special provisions table of contents section...

90
TOC - i SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGE SECTION 1 - GENERAL SPECIFICATIONS .................................................................................... 1 SUBMITTALS ...................................................................................................................... 1 CONTROL OF MATERIALS ................................................................................................ 4 ORDER OF WORK.............................................................................................................. 4 PRESERVATION OF PROPERTY ...................................................................................... 5 WATERING ......................................................................................................................... 6 MOBILIZATION ................................................................................................................... 7 LAY DOWN AND WORK AREA .......................................................................................... 7 WATER POLLUTION CONTROL WORK ............................................................................ 7 WORK ZONE SAFETY AND MOBILITY .............................................................................. 8 CONSTRUCTION STAKING ............................................................................................. 14 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES ....................................... 15 DISPOSAL OF MATERIALS .............................................................................................. 15 AS-BUILT DRAWINGS ...................................................................................................... 16 SCHEDULE ....................................................................................................................... 16 SITE CLEAN-UP................................................................................................................ 16 SECTION 2 - IMPROVEMENT DETAILS ....................................................................................... 17 SAW CUT EXISTING PAVEMENT .................................................................................... 17 CLEARING AND GRUBBING ............................................................................................ 17 ASPHALT COLD MILLING ................................................................................................ 17 REMOVE ASPHALT CONCRETE PAVEMENT ................................................................. 20 REMOVE CONCRETE ...................................................................................................... 20 FULL DEPTH PAVEMENT REPAIR .................................................................................. 21 EARTHWORK ................................................................................................................... 22 SLURRY SEAL .................................................................................................................. 23 AGGREGATE BASE ......................................................................................................... 25 HOT MIX ASPHALT BERM ............................................................................................... 26 HOT MIX ASPHALT LEVELING COURSE ........................................................................ 27 RUBBERIZED HOT MIX ASPHALT OVERLAY ................................................................. 28 PORTLAND CEMENT CONCRETE .................................................................................. 30 CONCRETE WALLS ......................................................................................................... 33 PAVEMENT MARKINGS, STRIPING, AND MARKERS..................................................... 34 RECTANGULAR RAPID FLASHING BEACONS ............................................................... 35 TRAFFIC SIGNS AND BARRICADES ............................................................................... 38 RADAR SPEED FEEDBACK SIGN ................................................................................... 39 STORM DRAIN PIPE ........................................................................................................ 39 STORM DRAIN STRUCTURES ........................................................................................ 40 IRRIGATION SYSTEM ...................................................................................................... 41 EBMUD WATER METER SERVICE .................................................................................. 41 ADJUST UTILITY APPURTENANCE TO GRADE ............................................................ 42 STANDARD STREET MONUMENT .................................................................................. 43 TRAFFIC SIGNAL LOOP DETECTORS ............................................................................ 44 LANDSCAPING ................................................................................................................. 44

Upload: others

Post on 09-Mar-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

TOC - i

SPECIAL PROVISIONS TABLE OF CONTENTS

SECTION PAGE

SECTION 1 - GENERAL SPECIFICATIONS .................................................................................... 1 SUBMITTALS ...................................................................................................................... 1 CONTROL OF MATERIALS ................................................................................................ 4 ORDER OF WORK .............................................................................................................. 4 PRESERVATION OF PROPERTY ...................................................................................... 5 WATERING ......................................................................................................................... 6 MOBILIZATION ................................................................................................................... 7 LAY DOWN AND WORK AREA .......................................................................................... 7 WATER POLLUTION CONTROL WORK ............................................................................ 7 WORK ZONE SAFETY AND MOBILITY .............................................................................. 8 CONSTRUCTION STAKING ............................................................................................. 14 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES ....................................... 15 DISPOSAL OF MATERIALS .............................................................................................. 15 AS-BUILT DRAWINGS ...................................................................................................... 16 SCHEDULE ....................................................................................................................... 16 SITE CLEAN-UP................................................................................................................ 16

SECTION 2 - IMPROVEMENT DETAILS ....................................................................................... 17 SAW CUT EXISTING PAVEMENT .................................................................................... 17 CLEARING AND GRUBBING ............................................................................................ 17 ASPHALT COLD MILLING ................................................................................................ 17 REMOVE ASPHALT CONCRETE PAVEMENT ................................................................. 20 REMOVE CONCRETE ...................................................................................................... 20 FULL DEPTH PAVEMENT REPAIR .................................................................................. 21 EARTHWORK ................................................................................................................... 22 SLURRY SEAL .................................................................................................................. 23 AGGREGATE BASE ......................................................................................................... 25 HOT MIX ASPHALT BERM ............................................................................................... 26 HOT MIX ASPHALT LEVELING COURSE ........................................................................ 27 RUBBERIZED HOT MIX ASPHALT OVERLAY ................................................................. 28 PORTLAND CEMENT CONCRETE .................................................................................. 30 CONCRETE WALLS ......................................................................................................... 33 PAVEMENT MARKINGS, STRIPING, AND MARKERS ..................................................... 34 RECTANGULAR RAPID FLASHING BEACONS ............................................................... 35 TRAFFIC SIGNS AND BARRICADES ............................................................................... 38 RADAR SPEED FEEDBACK SIGN ................................................................................... 39 STORM DRAIN PIPE ........................................................................................................ 39 STORM DRAIN STRUCTURES ........................................................................................ 40 IRRIGATION SYSTEM ...................................................................................................... 41 EBMUD WATER METER SERVICE .................................................................................. 41 ADJUST UTILITY APPURTENANCE TO GRADE ............................................................ 42 STANDARD STREET MONUMENT .................................................................................. 43 TRAFFIC SIGNAL LOOP DETECTORS ............................................................................ 44 LANDSCAPING ................................................................................................................. 44

Page 2: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

1

SECTION 1 - GENERAL SPECIFICATIONS

The project is located in two locations: along Moraga Way between Ivy Drive and Moraga Road and at the intersection of Canyon Road and Camino Pablo in the Town of Moraga, Contra Costa County, California. The work in general consists of pavement rehabilitation, digouts, asphalt dike, sidewalk gap closure, crosswalk safety improvements and striping. All work is more particularly described in the Plans and these Special Provisions.

The work to be done under this contract, except as modified or supplemented herein, shall conform to the following:

The Town of Moraga General Conditions, and any Supplemental General Conditions, herein referred to as the “General Conditions.”

The State of California Department of Transportation (Caltrans) Standard Specifications, 2015 edition, and as periodically updated in the form of “Revised Standard Specifications,” herein referred to as the “Caltrans Specifications” or “Caltrans Standard Specifications.”

The State of California Department of Transportation (Caltrans) Standard Plans, latest edition, herein referred to as the “Caltrans Standard Plans.”

The Contra Costa County Public Works Department Standard Plans, latest edition, herein referred to as the “County Standard Plans.”

The California Manual on Uniform Traffic Control Devices (California MUTCD), latest edition, herein referred to as the “California MUTCD Standards and Specifications.”

These Special Provisions are additions, modifications, or clarifications to the Caltrans Standard Specifications.

Refer to Article 3, “Contract Documents,” of the General Conditions of the Town of Moraga, Public Works Department, Plans and Specifications for the order of precedence of contract documents.

The Contractor shall refer to the various technical memos and permits included as part of this bid package for additional requirements set forth.

SUBMITTALS Where the Contractor is required by the Plans or these Specifications to make submittals, they shall be made to the Engineer through electronic mail in Adobe Acrobat format. The Contractor shall submit:

a. General o Contractor’s Representative, Safety Program, and Safety Supervisor o Emergency Action Plan o Schedule of Work o Driveway Construction Plan o Traffic Control Plans for each stage of work (including pedestrian and bicycle

detour plan) o Water Pollution Control Program o Erosion Control Plan

Page 3: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

2

o Cost Breakdown for Beacon Warning and Radar Flashback systems b. General Infrastructure Improvements

o Construction materials such as aggregate base o Rubberized Hot Mix Asphalt Job Mix Formula and Quality Control Plan o Microsurfacing/slurry seal Job Mix Formula and Materials o Concrete Mix Design for Concrete Pedestrian Ramps o Truncated domes o Thermoplastic Traffic Paint o Reflective Pavement Markers o Storm Drain Inlet o Bicycle-Traversable Storm Drain Grate o Storm Drain Pipe o Electrical Conduits and Wiring o Landscape and Irrigation o Traffic Loops and Signal Systems o Pedestrian Lighting Equipment.

c. Any others items as specified in the Specifications The Contractor shall allow up to ten (10) days to review the submittal (both initial and re-submittal) unless otherwise stated. Submittals shall be shown on the schedule and shall not be critical path items of work. CONTRACTOR’S RESPONSIBILITIES The Contractor shall submit, at its own expense, samples, submittals and details of all items required by the Specifications. All samples, submittals and supporting data, catalogs, schedules, etc., shall be submitted as the instruments of the Contractor, who shall be 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. 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 insure 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 Engineer. The Contractor shall insure coordination of submittals among the related crafts and subcontractors. The Contractor accepts the responsibility and expense for additional costs and delays, which may result from Work performed without Favorably Reviewed submittals. Submittals shall be prepared in such form that data can be identified with the applicable Specification paragraph. The data shall clearly demonstrate compliance with the Plans and Specifications and shall relate to the specific equipment to be furnished. Where manufacturer’s standard drawings are employed, they shall be marked clearly to show what portion of the data is applicable to this project. MATERIAL AND EQUIPMENT SUBSTITUTIONS In preparing these Plans and Specifications, the Engineer has named those products, which to its knowledge meet the project’s requirements and are equivalent in construction, functional efficiency, and durability. Wherever catalog numbers and specific brands or trade

Page 4: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

3

names preceded by “similar and equal” or followed by the designation “or equal” are used in conjunction with a designated material, product, thing, installation, or service mentioned in these Specifications, they are used to establish the standards of quality and utility required. The first-named manufacturer is the basis for the project design and the use of alternative-named or unnamed manufacturer’s products proposed by the Contractor may require modifications in the project design and construction. Where only one product has been named by brand, it is the only brand, trade name, or manufactured product known to the Engineer that meets the requirements of the Specifications. SUBSTITUTIONS For materials, products, items or services specified in the Contract Documents by a specific brand or trade name, the Bidder shall submit a written request to the Owner a maximum of ten (10) calendar days after award with data supporting the request for the substitution of the material, product, item or service. MODIFICATIONS AND COSTS If alternative named or substitutions are proposed by the Contractor and Favorably Reviewed by the Engineer, the Contractor is responsible for providing, at no additional cost to the Engineer, any electrical, mechanical, structural, or other related changes or testing that may be required to accommodate or provide the particular material or equipment the Contractor desires to use. Any deviation from the Specifications or the Plans resulting from the type of material or equipment to be used shall not be the basis for any “extra charges” above and in excess of the original bid price of the work. In addition, the Contractor is responsible for all additional costs to the Engineer, and its agents and representatives, for evaluation of data submitted by the Contractor for alternative named or substitutions and any redesign necessary. The Engineer shall deduct said costs from the Contract monies due the Contractor. REVIEW PROCEDURE 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:

1. NO EXCEPTIONS NOTED (RESUBMITTAL NOT REQUIRED) - Accepted subject to its compatibility with future submissions and additional partial submissions for portions 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.

2. MAKE CORRECTIONS NOTED (RESUBMITTAL NOT REQUIRED) – Same as A,

except that minor corrections as noted shall be made by the Contractor.

3. MAKE CORRECTIONS NOTED (RESUBMIT) – Rejected because of major inconsistencies or errors which shall be resolved or corrected by the Contractor prior to subsequent review by the Engineer.

4. NOT ACCEPTABLE (RESUBMIT) - Submitted material does not conform to 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

Page 5: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

4

and D above (correction and re-submittal required) are considered “unfavorable review.” EFFECT 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. The Favorable Review of all submittals by the Engineer shall apply in general design only and shall in no way relieve the Contractor from responsibility for errors or omissions contained therein. Favorable Review by the Engineer shall not relieve the Contractor of its obligation to meet safety requirements and all other requirements of laws, nor constitute a Contract Change Order. Favorable Review will not constitute acceptance of any responsibility for the accuracy, coordination, and completeness of the submittals or the items of equipment represented on the submittals. Measurement and Payment The Engineer shall consider complying with the provisions of this section as included in the prices paid for the various items of work and no additional compensation will be allowed therefor.

CONTROL OF MATERIALS The Contractor shall comply with the provisions of Section 6 “Control of Materials” of the Standard Specifications. The Contractor shall submit a Notice of Materials to be used on form CEM-3101. Measurement and Payment The Engineer shall consider complying with the provisions of this section as included in the prices paid for the various items of work and no additional compensation will be allowed therefor.

ORDER OF WORK The Contractor shall prosecute the work in the most efficient manner to minimize inconvenience to the public and complete the work within the Contract time limit. Work areas adjacent to the Miramonte High School and the Joaquin Moraga Intermediate School shall be prioritized. All pedestrian and bicycle facilities and ADA-related pedestrian improvements within ¼ mile of the Miramonte High School and the Joaquin Moraga Intermediate School must be completed prior to the start of the 2019-2020 school year. Prior to issuing the notice to proceed, the Contractor shall:

1. Provide the Engineer the name and local 24-hour telephone contact number of the Contractor’s Superintendent.

2. Provide a schedule as required in “Progress Schedule” of these Specifications. The schedule shall be submitted prior to performing any work that may be affected by any proposed deviations to the construction staging of the project.

3. Provide a Materials List 4. Prepare a storm water pollution and prevention plan. 5. Prepare a traffic management plan.

The Contractor shall complete the work in accordance with the following:

Page 6: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

5

Moraga Way:

1. Complete relocation of fire hydrant 2. Complete reconstruction of curb ramps and construction of concrete sidewalk 3. Locate areas of distress with engineer and Town 4. Complete pavement milling 5. Full Depth Pavement Repair 6. Complete overlay 7. Install asphalt berm 8. Install vehicle detectors 9. Install striping 10. Complete final cleanup and demobilize

Canyon Road/Camino Pablo:

1. Complete demolition 2. Install all utility structures and appurtenances 3. Complete installation of concrete improvements 4. Complete pavement reconstruction 5. Complete slurry seal 6. Install striping 7. Complete final cleanup and demobilize

Measurement and Payment The Engineer shall consider complying with the provisions of this section as included in the prices paid for the various items of work and no additional compensation will be allowed therefor.

PRESERVATION OF PROPERTY The Contractor’s attention is directed to Section 5-1.36 “Property and Facility Preservation” of the Standard Specifications. Building, fences, walls, and any other features which are not designated to be removed shall be protected in place. Any damage to these facilities shall be repaired by the Contractor entirely at his or her expense as directed by the Engineer. Existing trees, shrubs, and other plants, that are not to be removed and are injured or damaged by reason of the Contractor’s operations, shall be replaced by the Contractor at his/ her cost. The minimum size of tree replacement shall be 24-inch box and the minimum size of shrub replacement shall be 15 gallons. Replacement ground cover plants shall be from flats and shall be planted 12 inches on center. The replacement specimen must be of the same species. All damaged vegetation is to be disposed of in a legal manner as required by these Specifications. Underground irrigation systems, outside of the public right-of-way, which are damaged or removed during construction, shall be restored within 48 hours of the first destruction or removal in order to be functional. The Contractor shall be responsible for all damage to existing vegetation to remain due to lack of irrigation from broken irrigation lines. The landscaping and any other facilities shall be replaced in kind or as approved by the Engineer. Additionally, the Contractor shall institute measure to preserve and protect buildings, fences, signs, hardscape, and underground utilities located adjacent to the work area. All damaged

Page 7: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

6

items shall be replaced in kind or as approved by the Engineer. REPLACEMENT OF DAMAGED SURFACES All concrete curbs, gutters, driveways, sidewalks or other surfaced areas which are broken or damaged shall be reconstructed by and at the expense of the Contractor, of the same kind of material and of the same dimensions as the original work, with the minimum requirement that concrete as specified herein shall be used. Repairs shall be made by removing and replacing the entire portion between joints or scores and not by refinishing the damaged part. APPEARANCE OF WORK All work shall match the appearance of existing improvements to the satisfaction of the Engineer. UTILITIES The Contractor shall telephone Underground Service Alert (USA) at (800) 227-2600 or 811 a minimum of two working days prior to start of work so that underground facilities can be approximately located and marked on the surface by the various utilities. The Contractor shall, prior to start of construction, excavate, probe, and determine the exact locations, both horizontally and vertically, of all utilities within the roadway. Any utilities that are in conflict with the proposed work shall be relocated by the respective utility companies. If any utilities are in conflict with the proposed work, the Contractor shall notify the Engineer in writing of the location and elevation of the utility line that is in conflict. The Contractor shall coordinate all work with the utility companies under the direction of the Engineer. The Contractor will be allowed additional working days equal to the number of working days that the relocation of utilities delays his work. No compensation will be allowed for idle time of equipment during the utility relocation. MATERIALS Materials and quality of work shall conform to those specified by County Standards, the Standard Plans and Specifications, and these Specifications. RESTORATION DUE TO CONTRACTOR’S MEANS AND METHODS The contract documents show the least impact to existing facilities for installation of the pipeline and related appurtenances. As required by the shoring, dewatering, and/or pipe installation method as selected by the Contractor and approved by the Engineer, the Contractor shall restore existing curbs, gutters, sidewalks, and asphalt at no additional cost to the Engineer. Measurement and Payment The Engineer shall consider complying with the provisions of this section as included in the prices paid for the various items of work and no additional compensation will be allowed therefor.

WATERING Watering shall conform to Section 13, “Water Pollution Control,” and Section 17, “Watering,” of the Standard Specifications and these Specifications.

Page 8: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

7

The Contractor shall supply the necessary labor, material, and equipment for construction water needs throughout the contract period. Construction water includes, but is not limited to, watering for dust control, and pipe testing. The Contractor shall contact East Bay Municipal Utility District (EBMUD) for a temporary water meter to supply the project. The contractor will be responsible for any fees, or deposits associated with obtaining construction water. This section applies during working and non-working periods, including weekends. No separate payment will be made for the purpose of controlling dust caused by public traffic. Measurement and Payment The Contractor shall consider complying with the provisions of this section as included in the prices paid for the various items of work and no additional compensation will be allowed therefor.

MOBILIZATION Mobilization shall conform to the provisions in Section 9-1.16D, "Mobilization," of the Standard Specifications and these Specifications. In general, mobilization shall consist of the work associated with obtaining permits, insurance, and bonds, and the moving onto the site of materials, supplies, restroom facilities, and equipment as required for the proper performance and completion of the work. Measurement and Payment The contract lump sum price paid for Mobilization [Bid Item #101] includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in mobilizing, re-mobilizing, demobilizing, and removing temporary staging as shown on the Plans, as specified in the Standard Specifications, these Specifications, and as directed by the Engineer.

LAY DOWN AND WORK AREA The Engineer has made no provision for a laydown area to stage materials and equipment. The Contractor shall separately procure an area. Measurement and Payment Full compensation for conforming to Construction Staging Area shall be considered as included in the prices paid for the various items of work and no additional compensation will be allowed therefor.

WATER POLLUTION CONTROL WORK Water Pollution Control Program” shall conform to Section 13-2, “Water Pollution Control Program” of the Standard Specifications. Work shall include all labor, materials, equipment, submittals and testing necessary to comply with the Standard Specifications.

Sound control shall conform to the provisions in Section 14-8.02, “Noise Control”, of the

Caltrans State Standard Specifications and these Special Provisions. No construction is

permitted outside the hours stated in these Special Provisions, or on Town Holidays

including, but not limited to these examples: Independence Day, Labor Day, Thanksgiving

Day, and Christmas Day. Exception to this provision shall be “Emergency construction and

Page 9: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

8

repair that is necessary for protection of life and property” and “Operation to construct and

maintain facilities within the public right-of-way as deemed necessary by the Engineer”.

No engines of construction equipment shall be started prior to 8:00 a.m. unless specifically

permitted by the Engineer in writing. All equipment on the job or related to the job, including

but not limited to trucks, transit mixers or transient equipment that may or may not be owned

by the Contractor shall be properly maintained. The use of loud sound signals shall be

avoided in favor of light warnings except those required by safety laws or regulations for the

protection of personnel. Measurement and Payment

The contract lump sum price for Water Pollution Control [Bid Item #102] includes full

compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for

doing all work involved in the Water Pollution Control, as shown on the Plans, as specified in

the Standard Specifications and these Specifications, and as directed by the Engineer. Full

compensation for conforming to the requirements of this section shall be considered as

included in the prices paid for the various contract items of work and no additional

compensation will be allowed therefor.

WORK ZONE SAFETY AND MOBILITY The Town of Moraga Work Zone Safety and Mobility Policy is to improve safety and mobility in work zones by evaluating, design, and ensuring the management of construction zone impacts and mitigation measures during planning, project development, and construction and maintenance operations for Federal-aid projects. Maintaining safe and efficient traffic flow through the work zone is a high priority for the Town. For the purpose of this section, traffic relates to cars, trucks, buses, pedestrians, and bicycles. The traffic control described in this section shall be coordinated with other Owner projects. The Contractor’s attention is directed to “Signs and Traffic Control” shall conform to Sections 7-1.03 “Public Convenience,” 7-1.04 “Public Safety” and Section 12 “Temporary Traffic Control” of the Standard Specifications, insofar as they may apply, and these Specifications. In general, the Contractor shall comply with the following:

1. No work that interferes with public traffic shall begin before 9 a.m. or after 3:30 p.m. from Monday through Friday.

2. No work is allowed on Saturday and Sunday, except as specified herein. 3. A minimum of one paved traffic lane, not less than 11 feet wide, shall be open for use

by public traffic. When construction operations are not actively in progress, not less than all lanes shall be open to public traffic.

4. The Contractor shall provide flagman and other personnel to control traffic at all times. 5. The Contractor shall prepare a detailed traffic control plan; no work involving traffic

control may occur until the Engineer approves the Plan. 6. All signs and other warning devices (including construction and warning signs placed

beyond the limits of work) shall be provided and maintained by the Contractor at his or her expense, and shall remain his or her property after the completion of the contract.

Page 10: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

9

7. The Contractor shall provide all flaggers at his or her expense. 8. The Contractor shall provide a changeable message signs.

TEMPORARY TRAFFIC CONTROL PLAN The Contractor shall submit a detailed plan describing how you propose to address traffic safety and control through the work zone while performing the work. This Plan shall be coordinated and approved by the Engineer.

The Plan shall detail: 1. Your sequence and type of work to be performed by area and duration 2. Your proposed traffic handling through the work zone 3. Accessible pedestrian routing plan through the work zone 4. Your proposed plan to allow access to residents and tenants within the work zone

The traffic control plans shall not be general, but specific to the project and of sufficient detail for the Engineer to understand your method of traffic management. Your plans shall be consistent with the latest California edition of the Manual of Uniform Traffic Control Devices. You shall allow five (5) days for the Engineer to review the Plan. The Contractor shall not implement traffic control without the Engineer’s written approval.

The Engineer will NOT issue the Notice to Proceed until the traffic control plan is

approved. PORTABLE CHANGEABLE MESSAGE SIGNS (PCMS) At least four portable changeable message signs (two on the Moraga Way corridor and two on the Canyon Road corridor) shall be made available during the project. They shall be place at each end of the work zone at least seven (7) calendar days before work involving traffic control commences. This includes placing the signs at each end of Moraga Road. The changeable message sign shall be a pull-type, solar-powered LED sign. PROJECT INFORMATION SIGN The Owner has a general notification policy for all construction projects. The Contractor shall install project informational signs to notify the general public on the ongoing project with contact phone numbers for the public. CONSTRUCTION AREA SIGNS Once construction starts, the Contractor shall furnish and install construction area signs to inform motorists, pedestrians, and bicyclists of work in the streets and sidewalks. These signs may include, but are not limited to, “Road Construction Ahead”, “Detour Ahead”, “Road Closed”. Construction area signs shall be furnished, installed, maintained, and removed when no longer required in accordance with the provisions in Section 12, “Temporary Traffic Control Devices” of the State Standard Specifications and these Specifications. Construction area signs shall be metal, with reflective coating, black on orange, and securely mounted. Signs shall be kept clean and in good repair. The Contractor’s traffic control plan shall show the location of the signs.

The Contractor shall be responsible for providing, placing, and installing all construction area signs. The signs shall not be installed on trees, utility poles, private property, traffic signals, or any other appurtenance, unless approved by the Engineer.

Page 11: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

10

NO PARKING SIGNS The Contractor’s traffic control plans shall show the locations where on street parking is to be temporarily removed. If approved by the Engineer, the Contractor shall post "NO PARKING" signs along the street to be closed not less than 72 hours in advance of the time he or she wishes to commence operations. The time and date must be written on each sign that is posted. Signs must be posted no more than 50 feet apart along the area to be cleared of vehicles. Signs shall be removed upon completion of the work in any given area or when there will be a delay between types of work (underground, concrete, pavement rehabilitation, etc.).

The Contractor shall notify the Engineer after posting said "NO PARKING" signs 72 hours before the prohibition is to become effective.

TRAFFIC CONTROL SYSTEM The Contractor shall notify by Fax (or Town approved alternative) the Engineer and Moraga Police Department after posting said "NO PARKING" signs 72 hours before the prohibition is to become effective. The Contractor shall designate in writing the person who shall have the responsibility for supervising the activities associated with the Traffic Control System. This designation shall be provided to the Engineer for his approval, two (2) working days in advance of any planned activity which requires traffic control. This person shall be an employee of the primary contractor and shall be present during all construction activities of the contractor or subcontractor. The person designated shall have the authority to stop and direct the work if necessary, and work closely with the Town of Moraga representative traffic control person. Failure of the designated person to be present at the job site when any part of the Traffic Control is in place, (for contractor or subcontractor operations) shall be considered a failure on the part of Contractor to perform a provision of the contract. The Engineer will, in accordance with Section 8-1.06 "Suspensions" of the Caltrans Standard Specification, suspend all work until such time satisfactory arrangements have been made to have a certified person on the job site at all times when the Traffic Control System is in place. The days on which the suspension is in effect shall be considered working days if such days are considered working days within their definition set forth in Section 8-1.06 of the State Standard Specification.

The Contractor shall provide 1 week advance notice of construction work (including activity schedules) to the Police Department, to emergency agencies including Fire Department and Ambulance Services, to the Moraga’s U.S. Postal Service offices, County Connection Bus Service and others as required by the Contract Documents. Emergency access in the project area shall be maintained at all times. A copy of such notice shall be submitted to the City’s Engineering Division.

Organization Contact Name Title Phone/Email

CCC Fire Non-Emergency Battalion Chiefs [email protected].

Page 12: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

11

Protection District Matters (925)

(925) 258-4510 On-Duty BC

County

Connection

(CCCTA Bus) Dispatch (925) 676-7500

Moraga Police

Department

Dispatch

(emergency)

Office (non-

emergency)

(925) 284-5010 Dispatch

(925) 888-7055 ext. 0 (non-

emergency

Republic Services Dispatch

Operation

Supervisor (925) 603-1144

Moraga School

District (Joaquin

Moraga Middle) Bruce K. Burns Superintendent

(925) 377-4101

[email protected]

Acalanes Union

High School

District

(Miramonte High

School)

John Nickerson,

Ed.D. Superintendent

(925) 280-3900 x6602

[email protected]

U.S. Postal

Service Cina K. Kresisel

Moraga Postal

Master (925) 376-9012

The Contractor shall implement the traffic control system as approved by the Engineer. If warranted by field conditions, the Contractor shall adjust the system as directed by the Engineer. The Contractor shall provide and implement all traffic handling devices and equipment as described in Sections 12-3 “Traffic-Handling Equipment and Devices” and 12-4 “Maintaining Traffic” of the Standard Specifications.

If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair the component to its original condition or replace the component, and shall restore the component to its original location.

At the end of each workday, the Contractor shall open all streets for access and remove traffic control devices except for those providing advanced warning near work zones. Traffic control devices shall not be stored within public streets.

The Contractor shall allow traffic flow in two directions at all times providing two travel lanes of at least 11 feet each. When this is not possible, the Contractor shall provide flaggers to control traffic. The cost for flaggers is the Contractor’s responsibility.

All excavations shall be backfilled or covered with steel trench plates suitable for traffic loading, at the end of each day’s work. Trench plates shall be securely anchored in place and have temporary asphalt ramps all around. No open excavation of any depth will be permitted to remain overnight.

The Contractor shall provide access to all driveways within the work zone at all times.

Page 13: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

12

The Contractor shall implement a detour as generally detailed in the Plans during the full depth reclamation operation including curing of the cement treated base. TEMPORARY PEDESTRIAN ACCESS All weather and accessible access for pedestrians shall be provided at all times in and through the construction area. When a sidewalk is removed, the area should be fenced and signage provided to direct pedestrians to an alternate route. Pedestrians shall be routed to temporary crossing points as approved by the Engineer. However, the route shall not exceed one block. Contractor shall provide pedestrian detours around work areas in accordance with the Caltrans Temporary Pedestrian Facilities Handbook dated June 2014.

At the end of each work day, the Contractor shall make provisions to allow safe access to pedestrians through the work zone.

In locations where the sidewalk is removed and entrances to private property are obstructed, the Contractor shall provide a temporary sidewalk fabricated from wood or asphalt. The temporary sidewalk shall comply with the Americans with Disabilities Act. A temporary access plan shall be submitted to the Engineer for review and approval seven (7) days prior to removal of the sidewalk.

The Contractor shall provide an alternate circulation path shall be provided whenever the existing pedestrian access route in the public right-of-way is blocked by construction, alteration, maintenance, or other temporary conditions.

Where possible, the alternate circulation path shall parallel the disrupted pedestrian access route, on the same side of the street. The path shall minimize the length of detour and shall be approved by the Engineer before implementation. The alternate circulation path shall be all weather and compliant with the Americans with Disabilities Act. Where the alternate circulation path is adjacent to potentially hazardous conditions, the path shall be protected with barricades. TEMPORARY PAVEMENT DELINEATION When the Contractor removes striping or markings, he or she shall immediately place temporary delineation prior to opening the traveled way to public traffic.

The Town has adopted Caltrans’ list of trade names of approved prequalified and tested

signing and delineation materials and products. Approval of prequalified and tested products

and materials shall not preclude the Engineer from sampling and testing any of the signing

and delineation materials or products at any time.

Said listing of approved prequalified and tested signing and delineation materials and

products cover the following Materials and Products:

• Temporary pavement markers

• Striping and pavement marking tape

• Pavement markers, reflective and non-reflective

Page 14: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

13

• Flexible Class 1 delineators and channelizers

• Railing and barrier delineators

• Sign sheeting and base materials

• Reflective sheeting for barricades

• Reflective sheeting for channelizers

• Reflective sheeting for markers and delineators

• Reflective sheeting for traffic cone sleeves

• Reflective sheeting for barrels and drums

None of the above listed signing and delineation materials and products shall be used in the

work unless such material or product is listed on the Caltrans’ List of Approved Traffic

Products. Certificates of Compliance shall be furnished, as specified in Section 1-01,

“Submittals”, for signing and delineation materials or products verifying that each conforms to

the prequalified testing and approval of the State of California, Department of Transportation,

Division of Traffic Operations and were manufactured in accordance with the approved

quality control program.

Full compensation for conforming to the requirements of this section shall be considered as

included in the prices paid for the various contract items of work and no additional

compensation will be allowed therefor.

Surfaces on which temporary pavement delineation is to be applied shall be cleaned of all dirt and loose material and shall be dry when the pavement delineation is applied. The Contractor shall perform all work necessary to establish satisfactory alignment for temporary pavement delineation. Temporary pavement delineation that is damaged from any cause during the progress of the work shall be immediately repaired or replaced by the Contractor at their expense.

The Contractor shall not use paint on pavement that is to remain in place. In this case, the Contractor shall use Temporary Traffic Stripe and Pavement Marking Tape. Tape shall be applied to a clean dry surface and rolled slowly with a rubber tired vehicle or roller to ensure complete contact with the pavement surface in accordance with the manufacturer’s recommendations. Tape shall not be applied over existing stripes or markings. Completed stripes shall be straight on tangent alignments and shall be on a true arc on curved alignments.

Temporary pavement markers may be used to simulate the striping shown on the approved traffic control plans. The use of temporary pavement markers shall conform to the typical details for pavement markers and traffic lines shown in the Standard Plans and as determined by the Engineer.

When no longer required for the direction of public traffic, as determined by the Engineer, the temporary traffic stripe and pavement marking tape and temporary pavement markers, applied to existing pavement, the top layer of new pavements or any other paved surface where the previously placed pavement delineation conflicts with the new traffic pattern, shall

Page 15: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

14

be removed and disposed of in accordance with the provisions of these Specifications, and all lines and marks used to establish the alignment for the temporary traffic stripes, pavement markings and temporary pavement markers shall be removed from the pavement.

TEMPORARY VEHICLE ACCESS The Contractor shall provide a stable base for vehicles to travel over at the end of the workday. This can include a class II aggregate base or cement treated base compacted adequately to support vehicle traffic without yielding. The Contractor shall apply water to control dust. The Contractor shall leave this temporary condition for the shortest period as necessary to complete the work; it shall be no more than 7 working days for the operation. TEMPORARY PAVING To accommodate the stage construction, the Contractor may need to install temporary asphalt paving to provide a uniform path of travel. The Contractor shall place hot mix asphalt pavement in accordance with the Section 39 of the Standard Specification as necessary to provide two lanes of travel in each direction, turn lanes, access through intersections, and accommodate any vertical transitions. In locations shown in the Plans, the Contractor shall additionally provide, place, and compact class II aggregate base to facilitate the installation of the temporary asphalt paving. When a vertical difference in excess of 1.0 inch (i.e. between new pavement and old pavement) exists either parallel or perpendicular to the vehicle’s path of travel, the Contractor shall place hot mix asphalt pavement allowing for a smooth transition to the satisfaction of the Engineer. The Contractor shall be responsible for maintaining the asphalt pavement for the duration of the project. The Contractor shall grind, remove, and dispose of the asphalt as necessary to accommodate the staging. Measurement and Payment The contract lump sum price for Signs and Traffic Control [Bid Item #103] includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in the traffic control, including preparation of traffic control plans, providing signs and flaggers, implementing the traffic control system, placing temporary delineation, installation of temporary paving, and removal of temporary paving, as shown on the Plans, as described in the Traffic Technical Memorandums, as specified in the Standard Specifications and these Specifications, and as directed by the Engineer.

CONSTRUCTION STAKING The approved plans provide sufficient information for a qualified surveyor to lay out the project. All working stakes shall be established by a licensed Land Surveyor or a registered Civil Engineer authorized to practice land surveying pursuant to Section 8725 of the Business and Professions Code of California. The Contractor shall be held responsible for the correctness of such working stakes. The Contractor shall furnish the Owner’s Engineer legible notes seven (7) calendar days prior to the Contractor starting work in the area staked. The notes shall show the location of the working stakes in relation to the construction centerline or reference line, and all calculations used to reach the results of information written on the working stake marker. The location of the working stakes shall conform to the latest edition of the Caltrans Surveys Manual as shown in Chapter 12. The Contractor shall provide a qualified “Grade Setter” to check horizontal and vertical alignment of all improvements in progress so that improvements will be built to conform to the lines, widths, and grades on the approved plans or any change order issued by the Engineer.

Page 16: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

15

The Contractor shall make available the “Grade Setter” to work with the Owner’s Inspector on checking or verifying all grade stakes, blue tops, form work, etc., when requested by the Inspector. The “Grade Setter” shall provide all necessary equipment and tools to perform this work. The Contractor is responsible for any and all re-staking expenses. The only exception is if there is found to be an error in the approved plans. All additional cost considerations will be included as part of any Change Order. The Contractor shall preserve all existing benchmarks, survey control points, reference points, and other permanent points within the project limits. Unless noted in the plans, any survey control damaged by the Contractor shall be replaced by the Contractor’s licensed Land Surveyor at no cost to the Engineer. In addition to the survey work required for establishing “…the lines, widths, and grades on the approved plans (etc)”, the Contractor shall engage the services of a licensed land surveyor to fully comply with §8771(b) of the Land Surveyors’ Act. This work consists of locating and referencing any/all survey monument(s) that might be “destroyed, damaged, covered, or otherwise obliterated” during the prosecution of this contract. All known reference points are shown in the Plans. Thereafter, the Contractor’s surveyor shall prepare, submit, and file for pre-construction and post-construction Corner Records as required. Monuments to be placed as part of this contract are described in Section 2-24 STANDARD STREET MONUMENT. Measurement and Payment The Contractor shall consider complying with the provisions of this section as included in the prices paid for the various items of work and no additional compensation will be allowed therefor.

REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES If the Contractor reasonably believes to encounter asbestos or a Class I hazardous substance as defined in Section 25914.1 of the Health and Safety Code during completion of the work, and the asbestos or Class I hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe, and shall immediately cease work in the affected area and report the condition to the Engineer in writing. Measurement and Payment Should the Contractor encounter hazardous substances, it will be considered Extra Work as detailed in the Section 4-1.05 “Changes and Extra Work” of the Standard Specifications.

DISPOSAL OF MATERIALS The Owner has not made arrangements for disposal of material, which may include but is not limited to soil, concrete, asphalt, pipe, rock, and vegetation. The Contractor shall dispose of all excess and unsuitable material in a legal manner. The Owner has not completed testing of soil within the project limits. The Contractor is responsible for disposing of all excess soil in a legal manner at a facility with all-weather

Page 17: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - GENERAL

16

access. The Contractor should assume all soil must be disposed in a Class II landfill. The Contractor shall be responsible for testing soil as required by the disposal site. The Contractor shall dispose of material such as asphalt, concrete, organic, and wood in a recycling facility. The Contractor shall be responsible for disposing asphalt containing reinforcing fabric. All other materials shall be disposed in a legal facility. Measurement and Payment Full compensation for furnishing all labor, materials, equipment, and incidentals for doing all the work involved in Disposal of Materials shall be considered as included in the prices paid for the various items of work unless otherwise defined in these Specifications and no additional compensation will be allowed therefor.

AS-BUILT DRAWINGS The Contractor shall be responsible for maintaining a set of as built improvement plans with any field changes or deviations made by the contractor or his/her subcontractors denoted in red pen. This set of as built drawings shall be submitted to the Engineer at the conclusion of construction. The each sheet in the plan set shall be no less than 24 inches tall by 36 inches wide. All markings shall be legible and the plan set shall be clean and free from tears or other damage. Full compensation for as built drawings shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor.

SCHEDULE The Contractor shall complete a schedule as described in Section 8-1.02B of the Standard Specifications. Additionally, Contractor is permitted to conduct work related to paving operations between the hours on 9:00 am and 6:00 pm on the following dates:

Saturday, August 3, 2019

Sunday, August 4, 2019

Saturday, August 10, 2019

Sunday, August 11, 2019 Full compensation for schedule shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor.

SITE CLEAN-UP On completion of the work, the Contractor shall clean all portions of the project area. This work includes removing all debris, street sweeping, power washing, and removing paint marks within the work zone. Full compensation for site clean-up shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor.

Page 18: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

17

SECTION 2 - IMPROVEMENT DETAILS This Section applies to pavement restoration and construction of concrete improvements.

SAW CUT EXISTING PAVEMENT The Contractor shall saw cut asphalt where required. Saw cutting shall be vertical and neatly edged and all the way through pavement to the sub grade. The sawing method shall consist of cutting a groove through the pavement with a power driven concrete saw or equivalent. The Contractor shall provide a vacuum to remove water and debris during the saw cutting process. Measurement and Payment Full compensation for furnishing all labor, materials, equipment, and incidentals for doing all the work involved in the work contained in this section shall be considered as included in the prices paid for the various items of work and no additional compensation will be allowed therefor.

CLEARING AND GRUBBING Clearing and Grubbing shall conform to the provisions in Section 15, “Existing Highway Facilities” and Section 16, "Clearing and Grubbing," of the Standard Specifications and these Specifications. The construction area shall be stripped of all concrete, vegetable growth such as logs, stumps, roots, brush, grass, weeds, and other objectionable material as indicated on the Plans. Landscape improvements shall not be removed unless indicated as to be removed on the Plans. Existing vegetation outside the areas to be cleared and grubbed shall be protected from injury or damage resulting from the Contractor's operations. This work includes removal of asphalt berms, concrete, and miscellaneous items within the limit of work. All stripped organic material and items to be removed shall be disposed of as indicated in 1-12 - DISPOSAL OF MATERIALS of these Specifications. Existing utility service lines are shown in approximate location on the contract plans. The Engineer assumes no responsibility for the accuracy or completeness of this information, which is offered solely for the convenience of the contractor. Contractor shall verify all horizontal and vertical locations of existing utilities and other obstructions prior to construction activities by potholing. Nothing herein shall be construed as relieving the Contractor of the Contractor's responsibility for final cleanup of the highway as provided in Section 4-1.02, "Final Cleaning Up," of the Standard Specifications. Measurement and Payment The contract unit price paid for “Clear and Grub” [Bid Item #201] includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in clearing, grubbing and disposing the material, complete in place as specified in these Special Provisions, as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor.

ASPHALT COLD MILLING The Contractor shall mill existing asphalt in the locations and depths as shown in the Plans

Page 19: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

18

consistent with Section 39-3.04 “Cold Planing Asphalt Concrete Pavement” of the Caltrans Standard Specifications, Section 42-2, “Grinding” of the Standard Specifications, and these Specifications. The asphalt may contain reinforcement fabric. The Engineer will pay no additional compensation to the Contractor for removal of asphalt containing reinforcement fabric. Cold planing shall be performed utilizing machines equipped with a cutter head no less than five (5) feet in width. The cold planing machine shall be operated so as not to produce dust, fumes or smoke. The cold planing machine shall be capable of planing the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation. The depth, width and shape of the cut shall be as indicated on the drawings or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical detail. The outside lines of the planed area shall be neat and uniform. The road surfacing to remain in place shall not be damaged in any way by the planing. The actual depth of material removed will vary due to previous asphalt overlay projects, the Contractor shall remove all the material necessary to achieve the depth adjacent to the gutter lip as shown on the typical detail. All asphalt material remaining on the gutter lip and gutter pan shall be removed. Wedge grinding shall be continuous at cross streets where the grinding shall be carried around the corners and through the conform lines at the locations and to the dimensions shown on the typical detail. The Contractor shall use a cold planing machine with a smaller cutting head to remove all material not removed by the larger cold planing machine to the limits shown on the typical detail. Pavement undulations shall be removed utilizing a cold planing machine. The Contractor shall provide self-contained power street sweeper(s) and operate the street sweeper(s) continuously during all cold planing activities to ensure the planed surface is free of all loose material. The Contractor shall immediately remove any incidental pavement grindings resulting from the cold planing from any roadway area open to public traffic. In addition to power sweeping the streets the Contractor shall remove all grindings from the sidewalks, driveways, gutters and ramps on the same day the grinding was completed. No longitudinal drop-off of more than 0.15 foot will be allowed at any time between any adjacent lanes open to public traffic at the end of the working period. When allowed by the Engineer, the Contractor may cold plane the final longitudinal pass between adjacent travel lanes such that a minimum 30:1 slope is maintained between the cold planed surface and the adjacent existing pavement grade when opened to public traffic. There shall be no adjustment in compensation to the Contractor for making additional passes or to comply with this requirement. When the existing pavement surface adjacent to any frames, covers, grates, or manholes is removed by cold planing, and the top layer of asphalt concrete is not placed during the same working period, the Contractor shall place temporary tapers around each frame, cover, grate, or

Page 20: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

19

manhole prior to opening the area to any public traffic. Temporary asphalt concrete tapers shall be ramped on a slope of 30:1 or flatter from the level of the planed surface to the top of the facility cover. Material for temporary tapers shall be commercial quality (hot mix) asphalt concrete. A commercial grade roofing paper or other suitable material shall be placed beneath the temporary ramps and tapers. Temporary asphalt concrete tapers shall be completely removed before placing the permanent surfacing. Where full depth pavement repair required, contractor shall mill existing asphalt concrete to aggregate base. Where pavement repair required, Contractor shall mill as directed by the Engineer. Where transverse joints are planed in the pavement at conform lines and along driveways (residential, businesses, schools, offices, etc.), no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic, a temporary asphalt concrete ramp shall be constructed. The asphalt concrete shall be placed to the level of the existing pavement and tapered on a slope of 30:1 or flatter to the level of the planed area. Temporary ramps and tapers shall remain in place no longer than seven (7) calendar days. Material for temporary ramps and tapers shall be commercial quality (hot mix) asphalt concrete and may be spread and compacted by any method that will produce a smooth riding surface. A commercial grade roofing paper or other suitable material shall be placed beneath the temporary ramps and tapers. Temporary asphalt concrete ramps shall be completely removed before placing the permanent surfacing. The removed ramp materials shall be disposed of outside the highway right-of-way in accordance with the provisions of Section 1-12 - DISPOSAL OF MATERIALS section of these Specifications. The contractor shall include grinding the existing asphalt berm prior to required depth for the adjacent pavement milling. The asphalt concrete overlay shall start no later than two (2) calendar day after the start of asphalt milling. The contractor shall perform a test pass prior to the milling of the entire segment. The test pass will involve a pass of milling to determine if the specified milling thickness shall be adjusted due to the remaining asphalt section. If the contractor is to find pavement fabric, the contractor shall grind to the required depth needed to dispose of all fabric. The Contractor shall use extreme caution after completing milling operations, as the remaining pavement section will be thin. The Contractor shall minimize heavy vehicle traffic (both the Contractor and public) on the milled roadway to protect the pavement. Measurement and Payment The contract price per square yard for “Pavement Milling – 3”” [Bid Item #202] shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in cold planing of asphalt concrete surfacing and berm and disposing of

Page 21: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

20

planed material, including furnishing the asphalt concrete for and constructing, maintaining, removing, and disposing of temporary asphalt concrete tapers, complete in place as specified in these Specifications, as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor.

REMOVE ASPHALT CONCRETE PAVEMENT This work consists of removing and disposing existing asphalt concrete (AC) pavement on the site to full depth in the locations shown on the Plans, described in these special provisions, and directed by the Engineer. The Engineer has not defined the thickness of asphalt. However, the Contractor shall assume the asphalt may be up to 9 inches thick. The Contractor may remove the asphalt using traditional excavation equipment or by cold milling as described in the “Asphalt Cold Milling” Section of these Special Provisions. The Contractor shall saw cut the pavement shall be required at all edges to be joined. Asphalt Concrete that has been removed shall be disposed of outside the project in a legal manner unless otherwise directed by the Engineer. The Contractor shall assume pavement fabric is present in the existing section. The contractor is responsible for removing and disposing of pavement fabric and costs associated with disposal. Measurement and Payment The contract price per square foot for “Full Depth Asphalt Concrete Removal”” [Bid Item #203] shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in the removal of existing Asphalt Concrete, including disposal, complete and in place, all as indicated on the plans, specified in the Standard Specifications, these special provisions, and as directed by the Engineer, and no additional compensation will be allowed.

REMOVE CONCRETE This work shall consist of removal of existing sidewalk, ramps, curbs, gutters, and driveways as marked in the field and disposal of excess materials in accordance with the requirements specified in these specifications. The Contractor shall protect from damage all existing improvements, drainage facilities, sanitary sewage facilities, water facilities, traffic signal facilities, landscaped areas, trees and shrubbery that are not required to be removed during construction. Any existing improvements, drainage facilities, sanitary sewage facilities, water facilities, traffic signal facilities, landscaped areas, etc., damaged as a result of the Contractor’s construction activities shall be replaced by the Contractor at no cost to the Owner. The Contractor shall remove any through curb drains located in the concrete sidewalk. No separate payment will be made. Notify the engineer if these are removed. When removing existing sidewalk, ramps, and driveways, the existing concrete shall be sawcut to a neat straight line at the limits of removal (score line for sidewalks) as marked in the field. Any damages to the adjoining improvements proposed to remain shall be repaired

Page 22: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

21

by the Contractor to the satisfaction of the Engineer at no cost to the Owner or adjacent Developers. Measurement and Payment The contract price per square foot for “Remove Concrete”” [Bid Item #204] shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in the removal of existing sidewalk, driveways and ramps, including saw-cutting, removal and stockpiling or disposal of the broken concrete material, excavation to the required subgrade depth, all as indicated on the plans, specified in the Standard Specifications, these special provisions, and as directed by the Engineer, and no additional compensation will be allowed.

FULL DEPTH PAVEMENT REPAIR This work consists of saw-cutting, milling, removing and disposing of the existing asphalt concrete (AC) pavement as indicated on the plans, described in these Specifications, and as directed by the Engineer. The Engineer will mark these locations in the field and the Contractor shall repair the pavements as directed by the Engineer. Prior to beginning any work on the pavement and pothole repairs, the Contractor shall arrange for and conduct a field review of each pavement and pothole repair location with the Engineer. The Engineer and Contractor shall record the agreed upon dimensions for each pavement and pothole repair at each location. The size of the pavement and pothole repairs shall not vary from this agreement unless specified in writing by the Engineer. Additional compensation shall not be allowed for pavement and pothole repairs in excess of the agreed upon size. The contractor shall mill the asphalt prior to completing the repair. The final lift of rubberized asphalt concrete shall be overlaid with the adjacent resurfacing. The Contractor shall remove existing asphalt concrete pavement and any underlying materials to the depths specified in the Plans by saw cutting and/ or milling as described in Section 2-03 ASPHALT COLD MILLING. All unsuitable material shall be disposed in accordance with Section 1-12 DISPOSAL OF MATERIALS of these Specifications. The Contractor shall place rubberized hot mix asphalt in accordance with Section 2-11 RUBBERIZED HOT MIX ASPHALT OVERLAY. Surfacing shall be removed without damage to adjacent asphalt surfacing that is to remain in place. Damage to pavement that is to remain in place shall be repaired to a condition satisfactory to the Engineer, or the damaged pavement shall be removed and replaced with new asphalt concrete if ordered by the Engineer. Repairing or removing and replacing pavement damaged outside the limits of pavement to be replaced shall be at the Contractor’s sole expense and will not be measured nor paid for. If during any of the operations the Contractor damages a monument or manhole or other underground utility facility, the Contractor shall be responsible for the repair of those facilities including, but not limited to, replacing any monuments in accordance with the requirements of the Engineer. Measurement and Payment

Page 23: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

22

“Base Repairs” [Bid Item #305] shall be paid per square foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in saw cutting, asphalt removal, disposal of unsuitable materials, and placing asphalt as shown as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor. Full depth pavement repair is a contingent bid item. If these contingent bid items are not accepted, then the provisions of this section shall not apply. The reduction of this item shall not constitute a basis for claim by the Contractor for extra payment or damages.

EARTHWORK This work shall be performed in accordance with Section 19, “Earthwork,” of the Standard Specifications, these Specifications and as directed by the Engineer. After clearing and grubbing, removal of the existing asphalt pavement, and/or concrete in the locations shown in the Plans, the Contractor shall excavate aggregate base, native materials, or other substances of whatever nature to the required subgrade depth as shown on the Plans or as directed by the Engineer. The Contractor shall complete earthwork including excavation, hauling, embankment, compaction, and fine grading of soil to establish the elevations as shown in the Plans. The following definitions apply to this section:

A. Borrow: Approved soil material for use as Structural Fill or Structural Backfill. This material shall have a Plasticity Index equal to 12 or less, be primarily granular and have less than 30% passing the #200 sieve.

B. Excavation: Removal of material encountered above subgrade elevations. 1. Authorized Over-Excavation: Excavation below subgrade elevations or beyond

indicated horizontal dimensions as shown on Plans or authorized by the Engineer. 2. Unauthorized Over-Excavation: Excavation below subgrade elevations or beyond

indicated horizontal dimensions without authorization by the Engineer. The Engineer will not pay for unauthorized excavation.

C. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, base or topsoil materials.

D. Unsuitable Material: Any soil material that is not suitable for a specific use on the Project. The Engineer will determine if a soil material is unsuitable.

The Contractor shall:

A. Protect open excavations with fences, covers and railings to maintain safe pedestrian and vehicular traffic passage.

B. Prevent erosion of freshly graded areas during construction and until such time as permanent drainage and erosion control measures have been installed.

C. Temporarily stockpile fill material in an orderly and safe manner and in a location approved by the Engineer.

D. Provide dust and noise control in conformance to Section 1-08 WATER POLLUTION CONTROL WORK of these Specifications.

E. Do not enter environmental sensitive areas as directed by the Engineer. Protect these areas from soil or sediment resulting from grading operations.

Page 24: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

23

Perform excavation, filling, compaction and related earthwork under the observation of the Engineer. Materials placed without approval of the Engineer will be presumed to be defective and, at the discretion of the Engineer, shall be removed and replaced at no cost to the Owner. Notify the Engineer at least 24-hours prior to commencement of earthwork and at least 48 hours prior to testing. Following excavation for subsurface repair, contractor to install geotextile fabric in conformance to Section 2-19 GEOTEXTILE FABRIC in lifts as required in the Plans or these Special Provisions, the Contractor shall correct the condition as directed by the Engineer. The Engineer will perform observations and tests required to enable him or her to form an opinion of the acceptability of the Project earthwork. The Contractor shall correct earthwork that, in the opinion of the Engineer, does not meet the requirements of these Technical Specifications. Promptly notify the Engineer of surface or subsurface conditions differing from those disclosed in the Plans or the Technical Specifications. First notify the Engineer verbally to permit verification and extent of condition and then in writing. The Owner will not allow a claim for conditions differing from those anticipated in the Contract Documents unless the Contractor has notified the Engineer in writing of differing conditions prior to the Contractor starting work on affected items. Excavation shall be accomplished with properly selected equipment, which has been approved by the Engineer and in such manner that the stability of the subgrade is maintained to the greatest extent possible and to prevent damage to underground utilities. The prepared subgrade shall not be permitted to dry and/or crack prior to placement of the next covering layer. All excess soil shall become the property of the Contractor and shall be disposed of as indicated in Section 1-12 - DISPOSAL OF MATERIALS section of these Specifications. Measurement and Payment Full compensation for conforming to the requirements of this Section shall be considered as included in the prices paid for the various contract items of work related to other roadway work and no separate payment will be made therefore.

SLURRY SEAL This work consists of placing slurry seal in accordance with Section 37-3, “Slurry Seal and Micro-Surfacing,” of the Standard Specifications, as shown on the plans, described in these Special Provisions and as directed by the Engineer. The Contractor shall place a Type II slurry seal once he or she has completed all trenching and surface improvements. Prior to placing the slurry seal, the Contractor shall complete crack cleaning and sealing in accordance with Section 37-5 of the Standard Specifications. Asphalt Emulsion shall be cationic-type quick set (CQS-1H) modified with 2½% rubber latex additive added to the mix at a rate of between 11 and 25%. Contractor shall provide evidence that this specified polymer modified emulsion has been provided to this project.

Page 25: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

24

Aggregate shall be 100% crushed with no rounded particles, volcanic in origin and black in color. The Engineer will not allow the use of gray or light-colored aggregate. The slurry seal proportions shall be determined in accordance with the wet track abrasion test procedures described in ASTM Method D3910-80a. Alternate procedures recommended by the Asphalt Institute or the International Slurry Seal Association will be permitted when approved by the Engineer. A report summarizing design procedures, test results, and proportions of dry aggregate, water, asphaltic emulsion, mineral filler (if required) and retarders shall be submitted to the Engineer at least five (5) days in advance of the initiation of the application of the slurry seal to the pavement. Any changes made in the proportions will be made only when approved by the Engineer. The slurry shall be mixed in accordance with the provisions of Section 37-2.05 of the SSS. There shall be a minimum of one 7-cubic yards or larger slurry machines in good operating condition on the job site at all times during the slurry seal. Machines must be able to negotiate turns next to the curbs in cul-de-sacs, on initial pass in one continuous pass. Slurry mixture shall be uniformly spread by means of a controlled spreader box conforming to the requirements of Section 37-2.05 of the SSS. If required by the Engineer, the slurry machine shall be assessed on a 300 ft. test section. If required by the Engineer, a calibration shall establish the settings required to obtain the application rate for the slurry and correct proportions of ingredients in accordance with specifications described above. Immediately before commencing the slurry seal operations, all surface metal utility covers (including survey monuments) shall be protected by thoroughly covering the surface with an appropriate adhesive and oiled or plastic paper. No adhesive material shall be permitted to cover, seal, or fill the joint between the frame and cover of the structure. Covers are to be uncovered and cleaned of slurry material by the end of the same workday. All existing raised traffic and reflective pavement markers shall be removed from the pavement prior to the placement of slurry seal as described under Section 10.04 “Clearing and Grubbing”. No application of slurry mixture shall be permitted when the temperature of the pavement to be surfaced is below 50oF or when the air temperature is below 55 degreesoF in the shade or when in the opinion of the Engineer, road conditions, road temperatures, imminence of rain, wetness or dampness are not conducive to successful results. Prior to placing the seal coat, the parking lot shall be cleaned by sweeping with self-loading, self-propelled sweepers with water spray bars to reduce dust. Sidewinder sweepers or brooms that wind row material and do not remove it shall not be used. Completion of sweeping shall be evidenced by the absence of all loose particles of paving, dirt, vegetation, and all other extraneous material. If needed, all areas shall be swept a second time or more if necessary in the same manner as the first sweeping or as directed by the Engineer. The slurry seal shall be applied to the full width of the parking lot (excluding any existing Portland cement concrete gutters).

Page 26: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

25

The minimum thickness of the slurry seal shall be 3/16 above the nominal surface of the existing underlying pavement. In general, it is required that the slurry seal be placed to the approximate limits shown on the plans. The Engineer will delineate the exact limits in the field. The slurry machine shall move forward at such a speed that the fluid slurry mixture will penetrate and substantially fill all available voids. The slurry box squeegees, rubber belting or similar material, shall be flexible enough to wipe the slurry uniformly over the surface of the chip seal without gouging, scouring, or abrading the chips. The slurry mixture shall be placed at a rate of not less than fifteen (15) pounds of aggregate per square yard. Weigh tags of gallonage will be furnished to the Engineer for all materials delivered to the job including aggregate and asphaltic emulsion for slurry. The joint between the edge of pavement and the concrete gutter shall be sealed with the slurry seal. Slurry seals shall overlap the concrete gutter edge approximately one (1) to two (2) inches. The edges of the limits of the slurry seal application on both sides of the street shall be maintained in a neat and uniform line. Care will be taken to avoid leaving ridges at the lap joints between adjoining passes. Wherever possible, joints will coincide with lane lines or in the center of the lane. In no case will ridges be allowed in the normal wheel track of vehicles. The forward speed of the slurry spreader shall be adjusted to eliminate corrugations or surface irregularities in the slurry coat which are caused by excessive speed. The Contractors shall furnish and maintain in good operating condition all tools and equipment necessary to do the work with a minimum of inconvenience to the public and shall employ sufficient personnel to operate all equipment efficiently and skillfully. The contractor shall immediately remove any excess slurry from the gutters. The Contractor shall not continue to the next street until all excess slurry is removed as determined by the Engineer. The Contractor shall return to the parking lot a minimum of 2 times, but up to three (3) times for post sweeping at the following intervals: 3 days after slurry seal is placed, 2 weeks after slurry seal is placed, and the day of striping and marking operations, just prior to striping and pavement marking placement. Brooms shall be self-propelled and capable of removing loose material from the surface during sweeping. The Contractor shall refrain from using fuel or solvents of any kind for cleaning tools and equipment in such a manner as to permit spillage of diesel fuel or solvent on the pavement, curbs, gutters, parkways, or other adjoining areas. Measurement and Payment “Slurry Seal” [Bid Item #301] shall be separately measured by square yard as determined from field measurement. The contract unit price paid for this item shall include full compensation for all labor, materials, tools, equipment, and incidentals required to remove striping and clean and seal cracks as shown in the Plans, specified in these Special Provisions, and as designated by the Engineer.

AGGREGATE BASE Aggregate bases shall conform to Section 26, "Aggregate Bases" of the Standard Specifications and these Specifications.

Page 27: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

26

All aggregate base used for the project shall be Class 2. The grading shall be 3/4 inch maximum size aggregate. Aggregate base may include or consist of material processed from recycled asphalt concrete, Portland cement concrete, lean concrete base, cement treated base, or a combination of any of these materials. The use of 100% recycled aggregate base is allowed with the following conditions:

A. Shall conform to Section 26, “Aggregate Bases,” of the Standard Specifications B. Use only within the roadway structural section C. 5% maximum asphalt concrete D. No glass E. No organic materials

The following defines the difference between recycled and reclaimed:

Recycled – developed through the recycling plant and is re-blended to conform with Section 26 requirements

Reclaimed – taken from one site, stockpiled, and re-used on another site and does not go through the plant and is not re-blended

The use of reclaimed asphalt is not allowed on this project. All reclaimed material must be re-processed through a crushing and screening plant. If the Contractor intends to use recycled Class 2 aggregate base, he or she must provide independent laboratory testing illustrating that the proposed material conforms to the Class 2 material specification as defined in Section 26. The results must additionally include the data necessary to calibrate field compaction testing equipment to evaluate the material placed in reference with ASTM D1557. The Contractor shall supply testing results as necessary to the satisfaction of the Engineer. In addition to R-value and durability index testing, the aggregate shall conform to the following additional quality requirement:

Test Calif. Test Method No. Requirement

Loss in Los Angeles Rattler

(after 500 revolutions)

211 50% Maximum

Measurement and Payment The contract unit price paid per ton for “Aggregate Base” [Bid Item #302] shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and compacting the aggregate base and other incidental work, as shown on the Plans, and as specified in the Standard Specifications and these Specifications, and as directed by the Engineer and no additional compensation will be allowed therefor.

HOT MIX ASPHALT BERM The Contractor shall furnish and install an asphalt berm as shown in the Plans and as described in Section 39-1.14 of the Standard Specifications. The asphalt binder shall be

Page 28: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

27

Grade PG 64-10 with 3/8-inch Type A aggregate gradation. The contractor shall provide 1-foot openings every 50 feet along the length of the road. The contractor shall coordinate with the Engineer to ensure all low points are adequately addressed. Measurement and Payment “Asphalt Berm” [Bid Item #306] shall be paid per linear foot and includes full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work complete and in place as shown as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor.

HOT MIX ASPHALT LEVELING COURSE Hot mix asphalt used for the leveling course shall conform to the provisions of in Section 39, "Hot Mix Asphalt," of the 2015 Standard Specifications and these Specifications. Materials used include:

1. Asphalt Concrete for the surface course shall be ½” Type A. 2. The asphalt concrete binder shall be PG 64-10.

The Contractor shall provide a Job Mix Formula as detailed in Section 39-1.03 “Hot Mix Asphalt Mix Design Requirements” of the Standard Specifications. The quality control measures for the asphalt concrete shall be as outlined in Section 39-1.04 “Contractor Quality Control” of the Standard Specifications. The Contractor shall schedule his or her paving operations such that the leveling course and rubberized asphalt concrete layers are placed at the completion of the workday leaving no exposed joints. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are canceled because of predicted rain or fog, a non-working day will be allowed regardless of actual working conditions. Asphalt concrete leveling course shall not be placed on any surface, which contains ponded water or excessive moisture in the opinion of the Engineer. If paving operations are in progress and rain or fog forces a shutdown, loaded trucks shall return to the plant and no compensation will be allowed therefor. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle, unless otherwise directed in writing by the Engineer. Severely cracked or uneven pavements and as directed by the Engineer, shall also receive a leveling course. The Contractor shall apply a tack coat emulsion with a Minimum Residual Rate (gallons per square yard) similar to that of a planed pavement surface (0.05 minimum). If, in the

Page 29: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

28

opinion of the Engineer, the pavement appears too dry after applying tack coat, another application of tack coat shall be applied by the Contractor. No traffic shall be allowed on the asphalt tack coat with the exception of vehicles unloading asphalt concrete. All vehicles involved with the Contractor's operations shall turn around within the road right-of-way. Driveways and other private property shall not be used without prior written consent of the involved property owner, a dated copy of which shall be delivered to the Engineer prior to the use thereof. The area to which the tack coat has been applied shall be closed to public traffic. Care shall be taken to avoid tracking the asphaltic emulsion material onto existing pavement surfaces beyond the limits of construction. All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion) or other materials on public streets, driveways and gutters shall be removed or cleared within 48 hours of the hot mix asphalt placement. If existing striping is marked by emulsion or other materials, it shall be repainted/restored. Alternatively, existing striping may be protected by a method approved by the Engineer. Conform cuts between existing pavement and newly constructed pavement shall be made by cutting the existing pavement to a neat, smooth line at the limit lines and constructing a vertical-face butt joint. Batch data and load slips shall be presented to the Engineer as asphalt is delivered to the project site. Failure to do so may result in non-payment for questionable quantities or rejection of the load.

Longitudinal joints shall not be constructed in the wheel path or where traffic striping will occur. A notched wedge joint shall be constructed and the construction method, joint layout, joint testing, and construction practices shall be discussed and agreed upon during the pre-construction meeting. Areas surrounding longitudinal joint shall be free of excessive raking and surface mix segregation.

Measurement and Payment The contract unit price paid per ton for “HMA Leveling Course” [Bid Item #303], shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying providing, placing and compacting asphalt and other incidental work, as shown on the Plans, and as specified in the Standard Specifications and these Specifications, and as directed by the Engineer and no additional compensation will be allowed therefor.

RUBBERIZED HOT MIX ASPHALT OVERLAY

This work includes producing and placing rubberized hot mix asphalt (gap graded) (RHMA-G) according to Section 39-2.03 of the Caltrans Standard Specifications.

Comply with Section 39-2, "Hot Mix Asphalt," of the Caltrans Standard Specifications.

Page 30: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

29

Longitudinal joints shall not be constructed in the wheel path or where traffic striping will occur. A notched wedge joint shall be constructed and the construction method, joint layout, joint testing, and construction practices shall be discussed and agreed upon during the pre-construction meeting. Areas surrounding longitudinal joint shall be free of excessive raking and surface mix segregation.

Contractor shall provide Quality Control according to Section 39-2.01A(3)(c) of the Caltrans Standard Specifications. Contractor shall provide quality control testing and Engineer will perform acceptance testing. The reduced payment factors as outlined in Section 39-2.01A(4)(i)(ii) of the Caltrans Standard Specifications apply.

Materials used include: 3. The aggregate for the RHMA-G shall be ½” RHMA-G 4. The asphalt rubber binder shall be a combination of asphalt binder, asphalt modifier, and

crumb rubber modifier (CRM) and shall conform to 39-2.03A(e)(ii).The asphalt binder shall be PG 64-16.

5. Rubber Content in Binder – Asphalt Rubber binder (asphalt binder + crumb rubber) shall have a minimum of 20 percent by weight crumb tire rubber derived from waste tires takes from vehicles owned and operated in the United States.

6. Asphalt Rubber Binder Content in Mix – Determine the amount of asphalt rubber binder to be mixed with the aggregate for RHMA-G as follows:

a. Base the calculations on the average of 3 briquettes produced at each asphalt rubber binder content.

b. Plot asphalt rubber binder content versus average air voids content for each set of three specimens and connect adjacent points with a best-fit curve.

c. Calculate voids in mineral aggregate for each specimen, average each set, and plot the average versus asphalt rubber binder content.

d. Calculate the dust proportion and plot versus asphalt rubber binder content.

e. From the curve plotted, select the theoretical asphalt rubber binder content at 4 percent air voids.

f. At the selected asphalt rubber binder content calculate dust proportion.

g. Record the asphalt rubber binder content in the Contractor Hot Mix Asphalt Design Data Form as the OBC.

The OBC must not fall below 7.5 percent (7.5%) by total weight of the mix.

Laboratory mixing and compaction must comply with AASHTO R 35, except the mixing temperature of the aggregate must be between 300 °F and 325 °F. The mixing temperature of the asphalt-rubber binder must be between 375 °F and 425 °F. The compaction temperature of the combined mixture must be between 290 °F and 320 °F.

Do not leave a vertical joint more than 0.15 foot high between adjacent lanes open to public traffic. Place additional RHMA-G along the pavement's edge to conform to road connections and private drives. Hand rake, if necessary, and compact the additional RHMA-G to form a smooth conform taper.

Page 31: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

30

The finished surface shall be uniform in appearance and surface texture throughout.

Contractor shall provide Quality Control according to Section 39-2.01A(3)(c) of the Caltrans Standard Specifications. The Engineer will perform Engineer’s Acceptance Testing according to Section 39-2.03a(4) of the Caltrans Standard Specifications except for in-place compacted density shall be measured by Caltrans Test 375, nuclear gauge method. Nuclear calibration cores shall be taken immediately following cooling of the placed mix.

Reduced payment factors based on compaction results (measured percent of maximum theoretical maximum density) apply according to Section 39-1.04 of the Caltrans Standard Specifications.

The final lift of rubberized asphalt concrete (the top lift) shall be placed in one continuous operation over the entire street. Measurement and Payment The contract unit price paid per ton for “Rubberized Hot Mix Asphalt Concrete” [Bid Items #304] shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying providing, placing and compacting asphalt and other incidental work, as shown on the Plans, and as specified in the Standard Specifications and these Specifications, and as directed by the Engineer and no additional compensation will be allowed therefor.

PORTLAND CEMENT CONCRETE The Contractor shall complete installation of Portland cement concrete curbs, gutters, sidewalks, and accessible curb ramps in the locations as shown on the Plans, as specified in these Special Provisions, and as directed by the Engineer. All work in this section shall be done in accordance with Section 73, “Concrete Curbs and Sidewalks” of the Caltrans Standard Specifications, except as modified in these Special Provisions. All concrete work shall be completed to the satisfaction of the Engineer prior to placement of hot mix asphalt. Material Prior to commencing work, the Contractor shall submit source and mix design for concrete conforming to the requirements of Section 73-1.02 of the Standard Specifications. Contractor to provide a minimum of two (2) pounds of lamp black per yard of concrete. Execution Curbs, gutters, sidewalks and curb ramps shall be constructed by the conventional use of forms. The Contractor shall replace removed concrete with the final improvements within five (5) calendar days. Layout of Improvements The Contractor shall review field conditions and layout the improvements consistent with the applicable Town of Moraga, Contra Costa County, and Caltrans standard plans. The Contractor shall furnish sufficient measuring equipment to verify that grades are compliant with accessible standards.

Page 32: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

31

Subgrade and Base Preparation After removal of the existing concrete, the Contractor shall excavate and prepare the subgrade as described in Section “Earthwork”, of these Special Provisions. The Contractor shall place and compact class II aggregate base conforming to Section 26 of the Standard Specifications to 95% relative compaction conforming to ASTM D1557. The subgrade shall be constructed and compacted true to line and grade, as required. All soft or unsuitable material shall be removed to a depth of not less than nine (9) inches below subgrade elevation and replaced with satisfactory material. Forms Forms conforming to the dimensions of the curb, gutter, sidewalk or driveway shall be carefully set to line and grade and shall be securely staked in place. The forms and subgrade shall be watered immediately in advance of placing concrete. Forms shall be thoroughly cleaned each time they are used and shall be coated with light oil or other releasing agent of a type that will not discolor the concrete. The Contractor shall request the Engineer complete an inspection of the forms two (2) days in advance of placing concrete. If the Engineer requires the Contractor to make correction, there shall be no additional cost to the Engineer. Concrete Placement The Contractor shall install formwork and receive approval from the Engineer prior to ordering concrete. The Contractor shall have sufficient personnel on site to manage the placement of the concrete. Concrete shall be thoroughly spaded away from the forms to eliminate rock pockets next to the forms. The concrete may be compacted by mechanical vibrators acceptable to the Engineer. Tamping or vibrating shall continue until the mortar flushes to the surface and the coarse aggregate is below the concrete surface. Expansion joints shall be located to match the expansion joints in the removed curb, gutter, sidewalk or driveway. Expansion joints shall be constructed vertical and at right angles to the centerline of the street. Joints shall be constructed at all radius points, driveways, and at adjoining structures. Crack-control joints shall be constructed not more than ten (10) feet apart. Joints shall be made by the use of steel dividers, scoring or saw cutting to a depth of not less than one and one-half (1-1/2) inches and matching joints in adjacent sidewalks and/or driveways. The concrete shall be cured by the section compound method. The curing compound shall be curing compound (6) as specified in Standard Specifications Sec. 90 1.03B, "Curing Compound Method” of the Standard Specifications. The curing compound shall be applied in a manner that will provide a complete coating of all exposed faces of the concrete surface. Finish The surface shall be finished with appropriate finishing tools to match adjacent existing finish. The front-face form shall not be removed before the concrete has taken the initial set and has sufficient strength to carry its own weight. Gutter forms and rear forms shall not be removed until the concrete has hardened sufficiently to prevent damage to

Page 33: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

32

the edges. Any portion of the curb, gutter, sidewalk or driveway that is damaged shall be replaced by the Contractor. The Contractor shall grade the adjacent areas to conform to the existing conditions. This may include placing topsoil. Topsoil shall be procured and imported from a local supplier. The Contractor shall restore private property improvements to existing or better condition. Surface Restoration The Contractor shall grade the adjacent areas to conform to the existing conditions. This may include placing fill. The Contractor shall restore private property improvements as described in “Existing Facilities” Section of these Special Provisions. For conform grading within the public right of way outside of the hardscape areas, the Contractor shall place mulch once grading is complete. Sidewalk and Driveways Sidewalk shall conform to the existing conditions and shall be set at grades conforming to accessibility requirements. All sidewalk and residential driveway replacement shall be completed per Contra Costa County or Caltrans standard plans, as applicable. Curb and Gutter The Contractor shall establish positive drainage for repair of all curbs and gutters located adjacent to sidewalks and driveways. Concrete curb and gutter adjacent to curb ramps and driveways are considered part of the bid item for concrete curb ramps and driveways. Accessible Curb Ramps The Contractor shall construct curb ramps as detailed in the 2015 Caltrans Standard Plans. The Contractor shall place a cast in place detectable warning surface that must comply with yellow color number 33538. The Contractor shall guarantee in writing the warning surface for a period of five years (5) from date of completion. The guarantee includes defective work, breakage, deformation, and loosening of tiles. Asphalt Plugs The Contractor shall place asphalt plugs adjacent to new vertical curbs and gutters. The Contractor shall scarify and re-compact the subgrade as described in these Special Provisions and place hot mix asphalt as described in the “Asphalt Concrete Pavement” section, to a depth of at least nine (9) inches. Conform Grading and Restoration Installation of curb ramps and sidewalks may require conform grading as shown in the Plans. The Contractor shall cut and fill in accordance with Section “Earthwork” of these Special Provisions, restore planting, and irrigation to equal or better condition. In conform areas adjacent to the sidewalk improvements, contractor to hand broadcast a seed mix using native grasses to the Town of Moraga. The Engineer pays for this work as part of the sidewalk item of work.

Page 34: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

33

Measurement and Payment Concrete curbs shall be paid as follows: The contract prices paid per linear foot of Concrete Curb and Gutter [Bid Item #307] and Concrete Vertical Curb [Bid Item #308] includes full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in saw cutting, asphalt removal, earthwork, disposal of unsuitable materials, preparing the subgrade, furnishing and compacting the aggregate base, doweling into the existing concrete, furnishing and placing concrete, furnishing and placing curing compound, asphalt plugs, conform grading, and landscape/hardscape replacement as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor. The contract unit price for “Concrete Sidewalk” [Bid Item #309], “Concrete Curb Ramp” [Bid Item #310],“Concrete Driveway” [Bid Item #311], and “Concrete Cycle Track” [Bid Item #312] shall be paid per square foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in saw cutting, asphalt removal, earthwork, disposal of unsuitable materials, preparing the subgrade, furnishing and compacting the aggregate base, doweling into the existing concrete, furnishing and placing concrete, furnishing and placing curing compound, asphalt plugs, furnishing and installing detectable warning surfaces, and landscape/hardscape replacement as shown as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor. Full compensation for furnishing and replacing Class 2 aggregate base under new concrete shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. Full compensation for furnishing and installing dowels and epoxy required for the concrete construction shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. Full compensation for applying curing compound to all exposed faces of the concrete surface shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. Full compensation to procure, deliver, place, spread, and compact imported topsoil material shall be considered as included in the contract prices for the various contract items of work involved, and no additional compensation shall be allowed therefor.

CONCRETE WALLS The Contractor shall install bioretention planters as shown in the Plans. The planters shall include a wall for the entire perimeter of the rain garden area with reinforced braces that shall be installed every 10 feet composed of Portland Cement Concrete. The concrete shall have a minimum 28 day compressive strength of at least 3000 PSI. Steel reinforcement shall be installed as shown. The Contractor shall be responsible for installing and removing form work as necessary to install the walls. Measurement and Payment Installation of the concrete bioretention planter wall shall be paid for on a linear foot basis.

Page 35: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

34

Measurement will be based on the length of wall installed as determined by field measure. The contract unit price paid per lineal foot for “Bioretention Curb Wall” [Bid Item #313] and “Bioretention Brace Wall” [Bid Item #314] includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in installing the way, including excavation, disposal of unsuitable materials, installing and removing form boards, and placing reinforcement, as shown in the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

PAVEMENT MARKINGS, STRIPING, AND MARKERS Pavement markings, markers and striping including crosswalks shall conform to Section 84-2 “Traffic Stripes and Pavement Markings” of the Caltrans Standard Specifications. The Contractor shall install all striping, markers, and markings of the types and in the locations as shown in the Plans. The Contractor shall first “cat track” the striping and provide at least 48 hours of advance notice to the Engineer to review layout prior to applying markings, striping, and markers. All striping and markings shall be thermoplastic along Moraga Road except as indicated on the plans. The contractor shall coordinate with the Engineer in regards to the location of the non-thermoplastic striping at the future crosswalk. Stop bars are paid as cross walk stripes. The contractor shall paint the curb thermoplastic red at locations indicated in the Plans. Measurement and Payment The contract price per each:

“Traffic Striping: Thermoplastic A20A Detail 8” Bid Item #401]

“Traffic Striping: Thermoplastic A20A Detail 22” [Bid Item #402]

“Traffic Striping: Thermoplastic A20B Detail 32” [Bid Item #403]

“Traffic Striping: Thermoplastic A20D Detail 38A” [Bid Item #404]

“Traffic Striping: Thermoplastic A20D Detail 39” [Bid Item #405]

“Traffic Striping: Thermoplastic A20D Detail 39A” [Bid Item #406]

“Traffic Striping: Thermoplastic Detail A24E” [Bid Item #407]

“Traffic Striping: Thermoplastic Detail A24F (12” White Basic)” [Bid Item #408]

“Traffic Striping: Thermoplastic Detail A24F (White Ladder)” [Bid Item #409]

“Traffic Striping: Thermoplastic Detail A24F (Yellow Ladder)” [Bid Item #410]

“Traffic Striping: Thermoplastic White 4” Line [Bid Item #411]

“Traffic Striping: Thermoplastic Bike Lane Buffer” [Bid Item #412]

“Traffic Striping: Green Bike Box” [Bid Item #413]

These items shall be paid per linear foot and includes full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work complete and in place as shown as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor. The contract price paid per square foot for “24” Yellow Hash Bars” [Bid Item #414] and “Pavement Markings and Legends” [Bid Item #415] shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work complete

Page 36: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

35

and in place as shown as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor. The Engineer will pay for legends the same regardless of size, type, or color. The painting of red curb and the work to install blue pavement reflectors at each fire hydrant shall be considered as included in the prices paid for the various contract items of work related to other striping and pavement marking work and no separate payment will be made therefore.

RECTANGULAR RAPID FLASHING BEACONS Each RRFB shall consist of a cabinet-based solar engine. The industry-standard cabinet will house the charge controller, flash controller, on-board user interface, wireless communications, and battery. The solar panel will be mounted separately from the cabinet and shall be available in top-of-pole and side-of-pole options. Each RRFB shall include two light bars. The RRFB shall conform to all provisions of the MUTCD, Interim Approval IA-21 including flash pattern. Mechanical Specifications The control cabinet shall be constructed from aluminum with a lockable industry standard #2 lock and tamper-proof hinged door. The battery shall be mounted inside the cabinet with no external control cabinet or battery cabinet required. The control cabinet shall be vented to provide air circulation and cooling of the battery and electronic system. The vents shall be screened to prevent ingress by insects and debris. The overall weight of the control cabinet shall not exceed 90lbs (41 kg) with the battery installed and shall have the approximate dimensions: 24” H x 16” W x 8” D (61cm H x 41cm W x 21 cm D). For top of pole mounting, the solar panel shall be supplied with a fixed tilt angle of 45 degrees and shall be able to be oriented toward the equator with no additional mounting hardware. Fasteners shall be stainless steel. Fixtures The light bars shall be current-driven LED strings without active electronics. The LEDs shall be driven by pulse-width modulated fixed current. The light bar housing shall be constructed from aluminum and shall have the approximate dimensions: 24” L x 1.5” D x 4.5” H (61.0 cm L x 3.8 cm D x 11.4 cm H). Each light bar shall conform to all provisions of the MUTCD and FHWA requirements. Each of the two modules in a light bar shall have 8 LEDs and shall be purpose-built by the manufacturer of the RRFB including the optics. The optics shall be premium, UV-resistant polycarbonate. Each end of a light bar shall include a side-emitting pedestrian confirmation light composed of a single LED. Users shall have the option of using both confirmation lights for median applications, or covering one confirmation light with an included sticker for side-of-road applications. The light bar shall be mounted to the post or pole using a separate bracket assembly to facilitate mounting two light bars back-to-back (bi-directional) and to allow the light bar(s) to rotate horizontally for aiming. The light bar bracket shall be constructed from galvanized or stainless steel and shall have both banding and bolting mounting options and shall be able to be mounted to all specified pole types. The light bar assembly shall open for access to the wiring connections for the LED modules. LED modules shall be rated to NEMA 3R. Fasteners shall be stainless steel.

Page 37: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

36

Configuration The RRFB cabinet shall house an auto-scrolling LED on-board user interface that provides on-site configuration adjustment, system status and fault notification. The user interface shall provide a display of four (4) alphanumeric characters and three (3) control buttons to navigate and change settings, and activate functions. When editing the configuration, the user interface will flash the display indicating it is ready to accept editing, and will flash the display rapidly 3 times to indicate the setting change has been accepted. The flash duration shall be adjustable in-the-field from 5 to 60 seconds in one second increments, 60 to 1,200 seconds in 60-second steps, and 3,600 seconds. Default flash duration shall be 20 seconds. The system shall provide configurable nighttime intensity settings ranging from 10% to 100% of daytime intensity. The system shall be capable of enabling or disabling ambient brightness auto-adjustment. This feature allows the system to provide optimal output brightness in relation to ambient light levels while always maintaining adherence to SAE J595 Class I specifications. If enabled, the ambient brightness auto-adjustment shall adjust output to a range between 50% and 100% of daytime intensity. The User Interface shall provide viewing and/or programming access for the following:

Activation Duration (5 to 60, 60 to 1200, or 3600 seconds)

Digital output that is active during the flashing cycle that allows the control of external devices such as crosswalk illumination. Digital output shall be configurable for night operation only or operation day or night

Radio Channel (Choice of 1 to 14)

Radio Status

Night Intensity Setting

Adjustment for Ambient Daytime Brightness

Self-Test / BIST (Built-In Self-Test) including the detection of shorts or open circuits in the fixture outputs

Battery Status – General description and actual battery voltage

Day or Night Status (as determined by dedicated photosensor not solar panel output)

Solar Panel Voltage

Automatic Light Control. If this safety feature is enabled, it allows the RRFB to temporarily reduce the intensity of the light bars to maintain energy equilibrium. The user interface shall report the amount of dimming being applied in the range of 10% to 100%

Daily activations averaged over 90 days

Pushbutton detection

Firmware Version number Solar Panel System The RRFB shall be offered with one 20-watt, 50-watt, or 80-watt 18-volt solar panel supplied with mounting hardware and bypass diode. Nominal voltage of the RRFB shall be 12 volts. Electrical connections on the back of the solar panel shall be contained within an enclosure that prevents accidental contact with either of the power leads. The solar charging system shall use maximum power point tracking (MPPT). Battery System The control cabinet shall house one 33 Ah, 75 Ah or 100 Ah sealed 12-Volt valve-regulated AGM lead-acid maintenance-free battery. The battery shall be equipped with a fast-acting 7-

Page 38: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

37

Amp cartridge fuse on the positive lead. The battery charging system shall be 3-stage and incorporate temperature-compensation to prevent battery overcharging in hot weather. The battery, in conjunction with recommended RRFB performance, shall be designed for a demonstrable service life of 5 years. The operating temperature range of the battery shall be -40 to 161˚ F (-40 to 72˚ C). Batteries shall be supported from the sides by rubber bumpers and shall be secured in place with straps. Radio System The radio system shall operate at 2.4GHz. Upon detection of a pushbutton press, an RRFB will broadcast an activation to all other nearby RRFBs sharing the same channel.The RRFB shall have the capability to activate other RRFBs by wireless communications within 1,000 feet (304 meters). The RRFB shall have a minimum of 14 unique channels that can be configured on-site to avoid inadvertent activation of nearby systems. The antenna shall be a low-profile “button” shape that cannot be bent or broken by vandals Operation Specifications The RRFB shall meet the minimum photometric specifications of the Society of Automotive Engineers (SAE) standard J595 Class I dated January 2005. A photometric report by a certified third-party testing laboratory shall be provided to demonstrate compliance with J595. The color of the yellow light bar indications shall meet the specifications of SAE standard J578 (Color Specification) dated December 2006. The RRFB shall have the capacity to provide 660 20-second activations per day year-round using the applicable peak sun hours insolation available at the installation location. Refer to Section 8. Solar Simulations for details on insolation data sources. The controller shall be able to support up to 1.4 amps combined current through the RRFB fixtures simultaneously. The system shall use a dedicated light sensor to detect night and day states and apply any optionally-enabled intensity adjustments. Activations The system shall be capable of activation by pushbutton and passive microwave detection. The pedestrian push buttons that shall have an LED indicator with audible tone with Piezo control and shall be ADA compliant and MUTCD-2009 4E compliant for momentary operation. The RRFB shall be capable of operating with either 1 or 2 pushbuttons. The RRFB shall be available with:

Polara XAVCU2 talking pushbutton control system and the XAV2E audible pushbutton

Campbell Guardian Talking Pushbutton

MS Sedco Smartwalk Custom voice chips shall be available for the XAV2E talking pushbutton. All RRFBs in the system shall initiate activation simultaneously within 150ms of activation. If an additional activation occurs while the system is activated, the flash duration shall reset. If the RRFB has ceased operation, any subsequent activation shall activate the RRFB without delay regardless of how recently the RRFB ceased operation. Solar Simulations Detailed solar simulations shall be provided as evidence that the RRFB is capable of the

Page 39: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

38

claimed performance at a specific location. Solar Simulations shall be composed of three calculations: Energy Balance, Array-to-Load Ratio (ALR), and Autonomy. The manufacturer or bidder shall provide a detailed analysis of these three calculations in an “Energy Balance Report”. Monthly average sunlight (insolation), night length and temperature data for a specific, declared location shall be from recognized public sources such as the NASA Atmospheric Sciences Data Center. All sources shall be cited exactly and accessible online without cost to allow verification of the data. During a normal 24-hour cycle of operation, an RRFB will take energy in from the sun and consume energy through the flashing of the light bars, radio communication, and general quiescent power draw. Energy Balance refers to the evaluation of these energy values to determine overall system sustainability and resistance to variances in sunlight and activation load. Calculations shall be performed for the “Worst Month” of the year where worst month is determined by the lowest value of Energy-In divided by Energy-Out. Autonomy is the number of days that the RRFB can continue to operate normally in the absence of any solar charging. RRFB autonomy shall be a minimum of 5 days. Environmental Testing The RRFB cabinet and light bars shall be rated to a minimum of NEMA 3R. The RRFB shall be FCC certified to comply with all 47 CFR FCC Part 15 Subpart B Emission requirements. The RRFB shall be manufactured in the USA and shall be Buy American compliant. Manufacturer shall provide a 5-Year Limited Warranty.The Manufacturer shall be ISO 9001 certified. Measurement and Payment The contract prices paid per each “Rectangular Rapid Flashing Beacon System” [Bid Item #416] includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in installation of the system including saw cutting, removing asphalt, removing concrete, trenching, restoration, furnishing poles, foundation work, trench backfilling, and disposal of unsuitable materials complete and in place, as specified in the Standard Specifications and these Specifications, and as directed by the Engineer.

TRAFFIC SIGNS AND BARRICADES The Contractor shall provide traffic signs and posts of the type and in the locations as shown in the Plans. The signs shall be installed consistent with Section 82 “Signs and Markers” of the Caltrans Standard Specifications. Measurement and Payment The contract unit price paid per each for “Traffic Sign, Post and Foundation” [Bid Item #417] shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in providing and installed road side signs as specified in the Caltrans Standard Specifications and these Special Provisions, and as directed by the Engineer. The Engineer will pay for signs the same regardless of size, type, or color.

Page 40: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

39

RADAR SPEED FEEDBACK SIGN

The Contractor shall provide a pole-mounted solar-powered radar speed feedback sign of the type and in the locations as shown in the Plans, mounted to the same pole as the Speed Limit (R2-1) sign. Measurement and Payment The contract unit price paid per each for “Radar Speed Feedback Sign” [Bid Item #418] shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in providing and installed road side signs as specified in the Caltrans Standard Specifications and these Special Provisions, and as directed by the Engineer.

STORM DRAIN PIPE Storm drain pipe installation shall be in accordance with Section 64 of the Standard Specifications and these Special Provisions. Storm drain pipe shall conform to ASTM F2619/F2619M for High-Density Polyethylene (HDPE) gravity storm drain pipes and fittings. Compaction of bedding, haunching, and initial backfill shall extend to the trench wall. Adequate and uniform support shall be provided under the pipe to avoid differential settlement and suitable excavation shall be made to receive the bell end of the pipe. All adjustment to line and grade shall be made by scraping away or filling in with sand, gravel, or granular material under the body of the pipe, and not by wedging or blocking. Where an unstable trench bottom is encountered the existing material shall be removed and replaced with six inches (6”) of Class I, II, or III materials at 90% minimum relative compaction. In this location the same Class I, II, or III material shall be used for the haunching and initial backfill zones. The initial stage of haunching shall consist of hand tamping material at the sides and under the pipe at six-inch (6") maximum lifts to the spring line in order to provide adequate support. The Contractor shall call for inspection of the haunching operation prior to placing initial backfill. Failure to call for haunching inspection shall be just cause for rejection of all pipe work. Initial backfill shall be placed to a point at least six inches (6") above the top of pipe. Compaction for the initial backfill shall consist of hand tamping or mechanical tamping at 1.0’ maximum lifts. Extreme caution shall be taken during mechanical tamping to avoid deflection of the pipe. The type and size of mechanical equipment to be used in the initial backfill operation shall be approved by the Engineer. Both zones of haunching and initial backfill shall be compacted by hand or mechanical tamping to a 90 percent minimum relative compaction. Neither jetting nor flooding will be allowed in haunching or initial backfill zones. The remainder of the backfill operation shall be in accordance with the plans. The Engineer may require compaction testing. All costs associated with the initial compaction tests shall be borne by the Owner; all subsequent retesting shall be paid for by the Contractor.

Page 41: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

40

All pipe shall be laid with bell end "upgrade", unless otherwise permitted by the Engineer. All storm drain laterals shall have a minimum cover of 12" from the top of the pipe the bottom of the asphalt pavement section. In cases where this does not exist, the pipe shall be encased in concrete. Pipe deflection shall be in accordance with the manufacturer's recommendations. Relative compaction of not less than 95 percent shall be obtained in all trenches within the paved portion of the right-of-way for a minimum depth of 2.5 feet below finished grade. At the end of each day’s work all trenches outside the paved section shall be backfilled or properly covered and barricaded to the satisfaction of the Engineer. Within the paved section of the existing roadway, a temporary "cold mix" patch shall be placed to grade at the end of each day's work. A "hot mix" patch shall be placed in all paved sections and approved by the Engineer prior to completion of the project. Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for safe, convenient, and workmanlike prosecution of the work. Under no circumstances shall the pipe or accessories be dropped or dumped into the trench. Before lowering and while suspended, the pipe shall be inspected for defects. Any defective, damaged, or unsound pipe shall be rejected and sound material furnished. When the installation of new facilities interferes with the existing storm water flow, the Contractor shall provide a satisfactory bypass system at his expense. Where ground water is present, the bottom of the trench shall be kept entirely free of water during pipe laying operations and pumping shall continue until backfilling has progressed to a sufficient height to prevent flotation of the pipe. Water shall be disposed of in such a manner as to cause no property damage or be a hazard to public health. Full compensation for handling any ground water intrusion shall be considered as included in the price paid for the various Contract items of work and no additional compensation will be allowed. Measurement and Payment The unit price paid per linear foot for “12” HDPE Storm Drain Pipe” [Bid Item #501] and “6” Perforated Pipe” [Bid Item #502] shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Storm Drain Pipe installation including trenching, plugging end of pipes, connecting to existing structures, backfilling, shoring, dewatering compacting, testing, complete and in place, all as specified in the Standard Specifications, these special provisions, and as directed by the Engineer, and no additional compensation will be allowed.

STORM DRAIN STRUCTURES Storm drain inlets shall be constructed as shown on the Contract Documents. All pipe materials, related appurtenances, pipe bedding, and trench backfill shall conform to the requirements of the American Society for Testing and Materials (ASTM) Standard Specifications and these Special Provisions. Storm drain inlets shall meet the requirements of Caltrans Specifications Section 51, “Concrete

Page 42: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

41

Structures”. The assembly of all fittings and manhole connections shall be in accordance with the manufacturer’s specifications and shall be approved by the Engineer. Manhole connections shall be achieved by use of manhole coupling adapters, rubber ring water stops, or other approved methods. Measurement and Payment The unit price payed per each for “Storm Drain Drop Inlet” [Bid Item #503] and “Storm Drain Cleanout” [Bid Item #504] includes full compensation for furnishing all the labor, materials, tools, equipment, incidentals, and for doing all the work involved in installing the area drains, drain inlets and manholes (including grate and frame), excavation, backfill and compaction complete in place, all as specified in the Standard Specifications, these special provisions, and as directed by the Engineer, and no additional compensation will be allowed.

IRRIGATION SYSTEM The work included in this section provides a new irrigation connection and laterals to provide irrigation for landscape planting within the bioretention areas and to provide a future stub-out for the Owner to extend the irrigation system. The work includes:

A. Trenching, stockpiling, excavation, backfill materials and refilling trenches. B. Furnishing materials and installation for complete system including piping, backflow

prevention assembly, valves, fittings, sprinkler heads, bubblers, automatic controls and final adjustment of heads to insure complete and uniform coverage.

C. Line voltage connections to the irrigation controller and low voltage control wiring from controller to remote control valves.

D. Replacement of unsatisfactory materials. E. Clean-up, inspection and approval. F. All work of every description mentioned in the specification and/or addenda thereto, and

all other labor, and materials reasonably incidental to the satisfactory completion of the work, including clean-up of the site, as directed by the Owner’s representative.

G. Tests. H. Record drawings.

Measurement and Payment The unit price paid per linear foot for “2” Irrigation Line” [Bid Item #505] shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in irrigation pipe installation including trenching, plugging end of pipes, backfilling, shoring, dewatering compacting, testing, complete and in place, all as specified in the Standard Specifications, these special provisions, and as directed by the Engineer, and no additional compensation will be allowed. The unit price paid per each “2” Backflow Preventer” [Bid Item #506] includes full compensation for furnishing all the labor, materials, tools, equipment, incidentals, and for doing all the work involved in installing the backflow preventer, excavation, backfill and compaction complete in place, all as specified in the Standard Specifications, these special provisions, and as directed by the Engineer, and no additional compensation will be allowed.

EBMUD WATER METER SERVICE

Page 43: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

42

The Contractor shall coordinate construction with EBMUD to provide a new irrigation service and meter for the bioretention planters irrigation line. Measurement and Payment The unit price paid for the EBMUD Water Meter and Service [Bid Item #507] is the direct cost for the work as provided by EBMUD. Any leftover cost does not constitute as profit for the Contractor. The price paid for coordinating the installation of the new service and water meter with EBMUD shall be considered as included in the prices paid for the various irrigation items of work and no additional compensation will be allowed therefor.

ADJUST UTILITY APPURTENANCE TO GRADE This work shall consist of adjusting to grade Town or public utility owned facilities such as survey monuments, benchmark monuments, manholes, valves, and pull box covers, lids and frames. No facility shall be raised to final grade until the adjacent pavement or surfacing has been completed. The Plans may not show the locations of all utilities that may require adjustment. The Contractor shall review field conditions and record the location of all facilities requiring adjustment. The list shall be reviewed with the Engineer. The Contractor shall note that some utilities may be buried under asphalt; these will also require adjustment. Adjustments include modifying the utility structure below the grinding plane and raising to the finish grade, including all excavation (including removing and reconstructing concrete anchor block, if such exists), backfill, and temporary and permanent repair to the surrounding asphalt concrete surface. The Contractor shall adjust all facilities to grade and follow the respective utility companies’ standards. Manhole Adjustments This work includes all Town owned sanitary sewer or storm drain manholes to grade. All work shall be in accordance with industry standard practice. Materials used to accomplish the adjustments shall be at least equal in quality to those in the original structure. Cast iron adjusting rings shall not be used to accomplish the adjustment. Manhole covers shall be adjusted without disturbing the precast concrete cone. The Contractor shall be responsible for replacing all numerical markings currently painted on the street’s surface. The existing gas valves belong to the Pacific Gas and Electric Company (PGE). The Contractor shall coordinate with PGE for the adjustment of their facilities. Utility Boxes The Contractor shall coordinate relocation of electrical, telephone, and cable television boxes with the respective utility owner and shall adjust under their supervision. These require both vertical and horizontal adjustment. The unit price paid is the same regardless of size or box type.

Page 44: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

43

Measurement and Payment The contract price per each:

“Adjust Storm Drain Catch Basin to Grade” [Bid Item #508]

“Adjust Storm Drain Manhole to Grade” [Bid Item #509]

“Adjust Telephone Manhole to Grade (Revocable Bid Item)” [Bid Item #512]

“Adjust EBMUD Valve to Grade (Revocable Bid Item)” [Bid Item #513]

“Adjust EBMUD Water Meter to Grade (Revocable Bid Item)” [Bid Item #514]

“Adjust Sanitary Sewer Manhole to Grade (Revocable Bid Item)” [Bid Item #515]

“Adjust Traffic Signal Box to Grade (Revocable Bid Item)” [Bid Item #516]

“Adjust Gas Valve to Grade (Revocable Bid Item)” [Bid Item #517]

“Adjust Telecommunications Box Lid to Grade (Revocable Bid Item)” [Bid Item #518]

“Adjust Communications Box Lid to Grade (Revocable Bid Item)” [Bid Item #519] These items shall be paid per each and includes full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work complete and in place as shown as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor. Adjusting existing manholes to grade shall include adjusting cone sections. Adjusting existing valve boxes to grade shall include extension of valve stems. Adjusting manholes, valves and monuments are contingent bid items. If these contingent bid items are not accepted, then the provisions of this section shall not apply. The reduction of this item shall not constitute a basis for claim by the Contractor for extra payment or damages.

STANDARD STREET MONUMENT The Contractor shall notify the Engineer 48 hours prior to performing any work affecting a survey monument. The Contractor shall bear the expense of replacing any monument that may be disturbed without the direction of the Engineer as described in 1-10 - CONSTRUCTION STAKING. Survey/Benchmark Monuments It is the responsibility of the Contractor to save and protect any existing survey monuments which are not identified for removal and replacement on the project plans. In the event that disturbance or destruction of a survey/benchmark monument is imminent, regardless of whether removal and replacement is indicated on the project plans, the Contractor shall contact the Engineer at least seventy-two (72) hours in advance. The Contractor will be required to employ the services of a California licensed surveyor to set reference points (RPs) to the survey monument such that it can be reset in its original position at his/her sole expense. If the specified notice is not given to the Engineer and/or the survey monument is disturbed or destroyed without reference points having been set, the Engineer will have the original position of the survey monument re-established by a licensed surveyor and the associated land surveying costs will be at the Contractor’s sole expense and will be deducted from the Contractor’s pay letter. Otherwise, the Contractor shall replace survey monuments as specified on the plans. The Contractor will be required to employ the

Page 45: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

44

services of a California licensed surveyor to set reference points (RPs) to the survey monument such that it can be reset in its original position. The construction of new monuments and resetting of the existing monuments shall be performed at the direction of the Engineer and shall be performed in the presence of the Engineer. The Contractor shall retain a licensed Land Surveyor in the State of California to set the straddlers for the new monuments. The Contractor shall be responsible for constructing the new survey monuments as shown in the Plans. When complete, the Contractor shall be responsible for the preparation and submittal of a Record of Survey prepared by a license Land Surveyor in the State of California. Adjustments to monuments may need to done that include modifying the utility structure below the grinding plane and raising to the finish grade, including all excavation (including removing and reconstructing concrete anchor block, if such exists), backfill, and temporary and permanent repair to the surrounding asphalt concrete surface. Measurement and Payment The contract price for “Adjust Monument to Grade” [Bid Item #510] shall be paid per each and includes full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work complete and in place as shown as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor. Monument is a contingent bid item. If these contingent bid items are not accepted, then the provisions of this section shall not apply. The reduction of this item shall not constitute a basis for claim by the Contractor for extra payment or damages.

TRAFFIC SIGNAL LOOP DETECTORS The Contractor shall furnish and install traffic signal loop detectors as described in Section 86-5 Detectors of the Standard Specifications in the locations as shown in the Plans. The exact locations and quantities of the existing traffic signal loop detectors are unknown and are thus contingent bid items. Measurement and Payment Loop Detectors is a contingent bid item. The contract lump sum price paid for Loop Detectors [Bid Item #511] includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing traffic signal loop detectors, conductors, and boxes as shown on the Plans, as specified in the Standard Specifications, these Specifications, and as directed by the Engineer.

LANDSCAPING This section includes all work to furnish all labor, materials, equipment, rentals, facilities, transportation, incidentals, excavations, submittals and services for installation of plant material and related work as shown on the drawings and/or specified herein including all topsoil, compost, headers, fertilizer, organic materials, plant materials, plant labels, mulch, maintenance, warranties and all other incidentals to planting work and as necessary for a complete and full installation of Landscape Planting. The Contractor shall coordinate with the Owner’s maintenance department regarding planting

Page 46: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

SECTION 1 - IMPROVEMENT DETAILS

45

for the bioretention planters. SOIL TESTING Provide soil analysis from an approved testing laboratory. Soil analysis using Saturate Media Analysis will not be allowed and rejected outright for soil analysis. Soil analysis shall include pH, salinity, sodium hazard, boron hazard, lime content, organic matter, soil texture and available nutrient levels. Submit test results, analysis, and recommendations for:

1. Bioretention Soil Mix

CLASS II PERMABLE BACKFILL (DRAIN ROCK) Upon achieving the grade as defined in the Plans, the Contractor shall install Class II permeable material in accordance with Section 68 of the Standard Specifications compacted to 95% relative compaction in accordance with ASTM D-1557. BIORETENTION SOIL MIX Soil mix shall have a minimum percolation rate of 5” per hour and be amended per Soil and Plant lab test results. Depth of soil shall be as specified on the Civil Engineer plans. Measurement and Payment The contract price for “Landscaping” [Bid Item #601] shall be paid per square foot and includes full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work complete and in place as shown as shown on the Plans and as directed by the Engineer and no additional compensation will be allowed therefor. The contract unit price paid per cubic yard for “Bioretention Soil Mix” [Bid Item #602] shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in excavation, disposal of unsuitable materials, providing, placing and compacting Bioretention Planter Soil and other incidental work, as shown on the Plans, and as specified in the Standard Specifications and these Specifications, and as directed by the Engineer and no additional compensation will be allowed therefor. The contract unit price paid per cubic yard for “Bioretention Drain Rock” [Bid Item #603] shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying providing, placing and compacting class II permeable and other incidental work, as shown on the Plans, and as specified in the Standard Specifications and these Specifications, and as directed by the Engineer and no additional compensation will be allowed therefor. The Engineer will measure Class II permeable backfill by the in-place volume determined from length, width, and depth measure. It will not be based on the volume or weight of material delivered to the site.

Page 47: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

APPENDIX A

MORAGA QUALITY ASSURANCE PROGRAM

Page 48: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

QUALITY ASSURANCE PROGRAM

JANUARY 2016

Page 49: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

Town of Moraga Quality Assurance Program

1

INTRODUCTION The Town of Moraga (Town) has adopted this Quality Assurance Program (QAP) to ensure that the materials and workmanship incorporated into our construction projects are in conformance with contract specifications. This program is periodically reviewed and updated a minimum of every five years.

The QAP has been approved by the Public Works Director/Town Engineer, Edric Kwan, and a registered Civil Engineer in the State of California. A copy of the QAP shall be kept on file and available for Caltrans review.

SCOPE This QAP is applicable to federally-funded projects off the National Highway System (non-NHS projects). This adopted QAP is mandatory for federal-aid projects, and must comply with the pertinent sections of Chapter 16.14, “Quality Assurance Program,” of the Caltrans’ Local Assistance Procedures Manual (LAPM) and prepared in conjunction with the Caltrans’ Quality Assurance Program Manual for Use by Local Agencies – revised January 20, 2011. For federally funded projects on the NHS, the Town of Moraga will follow the Caltrans QAP and Chapter 16.14, “Quality Assurance Program,” of the Caltrans’ LAPM.

DEFINITION OF TERMS

Acceptance Testing (AT) – Sampling and testing, or inspection, to determine the degree of compliance with contract requirements.

Independent Assurance Program (IAP) – Verification that AT is being performed correctly by qualified testers and laboratories.

Quality Assurance Program (QAP) – A sampling and testing program that will provide assurance that the materials and workmanship incorporated into the construction project are in conformance with the contract specifications. The main elements of a QAP are the AT, and IAP.

Source Inspection – AT of manufactured and prefabricated materials at locations other than the job site, generally at the manufactured location.

MATERIALS LABORATORY The Town of Moraga will use a private consultant materials laboratory to perform AT on Federal-aid and other designated projects. The materials laboratory shall be under the responsible management of a California registered Engineer with experience in sampling, inspection and testing of construction materials. The Engineer shall certify the results of all tests performed by laboratory personnel under the Engineer’s supervision. The materials laboratory shall contain certified test equipment capable of performing the tests conforming to the provisions of this QAP.

Page 50: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

Town of Moraga Quality Assurance Program

2

The Contractor shall not select or exercise any authority over the laboratory selected to perform the AT. In addition, the Contractor will be restricted from using the same private consultant laboratory for its own quality control testing.

The materials laboratory used shall provide documentation that the laboratory complies with the following procedures:

1. Correlation Testing Program– The materials laboratory shall be a participant in one or more of the following testing programs:

a. AASHTO Materials Reference Laboratory (AMRL) b. Cement and Concrete Reference Laboratory (CCRL) c. Caltrans’ Reference Samples Program (RSP)

2. Certification of Personnel– The materials laboratory shall employ personnel who are certified by one or more of the following:

a. Caltrans District Materials Engineer b. Nationally recognized non-Caltrans organizations such as the American

Concrete Institute, Asphalt, National Institute of Certification of Engineering Technologies, etc.

c. Other recognized organizations approved by the State of California and/or Recognized by local governments or private associations.

3.Laboratory and Testing Equipment– The materials laboratory shall only use laboratory and testing equipment that is in good working order. All such equipment shall be calibrated at least once each year. All testing equipment must be calibrated by impartial means using devices of accuracy traceable to the National Institute of Standards and Technology. A decal shall be firmly affixed to each piece of equipment showing the date of the last calibration. All testing equipment calibration decals shall be checked as part of the IAP.

The Resident Engineer shall keep copies of the certifications for the laboratory and the individual personnel performing the AT on the project. The laboratory is responsible for performing the calibrations and providing the Engineer with calibration records.

ACCEPTANCE TESTING (AT) AT will be performed by a materials laboratory certified to perform the required tests. The tests results will be used to ensure that all materials incorporated into the project are in compliance with the contract specifications.

Testing methods will be in accordance with the Caltrans (CT) Methods or a national recognized standard (i.e., AASHTO, ASTM, etc.) as specified in the contract specifications.

Sample locations and frequencies may be in accordance with the contract specifications. If not so specified in the contract specifications, samples shall be taken

Page 51: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

Town of Moraga Quality Assurance Program

3

at the locations and frequencies as shown in Attachment #1 (Appendix D, “Acceptance Sampling and Testing Frequencies” of the Caltrans QAP Manual). AT frequencies may be modified in writing by the Engineer at his/her discretion.

The Engineer shall maintain a material and testing “Summary Log” for each material requiring multiple sampling and testing as defined in the contract specifications or frequency tables in Attachment #1. The “Summary Log” shall include appropriate data such as station location, depth of test sample, approximate quantity of material represented by the test sample, test result, and tester. Failing tests results require retesting of the material with cross references of the retest to the initial failing test result previously entered in the “Summary Log.”

Whenever failures occur, sufficient additional acceptance tests should be taken to isolate the affected work. Documentation of the results of such additional tests shall be included in the records, including a description of the corrective measures taken.

The frequency of sampling and testing is intended as a guide under normal conditions. Material well within specifications and uniform in character may result in less frequent sampling and testing, whereas borderline materials may need an increase in the frequency of testing to assure specification compliance. Materials supplied from reliable sources and proven by frequent testing to be of uniform high quality, may subsequently receive less sampling and testing than indicated in the contract specifications; however, deviations from the prescribed frequency must be noted and explained in the material testing records. When materials are being furnished intermittently, with interruptions of several days or weeks, the frequency of sampling and testing should be increased to assure that specification materials are being incorporated into the work.

Minor Quantities Relatively minor quantities of construction materials may be accepted without testing provided acceptance conforms to the conditions stated below. Generally, this provides for accepting minor quantities of materials from a commercial source that is known to be a supplier of specification material.

1. The Engineer, on the basis of a visual examination, may accept minor quantities of materials without testing provided the source of the supplies has recently furnished similar materials found to be satisfactory using normal sampling and testing requirements.

2. Acceptance of a product may be established on the basis of certification by the manufacturer or supplier that the material furnished complies with all specification requirements.

Documentation for acceptance of material as described above must be provided and included in the project records. Documentation should include statements in the project inspector’s reports that clearly indicate conditions under which the material was accepted (e.g., description, quantity, location, where placed, certification numbers and/or other accompanying data).

Page 52: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

Town of Moraga Quality Assurance Program

4

The following list suggests approximate maximum quantities of materials that may be accepted under the conditions indicated above:

Aggregates other than for use in Portland Cement Concrete--not to exceed 100 tons per day or more than 500 tons per project

Bituminous mixtures/Hot Mix Asphalt--not to exceed 50 tons per day. Sample at Engineer’s discretion if project total is less than 500 tons

Bituminous material--not to exceed 100 gallons per project

Paint--not to exceed 20 gallons per project. Acceptance to be based on weights and analysis on container

Masonry items--check dimensions of products for specification compliance and uniformity of manufacture

Non-reinforced or clay pipe--not more than 100 lineal feet

INDEPENDENT ASSURANCE PROGRAM (IAP) IAP shall be provided by personnel from Caltrans or the consultant’s certified materials laboratory. IAP will be used to verify that sampling and testing procedures are being performed properly and that all testing equipment is in good condition and properly calibrated. For On-NHS projects, LAPM Chapter 16.14 procedures apply. For Off-NHS projects, the Engineer shall verify that its consultant laboratory’s QAP includes IAP procedures for “testing its own testers,” and calibrating its own laboratory equipment.

IAP personnel shall be certified in all required testing procedures, as part of IAP, and shall not be involved in any aspect of AT.

IAP shall be performed on every type of materials test required for the project. Proficiency tests shall be performed on Sieve Analysis, Sand Equivalent, and Cleanness Value tests. All other types of IAP shall be witness tests.

Poor correlation between acceptance tester’s results and other test results may indicate probable deficiencies with the acceptance sampling and testing procedures. In cases of unresolved discrepancies, a complete review of AT shall be performed by IAP personnel, or an independent materials laboratory chosen by the Agency. IAP samples and tests are not to be used for determining compliance with contract requirements. Compliance with contract requirements is determined only by AT.

During witness and split sample testing, acceptance testers should carry adequate identification with them so that Independent Assurance sampling and testing personnel can verify certification of personnel. Acceptance testers without valid identification shall not be allowed to perform sampling and testing.

Split sampling shall be at the Engineer’s discretion if test results are deemed questionable. Material samples will be split and will compare the test results between the Acceptance Tester and the Independent Assurance Sampler and Tester from a second independent lab.

Page 53: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

Town of Moraga Quality Assurance Program

5

REPORTING ACCEPTANCE TESTING RESULTS The following are time periods for reporting material test results to the Resident Engineer:

When the aggregate is sampled at material plants, test results for Sieve Analysis, Sand Equivalent and Cleanness Value should be submitted to the Resident Engineer within 24 hours after sampling.

When materials are sampled at the job site, test results for compaction and maximum density should be submitted to the Resident Engineer within 24 hours after sampling.

When soils and aggregates are sampled at the job site: (1) Test results for Sieve Analysis, Sand Equivalent and Cleanness Value

should be submitted to the Resident Engineer within 72 hours after sampling.

(2) Test results for “R” Value and asphalt concrete extraction should be submitted to the Resident Engineer within 96 hours after sampling.

When sampling products such as Portland Cement Concrete (PCC), cement-treated base (CTB), hot mix asphalt (HMA), and other such materials; the time of such sampling shall be varied with respect to the time of the day insofar as possible, in order to avoid a predictable sampling routine. The reporting of AT results, if not performed by the Resident Engineer’s staff, shall be done on an expedited basis such as by fax or telephone.

TESTING OF MANUFACTURED MATERIALS The Engineer will select the procedures for inspecting, accepting, and testing manufactured or prefabricated materials by either source inspection, job site inspection, and/or certificate of compliance.

The Town of Moraga generally does not have personnel available to conduct source inspections at plants and facilities. During the Design phase of the project, the Project Engineer may submit a “Source Inspection Request” see Attachment #2 (Exhibit 16-V of the LAPM) to the quality assurance consultant or Caltrans for inspection and testing of manufactured and prefabricated materials by their materials laboratory. The procedures for requesting source inspection from Caltrans is outlined in the Chapter 16 of the LAPM.

Should the Agency request Caltrans to conduct the source inspection, and the request is accepted, all sampling, testing, and acceptance of manufactured and prefabricated materials will be performed by Caltrans’ Office of Materials Engineering and Testing Services.

The Town of Moraga may accept manufactured products, materials or assemblies if accompanied by a Certificate of Compliance, provided they do not involve structural integrity or public safety. Such Certificates shall be signed by the manufacturer and shall state that materials and workmanship conform in all respects to the project

Page 54: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

Town of Moraga Quality Assurance Program

6

specifications for the material. A list of materials that can be typically accepted on the basis of certificates of compliance during construction is found in Attachment #3 (Appendix F of the QAP Manual). All certificates of compliance shall conform to the requirements of the contract specifications, for examples see Attachment #4 (Appendix J of the QAP Manual).

In addition to the required Certificate of Compliance, job site inspections will be conducted by the Engineer and/or quality assurance consultant to visually inspect manufactured materials for flaws and defects. The certified material’s lot number and project number shall be identified on the certificate and on lot tags or stenciled on the material. In addition, this data shall be referenced on the inspector’s daily logs and laboratory reports. Certified materials may be sampled and tested again on the job site, and rejected for cause whether in place or not.

For Federal-aid projects on the National Highway System (NHS), Caltrans will assist in certifying the materials laboratory, and the acceptance samplers and testers. For Federal-aid projects off the NHS, Caltrans may be able to assist in certifying the materials laboratory, and the acceptance samplers and testers.

PROJECT CERTIFICATION Upon completion of a Federal-aid project, a “Materials Certificate" shall be completed by the Resident Engineer. The Agency shall include a “Materials Certificate” in the Report of Expenditures submitted to the Caltrans District Director, Attention: District Local Assistance Engineer. A copy of the “Materials Certificate” shall also be included in the Agency’s construction records. The Resident Engineer in charge of the construction function for the Agency shall sign the certificate. All materials incorporated into the work which did not conform to specifications must be explained and justified on the “Materials Certification”, including changes by virtue of contract change orders. See Attachment # 5 for an example (Appendix K of the QAP Manual).

RECORDS All materials records of samples and tests, material releases and certificates of compliance for the construction project shall be incorporated into the Resident Engineer’s project file. If a Federal-aid project:

The files shall be organized as described in Section 16.8 “Project Files” of the Local Assistance Procedures Manual.

It is recommended that the complete project file be available at a single location for inspection by Caltrans and Federal Highway Administration (FHWA) personnel.

The project files shall be available for at least three years following the date of final project voucher.

The use of a “Log Summary,” as shown in Attachment #6 (Appendix H of the QAP Manual), facilitates reviews of material sampling and testing by Caltrans and FHWA, and assists the Resident Engineer in tracking the frequency of testing.

Page 55: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 56: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

APPENDIX B

STANDARD PLANS AND DETAILS

Page 57: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

CPD 17-3, " Implementation of 6-Inch Traffic Lines and Discontinued Use of Nonreflective Pavement Markers" - Attachment 3

Page 58: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

CPD 17-3, " Implementation of 6-Inch Traffic Lines and Discontinued Use of Nonreflective Pavement Markers" - Attachment 3

Page 59: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

CPD 17-3, " Implementation of 6-Inch Traffic Lines and Discontinued Use of Nonreflective Pavement Markers" - Attachment 3

Page 60: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 61: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 62: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 63: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 64: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 65: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 66: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 67: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

APPENDIX C

TRAFFIC TECHNICAL MEMORANDUMS

Page 68: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 69: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)
Page 70: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

TO: Tom Holstein, Caltrans Senior Environmental Planner FROM: Shawn Knapp, Town of Moraga DATE: October 30, 2018 SUBJECT: Traffic Technical Memorandum – Moraga Way and Canyon/Camino Pablo

Improvement Project No. CMSTPL-5415 (014) Background The purpose of the project is to improve accessibility and safety for motorist, bicyclists and pedestrians along two minor arterial roadways. There are two locations for this project within the Town of Moraga. The first portion is along Moraga Way between Moraga Road to Ivy Drive. The second portion is at the intersection of Canyon Road and Camino Pablo. The Moraga Way project will include rehabilitating the existing pavement surface including base repair, milling, and asphalt concrete overlay; approximately 1,500 linear feet of sidewalk gap closure; adjust utility frame to grade; install new concrete sidewalk; replace striping and pavements legends; striping Class II Bike Lanes; replace traffic signal loop detectors; rebuild concrete curb ramps; rebuild concrete driveways. Below is photo Moraga Way near Ivy Drive showing existing Bike Lanes currently without sidewalks to be constructed as part of the project.

Moraga Way Looking Northbound Toward Ivy Drive (Project Limits).

PUBLIC WORKS/ENGINEERING

DEPARTMENT

Page 71: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

The Camino/Canyon project will include narrowing of the existing crossing in the west-east direction of Canyon Road from 4 lanes to 2 lanes by the construction of bulb-outs; rebuilding the existing asphalt pavement section; slurry seal; adjust utility frame to grade; replace striping and pavements legends; bioretention facilities; electrical improvements for new solar powered rectangular rapid flashing beacons; addition/relocation of traffic signs.

Canyon Road Looking Southbound at Camino Pablo Intersection

Construction Notification The Town will provide door hanger construction notification to residents within 300 feet of the project. The notification will provide project information about times of construction, type of work to be performed, contact phone numbers for additional information or issues. Additionally the Town will place electronic message signs and/or stationary signs informational signs to provide advance notice of potential traffic delay periods and include contact numbers for additional information or for reporting of concerns and issues. The Town will contact local schools to inform about and coordinate construction work in effort to lessen impacts during school pick up and drop offs. Additionally the Town while school is session will limit lane closures before 9 AM and after 3:30 PM. Traffic Control During Construction Temporary traffic control systems in accordance with Manual of Uniform Traffic Control Devices and the Town of Moraga standards will be implemented. Town will place electronic message signs and/or stationary signs informational signs to provide advance notice of construction activities. Where there is one lane in each direction, flaggers and advanced warning signage will be provided during construction. Flaggers will direct the

Page 72: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

flow of traffic along the single lane, alternating between northbound and southbound traffic. Where there are multiple lanes in each direction, a single lane in each direction will be accessible within the work area. Both lanes will be open at the end of every day. Pedestrian and cyclist access will be provided through the work zone at all times during construction. The contractor will be required to prepare a site-specific traffic control plan for review and approval by the town’s engineer prior to commencing work and follow the Town’s Work Zone Implementation plans. The construction timeline is approximately six weeks per site for this project. The authorized working hours for the project is 7:30 am to 5:00 pm. Moraga Way Temporary Impacts to Parking and Property Access The street is a minor arterial leading in and out of Town. The project site has bike lanes in each direction and very limited exclusive car parking area. No residential properties affront the project streets. At least one driveway will remain open for all properties with multiple driveways. Properties with a single driveways may only be closed with a 48 hour advance notification to residents for construction activities at that property location with closure not lasting more than 7 days. Alternative parking will be provided with reasonable distance from the effected property. Along Moraga Way, there is limited on-street parking that is not used by businesses and residences. Businesses and residences along Moraga Way have on-site parking and available parking on side streets. The on-street parking that is by Ivy Drive is primarily used during school drop-off hours for Miramonte High School. The Town will coordinate all work with the school directly to address parking and provide-signage to alternate parking areas.

Moraga Way Looking South from Ivy Drive (on-street parking) The Town of Moraga has a fire department located along Moraga Way just North of the School Street intersection. Access to the Fire Station will be available at all times for the Fire Department.

Page 73: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

Moraga Fire Department Moraga Way Temporary Impacts to Bus Stops Along Moraga way, there a several bus stops owned by the County Connection within the project limits. The Town will work with the County Connection to maintain bus stops during construction.

Moraga Way Consistency with Town Bike Plan The Moraga Way portion of the project is consistent with the Town’s Moraga Walk and Bike Plan. Bike lanes are being striped the length of the project that as planned in the Walk and Bike Plan. This road will connect to adjacent bike lanes along Moraga Road and also connects to bike lanes from Orinda.

Page 74: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

Moraga Walk and Bike Plan Excerpt – By Eisen | Letunic

Page 75: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

Overview: Moraga Way between Ivy Drive and Moraga Valley Lane

Page 76: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

Overview: Moraga Way between Moraga Valley Lane and School Street

Page 77: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

Overview: Moraga Way between School Street and Moraga Road Canyon Road Temporary Impacts to Parking and Property Access The street is a minor arterial leading in and out of Town. The project site has bike lanes in each direction and is not striped for exclusive car parking. Canyon Road is not signed for any public parking, thus no public parking will be reduced by construction activities. There are no businesses or residences (including no driveways) affronting Canyon Road and no property access would be affected by construction activities. St. Monica’s Catholic Church Secondary Driveway There is only one property, St. Monica’s Catholic Church, 1001 Camino Pablo Drive, that has a driveway (secondary driveway) along Canyon Road. The church’s two (2) primary driveways are located along Larch Drive and Camino Pablo Drive. Town will coordinate construction activities with church, but with that said the Town will maintain access to the church throughout the project. Canyon Road Consistency with Town Bike Plan The Canyon Road portion of the project is consistent with the Town’s Moraga Walk and Bike Plan. Bike lanes are being striped along Canyon Road as planned in the Walk and Bike Plan. Canyon Road is intended to have bike lanes and transitions to a bike route just south past Camino Pablo.

Page 78: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

St. Monica Catholic Church, 1001 Camino Pablo Road (has 2 alternative driveways driveway along Camino Pablo and Larch Avenue)

Please contact me at (925) 888-7027 or [email protected] if you have any questions. Sincerely, April Miller BKF Engineers Project Manager for Shawn Knapp Town of Moraga, Senior Civil Engineer

cc: Shawn Knapp, Senior Civil Engineer, Town of Moraga Dan Rivas, Caltrans Kevin Tran, Caltrans David Pheh, Caltrans

Page 79: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

Exhibit A: Canyon Road at Camino Pablo limit of work.

Page 80: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

_____________________________________________________________________________ 329 Rheem Boulevard Moraga, CA 94556 (925) 888-7026 (925) 376-5203 FAX

[email protected] www.moraga.ca.us

Exhibit B: Moraga Way from Moraga Road to Ivy Drive limit of work.

Page 81: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

APPENDIX D

WASTE ASSESSMENT FORM

Page 82: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

WASTE ASSESSMENT FORM (To be filled out and submitted to the Engineer before commencing demolition work)

The table below lists debris materials that are routinely generated during construction or demolition. Identify the materials that you estimate will be recycled, salvaged, or landfilled from your project site and the handling procedure, hauler and/or destination of each material type.

Material Type Identify Materials () Handling Procedure, Hauler, or

Final Destination of Material Recycle Salvage Landfill

Asphalt

Brick

Concrete

Dirt/Clean Fill

Masonry

Metals (steel, brass, aluminum, copper, etc.)

Rock/Stone

Vegetative Debris

Wood/Lumber

Other:

Garbage

Please sign and date attesting that the above information is true and correct to the best of your knowledge, that you acknowledge that 40% of your contract retention may be forfeited to the Town for failure to meet the 50% diversion requirement, and that you are responsible for the actions of your subcontractors or other agents with regard to the diversion requirement. CONTRACTOR NAME: ___________________________________ SIGNATURE: ___________________________________________ DATE: ______________

Page 83: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

WASTE ASSESSMENT SUMMARY REPORT FORM (To be filled out upon project completion)

Complete the table below by indicating what was actually done with all the C&D materials from the project and the quantities (by weight) that were recycled, salvaged, or landfilled. All C&D materials must be accounted for whether or not they were recycled or taken to the landfill. Attach receipts and weight tags from all recyclers and landfill locations identifying, 1) date, 2) project number, 3) material type, 4) if materials were recycled, salvaged, or landfilled, and 5) weight of load(s).

Material Type Identify Materials () Handling Procedure, Hauler, or

Final Destination of Material Recycle Salvage Landfill

Asphalt

Brick

Concrete

Dirt/Clean Fill

Masonry

Metals (steel, brass, aluminum, copper, etc.)

Rock/Stone

Vegetative Debris

Wood/Lumber

Other:

Garbage

Please sign and date attesting that the above information is true and correct to the best of your knowledge, that you acknowledge that 40% of your contract retention may be forfeited to the Town for failure to meet the 50% diversion requirement. CONTRACTOR NAME: ___________________________________ SIGNATURE: ___________________________________________ DATE: ______________

Page 84: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

RECEIPT FOR MATERIALS RECYCLED (To be filled out by receiver only if facility does not issue an itemized receipt)

Company or Individual Receiving Material: (Business stamp is acceptable)

Company:

Address:

Town:

Zip:

Phone:

Facility/Individual Type: (Circle one) Recycler Salvager End User

Facility Attendant Signature: (Required)

Construction/Demolition Company: (Business stamp is acceptable)

Company:

Address:

Town:

Zip:

Phone: Contact:

Materials Received:

Material Type

Amount (specify in

cubic yards, lbs,

or tons)

Cost (or payment if

applicable to service)

Intended Use of Material Received

(circle one)

Date Received or Picked Up

Recycle Salvage

Reuse Landfill

Recycle Salvage

Reuse Landfill

Recycle Salvage

Reuse Landfill

Recycle Salvage

Reuse Landfill

Thank you for recycling. Moraga C&D Recycling Receipt. Make extra copies as needed.

Page 85: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

APPENDIX E

MEASURE K FUNDING SIGNAGE

Page 86: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

STREET MAINTENANCE PROJECT

PAVEMENT REPAIR

EXPECT TRAFFIC DELAYS

DATE: MONDAY, JUNE 15 (EXAMPLE)

HOURS: 8:00 AM – 5:00 PM

CONTRACTOR: (NAME)

Note:

1. Notification signs shall be printed with a yellow background.

2. Signs shall be a minimum of 3 feet wide by 3 feet tall.

MEASURE K

DOLLARS AT WORK

Page 87: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

MEASURE K

DOLLARS AT WORK

STREET MAINTENANCE PROJECT

MICROSURFACING SEAL

ROAD CLOSURE

DATE: MONDAY, JUNE 15 (EXAMPLE)

HOURS: 8:00 AM – 5:00 PM

CONTRACTOR: (NAME)

Note:

3. Notification signs shall be printed with a yellow background.

4. Signs shall be a minimum of 3 feet wide by 3 feet tall.

Page 88: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

MEASURE K

DOLLARS AT WORK

STREET MAINTENANCE PROJECT

SLURRY SEAL

ROAD CLOSURE

DATE: MONDAY, JUNE 15 (EXAMPLE)

HOURS: 8:00 AM – 5:00 PM

CONTRACTOR: (NAME)

Note:

3. Notification signs shall be printed with a yellow background.

4. Signs shall be a minimum of 3 feet wide by 3 feet tall.

Page 89: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

MEASURE K

DOLLARS AT WORK

UPDATE STREET MAINTENANCE

PROJECT

CHIP SEAL ROAD CLOSURE

DATE: MONDAY, JUNE 15 (EXAMPLE)

HOURS: 8:00 AM – 5:00 PM

CONTRACTOR: (NAME)

Note:

3. Re‐notification signs shall be printed with an orange background.

4. Signs shall be a minimum of 3 feet wide by 3 feet tall.

Page 90: SPECIAL PROVISIONS TABLE OF CONTENTS SECTION PAGEtownofmoraga.businesscatalyst.com/dept/publicworks... · All asphalt concrete spillage and/or tracking of tack coat (asphaltic emulsion)

APPENDIX F

PROJECT PLANS AND DRAWINGS