DEPARTMENT OF DESIGN AND CONSTRUCTION CITY AND COUNTY OF HONOLULU

SPECIFICATIONS AND LEGAL DOCUMENTS

FOR REHABILITATION OF LOCALIZED , PHASE 12A

KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

OAHU, HAWAII

Job No. SP14-01

NOVEMBER 2014

ROBERT J. KRONING, P.E. Director

CONTACT PERSON: Earl Kobatake, P.E. Phone No. (808) 768-8435

CONTENTS

JOB NO. SP14-01

REHABILITATION OF LOCALIZED STREETS, PHASE 12A

KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

OAHU, HAWAII

THE CONTRACT DOCUMENTS FORMING THE CONTRACT CONSIST OF :

NOTICE TO CONTRACTORS

PROPOSAL

SPECIAL PROVISIONS

APPENDIX – PROJECT LIMITS, CONSTRUCTION NOTES AND FIGURES

GENERAL INSTRUCTIONS TO OFFERORS, AUGUST 1, 2013 (Bound Separately)

GENERAL TERMS AND CONDITIONS, AUGUST 1, 2013 (Bound Separately)

HAWAII ADMINISTRATIVE RULES, TITLE 3, DEPARTMENT OF ACCOUNTING AND GENERAL SERVICES (Bound Separately)

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, SEPTEMBER 1986 (Bound Separately)

STANDARD DETAILS FOR PUBLIC WORKS CONSTRUCTION, SEPTEMBER 1984 (Bound Separately)

Contents NOTICE TO CONTRACTORS

SEALED BIDS will be received up to and publicly opened and read aloud at 2:00 p.m. HST, Monday, December 22, 2014, in the Office of the Division of Purchasing, Department of Budget and Fiscal Services, City and County of Honolulu, City Hall, Room 115, Honolulu, Hawaii 96813, for:

JOB NO. SP14-01

REHABILITATION OF LOCALIZED STREETS, PHASE 12A

KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

OAHU, HAWAII

Plans and specifications on CD ROM may be obtained at the above office on request. Proposals mailed outside of the Island of Oahu will be mailed air freight collect.

Bidders shall be licensed in accordance with Chapter 444, HRS, relating to the licensing of contractors.

A Specialty Contractor is required to perform the arboricultural work.

Pursuant to Chapter 103D-303.5 of the Hawaii Revised Statutes, a mandatory pre-bid conference will be held for this project on Tuesday, December 2, 2014 at 9:00 a.m. HST in the 11 th Floor conference room of the Frank F. Fasi Municipal Building, 650 South King , Honolulu, Hawaii 96813. All potential interested bidders, offerors, subcontractors, and union representatives are invited to attend.

The Hawaii product preference pursuant to Section 103D-1002 of the Hawaii Revised Statutes and Section 3-124 of the Hawaii Administrative Rules may be applicable to this solicitation.

The current Hawaii Products List is available on the SPO website at http://hawaii.gov/spo/hawaii- public-procurement-code-chapter-103d-hrs/preferences . To access the list, click on the “Hawaii Products” link.

Persons wishing to certify and qualify a product not currently listed as a Hawaii Product shall submit a Certification for Hawaii Product Preference (form SPO-38) to Division of Purchasing City and County of Honolulu 530 S. King Street, Room 115 Honolulu, Hawaii 96813. Attention: Purchasing Administrator

For each product being requested, one form shall be completed and submitted (i.e. 3 products should have 3 separate forms completed). The form is available on the State Procurement Office (SPO) webpage at http://hawaii.gov/forms/state-procurement-office . To download the form, click on the “SPO- 38” link.

The deadline for submitting a completed SPO-38 is Tuesday, December 9, 2014. Late submittals for this solicitation will not be reviewed by the City.

______Wendy Imamura, Purchasing Administrator City and County of Honolulu

Notice to Contractors 1

INSTRUCTION TO OFFERORS

This Rehabilitation of Localized Streets project includes: cold planing; resurfacing of pavements; reconstruction of failed pavement areas identified by the contractor and confirmed by the City; tree pruning, removal, treatment and replacement of tree identified by the arborist and confirmed by the City arborist; adjustment of utility manhole frames and covers and street survey monument frames and covers; reconstruction of concrete and gutters; installation of pavement markers, striping and markings; installation of vehicle detector loops; locating existing manholes, valve boxes, monuments, etc. with GPS survey equipment; and providing ArcGIS data files to City as per specification as required data format. The Contractor shall take full responsibility to comply with all City requirements to construct the project improvements for this project. These responsibilities will include, but are not limited to, obtaining all appurtenant approvals and clearances from City and State agencies and utility companies, notifying the public, obtaining the appropriate permits (including NPDES) to allow for the construction, responding to all complaints relating to the project activities, providing access to motorists and adjacent properties, and any other activities that are required for the construction of the project improvements.

The Contractor shall cold-plane and resurface the various City streets with a 1-1/2 to 2 inches thick asphalt concrete pavement overlay, City Mix No. 4 or State Mix IV, or as directed by the City and shall provide a smooth riding surface. Contractor must pave cold planed no later than three calendar days after the has been cold planed. On roads with properly functioning drainage flow pattern, the Contractor shall maintain the existing drainage pattern. At locations with faulty drainage issues, the Contractor shall submit the method in which drainage can or cannot be corrected before work begins. No ponding within the resurfaced pavement area will be permitted. The Contractor shall resolve drainage/ponding issues. If ponding occurs after new pavement is constructed, Contractor is responsible to fix that ponding at their cost. The Contractor shall take the appropriate measures to ensure that the construction has met all the requirements of these specifications. Any damage to existing utilities will be the sole responsibility and cost of the Contractor to repair.

The City will determine which area the Contractor will pave first. Highlighted map is attached to show priority streets that will need resurfacing. Streets that are not highlighted but are in the area may be paved if they are approved for paving and funds are available.

The bids will be compared on the basis of the TOTAL SUM BID for all items contained in the Proposal, which shall be considered to be the total sum of the actual or corrected amounts bid upon each item, as the case may be.

The one-year guarantee period for the roadway(s) commences on the completion and final acceptance of each of the roadways in the contract by the Officer-in-Charge and submittal of the certification letters.

The City will inspect the roadway prior to the end of the one (1) year guarantee period, and will identify any deficiencies in the roadway resurfacing work. This deficiency punch list will be provided to the Officer-in-Charge who will provide it to the Contractor. The Contractor shall also be responsible to respond and address all complaints from the public regarding the condition of the roadways under this contract during construction and during the 1-year guarantee period.

The geographic area covered under this project, as shown in the Appendix Figures, shall be Kalihi, Kalihi Valley, Kamehameha Heights and Alewa Heights areas.

The City and County of Honolulu reserves the right to reject any or all bids and to waive any defects in said bids for the best interest of the public.

Notice to Contractors 2

SCHEDULE AND SIGNIFICANT DATES

MILESTONE DATE

Solicitation date November 24, 2014 (Monday)

Pre-bid Meeting date December 2, 2014 (Tuesday) Certification for Hawaii Product Preference (Form December 9, 2014 (Tuesday) SPO-38) due date (if applicable) Questions/Requests for Substitutions due date December 9, 2014 (Tuesday)

Last day for addenda to be released December 16, 2014 (Tuesday)

Bid Opening date December 22, 2014 (Monday)

Notice to Contractors 3

PROPOSAL

______Contractor

Honolulu, Hawaii

______, 2014

Director of Budget and Fiscal Services City and County of Honolulu Honolulu, Hawaii 96813

The undersigned hereby proposes and agrees, if this proposal is accepted, to furnish and

pay for all labor, materials, tools, equipment and incidental work necessary to construct or install, in place

complete, the work called for under and in accordance with the true intent of the Contract Documents for:

JOB NO. SP14-01

REHABILITATION OF LOCALIZED STREETS, PHASE 12A

KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

OAHU, HAWAII on file in the Office of the Division of Purchasing, Department of Budget and Fiscal Services, City and

County of Honolulu, and that he will take in payment therefore the unit and/or lump sum prices rounded

off to the nearest cent as itemized in the following schedule:

Proposal 1

ITEM NO. ITEM BID UNIT UNIT PRICE AMOUNT QUANTITY

1. Commercial Office Allow. Allow. Allowance $______50,000.00

2. Qualified Arborist, Root Barrier Installation, Tree and Root Pruning, F.A. F.A. Force Account $______70,000.00 Tree Removal and Tree Replacement

3. Locate Manhole Frame & Covers, Monuments and Valve Box Allow. Allow. Allowance $______65,000.00 Covers etc. using Global Positioning System Survey Equipment. Equipment shall be furnished by Contractor.

4. Control, Pedestrian Walkways, and Warning Signs F.A. F.A. Force Account $_____500,000.00

5. Additional Off-Duty Police Officers Allow. Allow. Allowance $_____100,000.00

6. Quality Assurance Testing Services Allow. Allow. Allowance $______80,000.00

7. As Built Drawings L.S. L.S. Lump Sum $______

8. Cu. Yds., Unclassified Roadway Excavation, including hauling and 304 C.Y. $______$______disposal of excess material, as required

9. Sq. Yds., Cold Planing, 7’ each side 8,000 S.Y. $______$______

10. Sq. Yds., Cold Planing, full width 240,533 S.Y. $______$______

11. Sq. Yds., Paving Fabric 500 S.Y. $______$______

Proposal 2

ITEM NO. ITEM BID UNIT UNIT PRICE AMOUNT QUANTITY

12. Tons, Asphalt Concrete Base 546 Tons $______$______

13. Tons, Asphalt Concrete Pavement Overlay, City & County Mix 4 or 26,726 Tons $______$______State Mix IV

14. Each, Speed Humps 6 Each $______$______

15. Lin. Ft., Asphalt Concrete Berms 100 LF $______$______

16. Lin. Ft., Reinforced Concrete and Gutter Reconstruction, 9- 95 L.F. $______$______inch

17. Lin. Ft., Concrete Curb and Gutter Reconstruction, 6-inch 400 LF $______$______

18. Lin. Ft., Concrete Gutter Reconstruction, 6-inch 20 LF $______$______

19. Each, Adjustment of Existing Utilities To New Grades, frame and 850 Each $______$______cover size from 18-inches or less

20. Each, Adjustment of Existing Utilities To New Grades, frame and 750 Each $______$______cover size larger than 18-inches to 24 inches

21. Each, Adjustment of Existing Utilities To New Grades, frame and 5 Each $______$______cover size larger than 24-inches

22. Each, Reconstruction of Manholes, in place complete 5 Each $______$______

Proposal 3

ITEM NO. ITEM BID UNIT UNIT PRICE AMOUNT QUANTITY

23. Each, Furnish City and County Street Survey Monument Frame and 100 Each $______$______Cover

24. Furnish Manhole Frame and Cover Allow. Allow. Allowance $______20,500.00

25. Each, Pavement Markings, including words, symbols and arrows 150 Each $______$______

26. Lin. Ft., 4-inch White or Yellow Stripe 15,000 Lin. Ft. $______$______

27. Lin. Ft., 6-inch White or Yellow Stripe 550 Lin. Ft. $______$______

28. Lin. Ft., 8-inch White or Yellow Stripe 410 Lin. Ft. $______$______

29. Lin. Ft., 4-inch Double Yellow Stripe 20,000 Lin. Ft. $______$______

30. Lin. Ft., 12-inch White Stop Line 2,500 Lin. Ft. $______$______

31. , Crosswalk Marking, in place complete 2,250 Lin. Ft. $______$______

32. Each, Type C,D and H Pavement Markers, in place complete 1,200 Each $______$______

33. Each, Type A and J Pavement Markers, in place complete 100 Each $______$______

Proposal 4

ITEM NO. ITEM BID UNIT UNIT PRICE AMOUNT QUANTITY

34. Each, Fire Hydrant Reflective Markers, in place complete 150 Each $______$______

35. Each, Vehicle Detector Loop, in place complete 20 Each $______$______

36. Each, Potholing 6 Each $______$______

37. Lin. Ft., Crack Seal 1,000 Lin. Ft. $______$______

38. Sq. Yds., Restoration of Existing Concrete Pavement 2 S.Y. $______$______

39. Cu. Yds., Untreated Permeable Base 18 C.Y. $______$______

40. Lin. Ft., Underdrain, including pipes, cleanout, geotextile and 200 Lin. Ft. $______$______connection to existing catch basin

41. Mobilization, including Best Management Practices for L.S. L.S. Lump Sum $______Environmental Control and NGPC Permit (Not to exceed 5 percent of the sum of items 8 to 40). The cost of demobilization shall be included in the mobilization cost.

TOTAL SUM BID (Items 1 to 41, inclusive) $______

Proposal 5

The undersigned also agrees as follows:

l. That the bids submitted on the various items in this Proposal on which a bid is asked, include all materials, equipment, labor and all other incidental work required for the complete construction and installation of this project all in accordance with the plans and specifications.

2. That bids will be compared on the basis of the TOTAL SUM BID for all items contained in the Proposal, which shall be considered to be the total sum of the actual or corrected amounts bid upon each item, as the case may be. SP 21.3 provides clarification on the glassphalt/asphalt treated base bidding directions. The Bid Quantities do not reflect actual quantities. The estimated quantities are for bidding purposes only. The actual quantities will be determined in the field and will be paid for on a unit price basis. The Officer-in-Charge will not make any adjustments to the unit prices due to differences with the bid quantities shown.

3. That the time of completion shall be within 210 consecutive calendar days from the official commencement date on the notice to proceed. The time for the application of the NPDES permit is included in the 210 calendar days. Work may be shut down on the day after Thanksgiving and two weeks in December for holiday travel lane closure restriction.

4. That the liquidated damages for each and every calendar day delay in the completion of the contract shall be $2,320.00 per day.

5. That the Director of Budget and Fiscal Services reserves the right to accept or reject any bid and to waive any defect therein.

6. That if this Proposal shall be accepted and the undersigned shall fail to or neglect to contract as aforesaid, and to furnish the required bonds to the City and County within ten (10) days from the date of receiving from the City and County the contract prepared and ready for execution, the City and County may determine that the bidder has abandoned the contract, and thereupon, forfeiture of the security accompanying the Proposal shall operate and the same shall become the property of the City and County.

7. The undersigned certifies that he is licensed to undertake this project pursuant to Chapter 444, HRS, relating to licensing of Contractors.

8. Tax Clearance. The apparent successful bidder will be required to submit tax clearances from the State Department of Taxation and the Internal Revenue Service prior to award of contract.

9. Availability of funds. The award of contract is conditioned upon availability of funds.

10. That the Bidder is aware of the applicability of Act 17, SLH 2009, relating to Public Works Construction, Apprenticeship Agreement, and, if applicable, that the Bidder has attached with their bid, written proof of being a party to a registered apprenticeship agreement for each apprenticeable trade the bidder will employ to construct this project. Furthermore, the bidder shall continue to certify monthly in writing that the bidder is a party to all applicable registered apprenticeship agreement.

Proposal 6

11. Enclosed herewith is: Surety bond ( ) Legal tender ( ) Certificate of deposit, share certificate, cashier's check, treasurer's check, teller's check, official check, certified check (Circle one) ( )

for the sum of ______

DOLLARS ($ ), being not less than five per cent of the total amount bid.

Respectfully submitted,

______Name of Bidder

By ______Authorized Signature

______Print or Type Name & Title of Above

Address:______

______

Telephone No.:______

BIDDER SHALL BE RESPONSIBLE TO CONFIRM THE EXISTENCE OF ANY ADDENDUM TO THIS BID SOLICITATION BY TELEPHONING (808) 768-3948 or 768-3963.

Acknowledge addendum (if any) by indicating the date of receipt.

Addendum No. 1______

Addendum No. 2______

Addendum No. 3______

Addendum No. 4______

Proposal 7

HAWAII PRODUCTS PREFERENCE

In accordance with Section 103D-1002 of the Hawaii Revised Statutes, and Section 3-124 of the Hawaii Administrative Rules, the Hawaii products preference is applicable to this solicitation. Hawaii products, identified in the schedule below, may be available to use in the work noted in this solicitation.

Where bids or proposals include both Hawaii and non-Hawaii products, then for the purpose of selecting the lowest bid or purchase price only, the price or bid offered for a Hawaii product item shall be decreased by subtracting ten per cent for class I Hawaii product items bid or offered, or fifteen per cent for class II Hawaii product items bid or offered. The price or bid offered for the Hawaii product shall be f.o.b. jobsite, unloaded, including applicable general excise tax and use tax. The Hawaii product cost shall not include installation costs. The lowest total bid or proposal, taking the preference into consideration, shall be awarded the contract unless the bid or offer provides for additional award criteria. The contract amount of any contract awarded, however, shall be the amount of the bid or price offered, exclusive of the preferences. For evaluation purposes, no preference shall be considered when only registered Hawaii products are offered.

All bidders desiring to claim a Hawaii product preference shall designate, on the list below, the Hawaii product being offered by completing the quantity, unit measure, unit price and total price for each individual product to be supplied as a Hawaii product. Products not pre-approved shall not be considered. Hawaii Products not meeting the requirements of the specifications shall not be considered.

After the bid opening, bidders selecting the Hawaii Product Preference may be required to submit additional information on the cost basis of their selected Hawaii Product Preference items. The additional information will be used to verify the cost of the Hawaii product, including the computations for the estimated quantities, manufacturer’s or supplier’s quotations, and delivered material cost f.o.b. jobsite, unloaded.

Refer to the Special Provisions for additional information regarding the Hawaii product preference.

HAWAII PRODUCTS LIST

SCHEDULE OF ACCEPTABLE HAWAII PRODUCT AND DESIGNATION OF HAWAII PRODUCT TO BE USED Total Price Pre-Approved Offered to Hawaii Product Class Manufacturer Quantity Unit Unit City* % Credit Description (I or II) Vendor Measure Price (a) (b) (a) x (b) $ % $

* F.O.B. jobsite, unloaded, including applicable general excise tax and use tax. The Hawaii product price shall not include installation costs.

It is further understood by the bidder that in the event of any change that materially alters the bidder’s ability to supply Hawaii products, the bidder shall immediately notify the Contracting Officer in writing and the parties shall enter into discussions for the purpose of revising the contract or terminating the contract for convenience.

Proposal 8

In accordance with Section 103D-302, HRS, all offers shall include the name of each person or firm to be engaged by the Offeror as a joint contractor or subcontractor in the performance of the contract for construction, and the nature and scope of work to be performed by each joint contractor or subcontractor. Offers that do not comply with this requirement may be evaluated in accordance with Section 103D- 302(b) of the HRS.

It is the sole responsibility of the Offeror to review the requirements of this project and determine the appropriate contractor’s licenses that are required to complete the project. The Offeror acknowledges that as a general contractor (‘A’ or ‘B’ license), the Offeror is prohibited from undertaking any work solely or as part of a larger project which would require the Offeror to act as a specialty contractor (‘C’ license) in any area in which the Offeror has no specialty contractor’s license. The Offeror must have the appropriate specialty contractor’s license either obtained on its own, or obtained automatically under HAR §16-77-32.

In determining work that is to be performed by joint contractors or subcontractors, Offerors shall be familiar with HRS 444, relating to licensing of contractors and the Hawaii Administrative Rules, Title 16, Department of Commerce and Consumer Affairs, Chapter 77, Contractors.

General Engineering ‘A’ Contractors automatically have these ‘C’ specialty contractor’s licenses: C-3, C- 9, C-10, C-17, C-24, C-31a, C-32, C-35 C-37a, C-37b, C-38, C-43, C-49, C-56, C-57a, C-57b, and C-61.

General Building ‘B’ Contractors automatically have these ‘C’ specialty contractor’s licenses: C-5, C-6, C- 10, C-12, C-24, C-25, C-31a, C-32a, C-42a, and C-42b.

Contractors that are suspended or debarred by the State of Hawaii, State Procurement Office (SPO) under HRS Chapter 103D, cannot be considered for award during the suspension or debarment. However, suspended or debarred subcontractors may be listed. It shall be the responsibility of the Offeror to check the SPO website for current suspensions and debarments: www.hawaii.gov/spo , or phone (808)587-4700.

Contractors or subcontractors that are suspended or debarred by the State of Hawaii, Department of Labor and Industrial Relations (DLIR) under HRS Chapter 104 are prohibited from performing any work on any State or county public works construction project. Therefore, if an offer involves a contractor or listed subcontractor that is suspended by DLIR, the offer may be rejected as being nonresponsible. It shall be the responsibility of the Offeror to check the DLIR website for current suspensions and debarments: www.hawaii.gov/labor , or phone: (808)586-8771.

When more than one joint contractor or subcontractor is listed for a category of work, the Offeror shall identify the scope of work each will perform. Joint contractors or subcontractors shall also be listed for work to be completed under additives or alternates.

All work not within the scope of work of the listed joint contractor(s) or subcontractor(s), shall be performed by the Offeror.

List the required joint contractors or subcontractors for this project in the following table. Write in the complete name of the Joint Contractor or Subcontractor, the Contractor License Number, and the Nature and Scope of work to be performed by the firm.

Proposal 9

COMPLETE NAME OF CONTRACTOR SPECIFIC DESCRIPTION OF JOINT CONTRACTOR OR LICENSE NUMBER THE NATURE AND SCOPE SUBCONTRACTOR OF WORK

Proposal 10

ACKNOWLEDGMENT OF LIQUIDATED DAMAGES PROVISION

PROJECT NAME REHABILITATION OF LOCALIZED STREETS, PHASE 12A AND NUMBER: KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS, JOB NO. SP14-01

This is to certify that the undersigned understands and agrees to the provisions for Liquidated Damages and that submittal of our bid constitutes acceptance of the provisions and amount of liquidated damages that may be assessed per calendar day as specified in the Special Provisions.

______Name of Contractor

______Signature and Title

Dated:______

(Failure to submit this form with the bid may be cause for rejection.)

Proposal 11

CERTIFICATION OF COMPLIANCE WITH HRS 396-18, SAFETY AND HEALTH PROGRAMS FOR CONTRACTOR BIDDING ON CITY JOBS

PROJECT NAME REHABILITATION OF LOCALIZED STREETS, PHASE 12A AND NUMBER: KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS JOB NO. SP14-01

This is to certify that the undersigned will comply with the requirements of HRS 396-18, as follows:

(A) Pursuant to HRS 396-18, all bids and proposals in excess of $100,000 shall include a signed certification from the bidder that a written safety and health plan for the job will be available and implemented by the notice to proceed dates of the project. The written safety and health plan shall include:

(1) A safety and health policy statement reflecting management commitment;

(2) A description of the safety and health responsibilities of all levels of management and supervisors on the job and a statement of accountability appropriate to each;

(3) The details of:

(a) The mechanism for employee involvement in job hazard analysis; (b) Hazard identification, including periodic inspections and hazard correction and control; (c) Accident and "near-miss" investigations; and (d) Evaluations of employee training programs;

(4) A plan to encourage employees to report hazards to management as soon as possible and to require management to address these hazards promptly; and

(5) A certification by a senior corporate or company manager that the plan is true and correct.

(B) Failure to submit the required certification may be grounds for disqualification of the bid.

(C) Failure to have available on site or failure to implement the written safety and health plan by the project's notice to proceed date shall be considered willful noncompliance and be sufficient grounds to disqualify the award and terminate the contract.

______Name of Contractor

Date:______Signature and Title

Proposal 12

SURETY BID BOND

Bond No.______KNOW ALL BY THESE PRESENTS:

That we, , (Full name or legal title of Bidder) as Bidder, hereinafter called the Principal, and , (Name of bonding company) as Surety, hereinafter called Surety, a corporation authorized to transact business as a Surety in the State of Hawaii, are held and firmly bound unto the CITY AND COUNTY OF HONOLULU, as Owner, hereinafter called owner, in the penal sum of DOLLARS ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS:

The Principal has submitted an offer for REHABILITATION OF LOCALIZED STREETS , PHASE 12A, KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS, OAHU, HAWAII, JOB NO. SP14-01

(Project by number and brief description)

NOW, THEREFORE:

The condition of this obligation is such that if the Owner shall reject said offer, or in the alternate, accept the offer of the Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such offer, and give such bond or bonds as may be specified in the solicitation or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof as specified in the solicitation then this obligation shall be null and void, otherwise to remain in full force and effect.

Signed this day of , 2014.

(Principal)

By Its

(Surety)

By Its Attorney-in-Fact

Proposal 13

CONTRACT NO. XX-XXX-XXXXXXX SOLICITATION NO. XXX-XXX-XXXXXXX

THIS AGREEMENT, made and entered into on (Date), by and between the CITY AND COUNTY OF HONOLULU, a municipal corporation existing under and by virtue of the laws of the State of Hawai'i, whose principal place of business is 530 SOUTH KING STREET, ROOM 208, HONOLULU, HAWAII 96813, hereinafter called the “CITY,” and whose principal place of business is CONTRACTOR’S OR CONSULTANT’S ADDRESS, hereinafter referred to as the ”CONTRACTOR.” or “CONSULTANT.”

WITNESSETH THAT:

WHEREAS, the CITY desires to engage the CONTRACTOR to perform work for the Project Description; and

WHEREAS, a solicitation for bids and the selection of the CONTRACTOR were made in accordance with section 103D-302, Hawaii Revised Statutes (HRS) and the related Hawaii Administrative Rules (HAR). The CONTRACTOR has been identified as the lowest responsible and responsive Offeror, whose offer meets the requirements and criteria set forth in the invitation; and

WHEREAS, the CONTRACTOR is willing and able to provide the services set forth in this Agreement;

NOW, THEREFORE, the CITY and the CONTRACTOR in consideration of the foregoing and of the mutual promises hereinafter set forth, the sufficiency and adequacy of which are hereby acknowledged, and intending to be legally bound, hereby mutually agree as follows:

1. This Contract and the following documents, appendices and exhibits collectively form the “Agreement” or “Contract Documents,” all of which are attached hereto and incorporated herein:

This Contract

Solicitation No. XXX-XXX-XXXXXXX

Contractor’s Proposal

The Contract Documents as listed hereinabove are in the order of controlling preference should there be any conflict in the terms; provided, however, that portions in the Contractor’s Proposal that exceed specification requirements in the solicitation document will become the new minimum Contract requirements.

2. The CONTRACTOR shall furnish all services, labor, goods, materials, supplies, equipment and other incidentals reasonably necessary for the successful completion of the work contemplated under this Agreement (Work).

3. The CITY agrees to pay the CONTRACTOR for the satisfactory performance and completion of the Work in accordance with the payments schedule and provisions, all as set forth

Contract 1

in the Agreement. The total amount of this Agreement shall not exceed Dollar Amount Spelled Out ($XX.XX), which is the maximum payable under this Agreement and inclusive of all taxes. CONTRACTOR shall not pass through any increases in taxes to the CITY.

4. The term of the Agreement shall be the duration as provided in Solicitation No. XXX-XXX- XXXXXX.

5. The CONTRACTOR will prosecute said work in an efficient manner so as entirely to complete and perform said work within the time set forth in Solicitation No. XXX-XXX-XXXXXX.

IN WITNESS WHEREOF, this Agreement is executed herein by the duly authorized officer or agent of the CITY and the CONTRACTOR or CONSULTANT.

CITY AND COUNTY OF HONOLULU CONTRACTOR’S LEGAL NAME BY: BY:

PRINTED NAME: PRINTED NAME:

TITLE: Director, TITLE: Department of Budget and Fiscal Services DATE: DATE:

APPROVED AS TO FORM AND LEGALITY

Deputy Corporation Counsel

Contract 2

TABLE OF CONTENTS OF SPECIAL PROVISIONS

SECTION SP TITLE PAGE

1. General Instructions to Offerors and General Terms and Conditions 1

2. Plans and Specifications 2

3. Standard Specifications 2

4. Standard Details 2

5. Contractor/Subcontractor License Requirements 3

6. Qualification of Bidders 3

7. Not Used 3

8. Existing Utilities 3

9. Prior Notice of Removal of Surface Encroachment 9

10. Press Release 9

11. Notification of Property Owners Affected By the Project 10

12. Permits and Regulations 11

13. Environmental Pollution Control 12

14. Safety Standards 15

15. Protection and Control of Pedestrians and Vehicular Traffic 15

16. Conditions at Site 18

17. Description of Work 18

18. Cold Planing of Existing Pavement 20

19. Asphalt Surface Treatment 20

20. Unclassified Excavation 21

21. Asphalt Concrete Base 22

22. Asphalt Concrete Pavement 25

23. Drip Pans 28

24. Adjustment of Existing Utilities and Street Survey Monuments to New Grades, 28 Reconstruction of Manholes, Furnishing Manhole Frame and Covers, Furnishing Survey Monument Frame and Covers

25. Construction Area Appearance 29

26. Disposal of Excavated Material 30

27. Pavement Markers, Striping and Markings 30

28. Hydrant Markers 48

29. Vehicle Detector Loop 52

30. Qualified Arborist, Root Barrier Installation, Tree and Root Pruning and Tree Replacement 55

31. Mobilization 56

32. Liquidated Damages 56

33. Prompt Payment by Contractors to Subcontractors 57

34. Locate Manhole Frames & Covers, Monuments, Valve Boxes, Etc., GPS Survey Equipment and Data Format 57

35. Overtime Inspection 60

36. Commercial Office 61

37. Quality Assurance Testing Services 62

38. Concrete Curb and Gutter, Lava Rock, and Sectional Curb Construction 62

39. As-Built Drawings 63

40. Paving Fabric 64

41. Crack Seal 67

42. Potholing 68

43. Underdrain System 68

44. Speed Humps 69

APPENDIX – PROJECT LIMITS, CONSTRUCTION NOTES AND FIGURES

SPECIAL PROVISIONS

SECTION SP 1 – GENERAL INSTRUCTIONS TO OFFERORS AND GENERAL TERMS AND CONDITIONS

SP 1.1 GENERAL

The "GENERAL INSTRUCTIONS TO OFFERORS, AUGUST 1, 2013", and the "GENERAL TERMS AND CONDITIONS, AUGUST 1, 2013", of the Department of Budget and Fiscal Services, City and County of Honolulu, are by reference incorporated herein and made a part of these specifications. The terms "General Instructions" and "General Conditions" used hereinafter refer to the "GENERAL INSTRUCTIONS TO OFFERORS, AUGUST 1, 2013", and the "GENERAL TERMS AND CONDITIONS, AUGUST 1, 2013", respectively. Copies of the General Instructions and General Conditions are on file and may be inspected at the Division of Purchasing during regular business hours of the City or may be obtained online at http://www.honolulu.gov/pur . Any provision of the General Instructions and General Conditions not in conflict with the Hawaii Administrative Rules, Title 3, Department of Accounting and General Services, shall be applicable to this contract.

SP 1.2 GENERAL INSTRUCTIONS

The General Instructions shall be amended as follows:

Delete Subsection 5.4 (a) relating to Time for acceptance of offer, in its entirety and replace with the following:

"(a) For City-funded projects or projects funded in whole or in part by the federal government; within one hundred eighty (180) days of the date of solicitation opening or receipt of proposals;"

SP 1.3 GENERAL CONDITIONS

The General Conditions shall be amended as follows:

A. Section 3.8 (1) of the General Conditions, relating to the variations in estimated quantities, is deleted and the following paragraph substituted:

"(1) Variation in estimated quantities. Where the quantity of a pay item in the contract is an estimated quantity and where the actual quantity of such pay item will vary from estimated quantity, no adjustment in the contract unit price will be made."

B. Add the following new paragraph (F) to Section 3.11 Price Adjustment in Construction Contracts , Subsection (1) Price adjustment methods:

"(F) In determining the adjustment in price to a lump sum pay item resulting from a change in scope or limits, the Officer-in-Charge shall base the adjustment of the lump sum item on the calculated proportionate unit price, only when the estimated quantity is provided with the pay item. The Officer-in-Charge will calculate the proportionate unit price by dividing the original contract lump sum price by the original estimated quantity established by the contract documents.

The other subsections of Section 3.11 of the General Conditions shall not apply for price adjustments resulting from changes to scope or limits of a lump sum pay item with the estimated quantities shown."

Special Provisions 1

C. Add the following item (4) to the end of Section 5.2.2(e) "Payment and Performance Schedules" of the General Conditions:

"(4) The Contractor’s Three Week Look Ahead Schedule. Contractor shall provide a weekly three week look ahead schedule for the project. The schedule shall include, but not be limited to, all activities, their description, duration, relationship and dependencies necessary to the completion of the contract. If the schedule is not accepted, it shall be revised as directed by the Officer-in-Charge. Changes in the schedule shall be made only with the written acceptance of the Officer- in-Charge.”

D. Notwithstanding Section 5.3.6 of the General Conditions, relating to variations in estimated quantities, add the following:

"Payment shall be made for the actual quantities of units incorporated into the contract multiplied by the unit prices of the contract items. The actual quantity of any item may vary from the estimated quantity and no adjustment in the contract unit price will be made.”

E. All other provisions of the General Conditions are unmodified and shall remain in full force and effect.

SECTION SP 2 – PLANS AND SPECIFICATIONS

For CD-ROM or Electronically Downloaded Bid Documents: The City and County will provide three (3) sets of plans and specifications to the Contractor awarded the project. Any additional sets required shall be provided by the Contractor at their own expense. The finalized list of streets shall be provided to the contractor prior to the notice to proceed.

SECTION SP 3 – STANDARD SPECIFICATIONS

The "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, SEPTEMBER 1986", of the Departments of Public Works, County of Kauai, City and County of Honolulu, County of Maui, and County of Hawaii, of the State of Hawaii, is by reference incorporated herein and made a part of these specifications. The term "Standard Specifications" used hereinafter refers to this "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, SEPTEMBER 1986". Copies of the Standard Specifications are on file and may be inspected at the Division of Purchasing during regular business hours of the City.

The work embraced herein shall be done in accordance with the Standard Specifications, insofar as they may apply and in accordance with the following Special Provisions. These Special Provisions supplement and modify the General Instructions, General Conditions, and Standard Specifications.

SECTION SP 4 – STANDARD DETAILS

The "STANDARD DETAILS FOR PUBLIC WORKS CONSTRUCTION, SEPTEMBER 1984", as amended, of the Departments of Public Works, County of Kauai, City and County of Honolulu, County of Maui, and County of Hawaii, of the State of Hawaii, is by reference incorporated herein and made a part hereof. The term "Standard Details" used hereinafter refers to this "STANDARD DETAILS FOR PUBLIC WORKS CONSTRUCTION, SEPTEMBER 1984". Copies of the Standard Details are on file and may be inspected at the Division of Purchasing during regular business hours of the City.

Special Provisions 2

The work embraced herein shall be done in accordance with the Standard Details, insofar as they may apply.

SECTION SP 5 – CONTRACTOR/SUBCONTRACTOR LICENSE REQUIREMENTS

Implementation of the Hawaii Supreme Courts January 28, 2002 Decision in the Okada Trucking Case . “A” general engineering contractors and “B” general building contractors are reminded that due to the Hawaii Supreme Court’s January 28, 2002 decision in Okada Trucking Co., Ltd. v. Board of Water Supply, et al. , 97 Haw. 450 (2002), they are prohibited from undertaking any work, solely or as part of a larger project, which would require the general contractor to act as a specialty contractor in any area where the general contractor has no license. Although the “A” and “B” contractor may still bid on and act as the “prime” contractor on an “A” or “B” project (See, HRS § 444-7 for the definitions of an “A” and “B” project.), respectively, the “A” and “B” contractor may only perform work in the areas in which they have the appropriate contractor’s license (An “A” or “B” contractor obtains “C” specialty contractor’s licenses either on its own, or automatically under HAR § 16-77-32.). The remaining work must be performed by appropriately licensed entities. It is the sole responsibility of the contractor to review the requirements of this project and determine the appropriate licenses that are required to complete the project. To be eligible to bid, bidders must possess a valid State of Hawai‘i General Engineering Contractor’s “A” license at the time of submitting their bid.

SECTION SP 6 – QUALIFICATION OF BIDDERS

Prospective Bidders should have at least 2 sets of cold-planing equipment and 2 sets of paving equipment; 2 sets of crews for the cold planning equipment and 2 sets of crews for the paving equipment; experience and capability to cold plane. Prospective Bidders should have experience with high volume paving; experience and knowledge of load carrying capacity of asphalt treated base; capability to complete work within contract time; and experience with meeting the requirements for mitigating environmental concerns, including but not limited to, dust and pollution runoff into City systems.

SECTION SP 7 – NOT USED

SECTION SP 8 – EXISTING UTILITIES

SP 8.1 GENERAL

This section shall supplement and modify Subsection 12.3 "PROTECTION OF EXISTING IMPROVEMENTS", of the Standard Specifications and Subsection 2.4(b), "Utilities, underground", of the General Instructions and Subsection 5.2.21 of the General Conditions.

The City will not be responsible for damages to the Contractor’s equipment resulting from any conflicts with existing buried manhole and/or valve box frames and covers.

The Contractor shall be responsible for the protection of existing surface and subsurface utilities and poles within and abutting the project site, trench excavations, borrow sites, and other work areas. Any utilities that the Contractor encounters during the progress of the work, such as telephone ducts, electric ducts, water lines, sewer lines, electric lines, and drainage pipes, whether or not shown on the plans, shall not be disturbed or damaged unless otherwise instructed in the plans and specifications. The Contractor shall notify the affected utility company immediately of any damaged or disturbed utility.

Special Provisions 3

The Contractor shall be responsible for and shall pay for all damages to existing utilities whether shown or not shown on the plans.

See SP 24 for additional requirements.

SP 8.2 CONTRACTOR’S DUTY TO COORDINATE UTILITY WORK

The Contractor shall contact and cooperate with each affected utility owner in order for the work to progress on schedule and without unreasonable disruption of such utility services. If the work calls for permanent utility service installations or corrections to, or modifications of existing utilities, the Contractor is responsible for scheduling and coordinating such work with appropriate utility owners. If the work required by the contract documents conflicts with the instructions, demands, or requirements of a utility owner, the Contractor shall notify the Officer-in-Charge immediately. The Contractor shall furnish the Officer-in-Charge with evidence that the Contractor has provided all relevant utility owners reasonable opportunity to review the drawings.

When the City has a separate agreement with utility owners for work to be performed within the worksite, the Contractor shall make available all portions of the work and the worksite necessary for the utility owners to do their work.

The Contractor hereby holds the City harmless against all risks arising from acts or omissions of utility owners that damage the work, or create delays, disruptions, and additional cost to the Contractor in the performance of the work. Contract time for the work may be extended on account of acts and omissions of utility owners that delay the work without fault of the Contractor.

Contractor accepts the risk of differing site conditions and the Contractor accepts the conditions at the construction site as they eventually may be found to exist. Any damages to existing utilities shall be repaired wholly at the Contractor’s own cost and expense. If the Officer-in-Charge determines that the existing site conditions require a design change to the project, a price adjustment may be permitted by the Officer-in-Charge.

The Contractor may relocate or adjust the utility lines or service connections for its convenience with the permission of the owner of the utility and the Officer-in-Charge at no increase in contract price or contract time.

SP 8.3 CONTRACTOR’S DUTY TO LOCATE AND PROTECT UTILITY

A. Before beginning any work at the worksite, the Contractor shall research, ascertain and identify the exact horizontal location and depth of all utilities within the project area where a conflict could occur with the proposed work. The Contractor may probe for utilities at critical locations with approval of the Officer-in-Charge, utilize the One-Call Center system, use electromagnetic locating systems, ground penetrating radar systems, or other utility locating systems, research as-built information from the utility companies/agencies and other development/project plans to obtain the utility information. The location of existing utilities shown on the plans is approximate and does not accurately reflect all the utilities.

B. Within one (1) month after notice-to-proceed the Contractor shall submit to the Officer-in- Charge in writing, all locations where a conflict between an existing utility and the proposed work exist. Based on the redesign and change in work, a time extension may be granted. No cost claims related to the time extension will be granted.

C. The Contractor shall acquaint all personnel working near utilities with the type, size, location, and depth of the utilities, as well as the consequences that might result from

Special Provisions 4

disturbances. The Contractor shall take reasonable steps to protect the utilities and prevent service disruption.

D. Whenever the Contractor damages a utility or causes any interruption to any utility service, the Contractor shall promptly notify the Officer-in-Charge, the affected utility owner, and the appropriate governmental authorities. The Contractor shall be responsible for the safety and protection of the public and the utility. The Contractor shall cooperate with the affected utility owner, and the appropriate governmental authorities in the restoration of service. The Contractor shall be responsible for all costs associated with its repair and restoration of service at no increase in contract price or contract time. No time extensions will be granted for time delays in coordinating with the utility companies/agency and delays in work being done by the utility companies/agency. Compensation to the utility company/agency for any repair work shall be made directly between the Contractor and the utility company/agency. It is essential that the Contractor thoroughly research and identify all potential conflicting utilities within the one month period of NTP and exercise caution in excavating near utilities.

SP 8.4 DEPARTMENT OF ENVIRONMENTAL SERVICES

The Contractor shall furnish and install temporary mechanical plug or alternate means to prevent and minimize debris from entering existing sewer manholes. Any debris entering the manhole during construction shall be removed immediately by the Contractor at no additional cost to the City. The Contractor shall remove temporary mechanical plug or alternate means after final adjustment of utility to finish grade is complete.

The Contractor shall expedite work to minimize downtime in accessing the existing sewer manholes.

The Contractor shall notify the Department of Environmental Services' Collection and Maintenance Division at 768-7272 immediately whenever a sewer facility is damaged. This number is answered 24 hours a day, 7 days a week.

All Contractor-related damages which are knowingly not reported immediately to the Collection and Maintenance Branch, and results in sewer backups, spills, and overflow; the Contractor shall be billed for the actual cost of the clean-up by the City, and any subsequent fines imposed upon the City by the Environmental Protection Agency (EPA) and/or State Department of Health will be backcharged to the Contractor.

For field assistance or verification of the sewer system facilities in Leeward District area, the Contractor shall call Albert Kim, at 768-7253.

SP 8.5 HAWAIIAN ELECTRIC COMPANY

A. The Contractor is to exercise extreme caution when the excavation and construction crosses or is in close proximity of underground electrical facilities and maintain adequate clearance for his equipment while working close to and/or under the overhead facilities.

B. The Contractor is to comply with the directions of the State of Hawaii Occupational Safety and Health Law (DOSH).

C. The Contractor is to obtain an excavation permit from HECO Mapping and Records Division, 4th floor, 820 Ward , two (2) weeks prior to start of construction.

D. For verifying the location of underground duct lines and for assistance in providing proper support and protection of the underground duct lines, the Contractor is to contact

Special Provisions 5

HECO Underground Division at 548-7846 a minimum of 72 hours in advance. Should a HECO inspector be required on the job site, call 543-7920.

E. Should it become necessary, any work required to relocate and/or repair HECO facilities except perhaps raising of manholes shall be done by HECO forces. The Contractor shall be responsible for all coordination.

F. The Contractor shall be liable for any damages to HECO'S existing facilities.

G. The Contractor shall report any damages to HECO's facilities to the HECO Trouble Dispatcher at phone 548-7961.

H. HECO’s 138kV High Pressure Fluid Filled (HPFF) underground cables are installed in specially coated, cathodically protected steel pipes and are surrounded by special low strength (approx. 100 psi) Fluidized Thermal Backfill (FTB). FTB is a backfill engineered to meet specific thermal resistivity, thermal stability, strength, and flowability requirements as well as provide construction advantages. FTB is a concrete-like backfill consisting of a coarse and/or medium stone aggregate, sand, and a small amount of cement for strength. The proportions are selected to minimize thermal resistivity, and maximize flowability without segregation of the components. FTB will flow readily to fill all voids yet harden quickly to uniform density. It provides mechanical protection for the cable system and support for underground and surface facilities. FTB is supplied as a ready-mix in concrete trucks and may be installed by pouring or pumping.

The following precautions must be taken when excavating near HECO’s 138kV underground lines:

1. The Contractor shall call The Hawaii One Call Center at 866-423-7287 for field verification of HECO’s underground lines a minimum of 48 hours prior to excavation.

2. The Contractor is responsible for properly supporting and protecting the 138kV cable pipes and FTB ductbank at all times. When trench excavation is adjacent to or beneath HECO’s existing 138kV cable pipes, the Contractor is responsible for sheeting and bracing the excavation to prevent slides, cave-ins, and settlements. The Contractor is also responsible for supporting and protecting existing structures or facilities with beams, struts, or underpinnings. 3. A HECO stand-by inspector must be on-site anytime the excavation is near the FTB surrounding the 138kV cable pipes. The cost of such inspection will be charged to the Contractor.

4. Once the Contractor reaches the FTB surrounding the 138kV cable pipes, the Contractor shall use only hand tools to further excavate and remove the FTB.

5. The Contractor shall take great care when excavating the FTB and nearing the 138kV cable pipes to prevent damage to the protective coating on the cable pipes. Only HECO personnel are to handle these cable pipes and erect temporary guards to protect these cable pipes from damage. The cost of HECO’s assistance in providing proper support and protection of its underground lines will be charged to the Contractor. The Contractor shall exercise due care and precautions to avoid disturbing and energized cables and temporary guards and shall work cautiously at all times to avoid accidents.

Special Provisions 6

6. The Contractor shall be responsible for any damages to HECO’s facilities and all costs associated with the damage and repair as a result of his operations. Repair work shall be done by HECO or by the Contractor under HECO’s supervision.

7. If the coating is damaged in any way, it is imperative that the HECO stand-by inspector on-site be notified as soon as possible such that the coating may be repaired before backfilling. Even a nick or pinhole puncture in the protective coating can jeopardize the integrity and reliable operation of the underground cable system.

8. The 138kV line will remain energized at all times. However, in the event that the 138kV lines are damaged, depending on the extent of the damage, the 138kV line may be instantaneously de-energized as a result of sophisticated relay protection equipment operating, or it may need to be manually de-energized by following a system operational protocol.

9. If any portion of the FTB is removed during excavation, the FTB must be replaced per HECO specifications. The base design mix ID# for FTB is XX67NO15 per the Ameron Hawaii Concrete Mix Submittal Number 2388 dated 4/25/02. PLEASE NOTE: DO NOT USE ANY OTHER ADDITIVES SUCH AS AIR ENTRAINING AGENT, WATER REDUCING AGENT, ETC., IN THE ABOVE MIXTURE.

SP 8.6 HAWAIIAN TELCOM

The Contractor shall call HAWAIIAN TELCOM's Inspection Branch at 840-5808 a minimum of 48 hours prior to adjusting HAWAIIAN TELCOM structures.

Prior to commencing cold planing and reconstruction operations, the Contractor shall verify and locate underground communication lines, including fiberoptic lines. The Contractor shall exercise due diligence in toning, locating, and protecting these communication lines. The Contractor shall be responsible for and shall pay for all damages to existing communication lines.

SP 8.7 BOARD OF WATER SUPPLY

A. Unless otherwise specified, all materials and construction of water system facilities and appurtenances shall be in accordance with the Honolulu Board of Water Supply's WATER SYSTEM STANDARDS, Volume 1, and the APPROVED MATERIAL LIST AND STANDARD DETAILS FOR WATER SYSTEM CONSTRUCTION, Volume 2, dated 2002.

B. Prior to any excavating, the Contractor shall verify in the field the location of existing water mains and appurtenances.

C. The Contractor shall notify the Board of Water Supply Superintendent of Field Operations one week prior to commencing work on the water facilities.

Windward Area – 748-5671 Metropolitan Area – 748-5601 All Other Areas – 748-5611

D. Whenever any type water meter box with a cast iron frame and cover to be adjusted is encountered, the following shall apply:

1. The Contractor shall salvage the frame and cover and deliver them to the Board of Water Supply, Kalihi Yard, at 2442 Kini Place.

Special Provisions 7

2. The Board of Water Supply will replace the frame and cover, one for one, with a concrete type water meter box.

3. The Contractor shall install the concrete type meter box to the new grade.

4. Whenever any Type III brick type meter box or bigger is encountered, the Contractor shall furnish the frame and cover.

5. Any adjustments to the existing water system required during construction to meet requirements of BWS Standards, whether shown on the plans or not, shall be done by the Contractor at no cost to the Board.

SP 8.8 DEPARTMENT OF TRANSPORTATION SERVICES (DTS) / DEPARTMENT OF INFORMATION TECHNOLOGY (DIT)

A. The Contractor shall notify the Traffic Control Branch, Department of Transportation Services at 768-8388, 72 hours prior to any construction within any signalized .

B. Prior to commencing cold planing and reconstruction operations, the Contractor shall verify and locate underground traffic signal and communication lines/conduits, including fiberoptic lines/conduits. The Contractor shall exercise due diligence in toning, locating, and protecting these traffic signal and communication lines/conduits. The Contractor shall be responsible for any and all damages to existing traffic signal and communication lines/conduits, including vehicle detector loops, as a result of the work. All damages shall be repaired by the Contractor at no additional cost to the City.

C. The Contractor shall notify, immediately, any damages to existing traffic signal lines/conduits and loop detectors to the Traffic Control Branch at 768-5333.

SP 8.9 OCEANIC TIME-WARNER CABLE

A. The location of CATV facilities shown on the plans are from existing records with varying degrees of accuracy as to its actual fixed location. The Contractor shall use extreme caution when working in close proximity of CATV facilities.

B. For any field assistance or verification of CATV facilities, the Contractor shall call the Technical Operations Center at 839-0442 or 545-0942 (pager).

C. Any work required to relocate CATV facilities shall be done by Oceanic Time-Warner Cable, and the Contractor shall be responsible for all coordination requirements and associated applicable costs.

D. Any damage to Oceanic's facilities shall be reported immediately to OTWC 's Repair Dispatch Department at 625-8437 or 625-8866.

SP 8.10 HAWAII GAS

A. Hawaii Gas’ gas pipelines in the project area are plastic coated and cathodically protected. The Contractor shall be extremely careful when working near these gas pipelines.

Special Provisions 8

B. Written clearances must be obtained from Hawaii Gas, Maps and Records Department, 515 Kamakee Street, at least five (5) working days prior to starting excavation near these gas pipelines.

C. Since gas line locations on field maps are approximate, the Contractor, after obtaining written clearance, shall call USA North a minimum of two (2) working days before starting excavation to arrange for field location of existing gas pipelines. The telephone number is 1-800-227-2600.

D. The Contractor shall excavate and backfill around gas pipelines in the presence of a representative of Hawaii Gas. All backfill within six (6) inches of any gas pipeline shall be select cushion material approved by Hawaii Gas.

E. For relocation of any gas pipeline, the Contractor shall notify Hawaii Gas five (5) working days before starting work. The Contractor shall provide the necessary excavation and backfill, obtain traffic permits, and restore pavement, , and other facilities. Any relocation of gas facilities shall be done by Hawaii Gas and paid for by the Contractor.

F. The Contractor shall notify Hawaii Gas immediately after any damage has been caused to existing gas pipelines, coatings, or its cathodic protection devices. The telephone number is 535-5933, 24 hours a day. The Contractor shall be liable for any damage to Hawaii Gas facilities. Repair work on such damage shall be done by Hawaii Gas with payment for this work to be borne by the Contractor.

G. Minimum vertical and horizontal clearance between the gas pipelines and other pipelines, conduits, ductlines, or other facilities shall be 12 inches. Adequate support and protection for gas pipelines exposed in the trench shall be provided by the Contractor and approved by Hawaii Gas.

H. The Contractor shall work in an expeditious manner in order the keep uncovered gas pipelines exposed for as short a period of time as possible.

I. Post No-Parking signs one (1) week prior to construction in the work area.

SP 8.11 HAWAII-AMERICAN WATER COMPANY

For field assistance or verification of the sewer system facilities in the Hawaii Kai area, the Contractor shall call either Mr. Robert Smith or Mr. Patrick Conlan at 396-8672, or if no answer 394-1283.

SECTION SP 9 – PRIOR NOTICE OF REMOVAL OF SURFACE ENCROACHMENT

Wherever the project requires the removal of surface encroachments such as privately- owned plants and shrubbery from the City's right-of-way, the Contractor shall notify the affected owners of the impending action. The notice shall be given at least two weeks in advance of the commencement of the removal. It shall contain the construction starting date and the location of plants or other encroachments to be removed for each owner. This requirement may be modified or waived by the Officer-in-Charge when conditions warrant or if acceptable alternatives are submitted by the Contractor.

SECTION SP 10 – PRESS RELEASE

SP 10.1 DESCRIPTION

Special Provisions 9

The Contractor shall provide project information for a press release to the Officer-in-Charge prior to the start of work on this project. This information shall be submitted to the Officer-in-Charge for review by the Director of the Department of Design and Construction before being publicized. It shall contain, but not be limited to, the following:

A. Map of project area, identifying the street(s) to be affected, together with a general description of work to be undertaken.

B. Date work will start and approximate date of completion.

C. Working hours and days of work.

D. Detour pattern(s), if any, and two-way traffic flow in detour area.

E. Suggestion that motorists use alternative routes, and drive with caution in construction area.

F. If the project will be constructed in phases, include phases and anticipated start and completion date.

G. Posting of No-Parking signs by the Contractor one (1) week prior to construction in the work area.

H. Telephone number for questions related to the project.

I. Any other information which will be of help to the public.

Within 7 calendar days from the acceptance of the performance schedule, the Contractor shall submit the schedule together with maps identifying the affected street(s) to the Neighborhood Board(s).

SP 10.2 MEASUREMENT AND PAYMENT

The Officer-in-Charge will not measure the providing of press release information for payment. The Officer-In-Charge will not pay for the providing of press release information separately and will consider the cost for providing the press release information as included in the contract prices for the various contract pay items. The cost is for the work prescribed in this section and the Contract Documents.

SECTION SP 11 – NOTIFICATION OF PROPERTY OWNERS AFFECTED BY THE PROJECT

SP 11.1 GENERAL

The Contractor shall notify all owners of properties, tenants, and businesses abutting the project site and along any detour routes of the impending construction work in writing (notification flier) at least fourteen (14) calendar days, but not more than thirty (30) calendar days, prior to commencing construction.

In addition to the above, when work within private property is required, the Contractor shall notify each property owner affected by such work of the approximate starting date and total duration of the work within his property. This notification shall also be made in writing (notification flier) at least fourteen (14) calendar days, but not more than thirty (30) calendar days, prior to commencing the work.

Special Provisions 10

In either case, a draft letter of the notification shall be submitted to the Officer-in-Charge for review.

SP 11.2 MEASUREMENT AND PAYMENT

The Officer-in-Charge will not measure notification of property owners affected by the project for payment. The Officer-in-Charge will not pay for notification of property owners affected by the project separately and will consider the cost for such notification as included in the contract prices for the various contract pay items. The cost is for the work prescribed in this section and the contract documents.

SECTION SP 12 – PERMITS AND REGULATIONS

SP 12.1 GENERAL

The Contractor shall prepare permit applications and obtain all permits and licenses, pay all charges, fees, and taxes, give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified.

These may include but are not limited to the following:

A) Demolition Permit.

B) Dumping Charges.

C) Grading and Trenching Permit.

D) Traffic (street usage) Permit. No traffic control plans are required for street usage permit, unless the Contractor closes project roads overnight.

E) Community Noise Permit.

F) City Park Right-of-Entry permit.

G) National Pollutant Discharge Elimination System (NPDES) General Permit, Notice of Intent (NOI Form C), including the Contractor’s information, Best Management Practices (BMPs), and schedule.

H) Hawaii Revised Statutes, Chapter 6E, pertaining to Historic Preservation Consultation/Review.

I) Department of Planning and Permitting One-Time Review (OTR).

SP 12.2 MEASUREMENT AND PAYMENT

The Officer-in-Charge will not measure permits for payment. The Officer-in-Charge will not pay for permits separately and will consider the cost for permits as included in the contract prices for the various contract pay items. The cost is for the work prescribed in this section and the contract documents.

Special Provisions 11

SECTION SP 13 – ENVIRONMENTAL POLLUTION CONTROL

SP 13.1 GENERAL

The Contractor shall become familiar with the latest requirements of the National Pollutant Discharge Elimination System (NPDES) Permit and all other necessary permits to discharge water to State receiving waters, into storm drainage system and into sanitary sewer system prior to bidding on this project. The Contractor will apply for and obtain the appropriate NPDES permits required by the State Department of Health (DOH) using the current forms and pay for the applicable filing fee.

This section shall supplement any provision for Environmental pollution and hazardous materials, substances and/or waste control of the General Conditions.

SP 13.2 DESCRIPTION

This section is for submitting detailed plans, diagrams, and written site-specific best management practices (BMP); constructing, maintaining, removing debris collected, and repairing temporary water pollution, dust, and erosion control measures at the project site, including local materials sources, and work areas; removing and disposing potential hazardous wastes; and complying with applicable City, State, and Federal Permit conditions.

Berms and temporary protection shall consist of gravel or sand wrapped with geotextile material. Alternate materials are allowable upon the Officer-in-Charge’s review.

SP 13.3 WATER POLLUTION AND EROSION CONTROL CONFERENCE

Schedule a water pollution, dust, and erosion control conference with the Officer-in-Charge at least 14 calendar days before the start of construction work to discuss the sequence of work, plans and proposals for water pollution, dust, and erosion control. Submit a water pollution, dust, and erosion control plan, as detailed below, a minimum of 10 calendar days before the scheduled conference.

SP 13.4 WATER POLLUTION AND EROSION CONTROL PREPARATIONS

Submit the following:

A. A written site-specific BMP Plan describing activities to minimize water pollution and soil erosion into State waters, drainage or sewer systems. The BMP Plan shall include: an identification of potential pollutants and their sources, a list of all materials and heavy equipment to be used during construction; descriptions of the methods and devices used to minimize the discharge of pollutants into State waters, drainage or sewer systems; details of the procedures used for the maintenance and subsequent removal of any erosion or siltation control devices; details of maintaining and ensuring proper operation of any device used to minimize the discharge of pollutants including the removal of collected debris; methods of removing and disposing hazardous wastes encountered or generated during construction; methods of removing and disposing concrete and asphalt pavement cutting slurry, concrete curing water, and hydrodemolition water; fugitive dust control, including dust from grinding, sweeping, or brooming off operations or combination thereof; and methods of storing and handling of fuels, oils, paints and other products used for the project.

At minimum, show or address the following to the Officer-in-Charge: material storage and handling areas, and other staging areas; concrete truck washouts; fueling and maintenance vehicles and other equipment; use of form oils, paints and other products on the job site; tracking of sediment offsite from the project; litter management; dust control; and spill control.

Special Provisions 12

The BMP Plan must be dated and signed and a copy kept on site throughout the duration of the project. Any revisions to the BMP Plan shall be included with the original BMP Plan, and all drawings, documentations modified to reflect the revisions. Include actual date of installation and removal of BMP.

B. Plans indicating location of water pollution, dust and erosion control devices; plans and details of BMPs to be installed or utilized; areas of soil disturbance in cut and fill, areas used for the storage of soil or waste, and areas where vegetative practices are to be implemented. The plans shall indicate the intended drainage pattern. Submit a separate drawing for each phase of construction which alters the drainage patterns. Indicate approximate date when device will be installed and removed.

C. Construction schedule.

D. The name(s) of the specific individual(s) designated to be responsible for the water pollution, dust, and erosion controls on the project site along with their home and business telephone numbers, fax numbers, and e-mail addresses.

E. Description of the nature of fill material to be used on the project.

Follow the guidelines in the “City and County of Honolulu Storm Water Best Management Practice Manual Construction”, dated November 2011 in developing, installing, and maintaining the BMPs for the project. Manual can be obtained by downloading from City website at www.cleanwaterhonolulu.com .

SP 13.5 CONSTRUCTION REQUIREMENTS

Do not begin work on the project until the submittals detailed in the section above - Water Pollution, Dust, and Erosion Control Submittals, are completed and reviewed by the Officer-in-Charge.

Address all comments subsequently received from the Officer-in-Charge.

Modify and resubmit the plans and construction schedules to correct conditions that develop during construction which were unforeseen during the design and pre-construction stages.

Coordinate any temporary control provisions with the permanent control features throughout the construction and post-construction period.

Apply accepted erosion control measures to all exposed erodible material within 15 calendar days of exposure. If after 15 calendar days, the erosion control measures have not been applied, apply an accepted erosion control measure on the sixteenth day at no cost to the City. Failure to apply erosion control measures will result in the increase in the amount of retainage and/or the withholding of the monthly progress payment. Provide for controlled discharge of waters impounded, directed, or controlled by project activities or erosion control measures.

Cover exposed surface of materials completely with tarpaulin or similar device when transporting aggregate, soil, excavated material or material that may be source of fugitive dust.

Cleanup and remove any pollutant that can be attributed to Contractor.

Properly maintain all erosion control features. Inspect, remove debris collected, and make necessary repairs to all erosion control measures at the following intervals:

Special Provisions 13

A. Weekly during dry periods,

B. Within 24 hours of any rainfall of 0.5 inch or greater which occurs in a 24-hour period,

C. Daily during periods of prolonged rainfall,

D. When existing erosion control measures are damaged or not operating properly as specified by the Officer-in-Charge.

E. Temporary removal of BMPs that may affect drainage or cause a potential flooding hazard in the event of a weather advisory warning.

Protect finished and previously seeded areas from damage and from spillover materials placed in the upper lifts of the embankment.

The Contractor’s designated representative shall address any water pollution, dust, and erosion control concerns brought up by the Officer-in-Charge within 24 hours of notification, including weekends and holidays. If the Contractor fails to satisfactorily address these concerns, the Officer-in- Charge reserves the right to employ outside assistance or use the Officer-in-Charge’s own labor forces to provide the necessary corrective measures. The Officer-in-Charge will charge the Contractor such incurred costs plus any associated project engineering costs. The Officer-in-Charge will make appropriate deductions from the Contractor’s monthly progress estimate.

When there are conflicts between these requirements and laws, rules, or regulations of other Federal or State local agencies, the more restrictive laws, rules, or regulations shall apply.

Failure to conform with the above requirements and regulations of the Federal or State local agencies will be cause for temporary or permanent suspension of operations. If operations are suspended due to the Contractor’s failure to conform, the Contractor shall maintain the project during the period of suspension at no cost to the City.

SP 13.6 NON-COMPLIANCE

The City will notify the Contractor of any non-compliance with the foregoing provisions and the action to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No extension of time or payment for excess costs or damages shall be made for the time lost due to such stop action.

SP 13.7 MEASUREMENT AND PAYMENT

The Officer-in-Charge will not measure the work under this section for payment. The Officer-in-Charge will not pay for the work under this section separately and will consider the cost for this work as included in the contract prices for mobilization. The cost is for the work described in this section and the contract documents.

No progress payment will be authorized until the Officer-in-Charge reviews the site-specific BMP Plan or when the Contractor fails to maintain the project site according to the BMP Plan.

For all citations or fines received by the City for non-compliance with the permit, the Contractor shall reimburse the City within 30 calendar days for the full amount of the outstanding cost the City has incurred, or the Officer-in-Charge will deduct the cost from the progress payment.

Special Provisions 14

The Officer-in-Charge will assess liquidated damages up to $27,500 for non-compliance of each BMP requirement and all other requirements in this section. There is no maximum limit on the amount assessed per calendar day.

SECTION SP 14 – SAFETY STANDARDS

SP 14.1 GENERAL

The Contractor shall comply with the standards of the Occupational Safety and Health Administration and all applicable Federal, State and City and County laws and regulations relating to safety in the performance of the work.

SP 14.2 MEASUREMENT AND PAYMENT

The Officer-in-Charge will not measure the work under this section for payment. The Officer-in-Charge will not pay for the work under this section separately and will consider the cost for this work as included in the contract prices for the various contract pay items. The cost is for the work prescribed in this section and contract documents.

SECTION SP 15 – PROTECTION AND CONTROL OF PEDESTRIANS AND VEHICULAR TRAFFIC

SP 15.1 GENERAL

The Contractor shall, during the progress of the work, use proper precautions and methods of procedure and construction for the protection and control of pedestrians and vehicular traffic in accordance with Subsection 4.13 of the General Conditions of Construction Contracts and as supplemented herein.

SP 15.2 ACCESS

During the progress of the work, the Contractor shall provide free access to traffic signal boxes & equipment, water meters, water valves, and abutting public and private property. No material or obstruction of any sort shall be placed within 25 feet of any fire hydrant. Fire hydrants must be readily accessible to the Fire Department at all times.

The Contractor shall provide proper traffic where necessary so that all streets, roads, , alleys, driveways, and garages will be accessible to traffic at all times. These bridges shall be constructed so that their decks are flush with the pavement, and maintained free from projecting nails, splinters, or rough edges. In lieu of the traffic bridges, the Contractor may use suitable steel plates. The bridges and/or steel plates shall be able to support all legal loads permitted by law and shall have a non-skid surface.

Special attention is called to private and public rights-of-way. Driveways shall be kept open unless the owners of the property using these rights-of-way are otherwise provided for satisfactorily. During the construction of driveways and ramps, satisfactory accesses shall be provided by the Contractor.

In the event of the Contractor's failure to comply with the foregoing provisions, the City may, with or without notice, cause the access to be provided, and deduct the costs of such work from any moneys due or to become due the Contractor under this contract, but the performance of such work by the City shall serve in no way to release the Contractor from his liability for the safety of the public or the work.

Special Provisions 15

SP 15.3 TRAFFIC CONTROL, PEDESTRIAN WALKWAYS AND WARNING SIGNS

The Contractor shall so conduct his operations as to minimize the possibility of or eliminate the need for over night closures of roads or travel lanes. If emergency over night closure of roads are needed, the Contractor shall be responsible for preparing the site specific traffic control plans (TCPs) and obtaining the City approvals. The approved TCPs are required to obtain a street usage permit.

A street usage permit shall be obtained from the Department of Transportation Services (DTS) before work on any portion of a public street or highway may begin. All traffic controls shall conform to the requirements of the Department of Transportation Services, the current Traffic Code for Honolulu, the "Administrative Rules of Hawaii Governing the Use of Traffic Control Devices at Work Sites On or Adjacent to Public Streets and Highways in the State of Hawaii", adopted by the Director of Transportation, the Federal Highway Administration's "Manual on Uniform Traffic Control Devices for Streets and Highways, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations", and the provisions hereunder. The Contractor shall notify the Department of Transportation Services at least five (5) working days prior to removal of any existing City traffic control sign or device.

The Contractor shall become familiar with and shall meet the latest requirements of DPP for traffic control plans. After the award of the contract, the Contractor shall submit a traffic control plan to the Department of Planning and Permitting - Traffic Review Branch for review and approval in conjunction with the application for a street usage permit. The traffic control plan shall meet all DPP requirements, including preparation by, or under the supervision of, a licensed professional engineer. Payment for the preparation and implementation of the approved traffic control plan will not be made directly but shall be considered as included in the various items in the proposal.

The Contractor shall so conduct his operations as to minimize inconvenience to traffic and he shall have under construction no greater amount of work than he demonstrates that he can handle properly with due regard for the rights of the public.

The Contractor shall furnish and install all warning signs, lights, walkways and detours required under this section. If the Contractor fails to promptly provide adequate warning signs, lights, walkways and detours, the City may, at its option, so provide them at the Contractor's expense. The Contractor shall pay the cost of such work to the City, or the City may deduct the cost from any moneys due the Contractor from the City.

The Contractor shall provide and post signs banning parking on streets to be resurfaced 48 hours prior to resurfacing. The Contractor shall also cover all existing parking regulation signs and uncover them after the completion of resurfacing. The signs shall conform to the following requirements.

Signs shall be mounted on 4-foot high portable stands.

Size--18" x 24" x 0.063" with 1-1/2" radius corners.

Materials--Aluminum conforming to ASTM Designation B 209-68. Paint shall be 3M Scotchlite Process Color or equal.

Color--Red lettering on white reflectorized background except at the upper left corner where the word "No" will be white lettering on red background.

Special Provisions 16

Information on Signs--The signs shall contain the information noted and conform to the layout as shown on the following schematic drawing.

NO PARKING

8 A.M. TO 4 P.M. ______Space for Changeable day and date >

ROAD RESURFACING

PARKED CARS WILL BE TOWED AWAY

The type of sign required is available for examination at the Division of Road Maintenance Office at 99-1077 Iwaena Street.

SP 15.4 RESTRICTIONS

While construction is in progress within any City street, the Contractor shall provide and maintain traffic lanes in good condition in accordance with the following requirements.

A. Normal Hours: 8:30 a.m. to 3:30 p.m., Monday to Friday.

1. Work within the existing road pavement area shall be performed by the Contractor during the hours of 8:30 a.m. to 3:30 p.m., or as permitted by the Department of Transportation Services.

2. During working hours, the Contractor shall provide two (2) lanes of roadway open to traffic at all times. On streets too narrow to make this practicable, the Contractor may work in one-half the roadway, keeping the other half open to traffic. The Contractor shall take adequate measures to insure that service by the buses of the Oahu Transit Service of Honolulu, Inc. is not interrupted by this project.

Adequate traffic control shall be provided by the Contractor during working hours.

3. During non-working hours, all trenching located within the existing pavement area shall be covered and all lanes shall be opened to traffic. The Contractor shall construct proper bridges and approach ramps as required (non-skid steel plates may be used) to provide for the smooth flow of traffic. All trenches within the sidewalk areas shall be covered, providing safe passageways for pedestrians.

4. The Contractor shall notify the Honolulu Police Department, Honolulu Fire Department and Oahu Transit Services of Honolulu, Inc. of the construction work in progress and the blocking of any street during construction.

5. The Contractor shall notify the Department of Transportation Services, Traffic Signals and Technology Division, telephone 768-8388, 5 working days prior to any construction within any signalized intersection. The Contractor shall be responsible for any and all damages to existing

Special Provisions 17

traffic signal conduits and loop detectors as a result of his work. All damages shall be repaired by the Contractor at no additional cost to the City.

SP 15.5 MEASUREMENT AND PAYMENT

Traffic control, pedestrian walkways, and warning signs shall be paid for by force account. The cost for the first six police officers including related charges will not be measured or paid for separately. The Officer-in-Charge will consider the cost for the first six police officers as included in the contract price of the various contract items. This cost includes the administrative fees, administrative costs, overhead and profit, bond fees, insurances, and applicable taxes

Additional Off-Duty Police Officers shall be paid separately by allowance. Compensation will be 110% of invoice amount and is considered full compensation for all taxes, overhead and profit, bond fee, insurances, administrative costs, and handling. Payment will be full compensation for the work ordered by the Officer-in-Charge and will be deducted from the allowance set in the proposal. The unused portion of the allowance item shall remain with the City upon completion of the contract.

SECTION SP 16 – CONDITIONS AT SITE

SP 16.1 EXISTING CONDITIONS

Every Contractor bidding upon the work is expected to visit the site and examine the condition of same and satisfy himself as to the character and amount of work to be performed as indicated and called for by these specifications and the conditions under which it must be performed. No additional payment will be granted because of the lack of knowledge of such conditions.

SP 16.2 WATER AND ELECTRICITY

The Contractor shall make all necessary arrangements and connections for temporary use of water and electricity for construction use and shall pay all expenses, if required.

SP 16.3 MEASUREMENT AND PAYMENT

The cost of the work under this section shall not be paid for directly but shall be considered as included in the prices for all of the various items of work.

SECTION SP 17 – DESCRIPTION OF WORK

SP 17.1 GENERAL

The project scope is to cold plane the existing asphalt concrete pavement except for ¾ to 1 inches are to remain, and resurface a 1-1/2 to 2 inches thick asphalt concrete pavement overlay, City Mix No. 4 or State Mix IV depending on the thickness, for the various city streets listed in the proposal schedule, including, but not limited to, adjustments of street monuments and utility manhole frames and covers; installation of pavement markers, striping, and markings; and installation of vehicle detector loops. The Contractor may reconstruct any area of the existing roadway to meet the guarantee requirements.

The Contractor shall provide transitions to existing driveways and ensure that the drainage is maintained. The final paving should not create any drainage / ponding problems.

Ponding within the resurfaced pavement area will not be accepted. The Contractor shall make adjustments to address drainage / ponding issues. These adjustments may include additional cold

Special Provisions 18

planing and/or placement of asphalt concrete pavement overlays onto existing gutters and driveways. See Instruction to Bidders for additional information.

The Contractor shall also be responsible for all complaints, during and after construction, and shall address and correct the problems in a timely manner. The Contractor shall coordinate and work directly with the various utility companies and agencies to address their concerns.

The Contractor shall perform the following activities prior to commencement of work:

A. The Contractor shall document and photograph the existing roadway pavement conditions and identify the areas and extent of pavement distress. Photographs of the roadway existing edge and centerline conditions shall be taken (3 pictures per 50 foot interval), organized and labeled on an index plan identifying the location of each photo. Photographs shall include addresses to identify the location where the photo was taken. Photographs shall have enough pixels to enlarge four times and the 5-inch x 7-inch print (4 times enlarged) shall be detailed enough for all objects to be clearly identified. This documentation shall be done prior to any cold planing and provided to the Department of Design and Construction. The Contractor shall be responsible to address all complaints, inquiries, litigations, etc. as a result of the restriping and pavement markings and markers. Photographs of the finished product shall be provided at the same requirements above. Photographs shall be placed in order by streets and increasing stations.

B. Prepare and obtain approval from Department of Transportation Services, Traffic Signals and Technology Division (DTS-TS&T) for the layout for vehicle detector loops. The Contractor shall coordinate with DTS-TS&T to obtain proposed vehicle detector loop locations.

C. Obtain Street Usage Permit. Prepare and obtain approval of traffic control plans.

D. Prepare the Site-Specific Construction Best Management Practice Plans (BMPs) and other contractor information.

E. Obtain all other necessary permits and approvals required for resurfacing operations.

SP 17.2 CLEANING OF STREETS

Immediately before applying the tack coat, the surface to be treated shall be swept clean of all loose material, dirt, excess dust or other objectionable material. The tack coat shall not be applied when the street to be treated is appreciably damp or when weather conditions are unsuitable.

Immediately after a street has been resurfaced, the gutter area shall be hand-swept clean of all loose material.

SP 17.3 PERFORMANCE OF WORK

Once resurfacing of a given street has begun, it shall be pursued to completion without undue delay.

SP 17.4 MEASUREMENT AND PAYMENT

The cost of the work described in this section shall not be paid for directly but shall be considered as included in the prices for all of the various items of work.

Special Provisions 19

SECTION SP 18 – COLD PLANING OF EXISTING PAVEMENT

SP 18.1 GENERAL

The pavement adjustment work shall consist of lowering the existing road pavement by cold planing or scarifying and resurfacing with a layer of asphalt concrete pavement.

This work shall also eliminate (minimize) any unevenness (lip) at the edge of the newly resurfaced roadway. Thus, providing a relatively smooth surface for pedestrian traffic.

The Contractor shall reference and temporarily adjust all manholes, valve boxes, monument cases, and other pavement penetrations to the new grade. Temporary transitions, where required, shall be constructed before opening the roadway to traffic.

SP 18.2 DETAILS

Cold Planing. The work covered by cold planing shall consist of furnishing all labor, equipment, tools, materials and supervision necessary to complete operations of planing existing asphalt concrete pavements and removing all surplus materials.

The planing machine shall be self-propelled and be especially designed and built for grinding flexible and rigid pavements. It shall plane without tearing or gouging the underlying surface and blade material into a windrow. The machine shall consist of a 60" minimum width cutting drum with carbide tip teeth. Drum lacing patterns shall permit a grooved or smooth surface finish as selected by the City and the drum shall be totally enclosed in a shroud to prevent discharge of any loosened material into adjacent work areas. The machine shall be capable of operating at speeds from 5 to 50 feet per minute and designed so that the operator can observe the work without leaving his control area. A 0 to 5 inches deep cut to predetermined grade may be required on one pass. The machine shall be adjustable as to crown and depth by tilting the drum axis and a guidance system furnished to assist operator to control grade and match adjacent pavements or cuts. A dust suppression system with l500 gallon minimum water storage tanks and two high pressure spray bars with spiral nozzles shall be standard equipment. The equipment shall be demonstrated to have been operated successfully on similar work completed prior to the award of this contract. The equipment shall meet or be lower than the standards set by the Air Quality Act of 1969 for noise and air pollution.

The Contractor shall furnish one or more planing machines operated by experienced workmen. The surface tolerance produced so that a ten-foot straight edge laid laterally will indicate variances of less than 3/8" (except in crown area) and a ten-foot straight edge laid longitudinally will indicate variances of less than 3/16". Removal shall consist of (1) planing and cutting the pavement to form a keyway header cut or full width regrading, plus; (2) removing the loosened material.

SP 18.3 MEASUREMENT AND PAYMENT

Cold planing shall be measured for payment by the square yard. Payment shall be made at the unit price bid and shall be full compensation for furnishing the equipment, material, tools and labor necessary to complete the work.

SECTION SP 19 – ASPHALT SURFACE TREATMENT

SP 19.1 GENERAL

Unless otherwise specified herein, all work shall conform to Section 33 (Asphalt Surface Treatment) of the Standard Specification.

Special Provisions 20

SP 19.2 PREPARATION OF PAVEMENT AREAS

A. Materials. Tack coat shall conform to Section 33 of the Standard Specifications, except as modified by the following paragraph:

1. Tack coat shall be Type SS-1, SS-1h, CSS-1, or CSS-1h, emulsified asphalt. The bituminous material shall meet the requirements under AASHTO M 140.

B. Detail. Tack coat application shall conform to Section 33 of the Standard Specification, except as modified by the following paragraphs:

1. Dilute the emulsified asphalt with water at a rate of one part emulsion to one part of water by volume. The Contractor shall document the quantity, rate of application, temperature, and areas to be treated before applying tack coat. The Contractor shall retain this information in their files for a period of 5 years. The Contractor shall make this information available for inspection, review, and audits by the City.

2. The time between the placement of the tack coat and the subsequent paving shall not exceed four hours. During curing of tack coat or placement between lifts, vehicle tracking will not be permitted.

3. Keep traffic except construction equipment directly connected with paving operations off the tack coat. Protect the tack coat from damage until after placing the surface course.

SP 19.3 MEASUREMENT AND PAYMENT

The Officer-in-Charge will not measure asphalt surface treatment for payment. The Officer- In-Charge will not pay for asphalt surface treatment separately and will consider the cost as included in the contract prices for the various contract pay items. The cost is for the work prescribed in this section and the Contract Documents.

SECTION SP 20 – UNCLASSIFIED EXCAVATION

SP 20.1 GENERAL

Unless otherwise specified herein, all work shall conform to Section 12 (Roadway Excavation) of the Standard Specification.

SP 20.2 MEASUREMENT AND PAYMENT

The Officer-in-Charge will measure unclassified excavation per cubic yard for payment. The Officer-in-Charge will pay for the accepted unclassified excavation per cubic yard. Payment will be full compensation for the work prescribed in this section and the contract documents.

The Officer-in-Charge will not measure saw cutting for unclassified excavation for payment. The Officer-in-Charge will not pay for saw cutting for unclassified excavation separately and will consider the cost of saw cutting as included in the contract price for the unclassified excavation contract pay item.

Special Provisions 21

SECTION SP 21 – ASPHALT CONCRETE BASE

SP 21.1 GENERAL

Unless otherwise specified herein, all work shall conform to Section 32 (Treated Bases) of the Standard Specifications.

SP 21.2 RECONSTRUCTION OF PAVEMENT AREAS

A. Description. This work consists of reconstruction of weakened areas of an existing roadway as selected by the City. The Contractor shall provide traffic control during identification and recording efforts.

B. Materials. Plant Mix Asphalt Treated Base and Recycled Plant Mix Asphalt Treatment Base shall conform to Section 32 of the Standard Specifications, except as modified by the following paragraphs:

1. The asphalt cement grade shall be PG 64-16.

2. Glassphalt (Treated Base). If available, glassphalt shall be used.

Crushed glass shall be supplied by the City's Department of Environmental Services Division of Refuse Collection and Disposal (Refuse). Contact person for Refuse is Ms. Suzanne Jones, phone number 768-5333.

"Glassphalt" means asphaltic concrete for street paving made from crushed glass as a partial substitute for the aggregate (sand or ) in the mix.

a. Crushed Glass shall be processed to provide a reasonably uniform gradation from the fine to coarse with 100 percent of the material passing the 3/8-inch sieve and be relatively free of foreign materials (bottle caps, plastics, and paper). The blend of crushed glass and virgin aggregate shall produce a combined mixture of acceptable gradation.

b. The Asphalt Treated Base shall be a uniform mixture of crushed glass, virgin aggregate, and asphalt cement. The proportion of crushed glass to virgin aggregate shall not exceed 10% crushed glass to 90% virgin aggregate by weight.

c. The Contractor shall use glassphalt for the reconstruction of weakened areas of an existing roadway. Should the supply of glass provided by the City be exhausted, only then is the Contractor to use virgin asphalt treated base or recycled asphalt treated base to reconstruct weakened areas of a roadway.

However, as glass becomes available to the Contractor from the City, the Contractor is required to revert back to using Glassphalt. This process may occur more than once during the duration of the contract.

3. Recycled Asphalt Treated Base. The Recycled Asphalt Treated Base shall be a uniform mixture of crushed reclaimed asphalt concrete pavement (RACP), virgin aggregate, and asphalt cement.

a. The RACP shall be processed to provide a reasonably uniform gradation from fine to coarse with 100 percent of the material passing the 1-1/2 inch sieve.

The blend of virgin aggregate and crushed RACP shall produce a combined

Special Provisions 22

mixture of acceptable gradation. b. The proportion of RACP to virgin aggregate shall not exceed 30% crushed RACP to 70% virgin aggregate by weight.

4. No job tolerances will be established for the Asphalt Treated Base with crushed glass or crushed RACP mixture; however, once the job mix is established, the Contractor shall maintain controls to produce a uniform product as established in the job mix.

5. The Contractor shall retain in their files the job mix formula for the Asphalt Treated Base/Glassphalt Base (with crushed glass, virgin material or crushed RACP). The job mix formula shall indicate the source of the aggregates, grades of bituminous material and proportion of the crushed glass or crushed RACP to be used in the mix. The total amount of bituminous binder in the mix shall be between 4.0% to 6.0% for Asphalt Treated Base. All test data used to develop the job mix formula shall also be retained. Should a change in sources of materials be made, a new job mix formula shall be established before the new material is used. The Contractor shall retain this information for a period of 5 years and shall make this information available for inspection, review, or audits by the City.

The bituminous mixtures shall be designed using procedures contained in Chapter III, Marshall Method of Mix Design, of the Asphalt Institute's Manual Series No. 2 (MS-2), current edition, and shall meet the requirements of Table I below:

TABLE I REQUIREMENTS FOR MARSHALL METHOD OF MIX DESIGN

Test Property Asphalt Treated Base

Number of Blows 75

Stability, lb. (minimum number) 2,000

Flow, 0.01 in. 8 - 16

Percent air voids 3 – 8

Percent air voids in mineral aggregate (min.) 13

C. Construction Details.

l. General.

The depth of excavation for the reconstruction shall be a maximum of 10 inches measured from the cold planed surface or less as determined by the Officer- in-Charge. The excavated areas shall be reconstructed with Plant Mix Asphalt Treated Base or Recycled Plant Mix Asphalt Treated Base to the existing road grade in accordance with Subsection 32.2 of the Standard Specifications, except as modified by the following two paragraphs:

Where the required mat thickness is 6 inches or less, the mixture may be spread and compacted in one layer.

Where the required mat thickness is more than 6 inches, the mixture shall be spread and compacted in 2 or more layers of equal thickness, but the maximum compacted thickness shall not exceed 6 inches for any one layer.

Special Provisions 23

2. Deep Patch.

a. The excavation shall extend at least one (1) foot into the good pavement surrounding the area to be patched.

b. The finished subgrade shall have a density of at least 95% of its maximum density for a depth of 6" or more.

If shrinkage cracks appear in the subgrade, the subgrade should be scarified and thoroughly moisture conditioned (between optimum moisture content and 3% wet of optimum moisture content) and recompacted.

If local soft area is encountered due to seepage water, the subgrade should be scarified and thoroughly mixed with cement (one (1) bag of cement for 5'x10' area 6" deep) and recompacted.

c. During construction, it is very important not to overstress the subgrade. Such as allowing heavy trucks or equipment to travel on the unprotected subgrade.

The Asphalt Treated Base material shall be back-dumped and then be spread onto the excavated area (a light-weight grader shall be used).

Tack coat shall be applied to the vertical face of the excavated area prior to the installation of Asphalt Treated Base (8" thick in 2 layers).

Prime coat is not necessary at the bottom of the excavated area.

3. Removal of Weakened Areas. The edges of the existing A.C. pavement at the weakened areas shall be saw cut.

All materials (deteriorated concrete slabs inclusive) removed shall be disposed of by the Contractor. The disposal of excavated materials shall be considered as included in the lump sum bid.

The Contractor may use a cold planer to remove weakened areas.

4. Traffic. All required work on the reconstructed areas shall be completed by the end of the work day so that the entire roadway can be opened to traffic.

D. Acceptance Sampling and Testing of the Bituminous Mixture.

1. The Contractor shall retain laboratory test results for control and acceptance functions during periods of mix productions: One (1) field Marshall Test, asphalt content test, gradation analysis, and specific gravity test for each mixture.

2. The compacted mixtures of the in place pavement shall not be less than 92.0 percent of the specific gravity (ASTM D 2041, commonly called the Rice Method) of the combined mixture without voids.

3. Two (2) core samples per 2,000 square yards paved (minimum 2 per street) shall be obtained and/or tested by the Contractor at no extra cost (including work to restore the affected area) for the determination of the thickness and density of the completed pavements.

4. All data for the control and the acceptance testing shall be retained in the

Special Provisions 24

Contractor’s files for a period of 5 years. The Contractor shall make this information available for inspection, review, and audits by the City.

SP 21.3 GLASSPHALT/ASPHALT TREATED BASE (PLANT MIX AND RECYCLED) BIDDING DIRECTIONS

The successful bidder shall use glassphalt for the reconstruction of weakened areas of an existing roadway. The cost for this item shall not be paid for directly, but shall be considered as included in the lump sum bid.

However, should the supply of glass provided by the City be exhausted, only then is the successful bidder to use Plant Mix asphalt treated base or recycled asphalt treated base to reconstruct weakened areas of the roadway.

All bidders should make the necessary allowances in their bids to meet this requirement.

SP 21.4 MEASUREMENT AND PAYMENT

Plant mix asphalt treated base shall be measured for payment by the ton. Payment at the unit price bid shall be full compensation for furnishing the material, equipment, tools, labor, and any other items necessary to construct the work in place.

SECTION SP 22 – ASPHALT CONCRETE PAVEMENT

SP 22.1 GENERAL

Unless otherwise specified herein, all work shall conform to Section 34 (Asphalt Concrete Pavement) of the Standard Specifications.

SP 22.2 CONSTRUCTION OF PAVEMENT AREAS

A. Description. This work consists of the construction of asphalt pavement areas in accordance with this special provision.

B. Materials. Asphalt Concrete Pavement shall conform to Section 34 of the Standard Specifications, except as modified by the following paragraphs:

1. The asphalt cement grade shall be PG 64-16.

2. Recycled Asphalt Concrete. If available, recycled asphalt concrete may be used.

The Recycled Asphalt Concrete shall be a uniform mixture of crushed reclaimed asphalt concrete pavement (RACP), virgin aggregate, and asphalt cement.

a. The RACP shall be processed to provide a reasonably uniform gradation from fine to coarse with 100 percent of the material passing the 1/2-inch sieve. The extracted bitumen content for the crushed RACP shall be not less than 2.0% when tested in accordance with the requirements of AASHTO T 164.

The blend of virgin aggregate and crushed RACP shall produce a combined mixture of acceptable gradation.

Special Provisions 25

b. The proportion of RACP to virgin aggregate shall not exceed 20% crushed RACP by weight.

3. Aggregate for Hot Mix Bituminous Pavement, including blending sand and filler, if any, shall meet the requirements below.

Test Test Method Requirement

Sand Equivalent AASHTO T 176 50% Minimum

Los Angeles Abrasion AASHTO T 96 30% Maximum

Stripping AASHTO T 182 Above 95%

Flat and elongated pieces ASTM D 4791 (By 25% Maximum (Length to width or width to Weight) thickness ratio of 3)

Grading AASHTO T 27 Job-mix formula based on Table 1-34

Soundness AASHTO T 104 (5 cycle 9% Maximum using sodium sulfate)

Absorption AASHTO T84 & T85 5% Maximum

4. Unless otherwise specified, State Mix IV shall be used for asphalt concrete pavement greater than or equal to 2-inches thick. City and County of Honolulu Mix #4 shall be used for all other asphalt concrete pavement surface layers.

5. The Contractor shall retain in their files for a period of 5 years the job mix formula for the Asphalt Concrete Pavement to be supplied for the project. The job mix formula shall indicate the source of aggregates, grades of bituminous material and proportion of the RACP to be used in the mix. The total amount of bituminous binder in the mix shall be between 4.5% to 8.0% by weight depending on the specified Asphalt Concrete Mix. All test data used to develop the job mix formula shall also be retained. Should a change in sources of materials be made, a new job mix formula shall be established before the new material is used. The Contractor shall make this information available for inspection, review, and audits by the City.

The bituminous mixtures shall be designed using procedures contained in Chapter III, Marshall Method of Mix Design, of the Asphalt Institute's manual Series No. 2 (MS-2), current edition, and shall meet the requirements of Table I below:

Special Provisions 26

TABLE I REQUIREMENTS FOR MARSHALL METHOD OF MIX DESIGN

Test Property Mix #2 Mix #3 Mix #4 Mix #5*

Number of Blows 75 75 75 75

Stability, lb. 1,800 1,800 1,800 1,800 (minimum number)

Flow, 0.01 in. 8 - 16 8 - 16 8 - 16 8 - 16

Percent air voids 3 - 5 3 - 5 3 - 5 3 – 5

Percent air voids in mineral aggregate (min.) 13 14 16 18

*NOTE: No RACP shall be used as partial substitute for the gravel in the Mix #5.

The job-mix formula for each mixture shall establish a single percentage of aggregate passing each required sieve size and a single percentage of bituminous material to be added to the aggregate.

All mixtures furnished for the project shall conform thereto within the following ranges of tolerances in the Table II below:

TABLE II RANGE OF TOLERANCES FOR JOB-MIX FORMULA

Passing No. 4 and larger sieves ± 7 percent

Passing No. 8 to No. 100 sieves (inclusive) ± 4 percent

Passing No. 200 sieve ± 2 percent

Bitumen ± 0.4 percent

C. Acceptance Sampling and Testing of the Bituminous Mixture.

1. The Contractor shall retain in their files for a period of 5 years the laboratory test results for control and acceptance functions during periods of mix productions: One (1) field Marshall Test, asphalt content test, gradation analysis, and specific gravity test for each mixtures. The Contractor shall make this information available for inspection, review, and audits by the City.

2. The compacted mixtures of the in place pavement shall not be less than 92.0 percent of the specific gravity (ASTM D 2041, commonly called the Rice Method) of the combined mixture without voids.

3. Two (2) core samples per 2,000 square yards paved (minimum 2 per street) shall be obtained and/or tested by the Contractor at no extra cost (including work to restore the affected area) for the determination of the thickness and density of the completed pavements.

Special Provisions 27

4. The pavement thickness tolerance shall be within ±1/8-inch. Anything exceeding the +1/8-inch thickness tolerance will not be paid for.

5. All data for the control and the acceptance testing shall be retained in the Contractor’s files for a period of 5 years. The Contractor shall make this information available for inspection, review, and audits by the City.

SP 22.3 MEASUREMENT AND PAYMENT

The Officer-in-Charge will measure and pay for the accepted asphalt concrete pavement overlay at the contract unit price per ton complete in place. Payment will be full compensation for the work prescribed in this section and the contract documents.

Asphalt concrete berms shall be measured for payment by linear foot. The accepted quantities shall be paid for at the unit price per linear foot. Payment shall be full compensation for furnishing the necessary equipment, tools, labor, materials, and other items necessary to install the asphalt concrete berms as specified in the contract documents.

SECTION SP 23 – DRIP PANS

SP 23.1 GENERAL

The Contractor shall place drip pans or approved absorbent material that retains the drippings under all paving equipment during all non-working hours.

The Contractor shall be fully responsible for all Contractor-related damages due to lack of placement of drip pan(s) or absorbent material under any all paving equipment during non-working hours, which results in any type of petroleum or any other environmentally hazardous spill. The Contractor shall be fully responsible for all clean-up or billed for the actual cost of clean-up by the City. Any subsequent fines imposed upon the City by the Environmental Protection Agency (EPA) and/or State Department of Health will be backcharged to the Contractor.

SP 23.2 MEASUREMENT AND PAYMENT

Furnishing and placing drip pans or absorbent material shall be considered as included in the bid prices for the items in the proposal for asphalt concrete pavement.

SECTION SP 24 – ADJUSTMENT OF EXISTING UTILITIES AND STREET SURVEY MONUMENTS TO NEW GRADES, RECONSTRUCTION OF MANHOLES, FURNISHING MANHOLE FRAME AND COVERS, FURNISHING SURVEY MONUMENT FRAME AND COVERS

SP 24.1 GENERAL

The adjustment of the existing utilities to new grades shall be done in accordance with the requirements and standards of the respective utility company. The Contractor shall notify, provide updated work schedule, and coordinate work with the affected utility company, including the Wastewater Division, prior to the commencement of work on the existing utilities and prior to final adjustment of utility to new grades. The Contractor shall be responsible for all necessary arrangements to complete the work under this section.

Special Provisions 28

The adjustment of the street survey monument castings to new grades shall conform to Section 49 (Street Survey Monuments) of the Standard Specifications; and Detail R-12 (Street Survey Monument) and R-13 (Street Survey Monument Castings) of the Standard Details.

SP 24.2 CONSTRUCTION REQUIREMENT

The Contractor shall furnish and install temporary mechanical plug or alternate means to prevent and minimize debris from entering existing manholes. Any debris entering the manhole during construction shall be removed immediately by the Contractor at no additional cost to the City. Frames and covers shall be identified so they can stay together to avoid switching covers to different frames and marked to maintain horizontal alignment. The Contractor shall remove temporary mechanical plug or alternate means after final adjustment of utility to finish grade is complete. All frames and covers must be properly installed and must not make noise following construction.

Existing utilities requiring reconstruction or containing missing/broken components shall be brought to the attention of the Officer-in-Charge together with the Contractor’s proposed repair method for approval prior to cold planing. Where reconstruction is required, the Contractor shall reinstall frame and cover to new elevation.

SP 24.3 MEASUREMENT AND PAYMENT

The cost for adjusting existing utilities and street survey monument castings, including toning for buried frames and covers, furnishing and installing temporary mechanical plug or alternate means to prevent and minimize debris from entering existing manholes, shall be measured for payment by each for three sizes of manhole frame and covers including 18-inches or less, 18-inches to 24-inches, and larger than 24-inches. Reconstruction of manholes is the adjustment of the cone section of the manhole to include installation of frame and cover to new elevation (where cover replacement is not needed). Furnishing City and County street survey monument frame and covers includes the complete replacement of survey monument frame and cover (where cover replacement is needed). Payment at the unit price bid shall be full compensation for furnishing the material, equipment, tools, labor, excavation, and any other items necessary for adjusting/reconstructing existing utilities and street survey monument castings and replacing monument frame and cover, in place complete. Liner restoration during adjustment/reconstruction is considered as included in the unit price for this work.

Furnishing manhole frame and covers includes the complete replacement of manhole frame and cover (where cover replacement is needed). The cost of furnishing manhole frame and cover shall be paid for under an allowance basis. Compensation will be 110% of invoice amount and is considered full compensation for all taxes, overhead and profit, bond fee, insurances, administrative costs, and handling.

SECTION SP 25 – CONSTRUCTION AREA APPEARANCE

SP 25.1 GENERAL

The Contractor shall throughout the duration of the project keep all streets, sidewalks and driveways free from all debris produced from the project. The Contractor shall keep the project and surrounding area neat and free from dust nuisance.

Upon completion of each phase of the project, the Contractor shall immediately remove all excess material and thoroughly clean the affected area.

SP 25.2 COMPLETION OF WORK

Special Provisions 29

Upon completion of the work, The Contractor shall remove all equipment, signs, and unused materials provided for the work and shall restore the project site to a neat and clean condition and do all the other required cleaning as specified above.

SP 25.3 NON-COMPLIANCE

Should the Contractor fail to comply with the foregoing provisions, the City may, with or without notice, cause the cleaning to be done and deduct the cost of such work from any moneys due the Contractor under this contract.

SP 25.4 MEASUREMENT AND PAYMENT

The cost of work under this section shall not be paid separately, but shall be considered as included in the prices for all of the various items of work.

SECTION SP 26 – DISPOSAL OF EXCAVATED MATERIAL

SP 26.1 DESCRIPTION

This work shall consist of hauling and disposing of excavated material from the jobsite. All excess material shall become the property of the Contractor and shall be hauled from the jobsite to an approved disposal site.

Hauling of wet, dripping material over public streets will not be permitted.

SP 26.2 MEASUREMENT AND PAYMENT

The cost for hauling and disposing of excavated material shall not be paid for separately, but shall be considered as included in the prices for all of the various items of work.

SECTION SP 27 – PAVEMENT MARKERS, STRIPING AND MARKINGS

SP 27.1 DESCRIPTION

This work shall consist of furnishing all labor, materials and equipment, and installing complete in place pavement markers, reflectorized white and yellow traffic pavement striping and other markings in conformance to the "Manual on Uniform Traffic Control Devices for Streets and Highways", 2009 Edition or latest revision (MUTCD), the "Traffic Standards Manual" of the Department of Transportation Services, July 1976 and the specifications. This work shall also include the removing of existing pavement markers and removing or eradicating existing pavement striping and markings.

The Contractor will be responsible for field verifying and documenting all existing striping, pavement markings, and pavement markers and notify any discrepancies to the Officer-in-Charge. The Contractor shall restore all striping, pavement markings, and pavement markers upon resurfacing the roadway.

The Contractor shall be responsible to address all complaints, inquiries, litigations, etc. as a result of the restriping, pavement markings and markers.

SP 27.2 MATERIALS

Materials shall conform to the requirements of Pavement Markers and Adhesive for Pavement Markers as specified in these specifications.

Special Provisions 30

A. Qualification of Reflectorized Traffic Paint for Temporary Markings. Only those traffic paints which have qualified in the latest completed prequalification tests conducted by the State Department of Transportation and having a Weighted Rating (W) of at least 6.5 for reflectorized white and 7.0 for reflectorized yellow at the completion of the road test will be permitted for use on this project. Quick dry paints shall not be used.

The phrase "latest completed prequalification tests" shall mean either those traffic paints which have been prequalified by the State Department of Transportation at the time this contract becomes effective or those traffic paints which have been listed by the State Department of Transportation as meeting the prequalification tests of the State Department of Transportation at the time the Contractor is doing pavement striping.

The Contractor may use other materials designed for pavement striping, such as adhesive striping, on temporary detours. Such materials shall meet the color and reflection requirements for traffic paints.

B. Description of Markers. The markers shall have the shape, dimensions and tolerances as shown on the plans. The markers shall be of uniform composition and free from surface irregularities, cracks, checks, chipping and other physical damage interfering with appearance or application. The Contractor shall retain in their files material certification and test results. The Contractor shall make this information available for inspection, review, and audits by the City.

C. Type of Markers.

1. Type A - Non-Reflective White Markers and Type J Non-Reflective Yellow Markers.

Class III Ceramic Type. For use on portland cement concrete and asphalt concrete road surfaces.

Class IV Ceramic Type. For use only on portland cement concrete road surfaces.

The Class of non-reflective white marker to be used shall be at the option of the Contractor, subject to the above limitations.

2. Type B - Two-Way Clear Reflective Markers.

3. Type C - Red-Clear Reflective Markers.

4. Type D - Two-Way Yellow Reflective Markers.

5. Type E - Yellow-Clear Reflective Markers.

6. Type G - One-Way Clear Reflective Markers.

7. Type H - One-Way Yellow Reflective Markers.

SP 27.3 MARKERS

A. Non-Reflective Markers. Type A and J pavement markers shall have the following characteristics:

Special Provisions 31

1. Composition of Markers. The composition of finished markers shall conform to the following: The Class III and IV pavement markers shall consist of a heat-fired, vitreous, ceramic base and a heat-fired, opaque, glazed surface to produce the properties required in these specifications. The markers shall be produced from any suitable combination of intimately mixed clays, shales, talcs, flints, feldspars, or other inorganic material which shall meet the properties herein required. The markers shall be thoroughly and evenly matured and free from defects which affect appearance or serviceability.

2. Properties of Markers. The properties of finished markers, Class III and Class IV, shall conform to the following:

a. Finish. The top surface of the marker shall be convex and the radius of curvature shall be between 3-1/2 inches and 6 inches except that the radius of the 1/2 inch nearest the edge may be less. Any change in curvature shall be gradual. The top and sides shall be smooth and free of mold marks, pits, indentations, air bubbles, or other objectionable marks or discolorations.

The bottoms of the ceramic markers shall be free from gloss or glaze and shall have a number of integrally formed protrusions approximately 0.050 inch projecting from the surface in a uniform pattern of parallel rows.

Each protrusion shall have a face parallel to the bottom of the marker. The area of each parallel face shall be between 0.01 and 0.065 square inches and the combined area of these faces shall be between 2.2 and 4.4 square inches.

The protrusions shall be circular in section.

The number of protrusions should be not less than 48 nor more than 200.

To facilitate forming and mold release, the sides of each protrusion may be tapered. This taper shall not exceed 15 degrees from perpendicular to the marker bottom. Markers manufactured with protrusions whose diameter is less than 0.15 inch may have an additional taper not exceeding 30 degrees from perpendicular to the marker bottom and extending not more than one-half the total height of the protrusion.

The overall height of the marker shall be between 0.68 to 0.80 inch.

b. Glaze Thickness. The thickness of the glazed surface shall be not less than 0.007 inch at any point located more than 1/4 inch from the edge of the marker circumference. The glaze thickness shall be measured on a fractured edge with a calibrated reticle of a microscope of at least 25 power.

c. Moh Hardness. The glazed surface of the marker shall have a hardness of a 6 minimum in the Moh hardness scale. This shall be determined relative to the mineral orthoclase which has a hardness of 6. With moderate hand pressure, it must be possible to scratch orthoclase with the marker but not possible to scratch the marker with the orthoclase.

d. Directional Reflectance (Type A markers only). The 45 °, 0 ° directional reflectance of the marker when tested in accordance with ASTM E 97, shall have the following values:

Glazed Surface 75 minimum Body of Marker 65 minimum

Special Provisions 32

The test on the glazed surface shall be made on the top of the convex surface of the marker. The test on the body of the marker shall be made on a flat surface of the marker from which the glaze has been removed by grinding with carborundum wheel.

e. Yellowness Index (Type A markers only). The yellowness index of the marker when tested in accordance with ASTM E 313 shall have the following values:

Glazed Surface 0.07 maximum Body of Marker 0.12 maximum

The test on the glazed surface shall be made on the top of the convex surface of the marker. The test on the body of the marker shall be made on a flat surface of the marker from which the glaze has been removed by grinding with a carborundum wheel.

f. Color (Type J markers only). The chromaticity of the glazed surface of the marker shall be within the following limits:

Purity 76 to 96 percent Dominant Wave Length 579 to 585 mu Total Luminous Reflectance (Y value) 0.41 minimum

Chromaticity measurements shall be made in accordance with California Test Method No. 660.

g. Water Absorption. The average water absorption of the ceramic marker when tested in accordance with ASTM C 373 shall not exceed 2.0 percent of the dry weight of the test piece.

h. Autoclave Test. The glazed surface of the marker shall not craze, spall or peel when subjected to one cycle at 100 psi for one hour of the autoclave test when tested in accordance with ASTM C 424.

i. Strength Test. A random sample of 5 markers of each type and/or class used will be selected for the load test. Each Class III marker shall support a minimum load of 1500 pounds and each Class IV marker shall support a minimum load of 750 pounds when the load is applied in the following manner: The base of the marker shall be made flat using plaster of paris or some other suitable material. Sufficient amount of material shall be applied to the base of the marker to fill the spaces around the protrusions up to the faces of the protrusions. The protrusions shall not protrude from the prepared finished base. The prepared marker shall be centered, base down, over the open end of a vertically positioned hollow metal cylinder. The cylinder shall be one inch high, with an internal diameter of 3 inches and a wall thickness of 1/4 inch. A load necessary to break the marker shall be applied at a speed of 0.2 inch per minute to the top of the marker through a one inch diameter solid metal cylinder centered on the top of the marker. Failure shall consist of a breakage of the marker at a load of less than 1500 pounds when applied to Class III markers or less than 750 pounds when applied to Class IV markers.

j. Sampling. Twenty markers selected at random will constitute a representative sample for each batch consisting of 10,000 markers or less. Forty markers will constitute a representative sample for lots consisting of more than 10,000 markers. The lot size shall not exceed 25,000 markers. However, if a batch represents less than 100 markers, the City may delete sampling and may accept the markers based on certification of compliance and certified test results.

k. Tolerances.

Special Provisions 33

1) Three test specimens shall be randomly selected from the sample for each test except as noted in (i) above, and tested for compliance in accordance with these specifications. Should any one of the specimens fail to comply with the requirements of these specifications, additional samples consisting of double the number of samples originally taken will be tested. The failure of any one of these additional samples shall be cause for rejection of the entire lot or shipment represented by the sample.

2) At the discretion of the City, a resample may be taken consisting of double the number of samples originally taken. Tolerances for resamples shall be in the same ratio as specified above.

l. Packaging. Shipments shall be made in containers which are acceptable to common carriers and packaged in such a manner as to insure delivery in perfect condition. Any damaged shipments shall be replaced by the Contractor. Each package shall be clearly marked as to the name of the manufacturer, type, color, quantity enclosed, lot and/or batch number, and date of manufacture.

B. Reflective Pavement Markers. Reflective pavement markers shall be of the prismatic reflector type consisting of a methyl methacrylate or suitably compounded acrylonitrile butadiene styrene (ABS) shell filled with a mixture of an inert thermosetting compound and filler material. The exterior surface of the shell shall be smooth and contain one or two methyl methacrylate prismatic reflector faces of the color specified.

The reflective lens shall not contain any voids or air space and the back of the lens shall be metallized.

The shell shall be fabricated in a manner that will provide a mechanical interlock between the thermosetting compound and the shell. The thermosetting compound shall bond directly to the backside of the metallized lens surface.

The base of the marker shall be flat (the deviation from a flat surface shall not exceed 0.050 inch), rough textured and free from gloss or substances which may reduce its bond to the adhesive.

Reflective markers shall conform to the following requirements:

1. Optical Performance. The specific intensity of each reflective surface, when tested at 0.2 degrees angle of divergence, shall not be less than the following specified values:

Specific Intensity

Clear Yellow Red

0 ° Incidence Angle 3.0 1.5 0.75 20 ° Incidence Angle 1.2 0.60 0.30

NOTE:

a. Angle of Incidence. The angle formed by a ray from the light source to the marker and the normal to the leading edge of the marker face.

b. Angle of Divergence. The angle formed by a ray from the light source to the marker and the returned ray from the marker to the measuring receptor.

Special Provisions 34

c. Specific Intensity. The mean candle power of the reflected light at a given incidence and divergence angle for each foot candle at the reflector on a plane perpendicular to the incidence light.

(R )(D 2) L SI = I L

Where: SI = Specific Intensity R = Reflected Light L

I = Incident Light L

D = Test Distance

d. Test Method. The markers to be tested shall be located with the center of the reflecting face at a distance of 5 feet from a uniformly bright light source having an effective diameter of 0.2 inch. The photocell receptor width shall be 0.05 inch and shall be shielded to eliminate stray light. The distance from the center of the light source aperture to the center of the photocell shall be 0.2l inch. If a test distance of other than 5 feet is used, the source and receptor shall be modified in the same proportion as the test distance.

2. Color. The color of the reflectors when illuminated by an automobile headlight shall be clear, yellow or red color as required. Off-color reflection will be rejected.

3. Strength Requirements. A random sample of 3 markers shall be selected for the load test. The marker shall support a minimum load of 2,000 pounds as applied in the following manner: The marker shall be centered, base down, over the open end of a vertically positioned hollow metal cylinder. The cylinder shall be one inch high, with an internal diameter of 3 inches and a wall thickness of 1/4 inch. A load necessary to break the marker shall be applied at a speed of 0.2 inch per minute to the top of the marker through a one-inch diameter solid metal cylinder centered on the top of the marker. Failure shall consist of either:

a. breakage or significant deformation of the marker at load of less than 2,000 pounds, or

b. significant delamination of the shell and the filler material regardless of the load required to break the marker.

4. Sampling. Six markers will be selected at random from each batch for testing. However, if a batch represents less than 100 markers, the Contractor may delete sampling and retain certification of compliance and certified test results in their files for a period of 5 years. The Contractor shall make this information available for inspection, review, and audits by the City.

5. Tolerances. Should any one of the samples selected for strength testing fail to comply with the strength requirements of these specifications, six (6) additional samples will be tested. The failure of any of these additional six (6) samples will be cause for rejection of the entire lot or shipment represented by the samples.

6. Packaging. Shipments shall be made in containers which are acceptable to common carriers and packaged in such a manner as to insure delivery in perfect condition. Any damaged shipments shall be replaced by the Contractor. Each package shall be clearly marked as to the name of the manufacturer, color, type, lot number, quantity enclosed, and date of manufacture.

Special Provisions 35

7. The Contractor shall use Type DB reflective markers to show fire hydrant locations. The markers shall measure 4 inches (+ ½”) and have a minimum area exposed to traffic of 12.5 square inches. Maximum slope of the reflective faces shall not be more than 30° nor less than 27° from the horizontal.

The lens shall be a brilliant blue color and be a true cube-corner type reflex reflector molded of optic grade methyl methacrylate (plastic).

The shell be white, molded of high impact acrylonitrile butadiene styrene (ABS).

C. Certification. The Contractor shall retain in their files for a period of 5 years a certificate of compliance and certified test results indicating that all types of markers conform to the specifications. The Contractor shall make this information available for inspection, review, and audits by the City.

SP 27.4 ADHESIVE FOR PAVEMENT MARKERS

Use bituminous adhesive (reference to State DOT Highways Specification Section 755.03) or asbestos-free standard set type epoxy adhesive or asbestos-free rapid set type epoxy adhesive to bond pavement markers to pavement.

Standard and rapid set type shall have a white A epoxy component and a black B curing agent component, each packaged separately. The mixing ratio of Component A to Component B shall be one-to-one by volume. The color of the material when mixed shall be approximately that of Color Nos. 26132 to 21652 of Federal Standard No. 595-A. The Standard Set Type is a compositional specification, together with test requirements. The Rapid Set type is based on laboratory test requirements only. No volatile solvents or thinners shall be present in the epoxy adhesives.

Requirements. The adhesive shall have the following properties:

A. Pot Life. The pot life shall be 12 minutes maximum and 7 minutes minimum for Standard Set Type and 5 minutes minimum for Rapid Set Type when tested as follows at 77 °F ±3°F: Mix equal volumes of components A and B in an 8-ounce, unwaxed paper cut 2 inches ±1/4 inch at base to give a 170 grams ±10 grams total mass. Mix 60 seconds ±5 seconds before timing for pot life. Test with a tongue depressor with minimum stirring. Record the time the material becomes unusable as the pot life. With most materials this shall be approximately the time a hard lump forms in the center.

B. Shear Strength. When tested as follows, the shear strength shall be not less than 1,000 psi for Standard Set Type and 900 psi for Rapid Set Type.

Bond three concrete blocks 2 inch x 3-1/2 inch x 7 inch of 7-sack concrete together with the 7-inch sides parallel forming 2 areas of contact 3-1/2 inch x 3-1/2 inch by overlapping the blocks. The test specimen then has a base of 2 blocks and a second surface formed by the center block. Apply the adhesive to the contact surfaces and allow to cure for 24 hours at 77 °F ±3°F. Cap the base of the specimen with an approved capping compound and test at a load rate of 10,000 pounds per minute. A swivel type head must be used at the top of the testing press. Computations are based on a total area of 24.5 square inches (shear strength = total load/24.5).

C. Viscosity. The viscosity of each component when measured in a 3/4 filled standard round quart paint can shall be between 1.0 x 10 5 and 3.0 x 10 5 centipoises for Standard Set Type and 0.8 x 10 5 and 2.2 x 10 5 centipoises for Rapid Set Type when measured as follows: Stir the components vigorously for 30 seconds with a spatula. Remove entrained air by vigorously tamping and measure viscosity within 10 minutes after stirring. Use Brookfield Viscometer, Model RVT at 5.0 RPM with a Model C Brookfield Helipath Stand and Helipath TD Spindle having a crossarm length of 0.804 inches for

Special Provisions 36

Standard Set Type and T.E. Spindle for Rapid Set Type. Use weight included in spindle set. Component and ambient temperature is to be 77 °F ±3°F at time of measurement. Reading shall be taken at approximately the center of the vertical travel of the spindle.

D. Viscosity--Shear Ratio.

Viscosity at 0.5 RPM Viscosity at 2.5 RPM

This ratio shall be 2.0 minimum for Standard Set Type and 1.8 minimum for Rapid Set Type for Component A and 1.9 minimum for Component B. Take the above viscosities at the same time and conditions as in Subsection (C) above.

E. Bond Strength.

1. Clean a 4 inch x 4 inch area on a flat surface of a concrete block made with 7- sack concrete and having a tensile strength in excess of 250 psi.

2. Use the equipment and load described in Calif. Test Method No. 420. Condition test equipment, concrete and epoxy at test temperature for 24 hours before test.

3. Mix adhesive on a tin plate with a trowel or spatula for 60 seconds ±5 seconds. Immediately start timing, place adhesive on pipe cap and press firmly in place on concrete. Just before the required test time, insert the dynamometer hook into pipe cap.

4. After curing 3-1/3 hours for Standard Set Type and 25 minutes for Rapid Set Type at 77 °F ±3°F measured from the end of the mixing period, the bond strength shall be at least 200 psi.

F. Weight Per Gallon, Pounds at 77 °F ±3°F (Standard Set Type).

Component A 11.5 - 11.8

Component B 11.7 - 12.1

Composition:

STANDARD SET TYPE

Component A Parts by Weight

Epoxy Resin 1 100.00 Titanium Dioxide, TT-P-422, Type III or IV 7.31 Resin Grade Asbestos 2 5.00 Talc 3 37.64

Component B

N-Aminoethyl piperazine 1 23.16 Nonylphenol 5 52.00 Carbon Black, TT-P-343, Form 1, Class B 0.22 Talc 3 77.37 Resin Grade Asbestos 2 1.00

Special Provisions 37

1Viscosity, 5-7 poises at 25 °C; epoxide equivalent 175-195; Color (Gardner), 5 maximum; manufactured from epichlorohydrin and bisphenol A. The reactive diluent shall be butyl glycidyl ether.

2Specific gravity, grams per ml., 2.45; moisture content, % by weight, 2.0 maximum; surface area, square meters per gram, 60 approximately; reflectance, G.E. brightness, 72-76; nature of surface charge, electropositive (cationic); pH in water, 9.5; bulking value, gallons per 100 lbs., 4.8; oil

absorption (DOP), pound per 100 lbs., 120; refractive index, n d 25 °C., 1.54-1.56; wet bulk density in water, after dispersion, 2 grams per liter, settling after 1 hr., 100 ml. clear maximum; dry bulk density, pounds per cubic foot, 4.

3Percent passing U.S. No. 325 sieve, 94-96; maximum particle size, 70 microns, oil absorption (Gardner-Coleman), 6-7 ml. per 20 grams; fineness in oil (Hegman) 1-2; specific surface, 0.5- 0.6 square meter per gram; consistency (40% suspension in linseed oil) 55-60 KU.

4Color (ALPHA) 50 maximum; amine value 1250-1350 based on titration which reacts with the 3 nitrogens in the molecule; appearance clear and substantially free of suspended matter.

5Color (ALPHA) 50 maximum; hydroxyl number 245-255; distillation range, °C. at 760 mm first drop 295 minimum, 5% 298 minimum, 95% 325 maximum; water, % (K.F.) 0.05 maximum.

Directions for use:

Any settling of fillers or pigments in Components A or B shall be completely redispersed to provide a homogeneous mix before the components are used. Just before use, Components A and B shall be mixed in a one-to-one ratio by volume.

When the Rapid Set Type adhesive is used, the components shall be mixed by a 2- component type automatic mixing and extrusion apparatus. The temperature of the Rapid Set Type adhesive shall be maintained at 65 °F. to 85 °F. before mixing. The temperature of the Standard Set Type adhesive shall be maintained at 60 °F. to 100 °F. before mixing. Any heating of epoxy adhesive shall be done by the application of indirect heat.

Packaging and Labeling of Adhesive. Each adhesive component shall be packaged in containers not larger than 5 gallons in volume. The containers shall be new steel, not less than No. 24 gage and shall otherwise meet Interstate Commerce shipping standards. Each container shall be clearly labeled with designation (Component A or B), type (Standard or Rapid Set), manufacturer's name, date of manufacturer, batch number (a batch shall consist of a single charge of all components in a mixing chamber), directions for mixing, and the following warning:

CAUTION

This material will cause severe dermatitis if it is allowed to come in contact with the skin or eyes. Use gloves and protective creams on the hands. Should this material contact the skin, wash thoroughly with soap and water. Do not attempt to remove this material from the skin with solvents. If any gets in the eyes, flush for 10 minutes with water and secure immediate medical attention.

Sampling. One quart sample of each of the components (A and B) from each batch will be sampled for testing.

Certification. The Contractor shall retain in their files for a period of 5 years a certificate of compliance indicating that all types of adhesives conform to the requirements of the

Special Provisions 38

specifications. The Contractor shall make this information available for inspection, review, and audits by the City.

SP 27.5 REFLECTIVE THERMOPLASTIC COMPOUND PAVEMENT MARKINGS

A. General. Reflective thermoplastic compound pavement markings shall be a substance, free of volatiles, which is machine applied to the pavement surface in a hot molten state and which, after cooling to the ambient temperature, and without polymerization or other chemical change, forms a traffic marking stripe of the quality and appearance as specified herein.

The material used shall be an alkyd type product especially compounded for traffic markings.

The installed stripe shall not be slippery when wet.

The compound shall not deteriorate by contact with sodium chloride, calcium chloride, oil content of pavement materials, or from oil droppings from traffic.

In the plastic state, the material shall not give off fumes which are toxic or otherwise injurious to persons or property. The material shall not break down or deteriorate if held at the plastic temperature for a period of four hours, or by reason of 4 reheatings to the plastic temperature.

There shall be no obvious change in color of the material as a result of up to 4 reheatings, or from batch to batch.

To insure the best possible adhesion, the compound shall be installed in a melted state of a minimum temperature of 375 °F, and the material shall not scorch or discolor if kept at temperatures between 380 ° to 450 °Fahrenheit for up to 4 hours.

The pigmented binder shall be well dispersed and free from all skins, dirt, foreign objects, or such ingredients as will cause , staining, or discoloration.

After application and proper drying time, the material shall show no appreciable deformation or discoloration under local traffic conditions, and in an air and/or road temperature ranging from 0 to 120 °Fahrenheit. Under this specification, the term "drying time" shall be defined as the minimum elapsed time, after application, when the stripe shall have and retain the characteristics required by the preceding sections. In addition, the drying time shall be established by the minimum elapsed time after application, after which normal local traffic will leave no impression or imprint on the applied marking.

The drying time shall not exceed a characteristic straight line curve, the lower limits of which are 2 minutes at 50 °F., the upper limits of which are 15 minutes of 90 °F., both temperatures measured at a maximum relative humidity of 70 percent.

The stripe shall maintain its original dimensions and placement. The exposed surface shall be free from tack. Cold ductility of the material shall be such as to permit normal movement with the without chipping.

The marking shall have a uniform cross section. Pigment shall be evenly dispersed throughout the material. The density and character of the material shall be uniform throughout its thickness.

The material shall not smear or spread under normal traffic conditions at temperatures below 120 °F.

Special Provisions 39

The filler to be incorporated with the resins or binders shall be a white calcium carbonate or equivalent filler.

The white thermoplastic shall have a pigment containing not less than 6 percent per Titanium Dioxide, and, after setting, shall be pure white, free from dirt or tint.

Yellow reflectorized thermoplastic compound shall be "Federal Yellow".

The binder shall consist of a mixture of non-drying synthetic resins at least one of which is solid at room temperature. The total binder content of the thermoplastic compound shall be not less than 15 percent nor more than 35 percent by weight.

The material shall not change in its color and brightness characteristics after prolonged exposure to sunlight.

During manufacture, reflectorizing beads shall be mixed into the material to the extent of not less than 20 percent nor more than 50 percent by weight of the material. The beads that are applied to the surface of the material shall be automatically applied at a uniform rate of approximately 3 pounds of glass beads to every 100 square feet of line.

The glass beads used in the formulation shall have a refractive index of not less than 1.51 when tested by the liquid immersion method at 25 °C; shall consist of 70 percent min. by count of true spheres; shall be free from air inclusions; and shall have the following graduation:

U. S. Sieve Number Percent Passing

30 90 - 100

40 35 - 100

100 0 - 10

Not less than 70 percent of the spheres shall meet the following requirements:

1. The surface of the spheres shall be smooth, lustrous, and free from film scratch and pits.

2. The spheres shall be clear and transparent and shall not be oviate in shape or fused spheroids.

3. The spheres shall show high autocollimating efficiency. Not more than one percent shall be black, amber, or milky.

The glass beads dropped on the applied marking shall have a refractive index of not less than 1.51 when tested by the liquid immersion method of 25 °C., shall consist of 70 percent min. by count of true spheres; shall be free from air inclusion; and shall have the following gradation:

Special Provisions 40

U. S. Sieve Number Percent Passing

20 90 - 100

80 0 - 10

Not less than 70 percent of the spheres shall meet the following requirements:

1. The surface of the spheres shall be smooth, lustrous, and free from film scratch and pits.

2. The spheres shall be clear and transparent and shall not be oviate in shape or fused spheroids.

3. The spheres shall show high autocollimating efficiency. Not more than one percent shall be black, amber, or milky.

B. Specifications and Tests.

1. Color.

a. White. Initially white; as demonstrated by a standard color difference meter such as the Gardner Color Difference Meter manufactured by Gardner Laboratories, Inc., Bethesda, Maryland, the material shall show deviations from a magnesium oxide standard not greater than the following:

Mag. Oxide Scale Definition Standardized Sample

Rd Reflectance 100 70 minimum

a Redness-Greenness 0 -5 to +5

b Yellowness-Blueness 0 -10 to +10

b. Yellow. Initially yellow; equal to standard color chips using Federal test method standard 141 Method 4252.

2. Color Retention. The retention of the initial color shall be determined as follows: Specimens shall be prepared and tested from the samples submitted in accordance with ASTM D 620-57T, "Tentative Method of Test for Colorfastness of Plastics". The ultraviolet light source shall be as specified from the test procedure or optionally may be a General Electric 275 watt sun lamp bulb, type RS, with built-in reflector. After 100 hours of exposure, specimens shall show no perceptible color change when compared visually with an unexposed specimen.

3. Water Absorption. Material shall have not more than 0.5 percent by weight of retained water, when tested by ASTM D 570, procedure a.

4. Softening Point. Material shall have a softening point of not less than 90 °C, as determined by ASTM E 28.

Special Provisions 41

5. Specific Gravity. Specific gravity of compound at 25 °C. shall be from 1.9 to 2.5.

6. Impact Resistance. The impact resistance shall not be less than 15 inch- pounds at 77 °F. after the material has been heated for 4 hours at 400 °F. and cast into bars of one-inch cross sectional area and three inches long and placed with one-inch extending above the vise in a cantilever beam (Izod Type) tester using the 25-inch pound scale. See ASTM D 256 for description of this instrument.

7. Bond Strength. When 2 concrete blocks 2 inches by 3-1/2 inches by 7 inches are cemented together on the 3-1/2-inch by 7-inch faces with a 1/16 to 1/8-inch layer of the thermoplastic traffic line material and tested according to ASTM C 321, the bond strength shall not be less than 150 pounds square inch.

8. Indentation Resistance. The reading of the Shore Durometer, Type A, as described in ASTM D 2240 after 15 seconds shall not be less than the amounts herein designated when the material is tested after heating for 4 hours at 400 °F., and cooled to the following temperatures:

Temperature Reading

115 °F. 65

77 °F. 95

40 °F. 95

C. Packaging. Each unit container shall be clearly and adequately marked to indicate the color of the material, the process batch number or similar manufacturer's identification, the manufacturer's name and location of plant, and the date of manufacturer.

The material shall be delivered to a designated area in unit containers as processed by the manufacturer. Each unit container when filled shall weigh no less than 24 lbs. or more than 52 lbs.

D. Warranty. Thermoplastic compound pavement marking material furnished and installed under this specification shall be guaranteed by the Contractor against failure due to poor adhesion resulting from defective materials or methods of application.

For approved pavements carrying 30,000 vehicles per day or less, the successful bidder shall guarantee to replace, without cost to the City, that part of the pavement markings installed under this contract which, in the opinion of the City, has not remained to perform useful service as follows: 1. Crosswalks and stop lines:

90 percent of the total of any one intersection for one year. 75 percent of the total of any one intersection for 2 years. 50 percent of the total of any one intersection for less than 3 years.

2. Lane Lines, Edge Lines, and Center Lines:

90 percent of a unit for one year. 80 percent of a unit for 2 years. 60 percent of a unit for 3 years.

Special Provisions 42

(A "Unit" is defined as any length of highway having installed thereon 2,000 lineal feet of line of specified width in any combination or pattern.)

The replacement material installed under this guarantee shall be guaranteed the same as the original material, from the date of the original installation.

E. Equipment. The material shall be applied to the pavement by an extrusion method wherein one side of the shaping die is the pavement and the other 3 sides are part of the equipment.

The equipment shall provide continuous mixing and agitation of the material. Conveying parts of the equipment shall be constructed to pavement accumulation and clogging. All parts of the equipment which come in contact with the material shall be easily accessible and exposable for cleaning and maintenance.

All mixing and conveying parts including the shaping die shall maintain the material at the plastic temperature.

The equipment shall assure continuous uniformity in the dimensions of the stripe. The thickness of the material on the pavement shall be no less than 3/32 inch and no more than 3/16 inch measured as an average in any three foot length.

The applicator shall cleanly cut off square stripe ends and shall be capable of applying "skip" lines. The use of pans, aprons or similar appliances which the die overruns will not be permitted.

Beads applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the liner in such a manner that the beads are dispensed almost instantly upon the completed line. The bead dispenser shall be equipped with an automatic cutoff control synchronized with the cutoff of the thermoplastic material.

The equipment shall be constructed to provide for varying die widths to produce varying widths of traffic markings.

A special kettle shall be provided for melting and heating the composition. The kettle shall be equipped with an automatic thermostatic control device so that heating can be done by controlled heat transfer liquid rather than direct flame, to provide positive temperature control and prevent overheating of the composition.

The applicator and kettle must be equipped and arranged to satisfy the requirements of the National Fire Underwriters.

The applicator shall be mobile and maneuverable to the extent that straight lines can be followed and normal curves can be made in a true arc.

The applicator shall be capable of containing a minimum of 125 pounds of molten material.

F. Application. The Contractor shall clean off dirt, blaze, paint, tape and grease where necessary and as directed by the City.

The material may be installed in variable widths from 2 inches to 12 inches.

Special Provisions 43

On pavements containing less than 6 percent bituminous asphalt and on all concrete pavements, the Contractor shall prestripe the application area with a binder material as recommended by the manufacturer.

The compound shall be installed in a melted state at temperatures of 380 ° to 450 °Fahrenheit.

The minimum installed thickness of the line as viewed from a lateral cross section shall be not less than 3/32nds of an inch at the edges, nor less than 1/8th of an inch in the center. The measures shall be taken as an average throughout any 36-inch section of the line.

The new line when applied over an old line of compatible material shall bond itself to the old line in such a manner that no splitting or separation takes place during its useful life.

The finished lines shall have well defined edges and be free of waviness.

SP 27.6 CONSTRUCTION REQUIREMENTS

A. General. Pavement markers and markings shall be applied to surfaces that have been thoroughly cleaned and are free of dirt, dust, curing compound, grease, oil, moisture, loose aggregates, unsound layers and any other material which would adversely affect the bond of the adhesive or paint.

In the installation of pavement markers, the cleaning of portland cement concrete and asphalt concrete surfaces shall be by blast cleaning. Clean, newly placed asphalt concrete need not be blast cleaned unless the surface contains an abnormal amount of asphalt or the surface is contaminated with dirt, grease, oil or any other material which would adversely affect bonding.

Permanent pavement markers, striping and markings shall be applied no sooner than 7 calendar days nor later than 14 calendar days after completion of the pavement.

Unless otherwise specified, the Contractor shall establish control points, spaced at intervals that will insure accurate location of pavement markers and striping. Markers and markings shall not be applied when moisture or foreign matter is present on the pavement surface or when wind conditions are such as to cause dust to be deposited on the prepared areas or to prevent satisfactory application of the marker adhesive or marking.

The Contractor shall paint temporary guidelines and outline of arrows, legends and crosswalks with a retro-reflective self-adhering tape on the day the roadway is opened to traffic, before permanent lines are installed.

The Contractor shall furnish and place all warning and directional signs necessary to direct and control the traffic during marker installation or the striping operations. Warning signs shall be set up before the beginning of each operation and extra signs shall be kept well ahead of the marking equipment.

The Contractor shall install all markers and apply all pavement striping before opening roadways to public traffic except that when connections to existing pavements are made or when temporary detours carry public traffic, the Contractor shall mark or stripe the connecting pavements on the day that the roadway is open to traffic.

If the Contractor is unable to provide the permanent pavement markings and it is necessary to run public traffic over roadways soon after paving, the Contractor shall paint, on the day of each day's paving, temporary guide dashes at the traffic stripe or marker location on the pavement, as guidance for drivers, until the permanent markings can be placed. The Contractor shall maintain and

Special Provisions 44

repaint, if necessary, all temporary markings until the permanent striping and/or markers are installed. This work shall be considered as included in the items of paving, pavement markers and/or pavement striping, and no separate payment will be made therefore.

B. Pavement Markers. Markers shall be cemented to the pavement with Standard Set Type adhesive. The Contractor may use Rapid Set Type adhesive for the Standard Set Type adhesive at no extra cost to the City.

The adhesive shall be placed uniformly on the cleaned pavement surface or on the bottom of the marker in a quantity sufficient to result in complete coverage of the area of contact of the marker with no voids present and with a slight excess after the marker has been pressed in place. The marker shall be placed in position and pressure applied until firm contact is made with the pavement. Excess adhesive around the edge of the marker, excess adhesive on the pavement, and adhesive on the exposed surfaces of the markers shall be immediately removed. Soft rags moistened with mineral spirits conforming to Federal Specification TT-T-291E or kerosene may be used, if necessary, to remove adhesive from exposed faces of pavement markers. No other solvent shall be used. The marker shall be protected against impact until the adhesive has hardened.

The adhesive requires that the mixing operation and placing of the markers be done rapidly. When hand mixing or machine mixing the Standard Set Type adhesive, all markers shall be aligned and pressed into place within 5 minutes after mixing is started. When hand mixing Standard Set Type adhesive, not more than one quart shall be mixed at one time. Any mixed batch which becomes viscous so that the adhesive cannot be readily extruded from under the marker on application of slight pressure shall not be used.

When the Rapid Set Type adhesive is used, the components shall be mixed by a 2- component type automatic mixing and extrusion apparatus, the markers shall be placed within 60 seconds after the adhesive has been mixed and extruded and no further movement of the marker will be allowed.

Automatic mixing equipment for the epoxy adhesive shall use positive displacement pumps and shall properly meter the components in the specific ratio, ±5 percent by volume of either component. At the beginning of each day, the ratio shall be checked by the Contractor. This check shall be made by disconnecting the mixing heads, or using suitable bypass valves, and filling 2 suitable containers with the unmixed components. The mixing head shall properly mix 2 components so that there is no trace of black or white streaks in the mixed material.

The Standard Set Type adhesive shall not be used when either the pavement or the air temperature is less than 50 °F. The Rapid Set Type adhesive shall not be used when either the pavement or the air temperature is less than 30 °F. No markers shall be installed if the relative humidity of the air is greater than 80 percent or if the pavement is not surface dry. The following table may be used as a guide; however, the times shown may vary, depending upon field conditions:

Special Provisions 45

TIME TO BEAR TRAFFIC

Temperature * Standard Set Type Rapid Set Type ( °F) (Hours) (Minutes)

100 1-1/2 15 90 2 20 80 3 25 70 4 30 60 5 35 50 7 45 40 No Application 65 30 Below 50 °F 85 No Application Below 30 °F

*The temperature indicated is either pavement surface or air temperature, whichever is lower. The hardness of the rim of epoxy around the marker shall not be used as an indication of the degree of cure of the epoxy under the marker.

Types A and J pavement markers that are used to delineate 10-foot lane stripes shall be installed in sets of four markers as called for on the plans. Installation of fractional sets (i.e., one, two or three markers) will not be permitted. The length of the 10-foot stripe and 30-foot gap may vary plus or minus one foot to properly distribute the spacing of stripes.

No pavement markers shall be installed over longitudinal or transverse joints of the pavement surface.

C. Pavement Striping and Markings. Pavement striping and markings shall be of the length, width and placement specified and shall conform to the Department of Transportation Services Standards.

Pavement arrows, legends, and crosswalks (International pattern) shall be applied with appropriate templates (refer to "Traffic Standards Manual" of the Department of Transportation Services, dated July 1976).

No stripe shall be less than the specified width. No stripe shall exceed the specified width by more than 1/2 inch. The length of the 10-foot marked or painted segment for skip stripe may vary plus or minus one foot and the 30-foot gap between segments may vary plus or minus one foot. The alignment of the stripe shall not deviate from the intended alignment by more than one inch on tangents and on curves up to and including one degree. On curves exceeding one degree, the alignment of the stripe shall not deviate from the intended alignment by more than 2 inches.

When necessary to correct a deviation which exceeds the permissible tolerance in alignment, that portion of the stripe so affected shall be removed plus an additional 30 feet in each direction, and a new stripe then provided in accordance with these specifications.

All stripes, segments of stripes and markings shall present a clean cut, uniform appearance. All striping and markings which fail to meet the requirements specified herein, or are marred or damaged by traffic or from other causes, shall be corrected prior to acceptance by the City at the Contractor's expense. All misted areas, drip and spattered paint shall be removed.

The freshly painted temporary stripe shall be protected by cones or other satisfactory devices until the traffic paint is dry and will not transfer to car tires. All stripes damaged by traffic, or pavements marked by traffic crossing wet paint shall be repaired or corrected as specified below.

Special Provisions 46

The Contractor shall retain test specimens in their files for a period of 5 years. Test films shall be applied to a suitable plane rigid surface. The area shall be of sufficient size to permit film thickness measurement to be made at least one (1) inch from any edge. The Contractor shall make these samples available for inspection, review, and audits by the City.

D. Removing Existing Pavement Markers, Striping and Markings. Existing pavement markers shall be removed by methods that cause the least possible damage to the pavement or surfacing.

Existing pavement striping and markings shall be removed to the fullest extent possible by methods that will not materially damage the surface or texture of the pavement, or leave impressions on the roadway that could be confused with permanent striping during inclement weather or night driving conditions. Any damage to the pavement or surfacing caused by the removal operations shall be repaired by the Contractor at his expense.

Painting over the existing striping and markings will not be permitted. Burning off existing striping and markings will be permitted using an approved method using excess oxygen.

Sand or other material deposited on the pavement as a result of removing pavement markers, traffic striping and markings shall be removed as the work progresses. Accumulation of sand or other material which may constitute a hazard to traffic will not be permitted.

Extraneous traffic striping and markings shall be removed before any change is made in the traffic pattern.

SP 27.7 REMOVAL OF TEMPORARY TAPE TRAFFIC MARKINGS

The Contractor shall remove all temporary tape striping placed to delineate traffic lanes, crosswalks, stop bars, etc., prior to the lay down of the finish asphalt concrete mix #4 layer.

SP 27.8 MEASUREMENT AND PAYMENT

The cost for removal of existing traffic markers and markings shall not be paid for separately, but shall be considered as included in all the various contract items.

The cost for installation and removal of temporary tape traffic markings shall not be paid for separately, but shall be considered as included in all the various contract items.

Furnishing and installation of pavement markings which includes words, symbols and arrows shall be measured for payment by each. Payment at the unit price bid shall be full compensation for furnishing the material, equipment, tools, labor, and any other items necessary for installation in place complete.

Furnishing and installation of pavement markings which includes crosswalk markings, striping and stop lines shall be measured for payment by linear foot. Crosswalk markings shall be measured by transverse distance across the full width of pavement. Payment at the unit price bid shall be full compensation for furnishing the material, equipment, tools, labor, and any other items necessary for installation in place complete.

Furnishing and installation of pavement markers shall be measured for payment by each. Payment at the unit price bid shall be full compensation for furnishing the material, equipment, tools, labor, and any other items necessary for installation in place complete.

Special Provisions 47

SECTION SP 28 – HYDRANT MARKERS

SP 28.1 DESCRIPTION

This work shall consist of furnishing and installing reflective Hydrant Markers in accordance with this special provision and the attached details.

SP 28.2 MATERIALS

A. Reflective Hydrant Markers shall be Type DB and conform to the following specifications.

1. Dimensions. The markers shall measure 4 inches by 4 inches ( ±1/2") and have a minimum area exposed to traffic of 12.5 square inches. Maximum slope of the reflective faces shall not be more than 30 ° nor less than 27 ° from the horizontal.

2. Shell. The shell shall be white, molded of high impact acrylonitrile butadiene styrene (ABS), and filled with a mixture of inert thermosetting compound meeting State of Hawaii specification No. 712.40-5. The bottom shall be rough textured and free from gloss or substances which may reduce its bond to the adhesive.

3. Lens. The lens shall be of a brilliant blue color and be a true cube-corner type reflex reflector molded of optic grade methyl methacrylate (plastic).

4. Packaging. Shipments shall be made in containers which are acceptable to common carriers and packaged in such a manner as to insure delivery in perfect condition. Any damaged shipments shall be replaced by the Contractor. Each package shall be clearly marked as to the name of the manufacturer, color, type, lot number, quantity enclosed, and date of manufacturer.

B. Adhesive for Hydrant Markers shall conform to the requirements of SP 26.4 Adhesive for Pavement Markers.

SP 28.3 CONSTRUCTION DETAILS

Installation of Hydrant Markers shall conform to SP 26.6 Construction Requirements.

SP 28.4 MEASUREMENT AND PAYMENT

Furnishing and installation of Fire Hydrant Markers shall be measured for payment by each. Payment at the unit price bid shall be full compensation for furnishing the material, equipment, tools, labor, and any other items necessary for installation in place complete.

Special Provisions 48

Special Provisions 49

Special Provisions 50

Special Provisions 51

SECTION SP 29 – VEHICLE DETECTOR LOOP

SP 29.1 DESCRIPTION

This work shall consist of installing vehicle detector loops in accordance with this special provision and the standard details. The Contractor shall prepare the layout for the vehicle detector loops. The Contractor shall obtain and address review comments from the Department of Transportation Services, Traffic Signals and Technology Division (DTS-TS&T). The Contractor shall coordinate with the DTS-TS&T to obtain the proposed vehicle detector loop locations. The DTS-TS&T, telephone 768-8388, shall be contacted to verify the locations in the field. Coordination will also need to be made with DTS- TS&T to have the loop detector wiring spliced into the traffic signal intersection wiring, and then again to have the controller programmed before the loops will be fully operational.

The Contractor shall minimize vehicle detector loop downtime. For downtime of 7 calendar days or more, the Contractor shall furnish and install Approach-Only Microwave Vehicle Detector or other temporary vehicle detector.

Approach-Only Microwave Vehicle Detector is a vehicle detection unit for computerized signals. The detector shall detect motion of every vehicle type, including mopeds moving in only one direction utilizing a very low power microwave beam.

The detector's range shall be from 3 feet to 100 feet or greater. Base the cone of the detector on a 16 degrees field of view with a maximum width of 18-1/2 feet at 60 feet. The detector shall have two field adjustment controls, those being range control and time delay extension.

The extension timer shall be capable of extending the detector output from at least 0.5 to 7.5 seconds. Begin the extension with the termination of the detected vehicle output and continue for the duration of the selected extension time interval.

The microwave unit shall have a Federal Communication Commission (FCC) certification. The detector shall work at the frequency of 10.525 Ghz as allowed under the FCC Rules, Part 15. The detector shall be self-contained except for the power source that shall operate at both 10VAC to 24VAC and 12VDC.

The unit shall have an electro-mechanical two AMP SPDT Relay to send a signal to the controller. The unit shall employ a circuit for power failure to put relay to a close position (recall) during a power failure.

The detector shall have a monitoring circuit for the transceiver (Gunn diodes) that will failsafe the relay to a closed position (recall). Except for the range adjustment, tuning will be automatic. The Engineer will allow a five minute warm up period for diodes. There shall be no tuning controls of any kind which require an operator.

The detector shall work while installed on the side of a pole, on top of a pole, or overhead at the height of between 12 and 18 feet above the pavement. Encase each detector in a finished fabricated aluminum case with no larger than a 4-inch square, high impact plastic opening in front of the antenna.

Each detector case will be water resistant without the use of silicone gels or any other materials that will deteriorate with ultra-violet rays. Size of the detector shall be no greater than:

Height: 4.5 inches Width: 4.5 inches Depth: 7.5 inches

Mounting bracket supplied shall be for side, top, or overhead mounting. The detector shall

Special Provisions 52

be capable of continuous operation over a temperature range of -35 degrees F. to 165 degrees F.

The manufacturer shall test all microwave units to meet FCC specifications. The manufacturer shall supply a medical statement as to the safety of the unit to the general public, specifically to persons with pace-makers.

SP 29.2 MATERIALS

A. Vehicle Detector Loop Cable

Vehicle Detector Loop Cable shall be Type 4 Cable, Solid No. 12, Single Conductor, 600 Volt, General Purpose Cable for Sensor Loops. Conforming to requirements of IMSA specifications 51-5.

1. Conductor. Conductor shall be No. 12 AWG, solid copper conductor.

2. Insulation. Insulation shall be of moisture and heat resistant rubber with a minimum thickness of 3/64 of an inch. The outside diameter of the conductor shall be approximately 0.205 inch.

3. Two-way conduit stub out and other materials are to be installed as required.

4. Joint Sealer for Vehicle Detector Loops shall be epoxy or equal as approved by the Traffic Signals and Technology Division (TS&T).

B. Hot Tar Sealant for Sensor Loops

1. The hot applied rubberized sealant shall be formulated specifically to be flexible. It shall be suitable for use as a sealant for industrial wire loops imbedded in asphalt concrete and portland cement concrete for traffic signal work and vehicle counters, and shall be nontracking under traffic. At application temperatures, the rubberized sealant shall be a thin, free-flowing fluid which penetrates saw cuts and self-levels to permit uniform applications. The sealant shall be melted and applied to pavements using a pressurized application unit. The sealant shall be relatively stiff, but shall remain flexible at low pavement surface temperatures. Test results shall conform to the following specifications.

TEST SPECIFICATION

Penetration, 77 F 25 - 35 maximum

Flow, 140 F 0 mm - 5 mm maximum

Resilence, 77 F 40 percent minimum

Softening Point 180 F minimum

Ductility, 77 F 30 cm minimum

Mandrel Bend, 0 F, 180 °, 5s, 1/2 inch diameter

Rec. Pour Temperature 180 F

Safe Heating Temperature 410 F

Special Provisions 53

375 F Viscosity 30 Poise

Unit Weight 10.0 pounds/gallon

Coverage, 1/2 inch x 1/2 inch crack 13.0 pounds per 100 feet

2. Directions for Use. Saw cuts shall be blown clean and dry with compressed air to remove all excess moisture and debris. For repairing damaged saw cuts, all loose spalled material shall be cleaned away from saw cut, chipping back to sound asphalt concrete or portland cement concrete and all loose material cleaned from loop wires. Sealant temperature at application should be 370 °F and should not exceed 420 °F. Loop detector sealant should be placed to a maximum height above the pavement of 1/8 inch, with a slight overlap of sealant on the sides of the pavement cut.

SP 29.3 CONSTRUCTION DETAILS

1. Vehicle detector loops shall be installed in accordance with the details shown on the plans and standard details.

2. The exact locations of vehicle detector loops will be determined in the field by the Traffic Signals and Technology Division (TS&T). The Contractor shall layout the locations of the vehicle detector loops as determined by TS&T.

3. After reconstruction of pavement area, with a power saw, cut a slot deep enough in the road surface for the number of wires to be installed.

a. Do not cut the slot unnecessarily deep. Keep the loop as close to the surface as possible, away from metal reinforcing.

b. The width of the slot is approximately 3/8 inch.

c. Knock off all sharp edges or corners of the saw slot that might damage insulation.

d. Clean debris from saw slot with compressed air and allow surface and slot to completely dry.

4. Using Type 4 cable, construct the loop.

a. Use three (3) turns per loop.

b. Tamp the wire all the way down in the slot using a blunt wooden instrument. (Do not use a screwdriver or sharp object that might skin the insulation.)

c. The wire should not be pulled tight in the saw slot as a hot joint sealer may cause expansion.

5. Seal the slot in the road surface with hot tar.

6. Test the vehicle detector loop

SP 29.4 MEASUREMENT AND PAYMENT

Furnishing and installation of Vehicle Detector Loops shall be measured for payment by each. Payment at the unit price bid shall be full compensation for furnishing the material, equipment, tools, labor, and any other items necessary for installation in place complete.

Special Provisions 54

SECTION SP 30 – QUALIFIED ARBORIST, ROOT BARRIER INSTALLATION, TREE AND ROOT PRUNING AND TREE REPLACEMENT

SP 30.1 DESCRIPTION

A specialty contractor is required for this portion of work. The specialty contractor is required to engage the services of a City qualified arborist, whenever pavement distress is suspected adjacent to an existing tree. The arborist will determine the installation of a root barrier system, tree trimming, root pruning and tree replacement in accordance with this special provision. When major tree work is required within a City right-of-way, specific individuals and organizations shall be notified as indicated herein.

SP 30.2 MATERIALS

Root barrier, if required by the arborist, shall be “Typar Bio-Barrier” root control system, or approved equal.

SP 30.3 CONSTRUCTION DETAILS

A. The Contractor is required to engage a qualified arborist prior to starting any tree and root pruning and tree replacement work. The qualified arborist shall recommend and direct preventive and mitigative measures to protect the trees. The work shall be in compliance with ANSI A300-2001 for Tree Care Operations – Tree, Shrub and other Woody Plan Maintenance – Standard Practices, and ANSI Z133.1 – 2000 Pruning, Repairing, Maintaining, and Removing Trees, and Cutting Brush – Safety Requirements. All tree work shall be under the direct supervision of a qualified arborist. A qualified arborist is required to be at the work site at all times when tree and root pruning work are under way. A qualified arborist shall:

1. Be approved by the Department of Parks and Recreation.

2. Maintain certification as an International Society of Arboriculture “certified arborist” at all times during the period of the contract.

3. Possess three years of work experience as a ISA “certified arborist”, which includes:

a. Supervision of work similar in scope to that specified in this contract.

b. Knowledge and experience in the pruning practices and maintenance of the tree species included in this contract.

c. Experience in the recognition and diagnosis of problems and hazardous conditions affecting the tree species included in this contract.

d. Possess a thorough working knowledge of ANSI Z133.1-1994 and ANSI A300-1995.

B. The root barrier shall be installed as directed by the qualified arborist, if determined necessary.

C. The tree canopy shall be pruned prior to or in conjunction with root pruning, if the qualified arborist determines it necessary.

D. Tree roots shall be pruned prior to installation of the root barrier.

Special Provisions 55

E. The root barrier shall be a minimum of 12 inches in depth and installed in accordance with the manufacturer’s written instructions.

F. Maintenance shall be for a period of 90 days after the completion of planting. Maintenance shall include all necessary watering, pruning, fertilizing, disease and insect pest control, protective spraying, straightening trees which lean or sag, adjustment of trees which settle or are planted too low, and any other procedures consistent with good horticultural practice necessary to insure normal, vigorous, and healthy growth.

SP 30.4 MEASUREMENT AND PAYMENT

The cost of the services of a qualified arborist, root barrier installation, tree trimming and root pruning, tree replacement and maintenance shall not be paid separately, but shall be paid for by force account.

SECTION SP 31 – MOBILIZATION

Mobilization shall consist of preparation work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies and other items to the project site; for installation of Best Management Practices for the acquisition of all work materials; necessary for work on the project; and for all other work and operations which must be performed, or costs incurred, prior to beginning work on the various items on the project site.

Upon Notice to Proceed issued by the Contracting Officer, the Contractor shall proceed with preparatory work such as: making submittals, obtaining approvals, obtaining permits, and other work as necessary. No work will be allowed at the job site and no ordering of materials will be allowed until the date stipulated in the Letter of Notice to Proceed.

SP 31.1 MEASUREMENT AND PAYMENT

Mobilization will be paid for on a lump sum basis. The cost of demobilization shall be included in the mobilization cost. Partial payments will be made as follows: (1) When five per cent of the total sum bid is earned, fifty per cent of the amount bid for mobilization will be paid; (2) When ten percent of the total sum bid is earned, seventy-five per cent of the amount bid for mobilization will be paid; and (3) When twenty per cent of the total sum bid is earned, one hundred per cent of the amount bid for mobilization will be paid.

Nothing herein shall be construed to limit or preclude partial payments otherwise provided for by the contract.

SECTION SP 32 – LIQUIDATED DAMAGES

Liquidated Damages for Failure to Open Lanes on Time. In addition to all other remedies for breach of contract, the Officer-in-Charge may assess liquidated damages for failure of the Contractor, for any reason, to maintain open lanes to the public in the amount of $500 for every one to fifteen minute increment for each lane not open to the public. No limit to amount for opening lanes to traffic. The Officer-in-Charge will decide the time and liquidated damages assessed.

Liquidated damages shall be two thousand three hundred twenty dollars ($2,320.00) for each calendar day of delay in the completion of this project.

Special Provisions 56

SECTION SP 33 – PROMPT PAYMENT BY CONTRACTORS TO SUBCONTRACTORS

Delete Subsection 6.6 of the General Conditions in its entirety and replace with the following:

"(a) Any, money, other than retainage, paid to a contractor shall be dispersed to subcontractors within ten days after receipt of the money in accordance with the terms of the subcontract; provided that the subcontractor has met all the terms and conditions of the subcontract and there are no bona fide disputes on which the procurement agency has withheld payment.

(b) Upon final payment to the contractor, full payment to the subcontractor, including retainage, shall be made within ten days after receipt of the money; provided there are no bona fide disputes over the subcontractor's performance under the subcontract.

(c) Where a subcontractor has provided evidence to the contractor of:

(1) a valid union trust fund contribution bond acceptable to the contractor in an amount not less than three months of the subcontractor's trust fund contribution;

(2) A performance and payment bond for the project executed by a surety company authorized to do business in the State;

(3) Any other bond acceptable to the contractor; or

(4) Any other form of mutually-acceptable collateral;

and the contractor fails to pay in accordance with this section, a penalty of one and one-half percent per month shall be imposed on the outstanding amounts due to the subcontractor. The penalty may be withheld from future payment due to the contractor. Where a contractor has violated subsection (b) three or more times within two years of the first violation, the contractor shall be referred to the contractor license board by the procurement agency under HRS Section 444-17(14)."

SECTION SP 34 – LOCATE MANHOLE FRAMES & COVERS, MONUMENTS, VALVE BOXES, ETC, GPS SURVEY EQUIPMENT AND DATA FORMAT

SP 34.1 GENERAL

Contractor shall use the prescribed standards and procedures to acquire and process location data procured under this Contract.

Contractor shall demonstrate to the City and County of Honolulu, Department of Design and Construction that its GPS hardware, firmware, and software are adequate to provide the level of accuracy required for the project and required by applicable standards. Contractor shall also demonstrate that the personnel proposed for collecting GPS data are adequately trained and experienced to successfully complete such work according to applicable standards.

SP 34.2 PROCESS

For field collection, differential correction, feature attribution, and documentation of GPS data, the Contractor shall adhere to the Statewide Global Positioning (GPS) Data Collection and

Special Provisions 57

Documentation Standards, Version 3 (February 2006) available online at http://www.ncgicc.com/Portals/3/documents/gps-standard-final.pdf.

(A) Curb ramp point collection shall be collected at the center point of the curb ramp at the point closest to the street gutter.

(B) All curb ramps shall be classified as one of the following curb ramp surface types:

TYPE 1 – Portland Cement Concrete (PCC) TYPE 2 – Asphalt Concrete (AC) TYPE 3 – Plastic Detectible Surface (PDS) TYPE 4 – Other (OTHR)

SP 34.3 DELIVERABLES

Contractor shall provide all GPS deliverables in digital form on CD-ROM.

At a minimum, GPS data deliverables shall include the following:

(A) Original rover files, unless otherwise specified by contracting agency.

(B) Base station correction files, unless otherwise specified by contracting agency.

(C) Differentially corrected GPS files, if requested by contracting agency.

(D) Copies of field data collection notes.

(E) Completed documentation sheet for each collection event

In addition to the deliverables specified above, the following additional deliverables are requested:

(A) Positional accuracy of points collected by GPS equipment to be sub-meter accuracy, and post processed.

(B) Deliverables shall be organized in a directory structure substantially similar to that set forth below.

Layer Name: Road Pavement Features

Coverage Name: RD_PVMT_PTS

Layer Type: Point

Status: [complete/incomplete]

Geog. Extent: Universal Trans Mercator, Zone 4 (Meters)

Datum: NAD 83

Description: Locations of roadway features on Honolulu City maintained streets.

Source: [Contractor firm, name, date]

Special Provisions 58

Method: [Description of methodology and timeframe.]

Accuracy: [Statement of accuracy.]

History: [Description of file generation, equipment/software used, and process.]

Features: Points

Fields:

FIRE_HYD Fire Hydrant MANHOLE_HECO Manhole - electric MANHOLE_SEWR Manhole – sewer MANHOLE_STRM Manhole - storm MANHOLE_TEL Manhole - telephone MANHOLE_NGAS Manhole – natural gas MANHOLE_H2O Manhole – Water Supply MANHOLE_OTHR Manhole – other MANHOLE_OGAS Manhole – oil gas

MONMT_CTR Monument – centerline MONMT_STSVY Monument – street survey MONMT_SEW Monument – sewer MONMT_H2O Monument – water MONMT_OTHR Monument – other

PAVD_UNKWN Paved Unknown

STATION Station

STRM_CATCH_B Storm drain – catch basin STRM_INLET Storm drain – inlet STRM_OUTLET Storm drain – outlet

VLVBOX_H2O Valvebox – water VLVBOX_OTHR Valvebox - other

POINT_G Point – generic

STOP_BAR Stop bar pavement marking

CURB_RAMP_PPC Curb Ramp - PPC CURB_RAMP_AC Curb Ramp - AC CURB_RAMP_PDS Curb Ramp - PDS CURB_RAMP_OTHR Curb Ramp - OTHR

Note: [Notes]

Contact: [Contractor contact information]

GPS metadata per feature in the Attribute Table

Max_PDOP Maximum PDOP

Special Provisions 59

Corr_Type CorrectionType Rcvr_Type Receiver Type GPS_Date Date Collected GPS_Time Time Collected Datafile Name of Raw Data File Unfilt_Pos Number of positions collected Data_Dicti Name of data dictionary GPS_Height GPS height at data collection Horz_Prec Horizontal Precision Stan_Dev Standard Deviation Comments Comments

(C) Two (2) sets of data files on CD-ROM format are to be delivered to:

Earl Kobatake Department of Design and Construction, 11th Floor City and County of Honolulu 650 South King Street Honolulu, Hawaii 96813

SP 34.4 MEASUREMENT AND PAYMENT

The cost of services for locating manhole frames and covers, monuments, valve boxes, etc.; and providing GPS data in required format shall be paid for under an allowance basis. Compensation will be 110% of invoice amount and is considered full compensation for all taxes, overhead and profit, bond fee, insurances, administrative costs, and handling.

SECTION SP 35 – OVERTIME INSPECTION

SP 35.1 DESCRIPTION

This section shall supplement Section 5.2, “Overtime Work”, of the GENERAL CONDITIONS.

SP 35.2 GENERAL

A. The Contractor shall pay for all inspection services performed for overtime work. Overtime work is any work performed by the Contractor: (1) in excess of an eight-hour work shift, (2) on weekends, or (3) on all legal State holidays.

B. The Contractor shall not be required to pay for overtime inspection services if more that one work shift is performed during a weekday and there is a work break between the shifts (For example: If a Contractor works from the hours of 8:30 a.m. to 3:30 p.m. and from the hours of 9:00 p.m. to 5:00 a.m., no payment for overtime inspection services will be required.)

C. For any overtime inspection performed by City personnel at the request of the Contractor, the Contractor shall pay the City at a rate to be set annually by the Director of Budget and Fiscal Services based on current salaries and applicable fringe benefits for City inspectors. The current rate which the City charges the Contractor for overtime inspection is $65.00 per hour.

D. The City may also utilize a construction management consultant to manage the project. If so, payment for overtime services shall be made directly to the construction management consultant and shall be at the actual rates established in the Construction Management Contract between the city and the consultant. These rates are approximately as follows:

Special Provisions 60

Overtime Rate/Hour

Resident Engineer $138.22 Inspector $120.16

E. It is further understood that for overtime work to be performed, the Officer-in Charge shall be notified, in writing, at least 24 hours prior to the time of inspection. Overtime inspection to be performed by the City will be subject to the availability of personnel.

SECTION SP 36 – COMMERCIAL OFFICE

SP 36.1 GENERAL

This work includes leasing commercial office space used exclusively as a field office by the engineer.

SP 36.2 REQUIREMENTS

A. The contractor shall find a suitable location of the office within the project limits. Complete the leasing of office space within two weeks after the notice to proceed.

B. The Engineer and its staff will have exclusive use of the office space.

C. The Office space shall consist of a minimum 500 square feet of usable space not including common area. The Contractor shall lease office space with toilet facilities.

D. The Contractor shall lease an Office with one (1) telephone line dedicated for voice and fax machine, one dedicated telephone line high speed (dsl) internet service or other internet access service as approved by the Engineer, four (4) desks (30” x 60”) and four (4) adjustable chairs with arm rests for computer use, two (2) folding tables at least 2.5 feet x 8 feet, two (2) potable water, electrical lighting (florescent) with an illumination of not less than 50-foot candles, and air conditioner(s) to maintain a minimum temperature of 70 degrees Farenheit. The telephones shall be key telephone set type with multi-line capacity.

E. The office, equipment, and telephone shall be maintained in good repair and in a clean and sanitary condition by the contractor until final payment or an earlier date as determined by the Officer-in-Charge. The ownership of the office and equipment shall remain with the contractor and shall be removed when instructed by the Officer-in-Charge.

SP 36.3 METHOD OF MEASUREMENT

No measurement will be necessary for the field office.

SP 36.4 BASIS OF PAYMENT

The Officer-In-Charge will pay for the accepted office by allowance.

The payment includes full compensation for furnishing and maintaining all appliances, telephone, and other equipment; providing rubbish pickup service; providing and maintaining a toilet facility and potable water; providing electrical lighting, air conditioning, and telephones; and furnishing labor, materials, tools, equipment, and other items necessary to complete the work.

Special Provisions 61

The payment also includes the initial utility installation cost, monthly utility charges and the disconnection of utilities.

The Officer-In-Charge will pay for the accepted office as determined by invoice. Contractor shall submit paid invoices to the Officer-in-Charge for payment by allowance. Compensation will be 110% of invoice amount and is considered full compensation for all taxes, overhead and profit, bond fee, insurances, administrative costs, and handling.

SECTION SP 37 – QUALITY ASSURANCE TESTING SERVICES

SP 37.1 GENERAL

This work includes using a private testing lab for field and material testing.

SP 37.2 REQUIREMENTS

The contractor shall acquire the services of a private testing lab and conduct field and material quality assurance testing as directed by the Officer-in-Charge. The reports of the field and material testing shall be submitted to the Officer-in-Charge within two days of the testing. Any failures shall be reported immediately to the Officer-in-Charge.

The quality assurance testing (acceptance testing) is separate from the contractor’s own quality control testing. The cost for the contractor’s own quality control testing is included in the contract price for quality assurance testing services.

SP 37.3 METHOD OF MEASUREMENT

No measurement will be necessary for quality assurance testing services.

SP 37.4 BASIS OF PAYMENT

The Officer-In-Charge will pay for the accepted private quality assurance testing lab services as determined by invoice. Contractor shall submit paid invoices to the Officer-in-Charge for payment by allowance. Compensation will be 110% of invoice amount and is considered full compensation for all taxes, overhead and profit, bond fee, insurances, administrative costs, and handling.

The cost for the contractor’s own quality control testing is included in the contract price for quality assurance testing services.

SECTION SP 38 – CONCRETE CURB AND GUTTER, LAVA ROCK, AND SECTIONAL CURB RECONSTRUCTION

SP 38.1 GENERAL

Unless otherwise specified herein, all work shall conform to Section 41 (CONCRETE CURB AND GUTTER), and Section 48 (REINFORCING STEEL) of the Standard Specifications and R-4 and R-4A of the Standard Details.

SP 38.2 RECONSTRUCTION OF CONCRETE CURBS AND/OR GUTTERS

A. Description. This work consists of the reconstruction of reinforced and non- reinforced concrete curb and/or gutter areas in accordance with this special provision. Exact locations will be determined in the field by the Officer-in-Charge.

Special Provisions 62

B. Construction Details

1. General. The exact limits will be determined in the field by the Officer-in- Charge.

2. Removal of curb and/or gutter. In removing the curb and/or gutter to be reconstructed, the junctions with the curb and/or gutters to remain shall be powered saw cut along straight lines, preferably along the scored lines, to provide clean, solid, vertical joints. Curb and/or gutter shall be permitted to be removed only on one side of any street at any given time, except as allowed by the Officer-in-Charge. The Contractor will not be allowed to remove in advance more curb and/or gutter than he can replace within five working days.

3. Subgrade. Subsection 41.3A of the Standard Specifications shall govern except as modified herein. Any fill necessary to bring the curb and/or gutter to the proper grade shall be select borrow. After the curb and/or gutter is removed, the subgrade shall be kept in a continuously moist condition. Subgrades with expansive soil that have cracked due to its drying out shall be removed to a depth of 12 inches (maximum) or shall be removed to match existing pavement subgrade, whichever is less, and replaced with select borrow at no additional cost to the City.

4. Expansion joints. Expansion joints, where their construction are determined to be required in the field by the Officer-in-Charge, shall be considered as included in the contract price for reinforced/non-reinforced curb and/or gutter reconstruction and no measurement for payment will be made.

SP 38.3 MEASUREMENT AND PAYMENT

The reinforced/non-reinforced curb and/or gutter reconstruction shall be measured for payment by linear foot. The accepted quantities will be paid for at the unit price per linear foot. Payment shall be full compensation for furnishing the necessary equipment, tools, labor and materials to complete the reconstruction.

SECTION SP 39 – AS-BUILT DRAWINGS

SP 39.1 GENERAL

The Contractor shall maintain at the job site one (1) set of full size contract drawings, marking them in red to show all variations between the construction(s) actually provided and that indicated or specified in the contract documents and buried or concealed construction, including location and depth of existing utilities toned.

Where a choice of material or method is permitted herein or where variations in scope of or character of work from that of the original contract are authorized, the drawings shall be marked to define the construction actually provided. Where equipment installation is involved the size, manufacturer’s name, model number, power input or output characteristic applicable shall be shown on the as-built construction.

The representation of such change shall conform to standard drafting practice and shall include such supplementary notes, legends, and details as necessary to clearly portray the as-built construction. The changes shall be shown in legible block print. The language shall be clear and concise using industry standard terminology to eliminate need for interpretation by others. The drawings shall be maintained and updated on a monthly basis and are subject to review by the City. The update is a condition of payment for the work performed.

Special Provisions 63

On completion of the work, the Contractor shall deliver the marked-up drawings and letter of certification to the engineer indicating the construction is in accordance with City Standards, Specifications and as represented in attached “As-Built Drawings”. The City or Project Consultant shall review and draft the changes, alterations and/or deletions to the original tracings. The City or Project Consultant shall affix the following stamp to the title sheet:

AS-BUILT DRAWINGS

This certifies that the dimensions and details on these sheets reflect the dimensions and details, and specifications as constructed in the field.

Certified By:

Contractor’s Name and Company (printed)

Signature: Date:

Prepared By: Engineer’s Name and Company (printed)

Signature: Date:

Reviewed By: Date:

The City or Project Consultant shall label “AS-BUILT DRAWING” in the margin space left of the sheet number on each sheet of the tracings.

The Contractor shall sign and certify the title sheet of the tracings as the “AS-BUILT DRAWING”. The Project Consultant shall sign and acknowledge preparation. All signatures and dates shall be in permanent ‘black’ ink.

SP 39.2 MEASUREMENT AND PAYMENT

The Officer-in-Charge will pay for As-Built Drawings on a contract lump sum basis. Payment will be full compensation for the work prescribed in this section and the contract documents.

SECTION SP 40 – PAVING FABRIC

SP 40.1 DESCRIPTION

This section describes furnishing and placing paving fabric and asphalt cement between pavement layers.

SP 40.2 MATERIALS

Special Provisions 64

A. The asphalt cement grade shall be PG 64-16.

B. Geotextiles for Paving Applications. Material shall be nonwoven, needle-punched, heat-bonded on one side, and manufactured from polyester, polypropylene, or polypropylene-nylon material. Fibers, including selvages, shall be formed into a stable network such that their dimensional stability relative to each other is retained during handling, placement, and design service life. Geotextiles shall be free from defects or tears, and free of treatment or coating that would adversely alter hydraulic or physical properties of geotextiles after installation.

Unless otherwise indicated in the contract documents, geotextiles shall be of rot-, mildew-, and chemical-resistant material conforming to requirements of this section.

MATERIAL REQUIREMENTS TEST REQ'T PHYSICAL PROPERTY PROCEDURE MARV

Grab Strength, either direction (lbs.) (minimum) ASTM D 4632 100

Ultimate Elongation (percent) (minimum) ASTM D 4632 50

Mass Per Unit Area (ounce/square yard) (minimum) ASTM D 5261 4

Asphalt Retention (gallon/square yard) (minimum) ASTM D 6140 Notes 1 and 2

Melting Point (degrees F) (minimum) ASTM D 276 325 1 Asphalt required to saturate paving fabric only. Asphalt retention shall be provided in manufacturer’s certification. 2 Product asphalt retention property shall meet MARV value provided by manufacturer’s certification.

SP 40.3 CONSTRUCTION

A. Weather Limitations. Application of asphalt cement will not be allowed under the following conditions:

1. On wet surfaces as determined by the Officer-in-Charge.

2. When air temperature is below 60 degrees F and falling. Asphalt cement may be applied when air temperature is above 50 degrees F and rising. Air temperature will be measured in shade and away from artificial heat.

3. When weather conditions prevent proper method of construction.

B. Equipment. Provide equipment for heating and distributing asphalt cement in accordance with the following:

1. At constant heat on variable surface widths of up to 15 feet.

Special Provisions 65

2. At readily determined and controlled rates from 0.05 to 2.0 gallons per square yard.

3. With uniform pressure.

4. With allowable variation from specified rate, not to exceed 0.02 gallon per square yard.

Equip distributor with tachometer, pressure gages, accurate volume measuring devices or calibrated tank, thermometer for measuring temperature of tank contents, power unit for pump, and full circulation spray bars adjustable laterally and vertically, with covers to prevent overspraying. Provide hose and nozzle attachment for spotting skipped areas and areas inaccessible to distributor.

C. Surface Preparation. Immediately before applying asphalt cement, clean surface in accordance with the following:

1. Remove and dispose of all loose material, earth, dust, grass and other growth, raveled material, existing raised pavement markers, traffic tapes, and other objectionable material from entire surface work area.

2. Remove loose material and excess dust using mechanically operated street sweeper or mechanically operated broom, equipped to contain dust generated from cleaning operations, or vacuum with HEPA filter. If necessary, supplement mechanical cleaning by hand brooming.

3. Clean cracks and joints with compressed air. Complete this work while surface is dry. Seal cracks and joints wider than 3/8 inch with sand slurry consisting of 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, and water.

4. Clean and other surface defects and fill with HMA Pavement, Mix V.

D. Application of Asphalt Cement. Protect all structures, including guardrails, guardrail post, and other appurtenances, from asphalt cement splatter.

Apply asphalt cement to cover area of paving fabric plus 3 inches on each side.

Limit asphalt cement application only to areas that can be immediately covered with paving fabric and that can be paved on same day. Do not allow asphalt cement to chill, set up, dry, or otherwise impair placement of paving fabric.

Apply asphalt cement at rate of 0.25 gallon asphalt per square yard, or as recommended by paving fabric manufacturer. Temperature of asphalt cement at time of spraying shall be between 290 degrees F and 325 degrees F.

E. Paving Fabric Placement. Before asphalt cement has cooled and lost its tackiness, place fabric onto asphalt cement, with heat-bonded side up and with minimum wrinkling or folding.

Slit, lay flat, and tack all wrinkles or folds, or both, 1/2 inch or more in height. Broom or roll paving fabric to remove air bubbles and maximize fabric contact with pavement surface.

Overlap fabric 6 inches at joints. Do not lap joint with more than two layers of fabric. Shingle transverse joints in direction of paving. Apply asphalt cement to fabric joints at a rate of 0.2 gallon per square yard, or as recommended by paving fabric manufacturer.

Special Provisions 66

Construction equipment or vehicular traffic will not be allowed directly on paving fabric. Remove and replace damaged paving fabric at no increase in contract price or contract time.

F. Paving Operation. On same day and in areas where paving fabric was placed, construct HMA overlay in accordance with the contract documents. If asphalt cement bleeds through paving fabric prior to placement of HMA overlay, blot asphalt cement by spreading same type of HMA mixture on affected areas. Limit HMA laydown temperature to a maximum of 325 degrees F. If paving fabric is composed of polypropylene material, limit laydown temperature to a maximum of 300 degrees F.

SP 40.4 MEASUREMENT

The Officer-in-Charge will measure paving fabric per square yard of finished fabric surface, not including overlaps, in accordance with the contract documents.

SP 40.5 PAYMENT

The Officer-in-Charge will pay for the accepted paving fabric at the contract price per square yard. Payment will be full compensation for the work prescribed in this section and the contract documents.

The Officer-in-Charge will pay for the accepted HMA overlay in accordance with and under SP 22 – Asphalt Concrete Pavement.

SECTION SP 41 – CRACK SEAL

SP 41.1 DESCRIPTION

This section describes furnishing and applying crack seal on an existing asphalt pavement.

SP 41.2 MATERIALS

A. Crack seal shall be hot applied and meet the requirement of AASHTO M324-08/ ASTM D6690-06a.

B. Submit crack seal product information and test data to the Officer-in-Charge for approval.

SP 41.3 CONSTRUCTION

Clean cracks with compressed air. Seal cracks and joints less than 3/8-inch with approved hot-applied crack seal. For cracks and joints 3/8-inch to 3/4-inch wide route to a width and depth of 3/4-inch and fill with an approved hot-applied crack seal.

SP 41.4 MEASUREMENT AND PAYMENT

Crack sealing of existing pavement will be paid on a linear feet basis. The Officer-in-Charge will pay for the accepted crack sealing at the contract price as shown in the proposal schedule. Payment will be full compensation for the work prescribed in this section and the contract documents.

The Officer-in-Charge will pay 100 percent of the contract bid price upon completion of the crack sealing.

Special Provisions 67

SECTION SP 42 – POTHOLING

SP 42.1 DESCRIPTION

The scope of this work shall include potholing, backfill, and pavement restoration as directed by the Officer-in-Charge.

SP 42.2 REQUIREMENTS

A. Potholing shall consist of excavations at the locations directed by the Officer-in- Charge. The Contractor shall conduct 2’ x 2’ exploratory excavations by potholing up to and not deeper than the top layer of base course to verify asphalt concrete pavement thickness.

B. Potholing operations shall conform to all applicable requirements of Section 5.2.12, Safety and Health, and Section 5.2.13, Protection of Pedestrians and Vehicular Traffic; Access to Property, of the General Conditions.

C. The Contractor’s proposed method of potholing and schedule for potholing shall be submitted to the Officer-in-Charge for approval at least thirty (30) days prior to the commencement of operation.

D. Any utilities damaged during potholing shall be immediately reported to the Officer-in- Charge and repairs shall be made in accordance with Section 5.2.21, Utilities, Underground, of the General Conditions.

E. Upon completion of potholing in each area, potholes shall be immediately backfilled and restored as directed by the Officer-in-Charge.

SP 42.3 MEASUREMENT AND PAYMENT

The cost for potholing shall be measured for payment by each. Payment at the unit price bid shall be full compensation for furnishing the material, equipment, tools and labor for excavation, backfill and restoration, and any other items necessary to complete the work.

SECTION SP 43 – UNDERDRAIN SYSTEM

SP 43.1 DESCRIPTION

This section describes furnishing and placing underdrains. Unless otherwise specified herein, all work shall conform to Section 28 (Subsurface Drains) of the Standard Specification and Standard Details.

SP 43.2 MATERIALS

A. Untreated Permeable Base – Untreated permeable base shall be 3B fine or No. 67 crushed rock.

B. Perforated Plastic Pipe – Perforated corrugated polyethylene pipe shall conform to AASHTO M 252 or AASHTO M 294. Pipe shall be Type CP corrugated surface both inside and outside, or Type SP corrugated wall outside and smooth inner liner.

C. Perforated PVC pipe shall conform to ASTM D 2729.

Special Provisions 68

D. Certification of Compliance shall be submitted to Engineer for acceptance before using plastic pipe.

E. Non-perforated pipes shall conform to perforated pipe requirements, except for perforation provisions.

F. Geotextile for underdrain applications shall be Mirafi 180N or approved equivalent.

G. Epoxy – Epoxy shall conform to ASTM A775 – Standard Specification for Epoxy- Coated Steel Reinforcing Bars.

SP 43.3 CONSTRUCTION

A. Protect geotextiles from direct sunlight, mud, dust, debris, and temperatures over 140 degrees F, during transport and storage.

B. Place geotextile in trench, overlapping successive sheets 18 inches minimum. Maintain full geotextile contact with trench surfaces. Place filter materials in horizontal layers not exceeding 12 inches in thickness before compaction, to the depth indicated in contract documents. Place perforated pipe with perforations down. Join pipe sections securely with appropriate couplings or bands. Compact each lift with at least two passes of vibrating pad or drum-type compactor. For geotextile over top of base course, with minimum 12-inch overlap. Backfill geotextile within five days of installation.

C. Remove and replace geotextile that becomes torn or damaged, maintaining 18-inch overlap requirement in all directions.

D. Construct cleanouts and connect underdrains to existing drainage structures as indicated in contract documents.

SP 43.4 MEASUREMENT AND PAYMENT

The Officer-in-Charge will measure and pay the accepted underdrains at the respective contract price per linear foot. The payment includes all labor, materials, equipment, trench excavation and backfill, cleanouts, hauling material, and other items necessary to complete the work described in this section and the contract documents. Payment will be full compensation for the work prescribed in this section and the contract documents.

The Officer-in-Charge will measure and pay the untreated permeable base at the respective contract price per cubic yard. The payment includes all labor, materials, equipment, and other items necessary to perform the work. Payment will be full compensation for the work prescribed in this section and the contract documents.

SECTION SP 44 – SPEED HUMPS

SP 44.1 DESCRIPTION

Work consists of construction of speed humps as directed by the Officer-in-Charge and the attached details.

Special Provisions 69

SP 44.2 CONSTRUCTION DETAILS OF SPEED HUMP

Finish paving street with asphalt top course up to outer most limits of speed hump before constructing speed hump. Take extra steps to ensure that portion of asphalt top course placed within 12 inch wide open area between outer most edges of speed hump and pavement edge is properly compacted. Speed hump is to be constructed on top of binder course. Thoroughly clean pavement surface, and apply tack coat making sure to completely cover surface area. Tack coat must be applied and properly cured before placement of any new asphalt material, and between any and all subsequent asphalt courses. Exact locations will be determined according to the striping plan provided.

SP 44.3 MEASUREMENT AND PAYMENT

Speed humps shall be measured for payment by each. Payment shall be full compensation for furnishing the necessary equipment, tools, labor, materials, and other items to install the speed humps as specified in the contract documents.

Special Provisions 70

*Note: This detail may vary depending on road condition, speed limit, width of the road, etc. This detail shall be used unless another detail is provided by the City.

Special Provisions 71

APPENDIX

PROJECT LIMITS, CONSTRUCTION NOTES AND FIGURES

REHAB OF LOCALIZED STREETS, PHASE 12A MAP

Priority streets requiring coordination with Unit 6 project (Road Builders) KAM IV RD - Unit 6

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

1 CONSTRUCTION NOTES

1. ALL APPLICABLE CONSTRUCTION WORK SHALL BE DONE IN ACCORDANCE WITH THE “STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION”, SEPTEMBER 1986 AS AMENDED AND “STANDARD DETAILS FOR PUBLICS WORKS CONSTRUCTION”, SEPTEMBER 1984, AS AMENDED, OF THE DEPARTMENT OF PUBLIC WORKS, CITY AND COUNTY OF HONOLULU AND THE COUNTIES OF KAUAI, MAUI, AND HAWAII.

2. THE CONTRACTOR SHALL NOTIFY ALL AGENCIES TO VERIFY THE ACTUAL LOCATION OF ALL UTILITIES IN THE PROJECT AREA PRIOR TO EXCAVATING. THE CONTRACTOR SHALL COORDINATE ALL WORK. THE CONTRACTOR SHALL VERIFY THE LOCATIONS AND DEPTHS OF THE FACILITIES AND EXERCISE PROPER CARE IN EXCAVATING IN THE AREA. WHEREVER CONNECTIONS OF NEW UTILITIES TO EXISTING UTILITIES ARE SHOWN ON THE PLANS, THE CONTRACTOR SHALL EXPOSE THE EXISTING LINES AT THE PROPOSED CONNECTIONS TO VERIFY THEIR LOCATIONS AND DEPTHS PRIOR TO EXCAVATION FOR THE NEW LINES.

3. ANY PAVEMENT OUTSIDE THE CONTRACT ZONE LIMITS DAMAGED AS A RESULT OF CONSTRUCTION OPERATIONS SHALL BE RESTORED TO ITS ORIGINAL OR BETTER CONDITION. SUCH RESTORATION SHALL BE TO THE SATISFACTION OF THE CITY.

4. THE CONTRACTOR SHALL RESTORE TO ITS ORIGINAL CONDITION ALL IMPROVEMENTS DAMAGED AS A RESULT OF CONSTRUCTION, INCLUDING PAVEMENTS, EMBANKMENTS, CURBS, SIGNS, LANDSCAPING, STRUCTURES, UTILITIES, WALLS, FENCES, ETC. UNLESS PROVIDED FOR SPECIFICALLY IN THE PROPOSAL, DEMOLITION AND RESTORATION OF EXISTING ITEMS SHALL BE INCIDENTAL TO THE BID ITEMS.

5. ALL WORK NOT ITEMIZED IN THE PROPOSAL BUT REQUIRED FOR THE CONSTRUCTION OF THIS PROJECT, SHALL BE CONSIDERED INCIDENTAL TO THE BID ITEMS.

6. NO CONTRACTOR SHALL PERFORM ANY CONSTRUCTION OPERATION SO AS TO CAUSE FALLING ROCKS, SOIL OR DEBRIS IN ANY FORM TO FALL, SLIDE OR FLOW INTO EXISTING CITY DRAINAGE SYSTEMS, OR ADJOINING PROPERTIES, STREETS OR NATURAL WATERCOURSES. SHOULD SUCH VIOLATIONS OCCUR, THE CONTRACTOR MAY BE CITED AND THE CONTRACTOR SHALL IMMEDIATELY MAKE ALL REMEDIAL ACTIONS NECESSARY.

7. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONFORMANCE WITH THE APPLICABLE PROVISIONS OF THE WATER QUALITY AND WATER POLLUTION CONTROL STANDARDS CONTAINED IN HAWAII ADMINISTRATIVE RULES, TITLE 11, CHAPTER 54, “WATER QUALITY STANDARDS” AND TITLE 11, CHAPTER 55, “WATER POLLUTION CONTROL”, AS WELL AS CHAPTER 14 OF THE REVISED ORDINANCES OF HONOLULU, AS AMENDED. BEST MANAGEMENT PRACTICES SHALL BE EMPLOYED AT ALL TIMES DURING CONSTRUCTION.

8. THE CONTRACTOR SHALL NOTIFY THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING AT 768-8084 TO ARRANGE FOR INSPECTIONAL SERVICES AND SUBMIT FOUR (4) SETS OF APPROVED CONSTRUCTION PLANS SEVEN (7) DAYS PRIOR TO COMMENCEMENT OF CONSTRUCTION WORK.

9. CONFINED SPACE FOR ENTRY BY CITY PERSONNEL, INCLUDING INSPECTORS, INTO A PERMIT REQUIRED, CONFINED SPACE AS DEFINED IN 29 CFR PART 1910.146(B), THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING:

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

2 a. ALL SAFETY EQUIPMENT REQUIRED BY THE CONFINED SPACE REGULATIONS APPLICABLE TO ALL PARTIES OTHER THAN THE CONSTRUCTION INDUSTRY, TO INCLUDE, BUT NOT LIMITED TO THE FOLLOWING:

1) FULL BODY HARNESSES FOR UP TO TWO PERSONNEL 2) LIFELINE AND ASSOCIATED CLIPS 3) INGRESS/EGRESS AND FALL PROTECTION EQUIPMENT 4) TWO-WAY RADIOS (WALKIE-TALKIES) IF OUT OF LINE-OF-SIGHT 5) EMERGENCY (ESCAPE) RESPIRATOR (10 MINUTE DURATION) 6) CELLULAR TELEPHONE TO CALL FOR EMERGENCY ASSISTANCE 7) CONTINUOUS GAS DETECTOR (CALIBRATED) TO MEASURE OXYGEN, HYDROGEN SULFIDE, CARBON MONOXIDE, AND FLAMMABLES (CAPABLE OF MONITORING AT A DISTANCE AT LEAST 20-FEET AWAY) 8) PERSONAL MULTI-GAS DETECTOR TO BE CARRIED BY INSPECTOR

b. CONTINUOUS FORCED AIR VENTILATION ADEQUATE TO PROVIDE SAFE ENTRY CONDITIONS. c. ONE ATTENDANT/RESCUE PERSONNEL TOPSIDE. (TWO, IF CONDITIONS WARRANT IT.)

10. PURSUANT TO CHAPTER 6E, HRS, IN THE EVENT ANY ARTIFACTS OR HUMAN REMAINS ARE UNCOVERED DURING CONSTRUCTION OPERATIONS, THE CONTRACTOR SHALL IMMEDIATELY SUSPEND WORK AND NOTIFY THE HONOLULU POLICE DEPARTMENT, THE STATE DEPARTMENT OF LAND AND NATURAL RESOURCES, HISTORIC PRESERVATION DIVISION (692-8015), AND THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING (768-8084); AND FOR CITY PROJECT, NOTIFY THE RESPONSIBLE CITY AGENCY.

PUBLIC HEALTH, SAFETY AND CONVENIENCE NOTES

1. THE CONTRACTOR SHALL OBSERVE AND COMPLY WITH ALL FEDERAL, STATE AND LOCAL LAWS REQUIRED FOR THE PROTECTION OF PUBLIC HEALTH, SAFETY AND ENVIRONMENTAL QUALITY.

2. THE CONTRACTOR, AT HIS OWN EXPENSE, SHALL KEEP THE PROJECT AND ITS SURROUNDING AREAS FREE FROM DUST NUISANCE. THE WORK SHALL BE IN CONFORMANCE WITH THE AIR POLLUTION CONTROL STANDARDS AND ALL OTHER APPLICABLE REGULATIONS OF THE STATE DEPARTMENT OF HEALTH. THE CITY MAY REQUIRE SUPPLEMENTARY MEASURES AS NECESSARY.

3. NO CONTRACTOR SHALL PERFORM ANY CONSTRUCTION OPERATIONS SO AS TO CAUSE FALLING ROCKS, SOIL OR DEBRIS IN ANY FORM TO FALL, SLIDE OR FLOW INTO EXISTING CITY DRAINAGE SYSTEMS, OR ADJOINING PROPERTIES, STREETS, OR NATURAL WATERCOURSES. SHOULD SUCH VIOLATION OCCUR, THE CONTRACTOR MAY BE CITED AND THE CONTRACTOR SHALL IMMEDIATELY MAKE ALL REMEDIAL ACTIONS NECESSARY.

4. THE CONTRACTOR SHALL PROVIDE, INSTALL AND MAINTAIN ALL NECESSARY SIGNS, LIGHTS, FLARES, BARRICADES, MARKERS, CONES AND OTHER PROTECTIVE FACILITIES AND SHALL TAKE ALL NECESSARY PRECAUTIONS FOR THE PROTECTION, CONVENIENCE AND SAFETY OF THE PUBLIC.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

3 5. THE CONTRACTOR’S ATTENTION IS DIRECTED TO CHAPTER 46, PUBLIC HEALTH REGULATIONS, DEPARTMENT OF HEALTH, STATE OF HAWAII, “COMMUNITY NOISE CONTROL”, IN WHICH MAXIMUM PERMISSIBLE NOISE LEVELS HAVE BEEN SET. IF THE CONSTRUCTION WORK REQUIRES A PERMIT FROM THE DIRECTOR OF HEALTH, THE CONTRACTOR SHALL OBTAIN A COPY OF CHAPTER 46 AND BECOME FAMILIAR WITH THE NOISE LEVEL RESTRICTIONS AND THE PROCEDURES FOR OBTAINING A PERMIT FOR THE CONSTRUCTION ACTIVITIES. APPLICATION AND INFORMATION ON VARIANCES ARE AVAILABLE FROM THE ENVIRONMENTAL PROTECTION AND HEALTH SERVICES DIVISION, 1250 PUNCHBOWL STREET, HONOLULU, HI 96813 OR BY TELEPHONE (586-4700).

TRAFFIC NOTES FOR WORK ON CITY AND COUNTY STREETS

1. A PERMIT SHALL BE OBTAINED FROM THE DEPARTMENT OF TRANSPORTATION SERVICES BEFORE WORK ON ANY PORTION OF A PUBLIC STREET OR HIGHWAY MAY BEGIN. CONSTRUCTION TRAFFIC CONTROL PLANS APPROVED BY THE DEPARTMENT OF TRANSPORTATION SERVICES AND/OR THE DEPARTMENT OF PLANNING AND PERMITTING MUST BE PROVIDED WHEN APPLYING FOR THE PERMIT.

2. THE CONTRACTOR SHALL PROVIDE, INSTALL, AND MAINTAIN ALL NECESSARY SIGNS AND OTHER PROTECTIVE FACILITIES, WHICH SHALL CONFORM WITH THE “HAWAII ADMINISTRATIVE RULES GOVERNING THE USE OF TRAFFIC CONTROL DEVICES AT WORK SITES ON OR ADJACENT TO PUBLIC STREETS AND HIGHWAYS” ADOPTED BY THE DIRECTOR OF TRANSPORTATION, AND THE CURRENT U.S. FEDERAL HIGHWAY ADMINISTRATION’S “PART VI OF THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES – STANDARDS AND GUIDES FOR TRAFFIC CONTROLS FOR STREET AND HIGHWAY CONSTRUCTION, MAINTENANCE, UTILITY, AND INCIDENT MANAGEMENT OPERATIONS.”

3. WORK ON ANY CITY STREET AREA MAY BE PERFORMED ONLY BETWEEN THE HOURS OF 8:30 A.M. TO 3:30 P.M., MONDAY THROUGH FRIDAY, UNLESS OTHERWISE PERMITTED BY THE DEPARTMENT OF TRANSPORTATION SERVICES.

4. DURING WORKING HOURS, THE CONTRACTOR SHALL PROVIDE FOR THROUGH TRAFFIC. DURING NON-WORKING HOURS, ALL TRENCHES SHALL BE COVERED WITH A SAFE NON- SKID BRIDGING MATERIAL AND ALL LANES SHALL BE OPENED TO TRAFFIC.

5. AS REQUIRED BY THE DEPARTMENT OF TRANSPORTATION SERVICES, THE CONTRACTOR SHALL PROVIDE OFF-DUTY POLICE OFFICER(S) TO CONTROL THE FLOW OF TRAFFIC.

6. DRIVEWAYS SHALL BE KEPT OPEN UNLESS THE OWNERS OF THE PROPERTY USING THESE RIGHT-OF-WAYS ARE OTHERWISE PROVIDED FOR SATISFACTORILY.

7. WHERE PEDESTRIAN WALKWAYS EXIST, THEY SHALL BE MAINTAINED IN PASSABLE CONDITION OR OTHER FACILITIES FOR PEDESTRIANS SHALL BE PROVIDED. PASSAGE BETWEEN WALKWAYS AT INTERSECTIONS SHALL LIKEWISE BE PROVIDED.

8. CONTRACTOR SHALL REFERENCE TO THE APPROVAL OF THE DEPARTMENT OF TRANSPORTATION SERVICES AND THE DEPARTMENT OF PLANNING AND PERMITTING, ALL EXISTING TRAFFIC SIGNS, POSTS AND PAVEMENT MARKINGS PRIOR TO THE COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL REPLACE OR REPAIR ALL TRAFFIC SIGNS, POSTS AND TRAFFIC MARKINGS DISTURBED BY HIS ACTIVITIES.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

4 9. THE CONTRACTOR SHALL NOTIFY THE DEPARTMENT OF PLANNING AND PERMITTING AT 768-8084 ONE (1) WEEK PRIOR TO ANY WORK TO BE DONE ON SIGNS, POSTS AND PAVEMENT MARKINGS.

10. NO MATERIAL AND/OR EQUIPMENT SHALL BE STOCKPILED OR OTHERWISE STORED WITHIN STREET RIGHT-OF-WAYS EXCEPT AT LOCATIONS DESIGNATED IN WRITING APPROVED BY THE DEPARTMENT OF TRANSPORTATION SERVICES.

11. DEPARTMENT OF TRANSPORTATION SERVICES SHALL ENSURE THAT THE CONTRACTOR INSTALLS THE CONSTRUCTION TRAFFIC CONTROL DEVICES IN ACCORDANCE WITH THE MUTCD AND HAWAII ADMINISTRATIVE RULES AS SPECIFIED IN TRAFFIC NOTE 2.

12. THE TRAFFIC CONTROL PLAN SHALL MEET ALL DEPARTMENT OF TRANSPORTATION SERVICES AND/OR DEPARTMENT OF PLANNING AND PERMITTING REQUIREMENTS INCLUDING PREPARATION BY, OR UNDER SUPERVSION OF A LICENSED PROFESSIONAL ENGINEER.

TRAFFIC SIGNAL AND TECHNOLOGY DIVISION NOTES

1. THE CONTRACTOR SHALL NOTIFY THE TRAFFIC SIGNAL AND TECHNOLOGY DIVISION, DEPARTMENT OF TRANSPORTATION SERVICES, THREE (3) WORKING DAYS PRIOR TO COMMENCING WORK ON THE TRAFFIC SIGNAL SYSTEM (PHONE: 768-8388).

2. THE TRAFFIC SIGNAL SYSTEM SHALL BE KEPT OPERATIONAL DURING CONSTRUCTION. ANY RELOCATION REQUIRED SHALL BE APPROVED BY THE TRAFFIC SIGNAL AND TECHNOLOGY DIVISION, DEPARTMENT OF TRANSPORTATION SERVICES, AND PAID FOR BY THE CONTRACTOR.

3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGES TO THE EXISTING TRAFFIC SIGNAL FACILITIES, INCLUDING THE TRAFFIC SIGNAL INTERCONNECT SYSTEM. ANY AND ALL DAMAGES TO THESE FACILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT HIS COST IN ACCORDANCE WITH THE REQUIREMENTS OF THE CITY AND COUNTY OF HONOLULU.

4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGES TO THE EXISTING TRAFFIC SIGNAL FIBER OPTIC CABLE SYSTEM. ANY AND ALL DAMAGES TO THESE FACILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT HIS COST IN ACCORDANCE WITH THE REQUIREMENTS OF THE CITY AND COUNTY OF HONOLULU.

MECHANICAL/ELECTRICAL DESIGN AND ENGINEERING DIVISION NOTES

1. THE STREET LIGHTING SYSTEM SHALL BE KEPT OPERATIONAL DURING CONSTRUCTION. ANY RELOCATION REQUIRED SHALL BE APPROVED BY THE MECHANICAL/ELECTRICAL DESIGN AND ENGINEERING DIVISION, DEPARTMENT OF DESIGN AND CONSTRUCTION, AND PAID FOR BY THE CONTRACTOR.

2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGES TO THE EXISTING STREET LIGHTING FACILITIES. ANY AND ALL DAMAGES TO THESE FACILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT HIS COST IN ACCORDANCE WITH THE REQUIREMENTS OF THE CITY AND COUNTY OF HONOLULU.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

5 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE DAMAGES TO THE CITY’S EXISTING COMMUNICATIONS FIBER OPTIC CABLE SYSTEM. ANY AND ALL DAMAGES TO THESE FACILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT HIS COSTS IN ACCORDANCE WITH THE REQUIREMENTS OF THE CITY AND COUNTY OF HONOLULU.

PUBLIC TRANSIT DIVISION NOTES

THE CONTRACTOR SHALL NOTIFY OAHU TRANSIT SERVICES, INC., (OTS), EDD SNIFFEN (848- 4571) OR LOWELL TOM (848-4578), TWO WEEKS PRIOR TO CONSTRUCTION, INFORMING THEM OF LOCATION, SCOPE OF WORK, PROPOSED CLOSURE OF ANY STREET OR TRAFFIC LANES, AND THE NEED TO RELOCATE ANY BUS STOP.

SIGNS AND MARKINGS NOTES

1. ALL TRAFFIC SIGN AND PAVEMENT MARKING INSTALLATIONS SHALL BE DONE IN ACCORDANCE WITH THE “MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS” 1988 EDITION, AS AMENDED, THE LATEST SPECIFICATIONS FROM THE TRAFFIC REVIEW BRANCH, DEPARTMENT OF PLANNING AND PERMITTING, AND AS SHOWN ON THE PLANS.

2. CONTRACTOR SHALL NOTIFY AND COORDINATE WORK WITH THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING, ONE (1) WEEK IN ADVANCE OF COMMENCING WORK AT 768-8084.

3. CONTRACTOR SHALL SUBMIT MATERIAL BROCHURES FOR ALL SIGNS AND PAINT MATERIALS TO THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING.

4. THE SIGNING AND/OR STRIPING CONTRACTOR SHALL KEEP ONE (1) SET OF APPROVED PLANS AT THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION WORK.

5. CONTRACTOR SHALL PAINT TEMPORARY GUIDELINES AND OUTLINE OF ARROWS, LEGENDS, AND CROSSWALKS WITH A TWO-INCH (2”) WIDE BRUSHED LINE ON THE DAY ROADWAY IS OPENED TO TRAFFIC. THESE MARKINGS MUST BE APPROVED BY THE INSPECTOR FROM THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING.

6. CONTRACTOR SHALL NOTIFY THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING AT 768-8084, THREE (3) DAYS IN ADVANCE OF FINAL INSPECTION.

7. CONTRACTOR SHALL MEET WITH THE INSPECTOR FROM THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING DURING THE FINAL INSPECTION.

8. WITHIN TEN (10) DAYS FOLLOWING NOTIFICATION OF AWARD OF CONTRACT, THE CONTRACTOR SHALL SUBMIT TO THE DEPARTMENT OF PLANNING AND PERMITTING (768- 8084) FOR APPROVAL, A LIST OF ANY SIGNING AND PAVEMENT MARKING MATERIAL WHICH HE PROPOSES TO INSTALL. THE LIST SHALL BE COMPLETE AS TO THE NAME OF MANUFACTURER, CATALOG NUMBER, AND SHALL BE SUPPLEMENTED WITH MATERIAL BROCHURES.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

6

9. UPON FINAL INSPECTION OF THE PROJECT, THE CONTRACTOR SHALL SUBMIT A LETTER OF CERTIFICATION FOR ALL TRAFFIC SIGNING AND PAVEMENT MARKING MATERIALS INSTALLED.

10. SIGNS SHALL BE ATTACHED TO BRACKETS WITH 5/16” ZINC PLATED STEEL BOLTS, NUTS AND WASHERS. SIGNS 48” WIDE OR LARGER THAN 10 SQ. FT. IN AREA SHALL BE MOUNTED ON TWO 2” GALV. PIPE POST. THE SIGN SHALL BE INSTALLED WITH AT LEAST ONE (1) FOOT CLEARANCE FROM THE SIGN EDGE TO THE CURB FACE.

11. ALL TRAFFIC SIGNS SHALL BE REFLECTORIZED.

12. RAISED PAVEMENT MARKERS SHALL BE INSTALLED IN ACCORDANCE WITH THE DEPARTMENT OF PLANNING AND PERMITTING STANDARDS.

13. LOCATION OF “STOP” SIGNS:

a. INSTALL “STOP” SIGN AT CURB TANGENT POINT

b. INSTALL “STOP” SIGN ON METAL STREET LIGHT STANDARD IF A STANDARD IS LOCATED WITHIN 10 FEET OF CURB RETURN

c. INSTALL “STOP” SIGN IN FRONT OF UTILITY POLE IF A POLE IS LOCATED WITHIN 10 FEET OF CURB RETURN

14. PAVEMENT WORD AND SYMBOL MARKINGS SHALL BE IN ACCORDANCE WITH THE DEPARTMENT OF PLANNING AND PERMITTING STANDARDS.

15. THE CONTRACTOR SHALL USE THERMOPLASTIC MATERIAL APPROVED BY THE CIVIL ENGINEERING BRANCH, DEPARTMENT OF PLANNING AND PERMITTING, FOR ALL CROSSWALKS, STOP BARS, PAVEMENT ARROWS, CENTER LINES, LANE LINES, ARC LINES, CHANNELIZED TRAFFIC ISLANDS AND LEGENDS.

ARCHAEOLOGICAL NOTES

1. IF, DURING CONSTRUCTION, ANY ARCHAEOLOGICAL SITES OR REMAINS (SUCH AS ARTIFACTS, SHELL, BONE, OR CHARCOAL DEPOSITS, HUMAN BURIALS, ROCK OR CORAL ALIGNMENTS, PAVINGS, OR WALLS) ARE ENCOUNTERED, THE CONTRACTOR SHALL STOP WORK AND CONTACT THE CONSTRUCTION MANAGER IMMEDIATELY. WORK IN THE IMMEDIATE AREA SHALL BE STOPPED UNTIL THE OWNER IS ABLE TO ASSESS THE IMPACT AND MAKE RECOMMENDATIONS FOR MITIGATIVE ACTIVITY.

2. ALL TRENCHING AND EXCAVATION WORK IN THE ARCHAEOLOGICAL SITE(S) SHALL BE MONITORED BY AN ARCHAELOGIST RETAINED BY THE OWNER FOR THIS PROJECT.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

7 HAWAIIAN ELECTRIC COMPANY NOTES

1. LOCATION OF HECO FACILITIES THE LOCATION OF HECO’S OVERHEAD AND UNDERGROUND FACILITIES SHOWN ON THE PLANS ARE FROM EXISTING RECORDS WITH VARYING DEGREES OF ACCURACY AND ARE NOT GUARANTEED AS SHOWN. THE CONTRACTOR SHALL VERIFY IN THE FIELD THE LOCATIONS OF THE FACILITIES AND SHALL EXERCISE PROPER CARE IN EXCAVATING AND WORKING IN THE AREA. WHEREVER CONNECTIONS OF NEW UTILITIES TO EXISTING UTILITIES AND UTILITY CROSSINGS ARE SHOWN, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGES TO HECO’S FACILITIES WHETHER SHOWN OR NOT SHOWN ON THE PLANS.

2. COMPLIANCE WITH HAWAII OCCUPATIONAL SAFETY AND HEALTH LAWS THE CONTRACTOR SHALL COMPLY WITH THE STATE OF HAWAII’S OCCUPATIONAL SAFETY AND HEALTH LAWS AND REGULATIONS, INCLUDING WITHOUT LIMITATION, THOSE RELATED TO WORKING ON OR NEAR EXPOSED OR ENERGIZED ELECTRICAL LINES AND EQUIPMENT, WHETHER SHOWN OR NOT SHOWN ON THE PLANS.

3. EXCAVATION PERMIT THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT FROM HECO’S TECHNICAL DIVISION (543-5654) LOCATED AT 820 WARD AVENUE, 4 TH FLOOR, TWO WEEKS PRIOR TO STARTING CONSTRUCTION. PLEASE REFER TO OUR REQUEST NUMBER AT THAT TIME.

4. CAUTION!!! ELECTRICAL HAZARD!!! EXISTING HECO OVERHEAD AND UNDERGROUND LINES ARE ENERGIZED AND WILL REMAIN ENERGIZED DURING CONSTRUCTION UNLESS PRIOR SPECIAL ARRANGEMENTS HAVE BEEN MADE WITH HECO. ONLY HECO PERSONNEL ARE TO HANDLE THESE ENERGIZED LINES AND ERECT TEMPORARY GUARDS TO PROTECT THESE LINES FROM DAMAGE. THE CONTRACTOR SHALL WORK CAUTIOUSLY AT ALL TIMES TO AVOID ACCIDENTS AND DAMAGE TO EXISTING HECO FACILITIES, WHICH CAN RESULT IN ELECTROCUTION.

5. OVERHEAD LINES STATE LAW (OSHA 1910.269(K)(2B)) REQUIRES THAT A WORKER AND THE LONGEST OBJECT HE OR SHE MAY CONTACT CANNOT COME CLOSER THAN A MINIMUM RADIAL CLEARANCE OF 10 FEET WHEN WORKING CLOSE TO OR UNDER ANY OVERHEAD LINES RATED 50KV AND BELOW. FOR EACH ADDITIONAL 10KV ABOVE 50 KV, AN ADDITIONAL 4 INCHES SHALL BE ADDED TO THE 10-FOOT CLEARANCE REQUIREMENT. THE PRECEDING INFORMATION ON LINE CLEARANCE REQUIREMENTS IS PROVIDED AS A CONVENIENCE AND IT IS THE CONTRACTOR’S RESPONSIBILITY TO BE INFORMED OF AND COMPLY WITH ANY REVISIONS OR AMENDMENTS TO THE LAW.

SHOULD THE CONTRACTOR ANTICIPATE THAT HIS WORK WILL RESULT IN THE NEED TO ENCROACH WITHIN THE MINIMUM REQUIRED CLEARANCE AT ANY TIME, THE CONTRACTOR SHALL NOTIFY HECO AT LEAST FOUR (4) WEEKS PRIOR TO THE PLANNED ENCROACHMENT SO THAT, IF FEASIBLE, THE NECESSARY PROTECTIONS (E.G. RELOCATE OR DE-ENERGIZE HECO LINES) CAN BE PUT IN PLACE. HECO MAY ALSO BE ABLE TO BLANKET ITS DISTRIBUTION (12KV AND BELOW) LINES TO PROVIDE A VISUAL AID IN PREVENTING ACCIDENTAL CONTACT. HECO’S COST OF SAFEGUARDING OR IDENTIFYING ITS LINES WILL BE CHARGED TO THE CONTRACTOR.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

8 CONTACT HECO’S CUSTOMER INSTALLATIONS DEPARTMENT AT 543-7846 FOR ASSISTANCE IN IDENTIFYING AND SAFEGUARDING OVERHEAD POWER LINES.

REFER TO SECTION X OF HECO’S ELECTRIC SERVICE INSTALLATION MANUAL FOR ADDITIONAL GUIDELINES WHEN WORKING AROUND HECO’S FACILITIES. A COPY MAY BE OBTAINED FROM HECO’S CUSTOMER INSTALLATION DEPARTMENT.

6. POLE BRACING A MINIMUM CLEARANCE OF 10 FEET MUST BE MAINTAINED WHEN EXCAVATING AROUND UTILITY POLES AND/OR THEIR ANCHOR SYSTEM TO PREVENT WEAKENING OR POLE SUPPORT FAILURE. SHOULD WORK REQUIRE EXCAVATING WITHIN 10 FEET OF A POLE AND/OR ITS ANCHOR SYSTEM, THE CONTRACTOR SHALL PROTECT, SUPPORT, SECURE, AND TAKE ALL OTHER PRECAUTIONS TO PREVENT DAMAGE TO OR LEANING OF THESE POLES. THE CONTRACTOR IS RESPONSIBLE FOR ALL ASSOCIATED COSTS TO BRACE, REPAIR, OR STRAGHTEN POLES. ALL MEANS OF STRUCTURAL SUPPORT FOR THE POLE PROPOSED BY THE CONTRACTOR SHALL FIRST BE REVIEWED BY HECO BEFORE IMPLEMENTATION. FOR POLE BRACING INSTRUCTIONS, THE CONTRACTOR SHALL CALL THE HECO CONSTRUCTION AND MAINTENANCE DEPT., CUSTOMER AND SYSTEM SUPERINTENDENT AT 543-4223 A MINIMUM OF TWO (2) WEEKS IN ADVANCE.

7. UNDERGROUND LINES THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION WHENEVER CONSTRUCTION CROSSES OR IS IN CLOSE PROXIMITY OF UNDERGROUND LINES. HECO’S EXISTING ELECTRICAL CABLES ARE ENERGIZED AND WILL REMAIN ENERGIZED DURING CONSTRUCTION. ONLY HECO PERSONNEL ARE TO BREAK INTO EXISTING HECO FACILITIES, HANDLE THESE CABLES, AND ERECT TEMPORARY GUARDS TO PROTECT THESE CABLES FROM DAMAGE. THE COST OF HECO’S ASSISTANCE IN PROVIDING PROPER SUPPORT AND PROTECTION OF ITS UNDERGROUND LINES WILL BE CHARGED TO THE CONTRACTOR. SPECIAL PRECAUTIONS ARE REQUIRED WHEN EXCAVATING NEAR HECO’S 138KV UNDERGROUND LINES (SEE HECO INSTRUCTION TO CONSULTANTS/CONTRACTORS ON “EXCAVATION NEAR HECO’S UNDERGROUND 138KV LINES” FOR DETAILED REQUIREMENTS).

FOR VERIFICATION OF UNDERGROUND LINES, THE CONTRACTOR SHALL CALL HECO’S UNDERGROUND DIVISION AT 543-4049 A MINIMUM OF 72 HOURS IN ADVANCE.

FOR ASSISTANCE IN PROVIDING PROPER SUPPORT AND PROTECTION OF THESE LINES, THE CONTRACTOR SHALL CALL HECO’S CONSTRUCTION AND MAINTENANCE DEPT., CUSTOMER AND SYSTEM SUPERINTENDENT, AT 543-4223, A MINIMUM OF TWO (2) WEEKS IN ADVANCE.

8. UNDERGROUND FUEL PIPELINES THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION WHENEVER CONSTRUCTION CROSSES OR IS IN CLOSE PROXIMITY OF HECO’S UNDERGROUND FUEL OIL PIPELINES. SPECIAL PRECAUTIONS ARE REQUIRED WHEN EXCAVATING NEAR HECO’S UNDERGROUND FUEL OIL PIPELINES (SEE HECO INSTRUCTIONS TO CONSULTANTS/CONTRACTORS ON “EXCAVATION NEAR HECO’S UNDERGROUND FUEL PIPELINES” FOR DETAILED REQUIREMENTS).

9. EXCAVATIONS WHEN TRENCH EXCAVATION IS ADJACENT TO OR BENEATH HECO’S EXISTING STRUCTURES OR FACILITIES, THE CONTRACTOR IS RESPONSIBLE FOR:

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

9 a. SHEETING AND BRACING THE EXCAVATION AND STABILIZING THE EXISTING GROUND TO RENDER IT SAFE AND SECURE AND TO PREVENT POSSIBLE SLIDES, CAVE-INS, AND SETTLEMENTS. b. PROPERLY SUPPORTING EXISTING STRUCTURES OR FACILITIES WITH BEAMS, STRUTS, OR UNDER-PINNINGS TO FULLY PROTECT IT FROM DAMAGE. c. BACKFILLING WITH PROPER BACKFILL MATERIAL INCLUDING SPECIAL THERMAL BACKFILL WHERE EXISTING (REFER TO ENGINEERING DEPARTMENT FOR THERMAL BACKFILL SPECIFICATIONS).

10. RELOCATION OF HECO FACILITIES ANY WORK REQUIRED TO RELOCATE OR MODIFY HECO FACILITIES SHALL BE DONE BY HECO, OR BY THE CONTRACTOR UNDER HECO’S SUPERVISION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL COORDINATION, AND SHALL PROVIDE NECESSARY SUPPORT FOR HECO’S WORK, WHICH MAY INCLUDE, BUT NOT BE LIMITED TO, EXCAVATION AND BACKFILL, PERMITS AND TRAFFIC CONTROL, BARRICADING, AND RESTORATION OF PAVEMENT, SIDEWALKS, AND OTHER FACILITIES.

ALL COSTS ASSOCIATED WITH ANY RELOCATION OR MODIFICATION (EITHER TEMPORARY OR PERMANENT) FOR THE CONVENIENCE OF THE CONTRACTOR, OR TO ENABLE THE CONTRACTOR TO PERFORM HIS WORK IN A SAFE AND EXPEDITIOUS MANNER IN FULFILLING HIS CONTRACT OBLIGATIONS SHALL BE BORNE BY THE CONTRACTOR.

11. CONFLICTS ANY REDESIGN OR RELOCATION OF HECO’S FACILITIES NOT SHOWN ON THE PLANS MAY BE CAUSE FOR LENGTHY DELAYS. THE CONTRACTOR ACKNOWLEDGES THAT HECO IS NOT RESPONSIBLE FOR ANY DELAY OR DAMAGE THAT MAY ARISE AS A RESULT OF ANY CONFLICTS DISCOVERED OR IDENTIFIED WITH RESPECT TO THE LOCATION OR CONSTRUCTION OF HECO’S ELECTRICAL FACILITIES IN THE FIELD, REGARDLESS OF WHETHER THE CONTRACTOR HAS MET THE REQUESTED MINIMUM ADVANCE NOTICES. IN ORDER TO MINIMIZE ANY DELAY OR IMPACT ARISING FROM SUCH CONFLICTS, HECO SHOULD BE NOTIFIED IMMEDIATELY UPON DISCOVERY OR IDENTIFICATION OF SUCH CONFLICT.

12. DAMAGE TO HECO FACILITIES THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROTECTION OF ALL HECO SURFACE AND SUBSURFACE UTILITIES AND SHALL BE RESPONSIBLE FOR ANY DAMAGES TO HECO’S FACILITIES AS A RESULT OF HIS OPERATIONS. THE CONTRACTOR SHALL IMMEDIATELY REPORT SUCH DAMAGES TO HECO’S TROUBLE DISPATCHER AT 548-7961. REPAIR WORK SHALL BE DONE BY HECO OR BY THE CONTRACTOR UNDER HECO’S SUPERVISION. COSTS FOR DAMAGES TO HECO’S FACITLITIES SHALL BE BORNE BY THE CONTRACTOR.

IN CASE OF DAMAGE OR SUSPECTED DAMAGE TO HECO’S FUEL PIPELINE, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY HECO’S HONOLULU POWER PLANT SHIFT SUPERVISOR AT 533-2102 (A 24-HOUR NUMBER) SO HECO PERSONNEL CAN SECURE THE DAMAGED SECTION AND REPORT ANY OIL SPILLS TO THE PROPER AUTHORITIES. ALL COSTS ASSOCIATED WITH THE DAMAGE, REPAIR, AND OIL SPILL CLEANUP SHALL BE BORNE BY THE CONTRACTOR.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

10 13. HECO STAND-BY PERSONNEL THE CONTRACTOR MAY REQUEST HECO TO PROVIDE AN INSPECTOR TO STAND-BY DURING CONSTRUCTION NEAR HECO’S FACILITIES. THE COST OF SUCH INSPECTION WILL BE CHARGED TO THE CONTRACTOR.

THE CONTRACTOR SHALL CALL THE HECO CONSTRUCTION AND MAINTENANCE DEPT., CUSTOMER AND SYSTEM SUPERINTENDENT AT 543-4223 A MINIMUM OF 5 WORKING DAYS IN ADVANCE TO ARRANGE FOR HECO STAND-BY PERSONNEL.

14. CLEARANCES THE FOLLOWING CLEARANCES SHALL BE MAINTAINED BETWEEN HECO’S DUCTLINE AND ALL ADJACENT STRUCTURES (CHARTED AND UNCHARTED) IN THE TRENCH:

STRUCTURE TYPE MINIMUM CLEARANCES (INCHES) WATER LINES, PARALLEL 36(A) WATER LINES, CROSSING 12(B) SEWER LINES, PARALLEL 36(C) SEWER LINES, CROSSING 24(D) DRAIN LINES, PARALLEL 12 DRAIN LINES, CROSSING 6(E) ELECTRICAL AND GAS LINES, PARALLEL 12 ELECTRICAL AND GAS LINES, CROSSING 12 TELEPHONE LINES, PARALLEL 6(E) TELEPHONE LINES, CROSSING 6(E) CHEVRON OIL LINES, PARALLEL 36 CHEVRON OIL LINES, CROSSING 48 BELOW OIL LINE (F)

a. THE MINIMUM HORIZONTAL CLEARANCES TO WATER LINES PARALLEL TO ELECTRICAL DUCTLINES SHOULD BE INCREASED TO 60 INCHES IF THE WATER LINE IS GREATER THAN OR EQUAL TO 16 INCHES IN DIAMETER. b. THE MINIMUM VERTICAL CLEARANCES TO WATER LINES CROSSING ELECTRICAL DUCTLINES CAN BE REDUCED TO 6 INCHES IF THE ELECTRICAL DUCTLINE STRUCTURE IS CONCRETE ENCASED AND IS BELOW THE WATER LINE AND THE WATER LINE IS LESS THAN 16 INCHES IN DIAMETER. c. A MINIMUM HORIZONTAL CLEARANCE OF 36 INCHES IS REQUIRED BETWEEN NEW HANDHOLES AND EXISTING SEWER LATERALS. d. THE MINIMUM VERTICAL CLEARANCES TO SEWER PIPES CROSSING ELECTRICAL DUCTLINES CAN BE REDUCED TO 12 INCHES IF THE SEWER PIPE IS JACKETED IN CONCRETE. e. THE MINIMUM CLEARANCES SHALL BE INCREASED TO 12 INCHES IF THE ELECTRICAL DUCTLINE IS DIRECT BURIED. f. THE MINIMUM VERTICAL CLEARANCES TO OIL LINES CROSSING ELECTRICAL DUCTLINES CAN BE REDUCED TO 24 INCHES BELOW OIL LINES IF THE CROSSINGS ARE ENCASED IN 6 INCHES OF CONCRETE. g. THE CONTRACTOR SHALL NOTIFY THE CONSTRUCTION MANAGER AND HECO OF ANY HEAT SOURCES (POWER CABLE DUCT BANK, STEAMLINE, ETC.) ENCOUNTERED THAT ARE NOT PROPERLY IDENTIFIED ON THE DRAWING.

THE FOLLOWING CLEARANCE SHALL BE MAINTAINED BETWEEN HECO’S FUEL OIL PIPELINES AND ALL ADJACENT STRUCTURES: 24-INCHES, PARALLEL OR CROSSING. THE MINIMUM CLEARANCE CAN BE REDUCED TO 12 INCHES (PARALLEL AND BELOW ONLY) IF THE STRUCTURE IS JACKETED IN CONCRETE.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

11 15. INDEMNITY THE CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS HECO FROM AND AGAINST ALL LOSSES, DAMAGES, CLAIMS, AND ACTIONS, INCLUDING BUT NOT LIMITED TO REASONABLE ATTORNEY’S FEES AND COSTS BASED UPON OR ARISING OUT OF DAMAGE TO PROPERTY OR INJURIES TO PERSONS, OR OTHER TORTIOUS ACTS CAUSED OR CONTRIBUTED TO BY CONTRACTOR OR ANYONE ACTING UNDER ITS DIRECTION OR CONTROL OR ON ITS BEHALF; PROVIDED CONTRACTOR’S INDEMNITY SHALL NOT BE APPLICABLE TO ANY LIABILITY BASED UPON THE SOLE NEGLIGENCE OF HECO. ADDITIONAL NOTES WHEN WORK INVOLVE CONSTRUCTION OF HECO FACITLITIES.

ADDITIONAL NOTES FOR CONSTRUCTION OF HECO FACILITIES

16. SCHEDULE CONTRACTOR SHALL FURNISH HIS CONSTRUCTION SCHEDULE 10 WORKING DAYS PRIOR TO STARTING WORK ON HECO FACILITIES. CONTRACTORS SHALL GIVE HECO, IN WRITING 10 WORKING DAYS NOTICE TO PROCEED WITH HECO’S PORTION OF WORK.

17. AUTHORITY ALL CONSTRUCTION RESTORATION WORK AND INSPECTION SHALL BE SUBJECT TO WHICHEVER GOVERNMENTAL AGENCY HAS AUTHORITY OVER THE WORK.

18. SPECIFICATIONS CONSTRUCTION OF HECO’S UNDERGROUND FACILITIES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE LATEST REVISIONS OF HECO SPECIFICATIONS CS7001, CS7003, CS7202, CS9301, AND CS9401 AND APPLICABLE HECO STANDARDS.

19. CONSTRUCTION CONTRACTOR SHALL FURNISH ALL LABOR, MATERIALS, EQUIPMENT, AND SERVICES TO PROPERLY PERFORM AND FULLY COMPLETE ALL WORK SHOWN ON THE CONTRACT DRAWINGS, AND SPECIFICATIONS. ALL MATERIALS SHALL BE NEW AND MANUFACTURED IN THE UNITED STATES OF AMERICA. ALL MANHOLE, HANDHOLE AND DUCTLINE INSTALLATION SHALL BE INSPECTED AND APPROVED BY HECO PRIOR TO EXCAVATION AND PRIOR TO PLACING CONCRETE. CONTRACTOR SHALL NOTIFY HECO’S INSPECTION DIVISION AT 543-4356 AT LEAST 48 HOURS PRIOR TO PLACING CONCRETE.

CONTRACTOR TO COORDINATE WORK TO BREAK INTO HECO’S EXISTING ELECTRICAL FACILITIES WITH HECO’S UNDERGROUND DIVISION AT 543-7871 AT LEAST 10 WORKING DAYS IN ADVANCE.

20. STAKEOUT THE CONTRACTOR SHALL ARRANGE FOR TONEOUTS OF ALL UNDERGROUND FACILITIES AND SHALL STAKEOUT ALL PROPOSED HECO FACILITIES WITHIN THE PROJECT AREA SO AS TO NOT CONFLICT WITH ANY UTILITY (EXISTING AND PROPOSED) AND ANY PROPOSED CONSTRUCTION OR IMPROVEMENT WORK FOR VERIFICATION BY HECO BEFORE PROCEEDING WITH HECO WORK.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

12 21. DUCTLINES ALL DUCTLINE INSTALLATIONS SHALL BE PVC SCHEDULE 40 ENCASED IN CONCRETE, UNLESS OTHERWISE NOTED. ALL COMPLETED DUCTLINES SHALL BE MANDREL TESTED BY THE CONTRACTOR IN THE PRESENCE OF HECO’S INSPECTOR USING HECO’S STANDARD PRACTICE. THE CONTRACTOR SHALL INSTALL A 1/8” POLYOLEFIN PULL LINE IN ALL COMPLETED DUCTLINES AFTER MANDREL TESTING IS COMPLETE.

22. JOINT POLE REMOVAL THE LAST JOINT POLE OCCUPANT OFF THE POLES SHALL REMOVE THE POLES.

23. AS-BUILT PLANS THE CONTRACTOR SHALL PROVIDE HECO WITH TWO SETS OF AS-BUILT REPRODUCIBLE TRACINGS SHOWING THE OFFSETS, STATIONING, AND VERTICAL ELEVATION OF THE DUCT LINE(S) CONSTRUCTED.

CONSTRUCTION NOTES FOR GAS FACILITIES

1. THE GAS COMPANY PIPELINES IN THE PROJECT AREA ARE PLASTIC COATED AND CATHODICALLY PROTECTED. THE CONTRACTOR SHALL BE EXTREMELY CAREFUL WHEN WORKING NEAR THESE GAS PIPELINES.

2. WRITTEN CLEARANCES MUST BE OBTAINED FROM THE GAS COMPANY, MAPS AND RECORDS DEPARTMENT, 515 KAMAKEE STREET, AT LEAST FIVE (5) WORKING DAYS PRIOR TO STARTING EXCAVATION NEAR THESE GAS PIPELINES.

3. SINCE GAS LINE LOCATIONS ON FIELD MAPS ARE APPROXIMATE, THE CONTRACTOR, AFTER OBTAINING WRITTEN CLEARANCE, SHALL CALL USA NORTH A MINIMUM OF TWO (2) WORKING DAYS BEFORE STARTING EXCAVATION TO ARRANGE FOR FIELD LOCATION OF THE EXISTING GAS PIPELINES. THE TELEPHONE NUMBER IS 1-800-227-2600.

4. THE CONTRACTOR SHALL EXCAVATE AND BACKFILL AROUND GAS PIPELINES IN THE PRESENCE OF A REPRESENTATIVE OF THE GAS COMPANY. ALL BACKFILL WITHIN SIX INCHES OF ANY GAS PIPELINE SHALL BE SELECT CUSHION MATERIAL APPROVED BY THE GAS COMPANY.

5. FOR RELOCATION OF ANY GAS PIPELINES, THE CONTRACTOR SHALL NOTIFY THE GAS COMPANY FIVE (5) WORKING DAYS BEFORE STARTING WORK. THE TELEPHONE NUMBER IS 594-5574. THE CONTRACTOR SHALL PROVIDE THE NECESSARY EXCAVATION AND BACKFILL, OBTAIN TRAFFIC PERMITS, AND RESTORE PAVEMENT, SIDEWALKS, AND OTHER FACILITIES. ANY RELOCATION OF GAS FACILITIES SHALL BE DONE BY THE GAS COMPANY AND PAID FOR BY THE CONTRACTOR.

6. THE CONTRACTOR SHALL NOTIFY THE GAS COMPANY IMMEDIATELY AFTER ANY DAMAGE HAS BEEN CAUSED TO EXISTING GAS PIPELINES, COATINGS, OR ITS CATHODIC PROTECTION DEVICES. THE TELEPHONE NUMBER IS 535-5933, 24 HOURS A DAY. THE CONTRACTOR SHALL BE LIABLE FOR ANY DAMAGE TO THE GAS COMPANY FACILITIES. REPAIR WORK ON SUCH DAMAGE SHALL BE DONE BY THE GAS COMPANY WITH PAYMENT FOR THIS WORK TO BE BORNE BY THE CONTRACTOR.

7. MINIMUM VERTICAL AND HORIZONTAL CLEARANCE BETWEEN THE GAS PIPELINES AND OTHER PIPELINES, CONDUITS, DUCTLINES, OR OTHER FACILITIES SHALL BE 12 INCHES.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

13 ADEQUATE SUPPORT AND PROTECTION FOR GAS PIPELINES EXPOSED IN THE TRENCH SHALL BE PROVIDED BY THE CONTRACTOR AND APPROVED BY THE GAS COMPANY.

8. THE CONTRACTOR SHALL WORK IN A EXPEDITIOUS MANNER IN ORDER TO KEEP THE UNCOVERED GAS PIPELINES EXPOSED FOR AS SHORT A PERIOD OF TIME AS POSSIBLE.

OCEANIC CABLE GENERAL NOTES

1. THE LOCATION OF OCEANIC CABLE COMPANY’S EXISTING FACILITIES IS APPROXIMATE ONLY. THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION AND SHALL MAINTAIN PROPER CLEARANCES WHENEVER CONSTRUCTION CROSSES OR IS IN CLOSE PROXIMITY OF OCEANIC CABLE COMPANY FACILITIES. THE CONTRACTOR SHALL VERIFY THEIR LOCATIONS AND ANY DAMAGES SHALL BE REPORTED IMMEDIATELY TO OCEANIC CABLE COMPANY’S REPAIR SERVICE.

HAWAIIAN TELCOM NOTES

1. THE LOCATIONS OF EXISTING UTILITIES ARE APPROXIMATE ONLY. THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION AND SHALL MAINTAIN PROPER CLEARANCES WHENEVER CONSTRUCTION CROSSES OR IS IN CLOSE PROXIMITY OF HAWAIIAN TELCOM FACILITIES. THE CONTRACTOR SHALL VERIFY THEIR LOCATIONS AND SHALL BE LIABLE FOR ANY DAMAGES TO HAWAIIAN TELCOM FACILITIES. ANY DAMAGES SHALL BE REPORTED IMMEDIATELY TO HAWAIIAN TELCOM’S REPAIR SECTION AT #611 (24 HOURS) OR THE EXCAVATION PERMIT SECTION AT 643-6111 (NORMAL WORKING HOURS, MONDAY THROUGH FRIDAY, EXCEPT HOLIDAYS), AS A RESULT OF HIS OPERATIONS. ADJUSTMENTS TO THE NEW DUCTLINE ALIGNMENT, IF REQUIRED, SHALL BE MADE TO PROVIDE THE REQUIRED CLEARANCES.

AT&T NOTES

1. THE LOCATION OF AT&T UNDERGROUND FACILITIES ARE FROM RECORDS OF VARYING DEGREES OF ACCURACY. THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION WHEN THE EXCAVATION AND CONSTRUCTION CROSSES OR IS IN CLOSE PROXIMITY TO UNDERGROUND FIBER OPTIC FACILITIES. ANY DAMAGE TO THE EXISTING UNDERGROUND FACILITIES SHALL BE REPAIRED AND PAID FOR BY THE CONTRACTOR.

2. THIS PROJECT INVOLVES WORK THAT WILL IMPACT AT&T’S FIBER OPTIC COMMUNICATIONS CABLE. PLEASE CALL 1-800-227-2600 PRIOR TO THE START OF WORK, TO ARRANGE FOR EXACT CABLE LOCATION, 72 HOURS PRIOR NOTIFICATION WILL BE APPRECIATED.

3. WHENEVER A CONTRACTOR IS WORKING OVER OR NEAR THE AT&T CABLE, AN AT&T TECHNICIAN MUST BE ON SITE.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

14 WATER NOTES FOR ELECTRICAL, TELEPHONE, GAS AND CABLE LINES

1. UNLESS OTHERWISE SPECIFIED, ALL MATERIALS AND CONSTRUCTION OF WATER SYSTEM FACILITIES AND APPURTENANCES SHALL BE IN ACCORDANCE WITH THE CITY AND COUNTY OF HONOLULU BOARD OF WATER SUPPLY’S “WATER SYSTEM STANDARDS”, DATED 2002, THE “WATER SYSTEM EXTERNAL CORROSION CONTROL STANDARDS”, VOLUME 3, DATED 1991, AND ALL SUBSEQUENT AMENDMENTS AND ADDITIONS.

2. APPROVALS BY THE BOARD OF WATER SUPPLY ARE BASED SOLELY ON THE ADEQUACY OF THE WATER SUPPLY. ALL OTHER FEATURES OF THE WATER SYSTEM, SUCH AS LINES, GRADES, FITTINGS, DRAINAGE, ETC., AND OTHER FEATURES OF IMPROVEMENTS SHALL NOT BE THE RESPONSIBILITY OF THE BOARD OF WATER SUPPLY.

3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROTECTION OF ALL WATER LINES DURING CONSTRUCTION. THE CONTRACTOR SHALL BE ESPECIALLY CAREFUL WHEN EXCAVATING BEHIND WATER LINES, TEES, AND BENDS WHEREVER THERE IS A POSSIBILITY OF WATER LINE MOVEMENT DUE TO THE REMOVAL OF THE SUPPORTING EARTH BEYOND THE EXISTING REACTION BLOCKS. THE CONTRACTOR SHALL TAKE WHATEVER MEASURES NECESSARY TO PROTECT THE WATER LINES, SUCH AS CONSTRUCTING SPECIAL REACTION BLOCK (WITH BWS APPROVAL) AND/OR MODIFYING HIS CONSTRUCTION METHOD.

4. REAPPROVAL SHALL BE REQUIRED IF THIS PROJECT IS NOT UNDER CONSTRUCTION WITHIN A PERIOD OF TWO YEARS.

5. AT THE ELECTRICAL/SIGNAL DUCTLINE WATER CROSSINGS, ADJUST ALL ELECTRICAL/SIGNAL DUCTLINE ELEVATIONS TO MAINTAIN 6” VERTICAL CLEAR SEPARATION FROM ALL WATERLINES (12” CLEAR FOR ALL ELECTRICAL/SIGNAL DUCTLINE STRUCTURES LARGER THAN 16”) AT NO COST TO THE BOARD OF WATER SUPPLY.

6. MAINTAIN 3’-0” MIN. HORIZONTAL CLEAR SEPARATION BETWEEN ALL WATERLINE SYSTEMS AND NEAREST ELECTRICAL/SIGNAL DUCTLINES PARALLELING THE WATER SYSTEM AT NO COST TO THE BOARD OF WATER SUPPLY.

7. MAINTAIN 3’-0” MIN. HORIZONTAL CLEAR SEPARATION BETWEEN STREET LIGHT/TRAFFIC SIGNAL, STANDARDS (INCLUDING ANY MODULAR UNITS) AND THE NEAREST WATER SYSTEM. CONTRACTOR SHALL FIELD VERIFY FOR ANY CONFLICTS AT EACH STREET LIGHT/TRAFFIC SIGNAL STANDARD LOCATION. WHERE CONFLICTS OCCUR, THE CONTRACTOR SHALL COORDINATE WITH THE PROJECT ENGINEER TO REVISE THE STREET LIGHT/TRAFFIC SIGNAL STANDARD TO PROVIDE THE REQUIRED CLEARANCES AT NO COST TO THE BOARD OF WATER SUPPLY.

8. THE CONTRACTOR SHALL NOTIFY BWS MAINTENANCE UNIT-ENGINEERING, CONSTRUCTION SECTION IN WRITING ONE WEEK PRIOR TO COMMENCING WORK ON THE WATER SYSTEM.

9. THE CONTRACTOR SHALL VERIFY ALL EXISTING SERVICE LATERAL LOCATIONS PRIOR TO COMMENCING WITH ANY OF THE WORK AND SHALL NOT ASSUME THAT WHERE NO SERVICES ARE SHOWN, NONE EXIST.

10. PRIOR TO ANY EXCAVATING, THE CONTRACTOR SHALL VERIFY IN THE FIELD THE LOCATION OF EXISTING WATER MAINS AND APPURTENANCES.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

15 BEST MANAGEMENT PRACTICES NOTES

1. FOLLOW SEQUENCE OF OPERATION AS RECOMMENDED ON PAGES 23 AND 24 OF THE “RULES RELATING TO SOIL EROSION STANDARD AND GUIDELINES” DEPARTMENT OF PLANNING AND PERMITTING, CITY AND COUNTY OF HONOLULU, APRIL 1999.

2. GRADED AREAS THAT ARE NOT AT FINAL GRADE AND ARE EXPECTED TO BE EXPOSED FOR MORE THAN 30 DAYS, SHALL BE MULCHED (AT THE RATE OF 45 CUBIC FEET PER 1,000 SQUARE FEET) IN ORDER TO PREVENT EROSION AND SILT RUNOFF.

3. INLET PROTECTION SHALL BE INSTALLED AT LOCATIONS SHOWN ON PLAN AND AS DESIGNATED BY THE OFFICER-IN-CHARGE.

4. THE ABOVE PROCEDURE FOR EROSION AND SEDIMENT CONTROL MAY BE REVISED BY THE CONTRACTOR TO CONFORM TO HIS GRADING OPERATION PROCEDURE.

5. THE CONTRACTOR SHALL ADD OR MAKE ADJUSTMENTS TO THE BMP’S TO MITIGATE THE QUALITY OF THE STORM WATER RUNOFF AFTER EACH STORM EVENT THAT GENERATES RUNOFF FROM THE SITE.

6. TEMPORARY EROSION CONTROLS SHALL NOT BE REMOVED BEFORE PERMANENT EROSION CONTROLS ARE IN PLACE AND ESTABLISHED.

7. THE CONTRACTOR SHALL THROUGHOUT THE DURATION OF THE PROJECT KEEP THE PROJECT AREA AND ALL DISTURBED AREAS FREE FROM DEBRIS AND TRASH.

8. IF NPDES PERMITS ARE REQUIRED, THE CONTRACTOR WILL BE REQUIRED TO OBTAIN THE PERMITS FOR THE AREAS DESIGNATED IN THE SPECIFICATIONS. BECAUSE OF THE NATURE OF THIS CONTRACT AND THE LOCATIONS INVOLVED, MULTIPLE PERMITS MAY BE REQUIRED. PAYMENT IF REQUIRED WILL BE MADE UNDER MOBILIZATION.

GENERAL NOTES FOR TRAFFIC CONTROL PLAN (TCP)

1. THE PERMITTEE SHALL MAKE MINOR ADJUSTMENTS AT INTERSECTIONS, DRIVEWAYS, BRIDGES, STRUCTURES, ETC. TO FIT FIELD CONDITIONS.

2. CONES OR DELINEATORS SHALL BE EXTENDED TO A POINT WHERE THEY ARE VISIBLE TO APPROACHING TRAFFIC.

3. TRAFFIC CONTROL DEVICES SHALL BE INSTALLED SUCH THAT THE SIGN OR DEVICE FARTHEST FROM THE WORK AREA IS PLACED FIRST. THE OTHERS SHALL THEN BE PLACED PROGRESSIVELY TOWARD THE WORK AREA.

4. REGULATORY AND WARNING SIGNS WITHIN THE CONSTRUCTION ZONE THAT ARE IN CONFLICT WITH THE TRAFFIC CONTROL PLANS SHALL BE REMOVED OR COVERED.

5. FLAGGERS AND/OR POLICE OFFICERS SHALL BE IN SIGHT OF EACH OTHER OR IN DIRECT COMMUNICATION AT ALL TIMES.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

16 6. WHEN REQUIRED BY THE ISSUING OFFICE, THE PERMITTEE SHALL INSTALL A FLASHING ARROW SIGNAL AS SHOWN ON THE TRAFFIC CONTROL PLANS.

7. ALL TRAFFIC LANES SHALL BE A MINIMUM OF 10 FEET WIDE.

8. ALL CONSTRUCTION WARNING SIGNS SHALL BE PROMPTLY REMOVED OR COVERED WHENEVER THE MESSAGE IS NOT APPLICABLE OR NOT IN USE.

9. THE BACKS OF ALL SIGNS USED FOR TRAFFIC CONTROL SHALL BE APPROPRIATELY COVERED TO PRECLUDE THE DISPLAY OF INAPPLICABLE SIGN MESSAGES (I.E. WHEN SIGNS HAVE MESSAGES ON BOTH FACES).

10. LANE CLOSURE SHALL BE LIMITED ONLY TO THE EXTENT OF ACCOMPLISHING EACH DAY’S WORK. AS SOON AS EACH DAY’S WORK IS COMPLETED, THE PERMITTEE SHALL REMOVE ALL TRAFFIC CONTROL DEVICES NO LONGER NEEDED TO PERMIT FREE AND SAFE PASSAGE OF PUBLIC TRAFFIC. REMOVAL SHALL BE IN THE REVERSE ORDER OF INSTALLATION. EXISTING FADED OR OBLITERATED PAVEMENT MARKINGS THAT ARE NECESSARY FOR SAFE TRAFFIC FLOW IN THE CONSTRUCTION AREA SHALL BE REPLACED WITH TEMPORARY OR PERMANENT MARKINGS BEFORE OPENING THE ROADWAY TO PUBLIC TRAFFIC EACH DAY.

11. PERMANENT PAVEMENT MARKINGS AND TRAFFIC SIGNS SHALL BE REPLACED UPON COMPLETION OF EACH PHASE OF WORK.

12. CONES AND DELINEATORS SHALL BE SPACED AT A MINIMUM DISTANCE OF 20 FEET APART. A MINIMUM OF SIX CHANNELIZING DEVICES SHALL BE USED FOR EACH TAPER LENGTH.

13. DRIVEWAYS SHALL BE KEPT OPEN UNLESS THE OWNERS OF THE PROPERTY USING THE RIGHT-OF-WAY ARE OTHERWISE PROVIDED FOR SATISFACTORILY. FURTHER, THE PERMITTEE SHALL CONTROL TRAFFIC GOING IN AND OUT OF DRIVEWAYS.

14. BUFFER AND TAPER AREAS ON APPROACH TO ANY WORK AREA SHALL BE KEPT CLEAR OF VEHICLES AND EQUIPMENT.

15. A HIGH LEVEL WARNING DEVICE (FLAG TREE) SHALL BE INSTALLED ON APPROACH TO ALL WORK AREAS.

16. “NO PARKING” SIGNS SHALL BE POSTED WITHIN ANY WORK AREA AND FOR THE BUFFER AND TAPER AREAS APPROACHING THE WORK AREA.

17. TRAFFIC CONTROL PLANS ARE APPROVED FOR WORK ON ANY CITY STREET AREA ONLY BETWEEN THE HOURS OF 8:30 A.M. AND 3:30 P.M., MONDAYS THROUGH FRIDAYS, EXCEPT HOLIDAYS AND WEEKENDS UNLESS SPECIFICALLY AUTHORIZED.

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

17

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

18

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

19

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

20

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

21

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

22

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

23

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

24

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

25

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

26

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

27

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

28

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

29 Numana Road Drainage Improvement

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

30

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

31

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

32

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

33

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

34

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

35

City and County of Honolulu REHABILITATION OF LOCALIZED STREETS – PHASE 12A KALIHI, KALIHI VALLEY, KAMEHAMEHA HEIGHTS & ALEWA HEIGHTS AREAS

NOVEMBER 2014

36