Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 09162003 - C.1
TOR BOARD OF SUPERVISORS FROM, MAURICE SSU, PUBLIC WORKS DIRECTOR DATE. September 16; 2063 SUBJECT; APPROVE t Vasco Road and %Ca ,-Io Diablo intersection Improvements Project Pleasa?-,,d Sec°ic tions rid Prior Issuance of Add dum. o. 1, Byron Are , y DD-CP 3-17 (Di trct 11h Project No. 0662-6R4097-03 Specific eq t( T r Recommendation( ) & BackgroundJustification 1s RECOMMENDED ACTION- 1. ADPROVE pans and spec'fications and APPROVE the prior issuance ofAddendum No. I for Vasco Road and Camino Diablo Inter-section improvements Project. Continued on Attachment X_ SIGNATURE mom .-'AECOMWNDAT'iON OF COUNTY ADS€ W ATOR RECOMINIENDATION OF BOARD COMMITTEE OTHER So , 2003 ACT-ON OF BOAR7"ON APPROVED AS EOMXX OTHER VOTE OF U ER ASORS xxU ANIMOU (ABSENT NONE � -- AWES. NOES: ABSENT,—— ABSTAIN: :A ,pData\Z3asiv�t\board Crders\BO 2003NVasco Road&Camino Cab o I hereby certify that "his e and correct 0,,!g. Dv; DvisVI) Collect: Mks Ho;'Mgs+ ash;325-33-2231; Copy of an action takers and. entered on the : . Ga Ivo-_CAC € tes �5 f the Board of Supervisors on the Pubdl o if`orks Accounting Auditor-Ccntro�ter date shown. Construct c^ Trans=Wa on E.cineerin.g R4 6P Aurhorsty(v a P4eVD) ATTESTED: SEPTEMBER 16, 200: John Sweetens Clerk of the Board OT Supervisors and County Administrator sF, By 2� - uta SUBJECT, APPROVE t�e Vasco Road and Camino Diabio Intersection improvements Proiect Plans and Specifications and Prior Issuance of Addendum No, 1, Byron Area, [C'DD-dP*n0;3-17] (District fl!) Project No. 0662-6R4097-03 DATE: September 16, 2003 PAGE: 119 FINANCIAL IMPACT: The estimated project cost is $2.1 rnilibn funded by Local Road Funds (10%), City of Brentwood kl0%) and the 'ast ;Clounty Transportation improvement Au-thority (80%). Addendum No. I has no affect on the scope of project work. 11L REASONS FOR RECOMMENDATIONIBACKGROUND- The Board of Supervisors prevousiy approved, on August 5, 2003, a joint Exercise of Powers Aa,eement with State Route 4 Bypass Authority to bring this important project to fruffion. One of sheterasof the agreernentis for the County to approve project plans and specifications. Addendum No, I revises the protect specifications to clarify payment for work related to water ' d quaies nform to oroject plans, pollution contr and to adiust severai bintitto co I CONSEQUENCES OF NEGATIVE ACTION: The State Ro,,.,-+,e 4 Bypass Authority could declare the County in non-co mpHance with the terms of the agreement and could terminate the agreement, thereby, delaying project. construction. t the � Proposal and Contract Notice to Contractors and Spec,-€ l Provisions for aonstn�ction o-' Vasco Road and Carnino D€a Ic Intersection lr`: rov Meets Project No.: 0662-67R,4097-03 In general, tl`"Iw; addendurn,. clarifies measurement and';'payment t,,a: iseems of Work related ..,:ae: oiii ,"ion control, and revises the quern`ies of`sf.free oNid ltenn;s in the proposal and corntract, The Notice to Contractors and Special Provisions are amended as fo lo%rs: The '�°�,,`ATER POLLUTION CONTROL COST EBIR A -D Wtable on gage of the S;:✓e-c<a. Provisions is :revised o include C..s Rs:?`: f4.r"f 3 Slit Fence, S s: L>.sure'. per ii:is foot. Therefore, the table cr page 40 is deleted and replaced with tie attached revised 1 : son . Water ARAM ArArOl>ofthe Spedal Provisions is amended to include the fc-1 vIin Paragraphs: Full compensation for a •g:o a: 4p ory Sift Fence, AJeS "s required to ymiy with .. ark y3 13W �Y�PP ,ci d,,{ -E,'. � yflet on t Pang a:FF: 7.^pa e i„r�r'•.�r�ek.,..S.FS ��. `..�'�`sf}.. �f �ns�.ws3'£.�4�srY+ Lb:���' 5 'ne��:k � .s:..k �� u:C'r%�`�"'5 ��#t�.::t a.14; 3i��;�w� �mr�i inciudad in he i s t'e sum price3 for Water PoiiutionControi and n additional co iipmsnsati-on Y iii be w'-ti::b/we1..:.therefor. FLAcmmpeuisation for. additional Erosion Coro (fps D) applied to unfinishad earth su.5t.%�u.m,s ��s required :'ki r� •."�"€�.s#Y �.5� �,a'i`'?�d; ..�a k.,�r k"��" s� shall considered :�..�+i€{.�sff,� e�e :3 4 :5 b`3:.,3i t 3 ri ssu" k+C2.iv Sf'S S `S.. f <'.ry .`ter. Y Ya, 7`5 F: i'.'.,: 7 £S. �: r� r �.f�< €k�f fY f : ,end , o ad .a on r?b € i w::I be aflowed therefor. The Proposal and Contract are amended as :M= Page 24 bid item sheet is deloted and replaced with the attached bid .term sheet'. Note that e h� items quantities that have beer, 79vise are: y item N 18 Class f r g ate Subbase Rem No.19. V i ass 2 iNggreg ate 8 ase Item No. 22, Playa Asphaq Concrete Me ( 'uv< A-) ,fir?w�dder must ;.{ckno�` ledge :;�seipt,�2of t�7i+�i`�^{jAddei6f�.:s�m, ;'`acv.7����:�`�`'iiedg'�.'ent . -ust be '��,:`l�.�a`�`�i: i� r'.;�. 7.l:..St:•«,�o-s oR�e and Fp 3.�..t:: ��r +'tr tn y' ,j`w. Via.;..#. d l. +�:5 opening of idde!.rt. }r,V, Dake. 71 Exp, ......... ......... ......... ......... ......... ......... ......... ......... ......... _... __ ... _ __ ............... ......... ......... ........ ......... ......... ......... ......... ....... ............... ......... ......... ............ .. ......... ......... ......... ........ __ ................_....... ........_ Vasco- Road arid CamJInc DiWolo inter e&i l t rv- �s Pr ect No- 0662-6,P,4097-03 Addendum 'wATER PoLix nCONTROL ;OST BREXK-D OWN Project NO- ITEIM'1 "I DES€ TY1 >< A AN, j QUA�NITFISS- �vd-osee rss SS-6 Stravv Mulch G ': xa x- plwsti 'Overs& Erosion F." SS-8 Wo SS-9 Mr mined Ditches � f v} {cutlet P,:"Ote HIS yve1c ivy SS -I' to-e Drains c-1. s taw FP,i��e �. .�. F� SCF2 'Desilting Basul .£.".A sc-3 Sedinll-ent Trap, EA SC-4 Check Dam EA s'l-..'-w Fiber Rolls GJ Street )Yveeping a�ad Il .€-ufig L SC-8 Sandbag Barrier FT SC- V �L+�ty=3x.t.r� `w5`�..,5 kt 31.'wbG.''vh.41n... .w...... v ..�„"�.,..;.>e. :...� - EA NE-1 :N ind Erosion Control o S Ent anc#1 if..'-ft 'Tire Wash LS a _ _. . ; _ TOUGH) TITY 14S.9 Vebiele and i gin't Fue..I ng L PA-1 Matenal Delivery and Story LS ce 1-2 Maienal ✓ k u WITNf 4 Spill Prevention and Control ntro LS J � L rSolid LS 'Hazardous Waste TM&nu.}g.,y-'e ..ent .Li N"�g ._--.✓..�:.........:..�-.... .. e{� .�.y.t.,_.�..,.,.,..... ..t.�.....:.�. ,_� 9 aaryly Septiv WasteManagement. ' LS� TOTAL Svtt;.. 3.ylVaAnLRoadl .d Lam3 f •ab"O r s r t ?✓ kJ k`�tnSisw' Project hyo., 5 n45R4.0.77-03 Aurda ,.i;un`,k Bid It ' e crlpf%or Quantity it Pricy 0 `dotal (in NoFigures) Figures) Storm seat �'Fi;On .�r Amea. LS ads S��rL :k.e�i. +.,r r�;�' ��3.?f� £a ti� i"#b,.it�v: ��+£ e� � .�.. ._ • _ #' 12 M wl s'ra d Therm'`}°S as t S� ffi LF i 1'40 N N. 17 " SIS £ Shy 3000 's 8�_ 4ae, 'fy+G•} _ 20 Awha�,,Treafedf Pwrfeabie Base TON 086 rte. , 4 c€� n'ref RP ale r ; cadsl # o ¢ ., } i2sa 2"L elfforcz�d LF #E'v an< .o.z 't �,..;..�, .-. .... ,. _. .�,•. ... .. ._. - _....,d�...,=,n...�,..-tis:. 27 �i,,�r r>u�li r roe, lr�= FEA r' r LIM 30c� it rle 31-6 curt. ; µ 206 1 3Con rete Id ... . R 1100 �n.. .. LF 442 33 y 'Thermo R..'i5.5) "at'f Y S44�d. #+ aw�..�•w.t x {it 83 S 34 t €" £ast aft c Std: f a# - LF, 1626 y a ; # T �f�i e M e 122) LF245 ; #o sfpe ' `5���l [ # 484 rr 37 Tra 38 TA STATE ROUTE BYPASS AUTHORITY PROPOSAL AND CONTRACT FOR VASCO ROAD AND .MINTNINTERSECTION IMPROVEMENTS PROJECT NO: 0662-6R409'/-03 BYPASS _- NIKKEI t I FOR USE WITH STANDARD S ECMCA `IONS AND STANDARD PLANSDATED JULY, 1999 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGEAND EQUIPMENT RENTAL RATES, AS ON FILEWITH THE CLERK OF THE BOARD O PEVI , BID OPENING ATE: September 4, 2003 FOR PRE-PRE-DID INNFORMATIONCONTACT: Monish Sen (925) 313-2187 FOR PLAN HOLDE'R'S LISA' CALL (92-9) 313-2000 TABIE OF O yEIv a S I� PROPOSAL TITLE 23 SECTIO?N :1.2 NI ONT-COLE LIJSIO A FMI A II I' SIGNATURE 01 MDDER SATM Ly BIDDERS S BO'-NTD L ,`I`T�:�OF `T ZINT T O PER ORYM AS A WA R RANTl Y A NITPAJ R A G R EE, ` ' S-FLEE Cri�'a .ACT SACT E PEI -0I lv-'A. ,CE B 0NDI VASCO ROAD AND CAMINO DIABLO INTERSECTION IMPROVEMENTS PROJ-ECT NO, 0662-6R4097-03 Bids Due, September 4, 2003 To the State Route e.Bypass A atlio ity Martinez, d California PROPOSAL FOR VASCO ROAD AND CA 0 DIABLO INTERSECTION IMPROVEMENTS Ndun^_e of bidder Business address mailiiag address Business Phone Fax Number (contact Io the State Route 4 Bypass Authority: Tlie undersigned, as bidder, declares that the only persons or Nasties involved in trisroposai as pi principals are those named herein; that this proposal is made gait out collr sior with any other person, firm or corporation; than he/she has caner 'ly examined the location of the n.?,.oposed work, plans -andr specific Boris; and he/sloe proposes and agrees, if this proposal is accepted, the, he-/she ,,N!H.H contract`,7it~ the Agency to provide & necessary machinery, tools, apparatus and Darer means 0construction, and to do all the 4,7+ork and flurnish all, the ._.uteriats specified in the contract, :n the manner and tilde prescribed; and according e t� ��a d r n pal s� v tris requirements ��i�._e Engineer as d .e:�sn seg forth, ��,� that he/she gall tape a_i payment tie.refir an c rr.ou at based on the :snit prices specified erein be:ow for the various itenns o r worK, e total or'said work as estirn.ated herein being (Insert total) and the f llowing being the unit, ,rices bid, to wit. tBid Iter: Description Unit Quamity Unit Price (hiTotal (in Figures) Figures' #l0 ater Poi utioi Control t s � E 2 jP?'va-a,- 4arm. Wat ter;:vmjor. Prei9ent'tf?r# 3 _7Bn, ,-0raPl Fence E33- f _A cam+ #i 4 emnoranj Fence rType ESA) LS I i 2"stru,t# f: rre iia~ €� 9 7 7raffic Cod "^v' Svstem LS 4 8 Rortab1e Cna A 9 2 9 !Re'. ,cafe Rraas#de Sigl ,one Pos~> c EA # 2 1_ eiocale Roadside Si n 'Two Oost) A :,.Remove Whfte Ther.Top.as:.#c Traffic LF 2390 s E 3 'Rem..-Ove Ove Ye law The i 0 13 !Rer:eve '7herrrcp#ast#c Pave€�er° .Markirlo 266 : 14 iA lust Ma .```.'se to Grade (Case EA 15 lCIeadn- and Gr ing oadEva T xcavla##cf: ; 7636 i f ass 2 Aggre ate Subbase ° TO N 4713 d 4 w ass 2A reRate Base I 2060 — 2;,Aspha°t T reaed. Permeable Base ON� 1636 ; 21 iAsohalt Concrete ",Type A, 304" :max) TON 2297 22 Place Asn .alt Concrete Dike ( "Pte A) t €F 2530 23 ; aadslce €ar��as4tl EA 6 ; 24 ; 25 3 Reir.forced Con.c.,e ee (C; I) LF_ 66 26 Wino, t cIu.re ( -ri ffy Dr? #^age Inlet tc } A 3 t t r, ar..h o i s T ono) rr: ; 7 -`u` � b r s k f^ ( Y a A 1 n E�; ,t�,,A i �028 5 k: l ' 2 V ,1C,. C0,-.04-97 , or ,.cr e t e e E3 1 n6 Curb) LF E 266 � # L 3y�� � f :r--e 1~� tai '�+tr��#, .mss �S�E s✓C3�c'' � �`a� ; a o # �r tic ale"Eve (ai' k v{i#s�� "^ � i ., dv _ . 34 € er~r ) €c laeQeta.! L 62 E EE Traffic S.''€fie (Detail 22) LF €246 , F, as c'bra c Stripe (Detail 27B) LF ! 4847 L-37 :f €� M I s c Traffic Stripe (De a€ 33) LF 56 33 erMo lasts Paveme#^t I7arkiinn SF i 976 # 3 -ra. and Lianti.: # `DOTAL T e statement of prevailing wages appeahng in. the Eiquipment 13;.ental mates and General Prevailing ,,Wage Rates is hereby spec.tr_cally referred to and by this reference is made a part of this contract. it is further expressly agreed by and betweenthe partie� hereto that should t4vre ;e any conflict; between. the terms of{_a_v instrunier. and the bid or proposal of said Contractor, ten this instrument slRali control and nothing, herein shall be considered as an acceptance of said berms of said proposal conflicting here hh. By -my signature hereunder, as Contractor, I ceri.-.1[°y that I am am re of!e provisions of Section 3700 of the Labor Code vaich require every empSoyav,r to be insured against liability for worker's cow pensatioor to undertake ke self insurance in acccrda-ice with the provisions of that code, and I will comply with such provisions riesie ro;ran✓_ng the performance oft'a e work of this contract. The improve hent contemplated in the performance of this contract, is an improvement bt ove: which the Sate of COOK shall exac se general suw,erviS163T`_. The State of C i% , `reff^ nee, shy s have y e r A ' e t tract z. �n mate -oi C.�_ta rnia, at _s sole _��. . : a��iii`i at,if %.id direct control over tl`ils -contract c+d: �7i'erlever �`}� � �~+- .• � *,,; discretions. shall tete<mine that its responsibility to the United States so requires. in casee of a discrepancy between. unprices and totals, the unit price � ai prevall. For i� r�`i sum QS) items, the total shall prevail. It is i:nd stood and agreed ;_hat the quantities of work uncle: each item, are approximate only, mein given for a basis of comparison of proposal, and t?� right_ � reserved to the Agency to increase or decrease the amount of wor k ei der any item as may be required, � � accordance ✓dVi ;,nce wi Yprovisions 2oi : 1ns Set for m t :e �v�ehil:f ati t 'fin _._>� "r 3 �'ct. D_ is firth-er understood and agreed that the rota_ amount of money set Ranh reachitern of work as the total arno nt 'yid dor the prcdect, does not constitute an agreement to pay a :aims sum for elle work un e s s it species ca s states. R �v hereby .paced`, that tundersigned, ,.je - used +� bidder,er �y^� Knish h a� ym.�,r� ent Yy-ro¢,o n amount nt �xq _..,. is tq.�'L✓�� :i�4 LZi Lt1G:W `SnV i4ii0... ii: i 13, 4b� GY: S.cv1, �12L:i� i1.{.1: :�ii GL s fl�._i4eia.. Bond _i_ v.22 L2��VtA- 6 vsi'u d..`i to My percent ofthen total amount of this proposal and a Faitlifii' Performance Bond to be one hi Bred percent of the total amount of this proposal, to the Agency and at no expense to said Agency, executed y ..r, responsible surety w"^iccb,t;te. ie to said Agency in the event;. the, this proposal is4'•.f�`uve• ted by said Agency. g3,, acceptedr p If this proposal ,shall be and the undersigned s ail ^i.i o contract as aforesaid and is give e ie two ootids in he sums to be determined as ,aoiesaidwith surety satisfactory f to the Mate Route 4 Bypass Authority, within seven (7) days, not including Sundays, ager the bidder has received notice Lrc the State Rc-ite 4 Bypass A,;thority that the contract is ready for sign,at lre, the State Route 4 Bypass Authority may, at its option, determine that the bidder :has abandoned the contract, an-d thereof there-upon this proposaland and the acceptanceacceptance shall be tiinii and void and the forfeiture of such security acro npanying this proposal shall operate and the same shall be the property of the Adticy. 3 l PROPOSAL, Th--e contractor agrees, by submission of this proposal, to conform to the requirements of Section 41.00 4 thio ug4i 3 of thePublic Contract Code. The undersigned, as bidder, declares ldlne, he/she has not accepted -any b d fro any subcontractor or supplier through any bid depository, the by-laws, rules or re alations of which prohibit or prevent the contractor korn considering any subcontractor or supplier which is not processed through said bid depository, or which prevent t art; subcontractor or supplier fro ridding o any contractor who does no'- use the ac hies of or accept bids d`vm or through such bid depository. The ilowing is a co: plede _ist of hems to be subcontracted, including the subcontractor s name and -address, as required. if a portion of any item: of work sdone by a subcontractor, the va .e ofthe tor' subcontracted acted will' be based. on the estimated cost o such portion o the contract itch:., ete$�n:.bii�©d frog- inn-rid u"-tio v.-iidted 4 £ + r 4 r `ria , s,�' by � �,corisrac�o.., subject to approval by the engineer. The `dam shall l each subcontractor o ��o the Bidder t 1 o Bidder %� v_ C3°3.q:�r�t'.tC`A" av: °�:pi��e'°."o^us�s C., s�.ebG+^.�tra�t any '£er= C,°f`s3r'�i`5'C, . thereof, excess half ,''f'�."1_ `e percent (.50%) of the a�v°_all id v: $110,000, whichever _s v'` �,�r�i�ii_ u,+_v�i�y,g t!q '6,>iSi¢s..a.(��+�� or3q��y`a�i:y��j �yyr ?` +gr��yL �+ ¢y. e� Practices /�r+ tdy.Y/",+ /�/f`���-w��wpy�`! .+� with (+ cgs greaterin. accordance `9Y2 h he Sublet Ig C15.Ld f�..UU+von.tr acting Fait P radices Act, 4.+".Jx:52_.en-cing YYith Section 4i 000 oft e Publi c Contract Code. I j i 4 Y ICE f i € '•.�< i t t � 3 � • t { � f } i w i t � NONCOLLUSION AFFIDAVIT TO BE EXECUTED BIDDER AND SUBMITTED WITH BID first duly swore:, deposes acid says "Nam"e) at e or see is ffitle, position in Conmany) (Name of Company) r w� ypar€y i�akm the fere_goin ; I `hat the b�yy �sy� �organization, L� ��yy� �r ��� i�yy¢ww�z�s� o� oqqr�� o�ry beqhayb o" any t,�_ di•*s-los�'.��'' P--son, partne.'ship, V6o.mnpany associetiV12 o an zatio of ci'o p..•'or iVi tik t `i.ile 2� 1 2 g �� id21_y, ee�� 5 9 n_w _, , s genu-ine r�-yd y-�. st Z� ve ", that the -idde_r -not "5' rect`y �S,rap ,per �volicita..y other bidder LLStkL �:'Vi collusive V or v�Ce.ii.`., G'� t3Ll�i directly V: •�tb2 hld EL1lL'w'..•6,e: li> 3V11 w/�:.�6t Lit��b_ G.i_Srw's'vr t da .- se of sha b-: , and has no dir otly o indirectly col" dee, conspired Conn.`_ved, or agreed..w- an b--dd,--r oe�}eaipl{"done else to ,",,°ut`•n a sha biA, o i at anyone shall refta1 o i�ridd-ngg that e bidde %has in. ai 2i 1U.nnelr dirheal v dy l c r e ent m • � •1 .,y , �.y1 .r iii�c e�",tiy, sought :,y agreement,_ 6, �t�i�" •.,si''i�t"�i%Lii, �'I"��it,:�F'�i"_.^.fi., �i:.h Zsiiyo`;e ¢v ix tfte b d Nrice of the "bidder o.. any other bidder, o_ to fix overhead, Profit, or cost e emeiit of,-he bid i ce, or t«at ofany order bidder, or 11-0 secure any advantage agra zst the pabllc body award rig the contract of ai=yonz Interested .._the -Pr used contract; that al'; statennei'its contamed M.,he bid are traey and , further that rs e bidderh t directly or ind;redly, submitted his order bid Price .,r any breakdo wn thereof",, o, tg� �� �i� , _i'e� iy 4„`. Y5 3' a �., *�, 7"+ ri {, ry. .tde contents a tai 0, n ge y" a at r F tit' i ° a .c e , i dive w3.<ii1^rs_ c3, i 3i or d- a _relative i e'e"J, 3a'd, arid. wi niot n y, an.y Ade o an( cornoration, artnersi-i , company Assoc t'on, o gaYiization, ;id depository, Car io any member or agent ereof toefffect, ate a colh;,,s- e or share bid. (Signature of idder) State dfCallform a A 'O'MLEDGEEMENT(By lndlvad a� , Paltnership or County of ;s c �rati j The b'Y ., LAW i �divIde.a' and 'bus SLev�S �t_e,„,e £*rs...3id�sl �� `ii"i.� above��� known capacities as stated, personally appeared before ride today and acknowledged that he/she/they executed it and ac3snow edged to rye that the -vaned s=iiN na:ova.; albove exel-'Ited it €r acknowledged to --n-- that c=porat on named above executed it,'pursuant to its�yIaS�7s � a iesC.1, iii�>its board. C" i<��a�?s. Dated.' Si�:}at�.: �. Name (Typed or Printed) (Th--s area or or cla notaria_ sea-11 6 Accornpwnying this proposal is a Proposal Guaranty an the amount of Ton �'!0) Percent of Knount Bid (is ass r,.i 4d..s C,'--.e-,k, CeS e.S._ eV. Check 4i Bidder's ZJV:.' acW wp:.'a,'::Je i The names of A. persons interested in the fboregoing proposal as principals are as follows: president, the bidder or other interested person iss. -a corporation, �ss'�tate p'Iegae.�. name of corporation, also names I o res dent, sLelncv�pe{-ar , L:easuier, GY3:3�.�' manager thereof beof if a copartnership, slate nue�7.'a'�:Sb+ of flirm. if bidder or other interested person is an individual, state first and last name in 01 1. Licensed to do or subcontract all classes of -work involved in the jyject, in, accordance witla. an act providing for t`e registration of contractors, I-k-e ise-No. Class: (Expires J. By my signature on this proposal I cert fv, Yonder pcna ay of penury under the laws of the State of California, teat the foregoing infr a: vn is true and correct. Date. !Signature of Bidder) Business address `ace of residence Date 2•^v I I SAMPLE BID BOND BondNo That we, , as 4iS�ah.i �ya . and pai, d f co°ora ion or anized and existing ender the laws of the State of and authorized to transtransact surety '-�..s� ess i the State of Calif ry � "e';✓g e held and r.r :y boon" Unto act :/• t� SlJl e.if:., � +J Gn: LY �5b Lb L'... 4/..'l3 4. 9 as obligee, in tic sum of Ten Percent (JOYOof the amount of.-.. the bad : oHars avvl�:l --money oftnc United States of Acer ca, 'r the payment of which sur:well and truly to be made. we Q:ir`u e�°Jt,xl-selvles, our heirs, executors, a.dtnd.-'ni.strator,_-, successors and assigns, Jointly and seVera,ly, =firmilY by t ese presents. W -REA: , tie Principal has submitted a bid for 9 r ? v`Name) (Project N mn.be� NOS, FORE, if the € blige-, shall accept th.e bid of the Prf Clidal and 'he P-ric ;al sial: eater _ . "• 'd 0 _good and sufw-enf surety a contract,ws4ltheSi ace r w^: v with such i ° nd i, for the fEtffil. perpr ante of such contract, or in. the event of th® failure ofthe PrInclTaa to enter into such co tract and give such bond, if the Principal shall -ay to the Obligee he difference, net to exceed the obi arty here°:, ed,,vee._ the amount In said %>dG. and mhW 2crn.ouIt for which Obligee may egalzv aContlact`NtJ't i another party tea ��'wifw;��t e`work covered by said r1C'a, ��t �latt�°t' i.?.'4,Ss��t �tri• vXceSS of r �� firr e3` °v° this ✓l at �r shalls t �Jo) il and d, otrvJud'ter r- Czir3� 3F°x, lfos a r ie and e bob . S%GTN D AN-D, S r',ALED, this day of . 20— (SEE ) (SE— " (Princinal "Surety, By: (S: rat dr (Signature) (SEAL AND AC N WLED NNT OF NOTARY) v:\GDa.a\_'es: A \ `ABI &DOC WARRANTY AND REPArR AGREEMENT To State sorts 4 :gyp asp Authoxrity (agency): The un.dersigned agrees to repair and/or replace all improvements installed as part of VASCO ROAD AND CAMINO DIABLO INTERSECTION IMPROVEMENTS PROJECT NO. €662-6584097-0 Should any of the materials or equipment prove defective or should the work as a -whole prove oef6cti.ve, due to faulty workmanship,anship, r-aterial fUrnisheo or methods or installation, of s1houd the work or any part thereof >ai: to operate properly as originally intended and --n accordance with the plans and specifica.tiohs, ,sae to any of the above causes, for a period of .2 months after date on. which the contract vvorsk is accepted by he Agency. The undersigned also agrees to reimburse the f�gency, upon demand, for i., expenses c /4 in, in r e 5^, S to ` /'i :f� i.n��rie�; �-es.o: xg said �;�o�k to :, �, c:,�t.d_r:on von ernp.ate�. in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing Pany other work necessary to make such re lacer et orr p <rs, if such work is pu c $ ed �y the Agency. Alternatively, upon demand :y the Agency, the undersigned W.. erarees to?e ` c e any s •r� "at eria` and to repair said wore cornpletely without cost to the Agency so that said work will function successifi:_y as origi al t contemplated. The Agency shall have the unqualifi-ed option to make any needed replace.-nests or repairs itself or to have such reilacements or repairs done by the undersigned. In the evert the Agency elects to have such work pe.kwrned by W. undersigned, the undersigned agrees that the repairs shall. be made aro suc-h m;xwrials as are necessary shall Lie furnished and installed within a reasonable tlrhe after the receipt o demand Erorn the agency. I th e undersigned shall faill or refise to comply with his obligations oder lois agreement, the agency shall be entitled to all costs and expemes, including attorneys` fees, reasonably inc».ured by reason of the said ail ire or_efusa . The warranty period on the replaced mnaterials or repaired defects shall com entce, for a separate period of 12 months, beginning nirg on the date the repair vacrk is accepted by the Agency. In. no event W the mmmarty period extend beyond gree (3) years froi-ri the date the on-ginal contract work is accepted by the enc All ,t s� f� q� r� Agency. L illl pticom (til +aiquall) cV fonen:.'s shall be guaranteed ateed in, accordance with the l:twlt4.L0L rer's warranty, , which shall start after s ccess_ai completion of the ffincdion test. A._ equipment iffir the S`• bmaster shall he gua ranteed for a pet_od of t .ree years 6mii diff.date the contract work is accepted by the Agency. (Urhpany Name) Ai.t orized .3i . at 3re' (Print Naive) 0:\r3 Datp De-sign\CTS Ei,\i ROPOSA ,\MAIN7.doe 7/30198 9 SAMPLE CCN TACT (State loot:te 4 Bypass Au°.iiority Strndard Form Construction A eemen!) SP C'AL Zh!S. T'aese special Yerms are incomorated below by reference. (See Secs.2,3) Pal,;--s: Public Age.cy ee a Contractor-e iJse col le?e lega`name o CorYrac cr. E:fectve Date: (see Seclian ro star i.z.g dale.) (See Sec.3) Proja�Nacre Prej,No. acated nie work consists of Eli in accordance w 1?tl:e Plans,Drawi.<gs,Special Provisions arc/or Speciikations Prepared .,y ,,r tar he Secretary of tl:e Stcte Route c Bypass Authority and in eccordance Wa t:,. .I.e accepted Bid Pr oacsai (See Sec. -1 Come. etion Tithe: ((DELETE ONE OF THE FOLLOWING STATEMENTS.)) {a) By l;:n wor.ci+ lcecga ( irele the approp—mate word))days cnl starting date. (See Sec.5) Liquidated Damages: S per Gle_idar day. (See Sec.5) Public Agency's Agent: (See Sec.7) Contract Price: $ i,ore or less,in accordance vdi'_ii En;s€,ed ekT t.les of un^t bid _„es. ((DEI ETF T EXT a not I= -,P. (See Sec.$) Fedesai T xpayer's .-or Social Secant y-N,,o. 2. SiGNA URES&ACKNOWLEDGEMENT. Public Agency,By: Na: ce W-SIi Public`3Jorks Director Secrexry oftne State Route 4 Bypass A:atltority Contractor,hereby also ce i`vi~g awareness of and compHance wi i Labor Code Sections 351 -and 37000 concenning Workers' C onipe-nsation Law, By: (Desimla*e 01 iciai capacity in the d�:siness) 3y: (Designate ot"'•`ciai capacity in the b-"sines) Note to contra tont For sorporeio.is, .le co!raet must be signed by two officers. T:,e first sismature trust be thatcft,e cilzirmten o`: tl_e beard, pres:de`;'t or J-ce rreardent;the seccrd signatare must be tliat oftlle Secretary,assistant Secretary,eilief iit2at2ctai offl-cer or assistant treasurer, (CMI Code,Secl.:on<=90 ane Corporations Code,Section 313') The be sighed by a Notary Public. CEESTIF_CATE OF ACKNOWLEDGMENT Sta_e cf Caii >ia ss County of ) C ... date wetter•Below,be:ore me,the undersigned T a=y Pu: p rs ' a3)peared t.':e peso"(s; ' ,e ..� Itot € e. a a y stg?iang� c� for Contractor,n scra€y _own to vie(or proved to me or.:.e basis of satisfar o vidence`to se :e perso_ds whose npme(s`•is/ane subscribed o ?ie w uz n Y° Y ) t sra e+ and acx.owledgec to me that tae/site/t rey et, ,ed same i --,s?:-e:/t..eir zut€icrizad capaci' (les),and fha.by tiis/her/tiieir sign--ares)on the..is:ru-e t...v persont's),or tia.e entity upon behalf of whic_,die perscr:(s)acted,executed cite._str mne:i.. WITNESS try`:land and officiz;sea:. Date... (Notary's Sea:) (Notary P-,;b!4 c) C. ?.WO'RK CONTRACT.CHANGES. (a) By ti.e.. ._g_satures in Section 2,effective o.:the above date,these parties peon nse and agree as set_oriln t:.t`nis co:shad,,iatccrporating by these references 4he materia`,in Sectio:?1,SPECIAL TERMS. (b.) C onlractor31?" at€--s own,ccs,ane eX.perise,arid in.a workmanlike Banner,f5uny and fan::a Lally perform and conmiete the work;and will ErtYsh a;: Eaac"-ter:E:$, i&:3Cr, Sefv:+CeS and transDar'.at:ci:i;eCeSSa"y, CC?tYethtea? and ^rop.,r:n orC'.a`fairly t0 perform the E'L` uI,e:T;u:tS t7i:..i:5 C'J.1:f'ac?, 2€_ s:.:Cry_E1 accordfa ce w° i,the Public Agency's-dans,drawings and spec'teaticrs and iti accordance w :i the accepted bid proposal. (c) Tine work c n be changed only with Public Agency's prior wriiteni ceder speci_ying such change and its cost agreed to by the parties;and'he Pub co Agency shall never .ave to pay rcre than.specified_:Section 7,PAYMENT,withoul such an order. 4. IVF? NOTICE T C PROCEED. Co. rac,or shall star:this work as directed in Ij.,e specif cat:ons or the Notice tc Proceed;and 81,a! co.._piete it as spec....ed in Sem is°-.I,SPECIAL TERMS. 5. LTQUDATED DA!I ACES :fthe Coni ac"or f.is to comtip e`e?f:is contra and t__.s work wi,.ta_:--.e time fixed therefor,atloA,at,ce being rade for conIhIge__cies as;^reviled herein,-ie beco_mes liable to tine P.ab:?c Agency for a1 its Icss and,damage(here`rose;are,because,_Srorn the nature of the case, it is and vi_-be i:r ac:_ ...e and extrerne<y cif d .t to ascend;.,and fix the P.s`ol;c Agency`s a:ua€damage from a:.y delay in perio v;wade..,..dog, il is agree:...at cont'actor'wili pay as .c..sca"ed dalaages to t_- -...,.':c Agency the reasonable sunk specified in Section 1,SPECIAL TERMS,the resu-o`he 7a, .es .aria-able es.leavcr to esti ,ate fair average co rpersa£ics:titer:_"or,for each cdiendar day's delay it crus sag said work;ane,if tlne sarne be not paid, Public Agency inny,in add:....at to its ether remedies,ded-_ct t::e same fronn any t<.o:?ey due o tc become due Col a dolor under this coattrar. ._..a_:Uvlic Agency for any :ase -1.c les or costtributes tc a de"day, s::spe aside of wont or ex:esasion- of ts.�e, its diaration slnall. be added to the,intne allowed for cod_ e'_or,out it shall i of be deemed a waiver nor be::sed to defeat any right of the Agency to damages fol-:;on-ceanp::tion or de€ay hereunder. Pursuant to Government Code Sectict.425,the Contrac<_cr slxall aro^be assessed lic..:idated dEsr.ages for delay in, completion ofthe work, when suck. delay was caused by ll.-.,e.n:.:ne ofthe Public Agency or the owner of r utilily to provide fbr r. :oval or re!ocaiior-of ex:st:n.g ut•.ity facilities. d. WrECRXPED DOCUMENTSt —e r-laths, dravvirgs and spedif catict:s or Special provisions of_he .ublic Agency's call for bids, and. Contractor's accepted bid for*itis wont are hereby inc000ratec,-Arno:t,s contract,are,they a:,,intended to.cooperate,so t`nat atyt h ahg exh: bated-.:t Y,Yhon; . or te specfatios or secrovsions, p , _ bth,tcrdratvrgsa:dt ihehtifo ,i.a true inlei., :c tnneasnistg tl_.:`ecf when taken aii tcgetl_ ,and differences of oDi,ion.concer.as_.g these shall be finally deiertpi::ed by Pahl.c Agency`s Agent specified fill Sect:osa 1,SPECI'AL TERMS. 7. PAYMENT (a` For"_is.strict and_.literalr o`'these promises an6 conditions,and as Ml compensation for al::t:.:s work,t€ae Publ;i Agency s`:ha`:nay I_:e Contractor <ae s°._.spec_`"ed Sec :of. I,S'ECIAi. TERMS,except lila:in un-iprice cos.-racts.hof peyrert s;;all be For finished qupnt_ties at'uni..bid prices. ;'v On o pnout thle-first of each cal-n:ar mo. c_,the Contractor shall be paid for all wont dos. .riaough the 15'?-,of`..e preceding calender s..c..1h,as lieierm-Med 3y ?_ _. Agency, rpi::as 10%thereof p:ars::dnit to Public Contract Code Sec�:i,^,n 5203,but no t`ii defective wont and......,.,r s have been rerhoved,replaced,and<_l ade good. K PAYMEN S WITii (a) The Pi:btic Agency or its Ag nt a:ay wit;°cold arty payrent,or because e:later discovered evidence.. _rfy all or any re e:`code vaymen.to siac"I extent ani period cf_ane o:t1y as:ray be necessary to proleo,u`_.e Public Agency fro_..loss be=se of.. (1) Defect<va work-lot reredied,or unco.~pfetec work,or (2) Claa s fled or reasonable evidence indicating proaab'e fiH;i ,or (3) _n_..:re to oropenv pay subcontractors or for material or tabor,or {41/ -easonab doubt t_.ut ti:e won`` can be co_r_pleted for the ha;ance t ler.::.paid,or (5) Da:rage to a._oilier cci:.ractor,or (c', Dan age to tide Pad"b..c Agency,o`i?er than dam-age due to delays. ( ; --- Pi; lie Age:-cy shz11 use_ ascitable diligence to discover and report to the Contractor,as',lie work ~ogresses,the m teria_s a._d labor w licl:are not satisfac°cry to: so as to avoid-:necessary: the� :: .. l' -work or parts. - ro::ble oz ccs?tc :c:: ac4o- :making good any of c:=_,se ^} 35 ca:endar da s aider the Pia ..., Agency files its notice of ccm etion cf. e entire work, is d .stir y y ge pl it s::aii s:'. ace. _dais to`.he Contractor Ric pd the haiance oft:_.,contract price afvr de uct ing a€1 ass:c,nts vi:*mheld under this o ate.c4, provided the costtracwr shows that ail c,ahns for labor Rate z;a.erais :,ave beeat p ili,no c finis l:dve beer presented,o the Public Agency based cr aes o: c:hissiors of the Contzactor,and no:.ails or wil-.1hold notices have been si gaipst the work or s;te, ,. provided-.:ere are rc,reasonable irdicatio:.s or defecc,ive or rn;ss:ng work or,or late-recorded ndci;es of:dens o.. ciai::ss agaiihst Cosa_rab or. 9. iNSJRA.NCE 11,_°scr Code Secs. '860-4,11 Or signing this contract,Contractor snnust give Public Agency (i) _cerli cafe of Consent to self_ insute 3ss;:ec by the %red are _ c.s_. .Reiatioat o: (2) a cervi scale cf Wo::cers'Compensation ms5urance issued ny E-i admitted insurer,or (3) an exact copy ofd plicate ti e:eof des; ee by tl.e�ircv or cr tize i:.sharer. Car:roc o is aware of ass; cc:.aplies wi.l.Labor Code Section 3700 and the Workers' Cornpeiisei ioas Law. 10. BONDS. O::sign;s g ths contract Contractor s..d..ce.iver to Public Agency for approval good a.d sn:f c erit'•bonds with s.._.,tias,in..miio,...t(s) spec led :n :e spec.'cations o: special pravisscns, guaraaateehag his faifin ai periar:tlaftoe of"his contract, and his rayl ei. or all ;Roo_ and _na+r;als iaeretv.der. i£ FAILURE TO PER.CRMi it..d Contra or at any tirce a efases or reg.eeis, wit._o_.t fain.of tile Prbiic Agency or its agent(sl,to supply sufT.cien.__Slatertats or Workmen,to cor•:p-ete fliis a_geernenl and Work as provided hefeii,,for a;period ofl()days o:..more afler vr'itter eticS t1he eo::by the t..b_...Ageslcy, _,e Pi:bHc Agency may f.:rnisi.sar:e arc deduct'he:easo:.able expenses tl.erecffrom ills cor_traci price. 12. LAWS A ?;✓Y. Genera>. Both par'is.es recognize he app:tca'�i:fly of various_e�e_a,stare and acca:`laws a:tw re�"latiors, spec:z ii;, ..a�fe:of Pate 7 c=:.F. California:..aaoor Code(deg- f ing wits,.Sectio 1720,and including Sections 1735, 1,777.5,and 1777.6 forbidding disc -r...at,os;and intend'. at_..is ag eel tent oo: plies iii ;ew_.r. ':`fie paries specifically stip:.:a.e t£taf the re;evart pcnahies aid forfeiture s provided In tste Labor Code,especially i.. Sectiutzs 1775 a.=.td 1813,ccssce:tlirg prevai=1,::g wages arld bcr.:rs,sl`ia13 apply to t..is agreexert as tltcng.,�.<`.y srip::ia,ed l�ersir#. 13. S:.iBCONMACTORv Public Contract Code Sect-_:rns 4'00-4114 are incorccraed he_re_;, 1,4. WAGE RATS. (a) Pursuant to'labor Code section, 1773,t',e Director of tae Dena t__rea oa.ndueu—'ai Relaf:a,s has ascertaic.ed t,:e general revail-lg.alms o`wages:ser diem,and f,.r holiday and cveriin e\vork,ill?the locality it whic.,ibis work is to be pericrr#.ed,for each cra:1,alassif<cai cit,o: type,of workln In needed to exert to u:tis contract,and said rates are as specified in the call For"bads for tft:s work and are on file w_°l.the Pubis Agency,aid are'ne-reby he`e:F1,. _ (b) This schedule of wages is cased or,a working day of S£tours t...iess cr..erwise spec:.ed;and tete daily rate.s...e hourly rate:nultiolied by the :.zn.be. cf l:ou°rs cons,:,t_.g tite working day. Whet:less:?tori.itaf number of hours _-e worked,the daily wage rale is rcpu:`so^afe.y redcoed.bur t`le ito:d.y rate r e"nains as stated. (c) —sle Coittraciur aid a`.l..ss suboontraotc s._.tris`Nay at least these rates ro alt rersens or__tis vvo,k __..t„ding z,_ _ravel, S'abs.s`ence,vnd_`tinge bene-fir pay _e._ts provided for by applicable collective barga.--_,g agreemen`& Ali s-•u..ed labor not listed above must be paid at leas'r..e wage scale es:r:.sited by colleotive bargairling agreement for s...._laborfill file locality wiere st cb wo k is se.ng pe=for•bed. _?is recon: s to cessay for rile Coaatae cr or any subcontractor to e..mloy any rentor _, a di`a`l, classifacetidxl or type of work(cxcepi ex.,.cative, s,,)e-viscry,admi..;stre.ive, cclenical o:other:-utas . m�.>.ua,worters as such),fc~vd.t.ct 1,.o rr tts......r_wage rate fit Specified,fl:d;Contractor s`.^.a`..r.:::ec?ia?e:y_.o..ry...e 5:t <o�tc Agency wrzc?,s�Saill apply from employnlern o`...e rex-son affec'ed x-.-,d dizing e conn;.nuarce ofsucl.emnloysnent. 1:O<;RS:?P LABOR. 1,g!,-hours of labor.-_one calendar day constitutes a -gal day's work,and no works aa,employed a.any tinle on iris work y .e Contractor cr oy any subcontractor sl,il;cd.e tui;ed or pe.n iiEed:c we--k longer titereo:-1 except as provided'.tb . ..ode Sect iOns.8 1 b-1815. 5. aPPRRN—CES. Properly indentured arjprerltices_ aybe employed:o,.this:vark lF1 accordance with Labor Code Sections 1777.5 and '_777.5, forbidding diso__ini anion. 17. ESITRB TO PROMOTE ECONOMY CF CONTRA COSTA. The P_.,tic Agency desires to pro>.note tits a:d:;series and eco?tcnly ofContra Costa ccu.:y,and the Co.t.,actor'he efore is encouraged is use the prcduets,world en,laborers and mechanics cfldi.is County it every case'Mhe•re t's,e price, test aa.d(:Uz!i`.y are eC a1,. ASKGNMENT g;.eeEk?S?t harts ._ its__ ,5u e55Cr5,as agn5, _ 'ep}''es82, ve5., E•e .'r.iltiaGiC?';7iit die CaY3nC.a55fi�is:°fit wi.C.e C:a.. Part,±tot any mon es due or to beco>ne dt,.;.aider 1,y witllo i,,,m:or w.itler consent o_`the Public Agency and the Coniraclo-'s s arety or sureties,U--less mey have waived notice of assignment. 9. NO WAWER BY PI,B,1,C AGENCY nspec,;c:o`ti,e work and!cr materials,or approval of worst and/or materials s..spected,or ete-_eaneni cy any o`:ice,age_c or ern'oyee o t1.e Public Agency'indicating tae work or any part t..drdof complies with 1-he ,.erne its of payments r'•tcrefar,or any . cc. L._.a ion, c_`°`2ese acts, slta`_: ..o_-01ieve til--Co±.racto;of his obligation to _`... .l._s contract as prescribed;nor iiia::the ; htic Agency be thereby n g 'g arty action.dor damages un,e :once _e_..�..s.,g_-o..,.lie f i.ure to co t. 1,y wifl+Kny .,' tit t s and cc u e s e e^` ., •.0 eC. c6._:3..._1, ... .. ... .. ... .. .: 211- 14OL-HARIV ESS AND 1NDEMNITY. (a) Contractor prom;ses to aetd sal:old` aniess and indemnify the:iabil=ties as def-ined in this sed:s`c.-. (c Tie.;dernn. ees be-nefted a..d p=otacted by tlxis_s`cr.-ise are the Public Agency and its..ecfive a.:d appointive bonds, cornmissions,officers, agents and employees. (c) The _a.,._`ies Protected against are any lirci.i`y c< c:airr for damage of any kind allegedly au`f red,incurred or t%t~eatened because of actions dela.ed below,incl::ass g but not trailed to personal i_ury, deer,propetty damage,!Fes-ass,nuisance, inverse cone,ernnation,pate..:iatfringeme.n,or any co, o atic:t of;l.e5e,regardless of whet ter or riot such, i;xb.aity, claim or da:ttage was u.flforeseeable e,any ti.,c before rbe Public Agency approved t e ire-.r.od .__enT ^taus or as cornp eted,and anclud:sig he defense of any su:`(s`,or actions)at law or edfaity co;td.,.:_ tg these. (d) Tile actions causing.Yc;..t ty are any Poi or o11--is5ron(negligees or..C.,negligent)in conneCi:on v:th fhe rnatlers Covered by u3Ss comrade and a__rib'u able ID'Za Col'traclor,subcontract07(S),OF any ofri.;e:`(sj,age:P'(s)or cz ployee(s)of ole or more of tl'e}.i. (e), Nor<Cond.lions: Me mennse and agreelt?.._._;.n rt;.as section is not corlditio led or dependent on w..eri.er or not any indemnitee has narod supplied,or approved any plas:(s),drawn;g(s„speci:fcation(s`,or special provisson(s;in connection with?...s world,has insurance or o..,er i demrifca,_oh cove ng any cfttdlese-. ,slit .`.fiat ^e al'eged da tags: ted an,ty frci t try tteg.ig : e:tx..l`....tisco.i w o`a.y'd.tde:ata:itee. 2*. EXCAVATION. Contractor si.a`_- orrd:y wil he Prowsions of Labor Code Sectio: 6705, 'f app icalsie, by s:wni:ting to?:ablic Agency deolod p=an.showing be desig o:saoring,bracing,sloping,or Other provisions to be niatee for worker preee`.en Beni i"_e hazwd of caving ground during "rer_c< eYcavaiict., 22. RECORD 7 EN'T?CN. Me% for records delivered to Me Agency, COMM ski retain, for a ?ericd of a, ieaet five years after cola.ctcr`s ec :pt of he final P"Men Under this contract, all recc s prepered--_the perforx.ance of:iris cor`wac' or otherwise per°,ai:ti.sg to the we x, a schidY.g wit^otit lis:i. trdi..g,financial and,,ayron records. Upon recic�es, .}-Public Age+',cy,ConLract or sbea :hake stick records available aab:ic Agency,orto nnthoi ized: ,res.,teives of ti.-state ai_d federal govern::,,::,s,at no adddorcl charge and wit`stczt restriction or-s,..tats_on oil.heir ase. 23. CJN:sLICT'VTT Rim a;k Mer expressly agreed by and between> e par*ics hereto"i2a,shou"d there be ally conflict between t:.-Ems ci this co trart aild the Md or prapcsal of said Contractor,then tial contract AMM.01 M m00%and nothing i�erein S'all b-Considered as an tecepwice of sa-d terrns of said proposal cc-riot.g lea ewits. 21 US C FMA'£E PROPERTY Coi__racto s:ia'=tho,Ws-priva"-prop-r y for a iy Yur cse<I Comecon on wit.t:e vvcrk absen,a prior,writ"- agree-nnent witl_tine affec,ed p-operty ewnegs). allse Sections 25 c&26 orgy on CALTRA 0rS-supe-rv4We3 prcyects.)) 25. CONTROL BY STATconte>rvlateed in the :e-fornnance of his Contract is an i..p.o aped over which ve State of Cal.fO AZ she! exercise gener2: S-:Ipervisi=. .i:e State Of C&LIO`M,therefore, SAH `save the right to P..SS'L-nee fi,_1 and direct con? Oi Over this Contract whenever t o Soda cf i ell. a,in its sole discretion,50 deter.nia.e that its States w=W so require=5 aclori. 2b. RENTNL AND 'WAGE RATES. 7`,e statement of prevailing wages appea ing I he Egaipinent Renta Rates and Genera', Prevailing Wage Ra"es is Isere--y specifically-efe;�-ed to and.by this reference is.sad-a pat oftiiis cca,ract. \t: YCRM APPROVEDby Cour;y'Counsel. {CC-,;Rev.3-95) ,,:\GrpDa'a1;?esign\CTSPEC\ROPCS 3ilSasrcc::°u.doe 9M 13 SA'T'VIPLE PERFORMANCE BOND -- PUBLIC WORK Bond No. Ary clai.rn rider-this Bond should be sent to the foi`owing address: NW ALL BY `1-1 E SE P ESENTS: That we, as Principal, a d a corporation organized and -existing -under the laws of the State of and authorized to transact surety business it the State of(VaTbrnia, as Surety, areheld and firmly bound unto , as Obligee, n. the surra of Do "ars ($ ) lawrua money of the United Stages of America, for the . ay e__{_ of which surn well and truly to be :nage, we bind ourselves, our heirs, executors ad in;st-ators, successors and assigns,jointly and severally, firmly by these presents. TI-HE CONDITION of the above obligation. is such that, w1hereas the Principal" Inas entered into a contract dared , with the Obligee to do andper-form the following work, tow wit. as is:more specifica'by set wort in the contract documents, reference to which is hereby:nage. NOW =-E E `O E, if the Principal spall well and truly perforrra all the re a irements of said contract docurner is required to be "tiae+S homed on As part, at the tires and in the 1m'. bride: specified therein, then this obdi gat on shat" be null', and void, otherwise it shay_ remain, in foal force and effect. PROVD. ED, that any alterations is the work to be done or the materials to be furnished, or changes in he 'd °e of completion, which may be m ade ursuan'd to the terms of said contract documents, shall riot in any sway release the Pa.ric_pa.i or the Surety thereunder, :nor shall any extensions of m_iio granted ui<oes the provisions of said rco:tract dock.mer is release either the Principal or tee Surety, and notice of such alterations or extension..s of time is hereby waived by the Surety. PR,"JIBED, that ifany action is corp^, eked or, the bond by the Obligee, in addition o to the sera specified above, the Principal and the Surety, f>,eir heirs, executors, rani—n svrators, successors and assigns, jointly and severally, shall be obligated to pay to theOblige,- all costs, attorney's fees and other litigation expenses incurred by Lhe Obligee in. collecting monies due under the terms of this bond. S (jEMD SEALED, this day of (SEAL) (SEAL) (Principal) (Surety) 11y: (Signati.re) (Signature, (SE �� AG't F EDGTvEN TA OF Ns�m�Irl ropcsa—'vLnrr�kn:d.do 4 SAMPLE PAYMENT BOININD A- PUBLIC WOR Civ. CodSecs. 3247 a 3248' i 13ond INK.. Pref=u Any claim,;ender this Boyd should be sent to the following address: NOIN ALL BY TIME-SE PRES E v7 : That we, , as Principal, and a corporation organized and. existing under the f-aws oft the tate o and tathor.zed to transact surety business in-he .Bute of California, as Surety, a e^eld and firmly bound unto as b gee in, the surn of Dollars lawf;:l money of the United States is Arn.-erica, r'i:the payment ofwhich sum well- and truly to be :made, we bind ourselves, our Heirs, executors, ad: inistrators, successors and assigns, 4ontly an severally, firrnly by dress presents. TIDE C V l:TIO o of the above obligation is such tl^a; mb ereas the Principal has entered into a cora-r ,t ry �i/^y( with the Obligee y� n, p^�/�, perform y5 ryry/� �} �y yam; ♦��?^5 �y 4 6 a� ed A Y+Ji.th F.1 e �ligee to `do 'evn perf.:Sm the 1ol1l IY ing vYor-k, to-wit: as e s c ca 1 , set f r _ t c tract c e t s, r�fer� �t�which is hereby made. 'O THE EFORIE, ifthe Principal or a si:bc ntractor falls t ay any oft e erso�� �a id j pct o 3181 oft e Civic Code, or a aunts due under the Unempmyn. nt Insurance Code with respect to ark or labor perfornned under the contract, or for any amounts required ;.o eed cted, withheld an paid p Iv over o the Enna v ent Development Department bice the wages of e°� ioyeees of the Principal' aai cipa_ and. sbcon _ac o s pursuant to Section 111113020 v Jhe � e atw en, his ra?ce `ode, with respect to suchF work and labor, the S,-.r ty will pay for the same, in an amount not exceeding the suzn specified in this anal, and also, in. case suit is b:culi, upon this bond, a reasonably attorney's Lee to be fixed by the v 4 couN 1 This bond srtn#i ensure 4V the bene -of GLJ of tse'a✓ persons r-4.-:Lviin S y L`L -3 318' 1J 1 of the Civic Code s'w�/ as to give a right of w1ion to skin persons or their assigns in any edit ✓ ought-upon this 'bona:. S �i-E' AND SEALED, this day o r (SEAQ \SEA3.., (Principal) (Sway) By: (Signature) (Sig a u e) `SE A,- AN-D. ACK- ¢Mr3...rED 6..f 1N..iEN-TT OF,,-;,O ARY) I\pa3ybond.doc 15 STATE ROUTE BYPASS AUTHORITY NOTICE TO CON,rRACTORS AN SPECIAL PROVISIONS FOR VASCO ROAD AND CAMINO DIABLO INTERSECTION ' IMPROVEMENTS PROJECT : 0662-6R409'1-03 ABYPASS A UTIV0,1717Y 1 C � JS-7W""I' SCANT IDARD, SPECIFICATIONTS A�� STA\TD'APU-� P�ANNDATED ji.,L�?, 1999 0� TSE �...AL_FO`?�NIA DEPAITME T OF P.A! P A ANND GEI E A: PRIE:VAILINNG WAGE RATES ANTI) AQP LIC"ABL ._BOR SURCHARGE ANDD DliIP E?''T RENT-All SATES, AS ONT FILE VTz_ ,. E SECRETARY OF THE STAB Pe UTE 4 B_PASS . Al € R1TS'. I D 0PEN G AT-__: S epee ":3cr 4, 2003 FOR PRE-B. ID C0XT l'A CT. Monisli Sen (9,25) 313-2187 N222(.vvv� Yyrypyy �f�p rgry, `a� l �rvy,f^� VLNEER' P mi.�FiL:.mv= y.%.CyiT6,5F.i tJ 11 w OR PLANT HOLDER'S IST CA.', (925) 3.3-2000 Visir the Desi 2r: D-11 vi si or-, at _.:e Pu-sic Works website fog.othea sad,vertised andevelc n-g p-ro eets nrf, THIS SHEET IS FOR INFORMATION PURPOSES ONLY AND SHALL NOT BE CONSIDERED A PART OF THIS CONTRACT SPECIAL NOTICE I Bid,ders sho-,_-.':d notetheThursday bid o;„emng date of Sep+eznber 4, 2003. SPECIAL NOTICE 2 The Bidder shall submit applicable list of subcontractors with the bid proposal. 1.7ail.re to submit t_.is ,_..nfb=ation- with the bid -PrO-oosal may result, ectonofthebid. SPECIAL NOTICE 3 A pre-bid meeting is scheduled for this project on the date given in the Notice to Contractors. Discussions wil”. cover-r;sect const-uction overview and bidders -_,�estio-ns. SPECIAL NOTICE 4 1'+v t 'n - i-aks, brea'ks, or emergencies, the follow-Ing nu-, shou`d' - ca'led cases o;. ut-11" 1, 0- Jtility Phone N=ber EBMIJ-D, (1 5 11 0) 8.35-3 D- G&E 'Gas) (800) 743-5000 11G&E (Electric) (800) 743-5000 S PIPLPI PEELINES (208) 555-66,66 TTI DCA1, 55507777 U-nimir., (Water) 25) 634-3575 SBC 611 SPECIAL NOTICE 5 hi tlie case vih-_�e a 'bidder claims an- --nadvertenA -11.orl in listing slal0comractors, a notice of the claii.m. 'tt-cl 't; , Within two (2' working days after the .y c, offlhe_ bid-1 openin_g nms+ 0- submi - to the EnRinee_ in, Wn, mg a:,.--.d copies ofthe notice=st b;e se-Tif to tle subcontract-ors involved. SPECIAL NOTICE 6 ion is dfirec�-_' ie the Sate and -ederal laws concerning firaud, ic birEder's atten bribe:y, c-olluslo-n. , c onsp,_ cy3 and i aking faa-Ise stateme-nts connectiOn. witlh 'bidding apron, award of, or, performance off, a,.,iy nublic works contfac-. : -n - I' Transportation, Office of InspectoIr �Gene_-_ral, has established' file fol;o`e U S. Den artment o� 'J'fiine to fenort V.0L.o ia�. ns. Ca. fornia tali Outside CaHlrba eel 14004244071 Confideritiall'ity may be maintained a.-.d callersnnay rtmain ano.,,aynnous. SPECIAL NOTICE 7 The bidder's attention is directed io Section 2-1.01A of these Special Provisions regard-i-ng the reqVrernent of a NVARAQUATY AND REPAIR AGREMEN 7 f5b ,r the e.nt-ire project. ................. PROJECT NO. 0662-6R4097-03 � yy S.e cc v i contained Y:.e'reir. '.�• -'rep e "by r rf « the dir f'4' fva£o CIN71L FSS/ �< €€ \ ? _ tee; z 75oe— � Orr TRAFFIC SIGNALS, SIGNING AND STRIPING 0 STEPHEN r 50961 I r / � CIVIL CTABLE OF CONTENTS VI.CTIN-1-TY AND Cl 0 NIT S Tl,R U IL-1 0 N Sl G NNJI Ni G M A P TYICPAL SECTIONS .0— N 0'1"[C E TC CO'll',7;.R A C T 0 R S SPEP C I AL PROWISICSN S SECTION I. SPECIFICATIONS AND PLANS.............................. SECTION 21, PROPOSAL REQUIREMENTS AND CONDITIONS ................<e>,.....,............<.,<2 2-1.01 GEN ER-ekL..........----...... ......... ......--......... ........ 2 2-1.01A WARRAN77Y AN-l-') REPAIR AGREEMENT................................................................. SECTION 3-1.00 EXECUTION OF CONTRACT...................... ...... 3-1.01 AWARI), O-F CON'TRAC T. ............ ...... ........... 3-1.02 BON-DS.-........... ...---...... ......--........ ........ 3 3m 1, .03 1,L\T S U R A-SCE AND D -TN,, -'DEQ/,- "rL F--1:C,A T il 0 NIT ...... .......... ........ ......... 3-1. A Su IR AN C 17 RHQ`""REMEIN-TS ......... ............ ......—.3 ARI AND INDEMN T (CONTRAC 3a 004 En X E'C U--I ONN OF AGREEMELT � j *"",*",""""*""*11,111,111,11*111,11*...... 6 SECTION 4. BEGINNING OF WORK AND TIME OF COMPLETION.................... 7 7 4-_,002 P RE-C 0 N S T RU C T 1 0 N C 0 N'F E RE'-N, C E ........—...... ............ 7 03 ARrHA-::,'O'r OGICAL DISCOVERIES AND/OR HISTORIK'AL -XSCOVERMS .............. 8 SECTION 5. GENERAL. ...... ................ 9 SECTION 5-1, TMISCELLANNEOU-S .....—...... ...... ........ ........ ....... 9 TSCRIN `INA ON.. ........ ..... ........ 9 5-1.01 LABOR NOND- T PUBL1C SA7,=..—..... OT T R - 51;M L.03"DAY ECORD S ...... ...... ............ ......... —k J ........... 0 4 SU RF A CE IV---ll'NIT ING AND RE-CIAVIATION A"-"" 5-1;.05 PROGRESS SCI-11—h-DUILE.... ...... ........---........ ...... ........ 5-1.06 TINCIREPASEES AND DECREASES ITN QUANTITIES.... 561.007 SCOPE OF PAYMENT "............ ....... ....... ............. ........... EGAL HOLIED'AYS............... .................. ...... ...................... 5-1.07 AREAS FOR %CONTRACT ORS USE.........—...... 12 5-_,10 'P A V M ENT S. ...... ..................... ...... ......... 12 J.3 5 1 C'L AIMS BY CONTRAC-T. OR ...... ...... ............. ....... 5-1,12 —INT ERPREJ'ATION OF, CONT- .ACT DOCUME--,N-'TS... 13 SUBCONTRACT-1-INTG...--........ ....... ...... 5 5-1.14 ROMP T PRO ESS PAYMENT TO SU'B- CONTRAC"i-ORS ....................................... P A 5,1.'5 T 770 S-T R 0 M J]"'I' Y-Vl E N'T 0 F Wl I---'H E D U S ;� 'UBCONNTIR-ACTORS 5-1.16 ("ONTI—ROL OF WOIUK... ......... .......... sL T 5..1._7 AARP L j"TON CONTROT 16 5-J.I 8 'IDROJECT APPEAR- ATCE..... I............ ...... 1.4 5-1.19 ACCEPTANCE OF CONIPP—A r'T 17 ............... ...... ...... SECTION 6. ADDITIONAL INSUREDS, WORKING DAYS, AND LIQUIDATED DAMAGES ...... ....... 17 ADDITIONAL TlNSU.,ReEl_)s.... ...... ...... _7 TC 1"AN'S...... ...... ......... I V2 WORKINI i _z_j ............ i-03 LilQjl_l_' Lj SECTION 7. (BLANK)..,. ........ SECTION 8. -MATERIALS...... is SECTION 8-i. IMISCELLANEO U-S.,... ...... ..... is T T 8-I,nu I SUBS T".IT.T'l-T ON OF NON—MET RI C Mpg' A"S AND DRODU'%'_-'TS 8-_.v2 PREQUAL;T7_T'r_-,-, AND ""ESTE:; SIGNING AND DELINEATION MATE .... 26 9-..033 'FE S TIN G ........ ...... 8-1-04 8-1.05; ME7'.FRl;;C CONVERSIONS ..... ........... SECTION 9, DESCRIPTION OF WORK.__...... ...... SECTION 10, CONSTRUCTION DETAILS_...... SECTION 10-1 GENERAL ..... ORDER 0-, WORK.. ........ ....... .......... ....... 71 -POT (-)N CONTROI 1 m WA j ER I !_i� �_....... I0-`.0? TEEIMP, 0 R A IR Y S 1 L T_1 T E NIT L"-- ...... 0- .04 TE M P 0 R AR, Y FENCE (T Y p E ESA;... ...... .................... 48 _0-_,05 P 1111RES E RVAI'l ON OFF PROPERTY ...... ...... s'n 0-•..06 OBS'll`RlJCT_TONS................ ...... ............ .......... ... so .......... ....... I=A i- N V7 MOB .... 1 -8 CONSTRICTCTIONT AREA TRAFFIC CONTROL i--;"---V-:CES .......................... ..<. ...... T A A 10 N RE S'GNJ S. ........ ........ U 1.09 CONIS77RD-1. i — 1 i n n " TAS-FIC LTAIN�Nl - _____..._..... 52 i U I v MAIN k2 ...................... 2 CLlEi_ARINC AND 0 BMING .... ................. ........... 6u 0-1,13, EAR'_"7__HlWOR:K .......... ........ ...... ...... 61: _0-`..1 EROSION CONTROL (TYPE D' 61 1:0-J. AGGIR EGATE SUBBASE 0-; .'6 AGGREGA]FE BASE___.... .......... ....... ........ 0-I.1;-7 TREATED PE RIVI -11 ElE A B I—E BASE ......... '54 v-:.,.8 A S M AL"' C ONC liZE TE ...... ........... u-'.,9 ROADS'D. E SIGNS n_' --'*— 10 i.20 Dl,,AJN...... ...... .......... 2' P l PIPE......... ....... ....... E :U-1.22MINOR CONCRE E STRUCCIFURES ............................................................................. 67 E ........... .23 PT ASTIC DIPE ... 68 ,24 MlSr�T�T 01 1 �_�_�ANTEOUS CONCRETE fCON"S'I'l—RUCTION....... 68 u 1 T 10-1 � -I 1p r,9 -.25 Tv H BW AND —Y?E ',YVM FENCE ...... ...... 1Q-_.265 M A R IK_E R S AND D D 1-11 N E,A'170 R S,.......... ........ ........ ... 6-9 '0-_1..27 RA-TIHERTMOIPLAS-i-71-- T. WF_ C 1C Sll-RIPEE AND PAVEME—EN-11- 1-14ARKINT , 710 .................... MMARKERS...... ........ ...... ...... T.; Z8 PAV� SECTION 10-2. SIGNALS AND LIGHTING 70 _Jr2.rU I E Q UP ENT LIST AND D RA W--,,-N'-S ....... 7 _0-2.02 S C H El-)U'L INT G 0P 'VV 0 RK ........ ........ ........ 7a 0-103 0-111RDER OF WORK.....-........ 7i :%j 04FOUNT ...... ........ 7i T "INT S, STF,-E-1 PEDESTASA I—tNTID POSTS —..... 71 J 05 S I'A DAR 10-2.06 (-�ONDUIT........—........ .......... ...... ......... ...... /2 10-2.07 P1 LLB OX E,S .......... ...... ..... ........... 72 0-2.08 CO-NDUCTORS A3,4D WIRNEG--...... ...... ...... 72 0-109 SERV-1 CE...... ......... .......... ....... 73 in - - '0 `-ES7'lNG--.... ...... 73 :0 1 ....... ...... .... 73 Molo--L, 7J TP. SS 3I T U-2-1.2 Sr GNTAL FACES AIND S--G\i'A;_ HEA;'_-)S ....... ...... ........ 73 DIODE (I ED� SIG'-.N"AL Vrl'T 7 T7 rl _V 10-2�11 ING 1.0-2.14 PEDES'lR-iANi' PUSHBUTTONNS.... ................ 8! i'�;-2. 5 DETECTORS ...... ...... ............ ...... .......... 81 0- 6 P 1-1 O'lp 0 E LEE C-L"R I C C 0 N"IF R 0 L S ....... ...... ...... 0 2.17 WARRANTY AGREEMMENT ...... ....... _M 1T ""SEMERGE CY -VE1117CLEPIREE PTONNEQUIPMENT-................. —N 0-i 0-2,19 RE.M0WNC-AND SA` VG EXIST;—NL-G EQUIPMENT : 0-2.20 PAYMEN I ...... ....... ........ ...... ...... ........ 82 �f i MI i j. c j co i f ti d � in iht voaco Rocd U00atien. Pime ROADWAY SECMNS R/W Urm Vasco road Sho >der Qr `-D,501`AC Type A SIT to 500, 025'A7PE 0M AS CL 2 E: .'",it'd fosn ETW { 0.50' CL 2 jVasoo Roos Mat Pvmt Mach Sectio, fro Baa ch ver$ dy 2=i i Ust i with ex e$ ATPR) rosy 0.9ABa 2 rr,& f/ V, I Sea be . :pry e " des lfora$e _ d of 'PK - ;1�� KlJ en �fr�SCO ROAD stat"on 55002 'o 556�.84 R/W Ling cif w x S&O, to 70.0' x E se a But EP � ,yP 'w ETA var Y h aver I €ac, ExW ������n$ Match tx°ssmtwomm ee�f.a E m orcer i , d, `4ca° '" x— €'.� v✓ Cana ,£^isd "V" 9f� a.S,zoq<s >a for �hn*ftg for €: € a noa Me ��e ?sea '° �er4ora s e _vPi0AL SECT! for #�mta Don S VASCO ROAD Swum 540391 to 5474Is S$ct€.on 540+39 to 54S+30 up R/w €-irse P. vor 65.0to 126°01 Y 3'P ETW E TW Qlr ez EQt Be^t.'on ;rose 24 or Ncwd - SudFCu$ to a naa$ # e ::yp3 for n'tv P�rfgra$ed Ed-. _,`vPCAL S_C0 N VCO ROA Station 534.45 to 540+39 „Cl: vor Une R/W HP E w New Er T W Match st llUroaB 2,.1 nZat or flatter- sawcutto S E�C T CN ew"NO DIAZ-!0 Station 46+80t ec 47^252 Structwrcsact',on.s bcm,, an sact�lcms used h tile Vasco Ro*d R--iOCCA�On P-:0-na RPIX 0.45,A.0 Type A 0751 m CL 2 r, 105-AS CL Ntw ETW ao -uk Pvs-It Ellis, Cros's Soction SIO”. P.Bct iil;q 7 YPII� ,ALS!�:CT.10.\!, 1 . ,� , Cki:NC DiASLO szctlor. " 01 to 46+60 HP Ey�ai EP EP New ETW a' V Var V.Utc� 3"Xia", f OFOSS $;Ope or 21, iattz a na.-t pavernant section- ,YP;"'Al .,SEr'T'ON CAMNIC D!ABLO S�Mtcn 4100 to 42-77 VASC ��T ROAD AND CA0 DDIABLO i T'P SECTIO `D/IPSO VE NTS Prosect N mer: 06-62-6R4097-03 State Route 4 Bypass Authority c/o Contra cesta County Public` %airs Department 255 Glacier Drive, Martinez, California 94553-4897 NOTICE TO CO T f°ACTORS T�eSe4lreteuof" ;hStateRoute Bypass Au`hortyJ'.fi receive S-aled bids a, the '.Pub Ic Wonks Lai "r<e:t, Ju/ . c3arbdarg, 255 r3irvv4d VLg � �f:1�dLy bilSit 94153g817g L: LV,cltw1 ,yi1_ - . 9 on S='tember 4, 2003, at whic^f tir e t=aey will 'Oe :ubliely opened �.�nd read, ,r: VASCC ROAD AND CAMI] —DA-13LO T.�_IRSECT1ON IPPR °VE,MENTS PROJECT. usC�eG: uC3"3SiS S ° ae✓Ci ?eIa Inde. . ig, las 1Si�e of drainage facilities, construction of tre.f .c islands and installation of traffic signals. ,,g .� trie er's cost estimate: wi,142,0U0 A are-bid :a_eet: g will he'd on, Monday, August 25, 2001 at a0:00 t the P epatn ie t B ildi ig. attendance is recormnerided but snot mandatory. Co:,.-act Doc m_e-_ s, °i:cl oir-g pans and specifications, may be viewed and/or obtained at the Public , oAks Den&-tment, C.C. Rich " pini 255 Glacier give, Martinez, California 94553-4897, Monday m Th-L2rsday (7:00 a.rri. e 12 Noon and 1:00 - .Ml. W 5:00 p.rn.) (closed idays). To o tam plans and s{oecificatlo as a service charge is required tri the aria s t OF X8,97 (saes tax incl riled Plans and spec€fic tions _5j_ e ordered by mail for an_additional shipping and dandling fee of$5.00. Checks seali be ma-de na yao_e �o State route 4 Bypass Author" at:l ve ma- _.. the my:a ove address. e State o7 to 4y:�ass A z thorny does r of guanantee the arrivall of the Mans and specifications in time for bidding. P";aiis an.d med-trcat--nswill not be sent o Yemi ;.g.--t ail. iryryisi;rosect is being adVvis4d pursuant to 1ubt-1Contract oAld da ✓ode 2207.. -ns cont-race- is s ,oi:ect to state contract no ldiscl-i amination and com,phancee regl:_re eats pursuant t^, Govem_ exit Code, Section: 12.990". "flee Contractor shall ossess a Class A or Class C`12 F.,icerfse at-e time the Co t- act is awarded, r r-<n. el a� ti <rvr y.rant -r neither rv� ^'- fry + i is ` r'. Bids must 4.:, d..�i .1 er ., e Dr , and u..,.�_u icor co lnRe bids will e considered.. ,e i.r-cessfUl: bidder slha!'_: famnish a payment bo d and a perforr ante '.bond::. The Stag Route 4 Bypass A th_-orty has ascertairied the gener,--d prevailing rate, of wages applicable to t is n or_c. The prevaia_ag rate o per pier. wages is on 41e with the Secretary oft e State Rot e, 4 Bvl:ass /� ^r 4 v n f re �.a> e;. io-s era ''tea ,s <. i} .ty.i ...'� 1'SjS_'.t.. `'i lt�i, f c✓'s;..�v �"...C'..: :.�vr _n D :moi 1-en s., i, t `, the .:'ii.e as d .S�vt �.1:. .ri :f herein,'ib�< 3,4' w 's�.`i3.1 c_assi_tcat on not inc.kdeo f a t. e >rst, t_�fe inmirr rn wage shall �'e the general prevailing bate for Con tra Costa Co{.;r y. T1_e bid" ^pe-rilfg date m ay be extended by addendum: issued', by t1he State. Route 4 Bypass Authority -no later da an Au' st 29, 2003, in w1hich case any bids sJ lom- fitted for the original bid menin ° --";,l be cz. e,, `"1 0-",,,,Purled and s�.'.a:--' �1 m roosais for tit=e extended b,; �nerni?g s�s �i be submitted, on or before Septe��b�'€' 18, 2003, at 2:00 p.rn,, and wil be o�%ened, 1--ad and recorded. at the same pace specified above. All nroposais ieceiv--d late will. ✓e re urne� noD. ened. ic_ Said. State, Route 4 Bypass Autho-rft --s-rves tine -right to reject P_ny am' al' bids o1v any nortion 04' ly - I - u , an 'd and/owave mv irreguh_;rit in an.v bid-1--er-eived.y b, y 8T cu.�.St' rd r ect contact Mo^1s h Sen,Desi gr,Divi s-o "n, at(025 tions r-ga- ,. ;g t'he B v a r(lic, o f t:ie Statte Route 4. By ass Aut,-,o_n.f-Y wlpaiz-lce Sillai Cl Iv U nL Sec-et-ary, St�ate R ute 4 By-ass Au�hon' By Dated: Pu:):Ica��o.r dates: STATE ROLUE4 BYPASS AUTHOIZITY SPECIAL PROVISIONS SECTION 1. SPECIFICATIONS AND PLANS The Yr�r'9 embraced h rein shall ✓e don-, in accordance with the Standard tGnday : Se ifvwtion3 dated e,'.i' y9 i 99 and ti ne Standard Pia as dates July 11999, of the State of Callilmia, Depe a ent of Tr w rtat-J y d the Standard P a;.s of the Contra Costa County Public Works Depaztmnent insofar as the same may a p=y �d i uc ..,�arrne�� �t._ folo�vn�s��ci� rcvisioias case of co_flit between t«e Standard Specifications and these spec all, provisions, the specia ll provision's sI_aii take Precedence over and be used in llieu. of'such.conflicting portions. DEFINITIONS AND TERMS As used Heron, U-n—ess the context;mp'll.ies of er9mise5 the foHo ming tenns have the Mo°hng meardrigo A y� The ega' entity for which the-work is being perfo reed. Board of Supervisors. The State -Route 4 Bypass A,t_iority is the governing board for the agency hav_ag .•urisdiction over the work being dobe unoei this contract. CountyThe S L h d v Bypass f it i 1t i y agency iF«iT i� 'moi 7 act�J over ?� te i4 1< being Done oder this contract. YJ pa.;.., ent i« w vs.4.,r,Director of Transportation. ....,.v Stu:.e -Ro;.i:, Bypass Authority, Direce,J1. Transportation Eineerin.g. or En-gil eeLn The Secretary o he State outee 4 Bypass A t ority, acting either dA_ectay or t xougb properly authorized agents, such agents acting Haiti-ia the, scope of the particular duties entrusted to there. avorsiTy. The Materials and Testing Laooratory of Contra Costa ComAy or Laboratories authorized by t.-.c Engineer to tent materials and work involved in the contract, Standard pec ficaticr_s. 7 e 1999 edition of tie Standard Speci catic"ns of the State of California, .Depa*t ent of Transportation. Any reference t here r to the State of California or . .� a state agency,an cy, be interpreted to refer _v ¢im State Route bypass : d_ ri4` or its ofa,ia or officer saat corresponding agency, of`f'ice or o`•:`=acting under .riffs contract, State. "Agency" as deme. , ove. State a E Engineer. The Secretary off-ac Sete eoa e 4 Bypass ,"-ut ority. ra . portetio 1 Building, arra.."' ento C. C. richuil it g, 255 Glacier Drive, ;"eta' `nee, Cal-LK.`r ia. SECTION 2. PROPOSAL REQUMEMENTS AND CONDITIONS 2-1-H GENERAL The bidder's attention is di--ected to the provisions in Section 2, ';Proposal 1equire rnenfs 0- d Con.ditions," and Section 8-L01, "Sulbcontractkng," of the Standard, Speciflications and these special provisions for fl-,e reqWrerrunts and conditIns Mich must be observed in tliie preparation of be proposal fonn and the submission ofine bid. The eightlia paragraph of Section 2-1439 "Examination of Plans, Sepi fication% Corwract, and Site off- Work" of the Standard Specifiicatio.ns is a-mended to read: whe-n cross sections are inc--L':ded with the contract plans, or are, available `or ins7poction, it is cxpr--ss'y- d--.-stood and agreed Iffi.at-said Cross sections do rot constitute p-- of the contract, do -n-ol- necessarily represert actuall- site condiio,--.s or sriow 1-ocation. character, dimnensions a d details of work to be perfffi=ed, and are only Q the convenience of bidders and 111 eir use is subject to aH the conditions atid h---niations set-t-ortla in this Section. 2-1.03, THe -first paragraph in Section 2-1.07, "PnVosal Guam-aty," of the Standard Specifications is amended to read: Adi lids shall be presented under se ed cover and, if the bid is greater than $25,000, accon---.p,- ied by one of -he following iffirms ofbidder's security: Cash, cashier's c°ear, a certifled checlk, or a bidder's 'bond executed by ari adseed surety ins-drer, made payable,to the Board of Supe-r-visors of Clontra Coga Chunty, We of Califbrniz��- 1he Bra serance of the last paragraph in Section 2-1.07, "Proposal Guaranty," of the Standard Spc--ff-,.cw-io,ns is arrended to read: The biddees bond shall conform to the bond fffirmn in the "Proposal and Contract" book tbr the project and shall., be pro pe—I ly f-1-1111ed out and executed, The Kai of Fidder's Bond mentioned in theast paragraph in Section 2-1.07, "Proposall, Guaranty," of the Standard Sp-.cif,- cetions will be Wund following be ignaMe page of'he proposal anmexed. hereto, Public Contract Code Section 7106 req gyres 01, bidders on pu.b'--..i-- prce--ts to submit a signed aff-idavit confirming tlnat they have not colluded or consphed Wh I th others in the weearation of their tJid. The "Non-Collousion Affidavitj attached to the proposal, is to be fully exec-ulted, -notarized and sunnn,itteed a!--r.g the propo-sa,11. To asda the Agency in verifying a bidder's intent to comply with Section 8-1.01, "S- co.--.txac�ing," of at the Inidder shall t= ib upon request ftoln the Agency copies of all. he Standard Specifflic Lion% subcontracts; A accepted subcontract or supplier quotes; a---d/--r ,vriften explanation as to the Addee s lWarl. mpli cc or fl ' ance witn.in 4ours 8 hos of su ch ?N,a request. on-co,-mpliance witla such a reque-st may'be groix-nds or , -, declaring a bidd-ei --non-responsi-ve and ti-nerefore ineligible- -for award, 2 2-1,01A WARRANTY AND REPAIR AGREEMENT All i=rM,sJemei Ls installed girder this contfact, -nel-a,.°ung Cl.. road, ston-TL �Lraiaa, _rrigadon, traffic sig ali, and :.gniway ightis g sys ern _ir;proverne3."?ts and _-q-, prnei v shall be covered bythe ? .���ry�a1 }giYERp AG-IRE, /Er/N foam ink +,e Proposa, This agrees int s aill be executed ✓v slie Contractor iiU� LO he 4»S•+ceDLance o he work as, bU.iyy.'plete. SECTION 3-1.00 EXECUTION OF CONTRACT 23-IM AWARD OF CONTRACT :-15 s`y^u qy' section 0.. SL ^f Contract", "C 79 f �'fyr„ YY f" T`3e second � arag�aplli of .sectio 391.01, Award v. t.o tract , of the � tan'da d >'✓eciracat'o is is su werseded by tie following s-eciaa provision award of the contract, 1fi. ce awa_tved, will be to the responsibllelbjiddcr whose uronosal vs _ ae .e i_ �5��_ ed a�rei.., u-ch award, if ade, wi'_l be madevv_ Ari d;.i.i i+'_�which bids t't�.ay:io'.. ✓e withdraw;.--, GS seCz`.`•.ed 3n '..he 1 vL �i ¢-'"S t"'�'^Y ' � ia�iw a� S.i�i�trfav b4✓i s. .-i.� awardvi t v ii t- iarii L' i it iiv awarded, �'l'�i3._ ✓¢'w ti�J 4tue i ia54 ik. i'S�..vl" le bidder whoseproposal cc �`.es it`i z_>. tl~ie rec:ui eme s orescr �;ed lieaein wit�i 3 7 days of er the o ening �� ie proposals, This pe-iod w1'_l be s b'ect to extension, for such further er period as may be agreed a or in w ririna between'al�ie Devalnrnelnf and the b,° r concerned. �., �_ad :�idde: �i� erred., 36.1.02 BONDS Contractor shalt provide, at. thle tinae of tfte execution - the agreener=* or contract for -fie work, and at :o Gti:fd,o:riGi exp ensnto fmr 1ga-n:cy, asurety vv d executed by an adrnitted surety insurer m an '[nount cq:.a.: to e.. ;east nc-h:,undred mrcceni '(1,00%) of`he contract p-rice as sec`ir-ilty for he Liuif x perlbirn. ance of said ag,ree.,n,- t. Contractor shall i so provide, at the time ^f t ie executior of tie ag="eerivi i or contract fvr 'tieworlK, and at acs ad-ilion l c"Penose to °h-e Agency, a separate slar.ety bond executed by an admitted surety:;;su re:in an-=_ount equal to at least o e-hundred-l-ce3 t(100%) rey the contract Price as security or the pay: ent of all el-so s performing labor and firnis Ui g materia s in connection witls said agreement. Sud vl.cs.+s a..neach ii sai5✓vnus a` G. 1 be satisfactory to the A gw.nAi��, 3-1¢03 INSURANCE ND INDEMNIFICATION Sec:`,o s 7m1.i2 and nsurance" through 7-1.12B`66), '` is�.e ?a:.�.�E}�s'ry, of tie Standard 5 ,;ci:cit=ons are superseded', by following special provisions. -1.03A INSURANCE RE QUIREMENTS B f r^ p-. Y to e r 7'y,S<eny° "Contract),t) t C cam, i3 -`�iia., �er_� iii --� �'�.� work �/�s�.Iu_'�.t :.v La✓ �?.gz eL, t `'L.`�°l.0 2t�i�, L_e 6.�e1�iwS. dtvr, and its subcontractors, hal:, at no additional expense io the Agency, abrar a_nd maintain i, orcedur:gig _ Yy¢�41it � SV�'4Vt1t1slianVe.so1ii� cont:aV` i}dG1Swri � S �� ll pvi.e en—re tern � j � Wit'-i Resioect to the Contractor's Operations: yy�� r�y��� �TN yy+ �5^ }yy� } a{ worker's q�/yJ'�r er' ';?'VL p io y� ur 'Y•ur y.ant toSJ Gam, 1 a , i�iE.�.�L:rs. ing 1�+mpl yer's Li Ga i"ityr 2. Y^iJ..�1.V] u�" `�:.5' ✓6+i���S2 Vit:.SLv 4»26.t2:F✓�v ,-��S vt»CteiL *a�3.iV t' L �✓1 •�S h� f 2. -Col-`y rellicnsive £3± Comrnercial c era.l Liability his—Grano'-, including coverage for r`.lanke`.. cu-txa.ctra<, owners' an-. contractors' Protective and bread fora ro ertP m m ity> °g Li�i 3_ dg� �Wli Mi'n i : cel; Ibinc'd s' igle limit coverage of one nail"llon dollars for all damages b ,aase cf bcdiz.. y in-ury. sickness.. -disease, or dead; to :ger ,� damages t � c a.,l� _ s�i� ar;� � property a��,.ad:rig ase less of use t ftereo'i auris.rig c` i, v f each ace-1 -nt or cc rience. 3 3 — Comprehensive MotorVehicle Liability Insurance, including coverage for motor vel--iie'los, owned, no-n.-owned, Woed or hired by or on behalf of the contractor with a -mdnnirn-urn combined sing-lie Hnl—t of one niilhon dollars for all! darnage beca-use of'bodily injurry or death to any person and damages to property including loss of-ase thereof arising out ofFeach accident, or occurrence, Wit','-, Res2gct to Subcontractor's Operations: I Worker's Co--npensation In-surance purs�an-to State law. 2. Comprehensive Ml:tor Vehicle Liabilhy Insurance, includding coverage for rmotor vcliicles owned, non-ow--i-i—ed, !eased, or hired by or on the btlialf of t1he subcontractor with a minirrum combbed single limit coverage of 5500,000 fot al'.1 damages because of bodily i-inji.lury or deat' to any person and dian-riage- to property inn ding theloss of use thereof arising out of each, accident or occurrence. Additional Insurance Policy lie;ui--Lenien's S-Licla. insurance as is a0brded by the policy to the Contractor Jffir Corn-prehensive or Commercial Liability Insurance shall include coverage for property damage caused by blasting, collapse, structural injuries or damage to undergmund Slit es, The pollicy shall, not contain the so-ca.,.'-.d "x" "c" "u" exclusions. The nninkanum limits of liabi-Hty for this insurance are as follows: $500,000 $'-,'000,000 Bodily 11qury Liability Each Person Each Occuaence $25%000 Salon Property Damage Liaril ity Each Aggregate C.c c u r r en ce Insurance coverage in the miniinum amounits set forty herein shall not be constrand to relieve the Cowyactor W., idbility in excess of th--at coverage, nor shall it preclude the Agency f-5-rom taking such other achons as is avaKable to it under any other provision o-f-Ft-Inis contract, (except retainage of nwney due the Contractor) or otherwise inlaw. Regarding Comprehensive or Commercial General Liability and -Vlobor Vehicle Liability 1-1-is-arance, the policy or policies and the riders attached the--reto or the certificates for -the pol-iiWes or riders shal., ;name the Age-.cy, and those agencies or individ-uals listed --'..n Section 6 3�ADDTII ONJNAL , ORO- DAS, AUND LIQUIDATED DAMAGES, � of special provisions Enid her respective officers, agents, emip'loyees, representatives, enning . gove body, conn.,missioners and volun-ttiers as additional insureds. All ins-urance nNicies shal.", in-clude a provis--on for 30 days� written notice to tlae Agency of c " i ance•1,ation,of material cha-rige. The ^nsuraince- hereinabove specified s1ha"I be in the form satisfactory to th.,- Ag----.:i--y, shal, be placed with an in-sura-lace company or companies authorized to transact business the SA _d of Califo--Lnia and satist'actory to tiae Agency, and shall be kept in RAI Ruce and effect until completion to the satis-flaection of the Agency and acceptance by the Agency of he work to be perAnmed by the COntractor under the Agreement (CorAract). Tlie Contractor shall f.ir slh, or cause to be iurnished to the Agency, evidence tl1rdnWc .S insurance, in the form approved by the Agency. insurance brokers that issue certificates of irisurant-e P—nd/or endorse ei is on be"ia:_ of the insurance coin genies r bast demonstrate sErate to tie set=s "t` +may ww�� authorized � y y�y +� /Yy ++�� v5��s5VV �+�s+�a�; �.y.� _ 3.�.�a�eiLlee^�tb+i yer�`in the Agency �'t they are �.n a.��t orized agent of�-;-e` nsza—nce company any S'v'Yin %epower o 3 er—i .he t". i�� bsY... e� b .i s.b_ �. olicies to conform to this contract's 4equiren en ds, 3-1.03B HOLD HARMLESS AND INDEMNIFICATION The Agency and these agencies or individuals listed in Section 6, "ADDITIONAL INSURED, WORK DAYS, ANTI) LIQUIDATED DAIVIA ES" of:hese special provisions including their f_ ies ec n�re oicers, ager ts, commissioners, era ployees, representatives, governing body and vc anteers, shall.- not be answerable or accountable in any rnan er. for ;any loss or dan age that may happen to the work or any part thereof, or any foss or darn age to any of the materials of other tl -igs used or er Toyed in perforni ing the work; icor injury to or death of any versorq ether workers or the public; or for damage to property from ��y cause ,v_irch night have been prevented by the Contractor, -or the Contractor's workers, or anyone eniplioyed by the Contractor. The Contractor shall be responsible for any liability imposed by " /[9 � i to n �.. '4✓ 4 ...O.ri Li.�i �1�Ja._i �w1Gu �W:A CJ Z��� and a•Ji 5..:�L.�1e`3 LV 6.1A 4 de any person including but of limited to workers and the pubic, o a age to property resultinw from defects or obstructions er Win any case whatsoever dhurhng the progress of the work or at any time •:,eR re its corgiTedor and final acceptance, The Contractor, arid its subcontractors, sha index i y, defend, save, protect and gold harmless the Agency a�'<•• those agencies or individuals listedSa,c:.Ior`i v, ENSUP-ED, 'WOFXITN s DAYS, AID LIQUIDATED DAMAGES" of these special provisions including their respective officers, agents, commissioners, em- ployees, ``ebresentatives, go ver it g body and vo_anteers, frown all clans, si=ts or actions of, every nae, kind and description, brought forth, or on accou A of injuries to or death of any person including but not HmRea to workers acid the },u:.Irc, or damage to property i4.s„IAI<ig fromthe <4.G`,"J _<sz<`1,:e of a con:,:a.,.e, except as otherwise provided by stair te. Tire duty of the Contractor to indernnify, defend, save. protect and hold harin ess indudes the of-ties Lv de--�end as se{_forth in Section 2778 of the Cavil Code. With respect to third party clans against the Contractor, the Contractor waives any and all rights to any type of express or impli.ed i dernnity against the Agency, its officers or e*rr it is the intent of�ie parties that the Contractor will �' derrn�-y, defend, save, protect loayviedehold harr~nless the Agency and those agencies or indivLLdLials listed. in Section 6, LL`ADDI IONNAL INS I: lED WORKING DAYS ANNL LIQTUTI 3.TED DAMAGES" a.-"these special provisions including cl ;dkng tylt respafLvol:lGcersg agents, co-nissiJnersg etnplo ee sy representatives, governing ng holy anal volunteers, frown any and all cairns, suits or actions as set forth above regardless of the existence or degree of fault or negligence on dthe dart of the agency, the Cor :.ractor, Y2�a3t yp subco Tractor or employee loyee on any of these, other thar, the active negligence on the agency, its of"cern and employees. tri add tior, to any rennedy authorize; by taw, so much of the -money coney due the Contractor under and j'�`, in the contract �sf e co- co x !re��-sp ey t - r�, � retained until L:J_iL. by virtue V.E. . dV.233.i C.ebW t'tr3 �• 6.."_2 6+V '+'S1w.*.at Fs si '���L�6'.e� ✓y 1.144. Agency s'wy l��tG..y b.l im:y+.12:.L✓�' :X:i L1i disposition has been made of such suits or clays for damages as aforesaid, ^•"l,e retention of money due the Contractor sire: be sub;ect to the following: 5 e Agency will give 1' e Contractor 3 0 d ays -notice of to retain f"unds f 11-om an y I _lig' partial pay-nent which may 'becorn,e due to the Contractor prior to acceptance of -he contract. Retelniion of funds from any paymnent made after acceptance of the contract may be - ade witho---:t pnor, otice-to the Contractor. 1 No retention of additional amounts out of pwtial payments will be made if the arnoun, to be retained does not exceed the amount being with-held from partim payments pursuant to Section 9- -ia,' Payments" of'the Standard SpeciJ."r-atimns. .06, "Part I 1 if the Agency has retained funds and it is subsequently determined tlaat the Agency is not entitled to be indemnified and saved 'I'mr7mless by the Contracto-- in connection -%vih the matter 'or ori was made, the Agency shall be liable Wr interest on the amount retained at t'- ,v-iich t!-,e retent-i legal rate of interest for the penibd of the retention. The Agency will consithr proposals by the Contractor to enter into special arrangemen-.-ts, s-ach as posting securities Cr bonds acceptable to the Agency, in 11,ieu of the retention of fu;nds. The special arrangements shall be in wridng, and eqTroved by the surety -on the performan.c.- bond and by the s,�;rety on the payment bond. No funds will-l' be retained, or continue to be retained under the fbHoWng condition: The Con' actor establishes to the satisfaction of the Agency that at thie time of the accident or occurrence giving rise to a claim or lawsAt against the Agency, the Agency or its off"fic-ers and empioyees, the Caigractor had in full, force and -effect tl e insurance coverage described iiin., t-he 'INSURA-TNTICE RE-QUIRE-IMENTITS" section oft:ese special provisions, Notlaing in the contract is intended to create the publlicc or any member thereof a third party beneficiary hereu--ndel, nor is any term and condition or other provision. of'he contract in-terlded te establish a standard of care owed to the public or any camber themof 3-'1.04 EXECUTION OF AGREE-NMENT (CONTRACT) The Moving is added to Section 3-113, "Executor. of Contract," ol"the Standard Specif', A sample copy of the Agreonnent \C ,tract) is contained in the Proposal- and. Contract book. The submitted of die Agreemen-t (Contract) to the Cont-ractor for execution shall consfit-ate notice of contract award, The Contractor shall sign the Ag.ec ent (Coraracl) add ret�jrn il, to the rg<neertogetho-_r wilh: 1. lie ariginds and one copy ofeac'-,, of trhe contract bonds speciflicd in tiftese special provisions. L. One of the fbHowing: a. Two copies of a ea; off consent to self-insure issued by the THrector of-1--ridustrial'. re-lations of the State of California. A Two copies of a ccrtfflicato of worker's cornpensation insurance issued by an admitted c, Two copies of a certilicale of worker's compensation ins uranice, certified by the Director of Industria'l. Re,ations of the State of California o--. f.q--msurer. 3. Ether of the foRowing: J. Two certified copies of the specifliedint'l esespecialprovisions. b. Two copies of certMeates of ins-e-ranceion the Contractor's insurance policJes specified in these special provisions. 6 The 'Agency wi.l review till contract docurnents d nd, ;f in order, vaili noti_v the Contactor that the contact has been approved within five working days after ai•ie contractor swbrnif s the rorQE _eat s to c -b Agenc, SECTION 4. BEGINNING OF WORK AND TITME OF COMPLETION 4-1.01 GENEIZAL Atte26 Ci: is directed to the provisions in Section 8-1.0 3, "Beginning of Wo&" {s^ in Section 8-1.06, _ e of Co-r pllet an.,' of the Standard Specifications and these special pmvisi ors. The prqYect is broken down into two separate phases of work (Phase l and Phase 2), each phase having its own u _. aye t umber of working days, ;: e .. inch s c_< work except signing, stI'p.ng, and the abC3va. g_C3`ai'Ed Je'°i_•Gi3h1 of traffic s1gi'f': 57Jviii, 'Pl_:ave G _nch;ades signing, and the remaining traffic signal worm. The first --agra:;', of Section -1.03, "Beginning of Wo!,k9" of toe Standard Specification is amended to read The first working day of Phase d shall be no later Than 20 calendar days from contract award by tie State Route 4 Bypass At,:thoi ty, The e Contractor and Engineer may revise the stark of work date if tu,ey rn-atually agree and f c Engineer cis sf r�r:s in writing. The Engineer eer will iss'ae a Notice to Proceed ftr Phase ^ TCirJ begin i3 later th_.an 55 working days afftethe Con-tractor be h s Phase . work, unless _ _d: agreed�aaiy o der,vise by the Contractor and ��e E_ .u�eer and ccafisrned i o6 ..ng by the Engineer. 2:Lb• Contractor i11S..'y request Yi1 writing an. VCw4-del iRob.i^ve to PL"W.'Lnebu for Phase 2 work. The Engineer oil! issue a Notice to Proceed for Phase 2 withi i 2 working gays of recei of said request. In no case shall the Conaractor begin Phase 2 work uniess the Engineer has issued a Notice to Proceed for Phase 2. Evers though the counting of working days may have beg: s-, in no case will the Contractor by Flowed to begin vv-,rk on Phase _ before tie Area 5 y�st 3yc/*ti +� /'a/� r�4-cnce s w l specified ) mitt .s S `:tris_ed `o he Engineer t or ,� L.. t.�'..i Fdti4J2Y. 4•'LJd'' bZ 6sGEF.+ � held. s4a S1Sd4.Las ...LLL.i LJ4✓ S WL G' 4dG fir, Vi prior to, the pre-constrac,tio-n. conference.erence. Aril specified apProvars contaLned in, the Statidard Specifications and these special ro visions sha._be obtairied prior to the beginning of work. SiiLi..i14d where be a rea_•'Is.in b•tnnst:..ict--ion,. cti sties`'.between the c w ii r ;r',as y• p t f �s__a��e ei,�r l'�'�d�ve . �d�k ai�.V.the start ¢`;t..�Pha✓ery2 worm, such bleak in work shall rmt relieve tY�a�iYpes, C+v��¢ir¢.re-ctor of cif:+s� responsibilities as set forth h S 4.+c iG.n 1, "Leg l' Reia ions C.nd Re spoT,_s'bilidy", o he St=- char ecif ca:ions. i base 2 anon k seal: only begins when the Contracts A the delivery � f tr ( nadst r ca: v�5rh_:it.{r`i, `i�fes:'_ _: , E,:.e�., t�tw;�3.`Jvav �2tty C°J1 G.:.' � siga'. standards �..w that such. �:aL corresponds �U his schedule c_ work vJhl•ch will cora fileted in corisecia,_:vee wog ng .days as detailed lig Section 6 of tress Special Provisions. after starting work, the Contractor sisal: d.11hgen tly :;roseate the work to completion within, the time G Y NA i'J_'IAED , WO G DAYS, AND LIQUIDATED provided iiSection r, "ALIla: DA,,,,/;'A,',-E- g"" oft nese specialprovisions, 4-1. PRE-CONSTRUCTIONCONFERENCE Ptior to the beginning ring of work, a ;;re-, onstnict°vri conference; vacs! be head at Co atra Costa County £ ab le N'Vorks epart."°'.ent, 255 Glacier Drive, Martinez, °„awitWrnia, for the putpose of discussing with the :ontracav_ the scope of work, contract drawings, Specifications, existing conditions, materials to be ordered, equi rnkent to be used, and all essential matters pertaining to the rose+:.`•..ldo of andthe se sfar-tory connpietion of t f pros-c t as required. The pre-constnuction, conference s1hall be held within 10 days of ,•o tact award. The 6ontractcr's representatives at this conference sal inciade all major s perine;"derits fes tl,e work and may include major subcontractors. 7 The f61,11,owing submittals shall be presented to the Engineer at the pre-construction cos feren-,ce and -,vill be required'before �--rk car., begin. sir working days format. — ]Progress sched 2. The on-site Puthorized representaiive (and 'horne phone n=.ber) Mi-o shall ha5:,,- coK- lete authority to present the contractor, 3. A list narning -each officcial (with fitle) wlio is authorized to sign contract clharage orders, daily ext ,ra work repocts, and the 'Itnal' pay esti-m-ate, 4. Three copies of a Iisi of all the materials wilich are to be used on the project, their somrce, and the namc(s" and address(es) of the s-.upplier(s�. Please identify each maL�riay contract nimber and.mane. 5. A statement giving the and address of each sulocontractor together with the itenn -n-u-mber, descr-otion, u.-�t cost, and total, cost of each item to be sulbcor-.tracted, 6. A list giving the description., identi--Gicatio--n nu ber, make, nnodel and otlaer necess--y information fbi each piece, of e-quipiment, to be used on this project. (Do gt send llisti.-g of al, items in equipment pool' 7. 7wo copies of the proposed "Storra Water Pollution Prevention Plan" if required by thesc special provisions. 8. Traffic Contre. Plan and Stage Construction, pan. 9, Any other submittal's and/or approvals required by the Standard Speciflications -----.d t'rise. special rovisions. tractors, suppliers, man.ufac-turers, or truckers for which a "Verificat"On. 0 --ist of first t er subcont A I of Per-J5b=-.cc"forrn will be required by f-Aese specia-1. provisions. 4-1.03 ARCHAEOLOGICAL DISCOVERIES and/or HISTORICAL DISCOVERIES A-1 personnel --ohne-4- eVwith the project shall, be inforn-,ed of the possibility of f-1-1--ding arc—haeo-iogica'. and/or historical resources (e.g., n, man or structura. ren,.ains, artifacts, rock mortars, heaths, ovens, trash pits, one, or shel! Mgments) at the work site. Ah articles of archaeological and/or historica'i interest 1.mcovered by the Contractor dunng the progress of 'the work s' Ll., be reported immediately to the Engineer. All work shall be halted within approxinnate'lly 85 ft radius of the find and shadt not be resumed until so permitted, in vaWng, by the Engineer. Ah resources f-burid during prqject activities are t-Ine property of the Agency. T'kie Callifernia Puffilic resources Code, Chapter -1.7, Section 50-97.5, rn.akes i' a misderneanor for anyone to knowingly disturb a historical _eater-- The California Public Resources Code, Sections 509T98 and 509T99 and FEW and Safety Code 705'0 require coordi-nation witln the T Niative, America -n. .age Coin-nnission (NAHC). The CaHkarda Administrative Cod-, Tit-6 11.4, Section 4307, m andates dratnoperson shall Wgure any object of historical interest or value. The Cali&rnia- Per-A Code, ,4, P I , -art 1, Section 622-111/2 --n- akes it a misdemeanor to destroy anything of historical value ,est-hin any pi-...blic place. The Agency ETAt retain a cAtural resources consultant to ascertain the nature and extent or the discovery. -Measu-rcs rccomrrne-nded by the cultural resources consuitant and approved by the Agency shaN be incorporated m the project. 7 Contractor is to cooperat�e with cultural resources con -su,,ant with regard — 'ate discovery and evaluaii-on of archaeological and/or historical resources, Contractol. laboi, equipment, and/or rnaterials required in assisting the cultural resources consuitant and as directed by the Engineer, will be paid as extra worik as provided in Section 4-'-..03D of the Standard specifica-M& Any dehys to the Corgractor's operations as a direct result of the arch-aeologicall ?-.-.--.d/or historical". discoveries during construction will, be considered right-ofway delays within the . eani-ng of Section 8- 1.09, "Right-of-Way Ways:' of the Standard Specifi-i-cations, arid compensation for such delay be 8 determined in accordance with said sect_cr° The Co tr.apctor sLal be entitled to no other com-roensati vi for any such delkay. L SECTION 5 GENERAL SECTION IO 5-1. MISCELLANEOUS 5-1.01 LABOR NONDISCRIMINATION Attention is directed .o the following -Notice :h .� is cqu-ired by Chater 5 of DIJIM".s5or 4 of`15t1e 2, California ''ode vnf RegL ations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION MINATIO PROGRAM (GOV. CODE, SECTIO 1 299x) a ten.-ion. is cabled {:o the "' of d_scri r ii ati 3: e t Ertl _il Section 7-11.01A`4), L a b�Sr �3n �`aus,e% se v_�i$ciii :: ratz 3rSy o? the Stand---d SpecifiCatiohs, w1hich is applicable to ai, nonexempt Stas, contracts and subcontracts, and to the ''Stay-.Dara Construct; Contract S eci-"catlons' Let forth the_eili. The speciflcatiors are ay e licab.e to: all nonexempt State Construction. n h co nt-acts a.,d s eco-tr cts of$5000 o-r more. 561.02 PUBLIC SAFETY s lie, Contractor shall rovide for the safety of traf~c and he pub is in accordance, wit-in t«e provaslo rs in Sectio--n 7-'.09, 'Tlublic Sa-'-�-,,," of-�'the Standar S-pecific, tions andt ese special provis-ions. I h Ccrtrac10 s>aafa ir�taia temporary railing ; y e) bet��een any lard caz yi g public traffic an', any excavation, obstacle, .r storageareawhen the following cor.dit.ors exist.- Excavations, xist:Excavations° --A.,iy excavation, tae rear eegd ofwhich is 8 feet or "mss from tae edge cif the •.ane, excel (a) Excavations covered wita sheet steel of concrete covers or adequate thickness to ,Urevent e b r n y ^y f f-c r e v c a - es s bject f public traffic shall be a„eid a tra C3 t t ubiic, r 'a�� b — _� the nor-skid type and chocked. 11. more ran one plate is required, the pla--s steal. be tac-k e1'd--d In.er° 0bf uAV:NLiilis idz°4..s LhiLit o5tb (c) rrerc`-es less than one -foot wide for ir. gatioii pipe or elect —a" coiid °t, or excavations �,. ��,��atiei3.s less than-one foot in diameter. (d) -Where —ra_i lac-meat wo-aid reduce the :are widtlh to less than a s feet in. width. Th-e Cortractor shall. glace delineators, instead of-rail, gleed on at th`ie edge o4 pavemlent at 25 feat inarxim. u rterva. s. (e) Whenever ever hillside excavation activit.es are occurring adjacent to roadways oiler to {raffsc, he Contractor frail install a barrier or offier catclumnent facility that wili p.revent 3.%i.n deb s frora eriter`s.rg`A e t ze,avell;ea' way. Excavatue s Protected by ex'-sting barrier toil rail-ng. 12) 7emno<a:i:y n-rotected r arieiit Obstacles, --Whehevea the Work includes the ii Sia sat Ii a -;"ixed S�s_ad.e together V�ln: a protective system, S` d as a S.gh si a :ar :Ogevl er W) ;� t t-ec-' e Y q and p.q� Co-i-t-r 4n,, e:e'�ct o cyst 5t yy,e v �+.ac prior �o q ;+,e Ya r:,d_ �i::L:. ..'�/ S�w.i_�1%�S ibit+�k L:1 t..�4Ju2d».Lb's...vx 'vL,°b.. to :.vl :.''n�..+'.S' tYi:.+ ✓J Li�� Yr,�� r .. installing ted'v protective system; or wherever the Contractor, LLvr his convenience and wi-h perrhlssior Cf the Engineer, --.moves a portion of an ccx-ist-Mgprotective railing at an obstacle 2,nd does --.not replace such r,=`, rtri°"^°'4";,tet-a ula rS•t..�r � d ..,._di'=� vv:_ A �.,ev `r: 1 -�� u.'v.:fi_� i.�i� .�S..s�e C'SY. n 9 (3> Storage Areas, -Whenever material or equipment is stored wit'hirl 12 feet of the lan.- and such storage is not otherwise prohibited by the specificat,tions, The approach end of temporary r5ling (Type IC), installed. --*_ accordance with the requirements in this section "Public Safety" arid in Section 7-1.09, "Pu!:)H, -- Safety," of the Standard SpecitHcations S'' a . be ATM a minimum of 15 feet from the -edge of the trafRe lane open to public traff C, The temporary railing shaH be insialled on a skew toward the edge of the traBic lane of no' rnore tliart one :_cot transversely to ten, feet longit-ndinally wto respect to 1-1he edge of the traffic lane. H the '15 foot ,ninirnn),ni offset cannot be achieved, the temporary railing shal11111 be installed on the 1-0 to I skew to obtain the -maxi nurn available offset between the approach end oft1he railing and the -edge of the traMe lane, and an array of temporary --ras-h- cus'hion modules shall. be installed a, the approach, n6 a;- -Ine temporary railing. Ternfora ry railing (Type Q shal" confor-m to 'he provisions in Section, 12-3,08, "Temporary Railing (Type ICY' of the Standard Specifications, except temporary raiding (Type K) fiabricated prior to january 1, Ig-3, with one longitudinal No. ') reinforcing stcel. bar ---near the top in lieu of the 2 longitudinal Io. 5 reiru'orcing steel bars near the top, as shown on the plans, immy be used, Temporary crash cushion modules shall ccnforrnn to the provkions in "Amporary CAM Chis hion Module" elsewhere in these speck! provisions. Except Ar installing, maintaining and removing tial cont of devices.. whenever work -is perforn-;,ed or equipnont is operated in t' e fc-11.111-lowing -,xork areas the Contractor shall close the adjacent traf-;-;c lane otherwise provided in the specifications; Approach speed of p-dbic traffic (Paged Lim it) (Miles Per 1-lour) Work Areas Over,45 With iri 6 feet of a tiafflic lane but not on a traffic lane. 35 to 45 Within 3 feet of a tafFic lane but ra on a trafFic lane, The !a;.-;.-- --los-a.e provisions of'his section shall' not apply ifthe work area is protected by permanent or tem.porary railing c: barrier. 'When tragic cones or delineators are used to delineate a ternp- orary edge of trafflic lane, the line of cones or e,ineators shall be considered to be the edge of'trafFic lane, however, the Contractor shall not reduce the Qdth of an existing I ane to less tha-n 10 feet without writte n approval from the Engineer. When work is not in progress on a trench or other excavmjon that required closure of an adjacent 1-ane, "'he de, -s used for the Ian-, ciosure shallbe placed, off of and adjacent I t-raE-c cones or portab], ,o the edge of the travelled way. a e spacing of the cones or delineators shol'. be not more than tlnee spac'ng used for the lane cliosure. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians, Full -compensation for conflorming to the re,drements in this section "Public Safety," g fiurnishiing and installing temporary railing (Type Q and temporary crash cushion mod-ales, del-incators, inate6als arid labor used for Ite m. pora--:-y tapers between existing pavement and excavated roadway, :and ofiner types of ba:rieis/catchrnent facilities shall be cornsideied as mcludod in tlue contract prices paid for the various items of work involved and no WEAK cornpen-sation will be allowed therefor, 1 Oj 5-1.03 PAYROLL RECORDS �vy�y�qq e prc`visimns of yS ec-d; °in 7°�_,�O'A(3), °f� .yroil .EReCo ds," of the `v..�?'dard Si ecfications arm ended with the "(1) ' hecon-tractor s_iail ver sit t. e Engineer tO interview employees during work-i g hours on t-,--;e c^ to verify tide alcove rnei t.loned payroll records." 5-1X4 SURFACE �NTINING AND RECLAMATION ACT rt;n. �•e c t a " i t co ri,,°riericliig in Public �:tte:it.vra :� :��. cv�d to t� �ti�A�.ce �zli ii�g and ��,�_� Wier pct of 1-1975, � r '�� iS.esu.rcCode. Mii'_::lig and eu"ia3 gvy Section 21.i � wtiY vh eLa .ssl:es ivgiawi#"n" pertinent to surface mining operations, and to Ca :forma 1'i -lKc Contract Code 10295,5. Material fro--m m.-Ming aperatlors furl+-islhed for this project shall only coine fieri pemnitted sites iii (� wq ''^'t. C. ii f ; psi "` yrn ct o-,,4-- `�`e5 � yy;'`29 ES'i�i l:a.(ice 2%Vie.:. �.,a,z�vr_:ia_ 1. v3 � �Ci� G�.t �.+u.. eOvo-.C�>:�'� £v,�.J.J,✓� The c ; ._e_e.e t of tliis section shall a,piy to materials t,iriiislied the i;ro;ec`d, except r--„ s z acallisidon y'.materials in c{3i1'onnance wi-h.. the provisions in Section 4-1.05, "Use of Materia-l's ±F rid on. rice 'Work," of the Stan- daird S_' ec-i"c atio s. 5-1.05 PROGRESS SCHEDULE PSC;gress schea�iles are required fo. this contract and shali be suerrrit`ed In confor*maince with the ✓rvvisiL'ns m Sect v4 r `�'! � Standard r '� ati e ecia.i l�i� �-l. , '� cgibssSchedule," Css t e :ax�a�d peci�ic�rieris and these spb -1.0v.sio'lls, U 1.iess other-wise authorized iii writing by the -righneer. � he second paragi'a:--; . Cif Sect`^v I'_ 8-_.04, P-ogres Schedule Cif ct e Standard, peccii cations s al' r_. t won.1y. 5-1>06 INCREASES AND DECREASES IN QUANTITIES 71he ;_IDevisi—ons of Section 4-i.03B, "In creased or DecreasedQuantities," of the Standard Sped"cations snail apply only to nnai mr iters of work as def an.ed herein. A i; aj'v'i" Item, c.f'work,is any horn for which the cost, c€—pined. on`-,e basis of co ti act unh m ce and the cuant, shown in the oiloposal, is cauai to or greater#nom five ✓) pdree t of the original 5-L07 SCOPE OF PAYMENT The provi for �' Sec-.: 9-11.02, ''S Vb of Payment," ov tl e 5 + s b diC r c Standard pec-,ficati ns ars amended WIL-1 tie i -I'lO Jing. r cessaW �..__ `o pensation for furnishing all labor, materials; tools, eq T"men.`., and inc_dI � °;J �lira f(1 ..v Ll--..e completed JoiC and .3eY oerro all work wortb- a: daLeu,.4: and enibY����v.i under �£ e cont iaeL :. whose Fav e.it is not cleariy ernbracec in tide varlous contract payme clauses shall be consi-�ered as ;acl'1:ue i..:the various Contract items of work and no additional compeA cation will e �:'cw . 54.08 LEGAL HOLIDAYS _le r a:-e pr^v<szC�<s ii SECTION ±, zap a_lO f�i�l _� MS." of the Standard Sneci'caticns, tshe f0',,o riIig days are designated as legal holidays: an azy 1s% -known as New Years ;.may -.1-m-d Mo.-.,day In ja.n.:.airy, 1mown as D.. Martin l ut ser King jr. Day Third Monday in February, kri--w,-,-; as President's Day The last M—onday -in May, mown as Memorial Day Ju-y 0', 1mown as -Independence Day First Mandaygn Sep.err ger, -know-n as Labor Day Nove-mber I I �`, lc-,,own as Veter--n's Day Fu,rth Thi rsday in NIvernbe, known as Tlrianlksgiving Day The Friday after Tharksgiving Day December 25;", known as Christmas Day AWhen a designated legal holiday falls on a Saturday, the proceeding Friday shed! be considered to Ke the legal holiday. "N'll-en a designated legal holiday fills on a Sunday, the f'o11111,owing Monday shall be coidei ns. ---d to 'be the I-Illegal. holiday. 5-1x09 AREAS FOR CONTRACTOR'S USE provisions in Section 7-1.19, "Rights in Land and lrnprovernents,�� of the Attention is directed to L Standard Specifications and ii-ese special provisions. The highway right of way shal-I be used only for purposes that are necessary to perf-on.--r- the required, work. The Contractor shall not occupy the ri& of way, or allow others to occupy the right of way, for purposes which are not necessary to perform the required work. No State-owned parcels adjacent to the right of way are available for the exclusive use of the Contractor within the con-ract limits. THe Contractor shall secure, at the Contractor's Own expe, se. amas required fbr plant sites, storage of equipment or materiall's, or for oth�r purposes, No area is available within the contract limits Am the exclusive use of the Contracto-I. However, temporary storage of equipment and mater a's or, State property may be arranged with the Engineer, subject to the prior ver na-nds of State rnai-ntenancc forces and to other contract requi-i'mmeents. Use of til. t Contractor's Nvork areas and other State-owned property shall be at he Contra.Vons own risk, an'-d t1he State shall not lie ':el .:able for damage to or loss of materials or equipment located within such areas. Residence trailers Vv.._ not be allowed within the highway right of way, except that onetrailier will be allowed for yard security purposes. The Contractor shall remove equipment, materials, and rubbish E ; from the work areas and other State- o%med property NvInich the Contractor occupies. The Contractor shall leave the areas in a presontalble condition in co-infiormame with the provisions in Section 4-1.02, "Finall Cleaining Up," of the Stand�-urd Specifications. The Contractor shall secure, at the Contractor's own expensq areas required for plan.t sites, SioragP of fir. <a or materials or ffor other purposeq if suflident area is not available to the Contractor within the contact Iin--dts, or at the sites designated on the plans outside the --ontract -1-imits. 5-1.10 PAYMENTS Aqtention, is directed to Section 9-31.06, ;'Parnal Payments.." and 9-11.07, "Payment After Aoceptance,', of the Standard Specifficatio,-.-,s and these special provisions. ih ,he provisions in- Section 9-1.06, "Pasial Payments," are modified as RAW= No paha payrnent will be made for any 1--naterials on In which are furnis-1--ed bul. not in-co,porated in the work. T'-;-i,- provisions iin. Section 9-1.07, "Pay_ .e Afte, Acceptance,'' are m- odified as folilo-,.�s: 12 upon satisfactory comipletio� of the entire work, the Engineer wild reco mmcnd tAh-e acceptance of _e wore{ to. the Board U Si` '`ervi,so s. If the ;7oCx" accepts 4 e co-mipleted work, it 7i a ncause ot.ce of Cornple-=or to be recorded with the Comity Recorder, hi ty- ;ve days after the Ong of the Notice of Cor �jetdor, the Contractor vrifl be to the balance due for the completion, and acceptance of the mmrk, if certrb ca roe. is made by sworn written JLG:.'e.3r:.e.cv...2L L.•.(ae all, claims haveUOie.._ 1-ailed with theagency based up1/SS G'.•wts or o :2JJwC31!s of the Contractor and that m Heins ca withhold notices have been filed against said work or the property on which the work was done 5-I-II CLAUNIS BY CONTRACTOR Section `_ _tr _1o ,;; of the Standard S ecicateons is dieted and theig is ssstat, ted there f r Attention is directed to khe provisions of Dover ret Code Sections 900 and following, concerning the r Jce• ares to be followed when ng claims against that Agency. All claps Wall be filed with the Clerk of the Bowl of Supervisors. Torras specifying the z_;_orrnmt on to be contained in claims against the Agency may be c taked Eos.the Clerk of the Board of Supervisors. Pursuant to Public UI¢'•act Code Section .20104(a),, uaa_ clams by Contractor of$317550000 or less a3e s° ect to ANN 1.5 (cornrnencing with Section, 211004) of Chapter _ of Pat 3 of th.o Public Contract Code, w _is ncorpora ed into the contract and which provides r� ev as follows: ARTICLE ICL 1.5 Resolution of Construction Claims §2010? �a) :r This article applies to all public works cyanms of three hundred seventy-five thousand dollars 75, f or less which arise between a contractor and a locall agency. (22) This article sha. not krop y to any claims resulting from; a contract between wren a contractor and a public agenc; wlh:er the i2b`iic agency has ellect N to resolve any disputes pursup-ml, to Alticle 7.11 (conn,me ncr g with Section 10240', of Chapter 2. ,'Pudic work" has the same rneaning as in Sections 3100 and :3106 of-1-he Civil Code, except lic work" does not include any work or improvement contracted for by the state or t_he Regents of the University ersi`y oA CL'iformia. (2 "Claim." mems a separate demand by the contractor or zA) a tine exter_s5on, B> payrrment of money or dar'nages arising from,work done 5y-or on behalf he con-tractor pzsuart to tine C ruec for a public work and paym ent of which is not otherwise expressly provided for or the claimant is _.c`o.ley w se e:�W t.- tc, or c� zt t le ay e nt of tc s disputed by the localagency, (c) The provisions yr this article o: rtsm,xa:y :ereof shall, be set fo- in t1he p za:%s of specification's for any worl-,-vllich r--.ay give rise to a cl a:.m udder lois article. {d} This article applies only to contracts entered into on or after Jan3..Iary _, 1951. §201041 For a'ny claim subject to th s article,the following requirements apply: 13 h 'ai: inn, lhe doc-annerits necessary to substarftiat-.the clairn�, Claims ya) T1 e cl sha-1111 'be in writing and inc, mi:st be f''ed on or I f f I payrnent. N-othding in tiiis sifodi-vision is intended to i be or- the date of- extend the ti is lllimit or saperstde notice requirements otlherwise provided by contract- for the fffi'li--ng of claims. (b) (1) For claims of less than if tho-Lisand dollars ($50,000), the -1--ocaagency shall re9p----nd in vaitirig to any wriiten claim wiflhili 45 days of receipt of the Claim, or may req-lest, in Wri"ang, NOW 30 days of receipt offine claina, any additional dociamentation,sump-porti-ag the claim orreelatirg to defenses or daims lic loca. agency may have agAnst the-,Iairnant (2) 'If ad,itio-nal it Ormadon is thereafter requked, it shal I be requested and provided ptirs-aa.nt to this sul-,division, -apon m- - a. agre-erner-t ofthe'local age-ncy and the claimant (3) The Jocal, agen--cy�s written response to the clak-n, as f-arther docamented, shaL-.- b-c subadved w tie claimant withk 15 days after receipt of the docunientation or withr.. a period of.__tee 110 greater than that taken by the claimant in producing the additional information, 'Whichover is greater. For claims of over 1-ft tho-asand dollars ($50,0010" and less than or eq` to !hree I undn-d scventy-five thousand dollars (S375,000), the local agency ;sha'11111 respond in writing to all" v,'Titten claims within 60 days of receipt of the c1laim.. or may request, in writing, within 30 days of receipt of -ai- , any -ion - er -he c', ny addi! .-.al doc - ftation sqTor ting the claim or zelating to defenses or claims ._.e. local agency may have against the claimant. (2) If additiorm" infOrnMon is thereafter reqtdred, it shal.1 be requested and provided p-ars--Iwnt'Lo- t lai s su.bdivi sion, -upon mliwal agreem,exit or tinc_oCa agency a.n d the clairnant. (3) The ll'oca. agency�s wri"fen. response to the cll—ainn, as Erther doe-urnented, shall" 'be submitted - * ---r , within 30 days a0hr rec6pt of thelf-I'Llfther dociamentation, or within a period of time o fl:,.e 11 a.-, ;an t no greate- than fliat taken, 'by the claimant in producing the additional information or requeste;d." docu-m; eilietion. whichever is greater. (d) ---.f the claimant disputes the liocal' age ncy;s written response, or the local agency -Faills to respo.--,.d W the time prescribed, the claimp—ni may so noti�y the 'loca'. age.--,cy, in writi.ng, within, '5 days ofreceipt of the local agencys response or within 435 days of the local- agency�s 1-Fail-yu-,aie 'Loo respond Within the !ime prescribed, respectively, and demand an informal confrence to niect and confer for settlement of the issues in dispute. Upon a demmh, the local agency shail.-I scheI d-u-t a meet and conkr conference within 30 days for setlement of the dispute, if following the meet and cone1con-f-'erence the claim or any portion remains In disp-Life, 'Liie I c i la lainnant may file a c. p-arsuant to Chapter 1 (commendnig with Section 900) and Clnapter 2 (conimer�.cing with Section 9110�) of Part 3 of Division 3.6 of'File I of',-he Government Code. Fo�- provisions, the run-nin.g of the period of time within winich a, Claim, m3jst b-- flilcd r'poses of shaH be toll-'e-d fromi ',-he ti--n-- the sub-naits his or her written c`aim p3irsuant To s-%bdiv-sion (a) u-nti. i-he tinie "no is dernied., hncl,-,di�ng any period of time utilized by the meef and co-n-l-'er confercnee. §N104.4 T'-.-,--,e foliowing procedures are esiab,,Hshed for ala 60 actions filed to resolve claim's s-abiecl-to As aside: 14 (a) aj4Tit:in 60 days, but no earlie. 'ffia—n 30, days, f�`JlIlo-„AT`_i?g thy, ffilb ng or respo 5avm pleadings, the court s. alsum t sire i- atter to non-binding mediation a less waived by rnut al' s i^al t on. of bot: a—,ties. The znediatio=a process shall' provide for selection .thi py 5 days bar both parties of a disinterested- t r.r p ro°so mediator, - e ^ � r ^J��� 1 6n' 0 w.a s of a.: .subs fttaL - G.0:d b�':� � y�,'t ae.JA_ c�i�` ���.w�< '�s� '.,.�`.rfy`� �iY`S.�i�u :iv'fd..� � � ;,4� :'� .� sh,al �bge conc.udedy /iY�:�in 15y days �yoyuni vv5ftla��e con „ encerrant o he ediatio unless a t me requireme t is extendedupon, a g'ir'd cause showing o he Vil . �v 15 x I tie matte re .ai_;s'. dispute the case sh all�e s� ni—ted t^u�uc�t«l�` arbitration rvx � i too / i. J - , a �i�rration k+x's ant Chapter 2.5 (coo Fencing with Section ?i 41.1 CO) of Title 3 of Part 3 of the Coe of vigil Procedure, otwiti stat'di--ing Section 114..1 1 of that cede. lie Civi, Discovery Act Wf 1986 (Article 3 (co tmercing Wh Section 2016) cb C a to tl' H3 of Part 4 -of the Code of Civil Procedare) shall apply to any proceeding brought wader this subdivision consistent with. the ru.e,., a e°rtain:.ng it.: (2) lin. addition to Chapter 2.5 comi:oridng with Section 1141,I0i of Title 3 of Pad 3 of the Code of CNA Procedure, (A) arbitrators shall.. whin possible, be experienced in. constri ction a�1, and ;B; any party appeairg an arbitratio-n award who does not oblain it nacre Warable ju moist shall, in addition to payi' e-t of costs and nuBses under that chapter, also way the attorney's fees s'-}:= appea, of t'-:-.e ot'Aer party. 201 016 i a No local agency shall fail to pay money as to au y portion of a clam which is undisputed except as -the.Sp ise prvvid--' in the contract. obi _.a c-my hit filed -oder Section 20104.4, the local agency sliall ;gay interest at the legal mate on a--iy P�rb::t:aL:ori award o judgment. The interest s.-Sal. begin to accr3e sin. the date fhe sit is led is a gi_,. s, v`ur'of taw. 5-1°12 INTERPRETATION OF CONTRACT DOCUMENTS Section 5-1.104 CoorC iation and 1--terpretation of ?a_s, Standard ecifficat ons and Special Provisions,” oft he St- idard Specifications is modified by tb e fol ow3i g addition: The proposal sial govern over the specialprovisions. I-Ih the event of a discrepancy between u-,-';.s shown on ploas, in the special provisions and in the proposal, the units sa:oN;,T: n the proposal shall govern. 5$1..13 SUBCONTRACTING Attention is directed to the provisions 1n Section 8-1.01, "Subco-ntracting," of the Sta=ndard Specifications and these special provisions. A irsuant to he provisions in Section 17771 of the Labor Code, he Labor Comm.issioer publishes and distributes a list of contractors ineligible to oe.forn work as a subcontractor on a public works project. �`I� z_�` ie Cebowevcontractors is available firo`Tthe D4%^::: eiL Cr 1-industrial Relations wet she ;.t: http-//w,vw,d<r.ca.go / LS /Debanht ml. 15 5-1.14 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS Atte,,ntioi is directed to the provisions in Section 7108.5 of the Business and Proffes-sions Code concerning pronn-pt payment to suncontractors. 1'he P�im'e contractor or subcontractor shall pay any subcontractor, not later than 10 days of receipt of each progress ;gay nres t, -I.,Lrilas othenxise agreed to in writing, the respective amounts allowed the -ontractor on account of the work per.-ron-ned by tlie- subcontractors, to the extenit of each subcotitracters interest therein, Any violation of this section of the Code shall constitute a cat see for disciplinary action and shal"_. suiect the li-icensee to a penalty payable to the subcontractor, of 2 percent oft'he arnount due pej- on ' for every nn.onth that pay,cnttisnot: aye. In any a0an for the coHmgon of fm:ds wrongf:'11111y withheld, the prevailing party shall', be entitled to his or her attorney's fees and costs. 5-1.15 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS 7 h Co-ntraotor sha", return all moneys withheld in refention fto-m the sub-contractor withiln. 330 days a-'ter receiving for work satis%torHy completed, ev----n if the other contract -,work -.,s -n-ot completed and has not bee-n accepted in --c-n-form-an-ce with Section 7-1.111,7, "Acceptance of Contract," of the Sundard Spe6fications. Th-is requireme-nt shad! not be c�onstr-ued to or it any corAractual, administrative, orae;ictal reg:edies otll-ierwisc available to the contractor or subcontractor in the event of a dispute invollving late payment or nonpaymel{ by the Contractor or deficien.-t subc-ontract performan-ice w noncompliancebya subcontractor. 5-1.16 CONTROL Off' CORK Control of work shed% conOrra to the proAsions in Section. 5, "Control of 'Work-" of t: e Stardard Speciffications and these special provisions. The second paragraph of Sectimn 5 - 1.07, "Lines and Grades," of the Standard Specificatio-as is modified to read: When the Contractor reqdres such stakes or inarks, he snall. notify the Enghneer of I is requh-'emc.nts in, 'w;riting a reasonable length of tinne in advanoe of starting operations that require s-dc'n stakes or �,narks. In no event dial"! a no0c: of Vs than 3 working days be considered a reasonable length of tirne. T-"-,,- wi'11111- provide on-, set (of stakes or marks as -necessary for cach request for survey and it shall be t:^. raponsibility to Protect the stakes or marks. If the Contractor f?il'.-'s to protect the stakes or marks and tilhey are damaged or lost, the Contractor shall notify the Engineer in writin-g off-the 'Ve-staking" reclidrements and time Engineer will replace the stakes of ,-r 'I ded=the cost thereof eon, any moneys due or to becon---e due '11--e Contract-on ,arks and wil 5-1.17 AIR POLLUTION CONTROL Air poll-utio-in control shall conform to the proviisions in Section 7-1.0117, "Air Pollution Control," of the Standard Sped Ecations and thdse special provision.s. Ad! construction nnaclainery and ve-Incles shall be properly tu-ned, A marl-n-ery or ve-n--clit not in use shall not be id es u2nnecessarily. 5-1.18 PROJECT APPEARANCE The Contractor shall maintain a neat appearance to the Nvork. in areas vis:bl"e- to the pubilic, the f b o w i i--.g s I.,--,a,1, a p p,y: 16 A. 'Mien practicab'_e, broken concrete and debris developed dur,n;g clearing and grubbing s..a11 be disposed of corncu:i-eb by with its removal. If stockpiling is necessary, the imateria. snail be removed or disposed of weekly. _rash Mies shall be ajrnisbed for debris from concrete construction. Debris shall be paced i trash bins daily. 3i`i s orfase, c3rlthat -are to be re used shall be stceetl; cc regia d with their rye oval. ornas _d Aise ori that �~e not to be re-used shall! be disposed of conc.:ilea Li FV with their rem-oval. Full corrpe_satioifor conforming to the provisions in this Sen.e1ob, not otherwise provided for , ,Shal ,e considered as included in prices paid for the various contract iters of work involved and no additional ci;i -pe-nsa.tion viii, be a]- owed herefon 5-1-19 ACCEPTANCE OF CONTRACT Secion , "Acceptance of Contract", of the Standard Sp ci acat'_ons ars, superseded by the NVhen the Engineer has nnade the iii al. inspection as provided, in Sectio 5-1.13, "Final 1.aspection,'. and deterrmi-nes that tie coil:pact work has been con-ap'_eted in a'-.--, respects in accordance with the pians a—a is :�" e e+n o 7: t Director t .1. r accept the c d sp�.�__ �t_ �as,the �ague _ will ecus_fre�:�. that the �ire�.o. f�n�?ally ac di.-„ c�:�t_a�t, �:<d inimtdiateiy upon and after the acceptance by t 6e Director, ;pie CIntractor vada berelieved ofthe duty of maintaining and protecting the work as a whole, and the Contractor will' not be required to perform. any ON=work thereon. SECTION 6. ADDITIONAL INSUREDS, WORKING DAYS, AND LIQUIDATED DAMAGES 6-1.01 ADDITIONAL INSUREDS `i� accordance witY� the, ;�tiS���C� ��Q�I .3 E�TS," and, '°I��3I��3 �i�� ` SSS k�l� a--D IFIC ION," sections containco n SECTION J ofthese specialprovisions �;n Section 20 o the Contract (Construct= A gree_ er_t), the followiz g shall be named as additional ins-,,zeds and shall. be defein-ded, held armless and indeiryWed-; State - oute 4 Bypass Aufliionty, East Co-anty T'ransportation. a"nrprove i ant Alathonty, City of Brentwood, Contra Costa Co- 6-L02 WORYJNG DAYS m c.cco-,rd nce with Sid;tion 4-11.011, "GENERAL," of these special provisions, the Contractor will, ave 55 working days to complete alete a'l poitiors of Phase _ work and 25 working days to complete all portions of Phase 2 work, Atteirtio,._is directed to Section 4-1.01, 46(°tei era,"for descriptions regarding phases. 6-L03 LIQUIDATED DAMAGES Attendon is directed to Section 8-1.07, ..IQUIDATED DATTvIAG S,' of the Standard Specifications and these special provisions. !lie Contractor shall pay to the agency the sum of 50 per day, for each and every cafe-n ar gay delay _a_ finishing the Pause. _ and Mase 2 work in excess of the nmmiber of working days pi-escrio-ed for each phase above. g� C 3 The C'or act�`or shall pay a r"1a�Sb��.'•�"•;^'l. of $850 per d aly Ln liquidateddaint"ges, w1hica includes both phases of work. 17 SECTION 7, 'BLANK) SECTION 8. MATERIALS SECTION 8-1. MISCELLANEOUS 8-1.01 SUBSTITUTION OF NON- 'FRIG MATERIALS AND PRODUCTS The fblowing socci� ation is for usd x:� �Y. � t ng the 1999 Ca_ .ar s Sta�,dard Plans from Metric to a�, is ab_�_��xi ��. Engl;s`b u nits. Only materials and products co -orr ii g to tre -equxreia e its of the s�eci oa,iors s- b� _iicor orated i� the work. �t� he1. metric m-at-Tiats and' ;sl:�d s are not avat.a le, d zvii 2 Fvz?e �,v theEngineer, arld of cost th Stato ier a.� and �e United Stages St da-r sf Meas,es .1gni1,.�,, , _:�.: .,. i10 vL2u: t� the vt�.�,, ^_ia; i :.s �.<�..� ;�r�dt�ts � t_b print States n;.x�r._�,. w . are o` ecual quality a d 43 f^e required g n_ oner ies add ch iacte"'istics for ts�P Y Mose it te«CN'Cy :may substituted for tht eu. ivalent metrfc mate -a's a_d prod-u—s, subject to the "ol'o i g -rd^,visio< u: A. Mote-ilals and products s1 ow-n or, the -D. ans or in fade special p.rovis: +s as -being equivalent ay bep s(subst substituted for the `_sera'^ a e.rials ?.cin:.-,ro��:,�cts s:.1'd�ci—ie 01'd�`'3;s.'�.iled oiia the'v1a.s. 'a: il�:. L�Sy¢t W+yy.L4, ^YY^�!!��¢ uu tiW p �j �^�,,.3y� y,' 3 y+ �v !� rw, 'W ¢y.,�'v. p'''ea.,[ �v �5 B. Before oti e-v io_..-iiaetri-4: mater-a-'s and �JxoC�ucts VNt't.' e Yo_.Jx'�.'.W�d4e iLJi iii�, 3.he 4r✓il�....�v»vrt ili.C:.s.. u nis , at t e Co t_ csor's expense, dT�I1Cenec sa'•�is£faC.W y t� '.�� Engineer t—at pp .a � ia�S a;qr 'i�._e�+r Iii >1a� 1C.vV� ,Ls Products -ro osed Lo- e equal o v titer �, the `s pro- ; e �,� : :� Si.: ' :.'i t ti than ateriai aiie.. ;.�Svu.:,...+is sY '...J,e or detailed on t,•.?w Pans. The burden off wool as to the quasi y and s tc`�bihty £'.b s.l t;t QQ,. f� 'y /'� ✓]/q G z�{,n3 _(r, y [. ray )tea r� Twp:. )_u'�yio�s vb upon the Coad y_-actor p�^..122£ld v,t:e 'v4sy3�2.i:.(��s^.ctor�is�-st�t�'wl..9fVrma s._TA die�LJ'i.$CSd� SAL�v rv�icG.i_vi..'. e'�'»u required�� vy �.__o r2gn`3e r. x he it :i.i�u�i Yi_1. be S VL0. b S iV i tY C d 6 d -S!f qua ity ai�� �:,.. .a�.li.y v:. s=id. �...�..,...Ed...,�,:�: 's`p,r:n•. �1��t�r C1 ods 4 r� ry e E3 :;-seer's decision.- on.- CSS f e fin a.. Wi.v Gi� a.:.l,..� ;JiV .w.dtA'S C;.a it �._it..� li�x_d6+4rS il "u�++a�iJ�.Vd.: will :J's� i.1:i�:. C. 1le> the Contrwotor elects �o s nstitute non ietric maieriads and p-'c uots, inc`u. ing ai�ate_ea.i.s rt 1:,i ry shown v ffie Plans in . ec provision a being equivalent, the list Gry•.a_Lt ..�di.>n,+t� �Tdids` T� li Faris �� <� � 1.`..+_�. � s ci•'? �`;,. :'P. ¢ o.%^ "e ^ec't' `eQ% ::n Sect o 6 y n "Source Supply ly a.nd �_ity of"Mate-rials 4 So`..ir�es ��`x"i°€ztvsia� C�, :v : .vl. 7°� �' ?`°"�' 7 � ., 33 e °' r til tan.daid Sn.ecL-;5c L _ �3,..:a i,:w r`.. _a ./.nn gg +?,��,tt��¢y }f f d V+..tx da ad::, a. _.._ 1r �iV w.] a.-tV1 'si �# �bi e3 r3 tiie�tiviis v v� made v'a.Lc.r¢ /ehv,.i•f^ f ¢ vn�, nvolved. ln addition, dor a 61--a_>ge in resign or oetaiis, tie ontraetoi shall s ami. -..,ns and won."CIle drawings 111I o: or awl oe 1,7s7itli ;vii provisions in Section 5-1,02, 'Plans an Working Drawings.,I! of t le Standard Sne-li`eations. __e D ans and wo ing drawl-rigs shall: e su✓M lftte .. at least 7 days before Sh_e Co?tlac+or.._needs :o begin:t e work involved. �Jnless otherwise sl_ edlied fblioJleg sust.tleios os %aid_iais a-.dProducts w_t1 bje a: o gi.pC;:. SUBS'_TUTIMN TABU FOR SIZES 0. 1-11G S N""33-111 STE'E' , FASTENERS AS"' Ji Designation A 3251 1v TR SIZE S 0% IN T\ H v J a" J PLANS Mch M-s x` read P1 fol `,16x2 5/8 I°✓20 x 2.5 �l IM-22 x 2,5 7/8 M24x3 M27 x 3 / N/ Y �.J l! 736 x 4 e /2 DT T �} p—� ` �g�'+ (`� ASTM Design tion:SIZE 83'2('+ 5; �-�s _ ME i.£4..`'+r i:. 11 L,A�°��'' ' C..J .i S Ia`_..E S.O E SUB§� ,IT�T IED t PLANS inch x 10"; 2 � � d m w 1 - M-1.w 15 E 'W23 ivi w 19 W2.9 NlW2v W11 MW22 W3.5 y _ ?vll25 X73.99 except 13,5 m;pile's -my ?30 W4.7 W35 W5.4 ' W40 6.2 � MW45 6? 5 LW50 7.8 V-1. J55 8.5, except W8.0 in dies orliv W9.3 w1v 1 nn 5 ...dr 19 E SUBSTITUTIONT, TABLE FOR BAR REINNFORCEIVIEN'T METRIC BAR D ESIT—GN TION BAR DESIGNA'T"O?� PLANS 10 3 13 4. 16 --- -- 22 7 --------------- 25 8 29 9 32 - a 36 4314 57 18 — -- Maya desigr-.�.{_on 2 . ears approxi-mate the -n-urbcr of millitneters of the norma ll diameter of he bus. 2Bar numbers are based" €r;'llie number of of an incli included in the nomin?' diamneitr of the bars, No adjustmentwill be required in spaccing or total nor. pow ofreinforcing bars due. to a G`_ieaence i..-. _a n m lm. Viet w strengti-i be Wdeii nietric and non-metric ,-,rs. 20 SUB �IJU'l"1 01,4 'TA BL H N0R S 1ZEE S 0„ S 7 Wl�3 FASTENNEI S 'E�ti"RA. APPT I"A`ONIS ;ASTM. s estnation: A 3'07 yr AASHTO Designal, r M,-11,4, 0 r a d e 36 or 55„and - 12; `I C >RE Gi � FASTEN, (ASTM sig, alio: A 325 cr A 449 UHT i STIZE SHO'VV--N. r ON THE PLANTS n,m i f 6 or 6.35 z sJ4 8 or 7.94 5/1 10 9.52 3/8 s`.11 7/16 13 12.70 1/2 14 ca 14.29 9/16 16 or 15.88 5/ 9 or 19. ;5 3/4 22 or 22.22 7/8 ---- 24, 25, or 25 A0 29 or 28,58 e1/� 32 or 31.75 1-1/4 35 or 34,93 $- --- <-3/8 3 44 44.4.5 -)l4 i o: 5 ;.80 2 57 or 5 7.15 2-1/4 64 or 6150 2-1/2 70 or 69.85 2-3/4 76 or 76,20 83 or 82.55 - - - 3-1/4 9 or 88.90 3-1/2 05 or 9.5.25 '?-3/4 2 or 1001.60 4 21 SUNS: l U 1O� I"ABILE FOR NI OMINAL THIClKINESS OF SHEE'l _ TJN'C'-G-A-;_D HIOT AND COLD ROLIIES s. TD 1 P P E Z':1 NT C C0 A h E. D S H E-E`s SHEE TS (GAIL A-IN`ZED) GAGETO BE S�0� 0 �_ _, SUBST-I FUT-D S� 0� �� ���E �_��� _ UTE PILANS m 7 .94 3.312 5 4.27 6.07 X3,2391 3,891 b532 5.69 0.2242 3.5' 0.1382 5.31 x,2092 3.132 0'.1233 4.94 v.1 943 2.'753 01.1 4 17 9 3 2,372 U.1034 4.118 n.1 6444 0. 75 x.80 45 803 ' , 7 E 3.421345 X13Mn v35 ^• 31l.v x.11}}J�$ 6 �.'v✓r5 16 2,280. 897 `58 u -456- O . '�47 ..<006 or O16 ^.0396 71 0.0673 0.930 x.0366 .52 . - 3. 5 h - 3 0<36 3 M77 .03fl)v t 2 C 0.0479 0.711: 0276- 1.06 0 4. _8 0. 27 t 247 0. �� u, 59 0.551 � 2117 202 i M/0 W-299 - x.475 1 7 0.68 0.;269 -------- __ nom. - - -39 ------ -------- U.53 0.0209 -------- -------- x.42 O.A--64 -------- -------- 0,j 1 - 22 SUBS '_ UITIO TABLE FOR w HPI El s OWI0-INT-HIE —0 Bim, BS `� . PLANS incl: 5.20 0.244 3 f 5.72 0.225 5,25 0.2 f0 7 1 5 4.98 .` 2 5 4e5 €3.177 7 3,75 v.14 3.43 x,135 Y 10 fu"120, 2.59 0.1u5 = ' 2,34 n'.092 13 2. 3 0'.080, 14 L83 83 's 072 15 1.57 0.062 15 137 054 17 1.22 x.048 ! i a U-4i9 i 9 I 0.89 0,035 20 } 23 SU3S'I'l T17'1"0 N TBI-E FCR PSP p11 ;S ETRIC STZSTZ- S 0 W NN ONF-H E TO I SUBS '{U T D E l x MI 3 pp 36 x 4.55 5 14 x 0.1713' PP 160 x 6.35 :SPS 14 x 0,250 3",0 x 1.53 NPS 14 x 0.375 �6u x 12 NPS 14 x 0,438 �P 406 x €.2,7�"..' ' 6 x 0—' .....34640x NWS STv ':f" 508 X 'ID'S 20 X "'�T" 559x _ NPS S22x "1, PA 6 , x T— - # NPS 24 x 74 6 6 26 xT � xr, PP7i ' x T NS 28 ; P 762 x T NI-PS 30 x P? 9 1 3x NPS 32x "' P 864 x NQS 34 x ' , Pia 714 X T NPS 36 x 7 '3 X65 x NIT 3 8 x PP 10 16 x NPS 40 x PP 067 xNPS 42 x ~t4 p� I.I 18 x f' IPS 44 x ,aR l x T NUNS 4 x 'Ty " Pl.' 1524 x T NPS 6; v vx 7 - j t_q an exact co.nvers'"10-*1 orthe thickness in, -inches 175", AND LUMBER T SIC M NI MUM-' M �SIC M.- NK� Um N C INNAL DRESSED DRY, DRESSED GREENT , SIZE SHOWTON THE SHOWN, ON THEE TO BE S U BST_ U E 9x89 2000 3 8 x 40x99 2x4 4x89 65x90 3x4 89X89 4x4 l4xl4 _43x!4.3 6x6 =40x1.84 43x1_90 x 5 84x<849- 8X f n 235x235 � G�'XG�K 286X286 292--292 X12 Z . C >f GN ME--;"R-':-,-- BOX 214AII,, E STC SPT 9 STTHES S- STHOWNON TO BE 1 a LA?�S p���s°�»S Penny-w--tight a ccaa yy�. I .ire+d�s.gffig ml---i �y--�y+ S �''�t.. en-giS., ii�_y�,Y1r 1 in. ",i.aineetery mm 50,8 0 510.80i 6d 2.87 2.51 63.50 6-1.50 8d 3.3? 2.07 76.20 76,20 7610 1 3.76 3,25 4M 82,55 82.55 8 2.5 5 12d 3.76 f 3.25 4.8},8 88.90-- - i 88.9v 88.90 16u 411 1.43 .26 6• vi. 60 xOT,30 1,101.60 20d 4.88 3.76 5.72 4.30 1.4.301'14.30 3v 5.26 3.76 6.20 J127.00 12.7.00 2.7.00 40d 532 4.11 6.68 '139,70 50d 7,_9 . � ;.52.40 60d 25 SUBSTITUTION TA3LH. FOR IRRIGATI ON COIVMPONENTS METI�IJC NOMINAL WATER Ml El-E SIZE "TUTED TRUCK LOADING I i U 3- L, SUSS T STANDPIPES, VALVES, BACKF LOW ; P R E V T E R S, 1-L O'N SENSORS, WYE STRAI—H-N-1 NERS, FILTER ASSEMBLY UNITS, PIPF] SUPPLY LINES, ANS PIPE IRLRICTATION SUPPLY LINES Simm'; (m -I-IlE inch PANS A M E TEE R N 01M NAL (1)IN r m 15 1/2 3/4 25 1 32 —1 40 1-1/2 50 2 65 2-1/2 75 3 ------------------- 100 4 15.0 200 8 250 0 300 350 4 400 Unless othcolvise specified, substit-�.;tions of United States Standard -?vlleasurces standard structural, shades corresponding to the ranetricdesig,-nation.s shown on the pla--ns and in contbr-'nancee with the requiremen- ts in ASTM Designalon: A 6/A 6M, Annex 2, will"Ibc edlowed. 8-1.02 PREQUALIFIED AND TESTED SIGNING AND DELINEATIONMATERIALS The Depertment maint2dns the foHomdng Wt of Prequalified and Tested Signing and Delia ea',io-n -Materied-l's, The Engineer shed. not be ,--reclluded from, sarnpling and testing products on the lis. of PrequediRed and Teged Signing and Delilneation Materials. Tile malaufacturer of Products O'n the list of Prequallified and Tested Signing and Delintatio Materials shall funnislh t'-,-,-,e Engineer a Certificate of CompHeince in conforman- ce, witn the provisions Section 60.07, "Certificates of ClornpliancQof the Standard Specifica.ions for each type of t-ra-f-Fic product s-uppHedl. 26 r those categories o mate a's _i ci dd-d on tnIw list of Fres as „died a.1d Vested Sig-nig and LDel_.neation1 Materials, only those prod-icts sown within, the listing rnay be used kn the work. Other o g 3� v ,i _ t l;--� ten, "'esbed Signing and D-imeat o pie ies of to od ct , rnot included ed or d�� �s. of � ��� �_ �rr> t- is - used' :n he v c _� Nrov.-eo trey con ob. toe re z men is of l e Standard i at-rials, = 2� v. vl ?% $ r; e. s L r. rc I SpecaA pat o:<,s. y� i� Ye- r -r-ductR te.. 't ,,y ,$ wf s:aiS �.1_�. v � :r:.a�r `�...�-}��t to �s� �,. i�: va t�i�`��il.�.iim"+ts. C"...��:�. Tested Signing +^,.iL.l ��w:.#.i>�i'it:.i�i VIP i me S.a.•�+^a�st''z,- �uv�?�� � !V��✓d �'v�€ii�t 3iv° �C2W.�� �t1i� t� 1�New����t£�d tv�L�i�:sG�i�l" at tive TrarsA oftalion Laboratory. U o;.� a De ar-It ei.tal request for say fYles, sufficient sa~-1 :es shall: be v €� itted to perp-nor �erL- ance of required bests. Appro jai of m tenor s or products wil depend upon compl-!-nce with the sy eo=tfcations and tests the Department may elect to per-or , PAVEMENTMARKERS, PERMANENT TYPE etr re active With Abrasion Resistant Surface (ASS) A. Apex, Model 921 AR (f 001 -�, 100 � } B. Avery Denmiso_1 (forme.rly Stimsomle), Models C88 (100 x 100 ��, 911 (`00 narn x 1 G-O mm) and:. 953 (70 m--.n x 114 r) C. Rhy-.s®Liie, M^vie; "A A" AR S C 10 v x �10 0 D. 3M Scries 270 189.1 =x 1,00 mils) 3 Serfes 29v IISA, �,�dit'1 p1,eSSU',ie S .` s t +T� ��a�s vd a�� ` `> '�Yi as 1�1� ftetrore ective With Abrasion resistant Surface (ARS) (for recessed a p'i.oations oily) A. Avery Dennison fforpnierly Stimnso rite), Model 948 (58 mm x _19 = , ,every (forroieHy .Stir-:^so_--ite), Model 94AS ;5i rm-al x ,00 Ray-O-Lite, Model 2v�2 �' mm. x 1:7 L". Ray-0-1—i Mod,-' ARS (5. mm x _00 or.iso, or---;y Hl 114 mm.wide ^loer) rec-ssed slots Non-Reflective. 100 mm Round A. A l-bne rod;.cts, "D-Doke and "A " "ABS) Apex U . versa: er azmio ex Undversal, Models 2AS) and 929PPolyroyiese) D. 'folded Plastics, Model 9030 ;ABS E. z i.-splay Sa;�ty, Irc,, Models P2�m2����1 and d 2�� � .A 1=1t s:.^,., !..7 a:v,".,, „iiiK..mioicu Back" . q �v 1y ;..s;� f ai"1 ( c31y,f`✓S�.`J �+..£u. yl ) Nova ritc Modes Cdot (White) Cdot-y (Yellow), •I-rXMI'li H. Nova;;r.te Models A ot-w Wlhite Ad^t fVe,,o ) SS 1. Novabnte;yodels dot-x� hitc) Pdot-y (Fellow), =oly ro J. Road Creat ons, MoGlel RCB4NR (acrylic) L` r `FD'-00` n n (ABS), +,� r+ c _— m ace J `Ara:_.o Woos . 1 vZi ( SD i 1;500 \ ��ypro�:,yle e) Zu- ar lrnd s,r-Ie. Titan_i/1-40A" NABS) Temporary Harbors For Coag Term- ay.,(Night Use (6 months or less) A. 1-i sex �ri_vel sora, Mode: 924 gmr-i x € ' 11) gig: __�or_•'•o bed a tidS, " r Co� ltd' ode Jir _v 3 x v h cf C. Road C'reat ons, -V-ode1 R.4' 110u m x 100 ✓, Vega Molded Products "Tem.porary Road Markel" (75 ,r-.dac x 1,30 m), 27 Temporary Markers For Short Term Day/Night Use (14 days or less) (For sea' coat or chip seai applicabons, clear protective covers are required) A. A-:)ex Universal, IViod-el 932 B. Bunzi Extrusion, Models T.R.P.M., and "HH" (Higl-i H at) ea C. Hi-Way Safety, c., Model 1280/1281 STRIPING AND PAVEMENT MARKING MATERIAL Permanent Traffic Striping and Pavement Marking Tape A, Advanced Tralfffic Marking, Series 300 and 400 B. Brite-Line, Scmies 1000 C. Brite-Line, "Delta Line XRP" D. Swarco 'Industries, ""Rector 35 11 (For transverse applicationon-1,y) E. Swar-co -hind-ustries, "Director 60" F. -3 S IL a na a ik" Series 380 and 573 0 C. 3NJ "Star ark" Series 420 (For transverse a^plicatiorl only) Temporalij (Removable) Striping and 14vement Marking Tape (6 months or less) A. Advanced Vanic Series 200 B. Briiite-Lin.e, Series 111 V, CGarlock R—,,bber Technologies, Series 21,1100 D, P.B. Larninations, Aztec, Grade 111'02 E. Swa,-.-co Industries, "Director-2;; E Treli-eborg industri, Rl 40 Series C! 3M, Series 620 "CR", and SeriesA750 l-L 314, Series A145, Renaovablc Black Line, Mask (Black Tape: for useon-dy on Asphalt Concrete SuAces) 1. Advanced Traffic Marking Black "Hide-A-Line" (31111ack Tape: flor use on-1,y on Aspna-1-t Con.crete SurEaces) j. B;-ite-Line" BTR" Black Re-movabic Tape (1311ack Tape: for use on.-ly on Aspl-hal" Concrete Surfaces) K, Trelleborg 11-n-dustri, R3- -14,, (Black Tape: for use on-'.-.y on Asphalt Co.,nrcrete Sarfaces) Preformed Thermoplastic (Heated in place) A. Avery Dennison, "'-Iqotape'' 13. Flint 'I radinj, "Prernarij "Prernark 2W20 Flex," and "Preawk 20/20 Flex 11us" Ceramic Surfacing Laminate, 150 mm x 150 mm X S&AVe industries/Highway Cerarnics, inc, CLASS I DELEITEAT ORS One Piece Driveable Flexible Type, IWO mum A. Elunz! Extrusio-n, -Guide Models 400 and 566:' -3. Carsonite, Curve-Fqex CFI ;440011 C. Carson to Road-irnarliker CR-MV-375 D. FliexStake, Tylode. 654 TIM-. R CheenLine Model s HWD'-6 and 00D1-66 28 F. ?. IV:__ter Industries, Model J 1s3 75 (witllh soil a-icnor) Special Use Type, 1700 mm A. 3 u>zI Extrusion, Mode F G 560 (with 450; mm U-Chan ea base) 13. Carsonite, "Survivor" (with 450 na.,rn U-Charmel base) C. Carsonite, oadm ar er CRM-375 (wait'450 rnm-C ?an e vase) D� AlexStalce, Mlodcll 604 E, GreeaLine Models HNVD U wid CG ED (with 450 mm U-Chan e base) F. 1_rp cL Recovery Model D36, 'vv'ti^#105 Driveabze dace G, Safe-Hit with 200 mm pavement anchor(SH243wGP') _. Safe-11-lit with 380 = soil anchor (SH24 -G'2) and xith 450 mnn soil anchor (5:;248-G P3) Surface Mount Type, 1200 mrm A. Ee t M r- ufactu:_ring Connpar y, Master .ex Model MI - 80EX-48 B. Carsonite, "Supe—i— Duck lI" C. FllexStake, Surface M wnt, Models 704 and 754 TMI D. hnpact Recovery odel D48, with#1O� Fixed (Surface-Mo-ant) Base E nree D Traf`c, Worcs "Clxa,, elf�ex` Part N'o. 522248VW CANLES Surface b4ount'hype, 900 mrm A. Be_it Compz iy, 1\41asterflex Morels MF-360-36 (Round) and 80-36 (Fla!) B. Danz! Extrusion, FlexiQuide ModellsFG3000LD and FG30DOUR. C. Carson te, Sue Duck" (Fla. S h-435, Round ;.x-336) i D. Carsonite,rite, "su"er Duck Il Mlo..,e: �`4.. `CF2v360 iB '71he Cz ^„.:_ri. e.Szs,i E. Flexuta ce, Surface Mount, Models 703 and 75.E "�M F. i reL, eni.ne, Mudd' SMD-36 ";. Hi-Way Safety, `rc. `Cnarmel Guide Charmelizer°" Mede, CGC36 . l�pact Recovery Modell D36, with 9101 Fixed "Surface-Mount) Base Mal, 0 a^ 400 J. a±ew__ :, G-uide Post, 1�.4ode, h 236 Mk The Line Connection., "Dura-Post" I"✓oriel P36/-3 (Permanent), _ L. he Line Cvr"'ectiei:, "Dura-Post"" Model D 36-3C (Temporary) I 7_1 ree D Traf-c Works "Char elflex" Par,t No. 522053TW Lane Separation Sykes, A. 4.nzl `lex -Guide (FG) 300 Curb System" C. recycled`Ichnology, Inc, "Safe-Lane System. CONICAL DELINEATORS, 10 i0 mm (For /'vv i3=i5.^_ Traffic Co :eSy 'v`or4.- Sea.:=:L1ad Specifications) A, Beat_- an.,u-acts rir Co rqpany "T- op" B. Plla.si c Safety Systems "Navigator-42" C. Radiator Specialty Cor:pa..�y F Enforcer" D. RC,`adr'3a:ker Cor any "Sta'ckef: E. Trafl ix Devices "Grabber" 29 OBJECT MARKERS Type 'WI, 450 mm A, Bunzl, Mfode' F0318PE B. 615 C, FllexStake, Mode' 701 K-V--, . e "s 300 a-rid 400 DRpo, _Mlod..21 It Safs-119, Model SF1718SNUA F. Tilie Line Connection., Model DP2!-4K Type "04" / "Q" Object Markers, 600 ,mm A. Reit Manuhmturing ldamerRex" Model IVIF-36.0-24, B. Bunzl ]:3xtrusion, Tmode-1. FG324PE CCaisonite, Super Duck 11 . Fl-x S t a k---, _Gee, 7i 1K M E. Repo, Mlodelis 300 and 400 F. Safe-Hit, Models SH9 24SMA— AA WA and SH8 24GP3—'W (I The Line Ccinnection, Model D-221-4Q Three D Trafll-c- Works "Q" Mar ger, Part No. 531702W CONCRETE BARRIER-MARKERS AND TEMPORARY RAILING (TYPE K) REFLECTORS Im.pactable Type A. AR7UK, ITB'? B. Bunzli Extrusion, Models PCBN512 and PCBNAT!2 C. Duraflex Corp., �T�lexx 2(�20" arid "MecGRem" D� Hi-Way Safety, Inc., Modeel G' K. 100 It Plastie Safety Systems "BA MI " Modes 0IM-BARR and OTTVI-BWAR F. Sum-Lab Teclinolo gy, "Safety Guide Light Mlodel TM-5" G. Three D Traffic Works :'Roadgui-ii-de" TD90000 Series Non-Impactable Type A. ARTUK, jD Series B. Plastic` lastic Safety Systems "BAAN/1" Models ,01-M-BITARW anN? ITA d OBRAA C, Vega Molded Products, Mlodcls GBM and iDl THRIE BEAM BARRIER MARKERS (For use to the WR v_ rafb c) A. Bunzl Extrusion, "Mini" (75 mm x 254 B. DuraexCorp., "Railmidtr" CONCRETE BARRIER DELINEATORS, 400 imm (lFor use to the, right of traffic) A. Bunn Extrusion, Modell PM T-11 6 B. Safe-Hit, Model Sl:-l_216RBNw_ C. Sun-Lab 7eclh-nology, "Safety Guide Light, Model TM116," (75 mmx 300 m DTlmree D T raffle Works "Roadguide" TD946 Series 30 CSTBARRIER-MOUNTED IN ¢ U (261 mm x 360 mm x 570 Wim) A. Stinson Eq ipr lent Corn- any "SaddleMarker` SOUND WALL DELINEATOR (Applied vert€ca `y. Twee topof 75 =.nx 300 =reffleetive e.ement at 1200 im ^above roadway A. BunzI Ext.usion, PCBM B. Sun La- Te -mo-lvgy, "Safety Guide Light, Model" SN22: (75 nnn x 300 non) GUARD . LING DELINEATOR (91ace to-) of reflective elerne t at 1200 mm above lKne of roadway) Wood Post Type, 686 mm A. Bunzl Extrusio_n, FG 427 and FG527 13, Carse site, Model 427 FlexSt k-e., Model 102 OR E, C ree Llne GR.) 27 E. 1 biller Model jN413 75CO F. afe-Hit, Model S71-1227' G. T_uee D Szaifc Works `°Gu:.rdex" TD5100 Series Steel Past' ylve A. Carsci _te, Mode. CFG -327 wiIh C F O,RB30G- Mounting Bracket Channelizers, Barrier I arkers, and Delineators A. Avery DebrYsn.; T-6500 Series (1-For nerly S#i-mso:i#e, Series 6200) (For. rigid substrate devices B. Avery Dennison QTR-631:=30 Series C. NT.ppo Carbide, Flexible Uitra.ite Grade (ULO=) -- D, Reldexlte, PC-11 0100 1`✓rf',:!d' iZwd Polycarbonate E. Rer:exite, AC-10,00 Acrylic F. Rzf1exite, AP-1 000 Metal zed Polyester c y G. Rei.iexite, •aJorfo3rma ight, ARw il00 Abrasion y Resistant 'vo✓airn Traffic Cones, 330 mm Sleeves A. Vie'exite SB `Polyester), Vinyl or "TR" (Sem-tr s.spareb t) Traffic (Cones, 100 min and 15 mm Sleeves A. Nippo r.. Carbide, Flexible U':ral?rb Grade (ULG) II, C. 31),/l Series 3840 fOrrels and Eounis A. Avery Dennison WR-6 100 B. Nippon Carbide. Flexible Uhrali:e Grade ( LG; II C. Rem exile, "Con,forma. ight", "Super Flga intensity" or "High Irripact DrumL Sheeting" D. 3M Series =x 31 Barricades: Type 1,Medium-Intensity (Typieplly Enclosed Lens, Glass-Bead Element, A. Amcr".-Can !Decal, Adcolite 3. Avory Denrn:son, T-1500 and T-1.600 w'rie'r C 3 TV- E In gi In e-r G r a d e, S e I-i e s 3F, U1 Barricades: Type 11, Medium-High-Intensity ffypically Enclosed Lens, Glass-Bead J- Element) A. Avery Den.-ison, T-25 Series B. Kiwalite Type 11 C. Mikkahite .800 Se-ries Signs� Type 11, Medium-High-Intensity (Typically Enclosed Lens Glass-Bead Element) A. Avery D.-muson, T-25001 Sen-es B. Kiwalit'e, `_'ype _111 C NT i k kaite 1800 Series Signs: Type 111, High-Inten city (Typically Encapsulated Glass-Bead Element) A. Avery D e.a ni-so_-., 'F-5 5 0 0 Series B N-1-opon Carbid'e, Brand 'Utralifte Grade IT Co3M Series 3870 Signsa Type IV, Hight-In tensity (Typically Urimct2Dzed Micr�prismatic Element) k Aver'v Dlennison, T-6500 S-1--i-es (Forraerly Sti.msonite Senes 6200) B. 'NTI-o-'On Carbide, Crystal: (31-ade, 94000 se:ries Signs° Type V1, Elastomeric (Roll-Up) High-Intensity,without Adhesive A. Avery Dennison, IYU-60 4 ' '%l e s C ee r-f 0 r an,g e B. Novalb.-ite ;'_LC, B. `Vi.-_"y 0" ge C. Re-flexi'Le �'SuperB_r�ghf� '_"'UeSC'1t Orarige) DRef-1-111 exit-1 TIV.a-ratlno n? (Fl,Uorescent ora n,ge) E. 3M Series RS34 J(Orange� and RS2,'j' (1�luorcs-ent ora'nge) - I I Signs: Type VII, Super-High-Intensify (Typically Unmetallized Micro p r1smaticElement) A. 3M 1-DIP Series 397n Signs: Type VIII, Super- 3gh-Inten:s�ty (Typically Ian metallized Mier�prismafic Elt; emen A. Avery Deninsson, -750 Se-nes Signsd Type IX, Very-High-Intensify (Typically Unmetafflzed Microprismatic Element) A. 3VI 'VIP Series 3990 Diamond Grade SPECIALTY SIGNS A. All S--gn P1,0ducts, S'0P S?g-n (A"'l Plastic), 75rj mrn R.--"ex*f,-- Work Zone S-gni Semi-Rigid' Plastc S-ulbstrate)' SIGN SUBSTRATE 32 Fiberglass Reinforced Plastic (FRP) A. ib¢r_3rite B. Se uer ria, " �3iy w ers C. ?: 'tip'., aA �r (3 �-�s� for� t-Mo; to CZ Signs, 120 ::r or less) ,.2. "'I2.5t '^�b. y _�b"b. i for.�L`RJL u u� � A. Aluminum, Composite L"5. Al'ca n Cori 1:..i v sit C 8, "D. ibcn.d 1.�6'.,� iP-dy 2 iff v3, 'MI itsub is , Che;-icai A m eraca, AIpoIic 350 -1.03 TETT? Whe-never u reference is Ta -in 7 t2i'. 2 C `3W Cr aiA a5r4iev, specialprC ^f theI alna •-:>dia b bc f: z ber5 specified eln , the -corresponding, ASTM esi v ` or AASHIOer eta Id ie 2A�,>;�� S 7-.y^�.�i5?�t�, �.�7iL7� ;�7b Cauai<ty of rriaterl.clSr Cr-��^^2p`,�� ASTM, N s_T O rt 'i v�Si 216 D 1557 1 v # 231 D 2922 T 238 �a) F 23 D 422 is 1: 2 0,4 D 4318 i- T 89 & _ 910 5 :4C 231 ' T 152 5 18 C 1.38 T121 j 52 C39 T 22 523 392 7 177 &T 97 3 533 360 2 _ C 131 &C 535 T 96 When ASTM Designativ17, Dy 2922 or AAS TO Designatioz7. T 238 is used, the firel:lency and :s7 ab" . .se ri>;vy tio of « c;; tests l. iGi:1 1i1 .y with_ unr re'-ui-remen-ts ,pw ,lfieu . ia-l. r3 .GA est^ ior esc - etcrni=aton obegavco=n-pacL- vy AryZvgor SHTO testmethods, GJo:a# olye com. p,acti.wa tests per STM Designation: D557 or AASHTO Designation: . 180 •` be 4:� ill l..tk.+ :..J a..3 �RVbL YYhL:.L Me L::Jb Ls -oipViV s.L3 :'..,JVi wYeEy L:SCA.Ailtw�-Ln dry densities are L:.i2`JweE,h. P.,,evi.Dus lZboratory nnaXin.-n `:"_• Cary dcrisit cs I^ ay be used to deferz ine "'"� a C=a0ti£}i7 f the n Q.+s. d �6.sr..b; W°edx x, y.S+ G.r.:.1 V� '�+ d. b ateryai as determined vy the •ngiaaeer, is corn tae sarle gei7er excavation �� ^lant sorrce and 725 _a� 5ai�� �SS�`_2I c-haracteri5bcs ii color, gradation, and soil c1a5s:licatzor_ as W_i �reYio�:S borato v iGC��axir ., YAC . y ensitYie4sZ.fnThe use :e� � s i�ra�of— tory i� app d-.- ey�sitiers���i r ` eis2�S¢tV..,.. ..Vr Mor ¢ G:.i� �i YVltr.king days or for more ihar. 1�,` h.i-t4r�.:.z.21 rL.iL:.Vit,�°.. o1 rv1G�::,ive 4e+ilaiipactio, -1.04QUALITY CONTROL TESTING The Contractor's attention is directed to Section 6.3. 32, "Testing by Cor tractor" of !fie Rarldard Specilrication.s rega.r dMg res-pons H `y or quality co at ol. " ze acceptance testing Ieaz0 ed agency 33 shat"', not relieve the Contactor of responsiMity Bor perfb=ning quality contra ll testilng as --required by the above and odryer provisions of th.—e Standard Specifications and these special.provisions. 861-05 METRdC CONVERSIONS Project Plans, County Standard Plans, Constncetion staking and project Special Provisions 'I'dual", units) Pne in imperial (English) un-its. The 1999 Califor-nia Depart-ment of�rarnsportatio--n Siandaid Plans and Specifications which are a part of this con-ract are in Metric T�ndts. The hollovAng list p--,.-c)vides limited. nur ber of conversion, f`actors f6or t'lie- contractors to use in conver�,---,-,g metric nits to En.glish uunits, the list is not to be considered exhaustive a--n the --ontrac"Or s..---,a..-, us-- standard S.I. conversion factors -MI-ic-n.. co-nverting unfits --not contained on the Hste Cornm. ,3n Conversion Factors to Metric Units Class rya To—Get; ' Area a (I cu-'O 0M') 2.47 acre 2 f�2 O,76 2 Ya 2 k 2 m. 0.386 il Length 3.281 ift MM j J1394 kra L621 M y Volume 3111 L 0.264 gal mL 01338 Oz 1308 yd3 Amass I 9 00.0353 kg 2.205 tonne (1000kg) 2205 141) (1,000 10) kg a001 1 short ton (2,000 1b) tonne (1000kg) 1.102 Short'Lon Density kg/-..-;,a' 1A85 Nyd' kg/--.n, 3 0 0'6 2 4 jWn3 Pressure Pa .000145 psi 2� Pa (N/mm 0 4 5 1 ksi 'o Pa M209 L arature OC .8x ( C) + 32 Concrete Strength Metric English Ganerefe 25DAPa 2,600 psi 28 NMPa 4100 psi 35 MPP- 5,000 Ps 42 MPa 6,0"0; p s i 34 SECTION 9. DESCRIPTION OF WORK sb-, -,,;Joik to be dcia generally consis4 s of navee t xidening, ili_sde -,xcavafio,ij install,atYonof drainage facilities, construction of trafRe islands and installation of traffic s'gna s and such other iteris or details, not -..nentioned above, that are required by f%e plans, Standard eifica¢ionsyor these special provisions t; be performed,placed, constricted or fnnalled. SECTION 10. CONSTRUCTION DETAILS SECTION 10-1. GENERAL 10sa1 ORDER OF WOR Oidei- of wore shall con.form to he provisions in Sectiozi 5a1. f5 `Order of Worn," of the Standard 5 Specifications and these special i... provisions. The Contractor vi'lhave are-presentative or. the job site at all! times while work, is act'laly n ro gress whose so°e duties siia:.. be to supervise ...`:.ice su e4vise the wore ci¢vs and coardina e activities ct_ it_es teera .n �� the contract ayt operations, incdi g ti,- �:ic cntro. andv .✓lic-v notifications. ' 'K�i✓Jtis b .VA S:Lnit ' LtS11.V VJ^LLJi iYs Ci1 rconstruction. y iibL$ ! /hbsle. Both 5:e.wSS W; .t! We su rittec at tete preconstr"actiorz conference. The Engineer shall approve the traff-fic control van and constnd cion schedule prior to the begirinin, of work. Prior to any construction work, the Contractor Lor snail nista]..' ESA .arses and Silt Fencing as indicated on tate plans or as directed by the En gin-eer. At en-tion is directed to Section. 10-11111.04, "Ten Fence (Type ,'S. fJ 5 of these sNecial provisions for details .elated to i_bs alliation, materials, and removal o Ski fencing. Attention is directed to Section 10m1,03, "Ternporary Silt Fence553 of these special IroJisions for oetaiis relates to installation,materials, and removal' of Silt frencin.& At '-,east three working days in advance of any disruption t parking or tepporary drivelvay closure, 01 4 l rte ✓usiS'Ss-,S n_GniSa g e stem shall J e notified o:Tfied Ji ¢i. e disruption. is: hptiVL by the Contractor Siwriting ritig n accordance with"Pub i-- Convenience" .,`these special provisions. At the end of each mmrkin g day if a di`Mence in excess of 3 inches exists between the elevation of the ex.st.n :air-,i -,i t and he elevation of any excavation wi n. in the toad way, material s ail be laced f' aria compacted against the vertical ersica: cu-As ;adjacent;adjacent to lite traveled way, .•�i��;ri a excavation Operations, native material may be used fo: this purpose, however, one-, the lacing of bre strusural section Atex �a e n erg level c�rn�_i-,=ices, s�r�ictiirai material sli�li � =.lewd. The tat-,ria' s a'1 b placed to the i��:j�.. of the ei-,vatior of'ie top of existing pave:<erit and tapered at a slop of 1.4 (Jet dica.a,aorizontal) of ..ua.tter to he bottom of the exca.vadon, Full cc ;nsatio-n io:placing the materia. on a. _,4 siope, regardless of the numberof times it is requ ed, and subsequent removing or reshaping of the material to the lines and graces shown on :h6. ;dans sh2sl? be considered �:s 'i'la:,:uded in the contract price paid fas`x the :?'1a`:_e:7.alS i"i`5ro?Z1ed and iiv additional compensation will be allowed therefor. No payment t will be made for material placed in ;; + L +,uct,:w i ton. ixi-,vS of:.iiG.: reg wired for the call mow;:.,:a. sea.:,' req H e / \ Orders � �E 9 k"; � � �}• ced no laser ti�ais seven �f _a.,. Si'�i1 ..:.'Sc�.% ���:"�� � riLy#"`1.'�a"£ sand materials tail."° s`.�.,,_:. '�w iC"« k'J�`. calendar days after award of contract unless othervise a errnitted by the Engineer. the Contractor s a l fur,._sn':I e Engineer with statements Yri -he vendors that the orders for said evuiprriert and materials have been received and accepted by Said: vendors, Said vendor's stater eats shall indicate anticipated delivery dates for all equipment and mate- v`s ordered. _.Mention, is directed to Section 6-112, "Working Says% of `hese specifications for info nation rea di g �J.",i<yCitY:: nd/y���S.F+"o he ti{"r3f��4be signaly"xu�.'r3C��itre Crelm`r�'d[_ ems of JaC3�ck. The Cont�`cSco ,_�._a � roceed e:Xd L i�' Jf:er items o -work without citing fo the ai—H a. of signal ,end lighting equipment. The Chntractor shall comp' hH Is,de excavation prior to Initieti_g roadway or shoulder excavation. Atte__ion is directed to Section 10c1.02, "Water Pol_ati^vi= Control:' of these special provisions for infornn aio-n regarding the limitations itat� s oractive disturbed soil during the defined r y sev , shall not exceed -one (1) acre. 35 10-1.02 WATER POLLUTION CONTROL `mater ,p^:iuti-or, control wore sl?al- conform to the pro visio-ns in Section. 7-'1.01e0, "Water `iso_ of the Standard Specifications and these special provisions, 'rids project dies within. the boundaries of t1fte Ceinf al Manley Region Regional Water Quality Control Board RWQCB), The Cl unty has submitted a Notice CIntent to the RWQ " �_�lc� referencesy and incorporates by reference the cufibio Statewide t tei b General Permit issued by the SW \vB enti e "Order No. 99-08¢✓ >Q, National Pollutant Discharge PIi ix_at_on System (NPDES) Genera Permit IO. C AS000002, Wase Discharge Reqtdreirents (r"N DRs Or E isci:arges of Storm 'Water Associated r .ti-, C v'strucayn. ? Activity," which regulates discharges o` stor:n water and non-storm water from- coystdalkifn a. ,iI;'.es distur .%g I acre or more of soil in a common plan of development. Sa`•np'_rig and analysis requi e:,,ncrits as specified in S4>V-IR-C ceso 'w:ionN-,o. 20011-46 are added to the Statewide Genera., Pcr_..=t. Copies of the Statewide General Permit and modia cadaons thereto are avail-able for revie,,v from the �7S'Fr'G��a•ECB, Stori�£�J' ate Permit �. nit, 1001 "1" Street, x t, PeO. Box 1977, Sacra ted t., alif�.3_"i:a 5811 2- 9 l l, Tee pl Jim: 7 v 3 525 £ may alsovE obtained,' 3rvi the it to tat ode site at: iLtp://vTvvw.stet%',v.ca.gov/sto:;ri:3F�r The PD-HS pen-nitt that regulate this project, as referenced above, are hereafter co..ec ivel'✓ re-f e red tv as the.+ _`ds project sl-al' confonn to t:e :ermits and mo ifica-ions thereto. The Contractor shat_ r ai _ ain copies of the Permits at t�� p:gJt ' site and shall make the Permits available d.% ixconstruction- The � ✓�nil� .ctii: T3e Permits e2 require the preparation of aStoreWater Pollution Prevention Paan SYVPPP). 1'_0 j prepared t� witn the re re nt Permits, the State of Caliborr ;. r �'q/dj_3 _ shalt �. �•.,�a �� in ��riu�x aliiJ� `'TT_, s_ �".ti as.r;.a� .s of the 't � Deja tment of ansU•or" tion (Ca tia.dns) Storm, Water Pollutiv:� Prevention Pari (SWPPP) and WaIe-I' PO`1J tion Control Program (WPCP) Preparation manual," an the Caltrans "Construction. Sit _ v...e. Best Management Practices `B-MPs 1 Gn a','f including addenda issued up t � � and ribludrrig the date o f c p u e The P e e b e to, re pectiveiy, as the . cepa a lona advertisement Cif ti'do-.. ; i°tl': ct. These -nai�ual.S are �d�=�._na�er:e:�'ri'PC�S ;. �'..., v :�YF,.,.u. ref. Manual" and the "Construction Site B:IPs Manual," and collectively, as the ''Vilai pais." Cop=es of t_t Manuals :may 3e obtained from the Department t ro f "Transportation., Itiateria. Operations Bran k+ Vali Os_d iJ i. 5 Publication Mstrivutioi_ Unit, 1900 royal Caps Evive, Sacramento, California 95915, Telephone: (9:6) 445-3520, and .ray also be obtained. fro,- thecepa#. fieri� t`s inte,net we�bsite at: �� ✓;/J4���v�,v.d��t.ca.�;vFa/i�l�,vrstr�;c/s`�ir:�;�,=a. t_�l '1e S6P? sa?� a�so be prepared hconformance with guidance provided by S FC3. (see VJSy'w �wir�i;.c a.�G�r/StC3:`i`;:Wt'/ C3:zstru�ti o_i.�[ �: The Contractor shall unow aid ;lli-y -comply with applicable provisions of the Pe _ its and a-... ((yy ,��ee //��,, ep� rr��,, Ftp/. c{ �s p pp• State. i Yv /y Y: rim �::• _odif cations td'.'+.�4eto, he 1`s-,n alsi, �.nd F ede al, 6and local ieg'e»i.atio is''i. and e �° t7 ,($ ire 3 1" s that� govern the Contractors operatioris and store water and _oi -storm. Nvatei discharges f_`o both the project site and areas of disturbance outside tinepi3jmt ii_ :isduring wo .st:ilivt` 'i. Attention :s directed s to Sections 7-1.01, "Laws 4- be 01 served," a.ic: '/ I 2, 'bidet ii i'catio a and irsu:mice," of the Standard Specitic,ati0nS. The Permits shall apply to stoi•_n dater and certain permitted non-store, water disc-harges from areas outside the ,vKect site which are directly related to constructio activities fon'this contract including, o:;:t ot H, ited to, asphalt batch pints, material sorrow areas, concrete pants, staging areas, storage yards andaccess roads. Contractor shall comply with, thePermits and the M.anLals for those areas _ and shall ✓lemen, inspect and mavin the required water pollutio-n 4onro� practices. hnstai . 9 inspecting .,i^ maintain,-ng water poll, tion control practices on areas outside the highway right_ of wa-y not s eci,::.ca ly arias ged ate ;�rovidec yr Jy t':�'e County for he execs tio_, oa frits con ra i, � , 1- not be paid Sr. 36 Iiis; Coraractor shall be rCi,, ussb;.:.. for p• i-ialLibs assessed or s.a>`Jl d on ..:.xL' C¢nin.tnaAsL''3r or the 'r_.o;.:'t^s.ty as a iesi _L of the Co:n is tori _ dlure to co-m- ply with lie provisions in bis section "Water ?oil, ion controlincmding, but not li ited to, compliance wit'n the applicable provisions of the MAN, the Mla_uals, and Federal,eral, State and local regulations and requirements as set=ort.f t erein- Penalities as used in this section, "Water Pollution. ContioL" sha'1 include nes, penalties and Damages, whether proposed, assesses, or levied against die County or the Contractor, including triose levied under the Federal Clean Water Act aiid the Stat,,. porter-Cologne Water Quality Control Act, by governmental agencies or as a result of citizen suits. Penalties small also include payinentsmadeor costs incurred in settlerne_at for alleged violations of the Permits, the -'Manuals, or applicable lavas, regulations, or requ_remerti. Costs Incurred co ld include suuns spent instead of pc nalties, in mitigation or to remediate or correct violations. RETENTION OF FUNDS Notwithstanding any ogle: remedies authorized by law, the County may retain money due the Contractor under the contract, in. an amount t deterriined by tri-- County, up to and including the entire amount ot- Pei<aities proposed, assessed, or 'avied as a result cis `lie Contractor' i � -,f the Pen-nits, J � �-:.w.,i.li As of Li1L✓ the Manuals, or Federal or Stave taw, regulations or requirements. Funds may be retained by �the County Yw.t_l final vise sidon has been made as to be Metes. The Contractor shall re- ain liable for the fall amountd of Penaltiesuntil' such time as they are Ifinallily resolved with the entity seeking the Pena ties, Retention of fa: ds for fails e to conform to the provisions in this section, titer Pollution Contra ," ilial! be in addition to be other retention amounts required by the contract. he a�no�its°stall �'� dor f fe Contractor! failure c'onfol.rn to provisions in this section will be released for payment on the next i c iitli y ei ,_ ti e for' al payri�uent folIowi g the date when an. acceptSW 'PP has been implemented and __..`._iitained, mid ,when water pollution has been adequately controlled, as determined by the i gineen When a regulatory agency identifies a faillure to comply with the Permits and modifications thereto, the Marmals, o other Federal, date or local recludrene `s, the County may reeta ayret< ymoney due the C'on'tractor, subject to .he ?ol"owing. A. The County will give the Contractor 300 days notice of the County`s intention to retain funds Am partial payments whicli may become due to the Contractor prior to acceptance of the contract, Retention of fu.ads from payments laude after acceptance econtract ay de pr �}�'•d�i I°i`"� �� made vVit ut ,prior notice to the Contractor. 13_ No retention of additional amounts out of partial, payments wil' be made if the as ^,d%.rlt to . e ,-,tai- eo doles not exceed tie amount being withheld from partial, payments pursuant to Suction 9-116, "Partial'. P ayme ti,' oft the Standard pec."cations, C. if the County has retained funds, and it is#subsequently� � or the the State is not subject to the entire aii:ount of the '4�..�oart`isew. andL -abi,'ities assessed ter proposed in connection withthe matter for which be retention was made, the Chun, shall be liable for interest on the arnownt retained ,or be period or the retention. The interest rate payable shali be 6 percent per annum. During the fist estimate period that the Contractor fails to conform to the provisions in this section, "Water Pollution Control,`' the County may retain an amount equal to 25 percent oft the estimated value orhe c 'ti`act y;r r4 performed. The An rauor shall a odl, be Engineer immediately upon request from the regulatory age_ic.es to enter, inspect, sample, monitor, or otherviiea�`�i5 the project she or be C Cntrauar's records pertaining to water pollution control work. The Contractor and the County shall provide copies correspondence,�� notices of violation, enfbfceis ent actions or proposed 4piiies by regulatory agencies to the requesting regulatory agency, 37 STORM WATER POLLUTION PREVENTION PLAN PREPARATION, ACCEPTANCE AND AMENDMENTS As part ofthe water po_Iwtion co troi t✓vork, a Stour; VVate, Pollution s revention, Plia;:: (SNVPPP) is requked Q this contract. The SVVPPP shall conform to the provisions in Sectio -1.01 ,;Wato Pollution,`t° y4; 4° t Specifications, e d e tri l�c`t-.�..�.,i.^., the .ii _`its o h _ ^vi.l.�:1�3i'3. {3, 'Ll� Standard ��eci>ic�.ti i3S en e.,�'`u,.zC.';�"£ '.J i� ti1a, ti �• �.. ws.vv «v e• "`.Q 2eunits, these specialprovisions and guidance provided --5 the S z IRCB rw.s r,is ca.govlstorr^�erirrcoi er c io: a<tnii, click on Construction). Upon .raw Engineer-'s acceptance of the S VPPP the SNVPPP shall be consid red to xil.f.a the, provisions in Section 7-111G, NVater 'CliL v , o3 the uryd Specifications for development C S d s ✓i:xitW^A_ CWater {a :2t .. i'rograrn. No Work having potentia: to .^,apse water po:1. ;io , shall be performed until 1-he SWaPPP has been acce led by the Engineer. Acceptance sari. yipsconstitute a finding that tlne SVVPPklcomplies lies wit__ a:p_iVa s e _ rz sv s of t' o ' r3lt89 lla Manuals anti Gpts_vwJ£s Federal, S:G4a and local i-icwsy regulations, and requirernents. The Contractor is solely responsible for connpliance with said laws c i 9 regi ations lid requiter tents. vim'✓. 'v...i..y �.^.. .Kc.:�tm. The Cm- =racdo shall designate a Watei Poll-H tion Control Manager. The "mater Pollution Control Pecan ager shall he responsilble responsibleAr the prepara. on of the S PPP and required s or ��, reu __A:�i� ;�t�.oiz anise ndirients, and shall he responsible for the implementation and adequate, functioning of the vaH ,:s "'J?Taterof doin. control practices ern 'oyed.. The Contractor may designate dif[e ent `:Yate:: Pc lutia, Control llanagei`s toprepare the SWPPP and to irnplementa the Vater pollution cv .trof practices. .: T1atewi ollut.oia Cri=tro'. Managers shall serve as the primary contact forissues relate to the SLLP: _ or its : T'a Rq:e^`_at•ion. The C o-n¢_cctor shall submit to i eEngineer a staee iiert of qualifications, describing= the training, preNdous Nvork history and expertise of the individual selectee by the Contractor to serve as wwwr Pollr"ion Control' Manager. The Water Pollution Control,• arager s. �i A is1e a :nim-Lih of ?t ho:ias of foul storm water management training or certi`ication as a Certified Professional in Erosion and Sediment Con trot QPESC . The Engineer will Deject the Contractor's s brnission of a 'Kier PollH_ion Conti.,_ Manager if the saoirit:ed quatiiica:ion-s are deemed to lie _nadequ te. Within 7 working days a ter the award of the contract, the Contractor shall submit 3 copies of the drag eS`VPPY .o the Enginee heEnginee . The Engineer will have / vorking days to review `lie SW P . _f -revisions are required, as determined by the Engineer, he Contractor shall revise ise a:._ate._ resv.Jt .4 the S`PPP within 3 working days of ieceipt of the Engineer's co:::n°ents. T'---,e Engineer will have 2 gi.,.,dvy working days to review the rcvis o s. Upon the Engineer's acceptance of the SWPP'--', 3 accepted copies of the vWPPP. inco,,pL'•_...¢_ ;g the required changes, shall 'be submittedto the Engineer. In viae.r to allow construction activities to proceeu, the Engineer may conditionally accept .he SNVPPP F• • .ie minor or revisions are being completed. n,the event, he Engineer His to complete the review within the time aiio�xled, and if, in the opinio-n of the Engineer, co -pletion of h-e work .s delayed or interfered ev w;th- lb y _ea�on of thee Erg-- der s delay :n. co. a. g t ��v the Contractor Zvi:x � � y.:_s.,� he review, e t vv �,i^i''•'.`•,v::..JQ,�^^d res?.' :nig 'osSeS, .n c ��Xt S_t3a €3 :lie 5x11:. e granted, i the sale u=?iie�as J3Vdfdea _v _._ Sectio 8-i.vi, �Aght o Vjay Delays,.. of the Sta.-ndard Specif:.^v«r".tio3'.'•-s. The SW'`P P sha } apply to the areas m6thi<" or ouside of the g w J _ig:it o y that are Ci"m''..; `J relat �f °- constit ct alt l- lath ng, but not limited toy asphalt belchplants, material arrow areas, concrete t, plants, staging areas, storage yards, a':.l'% access roads. The yYP ' shaSi 3bisr, oratewater pollution control practices in the following iloVircw.ego»ieL, A. Soil stahiiiza io... B. Sediment ont1J1i . C. Wind erosion co;nfrol. D. Tracking ig contrv;. 3 80 F. Waste management and materials pollution cci trol. The Contractor shall develop and i .clade in the SWPPP ane Sampling and Analysis Plans; as re yuked by hue Permits, and modifications thereto, and as required in "Sam. p•in and Analytical, i A4.w4.•tt irem'ents4 of this section, The Contractor shall develop a s+�Vater Pollution Control Schedule R ;rv, r es the timing of g_ ni 'g or other work activities the cos .d a5act water polltition, The Water Polilution Control S nedu' e shall eupdated by ' i£ Contractor to reflect changes :n the Contractor's operations that would aB%ct ;;e necessary im- einentatic: of water pollution control practices. The Contractor s_iacomplete the "Construction Site Bi: Ps Consideration Checklist" presented in `�a1'e Preper,aty::-n Manual and shall incorporate water pollution, „s,�pv^-Tas.�a+;}%a�ei�.Sq.rra¢ctices into -the /s.SW Pa t'�. p��>c°�.t�i oi.u.t'ion control :.Jracticees ii cltette the Minim.-:.5 d lequir L,tm.entts`" a Xd other Contra tOir-seliected watt poi .a,iu control., yraCtices : � the "Construction Site B>f v Consideration Checklist" aeClist" s^Cthe "Prqj"ect- Specific Minim-Lim R ;ui m. ns ideav:.-Fied in _ie, Water s olaticn Control Cost BrealkrDcwn of this secdcw.. Tae following contract hems of work shall be incorporated inito the SWPPP as "Temporary eater Vii..at:jv ti Cvi..n.ti°ol Practices": ErosionControl, Temporary di4 FbSi.cbz Th'c��.r Contractor's attention 3s lire^ted to the special provisions provided for Temporary'WaterC ' It.ol Control Practices, ces, Thee C P shall c of � rt the ;tee. described e e } "; 71d t r� 1 VZ�� _.. t..r:3i include, U�i i3.vt �� Hated 2t'�3 t3ie� � n...�.��'..va.�'u,k b�� of Manuals, vit��..>.. 'u. related in-for-,maEon contained in the contract docurnants. activities Contractor shallyy ����yyp qq't'�y�:5gq3.Zw°y."r,.r�.;.:.��u�amendment t to the S`�%'�P,,rrPyy'�,,ee'drr+.}}rih�?e-n t'her5e its a [^ci"a-ri e 'n. a onstt�`.u+3a",✓�,tio activities or operCtion VH'�ich gray a`iect the discharge of pollwants to surface waters, round waters, r.ici :m.._ stonn drain systems, or `Jdiae_, the Cont'aitorfs activities or operations violate a condition o the Perm- its, or when d'....eaed by the Engineer. Amen,`,at'°Brits snail identify additional' water pollution canto! practices or revised o e ations, including triose areas of operations not io.entified in &e irnitiaHy accepted SWPPP. Anandments to the ��' P shall e prepared and submitted for review and accepted w_t_.:i:- a time accepted by the Erig neer, but in no case longer than the Carrie specified for the initial l, and review of the SWPPP. The Contractor shall keep one copy of the accepted SWPPP and: accepted amendmerAs at the rC ect site at ail ti is€e& Ile SWPPP shall be made available upon request by a representative of the Regional Water Quality Control oZtro_ Board, State tLte e dtrt Resources Co .G ro'l, BoGxri, United wtl,.r i aLes Env_ ri=mvILLi Protection Agency, or the local st ,n water y/ nageent agency. Re jests 'by the public shalliE be directed to the Engineer. COST BREAK-DOWN The Contractor shall include a Water Pollution Control Cost reals-Down in the SWPPP which itemizes the cA:;;_tract :drop suite for water pollhitio' control work. The voniractc, shialil the Water Pollution C,o_ntro< Cost Break-Down provided in this section as the basis for the cost break-down submitted with the SWPPP. T ne Contractor shall use the Water Pozlat_ciCont.ol Cost Brealk-Down to identify i`di'oms, q ar tities and vcal"haes -Ebr water pol1l'ution. control work, excluding Tem-porapy eater Pollution Contra'. Practices for w1hz''7 there are separate bid :tennis. The Contractor shall be responsible for �the accuracy o the `,t�antities and values used is the cast Brea- rb'dowsubmitted with `.l.e eyed IP . 3 a al payment for the item of water pollution., contro w"_l. riot be mad; �ifil the Waterr.,s,,.hatiil' Coi:._rol Cost Breac- owri is accepted by t1ae Engineer, Line i.c_a'sindicated in the eater o''iution Control (lost B>ce0l)o n. this section edits a specified Estimated Quantity shall be considered "Pro�e,ct-Specific, Mlinirn:;m Re! irerner ts. ° The Contractor shall incorporate Project-Specific 1/I tiimueq uda eieifs Y1_ Contractor-designated oltrwctoMarosignwcvwqu" 1tit des and vaues into the Water 9'-oIni ion, Control aCostreek owri submit'ed with the SWPPP. 39 e} the "JSei Pof.yton Control Cost: Break-Down- _�� thiss section il't ivut aLt Ms s ee:E-,cl-' �stiirate Ql ar 4 s ial' be co_tsrdered uv the Const act'.3_ ibr selea ,ion to cet thea "cab'- "MMi. i imur: �e� renients" as defines _� tl e ar aa.s, o, for ot:iCr water Dusau tioi control work ir-e x_lcieu ., �y,Ucti Site vyi t e ¢:v Che .,�t v "h e _ _repaynae L;_, F �..� L 'v V�,�t u e.13.i t_.iL� �f� � t s-� :'biz � �,+a�.iisv ;,�Y�s �i.1�i.k. Sz ..ca lea tLiai. 'n thaw WaterCvn>ttro.' Cost_ Break-Down vL3_T?tf:e d wll.l: the S W Rl h . SWRl e ! s:-.al list only tli3Se water 6)_l.,ceif',n oi1t;ol aC tUes se Ct _ the :"i'v wcE, rt'® r`: VL_:.tV s -p�- ir -lo«1 ii those �iea se 7-1he suis of the ai ounr s `or the items o f worm listed sr the Wa�er C- ~mos ('os,v Brea. -_lowi= aal l ^� c-Qu 1 the a 4 n ,arc i '1 for " f si' i0. :L:a. c...,i_i.i �d lump ss ; e '-id _v. water ��v'liT,»wii� v��_droi. OQ/Ll•he✓."d' and ^rc s"-a'1 ^e -'--- dei i��t e k-Ld;Vid,a_ .-.ns .fisted -n the -us ^reale•-ccw . WATER POLLUTION CONTROL COST BREAK-DOWN a '~ � ` _~EM x'I"_� D. S 0 Tf 3 e1x v L ! qtr iTE b, .�` "l�o+�`U-N, SS-3 Hyd.mulic V-.u"ch FT i SS-,' £H droseed i"�g Y L yy i SS-5 t�'e�,1�._C Br 2ueis 1 F, <rye L Geotex+i1es, Plastic Cov--rs SS-7 ;r^siJnCont-o'i Blankets/Mats lrnkp sIMac SS-8 Wvvod Ml ri iI_g FTi S -9 ar.. s_kes/ ra3 age `hues ? Libea _0_-,C=16,s e .Outlet PM e tie^,/Veloc:;dy EA SS-1SS-1 1 •Bloke- Di"c_ns E s s SC-2 Des lthg Basin E SCRs sediei{ Tra, EA 1 1 SC-5 Fiber Rolls i SC-6 :GraVel :pug Bern. i 5C-7 Strcet Swee lng and VacuL,..mill-fig S SC-8 (Sandbag Ba ner T SC-9 2-f,-aw Bale Basler SC-1 v €Sterm D.-am, Inliet? et ct vEA I WE-I 'Wind Control m C-I SswJi13Leed Const2uctiv-b Ern-traricee/.dein. E 40 EQ—TIV. TED QUAM , �?Lu I� l �l TCC-2 _a iHize-' Const Roadway oadway A 3 TC-3 E•ntrance/sx det a a-e `,Wash EA I&S_b ater Conservation Practices LS NS-2 Dewatering Operations - E - i NS-3 S��yy wdng and Grinding Operat;o :.s LS - 8 'Ve- is-e acid Equipment Clean.irig LS -\\�, 9 Vehicle and Equip-ment Fuel rig LS 14S 0 Vehicle and Equipment Maintenance ' LS WM-'-.-. Mi�cria, Delivery and Storage LS XVIA-2 Material Use LS } 1�1iM 3 S toc1{)I.e M,anager^ nt LS • W 4- Spill Prevention. and Control LS WN 5 Pio Waste Management LS WM-6 Haza-do is waste J. age n.v?t LS WNT Concrete Waste Ma ageme t L WM-9 Sanitary/Septic Waste TMan genent LS 10 'DOTAL a 2tY usatit( L3 2n. the items Vfn York and quantities listed in the acceptedcost break-down ih:61l be StfS:i:e when required to address a enw_-petits to the S PP ', except when the --adjusted items are paid for as extra work, No adjustment i cernpensa ion veil'. be made toe contract lu, :p suns price paid for water .1u ori control due to differences between the shown In the accepted cost break-down and the q antlt es required to complete the work as shown on, the accepted S%1 PP, No acv.stnient in co` .A et se, on wi bemade for ordered changes to conmet "V'P? work resulting firo n-I the C o-ntacto '` own Operations or fto_a the ° tract is negligence. The accepted -cos`. .,,eat -down. ihr_l1 be used to determine pa`1a.pa r.` e-nts dozing the progress o te-he v ark and as the oasis iz:r cal- luting the cdjustrn.e,--i i c.^.r. ensatiori for the item of `Nater pollu`•_io cc zol due to increases or decreases of quantities ordered by the Engineer. he-n an ordered charge increases of decreases the quantities of an acce ed cost break-down item, the ad ustaient in. co-npensatioi: ,,nil be deterni.ii ed in die same manner specified Lar increases and decreases it the q ant.-`y of a co tract item of work in con-forinance with the provisions in Section 4-11..-.03B, or ser''. a» . GSt Standard i .f -change +equ t ;1 ��ee�vr ern., . :1a,.1:...._ ,.•.ate ..1.+:�er�u..'�.y[2�..�vui�v �v�v��i�v."......�.�b. _� �a ordered V�%��ih. _ :.cirws��, C`�a. .�'.•.v%� i',.e_i'. �V',�. v:.: is not on ...#..e accepted cost : reLk t'Shwr- the a��t..is: �+� compensation°/s a'r` '4 '+'4. W y'• G V� c•� m nt i< com ensation pail. be determined t, he sane 4i manner spR _led for extra wo.k in conformance witL Section 4-=,031) extra VVori,-_,;' of tine Standard S e-cnida,:ons. S 7PPP PTIMPLEMEN `ATIOi Unless otl-erwse specified,� upon CI the S PP , Contractor sl7Ps ,:Vis.l � ,-_ro g:,out the duration of the project for insta- .Ogg constructing, aspecting, rnai�ita_ni-ng, re3rivvi g5 n and disposing Ci.f the water of ' tiC__ canto! practices ces speccifie in the S`P—'PP and in 'the :-;.mendine .s, Unless otherwise directed y the Engineer, the Contractor's responsibility for SWPP s_<all co ntl.sue thro�..—,ghost ternporary suspensions of work ordered in confo=ance with the provisions lig Section 8-115, Temporary Suspe_zsioi C 'Work," C8 the Standard Specifications. Requirements ,er installation, cors rucdioi,, inspection, maintenance, remova_, and disposal of waver poli,i;�tion doa,txo` practices she_ co ifor ., to he,regurzernents in he Ma idais and these special provisions, ._ t e Cont`actor o The Engineer - _�ti. � deficiency in _l_ ii�i-x s.crdentantion. o_ e accepted � "•�C Lies the ` a n:w of the f"�^# rd SWPPP Cr ar e-ndrne ;v, the de" ieiicy shall be corrected irnrnediateiy unless requested e y,to-I :^p i'ee p<.r, s� Kir• but �ncorrected e f tons t of CC�itra. BLi �<�� accepted �y �__�, _<gir�eer rix writing, .�•.�� shall �e �U�°:C�° •nC � e .gwa .�_ precipitation. -.,if The Contractor _ails to correct the identifled deficiency by the date agreed Cr prior o- the onset of peci_Citatio--i the project shall by in i"onco if3 �izc°nce with this sectio "Water o." `' , 5 -y 1 oil -tion •Coi^ervl." Attention is directed to Sectio: 5-1.01, F;Autho6 y of :'".ngi eery of be Stan..a Specifications, and to "Reter_vi.on of Funds" of::his section Or possib-e nonccr°iorb,_afice penetres, if the CC?.ntreactot `bas to ::of6.r o the provisions of this section, ' `'Ater °a ut?C`• :�lol,, _. Engineer may order the suspeension of construction opprat ois L .«__1 t1he prq cet con1Y.1ts with the _requirem.en,is of this se„c,iC;l , imp',',erne Baticn of watero__'—tion control practices may vary by season, The Construction Site BIAPs Manual and these special :provisions shah be followed for control practice se-11ection year-round, rainy season and noxi-raid season w a e_r pol"lution vvi_:rii; practices. The Contractor slRan have a program for irnplernenting, °n specti^g and :r alnta ii g outer pollution contra. practices Ar Wille erosion control, _aucking convol no gn . water a_."u agerr n Y wage management and r.ateriais±ori. lri siocontrol. The Vaf..rtiCl eG?he r Service weather forecast shall be . siis ored and used by the Contractor ctor v a daily basis. An alternative weather forecast proposed by the! Contractor raybe �sV� :? accepted �yh e Engineerif p raC J.o-aiL: 3s `i&rt y the -necessary water pollution, controll practices shall -:I dvploycd mor .o the onset o f`he precipitation. r st riled soil areas shall be considered active whenever ever L_ p sCll disturbing activities have Ccc n—red, continue tc occur or iiia occui during the o._isuirig L< days. NCnactsve areas shall" be prCreted as prescribed in the C oiist_uction Site MAN Manuai wit zin 14 days of cessation: of soil dist) ging activities or prior to the onset ofprec/ipityation, iavv':ichever occurs first. w I order o f.irovii:.P e�e.f`e•�e+i.i tl`..i ts16J s_V l? L'✓i�if 41d, the Contactor L:.2 y be directed by the Engilneer to apply y perme', a int erosion control in small y(L,r i'^ultipThe-Lmits. h Coritraz pr's attention is directed to erosion Control (Type D)i of{_Mese special provisions. Soil Si stabilization and, CLv t _ryent co.tro'l practices YLbfi0.es 4ciwfV/mn ling to the WrLlri11e _#s of these J✓slia prn ZC: s s; tili provided th_€ugi~Cit the rainy season, c 'iied as between October _ and Arix Ai_ liipieme_.ta.ion, scaedsiie of required soil stabilization and sediment c.oi_ oi praaB ces _or dist-urbed soil areas shall be completed no later Briar; Lei days :. ;diol io the beghn ing of each rainy season. i Ye implementation 5 "e` E :e s=�� identify thesL1l si2b3IZuL1Cn and s"d eit control., practices and fle dates when Be _a plernenfation WI be 25 percent, 50 percent and 100 percent complete, respectively, For construction actiAties beginning during the rainy season, the Contractor shall implement a l:iiccabit 42 _......... _.._.._.. .......... ............ ............................... ................._....... 1.111.... ........ v•^,__ stabil zaticr aind sedirr;.ent i..�}ntro< practices, Tile dCorit<actor shall >n-,�plenae nt sol sta7 ilizatio n and sediment con.trot practices a minimum of 10 days prior to the start of the rainy season. Ta,.roug iout the defined rainy season, the active disturbed soil area of the project site shuts be not more than 1 acre, The E:grrree_- .vy accept, on w bast, expansions of the active dist3 e s,3.._ izi`+ea limit, Soi`_ stab.lizativn. and sediment: contr l rnwo ials shall be maintained on Site suriff cie iy to protect disturbed soil areas, C2 detailedplan for the moilinatio ofsuff"Ec art labor and -eAbp en t shallil be : aintGrked to deploy the water p; lStioncoetlVi practices required to protect disturbed �� _ areas prior to the onset or precipitation. Non-Rainy Season implementation natio Require-mems The non-rainy season- shall be defined as days outside the utsidetae defn rainy season., The Contractor's attention. is directed to he ConstructionSite BVPsMGim, for soil siaJiliidoand se~imnkconErol- imJleme _matio requirements on disturbed sot areas during hnon-rainy seas , ✓isWJified soil areas witar n the ;project s:ail be protected it conformavn.ce with Be requirements in the Construction Site 3MPs with an effective co b_ination of sa _' stabilization and sediment contro e. MI AENA-IN CE To ensure the prone. impienioritation. arid functioning of water poi"atio i --or trotct ces prate: �v, ,he Co_�tractor, s'-na*_ regularly inspect and maintain the construction site for the water : 'lutior control practices idefrified in t e V.TPPP. The constriction site shall be inspected by dere Contractor as follows: A. Prior to a'forecast storm. B. Muer a precicr a.rioin event Won causes she runoff. C. At 24 ::our intervals (luring extended precipitation events. . Routinely, a -_iii ern o oncee every two weeks outside of the defined nilly season, E. Routinely, a an ni m of once every week during the defined rainy season, The Clontrac of shall use he Storm iter udity Construction Site inspection Checklist provided in these special provisions. One copy of each site inspection recon: small be smrwted to the Engineer 'wit_r}in. 24 hours of completing Lite inspection. hn r`. ey. e , r r es obtained t t3 � ^fir � _ s.�,yiect records a.f,. g�„r�,bai �i-..e��i��,.s can ;:t+� .��;r..''i�i� : �. Calitrans v elbs te ,s ruct/storr'l: `v'+Ia en d e REPORTING REQUIREMENTS Repor=t of Discharges, odees or Or=ders ithe ntia.ctor ilei _ifies disc na ges into it C waters of drainage Syste ms in, u a1R' causing, or potential y causing. a condition of pol rtion, or if the project receives a vmite-. notice or ode .ionn .... red .atony agency, ` e _. Tactor s .a, iirr eo:.ateiy inc ern the Engineer. The Contractor snarl submit rt wr. .e__ report to the Engineer within 7 days of the discharge event, notice or order. The report shall ncmde 'he f t o wring information.: AThe date, bine; location, nature of the operation, and type of discharge, including tine cause or B. The -grate,;- pollution co- troll practices deployed before `l-.e discharge event, or prior to receiving the _,_:Mice or order. The sate of hep oyrnent and type of water pollution c nt_r:q practices de";_oye. after t e discharge event, or after rccezming the yatice or order, Lnc1udtig aedinicra.f measures installed d er v LLn pp toreduce or ysent reoccurrence, 43 D. Ain i�ilpaeri erstatiori and maintenance schedu;e for affected waver vo_l�v on con- W:ol practices, Report of First-Time Non-Storm `mater Discharge Ise Contractor shall' notify the Engineer neer at least 3 days in advance of f5irs l me rior astorixi `,nater di-scharge events, excludi-ng excludingexe::','ipsed discharges. The Cisriiadt�,'ar siali notify the Engineerhe o wrcati2".ns causing :ron."s.torm- water discharges and shall. obtain field approval a Y�pl -fo _irstmti�ne non-star,.,,. iY .,� water discharges. NorRstor A wale:• discharges sh asl 3e monitored at first-time :occurrences and r u n.-_-eiy thereafter. Annual Certifications. By „ui_e 15 of each year, the Contractor shall, complete and submit an Annual Certification of Compliance, as contained .n _.it Preparation IMan al., :o ti_e Engineer. SANIP ING AND ANALYTICAL REQUIREMENTS The Contractor is required to inip_ement, specific sampling and a_daiyt` ai procedures to detern ...e whet:er BJMPs implemented on the constru L.o site Eve preventing pollutants o _d`^ :ts that are known or s yvv.r be ;Lnow_ bypermittees to ocr ,- ol construction shas t: atare not visually detectable _n so ^. water discharges, to cause or co tribL e `o exceeda ces ofwater duality ob�iee;ives. The Contractor shall, co educt his activities to e_i< inate the probable potentia: for non-visible oil ta.A is discharging directly to a water of the JS or a drain-age system that discharges into water ,, he US, 11, Cor tractor a!<vvvs contaminati on to occur, t_ey are responsi Ie for ad! costs associated Ws Clea yup, files, etc. Non-Visible Pollutants The project has ti e _:)oteiitla to discharge no.n visit e uoliutar is irstorrn water firsom the con-st actio site,. e project SWP8P sliaii cor.air a Sampling and Analysis Pini- ;SAP' tl at Describes t e sa and analysis st_ategy and schedule to be irnp e—rnented or, the pr ct for .A ra. � . ^ °C;< w:-�..+ e'a, ..a3_ "�oiito.,s�z ..Lii�''*'i ::Jin pollutants 5 c.!� ��yy 9 e�, ty�; t i v'il�i::.ats in `v'.ht i�i��iir:.�iai�.ce+ Yft..S,_ rills .7e'r`v'J.!tiAe. The SAP sha'_z identify poteraial non-visible po is tants that are known of should be nov,7-n to occ. i on the nnC_ sTi rtauiC to associated with the ARM, (°` construction onsr_ ictio` wCWe....s9 wastes or operations; nv, (2) known existingvv=,ar _ zation. due to Historical site usage; or (3) aplictio _ of soil aiendEa ss, including SJ . Stt _.% ativi_ products, vvitla the potenntial to aher pH or contribute toxic A ori ta:.: ss �...... water. _ la.;-vied material and waste storage areas, ioc0ons of known existing ,onta ^ination, alio areas planned for application of; sof_ amendments shall be shownon , e SVJr`P Water ater Pollution Control Drawings. c SAP serail identify a sampling schedule for collecting a swmT!e down gradient from the S a pl lica e .o-n-Visible cql tart source and a suf icientiy large ui_coi_tandn ped control sarnplie during the flirst two 1_o- s of disc'arge from rain everts during daylight h_--Lvs which result in a: s.uf: cieA_t discharge for sa .pic collection. If nin-on occurs onto the non-visible polluitai_t source. a ru=:3.moa saw 'e that is _i --diately down gradient of the rui`_-on to the Department's right of`+%'ley shall be o._eeted. A ininiice n of 72 :_ours of dry weather ei s_.a l occur between ran events to distinguish separate rGi:i events. lie SAP shall state that water quality sai_i ling will be triggered mien any of the following coi<u.`_on.s are observed during the iegi..ired storm slater inspections conducted resole or during g a rain event: 44 ......... .......... ............ ............. .......... ......................... ............................ .......... ............. ............. ......... .......... ......... .......... ............ ......... ......... A. jMiakeria`s or wastes containing potential noribvisicle ;o_lufants are not stored under watertigMt conditions. g {, 4 y E'. Materials or wastes. containingmential non-visible pollutants are sties}.re��.r. under Nvatei"dgli3.t co 1, _t:vonsg but (1) a breaclh�, i*./.`.a-kage, malfunction, Wry` spill is observed; and ar.�d (2) he Fut- a spill I -s nog tie-in cleaned iii :trio iV {.iiW ..sin W t er,'; a�ad t.s�) there is T--.e po d'en ill for discharge v1 i on- vrsib e pollutants to surface waters or drainage system., C. C %.syruc`iorl awtivit es, such as application of fertilizer, pesticide, herbicide, rnethf rnethacrylate, concrete sealant, or non-pigmented caring compound have occurred during a rain, event or within 24 o r preceding i e t w e e is the potential or discharge of oRutwAs to s�nwe- <_ �..;s.s a airy event, there C +,'may �'� rY c+ waters or drainage system. 2 D. Soy_ amendments, including soil stabilization products, with the potential to alter pHA neves or tr to take ^.lb, arAs to stornm water runoff have ''.'gee applied, s`3ri4n..• that: is the y dentia; Fier contribute noxi... s:,v a..ri dischwge of po_twants to surface eaters or drainage system: (an ess in epe:dent test data are available t-at demonstrate acceptable concentration levels of non-visiblie pollutants in the soil E. Storni water runoff fi-orn an area contaminated by historical usage of the site is observed to v{irn+ �.e' with Jto+�i: water, ar;.a.: --t-"rent EJ s.ie potential rtor discharge of pollutants ,o surface 'd'd.`r,.,:ery or drainage systci:q. The SAP sha.-I identify sampling locations for co'_l.ecting down gradient and control, sal ides, and the raiorn".ale far their sele-tion. The ontro< sarr?-'.,-g localion. sa_al3 be selected d 1 ie the sample does not come into contact with _i aterlcis, wastes or areas asSCe_dreta wit y o,.enia. n-on-viisibye pollutants or disturbed soil areas. Sampling locations shall be shown on the SWP PY eater Pol_utiori Control ikawhgs. Only .iairEs>d peison._vl snag. coyiect water quality sarnivlb,s and :,e identified in ithe SAP. Qualifications of designated sampling personnel shall describe tramming and experience, and shall be incl-tided in the SWPPP. The SAP si_a state monitoring preparmion, sample collection � ;,1� oii�a+'s �� p rocedi�<es, quality assurance/quality control, sa--npie lave i g procedures, sample collection docurnientattion, sa p:e sMpyng and chain or custody procedures, sample 2:.err bering system, and reference the coastuction she health and safety plan. he SAP slice l identify the a- a.yticaa --netlhod to be uses. for analyzing down gradient and contro ll samples for potential non-visible �� t�t :� t � b p es � the = �; t.ryry /�+�. ya ryry :: rrYY analysis, rryy.'-s o• SS���.iegqww Ly�o�aa���,rc{t.calibration a�ley��.d.y�;rgiry«��q�i„z •�_ye'd Sir, same. ...inn personnel, collection, analysis, a nd equipl ant cFilib myon shall J'm in con L2v.SCLnce Elba„ i2ie Ma ; racturei's specific thorn For samples that willbe analyzed by a laboratory, sampling, preservation, and analysis shall be per orrned by a State-certi"ed laboratory in confo -'nan;cv Faith 40 CK 136. The SfiP shall identify the specific State-certzfed laboratory, sample containers, preservation, eryry yyee s[� iz )yin s ar�y a �','•rits'2i o o/., aaryryeS rt i of �{e-t { e fti j y /•y to f' at Eli,.v...l�ii_ex_sJ, i�t✓idiri.g fir:`a'`e'�s, Gi.L:vars a_i��y)is !L.1iod till 'J SY �seS,.'.. 11 'EJ� V.W. 6,:bG'at�'bs'..,�..�f 1Se� laboratories e.:iG.i are accepted by the Departn--,enf is available alt the ollowing internet site: http:!!va<av�.r'_'As.ca.goJl s/ sfelaul_tr I/iablist co nty.1.t n. Analytical Results and Evaluation The Contractor sa..". submit a yard copy � � ectrdr�c copy of water quality analytical resutts and quit-y assurance/quality control data, to the Engineer within 5 days of sampling for ¢_eidy e ,= lila,. s s an, .bit ice_ 30 days .or laboratory analyses. Analytical results shall be acco pained by an,: evaluation roam the Coit actor to tete_ imine if '«.b''own gradient samples shcriv elevated levels of the tested parameter rclat ve to levels in the control sample. if down gradient or do nstrex-mn sai - 'es, as applicab-e, show increased levels, the Contractor will assess the MIN, she conditions, aid surrounding'Budin g influenices ito detenn ine the, picba --d cause for- the increase. As Bete-imined by the assessment, the Contractor will repair of modify MAN to address increases and amond tdhe S PPP as necessary. ll ectronic results (:ori one of time following isle fOrnats. ,xls, .txt, ,csv, .mos, or .mdb) shW,_'l have at a r L-ni 9 the fol owing 45 infoimatio._, saI_' 'tee-, ;,derti cation number, contract number, constituent, reported vahue, tne l-od atilimit, t. �iie CCnt actoi s_ aldcu -- ev -'. sample es o , eth s �etectioiZmi, �vroreete ic< collection during faint events. aler quality sa:npiing docurne I tatio-n and analytical "e5:i:ts s al; be maintained O th the S WPPP on the protect site anti., a Notice of Completion has bee=n submitted and accepter. if construction activities or lcn..owledge of site conditions change, siroithat disc arges o- sarni g locations change, the Contractor shall ared the SAP in 6nni . �d� V : _ this section, oi, WaL'Pii PAYMENTNT Sin.- contract i .rnyp sumpiti-ce paid for 'Prepare St : Water Pol_ ;p o. Prevention re1e t y _ P an' shall iaci5 ad` fulil compensation. for furnishing all labor, ;. aterlals, t%o S, equipnne,-nt, and inciderntals or doing a_a the work ii vol ed in developing, preparing, obtainin.g approval of revising, and am—ending ,the SW•Pz iY9 as specified in the Standard Specifications and these special provisions, and as directed by the . -gineen Attention is directed ieci r tv Section ectsln 9-1.06, ®i.nV, "P6rt ai .l ayte L�a9 and Section 9-1.07, "y.0j, "'Payi _rat ]teas Acceptance `' of the Standard S e-cification.s Payments for v"epa e Sty' -`pry water ,. h t .; prevention plait wibe made as so loans: it rifle_ the SWPPP has been accepted by the E gince; 75 perces t of the contract item price for prepare sto:__a gator pollution prevention plan be included in the month—.1y partial z ayrent estimate. B 7 after acceptance of the contract in co Ann kceS, e provisions is Sectio 7r1.17, "Acceptance of Contract," of the SI-a-.:�''a;."`l'' Spe ,=f `: yy� z d w p9 � percent V'cydvi _6,r t_ L 8y�:i.r.idr.u.s.o i:�, payzi?e mCi he re air.iing 2✓ of the contact item price for prepare stori:t water po.iulion prevention plan wilt be made in cc fc'rma.n,3v with the provisiorns in Section 9-5.07. T,--,e contractump. sum pace, paid for water pollution control. shall include co -pensatio .: -for f0rdshi g all tabor, material, toots, equipment,•lent, and incicen: ais, and for doing all the work 've n. inysta��I_ing, gc�onstr toting, removing, Laid disposing of wale+y� ^olh tion $corqntrolii U<acpollution iices, _,._c�zai�-ig noi�..`JioiiM YY aivr ++N'Sr j 2C+'gWr eryt L, aiiu 'JY a,.�te yx2L:i 64 b+1 �.'v is aStl�i.- 2..0 G.ds�i:._v.sv :-%t1iST.:.ti'�Sie. water �i � de c_lution control nrn i1ce� except � ;^ z t ha=re. s t stbcq �^ � .3 St �,Lce 3 ti, t oSd if'Sr r�Ta:_e.: .I:wx,,. is a vCt99_.rac�� _t1,�1 i`7k v1or.?£ as SpecJ_�.er _.. t'-1'19. �•.an.'°.? rd Specif cations and these special provisions, and as directed by the Engnacer. 10-1.03 TEMPORARN SILT FENCE Te iporary fist fence inial_ be f frnis<ied, installed aintair±cd, and in conformance WE the details as shov7r, on the plaits as specified rilese special YtvsionS and as directed_54 'y the En ir-ee gi 'v0..-. Atten t:u::tis diY vteCto "Water ToIt: ;µ Control" v t..icS% special provisions, Tei _ tirc" J Sli t fpI^eb. s used as a tem-porary linear barrier fit sediment control. The Co ;.radtc'r s_._.__ use temporary silt _`e Lce as ane of the various measures to Prevent water pollution. ...he Si`+3_m Water P oiiidCion Pieventi.on Plan shall inchade the use of to npo_ary silt .l`a'ce. MATERIALS r T emiporary s:_t fence shall.. be eit ler prefabricated or consist of separate co"'r°poste sts of Silt fence `abrYc, posts, aitd _astencis. Sit Fence Fabric Silt fence latiie shall be gontoxt°Ie mci%faCtireri .rortwoven ^ as:y /Lov ce'_o or po,J'•i.er in - Ct vr:. .5, Si=t FenceFabric may be virgin. o` .i^e y c_c1 , or a corrn.%a_in« of virgin and recycled poiyrer materials.lals. 46 ........... ............................................ ......_..._..............._........... .._.._.. ............. ..._..... ......... ......... ......... ............. .......... _........... ...._...... ......... 'o,recyc.ed polymer €m-ateriazs s-a s contain biodegrad-able _ 11ed n'aterials that can, degrade the C r c c t yrsfinished e E � er 4 is 4 ��. rs€ca � ��:e��1��1 cnara�ter€scads cif �:� fabric. �?'#. I:��n• er n"fay �3rC�. �esaL to comfirm the absence of bio egra aCle slier materials in conform_ ce to ie requLrennents in ASTIR esYgrat or E <' .` maw ter = rw5"�`_" tC ®E ` . u q�_ :. a yysf s -, kyr e yS oscc �R 4J€:i fence fabric sSial"! Conform. o the fol-lowing .rib„�cuiiei cr ':v, SzeciFcation Rea airezments MumV Grab tt a,s_le serer°g.'_(25 mm gri, € irn- in each 1 d€i ect'loin AS yes€g €at D4632 El _1 .`_nl:, �� � , X43: ?€ L€"€ U _ A S "v/1 11)%esignafiion: D 4632 (2.5 un grigs s u_brav5olet stability, P,ercert tensile strength rata€red after 500 "horns, i I rl i 1.€mIM.- AS TiM` TE)esignat,4one D 4355 'x-non-arc ia_aap and eater spray weathering device) 4 posts Post's for teniporary silt fence shall be one of t_ e fctio-rvmg: A. posts sal"! be "r or P-me, a sr_€ m 34 rnm, x 4;) rnm in size, and 4 Beet in length. One end of une Pest dial' be pointed. Wood r-reservati-ve treatmenttRf Y^vt ? red for woodposts, 'oSts s tail be steel and have a :ter cross ve t<Lial sia s' t ca"1 rhsiSt -a€i €re bv lateral loads. Tlie :teen posts shali have a minimum -nass -or lengfh of 1,1 kg,/ and a €_x€___a urn leng_l: of 4 feet. One ead of the steel posts shall be pointed aid" the -other end shall �e ca}ypeo. with -> orange or red plastic safety can wh cb fits snugly (.f � _e � Th ie ate, P J �y `� :,+J the si�.ea Posies T_ie. ontracto- shall submit to the Er gin eer for approval a sa.Ynole of the cap wed steel host Prior to €nsta'ation. s Fasteners asteners for at aelhi g silt fence falbr€a to mists shall be as fol"lo s: A. W_-e-- prefabricated s_h -fence is used, Posts s:-a:': be __.ge ed into se`,an pockets. Salt fence fabric shall be at+ached to ,voodCn ;posts witil rails m staples as shown o a he plains o> as Aeco tea_endeed by the manutact-a r or supplier. T€e wire or locking plastic fasteners shall e 0 _ei."ii `: t ."•.0 int iv {�r`a+ fabric to .�Steel ., osl.,.. 1 `C...�'ar:.�c€c spacing � of fast i€ b al�.+..F 23 v along .-he lengt- of the stee:'�post. - INSTALLATION e aorar'y s._. fein.ce shall be installed -oaraflel w€ the sloNe contour € . reac ies not to exceed 6 Pel-les. A rea:c,€s co_-sldered a con€ in-oas run of tern orary s€lt fence _ o€n an end mo � 'noir eI_d � e._d ��°��' an open lig, €nc_ d_._g;o€neo par-cis. Each reach shall be constructed so that the elevation at tlhc base o_ t€Ae _�.mce does not deviate from, t€_e coy-tour amore than one 1 ro of tle `arca height. �] h- sr.lt se-- ce, yawl yid s" a!* e i-ns[tSal>e o- f%€e.-�side o�fs ml-e posts faciny�ng the slope. ,j '-ane�s5=pt fence fabric sI a.i._ h anciiore li.S +.^.. }.:�nit- as >.iiL%VSy on rile iLLStC, �2ie tia�i �r2i si�'�.,si1 1JW sJ�.�i�i€.al�'s� �'.€:o.:: ��13✓'�+ 'G�.:�S.v�".itv �j�z" hand tal ped to secure the s€at fence "Yor€c €5.the bottom of the trenc'n. 47 Mechanically pushing ig -2 inches of the silt fen=ce fabric vertically flizo. gh the " G:✓a be CciwE..�.to e' i the Co n:b�ra o ([cu� rd demonstrate rate to the .Engineer t—at the sill, fake '"at�bric � S_ not e damaged —n wil, not slip out tai the sol i _resr,__fii in sediment passing under the sit fince fabric. At the option -or the Contractor, the n ax-in grin :post spacing � increase o _00 -feet 2f the f' nce is ;J s;i the A,.<_� .J�S'd1 i� C.� 1`_''.ea,: `C'i.Sv �• �' relrlfC3rVvu by ? YY.S o plastic Si:£:tF.+i ib:n by prefabrication S by Held installation. The fiy\+�d „/'iss ',ice e reinforced ternpdrazy silt fence shall 6e able to retain saturatedved2resent _tha Lt collapsing. of nvv2j. Tem-porary silt fe- c,e shall' be jAned as shown on t e plans. T-'-Ie tops t:s o_ the posts shall be tied toget'lier by min;.imuni of 2 wraps of tie wird of a r_ar_dnnum 0.06 inches in diameter. The 5nr fence fabric s alit be attached to the posts at the j oint as specified in these special pr{v s on. s. Temporary silt fence shall be repaired oil replaced at the expense of the Contractor on .ire sar day ay whon the damage occurs. ` When no longe.. required -as de ermined by ^e Engineer, temporary gilt _erice shall `.;e removed .t,_ : tire site of the work, Tr_a._ring the silt fence fabric andea v n g it in place-will not be allowed. Holes, dcpresso s or any other ground disturbance caused by the removal of the tenrgpor?r�,J silt fen=ce soaf_ ae backfilled and repaired in conformance ith the provisiolis in the second para rap' of Section 15-1.02, "Preservation of Property," of the Standard Specifications. io_ S. M AINI TENANCE Tt.'ncoraiy Silt_ 'e-nee sha_r be maintained to provide, a sediment holding capacity of approxi-natt ."y orae-third th.e height of tr e sl',.,. fen-ce fabric above ground. When. sediment exceeds this ig' , of Th en CSrer4e4y the Engineer, sediment shall be removed. The removerseYnrna;,ay SiGtl be deposited w_f____ the project lint ns 1_b such a way that the sedir nest is not subject to erosion by wind of by water. MEASURE TMENT AND PAYMENT The o=uaritity of Teir oracy Silt Venice will be measured by t:ie foot, as deter--pined from actual v3eaSvre riLr`S, the ;? �"�Sur�i��nt5 :o be "Yzuwb parui,¢I +iY to the gra-u-2 so-ps e_ oi g the aa' e of tlhe n1Jleted .e aJor ry siit zce, deducting the wndt Sf openings.VJ The contract price paid per mot for temparmy silt fence Shall inc-lude full co< ensatio " n _,.._ 1 __."rg All aabvig materials, Civi i~ip ,, a:'id incidentals, and for diEirrL, a�_ the `vvo_k involved in installing temporary sift fence, complete in place, including trench excavation and baccAb i, and removal of ter pora.::y silt fence, -as shown or. e marls, as specified in the Standard Specifications and `mese speciar provisions, and as directed by the Erigineer, The cost Wr_aa__,.rai__.ng the temporary sift fence will be borne cample_ i y by fire Cotrac.eor. 10-1.04 TEMPORARY FENCE (TYPE ESA) Temporary 3ra"y (Type , ' shall furnished. liS_al 9 maintained,9 rlater --.-,-moved3N� ._y co.__orrna ce with the details shown on tie plans, as specified in these sptcra: provisiolas and as directed by t'1e En gireer. AT PJALS Used -nateria's nay be installed provided the .;.sed materialls conform, to these special provisions. Materials _br`temporary fence (Type ITSA) Sial an,.Cfori'E'to the f i.-Ifo°Zing: High Visibility Fabric ___gh visibility fayre shall be racl_ine produce, :esti -nan factured from, _vo_yprop j;ene o1 polyethylene and shall �A orange in coln Mgh visibility fabric mayve virgin orrecycled nolyiner materials, 0: a combination of virga` and recycled polymer ;-natc_ als. No virgin, or recycled n✓rymdr materials sl'2 . contain b.odegradavie fyenmaterials thadegrade "��e ps cal or clieh°_ a. 48 ......... ........ ........ .......__. ......._.... ......._. .._.....__. ............. ...._....... ........ .....__..... ......_......_.................._.__. ........ ............-_...._._. ........ ......... ....... characteristics of the finisheed fabric. High visibility f1bric shall be dally stabilized ultraviolet '- resiwta.nt. Fig_ visibility ?"aor_•e shall be a indr i.i n. of 4 beet in width with a £axim-urn mesh opening of 2 inches ?R 2 inches. 11igh v'sibil ty ��y.:�ric�i+�hall r�yP� f-urnis'ned in, one continuous width and shat of be spliced :o co f _t an. to he specified width i.Ys ii ension, Posts Posts or temporary A ce "Type FSS., shall be of one of the follonxing: K Porti Shall be fir or pirie, a m, i-ninm, r of 1.5 inches x 2 inch in size, and a mininum 5.25 inches in length. One end of the post shall be pointed. Posts shall not be treated with wood 1. Posts shel, be keel an have a %P, "71', `..S L or other dross sectional snaps that resists s_a.illure by lateral 'loads. Stasi posts she! have a mi__iib_arn rnass per length, of 0,,75 xblf-, and a r ininiu:n: length of 5,25 feet, One end of the steel post shall be pointed and he other end shall have a high h visibility colored top. whenns Fasteners for attaching i h visibility fabric to the posts silwil be as io lowsn A. The high h visibility -f-aeric 3sha. l be attached to wooden osis with coni ercia} quality .ails or staples, or as recornme Eu¢ed by atm.�tepq�ia�i.:facturused at5'..{r or tii�r',.p;ir�o-e.,r, yas detif'rt�y:��.iYiyeuy b :S.�fe E-rigi� eer. q 3. ..ie i�'Iiie or locking iritic fasteners shall e se for attaching .tie hi li isi Jdiity _t.''i.'bSiv to steel posts. 14-axlmurr, spacing of tie wire or fasteners shalll be 24 inches mora the iengt of the steel r os'l :�v INS`ALLATIO Te :p^i a"y fnce (Type ye ✓ 1shai -be installed as foliVY s, K Posts shall be drive. into the soil a mir:imiii"ii of 24 inches. Posts snail be spaced a,, 2 _ of centers _ni :Lbr and shall at ail ti:.res support he fence in. a vertical, u ri it position. 3. Temporary fence (Type ESA) s el 'be constructed prior to any clearing and grubbing won k and a su,fficie,,at distance from- protected laants to enclose all of the foliage canopy and not encroach upon Wi le roots of the plants. C; Temporary fence (Tye ESQ=) steal be located to be unobstructed froom view, as deter-mined by the Engineer. Men `2o longer required for the work, as deten—mined. by the Engineer, temporary fence `Type BSA) ss al.. be m rove& Ranioved temporary fence (Type ESA) shall become the property rof the contractor ., and 5 ail be ae owed iron, be she of td-he work, except when reused as luovided in this section. Holes caused by the removal of temporary fence (Types ESA) sha_i be backfited in confo=ance M{ the rovfslons in the sew d paragraph o; Section 15e1,02, "Preservation iy u eseiIat ior of Property," ,; of etre Standar; Specifications. MAINTENANCE Tei`npo-ial`y Fen=.+:,+d (aye i_SA, that is 4.{•.amcged during t_e progress o the work shall be repaired or replaced by:ane Contractor the sane day the damage occurred, 49 MEASUREMENT AND PAYMENT � Y +�vt-� w�y `v±itzp.1ora y i'w.itv4, (Type ESA) Ci._S4p_ be measured Sri the ;--na•�a:.er eci •-e for 7. eri� � fences ..n '-�'_ ! sa33 bay..+. ..15i. �z`�.:'3�,'i=v SeWn 80, "Fences," of the Sfaandard Specifications. The Yfdi,_a.4 price paid per ieui Rot Or i e.:� o tir62d 'Fence ('dJe ESA) shall inclde tid:_ compens _iig all I'labor, materials, toolls, equipment r:f3.0 ;.iib;id ;3tas, and f..,r doing all' the tivork i--.,.`✓ .--ved its constructing Temporary Fence (Type A) complete __ Mace, m.-c-hiding maintenance aiad removal and disposal of mwterials, as specified iri these special provisions, and its directed by _:e Engineer. -1.�5 PRESERVATION OF PROPERTY Attention is directed to the provisio-ns irLSe£tiv'-. f-i._ "Preservation of n Soe tyof the S neard Specifications aid these speci.a. provisions, -Existing trees, shrubs and other plaits, tat are not to be removed- as shown or the lan.s spe-,Lfied elsewhere in these special provisions, and are inj- ed or damaged or caused o, -a-- by reason of the, contracto s operwtioi_s, shall be rep laced by the Contractor as directed by .-he Engineer. The Engineer sL a_; determineappropriate number, she and species v+p"'2,is as restitution. The Contractor snail 5a _ hi plant, and rnaintain the spec_tiea pats at his expense. The mainteb al?ce,period shall be for three yearse rrd^• date ti_a.. e.1iL Agency accepts'he contract as complete. Typical tree restoration requires trees to be replaced ° Y /idyl n S t S t{ C Ahe-! .. - ai C� ,.. :�L�ct��. ..a.:s .�.��.� ••�w:�� 5�e e.•rig onLi3� size �iiz JC'Rai<Sas of e:.� ..���, s..�i�.:� 'S,d to plants removed, `ii• adr aio:, the Contractor s:al post a. security cashbond in. t^,- amount n� 00v plus an ~tidjt<Cnci- $20 0) pe-r tree in excess of We bees, $100 per s i alb, and an, amount represenlang, z 0 times the a.&baal cost of otheria. ¢ replaced. T u.s ser'. r security o l returned t t d o f� t1 ee t nam e .0 �i'itS vim• �, ub''C`• `v�Ti 1'3e ie..diii° G. s�:. the en vi the ..'1.;•"a.a,��lea'i` �ia�i=te�ics.,''3...s, �rAd provided '-hat an 80 survivability is reached with the replacement planting. Failure to reach his goal wil,1 red' ire additional plaiting wi, another th-rRe-year -nai t,rarce, period nth appropriate secure*y oa d being retain ed byclic County. Y-a y ..gar aged or .i urea plants shall be removed and disposed o outs d'' `` � _ of F _._ ''" outside .,�'w :`ii�,�.vJ ..j t��i� s�� N��.�T accordance with the provisions in Section -1l 1,3 of tide Standard Specifications, 10-1.06 OBSTRUCTIONS Attention is directed to Section 8-1.10, `Utility and Non-High-way <aci_._ieg" and Section 15, "Existing Highway F'ac%e ," of the Standard Sped tabuns and these special provisions. i-ia Contractor shall l of yf ` e Engineer and Te ropriate regional,at xodi eatio1- center ot. operators of subsu__wce i sta a ions at least 2 word g days, but not more tha-1 '14 calendar days, prior to per- -- -ng any excavation or Cthd,i ;%Jvr:C z,i s;, to a-ny `.ii?C'•a.,<g:.o;ind pipe-ine, conduit, duct, or o.;se:f structure. Ccgiona notiflication centers include, but are-not limited to, the following No'ification Center Wep1manp Number Un ergro id Service A ert Northern 1-800-642-2444 hli%1 i2 (USA) i 80?22 70600 Un:dergro n6 Service Aier =�l-So then N9004224133 Chlihrnia(USA) Mobilization. Jwat5 conform tV^ the fioYi4_o- s itSection 11, ' dU i: LCei1 ,5 v_n the Standard ppec Ecations. 50 1 10-1.08 CONSTRUCTIONAREA TRAFFIC NTRO , DEVICES �lagg_" , signs, and all otahea traf....c contl0 devices i`crnished, installed, ainta ned, and -removed. 5 ',lerl n "o-rige., uecdilre"-.i Slab conform ;e.; iiia' ;rovi5ioi7S in Section 12, ':...un5i^uc;$b3°3. Aica Traffic O _ rol D'e` _:ces," of theStm-ndard and these special pr�3visio s. Categnory i tray Yc control devices are defined as those devices the are sr a l and liglatweight (liess l asp i v pto-,_l'in.'s), and have been in cornrn.. n use for rriary yea_wS. The de ices shall known to be crashwordhy by crash testing, crash testing of similar devices, or years of de 2ons5.able safe ori ;a ice. Category I traffic ccn Wroi devices 11-clude traffic cones, pla is �Miii, tic i c pie ^eiineatoins. and ch --rs. ems: jested by the Engineer, the on',actoi- s_all provide wri'en seif-cert'ficatim for as wort .1-.ness of Category 1 traffic control devices. Self certiiacatic n shall be by the manufacturer or Con'tractcr and shall include ti-e fol:o Ing: dare, Fede al A d nerve_- (if" a p n:c) expd_-idit-a'e author5zatior.., district, county, ro},,cte and kilometer post of--project. 1, =its; c�3i2'�'�a_ny name ^v'.•�". Ce t f`yl ig vendor, streetaddress, city, state and zip code, printed. narne, szgriamLL,,,,,e and title of ecrtifying pe-son; and a iri ica acit wi:ic� Catego-7 > t-affic, control devices will useo d on the project. The Contractor_may obtainnk a standard fore-,. for self certifica-tion from tie Enai_ieer. Category 2 traffic control devices are oef"iidd as those item's t1at are small arid. lightweight (less t-han ion o-anf thaLL are not expected to produce significant e p at e �, ✓ °d tief�5 ": ar veicic'�yalige7 �. may ot' �,rwi5,. be p t�i'tia Iy ria a d-us. �ateg sty raff C ^vn¢r�JI devices ib cf idc: barricadesaLLt vo agile S"gri supports. Category 2 devices shall be on the Federal Highway Ad .iiis "a.it}ri ��ty t Accepta� e (FHW Cras'l-' o.l y Category 2 HaTdware for Work Zones list. T its list is t ai tamed by ����A and can be 'oca, o at fae }olliowi<fg internet ad-dress: - ://sa et�r. l wa. t. c �I v; �l_IvVv:ik ar vaa el'._5t_il .c`i ?cede=w r i e Depart e't m. airtains a. secor da , list at the to lov ii g inte et address: I-ft :I/ev�a.dt.c .rev/ /toas: /s _t�clJ <gs dell c �it'n. Cate' ory L devV ces shall be labeled with the FHW s"becen— f -e ie.i�.r num-lbier. and d ` # r ar i i marnuiact'alcr by stafof the project. Tea--e` shall e readable. Category 2devicc5 � bisc�t a _'ale l sh.a'_ not be used on the-protect. la requested by t_<e _T�j"Igineer, the Co-'ratty szhalz m rovide a written Inst of Category 2 devices to be as- r: t---,e roJe'it at 1vast 5 loos -orior t q; work y the devices, of e- type r �A_ � il. J ytJ A4 t2} LV J� :.�S:�.wC%i � .'",c.'.1� it� u5:ta�' s2:.L+ 62b Y1L.."w..r .. T t([.�+�+:y"...�ln /� k� �,:. $ e the i H 5�1 3 L4d/`+eDt t kw�lact Y`w.•.. device, � i5t Skala i :C3`�a� fits � � w.�_,:.�.aiic e letter i°�a'_•;�a�.3' and the i�airie ofthe eE °7 °v,.'f : commons tion, -for ^roviding self ccr tification for crash-worthiness of Category l traffic control devices and for pro i_,i;g a list of ate ory � devi�ces used on tie project� yid labelling category r devices as sDec_wed shall be co'nsilcebe^ as included in. the nrices ;maid for the bTarilous contract hie s of w4,air � t � gory 22 tr affil c contr o' .devices n y n "'` "'�.'<, g i;. � foie .hSe of fl'e �ategcry � or �`atf', a"i:..� r:;� a,'��.r..t:..;`i:a' c.f°it. ;�ensatioi will be aiowed th erer Vr. -1.09 CONSTRUCTION AREA SIGNS Cons_,uctio.r., aLea sig-s yshal ee'p3f`�:irnisb3ed, i+:i sta led, 5 tai la,`°�f:d, and ie,'Yzov d[z-%he/A� no longer :rr��O.+v¢.:.Sii�e.++�.t e�1.Ci 4.+ d1�.�yi,3 i ryGLS�iY�� Wit-. LyI -r'aJ Y1pJ:. ipr� i 3 lJ VOriMf� L 2 cry 'l✓�i Jl_u ii Vi .�"'Si e'er✓✓-4.a_A v L.+V 'ti'�J.; '.w�Ji Sid 55iF o 'lie iSt-a�it�i�-U"..r `..3i.+'mecifications an li i2i€w.�..er 5 'b+�v`>C�a..i bf Y:S:- il: hrten >oi_ is d yr�'Wicd ao t .e piovisions <f� �i�qi al'A=ed �5sd Tes.ed �'- Si g= �g and Diii_ dl_rieatio Materials" { £fess' S `ai i-ovisions. T°pe __ retrore*Iect<ve sl7 stir shall C` e f h f' ++}},, s used oral cods,a-uc Lid.n wit-a Sig'?. C..n s. he Col Tractor 'ia_l notify the ap-propri to regional notification center for op-e,afvrs of subsurface Mstaiiations at 'east 2 work', g days, but not me-re t1Tan 14 calendar days, prior to co=enclng excavation foe construct_o�, area signposts. Tire regional _ -til_, cation centers _inti' �e. ��t are ct L its v t fo-,1 i'S?:'ii gig, Noi i ati n. Center i TelephoneNumnber Underground ndergrouna Service Alert-Northern 1-800-642-244 Cali brKa`US i-8 0`0-227-260 Excavations required to install construction area signs shadi be performed by hand methods without We toe of power equipment, except that power equipment may be used if it is determined there are no ...=titN7 fa"1?241es in the area vfthe proposed pmSt holes. y Sign substrates for stationary mounted co..nstru tif'.n area signs may e fabricated from r�.�.5%er :ass reinforced � s•e © under rLSe'� p Signing EL' Delineation 'A. :«L.rial J'' r�i«i rV>r,� plastic as s ,�,cifsV� �xd..�,� "� ����. �.� .�>� Tested S. and � � of tihese specia: provisio:s. The CCn—t.-I ctor - ay be required to cover certain signs eurin.g the progress of the work, Signs that are no longer required or that convey inaccurate iriforrnation to the public s._ax_ e imrnediateiy covered or `"e�'1"`i�:'`5j dy 'lJ` t� informationfit.'.. Clovers .:vr '�vi'iS io$= ata.. 3S �.c"'.1;. .. te.: •� shall be idyl a„�':, .n n.n c*cn fel. r.a V V 4,:. s,,.ffis.._..x.t size and density to c.✓m�`.:.. ieiy block out the complelk- ffkce of tha`s.. , signs, The riet_J "a""c,_ ve face }1 the covered signs shall ?i t beviSlbeeither r:xixg the day or at night. Covers shell be fasened sec=urely s^ that the signs remain covered UK,; inciernent weather. Covers shed"_ be rep-laced v;'hen they no longercc�vVrw_� signs properly. _x Note 4 , the alis` pa agrup.. of Section -12-3,06A, ",Statini:ia`"y Moutnem'`�;. Si ns a Off a? e Standard y gg.._ Speca (cations is aE ie`_ ed to read: 4. h-e 'post ernbeC`'f"_3ent shall be 15 felt bwkHH wztli dative maierlal. Compact by tar p sg, Construction Funding Signs '.✓ons motion fi:;_ding signs will be furnished by the County. T-he CE'):.-._ractor shall fffin sSh- `_wo Sig-n posts per sign and instaH the signs at the locations designated by the Engineer. ' ne coast..action �n c.ing signs .`}SiG.'.i2 be, iJracVL:: in e✓4.S:SjL:..CiYSlJ:.. VaLi..C] construction VV'Li•Jl:. .,,._'L..G: illgi_J. mai'e.•s Lei signs shi(✓'.5.: be S_ianle.m's_LxvL v�'� S�t J Contractor „ugl_ou b the project constn ti Da nage const.�ction funding signs shall be replaced by a.:',':e contractor at. lms/i:er expense. �lese.., signs shall be salvaged and ret-urn ed to tie County ovµty rpo n completion of the project Signs shall be picked p and ie `verad to the ' Cepty S_gi= shop at 2475 Waterb.rd Way, ✓Iar`irez, Cai_icinia, Monday through gh `hursoay by a :oin—mien> on-y. Ca" (925) $13 i 7000 a 1{t21ininimum of 48 .ou,.s in advance for for appoint-nen . compensation for pick, mirriiLy , Lnlig, rel LkY:eL, salvaging Li « returning 2g C1..4_5ty A..rnis=_ed signs shall be considered as included .._ `w?e contract .al—p surra price for constmuction area signs and no separate payment ON be amde`:hereR r. Payment fb. co_ st°.lction area sighs Al` be i. aloe in. increments bts o the contract _u_r-� sw price _or Us iters_of work in rage -weal_g manner: -iitiw._ i`£o..,=ent. 60 percent of lae Sump s=price upon satisfactory co-- ,--k on of inst'..'•flrC`•.l-c-n- ef si ns, Final increment: Balance of the s= price on satisfactory corn.pletion of removal signs. 10-1.10 MAINTAINING TRAFFIC P3_tei tion is dir�'eUedto Sections 7-1.08, "Public Convenience," 7`1.09, Safety," :n . 12, "Co2.J...ucw_ .x Area Tia........ Control Devices," v.:. the Standard Sp"vc`t xvG_iofis and to the provisions i_, "Public v� VCi.a..Ly�• of these .34awviG.: e rt,vi +&1_ s Ltr�i'd >w. 'wv5 special-111 w »s_ provisions. SLCJ..a_SAs.� ..1 these a�id..».. d SG _........_. ......_.__ ._._.._................ ....._.................. ................_........... ._...._........................_......... .....__........_.......... ...............__...... ..........__...-__.... ............ .............. ......... --rovisio-nls shall be const-rued as relieving the Contractorfrom the responsibilities speciile d. in Section K F: 7-i.09. Lan onitiac-o-r's .;ropoTsed work plan. The �.,o�(:�'racto .will Ex�_ot be entitled to ®any cornpen-statio n 4v_ he suspensionof work-resu. Ei:gfrom e suspension erasion o tlYr'o k du o :e :ale re-opening of closures. Fon each 30-minute interval, or fraction t ereof past the >.ine specified to reopen the closure, the Depart.-ie i, will. deduct $400 per interval foci moneys due of that may vecom-, due the Contractor ander the contact. �. requirements y y y Minor deviations f:o�.... � SL.... i�.i.S of this section g .'`. f which uf'^ not s n,Hlca. `` change e the cost of the work maybe permittediipon.the written request of the C cf" ar y. 3�; . � 3expedited, �'a �� �i�..r chi ti�ia®. frig%Iae�s, public _.:aikAO. ZIVYiS. �%.:. better served ai:� ?�� 'i�`�'r�. The �. .,., opinion Contractor oa ..Gct r sri 1€ not adopt these d eatio .s until 1e Engineer as approved plo ed he deviations in Y ri"Hng Other modifications wilt be made by confracr change order. TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE A tragi-c control system s_ a_l -consist off` closing tra flc lanes it con or-mance `tNS.: the details s_olwll on the fans, t_ze provisions in Section '2, "Coi-is_uctioii Area ::ra Yc Control Devices, of t o Stand.-asd Specifications, 'the provisions a2lvr "Maintaining .aaTic` »w6 "Construction Area Signs" of .S eSp special provisions, and :lyse special provisions. During traffic stripe operations, pavement _darker placement operations using bits:mi_io',s adh esi.v and installatloil of traffic signal :oopq tra.afe shall be controlled, at the option of`he Cont actor, with ether sta onay cf rnoving lane. closures. During other operations, {dra_fc shall be controlled %xitin.. stationary lame c1iuswes. Attention is directed to tie provisions in Section 84411.04, "Protection From Da<-r.age, ° and Section 85-116, lei:ce:rent," of he Standard Specif cations. `f co-nmoneits tie tra-b c, control syseeir. are dis laced on cease to operate o> functioi as specie ed, h3rany cause, n ying the :nvro,greS6 of the work, the Contractor ' ` ct�° shall_ 1 :eu1diely repair the ten v" vo _«n?s m t e orlgii-'al condition or replace the co poornenis and shall restore be components t original location. STATIONARY LASE CLOSURE iai e closures are lean-. for wore periods only, at the end of each work period, c or:,vs�e� S of �I= tl,.e traffic control system, except portable delineators placed,d along open trenches or excavation aqiac, t :o the fraveled ,gay, S a_s by removed from the traveled way and shoulder. If be Contractor elects, the components �y be stored at selected central locations, designated by the Engineer within tc ` f of ti-ie highway right of way, Each vehicle u ScaG to place, maintain and remove components o_ a traMc control system. on .G_t:Aanc highways shall be equipped. with a Type _I _`l-ashi^g arrow sign which s:LLal be in o pa_2ti:a when the vehicle e . ie is being used for placing, maintaining or removing the cofmponents. Vehicles equipped w-ith Type 11-11 flashing�5ig arrow sign not involved in piaci-g9 maintaining vi removing L._e c1.- p03e:4 s a�i .w _. operated v:tlii Ustationary type laneie closure shall only display the caution display iSvlay M de. sign sliall be cont o_la^ e by the operator of th-e vehicle ,Afh,`_le the vehicle s in motion. The f.avihang arrow sign show._ on the plans sial: not be . see on be veheles which are doing the placing. _'n i-ntai ming and _e laving sof components dl- a t_a is control system: and s-halI be in place before a Tare, closure requiring the s.gii°s rise is complete; . MOVING LANE CLOSURE Flashing arrow signs :sed in moving lane closures shall be track-mounted. Chian-geab e message signs L..SVas in moving aii'e cliosure vLL...a.+2racavdiS shall cCS<.do ._ to t1ae p:.✓vI. arv`'nli' e+.,..a{}.i:, 12-111-2, .. oi,....baad C. ang'cm JZ`e Message Sig-ns," of'he Standard Spec fic tioWSj except the signs shall 'be ..,.i.tvrand iziv _ __ operation; lun�13 C_ _d . bottom v Si�= may v Ss than 7•`i,-„t aCoJt yh e ground, i-u_ 9_aoulds be as high as practicable. 54 1--lashing arrow signs dial. be -_n the caution display mope when :.ivied on.2-lane, 2-way highways. Truck-m painted attenuators (T. A) for use is moving is ae •clos. es shall be any of the ollowmg approved models, or e all.: A. Hex-foam T-M-A Series 3000, Alpha 1€ 00 TJN/'A Series 10A0 and Alpha 2€01 TMA Series 20011, 'S i anufmatt ed by Energy Abscrut ori System% Ina, One East Wacker Drive, Chicago, IL 60601- 2076, 0d0Ir20 t6, Telephone (3'-..-2)467-•6750. _, Distributor ;i`ortherr : Trai fic Control Service, Wo, 8585 Thys Court,5 Sacra °ento, A 95828, Tele llac ne 1-800-884-8274, FAX (916) 387-9734. ��i � i2. Dist:1btoControl Service, in-c,, 188i et�orLane, A CA 92805, Telep ioiae WOX2224274, gg� B. Ca' T-001, L'G�.1 2 or Model ✓, i[�.a.a�.�i.faLL`Lirer Arid distributor: i ex •ei "..,,or�or��'.ti Li9 .. 171, x D Alin, CA 945658, Tel-ephore `51C.; 828-x•200. C. Berko eirigard Model Nos. CAM 8-8 5 and RAM 8-815, ma--n.iactr--er and distributor. Renco !no, .582 pf ger&le Loop Road, P.O. Brix 730, Pfli;,gerv. e, TX 78660-0,730, Telephone _ 80&6541182a 82. Each TNAA shalt be individually iderit_iied with t.--,e man fact-ef`s nar-avc, address, TMA model ei a. p 1 :c seri: u-mb . The na< zes and n:ii iters shall each 7 be a rri_.«_zur� /2 inch high and r•�cater � the left .tree i e lower front corner. T T ll have a message e nee-to the located�«�r.;. �....Ai =a. ��e Y..e..�) �24»�+ a� t,:is� .£o�J�"�`ej � f��s_ v�✓��.�a+ i2�' TMA ��i:.'. 'e,7 � ten., e'... namne and m-odal i ur Fez i /7 inch high netters which, states, "The bottom of this TMA shall be inc-hes ± inches above tie ground at all points for proper inipacd perform. ;—, .ce." Any TMA wlacais damaged o appears to be in poor condition sra_l not be used unless recertAaed by the manufacturer. The Engineer sh ll be the sale judge as to nether used T Us supplied under this bvira4W need recertification. .'�`...*.+1. i.:.c''t shall-2 be certifiedby the m...r'rd:12'�.1ct4arer to +:nh.3iC t S.v for'2',4A in co.-i.�dr:rianee wit the standards esti l'is ed by&,.e a ransporta .;n'Laboratory. Approvais or new TNIA designs proposed as equal to the above-approved models shall be in coribormaunce with the procedures (including crash testing) established by the regarding TraAris r,a` on Laboratory. For information sTbLittal of new chsigns fo: evaluation contact: Transportation Laboratory, 5900 Folsom Bo0evar , Sacramento, Calibrifa 95819. ` cv, r M-A-s proposed as equal.- to approved TMAs or approved TMAs dee inniSe y the Engineer ..o need •ecvrtit"caio > shall not he toed ~�ital approved :rre aid ae d by the- Trat spn f�•i:n Laboratory. TRAFFIC CONTROL FOR PAVEMENT DELINEATION ,firing traffic stripe operations an-d vavennent rnarker pliacement opera-tions ions usii: blri~•.-ninoia•.s adhesive, tia`f-ic shall be controlled, at the option of tate Contractor, as provided for :.hider "Traffic Control System for Lane Closure" of'these Special Provisions, or by use of an alternate trar�c coirytrot plan proposed by t.,-.e Contractor. T .e Contractor shall not start traabac, stripe operations using �—in alternate Plan ...iaail he has s ibmitted his :;•laid to the Engineer and aas received written approval of said plarn, Alternate traffic coi_trol plans for striping operations shall coiiforr to the provisions in Section z 7-1,08, "Public Convei:ien-ce," 7-1.09, "Public Safety,' and 12, 'Const,-mct.on Area TraL'v Control' Devices," or thee Standard Specifications and these special provisions. c.« cv '_pens :ioin for providing traffic cv.rtrol for applying trafficstripsand �v�� o�tm a. C: S shall be considered as i cr,ided in the contract prices paid for fie various items of wore and no separate payment bee made _therefor. 55 FLAGGING COSTS. In, _iew of the provisions of Sectio r ra i IaIFIe aid �C3: ii' rcl s gv ., for _ to atz g the d � - ng � existi--na 8 Ince J- W '_i.,- shall be included in he contract pece paid ,Ier li :ear fact for r°lastic 'Pipe "I T' X11 DPP) and s_c s -agate-,�ayrL er t wi ^b_made cher J Section {{��{ ..P� cavil 1- 'Av '�,•. •'�.� ri :fa.tr. 1i !..3 vi.ic 2J6.�.V as Bbl r_ e provide ace =;ages materials 5 , 'Salvage,' oft—lie Standard Specifications, the inatenia s to be salivaged sha�% 2✓ ii ' ieptopertv o2 the State, tat4, Cry shall all be cl✓ n'el iS packaged, -bundled., tagged, and hauled to the istrct recycie center at the Contra Costa County ✓laar~tenance Division Como-ration Yard, 2475 Waterbi:d Way, Martinez, Cal-fora and stccl�pi>ed. M-11a;"_iaisn ay v delivered dv the ^ecycie Center Monday t r oug_i :`ursday9 b5 app3;1tiI bnt only. Call ( 313-7000 a i-rur rr of 48 ours n advance for apps' Bente REMOVE PAVEMENT MARKERS a2 _All exist !_ Savi ✓nA N: As =rg associated wt2tr+. �1cstrine rbmov L y "', r moved ei4eispoile+ of as a rested d e E giriee no earlier than two calendar days pier to resurfacing `e aL � -i of the road. �I_ cornnensation for rYe ovii gy arae _ spcsing ct pavernert r a_r(ers shall be cons5dered as i�cl�de� in .-hecr;{.r f°$` >,.J v.:. .Y1��6.1 iJ'.✓'�iirvlE S].iti tl fg �itj' di v u, a a y� 'vt,.• �4tir: idce 1 Je e ;.iy p:as`.ic`• .``7i'i 'ar.d_ao se-p''.'`J''.t� '.�.'ay�1�ent wi:; be_"3ri�,-�`e r. _ref^r. RE—MO TRAFFIC STI E AND PAVE-MEN'S MARKING directed by the Engineer. Attentici is directed to "Water i ciiuti'on Cont_-°o:" or these s ecia*' provisions. Was,e from.. removai of tel c-,v and yellow painter traffic stripe -_nd pavement arkil.g cci_ : s lead cmro a e in average c�:nce traticias greater t-Eat or equal to 350 i�g/lig and. iess than s 10 0 :gag/kg Total Lead. Yellow ther eplastic and y e<iv�1 paint reef[is stripe and pave�der t marking exist Jrcma 'C' hire Static. 44+550 to Statim 48--0,-0, aid uric statics 53 50 Steno-n vi Residue rod-u--ed ilhcmyellowtlwrn3pal as4 ie can�-i yn',<•fcw ;-at,.t ears removedmay contain heavy nietais is co centration-s that exceed t ireshclds dstablished by the Califcrnda Health and Safety Code and" may reduce toxic fames when.seated. 'Waste fieem removal of yellow to ernicpaastic frafll.c stripe contai-ns leadi c c ate in ccncertratio s %� q� greater than 1.000 nng/:gig Total ! ,cad., 3 ciiovi ti`s.-__Ir-. �i�.�•Li L� y�.tn��"i'rj ��w.i�t�� traffic �di1C�'-+sem.. ��EEu`. pa Berne zf Station 2v, and Cline Stry 3 X50 to :a zCir g TX`s` £r^r? `C' ( i= Stat#.c �'sriv `^ tate^" G fi n �¢ ^ ' Station. 61`,' . Residue pr w.h"n yeHow then L'oplast- Str-u�' is rymCved contains ,.;a;;. `_ co*nc_-1= at,_,ons .a at exceed t1hra n r z 5 r y r _. " f s ,olds este lis �d. by f` Ca- iiia ea* an Sa�ety Cod- and may prod ce toxic 'Ll'cs when leate . I1 e removed yellow thermc,-Ulastac traf"e stripe sh.all be d sposed of at .a Mass 1 disposal faciih y -errn;t ©d b,% __�.e, Regional Water Quant, C ntrci card in co $Dr ake with � � e f ¢u.;^ 'tT S�'#'� � na:i '� i#i'w �'�w'.�f� ��w��'G'�:.� �i �.ldc' dispoi sai r •ri y v_ator. Within 30 days of"isDosal ^µ ve _ � r� nl traffic str. e at a Class 1 sal ...�: %�• 't./ vd. l��w t.,,:er_ it�i.,✓ c'�•:,ic tr.rv�'si .,x:Nb dis osa�3m,fx'aci_pqita', al: di+spvsail docu-nen a.:io-n and hazard, waste manife-sty wil�: be provide to the E9if3g[i>. cep, ri_i'ei Cci.{..Sac o sisal] prepare a .mie'ct spec-115,c Lead Con piianme Plan to v�•wv--rat-or m- iriizaize o.lei eX.1csiire to >:ead wl..ile lia<:dliing ae moveld yellow thereto-olvastic P—nd yellow p.ai t residue. Attention is dir'+�`�•..q.:dL£ 0�3 C'_..`v 8,.-Yr.,.a.lyiy:v"�-E:y�G�/s Codie 'moi �1�w �:.i Grv'ct�S ems..-E,�1, s9�,+w i�'ti� 15 3 2.11, Lea�..," 3.�'•r J�c�»•iiic Cal-0�1 5� HA ew'wird i L- s d'l�y iL�i:1 YY 4Ji i1< ''. with ! LG'?. he Lead Co.rip_iance Par_ steal con-ain he eleine is .fisted 4n T tle 8, C al<for< ia. Code -of Rc af>at . s. Section -5-12._(efQ)( )e Before submission. 'r W"vE gi,eer,. the I cad Compliance -:.Cn shall be ar rloved by an lr d''strial ygienist certaflea in Comprehensive Practice by the Amer'+:.-.n, Boar,". of .du.stalai >:d giei e. The p-an sh li 3e s- mit—ed `o the uineer at 7 days r s � ' v .� "�t :.c< sc 13�gi ii'ing ren o%,ai cf'�Jeii � .aeL_ ��lav` c z i Lraiiie stripe. :: a to i t cvi gV,-DOW Lh.crMopiastic peaser:ei arcs have no price training, including Mate personn. .ei, shall co lete, a safely t_a_nln.g picgra Yfc erase vy the Contractor trac.cr tat Meets tie 5 requ"_ients of Title 8, LalikxAa Coe of Regi<atic s, Sect3 b. 15311, Lead," and the Contractor's Lead Compliance Programs All workers disturbirng any lead: containing material must have Califbrnia Depa frnei._ of ealth Services Lead Related Construction Certifi-cation. Personal protective eq ipmelntraining, and washing; axilitnes required by tlrie Contractor's Compliance Play_ shall be supplied to ate personnel by the Contractor, The mummer of State personnel All be 1. Where g rindIg :r other methods app;Cved by the Engineer are used to remove CeIiowti :e Inlon lashe ?i removed residue, including dust, shall be cortai-ned and collected ).tri e� lately. SSFae ping q? ,pame—'L 3 C _ shall ,lot be used. Collectio"�. S_.al ✓e b'y high ehiciency ;fir`_Tina e air `HEPA) �.;. v" ' :.s ed vacuum i attach-ne. t operated concurrently with the removal operations C. of e?, equally effective _ctbcds approved by the :n gnrieer. The Contractor shat_ submit a w ACIR work plan for the removal,, storage, and disposal of yellcv,, tl-Lerrniopliasticc to tate Engineer for approval not less than. ? days prior to is e sta of the removal operations, deoval operations shall not t ve started until the E ng'neen has aper-oved the. work plar-L 3lie removed eeihow the moplastic WE—, stripe residue s. s� bee sto-ed ss��,,��,r�t 11ab d ' s.,-.a- r:./v V+b+',.: ✓3._e.;. J0.. R� in covered containers. Labels slhal` ccn%- :o fire provisions of The 2Z C wha Ka Code of Regulations, Sections 262613_ and 6626212. La.bels shall.- �e marked with date - i e-. the � f t word--, /+ �y r� /'��5 \e/p/ e�j nary C✓><erii the f�as to FS° generated, _..:.� Y ord--, F1-lazard-o .t.`5 TY rice, , compositionand hy.`�.S'4.a. state of the waste asfe (fcr e xGrnpae, asphalt s i _t g_< idi:i:g" wit: the,-`i? iipiastic £3f afint), the woi`i'b' "Toxiche n n.e and address of the Eng:tter, the Engineer's telephone number, vvl4.,i'aCL -number, ad Contractor or S:iL"a.:;I:tr2ctr`". The containers S:;Gil be .,. dyAJe approved by the United States Department o Transportation -or the transportation and temporary storage of the residue. 's_lne containers shall be band ed so that no sY9_d_age LTJ.:.l occur. The containers shall be store in a secured enc.osur'e at a location within tinerojtrav until limits disposal, as �' a pro-vea by the Engineer, �ry hen, yeiiow therrno lastic trafFEc stripe residue is transported to a Class 1 disposal _wc:.Tty, a be used, and _.e transporter shall be registered with the Cahi'cr na D epatrnent of Toxicmaifest shall Substance Control. The Engineer -will obtain the sited States E nv;ac m-en tai. Protectio-n Agency :da rt% Cation �'tn� :'ler and sign a-'.-.! "_manifests as `1fte generator wit in 2 working g d ys of rece--Jing sample `est i'es-alts and approving tine test metihods. obi1g these Special provisions shall relieve the �ci�iaceC4 ._ ¢he Contractor's responsibilities• as speciired in Section 7y117, '?',.'_:clic Saf.ety,� of the Standard Specifications. Fu _ ccm.pensation f£}r prov;di_^ag a Lead Count fiance Pia;,, inc ad nlg all labor, materials, teols, equi aneint, and incidentals and for doing all the work involved nn preparing be Lead Corr pj:aatid,e Plan., paying the Ce tifcer industria. Hygienist, ars: Or providing personne- protective eq '`%�'`e t n�t, ah- monitoring, i'•- C :,, err'.....,.<..:1�9 s nn t d Y u� i' o specified the Standard Speci3t6.Gn',ions and these spec_C.;. �_n.vaint�ii.:1�,+y^c�'�c:�. .zi�t�lW�,...._ �i.�. b.ai�.ic=yv a,., �.�5� �Jv�o.wi>tiaw� �.ir ry..�5. pn.�..`�...:ii�y S�� YS C, ._NC �y ;phi';' isms, and as directed Jy febM v.2g'w_�`e shall .` e con s:lined as included n he contact .ems raid per -cot for remove ye low .._ebnnio :astic paint a nd no separate payment will be made there-for, Full compensation for providing a written 4T or;plan Or the remova_, �torange, and disposal of C: _ ear � �s�cSai >"i. ��_��✓'I the.mop%astic traffic stripe spall be considered as in cl,,ed . i the corA..ract items paid per _ ne ar foot for Remove Allow Ther oy_astic PaMe Stripe and o CdYa:aye pay,-nen-1- will be made therefor, RELOCATE ROADSIDE SIGN Existing roadside sighs shall be removed and relocated to the new locations shown on the a,_s. Each roadside sign sl all be anstaKed at the -neva location on the same day tlnaf the sign- is rai ov--d fro-nn, its original location. Two holes shat_ be drilled in each existing p= as required uired to Nr'.3vide thereal"away _eat'` ..re�. 5 o>'.,in on the pla-ns. Y 58 ADJUSTING UTILITIES GRADE where sievtrn o dhe plans 11-0e adiusted, or as directed by the ,Engineer, eexlstmj� :�t_a��bes v�u:� be ✓r. -ed to fii.a1 grade. The a�.,JuLt;"'ents shah oonfbmn to he provisions in Section , e5-2.051 "Rec'::ns t_uct;on'll of dhe Stt....3^tdar S ec imcatiion.s wilh&-.e... -`v }�✓'F�'�f .i. '. .i.✓F.�iJ i . port-lana. srelt � r-ctete -usedfor a j.st-n-'ents s_Xw5: be i%air concrete containing taot less tHan 470 --u.-' s no1. £�>�.,�` cc1_ per cu' -c t/are-, a..�sd .€,h H th-e n-rovisivns "ixr'.. wv:is�i.A 51' 'Loncrw«e Structures," of the to dardSpecifications. eco c tiors. The coxmbed aggregate grading sial: b� t1h e I lrch Ylax, gra, s:-ig s.ec_"e'::i'l Sectio- 9()-3.04, "Combilled�s'ggregate Gradings," of the Staridard Specifications. cations. 3o-a,� eu✓ , oiaL3Jeentsl' ' � er, visions See' ond� 1.235. "Mortar," o- the✓ asL Standard Yyoys re st cC:crate C:- eats sl hall cops i to the _ ��r#i _ 06 r t ! ��� e� f1YiSi£3 xs t.e oil 7'0- .022, P ecas ._,ro .c e,te Stnuxtaies," of the Star"dard Specifications. Ia;1.`..lYu:YvL;. 1C...eri Ca isy WtivC1."gie LwVvv_u and firLSi'S:-esg w1mich bs.:.�e uo.:54:StL1.ge1:. L;:day ilv Se:lSsf✓:iie4.S as ire d by ti^e Engineer. Stru.c;_fares bu;iat of cast_-in.-Diace concrete, precast concrete, brick or vit l led clay pipe pwits <1w: tE1 reJiac� lin Cl s j 'ess 6J vv%se e 1t e a Dy t1e `✓lnIr w ¢�"fi Dari i sealing of y C Yi t operations, r % shall be f^. Le ed torte e --((�� r[5 �{- «y qn �•�, ty+, vi_ , +�'•.f�3�tv��.t'3w{,n�•«�' ��(v:�.���.rS G.t'.,. `..J�.. �< <a.,,,��M,.s: and � W �G.:. ,��}.aii v peermmii.ted 2L �li. oPeiaings or Jos its ti ee wee-n faamaes and. covers, Fa i�itles s_aali `.tee add sted so :fat _sere wi . Cat �� any "�rCvvt`>� e s; � " �? diff—er ice - levat"ion vdtv,,,e.I �^ ed d ;.lay, "lye E eei. le - �•�q' „ �4yr celot b degree „ ii�.ig�e. ;.�ia`J'��vi�t s�isuffa'e_+e ("iri � � `ac t_ii�r. �ii�t4s shall: ..ped i."Sates r3V:Ly�.�L2�+�'� •+1�;1i�w�vS.+WiJeaUiW b✓ L'S smoot sl ess '...,`:}assagc of a motor vehicle over the c. ` .fisted�^I• ��. `A' OLES— e following cases sial.appy to anlhole adjustments: Adjust-<•e.its by cast iron rings.; 'Furnishing and i stalling cast iron. extension rings i ay.ufactur ed to .kit the mr.:�-..'3< `e covers. Slnle rams shall be used for a>v:as�i�: :its no.vxceedA aa 4 ilnes. Cast 1fon. ex c sio-n rings shall be aft acla-e Cpm" :o frames, lio ings, castizngs, an rings 4^ nr e'y 6 we�ze� eta@ p+-: w11.ed lti .-dI prope- Dos-, o • vy 7 ::4diif.i'itas 4�ad_i ctw.S.'a+=y }2 V:.Y16k2S. Case 11 - (Adjust eats in 1r,oat section.); Rec::r. the tb=at poftions of .an hoics as iyeq°.— d for adiustment of he coves to the frinn shed pavement sui_ace. TH s shall incl€:: ,ase 111 (Adjustments i: core, ba.iei and throat.) P,-rfo=ing Ali work and < rn-is ng all' materials necessary to remove --and re-instal_ t_ie -jq---ne and cover, remove an-d/cr install concrete threat rings, remove and instal concrete cone section, remove and/or install, baaci sections, remove concrete anchor block, if such exists, and construct concrete anchor lock with porland ^tmentoncrete. The Contractor S"G.� select a cJ_ b_naE,v� of tlhroi_ and barrel sections such that tie adipustmente does not result in, a thzoa length f at exceeds 18 i`}vv�, Newcone .e't.lrS shall be eccentric, Existing .:nry e .trtc "vwe sections 3:.aflA be replaced with eccentric cone sections. The verticalside of the code section shat be set opposite a portion, of the .:anhoie barrel which i - doeSnot ccnaa pipe opening n ess f S conflicts with the step .Gvire2� ents, adjustments result in G3anhole . deeper than 8 feet. Steps small be ins a ie . When Steps in ast be installed, the ver .cad side o--- the Ythe cone section sial` be set over a portion of the barrel which does not cee ✓._.._ a pipe. Steps shall-I'll be aligned vertically, in rine wit1h the vertical vide of t^-- cone. Steps s_-aii coli er:n to the detaLLis and notes In State Standard Plan e? 'Flie maxim-um. -coat dirsensior ager adtust.,.tent for any case shai_be 18 inches, Wei 22_ "oe adjustment .wolves excavation or c3:`_crete removal, a temporary :oder steal, -�e placed to prevent entry of materials into the innanl-.oie and drainage or sewer pipes. The contract nit prices paid for a4=ustirg utilities W grade shall incluse fall co--pensatitin for f.i,islur g all labor, r-aterial's, tools, e uipmei:t and ii-icidenta s and for doing all the -work nvon ed in adjusting the facilities, complete in place, including installing Steps, as shown or the plans, as specifflied in the Standard:.a,"?far d t7'..1e,,`i efio-. . atfo t'S and t'i.a:Se special ✓rVvStC3:iS, Gif�. as directed by :..:e Engineer, NV 'vfi,''mJen-^°vG:...iJ All be allowed cr any adjustments which are ner`orrned by others. REMOVE CONCRETE Concrete where shown. on the grans to be re-moved, ✓rail be removed. Concrete reeved shall be disposed of outside the highway right of way in conformance vvit_ the Provisions in Section 7A_.`3, "Disposal of Material' Outside the Highway bright o; Way, e Standar Species cavi ons. aa>icompen.sation, for removing and disposing of concrete o:ciete shall 'be considered as included i n she sum contract price paid for Clearing and Grubbing, and no Separate payrnertt will be 1_fade t. erg r. 104.12 (TLEARING AND GRUBBING Clearing air; grubbing shall conform to the ;provisions in Section 16, "0 'ea_ing and Grulbbing,'. of the Standard i.3pe*a.tiicati vi'S and these special w i+4 y/i.71LJS. Vegetation All be c, eamd and grubbed only sAdo the excavation and e�banki_eft slope llne s. At locations S where h.,,:., is ':t3 g-,-ad;:rg adjacent to a bridge or other St:i1:.rL"E;t.g clearing and of` v ge-tatiC_. v Ali i' ,P i.mi teV to 5 feet outside the p y5ivui limitsSo< tae bridge or structure. Activities controlled by the Contractor, except cleanup or other required. work, shall be Confined' withi-n the graded areas of{_re roadway. Notl1iing herein shall be construed as relieving the Cl nt ra ` r orthe Contractor's responv.b._i4 y =v ; .aai earuhi . t`_ highway as provided iii Section 4^_ V2, "inal. Cleaning ng Jp,' o vn e Stal-n-,dG..�.�d Specifications, 60 gees ana shma s sha not be reniov-� miless they a-e ss'hown and -noted on.the p..'ans to b-, removed, All teas amd shrubs coni`iict.ng wit'_'", grading, util-l"des, or other innprovernents or overhangir-g the side-wa:k o--.- paves -ent so as to fore- a nu--'.'sa-aice or hazard to the Dub;lc shal; be trimmed towmvice Is *earance ov---r roadways and 8 feet of Clearance over sidewalks or wallkways. All roots ex-posed ,112 trench and roadway excavation shal-1 be cut r.-.ea+,:,v at the excavation line in accordance with recognlze,� s-an,�ars oL'gooarboncultur c+' I al P.a LIOC-S. ovi s-.ons x tib.- last paragrn.a. of Section 16-1.03, Ton-sfruCtion " 0" tlie Standar ' Specifications are arnended to also -richade the trimminv, of roofs of trees and shrubs that are o be lei i:,--. piace, 10-1.13 EARTHWORK ar" E sHa", Coil-for-In, to the provIsioris in, Sec-t-lor 19, "Earthwork," of the Standard S-'ecil"cat'ons and these special: provisions. Ariy -fna�.ei-ial imported' :or the const-ructior. of enibmil=-Inis or as back-15111: for strt;ctures, culve-rts, and othef facllities shail. meet the fblilo-win�z rec.-LIii-eynents: ry -^H water Sol 'bile Sulfate < 0.2% des 2 st. -- -vity(R) I .3001V ohm m Per Ca fora ---"est 532&643. 2 For back-fl., around i-netal P;pellcondizill-. 3 Reported as S041. ex-,avatl-d 1material s"a'l be-om-e the Pr erg of the Cont-actor and shaa" be d-isposed -of 'd w highway gist of wav ;n conforinan- with the -rovisions in Sector, 7-1.1 1, "Disposal of MI..-atenial: Olatside the Highway Right of Way," of the Standard, Specifications. ons. An ootio-nal site for disposal of sumplus excavated material that the Cointract-or may use is the Warren Aillen Youth Rehabilitattion.--Pacil-fty, located at 4411 13-iXier Road in Byron, CA. If this site is chosen for. dis-,Iosal of surp`�us excavated material, ti-ae Contractor shall contact Steve Resaki, of County General Services, (925) 313-7230 at feast 10, days prior to excavation work. The surplus material disposed on s�fe s`,a ' not --c-nitain Asn. -Imit Coner-le, Base, or Subbase mater-al. V;Ilel-e a port-ion of the existing surfaci,-...-ig is to be rernoved, the outline Of the area to renaoved n,sgr �-dri w to a minim-:am de.-th -;-F2 inches before ren-mv-ing !,,he " le Rlsa-u 0 0-2 co. im-c-luded 11e -1 'M SU—cinz, Full irmensation �O. c-attng the ex -fa sur cin�� sl-;.a- be considered as 'o-?- cuk;sc yard- for roadway excavatioln and no ad- ona' co Mensa -n wi'l be conlo a, lonce paid allowed+hCTef6-n 10-1.14 EROSION CONTROL (TYPE D) Erosion cont-l-ol Cry e D) snail conform. to tlie Provisions in Section 20-3, "Eresion Control,'' and these snec]"al mrovisio--i-is and shall consist� of anpivizig erosion contr-1 nip atenals to embanknnerit and excavati-mi-1. slopes and" other areas disturbed by Con,st-ructi-or.act;vit-,es, the slone on which --he erosion con-t-M-11 is to be placed iis -finished dur ng the rainy season as �- , I - 1 0 1 Ll,e 1 sp--c: le-� 4n "Water Poflu-ion- �-ontr 171 or"-,.-se special OrOvisions, t1he erosion Control sha'_l irnmediately to the Slone. to efosiol', control rnate.vials, so-i-I surta-ce -i-,,rearation. confbi-,m to the nrovisions 'Is an V x - ; -: 1 in Sec-LiOn. 19-10,5, o-f t-1 e Standard Sne-•i`cat-. s --ep+ that ril ad gu"I-es exceeding 2 inch.es in de-th c-r wi-Itli shall be 'evele-J. Vegetattiv- growth, 1,ernporary crosion. crontro* mate-ials, f-and otheF de ms shall be teats vee -f-�orn, areas to receive erosion control, 65 ATEPI LS Materials shall' conan.r to the pmovisiors in Section 20n2 "IMate° $ o theStandard S e y iC°LE•�.ij p` t✓: L�n.. 1.�iww:...catao:i._s and besee special u.-envisions. Seed Y /� y�tv+ '�{y.-, �^, �+ •y� Section .--ppp r; �.( .y- S.Jeed .shall 'vv'iiiOMM to he provisions 1.._ Section 20-2.IQ "Seed! o he Sta-n.d and '�Specitic,P..tio.-nse Individual. seed species s ..r. be measured and mixed in n-,presence of the Engineer. Seed shallb,-, deliveredto te'Sb 6 5oJ ecw We i.,« nopi3evseparatevo:.26C rnes W.C;.the seed tag St ii,�t,�7.' na > Containers Wz out a seed tag attached vi:l not, be accepted, A .w " p.e of approximately f;bcEof seed All., be taken *Y ,n -each^ seed container by _l.e Engineer. Non-Legume Seed. NcnAg nme— seed shall conisist c'the f61--lowing: N O'-N-LEGUM J SEED— Botanical EDBotanical Marne 1 Fervent Pounds Pih..e Live Sees Per (Common Name) Giermination Acre (.�-lcnc Measurerrnni), cy nu-s tritichoides (Creeping 1 - - 80 Uld rye) 3- rods caiiiiarus (C _ifcrnia 8. ? b°`ome) Hordeurn brachyai th wriam80 22 Ca iflor ic3. ni. Meaao w oar.ey; ` Bro us Mollis 85 22 Commercial Fertilizer $,,, �.t,lnr$_,., b,ia. '�,:.!i����'� SF�?s,s: t.; _. �`�. •C', :.l"?.,.,s:Ji"v�e11S=C.:•5 LL_a S.,ct:v.�2'v-2.v�2; C....S`:'�. �.rci2< �:,_�:�/��;.���°; /of the xS.1a-nd S.0 Specifications Spe f 4 Yt .rte if y � /'S � F l f' �F'� ` nitrogen, 20 ay ��.�,�,: .carie: s air sl:a lave a gi�a �i.teew mica. analysis c_ •�ercen _:�r.t pe-cc t phosphoric acid and 0 percent water club e potash, Str-ew Straw si_ai_ co_.,.on' to the provisions in Section 20-2.06, "Straw," of the Standard Specifications and .nese special prow. ions, Wheat and barley straw shall be derived f_er n irrigated cmps, Prior to delivery of Baa":eat or bexley strwvi to the project site, the Corkractor s.a.1. g rovidefit"e nal l ..«„ address and tenepho v r - ger of the grower. r_r Straw s_ia� gib, derived o--.n wiiecbt£3i°b2:rley. St iffizing Emulsion Stabilizing emulsion siail conform. to -be provisions .n Section. 2V•-2,__y "Stabilizing _naisivn„;. . be Stanidard Speci`ic%ati.ons and these special. ”; iovisioi's. Stabilizing e n basion sail be in a dry powder form, inay e ''eeinulti'ifla-le, a--:,:d wall be a processed organic, ad::;sive used as a soil tac<kifier. 62 APPLICATION Erosion cortro. materials shall be `led in separate vp °c the m � � � 7 �� . ,. �� �• _1,. at:�;i�s :�? _ u��I�Jr7I�ng sequence: B. ioll.-o i--rig mixt-.ie in t'he proportionsindicated steal' be applied wit; 'hydro-seeding eg e t within 60 minutes a er the seed has been added to the mixture: Material ?tusks Per Acre 7 (Slope IVLe-.,`surers exit 1 i Legum, Seed 89 Fiber 2,00 yC�-oereial 200 erdlizer The proportions of erosion controlmaterials inay be changed by the Er gineer to _neer field conditions. AND PAYMENT Erosion Control (Type D) `buil. be measured by t1 square yard; 'he e w t q ' e as determined by the 4f....'... ks `J' 4.GL: � L✓ �� G�. �+1'tii J i..: dw� i Engineer from completederosionvv ntrol (Type D) areas. The contract price paid per square yard Or erohori control (Type ) shall inciude fa,1 cosipen sation tor -wr ,s frig a_l labor, niatterials, tools, equipmient, and incidentals, and Ifffi: doing all the work involved in kpplying and constructing erosi _n c£".}:, rol t��pe D), !oipiet° it piace, as shovJii on- the plans, a5 e/x "fiycin Standard Specifications w`v� €tick t q-. an these special v n� �y,y� ag :' ct % 4 s�..J•.✓L..i.tLW4.G ewe. i.lie 4,s Lr''< 6d'�'.� 4i��bl�d w«a.'_'vf1i� W"S�w'. uliA+s�'a+ Jph+ssl Cts provisions, tZ..tiw�'s SZ� 6.:S�s�Y+N L�b: J�the ✓11 'itihrel. l\:'easure�rent and payiT.erit to erosion control 011 be r mde only 'b7 areas disturber to construct the prcV,..ecf ?napiE vera"ents, Any areas within, or outside the pl :..;"3.eE` iniprovements vvlh ch in the opinion of _ e E gineer .vete :inn ecess �iiy disturbed er dist�irbed ac�r tx e convendence of the Contractor shall be protected from -erosion. in accordance with these spe.Ha" provisions, as required by `be Engineer, at the sole expense of the Contractor. 10-1.15 AGGREGATE S A E Aggregate subbase shah be Class 2 anid shall conform to the provikons in. Sectio 25, "Aggregate Sub-bases," of yl--,- Standard SpecLf-1-caWions and these special provision's. The restriction i_ at � � arJ�ro- £� ieci:i? e� aerial %icI� ea IiClass � and Class 3 aggregate subbase not exceed 5-0 percent of the total volume of the aggregate used sha'1 not apply. Aggregate for 'a.ss 1, C"ass 2 and Class 3 aggregate subbase may include reclaimed glass. Aggregate subbase incorporating reclaimed glass sx Al not be placed at locations Were material, will Inov :tee placed over Ua , aggregate subbase. J 0-1.16 AGGREGATE BASE Aggregate base shall be -ass 2 and s a I conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and t ese special provisions. T"he restriction that the ar o nt o` redta_a^ed material in.cl ted it C%ass 2 aggregate base not exceed 50 percent or the :Uta' volume of the aggregate used shall -rot apply, Aggregate -or .'ass 2 aggregate base may r_<e l=sae reclaimed glass. Aggregate base in-conporati g rec'a nied glass s call not be piaced at locaiioi.,°, wJ ore surfacing vvi_I -not be :dated over t1he aggregate base, 63 10-1.17 TREATED PEPMEABLE BASE :.vG_etC.: permeable ase °.,:fG._f be.�.s:..tty.:t dre,t.. r� G:irid sa.. •«.o1iav= 'c+n5 the provisions in 29, "T.tated s erriiea ie Base-s,` of tHe Standard Specifications, 10-1.18 ASPHALT CONCRETE Asa'aa t concrete s^af< confbrnn to the provisions it Section 39 "Asphalt Concrete," -of �4y� SA Ida. d /, y.,11a . VS id:� A✓rae:. �.5. a Specifications and these special provisi , S. Tine Con--actor Sub- lii an asphalt concrete 2c ete ix design at the pie-const «ctiovvmeeting g so be approved by the County. The r .Y design sSiLf:` SiGto the arno,,�-nt of asphalt s SadL binder : taea to be mixed w>1. the aggregate for asphalit concrete by weight of the dry aggregate based on Ci ��nlaVes; rapt,ads 366 a--..- 367. if the supplier has wi approved ruin design gnat mteets the rc ire—mcn-ts of these special provisions and Q d { -+ the ��_t b re °}: t v os syn f Public bl ' r n t t.ng � design S registered `v'+/°i�. ..,. � .��J�:ti�. C.'.,�i.k" O�W:�%�.�L� _ �...i;.ate. d�Y�3..�.5 3...'��.3�.;. i_i��y �C:.lb::�.`�.'G''..:5 ^�J:._ Laboratory, We Contractor need submit a letter to the Engineer identifying S E pl:et, the =nix reg`_s ra;.io ',.=ber and an sauce of he aggregate. Unless otlierA se directed by the Engineer, asphalt binder to be mixed with aggregate shaH be steayn-- e iaed paving asp a t, vlscos vy grade AR 8000. Men aggregate is tasted in accordance with Test Method No. CoA tra Costa Claunty 214 (.FACS the less of sodium s 1phate sial not exceed 9.6 percent. Aggregate shall be Type A LVina _ a_ g LJ tomsgrading for s(��v ymeediTgrading. aint ander (tack coat) siaali bee RS-1 asphaltic e �,q 7 p Pat � ��^ v tack � z �� CIO applied at a rats,of CIO gall o s per so care yard. As hat conr.rete placed. .n the top layer of the Sufacing shaH be obtained from` c )l y on.e asphalt,p.,de_..,, :.e ''..*'r oviSioi_S in Section .37402, "Sp_car.:;:fid L'fy'yoo v't dSt,--:� e.iG.rd Slevi 'caLionS »iS�'i arnns'Zn c.d ea,J,:t' ii5e By Cv;T ng: %We spreading tae f.ial ..fof asphalt concrete (wearing surface), all ex lieqcesS asphalt concretecre< L along ccl :-hats s__a,_ �e ea:e w. y removed .,__fd d s ^sed. �`S a 5a �- :�ceSS racer_ sl_a._ not be ;t.v:ce,t by any hennas ove-t.--.,e asphalt co-ncrete be ng spread. As _.3.'.'.'L concrete placed in layers fess than 0.15 feet in cotnpaccf✓d hic-i'aness or the widths of 11-ess than ✓ ..eft si�.:u� bspread.G�. C✓'iii���L�d with. lt c' ::�i�ia:�.i�.t and the �=�'i..�vs.ti specified in Section 39, "Asphalt Concrete," of the Standard SpeeAca .nis. All" asphalt concrete sh?_ be spread c"vi;.d compacted in con-for€,ta'_•ce wit'_a said Section 39, wme::q'.i_ied as Mows: Sec6oi 39-512, "Compacting"quip:neat," of the Standard Spec fiCa`_aons is amne ded. to Fend: The shall .T;a'_.sh sl.fd:.cient rv._iiag e .-nip Gent to obtain the corn-pac-tion and surface finish t-reams• _rd_ by these ✓eciflica.u,:'ons. As a I_.S.,.im, one v' 'J;'M c- 'ller; `<Ti, o' roller ✓c )G l��_yy�i..yy.:��Y_e°G'•��.v i.�..:.t... G:.S described,_+,L.� Section Sun 5 vrq "Compacting, C � acty 9 ; r� the �Star°nda.id. Specs ac ations. _ S.J k+W Ca V'.. �l`.J. Gu �V.�t)-/.r'wc✓sl+�j Equip.-nen'," V'.� L� A r. ;rt lers S:_�d be e—qui"Sy'.3ed with *gads and water systems which preven.t sticking of asphaa Mixtures to t--,.e pre-u--rn s.`ic or 5wWked`JVs eels. A pu,r:ing agent, oldch will not age the asphalt n:. t ei /' the Engineer, s � t add f f t t..,.e id.ix�ui�, CS �et �_'_i�ii,.,., ,�� L;�i. �,d gii.a..a,i5 may J�ii�ean.' Lint rtCcia»�: =:,r{'wY1���.ti=ag ti�� .d_c�ii�sg t,%f the.>..�i to the Wheels. Asphalt concrete Com»zl be spread with aasphalt paver nu al.t be compacted 'by any y aacv to vbtHia. .._d, 59_,e„n_iud density and Sd..rlacv its_5 . to the _i`ieS> grades and cross $e^,,.tioTi Sf'i`Jv�ia f3_"_ _.ae tri 5r5 64 '_ae ���1aragraph of said ����<�� 39 �,�1 is -n- -ad: to read: At locations wiaere the asphalt concrete is to be 'l- ced over areas inaccessible to an asphalt paver, the asphalt concrete dials be spread by any means that wil, obtain the specified results and shall l be co n-,pactea to eine sped ed density and to the requires lines, grades and cross sections. Section 39-6,003, "Cona,.,acri>ng," -or the Standard is am by deleting the fifth and the seventh hrougn`en al:paragraphs and adding tine fbl oWng before the le e t-I paragraph: At a m mug , the Contractor's compactive elbrd shll, ib clude co pactiozi by the pi3eumnati': dk ed roller as described in the fcllewis_g paragraph. l e _nivial or ,rea d � r ec 3a t G�ii shall be ^.lowed i u Udiateiy by add°t rial rollirg consis ing of 3 coverages with a pne i:natic tired roller. Coverages with a p eurnatic tired roller siaah start when the teri"perat:.ine on mixture is as nigh as practicable, preferably above 11757, and shall, be c:rnplevea While the'Lem.pe atiare of he rnixture is at on above _50T. Asp halt concrete shall be compacted to a relative compaction less da&n 92 percent, Relative ccrnpaction shall be based on co-i-npaw son to the is°axim theoretical asphalt con-creee usasiby( cee gravity) using test method STM2041-91. 04 . 9z. 1<? lac . apha�f coic ete densities va!l be e deien,nined using cores taken. he pavement using CaliforniaTests 304 and 30& Emt and test site se ection v,.i_be deteirnk ed by the Engineer. Any lot of asphalt concrete that has relative co pacbicn v¢ less than 91.5 percent shad- be removed and replaced by the Contractor at no cast to -he agency. if reg iested is writing by the, Contractor, a lot with a rellative cog ipact on of 89.0 percent or greater may be accepted on the basis of a reduced p ayriient. The Engineer will provide monitor ob ng of tie coin paction process using a Tp oiler nuc ear tliizi layer density gage. If any lot te,sted Indicates a relative con-,paction. below 92 percent, the Contractor aadvised &-.d,` . <snot attainingaii�g vb- desired relavive ccpactSor and that his aiatn .v or his procedures,or both,need GL56 �yyL; Section. 3968,002, " ay of die Standard Specifications s is ame ted lby adding the fall-owing aiter the`rst paragraph: Asphalt concrete in a"c: that s accepted on the basis of reduced ..3�`4'ymuer t will, be paid for at the contract prances non the items of asphalt concrete in-volved rnu{ip _ed by the fol-lowing factors: Relative Co.mpa;tion Pay Factor 91.5 and above 1100 91.E to 91,4 ONS"; WO to 904 Q850 8M to S9.9 MOO 8v,O to 89.4 0550 Asp a t concrete levelilag as directed by the Engineer will be ineasured and paid for as a.splaala co cmt-- Aggregate -bs asphaltconcrete dikes shay^l co-nforin tothe 318"niax mann gracing as species ed in Sector: 39-1,02,39-1,02, sc.C'ign-egr�.+te6," of i'.'.e StandardyS,pe if-catis. 6: v� he am o'un;.L of as; ^-t`_ <noer used in., asphalt concrete placed in dikes sha.-1 be increased, one percent by Nass of the aggregate over the -."no'.-it of asphalt binder deternnned for ase in asp. ✓i t concrete placed on the tra` e..�^d way. _- ,Y_ c h_pt _Sativi _"b-tr fa .s r�g the asphalt concrete uV c.. Struvt the asphalt concrete dike S"a-. be considered as included in the 'orA fact• price ;paid per linear foot for tiie various types ^v asphalt concrete dice and no separate payment will be_bade therefor. {€1-1.19 ROADSIDE SIGNS Roadside signs shall be installed at the locations shown on fl-;.c plans or vvheie designated by t-1 E ngi_aeer and in conforn a nce with the provisions in Section 56-2, "Roadside Signs," of tl_e Standard Specifcations and these Specs._ provisions. 'Wflcd posts shall resSare treated after f0deat on in coisforinatce with the Provisions in '^r' ry589 "Preservative Treatment C,,nn..,YY}} L.�//rr-,S,,'bey++',,nn..__,.=`i Jed" and pP'u++l�i,,'��g, 5t CSS the Standard yS�ee-yecifiey,<.tio,:;vs ry.`n,�i.:.� cre-oso'e, creosote coal tar solution, creosote ;Jetsole{t[r 1 sc31�tdon 50-5"ii pentaci_toro�,�tenoll, in. hydrocarbon Solve nt, copper arnmornaca. copper arsenate, or a=oniacal copper zinc arSpi3ate. 'P_ addition o fie preservatives 'listed above, Southern ye Cow :mine may also "'e pressure treated w;v_. chroi- 1e copper arsenate. NV'e.sl. than or-.-- of the creosote processes is used { Si" `_ .:�}� 2 _T:lt_i�_ _ �_�: i��: of 6.4 C �_ 3, a i ted Abe incised. Type :til, Type f, and Type it muker ;panels mounted ted on a post with a roadside Sial_ si2alI be co sidered to be sign panes and will not Toe- paid for as markers. 10-1.20,EDGE DRAT Edge d'2s_nS S:ail cJ"fflriii to tie provisions in Section 68'3, "Edge i:..s_"air3S,' of the Standard Specifications ani these special provisions. ;s!y tt elEJ�vit. and covers will be required. 4. Edge drains shall be measured and id for per linear foot as measured parallel _o the project ntr pa pi.i�e,�� coil afl" � -edge r th ides of he .ruct,tral section, th sy ball ` e measure ` .ins.. ?��nereGrc"_inS �•.� fln bt`3C S.•� .�. S ✓•v Sie;?'_S .'^. '.". measured �;':'^�• paid .for. - The e contract price a=id per b_nn r rfot for Edge Drain (3 rGin (3 Snch perforated pipe) S Giiq include a;l3 comyyense.on for furnishing; all labor, �na {fials, tool[, "q' 1"-merit and incidentals andfor doing all woTrk i vo_ved in constructing the Edge Drai> 3 inch perforated pipe complete cin ' t ;• s non- perforated .— Je.fCrateCGlv¢/ve tl^.lea# J' ✓QeS, ceir �tCrfiitings outlet aYvent covers, Spi%S .g pads, Augs, pavement m.arcers, and filer fabric, as shown on the plans, as specified in he standard specifications and these special provisions, and as directed by the Engineer. 10-1.21 REINFORCED CONCRETE PIPE Re,nIffirced concrete pipe shall �" �_arra to the provisions in Sectio-,a 65 "Reinforced Corcrate Pipe," of the Wdord Specifications and t-est special provisions. Whierc e<3b-n`crrenb aril not be pAa cd over the top of the papa, a reliaiive compaction or no: <esS :_h-.n 85 percent shall id ivCL:rem -below the pipe spring l.4sfor pipe _ i;_G :ec using 1Met Zod ., vGL k .._ in ..6.`3c•.• as shown t?a S;.and:;..'`•r`.< _ iar; AWN ME.'se the ;.3`y^se is to be piaced -ander ___ Wic'+.ve,e' way, relative coir aactnoin. or rmt less than 90 percent S_ia__ be required unless t€ie ruin-iii r distance betweea. the top of the pipe and the pavement suaface is the greater of 4 ft or one aaif of t.ie outside diameter o the 5p Except as otherwise designated y classification o the plains or in the speci ca",ions, joints for culvert and drainage pipes shall con-form con—formto the plans or specifications for standard joints. 66 ......... ................................. ......... ....._... ......... ......... ........... ......... ......... ......................... ...._._..................._._.._..._................. .......... ......... Wl e i reinforced concrete pipe is ins:alled in cow forinarce with the details sh-own on Revised Sia�.--dard Plari A62DA, be Wh pa.~ag.raph of Section .19-3.04, Wa:4,1 Control and Fou-ndation Pew ne; of the Standard Specifications shall, not appy. Wfieri solid rock or other unyielding mawerial is encdunwred at the planned elevation v f' e otto;.- o/�y f to 'J�.�t,.y 'y ¢ material Ye-�s< j,,e } � tto � v{ bedding v e; b _; § depth � 0y ft e VZ _ L':i11il.�y 3.Sv S_�i tGe�2LLi f.iasf't.��y'Y thebottom L� Ss`� {3d i2�� J4/ Sic u::iw}.;. b i�..ilt�lYm��.t iii 4.�. :3.���..ti3. {�i_ i..��'v �ir L�L neiglit ofthe e b k--mer` over`. e top ofthe culvert, but not less thmn 6 inches ;-nor=none than 2 inches. +:' fry d";� `o the ,{..+mr't f e Yr: ' E -r- .fit f backfill y ��:� r ^�:y..i(.��i�tg''_�ryL.� s3. -2 a�f�..4.:«•I the ✓t�:e)t•..v;�. �_ Lyy�q=v��°�:..:.}4.,/�'p'h' y' .7y3.�.',..f�3.1p'"t�y� JG��1� i:.lic�',wgg��e'"Ii _+.���. �.�:�{,ilv s"...�c�.3.t!E�S'�eir�C.�',t'"wi+y:�f.«-{'� in ccn rormance �..�� tic provisions m Sectio. _l`✓16� Strucc u-re Bac?l 1i," of the Standard spec fi cati'o'as. The Outer Bedding shown on- devised Standard P1an62D s?-a11 not be col. pacted price to p l acernen!of the pipe. 10-L22 MINOR CONCRETE STRUCTURES Portland cerront Concrete structures Sl-a l con. f m to the provisions Ln Section 51, s Concrue, Structures," of the Stanch-.d Specifications a.i3'd hese special rovisio-ns. 5m > yr ct on 5 0 / "Minor Sf c- ," c _ ,a,,; 10, "Minos Concrete," of t ie 1i-b �i4�..-'visidr� �1 Section ✓..'i.VLv. F�b.2�c�i' 1.J.1� S.b,2�� bti.'Sii Section JL3': St-ada d Sped ca ions, s`-all apply except as modified Herein. D_ _-na " inlets, siewaht cross drains, Iver: headwalls, endvalls, Junction ✓oxer, and man. lodes aL+e.. c ass ned as i 1nor stiuch res. Inlet structures shall not be precast excepting Ar precast irdet tops as allowed by various CountyStG.idar4'"'•.Plans. Filter. ate--.KKa `or weep' ales sha>1 be concrete aggregate conforming to the provisions in Section 90-2.02, "Aggregates," of t's_ie Standard Specifications. T1i4, gradhng 1iits of the combined aggregate for filter material shall be hose for the _ inch Max. grading it Section 90-3.04, "Co-mbined Aggregate radirgs," ofthe standard Specifications. 7'hb gradi.-g Ilii lits :^r the combined aggregate gradin.g for aggregate used in. pord&nd cement; concrete Slad'i b 'Chose fdr the I inch Max. g:an._ g ;:n Section 90'3,14, "Co r- ier.d Aggregate Gradings," of the standa--rd Specifications. When RR v +a 6+, do�rryy tr constructed two yo r more s +vp�erftn �5 p P the yy d �k.+a..l...` laxl-G:.�� in-let<v Jl:.s' �.Ct�d .. .. iYYV O:E 111 S �J��yait t2��i, Milt S 4:construction. ��:� ., "s.`�C,+ ��'c��:.L�n s;Ibgra e, ar-. the portion of _he ?:let above `_::fie joint is constructed monolit icaliy with t'xe cu,.b and sidewd+'..i'\, the concrete Or uh4r 4.s:J.J4ir vVrd'J�S of the inlet shall be 4.i..'.e Ja14by<i':ss C'hs is r.se u.1 1.'tvl 'v �"� d`3`i curb aA_� The provisions of sectio 5 e1.18B, "Mass _ Surface EWA," of the standard specifications, are a"3'io bed as f ll's a: In Ilieu of the provisions of the furs_sentence oft e sec^nd paragraph req- irii-g sanding, the surfaces to .esyei'`1e a Class 1 urAe Finish adx finished with w:ner''e cement wash. {31 wi;.:i a «,..,.usl£4ry..oat.. or Surface f1lrn of thin cement nmortax c,Cx^•pCsed of one part portl:and 4e eat and one art of fine Sound th.-at ill pass t"Inzough, a No. 16 sieve,. The contract:snit plica laid for ininor structures shall inc111-1111f: r.l con perisatic b for f" r-ndshi g a 1 liabor, rnatu�ria s, tools, equipment and incidentals an f 7r doing all wore involved in co str°Wicting be minor structures complete in place, including structure excavation and structure backfiiJx, I ish�ng and paca g bar rein-f-Corcin.g steel arnd rniscellaneous iron and steel `including e4K< tray~es &r.d covers, and ftarnes and gratesl _lishi g and ;lacing sacked filter materia for weepholes, and doing all the work necessary to 67 construct the minor structures complete in place, as shown on the pla:-a s, as specified in _to Standard, S eciflcat,oils and 'hese special pro visions, and as directed by the Engineer. 10-11,.23 PLASTIC PIPE Plastic pipe s`2a"1 confbrm to the provisions in Section 64, "Plastic Pi pQ or St G_dCw Specifications and these special provisions. Section (54-1.01, "Plastic Wpej' of the Standard Speci acations is modified as ioiiows. A> refereiices to corrugate; in error waned plastic pipe is deleted, Ai corrugated plastic µe shall. i�av ���ed_l_ interior wails regardless of the-Sa-terial type. d 10-1.24 -MISCELLANEOUS CONCRETE CONSTRUCTION Concrete c,.'bs, sidewalks, gutter depressions, concrete ditch lining, isiano pawing, curb, ;.-arn-ps rl ?%_,. j, di- l ''?` `' ✓s s.�G.y Cy...i_�o �i `• the ro.v_ti'o ns Section. !3, ;4`r'..oncr Curbs s �v4i ee_cl rai p5 v ar i 1��3Vay. r a Cx C ;w �< eta ° and Sidewaas,` o``the Standard Specifications, except as modified herek The second _"°,a_"ug.-k-ph of Section 73-1.011, "Desc y:Io ," of the Standard S, ecif=tions is ad._inde-C..,' to read: Such wonk shall be const-ructed of mi o concrete confori_+.Ir°g .o the provisions in Section 90-10, "M',n,-r Concrete," except as aollows: it e maximL.tim size of-'aggregate used for miscellaneous concrete construct a _ inch Where S s�aii e a �YV here ske,V��.'ik is o e construct-ed its me�,tiaL eiy adjacent o new concrete curb, hiE. curb and a-gids--wa:L-k sina l, !we contstmeted rn;.onoli'hical y. SVG deviation in supe and design of curs ranips and driveways with sidewalk from the standard plans will be allowed, .ird ess such deviations aye A otea on he construction plans. 7-he contractor shat: :.i __ze screed boards or templates to guide Te caking of tine c- ry lamps and driveways with sidewalk to fl-he cimens;oins s LLown an the appropriate standard Man .,_ construction purls Free ion-ing of mese faci:_s._,,s will not be allowed. 7 yy,� j� Conkei�i s with existing co__ci ¢'e SO! be sa`Pti.�'c9'..�it. After tti c t ry .. concrete �!!tt yam, y�p�- r�ah-y abrasive �L�,+L Rye, c �x vvyy�� L i pror��.C'c�?�i:.�:-iµ.t�ii`L'`s7 yS�r�v�r>��/����:,w �.y�?.�.� �� �ia�-'i�;:o�ie ."pia+ co c e e may be vie:.ne by abrasive blast. cleaning or otherm- eti�ods approved by the .� rs �,✓ u �i-ig_i�ieer. Seca,.: S!E be made by rem ovirig aro;replacing tine entire unit betw ee Joints, Full compensation for vw✓ a},r: irg existing concrete curbs, sidewalks, driveways, and curb 3cyp 5 sh2:11 be considered as included ._ the evritiadt unit rJrrcQwS t"S.Y'�.if..' for rninrv': concrete and no separate paf- en_ dN»i pie made therefor. e:.V:., Aggregate subbase or aggregate bast for m_scelianco s donc_ete si,a:. com"o -n to Sectio-i 25, "Aggregate Subbases,"respectively, oY ti e Standard Speercatioi's. _ his contract includes a separate pay item for aggregate base or aggregate sub' ase, the quan-tities of aggregate ^ase and aggregate subbase placed under concrete cats, sidewalks, driveways, depressions and bL}��J ,�. .ice :�'1 G+ ranips w y tx� .iitiaLti_ea and paid, for as aggregate vase or aggregate subbase, its co.{_ram* rices not include a separate pay _tern for aggregate Vase or aggregates s-ubbase, the ua times of aggregate Lase or aggregate subbase piaced under concrete wv: not be measured. Fu.,'] " =✓ ensation ioi fiani..shi ng, placing and coi" Ypactiig aggregate base and aggregate Sis,a5a shall" considered .s in-clwied _ the con-tract prices: :d iV} minor concrete and no Separate payment will" be made therefor. T , !?e3n constructing tid"vV cud; Si'."_c:.wafiC or driveway adjacent to existing C✓ui°, side-,valk or driveway, l-l? Contractor Stas.: dioS"al the existing concrete to Eh' -new concrete with #4 reinforcing bars. Two No 4 Jaxs 68 sl.G.. e usx o dowel" new t�J to exisst'ing c a4v oth-erwise #4 3--s s-hall 1 e spaced at 3 Riot inaxil i1'vni_ intervals o'`-•'. 'e E v existing co r7` t{o ✓ edrnent sh _E .6. ne # both, 'fila ne�iR/ ;ri {�w�:�ilig new and r%dneLw,. ?'ri�v +C.� �� v Y�'�.�vs .:..: x�E� into ��}:xx 'c and existing con.-crete. _ ax_ cor nip-ensation _Dr doweling into existing concrete, aro. dowels, s AaK be considered as included the contract prices paid L.r minor concrete and no additional cornpe_srsiorwxlver allowed therefor, lac 11-11 s of curbs a{ staruct,,ores, designated as k-res s and transitions tions o i t-he plans, wi not be measlir . :Ful. co-mipe samdon for kproias and transitions sl-a-11 be considered as included in the contract . it lances paid for n4nor structures and no separate payment e made terefor, Driveways, curb raps and sidewalks KdO are contiguous N&A c0h, will' e meas- d fro a point 6 inc-],i-es 'tee<rn-% face of s:,:%i:;+. Curbs rb3 shaai include 43rJ LiedJSiSsu and depressions along .riveYays and +. ✓iwmps e %veways and c irb ramps will be p9d for as mhnor concrete(sidewalk). No deduction in quay titres of minor concrete {sMewek) 011 be made for utility covers and portions of inlets behin=d` e p rejected back of coil Kne. Tic foou l paragra .a of Seg tion 73-1.05, "Curb Construction," shall apply. Expansion joints will be in loci oft is rov s ons in Sections 73-1.07, "Measuren.ort,, and 73-1.08, "Payrne t,: of fhe Standard Specifications, i`_3ea'sm en ent and paynnerit for naiscella_ne � ous concrete const ut"ori., including .�Ditc Lining, Type B lab •:.,_, , and island Paving,wl-l be ache in units ass specified in "he bad proposal. 10-111,15 TYPE Bye AND TYPE WM FENCE Typo BXV and Typc WM fence shall confor to the provisions in Section 80, _ences," of the Stan.da_rd Specifications and these special provisions. The fei_ce raverial shall be fastened to metal' posts, Metal posts shall be galvanized, €-1.26 1IMARJ S AND ELINE T S v ear + ;-, t -rW '3; to Section 2 S lin- e,a.tors, of ?4�az�s,�_, a`?d de11 �eato• shaih cL?�`...ik'�: :,�the prt7vivi�'}rrS � �'wtson ��;, %� �4erS acid Vie' :�a " �'•= he Standard Specifications and t'ese special provisions. Mlarkers a-ad delineators on. -flexible :posts shall conform to the :a rovisions in "Pre wail ed and Tested Signing and Delineation ''gate"i also' of these special provisions, A Flexible posts shall be r iacn•.e Terri a BMW 5- iv in:^ sinall v resistant t to ps , :c-i ht, ozone, d�.r�oew.- ons, p# �.xl�_=c •gal<tv :ase vas av�� s :air �� ��sisLan: :�; inn act �rtay.���t irg�°• a:id a v r Flexiblie posts shall milst Mining w y i age and e_ds�d be fee /; Uns, discoloration, %ilcoloraioy, conLaLintio 'i3 and .other o iecti'e.na: marks or defects w` i'ch affect appearance or serviceability. Retro e fioctive sheeta ig for -metal a^o flexible target plates OEM be the retroreflective sheetiing deysignMed for cha nelizers, m arkers, and delineators confornning to the requirements in ASTM Designation: T) 49.5&95 and in cogs<on ar_ce with the provisions in "Prequa°,i`ed and Tested Signing and Delineation Materials" off- ese special provisions. F u11 co npe rsatiori for Type K markers shad be considered as included in the contract price pail: for Roadside Sign, mad no separate pay alert will be r ade tuierefor, 69 10-1.27 THERMOPLASTIC TRAFFIC STRIPE AND PAVEMENT MARKING Th-ermoplastic traffic stripes (-rafiic 'lines) ars:d :;avQ:n„n� markings sa a.l be applied in c�:ifcrrnarice with e_re prcvisionis in Section 84 "'�=-a`�d Stripes and P�-4r//��myy,,ent s/ is f e Standard 9 7'' Pavement '°��.i i�i.._�", V .'.'v 2.G.,._3.i.ai Specifications and these special provisions. Where striping joins existing stripin.g, as shown on he pans, the Contractor shall begin and en'. the t-ansitici_ f om the existing stripi-ng pattern into or from he new striping pattern a suf-_ic.e_a{_ ;i-stai ce to e. s re continuity of tie striping pattern. Ther r opiast c ,?'rge ai shall conform. to the requireme-nts iii Mate S pee, catio.ri. 801,0-19A. T_ e_i—n—opiast5c material for rafEc stripes shall be apinied at a rninir urn thickmess of g.08 i:-- At tike option o the Contractor, perminane it f.ir`.,ifi_c strip inn Gi:'4.Y'.pave `e t marking tape 'coi-iform—inn o the provisions in "Prequallifilied and Tested Ig ing; and Delineatio Materials" Of these special provisions may 'be placed instead of the thermoplastic traffic stripes and pavement rnarkings spec lied neieii_. Permanent _ape, if used, shall be installed in, conforynarce. with the Tai fact urei s sped icat :`ns. ii ✓nv_ iC +e, L !ape is placed instead of the -ndpo stY iira ffic- stripes and pave-ment markings, the tape be seas .--red and paid Rr by the Vol as thermry. 1-antic traffic stripe i and y the square bot ass �er ti ermopiastic pavement marking. 10-1.28 PAVEMENT MARKERS Y_Pan.a�e+cmei't i�N la�rkers; sl-oli coo orris to the provyis_oris it Section. 85, 'A���.MEN� ��� ��..�,,: �t t.�a, Standard Specin.ncativns and these specie provisions. Sections 85-1.08, Weasurerne v,ej and 8XIL9, "Payinent, of the Standard Specs icatiori -re rno^rdife by the toHevv ing; Full com. e Lsafieri Sol paveawnt ria Deis w_Sit n are shown or. -raf iv stripe details shall be considered �s included i the comm prices paid per s fo dr ¢ � o- an < ..� tiil�ar fort ��rra.._t� Cbr°rp,� ��..,.^..is �d no separate i;aymc ;Nits be node herek . Paver ent markers which are not shown or, traffic stripe deLai's wi-11 be naeasuxed maid. paid Aro in accordance gl is,Secth s B&I IS and SKI 19 o`the Standard Specifications. SECTION 10-2. SIGNALS AND LIGHTING Sign ais, Lighting, and Electrical Systems sial' confbrrn to the provisions in Section 86, "Signals, Lig...-ti-ng and El.eci.icai SysternO of the 2002, or iciest current, Standard Spec-i.icatio.n-s and _hese Special provisions. 10-2.01 EQU$P17 E f LIST Ai. D 3f.9 }L'a.wVING,�aY Y: wiring w ^+s .ry sketch y 4 2^ �a. The Con2t.aciton shall ci..v__�i�✓sh a revised controller cabinot YYiring dogra—!.A &-rid b'"..ketch ..�.✓2 the renn :s.hled intersection, ___ ate..�;.,.. The v3 4tQier cabinet schvr-nGb:.iw wiring diagram., ai. intersection. sketch SisS 'h g cc .wiinvd .lwr v.'_e ;drawing and laced in ti-ie ca-ii et drawer. When the cabinet door is open, the d a,ving shall be oriented dvitl,the intersection. The Contractor shat` provide to the Engineer a copy off all. purchase orders for A =-�- materials .�� loll ,,: :p,`i;e.a. �:.... _a�aiaa.<s used in reference to ¢_.affic signals within live days of vabe_a sucln orders are placed. '-}e Contractor sha l also provide copies of all correspondence with equipment `uppiers co cerd_ avaiiabUity, , delivery dates. ani+iaGted delays, and' shipment notices w�'k ;_ive days o -each i>t e, Rld `en-c-esNo costs y,,,y t !" .r er ?^f r n +7 f'C•v e.+ extensions C r i:'ray e r_�.��ter. d..'Ji.�rJ:uo,_<Gtr.s ar eo,��r:rnei_ui-�.�' .iso. for materials and eq..iidSi3ede,.iver.1 delays viii not be:nava un-less these provisions are met. 7 v _._................_ ......... ......... ......... ......... ...._.... ._.._._... .......... ..............._........_.. ......................... _.. _ ............ ......... ......... ......... _......._...-__...... ........ .... ....... ............ ......................... ............. ..._................... The Contractor fibu-nish two mniadritcnance -and operation manualls for vehicle deteet-ar s�risor -anits, and any other auxil-ii equip--n-ent finndshedL Tlae maintenance ins-nuall- and operatio-n nia-nual may, be onabined y_to one man-uml. The mainfena�ace man-aal or conibined maintenance mid operation manual sha,---. be sub---m-- itted a, time the o-on'zollers are delivered for testirig, or, if ordered by the Engineer, previous to p-mrch-as`:, Th,-maintenance ma:'rual shall ine'll-ade,bixt not be to,the follow-ing itemns- a) Spe-cif-i-Cati on,S "b) D-------gn,sham-teristics General operation theory (d) F-Luncticii of all' co.- ols Vie; Trouble procedure zdiagnostic routine' Block circuit diagram I -t r Geogrkphica� ayou of fcomponents Schematic diagrams List of replaceable cornponent parts with stock numbers The Contractor is riot.required to :15un,--ish the manuals if they recently supplied, hardware to Contra Costa Couniy, Manual.-s are regiireif f urni shed hardware is different than'diat rece"It'l.y supplied. 10-2.02 SCHEDULING OF WORK ae first sentence in the first paragraph of Sec. 86-1.07, "Scheduling of Work", of be Standw-.d peri-fid-ation-s is deleted. 10-2.03 ORDER OF WORK T'Ine Contractor shalll be responsible for locating the corners of each detector loop. T'lle detector loop comers sha-11 bey e marliked, and the Engineer thereof shall appth rove e 1-ocattioris before -he efore e pavcme;nt is cut. I he paveni..ent shah be cut MA an Awaive type savW The Contractor shall be responsibk� for locating end marking the positions of affl signal standards and pun boxes. The Engineer may assist the Contractor in mca�ing the above items. The Engineer shall approve a" locations before any work is perfo=med, Tul'-..- --o-i-n.-ciasation- for locatting and inarkoung tree comers of the detector loops, and locating and marking the Positions of tine Sig-riall, standards and pu.-,' boxes, shan be considered as included in the contract lum. P sunm price paid for "Signals and Liglating," and no additional compensation will be all-lowed therefor, 10-2.04 FOUNDATIONS Foundations shaH be;qazed at the back edge of a 4;--t of 6:ft sidewalk, 3ft--Fron-a face of curb in a sidewalk wider fl-han 6;-'1. or, 6R Omni be Ehge of Pavement, as shown or,the plans, o-;,as directed, by the Erngfineen 0-2M STANDARDS, STEEL PEDESTALS ATWID POSTS Only a side tenon, at the end of t'-,),e signal mast =-, ora Y} be acceptable, Spacing of tenons shall be as shown, 0'-a the plans. 17'11andlh.oles signal standards shaL' be located 90deg. clock-wise, ---rom. the traffic signal mast arm. Shee- steel shall, 1-1-have a rnimilm. 0.m yie'---.d 0148,00000 psi. 1 signal standards sh-.'l have a -m-deni-m. of 2 inches ----..d a maxiinum, of 3 inches of grout installed betv;ee-,--,, `lie:no ttoin. of the base plate and be finish grade. 7 10-2.06 CONDUIT Conduit which is installed :nde.geund S'ali• be Type ✓, rigid, type, Schedule 4,0 , All conduits shall enter a pullbcx w`la a 0-degree elbow, unless permitted o-herw se by `r;e Eng_--mei. All conduits shall have a 1/4--inch pullrope. installed in Omni Bel ends or bushings shall be installed on aa_ ccndu& After conductors have been installe ., the ends of conduits terminating in ull boxes and controller cabinets shall be sea ed vvit, a sealing ccii ound-approved by t.--,e Erigineer, Conduit ams shown/ a'�!o�n tyet'-•Te..ans o be Yloc�¢�cj/db)�:�d�l//r•ind �,.�.�s-y�i��.;/��,e installed i the street" A_l co_ad._�_ts vrossi g Vasco Rd or Cannin.o Dial-blo asha!'d e ".Jacked/bored." 1a -top Vi re: i `: LL �.;'�� ti �.c,. uiista.�led ;�nd��._ s���. be a --ninil:a.m of 12 .`_,aWhes below flash grade in the street section. Th-e trench shall be bac—Ellet w_ c om .ercia' quality concrete, All trenches vhal'11< be finis. paved within 2 i gou-iv of the installation of the Portland oriLnrce,iic;-.1t coisW_.e'v back:.:l. _. the, Contractor does not comply with this section, the Engineer gins: order he worm acne by others .:=u deduct be cast of doing the work from nnonies due the Contractor. VJ bei- rigid i on- etalllc conduit is placed in a trench other than iI: t,e street section, acid after _h,-- Gond=slit installed, the t_e.acl, s`,al l be, back it ed with PCC Slurry. No nki-ve material belch.l will be G5 i� 1 7l e conduit in a fo- .dation, and be—ween ae-a datici- and he nearestJ it 4 x shall be k:ie ri gir _, - type. 10-2.07 PULL OX S Grout in the bottom of p ii boxes °will not be required. P 'lbcx sur -pS shall rind const.-.r ctd=r{..• xi°^ona miY.:z.I'_,nn cicaifwas-ted river run rocK All pig! boxes shall be f'1'CC ��"e , .,..`less peri tted J`._>•,,:``whe by the Engineer, 4 R' Y�. co cc t d t 4 All pull bcXe:; S.i^ual •^.? located �3.,.aira�.the •� v; at the ;.�9ca.d�3i?S SC✓�1�; on tre paaia::. Ad! pNboxes installer as part c:tlm interconnect(IC) system shall, have t e lips r_-:arl{cc _zaG°r ed ;.,,.as _c/:._ etg�avS ite..:S f--.r pull boxes,S, t sidewalkssideweks or .L.ai....v, are pennitted, .?'less uHv?jlri otherwise on the flans. All' 201 x 42` ^ullboxes shall be furnished with split lads, aria shall b Vie labeled "Traffic Signal,." 10-•2.08 CONDUCTORS AND WIRING K least fee¢ of slack shall be provided z_t the ullbcx nearest ea,;_< signal standard n-- t...ose L/rid :6tors fWyti^aiiLt. r . that :at st . arL; and 3 -feet of slack lcck shall' be provided rvvded in ea ✓7^ conductor in ail o . or llboxes. The wire b-andlie entering the controller cabinet shall be ailed in tme oottem of the cabinet in order to obtain as ir,ucl,slack as possibli.e. Signal Cables:all not be furnished, or installed. Straight splices in signal neutral a.:d multiple 'light_ng conductors shall be insulated is co "vnnance Witt Me.±•.>oc B, tapSyiices in signal 4slt ai aa.9.xt-n-ax Nie lighting ccndubtZ°` 5 :2._ be Type Q and. ;. hall 5 y,: er the use � � 1 connectors; Y Stay n d ��=1C$zw�._Ci'S shall .� S�tiC;..� �y _i't uS� �` C-shaped �^• 3�"`U.eSSc`. :-� S�C;�l_.= �S", ks:.ct� �t2.:. :��:. Plian ES-13. Separate neutral conductors ors shalt c e run from the nearest . slibox t. each "velhicle r. pedestrian signal"'tell-Anal block. /V anchor bolts shall be Ysibly bonded to the systern ground iden0cwhon bards shall,-be connstracted from a nylon cab'.--tie with at !east a 3/8-inch by 3/4—inch iabei Bag attached. The inarki g peri shall be one recorrrendec by the i .a`li„aacturer oft_ e cable tie or it shall be an __idelibli marking Neil con a� iib<d with writing on dile nyly . __ateriall. No oche:i"retht,}C? of labeling ; 01--.1 be acceptable. Aphase conductors and dv.eacr cables s,a,_ labeled the Wpriavcxnearest dAe_. nHot and in the cW< erLai✓2 cabinet. Phase cnuiwVVrs shall ✓L 2✓bYic/ with pi^acpLeJSg : _Vie, Detector cables shall be labeled nth phase and loop n=be-. Liglating conductors (strict .;r{ >` ' _ be sdgi_; sb,a 4 labeled as appropriate. Spare conductors"lee•^_' not �e labeled. '72 The Co b`racto! s a- provide to the Engineer a Certificate of compliance from t<ie -Manu actvier in L�wyb4++�✓'nS'�s,.':.s..ie✓b' S with r}�}.i12ey+ ;✓./i�.4(i'�,)Y isiL�.n� L1i Section PI�.Tf`�.{VjyS7,J'!f•('C�Q+..qy bdi�¢v,�V+J� 1✓:. Compliance," i.:.�i ti`..+ Standard Spec-ificat.'ons Aon qq:.l the i�Cond-i-,dors and cables fiir ))Lpi'ryryJ¢1.'ed- f�yi,Si S.L.'e '..I(r�gjJect.v�9) {2y [s (q s�rgs rock �v ++y+i i.so.nd,u'b1t..ors .+1hall.' i oe. �e p;xiled k eo co!.tdui s until L'.�e pull, 'VVd4es have ee;n Jet to grade, iob_l 3w rr—ps aye .�r, ��5 rye' , n y� is ave been boy e/� a rounded. A --anti-nuo ,. :°�o. � g_o-- Tali J'� 'i J!✓eii illvtat ads, aii'w' W.+'✓L,. uL.. SLs,+L.! G:.L!L: g� ,v''... instal ed in a:' conduits, AH pi: boxes sl--all, be inspected and approved prig: to pulling any conductors, Conductors�ato [ .r�3" o! " e �y lty ey� 5 conduits u ies Engineerpp y�am+:; t/b ?w-� e t a .tom e '...woi_t.:.:i'v ZtSis slir*'i �Fv:. L,S �:6tw4r ii:�o 4. nae.i i%L�s tb:�s �i4 is pn4�a�W!d-� iL' �.+''e3s�b'��`�" 5;.1d operation-i1.�.��_. �.Sb+ ends of as:=sed cables shall be sealed. 10-2.09 SERVICE ,e existing Type 111-AF Sake Equipment Cabi..`.Find UPS shall emain in pinks and in use. 10-2.10 TESTING 13e Contractor NOR be given one "punch HK for the contract. i-iv will incl de a `compliance me eco" of the puncla list. if mrhen t"ie co-rnpll ante recheck Is p ernman5d, it is foi.Lgd u'3at t e Coin`ractor lhas 5 ,i punch �'ra r,r•c ,e P be ,.��,f' raY'1Y, n <:'. riot ooi p eted he : �__ - list, he cost o:. sulbseque-nt oiri ii nc rechecks wrl � deducted f �ti,any conies due or which may becorne,due the Contractor. A ry damage to inevu equipi ioint ii;staHed as p q of a i iodi_ied facility, prior to of during the "ave2ay fancr.cnc_ to t`', shall W repairer by the Corwac.or at his expense. Afer success ail com, letion o t.bc five- day :est, h Ag ri y W assiii�ie rnai cnan- ce for the QW. he "---,,v---dayfL-wtionai test" will. begin 5 $ ry Ly; 4+r'l4�,+¢ L�¢ y*, and/or �b3i Y y Y/'�, ty�L.�'w..L /y y'� ry c}6,�.�. yy ('t`,�ry r� �(r� �t,y days the da e :.d:tersect:,o e.is Ci.. ed on, and of :JlL:ced in "flashing n g o eratio dii fon a�}e;5od o a day o days i-�'d Sor r;^, g the s '?i } operation. d t c S i o �� 4 f to �a _��i�, on Lib g�ta� to �.:�. ops at< ri, l�alri�ei;�ace �y the �gei�i�y �.: � ii�dt rel ve the Contractor v� repairing any Deficiency found prior to too accepWce of the ontract. An costs invoived in ooi nplying wit;.this section sh0l' be considered inch dee it the contract=r, sum pace pad for "Signals and Ligit ing", and no additional conipeiasatxo--n will be allow-ed therefore. 10-2,11 MODE., 170 CONTROLLER ASSEMBLY tae existing-Mlodel 170 Controller Asse i bly shall remain in pla..ce and in use. 1192,12 SIGNAL FACES AND SIGNAL HEADS Terri-nal.- compaftanents, MAS and 14-AT nounts, and slip fitters shall be b on•ze; frra-rne�rork, elbows and curved war.vers s._aii be galvanized steel or Isonzo it! signal Fiend sections shall be 12 inch, All new signal heads at yet tuned oil shall be "bagged/covered"�eied" ntil the day ¢y� signal is t-oried or°�. "Bagging a. a.-- ago .,SEPi si F�iai sla-11 consist cyb-Lnap, that hasbeen securely tieto :h, heads with wire or strong ropb, TA2 HALL NOT 132 UqEyL ✓J_ Wract.r inay aso . se E}ayiipm. ciossehs" installed is[ideteasignal visor. yF=-i'nurw crosses s a! be conotiva ed from a mlinvof 3-inch wide dstripy Baggingof inSFr111in crosses sha 1 Lq no way dam age t ie finish, on the signal Bead or visor. grogram. ed visibility Meads shat be f�rnis eo factory set at Aur (4) degrees fo lapis, ,r eight i',Jr �.:.....:� Sa,:.4e'sy also gait (8` degrees ioiFeft to phase, unless shown VfliWtvise the p iL2 . `' O" type seals are not acceptable Or searing unused pipe tread connections to term—na:al co npaitu ie::s, or top/bot#oir of signal heads. Connections shall be sealed vJat_ t_f ea ed fittings.- with a rubber gasket, or by the toe of a "bea-ifty gig" designed for such pu-npose. All traffic signal heads, ^.ac-'llates, visors and frarneworks shall be ":amatory powder coat" painted in Tier:of corive-niional pa..:=ming. A': signal Mads shag be factory assembled w :�thein respective frameworks .gid tagged by and intersection. Signal, heads Parid fi`anaeworks, as to xai, 5 3a< be inS't,-'iied by the vV..tact oisw _;=I en sa, the .ob site. 1e contractor's workers o; 1er. . i w-1 take evt1e 2i1p varle duringthe installation of tf��_at si r�iieds, <_a neworks�C--n �leads, rely sca�yy-��iiF�-1rs, or cosmetic damage to the equipment ca:Ised from tools or installation processes si aR be cause for rejection. 73 ct'-.J p- der coat-- ish sba l be applied as described below, 1. Pret eat_rent Process a. Acid etch degreasing bath Clean 1wer rinse cW ren phosphate adhesion ua`�'E a. C.ean water rinse C' Non.-c r Quare acidulated seal batt' G. Thermall- set process a. Convey parts`rouge drying over Acr 10 i'n1rE.Ates at 3,49 to 204 deg/C. b. Apply polyester or epoxy-based dry powder coating atr 75-90- KV, C. Convey parts t:irouglh curing over~ for then—na1111 setting for 2minutes at 2034 deg/C. Gaskets fffii the reads shale be l nstailed on, the outside, of iiz housing to provide a water ca.d u'1e Co,-a.ra;.c-.o, sinall take extra,carlei to enLi.;.£e thet thegaskets are properly installed, AH signal .read _ ousings shall. be the metall lie type. Type SV-_-T (with 4 section head), Se,J NT:1, and o3W3 13 n1ouns<ngs shaK be bolted to the standard dh.ough the upper pipe fitting in µmanner simi ar to the teiminal compartment. A*-' sig,.--,a1 sections shall be Rindshed with`LED rnodules as described below, I x••113 LIGHT' EMI' TIN DIODE (LED) SIGNAL., MODULES ,rafi c signal faces shall use light endYibode l signalm:di£:eJCJthe x igYw source in confcrma_Nncc with hese special provisions, GENERAL Type LED sig-,--..a"" modulles shall' be e in f e oo.fia:nes of standard traffic signal housings, Lannp sockets, reflectors, reflector holders and leases used with rncanuec'ei G.^ }s say_ ..o£ be used when Type 1 LED signal mode les are installed. LED signal odu'es, includi g green, ye-low, red, cure Isar bal:s and arrow ind.ica`ien s s'alit be from. tic same manufacturer, and each size s-hallbe tie same model. Type 1 LED_.D signal r acmes s_ k be sealed nits it1h two co-or-coded conductors for power CC"}rie -ion, a printed c_reud bond, a ower supply, a lens and a g s{e . ....ED signal .._o. 'alos shall be weatherproof ager installation and connection. Circait boards and power supplies Sn all. be contained s _ e sig;.--.a.'. i�od�:_es, Circuit bcards sial: ccnfor� to the c 'w rernen`s .� Chapter 1, Type . ,_ED sig;.--.a.'. SVctiWr. 6 o, ..ew _ ran J.o..n..eatioyy Eec " 4i - r4:yy' nvnt Specifications,` (L S) published lsr / Wy the D e Ja.:,t-men t. 5 4 Conductors for Type A ED sig .a: �:_o Jules shall be one °doter in length with quick aiscoru ecw a+t r. co v fo the provisions ,, � too. (' ��., � IC ��S le-ev... '•_ Co •t _ . e..,;�2�G., a#�%. v;ba.__ a 7� r :� 3r Section ��3� ,v t , :e^.c;� L,.rt :.,G €;;_:.59: t^< of--he S'e.:.:.idarfi Specifications, Lenses of 11pe , LED, sgr:al modules sha.1 be integral to the units, S:_ai: be c`t3i£Lrvn wifr a Sm.,v_ . o tel- surface ard' be made of ulirav_olet (T.i ) stabilizedptGS`:.Iior �:�ss. The lenses SZaEi be capable of vv t`astand-ing ulitsav:.ole{ exposure Emcee direct sunlight for a rbini u n period of 36 mons:s without n.ip:Sln :.Cg evidence of deterioration, Type _ LED signal `Tiaoduies s:la:' be scaled in doorfrarnes with one-piece ea,y3eric pm-py e e rubber (EPDM) gaskets. LEDs used In ssgna modules shall be of Al term. Ind;--urn Gallium Phosphide <Alra Gal~> .ec ,00logy fci red and yellow .__ .car ons and of Gallium NitrideGaNT; technology for green 74 _......._...._......__._............._..... ........ .......... ........ ........ ............. _ _ ......... ......... ......... ......... ......... ......... .........._............. .......... ........_. ........... ........_..._.. ... _... _... ........ _.... _. ',�i..cyvLCL:vi so i EDs s ice_ Jos t e k.ie.ra bright type rated for IOOaOO how�� of 4✓G.+,�i2 t':.R�v' operation LL�1'c�d� ���i« 40'C to x-74 Cc. _rdividua' LEDs shall be wires so that a total failure of one LED will, resp#` it the loss riot rnore ban 5 percent of the signal 1mod fe light output. Failsafe of an individual LED it a string slsa{i not result in the .;ass of the entire string or any other is dca.�zg;n. m axim- power Consumption.o requirer-ae-nis for LED signal inoduiyes sliall be as _ollows: LED Signal Power Consu tio-in iia'Watts C Module Red Yel_o wyy Greer 250C '740(c 4 cc 25-C 740C ynn ll 1 y 25 12 z n n ! ,r� �V1ic lar i Q 'Z v 1i1 300 9 12 10 12 13 13 PHYSICAL AND MECHANICAL REQUI M Install?,--n --of LED signal modules small only require the reinova. of the optical unit ccrmporients s.-.m_a as the lens, la v i fcd le, gaskets and _effector. ..ED signal mo-doles shall be weat'l er tigh.t. t secure<y to t__c housing and connect directly t, electrical wiring, A.-,,row x aodudes shall conforna to the reuu dements in Section 9,01of the Institute of Transportation Engineers KITH- � Publication: •^.quipr en.t and VLater ais Standards, "Vehicle Traf f'ic Control' Signal WAY fbr arrow indications. LEDs shall be spread ever iy across the <llum riated portion Of tine arrova area. LED Signal Module Lees The ED signal nnod'le shad be c2,.pZnle of ep acing the optical omit, The le- s maybe tinted or l ay �f,., zm� use transparent fila -rn teria.is with s:rrai.a,s characteristics to emhance- "0-,\7/OFF" contrasts. The use of to k' o r t ate t•,� y ^i" y y �„� ¢5 4 fe {r 4 '� ' " i._.i�. � o•�i.•:er .�� Mals o �_: �ice �,� /�A r contrast shod! rio� a�� cb c_��°�oi�ia�iciry a:�.d sisal �e riiiiFb= across the face- of the sense a �Jiy: aiic lens is used, asurface coating or chernical sLrfa"✓e trea{inerf shaiz be used to provide 'Fm vry2Z � 3ci. nvirim e tal Requirem. eats .e_..E.••'.l s.g._a. mod-...les shah be rated for use in the operating tempera.tare range of w40`C to +74"C, LED signalmodules shall., be protected against dust and moisture i-ntr;isioln it conformance wit's. the requirements in NElVIh Standard 250-11991 4oYType 4 enclosures to p otcct ir _�anaa ca :poserti . onsl chop LED signal mod-ales shall be single, self-comaiA ed devices, not requiring oar site assembly for instal atior into existing t.afi c signal ho-..sings l e power s,ply for LED signal modules s'ea'l be ii~ egral to the rriodWe. L6' 3� d t processes for LED s_ �.a' modules s�9l be designed to assure al? �_ssei�ibiy! �i7t2 i.ra s�."".:�`.L'..dtr� � ;.sti.�.�ss,� "•C 5 s '�` � internal conapoi-e1 is twill be adeV uafe'y supperted to withstand rbc anicaf shock and vibration fio : i :i winds aiyd other sources. Materials 114aterials used for ilenses and LED sig a.. modules sal con orm to the Fequirements in ASTIM S,.ec cal u r she i'A ate acs. �:, �.fiz.�::It3i_ r� c_sb, z,: 75 5` /l!N 1,'n C S.:` c �wi '.'S r tai 4 (Y'�'O i f cs _es w _��_ ._n w ttcw supply c electr,,.t._d components o_ LLD signal modu.:cs sv:. be magic of U1.94VO -fla-n:;_reta�danf mafcs.aus. Lenses of LED s°��a, moducs arc e= rv'ginlcme st, Module Identification .✓✓v' signal i_ od hal" have b:ic 1S an fact2.ircr's nfl.l._ e blv.'b�be;.11.ark model: ser;-.a: u el, lot. number, month and year ot�rria .:'.'fact.ire, an-, '•"..qui cd one:atinp- cw a ten •`_ csBann e:__l mn ' i_ on flne back, of module. Recuired onerating b.1=.:a..terist1c5 ii.,, li_cmde rated "t1c<dage, power cc)nsua v`.od and ve-It-a nere (SIA). 1 y1?b _ gS� 3signal 3T ics sn. f 11 -1--ave �i4il,,((b Gi m " viti �✓v �3 `sScelis fc v un i u^,.°3.i..£ v;..w i .. {�.t= wl::14_'i �»£'.G. .'_"`,� housings,. iY�.:G,. .i:.i s s if. c i s w r `7't'� .mo.'s arrow i,s t�ia. •e v'e,:. or PHOTOMETRIC RQUIREMNTS MUL-a1 _ _. b c v _n,C ss:v'vva ,acs -Ir -LED signal:nodulcs, m)cret n of 25"%", si all mclet o-T exceed tlh v:rvi iw'j .dkat''ons 'in cd� 200 �'vi+�.i "V3. AnEle (v l ) Red Yeliow {sacci Ren 10_9Green 2,5, --2,5 157 314 314 1199 798 79 _ 2,5, 17.5 4 228 228 295 59 59 ✓3 31166333 3 3_32.5, iLS 67 ✓✓ 2.5,±-I T 5 29 57 , 57 90 18 j r 7.5,±-2,5 1 9 238 238 2665 532 532 7e5, X7.5 105 ' 209 209 238 475475 7.55 2.5 76 52 `52 171 342 342 7.5 _7.5 48 9595 _ 5 209 209 7.5, =22.5 G1 43 43 45 90 7,5, ±2l.5 2 24 24 19 38 3 12.5, X2,5 43 86 86 59 _ '9 ::19 12.5, �7.5 38 76 76 57 14 "14 12,5, ±1 2.5 33 67 0`7 52 1 c 5 12.5, +'7,5 24 48 Is 4 `•. 1 2.5. !22.5 14 29 29 2v 522 4 12 5, ±27.5 = 19 19 19 '8 38 38 32 2 52 52 _7.5, 117.5 17 33 33 26 52 52 7.5,±12.5 12 24 24 2E 52 52 _7,5, 7,5 1v i9 9 2 JG 52 17.5,122.5 7 14 14 24 4 48 -- 17.5,±27 5 _L A 1-9 38 s Arrow I rd cat Dns Yr: cd/ rv2) -d Ye'low Green A.row indication. 5500 � i X00 __ oJv I 7u .......... ........ ........ ...... .......... .. ........ ........ ..... ........ ........ ...... ... ........ ......... ......... ......... ....... ..... .......................... _.................... . ........ ........ ........ ........ ........ ...__. h 1-ED, sig.n..a`; -modules shall. mee; or exc-.,-,-,! f e follow-ng minarnm. Hluminalion vallues for a 6--mont'las, based on no al use m � affic signal operation over an onerating Mlmulln n. e�r_U 0111 r tennLD gnmodules s hall me-It or ett exced ln .perature ra.ige of-40*(_� to --y-74'C. addition, y1flow Esia: following rnini- illu-minetion values or a m., inim= ne-.Hod of 3161; months, based- on n- or-maluse M. traffic siznal, oneration. at 25"C: lar ("n cd) 200 i i .300 mm Angle �v,h' Yellow Gretn. Red Yello"N Gr er. 2,-r,, =2.5 133 267 267 330 0-78 678 2.5, ±7.55 97 194 1 Q/A 251 501 57 1-, .±12_5 13 l2,�1] 28-1 1 283 2.5, -±-10 7.5 2�5 8 4.8 77 4 1 154 7.15, --2,5 101 202 202 226 452 j 452 7.5, _--ET5 89 '1 78 178 2002 404 404 L 7.5, ±12.5 65 129 129 145 291 291 8� 7.5, :L'1 4-1 81 i 89 78 178 T5, X22.5 18 37 37 38 77 77 7.5, ±2 T5 20 20 16 32 -12 `2.5 - 73 1-7 73 1 50 j 12 .5,.5, - 7.5 32 65 6548 97 97 i 2.5, 12 e 5 18 57 5 17 A4 89 89 0 2.5, �L 17.5, 1 41 41 34 0-9 69 12.5,±-22.5 12 25 25 22 44 4-4 12.5, ±27.5 916 16 16 32 32 3 I17,5.5. '6 2 32 22 J 1 1 44 44 17,5, ±7,5 14 28 28 22 44 4.4. 17.5, -12.5 0 20 20 22 44 44 7.59�--1 7.5— 9 16 16 22 44 44 12 17.5,X215 1 6 12 43 4 7.5 2,±2T5 4 16 32 32 ArroW Tndications (in. cd Red s Yellow Green I;nn 1 . oon 11 Ono n di at i o n; J VV ' V Ar.-row coordinat'-s o-;"' LED signal modules shall conform to tie chrometicit re o'f the fol"owng tp_'Ole, fOr a minimum period o` 36 mon-ths, over Pn operating femperat-ule r a to -�-74' re of -40'C C. %_ onafic.;+y Sand ,rds h= Y- _,not g-l-eate-Ir than. 0.308, or iess than 0.978 V el, Y not 'less than 0.41 1, norless than 0.995 x, n_o r I.Ow -ess tha.-n. 0.452 V, Green not :'less ffian 0.506 - 0.519x, nor less tear: 0.1 550 V -,J .068x, nor more t'han. '.73' - x 77 LHD signed modules testes or s,ubmittec for testlrFg shall by representative of typical produc6on .,._.ifs. C rcu:lai LED modules shall be tested in conformance with California Test 604. Optical rae„__ng. shall be performed wiyh LED signal nwdules r vkmad in standard traffic signal sections without visors or moods attached to the signal sections. LEDs _v_ arrow indications sha- be spread even'lly across b`w:.e illllu--nin-ated portion. of the arrow area. iy. } d . =T) signal ' f/°des shall be ?..est d in co f.ri wce- with California Test 3,001. Optical testing estig shall ve performed wit._ LED signal modules mounted in standard signal sections wit_.out visor or lnc:cds attacled to the signal sections, LED arrow signal section indication shall provide i_:itia. ajminows intensity as listed herein.. Measurements shall be perfcrr-lea at the rated operAng 'V^'t a n R.Y c) �'tage gi Gv Y (�. ;•. ELECTRICAL Ma ximu,-_ power cons•r Ytion regMxre,ments for LED sigrlall' nnodules shall of exceed hose .is:ed in .✓ED signal ..iodines shall operwr at a frequency of 60 iz .,- 3 10 overr o l-.age taxigp � v 95 V (ac) to 13 V (ac) without per cep ible flicker. -'f•.ctirasrons of line voltage shall have no visible e`iect on 1unnir3ct.s intensity of he indications. Rated voltage vr ail measureuents shall be rev V (ac). S and p co� r fn the re-q t^vwH: nts of Section '13,S.L. x Tae. i..vi� afic. terminal fL'�vi1s �'..aii d i1 Cr 1.nt iV t+l,f' i1•v�dxed � �� the sm� ublica_ica Equipment_ and Material Standards, (Vehicle Trafflc Control Signal Heads). Two sec tied, color coded, 1 meter Ing, .600 V, 20 ASG mx____aurn, jacketed wires, cV icp nto the ti Electronic Code, rated for service at AM, shall be provided for eiectficall co m:�ectivn for each Type _ C L signal module, LED sz:gntal :sxod,_z on-boa-rd c._,u1tAy include voltage surge protection to w...;As`vnd high ie^et.t--__ noise trar sients in conformance ce with the requir r, o is in Section 2,_.6 of 4EIMIA S ta.ida_Y d TS24992. LEE) signal _ odu'es sail be operatic xal`y compaeiWe wit: cw._ently used controller assen.1blics i` audr:g solid S_.A d. _^aa switches, flashers and c}:Met T'ort r . neta ck e__ ow 20J mil-lia teems `e :.e .e the voltage a t two lead„ 1_al be '5 `� (ac) r less. (ac) �°.�sS is applied{���°r the e.=1._y ail �t.iieP�� r� t_•: »e�Z�✓.�S"J i_'e�:. s s r, F� +^.. LED signal modules and amod ted owboard circuitry shas_ conform. to the equireA,e iis ;.n Federal CoSn:ry�2. ticafii v CV= s"ion ("CCC) Title 47, S 4 : a rt B, Section S rego- bino�s concerning oic rnASg AA emission of electr JiSii„ noise. LED signal mmoduies shall provide a poser&cWr of M or gmater. Total :ia:•_rdnic distortio-n frcTL curre._i and voltage induced into a.: niter _aiii?g current ower ii :.ey vd LED signal moduyes shall not exceed 20 percent at an operating temperature of 25'fc. QUALITY CONTROL PROGRAM LED signal modules shall vp manufactured in ccr or-marfce with a vendor quality control (Q progran, ±lie QC rograrn shall include two types of testing: (l) design quadificaiion and (2) roductio,n rquai<tv. Production gUity testing shall include statistically contro:_ed _Lternetests t� -ensure a minimum per fvrnna-ce .e ve.s of LEE) signal m:dules built to ti rise specification Encvireof ¢io: of t'e QC process and test results shall be kept file for a. --ani n,mu:T period f sever: years. c v c PP yyr S L.i�.L.+' sig--,a-'.- mod- ie designs not satisfy::iig design qualification t4..a``..liYi°�y' and the production q-uedlity S'P t':i Ps. e r-va1^, iy:'^ specified �tia n advertised »' ^!�Y :+. .�s i g e fti_rria_�ic reuud __ e s s✓ecifie � ieiri shall not be labeled, advertises iii sold as confor�_ g to these spec. czt:vi'iss. lde tificatian of co r oncents an e subassemblies o LED sign,ai r°:cd=.fres, wl_ may affect re__a's_lity and performance, s a - be traccabie to the original i -anufac_urers. 79 . _ _ _......_. _.......... ............._...._._... _ _...____.. ......... _till _......... _..._ ............ .............._..........._ ....... Design. Qualification Testing Design tLa.lifucatio: testing DQT shall be performed by the nnanufacturer, or an independent testing `.ab hired by themanufactureron new LED sign-al f i4od ie. &sign.ss, and on. existing designs wlhe'n a major design change has been implemented. Failure to, co:nfonnn to uie re dretee_ts. c �: any design quairf-"cati.._n test safe:be cause for reiectio�n. + A major design change is defined as a design chm.-ge, electrical or physical, whichchanges any of the er'om ny/c characteristics of the LED sign-al" « E.LSSe, results mJlts _n Gdifferent.. circuit :rc6€A c rxi grat ilfo the power supply, or changes the layout of the individual LEDs in the signal, module. Two LED €o :zles Or each design she! be used for DDT. gine two LED signal modules shall s ecteo at random. "::,ase sigma_ nodules shall be submitted to the Trarspor`a ion .La oratory after the I a is complete. Testing data shall be sub—pitted with the raodules to he irenspor'tatio€n Laboratory for verificatic of DQT data. LED signal modules snail be energized for a minimunn of 24 hours, at, 100 percent on-lime duty Z..yNTN, at a temperature V 74'C td iJ•+.i)_�'i2e fJ fbnm:L2g any DQIT. , After bu4n, LED slgna =maad lNs shall betested for rated initiall luasrous intensity Ti con frnnance wits:>. the provisions in " hoto etiic hegtdrerA eints." ;before measurement, LED signal rnodr les shall be e ter g€zed at rated vo tage, with 100 percent on—time duty cycle, for a thme period of 30 rninutes. PlIoto netrics, luminous intensity and color measurements for yellow LED signal modules shall be taken ii -ely aft `w2� -odu. �� e nergized° The ambient teiT �r�t'• � for these ?ne asL e€ne ntS shall �5e 25'C. Test resa is for this testing small record the current, voltage, total hat nor is distortion (Ta D) and power _actor PF) associated with each._"e asu_veM- e nt. LED signa< iodines shall be tested by measuring for chromaticity (colo_°) in con orrnance with he iovkio_ns in Photonn.eeric Requirements? A spectra r di.o:neter shall be used for this rne, , i me, . _e arnbernperatu2 e for this measurement shall be 25'C° y ✓ J sagall modules vSG_Z be 6ested by measuring the current flow dn ar„ve+eve The measured current va.;ves shall be used for quality comparison of production,ctio quality assurance on production modules. LED S_ JG_ modulles shell be Age JV measuring the power fhctor, acommercially available piJe r factor dieter may be used to perforin this ivieasurerne:~it. T LED. signal _-nodules' shall be testes by ireasmi ig the total harmonic distortion, commercially available o a Lar no-nic distortion r `ear inay be used to perArm:anis measurement. LED signal modules salol€ by tested in r con fon—;.a.<;ce$ with the provisions in, `Electr=cal," with ;,�,,.+.,,��.,�. C �..,:�:.ss�` €n';:€ssit3:i �.d='!€i;.S referenced Federal ;h• W:e 47, S ab Par:B, Section 15. �y r LED signal €n odulle's s_n.�__ be tested for compatibility with the controller unit, conflict monitor and load switch Each Sg_ a1 moduleshall be�. connected to the output of a standa,t1oad switch connected to a'u.. alternating current voltage si_:piy between the vuues of 95 arid i..S✓ Y (a4.) 'vhf€th the input to the load switch in the "OFF" position, The alternating current voltage developed. across each LED sign;.° innodule so connected sn el not exceed 15 V rms as the input alternating current vcitage is varied from 95 V (ac) rr s to 135 V tac>, r nisi LEE) signal modules small be tested for transient irnmuntity in conformance with the provisions in: Electrical,' and conforrrii€ng to the r;roced7ure described in NEMAA Standard TS2.1992. Mec.'a;-ical vibratioin testing shall be performedon LED signal modules in con-fornAan e with tine re 3,:rerae rats hn INAIL-STD-883, :.est _v_'ethod 200%, .sing three Arninutet cycles along each x, y, and z axis, at a force o 15 Gs, with.. a fi-equeincy sweep from L Hz 120 Hz. The loosening of erre '_ergs, inteii_al co-_r upon tints, .,r :,`_her physical da.n. age shall be cause for rejiectiorn. Ter peratj rd cycii g shall be perforrned on LEDs signal modules in, conYan-mance with the requirements of i✓ILATD-883, Test Method 1010. The -em. perature range shall co:nfonn to the provisions in "Environmental Requirements." A rinini n rm of 20 cycles shall be performed with a 79f 30 s.ik-tu e ..t Wnsv'i'ae 1irne between e;2.'.erat:i.re extremes and a 30 minute d j,7e Si. nne at eaci temperature. LEE) signal module under test sha-11" be -notri-operating. Failure of LED signal modules to " lf-anb..icn properly or evidence of cracking of LED signal module � �iSes or housings Ker temperature cycling shaH' be cause for rejection Vlois .e resistance testing shall be vertorniek on. LED sigma.. modules .n coi_f✓rmarce vuith the evu_i~e .e- is in- NE-V-.`A Standard 250-1991 for Type 4 enclosures. Evidence o interna.m; .stu;..a after testing shall be cause for roekon. Production Quality Testing Product on quality testing shall be performed on each LED signal module prior to d c pime Failic to conform, to therequirements e_ii0...;2S.ilproduction quality ^K' rejection. The «?anufactu:1-rer s a-11 retain test resu is for se-ven yeas for warranty purposes. d ED signalmodules shall �et tested _or :aedinitial intensity after barci"i A. The burn-' period urdr: consist of signal io -ie S Je g eabgG✓d t rated d✓d vYtoae for aa 30 minutestabilization tab iiz'ii{yperiod i ei oi im m-eas rer .nLv are made. A single point measurement 3ipth a co reation o the -., ix_ym lur i sous ii._ei shy ieq,dre°rents of""-Photometric Re i:_ser_,e ds for circu_ar mod ales may bee used. x._e air.:•ient temperature e erat re forthis n—,easure e t ✓e Y25'C. :ED signal nnoduies s-all be tested for l .- incus intensity requirements 3> _ otom¢t:a teaequiresnents." LED signal rnodules shall, bee fbr required power fa.ct£r after b ur nn LEE) signal modules BE! be tested by measuring current low in amperes after �_� _., The measured values GtudS Siali be co i✓Cr:.vdcgai §t wuY:en. Pa1 %tc3 res; ;t:ng fromdesign quatbcC _nc3 measr_e.gents undo Design a ifcativTesting," The current fow sha S not exceed t-te rated value. The a a.i_rpeJre values nth rated voltage shall be recorded, as .sola _ (VA) t-e' , rod;_ct labels. LED s � ."; ` i s <w rate Vin;^ ^r- physical � o. assembly .., -.�� s.g.ia I.:f,�:wae� Siai � •J,�1c�ty inspected �e;x s�3.�1 exterior U�° �"�� damage b�� ?� anomalies. The sari-ace of the lens shallbe twee o scratches, ches, abrasionsracks, chips, d sco.. ,iatio , or o_kaS 4���tu. And s :bz �� shall e cause or iecch3 5 CERTIFICATE OF COMPLIANCE The? Contractor shall provide the Engineer a Certificate c` Compliance from dhb u aY.Anctarer, in_ w£"in'o- -nance v1 t :h-- provisions of Section 6-1.07, "Certificates of Con ,r°.'.-:".,:ncc,c ' of the Stai.dand Spec___catkns. The certi-ficate shall certify that the LED signal modules co _ip:y with the reouirer ew s of these sJeGEiba_:oiS+ The ce_ s e wto shalt 'G:ta:So .co vy of all Gp✓__cwJie testi reports epVi>s o.i thb ✓✓ i signal modules. les. QUALITY ASSURANCE TESTING (RANDOM SAMPLE TESTING The Mate may perform random sample resting on ala shipments. Randor i sample testing will. ' e completed wii Kip 30; days after delivery to the Transportation Laboratory, Circular LED signal modules shall be tested in co for narice with Ca iforn a gest 604 and these special provisions, Arrow si n.a', rnod_;les shall, be tested in coni of ance with California Test 3,00; u :d these special fro jrs.o_as. Optical testing shall be performed with tie `-,oduie mounted n a stanlard ira�Aµ , slgnal senxo;, but ,vu a J` hood v tt Y' the e tio;'S aye r. by ,f y.+• a 3 a. t in ed visor or :'1 �� a......:b e•_. Lc�. ;,s,:v section '�. f''�:.S:L�E�, �i:. _i�i�ii• _ i3 ....i C�L"'.`u.�..��.`, i�St�v'i.. S�G�tr Via'`: ra'��iG',__:,A_ieu b;T :e auai tity of each model in the shipnient. The sample she shall conforms ANSI/ASQC Z'-.4. The Transportation Laboratory shall determine the sampling parameters to be used for the vaT'.'"i£`im 5ain-ale testitestiing parameters f the specification.qo � tested od e cce nce or .,..e�je,ct.v. ng._ .�. �i _ .� 'c.a.�b•.e>s, vi ,l �, S. e„t_�wat_ _.. �iay be C`sr$ t;i�' �vu:�l,.,S, Acceptance e., i�:., t ._ of the1`ti Y1me.-nt sh n-f � tv `t � n r ,e 6n s �.:,. a 1 co,_rc T/I �Q f a.;: �._i sa--�i ° c -ip er-isa 8C Nlai tp-nance Period and Rephacement Modules %a rangy defects y g s and -,,vorkmanship for the LED signal moduaes for a period of 48 monthis after installation of the modules. Modules that fail duHng tis period shall be replaced at no doss .o the County, except that County forces wall change out the modules in the field. The replacementniodu es shall be delivered F.O.B. to the Contra Costa County Signal ` a ai e Shop, 2467 Waterbird Way, artinez, CA. Deliveries sha l e rna' e on. Monday t1hrodgh 7 arsd ay 'bety cer: 8:00 AM and 5;00 PM. .PReplacernent r odules sial be provided promp tl l after rece'r;t of,,nodules that have failed at no cost to the Cou^ty except cast or shipping of the failed modules to t:-e manu..aetarer. All warranty docut e. .atKon spall be give,. io th-, County prior to installation. 1092. 4 PEDESTPJAN PUSH BUTTONS Ex s ing pJ shout o-ns s gala re��ain iii place and_a�use., or reinstalled as s io�mn o�d e plans. 10-2.15 DETECTORS Loop -, _e shall be Tye L The loop icad-hn, cable sial' be Type B. Ro-nd/circle :cess are not acceptable. Each cable shall be de..tified in the pull-pox nearest t-he loop and it the coi oiler cabinet as to its Contractor shall' �ish eight ; 10-2.18 EMERGENCY VEHICLE PREEMPTION EQUIPMENT E.nergei'cy veinlble preeaTtimn a rdwa`e sha l 'be "Oficorn- afEce coretro-. system" or, a-proves equal, Preernptienn e i r;.-,e nt sial by asBlows: 1. Existing Optic om Detector Unit(OD U) e Todel No. 722 2. existing Opticom Discriminator IN4od le(ODM) -N40del'N'v, 62, 3. Cable s nal* be of a type recommended bly the-manufacturer of t e reer Dtion P —,ment. G va:tized or br;• ss nipples shall be usedto reinstall, the"detecro snit" onthe tnassiann, Con' °acior shall r-nm-is n a d instal_ the cable as since.0:1 the fans, is-20) REMOVING AND SALVAGING EXISTING EQUIPMENT Contractor shael remove and salvage any and a1i -e :'�°.me ret as s---,A oil. the plans. Ah r �+ / �y e,.Y} v� Spq qb(" 4yd ''_ r� q Signal, �±y �c/L�' q �y �✓ r{: vp�`JC��'a��A('.w. �Syc7GS.teri�al rjnot aeiG.s ahed. s Sa']. be deiiveied o he County's Traffic 1.72gi al, aY ai,-.d e: a ve Shop, 2461 Y�Y�CL�.'wrb,.ird Way,9 MC,iti nee. At 'ne option of be Elgi<eei, any salvaged riiaterial teat is no :o--:-:ger deeded, incl d,.-ng the signal poles, or, vends, sinal_ become '.tine :property of the Contractor and small be hauled off-site and disposed of 5n. an accordce win be `ons ov €, s< Section, `-2.03, "Digosg"of the ti in�w u � ew_a iz` 3 nS, 1 Al-',.- costs involved in salvaging g ani delivery of materia.1s shia€: be -considered as induded in the contract .-ump sum ,rice paid& "Signals and Lig dreg", and ino additional compensation will be allowed t ere:vr. 10-2.20 PAYMENT 3 The contact .i.; p s ".< price aid for "Signals an Ugi?%_ing" sha, incli�a`de ful-il con a-pensati^v.:: �° m :ng 3 ', r, m, e--ri 5 ,tools, e me incidentals ass aii��.'•,per�orming 'l alter a.1-i n-s and vying ai-' i�witt.�iii. �' 'Q'e_ 1�'v�i '�. 4Ce..e� ��'ii� c�.fi� °tit�.:"'t�`..i��i= "vi�� 9, r�•;v or the work necessary to complete be wore as shown ori `he . .ans as specified in the SLaandaid Sec. cations and in these special ruv-�sicins Section 10-2. and as directed by `l e Engineer, alld no additional corn.pensation a'-lowed ther60r, 82 MAINTENANCE AND REPAIR AGREEMENT 7o; CONTE COSTA COUNTY, PUBLIC WORKS DEPARTMENT 6 e ..4udersigned agrees tomaintain and repair al: 6.raff-fic signal, and related improvements instalie<d as PEI of. Vaso.Road at Caynino Diablo trial Modification Should any of the i-xaterials or eG ipinent prove detective or should t e work as a whole Prove ae_ective, dueto fau'¢y vaoricn-a :s ip, material _ h � tinstallation, � the work of �5 �..�a s e� or methods ��` �� should any parr thereon wail to operate properly as originally _ _tended and in accordance wit A .anis and S'. onefiratCnS, due to any of the above causes, for rVi _od of 12 mo bas after date on..-which 'e iscontract _s accepter by the Agency. 'nie andersigrieo also agrees to reimburse the Agency, upon demand, f,or its expenses inc- ed in restoring said °'✓sorts' to tie condition con emp aced in said project, `_tic.aiding the cost of any such equipment or ateriats rep aced and the cost of removing and replacing any other work necessary to -make such replaCe ent or re::airs, if such work is Yerfon-ned �y the Agency. Al c-natively, upon dernan.d.by the Agency,the undersigned by agrees to replace any such matena and to repair said avork apiete.y wit lout cost to the Agency so hat said work will f=--ctionn successfully s orig_nally contemplated. The Agency shall have the E:quai>fie option to use any needed replacements or repairs itself or to ave s:;.ch re raceme--,is or repairs come ;y alae undersigned. i t: e ever: the Agency e ects to have s�.ch ori! performed y the undersigned, deme y�e the undersigned dersi iced a Tees that he repairs sial: be r�.a.de -an such ��l�013{ 1J✓ ..514" b:•!. �"3���iew�ly ..Ad y '+�Ltt�.,.V:. � �'a e, t V .,._.,.. aerialsq as arenecessary sl�al; Lw,• ;.�.i;' :S sz:.ed and installed wit.hrn a reasor`iG.'v Ee trrrie ai"fir the receipt of demand from tie Agency, ifthe undersigned gned shal ad or reuse to conipl°y with his obligations :ender this agreement, the Agency sha.r be entitled to al costs and expenses, :r?c tiding attonncys• fees, reasonably rricu_re ✓J reason of the said failure or .,ear �asal. The maintenance period or, the repaired or replace CeActs shall again: roretence with the date of the repair. In no event will the arnainteria_ncc period extend beyond three (3) years fir orr the date of contract acceptance. (C,--r;,Taaiy Name) (Authorized Signature) (Print Name) Date: msmm- C-^,grrca a\desig;i\ctspec\C?srecs\Vascc Re arc CEnm c Diablo 83