City of Napa PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA. Notice Inviting Bids, Proposal, Contract. And Special Provisions

Size: px
Start display at page:

Download "City of Napa PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA. Notice Inviting Bids, Proposal, Contract. And Special Provisions"

Transcription

1 No. City of Napa PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA Notice Inviting Bids, Proposal, Contract And Special Provisions FOR 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT City of Napa Project No. ST10PW07 Federal Project No. STPL 5042(051) For use in connection with federally funded Local Assistance construction projects administered under the Standard Specifications and Standard Plans Dated May 2006 of the California Department of Transportation, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bid Opening Date: Dated: Tuesday, August 2, 2011 at 10:00 a.m. July, 2011 Bid Opening Location: Public Works Department 1600 First Street, Napa, CA

2 CITY OF NAPA 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT FEDERAL PROJECT NO. STPL 5042(051) CITY OF NAPA PROJECT NO. ST10PW07 Responsible Parties Signature Page The Technical Specifications prepared herein have been prepared by or under the direction of the following registered persons: Paul R. Curren, P.E. CA C34527 Date 2011 Cold In-Place Pavement Recycling Project STP10PW07 and STPL-5042(51)

3 TABLE OF CONTENTS 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT PART I NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS... viii SPECIAL NOTICE... x SPECIAL PROVISIONS SECTION 1 PLANS AND SPECIFICATIONS... 1 SECTION 2 PROPOSAL REQUIREMENTS AND CONDITIONS GENERAL NOT USED REQUIRED LISTING OF PROPOSED SUBCONTRACTORS JOINT VENTURE INTERPRETATION OF DRAWINGS AND DOCUMENTS LOCAL BUSINESS PREFERENCE (Not Used) FEDERAL LOBBYING RESTRICTIONS DISADVANTAGED BUSINESS ENTERPRISE (DBE) PERMISSION TO BE PHOTOGRAPHED AND VIDEOTAPED... 6 SECTION 3 AWARD AND EXECUTION OF CONTRACT GENERAL BONDS FAILURE TO EXECUTE CONTRACT AND FORFEITURE OF BID SECURITY RETURN OF PROPOSAL GUARANTIES... 8 SECTION 4 BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES BEGINNING OF WORK AND TIME OF COMPLETION LIQUIDATED DAMAGES... 8 SECTION 5 GENERAL SCOPE OF WORK GENERAL EXAMINATION OF PLANS, SPECIFICATIONS, CONTRACT, AND SITE OF WORK Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) ii

4 TABLE OF CONTENTS 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT DIFFERING SITE CONDITIONS REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES INCREASED OR DECREASED QUANTITIES CONTROL OF WORK CONSTRUCTION STAKING SANITATION FACILITIES CLEANLINESS OF STREET PROJECT APPEARANCE AREAS FOR CONTRACTOR S USE WORK SAFETY CONFINED SPACES RECORD DRAWINGS SOUND CONTROL REQUIREMENTS CONTROL OF MATERIALS DISPOSAL OF MATERIAL COMPACTION AND TESTING SUBMITTALS BUY AMERICA REQUIREMENTS LEGAL RELATIONS AND RESPONSIBILITIES INSURANCE INDEMNIFICATION LABOR NONDISCRIMINATION PREVAILING WAGE PUBLIC SAFETY PRESERVATION OF PROPERTY PERMITS AND LICENSES SUBCONTRACTOR AND DBE RECORDS DBE CERTIFICATION STATUS PERFORMANCE OF SUBCONTRACTORS SUBCONTRACTING PROSECUTION AND PROGRESS PROGRESS SCHEDULE PROGRESS PAYMENTS Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) iii

5 TABLE OF CONTENTS 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT PAYMENT OF WITHHELD FUNDS PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS WORKING DAYS AND HOURS OF WORK TERMINATION OF CONTROL PERFORMANCE OF SURETIES FLOOD EVACUATION MEASUREMENT AND PAYMENT GUARANTEE RECORDS EXTRA WORK/FORCE ACCOUNT SECTION 6 NOT USED SECTION 7 NOT USED SECTION 8 MATERIALS MISCELLANEOUS CITY FURNISHED MATERIALS PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS SECTION 9 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS APPLICATION OF PRICE INDEX SECTION 10 CONSTRUCTION DETAILS ORDER OF WORK MOBILIZATION WATER POLLUTION CONTROL (CITY OF NAPA) PRE-CONSTRUCTION MEETING CONSTRUCTION SITE MANAGEMENT (COUNTY OF SONOMA) COOPERATION OBSTRUCTIONS Not Used CONSTRUCTION AREA TRAFFIC CONTROL DEVICES CONSTRUCTION AREA SIGNS MAINTAINING TRAFFIC LANE CLOSURE REQUIREMENTS AND CONDITIONS TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) iv

6 TABLE OF CONTENTS 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT TEMPORARY PAVEMENT DELINEATION CONSTRUCTION WATER FINISHING WORK PORTABLE CHANGEABLE MESSAGE SIGNS NOTICE TO AREA RESIDENTS EXISTING HIGHWAY FACILITIES REMOVE EXISTING PAVEMENT FINAL CLEAN-UP COLD PLANING COLD-IN-PLACE RECYCLING (CIR) HOT MIX ASPHALT (HMA) RUBBERIZED HOT MIX ASPHALT (GAP GRADED) RHMA MISCELLANEOUS CONCRETE ADJUSTING UTILITY FACILITIES TO GRADE NOT USED SIGNALS AND LIGHTING THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS PAINTED TRAFFIC MARKINGS, PAVEMENT AND CURB MARKINGS PAVEMENT MARKERS SHOULDER BACKING FULL-DEPTH HMA STABILIZATION GUARDRAIL NOT USED SECTION 11 NOT USED SECTION 12 NOT USED SECTION 13 NOT USED SECTION 14 NOT USED PART II BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS BID FORMS PROPOSAL...P-1 BID SCHEDULE...P Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) v

7 TABLE OF CONTENTS 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT BID SCHEDULE: ADD ALTERNATE NO. 1...P-7 BID SCHEDULE: ADD ALTERNATE NO. 2...P-9 BID SCHEDULE: ADD ALTERNATE NO. 3...P-11 LIST OF SUBCONTRACTORS...P-12 ADDENDUM ACKNOWLEDGMENT...P-12 NONCOLLUSION AFFIDAVIT...P-13 SIGNATURE SHEET...P-14 BIDDER S BOND...P-15 PUBLIC CONTRACT CODE SECTION STATEMENT...P-16 PUBLIC CONTRACT CODE SECTION QUESTIONNAIRE...P-17 PUBLIC CONTRACT CODE SECTION STATEMENT...P-18 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION...P-19 DEBARMENT AND SUSPENSION CERTIFICATION...P-20 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS...P-21 DISCLOSURE OF LOBBYING ACTIVITIES...P-22 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES...P-23 BIDDER S LIST OF SUBCONTRACTORS (DBE AND NON-DBE) Part I...P-24 BIDDER S LIST OF SUBCONTRACTORS (DBE AND NON-DBE) Part II...P-25 EXHIBIT 15-G1 LOCAL AGENCY BIDDER - UDBE COMMITMENT...P-26 EXHIBIT 15-G1 INSTRUCTIONS - LOCAL AGENCY BIDDER - UDBE COMMITMENT...P-27 EXHIBIT 15-H UDBE INFORMATION GOOD FAITH EFFORTS...P-28 AGREEMENT, BONDS AND INSURANCE FORMS AGREEMENT CITY OF NAPA... CD-1 BID SCHEDULE... CD-4 BID SCHEDULE: ADD ALTERNATE NO CD-8 BID SCHEDULE: ADD ALTERNATE NO CD-10 BID SCHEDULE: ADD ALTERNATE NO CD-12 FAITHFUL PERFORMANCE BOND... CD-13 PAYMENT (LABOR AND MATERIALS) BOND... CD-14 WARRANTY AND MAINTENANCE BOND... CD-16 COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED ENDORSEMENT FORM... CD-17 CERTIFICATION PER PCC (a)... CD Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) vi

8 TABLE OF CONTENTS 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT EXHIBIT 15-G2 LOCAL AGENCY BIDDER DBE INFORMATION... CD-20 EXHIBIT 15-G2 INSTRUCTIONS LOCAL AGENCY BIDDER DBE INFORMATION FORM... CD-21 GENERAL FEDERAL REQUIREMENTS FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS... FR-1 DBE INFORMATION EXHIBIT 17-F FINAL REPORT - UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES...DBE-1 EXHIBIT 17-O DISADVANTAGED BUSINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE...DBE-2 APPENDIX A CITY OF NAPA CALENDAR OF HOLIDAYS A-1 APPENDIX B SAMPLE SUBMITTAL FORM...B-1 APPENDIX C NOT USED... C-1 APPENDIX D FEDERAL MINIMUM WAGE RATES... D Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) vii

9 CITY OF NAPA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS SEALED PROPOSALS, will be received at the office of the Director of Public Works, Community Services Building, 1600 First Street (PO Box 660), Napa, California, until 10:00 a.m. on Tuesday, August 2, 2011 at which time they will be publicly opened and read for: 2011 Cold In-Place Pavement Recycling Project. This project has work located both in the City of Napa on Freeway Drive, Golden Gate Drive and Solano Avenue, and in the County of Sonoma on Adobe Road and Porter Creek Road. The work generally consists of cold in-place recycling of existing pavement, transitions, hot-mix asphalt overlay, traffic signal modifications, surveying, traffic loops, adjusting utility covers to finish grade, and replacing pavement markings. Proposal envelopes shall be addressed to the Director of Public Works, Community Services Building, 1600 First Street (PO Box 660), Napa, California and the following information shall be clearly written on the outside of the envelope: a) the name of the project being bid; b) the date of the bid opening; and c) the time of the bid opening. Bids are required for the entire work described herein. The Contractor shall possess a Class A license at the time bids are opened. A pre-bid meeting is scheduled for Monday, July 25, 2011 at 1:30 pm at the City of Napa s Community Services Building, 1600 First Street, Napa California. The meeting is not mandatory but will be an opportunity for prospective bidders to ask questions about the project and field review the work site. Contractors may obtain plans and specifications and the form of the bid proposal and contract only at the office of the Director of Public Works, Attn: Request for Bid Packet, 1600 First Street (P.O. Box 660) Napa, California A $60.00 non-refundable payment is required for each set of plans and specifications. An additional non-refundable payment of $10.00 is required for mailing of each set of plans and specifications. Alternatively, the bidder may authorize the use of the bidder s FedEx or UPS account for mailing of plans and specifications. Bidders may review a copy of the plans and specifications at the Public Works Department, 1600 First Street, Napa, California. Documents incorporated by reference in these specifications will be available for review at the Public Works Department. All bids shall be submitted on the contract documents obtained from the Director s office. The successful bidder shall provide Performance and Payment (Labor and Materials) Bonds. Contractors will be required to comply with the insurance requirements set forth in these special provisions. Chapter 2.92 of the Napa Municipal Code requires every Contractor or subcontractor with the City of Napa for Public Works contracts in the sum of $25,000 or more, be subject to Section 101, Napa City Charter. This requires the Contractor to take affirmative action to ensure non-discriminatory employment practices. This contract is subject to State contract nondiscrimination and compliance requirements pursuant to Government Code, Section Bidders are advised that, as required by federal law, the City is implementing new Disadvantaged Business Enterprise requirements for Underutilized Disadvantaged Business Enterprises (UDBE). Attention is directed to Section 2, "Proposal Requirements and Conditions," under subsection titled "Disadvantaged Business Enterprises (DBE)" and Section 5, "General," under subsection titled "Performance of Subcontractors" of the Standard Specifications and these Special Provisions cover the UDBE requirements. The UDBE contract goal is 5.00%. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the County, or Counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for 2011 Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) viii

10 this project, available at City of Napa and available from the California Department of Industrial Relations Internet web site at The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the Appendices to the Special Provisions that may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of bid packages. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. In accordance with Section of the Public Contracts Code, securities may be substituted for monies withheld to ensure performance under this contract. No bid will be accepted at the Public Works Director s office after the time specified for the opening of the bids. All bids shall be submitted on the Bid Proposal Form included in these specifications. All bids will be compared on the basis of the estimated quantities shown on the Bid Proposal Form. Cash, a certified check or bank draft, payable to the order of City of Napa, negotiable U.S. Government bonds (at par value), or a satisfactory bid bond executed by the Bidder and acceptable surety, in an amount equal to ten percent (10%) of the total of bid, shall be submitted with each bid. Bids may be held by the City of Napa for a period not to exceed sixty (60) calendar days from the date of opening bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to awarding of the contract. The City of Napa reserves the right to reject any or all bids or to waive any informalities in the bidding. Each bidder is hereby informed that, upon submittal of its bid to the City in accordance with these Plans and Specifications, the bid is the property of the City. The City shall consider each bid subject to the public disclosure requirements of the California Public Records Act (California code section 6250, et seq.) after bid opening, unless there is a legal exception to public disclosure. THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982 AS AMENDED BY THE INTERMODAL SURFACE TRANSPORTATION EFFICIENCY ACT OF Attention is directed to the Federal minimum wage rate requirements in the appendix. If there is a difference between the minimum wage rates predetermined by the United States Department of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question. The U.S. Department of Transportation (DOT) provides a toll-free hotline service to report bid rigging activities Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., eastern time, Telephone No Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report these activities. The hotline is part of the DOT s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Dated: Jacques R. LaRochelle Public Works Director City of Napa 2011 Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) ix

11 * * * * * * * * * * * * I M P O R T A N T S P E C I A L N O T I C E * * * * * * * * * * * * This project includes, but is not limited to, the following special requirements: Attention is directed to Section regarding the basis of contract award. Attention is directed to Section regarding differences between City of Napa and Sonoma County in application of Payment Adjustments for Price Index Fluctuations Bidder inquiries are to be directed to Neil Mathiesen, Junior Engineer, at the City of Napa Construction Division at: Telephone No.: (707) Attention is directed to Section 4, "Beginning of Work, Time of Completion and Liquidated Damages," of these Special Provisions. A pre-bid meeting is scheduled for Monday, July 25, 2011 at 1:30 pm at the City of Napa s Community Services Building, 1600 First Street, Napa California. The meeting is not mandatory but will be an opportunity for prospective bidders to ask questions about the project and field review the work site. A plan holder list may be obtained at the City Of Napa Public Works Department, 1600 First Street (PO Box 660), Napa, California Telephone (707) Review insurance requirements with your insurance agent prior to submitting a bid proposal. Attention is directed to Section Execution of Contract of the Standard Specifications. A Cooperative Joint Powers Agreement is being executed between the City of Napa and the County of Sonoma for this project. The City of Napa will execute the contract and manage the project. The following forms have been included at the end of these Special Provisions to assist the successful bidder in early execution of the contract documents: Agreement, Faithful Performance Bond form, Payment Bond form, Warranty and Maintenance Bond form, Commercial General Liability Additional Insured Endorsement form, and form for Certification per Public Contract Code (a) Cold In-Place Pavement Recycling Project, ST10PW07 and STPL -5042(051) x

12 SECTION 1 PLANS AND SPECIFICATIONS 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT SPECIAL PROVISIONS The work embraced herein shall be done in accordance with the Standard Specifications of the State of California Department of Transportation, dated May 2006, Standard Plans of the State of California Department of Transportation, dated May 2006 and the City of Napa Standard Plans dated July 2008, insofar as the same may apply and these Special Provisions. In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. The primary units and measurements of the work shall be in United States Standard Measures. Measurement and Payment will be in United States Standard Units. Amendments to the Standard Specifications set forth in these Special Provisions shall be considered as part of the Standard Specifications for the purposes set forth in Section , "Coordination and Interpretation of Plans, Standard Specifications and Special Provisions," of the Standard Specifications. Whenever either the term "Standard Specifications is amended" or the term "Standard Specifications are amended" is used in the Special Provisions, the indented text or table following the term shall be considered an amendment to the Standard Specifications. In case of conflict between such amendments and the Standard Specifications, the amendments shall take precedence over and be used in lieu of the conflicting portions. When in the Standard Specifications or in any documents or instruments where the Standard Specifications govern, the following terms or nouns are used, the intent and meaning shall be interpreted as follows: A. City Standard Plans The City of Napa Standard Specifications and Standard Plans dated July B. Days As used in these Special Provisions, days shall mean working days. C. Department or Department of Transportation Department of Public Works of the City of Napa, California. D. Director Director of Public Works of the City of Napa, State of California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. E. Engineer - The Director of Public Works of the City of Napa, California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. F. Laboratory: The established laboratory of the City of Napa s current testing consultant, authorized by the Engineer to test materials and work involved in the contract. G. Liquidated Damages The amount prescribed in the Special Provisions, pursuant to the authority of Government Code Section , to be paid to the City of Napa to be deducted from any payments due or to become due the Contractor for each calendar day s delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. 1

13 H. State Contract Act all applicable provisions of the Public Contract Code (excluding Chapter 1, Division 2, Part 2, therein), Government Code, Labor Code, Civil Code, Business and Professions Code, as they apply to contracts with local public agencies, as defined in said codes. I. Standard Plans - The May 2006 edition of the Standard Plans of the State of California, Department of Transportation, unless otherwise stated. Any reference therein to the State of California or a State agency, Office, or officer shall be interpreted to refer to the City or its corresponding agency, office, or officer acting under this contract. J. Standard Specifications - The May 2006 edition of the Standard Specifications of the State of California, Department of Transportation, unless otherwise stated. Any reference therein to the State of California or a State agency, Office, or officer shall be interpreted to refer to the City or its corresponding agency, office, or officer acting under this contract. K. State or Owner - The City of Napa, California, a legal entity organized and existing in the County of Napa, State of California. L. Transportation Building-Sacramento: City Hall, City of Napa, State of California. SECTION GENERAL PROPOSAL REQUIREMENTS AND CONDITIONS The bidder s attention is directed to the provisions in Section 2, Proposal Requirements and Conditions, of the Standard Specifications and these Special Provisions for the requirements and conditions which the bidder must observe in the preparation of the proposal form and the submission of the bid. In addition to the subcontractors required to be listed in conformance with Section , "Required Listing of Proposed Subcontractors," of the Standard Specifications, each proposal shall have listed therein the portion of work that will be done by each subcontractor listed. A sheet for listing the subcontractors is included in the Proposal. The form of Bidder's Bond mentioned in the last paragraph in Section , "Proposal Guaranty," of the Standard Specifications will be found following the signature page of the Proposal. In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Noncollusion Affidavit. The contractor, sub recipient, or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Each subcontract signed by the bidder must include this assurance. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to UDBE and DBE submittals or escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder s responsibility in the event of being the apparent low bidder on future public works contracts Not Used REQUIRED LISTING OF PROPOSED SUBCONTRACTORS Each bid shall have listed therein the name, address, work to be performed, numerical percentage of the total bid and the Contractor s license number of each subcontractor to whom the bidder proposes to 2

14 subcontract portions of the work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder s attention is directed to other provisions of said Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized Subcontractors or by making unauthorized substitutions. A sheet for listing the subcontractors, as required herein by Law, is included in the proposal. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of DBE subcontractors with the submittal of the bid JOINT VENTURE If two or more bidders desire to bid jointly on a single project or desire to combine their assets for so doing, they must file an affidavit of joint venture with the City Clerk, and such affidavit of joint venture will be valid only for the specific project for which it is filed. If said affidavit is not filed and approved by the City Engineer prior to the time for opening bids, a joint bid submitted by said bidders will be disregarded INTERPRETATION OF DRAWINGS AND DOCUMENTS Should a bidder find apparent discrepancies in the drawings or documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the City Engineer, who will send written instructions to all bidders. The City of Napa will not be responsible for oral instructions or information obtained from an officer, agent, employee, or any other person and the same shall not relieve the bidder from fulfilling any of the conditions or covenants of the contract. Any addendums or notices issued prior to bid opening will be sent to all holders of drawings and documents and shall become a part of said drawings and documents and shall be covered in the bid and shall be made a part of the contract LOCAL BUSINESS PREFERENCE - NOT USED FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier sub recipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, Disclosure of Lobbying Activities, with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, 3

15 subcontractors and any lower-tier contractors. information reported includes: An event that materially affects the accuracy of the (1) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or (2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or (3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action DISADVANTAGED BUSINESS ENTERPRISE (DBE) This project is subject to Title 49 CFR 26.13(b): The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure there is equal participation of the DBE groups specified in 49 CFR 26.5, the Agency specifies a goal for Underutilized Disadvantaged Business Enterprises (UDBEs). UDBE is a firm that meets the definition of DBE and is a member of one of the following groups: 1. Black Americans 2. Native Americans 3. Asian-Pacific Americans 4. Women References to DBEs include UDBEs, but references to UDBEs do not include all DBEs. Make work available to UDBEs and select work parts consistent with available UDBE subcontractors and suppliers. Meet the UDBE goal shown in the Notice to Bidders or demonstrate that you made adequate good faith efforts to meet this goal. It is your responsibility to verify that the UDBE firm is certified as DBE at date of bid opening. For a list of DBEs certified by the California Unified Certification Program, go to: Only UDBE participation will count towards the UDBE goal. DBE participation will count towards the Agency's Annual Anticipated DBE Participation Level and the California statewide goal. Credit for materials or supplies you purchase from UDBEs counts towards the goal in the following manner: percent counts if the materials or supplies are obtained from a UDBE manufacturer percent counts if the materials or supplies are obtained from a UDBE regular dealer. 3. Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a UDBE that is neither a manufacturer nor a regular dealer. 49 CFR defines "manufacturer" and "regular dealer." 4

16 You receive credit towards the goal if you employ a UDBE trucking company that performs a commercially useful function as defined in 49 CFR UDBE Commitment Submittal Submit UDBE information on the Bidder s List of Subcontractors (DBE and non-dbe) Parts I and II Exhibit 12-G forms and the Local Agency Bidder-UDBE Commitment (Construction Contracts) Exhibit 15-G1 form included in the Bid proposal. These forms can be submitted with the bid proposal, but are not required to be submitted with the proposal. If the forms are not submitted with the bid, remove the forms from the Bid Proposal before submitting your bid. When submitted, the listing of subcontractors on Exhibit 12-G Part I and Exhibit 15-G1 shall include, and not conflict with, information shown on the List of Subcontractors form that is required to be submitted with the Bid Proposal. If the Bidder s List of Subcontractors (DBE and non-dbe) Parts I and II Exhibit 12-G forms and the Local Agency Bidder-UDBE Commitment (Construction Contracts) Exhibit 15-G1 form are not submitted with the bid, the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the forms to the Agency. The forms must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening. Other bidders do not need to submit the UDBE Commitment form unless the Agency requests it. If the Agency requests you to submit a UDBE Commitment form, submit the completed form within four (4) business days of the request. Submit written confirmation from each UDBE stating that it is participating in the contract. Include confirmation with the UDBE Commitment form. A copy of a UDBE's quote will serve as written confirmation that the UDBE is participating in the contract. If you do not submit the UDBE Commitment form within the specified time, the Agency finds your bid nonresponsive. Good Faith Efforts Submittal If you have not met the UDBE goal, complete and submit the UDBE Information - Good Faith Efforts, Exhibit 15-H, form with the bid showing that you made adequate good faith efforts to meet the goal. Only good faith efforts directed towards obtaining participation by UDBEs will be considered. If good faith efforts documentation is not submitted with the bid, it must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening. If your UDBE Commitment form shows that you have met the UDBE goal or if you are required to submit the UDBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Agency finds that the UDBE goal has not been met. Good faith efforts documentation must include the following information and supporting documents, as necessary: 1. Items of work you have made available to UDBE firms. Identify those items of work you might otherwise perform with its own forces and those items that have been broken down into economically feasible units to facilitate UDBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to UDBE firms. 2. Names of certified UDBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the UDBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified UDBEs through all reasonable and available means and provide sufficient time to allow UDBEs to respond. 5

17 3. Name of selected firm and its status as a UDBE for each item of work made available. Include name, address, and telephone number of each UDBE that provided a quote and their price quote. If the firm selected for the item is not a UDBE, provide the reasons for the selection. 4. Name and date of each publication in which you requested UDBE participation for the project. Attach copies of the published advertisements. 5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using UDBE firms. If the agencies were contacted in writing, provide copies of supporting documents. 6. List of efforts made to provide interested UDBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the UDBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate. 7. List of efforts made to assist interested UDBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the UDBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the UDBE assisted, nature of the assistance offered, and date. Provide copies of supporting documents, as appropriate. 8. Any additional data to support demonstration of good faith efforts PERMISSION TO BE PHOTOGRAPHED AND VIDEOTAPED This project is funded in part as a public demonstration project. By entering into the contract, the Contractor including employees, subcontractors, materials suppliers and all other persons working on the project agree to be photographed and videotaped. The contractor shall obtain releases for all persons associated with the work. SECTION GENERAL AWARD AND EXECUTION OF CONTRACT The bidder s attention is directed to the provisions in Section 3, Award and Execution of Contract, of the Standard Specifications and these Special Provisions for the requirements and conditions concerning the award and execution of contract. The second sentence of the second paragraph of Section Award of Contract is amended to read: The award, if made, will be made within sixty (60) calendar days after the opening of the proposals. The award of the contract, if awarded, will be the responsible bidder offering the low aggregate amount for the base bid item, plus additive alternatives with the budgeted funds available for the project. Alternatives, if awarded, will be awarded in the following order: Total Base Bid (City of Napa Base Bid + County of Sonoma Base Bid) Total Base Bid + Add Alternate No. 1 Total Base Bid + Add Alternate No. 1 + Add Alternate No. 2 Total Base Bid + Add Alternate No. 1 + Add Alternate No. 2 + Add Alternate No. 3 6

18 The contract shall be executed by the successful bidder and shall be returned, together with the contract bonds and insurance, to the Agency so that it is received within three (3) working days, not including Saturdays, Sundays and legal holidays, after the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to the following address: City of Napa Public Works Department Community Services Building Attn: Neil Mathiesen, Junior Engineer 1600 First Street Napa, California A "Local Agency Bidder-DBE Information (Construction Contracts), Exhibit 15-G(2)" form is included in these Special Provisions to be executed by the successful bidder. The purpose of the form is to collect data required under 49 CFR 26. Even if no DBE participation will be reported, the successful bidder must execute and return the form. The successful bidder's "Local Agency Bidder- Information (Construction Contracts), Exhibit 15-G(2)" form should include the names, addresses and phone numbers of DBE firms that will participate, with a complete description of work or supplies to be provided by each, and the dollar value of each DBE transaction. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of that work to be performed or furnished by that DBE should be included in the DBE information, including the planned location of that work. A successful bidder certified as a DBE should describe the work it has committed to performing with its own forces as well as any other work that it has committed to be performed by DBE subcontractors, suppliers and trucking companies. The successful bidder is encouraged to provide written confirmation from each DBE that the DBE is participating in the contract. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract. If a DBE is participating as a joint venture partner, the successful bidder is encouraged to submit a copy of the joint venture agreement. The "Local Agency Bidder-DBE Information (Construction Contracts), Exhibit 15-G(2)" form shall be completed and returned to the Agency by the successful bidder with the executed contract and contract bonds BONDS The third paragraph of Section Contract Bonds of the Standard Specifications is amended to read: The successful bidder shall furnish a faithful performance bond in an amount equal to one hundred percent (100%) of the contract price, and a bond to guarantee payment of all claims for labor and material furnished, in an amount equal to one hundred percent (100%) of the contract price. Contract bonds shall be on the City of Napa forms, copies of which are included in these bid documents or on a substantially similar form as approved by the City Attorney. In conjunction with the submittal of bonds, the successful bidder shall furnish the following information: (a) the original, or a certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument entitling or authorizing the person who executed the bonds to do so; (b) a certified copy of the certificate of authority of the insurer issued by the Insurance Commissioner of the State of California; and (c) a certificate pursuant to CCP (a) from the clerk of Napa County that the certificate of authority of the insurer has not been surrendered, revoked, canceled, annulled, or suspended, or, in the event that it has, that renewed authority has been granted. 7

19 FAILURE TO EXECUTE CONTRACT AND FORFEITURE OF BID SECURITY Delete Section Failure to Execute Contract of the Standard Specification in its entirety and replace with the following: In the event that the lowest responsible bidder does not properly and timely execute and submit the contract, required bonds, required insurance policies, and forms within three (3) working days from the date of receipt of the City s award letter, not including Saturdays, Sundays, and legal holidays, the Bid Security shall be forfeited to the City and the City may award the Contract to the next Lowest Responsible Bidder. The forfeited Bid Security may be utilized by the City in accordance with the California Public Contract Code sections through RETURN OF PROPOSAL GUARANTIES Section Return of Proposal Guaranties of the Standard Specifications is amended to read: Proposal Guaranties of all bidders will be retained until the contract has been finally executed, after which those proposal guaranties, except bidders bonds and any guaranties which have been forfeited, will be returned to the respective bidders whose proposals they accompany. SECTION 4 BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES BEGINNING OF WORK AND TIME OF COMPLETION Attention is directed to the provisions in Section , Beginning of Work, Section , Time of Completion, and Section , Liquidated Damages, of the Standard Specifications and these Special Provisions. The Contractor shall diligently prosecute the work to complete all paving on or before October 31, 2011, and all other items of work shall be completed by November, 31, The contract time will begin five (5) working days after the date of the Notice to Proceed or the first day of work by the Contractor, whichever occurs first. Attention is directed to the provisions in Section Progress Schedule of these Special Provisions. The Notice to Proceed will not be issued until the contract is properly executed, good and approved bonds are furnished, and all insurance requirements have been met and the certificates have been approved by the City. No work under this contract may commence until the City issues the Notice to Proceed. Notify the City in writing, forty-eight (48) Hours prior to beginning work LIQUIDATED DAMAGES Attention is directed to the provisions in Section , Liquidated Damages, of the Standard Specifications and these Special Provisions. The Contractor shall pay to the City of Napa the sum of Two Thousand ($2,000) dollars per day, for each and every calendar day s delay in finishing the paving work by October 31, 2011 and the Contractor shall pay to the City of Napa the sum of Fifteen Hundred ($1,500) dollars per day, for each and every calendar day the project is not completed by October 31, 2011, as prescribed above. 8

20 SECTION 5 GENERAL 5-1 SCOPE OF WORK GENERAL Attention is directed to the provisions in Section 4, Scope of Work, of the Standard Specifications EXAMINATION OF PLANS, SPECIFICATIONS, CONTRACT, AND SITE OF WORK Attention is directed to "Differing Site Conditions" of these Special Provisions regarding physical conditions at the site which may differ from those indicated in "Materials Information," log of test borings or other geotechnical information obtained by the Department's investigation of site conditions DIFFERING SITE CONDITIONS Attention is directed to Section , "Differing Site Conditions," of the Standard Specifications. During the progress of the work, if subsurface or latent conditions are encountered at the site differing materially from those indicated in the "Materials Information," log of test borings, other geotechnical data obtained by the Department's investigation of subsurface conditions, or an examination of the conditions above ground at the site, the party discovering those conditions shall promptly notify the other party in writing of the specific differing conditions before they are disturbed and before the affected work is performed. The Contractor will be allowed 15 days from the notification of the Engineer's determination of whether or not an adjustment of the contract is warranted, in which to file a notice of potential claim in conformance with the provisions of Section , "Notice of Potential Claim," of the Standard Specifications and as specified herein; otherwise the decision of the Engineer shall be deemed to have been accepted by the Contractor as correct. The notice of potential claim shall set forth in what respects the Contractor's position differs from the Engineer's determination and provide any additional information obtained by the Contractor, including but not limited to additional geotechnical data. The notice of potential claim shall be accompanied by the Contractor's certification that the following were made in preparation of the bid: a review of the contract, a review of the "Materials Information," a review of the log of test borings and other records of geotechnical data to the extent they were made available to bidders prior to the opening of bids, and an examination of the conditions above ground at the site REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or a hazardous substance as defined in Section and of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe. The Contractor shall immediately cease work in the affected area and report the condition to the Engineer in writing. In conformance with Section and of the Health and Safety Code, removal of asbestos or hazardous substances including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract, unless disclosed in the bid or contract documents. If delay of work in the area delays the current controlling operation, the delay will be considered a right of way delay and the Contractor will be compensated for the delay in conformance with the provisions in Section , "Right of Way Delays," of the Standard Specifications. 9

21 INCREASED OR DECREASED QUANTITIES The second and third paragraph of Section B Increased or Decreased Quantities of the Standard Specifications is amended to read: If the total pay quantity of any item of work other than Lower & Raise Storm Drain Manhole Cover Lower & Raise Sanitary Sewer Manhole Cover Lower & Raise Water Valve Cover Lower & Raise Survey Monument Cover Lower & Raise AT&T Manhole Cover Lower & Raise PT&T Cover Lower & Raise PG&E Manhole Cover Lower & Raise Detector Hand Hole Cover Remove & Replace/Install Detector Hand Hole Adjust Utility Box Pavement Markers Full Depth HMA Stabilization required under the contract varies from the Engineer's Estimate therefor by 25 percent or less, payment will be made for the quantity of work of the item performed at the contract unit price therefor, unless eligible for adjustment pursuant to Section C, "Changes in Character of Work." If the total pay quantity of any item of work other than Lower & Raise Storm Drain Manhole Cover Lower & Raise Sanitary Sewer Manhole Cover Lower & Raise Water Valve Cover Lower & Raise Survey Monument Cover Lower & Raise AT&T Manhole Cover Lower & Raise PT&T Cover Lower & Raise PG&E Manhole Cover Lower & Raise Detector Hand Hole Cover Remove & Replace/Install Detector Hand Hole Adjust Utility Box Pavement Markers Full Depth HMA Stabilization required under the contract varies from the Engineer's Estimate therefor by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections B(1), B(2), or B(3), as the case may be. The following bid items may be deleted from the contract in their entirety by change order and per the Bid Schedule Unit Price in whole. No deductions of unit prices or additional compensation will be allowed for complete elimination of the following items: If the total pay quantity of any item of work other than Lower & Raise Storm Drain Manhole Cover Lower & Raise Sanitary Sewer Manhole Cover Lower & Raise Water Valve Cover Lower & Raise Survey Monument Cover Lower & Raise AT&T Manhole Cover Lower & Raise PT&T Cover Lower & Raise PG&E Manhole Cover Lower & Raise Detector Hand Hole Cover 10

22 Remove & Replace/Install Detector Hand Hole Adjust Utility Box Pavement Markers Full Depth HMA Stabilization 5-2 CONTROL OF WORK CONSTRUCTION STAKING Section , Lines and Grades, of the Standard Specifications shall be deleted in its entirety and replaced with the following: This work shall consist of furnishing and setting construction and marks to establish and lines and grades required for the completion of the work as shown on the plans and as specified in the Standard specifications and these Special Provisions. The Contractor shall provide all construction surveying, staking and layout necessary to establish the lines and grades required for the completion of the work shown on the plans and as specified in the Standard Specifications and these Special Provisions. The construction survey crew should consist of two (2) or three (3) persons per crew. Ideally, at least one survey party member shall be a Professional Land Surveyor registered in the State of California or a Registered Civil Engineer authorized to practice land surveying in the State of California. Alternatively, the contractor may use an experienced but non-licensed surveyor to serve as party chief under the direction and responsible charge (as defined in the Professional Land Surveyor s Act) of the Professional Land Surveyor registered in the State of California or a Registered Civil Engineer authorized to practice land surveying in the State of California. The survey crew shall follow Chapter 2 Safety of the Surveys Manual at all times. Survey data for the construction control surveys, horizontal and vertical, is shown on the plans. Electronic copies of design files will not be available for the contractor s use. The Contractor or Survey Crew shall set stakes or marks in conformance with the requirements in Chapter 12, "Construction Surveys," of the Surveys Manual. Before starting any survey work, the Contractor shall submit in writing for approval by the Engineer the proposed procedures, methods, equipment and typical stake markings to be used. All computations necessary to establish the exact positions of the work from actual control points shall be made by the Contractor. All computations, survey notes, and other records necessary to accomplish the work shall be neat, legible, and accurate. Copies of such computations, notes, and other records shall be furnished to the Engineer prior to beginning work that requires their use. The Contractor will be required to provide daily survey notes and cut sheets to the Engineer during the progress of this construction project and all construction staking and surveying shall be approved by the Engineer prior to the start of construction. Construction stakes shall be removed from the site of the work when no longer needed. Upon completion of construction staking and prior to acceptance of the contract, all computations, survey notes, and other data used to accomplish the work shall be furnished to the Engineer. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor SANITATION FACILITIES The Contractor shall conform to the requirements of Section of the Napa Municipal Code, requiring the maintenance of not less than one chemical toilet, approved by the Health Officer, on the premises, for each twenty (20) employees or fractional part thereof working at a construction job site, 11

23 unless specifically exempt from this requirement by the Engineer. Alternate sanitary facilities if suitably located and adequately available may be substituted for the facilities required by Section , subject to approval of the Engineer. The job site location(s) of the chemical toilet shall be approved by the Engineer. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor CLEANLINESS OF STREET Attention is directed to Section of the Napa Municipal Code which reads: Section : Vehicles Spilling Loads: It is unlawful for any person to use any vehicle for the conveyance or removal of dirt, gravel, rock or other material without having the same so constructed and loaded as to prevent contents thereof from being scattered or deposited upon the streets over which said vehicles may be driven. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor PROJECT APPEARANCE The Contractor shall maintain a neat appearance to the work. In areas visible to the public, the following shall apply: A. When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. Construction and/or demolition debris shall be hauled off-site at the end of each workday. B. Contractor shall furnish trash bins for debris from structure construction. Debris shall be placed in trash bins daily. Contractor shall secure Engineers approval of trash bin location prior to placement of trash bins. The City does not guarantee that a trash bin can be located within the project limits. C. Forms or falsework that are to be re-used shall be stacked neatly concurrently with their removal. Forms and falsework that are not to be re-used shall be disposed of concurrently with their removal. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor AREAS FOR CONTRACTOR S USE Attention is directed to Section , "Rights in Land and Improvements," of the Standard Specifications and these Special Provisions. The Contractor shall make their own arrangements for staging area(s). Overnight storage and staging of materials within the right-of-way will not be allowed, unless otherwise approved by the Engineer. Any staging areas used by the Contractor shall be subject to the provisions of Section , Water 12

24 Pollution Control, of these Special Provisions. Use of the Contractor s staging areas shall be at the Contractor s own risk and the City shall not be held liable for any damage or loss of materials of equipment located within such areas. The highway right of way shall be used only for purposes that are necessary to perform the required work. The Contractor shall not occupy the right of way, or allow others to occupy the right of way, for purposes which are not necessary to perform the required work. Attention is directed to the section titled, Maintaining Traffic of these Special Provisions regarding access to nearby businesses. Temporary storage of equipment and materials on any parcels visible from the public right of way will be subject to the approval of the Engineer on a parcel-by-parcel basis. The Contractor shall fence each of the parcels approved for construction use with 6 high temporary chain link fencing completely covered with opaque black mesh screening. The Contractor shall maintain the fencing continuously. Use of the Contractor's work areas shall be at the Contractor's own risk, and the City shall not be held liable for any damage to or loss of materials or equipment located within such areas. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor WORK SAFETY The Contractor shall assume sole and complete responsibility for job site conditions for the duration of the project including, but not limited to, the safety and health conditions on the work site. This requirement shall apply continuously and shall not be limited to normal working hours. Contractor shall comply with all applicable provisions of law including the standards, rules, regulations and orders established by the California Division of Industrial Safety. Contractor shall furnish and use safety devices and safeguards and shall adopt and use practices, means, methods, operations, and processes which are reasonably adequate to render the work site safe and healthful. Contractor shall take all steps necessary to ensure that any hazardous condition is corrected promptly either by the Contractor or by assigning such responsibility to the appropriate subcontractor and ensuring that the corrections are completed. The City, design Engineer, construction manager and the officers, agents or employees, shall not have charge of or responsibility for construction or safety means, methods, techniques, procedures, as these are solely the responsibility of Contractor. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor CONFINED SPACES For any work that is to take place in a confined space, the Contractor shall comply with all CAL/OSHA regulations concerning entry into confined spaces. Confined space for the purpose of this Article shall mean the interior of storm drains, sewers, vaults, utility pipelines, manholes, reservoirs, and any other such structure which is similarly surrounded by confining surfaces so as to permit the accumulation of dangerous gases or vapors. Tests for the presence of combustible or dangerous gases shall be made with an approved device immediately prior to a worker entering a confined space and at intervals frequent enough to ensure a safe atmosphere during the time a worker is in such a structure. A record of such tests shall be kept at the job site. 13

25 Sources of ignition, including smoking, shall be prohibited in any confined space until after the atmosphere within the confined space has been tested and found safe. No employee shall be permitted to enter or remain within a confined space until such confined space is free of concentrations of harmful gases, and lack of oxygen, unless the employee is wearing suitable and approved respiratory equipment. Confined spaces that contain or that have last been used as containers of toxic gases, light oils, hydrogen sulfide, corrosives, or poisonous substances, shall, in every case, be tested by means of approved devices or chemical analysis before being entered without wearing approved respiratory equipment. Reservoirs, vessels, or other confined spaces having openings or manholes in the side as well as in the top shall be entered from the side openings or manholes when practicable. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor RECORD DRAWINGS Using colored ink, the Contractor shall make changes on a set of clean prints of the contract drawings. Indicate all changes and revisions to the original design that affect the permanent structures/facilities. Reference underground utilities to semi-permanent or permanent physical objects. Reference water, sewer, telephone, and electrical lines to corners of buildings and survey markers. Drawings shall be kept current with all work instructions, change orders and construction adjustments. Drawings shall be subject to the inspection of the Engineer at all times. Progress payments, or portions thereof, may be withheld if drawings are not accurate and current. Project record drawings are the property of the City. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one (1) set of neatly marked record drawings, accurately showing all the information required above. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor SOUND CONTROL REQUIREMENTS Sound control shall conform to the provisions in Section I, "Sound Control Requirements," of the Standard Specifications and these Special Provisions. The noise level from the Contractor's operations, between the hours of 9:00 p.m. and 6:00 a.m., shall not exceed 86 dba at a distance of fifty (50) feet. This requirement shall not relieve the Contractor from responsibility for complying with local ordinances regulating noise level. The noise level requirement shall apply to the equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. 14

26 5-3 CONTROL OF MATERIALS DISPOSAL OF MATERIAL Disposal of material shall conform to Section Disposal of Material Outside the Highway Right of Way and these Special Provisions. The Contractor shall make arrangements for disposing of materials outside the street right-of- way, and pay all costs involved. Disposable material shall not be stockpiled in the street beyond the normal working hours. Material shall not be disposed of in any of the following areas: 1. Within the floodway of the City of Napa or the County of Napa. 2. Within the normal channel of any river, creek, stream, ditch, canal, swale or other water course and within the portions of the adjacent flood plain of same as are required to efficiently carry the flood flow, as determined by the Engineer. Prior to any disposal of material, the Contractor shall obtain written permission from the owner of the proposed disposal site. Contractor shall submit the property owners written permission to the Engineer and obtain the Engineer s written approval before moving the material offsite. Whenever any material disposal location is visible from a public street, the disposal area shall be left in a neat and uniform manner to the satisfaction of the Engineer. If the disposal site is within the City of Napa city limits, Contractor shall submit to the Engineer an approved grading permit and plan prior to disposing of the material. A grading permit and plan is required when 50 CY of material or more is disposed either temporarily or permanently at a site. Grading permits are issued at the City of Napa Building Department. If the disposal site is within the County of Sonoma, the Contractor shall submit to the Engineer an approved grading permit and plan prior to disposing of the material, per Sonoma County Standards. Whenever any material disposal location is visible from the public street, the disposal area shall be left in a neat and uniform manner to the satisfaction of the Engineer. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Materials shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor COMPACTION AND TESTING Attention is directed to Section 6-3, "Testing, of the Standard Specifications and these Special Provisions. Compaction of all earthwork materials shall be in accordance with Section 19-5, Compaction, of the Standard Specifications and these Special Provisions. The City of Napa will hire an independent testing firm and/or contract through Sonoma County to perform tests as deemed necessary by the City for acceptance of the various items of work. Compaction tests shall be taken on all subgrade, trench backfill, aggregate base, asphalt concrete material unless otherwise approved by the Engineer. The cost of the testing will be borne by the City, except the Contractor shall assume all costs of retesting work and/or materials which fail to meet contract requirements. Any costs due from the Contractor for testing will be charged against the contract and deducted from monies due, or to become due, to the Contractor. The Contractor shall provide a written request to the Engineer for testing of the work at least forty-eight (48) hours in advance. Any cancellations shall be submitted in writing to the Engineer at least twenty-four (24) hours in advance. Failure to provide timely cancellation notices may result in incurred additional costs by the City. These costs shall be back charged to the Contractor. Any costs due from the 15

27 Contractor for testing will be charged against the contract and deducted from monies due, or to become due, to the Contractor. The provisions of this section shall not relieve the Contractor from the responsibility to control the quality of the work as specified in Section 6, "Control of Materials, of the Standard Specifications. If accepted aggregate base becomes saturated and/or disturbed, the subgrade must again be proof-rolled and testing may be required. The cost of retesting shall be borne by the Contractor. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Materials shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor SUBMITTALS GENERAL Submit samples, drawings, and data for the Engineer's approval which will demonstrate fully that the construction, and the materials and equipment to be furnished will comply with the provisions and intent of this specification. Submit all samples, drawings and data, unless specified otherwise, in the quantity required for return to the Contractor, plus Five (5), which the Engineer will retain. Label each sample, naming the project, the source of the material, and the proposed location of use on the project. Restrict each submittal to only one Specification Section or portion thereof. Unless otherwise specifically permitted by the Engineer, make all submittals in groups containing all associated items for complete systems. The Engineer may reject partial submittals as not complying with the provisions of the contract documents. Specific items to be covered by submittals shall include, as a minimum, the following: Aggregate Base HMA Mix Design RHMA Mix Design PCC Mix Designs Contractors Construction Schedule Samples Shop Drawings Resident Notification Letters Traffic Control Plan CIR Material and process Striping Material All Utility Boxes and Covers Traffic Signal Material and Equipment Substitutions Where the specifications indicate that the Contractor must follow manufacturer s instructions for installation of materials or equipment, those instructions shall be submitted to the City prior to the start of work whether or not instructions are listed specifically as a submittal. When referenced, the manufacturers printed installation instructions shall have the same effect as if printed in the contract documents. Make all shop drawings accurately to a scale sufficiently large to show all pertinent features of the item and its method of connection to the work. Make all shop drawing prints in blue or black line on white background. Reproductions of City drawings are not acceptable. The Contractor shall not use red color marks on submittals. Duplicate all marks on all copies submitted and ensure marks are photocopy reproducible. Include legible scale details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout 16

28 drawings, parts catalogs, rough-in diagrams, wiring diagrams, controls, weights, and other pertinent data. Provide, at a minimum, the detail provided in the Contract Documents. Prior to submittal for Engineer's review, use all means necessary to fully coordinate all materials, including the following procedures: 1. Determine and verify all field dimensions and conditions, materials, catalog numbers, and similar data. 2. Coordinate as required with all trades and with all public agencies involved. 3. Secure all necessary approvals from public agencies and others and signify by stamp, or other means, that they have been secured. The Contractor shall make all submittals far enough in advance of scheduled dates of installation to provide all required time for reviews, for securing necessary approvals, for possible revision and resubmittal, and for placing orders and securing delivery. In scheduling, allow at least Ten (10) calendar days for the Engineer's review, plus the transit time to and from the City office. At least one copy of each submittal will be returned to the Contractor marked "Approved, Approved as Noted, Revise and Resubmit, or "Rejected." Submittals marked "Approved as Noted" need not be resubmitted, but the notes shall be followed. If a submittal is rejected, it will be marked to indicate what is unsatisfactory. Resubmit revised drawings or data as indicated, in number of copies specified above. Approval of each submittal by the Engineer will be general only and shall not be construed as: 1. Permitting any departure from the contract requirements. 2. Relieving the Contractor of the responsibility for any errors and omissions in details, dimensions, or of other nature that may exist. 3. Approving departures from additional details or instructions previously furnished by the Engineer. 4. Relieving the Contractor from verifying all field conditions and dimensions. Any submittals which are returned to the contractor for resubmittal due to incompleteness or noncompliance more than once will cause additional review time and expense for the City. The Contractor shall reimburse the City for all costs associated with the third and subsequent review of any submittals. The City reserves the right to deduct resubmittal review costs from amounts due the Contractor. SUBSTITUTIONS The contract is based on the materials, equipment, and methods described in the contract documents. Any proposed substitutions by the Contractor are subject to the Engineer's approval. The Engineer will consider proposals for substitution of materials, equipment, and methods only when such proposals are accompanied by full and complete technical data, and all other information required by the Engineer to evaluate the proposed substitution. Requests for substitutions shall be accompanied by a cover letter stating the reason for the substitution and any cost difference between the specified and proposed material. Any deviations from the plans and specifications shall be clearly identified on the submittal. CERTIFICATE OF COMPLIANCE Unless otherwise noted above, or noted elsewhere in these specifications, the following materials will be accepted with the submission of a Certificate of Compliance. Certificates of Compliance shall be provided to the City prior to incorporation of the material into the work. 17

29 Std. Specification Section Material Temporary Railing (Type K) Soil amendment Fiber Mulch Stabilizing emulsion B(2) Lime Plastic pipe irrigation line Asphalt Concrete F(3) H(1) H(2) Preformed elastomeric joint seal Plain and fabric reinforced elastomeric bearing pads Steel reinforced elastomeric bearing pads Waterstops (Special Condition) B Epoxy coated bar reinforcement Reinforcing steel Structural steel A A Structural timber Treated timber and lumber Lumber and timber Culvert and drainage pipe joints Plastic pipe Aluminum pipe and aluminum pipe arch Corrugated steel pipe and corrugated steel pipe arch Structural metal plate pipe arches and pipe arches F J K A F D Perforated steel pipe Aluminum underdrain pipe Polyvinyl chloride pipe or polyethylene tubing Steel entrance tapers, pipe downdrains, reducers, coupling bands and slip joints Aluminum entrance tapers, pipe downdrains, reducers, coupling bands, and slip joints Metal target plates Paint (Traffic stripe) Pavement Markers C Series circuit conductors 18

30 Polymeric or enamel coating system (Service Cabinets) C Lamp receptacle conductors A Ballasts - H. P. sodium lamps Ballasts - sign lighting fixtures Internally lighted street name signs Engineering fabric Cement A Concrete coarse aggregate (Cleanness value) B Concrete fine aggregate (Sand Equivalent) PCC admixtures Asphalt (Oil) Liquid asphalt Asphaltic emulsion Epoxy FORM OF SUBMITTAL Before submitting materials, Contractor shall provide the Engineer a template or example submittal form for the Engineers approval or the Contractor may use the sample form located in Appendix B. The included sample form can be provided to the Contractor in Microsoft Word 2003 format is requested. Contractor shall completely identify each submittal and re-submittal by using the form approved by the Engineer and number submittals consecutively beginning with 1. Re-submittals shall retain the original number with an added suffix starting with "A". Said form shall include the name of the Project Engineer and the Project Name. It shall also clearly indicate the Item Description, Manufacturer, Specification Section Reference and Drawing Sheet Number(s) Reference. All submittals shall be certified by the Contractor for completeness and for compliance with the contract documents with the following Certification: I hereby certify that all material submitted has been checked for completeness, for correctness, and for compliance with the drawings and specifications, that field dimensions and conditions have been verified, and that exceptions, if any are clearly noted. Allow a 3 x 4 space on the form for the City s Submittal Stamp. Transmit all submittals to City of Napa, P.O. Box 660, 1600 First Street, Napa, CA , Attn.: Neil Mathiesen, Junior Engineer. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Materials shall include full compensation for providing all labor, materials, shipping, postage, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor BUY AMERICA REQUIREMENTS Attention is directed to the "Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041(a) and 1048(a), and the regulations adopted pursuant thereto. In conformance with the law and regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the 19

31 work on this project shall occur in the United States; with the exception that pig iron and processed, pelletized and reduced iron ore manufactured outside of the United States may be used in the domestic manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating, galvanizing, painting, and other coating that protects or enhances the value of steel or iron materials shall be considered a manufacturing process subject to the "Buy America" requirements. A Certificate of Compliance, conforming to the provisions in Section , "Certificates of Compliance," of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, in addition to certifying that the materials comply with the specifications, shall specifically certify that all manufacturing processes for the materials occurred in the United States, except for the above exceptions. The requirements imposed by the law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of the materials used does not exceed one-tenth of one percent (0.1 percent) of the total contract cost or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of the foreign steel and iron prior to incorporating the materials into the work. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Materials shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. 5-4 LEGAL RELATIONS AND RESPONSIBILITIES INSURANCE Section B Insurance of the Standard Specifications is amended to read: B INSURANCE Without limiting Contractor's indemnification provided herein, Contractor shall take out and maintain at all times during the life of this contract the following policies of insurance with insurers with a current A.M. Best's rating of no less than A: VII, or its equivalent, against injury to persons or damage to property which may arise from or in connection with the performance of work hereunder by Contractor, its agents, employees or subcontractors: A. Workers' Compensation with statutory limits as required by the California Labor Code. Said policy shall contain, or be endorsed with, the following provisions: 1. The policy shall not be canceled without thirty (30) days prior written notice to City (10 days for non-payment of premium). 2. The policy shall provide for a waiver of subrogation against City, its officers, employees and agents. B. Commercial General Liability Insurance at least as broad as Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001) in an amount no less than $3,000,000 per project, or $3,000,000 per occurrence/$5,000,000 aggregate. If work involves explosives, underground or collapse risks, XCU must be included. The amount of any deductible or self-insured retention over $100,000 shall be declared to and security posted guaranteeing payment of losses and defense costs. Said policy shall contain, or be endorsed with, the following provisions: 1. The City, its officers, employees and agents, are covered as insureds for liability arising out of the operations performed by or on behalf of Contractor, including materials, parts or equipment furnished in connection with such work or operations, with coverage to include products and completed operations of Contractor and premises owned, occupied or used by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, agents and employees. 20

32 2. The policy shall not be canceled or materially reduced in coverage without thirty (30) days prior written notice to City (10 days for non-payment of premium). 3. For claims related to this project, the Contractor's insurance is primary coverage to the City, and any insurance or self-insurance programs maintained by the City is excess to Contractor's insurance and will not be called upon to contribute with it. 4. Any failure to comply with reporting or other provisions of the parties, including breach of warranties, shall not affect coverage provided to City, its officers, employees and agents. C. Automobile Liability, with coverage at least as broad as Insurance Services Office form number CA , Code 1 (any auto), in an amount of $ $3,000,000 per accident. The amount of any deductible or self-insured retention over $100,000 shall be declared to and approved by the City. Said policy shall contain, or be endorsed with the provision that coverage shall not be canceled or reduced in coverage without 30 days prior written notice to City (10 days for nonpayment of premium). D. Builders Risk/Course of Construction (as applicable for new building construction or additions to existing City buildings) written on an "all-risk" form, for 100% of the completed value on the insurable part of the project. The Builder's Risk policy shall provide for losses to be payable to City and the Contractor as their interests may appear and that in the event of payment for any loss under the coverage provided, the insurer shall have no rights of recovery against City and Contractor. E. Prior to City's execution of Agreement, Contractor shall provide properly executed Certificates of Insurance and Endorsements, signed by a person authorized by the insurer to bind coverage on its behalf, evidencing the insurance required herein in a form approved by the City. The amount of any policy deductible or self-insured retention over $100, shall be included. Upon City s written request, Contractor shall provide City with complete certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications. F. Contractor shall include all subcontractors as insureds under its policies or require subcontractors to secure and maintain insurance in accordance with all the requirements stated herein INDEMNIFICATION Section A Indemnification of the Standard Specifications is amended to read: A RESPONSIBILITY OF CONTRACTOR AND INDEMNIFICATION. City and each of its officers, employees, consultants and agents including, but not limited to, the Public Works Director and each City s representative, shall not be liable or accountable in any manner for loss or damage that may happen to any part of the Work; loss or damage to materials or other things used or employed in performing the Work; injury, sickness, disease, emotional injury, or death of any person; or damage to property resulting from any cause whatsoever except their sole negligence, willful misconduct or active negligence, attributable to performance or character of the Work, and Contractor releases all of the foregoing persons and entities from any and all such claims. To the furthest extent permitted by law (including without limitation California Civil Code Section 2782), Contractor shall assume defense of, and indemnify and hold harmless, City and each of its officers, employees, consultants and agents including, but not limited to, the Public Works Director and each City s representative (excluding agents who are design professionals), from claims, suits, actions, losses and liability of every kind, nature and description, including but not limited to claims and fines of regulatory agencies, or relating to claims, etc., for copyright and/or infringement of patent, and attorney s fees and consultant s fees, directly or indirectly, from any cause whatsoever, directly or indirectly, arising out of, connected with, or resulting from performance of the Work, failure to perform the Work, or condition of the Work which is caused in 21

33 whole or in part by any act or omission of Contractor, Subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether it is caused in part by the negligence of City or by any person or entity required to be indemnified hereunder. With respect to third-party claims against Contractor, Contractor waives any and all rights to any type of express or implied indemnity against City and each of its officers, employees, consultants, and agents including, but not limited to City, the Public Works Director and each City s representative. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of Contractor, its Subcontractors of any tier, or the officers or agents of any of them. To the furthest extent permitted by law (including, without limitation, Civil Code Section 2782), the indemnities, releases of liability and limitations of liability, claims, procedures, and limitations of remedy expressed throughout Contract Documents shall apply even in the event of breach of contract, negligence (active or passive), fault or strict liability of the party(ies) indemnified, released, or limited in liability, and shall survive the termination, rescission, breach, abandonment, or completion of the Work or the terms of the Contract Documents. The Contractor s obligation to defend and indemnify shall not be excused because of the Contractor s inability to evaluate liability or because the Contractor evaluates liability and determines that the Contractor is not liable to the claimant. The Contractor will respond within 30 days to the tender of any claim for defense and indemnity by the City, unless this time has been extended by the City. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, so much of the money due the Contractor under and by virtue of the contract as shall reasonably be considered necessary by the City, may be retained by the City until disposition has been made of the claim or suit for damages or until the Contractor accepts or rejects the tender of defense, whichever occurs first. The indemnities in the Contract Documents shall not apply to any indemnified party to the extent of its sole negligence or willful misconduct; nor shall they apply to City or other indemnified party to the extent of its active negligence LABOR NONDISCRIMINATION Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more PREVAILING WAGE Attention is directed to Section A(2), "Prevailing Wage," of the Standard Specifications and to Appendix C of these Special Provisions for Federal Minimum Wage Rate information. The general prevailing wage rates determined by the Director of Industrial Relations are available from the California Department of Industrial Relations Internet Web Site at: Changes, if any, to the general prevailing wage rates will be available at the same location. 22

34 Attention is directed to the Federal minimum wage rate requirements in the appendix. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question PUBLIC SAFETY The Contractor shall provide for the safety of traffic and the public in conformance with the provisions in Section , "Public Safety," of the Standard Specifications and these Special Provisions. Attention is also directed to Section 12, Construction Area Traffic Control Devices, of the Standard Specifications for provisions concerning flagging and traffic handling equipment and devices used in carrying out the provisions of this Public Safety Section. The Contractor shall install temporary railing (Type K) between a lane open to public traffic and an excavation, obstacle or storage area when the following conditions exist: A. Excavations. The near edge of the excavation is twelve (12) feet or less from the edge of the lane, except: 1. Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public. 2. Excavations less than one (1) foot deep. 3. Trenches less than one (1) foot wide for irrigation pipe or electrical conduit, or excavations less than one foot in diameter. 4. Excavations parallel to the lane for the purpose of pavement widening or reconstruction. 5. Excavations in side slopes, where the slope is steeper than 1:4 (vertical:horizontal). 6. Excavations protected by existing barrier or railing. B. Temporarily Unprotected Permanent Obstacles. The work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or the Contractor, for the Contractor's convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. C. Storage Areas. Material or equipment is stored within 12 feet of the lane and the storage is not otherwise prohibited by the provisions of the Standard Specifications and these special provisions. The approach end of temporary railing (Type K), installed in conformance with the provisions in this section "Public Safety" and in Section , "Public Safety," of the Standard Specifications, shall be offset a minimum of 15 feet from the edge of the traffic lane open to public traffic. The temporary railing shall be installed on a skew toward the edge of the traffic lane of not more than one foot transversely to 10 feet longitudinally with respect to the edge of the traffic lane. If the 15 foot minimum offset cannot be achieved, the temporary railing shall be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules shall be installed at the approach end of the temporary railing. Temporary railing (Type K) shall conform to the provisions in Section , "Temporary Railing (Type K)," of the Standard Specifications. Temporary railing (Type K), conforming to the details shown on 1999 Standard Plan T3, may be used. Temporary railing (Type K) fabricated prior to January 1, 1993, 23

35 and conforming to 1988 Standard Plan B11-30 may be used, provided the fabrication date is printed on the required Certificate of Compliance. Temporary crash cushion modules shall conform to the provisions in "Temporary Crash Cushion Module" of these Special Provisions. Except for installing, maintaining and removing traffic control devices, whenever work is performed or equipment is operated in the following work areas, the Contractor shall close the adjacent traffic lane unless otherwise provided in the Standard Specifications, these Special Provisions, or approved by the Engineer: Approach Speed of Public Traffic {Posted Limit} Work Areas 30 to 45 Miles Per Hour Within 3 feet of a traffic lane The lane closure provisions of this section shall not apply if the work area is protected by permanent or temporary railing or barrier. When traffic cones or delineators are used to delineate a temporary edge of a traffic lane, the line of cones or delineators shall be considered to be the edge of the traffic lane, however, the Contractor shall not reduce the width of an existing lane to less than 10 feet without written approval from the Engineer. When work is not in progress on a trench or other excavation that required closure of an adjacent lane, the traffic cones or portable delineators used for the lane closure shall be placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. MEASUREMENT AND PAYMENT The contract lump sum price for Traffic Control shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, including furnishing and installing temporary railing (Type K) and temporary crash cushion modules, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor PRESERVATION OF PROPERTY Attention is directed to Section , "Preservation of Property," of the Standard Specifications and these Special Provisions. PLANTS Existing trees, plants, shrubs, lawns, other landscaping, irrigation equipment, and other private property that are not to be removed as shown on the plans or specified in these Special Provisions, and are injured or damaged by reason of the Contractor's operations, shall be replaced by the Contractor. The minimum size of tree replacement shall be no. 24 inch box and the minimum size of shrub replacement shall be 15 gallon container. Replacement tree(s) shall be planted in accordance to City Standard Detail T-1. Replacement ground cover plants shall be from flats and shall be planted 12 inches on center. Replacement of Carpobrotus ground cover plants shall be from cuttings and shall be planted 12 inches on center. Replacement planting shall conform to the requirements in Section , "Replacement," of the Standard Specifications. The Contractor shall water replacement plants in conformance with the provisions in Section , "Watering," of the Standard Specifications. Damaged or injured plants shall be removed and disposed of outside the highway right of way in conformance with the provisions in Section 7-l.13 of the Standard Specifications. At the option of the Contractor, removed trees and shrubs may be reduced to chips. Replacement planting of injured or damaged trees, shrubs, and other plants shall be completed prior to the start of the plant establishment period. Replacement planting shall conform to the provisions in Section , "Planting," of the Standard Specifications. 24

36 Replacement planting of injured or damaged trees, shrubs and other plants shall be completed prior to acceptance of the work and shall conform to the provisions in Section , Planting, of the Standard Specifications. MONUMENTS The Contractor shall be responsible for the protection of all existing survey monuments and control points. All monuments destroyed or damaged during construction shall be re-surveyed and replaced at the Contractor's expense as outlined in the Business and Professions Code, Section In the event the Contractor's operations destroy any of the Engineer's survey control points, the Contractor shall replace such control points at his expense, subject to verification by the Engineer. The cost of any such verification of the Engineer's survey control points will be deducted from any moneys due or to become due the Contractor. The Contractor will not be allowed any adjustment in contract time for such verification of survey control points by the Engineer. The Contractor shall be responsible for the recording of any Record of Surveys or other any other recorded documentation required for the re-survey and placement of the monument. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor PERMITS AND LICENSES GENERAL Attention is directed to Section Permits and Licenses of the Standard Specifications and these Special Provisions. The Contractor shall provide any and all licenses and permits required by the Work. The Contractor shall abide by any and all Federal, State, County and City Laws and Rules affecting the work and shall maintain all required protection for property, employees and the public and insurance in connection with same, for all of which he shall bear necessary expense. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, license and permit fees, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor SUBCONTRACTOR AND DBE RECORDS The Contractor shall maintain records showing the name and business address of each first-tier subcontractor. The records shall also show the name and business address of every DBE subcontractor, DBE vendor of materials and DBE trucking company, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all of these firms. DBE prime contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. Upon completion of the contract, a summary of these records shall be prepared on Final Report Utilization of Disadvantaged Business Enterprises - (DBE), First-Tier Subcontractors (Exhibit 17-F/Form CEM-2402) and certified correct by the Contractor or his authorized representative, and shall be furnished to the Engineer. The form shall be furnished to the Engineer within ninety (90) days from the date of contract acceptance. The amount of $10,000 will be withheld from payment until a satisfactory form is submitted. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Engineer showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation 25

37 to the Engineer showing the amount paid by DBE trucking companies to all firms, including owner-operators, for the leasing of trucks. If the DBE leases trucks from a non-dbe, the Contactor may count only the fee or commission the DBE receives as a result of the lease arrangement. The Contractor shall also obtain and submit documentation to the Engineer showing the truck number, owner's name, California Highway Patrol CA number, and if applicable, the DBE certification number of the owner of the truck for all trucks used during that month. This documentation shall be submitted on "Monthly DBE Trucking Verification" Form CEM-2404(F) DBE CERTIFICATION STATUS If a DBE subcontractor is decertified during the life of the project, the decertified subcontractor shall notify the Contractor in writing with the date of decertification. If a subcontractor becomes a certified DBE during the life of the project, the subcontractor shall notify the Contractor in writing with the date of certification. The Contractor shall furnish the written documentation to the Engineer. Upon completion of the contract, Disadvantaged Business Enterprises (DBE) Certification Status Change Form CEM-2403(F) indicating the DBE s existing certification status shall be signed and certified correct by the Contractor. The certified form shall be furnished to the Engineer within 90 days from the date of contract acceptance PERFORMANCE OF SUBCONTRACTORS The subcontractors listed by the Contractor in conformance with Section , Required Listing of Proposed Subcontractors, of the Standard Specifications, shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. UDBEs must perform work or supply materials as listed in the Local Agency Bidder - UDBE Commitment form specified under the section titled, "Disadvantaged Business Enterprise (DBE)," of these Special Provisions. Do not terminate a UDBE listed subcontractor for convenience and perform the work with your own forces or obtain materials from other sources without prior written authorization from the Agency. The Agency grants authorization to use other forces or sources of materials for requests that show any of the following justifications: 1. Listed UDBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. You stipulate a bond is a condition of executing the subcontract and the listed UDBE fails to meet your bond requirements. 3. Work requires a contractor s license and listed UDBE does not have a valid license under Contractors License Law. 4. Listed UDBE fails or refuses to perform the work or furnish the listed materials. 5. Listed UDBE's work is unsatisfactory and not in compliance with the contract. 6. Listed UDBE delays or disrupts the progress of the work. 7. Listed UDBE becomes bankrupt or insolvent. If a listed UDBE subcontractor is terminated, you must make good faith efforts to find another UDBE subcontractor to substitute for the original UDBE. The substitute UDBE must perform at least the same amount of work as the original UDBE under the contract to the extent needed to meet the UDBE goal. The substitute UDBE must be certified as a DBE at the time of request for substitution. The Agency does not pay for work or material unless it is performed or supplied by the listed UDBE, unless the UDBE is terminated in accordance with this section. 26

38 SUBCONTRACTING Attention is directed to the provisions in Section , "Subcontracting," and Section 2, Proposal Requirements and Conditions, and Section 3, Award and Execution of Contract, of the Standard Specifications and these Special Provisions. Pursuant to the provisions in Section of the Labor Code, the Labor Commissioner publishes and distributes a list of contractors ineligible to perform work as a subcontractor on a public works project. This list of debarred contractors is available from the Department of Industrial Relations web site at No subcontract releases the Contractor from the contract or relieves the Contractor of their responsibility for a subcontractor's work. If the Contractor violates Pub Cont Code 4100 et seq., the City may exercise the remedies provided under Public Contract Code The City may refer the violation to the Contractors State License Board as provided under Public Contract Code The Contractor shall perform work equaling at least thirty percent (30%) of the value of the original total bid with the Contractor s own employees and equipment, owned or rented, with or without operators. Each subcontract must comply with the contract. Each subcontractor must have an active and valid State contractor's license with a classification appropriate for the work to be performed (Bus & Prof Code, 7000 et seq.). Submit copies of subcontracts upon request by the Engineer. Before subcontracted work starts, submit a Subcontracting Request form. Do not use a debarred contractor; a current list of debarred contractors is available at the Department of Industrial Relations' Web site. Upon request by the Engineer, immediately remove and not again use a subcontractor who fails to prosecute the work satisfactorily. Each subcontract and any lower tier subcontract that may in turn be made shall include the "Required Contract Provisions Federal-Aid Construction Contracts" in Section 14 of these special provisions. Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from progress payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract. 5-5 PROSECUTION AND PROGRESS PROGRESS SCHEDULE Progress schedules will be required for this contract and shall conform to requirements of Section , Progress Schedule, of the Standard Specifications and these Special Provisions. The Contractor shall submit three (3) copies of initial schedules before or at the Preconstruction Conference. The Engineer will review schedules and if not acceptable return review copy within three (3) working days after the receipt. If required, Contractor shall resubmit revised schedules within three (3) working days after return of review copy. A Notice to Proceed may be issued, but work will not be allowed to commence until the City has reviewed and approved the schedule. A two-week rolling schedule shall also be updated and provided to the Engineer at the beginning of each work week. The two-week rolling schedule shall include the Contractor s proposed daily activities and location(s) of work during the coming two-week period. During the contract period, the Contractor shall also coordinate his activities daily with the Engineer. The Contractor shall provide scheduled updates as requested by the Engineer. During the contract period, the Contractor shall also coordinate his activities daily with the Engineer. 27

39 No progress payments will be made for any work if schedules are not provided to the Engineer pursuant to this section. MEASUREMENT AND PAYMENT The contract lump sum price paid for Mobilization shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor PROGRESS PAYMENTS Progress Pay quantities will be discussed and agreed on between the Contractor, project inspector and the Construction Engineer for both the City of Napa and the County of Sonoma portions of the work. Pay quantities will only be discussed with the Contractor and will not be discussed with subcontractors, unless the Contractor is present. All Progress Pay Applications will be created by the City of Napa. The Progress Pay Application will then be presented to the Contractor for signatures. Once the Progress Pay Application is fully executed by the Contractor and the City, the Pay Application will be sent forth to Finance for processing. Progress Payments will be made once per month and the last day for quantities to be added to the Progress Pay Application will be the last working day of the month. The City of Napa will prepare all Change Orders and the Change Orders must be fully executed by the last work day of the month to be included on the Progress Pay Application. All checks will be mailed via regular first class postage. Checks cannot be picked up in person. The City does not pay off invoices generated by the contractor s Office. The City of Napa Progress Pay Application will be the official payment document PAYMENT OF WITHHELD FUNDS Payment of withheld funds shall conform to Section , "Payment of Withheld Funds," of the Standard Specifications and these special provisions. Funds withheld from progress payments to ensure performance of the contract that are eligible for payment into escrow or to an escrow agent pursuant to Section of the California Public Contract Code do not include funds withheld or deducted from payment due to failure of the Contractor to fulfill a contract requirement PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS Attention is directed to the provisions in Sections and of the Public Contract Code and Section of the Business and Professions Code concerning prompt payment to subcontractors. A prime contractor or subcontractor shall pay any subcontractor not later than ten (10) days of receipt of each progress payment in accordance with the provision in Section of the California Business and Professions Code concerning prompt payment to subcontractors. The ten (10) days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agency s prior written approval. Any violation of Section shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This clause applies to both DBE and non-dbe subcontractors. 28

40 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS The Contractor shall return all moneys withheld in retention from the subcontractor within thirty (30) days after receiving payment for work satisfactorily completed, even if the other contract work is not completed and has not been accepted in conformance with Section , "Acceptance of Contract," of the Standard Specifications. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the Contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the Contractor or deficient subcontract performance or noncompliance by a subcontractor. The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal law (49CFR26.29) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agency s prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This clause applies to both DBE and non-dbe subcontractors WORKING DAYS AND HOURS OF WORK Attention is directed to Section Time of Completion of the Standard Specifications. Unless otherwise stated in these Special Provisions, construction activities throughout the entire duration of the project shall be limited to the hours of 7:00 a.m. to 6:00 p.m., Monday through Friday except legal holidays. Machines and equipment shall not be operated prior to 7:00 a.m. nor past 6:00 p.m. Materials or equipment shall not be delivered prior to 7:00 a.m. nor past 6:00 p.m. Machines or equipment shall not be cleaned or serviced past 6:45 p.m. The City of Napa recognized holidays (Appendix A) shall be used to determine the legal holidays. If the Contractor desires to work on Saturdays, Sundays, City holidays, or hours beyond those stated above, the Contractor shall submit a written request to the Engineer for approval. The request shall state the reason for the change in the working day or schedule, and shall be submitted a minimum of five (5) working days prior to the requested change. The Engineer shall approve or deny the request within three (3) working days and advise the Contractor in writing of his decision. The Engineer s decision shall be final. If the request is approved, the Contractor will be required to pay the cost of providing inspection services for the work being performed. If inspection services are not available for the requested change, the Engineer may deny the request TERMINATION OF CONTROL The following provisions shall apply in-lieu of Section , "Termination of Control" of the Standard Specifications: If, in the opinion of the Engineer, the Contractor has at any time during the life of the contract (a) failed to supply an adequate working force or equipment, or (b) failed to supply materials of specified quality, or (c) failed to comply with any other provisions of these specifications; to the extent that such failures violate the intent of the contract, the Engineer shall give notice thereof in writing to the Contractor and specify in said notice a day by which the Contractor shall attain full compliance with 29

41 the provisions of the contract relating to said failures. Should the Contractor fail to comply with said notice within the time specified, the Engineer shall have full power to temporarily suspend the operation of the contract pending final decision by the Engineer as to termination of the contract. Notice of temporary suspension shall be given to the Contractor in writing and a copy thereof shall be filed with the Engineer. Upon receipt of said temporary suspension notice, the Contractor's control of the work shall temporarily cease and the Contractor shall not work on any part of the contract. The Engineer shall, within fifteen (15) days of receipt of said notice of temporary suspension, decide whether sufficient grounds are present for termination of the Contractor's control over the work. Should the Engineer decide that the Contractor has failed to provide means for satisfactory compliance with the contract as directed by the Engineer, within the time specified in the notice to comply, the Engineer shall have the power to suspend the operation of the contract. Upon receiving notice of such suspension, the Contractor shall discontinue said work, or such parts of it as the Council may designate. Upon such suspension, the Contractor's control shall terminate and thereupon the Council or its duly authorized representative may take possession of all or any part of the Contractor's materials, tools, equipment and appliances upon the premises, and use the same for the purpose of completing said contract, and hire such force and buy or rent such additional machinery, tools, appliances and equipment and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the work and for the completion thereof; or may employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machinery or materials and purchase the materials contracted for, in such manner as the Engineer may deem proper; or the Engineer may annul and cancel the contract and relet the work or any part thereof. Any excess of cost arising therefrom over and above the contract price will be charged against the Contractor and his sureties, who will be liable therefore. In the event of such suspension, all money due the Contractor or retained under the terms of this contract shall be forfeited to the City, but such forfeiture will not release the Contractor or his sureties from liability for failure to fulfill the contract. The Contractor and sureties will be credited with the amount of money so forfeited toward any excess of cost over and above the contract price, arising from the suspension of the operations of the contract and the completion of the work by the City as above provided and the Contractor will be so credited with any surplus remaining after all just claims for such completion have been paid. On completion of the contract, the original Contractor shall be entitled to the return of all unused materials, equipment, tools, and appliances, except that the Contractor shall have no claim on account of unusual and ordinary depreciation, loss and wear and tear. In the determination of the question whether there has been any such non-compliance with the contract as to warrant the suspension or annulment thereof, the decision of the Engineer shall be binding on all parties to the contract PERFORMANCE OF SURETIES In the event of any termination as hereinbefore provided, the Engineer shall immediately give written notice thereof to the Contractor and to the Contractor's sureties, and the sureties shall have the right to take over and perform the contract; provided, however, that if the sureties, within five (5) days after receiving, said notice of termination, do not give the City written notice of their intention to take over the performance of the contract, and do not commence performance thereof within five (5) days after notice to the City of such election, the City may take over the work and prosecute the same to completion as hereinbefore provided FLOOD EVACUATION Contractor shall be prepared to evacuate the construction site during a Flood Watch issued by the National Weather Service. The Contractor shall, upon 10 hours notification by the Engineer that the National Weather Service has issued a Flood Warning for the Napa River or Napa Creek, evacuate the construction site. Evacuation shall include removal of all vehicles, equipment, tools, materials, personnel, stockpiled material (including earthwork), trash, etc. Removal shall mean relocation to an area outside the 30

42 limits of the flood plain, or to an onsite area acceptable to the Engineer, if such an area exists above expected flood elevations. Bridge falsework and constructed permanent improvements only may remain in place. In no event shall the Contractor allow any manmade object or substance to enter or contaminate the floodwaters. The Contractor shall conduct such a flood evacuation whenever so notified by the Engineer, and as many times as requested prior to final acceptance of the project. MEASUREMENT AND PAYMENT The contract lump sum price paid for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. 5-6 MEASUREMENT AND PAYMENT Attention is directed to Section , Partial Payments, and , Payment After Acceptance, of the Standard Specifications and these Special Provisions. The third paragraph of Section Partial Payments is amended to read: City of Napa Charter Section 102, Progressive Payments on Contracts, requires a retain ten percent (10%) retention on Public Works contracts. The City of Napa shall retain ten percent (10%) of the value of all work done, including Mobilization, as part security for the fulfillment of the contract by the Contractor. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work GUARANTEE The Contractor hereby guarantees that all work performed and materials provided under the contract will meet fully with the requirements of the contract documents. The Contractor guarantees all materials and workmanship against defects for a period of one year, unless noted otherwise, from the date of final acceptance of all work performed under the contract. Final acceptance as used herein shall be the filing of a Notice of Completion with the County Recorder by the City Engineer. The Contractor assumes responsibility for a similar one-year guarantee, unless noted otherwise, for all work and materials provided or performed by subcontractors, manufacturers, or suppliers. The Contractor hereby agrees that if, within a period of one year, unless noted otherwise, after final acceptance of the work performed under the contract, any portion of the work installed, constructed, or performed by him fails to fulfill any of the requirements of the contract, he will, without delay and with the least practicable inconvenience and without further cost to the City, repair or replace defective or otherwise unsatisfactory work or materials. Should the Contractor fail to act promptly in accordance with this requirement, or should the exigencies of the case require repairs or replacements to be made before the Contractor can be notified or can respond to notification, the City may at its option make the necessary repairs or replacements, or perform the necessary work, and the Contractor shall pay to the City the actual cost of such repairs plus 15 percent. The Contractor shall be responsible for the full expense incidental to making good any and all of the above guarantees and agreements. The above guarantees and agreements are covenants, the performance of which shall be binding upon the Contractor and his sureties. The final acceptance of the work shall be contingent upon a Contractor's guaranty which may be either an extension of the original Faithful Performance Bond or a separate Maintenance Bond in the amount of ten percent (10%) of the final contract price in favor of the City. Should the Contractor not file said bond as 31

43 required herein, City may retain the remaining ten percent (10%) of the final contract price as a cash bond for said One (1) Year period. MEASUREMENT AND PAYMENT The contract lump sum price for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor RECORDS The Contractor shall maintain cost accounting records for the contract pertaining to, and in such a manner as to provide a clear distinction between, the following six categories of costs of work during the life of the contact: A. Direct costs of contract item work. B. Direct costs of changes in character in conformance with Section C, "Changes in Character of Work," of the Standard Specifications. C. Direct costs of extra work in conformance with Section D, "Extra Work," of the Standard Specifications. D. Direct costs of work not required by the contract and performed for others. E. Direct costs of work performed under a notice of potential claim in conformance with the provisions in Section , "Notice of Potential Claim," of the Standard Specifications. F. Indirect costs of overhead. Cost accounting records shall include the information specified for daily extra work reports in Section C, "Records," of the Standard Specifications. The requirements for furnishing the Engineer completed daily extra work reports shall only apply to work paid for on a force account basis. The cost accounting records for the contract shall be maintained separately from other contracts, during the life of the contract, and for a period of not less than 3 years after the date of acceptance of the contract. If the Contractor intends to file claims against the Department, the Contractor shall keep the cost accounting records specified above until complete resolution of all claims has been reached. MEASUREMENT AND PAYMENT The contract lump sum price for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor EXTRA WORK/FORCE ACCOUNT Attention is directed to Section D Extra Work and Section Force Account Payment of the Standard Specifications and these Special Provisions. All extra work or force account work shall be completed upon written direction and approval from the City. All daily extra work reports (DEWR) shall be submitted to the project inspector by twelve (12) noon the following working day. The DEWR shall only list the labor, hours, materials and equipment used to perform the extra work. The DEWR reports shall be on triplicate forms. When the project inspector signs the form, he shall be given a copy for his records. If the project inspector is not available for review of the DEWR s, then the Contractor shall submit the form to the Engineer within the stated timeframe for approval. Completed billing for extra work, showing full cost extensions, shall be submitted to the project Engineer within fifteen (15) working days from the time the extra work was completed along with all backup invoices and material tags. 32

44 Contractor s DEWR form and billing as approved by the Engineer shall be submitted for approval at the preconstruction meeting. City shall approve forms or require modifications within three (3) working days after being submitted. SECTION 6 NOT USED SECTION 7 NOT USED SECTION 8 MATERIALS 8-1 MISCELLANEOUS CITY FURNISHED MATERIALS Attention is directed to Section , "State-Furnished Materials," of the Standard Specifications and these special provisions. The following materials will be furnished to the Contractor: A. None PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS The Department maintains the following list of Prequalified and Tested Signing and Delineation Materials. The Engineer shall not be precluded from sampling and testing products on the list of Prequalified and Tested Signing and Delineation Materials. The manufacturer of products on the list of Prequalified and Tested Signing and Delineation Materials shall furnish the Engineer a Certificate of Compliance in conformance with the provisions in Section , "Certificates of Compliance," of the Standard Specifications for each type of traffic product supplied. For those categories of materials included on the list of Prequalified and Tested Signing and Delineation Materials, only those products shown within the listing may be used in the work. Other categories of products, not included on the list of Prequalified and Tested Signing and Delineation Materials, may be used in the work provided they conform to the requirements of the Standard Specifications. Materials and products may be added to the list of Prequalified and Tested Signing and Delineation Materials if the manufacturer submits a New Product Information Form to the New Product Coordinator at the Transportation Laboratory. Upon a Departmental request for samples, sufficient samples shall be submitted to permit performance of required tests. Approval of materials or products will depend upon compliance with the specifications and tests the Department may elect to perform. PAVEMENT MARKERS, PERMANENT TYPE RETROREFLECTIVE WITH ABRASION RESISTANT SURFACE (ARS) 1. Apex, Model 921AR (4" x 4") 2. Ennis Paint, Models C88 (4" x 4"), 911 (4" x 4") and C80FH 3. Ray-O-Lite, Models "AA" ARS (4" x 4") and ARC Round Shoulder (4" x 4") 4. 3M Series 290 (3.5" x 4") 33

45 5. 3M Series 290 PSA 6. Glowlite, Inc Model 988AR (4" x 4") RETROREFLECTIVE WITH ABRASION RESISTANT SURFACE (ARS) (for recessed applications only) 1. Ennis Paint, Model 948 (2.3" x 4.7") 2. Ennis Paint, Model 944SB (2" x 4")* 3. Ray-O-Lite, Model 2002 (2" x 4.6") 4. Ray-O-Lite, Model 2004 ARS (2" x 4")* *For use only in 4.5 inch wide (older) recessed slots NON-REFLECTIVE, 4-INCH ROUND 1. Apex Universal (Ceramic) 2. Apex Universal, Models 929 (ABS) and 929PP (Polypropylene) 3. Glowlite, Inc. (Ceramic) and PP (Polypropylene) 4. Hi-Way Safety, Inc., Models P W and 2001Y (ABS) 5. Interstate Sales, "Diamond Back" (Polypropylene) 6. Novabrite Models Cdot (White) Cdot-y (Yellow), Ceramic 7. Novabrite Models Pdot-w (White) Pdot-y (Yellow), Polypropylene 8. Three D Traffic Works TD10000 (ABS), TD10500 (Polypropylene) PAVEMENT MARKERS, TEMPORARY TYPE TEMPORARY MARKERS FOR LONG TERM DAY/NIGHT USE (180 DAYS OR LESS) 1. Vega Molded Products "Temporary Road Marker" (3" x 4") TEMPORARY MARKERS FOR SHORT TERM DAY/NIGHT USE (14 DAYS OR LESS) (For seal coat or chip seal applications, clear protective covers are required) 1. Apex Universal, Model Filtrona Extrusion, Models T.O.M., T.R.P.M., and "HH" (High Heat) 3. Hi-Way Safety, Inc., Model 1280/ Glowlite, Inc., Model 932 STRIPING AND PAVEMENT MARKING MATERIAL PERMANENT TRAFFIC STRIPING AND PAVEMENT MARKING TAPE 1. Advanced Traffic Marking, Series 300 and Brite-Line, Series Brite-Line, "DeltaLine XRP" 4. Swarco Industries, "Director 35" (For transverse application only) 5. Swarco Industries, "Director 60" 6. 3M, "Stamark" Series 380 and

46 7. 3M, "Stamark" Series 420 (For transverse application only) TEMPORARY (REMOVABLE) STRIPING AND PAVEMENT MARKING TAPE (180 DAYS OR LESS) 1. Advanced Traffic Marking, Series Brite-Line, Series Garlock Rubber Technologies, Series P.B. Laminations, Aztec, Grade Swarco Industries, "Director-2" 6. Trelleborg Industries, R140 Series 7. 3M Series 620 "CR", and Series A M Series A145, Removable Black Line Mask (Black Tape: for use only on Hot mix asphalt surfaces) 9. Advanced Traffic Marking Black "Hide-A-Line" (Black Tape: for use only on Hot mix asphalt surfaces) 10. Brite-Line "BTR" Black Removable Tape (Black Tape: for use only on Hot mix asphalt surfaces) 11. Trelleborg Industries, RB-140 (Black Tape: for use only on Hot mix asphalt surfaces) PREFORMED THERMOPLASTIC (HEATED IN PLACE) 1. Flint Trading Inc., "Hot Tape" 2. Flint Trading Inc., "Premark Plus" 3. Ennis Paint Inc., "Flametape" CERAMIC SURFACING LAMINATE, 6" X 6" 1. Highway Ceramics, Inc. CLASS 1 DELINEATORS ONE PIECE DRIVEABLE FLEXIBLE TYPE, 66-INCH 1. Filtrona Extrusion, "Flexi-Guide Models 400 and 566" 2. Carsonite, Curve-Flex CFRM Carsonite, Roadmarker CRM FlexStake, Model 654 TM 5. GreenLine Model CGD1-66 SPECIAL USE TYPE, 66-INCH 1. Filtrona Extrusion, Model FG 560 (with 18-inch U-Channel base) 2. Carsonite, "Survivor" (with 18-inch U-Channel base) 3. Carsonite, Roadmarker CRM-375 (with 18-inch U-Channel base) 4. FlexStake, Model GreenLine Model CGD (with 18-inch U-Channel base) 35

47 6. Impact Recovery Model D36, with #105 Driveable Base 7. Safe-Hit with 8-inch pavement anchor (SH248-GP1) 8. Safe-Hit with 15-inch soil anchor (SH248-GP2) and with 18-inch soil anchor (SH248-GP3) SURFACE MOUNT TYPE, 48-INCH 1. Bent Manufacturing Company, Masterflex Model MF-180EX Carsonite, "Channelizer" 3. FlexStake, Models 704, 754 TM, and EB4 4. Impact Recovery Model D48, with #101 Fixed (Surface-Mount) Base 5. Three D Traffic Works "Channelflex" ID No W CHANNELIZERS SURFACE MOUNT TYPE, 36-INCH 1. Bent Manufacturing Company, Masterflex Models MF (Round) and MF (Flat) 2. Filtrona Extrusion, Flexi-Guide Models FG300PE, FG300UR, and FG300EFX 3. Carsonite, "Super Duck" (Round SDR-336) 4. Carsonite, Model SDCF03601MB "Channelizer" 5. FlexStake, Models 703, 753 TM, and EB3 6. GreenLine, Model SMD Hi-way Safety, Inc. "Channel Guide Channelizer" Model CGC36 8. Impact Recovery Model D36, with #101 Fixed (Surface-Mount) Base 9. Safe-Hit, Guide Post, Model SH236SMA and Dura-Post, Model SHL36SMA 10. Three D Traffic Works "Boomerang" 5200 Series LANE SEPARATION SYSTEM 1. Filtrona Extrusion, "Flexi-Guide (FG) 300 Curb System" 2. Qwick Kurb, "Klemmfix Guide System" 3. Dura-Curb System 4. Tuff Curb CONICAL DELINEATORS, 42-inch (For 28-inch Traffic Cones, see Standard Specifications) 1. Bent Manufacturing Company "T-Top" 2. Plastic Safety Systems "Navigator-42" 3. TrafFix Devices "Grabber" 4. Three D Traffic Works "Ringtop" TD7000, ID No Three D Traffic Works, TD Work Area Protection Corp. C-42 36

48 OBJECT MARKERS TYPE "K", 18-INCH 1. Filtrona Extrusion, Model FG318PE 2. Carsonite, Model SMD FlexStake, Model 701 KM 4. Safe-Hit, Model SH718SMA TYPE "K-4" / "Q" OBJECT MARKERS, 24-INCH 1. Bent Manufacturing "Masterflex" Model MF Filtrona Extrusion, Model FG324PE 3. Carsonite, "Channelizer" 4. FlexStake, Model 701KM 5. Safe-Hit, Models SH824SMA_WA and SH824GP3_WA 6. Three D Traffic Works ID No W and TD Three D Traffic Works ID No W CONCRETE BARRIER MARKERS AND TEMPORARY RAILING (TYPE K) REFLECTORS IMPACTABLE TYPE 1. ARTUK, "FB" 2. Filtrona Extrusion, Models PCBM-12 and PCBM-T12 3. Duraflex Corp., "Flexx 2020" and "Electriflexx" 4. Hi-Way Safety, Inc., Model GMKRM Plastic Safety Systems "BAM" Models OM-BARR and OM-BWAR 6. Three D Traffic Works "Roadguide" Model TD 9304 NON-IMPACTABLE TYPE 1. ARTUK, JD Series 2. Plastic Safety Systems "BAM" Models OM-BITARW and OM-BITARA 3. Vega Molded Products, Models GBM and JD 4. Plastic Vacuum Forming, "Cap-It C400" METAL BEAM GUARD RAIL POST MARKERS (For use to the left of traffic) 1. Filtrona Extrusion, "Mini" (3" x 10") 2. Creative Building Products, "Dura-Bull, Model 11201" 3. Duraflex Corp., "Railrider" 4. Plastic Vacuum Forming, "Cap-It C300" 37

49 CONCRETE BARRIER DELINEATORS, 16-inch (For use to the right of traffic) 1. Filtrona Extrusion, Model PCBM T Safe-Hit, Model SH216RBM CONCRETE BARRIER-MOUNTED MINI-DRUM (10" x 14" x 22") 1. Stinson Equipment Company "SaddleMarker" GUARD RAILING DELINEATOR (Place top of reflective element at 48 inches above plane of roadway) WOOD POST TYPE, 27-INCH 1. Filtrona Extrusion, FG 427 and FG Carsonite, Model FlexStake, Model 102 GR 4. GreenLine GRD Safe-Hit, Model SH227GRD 6. Three D Traffic Works "Guardflex" TD New Directions Mfg, NDM27 STEEL POST TYPE 1. Carsonite, Model CFGR-327 RETROREFLECTIVE SHEETING CHANNELIZERS, BARRIER MARKERS, AND DELINEATORS 1. Avery Dennison T-6500 Series (For rigid substrate devices only) 2. Avery Dennison WR-7100 Series 3. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 4. Reflexite, PC-1000 Metalized Polycarbonate 5. Reflexite, AC-1000 Acrylic 6. Reflexite, AP-1000 Metalized Polyester 7. Reflexite, Conformalight, AR-1000 Abrasion Resistant Coating 8. 3M, High Intensity TRAFFIC CONES, 4-INCH AND 6-INCH SLEEVES 1. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 2. Reflexite, Vinyl, "TR" (Semi-transparent) or "Conformalight" 3. 3M Series Avery Dennison S-9000C 38

50 DRUMS 1. Avery Dennison WR Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 3. Reflexite, "Conformalight", "Super High Intensity" or "High Impact Drum Sheeting" 4. 3M Series 3810 BARRICADES: TYPE I, MEDIUM-INTENSITY (TYPICALLY ENCLOSED LENS, GLASS-BEAD ELEMENT) 1. Nippon Carbide Industries, CN Avery Dennison, W 1100 series 3. 3M Series CW 44 BARRICADES: TYPE II, MEDIUM-HIGH-INTENSITY (TYPICALLY ENCLOSED LENS, GLASS-BEAD ELEMENT) 1. Avery Dennison, W-2100 Series SIGNS: TYPE II, MEDIUM-HIGH-INTENSITY (TYPICALLY ENCLOSED LENS, GLASS-BEAD ELEMENT) 1. Avery Dennison, T-2500 Series 2. Nippon Carbide Industries, Nikkalite SIGNS: TYPE III, HIGH-INTENSITY (TYPICALLY ENCAPSULATED GLASS-BEAD ELEMENT) 1. Avery Dennison, T-5500A and T-6500 Series 2. Nippon Carbide Industries, Nikkalite Brand Ultralite Grade II 3. 3M 3870 and 3930 Series SIGNS: TYPE IV, HIGH-INTENSITY (TYPICALLY UNMETALLIZED MICROPRISMATIC ELEMENT) 1. Avery Dennison, T-6500 Series 2. Nippon Carbide Industries, Crystal Grade, Series 3. Nippon Carbide Industries, Model No Fluorescent Orange 4. 3M Series 3930 and Series 3924S SIGNS: TYPE VI, ELASTOMERIC (ROLL-UP) HIGH-INTENSITY, WITHOUT ADHESIVE 1. Avery Dennison, WU Novabrite LLC, "Econobrite" 3. Reflexite "Vinyl" 4. Reflexite "SuperBright" 5. Reflexite "Marathon" 6. 3M Series RS20 SIGNS: TYPE VII, SUPER-HIGH-INTENSITY (TYPICALLY UNMETALLIZED MICROPRISMATIC ELEMENT) 1. 3M Series 3924S, Fluorescent Orange 2. 3M LDP Series

51 SIGNS: TYPE VIII, SUPER-HIGH-INTENSITY (TYPICALLY UNMETALLIZED MICROPRISMATIC ELEMENT) 1. Avery Dennison, T-7500 Series 2. Avery Dennison, T-7511 Fluorescent Yellow 3. Avery Dennison, T-7513 Fluorescent Yellow Green 4. Avery Dennison, W-7514 Fluorescent Orange 5. Nippon Carbide Industries, Nikkalite Crystal Grade Series Nippon Carbide Industries, Nikkalite Crystal Grade Model Fluorescent Orange SIGNS: TYPE IX, VERY-HIGH-INTENSITY (TYPICALLY UNMETALLIZED MICROPRISMATIC ELEMENT) 1. 3M VIP Series 3981 Diamond Grade Fluorescent Yellow 2. 3M VIP Series 3983 Diamond Grade Fluorescent Yellow/Green 3. 3M VIP Series 3990 Diamond Grade 4. Avery Dennison T-9500 Series 5. Avery Dennison, T9513, Fluorescent Yellow Green 6. Avery Dennison, W9514, Fluorescent Orange 7. Avery Dennison, T-9511 Fluorescent Yellow SPECIALTY SIGNS 1. Reflexite "Endurance" Work Zone Sign (with Semi-Rigid Plastic Substrate) ALTERNATIVE SIGN SUBSTRATES FIBERGLASS REINFORCED PLASTIC (FRP) AND EXPANDED FOAM PVC 1. Fiber-Brite (FRP) 2. Sequentia, "Polyplate" (FRP) 3. Inteplast Group "InteCel" (0.5 inch for Post-Mounted CZ Signs, 48-inch or less)(pvc) ALUMINUM COMPOSITE, TEMPORARY CONSTRUCTION SIGNS AND PERMANENT SIGNS UP TO 4 FOOT, 7 INCHES 1. Alcan Composites "Dibond Material, 80 mils" 2. Mitsubishi Chemical America, Alpolic 350 SECTION 9 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS APPLICATION OF PRICE INDEX Section of the Caltrans 2010 Standard Specification shall apply to the RHMA tonnage and Recycling Emulsion for the work in Sonoma County only.+the provision shall not apply to any other bid prices and shall not apply to any work in the City of Napa 40

52 SECTION 10 CONSTRUCTION DETAILS ORDER OF WORK: The Contractor shall complete the work of the Cold In-Place Pavement Recycling Project simultaneously in the City of Napa and the County of Sonoma Attention is directed to Section , Obstructions, of these Special Provisions. Prior to beginning any excavation, the Contractor shall pothole all buried utilities and other man-made objects throughout the proposed work area of work, check for conflicts, and provide the pothole data and written notice of any suspected conflicts between existing and proposed facilities to the Engineer. Said pothole data and written notice shall be provided not less than five business (5) days prior to beginning any such excavation. For longer facilities such as buried pipelines, the Contractor shall pothole at a number of locations that is adequate, in the opinion of the Engineer, to determine or verify the type, profile, size, and material of the facility. As the first order of work at the site, the Contractor shall furnish and erect Standard C18 Road Construction Ahead and Standard C13 End Construction signs to provide advance warning to the traffic at the job site. C18 and C13 signs shall also be installed along all side streets entering the work area. The Contractor shall submit a traffic control plan showing the exact locations of the signs and shall conform to the provisions in Section Maintaining Traffic of these Special Provisions. Prior to saw cutting of existing curb, gutter, sidewalk, driveway, and asphalt concrete for removal and up to the time the new improvements are opened to the public, the Contractor shall erect and maintain necessary signs and barricades as required in the sections titled Maintaining Traffic and Public Safety, of these Special Provisions and conform to the provisions in Section Maintaining Traffic of these Special Provisions. Attention is directed to "Pavement Markers" of these Special Provisions in connection with the waiting period before placing markers on the new asphalt concrete and Section 85 of the Standard Specifications. Before obliterating any pavement delineation (traffic stripes, pavement markings, and pavement markers) that is to be replaced on the same alignment and location, as determined by the Engineer, the pavement delineation shall be referenced by the Contractor, with a sufficient number of control points to reestablish the alignment and location of the new pavement delineation. The references shall include the limits or changes in striping pattern, including one and 2-way barrier lines, limit lines, crosswalks and other pavement markings. Contractor shall submit a striping plan of the existing striping layout, including all markings and details for all streets that do not have a striping plan included in the project plans. At those locations exposed to public traffic where guard railings or barriers are to be constructed, reconstructed, or removed and replaced, the Contractor shall schedule operations so that at the end of each working day there shall be no post holes open nor shall there be any railing or barrier posts installed without the blocks and rail elements assembled and mounted thereon. MEASUREMENT AND PAYMENT The contract lump sum price for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in controlling the order of work as described in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. The contract lump sum price for Traffic Control shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in all portions of this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. 41

53 MOBILIZATION: Mobilization shall conform to the provisions in Section 11, "Mobilization," of the Standard Specifications. MEASUREMENT AND PAYMENT - Full compensation for furnishing all labor, tools, equipment, material and incidentals and for doing all the work involved with conforming to the requirements of this section shall be considered as included in the contract lump sum price paid for Mobilization and no additional payment will be allowed therefor WATER POLLUTION CONTROL (City of Napa): Water pollution control work shall conform to the provisions in Section G, "Water Pollution," of the Standard Specifications and these Special Provisions. GENERAL The goal of these requirements is to prevent the pollution of storm water runoff from construction projects by keeping pollution out of storm drains, reducing the exposure and discharge of materials and wastes to storm water, and by reducing erosion and sedimentation. Storm drains discharge runoff directly to creeks and the river without treatment. The following requirements shall be met on all projects within the City of Napa. A. Non hazardous Material / Waste Management 1. Designated Area - The CONTRACTOR shall propose designated areas of the project site and any staging areas, for approval by the ENGINEER, suitable for material delivery, storage, and waste collection that, to the maximum extent practicable, are near construction entrances and away from catch basins, gutters, drainage courses and creeks. 2. Granular Material a. The CONTRACTOR shall store granular material at least ten feet away from catch basin and curb returns. b. The CONTRACTOR shall not allow granular material to enter the storm drains or creeks. c. When rain is forecast within 24 hours or during wet weather, the ENGINEER may require the CONTRACTOR to cover granular material with a tarpaulin and to surround the material with sand bags. 3. Dust Control a. The CONTRACTOR shall use reclaimed water to control dust on a daily basis or as directed by the ENGINEER. 4. Street Sweeping a. 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. 5. Recycling a. The CONTRACTOR shall recycle aggregate base material, asphalt concrete, and Portland cement concrete. b. In addition, to the maximum extent practicable, the CONTRACTOR shall reuse or recycle any useful construction materials generated during the project providing the material complies with State and Federal regulations. 6. Disposal 42

54 a. At the end of each working day, the CONTRACTOR shall collect all scrap, debris, and waste material, and dispose of such materials properly. b. The CONTRACTOR shall inspect dumpsters for leaks and contact trash hauling contractors to replace or repair dumpsters that leak. c. The CONTRACTOR shall not discharge water on-site from cleaning dumpsters. d. The CONTRACTOR shall arrange for regular waste collection before dumpsters overflow. B. Hazardous Material / Waste Management 1. Storage a. The CONTRACTOR shall label and store all hazardous materials, such as pesticides, paints, thinners, solvents, and fuels; and all hazardous wastes, such as waste oil and antifreeze; in accordance with the City of Napa Hazardous Materials Storage Ordinance and all applicable State and Federal regulations. b. The CONTRACTOR shall store all hazardous materials and all hazardous wastes in accordance with secondary containment regulations, and it is recommended that these materials and wastes be covered, as needed to avoid potential management of collected rain water as a hazardous waste. c. The CONTRACTOR shall keep an accurate, up-to-date inventory, including Material Safety Data Sheets (MSDSs), of hazardous materials and hazardous wastes stored on-site, to assist emergency response personnel in the event of a hazardous materials incident. 2. Usage a. When rain is forecast within 24 hours or during wet weather, the ENGINEER may prevent the CONTRACTOR from applying chemicals in outside areas. b. The CONTRACTOR shall not over-apply pesticides or fertilizers and shall follow material manufacturer s instructions regarding uses, protective equipment, ventilation, flammability, and mixing of chemicals. Over-application of a pesticide constitutes a label violation subject to an enforcement action by the Napa County Agriculture Department. 3. Disposal a. The CONTRACTOR shall arrange for regular hazardous waste collection to comply with time limits on storage of hazardous wastes. b. The CONTRACTOR shall dispose of hazardous waste only at authorized and permitted Treatment, Storage, and Disposal Facilities, and use only licensed hazardous waste haulers to remove the waste off-site, unless quantities to be transported are below applicable threshold limits for transportation specified in State and Federal regulations. C. Spill Prevention and Control 1. The CONTRACTOR shall keep a stockpile of spill cleanup materials, such as rags or absorbents, readily accessible on-site. 2. The CONTRACTOR shall immediately contain and prevent leaks and spills from entering storm drains, and properly clean up and dispose of the waste and cleanup materials. If the waste is hazardous, the CONTRACTOR shall handle the waste as described in section A.2.c above. 3. The CONTRACTOR shall not wash any spilled material into streets, gutters, storm drains, or creeks and shall not bury spilled hazardous materials. 4. The CONTRACTOR shall report any hazardous materials spill to City of Napa Dispatch at (707) D. Vehicle / Equipment Cleaning 43

55 1. The CONTRACTOR shall not perform vehicle or equipment cleaning on-site, in any staging area or in the street using soaps, solvents, degreasers, steam cleaning equipment, or equivalent methods. 2. 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 streets, gutters, storm drains, or creeks. E. Vehicle / Equipment Maintenance and Fueling 1. 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. 2. 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. 3. The CONTRACTOR shall keep a stockpile of spill cleanup materials, such as rags or absorbents, readily accessible on-site. 4. 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, as described in section A.2.c above. 5. The CONTRACTOR shall not wash any spilled material into streets, gutters, storm drains, or creeks and shall not bury spilled hazardous materials. 6. The CONTRACTOR shall report any hazardous materials spill to City of Napa Dispatch at (707) 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. 8. The CONTRACTOR shall recycle waste oil and antifreeze, to the maximum extent practicable. 9. The CONTRACTOR shall comply with Federal, State, and City requirements for aboveground storage tanks. F. Contractor Training and Awareness 1. The CONTRACTOR shall train all employees/ subcontractors on the storm water pollution prevention requirements contained in these Specifications. 2. The CONTRACTOR shall inform subcontractors of the storm water pollution prevention contract requirements and include appropriate subcontract provisions to ensure that these requirements are met. 3. The CONTRACTOR shall post warning signs in areas treated with chemicals. ACTIVITY-SPECIFIC REQUIREMENTS: The following requirements shall be met on all projects within the City of Napa that include the listed activities. A. Dewatering Operations 1. Sediment Control a. The CONTRACTOR shall route water through a control measure, such as a sediment trap, sediment basin, or Baker tank to remove settleable solids prior to discharge to the storm drain system. b. Approval of the control measure shall be obtained in advance from the ENGINEER. 44

56 c. Filtration of the water following the control measure may be required on a case-by-case basis d. If the ENGINEER determines that the dewatering operation would not generate an appreciable amount of settelable solids, the control measure requirement in 1) above may be waived. e. The CONTRACTOR shall reuse water for other needs, such as dust control or irrigation, to the maximum extent practicable. 2. Contaminated Groundwater a. If the project is within an area of known groundwater contamination, then water from dewatering operations shall be tested prior to discharge. If the water quality meets Regional Water Quality Control Board (RWQCB) standards, then it may be discharged to the storm drain. If the water quality meets City of Napa Municipal Code section 8.36, then it may be discharged to the sanitary sewer with prior approval from the Napa Sanitation District. Otherwise, the water shall be treated or hauled off-site for proper disposal. b. If the project is not within an area of known groundwater contamination, then monitoring shall only be required if directed by the ENGINEER. The CONTRACTOR shall follow section A.2.a above, if contamination is found. c. If the project is found to be within an area of groundwater contamination not identified by the City in the project specifications, a change order shall be negotiated to cover additional work performed by the CONTRACTOR pursuant to D Extra Work of the Standard Specifications. B. Paving Operations 1. Project Site Management a. When rain is forecast within 24 hours or during wet weather, the ENGINEER may prevent the CONTRACTOR from paving. b. The ENGINEER may direct the CONTRACTOR to protect drainage courses by using control measures, such as earth dike, straw waddles, and sand bag, to divert runoff or trap and filter sediment. c. The CONTRACTOR shall place drip pans or absorbent material under paving equipment when not in use. d. The CONTRACTOR shall cover catch basins and manholes when paving or applying seal coat, tack coat, slurry seal, or fog seal. 2. Paving Waste Management a. The CONTRACTOR shall not sweep or wash down excess sand placed as part of a sand seal or to absorb excess oil) into gutters, storm drains, or creeks. Instead, the CONTRACTOR shall either, collect the sand and return it to the stockpile, or dispose of it in a trash container. The CONTRACTOR shall not use water to wash down fresh asphalt concrete pavement. C. Saw Cutting 1. During saw cutting, the CONTRACTOR shall cover or barricade catch basins using control measures, such as filter fabric, straw bales, sand bags, and fine gravel dams, to keep slurry out of the storm drain system. When protecting a catch basin, the CONTRACTOR shall ensure that the entire opening is covered. 2. The CONTRACTOR shall shovel, absorb, or vacuum saw cut slurry and pick up the waste prior to moving to the next location or at the end of each working day, whichever is sooner. 3. If saw cut slurry enters catch basins, the CONTRACTOR shall remove the slurry from the storm drain system immediately. 45

57 D. Contaminated Soil Management 1. On all projects involving grading or excavation, the CONTRACTOR shall look for contaminated soil as evidenced by site history, discoloration, odor, differences in soil properties, abandoned underground tanks or pipes, or buried debris. If the project is not within an area of known soil contamination and no evidence of soil contamination is found, then testing of the soil shall only be required if directed by the ENGINEER. The CONTRACTOR shall follow section D.2 and D.3 below, if contamination is found. 2. If the project is within an area of known soil contamination or evidence of soil contamination is found, then soil from grading or excavation operations shall be tested. The soil shall be managed as required by the Napa County Environmental Health Department or other agency. 3. If the project is found to be within an area of soil contamination not identified by the City in the project specifications, a change order shall be negotiated to cover additional work performed by the CONTRACTOR pursuant to D Extra Work of the Standard Specifications. E. Concrete, Grout, and Mortar Waste Management 1. Material Management - The CONTRACTOR shall store concrete, grout, and mortar away from drainage areas and ensure that these materials do not enter the storm drain system. 2. Concrete Truck/Equipment Wash Out a. The CONTRACTOR shall not wash out concrete trucks or equipment into streets, gutters, storm drains, or creeks. b. The CONTRACTOR shall perform washout of concrete trucks or equipment off-site or in a designated area on-site where the water will flow onto dirt or into a temporary pit in a dirt area. The CONTRACTOR shall let the water percolate into the soil and dispose of the hardened concrete in a trash container. If a suitable dirt area is not available, then the CONTRACTOR shall collect the wash water and remove it off-site. F. Earthwork - The CONTRACTOR shall maximize the control of erosion and sediment by using the BMPs for erosion and sedimentation in the California Storm Water Best Management Practice Handbook Construction Activity. MEASUREMENT AND PAYMENT The contract lump sum price for Water Pollution Control (City of Napa) shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor PRE-CONSTRUCTION MEETING A Pre-Construction Meeting will be held after the contract is signed and prior to issuance of the Notice to Proceed. The Engineer will designate the time and place. The Prime Contractor (and major subcontractors as required) must attend the meeting. The Contractor s representative at this conference shall include all major superintendents for the work and may include major subcontractors. At, or prior to, this meeting the Prime Contractor must submit: 1. A copy of their City of Napa business license 2. A letter or memorandum designating the authorized representative who shall have authority to represent and act for the Contractor during the entire contract period 3. A letter or memorandum designating two 24-hour emergency contact persons and their telephone numbers. 4. A project schedule per the section titled Progress Schedule of these Special Provisions. 46

58 5. A traffic control plan per the section titled Maintaining Traffic of these Special Provisions 6. All Submittals MEASUREMENT AND PAYMENT The contract lump sum price for Mobilization shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor CONSTRUCTION SITE MANAGEMENT (County of Sonoma) Construction site management shall consist of controlling potential sources of water pollution before they come in contact with storm water systems or watercourses. The Contractor shall control material pollution and manage waste and non-storm water existing at the construction site by implementing effective handling, storage, use, and disposal practices. Attention is directed to "Water Pollution Control" of these special provisions regarding the Contractor's appointment of a water pollution control manager (WPCM) for the project. The Contractor shall train all employees and subcontractors regarding: A. Material pollution prevention and control; B. Waste management; C. Non-storm water management; D. Identifying and handling hazardous substances; and E. Potential dangers to humans and the environment from spills and leaks or exposure to toxic or hazardous substances. Training shall take place before starting work on this project. New employees shall receive the complete training before starting work on this project. The Contractor shall have regular meetings to discuss and reinforce spill prevention and control; material delivery, storage, use, and disposal; waste management; and non-storm water management procedures. Instructions for material and waste handling, storage, and spill reporting and cleanup shall be posted at all times in an open, conspicuous, and accessible location at the construction site. Nonhazardous construction site waste and excess material shall be recycled when practical or disposed of in accordance with the provisions in Section , "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications, unless otherwise specified. Vehicles and equipment at the construction site shall be inspected by the WPCM on a frequent, predetermined schedule and by the operator each day of use. Leaks shall be repaired immediately, or the vehicle or equipment shall be removed from the construction site. SPILL PREVENTION AND CONTROL The Contractor shall implement spill and leak prevention procedures when chemicals or hazardous substances are stored. Spills of petroleum products; substances listed under CFR Title 40, Parts 110, 117, and 302; and sanitary and septic waste shall be contained and cleaned up as soon as is safe. Minor spills involve small quantities of oil, gasoline, paint, or other material that can be controlled by the first responder upon discovery of the spill. Cleanup of minor spills includes: 47

59 A. Containing the spread of the spill, B. Recovering the spilled material using absorption, C. Cleaning the contaminated area, and D. Disposing of contaminated material promptly and properly. Semi-significant spills are those that can be controlled by the first responder with the help of other personnel. Cleanup of semi-significant spills shall be immediate. Cleanup of semi-significant spills includes: A. Containing the spread of the spill; B. Recovering the spilled material using absorption if the spill occurs on paved or an impermeable surface; C. Containing the spill with an earthen dike and digging up contaminated soil for disposal if the spill occurs on dirt; D. Covering the spill with plastic or other material to prevent contaminating runoff if the spill occurs during precipitation; and E. Disposing of contaminated material promptly and properly. Significant or hazardous spills are those that cannot be controlled by construction personnel. Notifications of these spills shall be immediate. The following steps shall be taken: A. Construction personnel shall not attempt to cleanup the spill until qualified staff have arrived; B. Notify the Engineer and follow up with a written report; C. Obtain the services of a spills contractor or hazardous material team immediately; D. Notify the local emergency response team by dialing 911 and county officials at the emergency phone numbers kept on the construction site; E. Notify the Governor's Office of Emergency Services Warning Center at (805) ; F. Notify the National Response Center at (800) regarding spills of Federal reportable quantities in conformance with CFR Title 40, Parts 110, 119, and 302; G. Notify other agencies as appropriate, including: Fire Department, Public Works Department, Coast Guard, Highway Patrol, City Police or County Sheriff Department, Department of Toxic Substances, California Division of Oil and Gas, Cal OSHA, or Regional Water Resources Control Board. The WPCM shall oversee and enforce proper spill prevention and control measures. Minor, semisignificant, and significant spills shall be reported to the Contractor's WPCM who shall notify the Engineer immediately. 48

60 The Contractor shall prevent spills from entering storm water runoff before and during cleanup. Spills shall not be buried or washed with water. The Contractor shall keep material or waste storage areas clean, well organized, and equipped with enough cleanup supplies for the material being stored. Plastic shall be placed under all equipment when not in use to catch drips. MATERIAL MANAGEMENT Material shall be delivered, used, and stored for this contract in a manner that minimizes or eliminates discharge of material into the air, storm drain systems, or watercourses. The Contractor shall implement the practices described in this section when taking delivery of, using, or storing the following materials: A. Hazardous chemicals including: Acids, Lime, Glues, Adhesives, Paints, Solvents, and Curing compounds; B. Soil stabilizers and binders; C. Fertilizers; D. Detergents; E. Plaster; F. Petroleum products including: Fuel, Oil, and Grease; G. Asphalt components and concrete components; and H. Pesticides and herbicides. The Contractor shall supply the Material Safety Data Sheet to the Engineer for material used or stored. The Contractor shall keep an accurate inventory of material delivered and stored at the construction site. Employees trained in emergency spill cleanup procedures shall be present when hazardous materials or chemicals are unloaded. The Contractor shall use recycled or less hazardous products when practical. MATERIAL STORAGE The Contractor shall store liquids, petroleum products, and substances listed in CFR Title 40, Parts 110, 117, and 302 in containers or drums approved by the United States Environmental Protection Agency, and place them in secondary containment facilities. Secondary containment facilities shall be impervious to the materials stored there for a minimum contact time of 72 hours. Throughout the rainy season secondary containment facilities shall be covered during nonworking days and when precipitation is predicted. Secondary containment facilities shall be adequately ventilated. 49

61 The Contractor shall keep the secondary containment facility free of accumulated rainwater or spills. After precipitation, or in the event of spills or leaks, accumulated liquid shall be collected and placed into drums within 24 hours. These liquids shall be handled as hazardous waste in accordance with the provisions in "Hazardous Waste" of these special provisions, unless testing determines them to be nonhazardous. Incompatible materials, such as chlorine and ammonia, shall not be stored in the same secondary containment facility. Materials shall be stored in the original containers with the original product labels maintained in legible condition. Damaged or illegible labels shall be replaced immediately. The secondary containment facility shall have the capacity to contain precipitation from a 24-hour-long, 25-year storm; and 10 percent of the aggregate volume of all containers, or all of the volume of the largest container within the facility, whichever is greater. The Contractor shall store bagged or boxed material on pallets. Throughout the rainy season, bagged or boxed material shall be protected from wind and rain during non-working days and when precipitation is predicted. The Contractor shall provide sufficient separation between stored containers to allow for spill cleanup or emergency response access. Storage areas shall be kept clean, well organized, and equipped with cleanup supplies appropriate for the materials being stored. The Contractor shall repair or replace perimeter controls, containment structures, covers, and liners as needed. Storage areas shall be inspected before and after precipitation, and at least weekly during other times. STOCKPILE MANAGEMENT The Contractor shall reduce or eliminate potential air and water pollution from stockpiled material including soil, paving material, or pressure treated wood. Stockpiles shall be located out of floodplains when possible, and at least 50 feet from concentrated flows of storm water, drainage courses, or inlets unless written approval is obtained from the Engineer. The Contractor may discontinue adding or removing material for up to 21 days and a stockpile will still be considered active. The Contractor shall protect active stockpiles with plastic or geotextile cover, soil stabilization measures, or with linear sediment barrier when precipitation is predicted. Active stockpiles of cold mix asphalt concrete shall be placed on an impervious surface and covered with plastic when precipitation is predicted. The Contractor shall protect inactive soil stockpiles with a plastic or geotextile cover, or with soil stabilization measures at all times during the rainy season. A linear sediment barrier around the perimeter of the stockpile shall also be used. During the non-rainy season soil stockpiles shall be covered and protected with a linear sediment barrier when precipitation is predicted. The Contractor shall control wind erosion during dry weather as provided in Section 10, "Dust Control," of the Standard Specifications. Stockpiles of Portland cement concrete rubble, asphalt concrete (AC), AC rubble, aggregate base, or aggregate sub-base shall be covered with plastic or geotextile, or protected with a linear sediment barrier at all times during the rainy season, and when precipitation is predicted during the non-rainy season. Stockpiles of cold mix asphalt concrete shall be placed on and covered with impermeable material at all times during the rainy season, and when precipitation is predicted during the non-rainy season. Stockpiles of pressure treated wood shall be covered with impermeable material and placed on pallets at all times during the rainy season, and when precipitation is predicted during the non-rainy season. The Contractor shall repair or replace linear sediment barriers and covers as needed or as directed by the Engineer to keep them functioning properly. Sediment shall be removed when it accumulates to 1/3 of the linear sediment barrier height. 50

62 WASTE MANAGEMENT SOLID WASTE The Contractor shall not allow litter or debris to accumulate anywhere on the construction site, including storm drain grates, trash racks, and ditch lines. The Contractor shall pick up and remove trash and debris from the construction site at least once a week. The WPCM shall monitor solid waste storage and disposal procedures on the construction site. The Contractor shall provide enough dumpsters of sufficient size to contain the solid waste generated by the project. Dumpsters shall be emptied when refuse reaches the fill line. Dumpsters shall be watertight. The Contractor shall not wash out dumpsters on the construction site. The Contractor shall provide additional containers and more frequent pickup during the demolition phase of construction. Solid waste includes: A. Brick, B. Mortar, C. Timber, D. Metal scraps, E. Sawdust, F. Pipe, G. Electrical cuttings, H. Non-hazardous equipment parts, I. Styrofoam and other packaging materials, J. Vegetative material and plant containers from highway planting, and K. Litter and smoking material, including litter generated randomly by the public. Trash receptacles shall be provided and used in the Contractor's yard, field trailers, and locations where workers gather for lunch and breaks. HAZARDOUS WASTE The Contractor shall implement hazardous waste management practices when waste is generated on the construction site from the following substances: A. Petroleum products, B. Asphalt products, C. Concrete curing compound, D. Pesticides, E. Acids, F. Paints, G. Stains, H. Solvents, I. Wood preservatives, J. Roofing tar, and K. Materials classified as hazardous by California Code of Regulations, Title 22, Division 4.5; or listed in CFR Title 40, Parts 110, 117, 261, or

63 Nothing in these special provisions shall relieve the Contractor of the responsibility for compliance with Federal, State, and local laws regarding storage, handling, transportation, and disposal of hazardous wastes. The WPCM shall oversee and enforce hazardous waste management practices. Production of hazardous materials and hazardous waste on the construction site shall be kept to a minimum. Perimeter controls, containment structures, covers, and liners shall be repaired or replaced when damaged. The Contractor shall have a laboratory certified by the Department of Health Services (DHS) sample and test waste when hazardous material levels are unknown to determine safe methods for storage and disposal. The Contractor shall segregate potentially hazardous waste from nonhazardous waste at the construction site. Hazardous waste shall be handled, stored, and disposed of as required in California Code of Regulations, Title 22, Division 4.5, Section ; and in CFR Title 49, Parts 261, 262, and 263. The Contractor shall store hazardous waste in sealed containers constructed and labeled with the contents and date accumulated as required in California Code of Regulations, Title 22, Division 4.5; and in CFR Title 49, Parts 172, 173, 178, and 179. Hazardous waste containers shall be kept in temporary containment facilities conforming to the provisions in "Material Storage" of these special provisions. There shall be adequate storage volume and containers shall be conveniently located for hazardous waste collection. Containers of hazardous waste shall not be overfilled and hazardous wastes shall not be mixed. Containers of dry waste that are not watertight shall be stored on pallets. The Contractor shall not allow potentially hazardous waste to accumulate on the ground. Hazardous waste shall be stored away from storm drains, watercourses, moving vehicles, and equipment. The Contractor shall clean water based or oil based paint from brushes or equipment within a contained area and shall not contaminate soil, watercourses, or storm drain systems. Paints, thinners, solvents, residues, and sludges that cannot be recycled or reused shall be disposed of as hazardous waste. When thoroughly dry, latex paint and paint cans, used brushes, rags, absorbent materials, and drop cloths shall be disposed of as solid waste. The Contractor shall dispose of hazardous waste within 90 days of being generated. Hazardous waste shall be disposed of by a licensed hazardous waste transporter using uniform hazardous waste manifest forms and taken to a Class I Disposal Site. A copy of the manifest shall be provided to the Engineer. CONTAMINATED SOIL The Contractor shall identify contaminated soil from spills or leaks by noticing discoloration, odors, or differences in soil properties. Soil with evidence of contamination shall be sampled and tested by a laboratory certified by DHS. If levels of contamination are found to be hazardous, the soil shall be handled and disposed of as hazardous waste. The Contractor shall prevent the flow of water, including ground water, from mixing with contaminated soil by using one or a combination of the following measures: A. Berms, B. Cofferdams, C. Grout curtains, D. Freeze walls, or E. Concrete seal course. If water mixes with contaminated soil and becomes contaminated, the water shall be sampled and tested by a laboratory certified by the DHS. If levels of contamination are found to be hazardous, the water shall be handled and disposed of as hazardous waste. CONCRETE WASTE 52

64 The Contractor shall implement practices to prevent the discharge of Portland Cement concrete, AC, waste into storm drain systems or watercourses. Portland cement concrete, AC, waste shall be collected at the following locations and disposed of: A. Where concrete material, including grout, is used; B. Where concrete dust and debris result from demolition; C. Where sawcutting, coring, grinding, grooving, or hydro-concrete demolition of Portland cement concrete, AC, creates a residue or slurry; or D. Where concrete trucks or other concrete-coated equipment is cleaned at the construction site. SANITARY AND SEPTIC WASTE Wastewater from sanitary or septic systems shall not be discharged or buried within the Department right of way. The WPCM shall inspect sanitary or septic waste storage and monitor disposal procedures at least weekly. Sanitary facilities that discharge to the sanitary sewer system shall be properly connected and free from leaks. The Contractor shall obtain written approval from the local health agency, city, county, and sewer district before discharging from a sanitary or septic system directly into a sanitary sewer system, and provide a copy to the Engineer. The Contractor shall comply with local health agency requirements when using an on-site disposal system. LIQUID WASTE The Contractor shall not allow construction site liquid waste, including the following, to enter storm drain systems or watercourses: A. Drilling slurries or fluids, B. Grease-free or oil-free wastewater or rinse water, C. Dredging, D. Liquid waste running off a surface including wash or rinse water, or E. Other non-storm water liquids not covered by separate permits. The Contractor shall hold liquid waste in structurally sound, leak proof containers such as: A. Sediment traps, B. Roll-off bins, or C. Portable tanks. Liquid waste containers shall be of sufficient quantity and volume to prevent spills and leaks. The containers shall be stored at least 50 feet from storm drains, watercourses, moving vehicles, and equipment. The Contractor shall remove and dispose of deposited solids from sediment traps as provided in "Solid Waste" of these special provisions, unless determined infeasible by the Engineer. Liquid waste may require testing to determine hazardous material content before disposal. Drilling fluids and residue shall be disposed of outside the highway right of way. If the Engineer determines that an appropriate location is available, fluids and residue exempt under California Code of Regulations, Title 23, Section 2511(g) may be dried by infiltration and evaporation in a leak proof container. The remaining solid waste may be disposed of as provided in "Solid Waste" of these special provisions. NON-STORM WATER MANAGEMENT 53

65 WATER CONTROL AND CONSERVATION The Contractor shall prevent erosion or the discharge of pollutants into storm drain systems or watercourses by managing the water used for construction operations. The Contractor shall obtain the Engineer's approval before washing anything on the construction site with water that could discharge into a storm drain system or watercourse. Discharges shall be reported to the Engineer immediately. The Contractor shall implement water conservation practices when water is used on the construction site. Irrigation areas shall be inspected and watering schedules shall be adjusted to prevent erosion, excess watering, or runoff. The Contractor shall shut off the water source to broken lines, sprinklers, or valves, and they shall be repaired as soon as possible. When possible, water from waterline flushing shall be reused for landscape irrigation. Paved areas shall be swept and vacuumed, not washed with water. Construction water runoff, including water from water line repair, shall be directed to areas to infiltrate into the ground and shall not be allowed to enter storm drain systems or watercourses. Spilled water shall not be allowed to escape water truck filling areas. When possible, the Contractor shall direct water from offsite sources around the construction site, or shall minimize contact with the construction site. ILLEGAL CONNECTION AND DISCHARGE DETECTION AND REPORTING The Contractor shall inspect the construction site and the site perimeter before beginning work for evidence of illegal connections, discharges, or dumping. Subsequently, the construction site and perimeter shall be inspected on a frequent, predetermined schedule. The Contractor shall immediately notify the Engineer when illegal connections, discharges, or dumping are discovered. The Contractor shall take no further action unless directed by the Engineer. Unlabeled or unidentifiable material shall be assumed to be hazardous. The Contractor shall look for the following evidence of illegal connections, discharges, or dumping: A. Debris or trash piles, B. Staining or discoloration on pavement or soils, C. Pungent odors coming from drainage systems, D. Discoloration or oily sheen on water, E. Stains or residue in ditches, channels or drain boxes, F. Abnormal water flow during dry weather, G. Excessive sediment deposits, H. Nonstandard drainage junction structures, or I. Broken concrete or other disturbances near junction structures. VEHICLE AND EQUIPMENT CLEANING The Contractor shall limit vehicle and equipment cleaning or washing on the construction site to that necessary to control vehicle tracking or hazardous waste. Vehicles and equipment shall not be cleaned on the construction site with soap, solvents, or steam until the Engineer has been notified. The resulting waste shall be contained and recycled, or disposed of as provided in "Liquid Waste" or "Hazardous Waste" of these special provisions, whichever is applicable. The Contractor shall not use diesel to clean vehicles or equipment, and shall minimize the use of solvents. The Contractor shall clean or wash vehicles and equipment in a structure equipped with disposal facilities. If using a structure is not possible, vehicles and equipment shall be cleaned or washed in an outside area with the following characteristics: A. Located at least 50 feet from storm drainage systems or watercourses, 54

66 B. Paved with AC, or Portland cement concrete, C. Surrounded by a containment berm, and D. Equipped with a sump to collect and dispose of wash water. When washing vehicles or equipment with water, the Contractor shall use as little water as possible. Hoses shall be equipped with a positive shutoff valve. Wash racks shall discharge to a recycle system or to another system approved by the Engineer. Sumps shall be inspected regularly, and liquids and sediments shall be removed as needed. All equipment and vehicles shall be parked upon a plastic tarp outside of the construction hours of operation. VEHICLE AND EQUIPMENT STORAGE, FUELING AND MAINTENANCE The Contractor shall fuel or perform maintenance on vehicles and equipment off the construction site whenever practical. When fueling or maintenance must be done at the construction site, the Contractor shall designate a site, or sites, and obtain approval from the Engineer before using. The fueling or maintenance site shall be protected from storm water, shall be on level ground, and shall be located at least 50 feet from drainage inlets or watercourses. The WPCM shall inspect the fueling or maintenance site regularly. Mobile fueling or maintenance shall be kept to a minimum. The Contractor shall use containment berms or dikes around the fueling and maintenance area. Adequate amounts of absorbent spill cleanup material and spill kits shall be kept in the fueling and maintenance area and on fueling trucks. Spill cleanup material and kits shall be disposed of immediately after use. Drip pans or absorbent pads shall be used during fueling or maintenance unless performed over an impermeable surface. Fueling or maintenance operations shall not be left unattended. Fueling nozzles shall be equipped with an automatic shutoff control. Vapor recovery fueling nozzles shall be used where required by the Air Quality Management District. Nozzles shall be secured upright when not in use. Fuel tanks shall not be toppedoff. The Contractor shall recycle or properly dispose of used batteries and tires. All equipment and vehicles shall be parked, staged, cleaned and or maintained upon a plastic tarp when not in operation. MATERIAL AND EQUIPMENT USED OVER WATER Drip pans and absorbent pads shall be placed under vehicles or equipment used over water, and an adequate supply of spill cleanup material shall be kept with the vehicle or equipment. Drip pans or plastic sheeting shall be placed under vehicles or equipment on docks, barges, or other surfaces over water when the vehicle or equipment will be idle for more than one hour. The Contractor shall provide watertight curbs or toe boards on barges, platforms, docks, or other surfaces over water to contain material, debris, and tools. Material shall be secured to prevent spills or discharge into water due to wind. STRUCTURE REMOVAL OVER OR ADJACENT TO WATER The Contractor shall not allow demolished material to enter storm water systems or watercourses. The Contractor shall use covers and platforms approved by the Engineer to collect debris. Attachments shall be used on equipment to catch debris on small demolition operations. Debris catching devices shall be emptied regularly and debris shall be handled as provided in "Waste Management" of these special provisions The WPCM shall inspect demolition sites within 50 feet of storm water systems or watercourses every day. PAVING, SEALING, SAWCUTTING, AND GRINDING OPERATIONS: 55

67 The Contractor shall prevent the following material from entering storm drain systems or water courses: A. Cementitious material, B. Asphaltic material, C. Aggregate or screenings, D. Grinding or sawcutting residue, E. Pavement chunks, or F. Shoulder backing. The Contractor shall cover drainage inlets and use linear sediment barriers to protect downhill watercourses until paving, sealing, sawcutting, or grinding operations are completed and excess material has been removed. Drainage inlets and manholes shall be covered during the application of seal coat, tack coat, slurry seal, or fog seal. During the rainy season or when precipitation is predicted, paving, sawcutting, and grinding operations shall be limited to places where runoff can be captured. Seal coat, tack coat, slurry seal, or fog seal operations shall not begin if precipitation is predicted for the application or the curing period. The Contractor shall not excavate material from existing roadways during precipitation. The Contractor shall vacuum up slurry from sawcutting operations immediately after the slurry is produced. Slurry shall not be allowed to run onto lanes open to public traffic or off the pavement. The Contractor shall collect residue from Portland cement concrete grinding operations with a vacuum attachment on the grinding machine. The residue shall not be left on the pavement or allowed to flow across the pavement. Material excavated from existing roadways may be stockpiled as provided in "Stockpile Management" of these special provisions if approved by the Engineer. AC chunks used in embankment shall be placed above the water table and covered by at least one foot of material. Substances used to coat asphalt trucks and equipment shall not contain soap, foaming agents, or toxic chemicals. Thermoplastic Striping and Pavement Markers: Thermoplastic striping and preheating equipment shutoff valves shall work properly at all times when on the construction site. The Contractor shall not preheat, transfer, or load thermoplastic within 50 feet of drainage inlets or watercourses. The Contractor shall not fill the preheating container to more than 6 inches from the top. Truck beds shall be cleaned daily of scraps or melted thermoplastic. The Contractor shall not unload, transfer, or load bituminous material for pavement markers within 50 feet of drainage inlets or watercourses. All pressure shall be released from melting tanks before removing the lid to fill or service. Melting tanks shall not be filled to more than 6 inches from the top. The Contractor shall collect bituminous material from the roadway after marker removal. CONCRETE FINISHING The Contractor shall collect and dispose of water and solid waste from high-pressure waterblasting. Drainage inlets within 50 feet shall be covered before sandblasting. The nozzle shall be kept as close to the surface of the concrete as possible to minimize drift of dust and blast material. Blast residue may contain hazardous material. Containment structures for concrete finishing operations shall be inspected for damage before each day of use and before predicted precipitation. Liquid and solid waste shall be removed from the containment structure after each work shift. MEASUREMENT AND PAYMENT The contract lump sum price for Water Pollution Control (County of Sonoma)shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified 56

68 in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor COOPERATION Cooperation shall conform to Section , Cooperation of the Standard Specifications. Attention is directed to Section , "Utility and Non-Highway Facilities," of the Standard Specifications. Attention is directed to the Section titled Maintaining Traffic of these Special Provisions regarding resident access to and from private property. MEASUREMENT AND PAYMENT The contract lump sum price for Mobilization shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor OBSTRUCTIONS Attention is directed to Section , "Utility and Non-Highway Facilities," and Section 15, "Existing Highway Facilities," of the Standard Specifications and these Special Provisions. 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 workers and of the public. Facilities requiring special precautions include, but are not limited to: conductors of petroleum products, oxygen, chlorine, and toxic or flammable gases; natural gas in pipelines greater than 6 inches in diameter or pipelines operating at pressures greater than sixty (60) pounds per square inch (gage); underground electric supply system conductors or cables, with potential to ground of more than 300 V, either directly buried or in a duct or conduit which do not have concentric grounded or other effectively grounded metal shields or sheaths. The Contractor shall notify the Engineer and the appropriate regional notification center for operators of subsurface installations at least two (2) working days, but not more than fourteen (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) Telephone Number (800) (800) The Contractor is responsible for contacting all utilities and requesting the individual facilities to be located, whether or not they are a member of Underground Service Alert (USA). MEASUREMENT AND PAYMENT The contract lump sum price for Mobilization shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor NOT USED CONSTRUCTION AREA TRAFFIC CONTROL DEVICES Flagging, signs, and all other traffic control devices furnished, installed, maintained, and removed when no longer required shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these Special Provisions. 57

69 Category 1 traffic control devices are defined as those devices that are small and lightweight (less than 45 kg), and have been in common use for many years. The devices shall be known to be crashworthy by crash testing, crash testing of similar devices, or years of demonstrable safe performance. Category 1 traffic control devices include traffic cones, plastic drums, portable delineators, and channelizers. If requested by the Engineer, the Contractor shall provide written self-certification for crashworthiness of Category 1 traffic control devices. Self-certification shall be provided by the manufacturer or Contractor and shall include the following: date, Federal Aid number (if applicable), expenditure authorization, district, county, route and kilometer post of project limits; company name of certifying vendor, street address, city, state and zip code; printed name, signature and title of certifying person; and an indication of which Category 1 traffic control devices will be used on the project. The Contractor may obtain a standard form for self-certification from the Engineer. Category 2 traffic control devices are defined as those items that are small and lightweight (less than 45 kg), that are not expected to produce significant vehicular velocity change, but may otherwise be potentially hazardous. Category 2 traffic control devices include: barricades and portable sign supports. Category 2 devices purchased on or after October 1, 2000 shall be on the Federal Highway Administration (FHWA) Acceptable Crashworthy Category 2 Hardware for Work Zones list. This list is maintained by FHWA and can be located at the following internet address: The Department maintains a secondary list at the following internet address: If requested by the Engineer, the Contractor shall provide a written list of Category 2 devices to be used on the project at least 5 days prior to beginning any work using the devices. For each type of device, the list shall indicate the FHWA acceptance letter number and the name of the manufacturer. MEASUREMENT AND PAYMENT The contract lump sum price for Traffic Control shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, including providing self-certification for crashworthiness of Category 1 traffic control devices and for providing a list of Category 2 devices used on the project and labeling Category 2 devices as specified, and no additional compensation will be allowed therefor CONSTRUCTION AREA SIGNS Construction area signs shall be furnished, installed, maintained, and removed when no longer required in conformance with the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these Special Provisions. Attention is directed to the provisions in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Type II retro-reflective sheeting shall not be used on construction area sign panels. Attention is directed to "Construction Project Information Signs" of these special provisions regarding the number and type of construction project information signs to be furnished, erected, maintained, and removed and disposed of. Prior to starting work, the Contractor shall (a minimum of 1 week in advance) call Underground Service Alert (USA), toll free, at (800) and provide USA with all necessary data relative to the proposed work. USA will accept calls and process information to participating agencies who have underground facilities in the area between the hours of 7:30 a.m. and 5:00 p.m. daily, except Saturdays, Sundays, and holidays. Between the hours of 5:00 p.m. and 7:30 a.m. calls will be recorded and then processed after 7:30 a.m. For emergency situations, after hours and on Saturdays, Sundays and holidays, the Contractor shall contact the organization owning the affected facility. Upon notification, agencies having facilities in the area of the proposed excavation will mark their locations in the field using USA standard colors and codes to identify the facility. 58

70 The Contractor will be required to work around public utility facilities and other improvements that are to remain in place within the construction area, or that are to be relocated and relocation operations have not been completed, and he will be held liable to the owners of such facilities or interference with services resulting from his operations. The existing facilities designated to be adjusted to grade by others will be adjusted by the respective owners after the surfacing or final grading is completed. The Contractor shall mark out reference points for all facilities designated to be adjusted in advance of the surfacing operation and shall clearly mark their location on the completed surfacing or finished grade within 4 hours after paving of each lift for paving, except if the lift of paving shall be covered up during the same work day, the utility marking shall only be required after the final paving lift for the day. The appropriate utility shall be notified at least two weeks in advance, of their needing to adjust their facilities to grade. The Contractor shall notify the appropriate regional notification center for operators of subsurface installations at least two (2) working days, but not more than fourteen (14) calendar days, prior to commencing 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) Telephone Number 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. 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" of these Special Provisions. The Contractor may be required to cover certain signs during the progress of the work. Signs that are no longer required or that convey inaccurate information to the public shall be immediately covered, removed, or the information shall be corrected. Covers for construction area signs shall be of sufficient size and density to completely block out the complete face of the signs. The retro-reflective face of the covered signs shall not be visible either during the day or at night. Covers shall be fastened securely so that the signs remain covered during inclement weather. Covers shall be replaced when they no longer cover the signs properly. The Contractor shall notify residents and property owners whose properties are adjacent to the work including side streets in writing forty-eight (48) hours (excluding weekends and holidays) prior to performing any work at the site. The notification form to be provided to residents and property owners shall be submitted to the City for review and approval. Attention is directed to the section titled Submittals, of these Special Provisions. Street parking may be restricted as necessary to facilitate construction activity. No Parking signs, as required, shall be placed by the Contractor forty-eight (48) hours in advance of the parking restriction. No Parking signs shall have the following information: Tow Away, No Parking Date of Restriction Time of Restriction Construction Zone Vehicles in Violation Subject to Tow at Owner s Expense 59

71 Napa Police Department: " or per Sonoma County CVC (1); CVC (L) No Parking signs shall have red letters on a white background. No Parking signs shall be spaced no more than thirty (30) feet apart. The first and last sign shall also be stenciled with the word "BEGIN" or "END", as appropriate, to delineate the limits of the no parking area. The City can provide preprinted No Parking signs at the Contractor s request for the City of Napa. The Contractor will not be allowed to restrict parking in all areas of the project for the entire duration of the project to facilitate their work. The placement of No Parking signs shall be conducted in a manner that reasonably reflects the location of the work at any given time during the project. The Contractor shall maintain or update information contained on the signs on a daily basis. In-lieu of provisions to the contrary in Sections , and 12 of the Standard Specifications, the following provisions shall apply: The cost of furnishing, installing, maintaining and removing signs, sign covers, lights, flares, temporary railing, barricades, flagmen, guards and all construction area traffic control devises shall be borne by the Contractor. MEASUREMENT AND PAYMENT The contract lump sum price for Traffic Control shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor MAINTAINING TRAFFIC Attention is directed to Sections , "Public Convenience," , "Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and to the provisions in the section titled "Public Safety" of these Special Provisions. Nothing in these Special Provisions shall be construed as relieving the Contractor from the responsibilities specified in the Standard Specifications. Lane closures shall conform to the provisions in section "Traffic Control System for Lane Closure" of these Special Provisions. The term closure, as used herein, is defined as the closure of a traffic lane or lanes, including ramp or connector lanes, within a single traffic control system. Bicycle traffic shall be maintained per these Special Provisions. The Contractor shall provide for the safe and orderly movement of traffic at all times during construction. On all streets, one lane in each direction shall be maintained at all times. Temporary street closures or providing only one lane for both directions may be approved by the Engineer provided adequate circulation is maintained and/or adequate flagmen and signage satisfactory to the Engineer is provided. Any lane closures shall be limited to the hours of 7:00 AM to 5:00 PM unless approved by the Engineer. Street closures and detours are not permitted under this contract The Engineer shall approve or deny the request within three (3) working days after the receipt of the request. If the street closure request is approved, then the Contractor shall notify the Police and Fire Department of the City, the Division of Forestry, local ambulance services, the V.I.N.E. Bus Service, Napa Garbage Service, Napa Valley Unified School District Transportation Department, and the U.S. Post Office in writing, forty-eight (48) hours in advance of all traffic control and keep the Fire Department posted at all times regarding available access to the streets. The Contractor shall also notify United Parcel Service (UPS), Federal Express, and other mail delivery services of planned lane/street closures and the current schedule. No vehicular detours will be allowed. Pedestrian detours, if required, shall be clearly signed and included on the traffic control plans supplied by the Contractor. 60

72 No street closures will be allowed overnight. Access for emergency vehicles shall be provided for at all times. Any repairs due to damage caused by emergency vehicle usage during the periods of street closure shall be paid for as extra work. The Contractor shall furnish, install, maintain, and remove barricades, lights and signs as required, and shall provide flagmen and other facilities to safeguard adequately the general public, local pedestrian and vehicle traffic, and the work as may be deemed necessary by the Engineer. Traffic signs, flashing lights, lighted arrow boards, barricades, temporary railings, and other traffic safety devices used to control traffic shall conform to the requirements of Section 12, Construction Area Traffic Control Devices, of the Standard Specifications and the current edition of the Manual of Uniform Traffic Control Devices (including the California Supplement). Flashing lights shall be provided on each barricade. Contractor shall inspect all safety devices at the beginning of each work day. The Contractor shall take extra care to minimize disruption to the adjacent residences/businesses during the progress of work. The Contractor shall provide access to all residences and/or businesses at all times during the progress of the work. It may be necessary for the Contractor to provide and place steel plating in order to provide access for vehicular traffic. The Contractor shall phase the work to ensure that access to each residence and business is provided at all times. Commercial driveways shall be provided with at least ten (10) feet wide of unobstructed opening at all times, except as outlined below. Subject to the notification of property owners and approved in advance by the Engineer in writing, temporary closure of driveways may be allowed per these Special Provisions. However, unless a driveway is being reconstructed, a driveway shall not remain closed outside of the hours of work as specified in Section , Working Days and Hours of Work, of these Special Provisions unless otherwise authorized by the Engineer. If a property has more than one (1) driveway, no more than one (1) driveway closure will be allowed at any time unless otherwise approved by the Engineer. In the case of driveway reconstruction, a driveway shall not remain closed or inaccessible for more than five (5) continuous working days, to allow for P.C.C. curing, unless otherwise authorized by the Engineer. Prior to closure of driveways, the Contractor shall coordinate and notify the property owner or resident at least twice of such closure. Closure notices shall be given to the property owner and/or resident twenty-four (24) hours and one (1) hour prior to each closure. A copy of the closure notice shall be furnished to the Engineer for review and approval prior to each closure. The Contractor shall file, with the Engineer and Police Department, the name and telephone number of his representative (provide minimum two contacts) to be notified after normal working hours and on weekends, in case of emergency. This information shall be provided at the Preconstruction Meeting. If a Preconstruction Meeting is not held, it shall be provided to the City prior to the start of work. The Contractor shall submit, prior to or at the Preconstruction Meeting, a traffic control plan which conforms to all requirements of these Special Provisions and the Standard Specifications. This plan shall include all lane closures, construction area signs, flag protection, changeable message signs, detours, and parking prohibitions. Traffic control plans shall conform to the most current edition of the California Manual on Uniform Traffic Control Devices for Streets and Highways. No work shall commence prior to the submittal and approval of a satisfactory traffic control plan. A traffic control plan shall not be deemed satisfactory unless it conforms to the requirements of the aforementioned manual. More than one traffic control plan may be required for different phases of the work, and each traffic control plan shall conform to the requirements of these Special Provisions and the Standard Specifications. At the end of each working day, if a difference in excess of 0.17 foot exists between the elevation of the existing pavement and the elevation of any excavation within eight (8) feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations, native material may be used for this purpose. The material shall be placed to the level of the elevation of the top of the existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation. In the case of PCC curb ramps, there shall be no difference between the elevation of the existing bottom of ramp and the elevation of the existing pavement; ADA compliance shall be maintained for areas open to the public. MEASUREMENT AND PAYMENT The contract lump sum price for Traffic Control shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work 61

73 involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, including the placement of material on a 4:1 slope, regardless of the number of times it is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans, and no additional compensation will be allowed therefor LANE CLOSURE REQUIREMENTS AND CONDITIONS Lane closures, if approved by the Engineer, shall conform to the provisions in "Maintaining Traffic" of these Special Provisions and the Standard Specifications. The term closure, as used herein, is defined as the closure of a traffic lane or lanes, including ramp or connector lanes, within a single traffic control system. LANE CLOSURE SCHEDULE By noon Monday, the Contractor shall submit a written schedule of planned lane closures accompanied with a Traffic Control Plan for the following week period, defined as Friday noon through the following Friday noon. The Closure Schedule shall show the locations and times when the proposed closures are to be in effect. Closure Schedules submitted to the Engineer with incomplete, unintelligible or inaccurate information will be returned for correction and resubmittal. The Contractor will be notified of disapproved closures or closures that require coordination with other parties as a condition of approval. Amendments to the Closure Schedule, including adding additional closures, shall be submitted to the Engineer, in writing, at least three (3) working days in advance of a planned closure. Approval of amendments to the Closure Schedule will be at the discretion of the Engineer. No lane closures will be allowed overnight TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE A traffic control system for lane closures, if approved by the Engineer, shall consist of closing traffic lanes and the provision of traffic detours, including but not limited to, furnishing, installing, maintaining and removal (when no longer required) of traffic control devises in accordance with the details shown on the plans, the provisions of Section 12, Construction Area Traffic Control Devices, of the Standard Specifications, and the provisions in the section titled Maintaining Traffic and Construction Area Signs in these Special Provisions and the Standard Specifications. The provisions in this section will not relieve the Contractor from the responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions in Section , Public Safety, of the Standard Specifications. If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair the component to its original condition or replace the component and shall restore the component to the original location. When lane closures are made for work periods only, at the end of each work period, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way shall be removed from the traveled way and shoulder. If the Contractor so elects, the components may be stored at selected central locations, approved by the Engineer, within the limits of the street right-of-way. The adjustment provisions in Section , "Changes," of the Standard Specifications shall not apply to the item of traffic control. Adjustments in compensation for traffic control will be made on a force account basis as provided in Section , "Force Account Payment," of the Standard Specifications for increased work and estimated on the same basis in the case of decreased traffic control required by changes ordered by the Engineer to pre-approved traffic control plans. 62

74 In-lieu of provision to the contrary in Sections , and 12 of the Standard Specifications, the following provisions shall apply: The cost of furnishing, installing, maintaining and removing signs, sign covers, lights, flares, temporary railing, barricades, flagmen, guards and all construction area traffic control devises shall be borne by the Contractor. MEASUREMENT AND PAYMENT The contract lump sum price paid for Traffic Control shall include full compensation for furnishing all labor (including flagging and signs), material, tools, equipment, and incidentals, and for doing all the work involved in conforming to the provisions of this Section, including but not limited to placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans, as specified in the Standard Specifications and these Special Provisions, as directed by the Engineer, and no additional compensation will be allowed therefor TEMPORARY PAVEMENT DELINEATION Temporary pavement delineation shall be furnished, placed, maintained, and removed in conformance with the provisions in Section , "General," of the Standard Specifications and these Special Provisions. Nothing in these Special Provisions shall be construed as reducing the minimum standards specified in the California Manual on Uniform Traffic Control Devices for Streets and Highways published by the Department or as relieving the Contractor from the responsibilities specified in Section , "Public Safety," of the Standard Specifications. Under this section, pavement delineation shall also include pavement legends and crosswalks. Whenever the work causes obliteration of pavement delineation, or when no pavement delineation existed prior to the Contractor s operations but said operations alter the typical pattern of traffic, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Laneline, centerline, and crosswalk pavement delineation shall be provided at all times for traveled ways open to public traffic. The Contractor shall provide for pavement delineation when traffic is allowed on aggregate base. The Contractor shall perform the work necessary to establish the alignment of temporary pavement delineation, including required lines or marks. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with a new pattern of temporary pavement delineation or permanent pavement delineation. Temporary pavement markers, including underlying adhesive, and removable traffic tape which are applied to the final layer of surfacing or existing pavement to remain in place or which conflicts with a subsequent or new traffic pattern for the area shall be removed when no longer required for the direction of public traffic, as determined by the Engineer. Whenever lanelines or centerlines are obliterated and temporary pavement delineation to replace the lines is not shown on the plans, temporary laneline or centerline delineation consisting entirely of temporary reflective pavement markers listed for short term day/night use (7 calendar days or less), shall be placed on longitudinal intervals of not more than twenty-four (24) feet and shall be used for a maximum of seven (7) calendar days on lanes opened to public traffic. Temporary reflective pavement markers shall be, at the option of the Contractor, one of the temporary pavement markers listed for short term day/night use (7 calendar days or less) or long term day/night use (6 months or less) in "Prequalified and Tested Signing and Delineation Materials" of these Special Provisions. Prior to the end of the seven (7) calendar days the permanent pavement delineation shall be placed. If the permanent pavement delineation is not placed within the seven (7) calendar days, the Contractor shall replace the temporary pavement markers and provide additional temporary pavement delineation and shall the cost thereof shall be borne upon the Contractor. The additional temporary pavement delineation to be provided shall be equivalent to the pattern specified for the permanent pavement delineation for the area, as determined by the Engineer. 63

75 Temporary pavement markers, including underlying adhesive, and removable traffic tape which are applied to the final layer of surfacing or existing pavement to remain in place or which conflicts with a subsequent or new traffic pattern for the area shall be removed when no longer required for the direction of public traffic, as determined by the Engineer. The temporary reflective pavement markers shall be placed in conformance with the manufacturer's instructions and shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place the pavement markers in areas where removal of the pavement markers will be required. MEASUREMENT AND PAYMENT The contract lump sum price paid for Traffic Control shall include full compensation for furnishing all labor (including flagging costs), material, tools, equipment, and incidentals, and for doing all the work involved in conforming to the provisions of this Section, including but not limited to placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans, as specified in the Standard Specifications and these Special Provisions, as directed by the Engineer, and no additional compensation will be allowed therefor CONSTRUCTION WATER Construction Water and applying watering shall conform to the provisions in Section 17, "Watering," of the Standard Specifications and these Special Provisions. Construction water for the work within Sonoma County shall be obtained legally through a provider of potable water Construction water for the work within the City of Napa will be per the following provisions. Water required for the project shall be taken through a hydrant meter supplied by the City of Napa for the work to be performed within the City of Napa. The backflow device provided with the hydrant meter must remain attached immediately behind the water meter with no exception. No direct connections to fire hydrants, use of unmetered water services, or unauthorized connections to the existing water system will be allowed. The Contractor is responsible for paying the deposit and fee and all quantity charges associated with the use of the hydrant meter and backflow device. Fees are to be paid at the City of Napa s Finance Department in City Hall at 955 School Street in Napa with the copy of the Construction Water Request Form. The Contractor who applies for the hydrant meter and backflow device is fully responsible for protecting the meter, backflow device, and hydrant serving the hydrant meter from damages. The Contractor s deposit will not be returned if the equipment is lost, damaged, or stolen, and the Contractor will be required to obtain a new working hydrant meter from the City with payment of a new deposit. The Contractor may not relocate a hydrant meter and backflow device. The Contractor shall contact the City s Corporation Yard at for hydrant meter relocation requests. The Contractor will be billed for each meter relocation. The Contractor shall additionally contact the City s Corporation Yard when they are finished with the hydrant meter and want to close the account. Upon return of the hydrant meter and backflow device in good working order and undamaged, $1,750 shall be refunded to the Contractor. Any repairs or damages to the hydrant meter and/or backflow device will be deducted from the refund. All equipment used for applying water shall be supplied by the Contractor and shall be equipped with a positive means of shutoff. One mobile unit, of at least 2,500 gallons capacity, shall be made available at the site for applying water upon reasonable notice to the Contractor by the Engineer. Water for compacting backfill material, base, and for dust control shall be applied by means of pressuretype distributors. The current fees for construction water as of January 19, 2011, are as follows: 64

76 Connection Charges: Hydrant Meter Deposit $ 1, Hydrant Meter Set Fee $ Moving Meter within Project $ Construction Water Rates: Each 1,000 gallons $ 5.78 Per week service charge $ MEASUREMENT AND PAYMENT The contract lump sum price for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor FINISHING WORK Finishing Work shall conform to the requirements of Section 22, Finish Roadway - Description, of the Standard Specifications and these Special Provisions. Topsoil for filling and grading between the curb and sidewalk and filling, grading, and shaping behind the curb and sidewalk, and within the project area shall be in conformance with Section Topsoil of the Standard Specifications, Section Landscaping Materials of the City Standard Specifications, and these Special Provisions. With the exception of work adjacent to curb ramps, any and all work that involves adjusting, resetting or replacing retaining walls, drainage systems, irrigation systems and landscaping, including grass or sod replacement, or any other facilities that were disturbed shall be included and a part of this section. Street sweeping (power broom sweeper) and cleanup of the roadway of all construction debris during the day as needed to control dust and debris at the end of each workday and weekends and holidays if necessary to control dust and debris shall be included and a part of this section. MEASUREMENT AND PAYMENT The contract lump sum price for Control of Work shall include full compensation for providing all labor, materials, tools, equipment and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor PORTABLE CHANGEABLE MESSAGE SIGNS Work includes furnishing, placing, operating, maintaining, and removing portable changeable message signs. Comply with Section "Portable Changeable Message Signs," of the Standard Specifications. Definitions useable shoulder area: Paved or unpaved contiguous surface adjacent to the traveled way with: Sufficient weight bearing capacity to support portable changeable message sign. Slope not greater than 6:1 (horizontal:vertical). Upon request, submit a Certificate of Compliance for each portable changeable message sign under Section , "Certificates of Compliance," of the Standard Specifications. 65

77 The Contractor shall furnish, maintain, and install Eight (8) changeable message signs for use on the project at a minimum within Napa. The signs shall be placed at locations designated by the Engineer and relocated and or messages shall be changed at the Engineer s discretion at no additional cost to the City. The Contractor shall furnish, maintain, and install Eight (8) changeable message signs for use on the project at a minimum within Sonoma. The signs shall be placed at locations designated by the Engineer and relocated and or messages changed at the Engineer s discretion at no additional cost to the City. Comply with the manufacturer's operating instructions for portable changeable message sign. Approaching drivers must be able to read the entire message for all phases at least twice at the posted speed limit before passing portable changeable message sign. You may use more than 1 portable changeable message sign to meet this requirement. Only display the message shown on the plans or ordered by the Engineer or specified in these special provisions. The text of the message displayed on portable changeable message sign must not scroll, or travel horizontally or vertically across the face of the message panel. Continuously repeat the entire message in no more than 2 phases of at least 3 seconds per phase. If useable shoulder area is at least 12 feet wide, the displayed message on portable changeable message sign must be minimum 18-inch character height. If useable shoulder area is less than 12 feet wide, you may use a smaller message panel with minimum 12-inch character height to prevent encroachment in the traveled way. Place portable changeable message sign as far from the traveled way as practicable where it is legible to traffic and does not encroach on the traveled way. Place portable changeable sign before or at the crest of vertical roadway curvature where it is visible to approaching traffic. Avoid placing portable changeable message sign within or immediately after horizontal roadway curvature. Where possible, place portable changeable message sign behind guardrail or temporary railing (Type K). Except where placed behind guardrail or temporary railing (Type K), use traffic control for shoulder closure to delineate portable changeable message sign. Signs shall be placed and activated a minimum of seven (7) days before work begins. Messages on the CMS boards shall be modified or changed at the Engineers direction, depending on the needs of the project. The Contractor shall have an employee available 24 hours a day, seven days a week to change the messages. Removal of portable changeable message signs will be at the direction of the Construction Engineer. The contract lump sum price paid for Changeable Message Board Signs shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in furnishing, placing, operating, maintaining repairing, transporting from location to location and removing portable changeable message signs, complete in place as specified in the Standard Specifications and these special provisions, as shown in the plans and as directed by the Engineer NOTICE TO AREA RESIDENTS The Contractor shall provide written notice to all residents and businesses affected by the construction relative to the Contractor s schedule of work, including the traffic control provisions during construction. The Contractor shall provide a copy of the notice to the City for approval at least 10 days prior to beginning work. The Notice to Area Residents shall be a door hanger type notice printed on heavy paper or cardboard. The dates of work shall match the work schedule provided to and approved the City. If the Contractor s schedule shall change to include dates of work beyond the dates indicated in the posted notices, the Contractor, and 2 contact 24 hour phone numbers shall re-post such notices at least 72 hours prior to commencing work on the changed schedule work. The contract lump sum price paid for Control of Work shall include full compensation for furnishing all labor, and incidentals and for doing all the work involved in furnishing, placing, Notices to Area Residents complete in place as specified in the Standard Specifications and these special provisions, as shown in the plans and as directed by the Engineer. 66

78 EXISTING HIGHWAY FACILITIES The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. Remove Pavement Marker: Existing pavement markers, including underlying adhesive, when no longer required for traffic lane delineation as determined by the Engineer, shall be removed and disposed of. Full compensation for removing and disposing of pavement markers and underlying adhesive shall be considered as included in the contract items of work involved and no separate payment will be made therefor. Remove Paint and Thermoplastic Pavement Marking; Pavement marking shall be removed at all locations and as directed by the Engineer. Attention is directed to "Water Pollution Control" of these special provisions. Waste from removal of thermoplastic pavement marking contains lead chromate in average concentrations less than 5 mg/l Soluble Lead or 1000 mg/kg Total Lead. The Contractor shall assume that the residue does not contain heavy metals in concentrations that exceed thresholds established by the California Health and Safety Code and Title 22 of the California Code of Regulations and is not regulated under the Federal Resource Conservation and Recovery Act (RCRA). thermoplastic may produce toxic fumes when heated. The Contractor shall prepare a project specific Lead Compliance Plan to prevent or minimize worker exposure to lead while handling removed white thermoplastic residue. Attention is directed to Title 8, California Code of Regulations, Section , "Lead," for specific Cal-OSHA requirements when working with lead. The Lead Compliance Plan shall contain the elements listed in Title 8, California Code of Regulations, Section (e)(2)(B). Before submission to the Engineer, the Lead Compliance Plan shall be approved by an Industrial Hygienist certified in Comprehensive Practice by the American Board of Industrial Hygiene. The Plan shall be submitted to the Engineer at least Ten (10) days prior to beginning removal of white thermoplastic. Prior to removing white thermoplastic pavement marking, personnel who have no prior training, including Agency personnel, shall complete a safety training program provided by the Contractor that meets the requirements of Title 8, California Code of Regulations, Section , "Lead," and the Contractor's Lead Compliance Program. Personal protective equipment, training, and washing facilities required by the Contractor's Lead Compliance Plan shall be supplied to City or County personnel by the Contractor. Nothing in these special provisions shall relieve the Contractor of the Contractor's responsibilities as specified in Section , "Public Safety," of the Standard Specifications. MEASUREMENT AND PAYMENT - The contract lump sum price paid for Lead Compliance Plan shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in preparing the Lead Compliance Plan, including paying the Certified Industrial Hygienist, and for providing personnel protective equipment, training, air monitoring, and medical surveillance, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract lump sum price for Pavement Striping Removal gs shall include full compensation for providing all labor, materials, tools, equipment,, training, hygienist, disposal costs and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor REMOVE EXISTING PAVEMENT Attention is directed to the section Maintaining Traffic, of these Special Provisions. The existing roadway shall be removed by cold planing or other excavation methods. If other excavation methods are used, the existing pavement shall be sawcut full depth prior to removing the pavement. Areas of existing roadway to be removed include, but are not limited to, pavement under cold plane areas at conforms and transitions, digouts, gravel driveways, larger areas to be removed at intersection, under 67

79 new truncated domes, etc. Not included is when removal is part of an item such as Remove and Replace HMA Berm or Remove and Replace PCC Curb and Gutter, etc. The Engineer, accompanied by the Contractor, shall mark the exact limits and record the dimensions of asphalt concrete to be removed and replaced. Unless otherwise authorized by the Engineer, any additional area removed and replaced beyond the limits as marked shall not be measured nor paid for. The Contractor and Engineer shall agree on the limits, area and quantities prior to the start of the removal. The Contractor shall be aware that the limits of the removal are various in width and length and may or may not be consistent with the width of the grinder. The City will not be responsible for Contractor error in removing material beyond the limits of the areas as marked in the field. All extra road sections removed beyond the limits marked are at the expense of the Contractor. If a grinder is used to excavate the existing pavement, the vertical edges perpendicular to the flow of traffic shall be prepared to a smooth vertical edge, full depth, after completion of excavation. Surfacing and base shall be removed without damage to surfacing that is to remain in place. Damage to or removal of surfacing which is to remain in place shall be repaired/replaced in accordance with the requirements of this Section. Surfacing and base material removed for the Contractor s convenience shall be at the Contractor's expense and will not be measured nor paid for. Removed materials shall be disposed of outside the highway right of way in conformance with the provisions in Section , "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. After removing the surfacing and base to the required uniform depth, the undisturbed granular material at the base of the excavation shall be compacted. Compaction shall consist of three passes on the subgrade material using the same compaction equipment that will be used for the placement of HMA or an alternative method approved by the Engineer. The subgrade material must be proof-rolled in the presence of and approved by the Engineer prior to the placement of any HMA. If the subgrade material, in the opinion of the Engineer, is unsuitable, the Engineer may direct the Contractor to remediate the subgrade under the Full-Depth HMA Stabilization Allowance item. Areas of base material which are low as a result of over excavation not ordered by the Engineer shall be filled, at the Contractor's expense, with HMA conforming to the section titled Hot Mix Asphalt, of these Special Provisions. After approval of the subgrade material by the Engineer, the Contractor shall prime horizontal and vertical surfaces with paint binder. Paint binder shall be applied to all horizontal and vertical edges of the repair area in accordance with the Caltrans June 2010 Section 39 requirements described under the Hot Mix Asphalt section of these Special Provisions. Lift thicknesses of asphalt concrete shall conform to the Section 3901 of the Standard Specifications, unless otherwise specified by the Engineer. All debris generated from this activity shall be hauled off-site at the end of each work day. Over excavated areas shall be backfilled with ½ Type A HMA MEASUREMENT AND PAYMENT Measurement shall be the surface area times the design depth. Quantities shall be measured and agreed upon with the Engineer prior to starting the excavation work. The Contractor shall not be paid for any overexcavation or the cost of backfilling with HMA. The contract cubic yard price paid Remove Existing Pavement shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in, but not limited to excavating, sawcutting, grinding, removing existing pavement and base material, and disposal of material as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer and no additional compensation will be allowed therefor. 68

80 FINAL CLEAN-UP Finishing Work shall conform to the requirements of Section 22, Finish Roadway - Description, of the Standard Specifications and these Special Provisions. Cleanup of the roadway of all construction debris at the end of each workday shall be included as part of this section. The Contractor shall remove all USA and other layout markings from the pavement or concrete surfaces by power washing or other means which do not harm or deteriorate the surface to remain. Before final inspection of the work, the Contractor shall clean the work and all ground occupied by him in connection with the work, of all rubbish, excess materials (including liquid asphalt), and equipment. The sidewalks and curbs shall be thoroughly swept clean of all dirt, dust and foreign material. All parts of the work shall be left in a neat and presentable condition. The contract lump sum price for Control of Work shall include full compensation for providing all labor, materials, tools, equipment, disposal costs and incidentals and for doing all the work involved in this section, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor COLD PLANING GENERAL Cold planing shall include all work necessary to remove existing asphalt and/or concrete pavement to a predetermined depth as indicated on the drawings. The work includes, but is not limited to, removal of the existing pavement adjacent to gutters, cross gutters, ends of overlays, equipment crossings, railroad crossings, and bridge approaches. EQUIPMENT The machine used for planing shall have performed satisfactorily on similar work and shall meet the following requirements: The planing machine shall be specifically designed and built for the planing of bituminous pavements without the addition of heat. It shall have the ability to plane Portland cement concrete patches in the bituminous pavement, or Portland cement concrete pavements. The cutting drum shall be a minimum of sixty inches wide and shall be equipped with carbide-tipped cutting teeth placed in a variable lacing pattern to produce the desired finish. The planning machine shall be track driven. The machine shall be capable of being operated at speeds of zero to forty feet per minute, it shall be self-propelled, and have the capability of spraying water at the cutting drum to minimize dust. The machine shall be operated in such a way so that no fumes or smoke will be produced. The machine shall be capable of removing the paving material next to curbs or gutters and be designed such that the operator thereof can at all times observe the planing operation without leaving the controls. The machine shall be adjustable for slope and depth and shall be equipped with a minimum 12 foot long grade beam and sonic sensing devices for controlling depth, grade control to a uniform surface free of high and low NSTRUCTION Cold plane asphalt shall be performed in accordance with the provisions of Section 42-2, Grinding, and the section titled Maintaining Traffic, of the Standard Specifications, the project plans, and these Special Provisions. Grinding shall also be referenced as planing. Grinding adjacent to gutters shall be performed from 2 to 6 below the existing gutter lip as shown on the plans. At some locations, the existing pavement may not be flush with the existing gutter lip and as a result the material above the gutter lip as well as material from 2 to 6 below the gutter lip shall be removed. The Contractor shall review the project site prior to bid to determine the actual amount of 69

81 material that needs to be ground. No additional compensation will be allowed for the additional material above the gutter lip that may have to be removed. Grinding shall be to the depth specified on the plans. The City shall verify the planed surface grade before the placement of the asphalt concrete base course. If the grade of the planed surface is lower than that specified on the plans, the Contractor shall incur any additional expense associated with the placement of the asphalt concrete base course up to the specified depth. Attention is directed to the section titled Asphalt Concrete, of these Special Provisions. Planing asphalt concrete pavement shall be performed by the cold planing method. Planing of the asphalt concrete pavement shall not be done by the heater planing method. The dimensions of the planed area shall be as indicated on the plans. The outside lines of the planed area shall be neat and uniform. Care shall be taken to avoid damage to adjacent improvements. Any damage to existing improvements shall be repaired immediately by the Contractor at the Contractor s expense. The Contractor shall provide for the protection in place of the existing PCC gutters, water valves, monument wells, sanitary sewer, storm drain, telephone, and other utility manhole frames and covers within the area being milled or cold planed..cold planing machines shall be equipment with a cutter head not less than sixty (60) inches in width and shall be operated so as not to produce fumes or smoke. The cold planing machine shall be capable of planing the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation. Planed widths of pavement shall be continuous except for intersections at cross streets where the planing shall be carried around corners to the curb return of the intersecting street or to the limits shown on the plans. When planing asphalt concrete to a depth of 4 to 6, the vertical edges perpendicular to the flow of traffic shall be prepared to a milled vertical edge, full depth, after completion of the planning operation. Where transverse joints are planed in the pavement at conform lines, no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic a temporary asphalt concrete taper shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 12:1 or flatter to the level of the planed area. Contractor shall maintain tapers continuously and at the direction of the Engineer. Asphalt concrete for temporary tapers shall be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Temporary asphalt concrete tapers shall be completely removed, including the removal of all loose material from the underlying surface, before placing the permanent surfacing. Such removed material shall be disposed of outside the highway rightof-way in accordance with the provisions in Section of the Standard Specifications. Operations shall be scheduled in conformance with the section titled Maintaining Traffic, of these Special Provisions. The roadway surface and all sidewalks and driveways shall be completely cleaned of all loose rock, dust and debris as a result of the cold planning operation. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way or sidewalks and on private property, shall be removed and disposed of outside the highway right-of-way in accordance with the provisions in Section , Disposal of Material, of the Standard Specifications, and Section , Disposal of Material, of these Special Provisions. Pavement to be cold planed may contain pavement fabric. Boring log information on plans will indicate, but not guarantee, whether or not pavement fabric was found under roadway pavements. LOWERING UTILITY COVERS 70

82 Prior to cold planing, all utility covers shall be lowered such that the cutting teeth of the planing machine passes over the adjusted lid without causing damage to the lid or frame. Contractor will be responsible for maintaining any temporary asphalt fill material over these facilities until the final paving surface is installed. The Contractor shall clearly mark or reference lowered sanitary sewer and water valves in case emergency access is required by the agency responsible for operation of the sewer and water system. The Contractor shall submit to the Engineer a detailed tie-out plan identifying all facilities to be adjusted in preparation of the lowering of iron for the paving operations. All existing facilities shall be located by GPS with accuracy of +/-2 cm or surveyed with a computer generated plan available for review. The plan shall identify all dimensions/coordinates and type of facility, for the tie-outs. The plan shall be submitted at least seventy-two (72) hours prior to lowering the facilities or any grinding of the existing asphalt concrete, whichever operations is scheduled first. Hand measured tie-out plans will not be accepted. The lowering and raising of all iron shall be all inclusive in the unit price per each type of iron. Payment for adjusting of iron will be made only after the completion of the iron being raised to grade after final paving has been completed. Partial payment for the lowering of iron will not be made. Payment will only be made when the iron is completely raised back to finish grade and paid for under the section Adjusting Iron to Grade. PAVEMENT REMOVAL All pavement areas called out for removal and replacement shall be cold planed or removed by other methods to the dimensions indicated on the plans or as marked in the field by the Engineer. Pavement against curb faces shall be removed to the full depth designated for that particular section of roadway. If pavement against curb faces cannot be removed by the planing machine, the Contractor shall use other means to remove this material. TRANSITIONS, TAPERS AND CONFORMS Cold planing along existing gutters at the edges of roadways will typically consist of constructing a tapered surface on the existing pavement between 1-3/4 to 2 cold milled depth at the gutter lip to the surface of the existing pavement at the width indicated on the plans. Remaining material at the gutter lips shall be removed to the depth of the adjacent milled surface after completion of cold planning. Where removal of existing pavement is specified for depths greater than 2 inches, Contractor has the option of cold milling these areas as well. This may include but not be limited to areas designated on the plans for Conform Type A, Drain Inlet Type A, Remove and Replace 0.42 HMA, and other items of work. Cold milling pavement greater than 1-3/4 inches in depth shall be included in the bid item Remove Existing Pavement as listed in the Bid Schedule and not under the Cold Planing item. The plans include tables which identify areas of remove existing pavement. TOLERANCES The pavement surface after cold planing shall be uniformly rough. The grade shall not deviate from a 12 foot straight edge more than 1/4 inch at any point. When multiple passes are required to create the cold planed surface, the maximum variation from a 12 foot straight edge shall be 1/4 inch high to 1/4 inch low. High points out of tolerance shall be re-planed to fall within tolerance. Low areas shall be filled with asphalt concrete as specified herein to meet tolerances. The cost of such correction of low areas shall be entirely the Contractors. REMOVAL AND DISPOSAL OF MATERIAL 71

83 During the cold planing operation, the Contractor shall sweep the roadway with mechanical equipment and remove all loose material from the project site until completion of the removal work. All material removed shall be considered the property of the Contractor and shall be removed and disposed of at the Contractor s expense. In addition to removing the cold planed asphalt concrete, the Contractor shall remove any slurry seal or asphalt concrete which is adhered to the top of the adjacent gutter, cross gutter, or spandrel. AIR POLLUTION CONTROL The Contractor shall take all necessary measures to avoid the dispersion of dust. Attention is directed to Subsection F of the Standard Specifications. TEMPORARY TRANSITIONS The Contractor shall construct temporary pavement transitions prior to allowing traffic onto cold planed pavement areas. Such transitions shall have a maximum slope of 20:1 and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the transition a clean notch remains. Temporary transitions are required along all planed edges at existing or new handicap access ramps. Temporary transitions shall also be provided along all planed edges with a drop off greater than 2 in depth at all paving conforms, cross gutters, and commercial and residential driveways. CORRECTION OF TEAR OUT AREAS If tear-out to the underlying layers occurs during the cold planing operation, the Contractor shall adjust his operation to minimize tear-out. Corrections shall include changing operation speed and replacing cutting teeth. Changes in cold planing depth shall only be made with approval of the Engineer. Areas torn out by lack of diligence on the Contractors part shall be corrected by placement of asphalt concrete conforming to the requirements of these Technical Provisions. Areas torn out due to preexisting adhesion problems in the existing asphalt concrete shall be corrected at the City s expense as directed by the Engineer. MEASUREMENT AND PAYMENT - Measurement and payment for Cold Planing shall be made on a square foot basis as listed in the Bid Schedule. Remove Existing Pavement shall be paid on a cubic yard basis as enumerated in the bid schedule. The measurement for Remove Existing Pavement shall be computed from the surface area limits agreed upon with the Engineer and the design depth as indicated on the plans. The plans include tables which show how Cold Planing is measured for the various items of work. The contract unit prices for the various cold planing items shall include full compensation for furnishing all labor, materials, tools, equipment, trucking, sweepers, dump site, and incidentals, and for doing all the work involved in cold planing asphalt concrete and disposing of planed material, irrespective of the number of passes required to obtain the depth and width as shown on the plans, including furnishing the asphalt concrete for and constructing, maintaining, removing, and disposing of temporary asphalt concrete tapers, as specified in the Standard Specifications, these Special Provisions, as directed by the Engineer, and no additional compensation will be allowed therefor COLD IN-PLACE RECYCLING (CIR) GENERAL Scope Of Work This work consists of milling the existing asphalt concrete pavement to the length, depth, and width as shown on the plans; mixing the cold milled material with emulsified recycling agent and other additives where required; then spreading and compacting the recycled pavement mixture to the lines and grades as specified in these special provisions and as shown on the plans. 72

84 The project consists of multiple roadway locations, in the City of Napa and in Sonoma County. For the purposes of these specifications, the CIR mix design and test strips, each location shall be required to be addressed separately from the other locations. Only one JITT and Pre-paving Conference will be required prior to work on the first location. Contractor Responsibility: General. The Contractor performing the Cold In-place Recycling (CIR) is responsible for all aspects of the CIR from mix design to final placement, compaction and protection. Should the Contractor use a subcontractor or subcontractors for various portions of the work that shall not relieve the Contractor of any responsibility for conforming with all requirements of this specification. The Contractor shall be responsible for preparing and submitting the mix design for cold in-place recycling as stipulated by these provisions, providing Quality Control of the cold in-place recycling process and provide documentation to the Engineer demonstrating conformance to the Contractor s Quality Control Program including: 1) equipment conformance with the specifications and calibration to required tolerances, 2) Quality control parameters for emulsified recycling agent and other CIR additives, 3) Conformance to Mix Design, 4) Placement of the recycled pavement to the grade and profile shown on the plans or as directed by the Engineer. The Agency will provide Quality Assurance testing. Submittal: At least 14 calendar days before beginning CIR work, submit the following: 1. Job Mix Formula a. Two 0.5 gallon cans of emulsified recycling agent with test results b. Certificate of Compliance i. Emulsified recycling agent ii. Recycling additive (if used) 2. Traffic Opening Contingency Plan (TOCP) 3. Just-In-Time-Training (JITT) a. Copy of course syllabus, handouts and presentation materials b. Instructor s name and experience c. Location of JITT training d. List of Contractor s staff, Subcontractor s staff (if applicable), QC personnel and Mix Design Laboratory Personnel with assignments for each person 4. Quality Control Plan 5. Lot Narrative Report 6. Mix Design Report Upon final paving, submit final profilograms for both initial measurements and measurements after correction (if any), Submit one electronic copy of the profile information in Microsoft Excel and.erd format. A colored scaled plot map shall also be submitted identifying the areas. Traffic Opening Contingency Plan (TOCP) 73

85 The Contractor shall provide a written contingency plan to repair and reopen the roadway at the end of normal working hours in the event of equipment failure or other events. As a minimum, the plan shall include the following: 1. Provide pavement using either HMA or Temporary Bituminous Surfacing. Suppliers who will provide ½ Type A HMA-PG and manpower to place using Method process. Temporary Bituminous Surfacing shall be commercial quality with ½ inch aggregate using SC-800 binder. 2. Equipment used to remove, grade or otherwise prepare roadway for paving 3. Assure that there is no longitudinal dropoff between lanes or shoulders or at joints with existing pavement. 4. Routing of Emergency vehicles, school buses, pedestrian traffic. Just In Time Training (JITT) and Pre-paving Conference The General Contractor will schedule the JITT training class for CIR and CIR paving techniques once all the submittals have been approved through the Construction Engineer. The pre-paving conference discusses the details of coordination between the Contractor, Testing, and Engineering personnel. The pre-paving conference shall be held immediately after the JITT training at the same location. No CIR work may occur until completion of the JITT by all required personnel. The cost of all JITT Training and the Pre-Pave conference shall be paid for by the Contractor. JITT must be: 1. Scheduled no more than 5 working days prior to beginning CIR work. Not on weekends or holidays hours minimum in length 3. Topics include a. Materials b. Equipment c. Placement d. Compaction e. Paving procedures f. Quality Control Testing, Procedures and Reporting g. Lab location 4. Mandatory Attendees a. Mix Design technician b. Contractor Quality Control staff c. Equipment Operators d. Contractor Crew e. Engineer s staff including Resident Engineer, Assistant Engineer or Technician Inspectors, and Testing Staff or consultants 5. Training location will be held within the City of Napa. 6. Instructor must issue CIR Training Certificates at conclusion of JITT Persons who have completed a JITT within 12 months of the project must submit CIR Training Certificates when requesting an exemption from attending the JITT. Just-In-Time Training shall not 74

86 relieve the Contractor of responsibility under the contract for the successful completion of the work in conformance with the requirements of the plans and specifications. The Pre-paving Conference shall discuss: 1. Overall project schedule 2. CIR milling and placement plan. Specifically address variable roadway widths and CIR proportioning control. 3. Equipment control and measurement devices including access for inspection staff. 4. Rate of delivery and placement. 5. Proposed lot sizes (3000 sy maximum) and marking location of lots in field, base plan of lots shall be provided. 6. Construction and approval of Test Strip 7. Engineer s inspection personnel and procedures 8. Review in detail Contractor s QCP including reports, formats, test reporting etc. 9. Review in detail Contractor s Traffic Opening Contingency Plan 10. Traffic Control and signage 11. Fog seal and sanding procedures and timing. 12. Other topics as proposed by Contractor or Engineer Contractor Quality Control Plan (QCP) Provide a quality control plan (QCP) that describes the organization, responsible parties and procedures Contractor will use to: 1. Control Quality 2. Addresses process control changes for variable width sections of CIR 3. Determine and inform the engineer when corrective actions are needed (action limits) 4. Implement corrective actions Perform inspection, sampling and testing at a rate sufficient to ensure that cold-in-place recycling moisture, placement, compaction and finishing complies with the specifications. The specified testing for each lot is a minimum effort. Testing shall continue until passing test or acceptable results are obtained. The Engineer shall have unrestricted access to the laboratory, sampling, testing sites, and all information resulting from mix design and quality control activities. All QC testing results shall be submitted to the Engineer on a daily basis. The work shall be divided into 3000 square yard maximum lots. The Contractor shall prepare base plan drawings using the project drawings indicating the boundaries of each lot, lot surface area, lot designation and beginning and ending stations of each lot. These QC drawings shall be submitted to the Engineer as a submittal with the QCP. All testing and inspection reports shall correlate with the designations of this plan. Upon completion of the work on each roadway, the Contractor shall provide a copy of the plans annotated to indicate the dates and limits of paving. Any special circumstances, repairs, etc. shall be annotated on the plan. The Contractor shall provide and maintain temporary lot boundary markers in the field for use by placement, testing and inspection personnel. All markers shall be in place on a roadway at the start of work each day. Measuring wheel accuracy is sufficient for locating lot boundaries in the field. Each lot shall have its own report consisting of a narrative report, and reports on Recycled Asphalt Pavement (RAP) processing, compaction, testing and fog seal/sanding with the date, lot designation and 75

87 stationing. The minimum number of contractor quality control personnel is three. assigned technician shall perform the following duties: 1. RAP processing testing technician 76 For each lot, the a. Measure and record mill depth at each end of the milling drum at least every 300 ft of longitudinal cut length b. Record beginning and end meter readings for emulsified recycling agent; record total tons used for lot. c. Record beginning and end meter readings for recycling additive (if used); record total tons used for lot d. Sample milled RAP after final processing prior to addition of emulsion e. Note changes or modifications during processing. Some sections of the pavement being recycled may require field adjustment for optimum results. For any changes made by the Contractor from one lot to the next, the Contractor shall document the reason for the change and identify each lot where such changes were made. f. Batch logs for cement or lime slurry production g. Report the following: i. Calculate weight of RAP in tons based on lot area and mill depth. ii. Compute percentage of applied recycling emulsion iii. Compute percentage of recycling additive (if used) h. At end of day, one of the technicians will monitor fog seal and sand placement and report the following: i. Lot numbers and total area covered ii. Beginning and end tank readings on distributor truck iii. Dilution data for asphaltic emulsion (fog seal) iv. Count loads of sand and estimate volume/weight of sand used v. Report the following: a. Total area fog sealed b. Application rate of fog seal c. Estimate application rate of sand vi. Beginning and completion times for fog seal and sanding vii. Final opening time to traffic 2. Compaction & Testing Technician a. Record ambient and compacted CIR surface temperatures. b. Determine initial test max density from test strip c. Determine in place density and relative compaction at 10 random locations. Use the maximum obtainable density determined on the initial test strip or subsequent test strips. d. Split RAP samples into two portions. Label with date, project data and lot number. Provide split samples to Engineer. e. On every third sample, perform wet field gradation for material passing the 1 inch through the No. 4 sieves. i. Report test results immediately to the Engineer

88 ii. Reprocess CIR or take corrective action if necessary for compliance iii. Adjust emulsified recycling agent if necessary f. Obtain two 0.25 gallon samples from each delivery of emulsified recycling agent. Collect Certificates of Compliance and material delivery tags. Label appropriately and provide one sample to Engineer at end of day. Emulsified recycling agent shall be sampled in plastic containers that are clean, dry, and sealed. The emulsified recycling agent sample shall be handled with care. g. Delivery weight tickets for recycling additive, sand and emulsion (fog seal). The reports by the RAP processing technician and compaction technician shall be provided to the Engineer within 24 hours of the placement of the CIR. Materials Cold Milled Asphalt Concrete Existing asphalt concrete pavement shall be cold milled, crushed and screened to conform to the following gradation before mixing with emulsified recycling agent: Sieve Sizes 1-inch 100 Percentage passing Graded millings shall uniformly be incorporated into the recycled pavement mixture and oversized or deleterious material shall be disposed of. Prior to cold milling or the roadway pavement for use as RAP, pavement markers and thermoplastic pavement markings shall be removed. Similar materials shall be removed from the Residual materials that cannot be completely removed from the processed RAP may be incorporated into the recycled mix upon approval of the Engineer after demonstration by the contractor that such materials will not adversely affect the performance, appearance or strength of the CIR pavement. Emulsified Recycling Agent The type of recycling emulsion to be used shall be determined by the mix design. A representative from the recycling emulsion supplier and or Contractor shall be at the job site at the beginning of the project to monitor the characteristics and performance of the recycling emulsion. Throughout the job the representative will be available to check on the project and make adjustments to the recycling emulsion formulation as required, such as to improve coating or adjust breaking properties. Emulsified recycling agent shall conform to the following requirements: 77

89 REQUIREMENT TEST METHOD MINIMUM MAXIMUM Tests on emulsion: Sieve test, % of weight sample AASHTO T59 (1) Residue by distillation, % AASHTO T59 (1) RAP Coating Test (min) AASHTO T59 (2) Good Tests on residue by distillation: Penet (Target Value) (3) AASHTO T49 (4) TV+/- 25% AASHTO T2171 (4) Report Only Note: 1 Modify AASHTO T59 - hold. 2 Mix emulsified recycling agent and water rates shall be determined by the mix design and with jobsite RAP. 3 Target value in JMF shall be determined by the mix design 4 Sieve residue from distillation on #20 sieve prior to determining viscosity Paving asphalt used to make the emulsified recycling agent shall conform to the requirements of the Performance Graded (PG) Asphalt Binder specified in AASHTO M320. The Certificate of Compliance shall indicate the target value for penetration and bending beam results. The Contractor shall provide current test results and a Certificate of Compliance for emulsified recycling agent at the time of mix design submittal and for each load delivered to the jobsite. Water Water may be added to facilitate the uniform mixing of the emulsified recycling agent and the cold milled material. Water used for cold in-place recycling shall be clean and free of foreign substances and shall not cause an adverse effect on either the emulsified recycling agent or the recycled pavement mixture. Water added by the milling machine shall be measured, and the rate of added water can be between 0.5 and 5.0 percent of water added by weight of the recycled pavement mixture per the approved mix design unless a greater variation has been directed by the person designated by the Contractor to make adjustments in the field. The quantity of residual recycling agent in the final recycled pavement mixture shall not vary due to the addition of water. Recycling Additives Portland Cement (Type I/II) or lime may be added to the cold in-place recycled pavement mixture as determined by the mix design. Lime shall conform to Section 90 of the Standard Specifications. Lime shall conform to the chemical requirements in ASTM C977 except it shall have a minimum of 90 percent available calcium oxide. Dry lime shall be high-calcium quicklime. Quicklime shall be supplied from a single source. Hydrated lime (dry or slurry), air slaked, by-product or waste lime is not permitted and will be rejected. Quicklime shall be protected from moisture until application and shall be sufficiently dry to flow freely when handled. At the time of the mix design submittal, the Contractor shall inform the Engineer of the process to be used for incorporating cement or lime into the recycling process. Portland Cement shall be limited to no more than 1.0 percent by dry weight of cold milled material. A Certificate of Compliance for each additive shall be submitted to the Engineer with along with a certified weight for each delivery. Mix Design 78

90 Submittal: At least 14 days prior to beginning the recycling operation, the contractor shall submit a cold in-place recycled asphalt concrete mix design to the Engineer. The mix design is for informational purposes only. The Contractor shall determine the rate of emulsified recycling agent and additive to be added to the cold milled reclaimed asphalt pavement as part of the mix design for the recycled pavement mixture. Reclaimed asphalt pavement used in the mix design shall be obtained directly from the project site either by coring or milling, as approved by the Engineer. Sufficient samples of existing asphalt concrete from the roadways shall be obtained to provide representative sample for each roadway. Based on the characteristics of the reclaimed asphalt pavement taken from the project site, more than one mix design may be required. The mix design for the recycled pavement mixture shall conform to the requirements Caltrans Lab Procedure 8 (LP-8), Method of Test for Determining the Percent of Emulsified Recycling Agent to Use of Cold Recycling of Asphalt Concrete. Cold In-Place Recycling Mix Requirements The recycled pavement mixture shall conform to the following quality requirements throughout cold inplace recycling operations: DESIGN PARAMETERS Gradation of Reclaimed Asphalt Pavement (RAP): CT 202 Asphalt Content of RAP: CT 362 or CT 379 or ASTM D 2172 Method B Bulk Specific Gravity of Compacted Samples (1)(2) : CT 308 Method C Maximum Theoretical Specific Gravity (2) : CT 309 (including provisions of Section J) Air Voids of Compacted and Cured Specimens (2) : CT 367 Part B Marshall Stability, Cured Specimen (2) : AASHTO T C (104 F) (min) Requirement 100% Passing 1-inch Report Report Report Report 1250 lb Marshall Retained Stability, AASHTO T 245, 40 C (104 F) Based (4) (2)(3) 70% on Moisture Conditioning on Cured Specimen (min) Ratio of Emulsion Residue to Cement (min) 3:1 Raveling Test, Section 9 of Lab Procedure 8, 10 C (50 F)(max) 7% RAP Coating Test, AASHTO T59 (min) (5) Notes: 1. 4-inch diameter mold compaction based on either 75 blow Marshall each side or gyratory compactor at 30 gyrations. 2. Measurement on specimens after 60 C (140 F) curing to constant weight for no less than 16 hours and no more than 48 hours. 3. Vacuum saturation of 55 to 75 percent, water bath at 25 C (77 F) for 23 hours, last 30 to 40 minutes in 40 C (104 F) water bath. 4. The Marshal Retained Stability ratio may be reduced to 60%, providing the saturated Marshall Stability is at least 1500 lbs. 5. Modify AASHTO T59 using jobsite RAP, emulsified recycling agent and water application rates that have been determined in the CIR mix design and submitted in job mix formula. 79

91 During the mix design, the Contractor shall determine the target values for penetration at 25 C and viscosity at 60 C of the emulsified recycling agent to be used in production of the recycled pavement mixture. The Contractor shall provide current test results for the emulsified recycling agent and additives at the time of the mix design. All mix design test results shall demonstrate compliance with the CIR mix requirements. The mix design report shall include: 1. Gradation(s) of dry RAP used in lab procedure. 2. RAP asphalt content 3. Recommended water content range as a percentage of dry RAP for each gradation used in the lab procedure. 4. Recommended emulsified recycling agent as a percentage by weight of dry RAP for each gradation used in the lab procedure. 5. Recommended quantity of additive as a percentage of dry RAP for each gradation used in the lab procedure (if used). 6. Corresponding density, air void level, absorbed water, Marshall stability, retained stability, and raveling at recommended moisture and emulsion contents for each gradation used in the lab procedure. 7. Compaction apparatus and procedure used to form the Marshall test specimens. 8. Target values for the emulsified recycling agent used in the CIR mixture for Penetration at 25 o C and Viscosity at 60 o C. 9. Process for incorporating additives (if used). 10. Preliminary estimates of time intervals between CIR mixing and compaction relative to ambient temperature. 11. For the emulsified recycling agent and any additives, the following shall be provided: a. Designation or product name b. Company name and location of manufacture c. Residue content for emulsified recycling agent d. Certificates of compliance accompanied with test results. Cold In-Place Recycling Equipment General The recycling train shall be capable of milling and crushing or sizing the existing asphalt pavement. The equipment used for mixing the cold millings with the emulsified recycling agent and additive shall be capable of producing a homogeneous and uniformly coated recycled pavement mixture. The equipment used for placement of the recycled pavement mixture shall be capable of placement to the lines, grades, and requirements specified in these special provisions and shown on the plans. The Contractor shall have available on the site of the work all equipment and materials to be used for recycling operations. The recycling train shall consist of the following major components as noted. Pavement Milling Machine The pavement milling machine shall be self-propelled. The primary milling equipment shall have a minimum 12.5-feet wide cutter capable of removing the existing pavement to the depths shown in the plans. Milling equipment shall be equipped with automatic depth controls capable of maintaining the cutting depth to within ¼-inch of the desired depth, and shall have a positive means for controlling cross 80

92 slope. The milling operation shall not disturb or damage the underlying material. The use of a heating device to soften the pavement will not be permitted. A smaller milling machine may be used to mill the shoulders and miscellaneous areas. Crushing or Sizing Equipment Crushing or sizing equipment shall be capable of producing reclaimed asphalt pavement to the size required prior to mixing millings with emulsified recycling agent. Mixing And Proportioning Equipment The mixing equipment shall be capable of mixing the cold milled reclaimed asphalt pavement, emulsified recycling agent, water, and any additives to produce a completely and uniformly mixed, homogeneous recycled pavement mixture. Pugmill The recycle train shall have a continuous pugmill mixing plant with a belt scale or integrated microprocessor control system to control the mass of the cold milled reclaimed asphalt pavement being delivered to the mixing chamber and automatic controls to obtain the proper amount of recycling agent and additives being delivered. The pugmill shall be equipped with paddles of a type and arrangement to provide sufficient mixing action and movement to the cold milled reclaimed asphalt pavement, emulsified recycling agent, and additive to produce properly mixed recycled pavement mixture. The cold milled reclaimed asphalt pavement shall be fed from the crushing or sizing equipment to the mixer at a uniform and controlled rate. Mixing shall continue until a thoroughly and uniformly coated recycled pavement mixture of unchanging appearance is produced at discharge from the mixer. Water Storage And Supply Equipment The recycle train shall have an independent source of water to properly disperse the emulsified recycling agent. Portland Cement Or Lime Slurry Storage And Supply Equipment Portland cement or lime slurry storage and supply equipment shall have agitators or similar equipment to keep the cement or lime slurry in suspension when held in the slurry feed tank. Cement or lime slurry shall be kept in suspension during transport using agitator equipment. Mixing And Spreading Of Cement And Lime Cement or lime slurry shall be produced at the jobsite as required by these specifications. The Contractor shall provide the Engineer with batch logs daily. Lime or cement slurry may be added directly to the pugmill or sprayed over the cutting teeth of the milling machine. Dry lime or cement shall be spread upon the existing asphalt concrete surface ahead of the recycling train. If lime or cement is spread ahead of the milling operation, the distance between the spreader and the recycling train shall be reduced appropriately during windy days. In no case shall additives be allowed to remain exposed at the end of the workday. Dust control measures shall be employed to minimize fugitive dust. No traffic other than the recycling equipment shall be allowed to pass over the spread additive until the recycling operation is complete. 81

93 Paving Equipment The processed recycled mixture shall be spread using a self-propelled paver having electronic grade and cross slope control for the screed. The equipment shall be of sufficient size and power to spread the recycled material in one continuous pass, without segregation, to the lines and grades established by the Engineer and according to Plans. Pavers shall have a minimum power of 170 Hp. Heating of the paver screed will not be permitted. The asphalt paver loading equipment shall be capable of picking up substantially all of the recycled pavement material and depositing it in the paving machine. The paving machine shall be equipped with automatic screed controls, which will allow the paving contractors to maintain sonic elevation control and slope control sonic trackers or laser receivers to match to existing surface with advanced screed controls for paving, The tracking beam shall be elevated above the ground with a minimum of 4 sensors and a minimum of a 24 foot beam. The leveling beam and sensors shall be used with each pass made. Compacting Equipment Compacting of the recycled mix shall be completed using self-propelled rollers, complete with properly operating scrapers and water spray systems. The number, weight and types of rollers shall be as necessary to obtain the required compaction. At a minimum the following rollers shall be used: 1. At least one pneumatic roller with a minimum weight of not less than 25 tons. 2. At least one double drum vibratory steel-wheeled roller weighing at least 10 tons. Rollers shall have a width of not less than 65-inches. Tires on the pneumatic rollers shall be evenly inflated and matched in size and profile so as to maximize compactive effort. Construction Working Conditions No cold in-place recycling work shall be performed during wet conditions, nor started if rain is imminent (20 percent chance of rain projected by NOAA within 24 hours) when the work is to be performed. No recycling work shall be performed unless the pavement temperature is a minimum of 60 F and ambient temperature is a minimum 50 F and rising. Recycling operations other than compaction shall be completed a minimum of 2 hours before sunset. The Contractor shall ensure that there is no gap of un-recycled pavement material created between successive cuts (along the same longitudinal cut line), nor wedges of un-recycled pavement material created by the entry of the milling drum into the existing material. Longitudinal joints between successive cuts shall overlap a minimum of 4-inches. Surface Preparation Before any recycling work begins, the Contractor shall prepare the existing roadway by: A. Removing from the roadway dirt, vegetation, standing water, combustible materials, oils, raised roadway markings, thermoplastic markings and striping, and other objectionable materials by sweeping, blading, or other approved method; B. Adjusting affected utilities down or accommodating for utilities prior to recycling in some other means to the satisfaction of the Engineer. C. Accurately referencing the profile and cross slope as shown on the plans for the finished surface of the recycled pavement material. 82

94 D. Cold planning transitions and conforms as required to accommodate the new HMA surface course as indicated on the drawings. Test Strip and Start Up Procedures On the first day of operations, the Contractor shall construct within the limits to be cold in-place recycled a test strip of a single vehicle lane width and between 700 and 1000 feet in length. The test strip section shall: A. Demonstrate that the equipment, materials, and processes proposed can produce a recycled pavement material layer that conforms to the requirements of these special provisions; B. Determine the optimal rates for emulsified recycling agents, additives, and water recommended for the reclaimed asphalt pavement; and C. Determine the sequence and manner of rolling necessary to obtain the density requirements of these special provisions. D. The Contractor shall provide a sequence and manner of rolling which will define maximum compaction by establishing a rolling vs. density chart that shows the progress of densification from initial laydown through maximum obtainable density at the break over point. The Contractor will determine relative compaction on the quantity within the test strip by measuring nuclear gage density. If the relative compaction of quantity within the test strip or any lot does not meet the density requirements of these special provisions, the Contractor shall construct additional test strips to define the maximum density obtainable for the millings being produced; the rates of emulsified recycling agents, additives, and water; and the site conditions. Cold in-place recycling operations may continue through the first day, unless the Contractor s equipment and process fail to meet the requirements for successful completion of cold in-place recycling operations in conformance with these special provisions. Recycling operations shall not continue until a test strip conforming to the special provisions has been constructed and approved by the Engineer. Test strips that do not conform to the special provisions shall be reworked, re-compacted, or removed and replaced at the Contractor's expense and to the satisfaction of the Engineer. Upon acceptance of the test strip by the Engineer, the Contractor shall use the same equipment, materials, and construction methods for the remainder of recycling operations, unless adjustments are made by the Contractor and approved by the Engineer. If adjustments are made, the Contractor will produce a new test strip to define the maximum density. Proportioning During the Cold In-Place Recycling Operation Cement or lime slurry shall be metered or weighed into the mass of the cold milled material using a mass flow, coriolis effect, type meter that will accurately measure the amount of cement or lime slurry to within 5 percent of the amount required by the mix design or as adjusted in the field. Dry spreading of lime or cement shall be by means of a mechanical spreader capable of spreading the additive at a prescribed weight per unit area. The spreader shall have working scales and distance measuring devices to control the spread rate as required by these special provisions. Emulsified recycling agent shall be metered or weighed into the mass of the cold milled material using a mass flow, coriolis effect, type meter that will accurately measure the amount of emulsified recycling agent to within 0.5 percent of the amount required by the mix design or as adjusted in the field. Spreading and Compaction Prior to pick up by the paver, remove and dispose of all visible oversized crack filler in the cold milled material or in the recycled pavement mixture. When a paving fabric is encountered during the recycling operation, the Contractor shall make the necessary changes in equipment or operations so that 83

95 incorporation of the shredded fabric in the recycled material does not affect gradation, or inhibit placing or compaction of the recycled material. No fabric piece incorporated into the recycled section shall have any dimension exceeding a length of 2 inches. The Contractor shall be required to remove and properly dispose of oversized pieces of paving fabric or as directed by the Engineer. The recycled pavement mixture shall be graded and compacted to the depth, lines, and grades established by the plans or Engineer and as required by these special provisions. The recycled pavement mixture shall exit from the mixing chamber in a manner that prevents particle segregation. Care shall be exercised while spreading to avoid segregation, tearing, or scarring of the final compacted surface. Rolling shall commence at a time interval following the milling, mixing, and spreading of the recycled pavement mixture as determined by the mix design or directed by the Contractor. Time intervals shall be based on ambient temperatures, weather, and type of emulsified recycling agent. When possible, rolling shall not be started or stopped on uncompacted material. Compacting of the recycled pavement mixture shall be completed using rollers meeting the requirements of these special provisions. The rolling pattern shall be changed and a new rolling pattern shall be established when: 1. Relative compaction cannot meet the requirements of these specifications. 2. There are changes in recycled pavement mixture or proportions. 3. There are changes in placement equipment or procedures. 4. There is a significant change in temperature or weather conditions or controlling factor. 5. There is major displacement and/or cracking of the recycled pavement mixture. The final compacted surface of the recycled pavement mixture shall be free of ruts, bumps, indentations, raveling, irregularities, or segregation and shall meet the smoothness requirements of these specifications. Cold in-place recycled asphalt concrete that does not conform to these special provisions shall be reworked, re-compacted, or removed and replaced at the Contractor's expense. Initial Compaction After compaction but prior to opening the roadway to traffic, the average in-place density shall be determined based upon nuclear gage readings at random locations. During in-place density testing of the compacted recycled pavement, the nuclear gauge shall be set to the recycled section thickness. The average in-place density shall be used to calculate the relative compaction for each lot. The relative compaction shall be not less than 95 percent or greater than 105 percent of the maximum density obtained in the test strip as required in these special provisions. If additional rolling does not achieve relative compaction, a new rolling pattern shall be established such that a new maximum density is determined. However, care should be taken not to over-roll the mat based on visual observations of check cracking or shoving. Opening to Traffic After initial compaction has been achieved, and prior to opening the recycled pavement mixture to traffic, the Contractor shall apply a fog seal of dilute (1:1) SS-1h emulsion, dilute emulsified recycling agent or equivalent at a rate of 0.08 to 0.12 gallon per square yard to all areas opened to traffic. Immediately following application of the fog seal, the cold in-place recycled pavement surface shall be covered with sand at a rate of 1.0 to 2.0 pounds per square yard. The exact rate will be determined by the Contractor. Excess sand shall be removed from the pavement surface by sweeping. Sand shall be free from clay or organic material. 84

96 Cure, Maintain and Protect CIR Surface The CIR must cure in place before supplemental compaction and placement of the HMA or RHMA surface for either: 1. For a minimum of 2 days and until there is less than 1.5 percent moisture remaining in the cold in-place recycled pavement mixture; or 2. A minimum of 10 days without rainfall. Maintain and protect finished CIR surface until the HMA or RHMA surfacing is placed. Maintain an even and uniform surface. Immediately repair any damage or defects by: 1. Reworking and recompacting the CIR 2. Replacing and damaged area with the same depth of HMA placed using the Method Process Damage to the completed recycled material shall be repaired by the Contractor at the Contractor s expense. No extra compensation will be allowed. Supplemental Compaction Recompact the CIR after cure and prior to smoothness testing of the CIR and placement of the HMA or RHMA surfacing. Use the same equipment and construction methods that were used for the initial compaction. Adjustments to equipment and methods must be authorized by the Engineer. Use the same lot limits for supplemental compaction as for initial compaction. On the first day of supplemental compaction operations, construct a test strip using the methodology outlined above. The maximum test density shall be equal to or greater than the initial test strip max density used. Proceed with supplemental compaction after test strip is approved by Engineer. Do not continue supplemental compaction if the required relative compaction is not met. Provide a rolling versus density chart that shows the progress of densification from initial pass to final pass at maximum obtainable density at the break over point. Any subsequent surface treatment or overlay of the recycled pavement shall not be placed until the relative compaction of the recycled pavement layer meets the requirements for supplemental compaction as defined herein. Test each lot in the same manner as the initial compaction using 10 random test sites. Report new initial average density. If the average compaction does not increase or be equal or greater to 97% but not greater than 103% of the supplemental test strip maximum density, adjust equipment or methods to achieve the required results. Report the following for each lot: 1. Date of supplemental compaction and Lot designation 2. Maximum obtainable density from supplemental test strip 3. Average relative compaction based on 10 random nuclear test points 4. Average of initial relative compaction 5. Ambient and compacted recycled pavement surface temperatures. Smoothness Determine CIR smoothness with a California Profilograph under CTM 526. Record the profile index for each 0.1 mile roadway section. Check transverse smoothness with 12 foot straightedge. Correct any areas where the surface varies more than 0.4 inches in 25 feet longitudinally and more than 0.3 inches in 12 feet transverse to the traffic lane. Areas of the completed surface that do not meet the specified surface tolerances shall be brought within tolerance by a method proposed by the Contractor and approved by the Engineer. Demonstrate compliance with profilograph and/or straightedge after repairs as applicable. 85

97 The finished surface of the recycled material cross slope shall have positive slope toward the gutter or roadway edge. The smoothness shall not vary more than 3/8-inch from a 10-foot straight edge placed on the surface. Areas of the completed surface that do not meet the specified surface tolerances shall be brought within tolerance by a method chosen by the Contractor and approved by the Engineer. The contractor shall provide and operate the Profilograph and straight edges under the direction of the Construction Engineer. MEASUREMENT AND PAYMENT Measurement Cold in-place recycling shall be measured by the square foot. The area to be paid for will be calculated on the basis of accepted work completed to the dimensions shown on the plans, adjusted by the amount of any changes ordered by the Engineer. Cold in-place recycling performed outside those dimensions will not be measured or paid for. Test strips conforming to the requirements of these special provisions will be included in the quantity to be paid for. Quantities of emulsified recycling agent and cement additives are to be measured by the ton. The CIR mix design(s) shall be paid by the lump sum, regardless of the number of mix designs required. The Quality Control for the CIR operation shall be paid as a lump sum regardless of the time required to perform the work. Payment The contract price paid per square foot for cold in-place recycling shall include full compensation for all labor, materials, tools, equipment, and incidentals; for doing all the work involved in cold in-place recycling, complete in-place; for mixing, blending, placing, and compacting the recycled pavement mixture; for reworking all material in overlapping adjacent cuts; for protection and maintenance of the recycled layer; for all test equipment in performing all testing (including mix design, gradation, grade control, profiles and relative compaction tests); for obtaining measurements and recording results of all tests as shown on the plans and as directed by the Engineer. The unit price for Cold In-Place Recycling shall also include all costs for preparing and implementing the Traffic Opening Contingency Plan. Emulsified recycling agent will be paid for at the contract price per ton for emulsified recycling agent. No adjustment of compensation will be made for any increase or decrease in the quantities of emulsified recycling agent required, regardless of the reason for the increase or decrease. Additive will be paid for at the contract price per ton for additive. No adjustment of compensation will be made for any increase or decrease in the quantities of additive required, regardless of the reason for the increase or decrease. The combined lump sum cost of mix designs and quality control for the CIR process shall not exceed 10% of the combined cost of the Cold-In-Place Recycling and Emulsified Recycling Agent HOT MIX ASPHALT(HMA) GENERAL Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to construct HMA including leveling, overlay, pavement replacement, transitions and digouts. All such work shall conform to the applicable provisions of the State of California, Department of Transportation, Standard Specifications (Caltrans) Section 39 and 92 dated June 2010; these Technical Provisions; and the plans and typical sections. The June 2010 Caltrans Standard Specifications are available on the Caltrans Website. 86

98 The HMA shall be placed using the Standard Process for both Material Quality Control and Placement. Unless otherwise provided for in the Standard Specification. MATERIALS The paving equipment shall be equipped with a screed plate at the shoulder edge of the screed to construct the safety edge as detailed on the plans. The screed plate shall be retractable by the screed operator such that the screed plate can be retracted at driveways, conforms, etc. Mix Types The HMA shall be ½ inch Type A HMA. In addition to the Aggregate Quality requirements indicated in the table in Section E Aggregate, the Durability Index for all HMA aggregates shall be a minimum of 35. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. Binder Type The asphalt binder shall be PG64-16 Tack Coat Tack coat shall be utilized and will be emulsified asphalt Grade RS-1, RS-1h, SS-1, or SS-1h and shall conform to Section 94, Asphaltic Emulsions, of the Standard Specifications. Contractor-Supplied Job Mix Formula (JMF) The Contractor shall supply JMF information on Forms CEM 3511, 3512 and If the mix has not been verified, the Contractor shall pay for the cost of the Engineer to perform verification testing. Delivery Tickets Each delivery ticket shall include information on the material type, binder type, oil content, and the mix design number. Material delivered to the project without such annotations shall be subject to rejection. Only original delivery tickets (no photocopies) shall be delivered to the Engineer on a daily basis. CONSTRUCTION Surface Preparation The work shall consist of preparing the existing street surfaces prior to the commencement of paving. Such work shall include removing raised pavement markers, removing thermoplastic and painted traffic markings and legends, controlling nuisance water, sweeping, watering, and removing loose and broken asphalt concrete pavement and foreign material as specified in the Standard Specifications and these Technical Provisions, and as directed by the Engineer. The removal of existing thermoplastic markings shall conform to Section of these special provisions. Prime Coat No prime coat is required. Tack Coat 87

99 Tack coat shall be applied to all existing asphalt concrete or Portland cement concrete surface to be paved over. The tack coat shall conform to the requirements in the revised Section 39 of the Standard Specifications. All vertical edges to be paved against shall be tack coated. These include, but are not limited to, curb faces, gutter lips, swale edges, cross gutter edges, and HMA edges. Cold Joints All cold joints, both longitudinal and transverse, shall be heated with a torch immediately prior to paving. Cold joints include previous passes placed more than three hours old. All cold joints shall be tack coated. Daily Paving Completion The Contractor shall schedule his paving operations such that each layer of HMA is placed across the entire roadway at the end of each work shift. At the end of each work shift, the distance between the ends of the layers of asphalt concrete on adjacent lanes shall not be greater than 10 feet nor less than 5 feet. Additional asphalt concrete shall be placed along the transverse edge at the end of each lane and along the exposed longitudinal edges between adjacent lanes, hand raked, and compacted to form temporary conforms. Kraft paper, or other approved bond breaker, may be placed under the conform tapers to facilitate the removal of the taper when paving operations resume. Layout The Contractor shall layout and mark the location of the edges of the paving passes of the surface course to match the new layout of the lane lines. The layout shall be made at least 24 hours prior to paving. The layout shall be approved by the Engineer prior to paving. If the striping is to remain unchanged, the edges of the paving passes shall conform to existing lane edges. In all cases where practical, each vehicle lane shall be paved in a single pass. In tapered transition areas, the shoulder areas shall be paved first, then the through lane shall be hotlapped immediately after the shoulder paving. For paving which incorporates new quarterpoints or gradebreaks due to keycuts or other conditions, the contractor shall provide equipment capable of adjusting to the new surface profile at the appropriate locations. The profile adjustments (grade break as screed) shall be within twelve inches of the actual quarterpoint or gradebreak. The Contractor shall take sufficient measurements during laydown to assure that the full design asphalt concrete layer depth is provided at each quarterpoint, gradebreak, and transition. Failure to provide the design depth at these areas will result in rejection of the work. Correction of this rejected work will include milling out the new asphalt concrete from the road edge to the centerline or nearest inside lane line and repaving. The minimum length of the milled and corrected area shall be fifty feet. Tolerances The finished asphalt concrete surface shall be flush with, to 1/4 inch (0.02 feet or 6 mm) above, the gutter lips. The finished pavement surface shall not be lower than the gutter lips. The average pavement thickness shall be equal to the specified thickness for the project. For total pavement thicknesses of less than four inches, the minimum allowable thickness will be 1/4 inch less than that specified. For total pavement thicknesses of four inches or more, the minimum allowable thickness will be 1/2 inch less than that specified. The contractor is responsible for verifying the anticipated tonnage for each street segment using the data from the JMFs for the mix to be used at least 10 days prior to paving. If the anticipated quantity varies more than +/-5% from that indicated in the bid schedule, the Contractor shall notify the Engineer in writing of the discrepancy and provide computations regarding tonnage. 88

100 Rolling And Compaction Temperature conditions for surface and atmospheric conditions as well as temperatures for rolling for unmodified binders indicated in Section shall apply to the work. In addition to the requirements of Subsection of the Standard Specifications, the number of rollers required for each paving operation shall be such that all rolling for density can be completed before the temperature of the asphalt concrete mixture drops below 240 degrees Fahrenheit. Breakdown rolling shall commence when the asphalt concrete is placed. Rolling shall be accomplished with the drive wheel forward and with the advance and return passes in the same line. In lieu of the core testing indicated in the revised specifications referenced above, the following shall apply: The compaction shall be computed for each lot, with a maximum lot size of 500 tons. Each street segment of less than 500 tons shall be its own unique lot. Core density/nuclear gauge shall be done per CTM 375, Determining the In-Place Density and Relative Compaction of Asphalt Concrete Pavement. The average asphalt concrete density of each lot shall be between 92.0% and 96.0% of Maximum Theoretical Density. Individual test sites shall be between 91.0% and 97.0% of Maximum Theoretical Density. Core/nuclear densities shall be taken at a rate of no fewer than one per 50 tons of mix. If compaction fails by nuclear methods, then core density/nuclear gauge correlation and/or core densities shall be used to establish compaction. If requested by the Contractor to verify nuclear densities by coring, the contractor shall perform the coring at no cost to the Engineer. The Engineer will randomly locate core locations and test cores for density at no cost to the Contractor. Coring will be performed on a lot by lot basis as requested by the Contractor. The Contractor shall backfill the core holes with HMA temperatures above 250 F. The HMA shall be firmly tamped in place in lifts not to exceed 3 inches. Tamping shall consist of a minimum of 20 blows with a ten pound minimum weight bar with an approximate 2 inch diameter head or by a suitable head attached to a demolition hammer or pneumatic hammer. The finished surface shall be flush with the adjacent pavement surface. Compaction failing to meet the above criteria shall be subject to the payment reductions indicated in Section , Reduced Payment Factors for percent of Maximum Theoretical Density and the payment shall apply to each 500 ton lot: The deductions shall be based on the average of the lot and/or reductions for individual test locations The table for deductions indicated in the referenced revised Caltrans Section A Testing shall apply to individual cores. The following table shall apply to deductions for average compaction of a lot: Reduced Payment Factors for Percent of Maximum Theoretical Density HMA Type A Percent of Maximum Theoretical Density Reduced Payment Factor HMA Type Percent of Maximum Theoretical Density Reduced Payment Factor

101 < 90.0 Remove and Replace > 98.0 Remove Replace and The Contractor shall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand-compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand-compaction is caught up. Hand-compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. Smoothness The HMA placed on CIR shall conform to the requirements of Section with the exception that the PI o requirements shall not apply. However, the final profilograph data shall be submitted to the Engineer. Must grinds will be determined by the profilograph on the vehicle travel lanes of the roadway and be straightedge for shoulders and all pavement conforms on side streets. The straightedge requirement does not apply where there is a designated gradebreak due to cold planing. MEASUREMENT AND PAYMENT Section 39-5, Measurement and Payment, of the Standard Specifications shall not be applicable. The measurement and payment for HMA, complete in place, will be made at the contract unit price indicated in the Bid Schedule for 1/2 Type A Hot Mix Asphalt. The Contractor shall furnish to the Engineer one copy of the official weight tag from the asphalt plant for each load of hot mix asphalt when material is delivered to the job site. Hot mix asphalt placed as a part of HMA removal and replacement shall be paid by the ton for 1 2 Type HMA and by the square foot for miscellaneous paving. 90

102 Tack coat shall be included in the price per ton of 1/2" Type A HMA. The above contract prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, incidentals; and for doing all of the work involved in constructing asphalt concrete pavement, tack coat, and leveling course, complete as detailed on the plans and as specified in these Special Provisions and as directed by the Engineer. Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to construct asphalt concrete including asphalt concrete overlay, pavement replacement, transitions and digouts. All such work shall conform to the dimensions of the plans, the applicable provisions of the Standard Specifications, and these Technical Provisions RUBBERIZED HOT MIX ASPHALT (GAP GRADED) RHMA GENERAL This work includes producing and placing rubberized hot mix asphalt (gap graded) (RHMA-G) using the Standard process. Comply with the revised Section 39, "Hot Mix Asphalt," of the Standard Specifications. On the first production day and at least one other time during the project at an interval randomly determined by the Engineer, sample RHMA-G and test under California Test 371. The Engineer does not use your California Test 371 test results to determine specification compliance. MATERIALS Asphalt Binder Asphalt binder mixed with asphalt modifier and crumb rubber modifier (crm) for asphalt rubber binder must be PG Aggregate The aggregate for RHMA-G must comply with the ½ inch grading. Liquid Antistrip Comply with Caltrans requirements for antistrip and the following: LAS total amine value must be 325 minimum when tested under ASTM D Use only 1 LAS type or brand at a time. Store and mix LAS according to manufacturer s recommendations. Asphalt Rubber Binder Content Determine the amount of asphalt rubber binder to be mixed with the aggregate for RHMA-G under California Test 367 except: 1. The RHMA shall have a minimum binder content of 7.7% and maximum binder content of 9.0. Incorporate 0.5 to 1.0% liquid antistrip into JMF. Determine tensile strength ratio under California Test 371 on untreated and treated RHMA-G. 2. Determine the specific gravity used in California Test 367, Section B, "Void Content of Specimen," using California Test 308, Method A. 3. California Test 367, Section C, "Optimum Bitumen Content," to achieve 3.5% maximum mix air voids is revised as follows: 91

103 3.1. Base the calculations on the average of 3 briquettes produced at each asphalt rubber binder content Use California Test 309 to determine theoretical maximum specific gravity and density of the RHMA-G Plot asphalt rubber binder content versus average air voids content based on California Test 309 for each set of three specimens on Form TL-306 (Figure 3), and connect adjacent points with a best-fit curve Plot asphalt rubber binder content versus average Hveem stability for each set of three specimens and connect adjacent points with a best-fit curve Calculate voids in mineral aggregate (VMA) and voids filled with asphalt (VFA) for each specimen, average each set, and plot the average versus asphalt rubber binder content Calculate the dust proportion and plot versus asphalt rubber binder content From the curve plotted in Step 2.3, select the theoretical asphalt rubber binder content that has 3.5 percent air voids At the selected asphalt rubber binder content, evaluate corresponding voids in mineral aggregate, voids filled with asphalt, and dust proportion to verify compliance with requirements. If necessary, develop an alternate composite aggregate gradation to conform to the RHMA-G requirements Record the asphalt rubber binder content in Step 2.7 as the Optimum Bitumen Content (OBC) To establish a recommended range, use the OBC as the high value and 0.3 percent less as the low value. Notwithstanding, the recommended range must not extend below 7.7 percent or above 9.0%. If the OBC is 7.7 percent, then there is no recommended range, and 7.0 percent is the recommended value. 1. Laboratory mixing and compaction must comply with California Test 304, except the mixing temperature of the aggregate must be between 300 F and 325 F. The mixing temperature of the asphalt-rubber binder must be between 375 F and 425 F. The compaction temperature of the combined mixture must be between 290 F and 300 F. CONSTRUCTION JMF Verification and Production Start-Up JMF Verifications, Section E and Production Start-Up Evaluation shall be combined and modified as described hereafter. Construct test strip of between 100 and 300 tons at least one full day prior to first full day of RHMA production. The test strip shall be constructed at the project location indicated by the Engineer. Sample and split into four parts per Engineer will provide test results within 2 working days after test strip. Upon approval of the Engineer, the Contractor may proceed with the work at the entire and sole risk to the Contractor that the material produced shall comply with these specifications. Non-complying material shall be removed and replaced. Transporting, Spreading and Compacting Delete the eighth paragraph of Section and replace it with the following: Do not pave the through lane s top layer until the following has been paved: 1. Driveways 2. Intersecting legs of intersections 92

104 3. Shoulders or other areas using HMA as the top layer. Do not open to public traffic until the surface course temperature is below 140 o F. A Material Transfer Vehicle (MTV) An MTV shall be used when placing all main line asphalt concrete. The Contractor shall provide an MTV that is a self-propelled machine independent of the paver and capable of transferring bituminous material from the haul vehicle to the paver hopper at a uniform and continuous rate to allow the continuous movement of the paver. The MTV shall have an onboard storage bin with a minimum storage capacity of 25 tons. The MTV shall have remixing capability by either providing a variable pitch re-mixing auger in the bottom of the storage bin of the MTV or in a paver hopper insert with two full length transversely mounted paddle mixers to continuously blend the bituminous material as it discharges to a conveyor system. The paver hopper insert shall have a minimum capacity of 14 ton of bituminous material. In the event the MTV malfunctions during paving operations, immediately discontinue plant operations and do not resume operations until the MTV malfunctions have been remedied, unless directed by the Engineer. At the direction of the Engineer, the Contractor may continue placement of the mix until any additional mix in transit has been placed, provided satisfactory results are achieved. The MTV shall be empty of bituminous material when crossing bridges or structures designated by the engineer, and will be moved across the structure at a constant speed no greater than 5mph in the travel lane. Vertical Joints If you perform half-width paving, at the end of each day's work the distance between the ends of adjacent surfaced lanes must not be greater than can be completed in the following day of normal paving. Do not leave a vertical joint more than 0.15 foot high between adjacent lanes open to public traffic. Place RHMA-G on adjacent traveled way lanes so that at the end of each work shift, the distance between the ends of RHMA-G layers on adjacent lanes is between 5 feet and 10 feet. Place additional a RHMA-G long the transverse edge at each lane's end and along the exposed longitudinal edges between adjacent lanes. Hand rake and compact the additional RHMA-G to form temporary conforms. You may place kraft paper, or another approved bond breaker, under the conform tapers to facilitate the taper removal when paving operations resume. Safety Edge The Contractor shall equip the pavement with a mechanical strikeoff device referred to on the plans as a Safety Edge. A detail of the geometry of the safety edge is on the plans. The device creating the safety edge shall be able to be engaged or disengaged by the screed operator such that the safety edge device can be raised at conforms, driveways, etc. Rolling And Compaction Temperature conditions for surface and atmospheric conditions as well as temperatures for rolling for unmodified binders indicated in Section shall apply to the work. In lieu of the core testing indicated in the revised specifications referenced above, the following shall apply: The compaction shall be computed for each lot, with a maximum lot size of 500 tons. Core density/nuclear gauge shall be done per CTM 375, Determining the In-Place Density and Relative Compaction of Asphalt Concrete Pavement. The average asphalt concrete density of each lot shall be between 92.0% and 96.0% of Maximum Theoretical Density. Individual test sites shall be between 91.0% and 97.0% of Maximum Theoretical Density. Core/nuclear densities shall be taken at a rate of no fewer than one per 50 tons of mix. If compaction fails by 93

105 nuclear methods, then core density/nuclear gauge correlation and/or core densities shall be used to establish compaction. If requested by the Contractor to verify nuclear densities by coring, the contractor shall perform the coring at no cost to the Engineer. The Engineer will randomly locate core locations and test cores for density at no cost to the Contractor. Coring will be performed on a lot by lot basis as requested by the Contractor. The Contractor shall backfill the core holes with HMA temperatures above 250 F. The HMA shall be firmly tamped in place in lifts not to exceed 3 inches. Tamping shall consist of a minimum of 20 blows with a ten pound minimum weight bar with an approximate 2 inch diameter head or by a suitable head attached to a demolition hammer or pneumatic hammer. The finished surface shall be flush with the adjacent pavement surface. Compaction failing to meet the above criteria shall be subject to the payment reductions indicated in Section , Reduced Payment Factors for percent of Maximum Theoretical Density and the payment shall apply to each 500 ton lot: The deductions shall be based the average of the lot and/or reductions for individual test locations The table for deductions indicated in the referenced revised Caltrans Section A Testing shall apply to individual cores. The following table shall apply to deductions for average compaction of a lot: Reduced Payment Factors for Percent of Maximum Theoretical Density RHMA-G Percent of Maximum Theoretical Density Reduced Payment Factor RHMA-G Percent of Maximum Theoretical Density < 89.5 Reduced Payment Factor Remove Replace and PAYMENT The contract price per ton for RHMA-G shall include all costs associated with providing and installing RHMA-G in accordance with the standard specifications and these special provisions. These costs shall include the JMF, Test Strip and Verification, Contractor s QC Plan, Contractor s QC testing, Pre-paving meeting, Safety Edge, and all other costs associated with completing the work in place. 94

106 MISCELLANEOUS CONCRETE GENERAL All sidewalk, curb and gutter, curb ramps, cross gutters, and driveways shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," Section 90, Portland Cement Concrete, and the section titled, PCC Curb Ramp, of the Standard Specifications and these Special Provisions. MATERIALS Concrete shall conform to the provisions of Section 90 of the Standard Specifications. Concrete Mix Design The Contractor shall furnish a concrete mix design to the Engineer at least ten (10) working days prior to the start of the work, based on the following guidelines: All concrete facilities (except concrete valley gutters, aprons and commercial driveways) shall be constructed with classified as Minor Concrete with a minimum of 590 lbs/cy (6.0 sack) cement which meets the following requirements: Maximum Slump: 4 inches All commercial driveways, aprons and valley gutters shall be placed with a high early strength concrete mix design as follows. Compressive Strength: Maximum Slump: 3000 psi in hours 4 inches Water Cement Ratio 0.33 Syar Concrete Mix Design CT085NC5MC or equal is acceptable for commercial driveways, aprons and valley gutters.for the City of Napa The Contractor shall be responsible for all costs associated with the required mix design. Quality Assurance Field Testing Field testing shall include testing for concrete slump as per ASTM C-143 and compressive strength (C39). Such testing shall be at a frequency determined by the Engineer and shall be performed by the Owner s laboratory at the Owner s expense. The Contractor shall furnish the concrete necessary for casting test cylinders. CONSTRUCTION General ll work shall conform to the provisions of Section 90 of the Standard Specifications. All access ramps shall comply with Title 24 and current UBC requirements, as well as details included herein. The existing concrete shall be sawcut full depth prior to removal. Any concrete broken due to the Contractor s failure to comply with these requirements shall be removed and replaced at the Contractor s expense. The line and grade of the replaced facilities shall conform to the existing facilities. In most instances, this will 95

107 consist of a straight line between existing facilities. The Contractor shall water test all repaired curbs and gutters, cross gutters, and other repaired drainage facilities in the presence of the City s Inspector. Commercial driveway and alley approaches, including the adjacent curb and gutter section, shall be removed and replaced within twenty-four hours. Curing time shall be seventy-two hours. Construction or repair of residential driveways shall not proceed without notification to the homeowner(s). Residential driveways 16 feet in width or wider shall be constructed in two phases such that vehicular access is always available to the resident. In no event shall a commercial or residential driveway remain in a demolished or unusable condition over a weekend or a holiday period. Access ramps shall be constructed at intersections such that ramp landing falls within the limits of the striped crosswalk or just past the painted stop bar or limit line. Ramps shall be constructed as shown in the Access Ramp Detail and Caltrans Standard Detail A88A or as shown on the plans included in these Contract Documents. Protection of Existing Facilities The Contractor shall protect existing facilities from damage, and discoloration from concrete splash. Adjacent concrete facilities shall be covered during concrete placement to prevent concrete splash and excess concrete from staining the adjacent concrete. After initial placement, strikeoff and finishing, the protection shall be removed and the adjacent concrete cleaned. Vertical existing facilities such as light poles, walls, etc. shall be protected with plastic extending a minimum of three feet above the concrete surface. After initial placement, strikeoff and finishing, the protection shall be removed and the vertical surfaces cleaned. Subgrade After the subgrade is prepared, moisture conditioned, and compacted to 95% relative compaction at zero to three percent over optimum, the Contractor shall continuously maintain the sub-grade in a uniform condition at the moisture content obtained during sub-grade compaction until the concrete is placed. Forming Wooden forming shall be of two inch nominal thickness staked at two foot intervals. The maximum gap at the bottom of the forms shall be 1-3/4 inches. Tolerances The maximum variation from design elevation shall not exceed +/ feet. In some instances, particularly in critical drainage areas, tolerances may be reduced to zero. Concrete facilities shall be installed to maintain or provide positive drainage. Questions regarding applicable tolerances shall be directed to the Engineer forty-eight hours in advance of the work. When shown on the drawings, the concrete shall be set at the design elevations. When existing facilities are to be removed and replaced, they shall conform to the existing elevations and grades. Generally, this will be at a straight line between the start and end points of the removal. Placing and Finishing General The concrete shall be deposited on a moist grade in such a manner as to require as little re-handling as possible. Workmen shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. 96

108 Strikeoff, Consolidation, and Finishing In general, adding water to the surface of the concrete to assist in finishing operations shall not be permitted. Before final finishing is completed and before the concrete has taken its initial set, the edges shall be carefully finished with the radius shown on the plans or a radius to match the existing construction. Concrete shall be thoroughly consolidated against and along the faces of all forms and adjacent concrete. After the forms are removed, excess concrete below the form surface shall be removed to be flush with the form face. All new concrete shall match existing facilities in texture, color, and appearance. Concrete Protection The Contractor shall always have materials available to protect the surface of the fresh concrete against rain. These materials shall consist of burlap, curing paper, or plastic sheeting. If plastic sheeting is used, it shall not be allowed to contact finished concrete surfaces. The Contractor shall also protect the concrete against traffic and vandalism. If the concrete is damaged or vandalized, the Contractor shall make the necessary repairs at its own expense. The repair procedure for damaged or vandalized concrete shall be approved in advance by the Engineer. Curing Concrete shall be cured by protecting it against loss of moisture, rapid temperature change, and mechanical injury for at least three days after placement. White or clear liquid membrane compound shall be used. After finishing operations have been completed, the entire surface of the newly placed concrete shall be covered by the curing medium. The edges of the concrete exposed by the removal of forms shall be protected immediately to provide these surfaces with continuous curing treatment. The concrete shall be allowed to cure for seventy-two hours prior to placing adjacent asphalt concrete. Joints Control joints shall be placed at a maximum spacing of ten feet. Control joints in all PCC facilities, except sidewalks, shall be formed by tooling a deep joint or by using expansion joint material. If expansion joint material is used, a minimum of two 1/2 inch by eighteen inch dowels shall be used with additional dowels placed every twenty-four inches. Control joints in sidewalks may be made using a tooled joint which shall extend a minimum of 1/4 of the depth of the concrete and shall not be less than 1-1/2 inches in depth. Expansion joints shall be required at a maximum of forty foot intervals on curbs, curbs and gutters, cross gutters, swales, and sidewalks. Expansion joints shall also be required on all corners of curbs, curbs and gutters, sidewalks, at the outside boundary of access ramps, and other locations with discontinuities or reentrant corners which may cause cracking. Curb Ramps Curb ramps shall be constructed as detailed in these Contract Documents and in conformance with Caltrans Standard Detail A88A. Limits of concrete removal and replacement shall be marked in the field by the Engineer prior to any work proceeding with the construction of new access ramps. At some locations the scope of work will include removal of existing ramp or landing surface, installing concrete ramp or landing surface, and installing a detectable warning surface (DWS) into new concrete. At various locations on Adobe Road, new DWS surfaces shall be installed at intersection corners as shown on the project plans. At these locations, DWS product shall be set into a 4 inch PCC pad measuring 6 inches minimum beyond the outside limit of the DWS product. A prefabricated, cast in place, detectable warning surface (DWS) consisting of raised truncated domes having an inline pattern shall be installed on PCC curb ramp surfaces in accordance with Caltrans Standard A88A and as directed by the Engineer. The color of the detectable warning surface shall be 97

109 yellow conforming to Federal Standard 595B, Color No The detectable warning surface shall be Armor Tile as manufactured by Engineered Plastics Inc., or an approved equivalent. The DWS material shall be the Cast in Place System and not the Surface Applied System (i.e. glued-and-screwed mat). The manufacturer shall provide a written five (5) year warranty guaranteeing replacement when there is defect in the dome shape, color fastness, sound on cane acoustic quality, resilience, or attachment. The warranty period shall begin upon acceptance of the contract. In some instances, construction of new ramp will include replacing surfacing materials such as decorative concrete or hot mix asphalt pavement. Estimated quantities of this work are included in the Bid Schedule as their own separate items, to be measured and paid for on a square foot basis unless otherwise shown. Limits of removal/replacement of these facilities will be identified in advance by the Engineer. In some instances, existing landscaping behind the back of sidewalk and/or ramp may be disturbed by the work. If no landscaping or other features exist at back of new concrete facilities, contractor shall be responsible for backfilling with clean topsoil to within 1 inch from top of new concrete work. If landscaping or other features exist at back of new sidewalk and/or ramp, Contractor shall be responsible for backfilling against new concrete work as well as restoring surfaces and features surrounding new concrete work to match existing conditions. This may include but not be limited to fencing, irrigation sprinklers, turf grass, groundcovers and shrubs, and any other items located immediately against the new concrete facilities. The cost of landscape restoration at back of new concrete facilities shall be included in the bid item for Remove and Replace PCC Sidewalk/Curb Ramp as listed in the Bid Schedule and no separate payment will be made. In some instances, removal of existing sidewalk and/or ramp may include sawcutting, removal and replacement of concrete apron and/or cross gutter adjacent to curb return. Construction of concrete apron and/or cross gutter shall be performed per City Standard Detail S-11A (included in plans). Cleanup and Backfill After the concrete is placed, cured, and the forms have been removed, the Contractor shall clean the site of all concrete and forming debris. The aggregate base shall be replaced to match the existing base and compacted to 95% relative compaction. The pavement shall be restored in accordance with Section 106, Pavement Replacement and Digouts, of these Technical Provisions. A minimum of two lifts shall be used, none of which shall exceed three inches, and the top lift shall be a minimum of 1-3/4 inches thick. The total thickness of the restored pavement shall match that of the existing pavement. For pavements to be overlayed or resurfaced, the aggregate base and hot mix asphalt shall be replaced with cement sand slurry in conformance to Section , Slurry Cement Backfill, of the Standard Specifications, or CLSM unless specifically indicated on the plans After curing has been completed and the forms have been removed from the new curb and gutter or sidewalk, the void between the new concrete and the existing planter or parkway shall be filled with clean native material and the entire parkway left in a clean and orderly condition. For concrete removed but not replaced, the resulting void after excavation shall be backfilled with clean native material. All areas backfilled with soil shall be filled to between 1 and 2 inches from top of adjacent concrete facilities, or flush to adjacent soil surfaces, and as directed by the Engineer. MEASUREMENT AND PAYMENT Payment for the various items of concrete shall be made as follows: PCC Sidewalk and curb ramps shall be measured and paid for on a square foot basis. This measurement will include installing concrete under detectable warning surface (DWS) and will not to include the width of curb around the return. Restoration of existing landscaping or other features at back of new sidewalk/curb ramp will be included in this item of work and no separate payment will be made. 98

110 PCC Curb and gutter shall be measured and paid for on a lineal foot basis and shall include all costs associated with pavement sawcutting, pavement removal and placing HMA plug against new gutter. PCC 4 Curb at back of Case C curb ramps shall be measured and paid for on a lineal foot basis. Detectable Warning Surface (DWS) shall be measured and paid for on a square foot basis for the installed DWS only, and will not include the cost of the concrete ramp or landing underlying the DWS. PCC Cross Gutter and Apron shall be measured and paid for on a square foot basis, PCC Driveway approach shall be measured and paid for on a square foot basis. 4 Inch PCC Pad under detectable warning surface (DWS) shall be measured and paid for on a square foot basis The contract unit price paid for each of these items, as included in the Bid Schedule, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved as described herein, complete in place, as shown on the plans, as specified in the Standard Specifications, these Special Provisions, as directed by the Engineer, and no additional compensation will be allowed therefor ADJUSTING UTILITY FACILITIES TO GRADE The contractor shall adjust frames, covers, and boxes, including sanitary sewer, storm drain manholes, water valve boxes, and other public utility boxes and frames, and monument boxes, and shall conform to the detail shown on the plans. The Contractor shall submit to the Engineer a detailed tie-out plan identifying all facilities to be adjusted in preparation of the lowering of iron for the paving operations. All existing facilities shall be located by GPS (+/- 2 cm accuracy) or surveyed with a computer generated plan available for review. The plan shall identify all dimensions/coordinates relative to CCS83-Zone 2 and type of facility, for the tie-outs. The plan shall be submitted at least seventy-two (72) hours prior to lowering the facilities or any grinding of the existing asphalt concrete, whichever operations is scheduled first. Hand measured tie-out plans will not be accepted. Prior to lowering or raising any manhole, the contractor shall first install an approved device to protect the existing system from any debris and the potential of plugging the system. All iron shall be lowered prior to any CIR, cold planing or paving operations. Attention is directed to the Section titled Miscellaneous Concrete Construction of these Special Provisions. Concrete used to raise frames, covers and boxes shall be constructed of 8.5 sack, 3,000 psi, in hours, class-high Early Manhole, Syar Concrete mix code CT085NC5MC, or equal as approved by the Engineer, conforming to the provision of Section 90, Portland Cement Concrete, of the Standard Specifications. Maximum aggregate size shall be ¾. The Contractor shall remove the existing asphalt pavement around each utility frame to the dimensions specified on the plans. A circular opening shall be cut to the full depth of the asphalt concrete section and centered around the appurtenance using a method that provides a smooth edged radius; jack hammering of the surface asphalt concrete is not permitted. The Contractor shall exercise care in removing the asphalt concrete and base material. The asphalt concrete shall be removed during the iron raising process so that the edge of the asphalt concrete is not raised up. The Contractor shall be responsible for maintaining the integrity of and access to, the existing facilities below grade and the covers being raised. The Contractor shall take special care when raising monument covers so that survey monuments are not disturbed. 99

111 The Contractor shall clean out all manholes, drain inlets, meter boxes and valve boxes of mud, dirt and debris. Prior to the adjustment of sanitary sewer manholes, the Contractor shall contact the Napa Sanitation District (NSD) for inspections within Napa. If NSD determines that new sanitary sewer manhole frames and covers should be used, NSD will provide them at their expense and the contractor shall arrange for delivery at contractors expense. Where the adjustment of water valves and monument boxes take place, the Contractor shall provide all new Christy G5 boxes, or approved equivalent, with lids stamped Water and Monument. The option to use raising devices as provided in Section A, Frames, Covers, Grates, and Manholes, of the Standard Specifications will not be allowed. All manhole frames and all boxes shall be raised within seven (7) working days after the final asphalt concrete overlay is placed. Any manhole frame, water, and monument box not raised to grade shall have a steel plate placed over the facility by the end of the work day. The Contractor is responsible for locating and covering all the frames and boxes prior to any grinding and paving operation, refer to Section Protect Frames and Covers of the Special Provisions. If the Contractor excavates for utility boxes and manholes to be raised in an incorrect location, the excavation shall be filled full depth with 2 minimum hot asphalt concrete matching the material used in the overlay, as directed by the Engineer, and at the Contractor s expense. If survey monuments are disturbed, the Contractor shall be responsible for surveying costs to reestablish the control point and for resetting the monument, pursuant to Section 8771, Record of Survey Monumentation, of the Professional Land Surveyors Act. Attention is directed to the section titled Survey Monumentation The Contractor shall clean out each disturbed water valve box riser pipe so that the operating nut and bonnet on the valve are clear and accessible. The top of the concrete collar around each frame or box shall be placed 2 below the final finished grade of the asphalt concrete overlay. The remaining 2 to final finish grade shall be finished flush to the adjacent surfacing with asphalt concrete conforming to the section titled, Asphalt Concrete, of these Special Provisions. IF the asphalt concrete is not placed on the concrete collar by the end of the day, the contractor shall furnish, install and maintain a steel plate over each concrete collar placed around each frame or box until the asphalt concrete is placed flush to the final finish grade. All disturbed sanitary sewer manholes shall be thoroughly cleaned inside and given one coat of waterproofing material as per the Napa Sanitation Districts specifications. Said waterproofing material shall be Xypex Concentrate, or an approved equal, applied at the rate of two and one half pounds per square yard. Only areas the disturbed areas of the manhole will be required to be cleaned and waterproofed. Upon completion of raising the sanitary sewer manhole and the placement of waterproofing, the Contractor shall contact NSD for inspection. The contractor shall provide new grade rings as required. The contractor shall replace all broken or cracked storm drain frames and lids as required at contractor s expense and as determined by the Engineer. The lowering and raising of all iron shall be all inclusive in the unit price per each type of iron. Payment for adjusting of iron will be made only after the completion of the iron being raised to grade after final paving has been completed. Partial payment for the lowering of iron will not be made only when the iron is completely raised back to finish grade. MEASUREMENT AND PAYMENT - The contract unit price paid for each Lower and Raise Storm Drain Manhole Cover, Lower and Raise Sanitary Sewer Manhole Cover: Lower and Raise Water Valve Cover, Lower and Raise Survey Monument Cover, Lower and Raise Detector Hand Hold Cover, and Lower and Raise Utility Box shall include full compensation for furnishing all labor, materials, product deliveries, frames and covers, boxes, tools, traffic control, tie-out plan, steel plates, asphalt concrete, Portland cement concrete, manhole protection, disposal of existing material, trucking, equipment and 100

112 incidentals, and for doing all the work involved in adjusting all manholes, valves, and boxes to grade, complete in place, as shown on the plans, as specified in the Standard Specifications, the Professional Land Surveyors Act, the Manual on Uniform Traffic Control Devices, as directed by the Engineer, and no additional compensation will be allowed therefor. Where shown on the plans and specified in these Special Provisions, utility vaults manholes and boxes will be adjusted to grade by the utility company that owns the facility. The Contractor s attention is directed to the section entitled Cooperation elsewhere in these specifications NOT USED SIGNALS AND LIGHTING DESCRIPTION Traffic signals and highway lighting shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications and these Special Provisions. SIGNAL MODIFICATION WORK Traffic signal modification work shall take place at the following location: Petaluma Hill Road at Adobe Road. The prime Contractor shall be required to have an electrical Contractor who has previously performed work on County signal systems and is experienced with traffic signal construction and detector loop installation, and shall perform all signal modification work. Due to the high volume of traffic, public safety and public inconvenience during the traffic signal electrical modification work, the following conditions and stages of work shall be required: Notify the Sonoma County Department of Transportation and Public Works Construction Section, Engineer, five working days in advance of any signal modification work or roadway work within 300' of the signalized intersection or any work that would affect the signal conduit and pull boxes. Before the Contractor is allowed to perform any work within 300' of the signalized intersection, Contractor must receive written approval of his work scheduled and Traffic Control Plan from the Sonoma County Department of Transportation and Public Works, Engineer and Traffic Section. The content of the work schedule and Traffic Control Plan shall be determined by the Engineer and the Traffic Section. The traffic signal modification work shall progress in the following order: Once the asphalt grinding begins at any location where existing detector loops will be damaged or destroyed by the Contractor s work, the Contractor shall disconnect the existing detector loop wires from the existing DLC cable in the effected pull box. Existing detector hand holes and conduits in the grind areas shall be removed as shown on the plans. Within two working days, the Contractor shall place the first lifts of asphalt concrete in that area to allow for the installation of the new detector loops. The new conduit from the new detector hand hole location to the existing splice pull box may be placed in the existing asphalt concrete or in the lower lifts of the new asphalt concrete, as directed by the Engineer Once the lower lifts of asphalt concrete are placed in that area, and as directed by the Engineer, the electrical Contractor shall, within twenty four hours, begin to install the loop detectors and detector hand holes as shown on the plans. The Contractor shall be allowed five working days per signalized intersection location to install the detector loops, detector hand holes, and make all necessary splices in that area so that the detector 101

113 loops are completely operational. CONDUIT All conduit installed underground shall be galvanized rigid steel or rigid non-metallic schedule 40 (PVC), unless otherwise specified. Jacking drilling or boring of conduit is not allowed unless specifically approved by the Engineer. All underground conduit shall be placed in a trench and backfilled with concrete. The conduit run from the new detector hand holes to the existing splice pull box shall be trenched in the existing asphalt concrete roadway or in the lower lifts of the new asphalt concrete. The trench shall not exceed 6 inches in width. The top of the installed conduit shall be a minimum of 24 inches below new finished roadway grade. Contractor shall install the conduit under any existing utilities that are in conflict with maintaining the 24 inches of cover. The outline of all areas of pavement to be removed shall be cut to a minimum depth of 3 inches with an abrasive type saw or rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with commercial quality concrete, containing not less than 564 pounds of cement per cubic yard, even with the existing roadway grade or as directed by the Engineer. All excavated areas in the pavement shall be backfilled by the end of each work period. All conduit runs placed in the existing asphalt roadway areas shall use a modified Trenching in Pavement Method. The outline of pavement to be removed shall be saw cut to a minimum depth of 3 inches and cuts shall be neat and true with no shatter outside the removal area. An abrasive type saw or a rock cutting excavator specifically designed for this purpose shall be used. Conduit shall be placed in a trench approximately 2 inches wider than the outside diameter of the conduit to be installed. The trench shall not exceed 6 inches in width. The top of the installed conduit shall be a minimum of 30 inches below finish grade. The conduit shall be placed in the bottom of the trench and the trench backfilled with commercial quality concrete containing not less than 564 pounds of cement per cubic yard. Concrete backfill shall be placed to within the top 0.10-foot of finish grade. The top 0.10-foot shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. If the trench area will be overlaid with asphalt concrete, the concrete in the trench can be poured flush with the top of the trench. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section , "Prime Coat and Paint Binder." Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt surfacing of uniform smoothness, texture and density. All excavated areas in the pavement shall be backfilled, except for the top 0.10-foot, by the end of each work period. The top 0.10-foot of trench shall be filled with either hot asphalt or temporary cold mix asphalt within 24 hours. In areas where additional pavement or concrete is to be placed, trenching installation shall be completed prior to placing final pavement layer. In dirt areas, conduit is to be laid to a depth of not less than 30 inches below finish grade and backfilled with a minimum of 6 inches of concrete containing not less than 564 pounds of cement per cubic yard before additional backfill material is placed. MATERIALS FOR SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS Materials for signals, lighting, and electrical systems shall conform to the provisions in Section , "Certificates of Compliance," and these Special Provisions. Contractor shall supply "Certificates of Compliance" for all materials provided for installation of signals, lighting, and electrical systems. PULL BOXES 102

114 Bottoms of pull boxes shall be grouted prior to the installation of conductors. See Standard Plans ES-8. Pull box covers shall not be marked "CALTRANS." Existing pull boxes shall be adjusted to new grade as required. Standard Plans ES-8 Note No. 4. b(10) is deleted. The concrete to be placed around and under the traffic pull box as shown on the plans shall contain a minimum of 564 pounds of cement per cubic yard. After the installation of traffic pull boxes, the steel covers shall be installed and shall be kept bolted down during periods when work is being performed elsewhere. When placing the steel cover for the final time, the cover and the Z-bar frame shall be cleaned of all debris and securely tightened down. See Standard Plan ES-8. See Section of the Standard Specifications for bonding and grounding of the metal ull box lids. Due care shall be taken while removing and replacing 5(T) traffic signal and signal pull boxes. Damage to existing conductors or cable will require the contractor to replace the entire conductor run from signal controller cabinet to its original destination as shown on the current signal plans. CONDUCTORS AND WIRING Splices shall be insulated by Method B. The Contractor shall provide the Engineer with a Certificate of Compliance from the manufacturer in accordance with the provisions of Section , "Certificates of Compliance," of the Standard Specifications for all the conductors and cables furnished for the project. Signal cable shall not be used. All wire shall be the THW type. All conductors shall be copper wire. DETECTOR HAND HOLES All detector hand holes shall be Type A. DETECTORS Sealant for filling slots shall be an elastomeric sealant conforming to the provisions of Section A(5) of the Standard Specifications. Each detector cable shall be permanently identified as to function and number in each pull box and near the end of the cable termination. Identification shall be by tags or bands fastened to the cable using nylon wire ties in such a manner that they will not move along the cable. Round Type D loop detectors are not allowed. Loop wire shall be Type 2. Loop detector lead-in cable shall be Type B. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface, and disposed of outside the highway right of way. Loop detectors shall be installed in the pavement before the final course of asphalt concrete is placed, all as directed by the Engineer. Where one detector consists of 4 loops in a single lane, the front loop closest to the limit line or crosswalk shall be located 12 inches from the limit line. All 4 loops in each lane shall be connected in series. PEDESTRIAN BARRICADE SIGNS/SIGNAL POLE MAST ARM SIGNS All materials including Sign Panels and Fastening Hardware shall be furnished by the Contractor. REMOVING AND SALVAGING ELECTRIC MATERIALS All existing Type 5(T) traffic signals, and signal interconnect pull boxes and Type A detector handhold boxes shown to be removed on the plans shall become the property of the Contractor. The metal pull box lids and metal detector hand hold lids shall become the property of the County. They shall be delivered to the County Road Stock Yard, 2175 Airport Boulevard, Santa Rosa, California. The Contractor shall notify the Engineer 48 hours in advance of delivery. 103

115 PAYMENT Full compensation for all roadway signal work shown on the project plans shall be considered as included in the unit price for Type A Traffic Signal Loop, Type C Traffic Signal Loop (Bike Lane) and Type D Traffic Signal Loop and no additional compensation will be allowed therefore. Full compensation for furnishing and mounting of sign panels on pedestrian barricades, as shown on the plans, shall be considered as included in the contract lump sum price paid for signals and lighting, and no additional compensation will be allowed therefore THERMOPLASTIC TRAFFIC STRIPES & MARKINGS Prior to application of permanent striping and markings, the Contractor shall call for review and approval of the proposed striping by the City s Traffic Engineer or agent. The City shall have the right to make changes in the location and alignment of line striping and markings at no additional costs to the City prior to placement of the permanent striping being placed. Striping shall not be applied until after approval is granted by the City. The Contractor shall allow a minimum of five (5) working days for review of the cat tracking and layout of striping and markings by the City. Thermoplastic traffic stripes (traffic lines) shall conform to the provisions in Sections 84-1, "General" and 84-2, "Thermoplastic Traffic Stripes and Pavement Markings", of the Standard Specifications and these Special Provisions. Section , "Materials" of the Standard Specifications is deleted. The thermoplastic material shall conform to State Specifications G-21. Glass beads to be applied to the surface of the molten thermoplastic material shall conform to the requirements of State Specification L-22 (Type II), or AASJTP Designation: M 247 (Type 1). State Specifications for thermoplastic material and glass beads may be obtained from the Transportation Laboratory, P.O. Box 19128, Sacramento, CA , (916) Thermoplastic material for traffic stripes shall be applied at a minimum thickness of inch. A primer of the type recommended by the manufacturer of the thermoplastic material shall be applied over all existing painted stripes and pavement legends to be covered with thermoplastic material as shown on the plans. Thermoplastic pavement stripes will be measured and paid for by the lineal foot of the striping detail involved. If pavement markers are a part of the detail, the pavement markers shall be considered as included in the lineal foot price of the stripe. No separate measurement or payment will be made for the installation of individual pavement markers. Thermoplastic markings shall be paid for on a unit price basis for each legend location. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved with placing thermoplastic pavement stripes and markings, including pavement markers, as specified in these Special Provisions, as shown on the plans and as directed by the Engineer shall be considered as included in the contract price for the various kinds of stripes and markings and no additional compensation will be allowed. Striping Details shall be paid on the linear foot. Legends shall be paid on the basis of each complete legend PAINTED TRAFFIC STRIPING, MARKINGS, & CURB MARKINGS Prior to application of permanent striping and markings, the Contractor shall call for review and approval of the proposed striping by the City s Traffic Engineer or agent. The City shall have the right to make changes in the location and alignment of line striping and markings at no additional costs to the City prior to placement of the permanent striping being placed. Striping shall not be applied until after approval is granted by the City. The Contractor shall allow a minimum of five (5) working days for review of the cat tracking and layout of striping and markings by the City. Painted traffic striping, marking, and curb markings shall conform to the provisions of Section 84 Traffic 104

116 Stripes and Pavement Markings, of the Standard Specifications and these Special Provisions. All painted pavement striping, markings, and curb markings shall consist of two coats of paint. Paint shall be water borne (Regular dry or Rapid dry), depending on weather, and shall be furnished by the Contractor. The surface to be painted shall be free of moisture, dust, grease or any other deleterious material, which would impair the bond of the succeeding application. Painted Pavement Markings will be paid for on a unit price basis for each legend location. Paint Existing and New HMA Berm consists of wire brushing existing HMA berm to remove loose paint and debris and applying two coats of traffic grade paint over the existing paint. Masking of unpainted berm shall be required for spray applications. New HMA berm shall be cured a minimum of 30 days prior to application of 3 coats of paint. The pattern of paint shall match the existing patterns. The paint layout shall be approved by the Engineer prior to paint application. Full compensation for furnishing all labor, materials, tools and equipment and incidentals, and for doing all the work involved, including, all paint, tape, eradication of existing and temporary pavement markings, providing temporary pavement markings, replacement of damaged markings, pavement surface preparation and any other work required to install pavement markings shall be considered as included in the contract price for traffic striping, markings and curb marking items, as shown on the plans, as specified in these Special Provisions and as directed by the Engineer and no additional compensation will be allowed PAVEMENT MARKERS Pavement markers shall conform to the provisions of Section 84 "Traffic Stripes and Pavement Markings" of the Standard Specifications and these Special Provisions. Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications and these Special Provisions, with the following exception: 1. Section Non-Reflective Pavement Markers - No plastic markers will be allowed. Pavement markers shall be placed to the line established by the Contractor and approved by the Engineer, which will consist of temporary painted line or new or existing stripes one for each line of markers. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. The adjustment provisions in Section B(1), "Increases of More than 25 Percent," and in Section B(2), "Decreases of More than 25 Percent, shall not apply to any contract item involving pavement markers. At the option of the Contractor, a hot melt bituminous adhesive may be used to cement the markers to the pavement instead of the Rapid Set Type or Standard Set Type epoxy adhesive specified in , "Placement," of the Standard Specifications. Bituminous adhesive material shall conform to the following: 105

117 Specification ASTM Requirement Flash Point, COC, ºF D Min. Softening Point, ºF D Min. Brookfield Thermosel Viscosity, Centipoise, No. 27 Spindle, 20 RPM,400ºF D ,000-6,000 Penetration dmm, 100g, 55 seconds, 77ºF D Filler Cement, percent by weight (Insoluble in1,1,1 Trichloroethane) D Filler material used in bituminous adhesive shall be Type PC, Grade III, calcium carbonate conforming to ASTM D1199, and shall conform to the following gradation: Sieve Size Percent Passing No No No Bituminous adhesive shall be heated indirectly in an applicator with continuous agitation or recirculation. Bituminous adhesive shall not be heated above the maximum safe heating temperature recommended by the manufacturer and shall not be applied at temperatures greater than 425ºF. nor less than 375ºF. Immediately after application of the adhesive, pavement markers shall be placed in position and pressure applied until firm contact is made with the pavement. Placement of pavement markers using bituminous adhesive shall conform to the requirements of the third, fourth, ninth and tenth paragraphs in said Section of the Standard Specifications, except as follows: 1. Markers shall not be placed when the pavement or air temperature is 50ºF or less. 2. Blast cleaning shall be required. When bituminous adhesive is used for pavement marker placement, traffic control during placement operations shall conform to the requirements of "Traffic Control System" of these Special Provisions. Pavement markers will be measured and paid for by the lineal foot of stripe comprised of pavement markers. No separate measurement or payment will be made for the installation of individual pavement markers. Pavement markers used in conjunction with thermoplastic or painted stripes will be measured and paid for per lineal foot of the thermoplastic or painted stripe involved. No separate measurement or payment will be made for the installation of individual pavement markers. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the 106

118 work involved with furnishing and installing pavement markers shall be considered as included in the contract prices for all items utilizing RPM s, of the various kinds as specified in these Special Provisions, as shown on the plans and as directed by the Engineer and no additional compensation will be allowed SHOULDER BACKING The work shall consist of scarifying existing shoulder material and placing shoulder material to bring shoulders up to the new pavement surface as shown on the Plans, as specified in these Special Provisions, and as directed by the Engineer. Material for shoulder backing shall be Class II Aggregate Base as specified in Subsection A of the Standard Specifications. Pavement grindings from the cold planing operation may be substituted only if approved in advance by the City. Pieces larger than 2 inches shall be removed from the surface of the completed shoulder backing. The existing shoulder shall be scarified prior to placing the shoulder backing material. The limit of shoulder scarification shall be three feet from edge of pavement or as shown in the project plans. Shoulder material shall be placed, moisture conditioned to optimize moisture, shaped, and compacted to a smooth, firm surface. Shoulder backing shall start no sooner than three (3) calendar days, and shall be completed no longer than seven (7) calendar days after completion of the adjacent overlay. EXISTING ROADSIDE DRAINAGE PATTERNS SHALL BE MAINTAINED. WHERE UNUSUAL SHOULDER CONDITIONS NOT REPRESENTED BY THE TYPICAL SECTIONS ON THE PLANS ARE ENCOUNTERED, THE CONTRACTOR SHALL NOTIFY THE CITY IN ADVANCE OF PERFORMING SHOULDER BACKING WORK. THE INSPECTOR SHALL SPECIFY THE METHODS TO BE EMPLOYED TO ENSURE ROADSIDE DRAINAGE PATTERNS ARE NOT DISRUPTED. Shoulders may be backed with excess material cold planing and CIR as approved by the Engineer. The Contractor shall comply with these specifications at his own costs and no additional payment will be made therefore. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved with furnishing and installing shoulder backing shall be considered as included in the contract unit price per lineal foot as indicated on the plans and specified in these Special Provisions, and as directed by the Engineer and no additional compensation will be allowed FULL-DEPTH HMA STABILIZATION The contractor shall stabilize areas of subgrade and/or areas of cold in place recycling that appear to be unstable or unsuitable for supporting equipment during the paving process and obtaining compaction. On areas where the underlying material appears to be wet or soft or where it deflects under wheel loads, the Contractor shall employ excavation and work techniques which do not worsen the sub-grade condition. Prior to placing aggregate base or hot mix asphalt, exposed areas of subgrade and/or cold in-place recycled areas shall be proof-rolled with a fully loaded construction vehicle, preferably a ten cubic yard dump truck or equivalent. The compacted surface shall not visibly yield or deflect. Soft, yielding, unstable, or unsuitable areas shall be removed and replaced with hot mix asphalt. If the areas were caused or significantly worsened by the Contractor s operations, these areas shall be replaced at the Contractor s expense. In the event that the underlying material is soft, yielding, unstable, or unsuitable, it shall be excavated to a depth of 0.5 feet below the design removal depth and disposed of in accordance with these Specifications. The limits of removal shall be designated by the Engineer. The resulting space shall be filled with a single lift of asphalt concrete. The Contractor shall make every effort to perform excavation and paving without worsening or increasing the area of the unstable condition. Unsuitable material is defined as material the Engineer determines to be: 107

119 A. Of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content, or B. Too wet to be properly compacted and circumstances prevent in-place drying prior to incorporation into the work, or C. Otherwise unsuitable for the planned use. Full-depth stabilization shall be paid for on a square foot basis from the allowance for Full-Depth Stabilization as listed in the bid schedule and shall be considered full compensation for all equipment, labor and materials, and for performing all parts of the work to achieve a stable grade, including excavation, offhaul, placement of hot mix asphalt, compaction, and all other items related to the work as described herein, and no separate payment will be made. The plus/minus 25 percent limitation shall not apply to the full depth stabilization item GUARDRAIL Guardrail work shall conform to the applicable sections of the Standard Specifications, Standard Plans, and these Special Provisions. All removed material shall become the property of the Contractor. The Contractor shall remove and replace guardrail at the locations indicated on the plans. The work includes constructing terminal ends at both ends of guardrail sections as indicated on the plans. On Adobe Road, the work consists of removing existing guardrail, modifying existing facilities, installing custom supports at the box culvert and installing modified terminal ends to provide driveway access. Payment shall include all costs associated with the work. The Remove and Replace Guardrail Item shall include all costs to construct the guardrail with applicable terminal ends and will be paid on a lineal foot basis measured along the centerline regardless of the guardrail or terminal details. The Modify Guardrail bid item for Adobe road shall include all costs associated with the work and shall be paid on a lump sum basis NOT USED SECTION 11 NOT USED SECTION 12 NOT USED SECTION 13 NOT USED SECTION 14 NOT USED 108

120 PROPOSAL TO THE CITY OF NAPA DEPARTMENT OF PUBLIC WORKS 2011 COLD IN-PLACE PAVEMENT RECYCLING PROJECT City of Napa Project No. ST10PW07 Federal Project No. STPL 5042(051) NAME OF BIDDER ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO: AREA CODE ( ) FAX NO: AREA CODE ( ) CONTRACTOR LICENSE NO. The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates), the project plans described below, including any addenda thereto, the contract annexed hereto, and also in conformance with the City of Napa Standard Specifications and Standard Plans dated July 2008, the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dated May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. The special provisions for the work to be done are dated July 2011 and are entitled: CITY OF NAPA DEPARTMENT OF PUBLIC WORKS NOTICE INVITING BIDS, PROPOSAL, CONTRACT AND SPECIAL PROVISIONS FOR COLD IN-PLACE PAVEMENT RECYCLING PROJECT, FEDERAL PROJECT NO. STPL-5042(051) The project plans for the work to be done were approved July 2011 and are entitled: CITY OF NAPA DEPARTMENT OF PUBLIC WORKS PROJECT PLANS FOR COLD IN-PLACE PAVEMENT RECYCLING PROJECT, FEDERAL PROJECT NO. STPL-5042(051) Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-1

121 discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentage-wise the unit price or item total in the Copy of Engineer s Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the City of Napa, and that discretion will be exercised in the manner deemed by the City of Napa to best protect the public interest in the prompt and economical completion of the work. The decision of the City of Napa respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the two bonds in the sums required by the State Contract Act, with surety satisfactory to the City of Napa, and the insurance certificates within ten days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City of Napa that the contract has been awarded, the City of Napa may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of the security accompanying this proposal shall operate and the same shall be the property of the City of Napa. The Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress or performance of the Work, and has made such independent investigations as Bidder deems necessary. The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes, and agrees if this proposal is accepted, that he will contract with the City of Napa, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following prices, to wit: Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-2

122 BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) BID SCHEDULE: BASE BID - NAPA Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 1 Traffic Control LS *** 2 Changeable Message Board Signs LS *** 3 Mobilization LS *** 4 Control of Work LS *** 5 Control of Materials LS *** 6 Storm Water Pollution Prevention LS *** 7 Lead Removal Compliance Plan LS *** 8 Pavement Striping Removal LS *** 9 1/2" Type A Hot Mix Asphalt (HMA) TN 3, CIR Mix Design LS *** 11 Cold In-Place Recycling SF 255, Cold In-Place Recycling Quality Control LS *** 13 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 54, Miscellaneous Paving SF 7, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF Remove & Replace PCC Cross Gutter/Apron SF 562 Remove & Replace PCC Sidewalk/Curb 20 Ramp SF 3, Remove & Replace PCC Curb & Gutter LF Install Detectable Warning Surface SF Install 4" Back of Curb Ramp LF Type A Traffic Signal Loop EA 9 25 Type C Traffic Signal Loop (Bike Lane) EA 1 26 Type D Traffic Signal Loop EA 2 27 Blue Fire Hydrant EA "STOP" Pavement Legend (Paint) EA 2 29 Bike Lane Legend (Paint) EA Type IV Arrow (Paint) EA 4 31 Detail 22 (Paint & RPM's) LF 6, Detail 27B (Paint) LF 1,237 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-3

123 BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) BID SCHEDULE: BASE BID - NAPA (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 33 Detail 29 (Paint & RPM's) LF Detail 38 (Paint & RPM's) LF Detail 39 (Paint) LF 13, Detail 39A (Paint) LF " White Crosswalk/Limit Line (Paint) LF Paint Red Curbs LF Install Bike Lane Sign (R7-9) EA Full-Depth HMA Stabilization Allowance SF 12, Lower and Raise Survey Monument Cover EA 1 42 Lower & Raise Detector Hand Hole Cover EA 2 43 Lower and Raise Storm Drain Manhole Cover EA 6 Lower and Raise Sanitary Sewer Manhole 44 Cover EA Lower and Raise Water Valve Cover EA Lower and Raise Electric Utility Box EA 1 Total City of Napa Base Bid: BID SCHEDULE: BASE BID SONOMA Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 47 Traffic Control LS *** 48 Changeable Message Board Signs LS *** 49 Mobilization LS *** 50 Control of Work LS *** 51 Control of Materials LS *** 52 Storm Water Pollution Prevention LS *** 53 Lead Removal Compliance Plan LS *** 54 Pavement Striping Removal LS *** 55 1/2" Type A Hot Mix Asphalt (HMA) TN 1, Rubberized Hot Mix Asphalt (RHMA) TN 4, CIR Mix Design LS *** Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-4

124 BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) BID SCHEDULE: BASE BID - SONOMA (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 58 Cold In-Place Recycling SF 342, Cold In-Place Recycling Quality Control LS *** 60 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 22, Miscellaneous Paving SF 37, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF Paint Existing/New HMA Berm LF Shoulder Backing LF 5, Install 4" PCC Pad SF Install Detectable Warning Surface SF Type A Traffic Signal Loop EA Type D Traffic Signal Loop EA 7 72 Blue Fire Hydrant EA 6 73 "STOP" Pavement Legend (Thermo) EA "SIGNAL" Pavement Legend (Thermo) EA 2 75 "AHEAD" Pavement Legend (Thermo) EA 6 76 SCHOOL" Pavement Legend (Thermo) EA 3 77 "SLOW" Pavement Legend (Thermo) EA 2 78 "XING" Pavement Legend (Thermo) EA 3 79 "RAILROAD" Pavement Legend (Thermo) EA 2 80 Bike Lane Legend (Thermo) EA 5 81 Type I Arrow (Thermo) EA 1 82 Type III Arrow (Thermo) EA 2 83 Detail 22 (Thermo & RPM) LF 10, Detail 27B (Thermo) LF 20, Detail 30 (RPM) LF Detail 38 (Thermo & RPM) LF Detail 38A (Thermo) LF Detail 39 (Thermo) LF Detail 39A (Thermo) LF 67 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-5

125 BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) BID SCHEDULE: BASE BID SONOMA (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 90 Detail 41A (RPM) LF " Yellow Crosswalk (Thermo) LF " White Crosswalk/Limit Line (Thermo) LF Remove & Replace Guardrail LF Remove & Replace Bridge Culvert LS *** 95 Lower and Raise Survey Monument Cover EA 6 96 Lower & Raise Detector Hand Hole Cover EA 6 97 Remove & Replace/Install Detector Hand Hole EA 8 98 Full-Depth HMA Stabilization Allowance SF 17, Lower and Raise Sanitary Sewer Manhole Cover EA Lower and Raise Water Valve Cover EA Lower and Raise Electric Utility Box EA 6 Total County of Sonoma Base Bid: CITY OF NAPA BASE BID: COUNTY OF SONOMA BASE BID: TOTAL BASE BID: + = $ $ $ Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-6

126 Item No. Item BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) Solano Ave. Conform N/o Redwood Road to Dunhill BID SCHEDULE: ADD ALTERNATE NO. 1 Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 1-1 Traffic Control LS *** 1-2 Changeable Message Board Signs LS *** 1-3 Mobilization LS *** 1-4 Control of Work LS *** 1-5 Control of Materials LS *** 1-6 Stormwater Pollution Prevention LS *** 1-7 Lead Removal Compliance Plan LS *** 1-8 Pavement Striping Removal LS *** 1-9 1/2" Type A Hot Mix Asphalt (HMA) TN 1, CIR Mix Design LS *** 1-11 Cold In-Place Recycling SF 119, Cold In-Place Recycling Quality Control LS *** 1-13 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 16, Miscellaneous Paving SF 3, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF 3, Remove & Replace PCC Cross Gutter/Apron SF Remove & Replace PCC Sidewalk/Curb Ramp SF 2, Remove & Replace PCC Curb & Gutter LF Install Detectable Warning Surface SF Install 4" Back of Curb Ramp LF Blue Fire Hydrant EA "STOP" Pavement Legend (Paint) EA " White Crosswalk/Limit Line (Paint) LF Bike Lane Legend (Paint) EA Type IV Arrow (Paint) EA Type VII Arrow (Paint) EA Detail 22 (Paint & RPM's) LF 2, Detail 27B (Paint) LF 2, Detail 29 (Paint & RPM's) LF 28 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-7

127 BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) Solano Ave. Conform N/o Redwood Road to Dunhill BID SCHEDULE: ADD ALTERNATE NO. 1 (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 1-33 Detail 38 (Paint & RPM's) LF Detail 39 (Paint) LF 5, Detail 39A (Paint) LF " White Crosswalk/Limit Line (Paint) LF Remove & Replace Bridge Culvert LS *** 1-38 Full-Depth HMA Stabilization Allowance SF 5, Lower and Raise Survey Monument Cover EA Lower and Raise Storm Drain Manhole Cover EA Lower and Raise Sanitary Sewer Manhole Cover EA Lower and Raise Water Valve Cover EA Lower and Raise AT&T Manhole Cover EA Lower and Raise PG&E Manhole Cover EA 1 TOTAL ADD ALTERNATE NO.1 BID: $ Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-8

128 Item No. Item BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) Solano Ave. 200 N/o Trower to Salvador Ave. BID SCHEDULE: ADD ALTERNATE NO. 2 Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 2-1 Traffic Control LS *** 2-2 Changeable Message Board Signs LS *** 2-3 Mobilization LS *** 2-4 Control of Work LS *** 2-5 Control of Materials LS *** 2-6 Stormwater Pollution Prevention LS *** 2-7 Lead Removal Compliance Plan LS *** 2-8 Pavement Striping Removal LS *** 2-9 1/2" Type A Hot Mix Asphalt (HMA) TN 1, CIR Mix Design LS *** 2-11 Cold In-Place Recycling SF 114, Cold In-Place Recycling Quality Control LS *** 2-13 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 16, Miscellaneous Paving SF 2, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF 3, Install 6" PCC Pad SF Install PCC Driveway Approach SF Remove & Replace PCC Sidewalk/Curb Ramp SF Remove & Replace PCC Curb & Gutter LF Install Detectable Warning Surface SF Blue Fire Hydrant EA "STOP" Pavement Legend (Paint) EA "AHEAD" Pavement Legend (Paint) EA Type VII Arrow (Paint) EA Bike Lane Legend (Paint) EA Detail 22 (Paint & RPM's) LF 3, Detail 27B (Paint) LF 15 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-9

129 BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) Solano Ave. 200 N/o Trower to Salvador Ave. BID SCHEDULE: ADD ALTERNATE NO. 2 (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 2-31 Detail 39 (Paint) LF 6, Detail 39A (Paint) LF " White Crosswalk/Limit Line (Paint) LF Install Bike Lane Sign (R7-9) EA Remove & Replace Bridge Culvert LS *** 2-36 Full-Depth HMA Stabilization Allowance SF 5, Lower and Raise Survey Monument Cover EA Lower and Raise Storm Drain Manhole Cover EA Lower and Raise Sanitary Sewer Manhole Cover EA Lower and Raise Water Valve Cover EA Lower and Raise AT&T Manhole Cover EA Lower and Raise PT&T Cover EA 1 TOTAL ADD ALTERNATE NO.2 BID: $ Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-10

130 Item No. BID SCHEDULE Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) Porter Creek Road Item BID SCHEDULE: ADD ALTERNATE NO. 3 Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 3-1 Traffic Control LS *** 3-2 Changeable Message Board Signs LS *** 3-3 Mobilization LS *** 3-4 Control of Work LS *** 3-5 Control of Materials LS *** 3-6 Stormwater Pollution Prevention LS *** 3-7 Lead Removal Compliance Plan LS *** 3-8 Pavement Striping Removal LS *** 3-9 1/2" Type A Hot Mix Asphalt (HMA) TN Rubberized Hot Mix Asphalt (RHMA) TN 2, CIR Mix Design LS *** 3-12 Cold In-Place Recycling SF 182, Cold In-Place Recycling Quality Control LS *** 3-14 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 1, Miscellaneous Paving SF 3, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF 1, Paint Existing/New HMA Berm LF 1, Shoulder Backing LF 5, "STOP" Pavement Legend (Thermo) EA "AHEAD" Pavement Legend (Thermo) EA Detail 22 (Thermo & RPM) LF 7, Detail 27B (Thermo) LF 14, Remove & Replace Guardrail LF Full-Depth HMA Stabilization Allowance SF 9, Lower and Raise Electric Utility Box EA 3 TOTAL ADD ALTERNATE NO.3 BID: $ Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-11

131 LIST OF SUBCONTRACTORS Attention is directed to the section titled Subcontracting of the Special Provisions. The Contractor shall perform work equaling at least thirty percent (30%) of the value of the original total bid with the Contractor s own employees and equipment, owned or rented, with or without operators. As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractors Total Bid Price or $10,000, whichever is greater. At the time of bid opening, the Contractor must provide the information under Work To Be Performed, Percent of Total Contract, Contractor s License number and Subcontractor s Name and Address After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words and/or will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Work to be performed Percent Total of Contract Contractors License Number Subcontractors Name and Address ADDENDUM ACKNOWLEDGMENT Bidder acknowledges receipt of the following addenda, which are attached to the proposal: Addendum No. Addendum No. Addendum No. Addendum No. Date: Date: Date: Date: Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-12

132 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) County of ) ss. ), being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Notarizing this document is not required. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-13

133 SIGNATURE SHEET Accompanying this proposal is (Insert the words "cash ($ )," "cashier's check," "certified check," or "bidder's bond," as the case may be.) in amount equal to at least ten percent of the total of the bid. IMPORTANT NOTICE If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager authorized to sign contracts; if a co-partnership, state true name of firm, also names of all individual copartners composing firm authorized to sign contracts; if bidder or other interested person is an individual, state first and last names in full. The names of all persons interested in the foregoing proposal as principals are as follows: Licensed in conformance with an act providing for the registration of Contractors, License No. Classification(s) ADDENDA This Proposal is submitted with respect to the changes to the contract included in addenda number/s. (Fill in addenda numbers if addenda have been received and insert, in this Proposal, any Engineer's Estimate sheets that were received as part of the addenda.) To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder s General Information and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit required by Public Contract Code Section 7106 is true and correct. Date: Bidder: By: Title: Signature Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-14

134 CITY OF NAPA DEPARTMENT OF PUBLIC WORKS BIDDER'S BOND We, as Principal, and as Surety are bound unto the City of Napa, State of California, hereafter referred to as "Obligee", in the penal sum of ten percent (10%) of the total amount of the bid of the Principal submitted to the Obligee for the work described below, for the payment of which sum we bind ourselves, jointly and severally, THE CONDITION OF THIS OBLIGATION IS SUCH, THAT: WHEREAS, the Principal is submitted to the Obligee, for, (Copy here the exact description of work, including location as it appears on the proposal) for which bids are to be opened at on (Insert place where bids will be opened) (Insert date of bid opening) NOW, THEREFORE, if the Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in conformance with the bid, and files two bonds with the Obligee, one to guarantee faithful performance of the contract and the other to guarantee payment for labor and materials as provided by law, then this obligation shall be null and void; otherwise, it shall remain in full force. The surety, for value received, hereby stipulates and agrees that the obligation of said surety and its bond shall in no way be impaired or affected by any extension of time within which the City of Napa may accept such bid; and Surety does hereby waive notice of any such extension. In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. Dated:, 20. Principal Surety By Attorney-in-fact CERTIFICATE OF ACKNOWLEDGEMENT State of California City/County of SS On this day of in the year 20 before me, personally appeared, Attorney-in-fact personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney-in-fact of, and acknowledged to me that he (she) subscribed the name of the said company thereto as surety, and his (her) own name as attorney-in-fact. (SEAL) Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-15

135 PUBLIC CONTRACT CODE Public Contract Code Section Statement In conformance with Public Contract Code Section (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has, has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-16

136 Public Contract Code Section Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-17

137 Public Contract Code Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-18

138 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder, proposed subcontractor, hereby certifies that he has, has not, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR (b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-19

139 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-20

140 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-21

141 DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee Year quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier, (if known) Congressional District, if known Congressional District, if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable 8. Federal Action Number, if known: 9. Award Amount, if known: 10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual, last name, first name, MI) address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual planned a. retainer b. one-time fee 12. Form of Payment (check all that apply): c. commission a. cash d. contingent fee b. in-kind; specify: nature e deferred value f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes No 16. Information requested through this form is authorized by Title 31 U.S.C. Section This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: Signature: Print Name: Title: Telephone No.: Date: Authorized for Local Reproduction Standard Form - LLL Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) Standard Form LLL Rev P-22

142 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE " 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project ( ), Washington, D.C SF-LLL-Instructions Rev Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-23

143 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-24

144 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-25

145 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID EXHIBIT 15-G1 LOCAL AGENCY BIDDER UDBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: LOCATION: PROJECT DESCRIPTION: TOTAL CONTRACT AMOUNT: $ BID DATE: BIDDER'S NAME: CONTRACT UDBE GOAL: CONTRACT ITEM NO. ITEM OF WORK AND DESCRIPTION OR SERVICES TO BE SUBCONTRACTED OR MATERIALS TO BE PROVIDED (or contracted if the bidder is a UDBE) UDBE CERT NO. AND EXPIRATION DATE NAME OF EACH UDBE DOLLAR AMOUNT (Must be certified on the date bids UDBE are opened - include UDBE address and phone number) For Local Agency to Complete: Local Agency Contract Number: Federal-aid Project Number: Federal Share: Contract Award Date: Total Claimed UDBE Participation $ % Local Agency certifies that all UDBE certifications have been verified and information is complete and accurate. Print Name Signature Date Local Agency Representative (Area Code) Telephone Number: Signature of Bidder Date (Area Code) Tel. No. Person to Contact (Please Type or Print) Local Agency Bidder UDBE Commitment (Construction Contracts) (Rev 6/26/09) Distribution: (1) Original Local agency files Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-26

146 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID ALL BIDDERS: INSTRUCTIONS - LOCAL AGENCY BIDDER UDBE COMMITMENT (CONSTRUCTION CONTRACTS) PLEASE NOTE: It is the bidder s responsibility to verify that the UDBE(s) falls into one of the following groups in order to count towards the UDBE contract goal: 1) African Americans; 2) Asian- Pacific Americans; 3) Native Americans; 4) Women. This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required UDBE commitment will be grounds for finding the bid nonresponsive A UDBE is a firm meeting the definition of a DBE as specified in 49 CFR and is one of the following groups: African Americans, Asian-Pacific Americans, Native Americans, or Women. The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder s Name, and Contract UDBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by UDBEs. Prime contractors shall indicate all work to be performed by UDBEs including, if the prime is a UDBE, work performed by its own forces, if a UDBE. The UDBE shall provide a certification number to the Contractor and expiration date. Enter the UDBE prime s and subcontractors certification numbers.the form has a column for the Names of UDBE contractors to perform the work (who must be certified on the date bids are opened and include the UDBE address and phone number). IMPORTANT: Identify all UDBE firms participating in the project regardless of tier. Names of the First-Tier UDBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the UDBE participation dollar amount. Enter the Total Claimed UDBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item is not to be performed or furnished by the UDBE, describe exact portion of time to be performed or furnished by the UDBE.) See Section Disadvantaged Business Enterprise (DBE), of the Special Provisions (construction contracts), to determine how to count the participation of UDBE firms. Exhibit 15-G1 must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award, Federal-aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-27

147 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID EXHIBIT 15-H UDBE INFORMATION GOOD FAITH EFFORTS Federal-aid Project No. STPL 5042 (051) Bid Opening Date The City of Napa established an Under-utilized Disadvantaged Business Enterprise (UDBE) goal of 5% for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the Local Agency Bidder UDBE Commitment form indicates that the bidder has met the UDBE goal. This will protect the bidder s eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a UDBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the Local Agency Bidder UDBE Commitment form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled Submission of UDBE Commitment of the Special Provisions: A. The names and dates of each publication in which a request for UDBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified UDBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the UDBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of UDBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates C. The items of work which the bidder made available to UDBE firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate UDBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate UDBE participation was made available to UDBE firms. Items of Work Bidder Normally Performs Item (Y/N) Breakdown of Items Amount ($) Percentage Of Contract D. The names, addresses and phone numbers of rejected UDBE firms, the reasons for the bidder's rejection of the UDBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each UDBE if the selected firm is not a UDBE: Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-28

148 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Names, addresses and phone numbers of rejected UDBEs and the reasons for the bidder's rejection of the UDBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested UDBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to UDBEs: F. Efforts made to assist interested UDBEs in obtaining necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the UDBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using UDBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) P-29

149 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID AGREEMENT CITY OF NAPA STATE OF CALIFORNIA THIS AGREEMENT is made and entered into by and between the City of Napa, a Municipal Corporation, hereinafter called "City" and [Click here and insert Contractor], hereinafter called "Contractor," for the [Click here and insert Project Name and Number] RECITALS City has taken appropriate proceedings to authorize construction of the public work and improvements herein provided and execution of this contract. A notice was duly published for bids, and bids were received for the improvement hereinafter described. On [Click here and insert date of award], after notice duly given, the City Council of the City of Napa awarded the contract for the construction of the improvement hereinafter described to Contractor, which Contractor said Council found to be the lowest responsive and responsible bidder for construction of said improvement. City and Contractor desire to enter into this Agreement for the construction of said improvements. THE PARTIES HERETO AGREE AS FOLLOWS: 1. Contract Documents The complete contract consists of the following documents: A. The Notice to Contractors B. The Special Provisions C. The Bid Proposal Form D. This Agreement E. The Standard Specifications and Standard Plans of the State of California, Dept. of Transportation, dated May 2006 F. The Faithful Performance Bond, Labor and Material Bond, and Warranty/Maintenance Bond G. City of Napa Standard Specifications and Standard Plans, dated July 2008 H. Project drawings for the 2011 Cold In-place Pavement Recycling Project consisting of 18 sheets, Drawing #S I. Federal Minimum Wages All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above-named documents are intended to cooperate so that any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents." 2. Scope of Work The scope of work is described in the contract documents. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-1

150 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID 3. Performance of Work Contractor shall furnish all tools, equipment, apparatus, facilities, labor and materials necessary to perform and complete in a good and workmanlike manner the work of construction as called for, and in the time and manner designated in, and in strict conformity with, the contract documents for said work. The equipment, apparatus, facilities, labor and material shall be furnished, and said work performed and completed, as required in said plans and specifications under the direction and supervision, and subject to the approval, of the City Engineer of the City of Napa, or his designated assistant or assistants. Contractor agrees to observe the provisions of Section of the Napa Municipal Code obligating every Contractor or subcontractor under a contract or subcontract to the City of Napa for Public Works, subject to Section 101, Napa City Charter, in the sum of $25,000 or more, to refrain from discriminatory employment practices on the basis of sex, race, color, religious creed, national origin or ancestry of any employee of, or applicant for employment with, such Contractor or subcontractor. Said Section of the Napa Municipal Code is by reference made a part of this contract. 4. Contract Price City shall pay, and Contractor shall accept, in full payment for the work agreed to be done, the dollar amounts shown on the attached Bid Schedule. Increases or decreases in the contract quantities shall operate in the manner provided for in the contract documents. Payment in installments shall be as provided for in the contract documents. 5. Extra and/or Additional Work and Changes Should City at any time during the progress of said work request any alterations, deviations, additions or omissions from said plans, specifications or other contract documents, it shall be at liberty to do so and the same shall in no way affect or make void the contract. The value of such will be added to, or deducted from, the contract price, as the case may be, in accordance with the provisions for such contained in the contract documents. 6. Provisions Cumulative The provisions of this Agreement are cumulative and in addition to, and not in limitation of, any other rights or remedies available to City. 7. Notices All notices shall be in writing and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: City of Napa P.O. Box School Street Napa, CA Attn: Public Works Department Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-2

151 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Notices required to be given to Contractor shall be addressed as follows: [Click here and insert Contractor] [Click here and insert address] [Click here and insert City] Notices required to be given to Sureties of Contractor shall be addressed as follows: [Click here and insert Surety Company] c/o [Click here and insert Surety] [Click here and insert address] [Click here and insert City] DATED this day of, 200. CITY OF NAPA, a Municipal Corporation CONTRACTOR: (Name and form of organization) Jill Techel Mayor Contractors License No. ATTEST: Rebecca Ryan, Deputy City Clerk COUNTERSIGNED: By: Name and Title By: Name and Title William Feit, City Auditor APPROVED AS TO FORM: Michael W. Barrett, City Attorney Budget Code: ST10PW Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-3

152 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID BID SCHEDULE: BASE BID - NAPA Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 1 Traffic Control LS *** 2 Changeable Message Board Signs LS *** 3 Mobilization LS *** 4 Control of Work LS *** 5 Control of Materials LS *** 6 Storm Water Pollution Prevention LS *** 7 Lead Removal Compliance Plan LS *** 8 Pavement Striping Removal LS *** 9 1/2" Type A Hot Mix Asphalt (HMA) TN 3, CIR Mix Design LS *** 11 Cold In-Place Recycling SF 255, Cold In-Place Recycling Quality Control LS *** 13 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 54, Miscellaneous Paving SF 7, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF Remove & Replace PCC Cross Gutter/Apron SF 562 Remove & Replace PCC Sidewalk/Curb 20 Ramp SF 3, Remove & Replace PCC Curb & Gutter LF Install Detectable Warning Surface SF Install 4" Back of Curb Ramp LF Type A Traffic Signal Loop EA 9 25 Type C Traffic Signal Loop (Bike Lane) EA 1 26 Type D Traffic Signal Loop EA 2 27 Blue Fire Hydrant EA "STOP" Pavement Legend (Paint) EA 2 29 Bike Lane Legend (Paint) EA Type IV Arrow (Paint) EA 4 31 Detail 22 (Paint & RPM's) LF 6, Detail 27B (Paint) LF 1,237 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-4

153 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID BID SCHEDULE: BASE BID - NAPA (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 33 Detail 29 (Paint & RPM's) LF Detail 38 (Paint & RPM's) LF Detail 39 (Paint) LF 13, Detail 39A (Paint) LF " White Crosswalk/Limit Line (Paint) LF Paint Red Curbs LF Install Bike Lane Sign (R7-9) EA Full-Depth HMA Stabilization Allowance SF 12, Lower and Raise Survey Monument Cover EA 1 42 Lower & Raise Detector Hand Hole Cover EA 2 43 Lower and Raise Storm Drain Manhole Cover EA 6 Lower and Raise Sanitary Sewer Manhole 44 Cover EA Lower and Raise Water Valve Cover EA Lower and Raise Electric Utility Box EA 1 Total City of Napa Base Bid: BID SCHEDULE: BASE BID SONOMA Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 47 Traffic Control LS *** 48 Changeable Message Board Signs LS *** 49 Mobilization LS *** 50 Control of Work LS *** 51 Control of Materials LS *** 52 Storm Water Pollution Prevention LS *** 53 Lead Removal Compliance Plan LS *** 54 Pavement Striping Removal LS *** 55 1/2" Type A Hot Mix Asphalt (HMA) TN 1, Rubberized Hot Mix Asphalt (RHMA) TN 4, CIR Mix Design LS *** Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-5

154 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID BID SCHEDULE: BASE BID - SONOMA (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 58 Cold In-Place Recycling SF 342, Cold In-Place Recycling Quality Control LS *** 60 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 22, Miscellaneous Paving SF 37, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF Paint Existing/New HMA Berm LF Shoulder Backing LF 5, Install 4" PCC Pad SF Install Detectable Warning Surface SF Type A Traffic Signal Loop EA Type D Traffic Signal Loop EA 7 72 Blue Fire Hydrant EA 6 73 "STOP" Pavement Legend (Thermo) EA "SIGNAL" Pavement Legend (Thermo) EA 2 75 "AHEAD" Pavement Legend (Thermo) EA 6 76 SCHOOL" Pavement Legend (Thermo) EA 3 77 "SLOW" Pavement Legend (Thermo) EA 2 78 "XING" Pavement Legend (Thermo) EA 3 79 "RAILROAD" Pavement Legend (Thermo) EA 2 80 Bike Lane Legend (Thermo) EA 5 81 Type I Arrow (Thermo) EA 1 82 Type III Arrow (Thermo) EA 2 83 Detail 22 (Thermo & RPM) LF 10, Detail 27B (Thermo) LF 20, Detail 30 (RPM) LF Detail 38 (Thermo & RPM) LF Detail 38A (Thermo) LF Detail 39 (Thermo) LF Detail 39A (Thermo) LF 67 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-6

155 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID BID SCHEDULE: BASE BID SONOMA (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 90 Detail 41A (RPM) LF " Yellow Crosswalk (Thermo) LF " White Crosswalk/Limit Line (Thermo) LF Remove & Replace Guardrail LF Remove & Replace Bridge Culvert LS *** 95 Lower and Raise Survey Monument Cover EA 6 96 Lower & Raise Detector Hand Hole Cover EA 6 97 Remove & Replace/Install Detector Hand Hole EA 8 98 Full-Depth HMA Stabilization Allowance SF 17, Lower and Raise Sanitary Sewer Manhole Cover EA Lower and Raise Water Valve Cover EA Lower and Raise Electric Utility Box EA 6 Total County of Sonoma Base Bid: CITY OF NAPA BASE BID: COUNTY OF SONOMA BASE BID: TOTAL BASE BID: + = $ $ $ Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-7

156 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Solano Ave. Conform N/o Redwood Road to Dunhill BID SCHEDULE: ADD ALTERNATE NO. 1 Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 1-1 Traffic Control LS *** 1-2 Changeable Message Board Signs LS *** 1-3 Mobilization LS *** 1-4 Control of Work LS *** 1-5 Control of Materials LS *** 1-6 Storm Water Pollution Prevention LS *** 1-7 Lead Removal Compliance Plan LS *** 1-8 Pavement Striping Removal LS *** 1-9 1/2" Type A Hot Mix Asphalt (HMA) TN 1, CIR Mix Design LS *** 1-11 Cold In-Place Recycling SF 119, Cold In-Place Recycling Quality Control LS *** 1-13 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 16, Miscellaneous Paving SF 3, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF 3, Remove & Replace PCC Cross Gutter/Apron SF Remove & Replace PCC Sidewalk/Curb Ramp SF 2, Remove & Replace PCC Curb & Gutter LF Install Detectable Warning Surface SF Install 4" Back of Curb Ramp LF Blue Fire Hydrant EA "STOP" Pavement Legend (Paint) EA " White Crosswalk/Limit Line (Paint) LF Bike Lane Legend (Paint) EA Type IV Arrow (Paint) EA Type VII Arrow (Paint) EA Detail 22 (Paint & RPM's) LF 2, Detail 27B (Paint) LF 2, Detail 29 (Paint & RPM's) LF 28 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-8

157 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Solano Ave. Conform N/o Redwood Road to Dunhill BID SCHEDULE: ADD ALTERNATE NO. 1 (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 1-33 Detail 38 (Paint & RPM's) LF Detail 39 (Paint) LF 5, Detail 39A (Paint) LF " White Crosswalk/Limit Line (Paint) LF Remove & Replace Bridge Culvert LS *** 1-38 Full-Depth HMA Stabilization Allowance SF 5, Lower and Raise Survey Monument Cover EA Lower and Raise Storm Drain Manhole Cover EA Lower and Raise Sanitary Sewer Manhole Cover EA Lower and Raise Water Valve Cover EA Lower and Raise AT&T Manhole Cover EA Lower and Raise PG&E Manhole Cover EA 1 TOTAL ADD ALTERNATE NO. 1Bid:$ Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-9

158 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Solano Ave. 200 N/o Trower to Salvador Ave. BID SCHEDULE: ADD ALTERNATE NO. 2 Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 2-1 Traffic Control LS *** 2-2 Changeable Message Board Signs LS *** 2-3 Mobilization LS *** 2-4 Control of Work LS *** 2-5 Control of Materials LS *** 2-6 Storm Water Pollution Prevention LS *** 2-7 Lead Removal Compliance Plan LS *** 2-8 Pavement Striping Removal LS *** 2-9 1/2" Type A Hot Mix Asphalt (HMA) TN 1, CIR Mix Design LS *** 2-11 Cold In-Place Recycling SF 114, Cold In-Place Recycling Quality Control LS *** 2-13 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 16, Miscellaneous Paving SF 2, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF 3, Install 6" PCC Pad SF Install PCC Driveway Approach SF Remove & Replace PCC Sidewalk/Curb Ramp SF Remove & Replace PCC Curb & Gutter LF Install Detectable Warning Surface SF Blue Fire Hydrant EA "STOP" Pavement Legend (Paint) EA "AHEAD" Pavement Legend (Paint) EA Type VII Arrow (Paint) EA Bike Lane Legend (Paint) EA Detail 22 (Paint & RPM's) LF 3, Detail 27B (Paint) LF 15 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-10

159 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Solano Ave. 200 N/o Trower to Salvador Ave. BID SCHEDULE: ADD ALTERNATE NO. 2 (Continued) Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 2-31 Detail 39 (Paint) LF 6, Detail 39A (Paint) LF " White Crosswalk/Limit Line (Paint) LF Install Bike Lane Sign (R7-9) EA Remove & Replace Bridge Culvert LS *** 2-36 Full-Depth HMA Stabilization Allowance SF 5, Lower and Raise Survey Monument Cover EA Lower and Raise Storm Drain Manhole Cover EA Lower and Raise Sanitary Sewer Manhole Cover EA Lower and Raise Water Valve Cover EA Lower and Raise AT&T Manhole Cover EA Lower and Raise PT&T Cover EA 1 TOTAL ADD ALTERNATE NO. 2 BID:$ Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-11

160 FOR INFORMATION ONLY NOT TO BE SUBMITTED WITH BID Porter Creek Road BID SCHEDULE: ADD ALTERNATE NO. 3 Item No. Item Unit of Measure Estimated Quantity Unit Price (In Figures) Item Total (In Figures) 3-1 Traffic Control LS *** 3-2 Changeable Message Board Signs LS *** 3-3 Mobilization LS *** 3-4 Control of Work LS *** 3-5 Control of Materials LS *** 3-6 Storm Water Pollution Prevention LS *** 3-7 Lead Removal Compliance Plan LS *** 3-8 Pavement Striping Removal LS *** 3-9 1/2" Type A Hot Mix Asphalt (HMA) TN Rubberized Hot Mix Asphalt (RHMA) TN 2, CIR Mix Design LS *** 3-12 Cold In-Place Recycling SF 182, Cold In-Place Recycling Quality Control LS *** 3-14 Emulsified Recycling Agent TN Cement Additive TN Cold Planing SF 1, Miscellaneous Paving SF 3, Remove Existing Pavement CY Remove and Replace/Install HMA Berm LF 1, Paint Existing/New HMA Berm LF 1, Shoulder Backing LF 5, "STOP" Pavement Legend (Thermo) EA "AHEAD" Pavement Legend (Thermo) EA Detail 22 (Thermo & RPM) LF 7, Detail 27B (Thermo) LF 14, Remove & Replace Guardrail LF Full-Depth HMA Stabilization Allowance SF 9, Lower and Raise Electric Utility Box EA 3 TOTAL ADD ALTERNATE NO. 3 Bid:$ Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-12

161 FAITHFUL PERFORMANCE BOND (Construction) KNOW ALL PERSONS BY THESE PRESENTS, that the City of Napa (hereinafter designated as "City"), a municipal corporation located in the County of Napa, State of California, has awarded a contract to and has entered into an agreement with, hereinafter designated as "Principal," whereby Principal agrees to complete the improvements more particularly described in all documents forming the complete contract entitled "," which said agreement is hereby referred to and made a part hereof; and WHEREAS, said Principal is required under the terms of said agreement to furnish a bond for the faithful performance of said agreement. NOW, THEREFORE, we, the Principal and, as surety, are held and firmly bound unto the City in the penal sum of dollars ($ ) lawful money of the United States, being not less than one hundred percent (100%) of the estimated contract cost of the work for the payment of which sum well and truly to be made, we bind ourselves, our heirs, successors, executors and administrators, jointly and severally, firmly by these presents. The condition of this obligation is such that if the above-bounded Principal, his/her/its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, therein provided, on his/her/its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify, defend and save harmless City, its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the specifications. IN WITNESS WHEREOF, the above-bounded parties have executed this instrument under their seals this day of, 20, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. NOTE: To be signed by Principal, and Admitted Surety and acknowledgement and notarial seal for both attached. Attach copy of authority for surety agent and County Clerk certificate under CCP ) [SEAL] (Principal) (Surety) Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-13

162 LABOR AND MATERIALS BOND (Construction) KNOW ALL PERSONS BY THESE PRESENTS, that the City of Napa (hereinafter designated as "City"), a municipal corporation located in the County of Napa, State of California, has awarded a contract to and has entered into an agreement with, hereinafter designated as "Principal," whereby Principal agrees to complete the improvements more particularly described in all documents forming the complete contract entitled "," which said agreement is hereby referred to and made a part hereof; and WHEREAS, said Principal is required to furnish a bond in connection and with said contract; provided that if said Principal, or any of his/her/its contractors, shall fail to pay for any materials, provisions, provider or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, we, the Principal and, as surety, are held and firmly bound unto the City in the penal sum of dollars ($ ) lawful money of the United States, we bind ourselves, our heirs, successors, executors and administrators, jointly and severally, firmly by these presents. The condition of this obligation is such that if said Principal, his/her/its heirs, executors, administrators, successors or assigns, or its subcontractors, shall fail to pay any of the persons named in Section 3181 of the Civil Code, or to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, then said Surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond a reasonable attorney's fee in such suit, which fee shall be fixed by the Court. AS FURTHER TERMS OF THIS BOND, IT IS UNDERSTOOD AS FOLLOWS: 1. This bond and all its provisions shall insure to the benefit of any and all persons named in Section 3181 of the Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. 2. This bond is given to comply with the provisions of Chapter 7, Part 4, Division 3, of the Civil Code. The liability of the Principal and Surety hereunder is governed by the provisions of said chapter, all acts amendatory thereof, and all other statutes referred to therein. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way effect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way effect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-14

163 IN WITNESS WHEREOF, the above-bounded parties have executed this instrument under their seals this day of, 20, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. NOTE: To be signed by Principal, and Admitted Surety and acknowledgement and notarial seal for both attached. Attach copy of authority for surety agent and County Clerk certificate under CCP ) [SEAL] (Principal) (Surety) Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-15

164 WARRANTY/MAINTENANCE BOND WHEREAS, the City Council of the CITY OF NAPA, State of California (hereinafter designated as "City"), and (hereinafter designated as "Principal"), have entered into an agreement ("Agreement") dated, 20, whereby Principal guaranteed that all improvements (as defined therein) constructed by or on behalf of Principal shall be free from defects of materials or work quality and shall perform satisfactorily for a period of at least one (1) year from the date of final acceptance of all work performed under the Agreement and further, the principal agreed to repair defects and replace improvements which cannot be repaired within said one (1) year period; and WHEREAS, said Principal is required to furnish a bond for the faithful performance of its responsibility to maintain repair and replace said improvements. NOW, THEREFORE, we the Principal and as surety are held and firmly bound unto the City in the penal sum of lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, successors, executors and administrators, jointly and severally, firmly by these presents. The condition of this obligation is such that if the above-bounded Principal, his, her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in the said agreement and any alteration thereof made as therein provided, on this or their part, to be kept and performed by Principal as required therein and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City and its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the specifications. In witness hereof, this instrument has been duly executed by the Contractor and surety above named on, 20. NOTE: To be signed by Principal, and Admitted Surety and acknowledgement and notarial seal for both attached. Attach copy of authority for surety agent and County Clerk certificate under CCP ) [SEAL] (Principal) (Surety) Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-16

165 Cold In-Place Pavement Recycling Project Federal Project No. STP-5042(051) CD-17

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA (510)

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA (510) COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA 94544-137 (51) 67-548 AGENDA ITEM NO. July 1,212 June 13 212 The Honorable Board of Supervisors County Administration Building 1221

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

CONTRACT DOCUMENTS & SPECIFICATIONS

CONTRACT DOCUMENTS & SPECIFICATIONS CITY OF EAST PALO ALTO CALIFORNIA CONTRACT DOCUMENTS & SPECIFICATIONS FOR THE CONSTRUCTION OF WATER MAINS REPLACEMENT PROJECT 2015 FOR USE WITH THE LATEST EDITION OF THE STANDARD SPECIFICATIONS & STANDARD

More information

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS Page 1 of 9 WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS I. DESCRIPTION The requirements set forth

More information

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

2018 Pavement Management Program Project

2018 Pavement Management Program Project CITY OF SARATOGA CONTRACT DOCUMENTS FOR 2018 Pavement Management Program Project KEY BID DATES Date Issued: June 27 th, 2018 Deadline for Questions/Clarifications: August 1 st, 2018 Bid Due: August 6 th,

More information

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance

More information

DIVISION 0 - CONDITIONS OF THE CONTRACT

DIVISION 0 - CONDITIONS OF THE CONTRACT SECTION 00200 - INSTRUCTIONS TO BIDDERS Montgomery County Public Schools Facilities Guide DIVISION 0 - CONDITIONS OF THE CONTRACT Described below are general and specific instructions provided to assist

More information

Wastewater Treatment Plant Dewatering Pad

Wastewater Treatment Plant Dewatering Pad Community Development Department Engineering Division Wastewater Treatment Plant Dewatering Pad Project #: 2017-06 Bid Date: December 19, 2018 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.

More information

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Mustang Substation Bank I Replacement Project MAJ 15-SP5054 CALIFORNIA POLYTECHNIC STATE UNIVERSITY FACILITIES PLANNING & CAPITAL PROJECTS San Luis Obispo, CA 93407-0690 p 805/756-2581 f 805.756.7566 http://www.afd.calpoly.edu/facilities/ Mustang Substation Bank

More information

TRAVELING FINE SCREEN - INSTALLATION

TRAVELING FINE SCREEN - INSTALLATION Community Services Department Environmental Services Division TRAVELING FINE SCREEN - INSTALLATION Project #: 2015-04 Bid Date: September 2, 2015 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4.

More information

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS April 2, 2011 INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS This project is partially funded with federal-aid highway funds, and is subject to the requirements for participation of Disadvantaged

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

Route 66 Signage Project

Route 66 Signage Project Community Development Department Route 66 Signage Project Project #: 2016-01 Bid Date: June 21, 2016 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan Holders List 5. Bid Summary NOTICE INVITING

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Notice to Bidders Page 1 of 6

Notice to Bidders Page 1 of 6 Page 1 of 6 COYOTE CREEK LEVEE RODENT DAMAGE REPAIR DOWNSTREAM OF SR 237 Project No. 62084001, Task No. 5171 Contract No. C0637 1. Notice. Notice is hereby given that sealed Bids will be accepted by the

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

Renewable Energy Power Purchasing

Renewable Energy Power Purchasing Attachment D City of Philadelphia Economic Opportunity Plan Renewable Energy Power Purchasing Introduction, Definitions and Diversity Practices A. Chapter 17-1600 of The Philadelphia Code requires the

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

CONTRACT SPECIFICATIONS FOR

CONTRACT SPECIFICATIONS FOR COUNTY OF SACRAMENTO MUNICIPAL SERVICES CONTRACT SPECIFICATIONS FOR KIEFER LANDFILL On-site Perimeter Road Rehabilitation Project Manager: Sejin Oh, PE Sacramento County Department of Waste Management

More information

PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017

PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017 FOR PURCHASE OF HOT MIX ASPHALT THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 FOR ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1 PROJECT: Longfellow ES Exit Balcony Addition DATE: March 4, 2019 755 Morse Street, SF, CA 94112 SFUSD Project No.12059

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 12/20/2017

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 12/20/2017 NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 12/20/2017 Control 6316-00-001 Project RMC - 631600001 Highway US0059 County HARRISON Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

ADDENDUM NO. 1. City of Fort Worth

ADDENDUM NO. 1. City of Fort Worth 00 0 - ADDENDA Page of 8 9 0 8 9 0 8 9 0 8 9 0 ADDENDUM NO. PROJECT: Federal Aid Project Number: CM 00 (80) CSJ: 090 8 CITY PROJECT NUMBER: 00 OWNER: City of Fort Worth CONSULTING ENGINEERS: Freese and

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN April 21, 2014 ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents for

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008)

POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008) POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008) I-100 Purpose. (a) This Appendix I to 48 CFR Chapter 2 implements the Pilot Mentor-Protege Program (hereafter referred

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

CITY OF SACRAMENTO STANDARD SPECIFICATIONS

CITY OF SACRAMENTO STANDARD SPECIFICATIONS CITY OF SACRAMENTO STANDARD SPECIFICATIONS FOR PUBLIC CONSTRUCTION June 2007 STANDARD SPECIFICATIONS FOR PUBLIC CONSTRUCTION City of Sacramento California Adopted by City Council June, 2007 $20.00 Including

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Cleveland County CONTRACT PROPOSAL

Cleveland County CONTRACT PROPOSAL Cleveland County CONTRACT PROPOSAL TIP NUMBER: R-5849 COUNTY: CLEVELAND DESCRIPTION: ADDITION OF TURN LANES ON SR 1313 (WASHBURN SWITCH RD) AND NEW INDUSTRIAL ENTRANCES TO WASHBURN SWITCH BUSINESS PARK

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

EXHIBIT D SPECIAL CONDITIONS REGARDING THE UTILIZATION OF MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

EXHIBIT D SPECIAL CONDITIONS REGARDING THE UTILIZATION OF MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES EXHIBIT D SPECIAL CONDITIONS REGARDING THE UTILIZATION OF MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES 1. Policy Statement a. It is the policy of the Commission to ensure competitive business opportunities

More information

SUBJECT: ADDENDUM No. 2 Rollingwood Drive Pavement Rehabilitation Project (File Number )

SUBJECT: ADDENDUM No. 2 Rollingwood Drive Pavement Rehabilitation Project (File Number ) Engineering Division 555 Santa Clara Street Vallejo CA 94590 707.648.5251 June 4, 2018 SUBJECT: ADDENDUM No. 2 Rollingwood Drive Pavement Rehabilitation Project (File Number 9744.14.03) To Prospective

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

Rules of Accreditation. for Advertising Agencies. August 2010

Rules of Accreditation. for Advertising Agencies. August 2010 for Advertising Agencies August 2010 LIST OF CONTENTS Clauses Page no. Interpretation 3 The Print Media Accreditation Authority 4 1 Conditions for Accredited Agency 5 2 Application for Accreditation 6

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m. WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

CITY OF YUBA CITY DEPARTMENT OF PUBLIC WORKS 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993

CITY OF YUBA CITY DEPARTMENT OF PUBLIC WORKS 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993 CITY OF YUBA CITY DEPARTMENT OF PUBLIC WORKS 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993 NOTICE TO CONTRACTORS SPECIAL PROVISIONS PROPOSAL AND CONTRACT FOR CORPORATION YARD EMERGENCY GENERATORS

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM

More information

DFARS Appendix I. Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program TABLE OF CONTENTS. I-100 Purpose. I-101 Definitions.

DFARS Appendix I. Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program TABLE OF CONTENTS. I-100 Purpose. I-101 Definitions. DFARS Appendix I Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program I-100 Purpose. I-101 Definitions. I-102 Participant eligibility. I-103 Program duration. I-104 Selection of protege

More information

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 FOR TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions...

More information

COUNTY OF SACRAMENTO MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR

COUNTY OF SACRAMENTO MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR COUNTY OF SACRAMENTO MUNICIPAL SERVICES Department of Waste Management and Recycling CONTRACT SPECIFICATIONS FOR NORTH AREA RECOVERY STATION (NARS) PAVEMENT REPLACEMENT UNLOADED TRAILER PARKING AREA Project

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information