2015 STREET RESURFACING PROJECT PROJECT NO. PW

DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION MAY 2015 2015 STREET RESURFACING PROJECT PROJECT NO. PW 2015-07 SPECIFICATIONS AND CONTRACT DOCUMENT...
Author: Lionel Briggs
18 downloads 0 Views 3MB Size
DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION MAY 2015

2015 STREET RESURFACING PROJECT PROJECT NO. PW 2015-07

SPECIFICATIONS AND CONTRACT DOCUMENTS

 

2015 Street Resurfacing Project Specifications and Contract Documents Project No. PW 2015-07 City of Arroyo Grande, California

CITY COUNCIL Jim Hill Kristen Barneich Jim Guthrie Tim Brown Barbara Harmon

Mayor Mayor Pro Tem Council Member Council Member Council Member

PUBLIC WORKS DEPARTMENT Geoff English, Director

(805) 473-5460

PROJECT ENGINEER & CONTACT PERSON Mike Linn, Capital Projects Engineer (805) 473-5444 [email protected]

TABLE OF CONTENTS NOTICE TO CONTRACTORS STATEMENT OF PREVAILING WAGES BID REQUIREMENTS BID DOCUMENTS Bid Proposal Bidder's Bond Contractors Certification with regard to the performance of previous contracts Bidder Information Sheet List of Subcontractors Non-Collusion Affidavit Contractors Industrial Experience Certification form

SPECIAL PROVISIONS Section I. Section II. Section III. Section IV. Section V. Section VI. Section VII. Section VIII. Section IX. Section X.

General Specifications Scope and Control of Work Contract Changes Control of Materials Existing Utilities Prosecution, Progress, and Acceptance of the Work Responsibilities of the Contractor Measurement and Payment Insurance Requirement and Indemnification General Requirements

TECHNICAL PROVISIONS Section I. Section II. Section III. Section IV. Section V. Section VI. Section VII.

Mobilization and Demobilization Traffic Control Type II Microsurfacing Thermoplastic Pavement Striping Pavement Markers Slurry Seal Restore Parking Lot Striping (Paint)

CONTRACT DOCUMENTS Contract Payment Bond (For Labor and Material) Bond of Faithful Performance General Liability Endorsement Automobile Liability Endorsement Worker's Compensation/Employment Liability Endorsement

APPENDICES Vicinity Maps Garbage Collection Schedule Proposed Quantities City Standard 103-AG –Sign Placement City Standard 107-AG – Hydrant Reflector City Standard 170-AG – Typical Continental Cross Walk Striping Caltrans Standard A20A through A20D – Pavement Markers & Traffic Lines Typical Details

NOTICE TO CONTRACTORS CITY OF ARROYO GRANDE State of California SEALED BIDS will be received at the office of the City Clerk located at City Hall, 300 East Branch Street, Arroyo Grande, California, 93420 until 2:30 p.m., June 9, 2015. Bids delivered by fax will not be considered or received. Bids will be publicly opened at the City Council Chambers, 215 East Branch Street, Arroyo Grande, California, for performing work as follows: 2015 STREET RESURFACING PROJECT PROJECT NO. PW 2015-07 Scope of Work The work will install a Type II Slurry Seal or Type II Microsurfacing with thermoplastic striping and thermoplastic pavement markings on selected streets within the City of Arroyo Grande. Work also includes Type II Slurry Seal resurfacing of several City owned parking lots, including painting of parking stalls. Submission of Bids Each bid must be submitted on bid forms furnished by the City, to the City Clerk. All bids shall be completed in accordance with the contract documents, which may be obtained from the Community Development Department at 300 East Branch Street, Arroyo Grande, California, for a non-refundable fee of $15. For an additional nonrefundable fee of $7, plans and specifications can be mailed to interested parties. The Engineer’s Estimate for the project is $200,000. Bidders are hereby notified that pursuant to Section 1770, et seq., of the Labor Code of the State of California, the Contractor shall pay its employees the general prevailing rate of wages as determined by the Director of Department of Industrial Relations (DIR). In addition, the Contractor shall be responsible for compliance with the requirements of Section 1777.5 of the California Labor Code relating to apprentice public works contracts. Contractors and Subcontractors must be registered with the DIR pursuant to Labor Code 1725.5. Contractors/Subcontractors must be registered with the DIR. This project is subject to compliance monitoring and enforcement by the DIR. Each bid shall be accompanied by cash, certified or cashier's check or bidder's bond for not less than ten percent (10%) of the amount of the bid, made payable to the City of Arroyo Grande. In accordance with the provisions of the Public Contracts Code, any Contractor bidding this project shall possess a Class "A" or “C12 – Earthwork and Paving Contractors” license in the State of California, issued by the Contractor's State License Board. The successful bidder shall be required to guarantee the performance of this Contract by a Payment Bond and Bond of Faithful Performance in the sum of one hundred percent (100%) of the Contract Amount. Questions pertaining to this project shall be directed to Mike Linn at (805) 473-5444, [email protected]. CITY OF ARROYO GRANDE

-- END OF NOTICE TO CONTRACTORS --

i

STATEMENT OF PREVAILING WAGES Wages for this Project shall be based on the most current State of California Prevailing Wage Rate Schedules for the Southern California Region. Copies of the prevailing rate of per diem wages are on file at the City Community Development Department, and will be made available to any interested party on request. All wage rates will be subject to any recent negotiations. Health and Welfare (H&W), Pension (PEN) and Vacation (VAC) pay shall be in accordance with the most current Prevailing Wage Rate Schedules. Overtime shall be not less than one and one-half (1-1/2) times the above rate. Sundays and holidays shall be not less than double the above rates. The Holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular crafts, classification or type of workmen employed on the project. The Contractor shall forfeit as penalty to the City not more than the sum of fifty dollars ($50) for each calendar day or portion thereof for each worker (whether employed by the Contractor or Subcontractor) paid less than the stipulated prevailing rates for any work done under the Contract in violation of the provisions of the California Labor code and in particular, Sections 1772 to 1780. The amount of this penalty shall be determined by the Labor Commissioner and shall be based on consideration of the Contractor's mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages, or the previous record of the Contractor in meeting his or her prevailing wage obligations, or a Contractor's willful failure to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Contractor had knowledge of his or her obligations under Labor code Sections 1720, et seq. In addition to the aforementioned penalty, each worker shall be paid the difference between the prevailing wage rate and the amount paid to each worker for each calendar day or portion thereof for which said worker was paid less than the prevailing wage. The City will not recognize any claims for additional compensation because of the payment of the wages set forth in the Contract Documents. The possibility of wage increases is one of the elements to be considered by the Contractor in determining its Bid, and will not under any circumstances be considered as the basis of a claim against the City or the Engineer. In accordance with the provisions of the California Labor Code, and in particular, Sections 1810 to 1815, eight hours labor shall constitute a day’s work, and no worker, in the employ of the Contractor, or any Subcontractor, doing or contracting to do any part of the work contemplated by this Contract, shall be required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of those provisions; provided that subject to Labor code Section 1815, a worker may perform work in excess of either eight (8) hours per day or forty (40) hours during any one week upon compensation for all hours worked in excess of eight (8) hours per day or forty (40) hours during any one week at not less than one and onehalf times the basic rate of pay. Except as just provided, the Contractor shall forfeit as a penalty to the District the sum of twenty-five dollars ($25) for each worker employed in the performance of this Contract by him or by any Subcontractor under him for each calendar day during which such worker is required or permitted to labor more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of Sections 1810 through 1815.

-- END OF STATEMENT OF PREVAILING WAGES --

ii

BID REQUIREMENTS 1. General Information: The City Clerk of the City of Arroyo Grande, California, will receive sealed bids at her office at 300 East Branch Street, City Hall in said City, until 2:30 p.m., June 9, 2015, for 2015 STREET RESURFACING PROJECT PROJECT NO. PW 2015-07 Sealed bids will be opened in the City Council Chambers, 215 East Branch Street, Arroyo Grande, California. Bids delivered by fax will not be considered. 2. Examination of Specifications, Special Provisions and Site of Work: The bidder is required to examine carefully the site of work and the bid requirements, plans, specifications, and Contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the bid, plans specifications, and the contract. The submission of a bid shall be considered conclusive evidence that the bidder has made such examination. 3. Bid Forms: All bids must be prepared upon blank forms to be obtained from the Community Development Department located at 300 East Branch Street, Arroyo Grande, California. All bids must be submitted to the office of the City Clerk located at 300 East Branch Street, Arroyo Grande, CA 93420. All bids must give the prices proposed, both in writing and figures, and must be signed by the bidder, with his address. If the bid is made by an individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the bid must show the name of the state under the laws of which the corporation was chartered, the name, city, and business addresses of the president, secretary, and treasurer. 4. Rejection of Bids: Bids may be rejected if they show any alterations of form, additions not called for conditional or alternative bids, incomplete bids, erasures, or irregularities of any kind. The right is reserved to reject any and all bids and to waive any informality in bids received. 5. Bidder's Guaranty: All bids shall be presented under sealed cover and shall be accompanied by cash, cashier's check, or bidder's bond, and made payable to the City of Arroyo Grande for an amount equal to at least ten percent (10%) of the amount of the TOTAL BID, and no bid shall be considered unless such cash, cashier's check, certified check, or bidder's bond is enclosed therewith. 6. Award of Contract: The award of the Contract, if awarded, will be to the lowest responsible bidder whose bid complies with all the requirements prescribed. All bids shall be valid for sixty (60) days and will be compared on the basis of the Public Works Director's estimate of the quantities of work to be performed based on the aggregate total of the base bid and all alternate bid schedules. The City will award a Contract, at its discretion, for the base bid and any or all of the alternate bid schedules. 7. Execution of Contract: The Contract shall be signed by the successful Bidder and returned, together with the Contract Bonds, within ten (10) days, not including Sundays and legal holidays, after the Bidder has received notice that the Contract has been awarded. No bid shall be considered binding upon the City until the execution of the Contract. Failure to execute a contract and file acceptable bonds as provided herein within the said ten (10) days shall be just cause for the annulment of the award and the forfeiture of the bid guaranty.

iii

8. Return of Bidder's Guarantees: Within ten (10) days after the award of the Contract, the City of Arroyo Grande will return the bidder's guarantees that are not to be further considered in making the award. All other bidder's guarantees will be held until the Contract has been finally executed, after which all bidder's guarantees, except those forfeited, will be returned to the respective Bidders whose bids they accompany. 9. Contract Bonds: The successful Bidder, simultaneously with the execution of the agreement, will be required to furnish a Labor and Material Bond, and a Faithful Performance Bond; each bond shall be in the amount equal to one hundred percent (100%) of the contract prices, said bond shall be secured by a surety company satisfactory to the City of Arroyo Grande. 10. Required Documents: The following documents are required to be completed and submitted by the Contractor at the times specified in the table below. a) With Bid Package (All Bidders) b) With Agreement (Awardee) c) Prior to Starting Construction (a) X X X

(b)

(c)

X X

Bid Proposal Bidder's Bond Contractor's Certification with regard to the Performance of Previous Contracts or Subcontracts Bidder’s Information Sheet List of Subcontractor's Non-collusion Affidavit Contractor's Industrial Experience Certification Form Contract Payment Bond (Labor and Material) Bond of Faithful Performance General Liability Endorsement Automobile Liability Workmen's Compensation/Employment Liability Endorsement Materials List and Manufacturer's Brochures (As required) Construction Schedule in accordance with Section VII of the Technical Provisions

X X

Shop Drawings (As required) Traffic Control in accordance with Section VII-E of the Special Provisions

X X X X X X X X X X

Insurance: The successful Bidder shall be required to submit actual insurance policies certificates along with City Forms per Section IX of the Special Provisions and Section 7.3 and 7.4 of the Standard Specifications at a minimum liability insurance shall name the City of Arroyo Grande, and its employees as additional insured and shall state that the policy will not be canceled or materially changed prior to giving thirty (30) days written notice to the Director of Community Development of the City of Arroyo Grande, California.

-- END OF BID REQUIREMENTS --

iv

BID DOCUMENTS

 

BID PROPOSAL For Construction Of: 2015 STREET RESURFACING PROJECT PROJECT NO. PW 2015-07 TO THE CITY COUNCIL OF THE CITY OF ARROYO GRANDE: The undersigned, as Bidder, declares that they have carefully examined the location of the proposed work, that they have examined the Specifications and Contract documents prepared by the City of Arroyo Grande entitled "2015 Street Resurfacing Project, PW 2015-07", and the Standard Specifications, Special Provisions, and Technical Provisions, and Appendices (Supplemental Design Information) describing the work, and has read the accompanying instructions to Bidders, and hereby agrees, if this bid is accepted, to furnish all materials and do all work required to complete the said work in accordance with said specifications in the time and manner therein prescribed, for the unit prices or lump sum price set forth in the following schedules: Accompanying this bid is a

("Cash", "Cashiers Check", "Certified Check" or

"Bidders Bond” as the case may be), in the amount of

$

being an amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within ten (10) days, not including Sundays and legal holidays, after having received notice that the contract has been awarded and is ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Arroyo Grande, and this bid and the acceptance thereof may be considered null and void. It is further understood and agreed that: 1. All bids are to be calculated on the basis of the given estimated quantities of work, as indicated herein, times the unit price as submitted by the bidder. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. 2. The estimated quantities of work indicated in the Bid are approximate only, being used solely as a basis for comparison of bids. 3. No verbal agreement or conversation with any Officer, Agent, or employee of the City, before, during, or after the execution of the agreement shall affect or modify any of the terms or obligations of this Bid. 4. The City of Arroyo Grande will not be responsible for any errors or omissions on the part of the undersigned in making up his bid, nor will bidders be released on account of errors. 5. In case of the undersigned's fault in executing the required contract with necessary bonds within ten (10) days, (not including Sunday and legal holidays), after receiving notice that the contract is ready for signature, the Bidder's Bond accompanying this bid shall become the property of the City of Arroyo Grande. 6. The City will award a Contract based on the aggregate total of the Base Bid and all additive bid items. Individual Schedules listed in the Bid Form may not be awarded for construction and Schedules will be awarded in the order of their appearance as allowed by project fund availability.

BID - 2

 

BID SCHEDULE 2015 STREET RESURFACING PROJECT PROJECT NO. PW 2015-07

_________________________________________ Contractor's Business Name

______________________________ Date

BASE BID Item #

Description

Schedule A – Brisco Road 1 Traffic Control 2 Microsurfacing 3 Remove Existing Striping, Pavement Markings & RPMs 4 Thermoplastic (Striping and Markings) and Pavement Markers Schedule B – Miller Way/Circle and Lepoint Neighborhood 1 Traffic Control 2 Microsurfacing 3 Slurry Seal 4 Remove Existing Striping, Pavement Markings & RPMs 5 Thermoplastic (Striping and Markings) and Pavement Markers Schedule C- North Alpine Neighborhood Area 1 Traffic Control 2 Slurry Seal 3 Remove Existing Striping, Pavement Markings & RPMs 4 Thermoplastic (Striping and Markings) and Pavement Markers Schedule D – Fair Oaks Avenue 1 Traffic Control 2 Microsurfacing 3 Remove Existing Striping, Pavement Markings & RPMs 4 Thermoplastic (Striping and Markings) and Pavement Markers Schedule E – Car Corral Parking Lot 1 Traffic Control 2 Slurry Seal 3 Remove Existing Striping, Pavement Markings & RPMs 4 Restore Parking Lot Striping (Paint) Schedule F – Corporation Yard Parking Lot 1 Traffic Control 2 Slurry Seal 3 Remove Existing Striping, Pavement Markings & RPMs 4 Restore Parking Lot Striping (Paint) Schedule G – Corbett Canyon Road 1 Traffic Control 2 Microsurfacing 3 Remove Existing Striping, Pavement Markings & RPMs 4 Thermoplastic (Striping and Markings) and Pavement Markers

Qty

Unit

1 84,000 1 1

LS SF LS LS

1 83,880 39,450 1 1

LS SF SF LS LS

1 236,900 1 1

LS SF LS LS

1 321,720 1 1

LS SF LS LS

1 78,000 1 1

LS SF LS LS

1 18,000 1 1

LS SF LS LS

1 47,160 1 1

LS SF LS LS

Unit Price

Total Bid:

Total Bid in Words:

BID - 3

Total Price

The undersigned agrees to perform, for the benefit of the City, the Work itemized herein, and in accordance with all City of Arroyo Grande Standard Specifications. All materials and equipment used in the execution of the described work shall comply with all applicable State and Federal codes, regulations and requirements.

THE UNDERSIGNED HEREBY DECLARES AND CERTIFIES UNDER THE PENALTY OF PERJURY THAT: Contractor has not, in any way, entered into any agreement or arrangement with any other bidder which is collusive or which might tend to, or does, lessen or destroy free competition in the letting of the contract sought for by these bids. No attempt has been made to induce any other bidder to submit a collusive bid, or to refrain from bidding. No bid has been accepted from any subcontractor which is known by the undersigned to be collusive. All aspects of the contract work have been included within the listed bid items, except that the quantities listed are the Engineer's Estimate. The receipt of the following Contract Addenda is hereby acknowledged: Addendum Number Addendum Number Addendum Number

Date: Date: Date:

Contractor is licensed in accordance with an act providing for the registration of Contractors, said license being in good standing as of the date of this bid. License No.: Expiration Date: I (we) hereby state under penalty of perjury that the above made representations are true and in accordance with the provisions of CB & P Code Section 7028.15.

Signature of Bidder: _________________________________

NOTE:

If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individuals, co-partners composing the firm. If a corporation, state legal name of corporation, where the corporation is chartered, also names of president, secretary, treasurer, and manager thereof.

Business Name: Address:

Dated: ____________________.

-- END OF BID PROPOSAL --

BID - 4

BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we ______________________________________, as Principal, and _____________________________ as SURETY, are held and firmly bound unto the CITY OF ARROYO GRANDE, hereinafter called the 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 the City of Arroyo Grande, San Luis Obispo County, California, for the work described below, for the payment of which sum in lawful money of the United States, well 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 hereunder exceed the sum of _____________________________ Dollars ($ ____________________). THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Arroyo Grande, San Luis Obispo County, California, for certain construction specifically described as follows, for which bids are to be opened at the office of the City Council Chambers, City of Arroyo Grande, 215 East Branch Street, Arroyo Grande, California 93420, until 2:30 P.M., June 9, 2015 for the 2015 STREET RESURFACING PROJECT PROJECT NO. PW 2015-07 NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in accordance with the bid, and files two (2) adequate bonds with the City of Arroyo Grande, 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 this bond by the Oblige and judgment is recovered, the Surety shall pay all costs incurred by the Oblige in such suit, including a reasonable attorney's fee as fixed by the court. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this _____ day of ________, AD, 2015.

(Seal)

(Seal)

(Seal)

(Seal)

(Seal) Surety

(Seal) Principal

NOTE: Signatures of those executing for the surety must be properly acknowledged.

-- END OF BIDDER’S BOND --

BID - 5

CONTRACTORS CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS (To Accompany Contract Bid) The bidder has been engaged in the contracting business, under the present business name, for ______ years. Experience in work of a nature similar to that covered in the proposal extends over a period of ______ years. The bidder, as a Contractor, has never failed to satisfactorily complete a contract awarded, except as follows:

The following contracts have been satisfactorily completed in the last three (3) years for the persons, firm, or authority indicated, and to whom reference is made: Year

Type of work

Contract Amount

Location

Performed for

The following is a list of a plant and equipment owned by the bidder, which is definitely available for use on the proposed work as required: Quantity

Name

Type and Capacity

Condition

Location

Signed: Title: (Same as for signature on Contract Bid)

-- END OF CONTRACTORS CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS --

BID - 6

BIDDER INFORMATION SHEET - NOTE: This sheet MUST be completed for each Contractor and Subcontractor – All bidders/proposers are required to provide the following information for all DBE and non-DBE contractors, who provided a proposal, bid, quote, or were contacted by the proposed prime contractor. This information is also required from the proposed prime contractor and must be submitted with their bid/ proposal. The City of Arroyo Grande will use this information to maintain and update a “Bidder’s List” to assist in the overall annual Disadvantaged Business Enterprise (DBE) goal setting process required for Federal-aid projects. This information is also being made available to other local agencies for the same purpose. To the extent permitted by law, all information submitted will be held in strict confidence and will not be shared without your consent except as noted above. Contractor: … Prime Contractor … Subcontractor … Supplier Firm Name: __________________________________ Business Address: _____________________________ License No and Classification: ___________________ Contact Person: ________________________________

… Other: ________________ Phone: _______________________ Fax: _______________________ Years in Business: ______________

Is the firm currently certified as a DBE by Caltrans?

…No …Yes Certification Number: _________________

Gross Annual Receipts for last year: … < $1 million … < $5 million … < $10 million

… < $15 million

… < $15 million

Type of work/ services/ materials provided for this job: … Contractor … Supplier … Manufacturer

… Trucking

… Broker

Contractor Specialty for this job: 236210 … Industrial Building Construction 236220 … Commercial and Institutional Building 237110 … Water and Sewer Line Construction 237120 … Oil and Gas Pipeline Construction 237130 … Power and Communications 237310 … Highway, Street, and Bridge Construction 237990 … Other Heavy and Civil Construction 238110 … Poured Concrete Foundation and Structure 238120 … Structural Steel and Precast Contractors 238130 … Framing Contractor 238140 … Masonry Contractor 238150 … Glass and Glazing Contractors 238160 … Roofing Contractors 238170 … Siding Contractor 238190 … Other Foundation, Structure, and Exterior 238210 … Electrical Contractors 238220 … Plumbing, Heating, and Air-Conditioning 238290 … Other Building Equipment Contractors 238310 … Drywall and Insulation Contractors 238320 … Painting and Wall Covering Contractor

238330 238340 238350 238390 238910 238990 484110 541310 541320 541330 541340 541350 541360 541370 541380 541410 541420 541490 541620 541690

… Flooring Contractors … Tile and Terrazzo Constructors … Finish Carpentry Contractors … Other Building Finishing Contractors … Site Preparation Contractors … All Other Specialty Trade Contractors … General Freight Trucking … Architectural Services … Landscape Architectural Services … Engineering Services … Drafting Services … Building Inspection Services … Surveying and Mapping Services … Testing Laboratories … Interior Design Services … Industrial Design Services … Graphic Design Services … Other Specialized Design Services … Environmental Consulting Services … Other Scientific and Technical Services

-- END OF BIDDER INFORMATION SHEET -BID - 7

… Other (describe):

LIST OF SUBCONTRACTORS In accordance with the provisions of Section 4100 et. seq. of the Government Code of the State of California, the bidder shall, in its bid, list the name and place of business of each subcontractor who will perform work or labor or render service to the prime contractor in an amount in excess of one-half of 1 percent of the prime contractor's total bid. Name Under which Subcontractor is Licensed

License No. and Classification

Address of Office, Mill, or Shop

Percent of Total Bid

NOTE: Do not list alternative subcontractors for same work.

- END OF LIST OF SUBCONTRACTORS -

BID - 8

NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY EACH AWARDEE OF A PRINCIPAL CONTRACT (STATE OF CALIFORNIA)

State of County of

I, _____________________________________ , being first duly sworn, deposes and says that he is (sole owner, a partner, president, secretary, etc.) of _______________________________ the party making the foregoing bid; that such bid is not made in the interest of, or on behalf of any undisclosed person, partnership, company association, organization, or corporation; that such bid is genuine and not collusive or sham; that said 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, nor that anyone shall refrain from bidding; that said bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of said bidder or of any other bidder, not to fix any overhead, profit, or cost element of such bid price, nor of that of any other bidder, nor to secure any advantage against the pubic body awarding the contract or anyone interested in the proposed contract; that all statements contained in such bid are true; and further, that said bidder has not directly or indirectly, submitted his bid price or any breakdown thereof, nor the contents thereof, nor divulged information or data relative thereto, nor paid and will not pay fee in connection therewith to any corporation, partnership, company, association, organization, bid depository, nor to any member or agent thereof, nor to any other individual except to such person or persons as have a partnership or their financial interest with said bidder in his/her general business.

Signed: Title:

Subscribed and sworn to before me on this _____ day of ____________, 2015 Seal of Notary _______________________________________ Notary Public

- END OF NON-COLLUSION AFFIDAVIT-

BID - 9

CONTRACTORS INDUSTRIAL EXPERIENCE CERTIFICATION FORM 5-Calendar Years Prior to Current Year

2010

2011

2012

2013

2014

Total

Current Year

1. No of contracts 2. Total dollar amount of contracts (in thousands of $) 3*. No. of fatalities 4*. No. of lost workday cases 5*. No. of lost workday cases involving permanent transfer to another job or termination of employment 6*. Number of lost workdays

*The information required for these items is the same as required for columns 3 to 6, Code 10 Occupational Injuries, Summary-Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records.

Name of Bidder (print)

Signature

Address

State Contractor's License No. & Classification

- END OF CONTRACTORS INDUSTRIAL EXPERIENCE CERTIFICATION FORM -

BID - 10

SPECIAL PROVISIONS

 

SPECIAL PROVISIONS SECTION I GENERAL SPECIFICATIONS GENERAL - The work embraced herein shall be done in accordance with the applicable provisions of the California Building Code, 2012 Edition (CBC), "Greenbook" Standard Specifications for Public Works Construction, 2012 Edition hereafter referred to as "Standard Specifications", and the City of Arroyo Grande Standard Plans, hereafter referred to as "Standard Plans", insofar as the same may apply, and in accordance with the following Special Provisions. DEFINITION OF TERMS - Whenever the following terms are used in the Standard Specifications, they shall be understood to mean and refer to the following: STANDARD SPECIFICATIONS DEFINITIONS: OWNER: BOARD: CITY ENGINEER:

CITY OF ARROYO GRANDE CITY COUNCIL OF THE CITY OF ARROYO GRANDE THE DIRECTOR OF PUBLIC WORKS, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them.

Other terms appearing in the Standard Specifications shall be given the intent and meaning specified therein. CONFLICTS - In case of conflict among the various components of the Contract documents, the priority of the Contract components shall be in the following order: 1. 2. 3. 4. 5. 6. 7. 8. 9.

Contract Change Orders Special Provisions Technical Provisions Project Plans City of Arroyo Grande Standard Plans California Code of Regulations, Title 24 (UBC) "Greenbook" Standard Specifications for Public Works Construction, 2012 Edition Caltrans Standard Specifications, 2010 Edition

-- END OF SECTION I --

SP-2

 

SPECIAL PROVISIONS SECTION II SCOPE AND CONTROL OF WORK DESCRIPTION OF THE WORK The work will install a Type II Slurry Seal or Type II Microsurfacing, thermoplastic striping and thermoplastic pavement markings, and pavement markers on the following streets within the City of Arroyo Grande (see Appendix for Quantity Sheet breakdown):

Schedule A – Brisco Road

Street  Brisco Road  Brisco Road 

From  East Grand Ave Linda Drive 

To  Linda Drive El Camino Real

Street Type  Arterial Arterial

SF  30,000  54,000 

Treatment  Micro Surfacing Micro Surfacing

Schedule B – Miller Way/Circle and Lepoint

Street  Miller Circle  Miller Way  Le Point Street 

From  Miller Way  Le Point Street Nevada Street

End of Street N. Mason Street

Street Type  Residential Residential Residential

To  Faeh Ave Bennett Ave Cornwall E. Grand El Camino Real El Camino Real N. Alpine El Camino Real El Camino Real Bennett Ave

Street Type  Residential Residential Residential Residential Residential Residential Residential Residential Residential Residential

To  End of Cul‐de‐Sac

SF  6,264  77,616  39,450 

Treatment  Micro Surfacing Micro Surfacing Slurry Seal

Schedule C – North Alpine Area

Street  Alpine Street (N)  Bell Street  Bell Street  Bell Street  Bennett Ave  Cornwall Ave  Faeh Ave  Faeh Ave  Oak Street  Rena Street (N) 

From  East Grand Ave Feah  Bennett Ave  Cornwall Ave  Halcyon Road  N. Rena Street Halcyon Road  N. Apline  East Grand Ave East Grand Ave

SP-3

SF  41,120  12,160  12,160  12,160  44,000  62,440  9,500  14,440  13,320  15,600 

Treatment  Slurry Seal Slurry Seal Slurry Seal Slurry Seal Slurry Seal Slurry Seal Slurry Seal Slurry Seal Slurry Seal Slurry Seal

Schedule D – Fair Oaks Avenue Street 

Fair Oaks Avenue Fair Oaks Avenue Fair Oaks Avenue

From 

Woodland Drive Valley Road Orchard Road

To 

Valley Road Orchard Road Traffic Way

Street Type

Arterial Arterial Arterial

SF 

Treatment

156,000 Micro Surfacing 129,840 Micro Surfacing 35,880 Micro Surfacing

Schedule E – Car Corral Parking Lot

78,000       Slurry Seal 

Schedule F – Corporation Yard Parking Lot

18,000 

Slurry Seal   

Schedule G – Corbett Canyon Road

Street  Corbett Canyon Road 

From  Route 227

To  City Limit

Street Type  Arterial

Treatment  SF  47,160  Micro Surfacing

BOND AND INSURANCE - Faithful performance and labor and materials bonds shall be in the amount of one hundred percent (100%) of the Contract price submitted on City-provided forms in accordance with the Standard Specifications. Substitution of Securities: Pursuant to Section 22300 of the California Public Contract Code (Section 10263 of the Public Contract Code for State Agencies), the Contractor may substitute securities for any money held by the Owner to insure performance of the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the Owner or with a State or federally-chartered bank as an escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract.

Deposit of securities with an escrow agent shall be subject to written Contract in accordance with the provisions of Section 22300. The Owner shall not certify that the Contract has been completed until at least 45 days after filing by the Owner of a Notice of Completion. Securities eligible for investment under this Section shall be limited to those listed in Section 16430 of the California Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed upon by the Contractor and the City. Liability insurance shall name the City of Arroyo Grande and its employees as additional insurers and shall state the policy will not be canceled or materially changed prior to giving thirty (30) days written notice by certified mail, return receipt requested, to the Director of Community Development of the City of Arroyo Grande, California. TIME LIMITS - The award, if made, shall be made within thirty (30) days after the opening of bids. The Contractor shall furnish bonds and insurance, and shall execute the Agreement within ten (10) days of the Notice of Award. The Contractor shall order materials within five (5) days after execution of the Contract by the City, and after a written Notice to Proceed has been issued by the City. The Contractor shall diligently prosecute the completion of said Contract before the expiration of THIRTY (30) CALENDAR DAYS upon the day of issuance of the Notice to Proceed.

SP-4

CONTROL OF WORK - The Public Works Director shall decide all questions which may arise as to quality of work, acceptability of materials, and conduct of the work, including, but not limited to, coordination and changes in plans, superintendence of work, control of equipment, and inspection of work. Any person employed who is found by any City Authorized Representative to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work upon request, by the Contractor, and shall not again be employed on the Work. PRE-CONSTRUCTION MEETING - The Contractor is required to attend a pre-construction meeting with the City, prior to the issuance of a "Notice to Proceed". The meeting will be scheduled at a time mutually acceptable to the Contractor and the City. CONSTRUCTION SCHEDULE - The Contractor shall provide the Engineer with a detailed schedule outlining the procedure to be followed for completion of contract work. The Contractor's schedule shall be submitted and approved by the Engineer prior to performing any work other than preliminary matters such as ordering materials, and setting staging areas. Extensions of the contract period due to delays that do not affect the critical path will not be allowed, if the delay can be accommodated within available float time. INSPECTION - Whenever the Contractor varies the period during which the work is performed each day, Contractor shall give twenty-four (24) hours notice to the Engineer so that the proper inspection may be provided and approval obtained, if necessary. Any work done in the absence of the City representative will be subject to rejection by the City. GUARANTY - The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of final completion. The Contractor warrants and guarantees for a period of one (1) year from the date of final acceptance of the system that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reasons of such defects including the repairs of any damages to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be necessary by such defects the City may do so and charge the Contractor the cost thereby incurred, as well as an administrative fee of an additional 20% of the cost thereby incurred by the City. The Performance Bond shall remain in force and effect through the guarantee period. HOURS OF WORK - Contractor shall only be allowed to perform work between the hours of 7:00 AM and 4:00 PM. Hours of work may be modified, only if approved in writing by the Director of Public Works or authorized City representative 48 hours prior to the affected workday (s). WORKING DAYS - Unless approved by the Public Works Director, the Contractor shall restrict his activities on non-working days. On non-working days, the Contractors activities shall normally be restricted to the control of the site, maintaining a safe site, traffic control, dust control, and similar activities. Non-working days are: -

Saturdays and Sundays, City Holidays and Special Events. Any day listed as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a Contractors Association. Any day the Contractor is prevented from working for the first 5 hours with at least 60 percent of the normally assigned work force for the causes listed in Section 6-6.1 of the Standard Specifications.

SP-5

When the Contractor schedules work on non-working days, the Contractor shall be responsible for the overtime costs incurred by the City for inspections or other related activities, unless such schedule was requested by the Public Works Director.

-- END OF SECTION II --

SP-6

SPECIAL PROVISIONS SECTION III CONTRACT CHANGES GENERAL - When changes in work are required or initiated by the Contractor or the City of Arroyo Grande, the procedures in Section 3 of the Standard Specifications shall govern. EXTRA WORK - New or unforeseen work will be classified as “Extra work” when the City determines that it is not included in the Contract scope of work. Extra work shall be processed in one of the following methods: Unit Price – Minor adjustments to the bid quantities shall be performed at the established unit prices. In the event that actual quantities deviate from the estimated bid quantities by more or less than 25%, the unit prices may be adjusted by a formal Contract Change Order. Agreed Price – In instances where there are not established unit prices, the City will issue a Request for Quote (RFQ) to the Contractor. The RFQ will detail the changes in scope of work and request a detailed cost estimate for all material, labor, and equipment – including all specified markups. Upon satisfactory review, the City will issue a Contract Change Order (CCO) for the Contractor’s signature. No work shall be performed prior to signature and approval of the CCO. Force Account – At the sole discretion of the City Representative, work may be directed at Force Account. The City will issue a Field Directive to the Contractor specifically defining the scope of the extra work involved, the timing of the work, and any other information deemed necessary to satisfactorily perform the extra work. All work performed by the Contractor shall be performed in the presence of an authorized City Representative and shall not begin until receipt of a formal Field Directive. The City will track the work performed and issue a Daily Extra Work Report for the Contractor’s signature for each day that the work is performed. The Daily Extra Work Report shall be mutually verified and signed by both the Contractor and City Representative at the end of each workday. The Daily Extra Work Reports shall become the basis of payment for the work performed. Following completion of the extra work, the City will incorporate the applicable Daily Extra Work Reports into a formal Contract Change Order. CONTRACT CHANGE ORDERS - The City shall issue all Contract Change Orders for the Contractor’s signature. Change Orders shall be in writing and state the dollar value of the change, the established method of payment, and any adjustments to the Contract Time. Standard markups shall be as follows: Work by Contractor - The following percentage shall be added to the Contractor’s cost and shall constitute the markup for all overhead and profits: Labor Materials Equipment Rental Other Items and Expenditures

20 15 15 15

To the sum of the costs and markups provided for in this subsection, one percent shall be added as compensation for bonding.

SP-7

Work by Subcontractor - When all or any part of the extra work is performed by a Subcontractor, the markup established in Subsection 3-3.3.4(a) shall be applied to the Subcontractors’ actual cost of such work, to which a markup of 10 percent on the first $2,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $2,000 of the subcontracted portion of the extra work. DISPUTED WORK - The Contractor, when directed by the Engineer to proceed with disputed work, shall submit a protest letter to the City, which specifies the work performed and the resulting itemized cost for the work. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Standard Specification Section 3-3.

-- END OF SECTION III --

SP-8

SPECIAL PROVISIONS SECTION IV CONTROL OF MATERIALS GENERAL - Control of materials and workmanship required to complete the work, including, but not limited to, the sources, handling, storage, testing and rejection, shall be in accordance with Section 4 of the Standard Specifications. All materials, tools, equipment, and incidentals required to complete the work under this Contract shall be furnished by the Contractor unless otherwise stated on the plans. Payment for materials, tools, equipment, and incidentals shall be included in the other items of the bid. All materials, parts, and equipment furnished by the Contractor in the work shall be new, high-grade, and free from defects. Quality of work shall be in accordance with generally accepted standards. Material and work considered defective will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at his expense, when so directed by the Engineer. STORAGE OF MATERIALS AND EQUIPMENT - The storage of materials and equipment shall be approved by the Engineer prior to the start of construction. The Contractor shall be responsible for cleanup of storage sites to the satisfaction of the Engineer. The storage of said equipment and material shall be at the exclusive risk of the Contractor and he shall pay for all costs for any loss or damages resulting from the storage. Payment for storage of materials and equipment shall be considered as included in those contract items which include such work and there shall be no separate payment therefore. CONSTRUCTION WATER - The Contractor is responsible for providing construction water as required for the work and in accordance with the Technical Provisions. For the Contractor's convenience, non-potable water is available free of charge at the City Corporation Yard. The Contractor shall make arrangements with the City Water Department 24 hours prior to beginning of work. The Contractor is responsible for coordinating with the City Community Development for access to potable water. The Contractor shall notify the City Water Department 24 hours prior to beginning construction. OPERATING WATER VALVES - The Contractor is not allowed to operate any water valves which are a part of the City's operating water system. Only the City's Construction Inspector or authorized City representative is allowed to operate the valves. In the event the Contractor operates the valves, and the City's water system is contaminated or otherwise damaged due to their action, the Contractor shall be responsible for all expenses incurred by the City to have the contaminated system brought in to compliance with State and City standards, and also in providing potable water to customers serviced by the infected system.

-- END OF SECTION IV --

SP-9

 

SPECIAL PROVISIONS SECTION V EXISTING UTILITIES GENERAL - The Contractor shall be responsible for contacting all utility companies and/or utility districts as to location and/or relocation of existing utilities prior to construction. The Contractor shall contact Underground Service Alert [USA], Telephone 1-800-642-2444, a minimum of (10) days prior to any excavation. A reasonable effort has been made to locate and delineate all known underground utilities. The Contractor is cautioned that only excavation will reveal the types, extent, sizes, locations, and depths of such underground utilities. However, the City assumes no responsibility for the completeness or accuracy of the delineation of such underground utilities, or for the existence of other buried objects or utilities which are not shown on these drawings. The Contractor is hereby notified that, prior to commencing construction, the Contractor is responsible for contacting the utility companies involved, and requesting a visual verification of the locations of their underground facilities. Where such facilities may possibly conflict with the placement of improvements as shown on these improvement plans, the Contractor shall notify the Engineer of the scheduled time and place of such visual verification to enable the Engineer to have a representative present. Should a conflict become apparent, the Engineer will contact the parties responsible for the relocation of the conflicting facility. The Contractor shall be responsible for locating, protecting, adjusting, and re-exposing all utility covers, survey monuments covers, concrete curbs, gutters, sidewalks and cross gutters in Work areas. The Contractor is responsible for any damage to underground or above ground utilities, which may be incurred as a result of any work performed by him under this contract, regardless of the fact that the utilities' existence was known or unknown.

-- END OF SECTION V --

SP-10

 

SPECIAL PROVISIONS SECTION VI PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK GENERAL - The Contractor's prosecution, progress, and acceptance of the work shall be in accordance with Section 6 of the Standard Specifications and these Special Provisions. All of the Contractors equipment shall be removed from streets on weekends, City holidays, and other nonworking days. PROGRESS AND PROSECUTION - Contractor will be notified in writing if, at the opinion of the City, any portion of the work is not diligently pursued. After such notification, the City reserves the right to have said work performed by others after five calendar days and payment for such work will be deducted from the Contract bid price. Contractor shall fully cooperate with work to be performed by other forces and no time delays shall be attributed to work performed by others. SUBLETTING AND ASSIGNMENTS - The Contractor's attention is directed to Section 2 of the Standard Specifications which provides that the Contractor shall give his personal attention to the fulfillment of the Contract and shall keep the work under his control. No Subcontractor will be recognized as in such control, and all persons engaged in the work of construction will be considered as employees of the Contractor. BEGINNING OF WORK - The Contract time shall commence upon the day of issuance of a Notice to Proceed. The work shall be diligently prosecuted to completion within THIRTY (30) CALENDAR DAYS after the Notice to Proceed. LIQUIDATED DAMAGES - The Contractor and City agree that in case all the work called for under the Contract and related documents is not completed within the time limit set forth above, damage will be sustained by the City and that it is and will be impracticable to determine the actual damage sustained by the City in the event of and by reason of such delay; it is therefore agreed that the Contractor shall pay to the City of Arroyo Grande the sum of One Hundred Fifty Dollars ($150.00) per day for each and every calendar days delay in finishing the work in excess of the number of calendar days prescribed above. CONTRACT TIME EXTENSIONS - The Contractor shall submit in writing any request for extension of time, regardless of the reason for the delay. Requests shall be in the form of a Change Order, specifying the reason for the extension, and may be submitted individually or with monthly Progress Payment estimates. In all cases, the requests shall be submitted within thirty (30) days of the delay. Requests submitted after thirty (30) days will be rejected by the City. The City will respond in writing to the Contractor's contract time extension requests within thirty (30) days of submittals. TESTING AND INSPECTION - Before beginning work, Contractor shall contact the Community Development Department. Contractor shall coordinate the following with the Community Development Department: 1) scope of work to be inspected and by whom, 2) scope of testing and by whom, and 3) advance notice required (minimum of 48 hours). During the course of work, Contractor shall be responsible for calling for testing and inspection as stipulated pursuant to above determinations. Contractor shall notify the Public Works Department 48 hours in advance of

SP-11

commencing construction and to request inspection at (805) 473-5444. Work not properly tested and inspected will be subject to rejection. ACCEPTANCE - The maintenance of all facilities installed or modified during the execution of this Contract shall be the responsibility of the Contractor until the work is accepted in writing by the City. Acceptance of the work will be in accordance with Section 6-8 of the Standard Specifications.

-- END OF SECTION VI --

SP-12

SPECIAL PROVISIONS SECTION VII RESPONSIBILITIES OF THE CONTRACTOR GENERAL - The Contractor's attention is directed to Section 7 of the Standard Specifications and to the requirements therein having application to this Contract and these Special Provisions. LABOR - The Contractor's attention is directed to the provisions and penalties applicable to workers permitted to labor more than eight (8) hours in a calendar day, to labor discrimination and to employment of an alien laborer. PREVAILING WAGES - Pursuant to the Provisions of Section 1770 to 1780 of the Labor Code of the State of California, the City of Arroyo Grande has ascertained the general prevailing rate of wages and employer payments for health and welfare, vacation, pension, apprenticeship standards, and similar purposes in the City to be as set forth in the Notice to Contractors. WEIGHT OF VEHICLES - The provisions of Section 35551, Ratio to Length, of the State of California Vehicle Code will be enforced on the project. TRAFFIC AND ACCESS - Traffic control shall be in accordance with Section 7-10 of the Standard Specifications except as herein specified. Except as specifically allowed herein, the Contractor shall not close any City Streets, or use City streets to detour traffic without obtaining written approval via the Traffic Control Plan submittal process. The Contractors' traffic control system shall consist of closing or rerouting traffic lanes as specified herein and in accordance with the provisions of Section 7-1.08 "Public convenience,” Section 7-1.09 "Public Safety", and Section 12 "Construction Area Traffic Control Devices" of the Caltrans Standard Specifications, and the provisions of Section 7-10 of the Standard Specifications. Traffic control devices required to control the movement of traffic through the construction sites shall be furnished, placed, and maintained by the Contractor in accordance with an approved traffic control plan, or plans. The Contractor shall submit the Traffic Control Plan, or plans, to the Engineer for approval prior to start of construction. The Traffic Control Plan shall be accepted by the Engineer before work can proceed. Any street closures must be shown on the traffic control plan and are subject to approval by the Engineer. The Contractor shall furnish, place, and maintain such devices necessary to provide safe passage for the traveling public through the construction sites, as well as for the safeguard of the workers. The Contractor shall furnish, place and maintain such devices in accordance with the "MANUAL ON TRAFFIC CONTROLS FOR CONSTRUCTION AND MAINTENANCE WORK ZONES 2012 EDITION", published by the State of California, Department of Transportation (Caltrans). The provisions shall not relieve the Contractor from the responsibility to provide such additional devices as are necessary for public safety. All components of the traffic control system shall be maintained in good working order and function at all times. If any component of the traffic control system is damaged, displaced, or ceases to operate or function as specified, the Contractor shall immediately repair such device to its original location.

SP-13

When lane closures are made for work periods only, at the end of each work period, all components of the traffic control system shall be removed, except portable delineators placed along open trenches or excavations alongside the traveled way or shoulder. The Contractor shall conduct his operations so as to provide reasonable access to the adjacent properties and onstreet parking, and have no greater length or quantity of work under construction than he can properly prosecute with a minimum of inconvenience to the public and other Contractors engaged in adjacent or related work. Failure of the Contractor to provide the necessary type, size, and amount of signs, barricades, pedestals, flashes and delineators per the approved traffic control plan shall be just cause to stop the Contractor's work until such time that the Contractor complies with the approved traffic control plan. No additional Contract time or compensation shall be allowed for these delays. Any action on the part of the Engineer in directing the Contractor's attention to inadequacies of the required devices and services, or any action of the City to alleviate the Contractor's inadequacies, shall not relieve the Contractor from the responsibility for public safety or abrogate his obligation to provide and maintain these devices and services. If the City is required to alleviate said condition, the actual charges incurred by the City for such work will be deducted from the contract payments to the Contractor. Compensation for all work to provide for the public safety and Traffic Control shall be included in each respective Bid Schedule bid price, and there shall be no separate payment therefore. SIGNAGE AND OTHER DEVICES - The Contractor shall furnish, place, maintain, and remove all signage needed for maintaining public safety and controlling traffic. Such signage shall include, but not be limited to: Construction area signs in accordance with Caltrans Section 12-3.06 and Barricades in accordance with Caltrans Section 12-3.02. Portable delineators in accordance with Caltrans Section 12-3.04 - The portable delineators shall be spaced as necessary for proper delineation. The spacing between delineators shall not exceed twenty-five (25) feet on tangents or fifteen (15) feet on curves or as directed by the Engineer. If the portable delineators are damaged, displaced or are not in an upright position, from any cause, said delineators shall immediately be replaced or restored to their original location, in an upright position, by the Contractor. The use of traffic cones, while not intended to delineate, will be subject to the approval of the Engineer Portable flashing beacons in accordance with Caltrans Section 12-3.05. Flashing beacons shall be used to alert traffic approaching hazards in the hours of darkness. The system of traffic delineation shall be consistent in the type and use of delineators. The type of portable delineator proposed for this Project shall be submitted to the Engineer for approval prior to its placement on the construction site. The Contractor will be responsible for placement of "No Parking/Tow Away" signs at least 48 hours prior to the beginning of work. The signs will be dated for the effective dates of the parking restriction. Parking will normally be restricted for one day; however, those streets scheduled at the end or beginning of a day may be restricted for two days. Parking may also be restricted for the sweeping, marking and marker installation operations. The Contractor is responsible to check the signing at least daily to insure

SP-14

that the signing remains for two full days prior to the schedule work. The Contractor shall coordinate with the Arroyo Grande Police Department to have vehicles towed away that are parked in the work areas that have been properly posted. The Contractor shall also post proper signs to notify the public regarding detours and the condition of the roadway, in accordance with the Manual on Uniform Traffic Control Devices. Compensation for all work to provide for Signage and Other Devices shall be included in the Contract Lump Sum bid, and there shall be no separate payment therefore. RESIDENT/BUSINESS NOTIFICATION - The Contractor shall be responsible for City approved notification of all adjacent property owners and for the posting of all streets for no parking on the day(s) work is to be scheduled. A written notification for the work for the work to be accomplished and the dates that the work is scheduled will be delivered to each adjacent property 7 days prior to the start of work. If the occupant is not home/open, the notice will be left on the door, NOT IN MAIL BOXES! Compensation for all work to provide Resident/Business Notification shall be included in the Contract Lump Sum bid, and there shall be no separate payment therefore. PROJECT SITE MAINTENANCE - The Contractor's attention is directed to Section 7-8 of the Standard Specifications concerning clean air and dust control. At times requested by the City and prior to accepting the project as complete, the Contractor shall clean all streets, gutters, and sidewalks affected by his operations. JOB SITE HEALTH AND SAFETY •

The Contractor shall be solely and completely responsible for the conditions of the job site, including safety of all persons and property during performance of the Work.



Health and Safety Plan - The Contractor shall be responsible for accident prevention and safety in the performance of the work, and shall be governed by the requirements of this paragraph in all operations at the site of the work. The Contractor shall establish, implement, and maintain a written site specific Injury and Illness Prevention Program (IIPP). The IIPP shall incorporate the requirements of Title 8 of the California Administrative Code. The Contractor shall post a copy of the IIPP in a prominent location at the site of the Work or the site supervisor will maintain a copy of the IIPP in his possession at all times during work.

Full compensation for conforming to Project Site Maintenance and site Health and Safety requirements shall be considered as included in the contract price paid for the contract items of work that require such work and no separate payment will be allowed therefore.

-- END OF SECTION VII -

SP-15

 

SPECIAL PROVISIONS SECTION VIII MEASUREMENT AND PAYMENT GENERAL - The Contractor's attention is directed to Sections 3 and 9 of the Standard Specifications, which include procedures for determination of payments, compensation for extra work, disputed work, partial payments and final payments. When timely payment requests are made, progress payments and final payments shall be paid monthly, with five percent (5%) retention per Section 9-3.2 of the Standard Specifications. Payment for individual bid items shall be in accordance with the Technical Provisions.

-- END OF SECTION VIII--

SP-16

 

SPECIAL PROVISIONS SECTION IX INSURANCE REQUIREMENT AND INDEMNIFICATION GENERAL - The Contractor shall procure and maintain for the duration of the Contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder, by the Contractor, his agents, representatives, employees or Subcontractors. The cost of such insurance shall be included in the Contractor's bid. MINIMUM SCOPE OF INSURANCE - Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage ("Occurrence,” Form CG-0001). 2. Insurance Services Office Commercial General Liability Endorsement Form (ISO CG 20 10 11 85). 3. Insurance Services Office Form Number CA-0001 (ED. 1/78), covering Automobile Liability, Code 1, "Any Auto,” and endorsement CA-0025. 4. Workers' Compensation Insurance as required by the State of California and Employer's Liability Insurance; 5. Course of Construction insurance covering for all risks of loss. MINIMUM LIMITS OF INSURANCE - The Contractor shall maintain limits no less than: General Liability:

Automobile Liability; Workers' Compensation: Employers' Liability:

One Million Dollars ($1,000,000.00) combined single-limit per occurrence for bodily injury, personal injury, and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit; One Million Dollars ($1,000,000.00) combined single-limit per accident for bodily injury and property damage; As required by the State of California; One Million Dollars ($1,000,000.00) per accident for bodily injury or disease; Course of Construction: Completed value of the Project.

DEDUCTIBLES AND SELF-INSURED RETENTION - Any deductibles or self-insured retention must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retention as respects the City, its officials and employees and volunteers, or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. OTHER INSURANCE PROVISIONS - The policies are to contain, or to be endorsed to contain, the following provisions: General Liability and Automobile Liability Coverage: 1) The City, its officials, employees, agents and volunteers; are to be covered as insured as respects liability arising out of activities performed by or on behalf of the Contractor, including but not limited to blanket contractual liability, broad form property damage, explosion, collapse and underground hazard coverage, products and completed operations of the Contractor, or premises

SP-17

owned, leased or used by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers, and shall protect them from claims for personal injury, death or property damage suffered by third persons or by officers, agents and employees of Contractor and arising out of or in connection with the work which is the subject of this Contract. 2) The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees, agents or volunteers; shall be in excess of the Contractor's insurance, and shall not contribute with it. 3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees, agents or volunteers, 4) Coverage shall state that the Contractor's insurance shall apply separately to each insured against who claim is made or suit is brought, except with respect to the limits of the insurer's liability. Course of construction policies: 1) The City of Arroyo Grande shall be named as loss payee; 2) The Insurer shall waive all rights of subrogation against the City. Workers' Compensation and Employers' Liability Coverage: 1) The insurer shall agree to waive all rights of subrogation against the City, its officials, employees, agents, and volunteers for losses arising from work performed by the Contractor for the City. All Coverage: 1) Each insurance policy required by this Section shall be in effect on the date the work is commenced and shall expire no sooner than one (1) year after the date on which the work is accepted by the City. Each insurance policy required by this Section shall be endorsed using ISO Form (CG 20 10 11 85) to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits, except after thirty (30) days prior written notice by Certified Mail, Return Receipt Requested has been given to the City. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers with a Best Rating of no less than A: V, and who are admitted to write policies in the State of California and contribute to the state guaranty fund. VERIFICATION OF COVERAGE - Contractors shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this Section (actual policy). The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms provided by the City and are to be received and approved in writing by the City before work commences. The City reserves the right to require complete, certified copies of all insurance policies, including endorsements affecting the coverage required by these Special Provisions at any time.

SP-18

SUBCONTRACTORS - The Contractor shall include all Subcontractors as named insured under his policies, or shall furnish separate certificates and endorsements for each Subcontractor. All coverage for Subcontractors shall be subject to all of the requirements stated herein.

INDEMNIFICATION - The Contractor shall indemnify, defend, and hold harmless the City, and its officers, officials, employees and agents, from and against any and all claims asserted, liability, loss, damage, expense, costs (including without limitation costs and fee of litigation) of every nature arising of, directly or indirectly, or in connection with this Contract or the acts or omissions of Contractor, contractor's subcontractors, employees, representatives, agents and invitees including, but not limited to, performance of the work hereunder or failure to comply with any of the obligations contained herein, except such loss or damage which was caused by the established active negligence of City or the established sole negligence or willful misconduct of City, its officers, officials, employees and agents. Said indemnification and hold harmless provisions shall be in full force and effect regardless of whether or not there shall be insurance policies covering and applicable to such liability, loss, damage, expense or cost. The Contractor agrees that the use of any and all public streets and improvements which are part of or subject to this Contract shall be at all times, prior to the final acceptance by the City, the sole and exclusive risk of the Contractor. The Contractor further specifically agrees that he shall indemnify and hold the City free of any liability for any accident, loss, or damage to the work, which is the subject of this Contract prior to its completion and acceptance by the City.

-- END OF SECTION IX --

SP-19

 

SPECIAL PROVISIONS SECTION X GENERAL REQUIREMENTS

CONSTRUCTION SURVEYING - The Contractor's attention is directed to Section 2-9.4, "Lines and Grades," of the Standard Specifications and these Technical Provisions. 1. Construction stakes or marks shall be set by the Contractor as is necessary to establish the lines and grades required for the completion of the work specified in these technical provisions and as shown on the contract plans. 2. It shall be the responsibility of the Contractor to ascertain that all lines and grades, as laid out according to the stakes, conform to the plans and any discrepancy shall be reported to the Engineer. The Contractor shall be responsible for any error in the finished work as it relates to construction staking. 3. The Contractor shall preserve all stakes and points set for lines, grades, or measurements of the work in their proper places until authorized to remove them by the Engineer. All expenses incurred in replacing stakes that have been removed without proper authority shall be paid for by the Contractor. 4. Centerline monuments within the area to be paved are shown on the plans. The City shall establish reference ties to centerline monuments. Install monument wells and pipes, brass caps, per City Standard. The Contractor shall also file the corner records with the County Surveyor. 5. The Contractor shall protect all other centerline monuments and property corners during construction. Any monuments or corners which are disturbed by the contractor’s activities shall be reestablished by the contractor. The Contractor shall also be responsible for recording such reestablishment. CONSTRUCTION SCHEDULE - The Contractor shall coordinate his work to minimize disruptions to the surrounding neighborhoods and community. The Contractor shall submit a construction schedule for the Engineer’s favorable review within five (5) days of the Notice to Proceed. The schedule shall be a CPM (critical path method) clearly detailing the sequencing, type, and duration for each activity and clearly identify the critical path activities. The schedule shall also include the procurement, delivery, installation, and completion of each major equipment and material requirement, as well as the lead time required for testing, inspection and other procedures required prior to acceptance of the work within the specified Contract Time. ORDER OF WORK - The Contractor shall submit to the City the order of work proposed for this project. The cost of complying with the order of work shall be considered appurtenant to the various bid items within the Contract, and there shall be no separate payment allowed therefore. WEEKLY PROGRESS MEETINGS - when requested by the Engineer, the Contractor shall attend weekly progress meetings. The meetings shall be attended by the Contractor’s Field Supervisor and Project Manager. The cost of attending the weekly meetings shall be included as overhead contained within the various bid items, and there will be no separate compensation therefore.

SP-20

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Contractor’s Responsibilities - The Contractor shall submit, at its own expense, all required information and materials required by the technical specifications. All submittals and supporting data, catalogs, schedules, etc. shall be submitted as the instruments of the Contractor who shall be solely responsible for their accuracy and completeness and coordination. Such responsibility shall not be delegated in whole or part to subcontractors or suppliers. These submittals may be prepared by the contractor, subcontractors, or suppliers, but the Contractor shall ascertain that submittals meet all of the requirements of the Contract Documents, while conforming to structural, space, and access conditions at the point of installation. Designation of work “by others,” if shown in submittals, shall mean that the work will be the responsibility of the contractor rather than the subcontractor or supplier who prepared the submittals. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where its submittal may affect the work of another contractor or the City. The contractor shall ensure coordination of submittals among the related crafts and subcontractors. Transmittal Procedures 1. Transmittal Form - A separate transmittal form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer’s package or are so functionally related that expediency indicates checking or review of the group of package as a whole. The specification section to which the submittal is related shall be indicated on the transmittal form. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: “XXX,” where “XXX” is the sequential number assigned by the Contractor. Resubmittals shall have the following format: “XXX-Y,” where “XXX” is the originally assigned submittal number and “Y” is a sequential letter assigned for resubmittals, i.e., A, B, or C being the first, second and third resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of Submittal 25. 2. Deviation from Contract - If the submittals show any deviations from the contract requirements, the Contractor shall submit with the submittals a separate written description of such deviations and the reasons therefore. If the City accepts such deviation, the City shall issue an appropriate contract change order. However, if the deviation is minor, or does not involve a change in price or in time of performance, a change order need not be issued. If any deviations from the contract requirements are not noted on the submittal, the review of the shop drawing shall not constitute acceptance of such deviations. 3. Submittal Completeness - The Contractor shall check all submittals before submitting them to the Engineer and shall certify on the transmittal letter and on each shop drawing that they have been checked, are in compliance with the Plans and Specifications, and all deviations from the contract requirements are noted. If the Contractor submits and incomplete submittal, the submittal will be returned to the Contractor without review. A complete submittal shall contain sufficient data to demonstrate that the items

SP-21

comply with the specifications, shall meet the minimum requirements for submissions cited in the technical specifications, shall include materials and equipment data and seismic anchorage certifications where required, and shall include any necessary revisions required for equipment other than first named. It is considered reasonable that the Contractor shall make a complete and acceptable submittal to the Engineer at least by the second submission of the data. The City reserves the right to deduct monies from payments due the contractor to cover additional costs of review beyond the second submission. Review Procedures - Submittals shall be submitted to the Engineer for review and returned within twenty (20) working days after receipt. Review of submittals by the Engineer has as its primary objective the completion of a project in full conformance with the contract plans and specifications, unmarred by field corrections and within the time provided. In addition to this primary objective, submittal review as a secondary objective will assist the contractor in the procurement of equipment that will meet all requirements of the project plans and specifications, will fit the structures detailed on the plans, will be completed with respect to piping, electrical, and control connections, will have the proper functional characteristics, and will become an integral part of a complete operating facility. After review by the Engineer of each of the Contractor’s submissions, the material will be returned to the Contractor with actions defined as follows: a) No Exceptions Taken (re-submittal not required) - Accepted subject to its compatibility with future submissions and additional partial submissions for portion of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. b) Make Corrections Noted (re-submittal not required) - Same as (a), except that minor corrections as noted shall be made by the Contractor. c) Revise and Resubmit (re-submittal required) - Rejected because of major inconsistencies or errors, which shall be resolved or corrected by the Contractor prior to subsequent review by the Engineer. d) Not Acceptable (complete re-submittal) - Submittal material does not conform to the plans and specifications in major respect, i.e., wrong size, model, capacity, or material. Items “a” and “b” above (no re-submittal required) are considered “favorable review.” Items “c” and “d” above (correction and re-submittal required) are considered “unfavorable review.” It shall be the Contractor’s responsibility to copy and/or conform reviewed submittals in sufficient numbers for its files, subcontractors, and vendors. Affect of Review of Contractor’s Submittals - The Engineer’s favorable review of submittals shall be obtained prior to the fabrication, delivery, and construction of items requiring submittal review. Favorable review of submittals does not constitute a change order to the contract requirements.

-- END OF SECTION X --

SP-22

 

TECHNICAL PROVISIONS

 

TECHNICAL PROVISIONS SECTION I TRAFFIC CONTROL

A. GENERAL – Traffic Control shall consist of furnishing, placing and maintaining such devices necessary to provide safe passage for the traveling public through the construction site, as well as for the safeguard of the workers and visitors to the construction site. All traffic control shall be per the Manual of Uniform Traffic Control Devices (MUTCD) and the California Supplement, as most recently revised and the City approved Traffic Control Plans for the project, to be prepared and submitted for approval by the Contractor prior to the project pre-construction conference. B. MEASUREMENT AND PAYMENT – Payment for Traffic Control and Construction Signing shall be made at the Contract Lump Sum Price, which price shall constitute full compensation for all involved work, including but not limited to: o o o

o o o o

Providing a traffic control plan and phasing plan, Providing a plan with haul routes, as designated on the project plans, Providing all additional traffic control not shown on the traffic control plans, but which may be needed to execute the work on the project, including installing, maintaining, and removing all required traffic control devices including but not limited to signs, temporary markers and markings, delineators, K-Rail, flashers, and barricades, The full cost of flaggers when required, A full time designated person assigned to full time maintenance of the traffic control devices Maintaining and installing devices where necessary to provide passage for the travelling public (including pedestrians and bicyclists) through the work area, All other incidental work necessary to provide Traffic Control complete, in place, and in accordance with the Contract Documents and the Project Traffic Control Plan.

Payment shall be based on the quantity of work completed prior to the submittal of each progress payment.

– END OF SECTION I –

TP-1

 

TECHNICAL PROVISIONS SECTION II TRAFFIC STRIPES AND PAVEMENT MARKINGS A. GENERAL – The Contractors attention is directed to Caltrans Specification Section 84 – “Traffic Stripes and Pavement Markings”. The work shall consist of removing existing pavement markings by grinding, preparing the surface and applying thermoplastic pavement markings to replace existing pavement markings in accordance with Caltrans Specifications and Standards. B. MATERIALS – All traffic stripes and pavement markings shall be Thermoplastic in accordance with Caltrans Standard Specifications. C. PLACEMENT – Pavement markings shall not placed until the asphalt concrete has been open to public traffic for ten (10) days and must be completed within fifteen (15) calendar days after the replacement of the asphalt concrete. Pavement markings shall be placed in accordance with the requirements of the Standard Specifications and the manufacturer's recommendations. All existing markings disturbed by the asphalt concrete replacement operation shall be replaced. Markings shall be applied meeting the dimensional requirements of Caltrans Standard Plans A24A through A24D, except as noted herein. D. MEASUREMENT AND PAYMENT – Pavement markings will be measured by the lump sum (LS), designated in the Bid Schedule, actual placement shall conform to the plans and in accordance with the Contract Documents. Payment for pavement markings shall include all costs associated with preparation and cleanup for pavement markings installation. No payment will be made for pavement markings placed outside of the project boundaries. Payment shall be made at the Contract Unit Price, lump sum, which price shall constitute full compensation for all involved work including but not limited to: o o o o o

Removal of pavement striping, as required in the above section Establishing alignment for to Restore Pavement Striping, Furnishing and replacing permanent pavement reflective and non reflective markers including adhesives, Furnishing and replacing permanent pavement striping and limit lines, Furnishing and installing all signs and poles as required by the contract documents.

and all other incidental work necessary to furnish and install Striping and Signage complete, in place, and in accordance with the Contract Documents.

– END OF SECTION II –

TP-2

 

TECHNICAL PROVISIONS SECTION III PAVEMENT MARKERS A. GENERAL – The Contractor’s attention is directed to Section 214 and 312 of the “Greenbook” Standard Specifications for pavement marker requirements. The work shall consist of removing existing fire hydrant markers, lane markers, and supplying new pavement markers and samples of the proposed markers to the City. Also included is the installation of all markers for fire hydrants and lane line delineation on the streets shown in the appendix and included in the Contract as determined by the City of Arroyo Grande. Each fire hydrant shall have a blue marker affixed to the street regardless of whether one currently exists. B. MATERIALS – Before placing the markers, the Contractor shall supply to the City for approval a minimum of 3 markers of the proposed type. Fire Hydrant Markers – The fire hydrant markers shall be Type I, two-way blue reflective markers, meeting the requirements of Section 214-5 of the Standard Specifications, such as part no. 4350-0035 distributed by Statewide Safety or approved equal. All other pavement markers shall be Type H, one-way yellow reflective markers, meeting the requirements of Section 214-5 of the Standard Specifications. Adhesive Adhesive for affixing the markers shall be two part Epoxy in accordance with Section 214-6 of the Standard Specifications. (Rapid-Set Epoxy Adhesive such as Wedco part no. A-4036 or approved equal conforming to the requirements of Section 214 of the Standard Specifications). Prior to construction, the Contractor shall provide the City with the manufacturers specifications for the proposed product for approval. Testing requirements are waived. C. PLACEMENT – Pavement markers shall not be placed until the overlay has been open to public traffic for ten (10) days and must be completed within fifteen (15) calendar days after the placement of the overlay. Pavement markers shall be placed in accordance with the requirements of Section 312 of the Standard Specifications. Pavement markings shall be applied meeting the dimensional requirements of Caltrans Standard Plans A20A through A20D. Fire hydrant markers shall be placed 6 inches from the centerline stripe, or approximate center of the pavement where there is no centerline stripe, on the side nearest the fire hydrant, and perpendicular to the roadway adjacent to any existing fire hydrants for those roads included in the Contract. Fire hydrant markers shall otherwise be placed according to City Standard Drawing 107-AG. D. MEASUREMENT AND PAYMENT – Payment for the above section is included in the contract price for Traffic Signing and Striping, and no additional payment will be made therefore. This lump sum price shall constitute full compensation for all involved work including but not limited to: o

o

Furnishing and placing permanent stencil pavement markings and pavement markers. The entire stencil shall be replaced even if just a portion was removed or a part of the asphalt pavement removal and replacement, All other incidental work necessary to restore pavement stencil markings and install markers, complete, in place, and in accordance with the Contract Documents.

– END OF SECTION III – TP-3

 

TECHNICAL PROVISIONS SECTION IV SLURRY SEAL

A. GENERAL – The following Technical Provision references sections of the Caltrans Standard Specifications, 2010 edition. The contractor is directed to Section 37-2 of the Caltrans Standard Specifications for the specification of materials, mix design, proportioning, mixing, and spreading equipment, placing, sampling, and testing B. MATERIALS - The materials for slurry seal immediately prior to mixing shall conform to the following requirements: 1. Mix Design – Refer to Caltrans Standard Specifications Section 37-2.03 for mix design and testing requirements. The proposed mix design shall be submitted to the City for approval, at least ten (10) days prior to the start of construction. a) Water - Water for mixing in the slurry seal shall be potable water. The Contractor shall be responsible for coordinating with the City Recreation and Maintenance Department for access to City potable water. b) Aggregate - The aggregate shall be Type II in accordance with Section 37-2.02C of the Caltrans Standard Specifications. c) Asphaltic Emulsion – Asphalt emulsion shall be a polymer modified quick setting Type CQS 1h grade conforming to the requirements of these Technical Provisions and Section 94 of the State Standard Specifications. Refer to Caltrans Standard Specifications Section 37-2.02A. The polymer modified quick setting type CQS 1h asphalt emulsion shall conform to the following requirements when tested in accordance with the specified test method. Cationic, CQS-1h Test Viscocity SSF@25° C Sieve Storage Stability 1 day Residue by distillation Particle Charge Penetration @25° C 5 sec. w. 100 grams Softening Point

Test Method AASHTO T 59 AASHTO T 59 AASHTO T 59 Caltrans 331 Caltrans AASHTO T 51

Requirement 15-90 sec. 0.30% max. 1% max. 62% max. Positive 40-90mm

AASHTO T 53

54° C min.

2. Mix Design – Refer to Caltrans Standard Specifications Section 37-2.03 for mix design and testing requirements. The proposed mix design shall be submitted to the City for approval, at least ten (10) days prior to the start of construction

TP-4

3. Proportioning - Refer to Caltrans Standard Specifications Section 37-2.04 for proportioning requirements. The asphalt emulsion shall be added at a rate of between 12 and 18 percent by weight of dry aggregate. C. PLACEMENT - Before placing the slurry seal, the pavement surface shall be cleaned by sweeping, flushing or other means necessary to remove all loose particles of paving, all dirt and all other extraneous material. The contractor shall sweep all streets using a vacuum prior to the installation of slurry seal material. Existing pavement markers and markings shall be removed by suitable means and any repairs to the existing asphalt necessary as a result of the removals shall be completed prior to placing the slurry seal. The contractor shall be responsible for locating, protecting, and re-exposing all utility covers, survey monuments covers, concrete curbs, gutters, sidewalks, and cross-gutters. The Contractor shall be responsible for the removal and re-installation of all parking blocks located within all parking lots to be slurry sealed. Water for flushing the existing pavement surface where necessary shall be non-potable water from the City Corporation Yard. The Contractor shall sweep all street gutters within one week after slurry seal installation, in order to remove all loose particles. C. Mixing and Spreading Equipment – Refer to Caltrans Standard Specifications Section 37-2.05 for mixing and spreading requirements. D. Placing - Refer to Caltrans Standard Specifications Section 37-2.06 for placing requirements. Contractor shall submit to the City a MSDS Fact sheet on all materials used in the slurry seal mixture. Following the placement of slurry seal, contractor shall place temporary stop bars (4” min.), either with paint or roadway tape (4” min.) at all locations where stop sign exist. In addition, contractor shall place temporary tabs to delineate roadway lanes lines (centerlines, turn pockets, etc. ) that were removed and covered by slurry seal material. Tab spacing shall be accordance will Municipal Traffic Control Device (MUTCD) requirements and may not be spaced at intervals more than 20’ on center. Failure to place temporary stop bars, tabs, and markings will result in reduction of payment. Temporary striping must be maintained during interim period before placement of final striping. D. MEASUREMENT AND PAYMENT - Slurry seal will be measured by the square foot of slurry seal actually placed in accordance with the Specifications and Contract Documents. Payment for slurry seal shall be at the contract unit price per square foot of slurry seal actually placed in accordance with the contract documents. (Refer to Caltrans Standard Specifications Section 37-2.08 for items included in payment). Payment for slurry seal shall also include all costs associated with cleanup and proper disposal of all excess material not used for slurry seal application. No payment will be made for slurry seal placed outside of the project boundaries.

-- END OF SECTION IV --

TP-5

TECHNICAL PROVISIONS SECTION V TYPE II MICROSURFACING A. GENERAL – Microsurfacing shall consist of mixing a polymer modified, cationic microsurfacing emulsion (MSE), water and additives, mineral filler, and aggregate and spreading the mixture on a pavement surface as shown on the plans, as specified in these special and as directed by the Engineer. This item also includes protection of surface utility covers, surface preparation, protecting the microsurfacing until it has set, repair of early distress, rolling with a rubbertired roller and sweeping the microsurfacing. Surface preparation, utility protection, microsurfacing materials and laydown to be in conformance with the Caltrans Standard Specifications, Section 37 and Section 94. B. MATERIALS The materials for microsurfacing shall conform to the following requirements: Microsurfacing Emulsion (MSE). Microsurfacing Emulsion (MSE) shall be homogeneous. The polymer shall be milled or blended into the asphalt or blended into the emulsifier solution prior to the emulsification process. The MSE shall contain a minimum of 3 percent polymer solids based on weight of MSE residual asphalt. A Certificate of Compliance shall be furnished with each shipment of MSE in conformance with the requirements in Section 94-1.05, "Test Report," of the Caltrans Standard Specifications. The MSE shall conform to the following requirements: Requirements fur Polymer Modified, Cationic Microsurfacing Emulsion (MSE) POLYMER MODIFIED, CATIONC MICROSURFACING EMULSION (MSE) Specification Designation

Test Method

Requirement

Viscosity SSF @ 77 F (25 C)

AASHTO T 59

15-90 Seconds

Sieve, max.

AASHTO T 59

0.30 Percent

Settlement, 5 days, max.

ASTM D244

5 Percent

Storage Stability, 1 day, max.

AASHTO T 59

1 Percent

Residue by Evaporation, min.

California Test 331

62 Percent

SPECIFICATION DESIGNATION FOR RESIDUE Specification Designation

Test Method

Requirement

Penetration@ 77 F (25C), 100g, 5s ,0.1mm

AASHTO T 51 40-90

Softening Point F (C) Min.

AASHTO T53

135 (57)

Water and Additives. Water shall be of such quality that the asphalt will not separate from the MSE before the microsurfacing is placed on the pavement. If necessary for workability, additives that will not adversely affect the microsurfacing product may be used. TP-6

Mineral Filler. Mineral filler shall be portland cement or hydrated lime that is free of lumps. Portland cement shall be Type I, Type II, Type III or a combination thereof. The type of mineral filler shall be determined by the Contractor based on laboratory mix designs. The mineral filler will be considered part of the aggregate gradation requirement. Aggregate. The aggregate used for microsurfacing shall be Type II. The material shall be free from organic matter and other deleterious substances. Aggregate shall be free of lumps and oversize particles. Aggregate shall conform to the grading and quality requirements prior to the addition of the MSE. If aggregates are blended, each component aggregate shall conform to the Sand Equivalent and Durability lndex requirements The percentage composition by mass of aggregate, including mineral filler, shall conform to the following grading requirements: TYPE II Sieve Size

Percentage Passing

3/8” (9.5 mm)

100

No. 4 (4.75 mm)

94 - 100

No. 8 (2.36 mm)

65 - 90

No. 16 (1.18 mm)

40 - 70

No. 30(600 um)

25 - 50

No. 200 (75 um)

5 – 15

The aggregate, excluding mineral filler, shall conform to the following quality requirements: Test California Requirements Test Sand Equivalent (Min.) 217 70 Durability Index (Min.) 229 75 Percentage of Crushed Particles (Min.)1 205 100% Los Angeles Rattler 211 35% Loss at 500 Rev. (Max.)2 Notes: California Test 211, Los Angeles Rattler, shall be performed on the parent aggregate before crushing. If the results of the aggregate grading do not meet the specified gradation, the microsurfacing represented by the test shall be removed. However, if requested in writing by the Contractor and approved by the Engineer, the microsurfacing may remain in place and the City will deduct payment in the amount of $0.001458 per square yard or fraction thereof for the material represented by the tests and left in place. If the results of the Sand Equivalent test for aggregate do not meet the specified requirement, the microsurfacing represented by the test shall be removed. However, if requested in writing by the Contractor and approved by the City, the microsurfacing may remain in place and the City will deduct payment in the amount of $0.001458 per square yard or fraction thereof for the material represented by the tests and left in place.

TP-7

When the results of both the aggregate grading and the Sand Equivalent tests do not conform to the specified requirements and if the microsurfacing is allowed to remain in place, both deductions shall apply. The City may deduct these amounts from any moneys due or to become due the Contractor. No single aggregate grading or Sand Equivalent test shall represent more than one day's production. MIX DESIGN: At least 10 days before the microsurfacing placement commences, the Contractor shall submit for approval of the Engineer a laboratory report of tests and a proposed mix design covering the specific materials proposed for use on the project. The percentages of each individual material proposed in the mix design shall be shown in the laboratory report. Adjustments may be required during construction based on field conditions. Individual materials shall be within the following limits. Adjustments shall be done only by the Engineer. MSE Residual Asphalt 7.0% to 11.5% by dry mass of aggregate Mineral Filler

0% to 3% by dry mass of aggregate

Additives and Water

As needed

The mix design and aggregate tests shall be performed by a laboratory capable of performing the applicable International Slurry Surfacing Association (ISSA) tests. The proposed microsurfacing mixture shall conform to the specified requirements when tested in conformance with the following tests: ISSA Test Method

Requirements

Wet Cohesion @ 30 Minute (Set) (Min.) @ 60 Minute (Traffic) (Min.)

TB 139

12 kg-cm 20 kg-cm

Excess Asphalt

TB 109

50 g/ft2

Wet Stripping (Min.)

TB 114

90%

Wet Track Abrasion 6-day Soak Loss (Max.)

TB 100

75 g/ft2

Test

Displacement Lateral (Max.) Specific Gravity After 1000 Cycles of 125 lbs. (56.8 kg)(Max.)

5% TB 147A 2.10

Classification Compatibility

TB 144

(AAA, BAA) 11 Grade Points

Mix Time @ 77°F (25°C)

TB 113

Controllable to 120 Seconds

TB = Technical Bulletin The laboratory that performed the tests and designed the mixture shall sign the laboratory report. The report shall show the results of the tests on individual materials and shall compare their values to those required by these special provisions. The report shall clearly show the proportions of aggregate, water (minimum and maximum), additive usage, mineral filler (minimum and maximum), and MSE residual asphalt content TP-8

(minimum and maximum) based on the dry weight of aggregate. The laboratory shall report the quantitative effects of moisture content on the unit weight of the aggregate (bulking effect) in conformance with the requirements of ASTM Designation: C 29M. Previous laboratory reports covering the same materials may be accepted provided the material test reports were completed within the previous 6 months. The mix design shall further show the recommended changes in water, additive, and mineral filler proportions for high temperature weather conditions by reporting proportions of materials required for 60 seconds of mix time with materials heated to 100°F. This mixing report will not be required for projects requiring nighttime application. The component materials used in the mix design shall be representative of the microsurfacing materials proposed by the Contractor for use on the project. Once the mix design is approved by the Engineer, no substitution of other material will be permitted unless the materials proposed for substitution are first tested and a laboratory report is submitted for the substituted design in conformance with these special provisions. Substituted materials shall not be used until the mix design for those materials has been approved by the Engineer. The completed mixture, after addition of water and additives, if additives are used, shall be such that the microsurfacing mixture has proper workability. At the expiration of the time allowed for closure of lanes, in conformance with "Maintaining Traffic" of these special provisions, the microsurfacing mixture shall be sufficiently cured to support unrestricted traffic. C. EXECUTION PROPORTIONING: Aggregate, water, additives (if used), mineral filler, and MSE shall be proportioned by volume utilizing the approved mix design. If more than one kind of aggregate is used, the correct amount of each kind of aggregate to produce the required grading shall be proportioned separately, prior to adding the other materials of the mixture, in a manner that will result in a uniform and homogeneous blend. The aggregate shall be proportioned using a belt feeder operated with an adjustable cutoff gate. The height of the gate opening shall be determinable. The MSE shall be proportioned by a positive displacement pump. Variable rate emulsion pumps, if used, shall be calibrated and sealed in the pump's calibrated condition in conformance with California Test 109 prior to usage. The delivery rate of aggregate and MSE per revolution of the aggregate feeder shall be calibrated at the appropriate gate settings for each mixer-spreader truck used on the project in conformance with California Test 109. The aggregate belt feeder shall deliver aggregate to the pugmill with such volumetric consistency that the deviation for any individual aggregate delivery rate check-run shall not exceed 2 percent of the mathematical average of 3 runs of at least 3 tons each. The emulsion pump shall deliver MSE to the pugmill with such volumetric consistency that the deviation for any individual delivery rate check-run shall be within 2 percent of the mathematical average of 3 runs of at least 300 gallons each. The MSE storage tank shall be located immediately before the emulsion pump and shall be equipped with a device which will automatically shut down the power to the emulsion pump and aggregate belt feeder when the MSE level is lowered to a point where the pump suction line is exposed. A temperature-indicating device shall be installed in the emulsion storage tank at the pump suction level. The belt delivering the aggregate to the pugmill shall be equipped with a device to monitor the depth of aggregate being delivered to the pugmill. The device for monitoring the depth of aggregate shall automatically shut down the power to the aggregate belt feeder whenever the depth of aggregate is less than the target depth of flow. A second device shall be located where the device will monitor the movement of the aggregate belt by detecting revolutions of the belt feeder. The devices for monitoring no flow or belt movement shall automatically shut down the power to the aggregate belt when the aggregate belt movement is interrupted. The TP-9

device to detect revolutions of the belt feeder will not be required where the aggregate delivery belt is an integral part of the drive chain. To avoid erroneous shutdown by normal fluctuation, a delay of 3 seconds will be permitted between sensing and shutdown of the operation. Each mixing unit to be used in the performance of the work shall be calibrated in the presence of the City representative prior to construction. Previous calibration documentation covering the exact materials to be used may be acceptable, provided that no more than 60 days have lapsed. The documentation shall include an individual calibration of each material at various settings, which can be related to the machine metering devices. No machine will be allowed to work on the project until the calibration has been completed and/or accepted. MIXING AND SPREADING EQUIPMENT: The microsurfacing shall be mixed in continuous pugmill mixers of adequate size and power for the type of microsurfacing to be placed. All indicators shall be in working order prior to commencing mixing and spreading operations. Mixer-spreader trucks shall be equipped to proportion the aggregate, water, additives (if used), mineral filler, and MSE by volume. Rotating and reciprocating equipment on mixer- spreader trucks shall be covered with metal guards. The mixer-spreader truck shall not be operated unless low-flow and no-flow devices and revolution counters are in good working condition and functioning and metal guards are in place. The required indicators shall be visible while walking alongside the mixer-spreader truck. Should any counter be nonfunctional at any point during laydown operations, that piece of equipment will not be allowed to continue placement unless authorized by the City representative. Aggregate feeders shall be connected directly to the drive on the emulsion pump. The drive shaft of the aggregate feeder shall be equipped with a revolution counter reading to the nearest one-tenth of a revolution. Microsurfacing shall be mixed and applied by an automatic-sequenced, self propelled rnicrosurfacing mixing machine, which shall be a continuous-flow mixing unit able to accurately deliver and proportion the aggregate, microsurfacing emulsion (MSE), mineral filler, control setting additive, and water to a double shafted mixer and to discharge the mixed product on a continuous flow basis. The machine shall have sufficient storage capacity for aggregate, MSE, mineral filler, control additive and water to maintain an adequate supply to the proportioning controls. In addition to the provisions in the fourth paragraph of Section 5-1.10, "Equipment and Plants," of the State Standard Specifications, the identifying number of mixer-spreader trucks shall be at least three inches in height, located on the front and rear of the vehicle. Spreader Box The rnicrosurfacing mixture shall be spread by means of a spreader box. The spreader box shall be capable of placing the rnicrosurfacing a minimum of 12 feet wide and shall prevent the loss of microsurfacing from the box. Spreader boxes over 7.5 feet in application width shall have baffles, reversible motor driven augers or other suitable means to insure uniform application on superelevated sections and shoulder slopes. Spreader box skids shall be maintained in such manner as to prevent chatter (wash boarding) in the finished mat. The spreader box shall be clean and free of rnicrosurfacing and MSE at the start of each work shift. The spreader box shall have a series of strike-off devices at the rear of the box. The first strike-off device shall be designed to maintain close contact with the pavement during the spreading operations, shall obtain the thickness required, and shall be capable of being adjusted to the various pavement cross sections for application of a uniform microsurfacing finished surface. The final strike-off device shall be fabricated of flexible material suitable for the intended use and shall be designed and operated to ensure that a uniform texture is achieved in TP-10

the finished surface of the microsurfacing. The final strike- off device shall be cleaned daily and changed if problems with longitudinal scouring occur. PREPARATION FOR MICROSURFACING: Prior to placement of the microsurfacing, vegetation in pavement cracks and between curb/gutter shall be removed. Prior to removal, an approved pesticide, which leaves behind a visible blue marker dye, shall be sprayed where vegetation exists. The Contractor shall provide to the City a written Pest Control Recommendation by a Licensed Pest Control Advisor with material safety data sheets of recommended products. The Contractor shall assume full responsibility for the proper application of the pesticide governed by Federal, State, and Local laws. Surface contaminants, grease, or oil spots shall be cleaned to allow for proper adhesion, and grinding may be required. Before placing the Microsurfacing, all existing traffic control striping, including thermoplastic and paint striping, thermoplastic and paint pavement markings, raised pavement markers, shall be ground off, or otherwise removed from the surface of the existing street. Following this removal of existing striping, the pavement surface shall be cleaned as required in the Caltrans Standard Specifications and these Special Provisions and temporary striping tabs installed prior to microsurfacing. All microsurfacing work, including removals, temporary markings, and protection of existing facilities shall be subjected to the provisions in Section 15 of the Caltrans Standard Specifications. Immediately before placing the microsurfacing, the pavement surface shall be cleaned by sweeping or other means necessary to remove loose particles of paving, dirt, and other extraneous material. When required by local conditions, the roadway surface may be fogged with water ahead of the spreader box. The application of the fog spray may be adjusted to suit temperatures, surface texture, humidity, and dryness of pavement. Prior to the application of the Microsurfacing, the Contractor shall be responsible to locate and protect all existing utility covers and concrete collars. The utility lids and surrounding collars shall be covered prior to the application of the Microsurfacing, and a vertical tab shall be placed on each cover for locating after the Microsurfacing application is complete. The tab shall extend at least 3 inches above the existing pavement surface. The Contractor shall not precede with the next day's microsurfacing operations unless the utility cover protection from the previous day’s work has been removed. Full Compensation for conforming to the requirements of this section shall be included in the contract prices paid for the various items of work and no additional compensation shall be allowed therefore. TEST STRIP: The Contractor shall construct a test strip for evaluation at a location provided by the City. The test strip shall be at least 10 feet in width and 50 feet in length, shall replicate the full production placement of microsurfacing, and shall consist of the application courses specified. The test strip shall be constructed at the same time of day or night that the full production of microsurfacing will be placed and may be constructed in 2 days or nights when multiple course applications are specified. The Contractor shall propose adjustments in the mixture to compensate for sudden changes in weather conditions. The strip location shall be approved by the engineer. The Engineer will evaluate the completed test strip for 12 hours to determine if the mix design and placement procedure are acceptable. If the mix design or the placement procedure is determined by the Engineer to be unacceptable, the Contractor shall make modifications, and a new test strip shall be constructed. The cost of materials and placement of the test strips shall be considered as part of the contract work. PLACING: During the placement of microsurfacing, longitudinal and transverse joints shall be uniform, neat in appearance and shall not contain material buildup, or uncovered areas. Longitudinal joints shall be placed on lane lines, edge lines, or shoulder lines and shall have an overlap no greater than 3 inches. Longitudinal joints shall be straight in appearance along the roadway centerline, lane lines, shoulder lines, edge lines, and at intersections. TP-11

Working hours for placement of microsurfacing shall be limited to the hours of 7 AM to 1:30 PM unless otherwise controlled by the traffic control plan, these special provisions or approved in writing by the City Representative. Finished Surface: The finished micro-surfacing shall have a uniform texture free of excessive scratch marks, tears, or other surface irregularities. Excessive marks are defined as more than four drag marks greater than onehalf (1/2) inch wide and four inches (4) long, or one inch (1) wide and three (3) inches long, in any 27.3 SY area. No transverse ripples or longitudinal streaks of one-fourth (1/4) inch in depth will be permitted, when measured by placing a ten (10) foot (3 m) straight edge over the surface. Joints and Seams: Produce neat and uniform longitudinal and transverse joints. Construct transverse joints as butt-type joints. Place longitudinal joints on lane lines when possible. No excess buildup, uncovered areas, or unsightly appearance shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable-width spreading equipment to produce a minimum number of longitudinal joints throughout the project. When possible, longitudinal joints shall be placed on lane lines. Half passes and odd-width passes will be used only in minimum amounts. If half passes are used, they shall not be the last pass of any paved area. A maximum of three (3) inches shall be allowed for overlap of longitudinal lane line joints. Also, the joint shall have no more than a one-fourth (1/4) inch difference in elevation when measured by placing a ten (10) foot straight edge over the joint and measuring the elevation drop-off. Areas the Mixing Machine Cannot Reach: Surface these areas using hand tools to provide complete and uniform coverage. Clean and lightly dampen the area to be handworked before placing the mix. Areas that require handwork produce a finished surface that is shall be uniform in texture, and have a neat appearance similar to that produced by the spreader box. Microsurfacing material required to repair deficiencies due to unsatisfactory workmanship and the work required to mix and place the materials according to the Specifications, will be provided at no expense to the City. The microsurfacing mixture shall be uniformly spread on the existing surface within the rate specified without spotting, rehandling, or otherwise shifting the mixture. Microsurfacing shall only be placed when the ambient temperature is 46°F and rising. Microsurfacing shall not be placed if rain is imminent or if the ambient temperature is expected to fall below 35°F within 24 hours after placement. Microsurfacing shall be spread at a rate within the following ranges of aggregate per square yard.

Microsurfacing Type Location

Spread Rate

Type II

12 – 16

Full Traffic Width

Through-traffic lanes shall be spread in full lane widths only. Longitudinal joints common to traffic lanes shall be butt joints with overlaps not to exceed 3 inches. All transverse joints shall begin on roofing felt with the leading edge of the roofing felt set along the joint. The first part of the next run shall begin on the roofing felt so that when the felt is removed a straight butt joint is created. Other suitable methods to avoid double placement of the microsurfacing will be allowed with the approval of the City Representative. Hand tools shall be available to remove spillage. Roadways shall be pulled in the traffic or anti traffic direction and not perpendicular or at an angle to the roadway. TP-12

The mixture shall be uniform and homogeneous after placing on the surfacing and shall not show separation of the MSE and aggregate after setting. The completed surface shall be of uniform texture and free from ruts, humps, depressions, or irregularities. Adequate means shall be provided to protect the microsurfacing from damage by traffic until such time that the mixture has cured sufficiently so that the rnicrosurfacing will not adhere to or be picked up by the tires of vehicles. All microsurfacing material shall be rolled with a minimum of three passes with a rubber- tired roller prior to opening to traffic. When rolling is complete, the street shall be opened to traffic immediately. The Contractor shall forfeit $200 for each street that is not rolled and opened within the time frame specified. Any deviations to these requirements shall be approved by the engineer in writing and signed by the Contractor's superintendent and the project inspector prior to the scheduled street opening. Placement of microsurfacing material shall allow roads to be opened to traffic no later than 4:30 p.m. in the evening. Quantities placed daily shall be adjusted to accommodate for road opening. The microsurfacing shall be swept approximately 24 hours after placement to remove loosened or shed aggregate particles. Thereafter, the microsurfacing shall be swept, when directed by the City representative, for up to 10 days after placement to remove loosened or shed aggregate particles. Sweeping shall be performed in such a manner that the microsurfacing will not be damaged. The Contractor will notify the City representative, no later than 4:00 p.m., if it is anticipated that the next working day will not be suitable for the application of microsurfacing. This notice may be given on the day preceding the date the Contractor intends to begin work, any working day after the Contractor has begun work, and any day previously named by the City representative as a day unsuitable for applying microsurfacing. When the City representative has declared a day to be unsuitable by reason of expected low temperature or unsuitable weather conditions, the Contractor shall not apply any new rnicrosurfacing. If maintenance of previously applied microsurfacing can be performed, the Contractor shall continue to perform the maintenance. These unsuitable days will not be counted as working days regardless of the actual weather conditions and the fact that microsurfacing maintenance work is performed by the Contractor. If the Contractor has not been notified by the City Representative of an anticipated unsuitable day and at the beginning of the work day the weather is unsuitable for the application of microsurfacing, but maintenance of previously applied microsurfacing can be performed, the Contractor shall not apply any microsurfacing. The day will be considered a nonworking day. REPAIR OF EARLY DISTRESS: If bleeding, raveling, delamination, rutting, or wash boarding occurs within 30 days after placing the rnicrosurfacing, the Contractor shall make repairs by any method approved by the Engineer. The Contractor shall not be relieved from maintenance, and final contract payment will not be made, until repairs have been completed. D. MEASUREMENT AND PAYMENT – Microsurfacing shall be measured and paid for by the square yard. The contract price paid per square yard for microsurfacing shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing microsurfacing, complete in place, including testing for and furnishing mix design, test strips, cleaning the surface, furnishing added water, additives, and mineral filler, protecting the microsurfacing until it has set, repair of early distress, rolling with a rubbertired roller and sweeping the microsurfacing, surface preparation, temporary striping and tabs, as shown on the plans, as specified in the Standard Specifications and in these special provisions and as directed by the City representative. TP-13

Payment will be reduced for areas that fall below the specified rate of application. The rate of pay will be reduced by 15% percent of pay quantity for each pound or fraction thereof below the specified rate. No additional payment over the unit contract bid will be made for microsurfacing which has a rate of application in excess of that shown in these special provisions. For the Bid Alternate bid item selection, the 1.5” overlay will be used in place of the microsurfacing item, and the microsurfacing bid item will be removed from the contract, with no additional payment made therefore.

– END OF SECTION V –

TP-14

 

TECHNICAL PROVISIONS SECTION VI RESTORE PARKING LOT STRIPING (PAINT)

A. GENERAL – The Contractors attention is directed to Sections 210 and 310-5.6 of the Standard Specifications for pavement marking requirements. The work shall consist of removing existing pavement markings by grinding, supplying paint, preparing the surface and applying pavement markings to replace existing pavement markings in kind in accordance with City Standards. B. MATERIALS – Paint for pavement markings shall be Rapid Dry White, Rapid Dry Yellow or Rapid Dry Black paint meeting the requirements of the Standard Specifications. Glass bead reflective material shall be applied according to the requirements of Section 203-8. C. PLACEMENT – Pavement markings shall not be placed until the asphalt concrete has been open to public traffic for ten (10) days and must be completed within fifteen (15) calendar days after the replacement of the asphalt concrete. Pavement markings shall be placed in accordance with the requirements of the Standard Specifications and the manufacturer's recommendations. All existing markings disturbed by the asphalt concrete replacement operation shall be replaced. Markings shall be applied meeting the dimensional requirements of Caltrans Standard Plans A24A through A24D, except as noted herein. Pavement markings requiring use of templates shall be made with City templates to be picked up from the City Corporation Yard at 1275 Ash Street and returned within 24 hours. The Contractor shall locate and place the pavement markings in accordance with City of Arroyo Grande Standard Drawing 103-AG, as applicable. Paint for pavement markings shall be applied in two (2) coats at the following rates:

Solvent Borne Paint Water Borne Paint

Square Foot Coverage (per Gallon) First Coat Second Coat 360 150 215 215

D. MEASUREMENT AND PAYMENT – Measurement to Traffic Signing and Striping shall be based upon the lump sum price in the bid schedule. Payment shall be made at the Contract Unit Price, lump sum, which price shall constitute full compensation for all involved work including but not limited to: o o o o o

Removal of pavement striping, as required in the above section Establishing alignment for to Restore Pavement Striping, Furnishing and replacing permanent pavement reflective and non-reflective markers including adhesives, Furnishing and replacing permanent pavement striping and limit lines, Furnishing and installing all signs and poles as required by the contract documents.

and all other incidental work necessary to furnish and install Striping and Signage complete, in place, and in accordance with the Contract Documents.

– END OF SECTION VI – TP-15

 

CONTRACT DOCUMENTS

CON-1

 

CONTRACT for the Construction of: 2015 STREET RESURFACING PROJECT PROJECT NO. PW 2015-07

THIS AGREEMENT, made and entered into this ________ day of ___________, 2015, by and between the CITY OF ARROYO GRANDE, a municipal corporation of the State of California, hereinafter designated City, party of the first part, and_______________________________, hereinafter designated as Contractor, party of the second part, WITNESSETH: That the parties hereto do mutually agree as follows: ARTICLE I. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by City, Contractor agrees with City to furnish all materials, equipment and labor and construct facilities for City, and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the plans and described in the specifications hereto attached, and to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefore, except such materials as in the said specifications are stipulated to be furnished by City, and to do everything required by this Contract and the said specifications and plans, and the requirements of the Engineer under them, to wit: CONTRACT SCHEDULE Item # Qty Unit Description A-1 A-2 A-3 A-4 A-5 A-6 A-7 A-8 A-9 A-10 A-11

1 1,990 14,428 205 44,320 410 10 12 2 1 1

LS LF SF TON SF TON EA EA EA LS LS

Unit Price

Traffic Control Taper Grind (6') Asphalt Concrete Dig-Outs Preleveling Pavement Fabric Asphalt Concrete Overlay Manhole Adjustment to Grade Replace Valve Well Replace Monument Well Pavement Markings (TWO-COAT PAINT) Pavement Markers

Total Contract Price

Total Contract Price in Words:

CON-2

Total Price

ARTICLE II. For furnishing all said equipment, materials and labor, performing demolition as required, and doing all the work contemplated and embraced in this Contract; and for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in the said specifications are expressly stipulated to be borne by City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications and in accordance with the requirements of the Public Works Director under them, City will pay and Contractor shall receive as full compensation therefore the amounts for such work as installed for the unit prices bid therefore in accordance with the proposal of Contractor. ARTICLE III. City hereby promises and agrees with said Contractor to employ, and does hereby employ, said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to full performance of the covenants herein contained. ARTICLE IV. Contract Documents shall consist of The Notice to Contractors, the Statement of Prevailing Wages, the Bid Requirements, the Contract Bid, the Bond for Faithful Performance, the Bond for Materials and Laborers, the Contract Agreement, the Standard Specifications, the Technical Specifications, the Special Provisions and the Project Plans mentioned therein and titled “2015 Street Resurfacing Project, PW 2015-07”, all of which are hereto attached are hereby incorporated in and made a part of this Contract. ARTICLE V. Contractor shall forthwith furnish in triplicate, a faithful performance bond in an amount equal to 100% of the contract price and a labor and materials bond in an amount equal to 100% of the contract price, both bonds to be written by a surety company acceptable to City and in the form prescribed by law. ARTICLE VI. Should any of the materials or equipment prove defective or should the work prove defective due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, all within twelve (12) months after date on which the work called for in this Contract is accepted by City, the undersigned agrees to reimburse City, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any work necessary to make such replacement or repairs, or, upon demand by City, to replace any such materials and to repair said work completely without cost to City so that said work will function successfully as originally contemplated. City shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or repairs done by the undersigned. In the event City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from City. If the undersigned shall fail or refuse to comply with his obligations under this guaranty, City shall be entitled to all costs and expenses, including attorney's fees, reasonably incurred by reason of the said failure or refusal. ARTICLE VII. If Contractor should be adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he or any of his subcontractors should persistently violate any of the provisions of the Contract, or if he should disregard laws, ordinances or the instructions of the Engineer, then City may, upon certificate of the Engineer when sufficient cause exists to justify such action, serve written notice upon Contractor and his surety of its intention to terminate the Contract, such notice to contain the reasons for such intention to terminate the Contract, and unless, within five (5) days after the serving of such notice, such violations shall cease and satisfactory CON-3

arrangements for correction thereof be made, the Contract shall, upon the expiration of said five (5) days, cease and terminate. In the event of any such termination, City shall immediately serve written notice thereof upon the surety and Contractor, and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety, within ten (10) days after the serving upon it of notice of termination, does not give City written notice of its intention to take over and perform the Contract or does not commence performance thereof within the ten (10) days stated above from the date of the serving of such notice, City may take over the work and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of Contractor, and Contractor and his surety shall be liable to City for any excess cost occasioned City thereby, and in such event City may, without liability for so doing, take possession of and utilize in completing the work such materials, appliances, plans and other property belonging to Contractor as may be on the site of the work and necessary therefore. In such case Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administration services, such excess shall be paid Contractor. If such expense shall exceed such unpaid balance, Contractor shall pay the difference to City. The expense incurred by City, as herein provided, and damage incurred through Contractor's default, shall be certified by the Public Works Director. ARTICLE VIII. The Contractor shall indemnify, defend, and hold harmless the City, and its officers, officials, employees and agents, from and against any and all claims asserted, liability, loss, damage, expense, costs (including without limitation costs and fee of litigation) of every nature arising of, directly or indirectly, or in connection with this Contract or the acts or omissions of Contractor, Contractor’s Subcontractors, employees, representatives, agents and invitees including, but not limited to, performance of the work hereunder or failure to comply with any of the obligations contained herein, except such loss or damage which was caused by the established active negligence of City or the established sole negligence or willful misconduct of City, its officers, officials, employees and agents. Said indemnification and hold harmless provisions shall be in full force and effect regardless of whether or not there shall be insurance policies covering and applicable to such liability, loss, damage, expense or cost. The Contractor agrees that the use of any and all public streets and improvements which are part of or subject to this Contract shall be at all times, prior to the final acceptance by the City, the sole and exclusive risk of' the Contractor. The Contractor further specifically agrees that he shall indemnify and hold City free of any liability for any accident, loss, or damage to the work, which is the subject of this Contract prior to its completion and acceptance by the City. ARTICLE IX. 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 therefore, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid or proposal conflicting herewith. ARTICLE X. Time is of the essence of this contract and failure to comply with this provision shall be a material breach of this contract. ARTICLE XI. If any part of this contract is held invalid by a court of competent jurisdiction, the balance shall retain its full force and effect. ARTICLE XII. Maintenance of required insurance coverage is a material element of this contract and failure to maintain or renew coverage or to provide evidence of renewal shall be a material breach of this contract. IN WITNESS WHEREOF: The parties hereto have caused this Contract to be executed the day and year first above written. CON-4

CITY OF ARROYO GRANDE By:

CONTRACTOR By:

Mayor Title ATTEST:

City Clerk

-- END OF CONTRACT --

CON-5

PAYMENT BOND (FOR LABOR AND MATERIAL) KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal, and _______________________________ as Surety, are held and firmly bound unto the City of Arroyo Grande, in the sum of Dollars ($ ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. The condition of the above obligation is such that whereas said Principal has been awarded and is about to enter into a written contract with the City of Arroyo Grande for the work described in CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF 2015 Street Resurfacing Project, PW 2015-07, which is attached hereto, made a part hereof, and to which reference is hereby made for all particulars, and is required by said City to give this bond in connection with the execution of said contract; NOW THEREFORE, if said Principal, as Contractor in said contract, or Principal's Subcontractor, fail to pay any of the persons referred to in Section 3181 of the Civil Code of the State of California for labor performed, skills or other necessary services bestowed, site improvement made, equipment leased, or appliances, equipment implements, machinery, materials, power, provender, provisions, teams, or trucks furnished or used in, upon, for, or about the performance of the work contracted to be done, or for amounts due under the employment Insurance Act with respect to work or labor performed by any such claimant, said Surety shall pay for the same. In an amount not exceeding the sum specified above; and if suit is brought upon this bond, a reasonable attorney's fee to be fixed by the court. This bond is pursuant to the provisions of Ch 7 Div 3, Pt 4, Tit 15, of the Civil Code of the State of California, and shall insure to the benefit of any of the persons referred to in said Civil Code Section 3181, as it now exists or may hereafter be amended, so as to give a fight of action to such persons or their assigns in any suit brought upon this bond. No premature payment by said City to said Principal shall exonerate any Surety unless the City Council of said City shall have actual notice that such payment is premature at the time and it is ordered by said Council, and then only to the extent that such payment shall result in loss to such Surety, but in no event more than the amount of such premature payment. It is agreed, that any alterations in the work to be done, or increase or decrease of the material to be furnished, which may be made pursuant to the terms of said contract shall not in any way release either the Principal or Surety hereunder, nor shall any extension of time granted under the provisions of said contract release either the Principal or Surety, and notice of such alterations or extensions of the contract is hereby waived by the surety. WITNESS our hands this

day of

Surety

, 2015.

Principal

ALL SIGNATURES MUST BE WITNESSED BY NOTARY (Attach appropriate jurats)

-- END OF PAYMENT BOND --

CON-6

FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal, and _______________________________ as Surety, are held and firmly bound unto the City of Arroyo Grande, in the sum of Dollars ($ ) lawful money of the United States, for the payment of which sum, well and truly to be made, has been awarded and is about to enter into a written contract with the City of Arroyo Grande for the work described in the CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF 2015 Street Resurfacing Project, PW 2014-07, which is attached hereto, made a part hereof, and to which reference is hereby made for all particulars, and is required by said City to give this bond in connection with the execution of said contract; NOW, THEREFORE, if said Principal shall well and truly do and perform all of the covenants and obligations of said contract on Principal's part to be done and performed at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect. No premature payment by said City to said Principal shall exonerate any Surety unless the City Council of said City shall have actual notice that such payment is premature at the time it is ordered by said Council, and then only to the extent that such payment shall result in loss to such Surety, but in no event more than the amount of such premature payment. It is agreed, that any alterations in the work to be done, or increase or decrease of the material to be furnished, which may be made pursuant to the terms of said contract shall not in any way release either the Principal or Surety hereunder, nor shall any extensions of time granted under the provisions of said contract release either the principal or surety, and notice of such alterations or extensions of the contract is hereby waived by the Surety. WITNESS our hands this

day of

Surety

, 2015.

Principal

ALL SIGNATURES MUST BE WITNESSED BY NOTARY (Attach appropriate jurats)

-- END OF FAITHFUL PERFORMANCE BOND --

CON-7

GENERAL LIABILITY ENDORSEMENT CITY OF ARROYO GRANDE 300 East Branch Street Arroyo Grande, CA 93421 ATTN:____________________________________________ POLICY INFORMATION 1 Insurance Company: 2 Policy Number: Policy Term – From: To: 3 Endorsement Effective Date: 4 Name Insured: 5 Address of Named Insured: 6 Deductible or Self-Insured Retention (Nil unless otherwise specified): $ 7 Coverage is equivalent to: Liability “occurrence” form CG0001. 8 Bodily Injury and Property Damage Coverage is:

Commercial General

POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1) INSURED. The City, its elected or appointed officials, employees, agents and volunteers, are included as insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased or used by the Named Insured or (d) automobiles owned, leased, hired or borrowed by the named insured. 2) CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured for or on behalf of the City; or (b) products sold by the Named Insured to the City; or (c) premises leased by the Named Insured from the City, the insurance afforded by this policy shall be primary insurance as respects the City, its elected or appointed officials, employees, or volunteers; or stand in an unbroken chain of coverage excess of the Named Insured's scheduled underlying primary coverage. In either event, any other insurance maintained by: the City, its elected or appointed officials, employees, agents and volunteers, shall be in excess of this insurance and shall not contribute to it.

CON-8

SCOPE OF COVERAGE. The policy, if primary, affords coverage at least as broad as: 1) Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG0001; or 2) If excess, affords coverage, which is at least as broad as the primary insurance forms referenced in the proceeding sections (1). SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company's limit of liability. The inclusion of any person or organization as an insured shall not affect any right which such person or organization would have as a claimant if not so included. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City, its elected or appointed officials, employees, agents, or volunteers. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be addressed as shown in the heading of this endorsement. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: Title: Department: Company: Street Address: Telephone Number: SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name), warrant that I have authority to bind the below listed insurance company and by my signature hereon does so bind this company.

SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the City)

ORGANIZATION: ADDRESS:

TITLE: TELEPHONE: FAX:

-- END OF GENERAL LIABILITY ENDORSEMENT -CON-9

AUTOMOBILE LIABILITY ENDORSEMENT ATTN: _________________________________________________ POLICY INFORMATION 1. Insurance Company: Policy Number: 2. Policy Term – From: To: Endorsement Effective Date: _________________________________ 3. Name Insured: 4. Address of Named Insured: 5. Limit Liability Any One Occurrence/Aggregate: $ 6. Deductible or Self-Insured Retention (Nil unless otherwise specified): $

POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: INSURED. The City, its elected or appointed officials, employees, agents and volunteers, are included as insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased or used by the Named Insured, or (d) automobiles owned, leased, hired, or borrowed by the Named Insured. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured for or on behalf of the City; or (b) products sold by the Named Insured to the City; or (c) premises leased by the Named Insured from the City, the insurance afforded by this policy shall be primary insurance as respects the City, its elected or appointed officials, employees, or volunteers; or stand in an unbroken chain of coverage excess of the Named Insured's scheduled underlying primary coverage. In either event, any other insurance maintained by the City, its elected or appointed officials, employees, agents or volunteers, shall be in excess of this insurance and shall not contribute t SCOPE OF COVERAGE. The policy, if primary, affords coverage at least as broad as: 1) Insurance Services Office form number CA 0001 (ed. 1/78), Code 1 (any auto) and endorsement CA 0025. 2) If excess, affords coverage, which is at least as broad as the primary insurance forms referenced in the preceding section (1). SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company's limit of liability. The inclusion of any person or organization as an insured shall not affect any right which such person or organization would have as a claimant if not so included.

CON-10

PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy or breaches or violations of warranties shall not affect coverage provided to the City, its elected or appointed officials, employees, agents, or volunteers. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be addressed as shown in the heading of this endorsement. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: Title: Department: Company: Street Address: Telephone Number: SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER. I, (print/type name), warrant that I have authority to bind the below listed insurance company and by my signature hereon does so bind this company.

SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the City) ORGANIZATION: ADDRESS:

TITLE: TELEPHONE: FAX:

-- END OF AUTOMOBILE LIABILITY --

CON-11

WORKER'S COMPENSATION/EMPLOYMENT LIABILITY ENDORSEMENT ATTN: ________________________________________________ POLICY INFORMATION 1. Insurance Company: Policy Number: 2. Policy Term – From: To: Endorsement Effective Date: ____________________________ 3. Name Insured: 4. Address of Named Insured: 5. Limit Liability Any One Occurrence/Aggregate: $ 6. Deductible or Self-Insured Retention (Nil unless otherwise specified): $

POLICY AMENDMENTS In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: Cancellation Notice. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be addressed as shown in the heading of this endorsement. Waiver of Subrogation. The Insurance Company agrees to waive all rights of subrogation against the City, its elected or appointed officials, agents, and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the City. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name), warrant that I have authority to bind the below listed insurance company and by my signature hereon does so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the City) ORGANIZATION: ADDRESS:

TITLE: TELEPHONE: FAX:

CITY OF ARROYO GRANDE ("the City") A Municipal Corporation ATTN: _______________________________________________

This certifies to the City that the following described policies have been issued to the Insured named below and are in force at this time. CON-12

Insured: Address:

Description of operations/locations/products insured (show contract name and /or number, if any):

POLICIES AND INSURERS Worker’s Compensation _____________________ (Name of Insurer) Best's Rating ______ Check Policy Type: … Comprehensive … General Liability … Commercial General Liability _______________________ (Name of Insurer) Best's Rating: _______ Business Auto Policy Liability Coverage Symbol (Name of Insurer) Best's Rating: ______ Umbrella Liability ___________________ (Name of Insurer) Best's Rating: ______

LIMITS BODILY INJURY PROPERTY DAMAGE Employer’s Liability $ ____________

Claims-made _____ Occurrence_____ Each Occurrence Each Occurrence $ ____________ $ ___________ or Combined Single Limit $_________ Aggregate $ ___________________ Each Person $ ________ Each Accident $ ________ Combined Single Limit $_________

Each Accident $ __________

Claims-Made _____ Occurrence_____ Occurrence/Aggregate $ ___________ Self Insured Retention $ ___________

CON-13

POLICY NUMBER

EXPIRATION DATE

The following coverage or conditions are in effect The City, its officials, and employees, agents and volunteers, are named on all liability policies described above as insured’s as respects: (a) activities performed for the City by or on behalf of the named insured, (b) products and completed operations on the Named Insured, and (c) premises owned, leased or used by the Named Insured. Products and Completed Operations. The undersigned will mail to the City 30 days' written notice by receipted delivery of cancellation or deduction of coverage or limits. Cross Liability Clause (or equivalent wording). Personal Injury, Perils A, B, and C. Broad form Property Damage X, C, U hazards included. Contractual Liability Coverage applying to this Contract. Liquor Liability. Coverage afforded the City, its officials, employees, agents and volunteers, as insureds applies as primary and not excess or contributing to any insurance issued in the name of the City. Waiver of subrogation from Workers' Compensation insurer.

YES

NO

This certificate is issued as a matter of information. This certificate is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Agency of Brokerage

Insurance Company

Address

Home Office

Name of Person to be Contacted

Authorized Signature

Telephone Number

Date

Note: Authorized signatures 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 of official of insurer. This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporate or individual bidder. The bidder may attach any additional information or explanation of data which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities.

-- END OF WORKER'S COMPENSATION/EMPLOYMENT LIABILITY ENDORSEMENT CON-14

 

APPENDIX

 

G

B

A C

F

E

F D

Bid Schedules / Vicinity Map 2015 Street Resurfacing Project PW 2015‐07

Schedule A Schedule A

Schedule B Schedule B

Schedule C Schedule C

Schedule D Fair Oaks  – Woodland to Traffic Way

Do not seal over bridge deck. 

Nevada Sttreet

Schedule E Car Corral Parking Lot Car Corral Parking Lot

Village  Grill

Bridgge Street

East Branch Street

Corporation Yard Corporation Yard

Courtland Stre eet

Schedule F h d l Corporation Yard Parking Lot

Schedule G Corbett Canyon Road ‐ Route 227 to City Limit

Thursdayy

Wednesday Tuesday

Friday Garbage Collection Schedule

Projected Quantities

Centerline Detail 22

200

750 1350

180 3300 1500

2500 1650 750

Schedule A

Brisco Road Brisco Road

1

2 2

Schedule B

Miller Circle Miller Way Le Point Street

1 5 3

1

Schedule C

Alpine Street (N) Bell Street Bell Street Bell Street Bennett Ave Cornwall Ave Faeh Ave Faeh Ave Oak Street Rena Street (N)

4 3 5 3 2 5 6 3 2 3

Schedule D

Fair Oaks Avenue Fair Oaks Avenue Fair Oaks Avenue

3

4 1 2

3

1

4 2 2

2

1 1

4 2

2

2 2

8 5 3

5000

Schedule E

Car Corral Parking Lot

1

2

Schedule F

Corporation Yard Parking Lot

1

1

Schedule G

Corbett Canyon Road Route 227

City Limit

1

1

3

4500

2250

Centerline Detail 33

Detail 38

4 4

Deatil 27B

Blue Hydrant Marker

1 2

Detail 9

"SCHOOL XING" or "SCHOOL"

"SLOW"

"40" mph

"35" mph

"25" mph

4 4

"DIP"

Valley Road Orchard Road Traffic Way

Thermoplastic Striping

RPMs

"ONLY"

Woodland Drive Valley Road Orchard Road

1

"LEFT TURN ONLY"

6 2 2 2 2 4 1 1 4 4

1

"SIGNAL AHEAD"

Faeh Ave Bennett Ave Cornwall E. Grand El Camino Real El Camino Real N. Alpine El Camino Real El Camino Real Bennett Ave

"STOP AHEAD"

East Grand Ave Feah Bennett Ave Cornwall Ave Halcyon Road N. Rena Street Halcyon Road N. Apline East Grand Ave East Grand Ave

Crosswalk Std AG-170

1 1 2

2

Type VIII Arrow

End of Cul‐de‐Sac End of Street N. Mason Street

1 1

Type I 18' Arrow

Miller Way Le Point Street Nevada Street

Type VII (Left) Arrow

3 1

Type IV (Right) Arrow

Linda Drive El Camino Real

To

Type IV (Left) Arrow

East Grand Ave Linda Drive

Street

Type III B

From

"STOP" w/Bar

Pavement Markings (EA)

Bike Lane 6" White (Detail 39 & 39A)

2015 Street Resurfacing Project