CONTRACT SPECIFICATIONS FOR

Size: px
Start display at page:

Download "CONTRACT SPECIFICATIONS FOR"

Transcription

1 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 and Recycling 9850 Goethe Road Sacramento, CA (916) CONTRACT NO May 31, 2016 NOTE: The County of Sacramento Standard Construction Specifications, revised January 2016 are hereby made a part of these Specifications. The Standard Construction Specifications may be downloaded at PAUL PHILLEO, DIRECTOR DEPARTMENT OF WASTE MANAGEMENT AND RECYCLING P:\Shared Folders\Engineering\Restricted Access\KIEFER\cn 4293 on-site Perimeter Road Improvements\ Final Signed\Specs-May docx

2 CONTRACT NO KIEFER LANDFILL On-site Perimeter Road Rehabilitation TABLE OF CONTENTS FOR CONTRACT DOCUMENTS BIDDING REQUIREMENTS PAGES NOTICE TO CONTRACTORS (00020) 1-3 PROPOSAL, BID FORM, DESIGNATION OF SUBCONTRACTORS (00030) 1-3 LIST OF DRAWINGS 1 Cover Sheet 2 General Plan 3 Pullout Area and Wedge Area Plan 4 Pavement Sections 5 Pavement Details 1 6 Pavement Details 2 7 Utility Box Plan 8 Speed Table and Sign Plan 9 Speed Table Details 10 Road Sign Details 11 Pavement Delineation Plan DIVISION 1 - GENERAL REQUIREMENTS Note: By reference, the County of Sacramento Standard Construction Specifications dated January 2016 is hereby made part of these Specifications. A copy of the Standard Construction Specifications may be obtained on the web at PROJECT SPECIFICATIONS Notice to Contractors Proposal, Designation of Subcontractors, Bid Form Special Provisions I

3 This page is blank II

4 TO ALL PROSPECTIVE BIDDERS: Section NOTICE TO CONTRACTORS Notice is hereby given that the Board of Supervisors of Sacramento County, California, will receive sealed bids as follows: BID DATE: July 7, 2016 SUBMIT BIDS TO: DEPARTMENT OF GENERAL SERVICES CONTRACT AND PURCHASING SERVICES DIVISION 9660 ECOLOGY LANE SACRAMENTO, CA UNTIL 2:00 P.M. (LOCAL TIME) FOR: CONTRACT NO KIEFER LANDFILL On-site Perimeter Road Rehabilitation ESTIMATED CONSTRUCTION COST: $528,172 CONTRACTOR S CALIFORNIA LICENSE AND/OR CLASS REQUIRED: PRE-BID CONFERENCE DATE, TIME, & LOCATION: A June 21, 10:00 a.m. KIEFER LANDFILL ADMINISTRATION BUILDING, Kiefer Boulevard., SLOUGHHOUSE, CALIFORNIA PROJECT DESCRIPTION: The Kiefer Landfill On-site Perimeter Road Rehabilitation Project consists of rehabilitation & resurfacing of a 3/4-mile section of our existing 2-laned access road at the Kiefer Landfill. The project is necessary to continue providing landfilling access and green waste receiving and processing services at Kiefer Landfill. A pre-bid conference and walk-through will be held for the purpose of reviewing and answering questions regarding this project. Any interested contractor or his/her agents are encouraged to attend. Representatives of the owner and Design Consultant will be present for questions. Award of this contract requires a valid California contractor s license with the classification identified above. Files of the plan set and specifications are available on-line at Upon receipt of the i

5 plans and specifications, all potential bidders must immediately transmit to the Project Manager the following information: company name, contact name, physical mailing address (cannot be a P.O. box), phone number, fax number, and company address. Providing this information will ensure that the potential bidder will be included on the plan holders list and will receive all addenda that are issued for this project. Award of this contract requires a valid California contractor s license with the classification identified above. Questions & Answers: Please (No phone calls) all questions relating to this request for bid by 5:00 p.m. June 24, 2016, to Sejin Oh at ohs@saccounty.net. The DWMR will not respond to questions after this date. A list of the questions and answers will be ed out within 4 business days as an addendum to this request for bid. Go to for the plan holders list, bid info and results. Go to for the County of Sacramento Standard Construction Specifications, adopted by the Board of Supervisors and as revised January Each bid must be submitted on the bid forms provided in the Contract Documents. Each bid must also be accompanied by security in the form of a bid bond issued by a corporate surety, a certified check, or cashier's check payable to the Treasurer of Sacramento County, or cash for an amount not less than ten percent (10%) of the aggregate sum of the bid. The successful bidder shall be required to execute a Material and Labor Payment Bond and Performance Bond, issued by a corporate surety, acceptable to the County of Sacramento, each for not less than one hundred percent (100%) of the contract price. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section [with limited exceptions from this requirement for bid purposes only under Labor Code section (a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section LABOR COMPLIANCE PROGRAM: The County of Sacramento received final approval from the Director of California Department of Industrial Relations as a Labor Compliance Program effective March 15, All questions regarding this Labor Compliance Program and prevailing wage requirements should be directed to the Labor Compliance Section at (916) In accordance with Section of the California Labor Code, the payment of the general prevailing rate of per diem wages or the general prevailing rate of per diem wages for holiday and overtime is not required for any public works project of twenty-five thousand dollars ($25,000) or less when the project is for construction work, or for any public works project of fifteen thousand dollars ($15,000) or less when the project is for alteration, demolition, repair, or maintenance work. ii

6 This is a construction project in accordance with Section of the California Labor Code. Pursuant to California Labor Code Section 1720 and following, and Section 1770 and following, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of the prevailing wage determinations are on file at the office of the County of Sacramento Labor Compliance Program, 9700 Goethe Road, Suite D, Sacramento, CA 95827, and are also available on the internet at Pursuant to California Contract Code Section 22300, the contractor may, at its own expense, substitute securities for any money being withheld by the County to ensure performance under this contract. The County reserves the right to reject any or all bids, to waive any informality in any bid, and to determine which bid, in the judgment of the County, is the lowest responsive bid of a responsible bidder. For questions on contract documents contact Sejin Oh, Project Manager, at ohs@saccounty.net. iii

7 FIRM NAME: Section COUNTY OF SACRAMENTO PROPOSAL -- BID FORM -- CONTRACT NO KIEFER LANDFILL ON-SITE PERIMETER ROAD REHABILITATION SUBMIT BID TO: Department Of General Services Contract And Purchasing Services Division 9660 Ecology Lane, Sacramento, Ca NO LATER THAN: 2:00 P.M. ON BID DATE BID OPENING: Department Of General Services Contract And Purchasing Services Division 9660 Ecology Lane, Sacramento, CA APPROXIMATELY 2:10 P.M. ON BID DATE TO: Board of Supervisors County of Sacramento STATE OF CALIFORNIA I. BID: Pursuant to your published Notice to Contractors for the above referenced project, and in accordance with the approved plans and specifications for that project, the following bid for said entire project is submitted by the firm indicated Section 1 and Section 7 (Contractor Information) of this Bid Form. Item No. 1 Item Description Quantity Unit of Measure Cold planing (milling) existing asphalt concrete 14,510 SQYD 2 Tack coat 9 TON 3 Asphalt concrete Type A 4,770 TON 4 Roadway excavation 25 CY 5 Aggregate base Class 2 20 CY 6 4 traffic striping (thermoplastic) 16,000 LF 7 Asphalt concrete speed table 7 EACH 8 Speed table advance warning sign 14 EACH 9 Speed table warning sign 14 EACH 10 Utility box adjustment to grade 31 EACH 11 Mobilization, traffic control, demobilization, and finishing pavement. 1 LS Unit Price Amount TOTAL BID (IN FIGURES) $ Note: In the event the product of a unit price and an estimated quantity do not equal the extended amount stated, the unit price will govern and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid. 1

8 II. ADDENDA: Acknowledgment is hereby made of receipt and incorporation of addendum number through into this Bid. III. BID GUARANTY: Bid security must be a bidders bond, a certified check or cashier s check payable to the Treasurer of Sacramento County, or cash. Bids secured by personal checks or personal guarantees will be rejected. IV. AFFIDAVIT OF NONCOLLUSION: The bidder swears and deposes that he or she is 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 for 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. V. SUBCONTRACTOR LISTING: In accordance with the California Public Contract Code, Division 2, Part 1, Chapter 4, Section 4100, and following, the subcontractors listed on the Bid Form will perform the indicated work of improvement on the project. VI. TYPE OF BUSINESS (CHECK ONE) VII. Corporation; State of Incorporation: Partnership Joint Venture Private Individual Individual doing Business under a Firm Name CONTRACTOR INFORMATION Firm Name: (NOTE: In addition, Place name on sheet 1 where space provided) Address: Telephone: ( ) Contractor's License Number: Contractor's License Expiration Date: 2

9 Contractor's License Classification(s): I hereby certify under penalty of perjury that the above statements are true: Bid and Certification Submitted on: Signature of Authorized Representative: Print or Type Name: Title: ATTACHMENT A - DESIGNATION OF SUBCONTRACTORS The following are the names and location of places of business of all subcontractors who will perform work or labor or render service to the bidder in or about the work, or improvement according to detailed drawings contained in the plans and specifications, in an amount of one-half of one percent (0.5%) of the total bid. The low bidder or apparent contractor will submit a listing of license numbers by subcontractor within three (3) days of bid opening. PORTION OF WORK PERCENTAGE OF TOTAL BID (%) SUBCONTRACTOR AND LICENSE NUMBER PLACE OF BUSINESS (full address) (USE ADDITIONAL SHEETS IF NECESSARY) 3

10 This page is blank 4

11 SECTION GENERAL REQUIREMENTS SPECIAL PROVISIONS 1.01 SCOPE OF WORK The Kiefer Landfill On-site Perimeter Road Rehabilitation Project consists of rehabilitation & resurfacing of a 3/4-mile section of our existing 2-laned access road at the Kiefer Landfill. The project is necessary to continue providing landfilling access and green waste receiving and processing services at Kiefer Landfill PROJECT LOCATION: Kiefer Landfill Kiefer Boulevard, Sloughhouse, California, DRAWINGS The contract drawings are entitled: On-site Perimeter Road Rehabilitation, Contract No BUILDER S RISK INSURANCE Builder s Risk Insurance will not be required for this project TIME OF COMPLETION The time for completion of this contract shall be 20 working days commencing as specified in Section 7-1, Beginning of Work, of the Standard Construction Specifications LIQUIDATED DAMAGES Liquidated damages shall be $1,410 for each calendar day delay. See section 1.05 above. Refer to Section 8-10 of the County Standard Construction Specifications PRE-BID CONFERENCE A pre-bid conference will be held as noted in the NOTICE TO CONTRACTORS STANDARD CONSTRUCTION SPECIFICATIONS The County of Sacramento Standard Construction Specifications, adopted by the Board of Supervisors and effective January 2016, are hereby made part of these specifications. A copy of the Standard Construction Specifications may be obtained online: EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK Direct pre-bid questions to Sacramento County Department of Waste Management and Recycling Project Manager, Sejin Oh at ohs@saccounty.net 1.10 ACCURACY OF DRAWINGS AND SPECIFICATIONS The existing conditions depicted on the drawings and specifications are developed from record information. Exact locations, distances, dimensions, elevations, etc., shall be governed by actual field conditions and verified by the contractor. The engineer shall be notified of any discrepancies found prior to the start of work in that area UTILITY SHUTDOWNS The Engineer shall be notified two (2) working days in advance of any contemplated shutdown of electricity or other utility. The Engineer s approval shall be obtained prior to any shutdown activity. The Contractor shall schedule and coordinate all A

12 connections and other work to be performed by public and private utility organizations necessary for the completion of the project STORAGE OF SUPPLIES, MATERIALS, EQUIPMENT, ETC. The Contractor shall obtain the prior approval of the Engineer for any area or space required for Contractor s storage during construction operations. Materials, equipment, etc., shall not be piled or stored in any location that shall interfere with the conduct of normal functions of the building and/or facilities, and shall not constitute a hazard to persons or property. The Contractor shall install any required safety precautions such as signs, danger signals, lanterns, barricades, etc., during construction operations CONSTRUCTION SURVEYS The Contractor shall be responsible for and shall perform all surveys and measurements necessary for layout and control of work. Surveys shall be performed in accordance with the requirements of Section of the Standard Construction Specifications. Surveying control will be provided by DWMR where and when required TESTING Materials to be used by the Contractor on the project will be subject to sampling and tests by the County. The Contractor shall furnish the County with a list of the Contractor s sources of materials and the locations at which such materials will be available for inspection in accordance with Section 5-16 of the County Standard Construction Specifications. When requested by the County, samples and test specimens of all materials proposed to be used on the project shall be prepared at the expense of the Contractor and furnished by the Contractor in such quantities and sizes required for proper examination and tests, and with complete information describing type, kind, or size of material, and its source and in accordance with Section 5-16 of the County Standard Construction Specifications ADDITIONAL SETS OF CONTRACT DOCUMENTS Following execution of the Contract, the County will have electronic files in.pdf format of contract specifications, drawings, and addenda to the Contractor. Hard copy sets of construction document sets will not be furnished SIGNS No advertising signs of any kind will be permitted except by written permission of the Engineer CONTRACTOR S FIELD OFFICE A space for a Contractor field office shall be made available ENGINEER S FIELD OFFICE A field office is not required TEMPORARY SERVICES A. WATER 1. Contractor may connect temporary line to existing water service lines at the site. The Contractor is to verify conditions at site. B. ELECTRICAL POWER 1. Contractor shall coordinate with Site Engineer in order to hook-up to existing service. B

13 2. Contractor to arrange for and install power service from SMUD service lines, as necessary. C. TELEPHONE 1. Contractor may arrange for and install telephone service for his own use. A pay phone is located in the landfill operations building. The Contractor shall not use County telephones. D. FIELD TOILETS 1. The Contractor shall furnish, install, and remove at completion of the job, all sanitary; i.e., portable toilet facilities required for the completion of the job. The type and location of the facilities shall be subject to acceptance by the Engineer. 2. All sanitary facilities shall be made available for use by all workers, subcontractors, consultants, and County personnel associated with the project. 3. The Contractor shall maintain sanitary facilities in a proper, safe, operating, and sanitary condition for the duration of the work. Facilities shall be provided in sufficient quantities to comply with CAL-OSHA regulations. 4. Existing facilities at site shall not be used by contractor s employees. E. FENCES, BARRICADES, WARNING SIGNS, AND LIGHTS 1. To confirm to CAL-OSHA regulations, other State of California and local codes, rules, regulations, and ordinances for protection of workers, public and private property, provide, install and maintain barricades, warning devices and other protection required therefore. 2. Contractor to provide temporary fencing, etc., as required protecting material storage, equipment and vandalism and unauthorized entry. 3. Traffic control will be the responsibly of the contractor. The contractor will need to coordinate this with DWMR operations to ensure the perimeter access road remains open to traffic from 5:00 AM to 5:00 PM. F. CONTRACTOR S ACCESS, WORK AND STORAGE AREAS 1. Contractor to be limited to the area shown on the drawings. 2. The contractor shall coordinate with the Project Manager as to where the set-up staging area will be located EROSION, SEDIMENT, AND WATER POLLUTION CONTROL The Work under this contract shall be subject to the requirements of the NPDES Regulations and the existing facility Storm Water Pollution Prevention Plan (SWPPP) for the landfill. Construction related activities performed by the Contractor and subcontractor(s), shall be performed to eliminate non stormwater discharges to the stormwater control system. The Contractor shall submit a Water Pollution Control Plan to the Project Engineer in compliance with the site specific SWPPP. The Contractor shall notify the Project Engineer of any conditions that could lead to noncompliance with the permit requirements. C

14 The Contractor shall not be entitled to any time extensions or compensation for any costs due to any action required as a result of Contractor s failure to comply with those provisions of the Storm Water Pollution Control Plan. The Contractor is responsible to ensure that subcontractor(s) comply with this provision. The Contractor is not required to obtain a NPDES Industrial permit. However, the Contractor shall abide with the site s NPDES requirements in accordance with the site engineer SPECIAL SECURITY REQUIREMENTS The Contractor s workers and equipment shall be limited to the work areas as designated by this contract SCHEDULE OF WORK AND LIMITATIONS A. OPERATIONS All construction activities are to occur from 5:00 PM to 5:00 AM, 7 days a week. During the progress of work, landfill facilities operation shall be maintained without interruption, except by specific arrangement with the County and then only at such times as approved in writing by the Engineer. The Contractor will be required to maintain access to the operating portion of the landfill at all normal times of business. The Contractor will be required to provide traffic control and provide alternate routes of access if construction activities interfere with the flow of traffic along the Landfill's main access road. B. COORDINATION OF CONTRACT WORK WITH OWNER S OPERATION The Contractor shall coordinate the work of this contract through the Project Inspector assigned by the Engineer DISPOSAL AREA OF ASPHALT CONCRETE MILLINGS The disposal area for asphalt concrete millings is identified on the plan sheet # CONTRACTOR S SUBMITTALS Contractor s submittals shall be in accordance with Section 5-8 of the Sacramento County 2016 Standard Construction Specifications MEASUREMENT OF QUANTITIES AND BY WEIGHT A. Measurement Standards: All work to be paid for at a Contract price per unit of measurement will be verified by the County consistent with Unite States Standard Measures. B. Measurement by Volume: 1. Measurement by volume will be by the cubic dimension listed or indicated in the Bid Form. Method of volume measurement will be as determined or directed by the County. 2. Confirmation of volume may be required by utilizing weighing methods. In this event, such volumes will be converted to weight measurement for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the County and shall be agreed by the D

15 Contractor before such method of measurement of pay quantities will be accepted. C. Measurement by Area: Measurement by area will be by the square dimension listed, or indicated in the Bid Form. Method of square measurement will be as determined or directed by the County. D. Linear Measurement: Linear measurement will be by the linear dimension listed or indicated in the Bid Form. Method of linear measurement will be as determined or directed by the County. Generally, items, or work to be measured will be measured at the centerline of the item in place. E. Lump-Sum Measurement: Lump-sum measurement will be for the entire item, unit of work, structure, or combination thereof, as listed or indicated in the Bid Form. F. Weight Measurement: Weight measurement will be for the entire item as listed or indicated in the Bid Form FIELD MEASUREMENT FOR PAYMENT A. The Contractor shall compute all quantities of work performed or of materials and equipment delivered to the site for payment purposes. B. The County may at any time verify quantities calculated by the Contractor PAYMENT A. Payment will be full compensation for furnishing all labor, materials, tools, equipment, transportation, permit fees, services, and incidentals, as specified, and for performing all work necessary for completing the erection or installation of the item or work classification, including all adjusting and balancing, testing, cleaning, and all other incidental work. B. Full compensation for all expenses involved in conforming to the requirements for measuring materials or work shall be considered as included in the unit or lump-sum prices paid for the materials or work being measured, and no additional compensation will be permitted. C. Full compensation for an item of work for which no measurement or payment is specified will be considered to be included in the applicable related item of work in the Bid Schedule or incidental of the Contract VALUES OF UNIT PRICES A. The number of units and quantities contained in the Bid Form are approximate only, and final payment will be made for the actual number of units and quantities, which are incorporated in or made necessary by the work included in this Contract. B. In the event that work and materials or equipment are required to be furnished to a greater or lesser extent than is indicated by the Construction Drawings and Specifications, such work and materials or equipment shall be furnished in greater or lesser quantities. E

16 1.30 CHANGES AND EXTRA WORK Changes and extra work ordered by the County will be measured and paid for consistent with the requirements of Changes and Claims - Section 9 of the Standard Construction Specifications REJECTEDC MATERIALS Quantities of material wasted or disposed of in a manner not called for under the Contract. Rejected loads of material, including material rejected after it has been placed by reasons of the failure of the Contractor to conform to the provisions of the Contract; material not unloaded from the transporting vehicle; material placed outside the limits indicated on the Drawings or established by the County; or material remaining on hand after completion of the work, will not be paid for, and such quantities shall not be included in the final total quantities. No compensation will be permitted for loading, hauling, and disposing of rejected material. Contractor is responsible for removing rejected and unused materials from site CONTRACT BID ITEMS REQUIREMENTS INCLUDED This section includes the items of work and the basis of payment for these tasks. The Contractor shall bid Items listed below separately and provide a total sum for all work items. The Contractor is responsible for supplying all materials, equipment and labor necessary for the complete construction and installation of all work as described in these specifications and as shown on the Construction Drawings. Payment for each work item will be made on either a unit price (EA), lump sum (LS), lineal foot (LF), cubic yard (CY), or ton (TON) basis, and only after that portion of the project has been completed. Item 1- Cold planing (milling) existing asphalt concrete: Supply all material, equipment and labor necessary for cold planing the existing asphalt concrete to the depth shown on the Construction Drawings. Any exposed subgrade shall be compacted to 95% compaction per Section 18-2 of the Sacramento County 2016 Standard Construction Specification and shall be paid as part of cold planing task. Measurement and payment for cold planing shall be made by square yard basis in accordance with Section 26-6 and 26-7 of the Sacramento County 2016 Standard Construction Specification. In addition it shall adhere to Section 26 Cold Plane Asphalt Concrete Pavement of the Sacramento County 2016 Standard Construction Specifications. Item 2- Tack coat: Supply all material, equipment and labor necessary to apply liberally of tack coat prior to placing new asphalt concrete or speed table as shown on the Construction Drawings. Measurement and payment shall be made by the ton (TON). In addition tack coat shall adhere to the 2015 State Standard Specifications Section B (10) and Section C (3) (f) Tack Coat. Item 3- Asphalt concrete Type A: Supply all material, equipment and labor necessary to place asphalt concrete type a as shown on the Construction Drawings. Measurement and payment shall be made by a ton (TON) basis in accordance with section of the Sacramento County 2016 Standard Construction Specification. Any unused asphalt concrete shall be placed in a designated area directed by Project Engineer. In addition, asphalt concrete type A shall adhere to Section 23 Asphalt Concrete of the Sacramento County 2016 Standard Construction Specifications. Item 4- Roadway excavation: Supply all material, equipment and labor necessary to excavate roadway as shown on the Construction Drawings. All subgrade shall be F

17 compacted to 95% compaction per Section 18-2 of the Sacramento County 2016 Standard Specification. Measurement and payment shall on a cubic yard (CY) basis in accordance with Section of the Sacramento County 2016 Standard Construction Specification. In addition, roadway excavation shall adhere to Section 18 Earthwork of the Sacramento County 2016 Standard Construction Specifications. Item 5- Aggregate base Class 2: Supply all material, equipment and labor necessary to install aggregate base class 2 as shown on the Construction Drawings. All aggregate base materials shall be compacted to 95% compaction per Section 22-2 of the Sacramento County 2016 Standard Specification Measurement and payment shall on a cubic yard (CY) basis in accordance with Section 22-4 of the Sacramento County 2016 Standard Construction Specification. In addition, aggregate base class 2 shall adhere to Section 22 Base Material of the Sacramento County 2016 Standard Construction Specifications. Item 6-4 Traffic striping (thermoplastic): Supply all material, equipment and labor necessary to install 4 traffic striping (thermoplastic) as shown on the Construction Drawing. Measurement and payment shall on a linear foot (LF) basis in accordance with Section 48-6 of the Sacramento County 2016 Standard Construction Specification. In addition, traffic striping shall adhere to Section 48 Traffic Stripes and Pavement Markings of the Sacramento County 2016 Standard Construction Specifications. Item 7- Asphalt concrete speed table: Supply all material, equipment and labor necessary to construct asphalt concrete speed table as shown on the Construction Drawing. Measurement and payment shall be on a unit price (EA) basis in accordance with Section of the Sacramento County 2016 Standard Construction Specification. In addition, traffic striping shall adhere to Section 23 Asphalt Concrete of the Sacramento County 2016 Standard Construction Specifications. Item 8- Speed table advance warning sign: Supply all material, equipment and labor necessary to post speed table advance warning signs as shown on the Construction Drawing. Measurement and payment shall be on a unit price (EA) basis in accordance with Section 34-4 of the Sacramento County 2016 Standard Construction Specification. In addition, traffic striping shall adhere to Section 34 Signs of the Sacramento County 2016 Standard Construction Specifications. Item 9- Speed table warning sign: Supply all material, equipment and labor necessary to post speed table warning signs as shown on the Construction Drawing. Measurement and payment shall be on a unit price (EA) basis in accordance with Section 34-4 of the Sacramento County 2016 Standard Construction Specification. In addition, traffic striping shall adhere to Section 34 Signs of the Sacramento County 2016 Standard Construction Specifications. Item 10- Utility box adjustment to grade: Contractor shall adjust utility box to match grade by raising the box and if necessary adding grinding materials. Any additional utility box adjustment not listed in the Contract shall be paid per unit price listed on the Bid Form. Item 11- Mobilization, demobilization, traffic control, finishing pavement: This task includes price for all work required to provide the labor, materials, and equipment indicated in the Contract Document and to remove therefrom at the completion of the Contract. This may include but limited to any and all temporary G

18 facilities and utilities, health and safety plans, and construction equipment required for this project. Payment for mobilization, demobilization, traffic control and finishing pavement for this project will be made on a lump sum (LS) basis. Refer to Section 8- Measurement and payment section 12-Safety, Public Measurement and Payment. Section 21-Finishing Convenience and Traffic Control and Section 21-Finishing Roadway of the Sacramento County 2016 Standard Construction Specifications AGGREGATE MATERIALS Section Aggregates of the Sacramento County 2016 Standard Construction Specifications is revised to read: The aggregate gradation must be ¾ inch Type A ASPHALT BINDERS In Section Binders of the Sacramento County 2016 Standard Construction Specifications, use asphalt modified binder PG 64-28M in Type A HMA. Asphaltic emulsion will be used per section 94. Contractor shall use CSS1h Emulsion tack at a residual rate of 0.05 Gal/SQYD between new pavement and old pavement and at a residual rate of 0.02 Gal/SQYD between new pavement lifts. Additionally, the residual application rate of the CSS1h emulsion on top of the aggregate base prior to placement of HMA must be 0.10 Gal/SQYD ASPHALT MILLING When milling of asphalt concrete exposes the aggregate base, re-compact the exposed aggregate base following section 22-Base Materials and the first two paragraphs of item Asphalt Concrete of Section 14-Restoration of Surfaces of the 2016 County of Sacramento Standard Construction Specifications. The cost for this item will be included in the Cold planing of existing pavement cost item SPEED TABLE TACK COAT Use tack coat to bind the compacted asphalt speed tables to the new and existing asphalt concrete surface SIGN BACKING MATERIAL All sign backings shall be made from recycled materials. Use EcoStrate sign backing or equivalent. The Contractor is to submit the product specifications for approval prior to use SIGN POST Wooden sign posts shall be pressure treated lumber SIGN BRACKETS The Contractor is to submit the product specifications for approval prior to use. H