
17-6.02.02
CONCRETE REMOVAL...............................................................................................................15
17-6.02.03
EXCAVATION..............................................................................................................................15
17-6.02.04
MISCELLANEOUS REMOVAL/WORK .....................................................................................16
17-6.03
DAILY SUBMITTAL...........................................................................................................................16
17-6.04
MEASUREMENT AND PAYMENT....................................................................................................16
SPECIAL PROVISIONS • INDEX
17-1 GENERAL
The City of San Rafael intends to award the construction contract for this project while
concurrently seeking to obtain any required regulatory permits. The City will not issue a
Notice to Proceed (NTP) with construction until all environmental regulatory agencies have
issued their respective permits, if they are necessary. The Contractor shall hold all unit
costs of work involved for a period of twelve months from the time of contract award by the
City Council should the project be delayed due to the City's lack of permits to construct
the improvements as soon as reasonably possible.
The work associated with this contract will not be permitted to be conducted within the wet
season (October 15th). The City anticipates issuing the Notice to Proceed with construction no later
than September 14, 2017.
All construction shall be in accordance with the 2015 California State Standard Plans and
Specifications, and most recent editions of the Marin County Uniform Construction Standards,
and the City of San Rafael codes and ordinances.
Hours of work shall be between 8:00 A.M. to 5:00 P.M on weekdays, except as directed by the
Engineer and these Special Provisions. The Contractor shall not perform any work, including
warming up and servicing equipment, receiving deliveries, and other related work prior to 8:00
A.M. Work on weekends is not allowed. No work shall occur on holidays. Lane closures shall only
be permitted between 8:00 A.M. and 5:00 P.M. No lanes shall be closed outside of these hours
without prior written approval from the Engineer.
17-1.01 ORDER OF WORK
Order of work shall conform to these Special Provisions.
The first order of work shall be to prepare and submit a work plan, progress schedule
for all items of work, a traffic control plan and a pedestrian control plan (if necessary) in
a form provided by or acceptable to the Engineer. The work plan and schedule shall be
updated weekly to reflect all items of work performed at the site and shall clearly
indicate the proposed completion date. No work may begin under contract until the
Progress Schedule and Traffic Control Plan have been approved by the Engineer.
Time required for review and approval of these items shall not constitute a basis for
time extension.
• The second order of work shall be to prepare and submit a Water Pollution Control Plan
prepared and signed by a qualified Stormwater Pollution Prevention Plan Developer (QSD)
per Section 17-1.05 of these Special Provisions.
• The third order of work shall include mobilization per section 17-2 of these Special
Provisions.
• The fourth order of work shall include implementation of the approved traffic control plan.
• The fifth order of work shall include installation of the coffer dam, water diversion and
dewatering.
• The sixth order of work shall include the minor concrete drainage channel lining repairs.
The above item(s) shall clearly disclose the Contractor's proposed procedures and methods of
operation, including identifying any special equipment intended for use on the project and his
SPECIAL PROVISIONS • I
method of handling traffic. It will be the responsibility of the Contractor to arrange for the towing
and removal of any vehicles which have not been removed by the owner and which interfere with
any operations.
17-1.02 OBSTRUCTIONS
Attention is directed to Section 5-1.36D, "Non -Highway Facilities," and Section 15, "Existing
Facilities," of the State Standard Specifications and these Special Provisions.
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.
The Contractor shall notify the Engineer and the appropriate regional notification center for
operators of subsurface installations at least two working days, but not more than 14 calendar
days, prior to performing any excavation or other work close to any underground pipeline,
conduit, duct, wire or other structure. Regional notification centers include but are not limited to
the following:
Notification Center
Underground Service Alert - Northern California (USA)
1(800)227-2600
It is not the intent of the plans to show the exact location of existing or relocated utilities, and the
Engineer assumes no responsibility therefore. Whenever any such utilities are indicated thereon,
the Contractor shall be responsible for verifying their actual location and depth in the field. The
Contractor shall notify USA prior to any excavation. All costs for potholing shall be considered as
included in the contract prices paid for the various items of work and no additional compensation
will be allowed therefore. The Contractor shall provide the City with the results of potholing
activity.
It is the Contractor's responsibility to coordinate any potholing work with the necessary utilities.
The Contractor will not be entitled to damages or additional payment for delays, mobilization or
demobilization caused by utility company's failure to appear on site at the designated date and
time whether for potholing or any other private utility work.
17-1.03 EXISTING ROADWAY FACILITIES
Work performed in connection with various existing roadway facilities shall conform to the
provisions in Section 15, "Existing Facilities," of the State Standard Specifications and these
Special Provisions.
Except as otherwise provided for damaged materials in Section 15-1.03C, "Salvaging Facilities," of
the State Standard Specifications, the materials to be salvaged shall remain the property of the
City, and shall be cleaned, packaged, bundled, tagged, and hauled to the City Storage, or as
directed by the Engineer. A minimum of 48 hours prior to hauling salvaged material to the storage
area. All salvaged material shall be hauled to the City Corporation Yard located at 111 Morphew
Street by the Contractor unless another location is specified.
Unless otherwise specified, all materials as shown on the plans to be removed, or as field marked
and as directed by the Engineer to be removed shall be disposed of outside the project limits. The
contract work area shall be left with a neat and finished appearance. At the end of each work day
the project site shall be swept clean or washed to the satisfaction of the Engineering at no
additional cost to the City.
SPECIAL PROVISIONS • 2
Do not store or permit debris to accumulate on site. If Contractor fails to remove excess debris
promptly by the end of the work day, City reserves right to cause same to be removed at
Contractor's expense.
17-1.04 WATER DIVERSION AND WATER POLLUTION CONTROL
All water encountered in constructing the channel improvements shall be diverted from the
construction site by the Contractor in such manner so as to not cause a down -stream pollution
discharge of any type. This includes any turbidity induced by the cofferdam
installation/ dismantling, water diversion operations, dewatering and construction activities. As
needed, the Contractor shall furnish, install, and operate pumps, pipes, appliances, and
equipment of sufficient capacity to maintain the channel flow and to maintain dewatering
conditions within the construction area, unless otherwise authorized by the Engineer. The
Contractor shall provide all means or facilities necessary to conduct water pumping. Filtered
water, if odorless and stable, may be discharged into the downstream channel or street gutter in a
manner approved by the Engineer. When required by the Engineer, a means shall be provided for
de -silting the water before discharge.
The Contractor shall submit to the engineer a Water Pollution Control Plan (WPCP) in order to
filter water from the construction site. The Contractor shall be responsible for implementing and
managing these systems during the life of the project. The WPCP shall conform to all applicable
requirements in Section 13, "Water Pollution Control," of the State Standard Specifications and
Appendix A of these Special Provisions. The WPCP shall be prepared by a Qualified SWPPP
Developer (QSD). The Contractor shall use the WPCP template available on Caltrans web site at
http://www.dot.ca.gov/hq/construc/sto=water. Submittal of BMPs by themselves will not be
accepted. A WPCP shall be submitted to and approved by the Engineer prior to construction
activity.
The Contractor shall allow a minimum 14 -day curing period for newly poured concrete before
removing the coffer dam and water diversion mechanism. After the 14 -day curing period the
Contractor shall be responsible for complete removal of the coffer dam, the water diversion
mechanism, and for returning the channel so as to maintain existing flow conditions. There shall
be no pollution/ sediment discharge from the construction site at all times. Only if a catastrophic
storm is forecasted within the 14 -day concrete curing period will the coffer dam and water
diversion be allowed to be removed within the 14th day period to allow full function of the
stormwater channel.
The Contractor shall be required to install all post -construction erosion control measures on all
earthen soil exposed during construction operations (Appendix A).
17-1.05 SUBMITTALS
The Contractor shall submit a progress schedule for all work. The schedule shall include
mobilization, the sequence of operation, a critical path, and a project completion date. No work
shall commence until a progress schedule and methods have been approved. Once the work
begins, Contractor shall submit an updated weekly schedule every Thursday by noon. The
contractor shall submit a schedule in a format acceptable to the Engineer. The schedule shall
show the controlling item of work. If, in the opinion of the Engineer, the work being performed
does not match the schedule or there is a discrepancy in the schedule, the Contractor shall revise
the schedule to represent the work being performed including the controlling item of work and the
proposed completion date.
The Contractor shall submit one electronic copy of each submittal for review by the City. See
individual sections for submittal requirements included in, but not limited to the following
sections:
SPECIAL PROVISIONS • 3
1. Progress Schedule
2. Traffic Control Plan
3. Water Pollution Control Plan (WPCP) with additional wording depicting a 14 -day
concrete curing period before allowing water back into the channel
4. Cofferdam construction and dewatering
5. Concrete Mix Design
6. Any other items required by the City
Prior to the start of construction the Contractor shall submit to the Engineer a well-defined,
written traffic control (including sketches), detour and signing plan to the Engineer for approval
five (5) working days prior to commencement of work. The plan shall illustrate the locations of
traffic control devices and the contents and locations of traffic control and detour signs. The
traffic control plan shall include existing signs to remain, existing signs to be covered or removed,
new temporary signs, Changeable Message Signs locations and messages, arrow boards, and
other items as required. The traffic control signage shall include complete directions and detour
signs in advance of the construction zone and throughout the entire detour route. Additional
submittals will be required as necessary and as the construction conditions change. The working
drawing shall be stamped by an Engineer who is registered as a Civil Engineer in the State of
California. Three (3) sets of working drawings shall be submitted to the Engineer. Except as
otherwise provided in the Special Provisions, the Contractor shall allow five (5) working days after
completed drawings are submitted for the review of such drawings. The Contractor shall not close
sidewalks, traffic lanes, or the roadway until the traffic control plan has been approved by the City
of San Rafael.
17-1.06 WORK INCLUDED UNDER PAY ITEMS
Where an item is listed as a pay item in the Prices of Items, the lump sum or unit price quoted
shall be considered as full compensation for furnishing all labor, materials, tools, equipment,
incidentals and doing all the work necessary, including final cleanup, to construct the pay item
complete in place as shown on the plans and specified in these specifications.
It is the intention herein that all items of work required by these plans and specifications are
included in the Prices of Items. Items of work not so include will be deemed fully compensated for
in the price quoted for each respective item set forth that is most closely associated with the work
required and no additional compensation will be allowed therefore.
17-1.07 MEASUREMENT AND PAYMENT
All work within this Section shall be measured and paid for on a lump sum (LS) basis. Full
compensation for all requirements of this section including but not limited to schedule
preparation and updates, utility coordination, potholing all utilities, backfilling potholed areas,
working around existing obstructions, dewatering, submittals and all other items considered in
this section shall be considered as included in the prices paid for the various items of work
involved and no additional payment will be allowed therefore.
The Contractor shall not be entitled to any right of way delay for delays caused by the utility
relocating the potholed utilities. Proper time extension to the contract will be allowed for any
delays associated with utility relocations.
SPECIAL PROVISIONS • 4
17-2 MOBILIZATION
17-2.01 GENERAL
The work to be performed under this item includes, but is not limited to, furnishing all labor,
equipment, and materials necessary to bring a construction force to full operation on the job site.
Work includes, but is not limited to, preparation of access routes to the job site, protection of
existing facilities, movement of personnel, equipment, supplies, incidentals, and coordination with
the City. This section also includes demobilization following completion of the project.
17-2.02 MEASUREMENT AND PAYMENT
Mobilization shall be measured and paid for on a lump sum (LS) basis. The lump sum price paid
for mobilization shall include full compensation for furnishing all labor, materials, tools,
equipment and incidental, and for doing all work involving in mobilization as specified in these
Special Provisions, the State Standard Plans and Specifications and as directed by the Engineer,
and no additional payment will be allowed therefore.
SPECIAL PROVISIONS • 5
17-3 SIGNS AND TRAFFIC CONTROL
17-3.01 GENERAL
Signs and Traffic Control shall consist of closing traffic lanes in accordance with the provisions of
Section 12, "Temporary Traffic Control," of the State Standard Specifications, the provisions under
"Maintaining Traffic" of the Standard Plans, these Special Provisions, and the latest edition of the
California Manual on Uniform Traffic Control Devices (CAMUTCD).
It is the Contractor's responsibility to provide safety with the least possible inconvenience to
vehicular and pedestrian traffic during construction. The Contractor shall provide a continuous
path of travel for pedestrians at all times.
Contractor shall be responsible for all warning and detour signs. An adequate number of flag
persons shall be employed to direct traffic around construction zones and to respond to
unexpected traffic problems. If in the opinion of the Engineer additional flag persons or traffic
control devices are needed at the site, the Contractor shall provide the necessary measures at no
additional cost to the City. It shall be understood by the Contractor that field modifications are
needed to fit field conditions which sometimes change during the project.
If during the construction operation, the closure of one lane of traffic is necessary the contractor
shall utilize the necessary construction zone signage during the lane closure operation.
The provisions in this section will not relieve the Contractor from his responsibility to provide such
additional devices or take such measures as may be necessary to comply with the provisions in
Section 7-1.04, "Public Safety," of the State Standard Specifications.
The Contractor shall be solely responsible for pedestrian and vehicular movement through the
project area and shall assume full liability for any and all claims arising out of the construction of
the project, including but not limited to claims for personal injury, damage to existing structures,
loss of business, etc. The Contractor shall agree to hold the City and all its employees,
representatives and consultants harmless from any and all such claims. No additional
compensation shall be paid for any work that has to be performed outside normal working hours
as a result of these Special Provisions.
17-3.02 PUBLIC ACCESSIBILITY
If any public pedestrian right-of-ways require diversion as a result of the construction operations,
the Contractor shall provide access to the public through the project site at all times. The
Contractor shall provide access to adjacent properties at all times. The Contractor shall maintain
access to properties and pedestrian access even after hours for the life of the construction.
Temporary access ramps shall be installed to maintain access and shall be shown on the
Contractors staging plan.
The Contractor shall be responsible for designing working drawings, constructing and providing a
safe and adequate continuous, accessible and safe path of travel around or through localized
construction work zones and to each building, business and property utilized by the public. The
Contractor shall use temporary asphalt, aggregate base, wood/metal ramps, signs, cones,
barricades, flashers, and flaggers to direct and channel the public during and after construction.
All proposed closures of a pedestrian access path shall be submitted in writing to the Engineer for
review and approval. Advance warning shall be provided to the public should an access path be
closed. All safe paths of travel shall be in compliance with applicable Americans with Disabilities
Act Accessibility Guidelines (ADAAG), Americans with Disabilities Act (ADA) regulations and the
California Manual on Uniform Traffic Control Devices (CAMUTCD).
SPECIAL PROVISIONS • 6
Materials
Materials used for public accessibility during construction include, but is not limited to:
■ Temporary Hot -mix Asphalt Concrete (cut back asphalt concrete not permitted)
■ Temporary Wood Ramp
■ Aluminum Modular Ramps. EZ -Access, or approved equal.
Contact info: www.ezaccess.com, Phone 800-451-1903.
■ Four (4) foot wide minimum walking surface with running slope not to exceed eight (8)
percent.
■ Barricade materials: Delineators, A -Frames, Barrier Caution Tape, Fencing Material
■ Non-skid tape
■ Four (4) inch timber, or equivalent, at the bottom of any railing to provide for the sight
impaired
Installation
Temporary ramps shall be constructed so installation and removal will not damage existing
pavement, curb and/or gutter.
Ramps shall have a minimum four (4) foot wide walking surface and a running slope not to exceed
eight (8) percent.
Ramps shall meet existing surfaces without gaps. When required for drainage, a Schedule 40 PVC
pipe, with minimum 2 -inch diameter, shall be installed under or through ramp in gutter or flow
line.
Transitions between ramps and the street or sidewalk surfaces shall be smooth.
Sides of the ramp shall be protected where drop-offs exceed six (6) inches.
Ramps shall be provided to the public leading to businesses. Ramps at the corners of the
intersections shall be made of temporary AC pavement to ensure that a smooth transition is
provided for the public as well as auto traffic. All temporary wooden ramps shall be maintained
throughout the construction project. The Contractor shall maintain the structural integrity of the
ramps. No loose, splintered boards or nails will be acceptable.
Maintenance of a Clear and Accessible Public Corridor
The Contractor shall maintain a four (4) foot accessible corridor that provides at least one safe
path of travel for the public at all times for the duration of the project. Conversely, if a safe path of
travel is not available, the Contractor shall post the sidewalk as being closed, however, access
must still be maintained to each business. Signage shall be placed at the location of closure and
at the next intersection in both directions, advising of the closure but noting that access is still
available to all businesses. All proposed closures of a pedestrian access path shall be submitted in
writing to the Engineer for review and approval.
The Contractor shall provide a path to the businesses and residents, using aggregate base to
backfill, after demolition of the concrete sidewalk, curb and gutter. The aggregate base shall be
firmly packed to establish a safe and ADA compliant path, along the entire work zone.
Installation of Barricades
Barricades, which will provide protection for the public from traffic or construction operations,
shall be installed in the following locations:
■ Between the access route and any adjacent construction site.
■ Between the alternate circulation path and any adjacent construction site.
■ Between the alternate circulation path and the vehicular way, if the alternate
circulation path is diverted into the street.
■ Between the alternate circulation path and any protruding objects, drop-offs, or other
hazards to the public.
09.0"T MISIUM
■ At the down curb ramp of an intersection, if opposite up curb ramp is temporarily or
completely blocked, and no adjacent alternative circulation path is provided.
Surfacing of Public Corridors
During construction, tripping hazards and barriers must be removed to maintain an accessible
safe path of travel. The surface of the path of travel shall be skid resistant and free of
irregularities.
Opened crosswalks, ramps and walkways in general shall be kept free of debris and obstructions.
Identification of Safe Path of Travel
If alternate circulation routes are provided for the public to bypass the construction site, the route
shall be clearly defined and advance warning shall be provided to clearly delineate the alternate
circulation route. Any change of level in a path of travel that is over 'A inch (1/2" maximum)
height must be beveled at 45 degrees to provide a smooth, non -tripping transition. The Engineer
shall review and approve any public access limitations and notification requirements for
pedestrians with mobility or vision impairments.
When using A -frames for def -ming a path of travel, A -frames shall be placed end to end (no spacing
between barricades) to provide a continuous guide for individuals using canes. A -frames shall be
connected with 2x4's that are continuous and are attached to the base of the barricade system at
two (2) to four (4) inches from the ground.
Caution tapes shall not be used as barricades or to define a path of travel but may be used to
highlight danger or in conjunction with barricades. Excavated areas shall be secured by means of
barricades or temporary fences.
The bottom three (3) inches of any fencing material used shall be made solid to act as a guide for
canes used by the visually impaired. Wood, sheet metal, railings, or other approved material may
be used at the bottom portion of the fence.
Curb ramps leading to closed crosswalks shall be appropriately barricaded. Temporary ramps
shall be provided at temporary crosswalks and shall be able to direct blind pedestrians to and
through the temporary path of travel. R9 -3a and R9 -3b signs shall be mounted on the barricade
to advise pedestrians of closed sidewalk and directed routes.
No trucks or equipment shall be parked or obstructing the public path of travel at any time.
Warning Signs
The Contractor shall provide warning signs for temporary ramps and barricades. Warning signs
shall be located at both the near side and the far side of the intersection preceding a temporarily
completely blocked public way.
Restoration of Public Routes
After construction, the site shall be restored to its former condition, or new condition as required.
17-3.03 NO PARKING SIGNS
The Contractor shall be provided with temporary, City furnished, "NO PARKING" signs, which he
must post in the construction zone seventy-two (72) hours prior to commencing operations. The
posting must be witnessed by the San Rafael Police Department twenty-four (24) hours prior to
towing. It shall be the Contractor's responsibility to ensure the signs and barricades are
maintained overnight and on weekends. The signs shall be preserved and re -used throughout the
duration of the project. Dates and times of parking restrictions shall be clearly indicated on the
signs.
SPECIAL PROVISIONS • 8
1. Availability
Upon approval of materials and before commencement of work, the City shall furnish the
Contractor with "No Parking -Tow Away" signs. The Contractor shall make necessary copies for
posting on streets. The Contractor shall take steps to protect and preserve these signs so that
they will remain usable throughout the full term of the job. Additional signs shall be provided
as needed.
Only City issued signs, or approved equals may be used.
2. Placement
While the minimum distance between signs shall be 200 feet, the signs shall be placed so that
they are:
a) Easily visible/ readable to any individual standing within 100 feet of a sign;
b) Visible/ readable from any vehicle parked within 100 feet of a sign; or
c) As directed by the Engineer or San Rafael Police Department.
Signs, once posted, shall be maintained until no longer required and then salvaged. It shall be
the responsibility of the Contractor to make sure that the signs remain posted until no longer
required and are protected from vandalism or removal. If time between construction phases
exceeds two days, including non -working days, all no parking signs shall be removed.
3. Authority and Enforcement
Once posted, the Contractor shall notify the Engineer who in turn will notify the San Rafael
Police Department as to the location and limits of such signs.
The Police Department will then, at their earliest convenience, dispatch an officer who will
verify and log the location and limits. No less than twenty-four (24) hours after said entry is
made, autos may be towed from the location, under the immediate direction of a Police Officer,
provided that the signs have be properly maintained.
4. Costs - Payment - For Signs
All costs (except purchase or charges related to lost signs), labor, equipment charges, etc.,
incurred in accordance with this section shall be considered to be included in the lump sum
price paid for Traffic Control.
17-3.04 CONSTRUCTION AREA SIGNS
Construction area signs shall be furnished, installed, maintained, and removed when no longer
required in accordance with the provisions in Section 12, "Temporary Traffic Control," of the State
Standard Specifications, the latest edition of the California Manual on Uniform Traffic Control
Devices, and these Special Provisions.
The Contractor shall notify the appropriate regional notification center for operators of subsurface
installations at least two working days, but not more than 14 calendar days, prior to commencing
any excavation for construction area sign posts. The regional notification centers include but are
not limited to the following:
Notification Center
Underground Service Alert - Northern California (USA)
1(800)227-2600
All excavations required to install construction area signs shall be performed by hand methods
without the use of power equipment, except that power equipment may be used if it is determined
there are no utility facilities in the area of the proposed post holes.
SPECIAL PROVISIONS • 9
Sign substrates for stationary mounted construction area signs may be fabricated from fiberglass
reinforced plastic as specified under "Prequalified and Tested Signing and Delineation Materials"
elsewhere in these Special Provisions.
Type IV reflective sheeting for sign panels for portable construction area signs shall conform to the
requirements specified under "Prequalified and Tested Signing and Delineation Materials"
elsewhere in these Special Provisions.
17-3.05 PUBLIC CONVENIENCE AND SAFETY
Adequate lighting shall be provided throughout the construction period in areas open to the
public.
The Contractor shall be fully responsible for accidents to the public and or damage to public and
private property on the site of the work.
The Contractor shall give special attention to provide continuous and uninterrupted traffic to and
from the businesses on and adjacent to the work. The Contractor shall schedule and pursue his
operations in such a manner that undesirable construction conditions will be minimized.
The Contractor shall provide watchpersons and flagpersons as well as provide and maintain
fences, barriers, guardrails, and other safety devices adjacent to and on the site at or near all
barriers as may be necessary to control traffic and prevent accidents to the public. The Contractor
shall furnish, place, and maintain such devices as set forth in the current "Manual of Traffic
Control for Construction and Maintenance Work Zones," issued by the California Department of
Transportation. Flagpersons, while on duty, shall perform their duties and shall be provided with
the necessary equipment in accordance with the current "Flagging Instruction Handbook" issued
by the California Department of Transportation.
The Contractor shall maintain private entrances and sidewalk areas, and shall construct such
detours as may be necessary to properly conduct the work and to provide entrances to private
properties at all times. All temporary walking areas shall meet the American with Disability (ADA)
requirements for clearances and obstructions. Any temporary paving, covers, etc. shall be
constructed and installed in such a manner to meet the ADA requirements. In the event the
Contractor fails to meet the ADA requirements, the City of San Rafael may make modifications to
the walking areas at the Contractor's expense.
All trenches shall be backfilled at the end of the day or temporary covers shall be maintained
during non -working hours to avoid any safety issues for vehicles or pedestrians walking in the
project areas.
The Contractor shall make all arrangements with the property owners for the use of private land
for detours and for any other purpose and shall save the City of San Rafael free from any liability
incurred through the use or non-use of such private property.
Upon favorable completion of the work, the Contractor shall remove all signs and traffic control
devices from within the project limits to the satisfaction of the Engineer. At the end of the job, all
signs, lights, barriers, etc. shall be removed from the construction sites. All sites shall be left clean
and orderly.
17-3.06 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until the formal acceptance of the work by the City of San Rafael, the Contractor shall have
charge and care thereof and shall bear the risk of injury or damage to any part thereof and shall
bear the risk of injury or damage to any part thereof by the action of the elements or for any other
cause, whether arising from the execution or from non -execution of the work.
Mucce1111ngael , R1191MUD7
Existing streets, including haul routes, either public or private, within the work area shall be
maintained in safe and orderly conditions at all times. When ordered to do so by the Engineer,
any deficiencies shall be immediately corrected to the satisfaction of the Engineer. If the
Contractor fails to correct such deficiencies in a timely fashion, the City of San Rafael may have
the necessary work performed at the Contractor's expense and/or stop any further work on the
project until a safe and orderly condition has been restored. Before completion and acceptance of
the work, the Contractor shall rebuild, repair, restore, and make good all injuries or damages to
any portion of the work required under the contract and shall bear the cost thereof. Inability to
obtain labor, materials and/or equipment will not be considered an exception.
17-3.07 MEASUREMENT AND PAYMENT
Full compensation for completing the requirements of this section entitled Signs and Traffic
Control shall be considered as included in the prices paid for the various items of work involved
and no additional payment will be allowed therefore.
Full compensation for flagging cost shall be considered as included in Signs and Traffic Control,
and no additional compensation will be allowed therefore. The shared cost for providing flagging
as specified in Section 12-1.03, "Construction," of the State Standard Specifications, shall not
apply to the item of Signs and Traffic Control
The adjustment provisions in Section 4-1.05 "Changes and Extra Work," of the State Standard
Specifications, shall not apply to the section entitled Signs and Traffic Control. Adjustments in the
compensation for Signs and Traffic Control will be made only for increased or decreased traffic
control system required by changes ordered by the Engineer and will be made on the basis of the
cost of the increased or decreased traffic control necessary.
Such adjustment will be made on a force account basis as provided in Section 9-1.04, "Force
Account", of the State Standard Specifications for increased work, and estimated on the same
basis in the case of decreased work.
SPECIAL PROVISIONS • I I
17-4 CONSTRUCTION STAKING
17-4.01 GENERAL
The Contractor shall be responsible for providing construction staking and layout for all work
within the project limits. It shall be the responsibility of the contractor to maintain these stakes to
complete the work shown on the plans.
17-4.02 MEASUREMENT AND PAYMENT
Full compensation for completing the requirements of this section shall be considered as included
in the prices paid for the various items of work involved and no additional payment will be allowed
therefore.
SPECIAL PROVISIONS • 12
17-5 AGGREGATE BASE
17-5.01 GENERAL
If used, aggregate base shall be placed under all minor concrete where determined in the field by
the engineer.
Aggregate base shall be Class 2 and shall conform to the grading and quality requirements for 3/a"
maximum as specified in Section 25-1.0213 of the State Standard Specifications. Aggregate base
material shall be compacted to 95% of maximum relative compaction as determined by standard
test method ASTM D 6938 (replaces test D 2922); nuclear density device may be used.
The Contractor shall install aggregate base rock from one source to ensure compaction testing
results are reliable and consistent for the duration of the project.
17-5.02 DAILY SUBMITTAL
The Contractor shall submit tickets indicating proof of tonnage of material delivered as the
material arrives at the job site, or at any time upon request of the Engineer. If the Contractor
does not submit the tickets at the end of each day when aggregate base is installed, a temporary
stop work order may be issued on the construction activity with no associated cost incurred by
the City. The construction activity may resume with the Engineer's written approval upon
receiving and reviewing all tickets.
17-5.03 MEASUREMENT AND PAYMENT
Full compensation for completing the requirements of this section shall be considered as included
in the prices paid for the various items of work requiring aggregate base rock and no additional
payment will be allowed therefore.
SPECIAL PROVISIONS . 13
17-6 MINOR CONCRETE —DRAINAGE CHANNEL LINING
17-6.01 GENERAL
At the City's direction, concrete channel lining shall be removed and replaced where shown on the
plans. Contractor shall saw -cut existing concrete where designated by the Engineer.
The Contractor shall take all necessary precautions to preserve and protect the existing channel
lining. However, for, bidding purposes it is assumed that said channel lining will require
replacement as any damage whatsoever may be cause for complete removal and replacement. The
quantity of minor concrete placed may vary from the bid amount, but the Contractor shall not be
allowed to adjust the contract unit price.
The Contractor shall install new concrete channel lining to match existing in-kind as much as
possible, including coloring admixture.
All concrete channel lining shall be constructed over the existing earthen base. At the discretion
of the Engineer, aggregate base may be needed to fill gaps and/or existing earthen base may need
to be compacted in place.
Where new concrete is joining existing concrete, the new concrete shall align and conform to
adjacent elevations. New channel lining shall be attached to existing channel lining by means of
steel dowels imbedded and epoxied in accordance with the details shown on the plans. Steel
dowels shall be Grade 40 No. 3 rebar, minimum.
The Engineer shall be notified 24 hours prior to concrete pour. The Contractor shall provide
string lines and forms delineating the proposed concrete surface for Engineer observation a
minimum of 4 (four) hours prior to concrete pour. No concrete shall be poured until Engineer
has approved the forms.
All oil, paint, tire, graffiti and other marks shall be removed from all minor concrete construction
by sandblasting or complete replacement prior to acceptance by the Engineer. Cement mortar will
not be an acceptable substitute for sandblasting or complete replacement.
The Contractor shall be closely aware of the 10 -day weather forecast before starting the project
and throughout the project. If inclement weather/storm is forecasted at any time within 10 -days
prior to commencing work, the Contractor shall wait for the inclement weather/ storm to pass
before starting work. No penalty will be imposed for work delayed due to weather. If inclement
weather/ storm is forecasted after work has begun on the project, the Contractor shall, at its own
expense, make every effort to maintain the coffer dam and water diversion system so as to keep
upstream stormwater channel flow from inundating the work site during the inclement
weather/ storm. This includes the 14 -day concrete curing period. However, if a catastrophic
storm is forecasted within the 14 -day concrete curing period, the coffer dam and water diversion
will be allowed to be removed to allow full function of the stormwater channel.
17-6.02 CLEARING AND GRUBBING
17-6.02.01 GENERAL
The work shall consist of removing all objectionable materials from within the project limits, as
specified in Section 15, "Existing Facilities" and Section 17-2, "Clearing and Grubbing," of the
State Standard Specifications.
The Contractor shall remove and dispose of trash from the site work area. Objectionable materials
removed shall be disposed of outside the street right of way in accordance with the applicable
sections of the State Standard Specifications and applicable laws.
SPECIAL PROVISIONS • 14
The Contractor shall exercise caution when working around existing facilities. Any damage to
existing street trees (not called out for removal or trimming), to private properties, to
public/private utilities and/or other public facilities not identified on the plans for removal shall
be repaired or replaced in kind at the Contractor's expense. The repair or replacement shall be to
the satisfaction of the Engineer and no additional compensation will be allowed therefore.
Existing irrigation facilities within the limits of work shall remain in place unless noted otherwise
on the plans. Irrigation facilities that are damaged by the Contractor's operation shall be reported
immediately to the Engineer. The Contractor shall locate and mark all irrigation facilities. The
Contractor shall be responsible for relocation and or repair of all irrigation lines and utilities that
are in conflict with the proposed improvements to the satisfaction of the Engineer.
Nothing herein shall be construed as relieving the Contractor of his responsibility for final cleanup
of the project site. Removal and disposal of existing roadside signs and post shall be included in
Clearing and Grubbing.
17-6.02.02 CONCRETE REMOVAL
Concrete channel lining shall be removed as shown on the plans and in accordance with the
provisions in Section 15-1.0313, "Removing Concrete," of the State Standard Specifications and
these Special Provisions.
Concrete channel lining saw -cut shall be a straight, neat cut with a power driven saw and shall be
perpendicular to the channel flowline. Disposal of all concrete material removed from the channel
shall be to a legal disposal facility and all costs associated with the concrete removal and disposal
shall be the responsibility of the Contractor at the Contractor's expense.
Concrete channel lining not identified on the plans for removal which is damaged as a result of
the Contractor's operations shall be removed and replaced in kind at the Contractor's expense.
Concrete removed shall be disposed of outside the street right of way in accordance with relevant
sections of the State Standard Specifications.
Clearing and grubbing shall be staged to present the least amount of disruption to the general
public. The Contractor shall coordinate all clearing and grubbing with the Engineer prior to
performing any work. All traffic control devices, barricades, etc., must be on site prior to clearing
and grubbing. The schedule shall also show the sequence of clearing and grubbing such that
open areas are limited to no more than two (2) unless approved in advance in writing by the
Engineer.
17-6.02.03 EXCAVATION
The work shall consist of excavation and removal of existing concrete channel lining as shown on
the plans and as specified in Section 19, "Earthwork," of the State Standard Specifications. As per
Occupational Safety & Health Administration (OSHA) standards, excavation over 4 feet shall follow
OSHA shoring and excavation safety procedures.
The Contractor shall remove existing concrete channel lining as shown on the plans for the
purposes of installing new concrete channel lining per plan.
Removal operations shall be performed with minimum damage to any portion of the concrete
channel lining that is to remain in place. All damage to the existing concrete channel lining to
remain in place shall be repaired to a condition equal to that existing prior to the beginning of
removal operations at the Contractor's own expense.
Residue from concrete cutting and removal operations shall not be permitted to flow into channel
downstream of the operation, into storm drains or across lanes occupied by traffic and shall be
SPECIAL PROVISIONS • 15
removed from the pavement surface concurrent with the cutting operation. All excavated material
shall be removed and disposed of outside the channel and street right-of-way in accordance with
relevant sections of the State Standard Specifications.
Surplus excavated material shall become the property of the Contractor and shall be disposed of
outside the project site at the Contractor's own expense. No excavated material will be allowed to
be stockpiled overnight in or adjacent to public right-of-ways, unless approved by the City. If
temporary stockpile locations are approved, all stockpiles shall be properly covered and
barricaded.
Unless otherwise provided for in these Special Provisions, the excavation may not be left without
backfill during non -working hours except with prior written approval from the Engineer.
Excavations left without backfill shall be barricaded and covered or otherwise protected to ensure
public safety.
17-6.02.04 MISCELLANEOUS REMOVALS/WORK
The work shall consist of removing all other necessary items in the field to construct the
improvements as shown on the plans. This may include, but is not limited to the following:
landscaping, tree root removal not covered by Section 17-6 of these Special Provisions and any
other item as directed by the Engineer. All removed landscaping may require replacement in-kind
or the installation of post construction erosion control measures, or as per instructions by the
Engineer.
17-6.03 DAILY SUBMITTAL
The Contractor shall provide delivery tickets at the time of delivery of each load of concrete. Each
delivery ticket shall state the total yield in cubic yards, date, and time of day corresponding to
when the batch was loaded, when it was dispatched, when it arrived at the job, and the time that
unloading began.
17-6.04 MEASUREMENT AND PAYMENT
Minor Concrete - Drainage Channel Lining removal and replacement shall be measured and paid
for on a per square foot (SF) basis and shall include full compensation for furnishing all the labor,
materials, tools, equipment, incidentals, and for doing all the work involved in removal (including
sawcutting) and disposal of existing concrete lining, and installation of new concrete lining,
including concrete samples as described in this section, subgrade preparation and furnishing,
placing, and compacting aggregate base rock, complete in place, all as specified in the State
Standard Specifications, these Special Provisions, and as directed by the Engineer, and no
additional compensation will be allowed therefore.
SPECIAL PROVISIONS • 16
APPENDIX A
City of San Rafael
Pollution Prevention: It's Part of the Plan
CITY OF SAN RAFAEL
POLLUTION PREVENTION: IT'S PART OF THE PLAN
MAKE SURE YOUR CREWS AND SUBS DO THE JOB RIGHT!
RUNOFF FROM STREETS AND OTHER PAVED AREAS IS A MAJOR SOURCE OF POLLUTION IN SAN FRANCISCO BAY.
CONSTRUCTION ACTIVITIES CAN DIRECTLY AFFECT THE HEALTH OF THE BAY UNLES CONTRACTORS AND CREWS
PLAN AHEAD TO KEEP DIRT, DEBRIS, AND OTHER CONSTRUCITON WASTE AWAY FROM STORM DRAINS AND LOCAL
CREEKS. FOLLOWING THESE GUIDELINES WILL ENSURE YOUR COMPLIANCE WITH CITY OF SAN RAFAEL ORDINANCE
REOUIREMETNS.
MATERIALS STORAGE & SPILL CLEANUP
NON -HAZARDOUS MATERIALS MANAGEMENT
SAND, DIRT, AND SIMILAR MATERIALS MUST BE STORED AT LEAST 10
FEET FROM CATCH BASINS, AND COVERED WITH A TARP DURING WET
WEATHER OR WHEN RAIN IS FORECAST
- USE (BUT DON'T OVERUSE) RECLAIMED WATER FOR DUST CONTROL AS
NEEDED
SWEEP STREETS AND OTHER PAVED AREAS DAILY. DO NOT WASH
DOWN STREETS OR WORK AREAS WITH WATER!
- RECYCLE ALL ASPHALT, CONCRETE, AND AGGREGATE BASE MATERIAL
FROM DEMOLITION ACTIVITIES.
CHECK DUMPSTERS REGULARLY FOR LEAKS AND TO MAKE SURE THEY
DON'T OVERFLOW. REPAIR OR REPLACE LEAKING DUMPSTERS
PROMPTLY.
ILAZARDOUS MATERIALS MANAGEMENT
LABEL ALL HAZARDOUS MATERIALS AND HAZARDOUS WASTES (SUCH AS
PESTICIDES, PAINTS, THINNERS, SOLVENTS, FUEL, OIL, AND ANTIFREEZE)
IN ACCORDANCE WITH CITY, STATE, AND FEDERAL REGULATIONS.
STORE HAZARDOUS MATERIALS AND WASTES IN SECONDARY
CONTAINMENT AND COVER THEM DURING WET WEATHER
- FOLLOW MANUFACTURER'S APPLICATION INSTRUCTIONS FOR HAZARDOUS
MATERIALS AND BE CAREFUL NOT TO USE MORE THAN NECESSARY.
DO NOT APPLY CHEMICALS OUTDOORS WHEN RAIN IS FORECAST WITHIN
24 HOURS.
- BE SURE TO ARRANGE FOR APPROPRIATE DISPOSAL OF ALL
HAZARDOUS WASTES.
SPAT PRFVFNTION AND CONTROI_
- KEEP A STOCKPILE OF SPILL CLEANUP MATERIALS (RAGS, ABSORBENTS,
ETC.) AVAILABLE AT THE CONSTRUCTION SITE AT ALL TIMES.
- WHEN SPILLS OR LEAKS OCCUR, CONTAIN THEM IMMEDIATELY AND BE
PARTICULARLY CAREFUL TO PREVENT LEAKS AND SPILLS FROM
REACHING THE GUTTER, STREET, OR STORM DRAIN. NEVER WASH
SPILLED MATERIAL INTO A GUTTER, STREET, STORM DRAIN OR CREEK!
- REPORT ANY HAZARDOUS MATERIALS SPILLS IMMEDIATELY! CALL CITY
OF SAN RAFAEL FIRE DEPARTMENT AT (415) 485-3308.
VEHICLE AND EQUIPMENT MAINTENANCE &
CLEANING
- INSPECT VEHICLES AND EQUIPMENT FOR LEAKS FREQUENTLY. USE DRIP
PANS TO CATCH LEAKS UNTIL REPAIRS ARE MADE; REPAIR LEAKS
PROMPTLY
- FUEL AND MAINTAIN VEHICLES ON SITE ONLY IN A BERMED AREA OR
OVER A DRIP PAN THAT IS BIG ENOUGH TO PREVENT RUNOFF
- IF YOU MUST CLEAN VEHICLES OR EQUIPMENT ON SITE, CLEAN WITH
WATER ONLY IN A BERMED AREA THAT WILL NOT ALLOW RINSEWATER
TO RUN INTO GUTTERS, STREETS, STORM DRAINS, OR CREEKS
- DO NOT CLEAN VEHICLES OR EQUIPMENT ON-SITE USING SOAPS,
SOLVENTS, DEGREASERS, STEAM CLEANING EQUIPMENT, ETC.
EARTHWORK & CONTAMINATED SOILS
- KEEP EXCAVATED SOIL ON THE SITE WHERE IT IS LEAST LIKELY TO
COLLECT IN THE STREET. TRANSFER TO DUMP TRUCKS SHOULD TAKE
PLACE ON THE SITE, NOT IN THE STREET.
- USE HAY BALES, SILT FENCES, OR OTHER CONTROL MEASURES TO
MINIMIZE THE FLOW OF SILT OFF THE SITE.
- AVOID SCHEDULING EARTH MOVING ACTIVITIES DURING THE RAINY
SEASON IF POSSIBLE. IF GRADING ACTIVITIES DURING WET WEATHER
ARE ALLOWED IN YOUR PERMIT, BE SURE TO IMPLEMENT ALL CONTROL
MEASURES NECESSARY TO PREVENT EROSION.
- MATURE VEGETATION IS THE BEST FORM OF EROSION CONTROL.
MINIMIZE DISTURBANCE TO EXISTING VEGETATION WHENEVER POSSIBLE.
- IF YOU DISTURB A SLOPE DURING CONSTRUCITON, PREVENT EROSION
BY SECURINT THE SOIL WITH EROSION CONTROL FABRIC, OR SEED WITH
FAST-GROWING GRASSES AS SOON AS POSSIBLE. PLACE HAY BALES
DOWN-SLOPE UNTIL SOIL IS SECURE.
- IF YOU SUSPECT CONTAMINATION (FROM SITE HISTORY, DISCOLORATION
ODOR, TEXTURE, ABANDONED UNDERGROUND TANKS OR PIPES, OR
BURIED DEBRIS), CALL THE FIRE DEPT., (415) 485-3308, FOR HELP IN
DETERMINING WHAT TESTING SHOULD BE DONE.
- MANAGE DISPOSAL OF CONTAMINATED SOIL ACCORDING TO FIRE
DEPARTMENT INSTRUCTIONS.
CITY OF SAN RAFAEL
STORM WATER PROGRAM
(415) 485-3355
DEWATERING OPERATIONS
- REUSE WATER FOR DUST CONTROL, IRRIGATION, OR ANOTHER ON-SITE
PURPOSE TO THE GREATEST EXTENT POSSIBLE.
- BE SURE TO CALL THE CITY'S STORMWATER MANAGER BEFORE
DISCHARGING WATER TO A STREET, GUTTER, OR STORM DRAIN. CALL
THE STORMWATER MANAGER AT (415) 485-3355. FILTRATION OR
DIVERSION THROUGH A BASIN, TANK, OR SEDIMENT TRAP MAY BE
REQUIRED.
-IN AREAS OF KNOWN CONTAMINATION, TESTING IS REQUIRED PRIOR TO
REUSE OR DISCHARGE OF GROUNDWATER. CONSULT WITH THE CITY FIRE
DEPT. TO DETERMINE WHAT TESTING TO DO AND TO INTERPRET
RESULTS. CONTAMINATED GROUNDWATER MUST BE TREATED OR HAULED
OFF-SITE FOR PROPER DISPOSAL.
SAW CUTTING
- ALWAYS COMPLETELY COVER OR BARRICADE STORM DRAIN INLETS WHEN
SAW CUTTING. USE FILTER FABRIC, HAY BALES, SAND BAGS, OR FINE
GRAVEL DAMS TO KEEP SLURRY OUT OF THE STORM DRAIN SYSTEM.
- SHOVEL, ABSORB, OR VACUUM SAW -CUT SLURRY AND PICK UP ALL
WASTE AS SOON AS YOU ARE FINISHED IN ONE LOCATION OR AT THE
END OF EACH WORK DAY (WHICHEVER IS SOONER).
- IF SAW CUT SLURRY ENTERS A CATCH BASIN, CLEAN IT UP
IMMEDIATELY.
PAVING/ASPHALT WORK
- DO NOT PAVE DURING WET WEATHER OR WHEN RAIN IS FORECAST.
- ALWAYS COVER STORM DRAIN INLETS AND MANHOLES WHEN PAVING OR
APPLYING SEAL COAT, TACK COAT, SLURRY SEAL, OR FOG SEAL.
- PLACE DRIP PANS OR ABSORBENT MATERIAL UNDER PAVING EQUIPMENT
WHEN NOT IN USE.
- PROTECT GUTTERS, DITCHES, AND DRAINAGE COURSES WITH HAY BALES,
SAND BAGS, OR EARTHEN BERMS.
- DO NOT SWEEP OR WASH DOWN EXCESS SAND FROM SAND SEALING
INTO GUTTERS, STORM DRAINS, OR CREEKS. COLLECT SAND AND
RETURN IT TO THE STOCKPILE, OR DISPOSE OF IT AS TRASH.
- DO NOT USE WATER TO WASH DOWN FRESH ASPHALT CONCRETE
PAVEMENT.
CONCRETE, GROUT, AND MORTAR STORAGE &
WASTE DISPOSAL
- BE SURE TO STORE CONCRETE, GROUT AND MORTAR UNDER COVER AND
AWAY FROM DRAINAGE AREAS. THESE MATERIALS MUST NEVER REACH
A STORM DRAIN.
- WASH OUT CONCRETE EQUIPMENT/TRUCKS OFF-SITE OR DESIGNATE AN
ON-SITE AREA FOR WASHING WHERE WATER WILL FLOW ONTO DIRT OR
INTO A TEMPORARY PIT IN A DIRT AREA. LET THE WATER SEEP INTO
THE SOIL AND DISPOSE OF HARDENED CONCRETE WITH TRASH.
- IF A SUITABLE DIRT AREA IS NOT AVAILABLE, COLLECT THE WASH
WATER AND REMOVE IT FOR APPROPRIATE DISPOSAL OFF SITE.
- DIVERT WATER FROM WASHING EXPOSED AGGREGATE CONCRETE TO A
DIRT AREA WHERE IT WILL NOT RUN INTO A GUTTER, STREET, OR STORM
DRAIN. IF A SUITABLE DIRT AREA IS NOT AVAILABLE, FILTER THE WASH
WATER THROUGH HAY BALES BEFORE DISCHARGING TO A STORM DRAIN.
PAINTING
- NEVER RINSE PAINT BRUSHES OR MATERIALS IN A GUTTER OR STREET.
- PAINT OUT EXCESS WATER-BASED PAINT BEFORE RINSING BURHSES,
ROLLERS, OR CONTAINERS IN A SINK. IF YOU CAN'T USE A SINK,
DIRECT WASH WATER TO A DIRT AREA AND SPADE IT IN.
- PAINT OUT EXCESS OIL-BASED PAINT BEFORE CLEANING BRUSHES IN
THINNER.
- FILTER PAINT THINNERS AND SOLVENTS FOR REUSE WHENVER POSSIBLE.
DISPOSE OF OIL-BASED PAINT SLUDGE AND UNUSABLE THINNER AS
HAZARDOUS WASTE.
STORM DRAIN POLLUTERS MAY BE LIABLE FOR FINES OF UP TO 5500 PER DAY
APPENDIX B
Existing Conditions Photos
F-Iq
... . .... ...
Li
Pill,
TX
G
MANUEL T. EPAIRS
BU
� F6GIN
P
PROJECT
LOCATION
1 LOCATION MAP
CV -01 N.T.S.
CALL TWO ISVRNIIG
DAYS BEFORE YOU DIG
SHEET
DRAWING NO. SHEE
1 Cv-
2 CP_
3 CP, wt s
No. C45967
DBI. � I
dorlCily Engineer
Z
L
D3
Y
e
�
0
O
U
S
�a
a�
or
F-
ix
w
w
J
9Z
W Z
o
Q
L` U
U
F- w
$
w
wQ
2zQ
W
I
Z
M C3
O.
im
z�
r71
a
w �
� o
z 0o
w �
E-4 U
C:) P.
(3
SCALE: AS NOTED
DATE; AUGUST 2017
MY PROJECT NO.:
11318
SHEET NO.:
CV O1
NMOHS SV:31VOS
NV'ld DiIS
03033N SV JNIdVOSONVI
3OISOVOiI 3AOWM
NOI10n11SN00 JNl8nO 3dld
SSVdAG MO -I3 AIIAVUDO
BZ+G Ol EO+t VIS
30Vld3H ONV 313NON00
03JVWVO (J) 9AOW38 ONV InOMVS
WVOa33300
WV3alSdn-
SC+Z Ol 00+Z VIS
30Vid38 ONV 313HDNOO 039VWVG
(3) 30 3AOW38 ONV ln0 MVS
13MUM SJ.11005
1�
a
0 0
(E) AC � �
(E) AC f�
Qi A
F-� 93.4 z
F-� z
a
0
MIN 10 GA ra F
WIRE MESH U
REINFORCEMENT
THROUGH OUT Ei rn
�Ua 0
D TO (E)
✓BELS
as
o
tx �
P-4
(E) AC O
rTi
U p.,
43 W
A
SCAE As SHOWN
-2 0 2 4 GATE AUGUST 2017
PROJECT NO.
ko 11318
SCALE SHEET N0.
CP -02
DRAWING 3 OF 3
CONCRETE NOTES:
1. CONFORM NEW CONCRETE TO (E) CONCRETE CENTER LINE AND SU
2. CONCRETE POUR SHALL BE MONOLITHIC.
3. INSTALL MIN. 10 GA. WIRE MESH REINFORCEMENT THROUGHOUT NE
4. ATTACH NEW CONCRETE TO (E) WITH 43 REBAR @ 24" O.C. DRILLED) (E)
5. NOTE THAT CHANNEL DEPTHS SHOWN ARE APPROXIMATE. ACTUALS.
6. fc = 2.5 ksi
7. fy = 60 ksi ER VEGETATION
g
NIN ACCESS
a
0 0
(E) AC � �
(E) AC f�
Qi A
F-� 93.4 z
F-� z
a
0
MIN 10 GA ra F
WIRE MESH U
REINFORCEMENT
THROUGH OUT Ei rn
�Ua 0
D TO (E)
✓BELS
as
o
tx �
P-4
(E) AC O
rTi
U p.,
43 W
A
SCAE As SHOWN
-2 0 2 4 GATE AUGUST 2017
PROJECT NO.
ko 11318
SCALE SHEET N0.
CP -02
DRAWING 3 OF 3
MAGGIA OP ID: SD
CERTIFICATE OF LIABILITY INSURANCE I GATE /
09/2266/22017017 Y)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Don Ramaticl Insurance, Inc.
P.O. Box 551
Petaluma, CA 94953
Paul Ramatici
INSURED Maggiora & Ghilotti, Inc.
555 Du Bois Street
San Rafael, CA 94901
CONTACT
NAME: Paul Ramatici
PHONE.
H NE . Ex11
. 707-782-9200
0i11L
ADDRESS:
INSURER(S) AFFORDING COVERAGE
INSURER A: Zurich American Insur Co of IL
INSURER e: Starr Indemnity & Liability Co
INSURER C :
INSURER D:
((AA/C Not: 707-782-9300
NAIC q
'27855
138318
INSURER E: 1
INSURER F: 1
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WH CH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR 'ADDL StJBR
LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POLICY EXP
(MM/DDIYYYY) (MMIDD/YYYY) LIMITS
A X COMMERCIAL GENERAL LIABILITY
_^ CLAIMS -MADE rx-1 OCCUR X
GLO18493601
X GL Ded $10k-Occ
MED EXP (Any one person) I $
X XCU/Ind Cont Incl
PERSONAL & ADV INJURY I $
GEN'L AGGREGATE LIMIT APPLIES PER.
GENERAL AGGREGATE I$
POLICY PRO- [7
PRODUCTS - COMP/OP AGG I $
JECT LOC
Emp Ben. $
OTHER.
COMBINED SINGLE LIMIT
(Ea accident) I $
AUTOMOBILE LIABILITY
10/01/2016 10/01/2017 BODILYINJURY (Per person) I $
A ANY AUTO X
BAP18493501
ALL OWNED SCHEDULEDAUTOS
PROPERTY DAMAGE I$
(Per accident)
AUTOS
JX NON -OWNED
I
HIRED AUTOS X
I AUTOS
UMBRELLA LIAROCCUR
$
B EXCESS LIAB J�CLAIMS-MADE
1000023122
_X
I I
1$
DED RETENT ON $
I X PER
I STATUTE I I H I
WORKERS COMPENSATION
ER
'AND EMPLOYERS' LIABILITY
Y / N
10/01/2016 10/01/2017
A ANY PROPRIETOR/PARTNER/EXECUTIVE
X WC18493701
OFFICER/MEMBER EXCLUDED? N I A
E L DISEASE - EA EMPLOYEEI $
(Mandatory In NH)
If yes. describe under
1,000,000
DESCRIPTION Of- OPERATIONS below
EACH OCCURRENCE I $
10/01/2016 10/0112017 _AMAGE TO RENT9T_
PREMISES (Ea occurrencat _T$
2,000,000
300,000
MED EXP (Any one person) I $
5,000
PERSONAL & ADV INJURY I $
2,000,000
GENERAL AGGREGATE I$
4,000,000
PRODUCTS - COMP/OP AGG I $
4,000,000
Emp Ben. $
1,000,000
COMBINED SINGLE LIMIT
(Ea accident) I $
2,000,000
10/01/2016 10/01/2017 BODILYINJURY (Per person) I $
BODILY INJURY (Per accident) I $
PROPERTY DAMAGE I$
(Per accident)
I EACH OCCURRENCE I
$
4,000,000
10/01/2016 10/01/2017 ( AGGREGATE $
4,000,000
1$
I X PER
I STATUTE I I H I
ER
10/01/2016 10/01/2017
__E L. EACH ACCIDENT I $
1,000,000
E L DISEASE - EA EMPLOYEEI $
1,000,000
E L DISEASE - POLICY LIMIT I $
1,000,000
I I
DESCRIPTION OF OPERATIONS 7 LOCATIONS / VEH'CLES (ACORD 101, Additlonal Remarks Schedule, may be attached If moro space Is required)
*Certificate Holder as additional insured incl.primary wording when required
by written contract per UGL1175FCW & CA2048; WC Waiver per WC040306.
Umbrella follows form the GL, Auto & Employers Liability policies above.
Job: Manuel T. Freitas Parkway Drainage Channel Repairs, Project #11318
M&G #4530 **10 day notice sent on non-payment.
CERTIFICATE HOLDER
City of San Rafael, its
officers, agents, employees
and volunteers*
PO Box 151560
San Rafael, CA 94915
ACORD 25 (2014/01)
SANRAF4
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
01�3 I11.1A 6 -1,
©1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
09
Additional Insured —Automatic — Owners, Lessees Or ZURICH"'
Contractors
Policy No. Eff. Date of Pol Exp. Date of Pol Eff. Date of End.Producer No. Addl. Prem Return Prem.
GL018493601110/01/201( 110/01/2017 110/(1/.2016. 1 1 1
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY,
Named Insured: Maggiora & Ghilotti, Inc.
Address (including ZIP Code): 555 Du dots Street
San Rafael, CA 94901
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. Section II — Who Is An Insured is amended to Include as an additional insured any person or organization whom you
are required to add as an additional insured on this policy under a written contract or written agreement. Such person
or organization is an additional insured only with respect to liabi ity for "bodily injury", "property damage" or "personal
and advertising injury" caused, in whole or in part by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf,
in the performance of your ongoing operations or "your work" as included in the "products -completed operations
hazard", which is the subject of the written contract or written agreement.
However, the Insurance afforded to such additional insured -
1. Only applies to the extent permitted by law; and
2. Will not be broader than that which you are required by the written contract or written agreement to provide for
such additional insured.
B. With respect to the Insurance afforded to these additional insureds, the following additional exclusion applies:
This insurance does not apply to:
"Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to
render, any professional architectural, engineering or surveying services including:
a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,
field orders, change orders or drawings and specifications; or
b. Supervisory, inspection, architectural or engineering activities.
This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the
supervision, hiring, employment, training or monitoring of others by that insured, If the 'occurrence" which caused the
"bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the
rendering of or the failure to render any professional architectural, engineering or surveying services.
U -GL -1175-F CW (04/13)
Page 1 of 2
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV —
Commercial General Liability Conditions:
The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim;
2. We receive written notice of a claim or "suit" as soon as practicable; and
3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by
another Insurer under which the additional insured may be an insured In any capacity. This provision does not
apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement
requires that this coverage be primary and non-contributory.
D. For the purposes of the coverage provided by this endorsement:
1. The following Is added to the Other Insurance Condition of Section IV — Commercial General Liability
Conditions:
Primary and Noncontributory insurance
This insurance is primary to and will not seek contribution from any other insurance available to an additional
insured provided that:
a. The additional insured is a Named Insured under such other insurance; and
b, You are required by written contract or written agreement that this insurance be primary and not seek
contribution from any other insurance available to the additional insured.
2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial
General Liability Conditions:
This insurance is excess over:
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
insured, in which the additional insured on our policy is also covered as an additional insured on another policy
providing coverage for the same "occurrence", offense, claim or "suit'. This provision does not apply to any policy
in which the additional insured is a Named Insured on such other policy and where our policy is required by a
written contract or written agreement to provide coverage to the additional insured on a primary and non-
contributory basis.
E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement
showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to
that identified additional insured.
F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to
Section III — Limits Of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance:
1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or
2. Available under the applicable Limits of Insurance shown in the Declarations,
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations,
All other terms and conditions of this policy remain unchanged.
U -GL -1175-F CW (04113)
Page 2 of 2
Includes copyrighted material of Insurance Services Off!ce, Inc., wllh its permission.
POLICY NUMBER: BAP18493501
COMMERCIAL AUTO
CA 21) 48 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form, This endorsement does not alter coverage
provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured: Maggiora & Ghilotti, Inc.
Endorsement Effective Date: 10/01/15
SCHEDULE
Name Of Person(s) Or Organization(s):
Any person or organization to whom or which you are required to provide additional insured status or additional Insured
status on a primary, non-contributory basis, in a written contract or written agreement executed prior to loss, except
where such contract or agreement is prohibited by law.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured
provision contained In Paragraph A.I. of Section II —
Covered Autos Liability Coverage in the Business
Auto and Motor Carrier Coverage Forms and
Paragraph D.2. of Section I — Covered Autos
Coverages of the Auto Dealers Coverage Form.
CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1
Wolters Kluwer Financial Services I Uniform Forms7A°
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY
WC 04 03 06 (Ed, 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -
CALIFORNIA
This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a
different date is indicated below.
(The following "attaching clause" need be completed only when this endorsement Is issued subsequent to preparation of the policy.)
This endorsement, effective on 10/01/16
(DATE)
Policy No. WC18493701
of the Zurich American Insurance Co of IL
issued to Maggiora & Ghilotti, Inc.
Premium (if any) $
at 12:01 A.M. standard time, forms a part of
Endorsement No.
(NAME OF INSURANCE COMPANY)
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be 2 % of the California workers' compensation pre-
mium otherwise due on such remuneration.
Schedule
Person or Organization
ALL PERSONS AND/OR ORGANIZATIONS
THAT ARE REQUIRED BY WRITTEN
CONTRACT OR AGREEMENT WITH THE INSURED,
EXECUTED PRIOR TO THE ACCIDENT OR LOSS,
THAT WAIVER OF SUBROGATION BE PROVIDED
UNDER THIS POLICY FOR WORK PERFORMED BY
YOU FOR THAT PERSON AND/OR ORGANIZATION
OR Scheduled
WC 252 (4-84)
WC 04 03 06 (Ed. 4-84)
Job Description
FOR ALL CA OPERATIONS
Page 1 of 1
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Department of Public Works
Project Manager: David Nicholson
Extension: x3454
Project Name: Manuel T. Freitas Pkwy Drainage Channel Repair
Contractor Name: Maggiora & Ghilotti, Inc.
Contractor's Contact: Kevin Bechtel
Contact's Email: kevin@maggiora-ghilotti.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1 Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
5 Project Manager
Forward signed original agreements to City
enter a clate.
❑X DN
b. Email contract (in Word) & attachments to City
6 City Attorney
Attny c/o Laraine.Gittens@cityofsanrafael.org
9/20/2017
2 City Attorney
a. Review, revise, and comment on draft agreement
3gF/24/2016
❑X LAG
7 City Attorney
and return to Project Manager
9
LMM
8 City Manager/ Mayor
b. Confirm insurance requirements, create Job on
4/24/2016
PINS, send PINS insurance notice to contractor
LAG no
pins because
insurance on
file
3 Project Manager Forward three (3) originals of final agreement to 9/26/2017 ❑X DN
contractor for their signature
4 Project Manager When necessary, * contractor -signed agreement N/A
agendized for Council approval
*PSA > $20,000; or Purchase > $35,000; or Or ❑ DN
Public Works Contract > $125,000
r—
Date of Council approval
Click here toenter
a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
5 Project Manager
Forward signed original agreements to City
DN
Attorney with printed copy of this routing form
6 City Attorney
Review and approve hard copy of signed
agreement
7 City Attorney
Review and approve insurance in PINS , and bonds
(for Public Works Contracts)
M
8 City Manager/ Mayor
Agreement executed by Council authorized official
j0
r—
City Clerk Attest signatures, retains original agreement and
forwards copies to Project Manager