CITY OF SCOTTS VALLEY PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BID FORMS AND CONTRACT DOCUMENTS For 2016 MOUNT HERMON ROAD MICRO-SURFACING PROJECT CITY OF SCOTTS VALLEY i CITY OF SCOTTS VALLEY NOTICE TO CONTRACTORS Notice is hereby given that sealed bids will be received by the City Clerk of the City of Scotts Valley, of the County of Santa Cruz, State of California, in the office of the Public Works Department, 701 Lundy Lane, Scotts Valley, California 95066, up to 10:00 am, September 1, 2016, for the Mount Hermon Road Micro-Surfacing Project in the City of Scotts Valley, in accordance with Plans and Specifications on file in the office of the Public Works Director, 701 Lundy Lane, Scotts Valley, California, telephone (831) 438-5854. The bids will be publicly opened and read by the City Clerk of the City of Scotts Valley at the time and place above stated, and a report of the names of all bidders and the amount of each bid will be made. In general, the work to be done under this contract consists of, but not be limited to, removal of existing thermoplastic and raised pavement markers, the application of microsurfacing, striping, marking, color pavement markings, and markers. The area of work is: On Mount Hermon Road, beginning at the northwest crosswalk at La Madrona Drive to the western City Limits 375’ north of Lockhart Gulch. The work shall include, but not be limited to traffic control, protection of existing facilities, and all other work shown on the Plans, Standard Plans or as required by these Special Provisions and the Standard Specifications. The City has filled potholes and repaired major damage on the streets to receive the microsurfacing treatment. The contractor shall furnish a schedule of work, all necessary supervision, labor, materials (including water), supplies, power sweeping, notification of residents, construction tools and equipment, utilities and services, transportation, receiving, handling, storage, disposal of waste, applicable taxes, locating and covering manholes, survey monuments, valve boxes, etc., prior to slurry sealing or microsurfacing, and subsequent cleaning of covers or appurtenances to sewer and utility facilities, survey monuments, placing traffic striping, “cat-tracking”, reflective tabs, and all other services necessary for the microsurfacing of streets and the restoration of pavement striping, markings, and all pavement markers. The Contractor shall do all work incidental to legally and satisfactorily complete the work including the furnishing of all supervision, labor, materials, supplies, tools, equipment, transportation, utility coordination, applicable taxes, permits, and any other necessary or required incidental work essential to accomplish the work, whether or not shown on the plans or required in these specifications. The cost of all such incidental work shall be included in the various item of work and no additional or direct payment will be made therefore. Bidders shall make a field reconnaissance of the project area prior to bidding in order to visualize and have full comprehension of the scope and extent of the work. iii No pre-bid meeting is scheduled for this project. At the time this contract is awarded, the Contractor shall possess a Class A license. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. Each bid must be accompanied by cash, a certified or cashier=s check, or a bidder=s bond in the sum of not less than ten percent (10%) of the total aggregate of the bid. The checks or bonds shall be made payable to the order of the City of Scotts Valley. Pursuant to Section 4590 of the California Government Code, Contractor will be permitted, at Contractor=s request and sole expense, to substitute securities of any monies withheld by City to ensure performance under the contract. Said securities will be deposited either with City or with a state or federally chartered band as escrow agent. Securities eligible for this substitution are those listed in Section 16430 of the California Government Code or bond or savings and loan certificates of deposit. Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon. Workers employed in the work must be paid at rates at least equal to the prevailing wage scale as determined by the State Director of the Department of Industrial Relations and on file in the Office of the City Clerk. Pursuant to Section 1770 of the California Labor Code, any contractor who is awarded a public works project and intends to use a craft or classification not shown on the general prevailing wage determinations, may be required to pay the wage rate of that craft or classification most closely related to it as shown in the general determination effective at the time of the call for bids. All bids must be addressed to the City Clerk of the City of Scotts Valley, and shall bear the title or name of the work to be constructed. The City of Scotts Valley reserves the right to reject any and all bids or to waive any errors or discrepancies. The time limit for the completion of all work shall be 40 calendar days after receipt of notification to proceed from Engineer. Contractor shall commence work within ten (10) days after receipt of notification to proceed from Engineer, as set forth in General Conditions, "Legal Relations and Responsibilities". Liquidated damages shall be assessed in the amount of two hundred fifty dollars ($250.00) for each calendar day the work remains incomplete beyond the time fixed above for completion. Specifications may be secured from the Public Works Department, 701 Lundy Lane, Scotts Valley, California, weekdays, excluding city holidays, between the hours of 8:00 a.m. and 4:00 p.m. or from the City=s website www.scottsvalley.org. To receive potential addendums and qualify to bid, Contractors must register with the Public Works Department. iv Contents NOTICE TO CONTRACTORS ......................................................................................................................iii SECTION 1 - SPECIFICATIONS AND PLANS ............................................................................................ 1 DEFINITIONS AND TERMS ............................................................................................................ 1 SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS.............................................................. 2 2-1.01 GENERAL ............................................................................................................................. 2 SECTION 3. AWARD AND EXECUTION OF CONTRACT .......................................................................... 2 3-1.01 GENERAL ............................................................................................................................. 2 3-1.02 BONDS .................................................................................................................... 2 SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES .............. 3 4-1.01 GENERAL ............................................................................................................................. 3 4-1.02 HOURS OF WORK .................................................................................................. 3 4-1.03 OWNER'S INSPECTION ......................................................................................... 4 SECTION 5. GENERAL ................................................................................................................................ 4 5-1 MISCELLANEOUS .................................................................................................................... 4 5-1.01 LABOR NONDISCRIMINATION .............................................................................. 4 5-1.02 PREVAILING WAGE ............................................................................................... 4 5-1.04 PUBLIC SAFETY ..................................................................................................... 4 5-1.05 PROTECTION, SAFETY AND OBSTRUCTIONS ................................................... 5 5-1.06 FIRE SAFETY........................................................................................................ 5 5-1.07 TEMPORARY PROVISIONS................................................................................... 5 5-1.10 NOTIFICATION TO RESIDENTS AND BUSINESSES ......................................... 5 5-1.11 PORTABLE CHANGEABLE MESSAGE SIGNS................................................... 6 5-1.13 FORCE ACCOUNT PAYMENT ............................................................................. 6 5-1.14 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES ........................... 8 5-1.20 SUBCONTRACTING ............................................................................................ 8 5-1.21 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS ............................... 8 5-1.22 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS ............ 8 5-1.24 HIGHWAY CONSTRUCTION EQUIPMENT ........................................................... 9 5-1.25 PROJECT APPEARANCE ...................................................................................... 9 5-1.27 REVOCABLE CONTRACT ITEMS .......................................................................... 9 5-1.28 RESPONSIBILITY FOR DAMAGE .......................................................................... 9 5-1.29 USE AND OR OCCUPATION OF THIRD-PARTY LANDS ................................... 14 5-1.30 ACCEPTANCE OF CONTRACT ........................................................................... 14 5-1.31 SOUND CONTROL REQUIREMENTS ................................................................. 14 5-1.32 Warranty and Guarantee ....................................................................................... 14 5-1.33 SHOP DRAWINGS ................................................................................................ 15 5-1.34 AREAS FOR CONTRACTOR'S USE .................................................................... 15 SECTION 6 - MATERIALS.......................................................................................................................... 15 6-3 SUBMITTALS ........................................................................................................................ 15 6-3.01 SUBMITTALS ...................................................................................................... 15 6-3.02 SHOP DRAWINGS AND MATERIAL SUBMITTAL LIST .................................... 16 6-3.03 TRANSMITTAL LETTER ..................................................................................... 16 6-3.04 ORIGINAL SUBMITTALS .................................................................................... 17 6-3.05 RE SUBMITTALS ................................................................................................ 17 6-3.06 APPROVALS ....................................................................................................... 17 6-3.07 SAMPLES ............................................................................................................ 18 6-3.09 MANUALS ........................................................................................................... 18 6-3.10 MANUFACTURER'S LITERATURE .................................................................... 18 6-3.11 COORDINATION OF SUBMITTALS ................................................................... 18 6-3.12 PROPOSED SUBSTITUTES OR "OR EQUAL" ITEMS...................................... 19 SECTION 9. DESCRIPTION OF WORK .................................................................................................... 20 Section 9-1 GENERAL ................................................................................................................... 20 SECTION 10. CONSTRUCTION DETAILS ................................................................................................ 20 10-1 GENERAL .............................................................................................................................. 20 vi 10-1.01 MOBILIZATION ................................................................................................... 20 10-1.02 TRAFFIC CONTROL ........................................................................................... 21 10-1.03 SITE CONDITION ................................................................................................ 23 10-2 MICROSURFACING............................................................................................................ 23 10-2.01 MATERIALS AND TESTING FOR MICROSURFACING .................................... 26 10-2.02 CRACK FILLING .................................................................................................. 29 10-2.03 CONSTRUCTION ................................................................................................ 30 10-2.04 WEATHER CONDITIONS ................................................................................... 30 10-3 PAVEMENT STRIPING AND MARKING............................................................................... 30 10-4 EMERGENCY RESPONSE ................................................................................................... 31 10-5 SUPPLEMENTAL WORK ...................................................................................................... 31 BID FORM ................................................................................................................................................... 32 BIDDER'S BOND ........................................................................................................................................ 36 Public Contract Code Section 10285.1 Statement ..................................................................................... 38 Noncollusion Affidavit .................................................................................................................................. 41 AGREEMENT ............................................................................................................................................. 42 APPENDIX A ............................................................................................................................................... 47 vii CITY OF SCOTTS VALLEY, CALIFORNIA PUBLIC WORKS DEPARTMENT Special Provisions FOR Mount Hermon Road Micro-Surfacing Project SECTION 1 - SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications dated 2015 and the Standard Plans dated 2015, of the California Department of Transportation 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 the conflicting portions. Amendments to the Standard Specifications set forth in these Special Provisions shall be considered as part 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. DEFINITIONS AND TERMS As used herein, unless the context otherwise requires, the following terms have the following meaning: City The City of Scotts Valley, located in Santa Cruz County, California Department of Transportation California Department of Transportation (Caltrans) Engineer The City Engineer of the City of Scotts Valley, State of California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. State The City of Scotts Valley, State of California Standard Specifications Means the City of Scotts Valley Standard Details dated May 1989 and the 2015 edition of the Standard Specifications of the State of California, Department of Transportation. Any reference therein to the State of California or a state agency, office or officer, shall be 1 interpreted to refer to the City or its corresponding agency, office or officer acting under this contract. SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL - The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," 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 2-1.10, "Subcontractor List," 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 2-1.34, "Bidders Security” of the Standard Specifications will be found following the signature page of the Proposal. In conformance with Public Contract Code Section 7106, a Non-collusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Non-collusion 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. 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. SECTION 3. AWARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL - The bidder's attention is directed to the provisions in Section 3, "Contract Award and Execution," of the Standard Specifications and these Special Provisions for the requirements and conditions concerning award and execution of contract. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. 3-1.02 BONDS - The contractor shall provide, at the time of the execution of the agreement or contract for work, at his own expense, a surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for the faithful performance of said agreement. Contractor shall also provide, at the time of the execution of the agreement or contract for work, and at his own expense, a separate surety bond in the amount equal to at least one hundred percent (100%) of the contract price as security for the payment of all persons performing and furnishing materials in connection with said agreement. Sureties on each of said bonds shall be satisfactory to the City Attorney. 2 SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES 4-1.01 GENERAL Attention is directed to the provisions in Section 8-1.04, "Start of Job Site Activities," in Section 8-1.05, "Time," and in Section 8-1.10, "Liquidated Damages," of the Standard Specifications and these Special Provisions. The Contractor shall begin work within 10 calendar days after the receipt of Notice to Proceed from the City. This work shall be diligently prosecuted to completion before the expiration of 40 CALENDAR DAYS beginning on the fifteenth calendar day after approval of the contract. The Contractor shall pay to the City of Scotts Valley the sum of $250 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. 4-1.02 HOURS OF WORK The application of micro-surfacing shall be performed on maximum of two (2) consecutive Saturday and Sunday, during the hours of 7:00 a.m. to 7:00 p.m. Contractor's bid price shall be based upon completing all work during this time period. Work occurring outside this time period, if permitted by Engineer, shall not be a cause for extension of time or alter the total bid price. The Contractor shall request permission from Engineer a minimum of twenty-four (24) hours in advance of plans to work outside these work hours and/or days specified. The hours and/or days are subject to review and acceptance by Engineer. Contractor shall not work outside the normal working hours unless permitted by Engineer. Should the Contractor work outside these working hours without written permission, that time will be deducted from his allowable working hours the following day. Should the Contractor request to work during the designated holidays, the request must include reimbursement to the City Inspector for overtime pay at a rate of $120.26 per hour. Continued violation of the allowable working hours will result in a written notification by the Engineer. Contractor shall pay to the City of Scotts Valley the liquidated damages sum of one thousand, five hundred dollars ($1500.00) per day for each and every violation of work hour restrictions. Any liquidated damages assessed will be deducted from the next scheduled progress payment. No Contractor=s employees, equipment, subcontractors, etc., or traffic control measures will be within the limits of the work outside the allowable work hours. 3 4-1.03 OWNER'S INSPECTION - Inspector will make inspections at various times throughout the progress of the project. These inspections will include all applicable items Owner deems necessary to ensure compliance with the Contract Documents. SECTION 5. GENERAL 5-1 MISCELLANEOUS 5-1.01 LABOR NONDISCRIMINATION - Attention is directed to the following Notice that is required by CA Code Regs §§ 8107 and 8203: STANDARD CALIFORNIA NONDISCRIMINATION CONSTRUCTION CONTRACT SPECIFICATIONS (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.02I(2), "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. 5-1.02 PREVAILING WAGE - Attention is directed to Section 7-1.02K(2), " Wages," of the Standard Specifications. The general prevailing wage rates determined by the Director of Industrial Relations, for the county or counties in which the work is to be done, are available at the City of Scotts Valley address. These wage rates are not included in the Proposal and Contract for the project. Changes, if any, to the general prevailing wage rates will be available at the same location. 5-1.04 PUBLIC SAFETY - The Contractor shall provide for the safety of traffic and the public in accordance with the provisions in Section 7-1.04, "Public Safety," of the Standard Specifications and these Special Provisions. In accordance with state law and generally accepted construction practices, Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. The services of Engineer or Inspector in conducting construction review of Contractor's performance are not intended to include review of the adequacy of Contractor's work methods, equipment, bracing or scaffolding or safety measures in, on, or near the construction site. When traffic cones or delineators are used to delineate a temporary edge of traffic lane, the line of cones or delineators shall be considered to be the edge of traveled way; however, the Contractor shall not reduce the width of an existing lane to less than twelve (12) feet without written approval of the Engineer. The lane closure provisions of this section shall not apply if the 4 work area is protected by permanent or temporary railing or barrier. Full compensation for conforming to the requirements in this section "Public Safety," including furnishing and installing traffic cones or delineators, temporary railing (Type K) and temporary crash cushion modules, shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefore. 5-1.05 PROTECTION, SAFETY AND OBSTRUCTIONS - Contractor shall at all times conduct work as to ensure the least possible obstruction to traffic and inconvenience to pedestrians in the vicinity of the work and to ensure the protection of persons and property. No road, street, walkway, or building corridor shall be closed except with the permission of the Engineer. The Contractor shall not be permitted to park or service any equipment in areas that the Engineer may deem a visual obstruction to traffic or that may create an unsafe condition. The Contractor shall not be permitted to stockpile any materials in areas that the Engineer may deem a visual obstruction to traffic or that may create an unsafe condition. Contractor shall be responsible for enforcing the requirement that safety hats be worn by all persons on the job site at all times, and Contractor shall provide adequate signs at appropriate locations throughout the job site setting forth this requirement. In addition, Contractor shall provide an adequate number of safety hats for the use of authorized visitors, and shall be responsible for the distribution thereof before allowing any visitor to enter the job site. Contractor shall provide and maintain all fencing, barricades, guardrails, bridges, warning signs, flaggers, and lights as are necessary to protect Contractor=s own personnel and authorized visitors to the project site. The security and safety of the scaffolding, ladders, ramps, temporary stairs, etc., shall be the responsibility of Contractor. Hoists shall be operated only by trained operators. All such equipment shall meet all applicable safety code requirements. 5-1.06 FIRE SAFETY - Fire hydrants on or adjacent to the work shall be kept accessible to fire fighting equipment at all times. Cost for providing or maintaining access to fire hydrants shall be the sole responsibility of the Contractor. The price paid for fire safety shall be deemed included in other items of work and no additional compensation shall be allowed. 5-1.07 TEMPORARY PROVISIONS - Temporary provisions shall be made by Contractor to ensure the use of sidewalks, paths, and the proper functioning of all gutters, sewer inlets, drainage ditches and culverts, and natural water courses. The price paid for temporary provisions shall be deemed included in other items of work and no additional compensation shall be allowed. 5-1.10 NOTIFICATION TO RESIDENTS AND BUSINESSES - The Contractor shall notify residents and businesses, a minimum of two times, of construction operations. The contractor will provide City information and a notification letter. Both are to be distributed to residences and businesses along the streets to be microsurfaced. The contractor shall write in the date the street is to be microsurfaced on the notification letter. 5 The first notice shall be given to all residents, businesses and schools within the project area seven (7) calendar days and no more than 10 calendar days prior to the start of the microsurfacing operation. The second notice will be given at 48 hours prior to the microsurfacing application of the street. If construction operations are delayed for any reason beyond the duration stipulated in the notices, the Contractor shall re-issue written notices that explain the delay and shall provide a revised schedule. All written notices to residents and businesses shall be submitted to the Engineer for review. All costs involved in providing notification shall be included in the amount bid for the various bid items and no additional compensation will be allowed. Temporary signage requirements shall include "No Parking" adjacent to all construction areas. 5-1.11 PORTABLE CHANGEABLE MESSAGE SIGNS – Portable changeable message signs shall conform to the provisions of Section 12-3.32 of the Standard Specifications and these Special Provisions. Contractor shall provide Portable Changeable Message Signs at all times for both traffic directions as necessary according to construction location. Contractor shall provide four (4) Portable Changeable Message Signs while roadwork activities are taking place. Portable Changeable Message Signs shall be placed 7 days prior to beginning of construction operations and shall remain in place until all construction activities are finished. Location and placement of the Portable Changeable Message Signs shall be directed by the Engineer according to the construction area and traffic conditions. Contractor shall update the message information on all units. Each unit shall be operational for the entire duration of the project or as directed by the Engineer. Payment for Portable Changeable Message Signs shall be included in the price for micro-surfacing and no additional payment will be made. 5-1.13 FORCE ACCOUNT PAYMENT - The fourth paragraph in SECTION 9-1.04A, "Work Performed by Contractor," of the Standard Specifications is amended to read: When extra work to be paid for on a force account basis is performed by a subcontractor an additional markup of five percent will be added to the total cost of said extra work including all markups specified in this SECTION 9-1.04. Said additional five-percent markup shall reimburse the Contractor for additional administrative costs and no other additional payment will be made by reason of performance of the extra work by a subcontractor. The first paragraph in SECTION 9-1.04D, "Equipment Rental," of the Standard Specifications is amended to read: The Contractor will be paid for the use of equipment at the rental rates listed for such 6 equipment in the Department of Transportation publication entitled Labor Surcharge And Equipment Rental Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract, regardless of ownership and rental or other agreement, if such may exist, for use of such equipment entered into by the Contractor, except that for those pieces of equipment with a rental rate of $10.00 per hour or less as listed in the Labor Surcharge And Equipment Rental Rates publication and which are rented from a local equipment agency, other than Contractor owned, the Contractor will be paid at the hourly rate shown on the rental agency invoice or agreement for the time used on force account work as provided in SECTION 9-1.04D(2), "Equipment on the Job Site." If a minimum equipment rental amount is required by the local equipment rental agency, the actual amount charged will be paid to the Contractor. If it is deemed necessary by the Engineer to use equipment not listed in said publication, a suitable rental rate for such equipment will be established by the Engineer. The Contractor may furnish any cost data which might assist the Engineer in the establishment of such rental rate. If the rental rate established by the Engineer is $10.00 per hour or less, the provisions above concerning rental of equipment from a local equipment agency shall apply. The sixth paragraph in said SECTION 9-1.04D) is amended to read: Individual pieces of equipment or tools not listed in said publication and having a replacement value of $500 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefor. SECTION 9-1.04D "Equipment Rental," of the Standard Specifications is amended by adding SECTION 9-1.04D(5), "Non-Owner-Operated Dump Truck Rental," as follows: 9-1.04D(5) Non-Owner-Operated Dump Truck Rental.--Dump truck rental shall conform to the provisions of Sections 9-1.04D, "Equipment Rental," 9-1.04D(2), "Equipment on the Job Site," and 9-1.04D(3), "Equipment Not On the Job Site and Not Required for Original-Contract Work," except as follows: 1. Fully maintained and operated rental dump trucks used in the performance of extra work paid for on a force account basis will be paid for at the same hourly rate paid by the Contractor for use of fully maintained and operated rental dump trucks in performing contract item work. 2. In the absence of contract item work requiring dump truck rental, the Engineer will establish an hourly rental rate to be paid. The Contractor shall provide the Engineer with complete information on the hourly rental rates available for rental of fully maintained and operated dump trucks. 3. The provisions in SECTION 9-1.04B, "Labor," shall not apply to operators of rented dump trucks. 4. The rental rates listed for dump trucks in the Department of Transportation publication entitled Labor Surcharge And Equipment Rental Rates shall not apply. 7 5. To the total of the rental costs for fully maintained and operated dump trucks there will be added a markup of 15 percent. No other markups will be made by reason of performance of the work by a subcontractor or for labor. 5-1.14 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 25914.1 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, and shall immediately cease work in the affected area and report the condition to the Engineer in writing. In accordance with SECTION 25914.1 of the Health and Safety Code, all such removal of asbestos or hazardous substances including any exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract. 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 as provided in SECTION 8-1.07, "Delays," of the Standard Specifications. 5-1.20 SUBCONTRACTING - Attention is directed to the provisions in Section 5-1.13, "Subcontracting," and Section 2, ABidding,@ and Section 3, AContract Award and Execution,@ of the Standard Specifications and these Special Provisions. Pursuant to the provisions in Section 1777.1 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 http://www.dir.ca.gov/dir/Labor_law/DLSE/Debar.html. 5-1.21 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS - Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public Contract Code and Section 7108.5 of the Business and Professions Code concerning prompt payment to subcontractors. 5-1.22 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS - The Contractor shall return all moneys withheld in retention from the subcontractor within 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 5-1.46, "Final Inspection and Contract Acceptance," 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. 8 5-1.24 HIGHWAY CONSTRUCTION EQUIPMENT - Attention is directed to Sections 7-1.01O, "Vehicle Code," of the Standard Specifications and these Special Provisions. Pursuant to the authority contained in Section 591 of the Vehicle Code, the Department has determined that, within such areas as are within the limits of the project and are open to public traffic, the Contractor shall comply with all the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. Attention is directed to the statement in Section 591 that this section shall not relieve him or any person from the duty of exercising due care. The Contractor shall take all necessary precautions for safe operation of the equipment and protection of the public from injury and damage from such equipment. 5-1.25 PROJECT APPEARANCE - The Contractor shall maintain a neat appearance to the job. In any area visible to the public, the following shall apply: The complete work area shall be left in a neat and presentable condition outside the allowable working hours. Full compensation, not otherwise provided for, conforming to the provisions in this section shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5-1.27 REVOCABLE CONTRACT ITEMS - Items noted as "Revocable" in the Proposal may be deleted entirely or in part at the sole discretion of the City. The provisions of Section 4-1.03B "Increased or Decreased Quantities" shall not apply to entire or partial deletion of Revocable items. 5-1.28 RESPONSIBILITY FOR DAMAGE A. Attention is directed to the provisions in Section 7-1.06, AInsurance,@ of the Standard Specifications. B. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: Contractor shall take out and maintain during the life of this contract such Comprehensive General Liability and Property Damage insurance, by an insurer acceptable to Owner, that shall protect Contractor and any subcontractor performing work covered by this contract from any claims for bodily injury (including death) or property damage which may arise because of the nature of the work or from operations under this contract, whether such operations be by Contractor or by any subcontractor or anyone directly or indirectly employed by either of them, even though such damages are not caused by the negligence of Contractor or any subcontractor, or anyone employed by either of them. The public liability and property damage insurance shall name Owner, its officers, agents, employees, and any construction management firm hired by Owner as additional insured, and all insurance policies issued hereunder shall so state. The amounts of such insurance and their coverages shall not be less than the following: 1. CONTRACTOR=S LIABILITY INSURANCE: Shall provide bodily injury (including death) liability limits of not less than $1,000,000 for each person, and $5,000,000 for 9 each accident or occurrence, and property damage liability limits of not less than $500,000 for each accident or occurrence with an aggregate limit of $500,000 for claims which may arise from the operations of Contractor in the performance of the work hereunder provided. This insurance must include coverage for contractual liability until the formal acceptance of the work by Owner. Contractor shall have the charge and care of the work, and shall take every necessary precaution against injury or damage to any part thereof from any cause whatever. Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the work occasioned by any cause before its acceptance, and shall bear the expense thereof. 2. AUTOMOBILE LIABILITY INSURANCE: Shall cover all vehicles used in the performance of the contract and provide bodily injury (including death) liability limits of not less than $500,000 for each person, and $1,000,000 for each accident or occurrence, and property damage liability limits of not less than $500,000 for each accident or occurrence which may arise from the operations of Contractor in the performance of the work hereunder provided. 3. WORKER=S COMPENSATION INSURANCE: Before beginning the work, Contractor shall furnish to Owner satisfactory proof that Contractor has taken out for the period covered by the work under this contract, full compensation insurance for all persons employed directly by Contractor or through sub-contractors in carrying out the work contemplated under this contract, in accordance with the AWorker=s Compensation and Insurance Act,@ Division IV of the Labor Code of the State of California and any acts amendatory thereof. Such insurance shall be maintained in full force and effect during the period covered by this contract. 4. Contractor shall provide Owner Protective Liability Insurance to owner that shall insure Owner, its officers, agents, employees, and any construction management firm hired by Owner, against any and all liability to all persons, including but not limited to Contractor, subcontractors and material persons for damages because of bodily injury (including death) or property damage, sustained by such person or persons, that may relate in any way to this project and other liability for damages which Contractor and/or subcontractors are required to insure under any provision herein. Said insurance shall be provided in the amounts and covering the subjects referenced in the introductory paragraph and subparagraph (1) of Paragraph B, above. All insurance policies referenced above shall include a provision that the insurance will not be canceled or reduced unless Owner has been given thirty (30) days prior written notice by registered mail from the insurance carrier. Owner and its agents, officers, employees, and any construction management firm hired by the owner shall be named as additional insured on the insurance policies specified in subparagraphs 1 and 2 above, and the insurance shall carry a cross-liability clause and a severability of interest clause. All insurance policies specified in subparagraphs 1, 2, and 4 above shall include a provision that 10 the insurance applies as primary, not excess to any other insurance carried by Owner, its officers, agents, employees, and any construction management firm hired by Owner and that all such other insurance (if any) shall be considered non-contributing for purposes of the application of such primary insurance herein required. In lieu of any one or more of the insurance policies referenced in subparagraphs 1-4 above, the successful bidder may file with Owner evidence of an approved plan or self-insurance affording the same protection as required for the given insurance policy or policies reference above for which it is substituted. Before execution of the contract, the successful bidder shall file with Owner a Certificate or Certificates of Insurance (Form ADM-11) which shall evidence and certify that all insurance coverages and provisions prescribed in this Paragraph B, have been obtained, or evidence of an approved plan of self-insurance covering any of the insurance and related provisions specified in subparagraphs 1-4 above for which the successful bidder is self-insured. All Certificates of Insurance and/or approved plan of self-insurance shall be reviewed and approved by the City Attorney prior to execution of the contract. 11 CERTIFICATE OF INSURANCE Construction Contractor This certifies to the City of Scotts Valley, California, that the following described policies have been issued to: Insured ______________________________ Address ______________________________ ______________________________ Location of insured operations: 1 Civic Center Drive, Scotts Valley, CA 95066 Description of work: 2016 MOUNT HERMON ROAD MICRO-SURFACING PROJECT COMPREHENSIVE GENERAL LIABILITY BODILY INJURY PROPERTY DAMAGE Name of Insurer Each Person $ Each Occurrence $ Each Occurrence $ Aggregate $ Policy No. Expiration Date Combined Single Limit $ COMPREHENSIVE AUTO LIABILITY BODILY INJURY PROPERTY DAMAGE Name of Insurer Each Person $ Each Occurrence $ Each Occurrence $ Aggregate $ Policy No. Expiration Date Combined Single Limit WORKERS COMPENSATION BODILY INJURY Name of Insurer Policy Number Expiration Date Employer=s Liability $ 12 $ PROPERTY DAMAGE All policies are in effect at this time and will not be canceled, limited, or allowed to expire without renewal until after 30 days written notice has been given to the certificate holder names on the top line. Any coverage afforded the certificate holder as an Additional Insured shall apply as primary and not excess to any insurance issued in the name of the certificate holder. The following coverage or conditions are in effect: YES Blanket Contractual Liability Products and Complete Operations City of Scotts Valley Named as Additional Insured Cross Liability Clause X, C, U, Hazards Included Broad Form Property Damage Personal Injury Owner=s and Contractor=s Protective Liability NO X X X X X X X The City of Scotts Valley, its officers, agents and employees are named as additional primary insured on all the aforesaid policies and such policies comply in all respects with the provisions of the General Conditions (AInsurance@) of the contract documents. Date____________________________ At______________________________ __________________________ Authorized Signature for __________________________ Insurance Company Note: Authorized signature may be the agent=s if agent has placed insurance through an agency agreement with the insurer. If insurance is brokered, authorized signature must be that of official of insurer 13 5-1.29 USE AND OR OCCUPATION OF THIRD-PARTY LANDS - Prior to the Contractor's use and/or occupation of any third-party lands for the purpose of stockpiling materials or equipment, the Contractor shall obtain written permission for ingress and egress which also indemnifies the City for any and all damages which may be caused by the Contractor's activities. 5-1.30 ACCEPTANCE OF CONTRACT - The requirements concerning acceptance of contract in Section 5-1.46, "Final Inspection and Acceptance," of the Standard Specifications are modified as follows: When the Engineer has made the final inspection and determines that the contract work has been completed in all respects in accordance with the Plans and Specifications, and when the Contractor has approved in writing the final estimate on the total amount payable for the performance of the contract, the Engineer will recommend that the City Council formally accept the contract, and immediately upon and after such acceptance by the City Council, the Contractor will be relieved of the duty of maintaining and protecting the work as a whole, will not be required to perform any further work thereon, and shall be relieved of his responsibility for injury to persons or property, or damage to the work which occurs after the formal acceptance by the City Council. 5-1.31 SOUND CONTROL REQUIREMENTS - Sound control shall conform to the provisions in Section 14-8.02, "Noise Control," 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 15 m. This requirement in no way relieves 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. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. Sound control shall conform to the provisions in Section "Sound Control Requirements," of the Standard Specifications and these Special Provisions. 5-1.32 Warranty and Guarantee A. Contractor warrants and guarantees to Owner and Engineer that all work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective work, whether or not in place, may be rejected, corrected or accepted as provided in the specifications. B. If any work is found to be defective without one year after the date of final payment, or such longer period of time as may be prescribed by law or by the terms of any applicable 14 special guarantee required by the Contract Documents, Contractor shall promptly, without cost to Owner and in accordance with Owner=s written instructions, either correct such defective work, or, if it has been rejected by Owner, remove it from the site and replace it with non defective work. If Contractor does not comply with the terms of such instructions within (14) days unless approved by Owner, or in an emergency where delay would cause serious risk or loss or damage, Owner may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by Contractor. Contractor shall also pay for any damage done to other work, other property, or persons which occurred as a result of the defective work within the one-year correction period. C. If, instead of requiring correction or removal and replacement of defective work, Owner (and, prior to Engineer=s recommendation of final payment, also Engineer) prefers to accept it, Owner may do so. In such case, if acceptance occurs prior to Engineer=s recommendation of final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including appropriate reduction in the Contract Price; or, if the acceptance occurs after such recommendation, an appropriate amount shall be paid by Contractor to Owner. 5-1.33 SHOP DRAWINGS - When the specifications require shop drawings to be submitted to the City, the drawings shall be submitted to: City of Scotts Valley, Public Works Department, 701 Lundy Lane, Scotts Valley, CA 95066, Telephone (831) 438-5854. 5-1.34 AREAS FOR CONTRACTOR'S USE - Attention is directed to the requirements specified in Section 5-1.32, "Areas for Use," of the Standard Specifications SECTION 6 - MATERIALS 6-3 SUBMITTALS 6-3.01 SUBMITTALS - The Contractor shall submit in writing to the Engineer the following items within seven (7) calendar days after execution of the contract or prior to the start of construction: X Material Submittal List X Progress Schedule X Preconstruction Site DVD Inspection (One Copy) X Traffic Control Plan X Striping and Marking Shop Drawing Number of Prints shall be in the quantity which is required to be returned to the Contractor, plus three (3) copies, which will be retained by the Engineer. 15 Requests for substitutions shall be made in writing in strict accordance with the provisions of this section of these Special Provisions. 6-3.02 SHOP DRAWINGS AND MATERIAL SUBMITTAL LIST Requirements: 1. Unless otherwise specifically directed by the Engineer, the Contractor shall make all shop drawings and material lists accurately to a scale sufficiently large to show all pertinent features of the item and its method of connection to the work. Facsimiles of Submittals shall not be accepted. 2. Any such work done prior to approval of Submittals shall, if directed, be replaced at no additional cost to the City, with work conforming to approved Submittals. 3. All Contractor Submittals shall be carefully reviewed by an authorized representative of the Contractor, prior to submission to the Resident Project Representative for transmittal to the Engineer. Each submittal shall be dated, signed and certified by the Contractor as being correct and in strict conformance with the Contract Documents. In the case of shop drawings, each sheet shall be dated, signed, and certified. No consideration for review by the Engineer of any Contractor Submittals will be made for any items which have not been so certified by the Contractor. All non-certified Submittals will be returned to the Contractor without action taken by the Engineer, and any delays caused thereby shall be the total responsibility of the Contractor. 4. The Contractor shall date and number Submittals consecutively, and indicate the project name; the name of the Contractor and any Subcontractors who are performing or supplying work or material specified in the submittal, the name or description of the articles shown; the manufacturer's name; the kinds, types, grades, thicknesses and finishes of materials, including all fittings, fastenings and the like; the locations at which materials and equipment are to be installed in the Work; and the Contractor's approval. Number of Prints Required: 1. Submit all shop drawings and material lists in the quantity which is required to be returned to the Contractor, plus three (3) copies, which will be retained by the Engineer. 6-3.03 TRANSMITTAL LETTER - A transmittal letter or form shall accompany each Submittal. Do not submit items described in different specification sections with the same transmittal letter. This is especially important to ensure that all Submittals are distributed properly throughout the review processing. Transmittal letters shall include the following information: 16 1. The specific section that the Submittal is covering. Indicate the specific subparagraph of the Specification Section if this information provides more clarity. 2. The date that the Submittal is leaving the Contractor's office. 3. The Subcontractor's name, if applicable. 4. Reference to all prior Submittals on the same item if it is a re-submittal. 5. If timing is critical, the transmittal shall so indicate. Contractor shall call Engineer and provide messenger services as required to expedite critical review. Facsimiles of Submittals shall not be accepted. 6. Indicate specifically any substitutions or deviations from the drawings and specifications. 6-3.04 ORIGINAL SUBMITTALS - Schedule Submittals at least seven (7) working days before return is needed. Contractor shall bear in mind that original Submittals may require amendment and re-submittal or be rejected and require re-submittal. Submit all shop drawings and material lists in the quantity required to be returned to the Contractor, plus three (3) copies to be retained by the Engineer. If the shop drawing is submitted on plan sheets 24" x 36" or larger, the Contractor can submit, in addition to the required three (3) copies for review, a reproducible set of the shop drawing. The Engineer will mark approval or other notation on the reproducible set, make copies for his or her own records and for the Project Inspector, and return the reproducible set to the Contractor for further reproduction and distribution. Submit product data in the quantity which Contractor needs for his/her use, plus three (3) sets, which will be retained by the Engineer and the Project Inspector for their records. Submit samples in the same quantity as product data unless otherwise required by Specification Section. 6-3.05 RE SUBMITTALS - If required by the Engineer, revise and resubmit the Submittal as specified in Section 6-3.03 of these Special Provisions. Indicate clearly on the re submittal any changes or clarifications which have been made other than those requested on the previous Submittal. It is considered reasonable that the Contractor shall make a complete and acceptable Submittal to the Engineer by the second submission of a Submittal item. The City reserves the right to withhold monies due the Contractor to cover additional costs of the Engineer's review beyond the second Submittal. 6-3.06 APPROVALS - Approval of Submittals by the Engineer shall not relieve the Contractor of responsibility for errors in Submittals or discrepancies between Submittals and the Contract 17 Documents. Approval does not authorize changes from the Contract Documents unless so stated separately and in writing. 6-3.07 SAMPLES Accuracy of Sample: Unless otherwise specifically directed by the Engineer, all samples shall be of the precise article proposed to be furnished. Number of Samples Required: Submit all samples in the quantity required to be returned, plus one to be retained by the Engineer. 6-3.09 MANUALS - Where manuals are required to be submitted covering items included in this work, prepare all such manuals in durable plastic binders approximately 8 2" x 11" in size and include at least the following: 1. Identification on, or readable through, the front cover stating the general nature of the manual. 2. Neatly typewritten index near the front of the manual, furnishing immediate information as to location in the manual of all emergency data regarding the installation. 3. Complete instructions regarding operation and maintenance of all equipment involved. 4. Complete nomenclature of all replaceable parts, their part numbers, current cost, and name and address of nearest vendor of parts. 5. Copy of all guarantees and warranties issued. 6. Copy of the approved shop drawings with all data concerning changes made during construction. Extraneous Data: Where content of manuals includes manufacturer's catalog and/or pages, clearly indicate the precise items included in this installation and delete, or otherwise clearly indicate, all manufacturers’ data with which this installation is not concerned. Number of Copies Required: Unless otherwise specifically directed by the Engineer, deliver the quantity which the Contractor will need for his/her use, plus two (2) copies to be retained by the Engineer and project inspector for their records. 6-3.10 MANUFACTURER'S LITERATURE - Where contents of submitted manufacturer's literature include data not pertinent to the Submittal, clearly indicate that portion of the contents submitted for the Engineer's review. 6-3.11 COORDINATION OF SUBMITTALS - Prior to submittal for Engineer's review, use all 18 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 all public agencies involved. 3. Secure all necessary approvals from public agencies and verify by the applicable agency stamp or other means that approvals have been secured. 4. Clearly indicate all deviations from the Contract Documents. 6-3.12 PROPOSED SUBSTITUTES OR "OR EQUAL" ITEMS - The form and content of proposed substitutes or "or equal" items shall conform to provisions in Section 6-3, "Submittals," of these Special Provisions and the following: For convenience in designation in the Contract Documents, any material, product, or equipment to be incorporated in the Work may be designated under a brand or trade name or the name of a manufacturer and its catalog information. The use of any substitute material, project or equipment which is equal in quality and utility and possesses the required characteristics for the purpose intended will be permitted, subject to the following requirements: 1. The burden of proof as to the quality and utility of any such substitute material, project, or equipment shall be upon the Contractor. 2. The Engineer will be the sole judge as to the quality and utility of any such substitute material, project, or equipment and its decision shall be final. Wherever in the Contract Documents the name or the name and address of a manufacturer or supplier is given for a material, project, or equipment, or if any other source of a material, product, or equipment is indicated therefor, such information is given for the convenience of the Contractor only, and no limit, restriction, or direction is indicated or intended thereby, nor is the accuracy or reliability of such information guaranteed. It shall be the responsibility of the Contractor to determine the accurate identity and location of any such manufacturer, supplier, or other source of any material, product or equipment called for in the Contract Documents. The Contractor may offer any material, product, or equipment which it considers equal to those specified. Unless otherwise provided by law or authorized in writing by the Engineer, the substantiation or a letter of intent to submit a specific substitute or "or equal" material, product, or equipment must be submitted in advance of the Contractor's anticipated date of incorporation into the project to allow for a 5-working-day review by the Engineer. The Contractor shall also be responsible for submitting materials far enough in advance to anticipate the Engineer's request for any additional data for review. The 5-working-day review period shall begin once the Contractor has submitted all materials and data requested by the Engineer. The Contractor shall provide the data required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the substitute or "or equal" item will fulfill its intended function. The Contractor's attention is further directed to the requirement that its failure to submit data 19 substantiating a request or letter of intent for a substitution of an "or equal" item within said time period shall be deemed to mean that the Contractor intends to furnish one of the specific brand-or-trade-named material, product, or equipment specified in the Contract Documents and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment in each such case. Wherever a proposed substitute material, product, or equipment or a letter of intent to supply substitute material, product, or equipment has not been submitted within said time period, or wherever the submission of a proposed substitute material, product, or equipment fails to meet the requirements of the Specifications and an acceptable re submittal is not received by the Engineer, the Contractor shall submit the materials, products, or equipment originally named in the Contract Documents for approval. Approval by the Engineer of a substitute item proposed by the Contractor shall not relieve Contractor of the responsibility for full compliance with the Contract Documents and for adequacy of the substituted item. The Contractor shall also be responsible for resultant changes and all additional costs which the substitution requires in its work the work of its Subcontractors and shall effect such changes without cost to the City. SECTION 9. DESCRIPTION OF WORK Section 9-1 GENERAL This work shall include the furnishing of all labor, materials, tools, and equipment for the construction of improvements on City property on Mount Hermon Road. The work to be done consists, in general, of slurry seal, protecting existing facilities in place, striping and marking, and various other items, complete in place. SECTION 10. CONSTRUCTION DETAILS 10-1 GENERAL 10-1.01 MOBILIZATION - Mobilization shall conform to the provisions in Section 9-1.16D, "Mobilization" of the State Standard Specifications and these Special Provisions. The contract lump sum price for mobilization shall include the obtaining of the permits, insurance, and bonds, and the moving onto the site of all plant and equipment; for furnishing and erecting plants, temporary buildings, and other construction facilities; all as required for the proper performance and completion of the work. Such work shall include but not be limited to the following principal items: (a) Moving onto the site of the Contractor's plant and equipment required for the Contractor operations. (b) Arrange for and erect Contractor's work and storage area if necessary. (c) Submit all required insurance certificates and bonds. (d) Obtain all required permits as specified. 20 (f) Contractor shall videotape job site with DVD camera. The DVD video shall pay special attention to private property, fences, structures and facilities within job site to remain. Contractor shall deliver original DVD dated and titled to Engineer prior to commencement of any construction. Payment for providing for Traffic Control will be included in the contract unit prices for the various items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in mobilization as specified herein. 10-1.02 TRAFFIC CONTROL -Traffic control shall conform to provisions in Section 12, ATemporary Traffic Control@ of the Standard Specifications, Section 5 of these Special Provisions, and the following: GENERAL REQUIREMENTS 1. Maintain property access, bicycle access, and pedestrian access at all times. 2. No equipment will be allowed to be parked within any traffic lanes or medians after work hours. 3. Provide electric arrow board(s) per each lane reduced at all times. 4. All traffic lane diversions and separations shall be delineated with Type II barricades, 28" traffic cones or 48" delineators spaced 25' O.C. The tapered transitional length shall be 150' minimum. Post “KEEP RIGHT” or “KEEP LEFT” signs on high-level flagtrees or Type II barricades at the beginning of each diversion or separation. 5. The Contractor shall be responsible for informing the public of the traffic conditions existing within the construction area at all times by placement of appropriate warning signs, advisory signs and Portable Changeable Message Signs. The Contractor shall provide and maintain all traffic control and safety items. The Contractor assumes sole and complete responsibility for the job and site conditions including safety of all persons and property, from start until final acceptance of construction. This requirement shall apply continuously twenty-four (24) hours/day and shall not be limited to normal work hours. 6. Prior to start of any work, Contractor shall post “NO STOPPING TOW-AWAY ZONE” signs. Contractor shall also hand out flyers with notice of work, company name and address, representative person and telephone number at least forty-eight (48) hours in advance of any work. 7. Provide flagman for lane closure and pedestrian protection. ARROW BOARDS - The Contractor shall provide a flashing arrow sign (per Standard Specifications Section 12-3.30) at both approaches to the work area, unless directed in writing to do otherwise by the City. The flashing arrow sign shall remain on site and in use until traffic control is removed and the entire road is opened to traffic. 21 ORDER OF LANE CLOSURES - On streets where two-way traffic is maintained, the lane adjacent to the curb (curb lane) will be microsurfaced first. Traffic will be diverted onto the microsurfaced curb lanes while the center lanes are being microsurfaced to take advantage of the tire rolling action. TRAFFIC CONTROL PLAN - A traffic control plan shall be submitted by the Contractor to the Engineer for review and approval before proceeding with any work on this project. This plan shall be designed to maintain traffic circulation to abutting streets within the limits of this project. If traffic detoured to another street is permitted by the Engineer, it is the Contractor’s responsibility to provide adequate control and signage through the detour route. All cost associate with the detour shall be included in the contract price paid for other items of work and no additional compensation will be allowed therefore. All traffic control shall be under the direction of, and coordinated with, the Engineer. Construction shall be organized so as to cause the least possible inconvenience to traffic. Traffic control and detours used shall conform to the principles set forth by the Manual of WARNING SIGNS, LIGHTS, AND DEVICES FOR USE IN PERFORMANCE OF WORK ON HIGHWAYS. The Contractor shall provide all required signs, barricades, lights, high level flag trees and devices. Traffic control plans are required to be submitted to the City for review prior to construction. Striping and markings shall be temporarily installed with temporary striping such as tabs, reflective tape or roadway paint immediately after slurry sealing/microsurfacing or as directed by the Engineer. Except as otherwise provided in these Special Provisions, the Contractor shall be required to maintain a minimum of one 12’ lane in each direction opened to traffic during working hours. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays, and designated legal holidays, and when construction operations are not actively in progress on working days. Those parts of public streets, right-of-ways and sidewalks that are occupied by the Contractor shall be immediately vacated by him and returned to public use when his use thereof is no longer necessary for the prosecution of the work. Set up and removal of detours, temporary striping, and barriers during construction shall be done by the Contractor. All signs and other warning devices shall be provided by the Contractor, and shall become his property after completion of the Contract. The cost of providing, installing and maintaining signs, lights, flares, barricades and other facilities as directed by the Engineer for the convenience and direction of public traffic shall be included in the contract price paid for other items of work and no additional compensation will be allowed therefore. Payment for providing for Traffic Control will be included in the contract unit prices for the various items of work and shall be considered full compensation for furnishing all labor, materials (including signs), tools, equipment and incidentals, and for doing all the work involved in placing, 22 removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the Contractor=s approved plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. 10-1.03 SITE CONDITION - Contractor shall conform to the provisions in Section 10-6 AWatering@ and Section 18 ADust Palliatives@ of the Standard Specifications and these Special Provisions. (a) Contractor shall use power sweeper to clean dust and debris from traffic lanes opened to public at the end of each workday and as directed by the Engineer. (b) Contractor shall provide such water and watering equipment as may be necessary for the alleviation of dust nuisance and street cleaning. (c) Dirt and debris shall not be allowed to enter into manholes and inlets. Contractor shall immediately clean storm or sanitary system of dirt and debris which originated on job site or by Contractor=s work crew. The Contractor shall not wash down streets in order to clean them. (d) Full compensation for the furnishing and applying of water, including that used for dust control, shall be considered as included in other items of work , and no additional compensation will be allowed therefore. (e) In the event the control of dust is not satisfactory to City, City will take such measures as may be necessary to insure satisfactory dust control and deduct the cost of such measures from any payments due Contractor. 10-2 MICROSURFACING – Microsurfacing includes applying a mixture of micro-surfacing emulsion, water, additives, mineral filler, and aggregate spread on pavement. The microsurfacing shall be placed at a rate to produce a minimum 15 pounds of aggregate per square yard for Type II microsurfacing. The completed mixture shall be such that the microsurfacing mixture has proper workability and will permit traffic flow within one hour after placement without the occurrence of bleeding, raveling, polishing, separation or other distress, and prevent the development of bleeding, raveling, polishing, separation, or other distress within 30 days after its placement. Asphaltic emulsion shall be added at a rate of between 12 to 18 percent by weight of the dry aggregate. The quantity of asphaltic emulsion to be used in the microsurfacing mixture will be determined from the design asphalt binder content, as approved by the Engineer, and the asphalt solids content of the asphaltic emulsion furnished. PROPORTIONING - Proportion the micro-surfacing materials using the authorized mix design. Field conditions may require adjustments during construction. Obtain authorization before adjusting proportions. MIXING AND SPREADING EQUIPMENT - Mixing and spreading equipment for slurry seal and 23 micro-surfacing must proportion asphaltic emulsion, water, aggregate, and any set-control additives by volume and mix them in continuous pugmill mixers. Continuous pugmill mixers must be of adequate size and power for the type of materials to be mixed. TRUCK MOUNTED MIXER SPREADERS - Truck mounted mixer spreaders must comply with the following: 1. Rotating and reciprocating equipment must be covered with metal guards. 2. Proportion aggregate using a belt feeder with an adjustable cutoff gate. The height of the gate opening must be determinable. 3. The belt feeder must have a depth monitor device. The depth monitor device must automatically shut down power to the belt feeder whenever the aggregate depth is less than 70 percent of the target depth. 4. A separate monitor device must detect the revolutions of the belt feeder. This device must automatically shut down power to the belt feeder if it detects no revolutions. If the belt feeder is an integral part of the equipment's drive chain, the monitor device is not required. 5. The aggregate belt feeder must be connected directly to the drive on the emulsion pump. The aggregate feeder drive shaft must have a revolution counter reading the nearest 0.10 revolution for micro-surfacing, and nearest 1 revolution for slurry seal. 6. Emulsion storage must be equipped with a device that automatically shuts down power to the emulsion pump and aggregate belt feeder when the level of stored emulsion is lowered. To allow for normal fluctuations, there may be a delay of 3 seconds between detection of low emulsion storage levels or low aggregate depths and automatic power shut down. 7. Emulsion storage must be located immediately before the emulsion pump. 8. The emulsion storage tank must have a temperature indicator at the pump suction level. The indicator must be accurate to ±5 degrees F. 9. No-flow and revolution warning devices must be in working condition and comply with California Test 109. Low-flow indicators must be visible while walking alongside the equipment. MICRO-SURFACING EQUIPMENT - Choose a continuous self-loading mixing machine or truck mounted mixer-spreader. Proportion micro-surfacing emulsion using a positive displacement pump. Identifying numbers for equipment must be at least 3 inches high and located on the front and rear of the vehicle SPREADER BOX - The spreader box must be capable of spreading the micro-surfacing a minimum of 12 feet wide and preventing the loss of micro-surfacing. Spreader boxes over 8 feet in application width must have a device, such as baffles or reversible motor driven augers, to ensure uniform application on superelevated sections and shoulder slopes. Clean micro-surfacing and micro-surfacing emulsion from the spreader box before each work shift. The spreader box must have a series of strike-off devices at its rear. The leading strike-off device must be: 1. Fabricated of a suitable material such as steel or stiff rubber 24 2. Designed to maintain close contact with the pavement during spreading 3. Capable of obtaining the specified thickness 4. Capable of being adjusted to the various pavement cross sections The final strike-off device must be: 1. Fabricated of flexible material that produces a uniform texture in the finished surface 2. Cleaned daily and changed if longitudinal scouring occurs in the micro-surfacing Do not use flexible drags attached to the rear of the spreader box. PLACING - If truck-mounted mixer-spreaders are used, keep at least 2 operational spreaders at the job site during placement. In areas inaccessible to spreading equipment, spread the slurry seal or micro-surfacing mixture with hand tools. If placing with hand tools, first lightly dampen the area. Do not handle or shift the mixture. SURFACE PREPARATION - Before the Contractor places slurry seal or micro-surfacing, clean the pavement surface. Remove loose particles of extraneous materials, including paving and dirt. Use any nondestructive method, such as sweeping. The contractor may fog the roadway surface with water ahead of the spreader box. The fog spray must be adjusted for pavement: 1. Temperature 2. Surface texture 3. Dryness SPREAD RATE - The Engineer determines the exact spread rate for micro-surfacing. The completed spread rate must be within 10 percent of the Engineer's determined spread rate. The micro-surfacing spread rates must be within the ranges shown in the following table: Micro-surfacing type Type II Micro-surfacing Spread Rates Location Range (lb of dry aggregate/sq yd) Full lane width 15 min. Spread micro-surfacing either in the direction of traffic or in the opposite direction. Keep hand tools available to remove spillage. FINISHED SURFACE - Finished micro-surfacing must be free of irregularities such as scratch or tear marks. Sweep the micro-surfacing 24 hours after placement without damaging the micro-surfacing. For 5 days afterward, sweep the micro-surfacing daily. REPAIR OF EARLY DISTRESS - If bleeding, raveling, delaminating, rutting, or washboarding occurs after placing the micro-surfacing, make repairs using an authorized method. 25 10-2.01 MATERIALS AND TESTING FOR MICROSURFACING GENERAL - The materials used shall conform to Section 37-3 “Materials” of the Standard Specifications, with the exceptions noted in these Special Provisions. MIX DESIGN - Micro-surfacing mix design must have the material proportion limits shown in the following table: Micro-surfacing Mix Design Proportion Limits Material Proportion limits Micro-surfacing emulsion residual asphalt 5.5–9.5% of aggregate dry weight Water and additives No limit Mineral filler 0–3% of aggregate dry weight The mix design must have the percent of asphaltic emulsion based on percentage by weight of the dry aggregate, within the ranges shown in the following table: Asphaltic Emulsion Percentage Aggregate type Range II 12-18 The Engineer determines the exact percentage based on the design asphalt binder content and the asphalt solids content of the asphaltic emulsion furnished. The microsurfacing mix design must have the properties as specified in the following table: Micro-surfacing Mix Design Tests Property International Slurry Surfacing Association test method Wet cohesion Technical Bulletin 139 @ 30 minute (set), min, kg-cm @ 60 minute (traffic), min, kg-cm Excess asphalt, max, g/m2 Technical Bulletin 109 Wet stripping, min, % Technical Bulletin 114 Wet track abrasion loss Technical Bulletin 100 6-day soak, max, g/m2 Displacement Technical Bulletin 147A Lateral, max, % Specific gravity after 1000 cycles of 57 kg, max Classification compatibility, min, Technical Bulletin 144 grade points Mix time @ 25 °C, min Technical Bulletin 113 26 Specification 12 20 540 90 810 5 2.10 (AAA, BAA) 11 Controllable to 120 seconds SUBMITTALS - If the mix design consists of the same materials covered by a previous laboratory report, you may submit the previous laboratory report, which must include material testing data performed within the previous 12 months for authorization. If requesting substitute materials, submit a new laboratory report and mix design at least 10 days before starting placement. Submit a laboratory report of test results and a proposed mix design 10 days before starting placement of micro-surfacing. The report and mix design must include the specific materials to be used and show a comparison of test results and specifications. Submit a certificate of compliance with each shipment of micro-surfacing emulsion as specified for asphaltic emulsion in section 94-1.01C of Caltrans Standard Specification. The mix design report must include: 1. Test results used in the mix design 2. Proportions of the following material based on the aggregate's dry weight: 2.1. Aggregate 2.2. Water, minimum and maximum 2.3. Additives 2.4. Mineral filler, minimum and maximum 2.5. Micro-surfacing emulsion residual asphalt content, minimum and maximum 3. Recommended changes to the following proportions based on heating the mixture to 100 degrees F and mixing for 60 seconds: 3.1. Water 3.2. Additives 3.3. Mineral filler Do not recommend these changes when nighttime applications are specified or when atmospheric temperatures below 90 degrees F are forecast for daytime applications. 4. Comparison of each individual material's test results to its specified values. 5. Quantitative moisture effects on the aggregate's unit weight determined under ASTM C 29M. MATERIALS - Aggregate must have the following gradation as determined under California Test 202: Aggregate Grading Percentage passing by aggregate type Sieve sizes II III 3/8" 100 100 No. 4 94–100 70–90 No. 8 65–90 45–70 No. 16 40–70 28–50 No. 30 25–50 19–34 No. 200 5–15 5–15 27 Aggregate must be rock dust or sand such as plaster sand. Aggregate larger than the no. 50 sieve must be 100 percent crushed rock. Aggregate must be free from vegetable matter, deleterious substances, caked or clay lumps, and oversized particles. AGGREGATE - If the Contractor blends aggregate from different sources, each source's aggregate must comply with the aggregate specifications except grading. Aggregate for micro-surfacing excluding mineral filler must have the quality characteristics as specified in the following table: Micro-surfacing Aggregate Test Specifica Quality characteristic method tion California Test Sand equivalent, min 65 217 California Test Durability index, min 65 229 Percentage of crushed particles, California Test 95% a min 205 Los Angeles Rattler California Test 35% b Loss at 500 revolutions, max 211 a Crushed particles must have at least 1 fractured face. b California Test 211 must be performed on the aggregate before crushing. MICROSURFACING EMULSION - Micro-surfacing emulsion must be a homogeneous mixture of asphalt, polymer, and emulsifier solution. Add polymer modifier to asphalt or emulsifier solution before emulsification. Polymer solids must be a minimum 3 percent by weight of the micro-surfacing emulsion's residual asphalt. Micro-surfacing emulsion must have the values of the properties as specified in the following table: Micro-surfacing Emulsion Property Test method a AASHTO T 59 Saybolt Furol Viscosity @ 25 C, SFS Sieve test, max AASHTO T 59 Settlement, 5 days, max b ASTM D 244 Storage stability, 1 day, max AASHTO T 59 Residue by evaporation, min California Test 331 a SFS means Saybolt Furol seconds b Waived if used within 48 hours of shipment. Value 15–90 seconds 0.30% 5% 1% 62% The micro-surfacing emulsion's residue by evaporation must have the values of the properties shown in the following table: 28 Micro-surfacing Emulsion Residue By Evaporation Property Test method Value G* @ 20 ºC, 10 rad/sec, MPa AASHTO T 315 Report only Penetration @ 25 ºC AASHTO T 49 40–90 AASHTO Report only Phase angle @ 50 C, 10 rad/sec, T 315 PA (maximum) - PA base Softening point, min, ºC AASHTO T 53 57 Stiffness @ -12 C, MPa, and M-value AASHTO T 313 Report only MINERAL FILLER - If Portland cement is used as mineral filler, it must be any combination of Type I, Type II, or Type III cement. 10-2.02 CRACK FILLING – Crack sealing material shall be produced from an asphalt base crude and ground rubber. It shall not have been distilled at a temperature high enough to injure by burning. The material shall meet any applicable rules and regulations of the Bay Area Air Quality Management District. The crack filler shall be a mixture of paving asphalt and ground rubber or ground rubber and polymer which conforms to the following requirements: Property Softening Point Cone Penetration @ 77° F Resilience @ 77° F Flow Test method ASTM D36 ASTM D5329 ASTM D5329 ASTM D5329 Value 180° F minimum 30 dmm minimum 40% minimum 3 mm maximum The gradation of the ground rubber shall be such that 100% will pass a No. 8 sieve. The modified asphalt materials shall be furnished premixed in containers with an inside liner of polyethylene. Packaged material shall not exceed 60 lbs. in weight. The vendor with each shipment shall supply storage and heating instructions and cautions. The material shall be capable of being melted and applied to cracks and joints at temperatures below 400 degrees F. When heated, it shall readily penetrate cracks ¼ inch wider or larger. The vendor shall furnish certification that the material complies with the above requirement. A certificate of compliance conforming to Section 37-5.01C, “Submittals,” of the Standard Specifications shall be supplied with each shipment. Crack filling work shall include cleaning, and sealing pavement cracks that are one-quarter inch (1/4”) or greater in width or as directed by the Engineer. The modified asphalt materials shall be furnished premixed in containers with an inside liner of polyethylene. Packaged material shall not exceed 60 lbs. in weight. The vendor shall supply storage, heating instructions and cautions with each shipment. 29 The materials shall be capable of being melted and applied to cracks and joints at temperatures below 400°F. When heated, it shall readily penetrate cracks one-quarter inch (1/4”) wide or larger. Cracks equal to, or wider than one-quarter-inch (1/4”) shall be blown clean of loose materials with a high-pressure air nozzle (90 psi or greater and free of oil) to the satisfaction of the Engineer. Loose materials include vegetation, dust, dirt, moisture, old sealant, and foreign material. When necessary, vegetation shall be removed by other means such as a powerized wire wheel or as approved by the Engineer. The crack filling material shall be heated to a minimum temperature of 325° F, but not greater than 370° F, or as specified by the manufacturer and as approved by the Engineer. The material shall be held in the mixing tank at application temperature until very little separation of the rubber and asphalt occurs when a bead of sealant material is placed on the pavement. Sealant material may be added to the mix as long as the minimum temperature of 325 ° F is maintained. Cracks shall be sealed from the bottom up. Sealant material shall be applied so it is flush with the pavement surface. Sealant material must not be higher than the adjacent surface. To prevent tracking and damage to vehicles crack sealant shall be allowed to cool sufficiently or sand shall be applied to the crack sealant material prior to releasing the road to traffic. Payment shall include full compensation for all labor, materials, tools, equipment, traffic control, and incidentals required to install crack filler. Payment for crackfiller will be included in the price for micro-surfacing and no additional payment will be made. 10-2.03 CONSTRUCTION - Before applying micro-surfacing, cover manholes, valve and monument covers, grates, or other exposed facilities located within the area of application, using a plastic or oil resistant construction paper secured by tape of adhesive to the facility being covered. Reference the covered facilities with a sufficient number of control points to relocate the facilities after the application of the seal coat. In areas inaccessible to spreading equipment, spread the micro-surfacing mixture with hand tools or other authorized methods. If placing with hand tools, first lightly dampen the area. Do not handle or shift the material. 10-2.04 WEATHER CONDITIONS - Only place micro-surfacing if both the pavement and air temperatures are at least 50 degrees F and rising. Do not place micro-surfacing if either the pavement or air temperature is below 50 degrees F and falling. Do not place micro-surfacing if rain is imminent or the air temperature is expected to be below 36 degrees F within 24 hours after placement. 10-3 PAVEMENT STRIPING AND MARKING Signing and Striping Improvements shall conform to the Standard Specifications, these Special Provisions, and “Specifications and Special 30 Provisions for Signing and Striping Improvements at Mt Hermon Road / Lockhart Gulch Road” (Appendix A). All existing pavement markings will be replaced in-kind except as indicated in the striping plan of Appendix A. 10-4 EMERGENCY RESPONSE - The Contractor shall maintain an emergency telephone number and shall be able to have competent personnel to the project site within twenty (20) minutes from the time a call is placed to the emergency telephone number. Measurement and Payment - Payment for providing emergency response will be included in the contract unit prices for the various items of work and shall be considered full compensation for furnishing all labor materials, tools, equipment, and incidentals, and for doing all the work involved in completing the operations as specified and directed by the Engineer. 10-5 SUPPLEMENTAL WORK - This item is provided to account for new and unforeseen work not specifically provided for on the plans or in these Special Provisions. The dollar amount listed on the Bid Form is an estimate only, and will be included in each bidder's proposal. Supplemental work shall be performed only upon direct authorization from the Engineer, and daily extra work reports will be submitted to and approved by the Engineer. Supplemental work will be measured and paid for on a force account basis or any other basis negotiated by the Contractor and Engineer. Any money remaining at final payment will be deleted from the contract. Contractor shall furnish Engineer daily report sheets covering the direct costs of labor and materials and charges for equipment, whether furnished by the Contractor, subcontractor, or other forces and said report sheets shall be signed by Contractor or authorized agent. The daily report sheets shall provide names or identifications and classifications of workers, and hours worked; size, type and identification number of equipment, and hours operated. Material charges shall be substantiated by valid copies of vendor's invoices. Engineer will make any necessary adjustments and compile the costs of force account work on daily extra work report forms furnished by Owner. When these reports are agreed upon and signed by both parties they shall become the basis of payment for the work performed, but shall not preclude subsequent adjustment based on a later audit. Contractor shall notify the Engineer as soon as there appears to be a cause for equipment standby charges, but in no case shall the Engineer be notified after the start of any anticipated standby charges. Contractor shall submit written backup information and pay requests for force account work within ten (10) working days from the completion of each separate extra work item. Contractor must submit written request for contract time extensions for force account work within five (5) working days from the completion of each separate extra work item to be granted an extension. 31 BID FORM TO: The City of Scotts Valley, County of Santa Cruz, State of California, herein called Owner: 1. Pursuant to and in compliance with your Notice to Bidders and the contract documents relating to the construction of "Mount Hermon Road Micro-Surfacing Project" including Addenda Nos., , _______, _______, the undersigned bidder, having become thoroughly familiar with the terms and conditions of the contract documents and with the local conditions affecting the performance and costs of the work at the place where the work is to be done, and having fully inspected the site in all particulars, hereby proposes and agrees to perform fully the work within the time stated in strict accordance with the contract documents (including the furnishing of any and all labor and materials) and do all the work required to construct and to complete said work in accordance with the contract documents. 2. It is understood that Owner reserves the right to reject this bid, but that this bid shall remain open and shall not be withdrawn for a period of sixty (60) days from the date prescribed for its opening. 3. Attached hereto and incorporated herein is the complete and entire list of subcontractors to be employed by the undersigned in the performance of the work. 4. If written notice of the acceptance of this bid is mailed or delivered personally to the undersigned within sixty (60) days after the date set for the opening of this bid, or at any time thereafter before it is withdrawn, the undersigned bidder shall execute and deliver the contract documents to Owner in accordance with this bid as accepted, and will also furnish and deliver to Owner the Performance Bond, Labor and Material person's Bond as specified and proof of insurance coverage as required in the General Conditions, all within ten (10) days after personal delivery or after deposit in the mails, of the notifications of acceptance of this bid. The above-mentioned bonds shall be satisfactory to and on the forms approved by Owner. 5. Notice of acceptance or request for additional information may be addressed to the undersigned at the address set forth below. 6. The undersigned declares that this 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 undersigned 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 or agreed with any bidder or anyone else to put in a sham bid or to refrain from bidding; that the undersigned has not directly or indirectly sought by agreement, communications or conference with anyone to fix said bid price or the bid price of any other bidder, or to fix any overhead, profit or cost element of such bid price or of that of any other bidder, or to secure any advantage against the City of Scotts Valley or anyone interested in the proposed contract; that the only persons or parties interested in this bid as principals are those named herein; that all statements contained in this bid are true; that the undersigned has not directly or indirectly submitted undersign's bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative 32 thereto, to any other persons, partnership, corporation or association except to such person or persons as have a direct financial interest in bidder's general business; and that the undersigned has not accepted any bid from any subcontractor or material person through any bid depository, the By-Laws, Rules or Regulations of which prohibit or prevent the undersigned from considering any bid from any subcontractor or material person, which is not processed through said bid depository, or which may prevent any subcontractor or material person, which is not processed through said bid depository, or which may prevent any subcontractor or material person from bidding to any general contractor who does not use the facilities of or accept bids from or through such bid depository. 7. 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 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 CITY OF SCOTTS VALLEY's Final 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. 8. The undersigned certifies that the contract documents have been thoroughly read and understood and that, except as may be specifically noted and contained in addenda, there are no discrepancies or misunderstandings as to the meaning, purpose or intent of 33 any provision in the contract documents or as to the interpretation of the same. The undersigned hereby incorporates by reference, the same as though set out in full, all provisions of the Notice to Bidders and Information for Bidders published by Owner and pertaining to the work described in this bid. 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 SCOTTS VALLEY, and that discretion will be exercised in the manner deemed by the CITY OF SCOTTS VALLEY to best protect the public interest in the prompt and economical completion of the work. The decision of the CITY OF SCOTTS VALLEY respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. Accompanying this bid is ________________________ (insert words "cash", "cashier's check", "certified check" or "bidder's bond" as the case may be), in an amount equal to at least ten percent (10%) of the total of the bid. The names of all persons interested in the foregoing bid as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is corporation, give legal name of corporation, state where incorporated and names of the president and secretary thereof; if a partnership, give name of the firm, also names of all individual co-partners composing firm; if bidder or other interested person is an individual, give first and last names in full. ________________________________________________ ________________________________________________ ________________________________________________ Licensed in accordance with an act providing for the registration of Contractors, License No. _______. (Insert license type and name). NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the name of the firm shall be set forth above, together with the signatures of the partner or partners authorized to sign contracts in behalf of the co-partnership; and if bidder is an individual, said bidder's signature shall be placed above. Business Address: _______________________________________ Place of Residence: ______________________________________ Date: ____________ Telephone: ____________ 34 BIDS FOR CITY OF SCOTTS VALLEY The prices listed below for each item include all compensation for the labor, materials, equipment, tools, and incidentals necessary to complete all work items, complete in place, as per Plans and Specifications. Mount Hermon Road Micro-Surfacing Project Item Description Unit Quantity 534,100 1 Micro-Surfacing SF 5 Caltrans Striping Detail 9 LF 6 Caltrans Striping Detail 29 LF 7 Caltrans Striping Detail 38 LF 8 Caltrans Striping Detail 39 LF 9 Caltrans Striping Detail 39A LF 10 Caltrans Striping Detail 40A LF 11 Thermoplastic: Traffic Marking and Legends SF 12 Thermoplastic: Skid Resistant Green Paint Type 1 Pavement Material (Revocable) SF 13 Install Type A or AY Raised Pavement Markers (Revocable) EA 14 Install Type B, C, D, G, H or Blue Raised Pavement Markers (Revocable) EA $ Unit Price $ Total BIDDER'S FIRM NAME: __________________________________ Date: _________ By________________________________ Title________________________________ Address________________________________ City, State, Zip________________________________ (IMPORTANT NOTICE: If bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the name of the firm shall be set forth above, together with the signatures of the partner or partners authorized to sign contracts on behalf of the co-partnership; and if bidder is an individual, said bidder's signature shall be placed above.) 35 BIDDER'S BOND Know All People By These Presents, That we, _____________________________________________as PRINCIPAL, and__________________________________________________________ as SURETY, are held and firmly bound unto the CITY OF SCOTTS VALLEY, State of California, hereinafter called CITY, in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to CITY, for the work described below for the payment of which sum in lawful money of the United States, will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety exceed the sum of ________________________________ Dollars ($__________). THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the above-mentioned bid to CITY for certain construction specifically described as follows for which bids are to be opened at Scotts Valley, California on ________________________, 20___. This work shall include the furnishing of all labor, materials, tools, and equipment for the construction of improvements on city property on Mount Hermon Road. The work shall include, but is not limited to, sanitary sewer construction, adjustment of manholes, adjustment of utilities, asphaltic concrete pavement and overlay, driveway conforms, minor excavation, backfill, signing and striping, construction of conform at existing right-of-way lines and pavement, and various other items, complete and in place. NOW, THEREFORE, if the aforesaid Principal shall not withdraw said bid within the period specified therein after the opening of the same, or, if no period be specified, within sixty (60) days after said opening, and shall within the period specified therefore, or, if no period be specified therefore, within ten (10) days after the prescribed forms are presented to aforesaid Principal for signature, enter into a written contract with CITY, in the prescribed form in accordance with the bid as accepted, and file the two bonds with C ITY, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. In the event suit is brought upon said bond by CITY, and judgment is recovered, the Surety shall pay all costs incurred by CITY in such suit, including a reasonable attorney's fees to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this ____ day of ____________________, 20__. PRINCIPAL _________________By _________________ (Seal) By _________________ (Seal) By _________________ (Seal) SURETY ____________________By _________________ (Seal) By _________________ (Seal) Surety By _________________ (Seal) By _________________ (Seal) Address NOTE: Attach notary acknowledgment for signatures of those executing for Principal and Surety. 36 The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions in Section 2-1.10, “Subcontractor List" of the Standard Specifications and Section 2-1.01, "General," of the Special Provisions. LIST OF SUBCONTRACTORS Name and Address Description of Portion of Work Subcontracted Out 37 Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (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 10285.1. 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. 38 Pubic Contract Code Section 10162 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. 39 Public Contract Code 10232 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. 40 Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY OF SCOTTS VALLEY DEPARTMENT OF PUBLIC WORKS In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 41 AGREEMENT CITY OF SCOTTS VALLEY STATE OF CALIFORNIA THIS AGREEMENT, made and concluded that ______ day of ________________, 20___ between the CITY OF SCOTTS VALLEY, hereinafter called CITY, and _______________________________, hereinafter called CONTRACTOR. ARTICLE I. WITNESS TO, that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by CITY, and under the conditions expressed in the bonds, bearing even date with these presents and hereunto annexed, CONTRACTOR agrees with CITY, at CONTRACTOR'S own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by CITY, necessary to construct and complete the work of the improvement herein referenced in a good workmanlike and substantial manner and to the satisfaction of the CITY=S Director of Public Works,__________________________________________________________, in accordance with the Special Provisions hereto annexed, and also in accordance with the General Prevailing Wage Rates as determined by the Department of Industrial Relations, which said Special Provisions and General Prevailing Wage Rates are hereby specifically referred to and by such reference made a part hereof. The work to be done is described in Section 9 "Description of Work" of the Special Provisions, which said Special Provisions are hereby made a part of this contract, and is shown upon the plans entitled "Mount Hermon Road Micro-Surfacing Project ", which said plans are hereby made a part of the contract. ARTICLE II. CITY hereby promised and agrees with CONTRACTOR to employ, and does hereby employ, CONTRACTOR to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices set forth in the Bid of CONTRACTOR for the work to be constructed and completed under this Agreement, which prices shall be considered as though repeated herein, subject to additions and deductions as provided therein, and hereby contracts to pay the same at the time, in the manner upon the conditions herein set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III. The statement of prevailing wages appearing in the General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said CONTRACTOR, then this instrument shall control, and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE IV. By my signature hereunder, as CONTRACTOR, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake 42 self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE V. CONTRACTOR agrees to receive and accept the prices as set forth in the Bid of CONTRACTOR for the work to be constructed and completed under this Agreement, which prices shall be considered as though repeated herein, subject to additions and deductions as provided therein, as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also, for all loss or damage arising out of the nature of the work aforesaid, or from the action of elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by CITY, and for all the risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work; and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of Engineer. ARTICLES VI. CONTRACTOR shall indemnify and save harmless and defend Owner, its officers, agents, servants and employees, and each of them from and against: (a) Any and all claims, demands, causes of action, damages, costs, expenses, losses or liabilities, in law or in equity, of every kind and nature whatsoever for, but not limited to, injury to or death of any person including CONTRACTOR, or any officer, agent, consultant, servant and/or employee of CITY or CONTRACTOR, and damages to or destruction of property of any person, including but not limited to, CITY and/or CONTRACTOR and their officers, agents, consultants, servants and/or employees, arising out of or in any manner directly or indirectly connected with the work to be performed under this agreement, however caused, regardless of any negligence of CITY or its officers, agents, servants or employees, except the sole negligence or willful misconduct of CITY or its officers, agents, consultants, servants or employees, or the active negligence of CITY, its officers, agents or employees; (b) and any and all actions, proceedings, damages, costs, expenses, penalties or liabilities, in law or equity, of every kind or nature whatsoever, arising out of, resulting from, or on account of the violation of any governmental law or regulation, compliance with which is the responsibility of CONTRACTOR. CONTRACTOR shall, at CONTRACTOR'S own cost, expense and risk, defend any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against CITY or CITY=S officers, agents, consultants, servants or employees. CONTRACTOR shall pay and satisfy and judgment, award or decree that may be rendered against CITY or its officers, agents, consultants, servants or employees, in any such suit, action or other legal proceedings; CONTRACTOR shall reimburse CITY and its officers, agents, servants and employees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. 43 ARTICLE VII. The complete contract for the work of improvement herein referenced consists of the following documents, all of which are hereby expressly made a part hereof and incorporated herein by this reference. 1. 2. 3. 4. 5. 6. 7. 8. Notice To Bidders Bid Form Designation of Subcontractors Bidder's Bond Agreement Bond for Faithful Performance Bond of Security of Laborers and material person Standard Specifications, dated 2015 and Standard Plans dated 2015 of the California Department of Transportation 9. Labor Surcharge and Equipment Rental Rates and the General Prevailing Wage Rates as determined by the California Department of Transportation Division of Construction (all as referenced herein) 10. Plans entitled, A Mount Hermon Road Micro-Surfacing Project” 11. Insurance Certificate 12. Information for Bidders 13. Special Provisions IN WITNESS WHEREOF, CITY has caused these presents to be executed by its officers hereunto duly authorized, and CONTRACTOR has subscribed same, all on the day and year first above written. Contractor By: Date: License No. FOR CITY OF SCOTTS VALLEY By: Donna Lind, Mayor Date: ATTEST: By: Tracy Ferrara, City Clerk Date: APPROVED AS TO FORM: By: Kirsten Powell, City Attorney Date: 44 BOND NO. BOND FOR FAITHFUL PERFORMANCE WHEREAS, the City Council of the City of Scotts Valley, State of California, and _________________________________________________, (herein designated as "Contractor") have entered into an agreement whereby contractor agrees to install and complete certain designated public improvements, which said agreement dated _______________, 20___ identified as _______________________________, is hereby referred to and made a part hereof; and WHEREAS, THEREFORE, WE, the principals and _________________________________________, as surety, are held and firmly bound unto the City of Scotts Valley, hereinafter called "City", in the penal sum of _________________________ Dollars ($_____________________) lawful money of the United States for the payment of which sum, well and truly 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 above-bounded contractor, or their 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 their 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 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 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, this instrument has been duly executed by the principals and surety above names, on _________________________, 20__. Surety Attorneys in Fact Principal Principal 45 BOND NO. BOND FOR SECURITY OF LABORERS AND MATERIAL PERSON WHEREAS, the City Council of the City of Scotts Valley, State of California, and _________________________________________________, (herein designated as "principals") have entered into an agreement whereby principals agrees to install and complete certain designated public improvements, which said agreement dated __________________________, 20__, and identified as _______________________________, is hereby referred to and made a part hereof; and WHEREAS, under the terms of said Agreement, principals are required before entering upon the performance of the work, to file a good and sufficient payment bond with the City of Scotts Valley to secure the claims to which reference is made in Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of California. NOW, THEREFORE, said principals and the undersigned as corporate surety, are held firmly bound unto the City of Scotts Valley and all contractors, subcontractors, laborers, material person and other persons employed in the performance of the aforesaid Agreement and referred to in the aforesaid Civil Code in the sum of __________________________________________ Dollars ($___________), for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will pay the same in an amount not exceeding the amount herein above set forth, and also in case suite is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees including reasonable attorney's fees, incurred by City in successfully enforcing such obligation to be awarded and fixed by the Court and to be taxed as costs and to be included in the judgment therein rendered. IT IS HEREBY EXPRESSLY STIPULATED AND AGREED that this bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 (commencing with Section 3082) of Part 4 Division 3 of the a right to action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of said Agreement or the specifications accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration or addition. IN WITNESS WHEREOF, this instrument has been duly executed by the principals and surety above named, on _________________________, 20__. Surety Attorneys in Fact Principal Principal 46 APPENDIX A SPECIFICATIONS and SPECIAL PROVISIONS for Signing and Striping Improvements at Mt Hermon Road / Lockhart Gulch Road Scotts Valley, California 9-30-16 Leopoldo Trujillo, P.E., T.E. Mott MacDonald 1300‐B First Street Gilroy, CA 95020 (408) 848‐3122 August 15, 2016 Table of Contents 1 STRIPING AND SIGNAGE .................................................................................................... 1 1.01 GENERAL .................................................................................................................... 1 1.02 REFERENCES, CODES AND STANDARDS ..................................................................... 1 1.03 ORDER OF WORK ....................................................................................................... 1 1.04 EXISTING FACILITIES ................................................................................................... 2 1.05 MAINTAINING TRAFFIC .............................................................................................. 2 1.06 CONSTRUCTION AREA SIGNS ..................................................................................... 2 1.07 TRAFFIC CONTROL SYSTEM ........................................................................................ 2 1.08 REMOVE PAVEMENT MARKER ................................................................................... 3 1.09 REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING .............................................. 3 1.10 PAVEMENT DELINEATION .......................................................................................... 4 1.11 INSTALL NEW ROADSIDE SIGN & POST OR SIGN PANEL AND POST .......................... 5 1.12 MEASUREMENT AND PAYMENT ................................................................................ 6 1 1.01 STRIPING AND SIGNAGE GENERAL A. Description: Striping and pavement delineation items shall include all traffic striping, painted words, painted symbols, paint removal as required, and removal and installation of reflective pavement markers. Included also is any necessary removal, temporary delineation, layout, traffic control, and signage modifications. It may be necessary to phase the construction of the striping in the interest of public safety. The Contractor shall install striping, where possible, prior to opening roadway to traffic and when necessary for the public’s safety or convenience. B. Materials: Materials shall be in conformance with the Standard Specifications Section 84‐2, “Traffic Stripes and Pavement Markings,” for traffic stripes and Section 81‐3, “Pavement Markers,” for pavement markers. Signs shall be in conformance with the Standard Specifications Section 82, “Signs and Markers.” C. Method of Construction: Construction and installation shall be per Section 84‐2, “Traffic Stripes and Pavement Markings,” Section 81‐3, “Pavement Markers,” Section 82‐2, “Sign Panels,” and Section 82‐3, “Roadside Signs,” of the Standard Specifications. Removal of existing facilities shall be per Section 15, “Existing Facilities,” Section 84‐9.03B, “Remove Traffic Stripes and Pavement Markings,” Section 81‐8.03B, “Remove Pavement Markers,” and Section 82‐9, “Existing Roadside Signs and Markers,” of the Standard Specifications. 1.02 REFERENCES, CODES AND STANDARDS The work embraced herein shall be constructed in conformance with the provisions in the various sections (as identified throughout this special provisions document) of the State of California, Department of Transportation, Standard Specifications, 2015 (hereinafter referred to as “Standard Specifications”); the State of California, Department of Transportation, Standard Plans, 2015 (hereinafter referred to as “Standard Plans”); and the latest revision of the 2014 California Manual on Uniform Traffic Control Devices (hereinafter referred to as the CA MUTCD). 1.03 ORDER OF WORK Attention is directed to "Maintaining Traffic" of these special provisions. A minimum of one lane shall be kept open for public traffic at all times. Before lane closures will take place, appropriate warning signs shall be installed at road intersections identified elsewhere in these special provisions, with the specific locations determined by the Engineer. Coordination with the City’s inspector or Engineer is mandatory at least 72 hours in advance of all road closures. 374351 Specs-01 Signed.doc 1 1.04 EXISTING FACILITIES The work performed in connection with various existing highway facilities shall conform to the provisions of Section 15, "Existing Facilities," of the Standard Specifications and these special provisions. 1.05 MAINTAINING TRAFFIC Attention is directed to Sections 7‐1.03, "Public Convenience," 7‐1.04, “Public Safety,” and 12‐3.04, "Portable Delineators," of the Standard Specifications, the CA MUTCD, and these special provisions. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time, including any section closed to public traffic. The Contractor shall notify local authorities of the intended date to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make arrangements relative to keeping the working area clear of parked vehicles. The provisions in this section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. 1.06 CONSTRUCTION AREA SIGNS Construction Area Signs shall be furnished, installed, maintained, and removed when no longer required in accordance with the provisions of Section 12, "Temporary Traffic Control," of the Standard Specifications and these Special Provisions. 1.07 TRAFFIC CONTROL SYSTEM The Contractor shall be responsible for the preparation of a construction Traffic Control Plan (TCP). Construction work shall not commence until the TCP has been reviewed and approved by the City of Scotts Valley. Traffic control system shall consist of closing roadway shoulders and narrowing or closing traffic lanes in accordance with the provisions of Section 12, "Temporary Traffic Control," of the Standard Specifications, and these special provisions. Contractor shall move or place temporary road signs necessary to keep at least one lane of traffic open in each direction during construction. 374351 Specs-01 Signed.doc 2 The provisions of this section do 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 of Section 7‐1.04, "Public Safety," of the Standard Specifications. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its 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, shoulder and auxiliary lanes. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the highway right of way. Upon completion of the work requiring lane closure, all components of the traffic control system shall be removed from the site of the work and shall become the property of the Contractor. Lane closures shall not commence before 7:00 a.m. and shall cease at 7:00 p.m. No work that interferes with public traffic shall be done outside these hours except for work required under Sections 7‐1.03 "Public Convenience," and Section 7‐1.04 "Public Safety," of the Standard Specifications. When work is not actively in progress the full width of the traveled way shall be open for public traffic. Deviations from the requirements of this section concerning hours of work may be permitted upon approval by the State Parks Department. 1.08 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. The removal of existing pavement markers shall conform to Section 81‐8.03B, “Remove Pavement Markers,” of the Standard Specifications. 1.09 REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING Traffic stripe and pavement marking shall be removed at the locations shown on the plans and as directed by the Engineer. The removal of existing traffic stripes and pavement markings shall conform to Section 84‐9.03B, “Remove Traffic Stripes and Pavement Markings,” of the Standard Specifications. Attention is directed to Section 13‐4, “Job Site Management,” of the Standard Specifications for the necessary water pollution control measures. 374351 Specs-01 Signed.doc 3 1.10 PAVEMENT DELINEATION Painted traffic striping shall be applied on pavements at the locations shown on the Plans, as directed by the Engineer, and as specified in these special provisions. Traffic striping and pavement message markings shall conform to the standards, dimensions and details as specified in the Caltrans Standard Plans, the California MUTCD, and Section 84‐2, “Traffic Stripes and Pavement Markings,” of the Standard Specifications. The material used for all striping shall be thermoplastic and glass beads, as specified on the project plans, and shall conform to provisions in Section 84‐2, “Traffic Stripes and Pavement Markings,” of the Standard Specifications. Before thermoplastic traffic stripes and pavement markings are applied, the Contractor shall submit information to the Engineer relating to the marking product’s manufacturer, specifications, shelf life, expiration date and method of application. All thermoplastic traffic stripes and pavement marking shall be applied with the extrusion method only, not sprayed. Attention is directed to Section 84‐2.03C, “Application of Stripes and Markings,” of the Standard Specifications prior to the placement of all thermoplastic stripes and markings. The Contractor shall cat‐track all pavement striping and markings for review and approval by the City inspector. Location of traffic stripes and pavement markers shall be as shown on the project plans and as directed by the City forces. All pavements to receive new striping shall be mechanically cleaned with a wire brush to remove all dirt and contaminants immediately prior to the placement of any new striping or marking. Existing traffic stripes and pavement markings in areas where new paving will not occur, and which conflict with the new striping shown on the plans, shall be removed by grinding. Note 4 on Standard Plan A‐24D shall not apply. Paint and thermoplastic traffic stripes will be measured by the linear foot along the line of the traffic stripes, without deductions for gaps in broken traffic stripes. A double traffic stripe, consisting of two 4 inch wide stripes, will be measured as a single double‐stripe. Paint and thermoplastic pavement markings will be measured by the square foot for the actual area covered as shown in the Standard Plans. The contract unit prices paid per foot for Paint / Thermoplastic Traffic Stripes in the widths designated, and per square foot for Paint / Thermoplastic Pavement Markings shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in applying paint / thermoplastic traffic stripes and paint / thermoplastic 374351 Specs-01 Signed.doc 4 pavement markings, complete in place, as specified in these special provisions, and as directed by the Engineer, including removal of existing striping and markings by grinding as necessary, and no additional compensation will be allowed therefore. 1.11 INSTALL NEW ROADSIDE SIGN & POST OR SIGN PANEL AND POST Roadside Signs and Sign Panels shall be furnished and installed at the locations shown on the plans or where designated by the City inspector and in conformance with the provisions in Section 82, "Signs and Markers," of the Standard Specifications and these special provisions. Sign sheeting shall comply with Sections 82‐2.02B, “Aluminum Sheeting,” 82‐2.02C, “Retroreflective Sheeting,” and 82‐2.02E, “Single‐Sheet Aluminum Panels,” of the Standard Specifications. Sign colors and film shall comply with Section 82‐2.02D, “Process Colors and Film,” of the Standard Specifications. Signs shall be fabricated and furnished in accordance with details shown on the plans, the Traffic Sign Specifications, and these special provisions. Traffic Sign Specifications for California sign codes are available for review at: http://www.dot.ca.gov/hq/traffops/signtech/signdel/specs.htm Traffic Sign Specifications for signs referenced with Federal MUTCD sign codes can be found in Standard Highway Signs Book, administered by the Federal Highway Administration, which is available for review at: http://mutcd.fhwa.dot.gov/ser‐shs_millennium.htm Information on cross referencing California sign codes with the Federal MUTCD sign codes is available at: http://www.dot.ca.gov/hq/traffops/signtech/signdel/specs.htm Temporary or permanent signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back, and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive over spray and aluminum marks. The Contractor shall assume the costs and responsibilities resulting from the use of patented materials, equipment, devices, and processes for the Contractor's work. 374351 Specs-01 Signed.doc 5 The Contractor shall furnish the Engineer Certificates of Compliance for sign manufacturing in conformance with Section 82‐2.01C, "Submittals," of the Standard Specifications. All new sign posts shall be wood post in conformance with section 82‐3, “Roadside Signs,” of the Standard Specifications. Frame assemblies for multiple sign installations, back braces, straps and saddle brackets, lag screws, bolts, washers and nuts shall be considered as sign panel fastening hardware. Full compensation for furnishing and installing sign and sign panel fastening hardware shall be considered as included in the contract prices paid for the roadside signs and roadside panels requiring the hardware and no separate payment will be made therefore The contract unit prices paid per sign, for signs and posts, and per sign panel, for sign panel, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing roadside signs, complete in place, including the installation of sign panels, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer. ## END ## 374351 Specs-01 Signed.doc 6 1300-B FIRST STREET GILROY, CA 95020 (408)848-3122 WWW.MOTTMAC.COM MT HERMON / LOCKHART GULCH ROAD SCOTTS VALLEY, CALIFORNIA STRIPING DEMOLITION PLAN Designed By: ET Drawn By: ET Checked By: LT DATE: 08-15-16 ACAD FILE NO: 370858 SCALE: 1" = 40' SANTA CLARA COUNTY CALIFORNIA DE-1 SHEET 1 OF 2 1300-B FIRST STREET GILROY, CA 95020 (408)848-3122 WWW.MOTTMAC.COM MT HERMON / LOCKHART GULCH ROAD SCOTTS VALLEY, CALIFORNIA SIGNING AND STRIPING PLAN Designed By: ET Drawn By: ET Checked By: LT DATE: 08-15-16 ACAD FILE NO: 370858 SCALE: 1" = 40' SANTA CLARA COUNTY CALIFORNIA PD-1 SHEET 2 OF 2