Loading...
HomeMy WebLinkAboutMINUTES - 08192008 - C.1 TO: BOARD OF SUPERVISORS Contra Costa FROM: JULIA R. BUEREN, PUBLIC WORKS DIRECTOR 10,.E DATE: August 19 2008 County SUBJECT: APPROVE plans and specifications, AWARD and AUTHORIZE the Public Works Director, or designee, to execute a contract to the lowest responsive and responsible bidder for the York Street Pavement Reconstruction project, Richmond area, (District I) Project No. 0662-6R4263-08. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: APPROVE plans and specifications; AWARD and AUTHORIZE the Public Works Director, or designee, to execute a contract in the amount of $160,649.00 to Ghilotti Bros., Inc., the lowest responsive and responsible bidder for the York Street Pavement Reconstruction project, Richmond area. (Measure C Funds) (District I) FISCAL IMPACT: Project will be funded by Measure C Funds (100%). Continued on Attachment: Z SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR ❑ RECOMME DA I BOARD COMMITTEE IN APPROVE ❑ OTHER SIGNATURE(S): ACTION OF BOARD ON g '�� APPROVED AS RECOMMENDE OTHER ❑ I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of VOT F SUPERVISORS f Supervisors on the date shown. UNANIMOUS (ABSENT ) AYES: NOES: ABSENT: ABSTAIN: ATTESTED: JOHN CULLEN, Cler f the Board of Supervisors and County KE:kg Administrator G:\Const\BO\2008\8-19-08 York Street Pavement Reconstruction Award.docx Orig. Div: Public Works(Construction Division) Contact: Kevin Emigh (925/313-2233) By , Deputy c: Auditor-Controller E. Kuevor,CAO County Counsel Contractor Surety P. Denison, Finance SUBJECT: Award of Contract.for York Street Pavement Reconstruction, Richmond area. (District II) Project No.0662-6R4263-08. DATE: August 19, 2008 PAGE; 2 of 3 REASONS FOR RECOMMENDATIONS AND BACKGROUND: The Public Works Department received bids from the following contractors: BIDDER TOTAL AMOUNT BOND AMOUNTS Ghilotti Bros., Inc. $160,649.00 Payment: $160,649.00 525 Jacoby Street Performance:$160,649.00 San Rafael, CA 94901 Malachi Construction Richmond, CA 94804 Galedrige Construction, Inc. Alviso, CA 95002 The above-captioned project having been previously approved, and the plans and specifications having been prepared by, filed with, and approved by the Board of Supervisors, and .bids having been duly invited and received by the Director of Public Works on July 22, 2008, and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1 Categorical Exemption, and a Notice of Exemption having been filed with the County Clerk on July 7, 2007; and The bidder listed first above, Ghilotti Bros., Inc., having submitted the lowest responsive and responsible bid, which is $11,556.00 less than the next lowest bid; and The Affirmative Action Officer having reported that Ghilotti Bros., Inc. has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program; and The Director of Public Works recommending that the bid submitted by Ghilotti Bros., Inc. is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and The Board DETERMINES that Ghilotti Bros., Inc., as the lowest responsive and responsible bidder, has demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program and FURTHER DEI"ERMINES that Ghilotti Bros., Inc. has complied with the Mandatory Subcontracting Minimum; and SUBJECT: Award of Contract for York Street Pavement Reconstruction, Richmond area. (District II) Project No.0662-6R4263-08 DATE: August 19, 2008 PAGE: 3 of 3 The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Ghilotti Bros., Inc. at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefore; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works, or designee, is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, or designee, any bid bonds posted by the bidders are to:be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works, or designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to.Public Contract Code Section 22300; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of Public Works, or designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that. section; and The Board DECLARES that, should the award of the contract to Ghilotti Bros., Inc., be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from re-awarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). CONSEQUENCES OF NEGATIVE ACTION: The York Street Pavement Reconstruction project would not be built. O O O O m 0 0 0 0 0 o Ln O O O O O O O O O O O O O O Ln O � O O O O M U N ICO O C7 O O O O O O N O M O O M O N C C O (� Cl LO O Ln O O Ln Om N O N OC) r pC O - O M O In O N CD in Co CD. t• 00 q M co CD q 9LO 00) 0 to N9 .r N M r CD Ln Lc ti ti In d4 Ln VM O U Q 6 ,tR to 4.11)tffT to ulk 61!kH tto to Co N O U O N m U Q Z N N U) v C CD \ CO Cl) p Q O ' C LO O O O O t` O O O O Lo O Ln O O O Cl C) CD \ V p W v O O O O CD O O O O O O h O O O O d CD x 6 O O O tD O O O Q O ti O O O •r to CD CD M to O LO Ln Ln O r.+ m (� m 'C to O LO Lf) N r r 69 Oo 6$)? V). to to r � O p m N r 'to 69 to to to 69 E _ O N a. to 613. U (0 Co > m > U' r Q JD- ° LO O O O O O O O O O O O O O O O O y+ d O O O O O O O O O Ln O O O Ln O O O 1n O O O O O O O O N O O O r O O Ln i C I.- O O O O Ln O Ln O Ln O r -1 CD O W O �+ M W w ID N u r ti � r CO CA co M N c 0 to r r r - t� ti Lo Ln N O CO Ln to V? N to r Vl !o r to 'V• M Cf? to - r 69 ti i C O Q to 613, 69 to). 60), fo r to r 'o U N 0') m L Q co O O O O O O O OLn O O O co O O c C () O O O O O O O O O M O O' O U1 O O N O :i:_ o O O O O O O O Ln N O O N M O O V Or- O O O Oto r W) r to O M r r � W a 69 Ln Ln q r r r N f` d') to to to 64? L O O M r, {0 69 69 tH 69 N fn Eto r to M 69- 2 O. elf O O O O O O O O O O O O• O O O O O O O O O O O O O O O O O O O O O O O O LA C7 LO O O O C7 C7 C� 0) O to ICO O M 0 r In M O N Ln 'q CO O CD O O M M M M -q O M h CO I r CD r M CO V Ln N CO M q M CD 0 r Ln T r Ln I' CO N Ln N M M O &9 to C i E to T 69 ko to 69 I;t r to 60). r N r CD ,D Q to VI to tf? 69 to r to C � aNi U O O O O O O O O O O O O O O O O 3 N 0 0 0 0 0 0 0 0 O. ao 0 0 0 0 0 0 0 O LCO O O O LCO M CV N O N O ti 07 ti M «) m O ti Ln Cl) Ln ti 69 O Ln 00' to O LO r N Cl) LO @ 0 fR � CD M d4 r r to LO 61) 64% to to to CU @ D m r Ln 69 to 69 N co _p M V- C) to O Ln C to CD N CN U y N O O O O O O O O O O O O. O O O O O N O O O O O O O O O O O O O O O o O U) C Lo CD O C7 o CD C C C7 C7 O a O O Ci O In f` O Co O O O O Ln O Ln O CO CD I- Ln d' ti Y 7 _ 0 M M O N CD In LO n O 00 O l9t N 1* V N r O CU 0 r O r CO O LA CD Ln M M CO CO ' E w r to Ln r r to 69 r N tH O _ E Q tR to to 69 69 69 to CIA O V y N to r-- CC N @ Q C Cu O Cl O O O O O O O O O O O O O O d •0 O O O O O Cl Cl O O O O O O O O O Q C -0 6 O O O O O O O O M O O CO N O O c0 ti O O O * M LCA LO O to O r N M d' m O LLI to M O MM 6R 69 FR d- O 6964% 64) to to r O M to r fo m � ul LO T jLo <n r r Or M L co CD � O CD M r M M r r r C Q � c Q LL } >- O >- >- Q LL LL W LL LL M W J J W •J CO) U W fn W J fn !n J N d +r t L et 0 N CQ N C E N C. O d L r Y +O+ II 'C Q. �. .LO+ +- N V y 'd i C C O 7 CL CO o E O Li O d 2 C V 3 >` C d C d C U C Q O Q LD tv d 2 E L CL N N .� d tU d y >' (n J !ts Q > .. i R o L31 N d c Q. > = ° a d m m m F- a R Q v m m L � C N C OL m N V L (0 (v W N Q X Q (v W i+ L L L O ° C d W y L N V V V V N N C) ++ R V 3 3 C C C R R C L v ° O O A Q w * p L O O O . C. v O d i V R R x Li C N U U U O O N G1 C N _O O go O O O O CL r O O N 0 O O O N d C_ C C C � 4) 0 U F- U H U 2 m 0 H F- H U U N Z r N M Ln CD n CO M O r N M In CD T T r T T T T ' a' c 00 0 0 V Cl) (O O N N C O N V d co O C ' d O E z > U m N a. O c. m a E b E U) O Y U L 0 0p (0M (N OM O C) 0 N O "O M O O (D ti O ~ � m 'E r- r (O O O r- (31 (C CO O Lf) LL' L., O O p ,tM (6 M - M 00 to r- L ) O CD V OD 3 Q EA Ch r r LO CV E) UE r ER (n o Efl En ' 6e, 69 69 en Efl Ef3 69 En E y J M N CO 2 Or _ M 3 Cvj 04 O N O Crj .(O co r- CO O O O N O LO (~O (O O 'O O p m U O U .LO (p p Ln 4 O O O O m h N r- J >� L r- � In M CD N LO N O 4 N N ti (U C �-- Ef3 c- r r (n (ISEn En 69 (f? > ca Ef3 Ea U> 60- Y) t a+ � O C EU •C O_ - O LO O LO LO O @ LO r n to O CO ((DD LE) r M 00 CD O ~ M O M LO M `- Q m O Q (n U) Q LL } } z } } Q LL LL LL LL LL W J J W J U) (J 0 (n Cn LJ J (n (n J (n C O -Q O .L O C N d O L CL O O O a) (0 C >+ N U _ Q C C Y O Q O CO C O C LL Q D U (n Ry m E cLL Cj c CL °� (0 °� _U E O > I- U) (n > N m Q C Q (0 d N N N N ` R En O N La Q X N U 7 N N U U O U_ OL - C Ep U O W cn 7 N .� C C C LO LO C U .O O N � N Q O O O (1 E1 v 0 N U co M X LL C (n U U U O O J o oa w a o 0 o E E Q O L � a w o o m 0 a� 0 0 0 0 a°) c c_ c c s s 0 U � U O U U N z N M It LnCO ti ao 0') N M LOCO (CLERK �'"111_. i`1 VJ.:1TA .V. t.,-, Contra Costa County Public Works Department 255 Glacier Drive, Martinez, California 94553-4897 s (925) 313-2000 ST'4 CU11N PROJECT ADVERTISEMENT NOTICE xv for the York Street Pavement Reconstruction Project Contract Documents, including the Notice to Contractors, plans and specifications, may be viewed or obtained at the Public Works Department, • Monday - Thursday (7:00 a.m. - 12 Noon and 1 :00 p.m. - 5:00 p.m.) (Closed Fridays), until 2 o'clock p.m., May 13, 2008, at which time bids will be opened and publicly read. Engineer's cost estimate: $221 ,000 General Description: This project consists of replacement of existing roadway surfaces, localized areas of base failure repair, and construction of curb ramps, concrete curb and sidewalk, and valley gutter in the Richmond area. THE COUNTY HAS ADOPTED AN OUTREACH PROGRAM WHICH ENCOURAGES THE CONTRACTOR TO UTILIZE MBE, WBE AND OTHER SMALL AND LOCAL BUSINESSES IN THE PERFORMANCE OF THE CONTRACT WORK. To obtain plans and specifications a service charge is required in the amount of $29.00 (sales tax included). Plans and specifications may be ordered by mail for additional shipping and handling fee of $3.00. Checks shall be made payable to 'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. 10iII1Q��l.l�gj a'o►a�joz= ii�asiio��,a� it aIRA �10iI!ala�is0" SH01., Ilr(l l�dj Contra Costa County =_ Public Works Department 255 Glacier Drive .; Martinez, California 94553-4897 UST'9 CUU11'. BID OPPORTUNITY ....... Contra Costa County Public Works Department 255 Glacier Drive, Martinez, California 94553-4897 �' IS (925) 313-2000 °T...�.Ux PROJECT ADVERTISEMENT NOTICE for the York Street Pavement Reconstruction Project Contract Documents, including the Notice to Contractors, plans and specifications, may be viewed or obtained at the Public Works Department, Monday - Thursday (7:00 a.m. - 12 Noon and 1:00 p.m. - 5:00 p.m.) (Closed Fridays), until 2 o'clock p.m., May 13, 2008, at which time bids will be opened and publicly read. Engineer's cost estimate: $221 ,000 General Description: This project consists of replacement of existing roadway surfaces, localized areas of base failure repair, and construction of curb ramps, concrete curb and sidewalk, and valley gutter in the Richmond area. THE COUNTY HAS ADOPTED AN OUTREACH PROGRAM WHICH ENCOURAGES THE CONTRACTOR TO UTILIZE MBE, WBE AND OTHER SMALL AND LOCAL BUSINESSES IN THE PERFORMANCE OF THE CONTRACT WORK. To obtain plans and specifications a service charge is required in the amount of $29.00 (sales tax included). Plans and specifications may be ordered by mail for additional shipping and handling fee of $3.00. Checks shall be made payable to 'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. ����I l l 11�1a o�(1(1•'pj'�l 18j a��;o►a ji1oii►asiio�; �111111;an }jaa�atSj: ►aal j 11'82941It'010.1j.1JIT�dJ �[ ro � :so1��a �o1�� s._..L Contra Costa County i Public Works Department 255 Glacier Drive .; Martinez, California 94553-4897 sry,couKr t BID OPPORTUNITY i Z � O 9 $ OjmZ 44 � r N \./ ' �Yz 19P 7A *ZOO G;► C�1 -� �• 4 �j 7A /vim ...- A rte.. oA Q i11 n Tn LA Ritp�t"Qnd C4 ° �► � a f� o Ali gotten St004 M 04 f" tst St o Nrcn�� $ O o(k Stn A -? D ZO ra p n S v +, ...1 1.41a LeO St n Z ,y W 5th St .� 1 g ---- Qom M W C�6thst 70 O cl Z 4J C::D� r4 0 a N -C N n Off, PfGLA VA TrFQ� ago 7gq '�j A W � � z ,D, o -P _ � o $ O V• O V• N A I p OelLs Ulm CR 01 VX. 1�Z' 0') r 'g x N 0 0101 O mo z :U '?a : .{ h.0 O a �! ✓' N70 ? ¢7 rn M ° tiC _4 -4 � a M. t IWO > rn O N Cl _ 6 :c �M 3 Z oo � C A ern Q, ' nZ' it n p� REc+vc� Ts yrn Q -{ 0- M 7 J 1 ^� rn o a o° 16 0 � Oz n � � t11 rr1 A m0 rn --i Q O Z Brox ?�Q� N A a - 0'*- cr a CL Q -< o°g F T-3"* a �v Com"C3 O `" car•Cl O c 6'-10012", m m r © n> " rn , > qS d'ti 1 �, I ..�,� -gyp w Ct7 n I - �� yO pC L °� op ; o Q 4 *� t/1WA 0 f i o M a 0 'P, -40 ? CL rpm rn -O o York SE s Q - Z O J York St �- M N � G) Z m e a A 5 a x es ~ t G. & o� u' • ., ^ Dig ave° °" u•$'o ?> �" n a n0 c a r'o m a 1` rp t+f0377o °410 as 02'3o oag CAO � O Z t0 , ..1 A 3'xcr Oz 004 0' 00 7'a as aa041 � �3A .'dOO O b -'" O 7 '°• A 41 O .. O O O O 0.41 & Q';E a .+O -I Soc`_a ago oa3oa 4 o3°ax�_o �1.o}•a ma*" a°'° Q cxao+n°: a• tcn t1 K 'N'A A N -- A F a 41 b 4 S ma O a •-� Nxx wz° 3"06 4 'a � "o •° oA °�°ira A%o Q0 A: 3o x., e`5 41 �i '° a ray' zAw �mm g.co jvA QQ5m of ..c 3 ?oa4 mn W!sa ° a� Ag v• y S Cf G %.o ...a a O G '*"c a'o �p� as �,.�j a a -� r� Q, 0.0$ a -2.'o '[ W O 41 a ° Ci "' 9 rno 7 '� 3'"'41 •., '� a A O O �� a ;i u� vra °y 3 r00 CT 7m pa 41 zr Aaa 3f O°. a °.. paO t r K � a' , t�A, O 41023 0.' y„# £ aO � �'^•-W A ° 3 -- A3 � to A .e c m m S „c•►o r- C1� ° °SAO V'° a ° o a"m g G o mmo a°gym ^ o $ � � po.. •03'Qn cnm � c r^ FiwS. 3eoea+ oa �Q o1A � a� x e - $gig 0 0 � 'Q 110- " a0tA r -0 - 41 K r 7:»"O r; �A9 000 4 1.0s A��A O Q C O N N, O 0 41 A o Z o41 � Q � �.�;+m g� ;+ � bo ° ° �►Qw mai Q'° Mo ° oat mom ', 41 dao , c'° �3 " 'b9 � Q410 3o •Qta ° �po20 41 C '� ASO• O uit; ? ma "" 6 � c Or 3 ° CP �00t r'c °u o aa $ aoago $ � aA Qm _ .•T�;�o_a t11 C�'S� a 00 r,ApO 0.n m °' � �.��A t°A p'e A � �Q °o Oa a Aado� O (mj o� A O '� a .° KQia9,._w�= a °• °isdo.F �A � O 7A BVI �° a �� a a Z O O O •i O *41 0. w 41 O O O O r.►• ,n u nrK + ON.t� p ` " 0oa 70 .* aFt � o � � a � � � p7� y0 N N 70 •-1 =c ? 3 °+ a vt nQ 4141 O o $ o . OSm AO � ~ C5i � oc.25 ypotA x o R% . x ph V e VI ee t"`+ Motoh��ne S fi tj \ v � '� VOde • NCC CON t���•`SC "�" K µ ' p,,,eve k paomo < O aA 76 h tJ� •o lop o J 'Y r N -p f..�_ ..._ . I O 'Zp04 it N n ' n a ,413 o °� of 8ew� See o ohf�ne o- of N Z lk x :y,m � n See Sheet e n Motoh��n A Cr 0 Lr ox N �yNG� f- 0 �O -o (Tl O See , Mot�h�ine o See Pbo�e ti Motoh�ine �� a d D 7 f1 m. Zr�0g3 Ir 7 4A �n o C t},bor-e avenue Ln njord SO a �L - �j r. r V gyp, n w1 "'tiy� �•:t^��ytr;f_':r:::-,�•1�r.�in: �, OZ Zo. 4 tz iz A 01 W .c cyr � n r 4 q o , � a e W See g �o trig w r See Sheet 5 8 4 � LP e a ?+rn Q �, C 11 0 z A O 9 y� Motchline See Sheet 4 CA o6A • N(Gy Sb..► 0 Q go p -w i SS J ;0 8 A s Motchline See Above Right 3 0 FJ.e n CL z D rn: O ns ;*�• n o ' p C n r rn m� T C p r_ :r N � I 0 O 0 i CL i1 ro - C• r" � -� Cr7 ; O CrJ Xo -D p.b MZZ ss Willard Avenue CA �3 n e v` W �Q - O A CL . -- IE N � ' Q i w � w 1n C Ac O m GAN I Si . w D I� w A < -rI N Vl G p Ss A Vernon Avenue CL 0 o a C- A ,p C) �a ao t' iso D �v rn CP W u x � P � r' z Motchline See Below Left oLP rn cn o � � z N r o 00 -4m om z � U1 z rn Sol" «UEJ060D� i czn G� { N > of%r=n / v w 3300 i t ` t , UO � 00 x a i c� Alamo Avenue <' Alamo Avenue - cr 8.25 h > '- Cs .0 a N + t C° cr N\ Do OR o mn nC, v0 '-� '" a o a Na =13 -I ° Soox a o fn I 4 G { too ko �� °� 9:2. 3 c 1 O 3 yy 06 t ' C. $ A V qp C3 0 o° x -P �p R, 01 OD a 3 0) 0D x ; un CD 01 (P at mai; x t y .-a °D' ' � o G -nO � � Q m3 Stoll att+� f*1� IrrI to ,-4 0m °••C C '�'rn ;I ..�.rnrn i*i..---1r i ,V r rL ♦fit ' rn ° ori i�� ^o �`3 pi's Z n <= D 1; N .fin �'r°o t7 rrn -t c x O 1 a a' .•3.44 00 ; ; O �-- ' ;?r 8 rn p nn ' x Z N 70 _ Z s I. m ° I IM N �:3 - -� -4 LA a N %0 1+3.; 't � a 00 pa 'A Q 0 M-'•1 11 `°a ie W ao O rill a 0 o n o N a l+3 O m r" o► cc is Z -{ rn o -o 0) LA wows eo426X - CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS AND SPECIAL PROVISIONS FOR YORK STREET PAVEMENT.RECONSTRUCTION PROJECT PROJECT NO: 0662-6R4263-08 A� �. Y ry�-c0IV FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY,2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL, RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: May 13,2008 FOR PRE-BID INFORMATION CONTACT:Pete Warden(925)313-2248 ENGINEER'S ESTIMATE: $216,000 FOR PLAN HOLDER'S LIST CALL (925) 313-2000 Visit the Design Division at the Public Works website for other advertised and developing projects www.co.contra-costa.ca.us/depart/pw%(under"Contractor Info.") THIS SHEET IS FOR INFORMATION PURPOSES ONLY AND SHALL NOT BE CONSIDERED A PART OF THIS CONTRACT SPECIAL NOTICE 1 The Bidder shall submit applicable.list of subcontractors and DBE information with the bid proposal. Failure to submit this information with the bid proposal may result in rejection of the bid. SPECIAL NOTICE 2 A pre-bid meeting is scheduled for this project on the date given in the Notice to Contractors. Discussions will cover project construction and the Bidder Outreach Program requirements. To further assist bidders in fulfilling County Outreach Program requirements, a "Good Faith Effort Documentation Booklet" is available online at: wwvv.co.contra-costa.ca.us/depart/pw. Mouse-over "Contractor Info" at the left of the screen to activate the drop down menu. Click on "Co. Outreach GFE Booklet" from the drop down menu for a pdf document entitled"Good Faith Effort Document Booklet". SPECIAL NOTICE 3 There are no assurances to Bidders, who acquire project bid documents from sources other than directly from the Contra Costa County Public Works Department Offices, that they will receive project addenda. Such Bidders are solely responsible for acquiring any addenda. SPECIAL NOTICE 4 In cases of utility leaks, breaks; or emergencies, the following numbers should be called: utility. Phone Number EBMUD (510) 835-3000 PG&E (Gas & Electric) (800).743-5000 WEST COUNTY WASTEWATER DISTRICT . (510) 222-6700 COMCAST .(888) 824-8219 AT&T 611 SPECIAL NOTICE 5. In the case where a bidder claims an inadvertent.error in listing subcontractors, a notice of the claim must be submitted to the Engineer in writing within two (2) working days after the time of the bid opening and copies of the notice must be sent to the subcontractors involved. SPECIAL NOTICE 6 The bidder's attention.is directed to the State and Federal laws concerning fraud, bribery, collusion, conspiracy, and making false statements in connection with bidding upon, award of,or performance of anypublic works contract. The U.S. Department of Transportation, Office of Inspector General, has established the following telephone hotline to report violations. In California call 1=800-545-7496 Outside California call 1-800-424-9071 Confidentiality may be maintained and callers may remain anonymous. . SPECIAL NOTICE 7. The bidder's attention is directed to Section 2-1.01A of these Special Provisions regarding the requirement of a WARRANTY AND REPAIR AGREEMENT for the entire project. SPECIAL NOTICE 8 Planholders lists for projects out to bid for the .Contra Costa County Public Works Department may be viewed on-line at the Public Works Web Site. Projects under development for the upcoming season may.also be viewed at the site. 1. Log-on at www.co.contra-ccista.ca.us/depart/pw 2. Mouse-over"Contractor Info"at the left of the screen to activate the drop-down menu 3. Click on"Plan Holders List"from the drop-down menu 4. On the"Projects Out to Bid"web-page you will find a listing of current active projects with pertinent project information including a. Access to the "Notice to Contractors"which will give you a brief description of the project as well as how to obtain a set of bid documents and b. Access to the "Planholders List". DISCLAIMER Contra Costa County Public Works. Department provides the Planholders List as a convenience to Contractors, Subcontractors and suppliers. The Public Works Department is under no legal obligation to provide this information. While we make every effort to keep this information current and correct, the Public Works. Department makes no guarantee as to the.accuracy or completeness of these documents. :y Contra Costa County Attention �r Special Notice TT'9 COUti .. Date: January 2004 To: Prime Contractors From: . Emma Kuevor Affirmative Action Officer. Subject: New Business Enterprise Category On October 14; 2003, the Board of Supervisors approved the addition of the Disabled VeteraBusiness Enterprise (DVBE). category to the County's Outreach Veterans Business Program: The definition of a DVBE is: A Disabled Veteran Business Enterprise (DVBE) is a business entity at least 51% owned by one or more disabled veterans and whose daily business operations must be managed and controlled by one or more disabled veteran(s); the disabled veteran(s) who manages and controls the business is not required to be the disabled veteran business. owner(s); and the home office must be located in the U.S. (the home office cannot be a branch or subsidiary of a foreign corporation, foreign firm, or other foreign based-business). The disabled Veteran must be a California resident, have a service-connected disability of at least 10% or more and be an honorably discharged veteran of the U.S. Military, Naval or Air Services. In Section 3 ."Outreach Program/ Mandatory Subcontracting Minimum/Award.and Execution of Contract" of these Special Provisions, whenever you see the listing of Minority Business Enterprises (MBEs); Women Business Enterprises (WBEs), Small Business 'Enterprises (SBEs), and Local Business Enterprises (LBEs), please add Disabled Veteran Business Enterprises (DBVEs) to the list of business enterprises. For example: MBE, WBE, SBE, LBE, and DVBE. Contact the following agency for a listing of DVBEs: State of California Department of General Services . Procurement Division .Small Business and DVBE Certification 707 Third Street, 1 St Floor, Room 400: P.O. Box 989052 West Sacramento, CA 95798-9052 -(800) 559-5529 http://wwW.pd.dgs.ca.gov/smbus/certinq.htm .4.1 If you,have any questions contact: Affirmative Action Office County Administration Building 651 Pine Street, 1 oth Floor Martinez, California 94553-1229 (925) 335-1045 . Fax: (925) 646-1353 PROJECT NO. 0662-6R4263-08. The special provisions contained herein have been prepared by or under the direction of the following Registered Persons: CIVIL r ?1(%ESSI0N,gI ON Cy � �j No. 68846 Exp, 9-30-09 CIVIL 9TF 0; _/ TABLE OF CONTENTS VICINITY AND CONSTRUCTION SIGNING MAP TYPICAL SECTIONS NOTICE TO CONTRACTORS SPECIAL PROVISIONS SECTION 1. SPECIFICATIONS AND PLANS....................................................................... 1 AMENDMENTS TO MAY 2006 STANDARD SPECIFICATIONS..:....................................2 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS................................. 116 2-1.01 GENERAL.............::................................................................................................... 116 2-1.02 WARRANTY AND REPAIR AGREEMENT.............................:........................:117 SECTION 3-1.00 OUTREACH PROGRAM......................................................................... 117 3-1.01 .GENERAL........................................:.....::................................................................. 117 3-1.02 MBE/WBE/OBE PARTICIPATION...................................................................... 117 3-1.03 DEFINITIONS:......................................................................................................... 118 3-1.04 CERTIFICATION AND PARTICIPATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES........:........................................................................................ 119 3-1.05 GOOD FAITH EFFORT DOCUMENTATION........................................ --**- 123 3-1.05A GOOD FAITH EFFORT DOCUMENTATION SUBMITTAL .................... 127 3-1.06 AWARD OF CONTRACT............................................:......................................... 127 3-1.07 SUBCONTRACTOR SUBSTITUTION................................................................. 128 3-1.08 SUB-AGREEMENT FALSIFICATION................................................................ 129 3-1.09 FINAL SUBCONTRACTING REPORT SUBMITTAL/VERIFICATION OF PERFORMANCE FORMS.....................: ........ 129 3-1.10 REVIEW OF RECORDS............................:.............................:.............................. 129 3-1.11 PROMPT PAYMENT.............................................................................................. 129 SECTION 3-2.00 MANDATORY SUBCONTRACTING MINIMUM.............................. 1.29 3-2.01 GENERAL..... ......******..................... ............................................ 129 3-2:02 MANDATOTIGMINIMUM PARTICIPATION LEVEL129 . 3-2.03 DEFINITIONS........................................................................................................... 130 3-2.04 MSM PARTICIPATION RECOGNITION........................................................... 130 SECTION 3-3.00 EXECUTION OF CONTRACT.......................................:........................ 131 3-3.01 AWARD OF CONTRACT.....................:..............:...............................................:.. 131 . 3-3.02 BONDS..............................:........................................................................................ 131 3-3.03 INSURANCE REQUIREMENTS...:....................................................................... 131 3-3.04 EXECUTION OF AGREEMENT (CONTRACT)................................................ 133 SECTION 4. BEGINNING OF WORK AND TIME OF COMPLETION........................ 133 4-1.01 GENERAL.............................................:.......................................................:........... 133 4-1.02 PRE-CONSTRUCTION CONFERENCE............................................................. 134 4-1.03 ARCHAEOLOGICAL DISCOVERIES and/or HISTORICAL DISCOVERIES135 SECTION 5. GENERAL......................................................................................................... 136 SECTION 5-1. MISCELLANEOUS...................................................................................... 136 5-1.01 LEGAL HOLIDAYS................................................................................:............... 136 5-1.02 PAYROLL RECORDS.....................................................................................:..... 137 5-1.03 AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY. 137 5-1.04 SCOPE OF PAYMENT........................................................................................... 140 5-1.05 INCREASES AND DECREASES IN QUANTITIES........................................... 140 5-1.06 INTERPRETATION OF CONTRACT DOCUMENTS ...................................... 141 5-1.07 CONTROL OF WORK........................................................................................... 141 5-1.08 COST REDUCTION INCENTIVE.................:...................................................... 141 5-1.09 LABOR NONDISCRIMINATION......................................................................... 142 5-1.10 PAYMENTS.................................................:...........:.........................:...................... 142 '5-1.11 INTEREST ON PAYMENTS.....:...........:.........................................................::..... 142 5-1.12 PUBLIC SAFETY.................. ............................................................................ 143 5-1:13 TESTING..............................:.....:.............................................................................. 144 5-1.14 SURFACE MINING AND RECLAMATION ACT.............................................. 145 5-1.15 PUBLIC CONVENIENCE.................................................:.................................... 145 5-1.16 CLAIMS BY CONTRACTOR................................................................................ 146 5-1.17 AREAS FOR CONTRACTOR'SUSE........................... ......... 149 . .....................:......... 5-1.18 SOUND CONTROL REQUIREMENTS............................................................... 149 5-1.19 AIR POLLUTION CONTROL................................................................................ 149 5-1.20 SUBCONTRACTING.................................................................................:........... 149. 5-1.21 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS......................... 150 5-1.22 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS... 150 5-1.23 RECORDS......................................:..............................................:........................... 150 5-1.24 CITY OF RICHMOND ENCROACHMENT PERMIT................:...................... 151 .5-1.25 ACCEPTANCE OF CONTRACT..............................................:.............:.....:....... 151 SECTION 6. ADDITIONAL INSUREDS, WORKING DAYS,AND LIQUIDATED DAMAGES.........................................:...................................................................................... 152 6-1.01 ADDITIONAL INSUREDS..................:.................................................................. 152 6-1.02 WORKING DAYS.................................................................... ...................:............ 152 6-1.03 LIQUIDATED DAMAGES..................................................................................... 152 SECTION7 (BLANK).......................:........:............................................................................. 152 SECTION 8. MATERIALS ..................................................................................................... 152 SECTION 8-1. MISCELLANEOUS...................................................:................................... 152 8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS .................:...................................................................................................... 152 8-1.02 TESTING................................................................................................................... 159 8-1.03 QUALITY CONTROL TESTING.......................................................................... 160 8-1.04 ENGINEERING FABRICS..:.......:............................................:............................. 160 . SECTION 8-2. CONCRETE.....................................:..............................:.............................. 160 8-2.01 PORTLAND CEMENT CONCRETE.................................................................... 160 SECTION8-3. WELDING...............:........................................................................................ 163 SECTION 8-3. (BLANK) ..........................................:.::........:................................................. 163 SECTION 9. DESCRIPTION OF WORK............................................................................ 163 SECTION 10. CONSTRUCTION DETAILS .............................................................::....... 163 SECTION 10-1. GENERAL........................................................................:............................ 163 . 10-1.01 ORDER OF WORK.................: ...............:.........:..........................:....:.................:. 163 10-1.02 WATER POLLUTION CONTROL..................................................................... 164 10-1.03 CONSTRUCTION SITE MANAGEMENT...............................................:........ 166 10-1.04 PRESERVATION OF PROPERTY...................................................................... 178 10-1.05 OBSTRUCTIONS................................................................................................... 179 10-1.06 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES..........:................ 180 10-1.07 CONSTRUCTION AREA SIGNS........................... ...:.......::......................:......... 181 10=1.08 MAINTAINING TRAFFIC...............................:.....:............................................. 183 10-1.09 EXISTING HIGHWAY FACILITIES................................................................ 185 10-1.10 CLEARING AND GRUBBING........ ..............................................:................. 187 10-1.11 EARTHWORK........................................:.............................................................. 188 10-1.12 AGGREGATE BASE.....:..........:..................:......................................................... 188 10-1:13 HOT MIX ASPHALT.................................................. ............. ......................... 188 10-1.14 GEOSYNTHETIC PAVEMENT INTERLAYER.........:.................................... 192 10-1.15 PAVEMENT FAILURE REPAIR......................................:................................ 194 10-1.16 BASE FAILURE REPAIR.................................................................................... 195 10-1.17 MINOR CONCRETE STRUCTURES................................................................ 196 10-1.18 MISCELLANEOUS CONCRETE CONSTRUCTION........:............................. 196 10-1.19 TRAFFIC STRIPES AND PAVEMENT MARKINGS................:..................... 198 10-1.20 PAVEMENT MARKERS..........................................................:.................:...........200 APPENDICES 39-4.03F. STATISTICAL EVALUATION CCC PWD CA52i Modified Case `B' Curp Ramp CA70i Standard. Sidewalk Details WE Median Curb and AC Dike Details CA73i Concrete Valley Gutter& Concrete Lined.Ditch Details CA74i Doweling Details for Curb& Sidewalk CU60i Standard Utility Locations ARMOR—TILE, DETECTIBLE/TACTILE WARNING SURFACE TILE, 24"x 48", Cast in place, Inline Dome Tactile Tile, Plans & Details . 36" x 60", Cast in place, Inline Dome Tactile Tile,Plans &Details ARMOR-TILE, CAST IN PLACE,INLINE DOME Detectable, tactile warning surface tile Installation Manual ARMOR—TILE SPECIFICATIONS JHU 3s 439 5�e ,( Mlb C� z 3s 419 z > > < > < >. Q m0 0 � o O 0 v 3S oaf � �r a o V z 3s Pic � w � Q N N N (U D N O 3s 3sl VF 3s Jao > V z > Z 0 0 c 0 IF] N N 0 U . E �, 3s aa33u8 LO cL� Q : U y •0 E ,Km ld Puow4oid C� z z ► \ 1 1 � 1 1 � ` 1 •1 1 \ ' h d 1 1 h 1 1 L 1 V � 5 \ 1 � d ' r y 1 , .�s N \ o� � a `' r Project Name: YORK STREET PAVEMENT RECONSTRUCTION PROJECT Project Number: 0662-6R4263-08 Contra Costa County Public Works Department 255 Glacier Drive, Martinez, California 94553-4897 NOTICE TO CONTRACTORS The Public Works Director will receive sealed bids at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553-4897, until 2 o'clock p.m., on May 13, 2008, at which time they will be publicly opened and read, for: YORK STREET PAVEMENT RECONSTRUCTION PROJECT. General work description: This project consists of replacement of existing roadway surfaces, localized areas of base failure repair, and construction of curb ramps,concrete ,curb and sidewalk, and valley gutter. Engineer's cost estimate: $216,000 A pre-bid meeting will be held on Monday, April 28, 2008 at 10:00 a.m. at the Public Works Department to cover the County's Bidder Outreach Program. Prospective bidders attendance is recommended but not mandatory. Contract Documents, including plans and specifications, may be viewed and/or obtained at the Public Works Department, C.C. Rich Building, 255 Glacier Drive, Martinez, California 94553-4897, Monday - Thursday(7:00 a.m. - 12 Noon and 1:00 p.m. - 5:00 p.m.), and Friday (8:00 a.m. - 12 Noon and 1:00 p.m. - 5:00 p.m.). To obtain plans and specifications a service charge is required in the amount of $29.00(sales tax included). Plans and specifications may be ordered by mail for an additional shipping and handling fee of$3.00. Checks shall be made payable to 'The County of Contra Costa' and be mailed to the above address. The Public Works Department does not guarantee the arrival of the plans and specifications in time for bidding. Plans and specifications will not be sent overnight mail. This project is to be advertised pursuant to Public Contract Code 22037. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. The Contractor shall possess a Class A or Class C-12 License at the time the Contract is awarded. Bids must cover the entire project, and neither partial nor contingent bids will be considered. The successful bidder shall furnish a payment bond and a performance bond. The Board has ascertained the general prevailing rate of wages applicable to this work. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for Contra Costa County. The bid opening date may be extended by addendum issued by the Public Works Department no later than May 9, 2008, in which case any bids submitted for the original bid opening will be returned unopened and sealed bid proposals for the extended bid opening shall be submitted on or before May 27, 2008, at 2:00 p.m., and will be opened, read and recorded at the same place specified above. All proposals received late will be returned unopened. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. For questions regarding the project contact Pete Warden, Design Division, at(925) 313-2248. By order of the Board of Supervisors of Contra Costa County John Cullen Clerk of the Board of Supervisors and County Administrator By Deputy Dated: Publication dates: CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications and the Standard Plans dated May, 2006, of the State of California, Department of Transportation, and the Standard.Plans of the Contra Costa County Public Works Department insofar as the same may apply and in accordance with the following special provisions. In case of conflict between the Standard Specifications and these special provisions,the special provisions shall take precedence over and be used in lieu of such conflicting portions. DEFINITIONS AND TERMS As used herein, unless the context implies otherwise, the following terms have the following-meaning:. Ate. The legal.entity for which the work is being performed. Board of Supervisors. The Board of Supervisors of Contra Costa County, State of California is the governing board for the agency having jurisdiction over the work being done under this contract. County. :Contra Costa County, a political subdivision of the State of California. The agency having jurisdiction over the work being done under this contract. Department, Department of Transportation,.Director, Director of Transportation. The Board of Supervisors of Contra Costa County, State of California. Deputy Director Transportation Engineering, or Engineer. The Public Works Director of Contra Costa County, State of California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory. The Materials and Testing Laboratory of Contra Costa County or Laboratories authorized by the Engineer to test materials and work involved in the contract. Standard Specifications. The 2006 edition of the. Standard Specifications of the State of California,Department of Transportation. Any reference therein to the State of California or a state agency, office or officer shall be. interpreted to refer to the County or its corresponding agency,office.or officer acting under this contract. State. "Agency" as defined above. State Highway Engineer. The Public Works Director, Contra Costa County, State of California. 1 Transportation Building, Sacramento. C. C. Rich Building, 255 Glacier. Drive, Martinez, California. AMENDMENTS TO MAY 2006 STANDARD SPECIFICATIONS UPDATED FEBRUARY 1,2008 SECTION 0: GLOBAL REVISIONS Issue Date: July 31, 2007 Global revisions are changes to contract documents not specific to a section of the Standard Specifications. • In each contract document at each occurrence: 1. Except where existing asphalt concrete is described, replace "asphalt concrete" with "hot mix asphalt" .2. Except where existing AC is described, replace "AC" with "HMA" where AC means asphalt concrete SECTION 1: DEFINITIONS AND TERMS Issue Date: January 18, 2008 Section 1-1.01, "General," of the Standard Specifications is amended by adding the following: • The Department is gradually changing the style and language of the specifications. The new style and language includes: 1. Use of: 1.1. Imperative mood 1.2. Introductory modifiers 1.3. Conditional clauses . 2. Elimination of- 2.1. f:2.1. Language variations 2.2. Definitions for industry-standard terms 2.3. Redundant specifications 2.4. Needless cross-references • The use of this new style does not change the meaning of a specification not yet using this style. 2 • The specifications are written to the Bidder before award and the Contractor after. Before award, interpret sentences written in the imperative mood as starting with "The Bidder must" and.interpret "you" as "the Bidder" and "your" as "the Bidder's." After award, interpret sentences written in the imperative mood as starting with "The Contractor must" and interpret "you" as "the Contractor" and "your as "the Contractor's." • Unless an object or activity is specified to be less than the total, the quantity or amount is all of the object or activity. • All items in a list apply unless the items are specified as choices. • Interpret terms as defined in the Contract documents. A term not defined in the Contract documents`has the meaning defined in Means Illustrated Construction Dictionary, Condensed Version, Second Edition. The 1st .table in Section 1-1.02, "Abbreviations," of the Standard Specifications is amended by adding:. SSP The Society for Protective Coatings C Section.1, "Definitions and Terms," of the.Standard Specifications is amended by adding the following sections: 1-1.082 BUSINESS DAY • Day on the,-calendar except Saturday or holiday. 1-1.084 CALIFORNIA MANUAL ON.UNIFORM TRAFFIC CONTROL DEVICES • The California Manual on Uniform Traffic Control Devices for Streets and Highways (California MUTCD) is issued by the Department of Transportation and is the Federal Highway Administration's MUTCD 2003 Edition, as amended for use in California. 1-1.125 DEDUCTION • Amount of money permanently taken from progress payment and final payment.. Deductions are cumulative and are not retentions under Pub Cont Code § 7107. 1-1.205 FEDERAL-AID CONTRACT Contract that. has a Federal-aid project number .on the cover of the Notice to Contractors and Special Provisions. 1-1.245 HOLIDAY 1. Every Sunday 2. January 1 st,New Year's Day 3. 3rd Monday in January, Birthday of Martin Luther King, Jr. 4. February 12th, Lincoln's Birthday 5. 3rd Monday in February,Washington's Birthday 6. March 31 st, Cesar Chavez Day 7. Last Monday in May,Memorial Day 8. July 4th, Independence Day .9. _ 1st Monday in September, Labor Day 3 10. 2nd Monday in October, Columbus Day 11. November 11th, Veterans Day 12. 4th Thursday in November,Thanksgiving Day 13. Day after Thanksgiving Day 14. December 25th, Christmas Day • If January 1 st, February 12th, March 31 st,.July 4th, November 11 th, or December 25th falls on a Sunday, the Monday following is a holiday. If November 11th falls on a Saturday, the preceding Friday is a holiday. Interpret "legal holiday" as "holiday." 1-1.475 WITHHOLD • Money temporarily or permanently taken from progress payment. Withholds are . cumulative and are not retentions under Pub Cont'Code § 7107. Section 1-1.255, "Legal Holidays," of the Standard Specifications is deleted. Section 1-1.265, "Manual on Uniform Traffic Control Devices," of the Standard Specifications is deleted. Section 1-1.266, "Manual on Uniform Traffic Control Devices California Supplement," of the Standard Specifications is deleted. Section 1-1.39 "State," of the Standard Specifications is amended to read: 1-1.39 STATE • The State of California, including its agencies,.departments, or divisions, whose conduct or action is related to the work. SECTION 3: AWARD AND EXECUTION OF CONTRACT Issue Date: August 17, 2007 Section 3-1.025, "Insurance Policies," of the Standard Specifications is amended to read: 3-1.025 INSURANCE POLICIES • The successful bidder shall submit: 1. Copy of its commercial general liability policy and its excess policy or binder until such time as a policy is available, including the declarations page, applicable endorsements, riders, and other modifications in effect at the time of contract execution. Standard ISO form No. CG 0001 or similar exclusions are allowed if not inconsistent with Section 7-1.12, "Indemnification and Insurance." Allowance of additional exclusions is at the discretion of the Department. 2. Certificate of insurance showing all other required coverages. Certificates of insurance, as evidence of required insurance for the auto liability and any other required policy, shall set forth deductible amounts applicable to each policy and all exclusions that are added by endorsement to each policy. . The evidence of insurance shall provide that no cancellation, 4 lapse, or reduction of coverage will occur without 10 days prior written notice to the Department. 3. A declaration under the penalty of perjury by a certified public accountant certifying the accountant has applied Generally Accepted Accounting Principles (GAAP) guidelines confirming the successful bidder has sufficient funds and resources to cover any self-insured retentions if the self-insured retention is $50,000 or higher. • If the successful bidder uses any form of self-insurance for workers compensation in lieu of an insurance policy, it shall submit a certificate of consent to self.-insure in accordance with the provisions of Section 3700 of the Labor Code. Section 3-1.03, "Execution of Contract," of the Standard Specifications is amended to read: 3-1.03 EXECUTION OF CONTRACT • The contract shall be signed by the successful bidder and returned, together with the contract bonds and the documents identified in Section 3-1.025, "Insurance Policies," within 10 business days of receiving the contract for execution. Section 3-1.04, "Failure to Execute Contract," of the Standard Specifications is amended to read: . 3-1.04 FAILURE TO EXECUTE CONTRACT • Failure of the lowest responsible bidder, the second lowest responsible bidder, or the third lowest responsible bidder to execute the contract as required in Section 3-1.03, "Execution of Contract," within 10 business days of receiving the contract for execution shall be just cause for the forfeiture of the proposal guaranty. The successful bidder may file with the Department a written notice, signed by the bidder or the bidder's authorized representative, specifying that the bidder will refuse to execute the contract if it is presented. The filing of.this notice shall have the same force and effect as the failure of the bidder to execute the contract and furnish acceptable bonds within the time specified. . Section 3-1.05, "Return of Proposal Guaranties," of the Standard Specifications is amended to read: 3-1.05 RETURN OF PROPOSAL GUARANTIES • The Department keeps the proposal guaranties of the 1st, 2nd and 3rd lowest responsible bidders until the contract.has been executed. The other bidders' guaranties, other than bidders'.bonds, are returned upon determination of the 1 st, 2nd, and 3rd apparent lowest bidders, and their bidders' bonds are.of no further effect.. SECTION 4: SCOPE OF WORK Issue Date: August 17, 2007 Section 4-1.01, "Intent of Plans and Specifications," of the Standard Specifications is amended by adding the following: 5 • Nothing in the specifications voids the Contractor's public safety responsibilities. SECTION 5: CONTROL OF WORK Issue Date: February 1., 2008 Section 5, "Control of Work," of the Standard Specifications is amended.by adding the following sections: 5-1.005 GENERAL • Failure to comply with any specification part is a breach of the contract and a waiver of your right to time or payment adjustment. • After contract approval, submit documents and direct questions to the Engineer. Orders, approvals, and requests to the Contractor are by the Engineer. • The Engineer furnishes the following in writing: 1. Approvals 2. Notifications 3. Orders • The Contractor must furnish the following in writing: 1. Assignments 2. Notifications 3. Proposals 4. Requests, sequentially numbered 5. Subcontracts 6. Test results • The Department rejects a form if it has any error or any omission. • Convert foreign language documents to.English. Use contract administration forms available at the Department's Web site. • If the last day for submitting a document falls on a Saturday or holiday, it may be submitted on the next business day with the same effect as if it had been submitted on the day specified. 5-1.015 RECORD RETENTION, INSPECTION, COPYING, AND AUDITING • Retain project records and make them available for inspection, copying, and auditing by.State representatives from bid preparation through: 1. Final payment 2. Resolution of claims, if any • For at least 3 years after the later of these, retain and make available for inspection, copying, and auditing cost records by State representatives including: 1. Records pertaining to bid preparation 2. Overhead 6 3. Payroll records and certified payroll 4. Payments to suppliers and subcontractors 5. Cost accounting records 6. Records of subcontractors and suppliers • Maintain the records in an organized way in the original format, electronic and hard copy, conducive to professional review and audit. • Before contract acceptance, the State representative notifies the Contractor, subcontractor, or supplier 5 days before inspection, copying, or auditing. If an audit is to start more than 30 days after contract acceptance, the State. representative notifies the Contractor, subcontractor, or supplier when the audit is to start. Section 5-1.01, "Authority of Engineer," of the Standard Specifications is amended by adding: Failure to enforce a contract provision does not waive enforcement of any contract provision. Section 5-1.04, "Coordination and Interpretation of Plans, Standard.Specifications, and Special Provisions," of the Standard Specifications is amended to read: 5-1.04 CONTRACT COMPONENTS A component in one contract part applies as if appearing in each. The parts,are complementary and,describe and provide for a complete work. If a discrepancy exists: 1. The governing ranking of contract parts in.descending order is: .1.1. Special provisions 1.2. Project plans 1.3. Revised Standard Plans 1.4. Standard Plans 1.5. Amendments to the Standard Specifications 1.6. Standard Specifications 1.7. Project information 2. Written numbers and notes on a drawing govern over graphics 3. A detail drawing governs over a general drawing . 4. A detail specification governs over.a general specification 5. A specification in a section governs over a specification referenced by that section If a discrepancy is found or confusion arises, request correction or clarification. Section 5-1.0.7,"Lines and Grades," of the Standard Specifications is,replaced with the following: 7 5-1.07 LINES AND GRADES • The Engineer places stakes and marks under Chapter 12, "Construction Surveys," of the Department's Surveys Manual. • Submit your request for Department-furnished stakes: 1. On a Request for Construction Stakes form. Ensure: 1.1. Requested staking area is ready for stakes 1.2. You use the stakes in a reasonable time 2. A reasonable time before starting an activity using the stakes • Establish priorities for stakes and note priorities on the request. • Preserve stakes and marks placed by the Engineer. If the stakes or marks are destroyed, the Engineer replaces them at the Engineer's earliest convenience and deducts the cost. Section 5-1.116, "Differing Site Conditions," is amended to read: 5-1.116 DIFFERING SITE CONDITIONS (23 CFR 635.109) 5-1.116A Contractor's Notification • Promptly notify the Engineer if you find either of the following: 1. Physical conditions differing materially from either of the following: 1.1. Contract documents 1.2. Job site examination 2. Physical conditions of an. unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract • Include details explaining the information you relied on and the material differences you discovered. • If you fail to notify the Engineer promptly, you waive the differing site condition claim for the period between your. discovery of the differing site condition .and your notification to the Engineer. • If you disturb the site after discovery and before the Engineer's investigation, you waive the differing site condition claim. 5-1.116B Engineer's Investigation and Decision Upon your notification, the Engineer investigates job site conditions and: 1. Notifies you whether to resume affected work 2. Decides whether the condition differs materially and is cause for an adjustment of time, payment, or both 8 5-1.116C Protests • You may protest the Engineer's decision by: 1. Submitting an Initial Notice of Potential Claim within 5 business days after receipt of the Engineer's notification 2. Complying with claim procedures • The Initial Notice of Potential Claim.must detail the differences in your position . from the Engineer's determination and support your position with additional information, including additional geotechnical data. Attach to the Initial Notice of Potential Claim a certification stating that you complied with Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of Work." • Promptly submit supplementary information when.obtained. SECTION.6: CONTROL OF MATERIALS Issue Date: August 17, 2007 Section 6-1.05, Trade Names and Alternatives, of the Standard Specifications is amended to read: 6-1.05 Specific Brand or Trade Name and Substitution • A reference to a specific brand or trade name establishes a quality standard.and is not intended to limit competition. You may use a product that is equal to or better than the specified brand or trade name if approved. • Submit a substitution request within a time period that: 1. Follows Contract award 2. Allows 30 days for review 3. Causes no delay • Include substantiating data with the substitution request that proves the substitution: 1. Is of equal or better quality and suitability 2. Causes no delay in product delivery and installation Section 6, "Control of Materials," of the Standard Specifications is amended by adding the following sections: 6-1.085 BUY AMERICA (23 CFR 635.410) • For a Federal-aid contract, furnish steel and iron materials to be incorporated into the work that are produced in the United States except: .1. Foreign pig iron and processed, pelletized, and reduced iron. ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)] 2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or$2,500, material produced outside the United States may be used 9 • Production includes: 1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition 2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials For steel and iron materials to be incorporated into the work, submit a Certificate of Compliance under Section 6-1.07, "Certificates of Compliance," of the Standard Specifications that certifies all production.processes occurred in the United States except for the above exceptions. 6-1.087 BUY AMERICA(PUB RES CODE § 42703(d)) • Furnish crumb rubber to be incorporated into the work that is produced in the United States and is derived from waste tires taken from vehicles owned and operated in the United States. • For crumb rubber to be incorporated into the work, submit a Certificate of Compliance under Section .6-1.07, "Certificates of Compliance," of the Standard Specifications that certifies only crumb rubber manufactured in the United States and derived from waste.tires taken from vehicles owned and operated in the United States is used. The 7th and 8th paragraph of Section 6-2.01, "General," of the Standard Specifications are amended to read: • Upon the Contractor's written request, the Department tests materials from. an untested local source. If satisfactory material from that source is used in the work, the Department does not charge the Contractor for the tests; otherwise, the Department deducts the test cost. The 2nd sentence of the 7th paragraph of. Section 6-2.02, "Possible Local. Material Sources," of the Standard Specifications is amended to read: • The Department deducts the charges for the removed material. SECTION 7: LEGAL RELATIONS AND RESPONSIBILITIES Issue Date: February 1, 2008 Section 7-1.01, "Laws To Be Observed," of the Standard Specifications is amended to read: 7-1.01 LAWS TO BE OBSERVED • Comply with laws, regulations, orders, decrees, and permits applicable. to the project. Indemnify and defend the State against any claim or liability arising from the violation of a law, regulation, order, decree, or permit by you or your employees. 10 Immediately report to the Engineer in writing a discrepancy or inconsistency between the . contract and a law, regulation, order, decree, or permit. The 3rd listed requirement of the 1st paragraph of Section 7-1.0lA(2), "Prevailing Wage," of the Standard Specifications is amended to read: 3. Upon becoming aware of the subcontractor's failure to pay the specified prevailing rate of wages to the subcontractor's workers, the Contractor must diligently take corrective action to stop or rectify the failure, including withholding sufficient. funds due the subcontractor for work performed on the public works project. The 2nd paragraph of Section 7-1.01A(2), "Prevailing Wage," of the Standard Specifications is amended to read: • Pursuant to Section 1775 of the Labor Code, the Division of Labor Standards Enforcement must notify the.Contractor on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a subcontractor on that public works project to pay workers the general prevailing rate of per diem wages. If the Division of Labor Standards Enforcement determines that employees of a subcontractor were. not paid the general prevailing rate of per diem wages and if the Department did not withhold sufficient money under the contract to pay those employees.the. balance of wages owed under the general. prevailing rate of per diem wages, the Contractor must withhold an amount of moneys due the subcontractor sufficient to pay those employees the general prevailing rate of per diem wages if requested by the Division of Labor Standards Enforcement. The Contractor must pay any money withheld from and owed to a subcontractor upon receipt of notification by the Division of Labor Standards Enforcement that the wage complaint has been resolved. If notice of the resolution of the wage complaint has not been received by the Contractor within 180 days of the filing of a valid notice of completion or acceptance of the public works project, whichever occurs later, the Contractor must pay all moneys withheld from the subcontractor to the Department. The Department withholds these moneys pending the final decision of an enforcement action. The 2nd paragraph of Section 7-1.61A(3), "Payroll Records," of the Standard Specifications is amended to read: • The Department withholds the penalties specified in subdivision (g) of Labor Code § 1776 for noncompliance with the requirements in Section 1776. The 4th paragraph of Section 7-1.01A(3), "Payroll Records," of the. Standard Specifications is amended to read: • The Department withholds for delinquent or inadequate payroll records (Labor Code § .1771.5). If the Contractor has not submitted an adequate payroll record by. the month's 15th day for the period ending on or before'the.1st of that month, the Department withholds 10 percent of the monthly progress estimate; exclusive of mobilization. The Department does not withhold more than $10,000 or less than$1,000. 11 The 5th paragraph of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is deleted. Section 7-1.O1A(6), "Workers' Compensation," of the Standard Specifications is amended to read- .7-1.01A(6) (Blank) The fourth sentence of the second paragraph of Section 7-1.02, "Load Limitations," of the Standard Specifications is amended to read: • Trucks used to haul treated base, portland cement concrete,or hot mix asphalt shall enter onto the base to dump at .the nearest practical entry point ahead of spreading equipment. The first sentence of the eighth paragraph of Section 7-1.09, "Public Safety," of the Standard Specifications is amended to read: Signs, lights, flags, and other warning and safety devices and their use shall conform to the requirements set forth in Part 6 of the California MUTCD. The sixteenth paragraph of Section 7-1.09, "Public Safety," of the Standard Specifications is amended to read: When vertical clearance is temporarily reduced to 15.5 feet or less, low clearance warning signs shall be placed in accordance with Part 2.of the California MUTCD and as directed by the Engineer. Signs shall conform to the. dimensions, color, and legend requirements of the California MUTCD andthese specifications except that the signs shall have black letters and numbers on an orange retroreflective.background. W12-2P signs shall be illuminated so that the signs are clearly visible. The last sentence of the 2nd paragraph of Section 7-1.11, "Preservation of Property," of the Standard Specifications is amended to read: • The cost of the repairs must be borne by the Contractor and will be deducted. Section 7-1.12, "Indemnification and Insurance," of the Standard Specifications is amended to read: 7-1.12 INDEMNIFICATION AND INSURANCE • The.Contractor's obligations. regarding indemnification of the State of California and the requirements for insurance shall conform to the provisions in Section 3-1.025, ".Insurance Policies," and Sections 7-1.12A, "Indemnification," and 7-1.1213, "Insurance," of this Section 7-1.12. 7-1.12A Indemnification • The Contractor shall defend, indemnify, and save harmless the State, including its officers, employees, and agents (excluding agents who are design professionals) from any 12 and all claims, demands, causes of action, damages, costs, expenses, actual attorneys' fees, losses or liabilities, in law or in equity (Section 7-1.12A Claims) arising out of or in connection with the Contractor's performance of this contract for: 1. Bodily injury including, but not limited to, bodily injury, sickness or disease, emotional injury or death to persons, including, but not limited to,.the public,any employees'or agents of the Contractor, the.State, or any other contractor; and .2. Damage to property of anyone including.loss of use thereof; caused or alleged to be caused in whole or in part by any negligent or otherwise legally actionable act or omission of the Contractor or anyone directly or indirectly employed by the Contractor or anyone for whose acts the Contractor may be liable. • Except as otherwise provided by law, these requirements apply regardless of the existence or degree of fault of the State. The Contractor is not obligated to indemnify the State for Claims arising from conduct delineated in Civil Code Section 2782 and to Claims arising from any defective or substandard condition of the highway that existed at or.before the start of work, unless. this condition has been changed by the work. or the scope of the work requires the Contractor to maintain existing highway facilities and the Claim arises from the Contractor's failure to maintain. The Contractor's defense and indemnity obligation shall extend to Claims arising after the work:is completed and accepted if the Claims are directly related to alleged acts or omissions by the Contractor that occurred during the course of the work. State inspection is not a waiver of full compliance with these requirements. • The Contractor's obligation to defend and indemnify.shall not be excused because of the Contractor's inability to evaluate liability or because the Contractor evaluates liability and determine that the Contractor is not liable. The Contractor shall respond within 30 days Jo the tender of any Claim for defense and indemnity by the State, unless this time has been extended by the State. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, the Department may withhold such funds the State reasonably considers necessary for its defense and indemnity until disposition has been made of the Claim or until the Contractor accepts or rejects the tender of defense, whichever occurs first. • With respect to third-party claims against the Contractor, the Contractor waives all rights of any.type to express or implied indemnity against the State, its officers, employees, or agents (excluding agents who are design professionals). • Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these indemnification specifications. 7-1.121 Insurance 7-1.121(1) General • Nothing in the contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these insurance specifications. 7-1.12B(2) Casualty Insurance • The Contractor shall procure and maintain insurance on all of its operations with companies acceptable to the State as follows: 13 1. The Contractor shall keep all insurance in full force and effect from the beginning of the work through contract acceptance. 2. All insurance shall be with an insurance company with a rating from A.M. Best Financial Strength Rating of A- or better and a Financial Size Category of VII or better. 3. The Contractor shall maintain completed operations coverage with a carrier acceptable to the State through the expiration of the patent deficiency in construction statute of repose set forth in Code of Civil Procedure Section 337.1. 7-1.12B(3) Workers' Compensation and Employer's Liability Insurance • In accordance with Labor Code Section 1860, the Contractor shall secure the payment of worker's compensation in accordance with Labor Code Section 3700. • In accordance with Labor Code Section 1861, the Contractor shall submit to the Department the following certification before performing the work: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. . • Contract execution constitutes certification submittal. • The Contractor shall provide Employer's Liability Insurance in amounts not less than: 1. $1,000,000 for each accident for bodily injury by accident 2. $1,000,000 policy limit for bodily injury by disease 3. $1,000,000 for each employee for bodily injury by disease • If there is an exposure of injury to the Contractor's employees under. the U.S. Longshoremen's and Harbor Workers' Compensation Act, the Jones Act, or under laws, regulations, or statutes applicable to maritime employees, coverage shall. be included for such injuries or claims. 7-1.12B(4) Liability Insurance 7-1.12B(4)(a) General The Contractor shall carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf of the Contractor providing insurance for bodily injury liability and property damage liability for the following limits and including coverage for: 1. Premises, operations, and mobile equipment 2. Products and completed operations 3. Broad form property damage (including completed operations) 4. Explosion, collapse,and underground hazards 5. Personal injury 6. Contractual liability 7-1.12B(4)(b) Liability Limits/Additional Insureds • The limits of liability shall be at least the amounts shown in the following table: 14 Total Bid For Aggregate Gener Umbrell Each for al a or Occur Products/C Aggre Excess rence� ompleted gate2 Liability . Operation 3 <$1,000,0 . $1,00 $2,000,000 $2,000 $5,000, 00 0,000 ,000 000 >$1,000,0 $1,00 $2,000,000 $2,000 . $10,000 00 0,000 ,000 ,000 <$5,000,0 00 >$5,000,0 $2,00 $2,000,000 $4,000 $15,000 00 0,000 9000 ,000 <$25,000, 000 >$25,000,. $2,00. $2,000,0.00 T $4,000 $25,000 000 0,000 ,000 ,000 1. Combined single limit for bodily injury and property.damage. 2. This limit shall apply separately to the Contractor's work under this contract. I. The umbrella.or excess policy shall contain a clause stating that it takes effect (drops down) in the event the primary limits are im air'ed or exhausted. • The Contractor shall not require certified Small.Business subcontractors to carry Liability Insurance. that exceeds the limits in'the table above. Notwithstanding the limits specified herein, at the option of the Contractor, the liability insurance limits for certified Small Business subcontractors of any,tier may be less than those limits specified in the table. For Small. Business subcontracts, "Total Bid shall be interpreted as the amount of subcontracted work to a certified Small Business. • The State, including its officers, directors, agents (excluding agents who.are design professionals), and-employees, shall be named as additional insureds under the General Liability and Umbrella Liability Policies with,respect to liability arising out of or connected with work or operations performed by or on behalf of the Contractor under this contract. Coverage for such additional insureds does not extend to liability: 1. Arising from any defective or substandard condition of the roadway which existed at or before the time the Contractor started work, unless such condition has been changed by the work or the scope of the work requires the .Contractor to maintain existing roadway facilities and the claim arises from the Contractor's failure to maintain; 2. For claims occurring after the work is completed and accepted unless these claims are directly related to alleged acts or omissions of the Contractor that occurred during the course of the work; or 3. To the extent prohibited by Insurance Code Section 11580.04 • Additional insured coverage shall be provided by a policy provision or by an endorsement providing coverage at least 'as broad as Additional Insured (Form B) 1.5 endorsement form CG 2010, as published by the Insurance Services Office (ISO), or other form designated by the Department. 7-1.12B(4)(c) Contractor's Insurance Policy is Primary • The policy shall stipulate that the insurance afforded the additional insureds applies as primary insurance. Any other insurance or self-insurance maintained by the State is excess only and shall not be called upon to contribute with this insurance. 7-1.12B(5) Automobile Liability Insurance • The Contractor shall carry automobile liability insurance,.including coverage for all owned, hired, and nonowned automobiles. The primary limits of liability shall be not less than $1,000,000 combined single limit each accident for bodily injury and property damage. The umbrella or excess liability coverage required under Section 7-1.1213(4)(b) also applies to automobile liability. 7-1.12B(6) Policy Forms, Endorsements, and Certificates • The Contractor shall provide its General Liability Insurance under Commercial General Liability policy form No. CG0001 as published by the Insurance Services Office (ISO) or under a policy form at least as broad as policy form No. CG0001. 7-1.12B(7) Deductibles • The State may. expressly allow deductible clauses, which it does not consider excessive, overly broad, or harmful to the interests of the State. Regardless of the allowance of exclusions or deductions by the State, the Contractor is responsible for any deductible amount and shall warrant that the coverage provided to the State is in accordance with Section 7-1.1213, "Insurance." 7-1.12B(8) Enforcement • The Department may assure the Contractor's compliance with its insurance obligations. Ten days before an insurance policy lapses or is canceled during the contract period, the Contractor shall submit to the Department evidence of renewal or replacement.of the policy. • If the Contractor fails to maintain any required insurance coverage, the Department may maintain this coverage and withhold or charge the expense to the Contractor or terminate the Contractor's control of the work in accordance with Section 8-1.08, "Termination of Control." • The. Contractor is not relieved of its duties and responsibilities to indemnify, defend, and hold harmless the State, its officers, agents, and employees by the Department's acceptance of insurance policies and certificates. • Minimum insurance coverage amounts do not relieve the Contractor for liability in excess of such coverage, nor do they preclude the State from taking other actions available to it, including the withholding of funds under this contract. 7-1.12B(9) Self-Insurance • Self-insurance programs and self-insured retentions in insurance policies are subject to separate annual review and approval by the State. 16 • If the Contractor uses a self-insurance program or self-insured retention, the Contractor shall provide the State with the same protection from liability and defense of suits as would be afforded by first-dollar insurance. Execution of the contract is the Contractor's acknowledgement that the Contractor will be bound by all laws as if the Contractor were an insurer as defined under Insurance Code Section 23 and that the self-insurance program or self-insured retention shall operate as insurance as defined under Insurance.Code Section 22. SECTION 8: PROSECUTION AND PROGRESS Issue Date: August 17, 2007 The 2nd paragraph of Section 8-1.02, "Assignment," of the Standard Specifications is amended to read: • If the Contractor assigns the right to receive contract payments, the Department accepts the assignment upon the Engineer's receipt of a notice. Assigned payments remain subject to deductions and.withholds described in the contract. The Department may use withheld payments for work completion whether payments are assigned or not. SECTION 9: MEASUREMENT AND PAYMENT Issue Date: August.17,2007 The last,sentence of the 1st paragraph of Section 9-1.02, "Scope of Payment," of the Standard Specifications is amended to read: • Neither the payment of any estimate nor of any retained percentage or withhold relieves the Contractor of any.obligation to make good any defective work or material. The 6th paragraph of Section 9-1.03C, "Records," of the Standard Specifications is deleted. The 2nd.sentence of the 14th paragraph of Section 9-1.04, "Notice of Potential Claim," of the Standard Specifications is amended.to read: • Administrative disputes are disputes of administrative deductions or withholds, contract item quantities, contract item adjustments, interest payments, protests of contract change orders as provided in Section 4-1.03A, "Procedure.and Protest," and protests of the Weekly Statement of Working Days as provided in Section 8-1.06, "Time of Completion." Section 9-1.05, ".Stop Notices," of the Standard Specifications is amended to read: 9-1.05 STOP NOTICE WITHHOLDS • The Department may withhold payments to cover claims filed under Civ Code § 3179 et seq. Section 9, "Measurement and Payment," of the Standard Specifications is amended by adding the following sections:. 17 9-1.053 PERFORMANCE FAILURE WITHHOLDS • During each estimate period you fail to comply with a contract part, including submittal of a document as specified, the Department withholds a part of the progress payment. The documents include quality control plans,.schedules, traffic control plans, and water pollution control submittals. • For 1 performance failure, the Department withholds 25 percent of the progress payment but does not withhold more than 10 percent of the total bid. • For multiple performance failures, the 'Department withholds 100 percent of the progress payment but does not withhold more than 10 percent of the total bid. • The Department returns performance-failure withholds in the progress payment following the correction of noncompliance. 94.055 PENALTY WITHHOLDS • Penalties include fines and damages that are proposed, assessed, or levied against you or the Department by a governmental agency or citizen lawsuit. Penalties are also payments made or costs incurred in settling alleged permit violations of Federal, State, or local laws, regulations, or requirements. The cost incurred may include the amount spent for mitigation or correcting a violation. • If you or the Department is assessed a penalty, the Department may withhold the. penalty amount until.the penalty disposition has been resolved. The Department may withhold penalty funds and notify you within 15 days of the withhold. If the penalty amount is less than the amount being withheld .from progress payments for retentions, the Department will not withhold the penalty amount. • If the penalty is resolved for less than the amount withheld, the Department pays interest at a rate of 6 percent per year on the excess withhold. If the penalty is not resolved, the withhold becomes a deduction. • Instead of the withhold, you may provide a bond payable to the Department of Transportation equal to the highest estimated liability for any disputed penalties proposed. 9=1.057 PROGRESS WITHHOLDS FOR FEDERAL-AID CONTRACTS • Section 9-1.057, "Progress Withholds for Federal-Aid Contracts," applies to a Federal-aid contract. • The Department .withholds 10 percent of a partial payment for noncompliant progress. Noncompliant progress occurs when: 1. Total days to date exceed 75 percent of the revised contract working days 2. Percent of working days elapsed exceeds the percent of value of work completed by more than 15 percent • The Engineer determines the percent of working days elapsed by dividing the total days to date by the revised contract working days and converting the quotient to a percentage. • The Engineer determines the percent of value of work completed by summing payments made to date and the amount due on the current progress estimate, dividing this sum by the current total estimated value of the work, and converting the quotient to a percentage. These amounts are shown on the Progress Payment Voucher. 18 • When the percent of working days elapsed minus the percent of value of work completed is less than or equal to 15 percent, the Department returns the withhold in the next progress payment. The 3rd paragraph of Section 9-1.06, "Partial Payments," of the Standard Specifications is amended to read: • For a non-Federal-aid project, the Department retains 10 percent of the estimated value of the work done and 10.percent of the value of materials estimated to have been furnished and delivered and unused or furnished and stored as part security for the fulfillment of the contract by the Contractor, except that at any after 20 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Department may reduce the total amount being retained from payment pursuant to the above requirements to 5 percent of the total estimated value of the work and materials and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of the work and materials. In addition, on any partial payment made after 95 percent of the work has been.completed, the Department may reduce the amount retained. from payment pursuant to the requirements of this Section 9-1.06, to such lesser amount as the Department determines is adequate security.for the fulfillment of the balance of the work and_other requirements of the contract, but in..no event is that amount reduced to less than 125 percent of the estimated value of.the work yet to be-completed as determined by the Engineer. The.reduction is made only upon the request of the Contractor and must be approved in writing by the surety on the performance bond and by the surety on the payment bond. The approval of the surety must be,submitted.to the Disbursing Officer of the Department; the signature of the person executing the approval for the surety must be properly acknowledged and the.power of attorney authorizing the person to give that consent must either accompany the document or be on file with the Department. The retentions specified in this paragraph are those defined in Pub Cont Code § 7107(b). The 1st sentence of the 4th paragraph of Section 9-1.06, "Partial Payments," of the Standard Specifications is amended to read:. • The Department shall pay monthly to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be deducted or withheld under the provisions of the contract. The title and 1st and'2nd paragraphs of Section 9-1.065; "Payment of Withheld Funds," of the Standard Specifications are amended to read: 9-1.065 RELEASE OF RETAINED FUNDS • The Department releases retained funds if you: 1. Request release of the retention(Pub Cont Code § 10263)-in writing 2. Deposit securities.equivalent to the funds you want released into escrow with the State Treasurer or with a bank acceptable to the.Department 3. Are the beneficial'owner of and receive interest on the deposited securities substituted for the retained funds 19 The 2nd sentence Section 9-1.07A, "Payment Prior to Proposed Final Estimate," of the Standard Specifications is amended to read: • The Department pays the balance due less previous payments, deductions, withholds, and retentions under the provisions of the contract and those further amounts that the Engineer determines to be necessary pending issuance of the proposed.final estimate and payment thereon. The 1st paragraph of Section 9-1.0713, "Final Payment and Claims," of the Standard Specifications is amended to read: • . After' acceptance-by the Director, the Engineer makes a proposed final estimate of the total amount payable to the Contractor, including an itemization of the total amount, segregated by contract item quantities, extra work, and other basis for payment, and shows each deduction made or to be made for.prior payments and amounts to be deducted, withheld, or retained under the provisions of the contract. Prior estimates and payments are . subject to correction in the.proposed final estimate. The Contractor must submit written approval of the proposed final estimate or a written statement of claims arising under or by virtue.of the contract so that the Engineer receives the written approval or statement of claims no later than. close of business, of the 30th day after.receiving the proposed final estimate. The Contractor's receipt of the proposed final estimate must be evidenced by postal receipt. The Engineer's receipt of the Contractor's written approval or statement of claims must be evidenced by postal receipt or the Engineer's written receipt if delivered by hand. SECTION 12: CONSTRUCTION AREA TRAFFIC CONTROL DEVICES Issue Date: October 6,2006 The first sentence of the second paragraph of Section 12-1.01,. "Description," of the Standard Specifications is amended to read: • Attention is directed to Part 6 of the California MUTCD. Section 1.2-2.01, "Flaggers," of the Standard Specifications is amended to read: 12-2.01 FLAGGERS • Flaggers while on. duty and assigned to traffic control or to give warning to the public that the highway, is under construction and of any. dangerous conditions to be. encountered as a result thereof, shall perform their duties and shall be provided with the necessary equipment in conformance with Part 6 of the California MUTCD. The equipment shall be furnished and kept clean and in good repair by the Contractor at the Contractor's expense. The first paragraph of Section 12-3.01, "General," of the Standard Specifications is amended to read: 20 In addition to the requirements in Part'6 of the California MUTCD, all devices used w by the Contractor in the performance of the work shall conform to the provisions in this Section 12-3. The second sentence. of the first paragraph of Section 12-3.06, "Construction Area Signs,'.' of the Standard Specifications is amended to read: • Construction area signs are shown in or referred to in Part 6 of the California MUTCD. The first sentence of the fourth paragraph of Section.12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • All construction area. signs shall conform to the dimensions, color and legend requirements of the plans, Part 6 of the California MUTCD and these specifications. The first sentence of the eighth paragraph of Section 12-3.06, "Construction Area Signs," of the Standard Specifications is amended to read: • Used signs with the specified sheeting material will be considered. satisfactory if they conform to the..requirements for visibility and legibility and the..colors conform to the requirements in Part 6 of the California MUTCD. SECTION 19: EARTHWORK Issue Date: July.31,2007 Section 19-1.03, "Grade Tolerance," of the Standard Specifications is amended to read: • Immediately prior to placing subsequent layers of material thereon, the grading plane shall conform to one of the following: A. When hot mix asphalt is to be placed on the grading plane, the grading plane at any point shall not vary more than 0.05-foot above or below the grade established by the Engineer. B. When subbase or base material to be placed on the grading plane is to be paid for by the ton, the grading plane at any point shall not vary more than 0.10-foot above or below the grade established by the Engineer. C. When the material to be placed on the grading plane is to be paid for by the cubic yard, the grading plane at any,point shall be not more than 0.05-foot above the grade established by the Engineer. The first paragraph of Section 19-3.025C, "Soil Cement Bedding," of the. Standard Specifications is amended to read: • Cementitious material used in soil cement bedding shall conform to the provisions in Section 90-2.01, "Cementitious Materials." Supplementary cementitious material will not be required. 21 The fourth paragraph of Section 19-3.025C, "Soil Cement Bedding," of the Standard Specifications is amended to read: w • The aggregate, cementitious material, and water shall be proportioned either by weight or by volume. Soil cement bedding shall contain not less than 282 pounds of cementitious material per cubic yard. The water content shall be sufficient to produce a fluid, workable mix that will flow and.can be pumped without segregation of the aggregate while being placed. The first paragraph of Section 19-3.062, "Slurry Cement Backfill," of the Standard Specifications is amended to read: • Slurry cement backfill shall consist of a fluid, workable mixture of.aggregate, cementitious material, and water. The fifth paragraph of Section 19-3.062, "Slurry Cement Backfill," of the Standard Specifications is amended to read: • Cementitious material shall conform to the provisions in Section 90-2.01, "Cementitious Materials." Supplementary cementitious material will not be required. The eighth paragraph of Section 1973.062, "Slurry Cement Backfill," of the Standard Specifications is amended to read: • The aggregate, cementitious material, and water shall be proportioned either by weight or by volume. Slurry .cement backfill shall .contain not less than 188 pounds of cementitious material per cubic yard. The water content shall be sufficient to produce a fluid, workable mix that will flow and can be pumped without segregation of the aggregate while being placed. SECTION 26: AGGREGATE BASE Issue.Date: February 16, 2007 The first paragraph of Section 26-1.02A, "Class 2 Aggregate Base," of the Standard Specifications is amended to read: • Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: 1. Broken stone 2. Crushed gravel 3. Natural rough surfaced gravel 4. Sand. 5. Up to 100 percent of any combination of processed:. 5.1 Asphalt concrete 22 5.2. Portland cement concrete -, 53. Lean concrete base 5.4. Cement treated base The first paragraph of Section 26-1.02B, "Class 3 Aggregate .Base," of the Standard Specifications is amended to read: • Aggregate must be clean and free from organic matter and other deleterious substances. Aggregate must consist of any combination of: 1. Broken stone 2. Crushed gravel 3. Natural rough surfaced gravel 4. Sand 5. Up to 100 percent of any combination of processed: 5.1. Asphalt concrete 5.2. Portland cement concrete 5.3. Lean concrete base 5.4. Cement treated base SECTION 39: HOT MIX ASPHALT Issue Date: July 31, 2007 39-1 GENERAL 39-1.01 DESCRIPTION • Section 39. includes specifications for producing and placing hot mix asphalt (HMA) by mixing aggregate and asphalt binder at a mixing plant and spreading and compacting the HMA.mixture. • The special provisions specify the HMA type as: 1. Type A 2. Type B 3. Open graded friction course (OGFC). OGFC.includes rubberized hot mix asphalt - open graded (RHMA-O) and rubberized hot mix asphalt — open graded high binder (RHMA-O-HB). 4. Rubberized hot mix asphalt—gap graded(RHMA-G) • The special provisions specify the HMA construction process as: 1. Standard 2. Method 3. Quality Control /Quality Assurance (QC/QA). 23 39-1.02 MATERIALS 39-1.02A GEOSYNTHETIC PAVEMENT INTERLAYER • Geosynthetic pavement interlayer must comply with the specifications for pavement reinforcing fabric in Section 88, "Engineering Fabrics." 39-1.02B TACK COAT • Tack coat must comply with the specifications for asphaltic emulsion in Section 94, "Asphaltic Emulsion," or asphalt binder in Section 92, "Asphalts." Choose the type and grade. 39-1.02C ASPHALT BINDER • Asphalt binder in HMA must comply with . Section 92, "Asphalts," or Section 39-1.02D, "Asphalt Rubber Binder." The special provisions specify the grade. • Asphalt binder for geosynthetic pavement interlayer must comply with Section 92, "Asphalts.". Choose from Grades PG 64-10, PG 64-16, or PG 70-10. 39-1.02D ASPHALT RUBBER BINDER General • Use asphalt rubber binder in RHMA-G, RHMA-O, and RHMA-O-HB. Asphalt rubber binder must be a combination of: 1. Asphalt binder 2. Asphalt modifier 3. Crumb rubber modifier(CRM) • The combined asphalt binder and asphalt modifier must be 80.0 2.0 percent by weight of the asphalt rubber binder. Asphalt Modifier • Asphalt modifier must be a resinous, high flash point, and aromatic hydrocarbon, and comply with: Asphalt Modifier for Asphalt Rubber Binder Quality Characteristic ASTM Specification Viscosity,m /s (x 10 ) D 445 X± 3 a at 100°C Flash Point, CL.O.C., D 92 207 minimum oC Molecular Analysis Asphalte nes,percent by mass D 2007 0.1 maximum Aromatics,percent by mass D 2007 55 minimum Note: The symbol "X" is the proposed asphalt modifier viscosity. "X" must be between 19 and 36. A.change in "X" requires a new asphalt rubber binder design. • Asphalt modifier must be from 2.0 percent to 6.0 percent by weight of the asphalt binder in.the asphalt rubber binder. 24 Crumb Rubber Modifier • CRM consists of a ground or granulated combination of scrap tire CRM and high natural CRM. CRM must be 75.0 f 2.0 percent scrap tire CRM and 25.0 f 2.0 percent high natural CRM by total weight of CRM. Scrap-tire CRM must be from any combination of automobile tires, truck tires, or tire buffings. • Sample and test scrap tire CRM and high natural CRM separately. CRM must comply with: Crumb Rubber Modifier for Asphalt Rubber Binder Quality Characteristic Test Method Specification Scrap tire CRM gradation LP-10 100 (% passing No. 8 sieve) High natural CRM gradation LP-10 100 (% passing No. 10 sieve) Wire in CRM (% max.) LP.-10 0.01 Fabric in CRM(% max.). LP-10 0.05 CRM particle length (inch max:)a =- 3/16 CRM specific gravity a CT 208 L.1 - 1.2 Natural rubber content in high ASTM D 297 40.0-48.0 natural CRM(%)a Note: Test at mix design and for Certificate of Compliance. • Only use CRM.ground and granulated at ambient temperature. If steel and fiber are cryogenically separated, it must occur before grinding and granulating. Only use cryogenically produced CRM particles that can be ground or granulated and not pass through the.grinder.or granulator. • CRM.must be dry, free-flowing particles that do not stick together. CRM must not cause foaming when combined with the asphalt binder and asphalt modifier. You may add calcium carbonate or talc up to 3 percent by weight of CRM. Asphalt Rubber Binder Design and Profile • Submit. in writing an asphalt rubber binder design and profile. In the design, designate the asphalt, asphalt modifier, and CRM and their proportions. The profile is not a specification and only serves to indicate expected trends in.asphalt rubber binder properties during binder production. . The profile must include the same component sources for the asphalt rubber binder used: • Design the asphalt rubber binder :from testing you perform for each quality characteristic and for the"reaction temperatures expected during production. The 24-hour (1;440-minute) interaction period determines the design profile. At a minimum, mix asphalt rubber binder components, take samples, and perform and record the following tests: 25 Asphalt Rubber Binder Reaction Design Profile Test Minutes of Reaction a Limits Cone penetration @ 77 °F, 0.10-mm 25 - 7 (ASTM D 217) 0 Resilience @ 77 °F, percent rebound 18 (ASTM D 5329) min. Field softening point, °F (ASTM D 36) 125 - 165 Viscosity, centipoises (LP-11) . 1,500 -4,00 0 Notes: Six hours (360 minutes) after CRM addition, reduce the oven temperature to 275 degrees F for a period of 16 hours. After the 16-hour cool-down(1320 minutes after CRM addition), reheat the binder to the reaction temperature expected during production for sampling and testing at 24 hours (1440 minutes). "X" denotes required testing Asphalt Rubber Binder • After interacting for a minimum of 45 minutes, asphalt rubber binder must comply with: As halt Rubber Binder Quality Characteristic Test for Test Specification Quality Metho Mini Maxi Control or d mum mum Acceptance Cone penetration @ Acceptance AS 25 70 77 °F, 0.10-mm M D 217 Resilience @ 77 °F, Acceptance AST 18 -- percent rebound M D 532 9 Field softening point, °F Acceptance AST 125 165 M D36 Viscosity @ 350 °F; Quality LP-11 . 1,500 4,000 centipoises Control 26 39-1.02E AGGREGATE • Aggregate must be clean and free from.deleterious substances. Aggregate: 1. Retained on the No. 4 sieve is coarse 2. Passing the No. 4 sieve is fine 3. Added and passing the No. 30 sieve is supplemental.fine, including: 3.1. Hydrated lime 3.2. Portland cement 3.3. Fines from dust collectors • The special,provisions specify the aggregate gradation for each HMA type. • The specified aggregate gradation is before the addition of asphalt binder and includes supplemental fines. The Engineer tests for aggregate grading under California Test 202, modified by California Test 105 if there is a difference in specific gravity of 0.2 or more between the coarse and fine parts of different aggregate blends. • Choose.a sieve size target value (TV) within each target value limit presented in the aggregate gradation tables. 27 Aggregate Gradation (Percentage Passing) HMA Types A and B 3/4–inch HMA Types A and B Sieve Sizes Target Value Limits Allowable Tolerance 1" 100 — 3/4" 90 - 100 TV t5 1/2" 70 - 90 TV t6 No. 4 45.- 55 TV f7 No. 8 32 - 40 TV f5 No. 30 12 - 21 TV f4 No. 200 2 - 7 TV f2 1/2–inch HMA Types A and B Sieve Sizes Target Value Limits Allowable Tolerance 3/4" 100 — 1/2" 95 - 99 TV f6 3/8" 75 - 95 TV±6 No. 4 55 - 66 TV±7 No. 8 38 -49 TV t5 No. 30 15 - 27 TV f4 No. 200 2 - 8 TV f2 3/8–inch HMA Types A and B Sieve Sizes Target Value Limits Allowable Tolerance 1/2" 100 — 3/8" 95 - 100 TV f6 No. 4 58 - 72 TV f7 No. 8 .34 - 48 TV t6 No. 30 18 - 32 TV f5 No. 200 2 - 9 TV±2 No. 4 HMA Types A and B Sieve Sizes Target Value Limits Allowable Tolerance 3/8" 100 — No. 4 95 - 100 TV f7 No. 8 72 - 77 TV f7 No. 30 37 - 43 TV f7 No.200 2 - 12 TV±4 28 Rubberized Hot Mix Asphalt-Gap Graded (RHMA-G) 3/4–inch RHMA-G Sieve,Sizes Target Value Limits Allowable Tolerance 1" 100 — 3/4" 95 - 100 TV±5 1/2" 83 - 87 TV f6 3/8" 65 - 70 TV±6 No. 4 . 28 - 42 TV f7 No. 8 14 - 22 TV f5 No. 200 0 - 6 TV f2 1/2–inch RHMA-G Sieve Sizes Target Value Limits Allowable Tolerance 3/4" 100.. 1/2" 90 - 100 TV f6 3/8" 83 - 87 TV f6 No. 4 28 -42 TV f7 No. 8 14 - 22 TV f5 No. 200 0 - 6 TV±2 Open Graded Friction Course(OGFC) 1–inch OGFC Sieve Sizes Target Value Limits Allowable Tolerance 1 1/2 100 — 1" 99 - 100 TV f5 3/4" 85 - 96 . TV f5 1/2" 55 - 71 TV±6 No. 4 10 - 25 TV±7 No. 8 6 - 16 TV.t5 No. 200 1 - 6 TV±2 . 1/2–inch OGFC Sieve Sizes Target Value Limits Allowable Tolerance 3/4" 100 - 1/2" 95 - 100 TV f6 3/8" 78 - 89 TV f6 No. 4 28 - 37 TV f7 No. 8 7- 18 TV t5 No. 30 0 - 10 TV f4 No. 200 0 - 3 TV f2 3/8–inch OGFC Sieve Sizes Target Value:Limits Allowable Tolerance 1/2" 100 - 3/8". 90- 100 TV f6 No. 4 29 - 36 TV f7 29 No. 8 7 - 18 TV f6 No. 30 0 - 10 TV t5 No. 200 0 - 3 TV f2 • Before the addition of asphaltbinder, aggregate must comply with: Aggre ate Quality Quality Characteristic Test HMA Type Meth A B RH OG od MA FC -G Percent of crushed CT 2 particles 05 Coarse aggregate (% 90 25 -- 90 min.) 75 -- 90 75 One fractured face Two fractured faces 70 20 70 90 Fine aggregate (%min) (Passing No.4 sieve and retained on No. 8 sieve.) Los Angeles Rattler(% CT 2 Max.) 11 12 -- 12 12 Loss at 100 Rev. 45 50 40 40 Loss at 500 Rev. Sand equivalent a (min.) CT 2 47 42 47 -- 17 Fine aggregate angularity AAS (% min.)' HTO 45 45 45 -- T 30 4 Meth od A Flat and elongated . AST particles (% max. @ 5:1) M 10 10 10 10 D 47 91 K., factor(max.) CT 3 1.7 1.7 1.7 -- 03 Kf factor (max.} CT 3 1.7 1.7 1.7 -- 03 No tes Reported value must be the average of 3 tests from a single sample. The Engineer waives this specification if HMA contains less than 10 percent of nonmanufactured sand by weight of total aggregate. 30 39-1.02F RECLAIMED ASPHALT PAVEMENT • You may produce HMA using reclaimed asphalt pavement (RAP). HMA produced using RAP must comply. with the specifications for HMA in this Section 39, "Hot Mix Asphalt," except aggregate quality specifications do not apply to RAP. You may substitute RAP aggregate for .a part of the virgin aggregate in HMA in a quantity not exceeding 15 percent of the aggregate blend. Do not use RAP in OGFC and RHMA-G. • Assign the.substitution rate of RAP aggregate for virgin aggregate-with the job mix formula (JMF) submittal. The JMF must include the percent of RAP used. If you change your assigned RAP aggregate substitution rate by more than 5 percent(within the 15 percent limit), submit a new JMF. Process RAP from asphalt concrete. You may process and 'stockpile RAP throughout the project's life. Prevent material contamination and segregation. Store RAP in stockpiles on smooth surfaces free of debris and organic material. Processed RAP stockpiles must consist only of:homogeneous RAP. 39-1.03 HOT MIX-ASPHALT MIX DESIGN REQUIREMENTS 39-1.03A GENERAL • A mix design consists of performing California Test 367 and laboratory procedures on combinations of aggregate gradations and asphalt binder contents to determine the optimum binder content (OBC) and HMA mixture qualities. If RAP.is used, use Laboratory Procedure LP-9. The result of the mix design becomes the proposed JMF. • Use Form HMA-102 to document aggregate quality and mix design data. Use Form HMA-101 to present the JMF. • Laboratories'testing aggregate qualities and preparing the mix design and JMF must be qualified under the Department's Independent Assurance Program. Take samples under California Test 125. The Engineer reviews the aggregate qualities, mix design, and JMF and verifies and accepts the JMF. • You may change the JMF during production. Do not use the changed JMF until the Engineer accepts it. Except when adjusting the JMF in compliance with Section 39-1.03E, "Job Mix Formula Verification," perform a new mix design and submit in writing a new JMF submittal for changing: 1. Target asphalt binder percentage 2. Asphalt binder supplier. 3. Asphalt rubber binder supplier 4.. Component materials used in asphalt rubber binder or percentage of any component materials 5. Combined aggregate gradation 6. Aggregate sources 7. Substitution rate for RAP aggregate.of more than 5 percent 8. Any material in the JMF • For OGFC, submit in writing a complete JMF submittal except. asphalt binder content. The Engineer determines the asphalt binder content under California Test 368 within 20 days of your complete JMF submittal and provides you a Form HMA_103. 31 39-1.03B HOT MIX ASPHALT FOR JOB MIX FORMULA • Determine the proposed JMF from a mix design that complies with: Hot Mix As halt for Job Mix Formula Quality Characteristic . Test HMA Type Method A B RHMA-G Air voids content(%) CT 4.0 4.0 Special 367a Provisions Voids in mineral LP- ' aggregate (% min.) 2 17 17 -- No.4 grading 15 15 -- 3/8"grading 14 14 18-23 b 1/2"grading 13 13 18-23 b 3/4"grading Voids filled with asphalt LP- 65 - 75 65 - 75 Noted (%) 3 Dust proportion LP- No.4 and 3/8"gradings 4 0.9— 0.9— Noted 1/2"and 3/4"gradings 2.0 2.0 0.6— 0.6- 1.3 1.3 Stabilometer value °(min.) CT No.4 and 3/8"gradings 366 30 30 -- 1/2"and 3/4"gradings 37 35 23 Notes: Calculate the air voids content of each specimen using California Test 309 and Lab Procedure LP-1. Modify California Test 367, Paragraph C5, to use the exact air voids content specified in the selection of OBC. Voids in mineral aggregate for RHMA-G must be within this range. Modify California Test 304, Part 2.13.2.c: "After compaction in the compactor, cool to 140 degrees f 5 degrees F by allowing the briquettes to cool at room temperature for 0.5-hour, then place the briquettes in the oven at 140 degrees F for a minimum of 2 hours and not more than 3 hours." Report this value in the JMF submittal. • For mix design, prepare 3 briquettes separately at the proposed JMF and test for compliance. Report the average of 3 tests. Prepare new briquettes and test if the range of stability for the 3 briquettes.is more than 12 points. 39-1.03C JOB MIX FORMULA SUBMITTAL • Each JMF submittal must consist of.- 1. f:1. Proposed JMF on Form HMA-101 2. Aggregate quality test data on Form HMA-102 3. Asphalt rubber binder design and profile on Form HMA-102 4. Mix design data on Form HMA-102 32 5. JMF verification on Form HMA-103, if applicable . 6. Materials Safety Data Sheets (MSDS) for: 6.1. Asphalt binder 6.2. Base asphalt binder used in asphalt rubber binder 6.3. CRM and asphalt modifier used in asphalt rubber binder 6.4. Blended asphalt rubber binder mixture 6.5. Supplemental fine aggregate except fines from dust collectors 6.6. Anti-strip additives 7. Material samples submitted in labeled containers weighing no more than 50 pounds each (notify the Engineer at least 2 business days before sampling materials): 7.1. Coarse, fine,and supplemental fine aggregate from stockpiles, cold feed belts, or hot bins. Samples must include at least 120 pounds for each coarse aggregate, 80 pounds for each fine aggregate, and 10 pounds for each type of supplemental fines. 7.2. RAP from stockpiles or RAP system. Samples must be at least 60 pounds. 7.3. Asphalt binder from the binder supplier. Samples must be in two 1-quart cylindrical shaped cans with open top and friction lids. .7.4. Asphalt rubber. binder mith the components blended in the proportions to be used. Samples must be in four 1-quart cylindrical shaped cans with open top and friction lids. 39-1.03D JOB MIX FORMULA REVIEW • The Engineer reviews each mix design and proposed JMF within 5 business days from the complete JMF submittal. The review consists of reviewing the mix design procedures and comparing the proposed JMF with the specifications. • The.Engineer may verify aggregate qualities during this review period. 39-1.03E JOB MIX FORMULA VERIFICATION If you cannot submit a Department-verified JMF on Form HMA-103 dated within 12 months before HMA production, the Engineer verifies the JMF. The Engineer verifies each proposed JMF within 20 days from the complete JMF submittal.. Verification consists of testing for compliance with the specifications. • Based on your testing.and production experience, you may submit in writing on Form HMA-101. an adjusted JMF before, the Engineer's verification testing. JMF adjustments may include a change in the: 1. Asphalt binder content target value up to ±0.3 percent except do not adjust the target value for asphalt rubber binder for RHMA-G below 7.0 percent 2. Aggregate gradation target values within the.target value limits specified in the aggregate gradation tables • Test samples from . the HMA plant to be used to determine possible JMF adjustments. • For HMA Type A, Type B, and RHMA-G, the Engineer verifies the JMF from samples taken from the HMA plant to �be used. The Engineer verifies the JMF by testing plant-produced samples for: 33 I. Aggregate quality 2. Aggregate gradation.(JMF TV f tolerance) 3. Asphalt binder content(JMF TV f tolerance) 4. HMA quality specified in the table Hot Mix Asphalt for Job Mix Formula except: 4.1. Air voids content(design value 2.0 percent) 4.2. Voids filled with asphalt(report only) 4.3. Dust proportion(report only) • If you request in writing, the Engineer verifies RHMA-G quality requirements within 3 business days of sampling.. • In the Engineer's presence and from the same production run, take samples of aggregate, asphalt binder, RAP, and HMA. Sample aggregate from cold feed belts or hot bins. Take RAP samples from the RAP system. For aggregate, RAP, and HMA, split the samples into at least 4 parts and label their containers. Submit 3 split parts to the Engineer and use 1 part for your testing. You may sample from a different project including a non Department project if the Engineer is allowed to be present during sampling. • Prepare 3 briquettes from a single split sample. To verify the JMF for stability, the Engineer tests the 3 briquettes and reports the average of 3 tests. Prepare new briquettes if the range of stability for the 3 briquettes is more than 12 points. • If the Engineer verifies the JMF, the Engineer provides you a Form HMA-103. • If the Engineer's tests on plant-produced samples do not verify the JMF, the Engineer notifies you in writing and you must submit a new JMF submittal or submit an adjusted JMF based on your testing. JMF adjustments may include a change in the: 1. Asphalt binder content target value up to ±0.3 percent except do not adjust the target value for asphalt rubber binder for RHMA-G below 7.0 percent .2. Aggregate gradation target values within the target value limits specified in the aggregate gradation tables. • You may adjust the JMF only once due to a failed verification test. An adjusted JMF requires a new Form HMA-101 and verification of a plant-produced sample. • The Engineer reverifies the JMF if HMA production has stopped for longer than 30 days and the verified JMF is older than 12 months. 39-1.03F JOB MIX FORMULA ACCEPTANCE • You may start HMA production if: 1. The Engineer's review of the JMF shows compliance with the specifications. 2. The Department has verified the JMF within 12 months before HMA production: 3. The Engineer accepts the verified JMF. 39-1.04 CONTRACTOR QUALITY CONTROL 39-1.04A GENERAL • Establish, maintain, and change a quality control system to ensure materials and work comply with the specifications. Submit quality control test results in writing to the 34. Engineer within 3 days of a request except when Quality Control Quality Assurance is specified. 39-1.04B PREPAVING CONFERENCE You must meet with the Engineer at a prepaving conference at a mutually agreed time and place. Discuss methods of performing the production and paving work. 39-1.04C ASPHALT RUBBER BINDER • Take asphalt rubber binder samples from the feed line connecting the asphalt rubber binder tank to the HMA: plant. Sample and test asphalt rubber binder under Laboratory Procedure LP-11. • Test asphalt rubber binder for compliance with the viscosity specifications in Section 39-1.02, "Materials." During asphalt rubber binder production and HMA production using asphalt rubber binder, measure viscosity every hour with not less than 1 reading for each asphalt rubber binder batch. Log measurements with corresponding time and asphalt rubber binder temperature. Submit the log daily in writing. • Submit a Certificate of Compliance under Section 6-1.07, "Certificates of Compliance." With the Certificate of Compliance, submit test results in writing for CRM and asphalt modifier with each truckload delivered to the HMA plant. A Certificate of Compliance for asphalt modifier..must not represent more than. 5,000 pounds. Use an AASHTO-certified laboratory for testing. • Sample and test gradation and wire and fabric content of CRM once per 10,000 pounds of scrap tire CRM and once per 3,400 pounds of high natural CRM. Sample and test scrap tire CRM and high natural CRM separately. • Submit certified weight slips in writing for the CRM and asphalt modifier furnished. 39-1.04D AGGREGATE • Determine the aggregate moisture content and RAP moisture content in continuous mixing plants at least twice a day during production and adjust the plant controller. Determine the RAP moisture content in batch mixing plants at least twice a day during production and adjust the plant controller. 39-1.04E RECLAIMED ASPHALT PAVEMENT • Perform RAP quality control testing each day. . • Sample RAP. once daily and determine the RAP aggregate gradation under Laboratory Procedure LP-9 and submit the results to the Engineer in writing with the combined.aggregate gradation. 39-1.04F CORES • For Standard and QC / QA projects, take 4-inch or 6-inch diameter cores at least once every 5 business days. Take 1 core for every 250 tons of HMA from random locations the Engineer designates. Take cores in the Engineer's presence and backfill.and compact holes with HMA. Before submitting a core to the Engineer, mark it with the core's location and place it in a protective container. 35 • If a core is damaged, replace it with a core taken within 1 foot longitudinally from the original core. Relocate any core located within 1 foot of a rumble strip to 1 foot transversely away from the rumble strip. 39-1.05 ENGINEER'S ACCEPTANCE • The Engineer's acceptance of HMA is specified in the sections for each HMA construction process. • The Engineer samples materials for testing under California Test 125. and the applicable test method. Sampling must be statistically-based and random. • The Engineer accepts HMA based on: 1. Accepted JMF 2. Accepted QCP for Standard and QC /QA 3. Compliance with the HMA acceptance specifications 4. Acceptance of a lot for QC /QA 5. Visual inspection 39-1.06 DISPUTE RESOLUTION • You and the.Engineer must work together to avoid potential conflicts and to resolve disputes regarding test result discrepancies. Notify the Engineer in writing within 5 days of receiving a test result if you dispute the test result. • If you or the. Engineer dispute each 'other's test results, submit written quality. control test results and copies of paperwork including worksheets used to determine the disputed test results to the Engineer. An Independent Third Party (ITP) performs referee testing. Before the ITP participates in a dispute resolution, the ITP must accredited under the Department's Independent Assurance. Program. The ITP must be independent of the project. By mutual agreement, the ITP is chosen from: 1. A Department laboratory 2. A Department laboratory in a district or region not in the district or region the project is located 3. The Transportation Laboratory 4. A laboratory not currently employed by you or your HMA.producer • If split quality control or acceptance samples are not available, the ITP uses any available material representing the disputed HMA for evaluation. 39-1.07 PRODUCTION START-UP EVALUATION • The Engineer evaluates HMA production and placement at production start-up. • Within the first 750 tons produced on the first day of HMA production, in the Engineer's presence and from the same production run, take samples of. 1. Aggregate 2. Asphalt binder 3. RAP 4. HMA 36 • Sample aggregate from cold feed belts or hot bins. Take RAP samples from the RAP system. For aggregate, RAP, and HMA, split the samples into at least 4 parts and label their containers. Submit 3 split parts to the Engineer and keep I part. • For Standard and QC/QA projects, you and the Engineer must test the split samples for compliance with specifications. You and the Engineer must report test results in writing within 3 business days of sampling. • For Standard and QC /QA projects, take 4-inch or 6-inch diameter cores within the first 750 tons on the first day of HMA production. Take- l.core for every 250 tons of HMA at locations.the Engineer designates. Take cores in the Engineer's presence and backfill and compact holes with HMA. Before submitting a core to the.Engineer,.mark it with the core's location and place it in a protective container. For each core, the Engineer reports the bulk specific gravity determined under.California Test 308, Method A in addition to the percent of maximum theoretical density. You may test for in-place density at.the core locations and include them in your production tests for percent of maximum theoretical density. • For Standard and QC /QA projects, prepare 3 briquettes from a single split sample. You and the Engineer test for compliance with stability specifications and report the average of 3 tests. Prepare new briquettes if the range of stability for the 3 briquettes is more than 12 points. 39-1.08 PRODUCTION 39-1.08A GENERAL • Produce HMA in a.batch mixing plant or a continuous mixing plant. Proportion. aggregate by hot or cold feed control. • HMA plants must be Department-qualified. Before production, the HMA plant must have a current qualification under: 1. California Test 109 2. The Department's Materials Plant Qualification Program • During production, you may adjust: 1. Hot or cold feed proportion controls for virgin aggregate and RAP 2. The setpoint for.asphalt binder content 39-1.08B MIXING • Mix HMA ingredients into a homogeneous mixture of coated aggregates. • Asphalt.binder must be between 275 degrees F and 375 degrees F when mixed with aggregate. • Asphalt rubber binder must be..between 350 degrees F and 425 degrees F when mixed with aggregate. • Aggregate must not be more than .325.degrees F when mixed with asphalt binder. Aggregate temperature specifications do not apply when you use RAP. • HMA with or without RAP must not be more than 325 degrees F. 394.08C ASPHALT RUBBER BINDER • Deliver scrap tire CRM and high natural CRM in separate bags. • Either proportion and mix asphalt binder, asphalt modifier, and CRM simultaneously or premix the asphalt binder and asphalt modifier before adding CRM. If 37 you premix asphalt binder and asphalt modifier, the asphalt binder must be between 350'degrees F and 425 degrees F when you add asphalt modifier. Mix them for at least 20 minutes. When you add CRM, the asphalt binder and asphalt modifier must be between 350 degrees F and 425 degrees F. • Do not use asphalt rubber binder during the first 45 minutes of the reaction period. During this period,.the asphalt rubber binder mixture must be between 350 degrees F and the lower of 425 degrees F or 10 degrees F below the asphalt binder's flash point indicated in the MSDS. • If any asphalt rubber binder is not used within 4 hours after the reaction period, discontinue heating. If the asphalt rubber binder drops below.350 degrees F, reheat before use. If you add more scrap tire CRM to the reheated asphalt rubber binder, the binder must undergo a 45-minute reaction period. The added scrap tire CRM must not exceed 10 percent of the total asphalt rubber binder weight. Reheated and reacted asphalt rubber binder must comply with the viscosity specifications for asphalt. rubber binder in Section 39-1.02, "Materials." Do not reheat asphalt rubber binder more than twice. 39-1.09 SUBGRADE, TACK COAT, AND GEOSYNTHETIC PAVEMENT INTERLAYER 39-1.09A GENERAL • Prepare subgrade or apply tack coat to surfaces receiving HMA. If specified, place geosynthetic pavement interlayer over a coat of asphalt binder.. 39-1.09B SUBGRADE • Subgrade to receive HMA must comply with the compaction and elevation tolerance specifications in the sections for the material involved.. Subgrade must be free of loose and.extraneous material. If HMA is paved on existing base or pavement, remove loose paving particles, dirt, and other extraneous material by any means including flushing and sweeping. 39-1.09C TACK COAT • Apply tack coat: 1. To existing pavement including planed surfaces 2. Between HMA layers except layers placed the same day 3. Between HMA layers if dirt or,gther foreign material is present on the surface including d.' HMA layers.placed the same day" 4. To vertical surfaces of: i 4.2. Curbs 4.3. Gutters 4.4. Construction joints • Before placing HMA, apply tack coat in 1.application at the minimum residual rate specified for the condition of the underlying surface: 38 Tack Coat App lication Rates for HMA-Type A,Type B,and RHMA-G Minimum Residual Rates(gallons per square.yard) SS 1/SS I h RS I/RS2 Asphalt Binder and 'andl and HMA Overlay over: . QS 1 h/CQS 1 h QS 1/CQS 1 PMRS2/PMCRS2 Asphaltic. Asphaltic Asphaltic Emulsion Emulsion Emulsion New HMA (between lifts) 0,02 0.03 0.02 Existing HMA and. 0.03 0.04 0.03 PCC pavement Planed pavement 0.05 0.06 0.04 Tack Coat Application Rates for OGFC Minimum Residual Rates(gallons per square yard) SS 1/SS 1 h Asphalt Binder RS and and and OGFC over: QS-1 h/.CQS l h QS 1/CQS 1 PMRS2/PMCRS2 Asphaltic. Asphaltic Asphaltic Emulsion Emulsion Emulsion New HMA 0.03 ' 0.04 0.03 Existing HMA and. 0.05 0.06 0.04 PCC.paveinent Planed pavement 0.06 0.07 0.05 • Apply to vertical surfaces with a residual tack coat rate that will thoroughly coat the vertical face without running off. • If you request in writing and the Engineer authorizes,. you may change tack coat rates. • Immediately in advance of placing HMA, apply.additional tack coat to damaged areas or where loose or extraneous material is removed. • Close areas receiving tack coat to traffic. 'Do' not track tack coat onto pavement surfaces beyond the'job site. • Asphalt binder tack coat must be between 285.degrees F and 350 degrees F when applied: 39-1.09D: GEOSYNTHETIC PAVEMENT INTERLAYER • Before placing the geosynthetic pavement interlayer and asphalt binder: 1. Repair cracks 1/4 inch and wider, spalls, and'holes in'the.pavement. The State pays for this repair work under Section 4-1.03D, "Extra Work." 2. Clean the pavement of loose and.extraneous material. Immediately before ' placing the interlayer, . apply 0.25 gallon± 0.03 gallon of asphalt binder per square yard of interlayer or until the. fabric is saturated. Apply asphalt binder the width of the geosynthetic pavement interlayer plus 3 inches ,on each side. At interlayer overlaps, apply asphalt binder on the lower interlayer the same overlap distance as the upper interlayer: 39 • Align and place the interlayer with no overlapping wrinkles, except a wrinkle that overlaps may remain if it is less than 1/2 inch thick. If the overlapping wrinkle is more than 1/2 inch thick, cut the wrinkle out and overlap the interlayer no more than 2 inches. • The minimum HMA thickness over the interlayer must be 0.12 foot thick including conform tapers. Do not place the interlayer on a wet or frozen surface. • Overlap the interlayer borders between 2 inches and 4 inches. In the direction of paving, overlap the following roll with the preceding roll at any break. • You may use rolling equipment to correct distortions or wrinkles in the interlayer. If asphalt binder tracked onto the interlayer or brought to the surface by construction equipment causes interlayer displacement, cover it with a small quantity of HMA. • Before placing HMA on the interlayer, do not expose the interlayer to: 1. Traffic except for crossings under traffic control and only after you place a small HMA quantity 2. Sharp turns from construction equipment 3. Damaging elements • Pave HMA on the interlayer during the same work shift. 39-1.1.0.SPREADING.AND COMPACTING EQUIPMENT • Paving equipment for spreading must be: 1. Self-propelled 2. Mechanical . 3. Equipped with a screed or strike-off assembly that can distribute HMA the full width of a traffic lane 4. Equipped with a full-width compacting device 5. Equipped with automatic screed controls and sensing devices that control the thickness, longitudinal grade, and transverse screed slope • Install and maintain grade and slope references. • The screed must produce a uniform HMA surface texture without tearing, shoving, or gouging. • The paver must not leave marks such as ridges and indentations unless you can eliminate them by rolling. • Rollers must be equipped with a system that prevents HMA from sticking to the wheels. You may use a parting agent that does not damage the HMA or impede the bonding of layers. • In areas inaccessible to spreading and compacting equipment: 1. Spread the HMA by any means to obtain the specified lines, grades and cross sections. 2. Use a pneumatic tamper, plate compactor, or equivalent to achieve thorough compaction. 39-1.11 TRANSPORTING, SPREADING,AND COMPACTING • Do not pave HMA on a wet pavement or frozen surface. • You may deposit HMA in a windrow and load it in the paver if: 40 1. Paver is equipped with a hopper that automatically feeds the screed 2. Loading equipment'can pick up the windrowed material and deposit it in the paver hopper without damaging'base material 3. Activities for deposit, pick-up, loading, and paving are continuous 4. HMA temperature,in the windrow does not fall below 260 degrees F • Pave HMA in maximum 0.25-foot thick compacted layers. • You may pave HMA in 1 or more layers on areas less than 5 feet wide and outside the traveled way including shoulders. You may use mechanical equipment other than a paver for these areas. The equipment must produce a uniform smoothness and texture. • HMA handled, spread, or windrowed must not stain the finished surface of any improvement including pavement. • Do not use petroleum products such as kerosene or diesel fuel to release HMA from trucks, spreaders, or compactors. • HMA must be free of. 1. Segregation- 2. egregation2. Coarse or fine aggregate pockets 3. Hardened lumps • Longitudinal joints in the top: layer must match specified lane edges. Alternate longitudinal joint offsets in lower layers at least 0.5 foot from each side of the specified lane edges. You may request in writing other longitudinal joint placement patterns. • Until the adjoining through lane's top layer has been paved, do not pave the top layer of: 1. Shoulders 2. Tapers 3. Transitions 4. Road connections 5.. Private drives 6. Curve widenings 7. Chain control lanes 8. Turnouts 9. Left turn pockets If the.number of lanes change, pave each through lane's top layer before paving a changing lane's top layer. Simultaneous to paving a through lane's top layer, you may pave an adjoining area's top layer including shoulders. Do not operate spreading equipment on any area's top layer until completing final compaction. • If HMA (leveling) is specified, fill 'and level irregularities and ruts with HMA before .spreading HMA over base, existing. surfaces, or bridge decks,. You may use mechanical equipment other than a paver,for 'these areas. The equipment must produce a uniform smoothness and texture. HMA used to change an existing surface's cross slope or profile is not HMA (leveling). • If placing HMA, against' the edge of existing pavement, sawcut or grind the pavement straight and vertical along the joint and remove extraneous. material without damaging the surface remaining in place. If placing HMA against the edge of a longitudinal 41 or transverse construction joint and the joint is damaged or not placed to a neat line, sawcut or grind the pavement straight and vertical along the joint and remove. extraneous material without damaging the surface remaining in place. Repair or remove and replace damaged pavement at your expense. • Rolling must leave the completed surface compacted and smooth without tearing, cracking, or shoving. Complete finish rolling activities before the pavement surface temperature is: 1. Below 150 degrees F for HMA with unmodified binder 2. Below 140 degrees F for HMA with modified binder 3. Below 175 degrees F for RHMA-G • If a vibratory roller is used as a finish roller,turn the vibrator off. Do not use a pneumatic tired roller to compact RHMA-G. • If a 3/4-inch aggregate grading is specified, you may use a. 1/2-inch aggregate grading if you place HMA lifts between 0.125 foot and 0.20 foot thick. • Spread and compact HMA under Section 39-3, "Method," if either: 1. Total paved thickness is less than 0.15 foot. 2. Total paved thickness is less than 0.20 foot and a 3/4-inch aggregate grading is specified and used. 3. You spread and compact at: 3.1. Digouts 3.2. Leveling courses 3.3. Detours not included in the final roadway prism 3.4. Areas the Engineer determines conventional compaction and compaction . measurement methods are impeded Do not allow traffic on new HMA pavement until its mid-depth temperature is below 160 degrees F. • If you request in writing and the Engineer authorizes, you may cool HMA Type A and Type B with water when rolling activities are complete. Apply water under Section 17, "Watering." Spread sand at. a rate between 1 pound and 2 pounds per square yard on new RHMA-G, RHMA-O, and RHMA-O-HB pavement when finish rolling is complete. Sand must be free of clay or organic matter. Sand must comply with Section 90-3.03, "Fine Aggregate Grading." Keep traffic off the pavement until spreading sand is complete. 39-1.12 SMOOTHNESS 39-1.12A GENERAL • Determine HMA smoothness with a proflograph and a straightedge. • Smoothness specifications do not apply to OGFC placed on existing pavement not constructed under the same project. • If portland cement concrete is placed on HMA: 1. Cold plane the HMA finished surface to within specified tolerances if it is higher than the grade specified by the Engineer. 42 2. Remove and replace HMA if the finished surface is lower,than 0.05 foot below the grade specified by the Engineer: 39-1.1211 STRAIGHTEDGE • The HMA 'pavement top layer must not vary from the lower edge of a 12-foot f 0.2-foot long straightedge: 1. More than 0.01,foot when the straight edge i§laid parallel with the centerline 2. More than 0.02 foot when the straightedge is laid perpendicular to, the centerline and extends from edge:to edge of a traffic lane 3. More than 0.02 foot when the straightedge is Maid within 24 feet of a pavement conform 39-1.12C PROFILOGRAPH • Under California Test 526, determine the zero (null) blanking-band Profile Index (PIo) and must-grinds on the top layer of HMA Type A, Type B, and'RHMA-G pavement. Take 2 profiles within each traffic lane, 3 feet from and parallel with the edge of each lane. • A must-grind is a deviation of 0.3 inch or more in a length of 25 feet. You must correct must-grinds. • For OGFC, only determine must-grinds when placed over HMA constructed under the same project. The top layer of the underlying HMA must comply with the smoothness specifications before' .placing OGFC. • Profile pavement in the Engineer's.presence: Choose the time•of profiling. • On tangents and horizontal curves with a centerline radius of curvature 2,000 feet or more,the PIo must be at most 3 inches per 0.1-mile section.. On horizontal curves with,a centerline radius of curvature between 1,000 feet and 2,000 feet including pavement within the superelevation transitions, the PIo must be at most 6 inches per 0.1-mile section. • Before the Engineer accepts HMA pavement for smoothness, submit written final profilograms. • Submit 1 electronic copy of profile information in Microsoft Excel.and 1 electronic copy of longitudinal pavement profiles in ".erd" format or..other ProVAL compatible format to the Engineer and to: Smoothness@d6t.ca.gov • The following HMA pavement areas do not require.a-Plo. You must measure these areas with a 12-foot straightedge and determine must-grinds with a profilograph: 1. New HMA with a total thickness less than or'equal to 0.25 foot 2. Horizontal curves with a centerline radius: of curvature'less than 1,000 feet including pavement within the superelevation transitions of those curves 3. Within 12 feet of a transverse joint separating the pavement from: 3.1. Existing pavement not constructed under the same project 3:2. A bridge deck or approach slab 4, Exit ramp termini; truck weigh stations, weigh-in-motion areas, and ramps and connectors with steep grades and superelevation rates greater than 6 percent 43 5. Turn lanes and areas around manholes or drainage transitions 6. Acceleration and deceleration lanes for at-grade intersections 7. Shoulders and miscellaneous areas 8. HMA pavement with a length of less than 3,000 feet 9. HMA pavement within 3 feet from and parallel to the construction joints formed between curbs, gutters, or existing pavement 39-1.12D SMOOTHNESS CORRECTION • If the top.layer of HMA Type A, Type B, or RHMA-G pavement does not conform to the smoothness specifications, grind the pavement to within tolerances.or remove and replace it. Grinding HMA pavement must comply with Section 42-2.02, "Construction:" • Remove and replace OGFC not in compliance with the must-grind and straightedge specifications, except you may grind OGFC for correcting smoothness: 1. At a transverse joint separating the pavement from pavement not constructed under the same project 2. Within 12 feet of a transverse joint separating the pavement from a bridge deck or approach slab • Ground HMA pavement areas must be uniform rectangles with edges: 1. Parallel to the nearest HMA pavement edge or lane line 2. Perpendicular to the pavement centerline • After grinding, measure the ground HMA pavement surface with a profilograph and a 12-foot straightedge until the pavement is within specified tolerances. If a must-grind area or straightedged pavement cannot be ground to within specified tolerances, remove and replace the pavement. • On'ground areas not overlaid with OGFC, apply fog seal coat under Section 37-1, "Seal Coats." 39-1.13 MISCELLANEOUS AREAS • Miscellaneous areas are outside the traveled way and include: I. Median areas not including inside shoulders 2. Island areas 3. Sidewalks 4. Dikes 5. Gutters 6. Gutter flares 7. . Ditches 8. Overside drains 9. Aprons at the ends of drainage structures • Spread miscellaneous areas in 1 layer and compact to the specified lines and grades. For miscellaneous areas and dikes: I. Do not submit a JMF. 44 2. Choose the 3/8-inch or 1/2-inch HMA Type A and Type B aggregate gradations. 3. Minimum asphalt binder content must.be 6.8:percent for 3/8-inch aggregate and 6.0 percent for 1/2-inch aggregate. If you request in writing and the Engineer authorizes, you may reduce the minimum asphalt binder content. 4. Choose asphalt binder Grade PG 70-10 or the-same grade,specified for HMA. 39-1.14 SHOULDER.RUM[BLE STRIP • Construct shoulder rumble strips by rolling or grinding indentations in the top layer of new HMA surfacing: Select the method and equipment for constructing ground-in indentations. • Do not construct shoulder rumble strips on structures or approach slabs. • Construct rumble strips within 2 inches of the specified alignment. Roller or grinding equipment must be .equipped with;a sighting device enabling the operator to maintain the rumble strip alignment. • Rolled-in 'indentations must not vary from the specified dimensions by more than 10 percent. • Ground-in indentations must comply with the specified dimensions within 0.06 inch in depth or 10 percent in length and width. • The Engineer orders grinding or removal and replacement of noncompliant rumble strips to bring them within specified tolerances. Ground surface areas must be neat and uniform in appearance. • The grinding equipment.must be equipped with. a vacuum attachment to remove residue. • Disposeof removed material under Section 7-1.13, "Disposal of Material Outside the Highway Right of Way." • On ground.areas, apply fog seal coat under Section 37-1, "Seal Coats." 39-2 STANDARD 39-2.01 DESCRIPTION • If HMA Type A, Type B, RHMA-G, or OGFC is specified as Standard, construct it under Section 39-1, "General," this Section 39-2, "Standard," and Section 39-5, ."Measurement and Payment." 39-2.02 CONTRACTOR QUALITY CONTROL 39-2.02A QUALITY.CONTROL PLAN • Establish, implement, and maintain: a, Quality Control Plan (QCP) for HMA. The. QCP must describe the organization and procedures you will use to: . 1. Control the quality characteristics 2. Determine when corrective actions are needed(action limits) 3. Implement corrective actions • When you submit the proposed: JMF, submit the written QCP. You and the Engineer must discuss the QCP during the prepaving conference. • The QCP must address the elements affecting HMA quality including: 1. Aggregate 45 2. Asphalt binder 3. Additives 4. Production 5. Paving 39-2.02B QUALITY CONTROL TESTING • Perform sampling and testing at the specified frequency for the following quality characteristics: 46 Minimum Quality Control—Standard Quality Test Minimum HMA Type , Characteristic Method Sampling and Testing A B RHMA-G OGFC Frequency Aggregate CT 202 . . JMF ± JMF + JMF ± JMF ± gradation' 1 per 750 Tolereanc Tolerance b Tolerance Tolerance b tons and e Sand equivalent CT 2.17 47 42 47 -- (min. any remaining Asphalt binder CT 379 part JMF JMF JMF JMF content or 382 + 0 45% ±0.45% +0.50% +0.50 -0.70 HMA moisture CT 370 1 per 2,500 1.0%. 1.0% 1:0% 1.0% content(max.) tons but not less than 1 per paving day Percent of Quality 2 per 91% - 9 91% - 97% . 91% - 97 -- maximum control business 7% % theoretical plan day (min.) density d,e Stabilometer CT 366 One per value`,f,9(min.) 4,000 tons No. 4 and. 3/8" or 2 per 30 30 -- -- gradings 5 bus- 1/2" and 3/4" gradings iness days, 37 35 23 -- Air voids content CT 367 which- 4+2% 4±2% Specificati -- (%)o,n ever is on±2% more Aggregate CT 226 moisture content or at continuous CT 370 mixing plants 2 per day. and RAP during - -- -- -- moisture content production at continuous mixing plants . and batch mixing plants' 47 Percent of CT 205 crushed particles coarse aggregate (% 90 25 -- 90 min.) - One fractured face 75 -- 90 75 Two fractured faces Fine aggregate (% nein) (Passing No.4 70 20 70. 90 sieve and retained on No. 8 sieve.) Los Angeles CT 211 Rattler (% max.) Loss at 100 rev. 12 -- 12 12 Loss at Soo rev. .. As 45 50 40 40 Voids filled LP-3 necessary Report Report Report -- with asphalt(%) and only only only Fine. AASHT designated aggregate O in the QCP. Report Report Report -- angularity T 304, At least only only only (% min.) Method once per A project Flat and ASTM Report Report Report Report elongated D 4791 only only only only particles (% max. @ 5:1) Voids in LP-2 Report Report Report -- mineral only only only aggregate (% min.) Dust. LP-4 Re Report Report -- proportion po only only rt on ly Smoothness Section 12-foot 39=1.12 straighte 12-foot 12-foot 12-foot straightedg straighted dge, straighted -- e, must- ge, must must- grind, and grind, and ge and grind, PI PI must-grind and PIo 0 0 Asphalt rubber Section binder viscosity 39-1.02 _ 1,500— 1,500— @ 350 degrees F, D 4,000 4,000 centipoises 48 Crumb rubber Section -- -- Section Section modifier 39-1.02 -- 39-1.02D 39-1.021) D. Notes: Determine combined aggregate gradation containing RAP under Laboratory. Procedure LP-9. The tolerances must comply with the allowable tolerances in Section 39-1.02E; "Aggregate." Report the average of 3 tests from a single split sample. Required for HMA Type A, Type B, and RHMA-G if the total paved thickness is at least 0.15 foot. Determine maximum theoretical density(California Test 309) at the frequency specified for Test Maximum Density under California Test 375,Part 5.D. Prepare and testa set of 3 briquettes for each stability determination. If the stability range is more than 12 points, prepare and test new briquettes. Modify California Test 304, Part 2.132c: "After compaction in the mechanical compactor,cool.to 140 degrees F+ 5 degrees F by allowing the briquettes to cool at room temperature.for 0.5 hour, then place the briquettes in the oven at 140 degrees F for a minimum of 2 hours and not more than 3 hours." Determine the bulk density of each lab-compacted briquette under California Test 308, Method A, and theoretical maximum specific gravity under California Test-309. For adjusting the plan£controller at the HMA plant. « For any single quality characteristic except smoothness,.if 2 consecutive quality control test results do not comply with the action limits or specifications: 1. Stop production. 2. Notify the Engineer in writing. ; 3. Take corrective action: 4. Test to confirm compliance with the specifications. 5. Demonstrate compliance with the specifications before.resuming production and placement on the State highway. 39-2.03 ENGINEER'S ACCEPTANCE 39-2.03A TESTING.. • The Engineer samples aggregate and HMA for acceptance testing and tests for. 49 Acceptance- Standard Quality Test HMA Type Characteristic Method A B RHMA-G OGFC Aggregate CT 202 JMF ± JMF ± JMF± JMF± gradation a Tolerance Tolerance' Tolerance` Tolerance 'Sieve 3/4" 1/2" 3/8" 1/2" X 3/8" X No. 4 X No. 8 X X X No. 200 X X X Sand equivalent (min.) CT 217 47 42 47 -- Asphalt binder content CT 379 JMF± JMF ± JMF ±0.5% JMF or 382. 0.45% 0.45% +0.50 -0.70 HMA moisture content CT 370 1.0% 1.0% 1.0% 1.0% (Max.) Percent of maximum CT 375 91%— 91%-97% 91% 97% -- theoretical density e°e 97% Stabilometer value °g,h CT 366 (min.) No.4 and 3/8"gradings 30 30 -- -- 1/2"and 3/4"gradings 37 35 23 -- Air voids content(%) °' CT 367 4± 2% 4±2% Specificatio -- n±2% Percent of crushed CT 205 particles Coarse aggregate (% 90 25 -- 90 min.) 75 -- 90 75 One fractured face Two fractured faces 70 20 70 90 Fine aggregate (% min) (Passing No.4 sieve and retained on No. 8 sieve.) Los Angeles Rattler(% CT 211 max.) Loss at 100 rev. . 12 -- 12 12 Loss at 500 rev. 45 50 40 40 Voids filled with asphalt LP-3 Report Report only Report only -- (%) only Fine aggregate AASHT angularity(% min.) 03 304, Report . Report only Report only -- . Method only A Flat and elongated ASTM Report Report only Report only Report only particles (% Max. @ D 4791 only 5:1) Voids in mineral LP-2 Report Reportonly Reportonly -- 50 aggregate (% min.) only .- Dust proportion LP4 Report Report only Report only only Smoothness Section 12-foot 12400t 12-foot 12-foot 39-1.12 straighted straightedge, straightedge; straightedge ge,must- must-grind, must-grind, and must- grind, and and PIo and PIo grind PIo Asphalt binder Various Section 92 Section 92 Section 92 Section 92 Asphalt rubber binder Various -- -- Section 92-f. Section 92-1 02(C) and' .02(C) and Section 39-1. Section 39-1 02D .02D Asphalt modifier Various -- -- Section 39-1. Section 39-1 02D .02D Crumb rubber modifier. Various -- -- Section 39-1. Section 39-1 02D .O21 The Engineer determines combined aggregate gradations containing RAP under Laboratory Procedure LP-9. "X" denotes the sieves the.Engineer,considers for the specified aggregate gradation. The tolerances must comply with the allowable tolerances in Section 39-1.O2E, "Aggregate." The Engineer reports the average of 3 tests from a single split sample. . The Engineer determines percent of maximum theoretical density if the total paved thickness is at least 0.15 foot under California Test.375.except the Engineer uses: 1. California Test 308, Method A,to determine in-place density of each core instead of using the nuclear gauge in Part 4, "Determining In-Place Density By The Nuclear Density Device." 2. California Test 309 to determine maximum-theoretical density instead of calculating test maximum density in Part 5, "Determining Test Maximum Density." The Engineer determines maximum theoretical density (California Test 309)at the frequency specified for Test Maximum Density under California Test 375, Part S.D. The Engineer prepares and tests a set of 3 briquettes for.each stability determination. If the stability range is more than 12 points, the Engineer prepares new briquettes. Modify..California Test 304, Part 2.132c: "After compaction in the mechanical compactor, cool to 140 degrees F ±5 degrees F by allowing the briquettes to cool at room temperature for 0.5 hour, then place the briquettes in the oven at 140 degrees F for a minimum of 2 hours and not more than 3..hours." The Engineer determines the bulk density of each lab-compacted briquette under California Test 308, Method A, and:theoretical maximum specific gravity under California Test 309. • No single..test result may represent more than the smaller of 750 tons or 1 day's production. For any single quality characteristic except smoothness, if 2 consecutive acceptance test results do not comply with the specifications: 51 I. Stop production. 2. Take corrective action. 3. In the Engineer's presence, take samples and split each sample into 4 parts. Test 1 part for compliance with the specifications and submit 3 parts to the Engineer. The Engineer tests 1 part for compliance with the specifications and reserves and stores 2 parts. 4. Demonstrate compliance with the specifications before resuming production and placement on the State highway. • The Engineer tests the core you take from each 250 tons of HMA production. The Engineer determines the percent of maximum theoretical density for each core by determining the core's density and dividing by the maximum theoretical density. If the total paved thickness is at least 0.15 foot and any lift is less than 0.15 foot, the Engineer determines the percent of maximum theoretical density from cores taken from the final lift measured the full depth of the total paved HMA thickness. • For percent of maximum theoretical density, the Engineer determines a deduction for each test result outside the specifications in compliance with: 52 Reduced Payment Factors for Percent of Maximum Theoretical nsity HMA Reduced HMA Reduced Type A and Payment Type A and Payment B and - Factor B and ' Factor RHMA-G RHMA-G Percent of Percent of Maximum Maximum Theoretical Theoretical Density Density 91.0 0.0000 97.0 0.0000 90.9 0.0125 97.1 0.0125 90.8 0.0250 97.2 0.0250 90.7 0.0375 97.3 . 0.0375 90.6 0.0500 97.4 0.0500 90:5 0.0625 97.5 0.0625 90.4 0.0750 97.6 0.0750 90.3 0.0875 97.7 0.0875 90.2 0.1000 97.8 0.1000 90.1 0.1125 97.9 0.1125 90.0. 0.1250 98.0 0.1250 89.9 0.1375 98.1 0.1375 89.8 0.1500 982 0.1500 89.7 0.1625 98.3 -0.1625 89.6 . 0.1750 98.4 0.1750 89.5 0.1875 98.5 0.1875 89.4 0.2000 98.6 '0.2000 89.3 .6.2125 98.7 . 0.2125 89.2 0.2250 98.8 .0.2250 89.1 0.2375 98.9 0.2375 89.0 0.2500 99.0 0.2500 < 89.0.' Remove Remove and and Replace >99.0 Replace .39-2.04 TRANSPORTING, SPREADING, AND COMPACTING, • Determine:the number of rollers needed to obtain the specified density and surface finish. 39-3 METHOD 39-3.01 DESCRIPTION • If HMA Type A, Type B, RHMA-G,.or OGFC is specified as Method, construct it under Section 39-1, "General," this Section 39-3, "Method," and Section 39-5, "Measurement and Payment." 53 39-3.02 ENGINEER'S ACCEPTANCE 39-3.02A TESTING • The Engineer samples aggregate and HMA for acceptance testing and tests for: 54. Acceptance-Method Quality Test HMA Type Characteristic Method A B RHM OGFC A-G Aggregate CT 202 JMF ± JMF ± JMF ± JMF± gradation a Tolera Tolera Tolera Tolera nce b nce b nce b nce b Sand equivalent CT 217 47 42 . 47 (min.)' Asphalt binder CT 379 JMF± JMF ± JMF± JMF content or 382 . 0.45% 0.45% 0.5% +0.50 -0.70 HMA moisture CT 370 1..0% 1.0% 1.0% 1.0% - content(max. Stabilometer CT 366 value'd'a(min.) No. 4 and 3/8" 30 30 -- -- gradings 1/2"and 3/4"gradings 37 35 23 -- Percent of CT 205 crushed particles Coarse 90 25 -- 90 aggregate (%. 75 --. 90 75 min.) One fractured face 70 20 70 90 Two fractured faces Fine aggregate (% min) (Passing No.4 sieve and retained on No. 8 sieve.) Los Angeles CT 211 Rattler(% max.). Loss at 100 rev. 12 -- 12 12 Loss at 500 rev. 45. 50 . 40 40 Air voids CT 367 4 ±2% 4±2% Specificatio -- content(%)C.°f n±2% Voids filled with . LP-3 -- asphalt(%) Report only Report only Report only Fine aggregate. AASHT angularity (% O T 304, Report only Report only. Report only -- min.) Method A Flat and ASTM Report.only . Report only Report only Report only .elongated D 4791 particles (% Max. a 5:1) Voids in mineral LP-2 55 aggregate (% Report only Report only Report only -- Min.) Dust proportion LP-4 Report only Report only Report only -- Smoothness Section 12-foot 12-foot 12-foot 12-foot 39-1.12 straightedge straightedge straightedge straightedge and must- and must- and must- and must- grind grind grind grind Asphalt binder Various Section 92 Section 92 Section 92 Section 92 Asphalt rubber Various -- -- Section 92-1 Section 92-1 binder .02(C) and .02(C) and Section 39-1 Section 39- .01) 1.02D Asphalt modifier Various -- -- Section 39- Section 39- 1.021) 1.021) Crumb rubber Various -- -- Section 39- Section 39- modifier 1.02D 1.02D The Engineer determines combined aggregate gradations containing RAP under Laboratory Procedure LP-9. The tolerances.must comply with the allowable tolerances in Section 39-1.02E, "Aggregate." The Engineer reports the average of 3 tests from a single split sample. The Engineer prepares and tests a set of 3 briquettes for each stability determination. If the stability range is more than 12 points,the Engineer prepares and tests new briquettes. Modify California Test 304, Part 2.13.2.c: "After compaction in the mechanical compactor, cool to 140 degrees F f5 degrees F by allowing the briquettes to cool at room temperature for 0.5 hour, then place the briquettes in the oven at 140 degrees F for a minimum of 2 hours and not more than 3 hours." The Engineer determines the bulk density of each lab-compacted briquette under California Test 308, Method A, and theoretical maximum specific gravity under California Test 309. • No single test.result may represent more than the smaller of 750 tons or I day's production. For any single.quality characteristic except smoothness, if 2 consecutive acceptance test results do not comply with the specifications: 1. Stop production. .2. Take corrective action. 3. In the Engineer's presence, take samples and split each sample into 4 parts. Test 1 part for compliance with the.specifications and submit 3 parts to the Engineer. The Engineer tests I part for compliance with the specifications and reserves.and stores 2 parts. 4. Demonstrate compliance with the specifications before resuming production and placement on the State highway. 39-3.03 SPREADING AND COMPACTING EQUIPMENT • Each paver spreading HMA Type A and Type B must be followed by 3 rollers: 56 1. One vibratory roller specifically designed to compact HMA. The roller must be capable of at least 2,500 vibrations per minute and must be equipped with amplitude and frequency controls. The roller's gross static weight must be at least 7.5 tons. 2. One oscillating type pneumatic-tired roller at'least 4 feet wide. Pneumatic tires must.be of equal size, diameter, type, and ply. The tires must be,inflated to 60 psi minimum and maintained so that'the air pressure does not vary more than 5'psi. 3. One steel-tired, 2-axle tandem roller. The roller's gross static weight must be at least 7.5 tons. • Each roller must have a separate operator. Rollers must be self-propelled and reversible. • Compact RHMA-G under the specifications for compacting HMA Type A and Type B except do not use pneumatic-tired rollers. Compact OGFC with at least 2 steel-tired, 2-axle tandem rollers for each paver. Each roller must weigh between 126 pounds to 172 pounds per linear inch of drum width. 39-3.04 TRANSPORTING, SPREADING,AND COMPACTING • If the surface to be paved is. both in sunlight and shade, pavement surface temperatures are taken in the shade: • Spread HMA Type A and Type B only if atmospheric and surface temperatures are: Minimum Atmospheric and Surface Temperatures Compacted Layer Atmospheric,' F. Surface,' F Thickness, Unmodified Modified Unmodified Modified feet Asphalt Asphalt Asphalt Asphalt Binder Bindera Binder Binder' <0.15 55 50 60 55 0.15 -0.25 45 45 50'. 50 Note: a. Except asphalt rubber binder. • If the asphalt binder. for HMA Type A and Type B is: 1. Unmodified.asphalt binder, complete: 1.1. First coverage of breakdown compaction before the surface temperature drops below 250 degrees F 1.2. Breakdown and intermediate compaction before the surface temperature drops below 200 degrees F 1.3. Finish compaction before the surface temperature drops below 150 degrees F 2. Modified asphalt binder, complete: 2.1. First coverage of breakdown compaction before the surface temperature drops below 240 degrees.F 57 2.2. Breakdown and intermediate compaction before the surface temperature drops below 180 degrees F _. 2.3. Finish compaction before the surface temperature drops below 140 degrees F • For RHMA-G: 1. Only spread and compact if the atmospheric temperature is at least 55 degrees F and the surface temperature is at least 60 degrees F. 2. Complete the first coverage of breakdown compaction before the surface temperature drops below 280 degrees F. 3. Complete breakdown and intermediate compaction before the surface temperature drops below 250 degrees F. 4. Complete finish compaction before the surface temperature drops below 200 degrees F. 5. If the atmospheric temperature is below 70 degrees F, cover loads in trucks with tarpaulins. The tarpaulins must completely cover the exposed load until you transfer the mixture to the paver's hopper or to the pavement surface. For OGFC with unmodified asphalt binder: 1. Only spread and compact if the atmospheric temperature is at least 55 degrees F and the surface temperature is at least 60 degrees F. 2. Complete first coverage using 2 rollers before the surface temperature drops below .240 degrees F. 3. Complete all compaction before the surface temperature drops below 200 degrees F. 4. If the atmospheric temperature is below 70 degrees F, cover loads in trucks with tarpaulins. The tarpaulins must completely cover the exposed load until you transfer the mixture to the paver's hopper or to the pavement surface. • For OGFC with modified asphalt binder except asphalt rubber binder: 1. Only spread and compact if the atmospheric temperature is at least 50 degrees F and the surface temperature is at least 50 degrees F. 2. Complete first coverage using 2 rollers before the surface temperature drops below 240 degrees F. 3. Complete all compaction before the surface temperature drops below 180 degrees F. 4. If the atmospheric temperature is below 70 degrees F, cover loads in trucks with tarpaulins. The tarpaulins must completely cover the exposed load until you transfer the mixture to the paver's hopper or to the pavement surface. For RHMA=O and RHMA-O-HB: 1. Only spread and compact if the atmospheric temperature is at least 55 degrees F and surface temperature is at least 60 degrees F. 2 Complete the 1st coverage using 2 rollers before the surface temperature drops below 280 degrees F. 3. Complete compactionbefore the surface temperature drops below 250 degrees F. 58 4. If the atmospheric,temperature is below 70 degrees F, cover loads in trucks with tarpaulins. The tarpaulins must completely cover the exposed load until the mixture is transferred to the paver's hopper,or to the pavement surface. . • For RHMA-G and OGFC, tarpaulins are not required if the time from discharge to truck until transfer to the paver's hopper or the pavement surface is less than 30 minutes. • HMA compaction coverage is the number of passes needed to cover the paving width. A pass is 1 roller's movement parallel to the paving in either direction. Overlapping passes are part of the coverage being made and are not a subsequent coverage. Do not start a coverage until completing the prior coverage. • Startrolling at the lower edge and progress toward the highest part. • Perform .breakdown compaction of each layer of HMA Type A, Type B, and RHMA-G with 3 coverages using a vibratory roller. The speed of the vibratory roller in miles per hour must not exceed the vibrations per minute divided by 1,000. If the I-IMA layer thickness is less than 0.08 foot, turn the vibrator off. The Engineer may order.fewer coverages if the HMA layer thickness is less than 0.15 foot. • Perform intermediate compaction of each layer of'HMA Type A and Type B with 3 coverages using a'pneumatic-tired roller ata speed not to exceed 5 mph. • Perform finish compaction of 'HMAType A, Type B, and RHMA-G with 1 coverage using a steel-tired roller. Compact OGF.0 with 2 coverages using steel-tired rollers with the vibrator turned off. 39-4 QUALITY CONTROL/QUALITY ASSURANCE 39-4.01 DESCRIPTION • If HMA Type A, Type B, or RHMA-G is specified as Quality Control / Quality Assurance, construct it under Section 39-1; "General,".this Section 39-4, "Quality.Control / Quality Assurance,",and Section 39-5, "Measurement and Payment." 39-4.02 GENERAL . • The QC/QA construction process.consists of: 1. Establishing, maintaining, and changing if needed a quality control system providing assurance the HMA complies with the specifications 2. Sampling and testing at specified intervals, or sublots, to demonstrate compliance and to control process 3. The Engineer sampling and testing at specified intervals to verify testing process and HMA quality. . 4. The Engineer using test results, statistical evaluation of verified quality control tests, and inspection to accept HMA for payment • A lot is a quantity of HMA. The Engineer designates a new lot when you: 1. Complete 20 sublots. 2. Change the JMF 3. Stop production for more.than 30 days 4. Stop production and the Engineer terminates the lot.because: 59 4.1. A lot's composite quality factor, QFo, or an individual quality factor, QFQc; for i = 3, 4, or 5, is below 0.90 determined under Section 39-4.03F, "Statistical Evaluation" 4.2. An individual quality factor, QFQci for i = 1 or 2, is below 0.75 for the last 5 tests • Each lot consists of no more than 20 sublots. A sublot is 750 tons except HMA paved at day's end greater than 250 tons is a sublot. If HMA paved at day's end is less than 250 tons, you may either make this quantity a sublot or include it in the previous sublot's test results for statistical evaluation. 39-4.03 CONTRACTOR QUALITY CONTROL 39-4.03A GENERAL • Use a composite quality control factor, QFC, and individual quality control factors, QFQci, to control your process and evaluate quality control program. For quality characteristics without quality control factors, use your quality control plan's action limits to control process. • Control HMA quality including: 1. Materials 2. Proportioning 3. Spreading and compacting. 4. Finished roadway surface • Develop, implement, and maintain a quality control program that includes: 1. Inspection 2. Sampling 3. Testing 39-4.03B QUALITY CONTROL PLAN • With the JMF submittal, submit a written Quality Control Plan (QCP). The QCP must comply with the Department's Quality Control and Quality Assurance Manual for Asphalt Concrete Production and Placement. Discuss the QCP with the Engineer during the prepaving conference. • The Engineer reviews each QCP within 5 business days from the submittal. Hold HMA production until the Engineer accepts the QCP in writing. The Engineer's QCP acceptance does not mean your compliance with the QCP will result in acceptable HMA. Section 39-1.05, "Engineer's Acceptance," specifies HMA acceptance. • The QCP must include the name and qualifications of a Quality Control Manager. The Quality Control Manager administers the QCP and during paving must be at the job.site within 3 hours of receiving notice. The Quality Control Manager must not be any of the following on the project:. 1. Foreman 2. Production or paving crewmember 3. Inspector 4. Tester 60 • The QCP must include action limits and details of corrective action you will take if a test result for any quality characteristic falls outside an action limit. • As work progresses, you must submit a written QCP supplement to change quality control procedures, personnel, tester qualification status, or laboratory accreditation status. 39-4.03C QUALITY CONTROL INSPECTION, SAMPLING, AND TESTING • Sample,test, inspect, and manage HMA quality control. • Provide a roadway inspector while HMA paving activities are in progress. Provide a plant inspector during HMA production. • Inspectors must comply with the Department's Quality Control and Quality Assurance Manual for Asphalt Concrete Production and Placement. • Provide a testing laboratory and personnel for quality control testing. Provide the Engineer unrestricted access to the quality control activities. Before providing services for the project, the Engineer reviews, accredits, and qualifies the testing laboratory and personnel under the Department's Independent Assurance Program.. • The minimum random sampling and testing for quality control is: 61 Minimum Quality Control—QC/QA Quality Test Min- HMA Type Locatio Maximu Characteristic Method imum n of in Sampl- Sampli Report- ing and ng ing Testing Time Freque Allow- n-cy ante A B RHMA- G . Aggregate JMF f JMF JMF gradation a CT 202 Toleran Tolerance Tolerant CT 125 24 hours Ceb b eb Loose Asphalt Mix binder CT 379 1 per JMF JMF JMF Behind content or 382 750 ±0.45% ±0.45% f0.5% Paver tons See CT 125 Percent of maximum 92% - 9 92% - 96 91% - 96 QC theoretical QC Plan 6% % % - Plan density°a Aggregate moisture content at continuous 2 per Stock- mixing plants CT 226. day piles or and RAP or during -- -- -- cold -- moisture content CT 370 produc feed at continuous mixing plants -tion . belts and batch. mixing plants' Sand equivalent 1 per (min.) CT 217 750 .47 42 4.7 CT 125 24 hours tons 1 per 2,500 Loose tons but Mix HMA moisture not Behind content(max.) CT 370 less 1.0% 1.0% 1.0% Paver 24 hours than 1 See CT 125 per paving day 62 Stabilometer 1 per -- Value f,g'h 4,000 (min.) CT 366 tons or 30 30 --. No. 4 and 3/8" 2 per. gradings 5 bus- 37 35 23 1/2" and 3/4" 48 hours gradings iness days, Air voids which- Specifica content(%)f' CT 367 ever is 4± 2% 4 2% -tion more f 2% Percent of crushed particles.coarse aggregate (% min.) 90 25 One fractured face Two fractured CT 205 75 -- 90 CT 125 faces Fine aggregate (% min) (Passing No.4 sieve and retained As 70. . 20 70 on No. 8 sieve.) neces- Los Angeles sary Rattler(% and max.) CT 211 design 12 __ 12 CT 125 Loss at 100 rev. at-ed 45 50 40 Loss at 500 rev. in 48 hours Fine aggregate AASHT QCP. angularity (% Method 0T304, At CT 125 Min.) least A once Flat and per elongated ASTM project particle (% D 4.791 CT 125 max: @ 5:1) Report Report Report Voids in only only only LP-2 mineral LP-2 aggregate (% min.) Voids filled LP-3 with asphalt LP-3 Dust proportionLP_4 F1 63 63 Smoothness 12-foo t 12-foot 12-foot straigh straight- straight- Section t-edge, edge, edge, -- 39-1.12 must- must- must- grind, and grind, grind, PIo and PIo and PIo Asphalt rubber binder.viscosity SectionSection @ 39-1.02 - __ __ 1,500=4 39-1.02 24 hours 350 degrees F, D - ,000 D centi oises Crumb rubber Section - -- -- Section Section 48 hours modifier 39-1.02 - 39-1.02D 39-1.02 D D Notes: Determine combined aggregate gradation containing RAP under Laboratory Procedure LP-9. The tolerances must comply with the allowable tolerances in Section 39-1.02E, "Aggregate." Required for HMA Type A, Type B, and RHMA-G if the total paved thickness is at least 0.15 foot. Determine maximum theoretical density (California Test 309).at the frequency specified for test maximum density under California Test.375, Part 5 D. For adjusting the plant controller at the HMA plant. Report the average of 3 tests from a single split sample. Prepare and test a set of 3 briquettes for each stability determination. If the stability range is more than 12 points, prepare and test new briquettes. Modify California Test 304, Part 2.13.2.c: "After compaction in the mechanical compactor, cool to 140 degrees F f 5 degrees F by allowing the briquettes to cool at room temperature..for 0.5 hour,then place the briquettes in the oven at 140 degrees F for a minimum of 2 hours and not more than 3 hours." Determine the bulk density of each lab-compacted briquette under California Test 308, Method A, and theoretical maximum specific gravity under California Test 309. • Within the specified reporting time, submit written test results including: 1. Sampling location, quantity, and time 2. Testing results 3. Supporting data and calculations • If test results for any quality characteristic are beyond the action limits in the QCP, take corrective actions. Document the corrective actions taken in the inspection records under Section 39-4.03E, "Records of Inspection and Testing." . 64 • For any .quality characteristic for which a quality control factor, QFQc;, is not determined, if 2 consecutive quality control test results do not comply with the action limits or specifications: 1. Stop production: 2. Notify the Engineer in writing. 3. Take corrective action. 4. Test and confirm compliance with the specifications. 5. Demonstrate compliance with the specifications before resuming production and:placement on the State highway. 39-4.03D CHARTS AND RECORDS • Record sampling and testing results for quality control on forms provided in the Department's Quality Control and Quality Assurance Manual for Asphalt Concrete Production and Placement, or on forms you submit with the QCP. The QCP must also include form posting locations and submittal times. • Submit quality control test results using the Department's statistical evaluation program, Pavement Asphalt Concrete Reporting System. 39-4.03E RECORDS OF INSPECTION AND TESTING During HMA production, submit in writing a daily: 1. Asphalt Concrete; Construction Daily Record of Inspection. Also make this record available at the HMA plant and job site each day. 2. Asphalt Concrete Inspection and Testing Summary. Include in the summary: 2.1. Test forms with the testers' signatures and Quality Control Manager's initials. 2.2. Inspection forms with the inspectors' signatures and Quality Control Manager's initials. 2.3. A list and explanation of deviations from the specifications or regular practices. 2.4. A signed statement by the Quality Control Manager that says:. "It is hereby certified that the information contained in this record is accurate, and that information, tests, or calculations documented herein comply with the specifications of the contract and the standards set forth in the testing procedures. Exceptions to this certification are documented as part of this record." • Retain for inspection the records generated as part of quality control including inspection, sampling,and testing for at least 3 years after final acceptance. 394.04 ENGINEER'S QUALITY ASSURANCE 39-4.04A GENERAL The Engineer assures quality by:. 1. Reviewing mix designs and proposed JMF 2. Inspecting procedures 3. Conducting oversight of quality control inspection and records 4. Verification sampling and testing during production and paving - 65 39-4.04B VERIFICATION SAMPLING AND TESTING General • The Engineer samples: 1. Aggregate to verify gradation 2. HMA to verify asphalt binder content • The Engineer takes HMA and aggregate samples during production and splits each sample into 4 parts. The Engineer tests 1 part to verify quality control test results, submits 1 part to you, and reserves and stores 2 parts. Verification • For aggregate gradation and asphalt binder content, the ratio of verification testing frequency to the minimum quality control testing frequency is 1:5. The Engineer performs at least 3 verification tests per lot. • . Using the t-test, the. Engineer compares quality control tests results for aggregate gradation and asphalt binder content with corresponding verification test results. The Engineer uses the average and standard deviation of sequential sublots for the comparison. When there are less than 20 sequential sublots, the Engineer uses the maximum number of sequential sublots available. For 20 sequential sublots or more, the Engineer uses a moving average and standard deviation of the last 20 sequential sublots. • The t-value for a group of test.data is computed as follows: t Ftalt+ Sz_S�( -t)+S"( -1) P +n�-2 where: n, Number of quality control tests (2 minimum, 20 maximum). n, Number of verification tests (minimum of 1 required). XC Mean of quality control tests. X,, Mean of verification tests. Sp Pooled standard deviation(When n,= 1, Sp= SA Sc Standard deviation of quality control tests. Sv Standard deviation of verification tests (when nv> 1). • The comparison of quality control test results and the.verification test results is at a level of significance of a= 0.025. The Engineer.computes t and compares it to the critical t-value, tri,, from: 66 Critical T-Value Degrees of tCril - Degrees of tc,;l freedom (for a=0.025) freedom .(for a =0.025) (nc+n,,-2) (n,;+n,,-2) 1 24.452 18 2:445 2 6.205 19 2.433 3 4.177 20 2.423 4 3.495 21 2.414 5 3.163 22 2.405 6 2.969 23 2.398 7 2.841 24 2.391 8 .2.752 25: 2.385 9 2.685 26 2.379 10 2.634 27 2.373 11 2.593 28 2.368 12 2.560 29 2.364 13 2.533 30 2.360 14 2.510 40 2.329 15 2.490 60 2.299 16 2.473 120 2.270 17 2.458 00 2.241 • If the t-value computed is less than or equal to tcrit, quality control test results are verified. _ _ • If the t-value computed is greater than tcr;t and both Xv and X� comply with acceptance specifications, the quality control.tests are verified. You.. may continue to produce and place HMA with the following allowable differences: 1. IT, -X I < 1.0 percent for any grading 2. . IXv -X�I <0.1 percent for asphalt binder content • If the t-value computed is greaten than tc,;t and-the Ix Y -X,I for grading and asphalt binder content are greater than the allowable differences, quality control test results are not verified and: 1. The Engineer notifies you in writing. 2. You and the Engineer must investigate why the difference exist. 3. If the reason for the difference cannot be found and corrected, the Engineer's test results are used for acceptance and.pay. 39-4.05 ENGINEER'S ACCEPTANCE 39-4.05A GENERAL • The Engineer samples aggregate and HMA for acceptance testing and tests for: 67 HMA Acce tante—QC /QA Index Quality Characteristic Weig Test HMA Type _ (i) ht-ing Method Facto r (w) A B RHMA- G Aggregate gradation a 3/4" 1/2" 3/8" 1 X b -- -- 0.05 1 -- X -- 0.05 1 =- -- X 0.05 CT 202 JMF..±.Tolerance 2 X. X X 0.10 3 X X X 0.15 . 4 Asphalt binder content 0.30 CT 379 JMF JMF f .JMF f or 382 0.45% 0.45% 0.5% 5 . Percent of maximum 0.40 CT 375 92— 92-96% 91 — theoretical density d,e 96% 96% Sand equivalent(min.) CT 217 47 42 47 68 Stabilometer value 1,g' CT 366 (min.) 30 30 No.4 and 3/8"gradings 37 35 23 1/2"and 3/4"gradings Air voids content(%)'' CT 367 4 f 2% 4-f 2% Specific a-tion 2% Percent of crushed CT 205 particles coarse aggregate (% min.) . 90 25 One fractured face 70 -- 90 Two fractured faces Fine aggregate.(% min) (Passing NoA sieve and retained 70 20 70 on No. 8 sieve.) HMA moisture content CT 370 1.0% 1.0% 1.0% (max.) Los Angeles Rattler(% CT 211 max.) 12 -- 12 Loss at 100 rev. 45 50 45 Loss at 500 rev. Fine aggregate angularity AASHT Report Report Report (%° min.) O only only only T 304, Method A Flat and;elongated particle ASTM Report Report . Report (% max: @ 5:1) D 4791 only only only Voids in mineral aggregate Report Report Report (% min.) LP-2 only only only Voids filled with asphalt Report Report Report (%) LP-3 only only only Dust proportion LP-4 Report Report Report only only only Smoothness Section 12-foot 12-foot 12-foot 39-1.12 straight-' straight- straight- edge, edge, edge, must- must- must- grind, grind, grind, and PIo and Plo and PIo Asphalt binder Various Section Section Section 92 92 92 Section 92-1.02( Asphalt rubber binder. Various -- __ C) and Section 39-1.02 D 69 Variou Section Asphalt modifier s -- -- 39- 1.021) Variou Section Crumb rubber modifier -- -- 39- s 1.021 Notes: The Engineer determines combined aggregate gradations containing RAP under Laboratory Procedure LP-9. "X" denotes the sieves the Engineer considers for the specified aggregate gradation. The tolerances must comply with the allowable tolerances in Section 39-1.02E, "Aggregate. The Engineer determines percent of maximum theoretical density if the total paved thickness is at least 0.15 foot under California Test 375 except the Engineer uses: 1. California Test 308, Method A, to determine in-place density of each core instead of using the nuclear gauge in Part 4,"Determining In-Place Density By The Nuclear Density Device." 2. California Test 309 to determine maximum theoretical density instead of calculating test maximum density in Part 5, "Determining Test Maximum Density.'.' The Engineer determines maximum theoretical density (California Test 309)at the frequency specified for Test Maximum Density under California Test 375,Part 5.D. The Engineer reports the average of 3 tests from a single split sample. The Engineer prepares and tests a set of 3 briquettes for each stability determination. If the stability range is more than 12 points,the Engineer prepares new briquettes. Modify California Test 304, Part 2.132c: "After compaction in the mechanical compactor, cool to 140 degrees F f 5 degrees F by allowing the briquettes to cool at room temperature for 0.5 hour, then place the briquettes in the.oven at 140 degrees F for a minimum of 2 hours and not more than 3 hours." The Engineer determines the bulk density of each lab-compacted briquette under California Test 308, Method A, and theoretical maximum specific gravity under California Test 309. The Engineer determines the percent of maximum theoretical density from the average density of 3 cores you take from every 750 tons of production or part thereof divided. by the maximum theoretical density. • If the total paved thickness is.at least 0.15 foot and any lift is less than 0.15 foot, the Engineer determines the percent of maximum theoretical density from cores taken from the final lift measured the full depth of the total paved HMA thickness. • For any single quality characteristic for which a quality control factor, QFQci, is not determined, except smoothness, if 2 consecutive acceptance test.results do not comply with specifications: 1. Stop production. 2. Take corrective action. 3. In the.Engineer's presence, take samples and split each sample into 4 parts.. Test 1 part for compliance with the specifications and submit 3 parts to the Engineer. The Engineer tests 1 part for compliance with the specifications and reserves and stores 2 parts. 70 4. Demonstrate compliance with the specifications before resuming production and placement on the State highway. 39-4.05B STATISTICAL. . EVALUATION, DETERMINATION OF QUALITY FACTORS AND ACCEPTANCE Statistical Evaluation and Determination of Quality Factors • To determine the individual quality factor, QFQci, for any quality factor i = 1 through 5 or a lot's composite quality factor, QFC, for acceptance and payment adjustment, the Engineer uses the evaluation specifications under Section 39-4.03F, "Statistical Evaluation," and: 1. Verified quality control test results for aggregate gradation, 2. Verified quality.control test results for asphalt binder content 3. The Engineer's test results for percent of maximum theoretical density Lot Acceptance Based on Quality Factors • The Engineer accepts a lot based. on, the quality factors determined for aggregate gradation and asphalt binder content, QFQci for i = 1 through 4, using the total number of verified quality control test result values and the total percent defective (PU+PJ • The Engineer accepts a lot based on the quality factor determined for maximum theoretical density, QFQC5, using the total number of test result values from cores and the total percent defective (PU+PL). • The Engineer calculates the quality factor for the lot, QFC, which is a composite of weighted individual quality factors, QFQci, determined for each quality characteristic in the table "HMA Acceptance—QC /QA" in Section 39-4.05A, "General." • The Engineer accepts a lot based on quality factors if:: 1. The current composite quality factor, QFC, is 0.90 or greater 2. Each individual quality factor, QFQci for i =3, 4, and 5, is 0.90 or greater 3. Each individual quality factor, QFQci'for i = 1 and 2, is 0.75 or greater • No single quality characteristic test may represent more than the smaller of 750 tons or 1 day's production. Payment Adjustment • If a lot is accepted, the Engineer adjusts payment with the following formula: n PA= HMACP*wi+[QFQci*(HMATT-WHMA +WHAM TT]-(HMACP*HAM 7-7) i=1 ' where: PA.= Payment adjustment rounded to 2 decimal places. HMACP;= HMA contract price. HMA TT- HMA total tons represented in.the lot. WHMATTi Total tons of waived quality characteristic HMA. QFQci Running quality factor for the individual quality characteristic. 71 QFQC, for i =1 through 4 must be from verified Contractor's QC results. QFQC5 must be determined from the Engineer's results on cores taken for percent of maximum theoretical density determination. W = Weighting factor listed in the HMA acceptance table. i = Quality characteristic index number in the HMA acceptance table. • If the payment adjustment is a negative value, the Engineer deducts this amount from payment. If the payment adjustment is a positive value, the Engineer adds this amount to payment. • When the 21st sequential sublot becomes the 1 st sublot in the moving average, the previous 20 sequential sublots become a lot for which the Engineer determines a quality factor. The Engineer uses this quality factor to pay for.the HMA in the lot. The 215`sublot becomes the Ist sublot (n= 1) in the next lot. If the next lot consists of less than 5 sublots, these sublots must be added to the previous sublots for quality factor determination using 21 to 24 sublots. 39-4.05C DISPUTE RESOLUTION • For percent of maximum theoretical density dispute resolution: 1. Referee tests must be performed under the specifications for acceptance testing. 2. The quality factor, QFQC5, must be determined using the referee tests. 3. If QFQC5 using the referee tests is less than or equal to f l percent. of the.original quality factor, the original test result is correct. 4. If QFQC5 using the referee tests is more than ±1 percent of the original quality factor, the quality. factors determined from the referee tests supersede previously determined quality factors. • For dispute resolution for aggregate gradation and asphalt binder content: 1. The disputing party determines the sublots to dispute.. The disputed sublots must have at least 5 quality control tests and at least 1 associated acceptance test. 2. If.any quality factor, QFQCi for i = 1 through 4, using the referee tests is less than or equal to±1 percent of the original quality factor, the original test result is correct. 3. If any quality factor, QFQCi for i = 1 through 4, using referee tests is more than fl percent of the original quality factor, the quality factors determined from the referee tests supersede previously determined quality factors. 39-5 MEASUREMENT AND PAYMENT 39-5.01 MEASUREMENT • The contract item price for HMA is measured by weight. The weight of each HMA mixture designated in the Engineer's Estimate must be the combined mixture weight. • If asphalt binder and asphaltic emulsion are paid with separate contract items, their contract item prices are measured under Section 92, "Asphalts," or Section 94, "Asphaltic Emulsions," as the case may be. • If recorded batch weights. are printed automatically, the contract item price for HMA is measured by using the printed batch weights, provided: 72 1. Total aggregate and supplemental fine aggregate weight per batch is printed. If supplemental fine aggregate is weighed cumulatively with the aggregate, the total aggregate batch weight must include the supplemental fine aggregate weight. 2. Total asphalt binder weight per batch is printed. 3. Each truckload's zero tolerance weight is printed before weighing the first batch and after weighing the last batch. 4. Time, date, mix number, load number and truck identification is correlated with a load slip. 5. A copy of the recorded batch weights is certified by a licensed weighmaster and submitted to the Engineer. The contract item price for placing HMA dike is measured by the linear foot along the completed length. The contract item price for placing HMA in miscellaneous areas is measured as the in-place compacted area in square yards. In addition to the quantities measured on a linear foot or square yard basis, the HMA for dike and miscellaneous areas are measured by weight. • The contract item price for shoulder rumble strips is measured by the station along each shoulder on which the rumble strips are constructed without deductions for gaps between indentations. • The contract item price for geosynthetic pavement interlayer is measured by the square yard.for the actual pavement area covered: 39-5.02 PAYMENT • The contract item prices paid per ton for hot mix asphalt as designated in the Engineer's Estimate include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in constructing hot mix asphalt complete in place, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. • If HMA is specified to comply with Section 39-4, "Quality Control / Quality. Assurance," the Engineer adjusts payment under that section. • Full compensation for the Quality Control Plan and prepaving conference shall be considered as included in the contract prices paid per ton for hot mix asphalt as designated in the Engineer's Estimate and no:additional compensation will be allowed therefor. • Full compensation for performing and submitting mix designs and for Contractor sampling, testing, inspection, testing facilities, and preparation and submittal of results.shall be considered as included'in the contract prices paid per ton for HMA as designated in the Engineer's Estimate and no additional compensation will be allowed therefor. • Full compensation for reclaimed asphalt pavement shall be considered as included in the contract prices paid per ton for HMA as designated in the Engineer's Estimate and no additional compensation will be allowed therefor. The contract:item price paid per ton for hot mix asphalt (leveling) includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in hot mix asphalt(leveling) complete in place as shown.on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. • The contract item prices paid per. station for rumble strips as ;designated in the Engineer's Estimate include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in constructing rumble strips, 73 .including fog seal coat, complete in place as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. • The State will pay for HMA dike at the contract item price per linear foot for place HMA dike and by the ton for HMA. The contract item prices paid per linear foot for place hot mix asphalt dike as designated in the Engineer's Estimate include full compensation for furnishing all labor, tools, equipment, and incidentals, and for doing all the work involved in placing HMA dike, complete in place, including excavation, backfill, and preparation of the area to receive the dike, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. • The State will pay for HMA .specified to be a miscellaneous area at the contract item price per square yard for place hot mix asphalt (miscellaneous area) and per ton for hot mix asphalt. The contract item price paid per square yard for place hot mix asphalt (miscellaneous area) includes full compensation for furnishing all labor, tools, equipment, and incidentals, and for doing all the work involved in placing HMA (miscellaneous area) complete in place including excavation, backfill, and preparation of the area to receive HMA (miscellaneous area), as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. • If the Quality Control / Quality Assurance construction process is specified, HMA placed in dikes and miscellaneous areas will be paid for at the contract price per ton for hot mix asphalt under Section 39-4, "Quality Control/Quality Assurance." Section 39-4.0513, "Statistical Evaluation, Determination of Quality Factors and Acceptance," shall not apply to HMA placed in dikes and miscellaneous areas. • If there are no contract items for place hot mix asphalt.dike and place hot mix asphalt (miscellaneous area) and the work is specified, full compensation for constructing HMA dikes and HMA (miscellaneous areas) including excavation, backfill, and preparation of the area. to receive HMA dike or HMA (miscellaneous area) shall be considered as included in the contract item. price paid per ton for the hot mix asphalt designated in the Engineer's Estimate and no separate payment will be made therefor. • The contract item price paid per square yard for geosynthetic pavement interlayer includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing geosynthetic pavement interlayer complete in place as shown on the plans,as specified in these specifications and the special provisions, and as directed by the Engineer. • The contract. item price paid per ton for paving asphalt (binder, geosynthetic pavement interlayer) includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in applying paving asphalt (binder, geosynthetic pavement interlayer), complete in place, including spreading sand to cover exposed binder material, as shown on the plans, as specified in these specifications and the special provisions; and as directed by the Engineer. • Full compensation for small quantities of HMA placed on geosynthetic pavement interlayer to prevent displacement during construction shall be considered as included in the contract item price paid per ton for the HMA being.paved over the interlayer and no separate payment will be made therefor. • The contract item price.paid per ton for tack coat includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in applying tack coat, complete in place, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. 74 I; If there is no item for tack coat and the work is specified, full compensation for tack coat shall be considered as included in the contract item price paid per ton for hot mix asphalt as designated in the Engineer's Estimate and no separate payment will be made therefor. • The Engineer will not adjust payment for increases 'r decreases in the quantities for tack coat,regardless of the reason for the increase or decrease. Section 4-1.03B, "Increased or Decreased Quantities," does not apply to the items for tack coat. • Full. compensation for performing smoothness. testing, submitting written and electronic copies of tests and performing corrective work- including applying fog seal coat shall be considered as included in the contract item price paid per ton for the HMA designated in the Engineer's Estimate and no separate payment will be made therefor. • sand on RHMA-G, RHMA-O, and RHMA-O-HB Full compensation for spreading surfaces and for sweeping and removing excess sand shall beconsidered as included in the contract item price paid per ton for rubberized hot mix asphalt as designated in the Engineer's Estimate and no separate payment will be made therefor. • If the Engineer fails to comply with a specification within a specified time, and if, in the ,opinion of the Engineer, work completion is delayed because of the failure, the Engineer adjusts payment and contract time under Section 8-1.09, "Right of Way Delays." • If the dispute resolution ITP determines the Engineer's test results are correct, the Engineer deducts the ITP's testing costs from payments. If the ITP determines your test results are correct, the State pays the ITP's,testing costs. lf, in the Engineer's opinion, work completion. is delayed because of incorrect'Engineer test results, the Engineer adjusts payment and.contract time under Section 8-1.09, "Right of Way Delays," SECTION 56: SIGNS Issue Date.: March 1 b,2007 The fifth paragraph in'ISection 56-1.031; "Fabrication," of the Standard Specifications is amended to read:. Clips; eyes, or removable brackets.shall be affixed to.all signs and all posts and shall be used to secure the sign during shipping and for lifting and moving during erection as necessary to prevent damage to the finished galvanized or,painted surfaces. Brackets on tubular sign structures shall be.removed after erection. 'Detailsof the devices shall be shown on the.working drawings. The fourth paragraph of Section 56-1.10, ".Payment," of the Standard, Specifications is amended to read: The contract price paid per pound for install sign structure of the type or types designated in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing sign structures, complete in place, including installing anchor bolt assemblies, removable sign panel frames, and sign panels and performing any welding, painting or galvanizing required during installation, as shown on the plans' as specified in these specifications and the special provisions,.and as directed by the Engineer. 75 The fourth paragraph in Section 56-2.03, "Construction," of the Standard Specifications is amended to read: • Backfill material for metal posts shall consist of minor concrete conforming to the provisions in Section 90-10, "Minor Concrete," and shall contain not less than 463 pounds of cementitious material per cubic yard. SECTION 73: CONCRETE CURBS AND SIDEWALKS Issue Date: July 31, 2007 The second subparagraph of the second paragraph of Section 73-1.01, "Description," of the Standard Specifications is amended to read: 2. Minor concrete shall contain not less than 463 pounds of cementitious material per cubic yard except that when extruded or slip-formed curbs are constructed using 3/8-inch maximum size aggregate, minor concrete shall . contain not less than 548 pounds of cementitious material per cubic yard. The fifteenth paragraph of Section 73-1.06, "Sidewalk, Gutter Depression, Island Paving, Curb Ramp (Wheelchair Ramp) and Driveway Construction," of the Standard Specifications is amended to read: • Where hot mix asphalt or portland cement concrete pavements are to be placed around or adjacent to manholes, pipe inlets or other miscellaneous structures in sidewalk, gutter depression, island paving, curb ramps or driveway areas,the structures shall not be constructed to final grade until after the pavements have been constructed for a reasonable distance on each side of the structures. SECTION 80: FENCES Issue Date: January 5, 2007 The fourth paragraph of Section 80-3.01F, "Miscellaneous," of the Standard Specifications is amended to read: • Portland cement concrete for metal post and brace footings and for deadmen.shall be minor concrete conforming to the provisions in Section 90-10, "Minor Concrete.." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. The fourth paragraph of Section 80-4.010, "Miscellaneous," of the Standard Specifications is amended to read: 76 • Portland cement concrete for metal post and for deadmen shall be produced from minor concrete conforming to the provisions in Section 90-10, "Minor Concrete." Minor concrete shall contain not less than 470 pounds of cementitious material per cubic yard. SECTION 85: PAVEMENT MARKERS Issue Date: July 31, 2007 The sixth paragraph in Section 85-1.06, "Placement," of the Standard Specifications is amended to read: • Pavement markers shall not be. placed on new hot mix asphalt surfacing or seal coat until the surfacing or seal coat has been opened to public traffic for a period of not less than 7 days when hot melt bituminous adhesive is used, and not less than 14 days when epoxy adhesive is used. The second sentence of the fourteenth paragraph in Section 85-1.06, "Placement," of the Standard.Specifications.is amended to read: • Cleaning shall be done by blast cleaning on all surfaces regardless of age or type, except that blast cleaning of clean; new hot mix asphalt and clean, new seal coat surfaces will not be required when hot melt bituminous adhesive is used. SECTION 90: PORTLAND CEMENT CONCRETE Issue Date: January 5, 2007 Section 90, "Portland Cement Concrete,", of the Standard Specifications is amended to read: SECTION 90: PORTLAND CEMENT CONCRETE 90-1 GENERAL 90-1.01 DESCRIPTION • Portland cement concrete shall be composed of cementitious material, fine aggregate, coarse aggregate, admixtures if used, and water, proportioned and mixed as specified in these specifications. • The Contractor shall determine the mix proportions.for concrete in conformance with these specifications.. • Class 1 concrete shall contain not less than 675 pounds of cementitious material per cubic yard. • Class 2 concrete shall contain not less than 590 pounds of cementitious material per cubic yard. • Class'3 concrete shall contain not less than-505 pounds of cementitious material per cubic yard. • Class 4 concrete shall contain not less than 420 pounds of cementitious material per cubic yard. 77. • Minor concrete shall contain not less than 550 pounds of cementitious material per cubic yard unless otherwise specified in these specifications or the special provisions. • Unless otherwise designated on the plans or specified in these specifications or the special provisions, the amount of cementitious material used per cubic yard of concrete in structures or portions of structures shall conform to the following: Use Cementitious Material Content (Pounds/CY) Concrete designated by compressive strength: 675 min., 800 max. Deck slabs and slab spans of bridges 675 min., 800 max. Roof sections of exposed top box culverts 590 min., 800 max. Other portions of structures Concrete not designated by compressive strength: 675 min. Deck slabs and slab spans of bridges 675 min. Roof sections of exposed top box culverts 675 min. Prestressed members 675 min. Seal courses Other portions of structures 590 min. Concrete for precast members 590 min., 925 max. • Whenever'the 28-day compressive strength shown on the plans is greater than 3,600 pounds per square inch, the concrete shall be designated by compressive. strength. If the plans show a 28-day compressive strength that is 4,000 pounds per square inch or greater, an additional 14 days will be allowed to obtain the specified strength. The 28-day compressive strengths shown on the plans that are 3,600 pounds per square inch or less are shown for design information only and are not a requirement for acceptance of the concrete. • Concrete designated by compressive strength shall be proportioned such that the concrete will attain the strength shown on the plans or specified in the special provisions. • Before using concrete for which the mix proportions have been determined by the Contractor, or in advance of revising those mix proportions, the Contractor shall submit in writing to the Engineer a copy of the mix design. • Compliance with cementitious material content requirements will be verified in conformance with procedures described in California Test 518 for cement content. For testing purposes, supplementary cementitious material shall be considered to be cement. Batch proportions shall be adjusted as necessary to produce concrete having the specified cementitious material content. • If any concrete has a cementitious material, portland cement, or supplementary cementitious material content that is less than the minimum required, the concrete shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place and the Contractor shall pay to the State $0.25 for each pound of cementitious material, portland cement, or supplementary cementitious material that is less than the minimum required. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. The deductions will not be made unless the difference between the contents required and those actually provided exceeds the batching tolerances permitted by Section 90-5, "Proportioning." No deductions will be made based on the results of California Test 518. 78 • The requirements of the preceding paragraph shall not apply to minor concrete or commercial quality concrete. .90-2 MATERIALS 90-2.01 CEMENTITIOUS MATERIALS Unless otherwise specified, cementitious material shall be either a combination of Type II or Type V portland cement and a supplementary cementitious material, or a blended cement. • Cementitious materials used in cast-in-place.concrete for exposed surfaces of like . elements of a structure shall be from the same sources and of the same proportions. • Cementitious materials shall be protected from moisture until used. Sacked cementitious materials shall be piled to permit access for tallying, inspecting, and identifying each shipment. Facilities shall be provided to ensure that cementitious materials meeting this Section 90-2.01 are kept separate from other cementitious materials. Sampling cementitious materials shall be.in conformance with California Test 125. • The Contractor shall furnish a Certificate of Compliance for cementious materials in conformance with'the .provisions in Section 6-1.07, "Certificates of Compliance." The Certificate of Compliance shall indicate the source by name and location (including country, state, and city). If cementitious material is delivered directly to the job site, the Certificate of Compliance shall be signed by the cementitious material supplier. If the cementitious material is used in ready-mixed concrete or in precast concrete products purchased as such by the Contractor, the Certificate of Compliance shall be signed by the manufacturer of the concrete or product. 90-2.01A CEMENT • Portland cement shall conform to the requirements in ASTM Designation: C150 except, using a 10-sample moving average, limestone shall not exceed 2:5 percent. The C3S content of Type II cement shall not exceed 65 percent. • Blended cement shall conform to the requirements for Portland Blast-Furnace Slag, Cement Type IS (MS) or Portland-Pozzolan Cement, Type IP (MS) in AASHTO Designation: M 240 and.shall be comprised of an intimate and uniform blend of Type II or Type V cement and, supplementary. cementitious material in an amount conforming to the requirements in Section 90-2.01C, "Required Use of Supplementary Cementitious Materials." • In addition; blended cement, Type II portland cement, and Type V portland cement shall conform to the:,following requirements: A. The cement shall not contain more than 0.60-percent by mass of alkalies, calculated as the percentage of Na2O plus 0.658 times the percentage of KZO, when determined by methods as required in AASHTO Designation: T 105; B. The autoclave expansion shall not exceed.0.50-percent; and C. Mortar, containing the cement to be used and Ottawa sand, when tested in conformance with California Test 527, shall not expand in water more than 0.010-percent and shall not contract in air more than 0.048-percent, except that when cement is to be used for precast prestressed concrete piling, precast prestressed concrete members, or steam cured concrete products, the mortar shall not contract in air more than 0.053-percent. 79 • Type III portland cement shall be used only as specified in the special provisions or with the approval of the Engineer. Type III portland cement shall conform to the additional requirements listed above for Type II portland cement, except when tested in conformance with California Test 527, mortar containing Type III portland cement shall not contract in air more than 0.075-percent. 90-2.01B SUPPLEMENTARY CEMENTITIOUS MATERIALS (SCM) • Fly ash shall conform to the requirements in AASHTO Designation: M 2959 Class F, and the following: A. Calcium oxide content shall not exceed 10 percent. B. The available alkali, as sodium oxide equivalent, shall not exceed 1.5 percent. when determined in conformance with the requirements in ASTM Designation: C 311 or the total alkali, as sodium oxide equivalent, shall not exceed 5.0 percent when determined in conformance with the requirements in AASHTO Designation: T 105. C. Commingling of fly ash from different sources at uncontrolled ratios is permissible only if the following criteria are satisfied: 1. Sources of fly ash to be commingled shall be on the approved list of materials for use in concrete. :2. Testing of the commingled product is the responsibility of the fly ash supplier. 3. Each fly ash's running average of density shall not differ from any other by more than 0.01-pound per cubic inch at the time of commingling. .4. Each fly ash's running average of loss on ignition shall not differ from any other by more than one percent at the time of commingling. 5. The final product of commingled fly ash shall conform to the requirement in AASHTO Designation: M 295. • Raw or calcined natural pozzolans shall conform to the requirements in AASHTO Designation: M 295, Class N and the following requirements: A. Calcium oxide content shall not exceed 10 percent. B. The available alkali, as sodium oxide equivalent, shall not exceed 1.5 percent when determined in conformance with the requirements in ASTM Designation: C 311 or the total alkali, as sodium oxide equivalent, shall not exceed 5.0 percent when determined in conformance with the requirements in AASHTO Designation: T 105. • Ground Granulated Blast Furnace Slag(GGBFS) shall conform to the requirements in AASHTO Designation: M 302, Grade 100 or Grade 120. Silica Fume.shall conform to the requirements of AASHTO Designation: M 307, . with reduction in mortar expansion of 80 percent, minimum, using the cement from the proposed mix design. 90-2.01C. REQUIRED USE OF SUPPLEMENTARY CEMENTITIOUS MATERIALS • The amount of portland cement and SCM used in portland cement concrete shall conform to the minimum cementitious material content provisions in Section 90-1.01, "Description," or Section 90-4.05, "Optional Use of Chemical Admixtures," and the following: 80 A. If a blended cement conforming to the provisions in Section 90-2.01 A, "Cement," is used, the minimum amount of SCM incorporated into the cement shall conform to the provisions in this Section 90-2.01 C. B. Fly ash or natural.. pozzotan, silica fume, or GGBFS shall not be used with Type IP or Type IS cements. • Use of SCMs shall conform.to the following: A. If fly ash or natural pozzolan is used: 1. The minimum amount of portland cement shall not be less than 75 percent by weight of the specified minimum cementitious material content. 2. The minimum amount of fly ash or natural pozzolan shall be: a. Fifteen percent by weight of the total amount of cementitious material if the calcium oxide content of fly ash or natural pozzolan is equal to or less than 2 percent by weight; b. Twenty-five percent by weight of the total amount of cementitious material if the calcium oxide content of fly ash or natural pozzolan is greater than 2 percent by weight. 3. The total amount of fly ash or natural pozzolan shall not exceed 35 percent by weight of the total amount of cementitious material to be used in the mix. If Section 90-1.01, "Description," specifies a maximum cementitious material content in pounds per cubic yard, the total weight of portland cement and fly ash or natural pozzolan per cubic yard shall not exceed the specified maximum cementitious material content. B. If silica fume is used: 1. The amount of silica fume shall not be less than 10 percent by weight of the total amount of cementitious material. 2. The amount of.portland cement shall not be less than 75 percent by weight of the specified minimum cementitious material content. 3. If Section 90-1.01, "Description," specifies a maximum cementitious material content in pounds per cubic yard, the total weight of portland.cement and silica fume per cubic yard shall.not exceed the specified maximum cementitious material content. C. If GGBFS is used: 1. The minimum-amount of GGBFS shall be either: a. Forty percent of the total cementitious material to be used, if the aggregates used in the .concrete are on the Department's list of "Approved Aggregates For Use in Concrete with Reduced Fly Ash." b. No less than 50 percent. 2. The amount of GGBFS shall not exceed 60 percent by weight of the total amount of cementitious materials to be used. 81 90-2.02 AGGREGATES Aggregates shall be free from deleterious coatings, clay balls, roots, bark, sticks, rags, and other extraneous material. • The Contractor shall provide safe and suitable facilities, including necessary splitting devices for obtaining samples of aggregates, in conformance with California Test 125. • Aggregates shall be of such character that it will be possible to produce workable concrete within the limits of water content provided in Section 90-6.06, "Amount of Water and Penetration." • Aggregates shall have not more than 10 percent loss when tested for soundness in conformance with the requirements in California Test 214. The soundness requirement for fine aggregate will be waived, provided that the durability index, Df, of the fine aggregate is 60 or greater when tested for durability in conformance with California Test 229. • If the results of any one or more of the Cleanness Value, Sand Equivalent, or aggregate grading tests do not meet the requirements specified for "Operating Range" but all meet the "Contract Compliance'.' requirements, the placement of concrete shall be suspended at the completion of the current pour until tests or other information indicate that the next material to be used in the work will comply with the requirements specified for "Operating Range." • If the results of either or both the Cleanness Value and coarse aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete that is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State $3.50 per cubic yard for paving concrete and $5.50 per cubic yard for all other concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due,or that may become due, the Contractor under the contract. • If the results of either or both the Sand Equivalent and fine aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete which is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State $3.50 per cubic yard for paving concrete and $5.50 per cubic yard for all other concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. • The 2 precedingparagraphs apply individually to the "Contract Compliance" requirements for coarse aggregate and fine aggregate. When both coarse aggregate and fine aggregate do not conform to the "Contract Compliance" requirements, both paragraphs shall apply. The payments specified in those paragraphs are in addition to any payments made in conformance with the provisions in Section 90-1.01,."Description." • No single Cleanness Value, Sand Equivalent, or aggregate grading test shall represent more than 300 cubic yards of concrete or one day's pour, whichever is smaller. • When the source. of an aggregate is changed, the Contractor shall adjust the mix proportions and submit in writing to the Engineer a copy of the mix design before using the aggregates. 82 90-2.02A COARSE:AGGREGATE • Coarse aggregate shall consist of gravel, .crushed gravel, crushed rock, reclaimed aggregate, crushed.air-cooled iron blast furnace slag or combinations :thereof. Crushed air-cooled blast furnace slag shall not be used in reinforced or prestressed concrete. • Reclaimed aggregate is aggregate,that has been recovered from plastic concrete by washing away the cementitious material. :Reclaimed aggregate shall conform to all aggregate.requirements. • Coarse aggregate shall conform to the following quality requirements: Californ Tests is Requiremen Test is Loss in Los Angeles Rattler .211 45% max. (after 500.revolutions) Cleanness Value Operating Range 227 75 min.. Contract Compliance 227 71 min. • In lieu of the above Cleanness Value.requirements, a Cleanness Value "Operating Range" limit of 7.1, minimum, and a Cleanness Value "Contract Compliance" limit of 68, minimum, will be used to determine the acceptability of the coarse aggregate if the Contractor furnishes a Certificate of Compliance, as provided in Section 6-1.07, "Certificates of Compliance," certifying that: A. Coarse aggregate sampled at the completion of processing at the aggregate production plant had a Cleanness Value of. not less than 82 when tested. in conformance with the requirements in California Test 227; and B. Prequalification tests performed in 'conformance with the requirements in California Test 549 indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater. than 105 percent, based on concrete. 90-2.02B FINE AGGREGATE • Fine aggregate shall consist of natural sand, manufactured sand produced from larger aggregate or a combination thereof.' Manufactured sand shall be well graded. • Fine.aggregate shall conform to;the following quality requirements: 83 Californ Test is Requiremen _ Test is Organic Impurities 213 Satisfactory a Mortar Strengths Relative to 515 95%; min. Ottawa Sand Sand Equivalent: Operating Range217 75, min. Contract Compliance 217 71 min. Fine aggregate developing a color darker than the reference standard color solution may be accepted if it is determined by the Engineer, from mortar strength tests, that a darker color is acceptable. • In lieu of the above Sand Equivalent requirements, a Sand Equivalent "Operating Range" limit of 71, minimum, and a Sand Equivalent "Contract Compliance" limit of 68, minimum, will be used to determine the acceptability of the fine aggregate if the Contractor furnishes. a Certificate of Compliance, as provided in Section 6-1.07, "Certificates of Compliance," certifying that: A. Fine aggregate sampled at the completion of processing at the aggregate production plant hada Sand Equivalent value of not less than 82 when tested by California Test 217; and B. Prequalification tests performed in conformance with California Test 549 indicated that the aggregate would develop a relative strength of not less than 95 percent and would have a relative shrinkage not greater than 105 percent,based on concrete. 90-2.03 WATER • In conventionally reinforced concrete work, the water for curing, for washing aggregates, and for mixing shall be free from oil and shall not contain more than 1,000 parts per million of chlorides as Cl, when tested in conformance with California Test 422, nor more than 1,300 parts per million of sulfates as SO4, when tested in conformance with California Test 417. In prestressed concrete work, the water for curing, for washing aggregates, and for mixing shall be free from oil and shall not contain more than 650 parts per million of chlorides as Cl, when tested in conformance with California Test 422, nor more than 1,300 parts per million of sulfates as SO4, when tested in conformance with California Test 41.7. In no case shall the water contain an amount of impurities that will cause either: 1) a change in the setting time of cement of more than 25 percent when tested in conformance with the requirements in ASTM Designation:. C 191 or ASTM Designation: C 266 or 2) a reduction in the compressive strength of mortar at 14 days of more than 5 percent, when tested in conformance with the requirements in ASTM Designation: C 109, when compared to the results obtained with distilled water or deionized water, tested in conformance with the requirements in ASTM Designation: C 109. • In nonreinforced concrete work, the water for curing, for washing aggregates and for mixing shall be free from oil and shall not contain more than 2,000.parts per million of chlorides as Cl, when tested in conformance with California Test 422, or more than 1,500 parts per million of sulfates as SO4, when tested in conformance with California Test 417. 84 • In addition to the above provisions, water for curing concrete shall not contain impurities in a sufficient amount to cause discoloration of the concrete or produce etching of the surface. • Water reclaimed from mixer wash-out operations may be used in mixing concrete. The water shall not contain coloring agents or more than 300 parts per million of alkalis (Na20 +0.658 K20) as determined on the filtrate. The specific gravity of.the water shall not exceed 1.03 and shall not vary more than±0:010 during a day's operations. .90-2.04 ADMIXTURE MATERIALS • Admixture materials shall conform to the requirements in the following ASTM Designations: A. Chemical Admixtures—ASTM Designation: C 494. B. Air-entraining Admixtures-ASTM Designation: C 260. 90-3 AGGREGATE GRADINGS 90-3.01 GENERAL. • Before beginning concrete work, the Contractor shall submit,in writing to the Engineer the gradation of the primary aggregate nominal sizes that the Contractor proposes to furnish. If a primary coarse aggregate or the fine aggregate is separated into 2 or more sizes; the proposed gradation shall consist of the gradation for each individual size, and the proposed proportions of each .individual size, combined mathematically to indicate one proposed gradation. The proposed gradation shall meet the grading requirements shown in the table in this section, and shall show the percentage passing each of the sieve sizes used in determining the end result. The Engineer may waive, in writing, the gradation requirements in this Section 90-3.01 and 'in Sections 90-3.02, ."Coarse Aggregate Grading," 90-3.03, "Fine Aggregate Grading," and 90-3.04, "Combined Aggregate Gradings," if,.in the Engineer's opinion, furnishing the gradation is not necessary for the type or amount of concrete work to be constructed. • Gradations.proposed by the Contractor shall be within the following percentage passing limits: 85 Primary Aggregate Siev Limits of Proposed Nominal Size Sze Gradation 1 1/2" x 3/4" 1" 19 -41 1" x No. 4 3/4" 52 - 85 1" x No. 4 3/8" 15 - 38 1/2" x No. 4 3/8" 40 - 78 3/8" x No. 8 3/8" 50 - 85 Fine Aggregate N6 55 - 75 Fine Aggregate 30 34 - 46 Fine Aggregate No. 16 -29 50 • Should the Contractor change the source of supply, the Contractor shall submit in ..writing to the Engineer the new gradations before their intended use. 90-3.02 COARSE AGGREGATE GRADING • The grading requirements for coarse aggregates are shown in the following table for each size of coarse aggregate: Percentage Passing Primary Aggregate Nominal Sizes 1 1/2" x 3/4" 1" x No. 4 1/2 x No. 4 3/8" x No. 8 Operatin. Contract Operatin Contract Operating Contract Operatin Contract g g g. Sieve Range Compliance Range Complianc Range Compliance Range Complianc Sizes e e 2" 100 100 — — — — — — 1 1/2 88 - 85 - 100 100 100 — — — — 100 1" X±18 X±25 88 - 86 - 100 — — — — 100 3/4" 0 - 17 0 - 20. X±15 X±22 100 100 — = 1/211 — =- — — 82 - 100 80 - 100 100 100 3/8'.' 0 - 7 0 - 9 Xf15 X±22 Xf15 X±22 X±15 X+-20 No. 4 — — 0 - 16 0 - 18 0 - 15 0 - 18 0 - 25 0 - 28 No. 8 — — 0 - 6 0 - 7 0- 6. 0 - 7 0 - 6 0 - 7 • In the above table, the symbol X is the gradation that the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01; "General." • Coarse aggregate for the 1 1/2 inch, maximum, combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," shall be furnished in 2 or more primary aggregate nominal sizes. Each primary aggregate nominal size may be separated into 2 sizes and stored separately, provided that the combined material conforms to the grading requirements for that particular primary aggregate nominal size. 86 • When the" one inch, maximum, combined aggregate grading as provided in Section 90-3.04, "Combined Aggregate Gradings," is to be-used, the coarse aggregate may be separated into 2' sizes and stored separately, provided;:that the combined material shall conform to the grading requirements for the 1"x No. 4 primary aggregate nominal size. 90-3.03 FINE AGGREGATE GRADING • Fine aggregate shall be graded within the following:limits: Percentage Passing Sieve Sizes . Operating Contract Range Somplianc e 3/8" 100 100 No. 4 95 - 100 93 - 100 No. 8 65 - 95 .61 - 99 No. 16 X±10 X:L B No. 30 X f9 X±12 No. 50 . X±6 X f9 No. 100 :2 - 12 1 - 15 No..200. 0 -8. 0 - 10 . • In the above. table, the symbol X is the gradation that the Contractor proposes to furnish for the specific sieve size as provided in Section 90-3.01, "General." • In-addition.to the above required grading analysis, the distribution of the fine aggregate sizes shall be such that the difference between'the total percentage passing the No. 16 sieve and the total percentage passing the No. 30 sieve shall be between 10 and 40, and the difference between the percentage passing the No. 30 and No. 50 sieves shall be between 10 and 40. • Fine aggregate may be separated into 2 or more sizes and stored separately, provided that the combined material conforms to the grading requirements specified in this. Section 90-3.03. 90-3.04 COMBINED AGGREGATE GRADINGS • Combined''aggregate grading limits shall be used only for the design of concrete mixes. Concrete mixes shall be designed so that aggregate's are combined in proportions that shall produce a mixture within the .grading limits for combined aggregates as specified herein. • The. combined aggregate grading, except when. otherwise specified in these specifications or the special provisions, shall be either the 1. 1/2 inch, maximum grading, or the 1 inch, maximum grading, at the option of the Contractor. 87 Grading Limits of Combined Aggregates Percentage Passing Sieve 1 1/2" 1" Max. 1/2" Max. 3/8" Max. Sizes Max. 2" 100 — — — 1 1/2" 90- 100 100 — — 1" 50 - 86 90 - 100 — — 3/4" 45 - 75 55 - 100 100 = 1/2" — — 90 - 100 100 3/8" 38 - 55 45 - 75 55 - 86 50.- 100 No. 4 .30 -45 35 - 60 45 - 63 45 -.63 No. 8 23 - 38 27 -45 35 - 49 35 -49 No. 16 17 - 33 20 - 35 25 - 37 25 - 37 No. 30 10 - 22 12 - 25 15 - 25 15 - 25 No. 50 4- 10 5 - 15 5 - 15 5 - 15 No. 100 1 - 6 1 - 8 1 - 8 1 - 8 No. 200 . 0 - 3 0 - 4 0 -4 0 - 4 • Changes from one grading to another shall.not be made during the progress of the work unless permitted by the Engineer. 90-4 ADMIXTURES 90-4.01 GENERAL • Admixtures. used in portland cement concrete shall conform to and be used in conformance with the provisions in this Section 90-4 and the special provisions. Admixtures shall be used when specified or ordered by the Engineer and may be used at the Contractor's option as provided herein. • Chemical admixtures and air-entraining admixtures containing chlorides as Cl in excess. of one percent by weight of admixture, as determined by California Test 415, shall not be used. • Admixtures shall.be uniform in properties throughout their use in the work. Should it be found that an admixture as furnished is not uniform in properties, its use shall be discontinued. • If more than one admixture is used, the admixtures shall be compatible with each other so that the desirable effects of all admixtures used will be realized. • Chemical admixtures shall be used in conformance with the manufacturer's written recommendations. 90-4.02 MATERIALS Admixture materials shall conform to the provisions in Section 90-2.04, "Admixture Materials." 90-4.03 ADMIXTURE APPROVAL • No admixture brand shall be used.in the work unless it is on the Department's current list of approved brands for the type of admixture involved. • Admixture brands will be considered for addition to the approved list if the manufacturer of the admixture submits to the Transportation Laboratory a sample of the 88 admixture accompanied by certified test results demonstrating that the admixture complies with the requirements in the appropriate ASTM Designation and these specifications. The sample shall be sufficient to permit performance of all required tests. Approval of admixture brands will be dependent upon a determination as to compliance with the requirements, based on the certified test results submitted, together with tests the Department may elect to perform. • If the Contractor proposes to use,an admixture of a brand and type on the current list of approved admixture brands, the Contractor shall furnish a Certificate of Compliance from the manufacturer, as provided in Section 6-1.07, ."Certificates of Compliance," certifying that the admixture furnished is the same as that previously approved. If a previously approved admixture is not accompanied by a Certificate of Compliance, the admixture shall not be used in the work until the Engineer has had sufficient time to make the appropriate tests and has approved the admixture for use. The Engineer may take samples for testing at any time, whether or not the admixture has been accompanied by a Certificate of Compliance. 90-4.04 REQUIRED USE OF CHEMICAL ADMIXTURES • If the use of a chemical admixture is specified, the admixture shall be used at the dosage specified, except that if no dosage is specified,.the.admixture shall be used at the dosage normally recommended by the manufacturer of the admixture. 90-4.05 OPTIONAL USE OF CHEMICAL ADMIXTURES • The Contractor may use Type A or F, water-reducing; Type B, retarding; or Type D or G, water-reducing and retarding admixtures as described in ASTM Designation: C 494 to conserve cementitious material or,to facilitate any concrete construction application subject to the following conditions: A. If a water-reducing admixture or a water-reducing and retarding admixture is used, the cementitious material content specified or ordered may be reduced by a .maximum of 5 percent by weight, except that the resultant cementitious material content shall be not less than 505 pounds per cubic yard; and B. When a reduction,in cementitious material content is made, the dosage.of admixture used shall be the dosage used in determining approval of the admixture. • Unless otherwise specified, a Type C accelerating chemical admixture conforming to the requirements in ASTM Designation: C 494, may be used in portland cement concrete. Inclusion in the mix design submitted for approval will not be required provided that the admixture is added to"counteract changing conditions that contribute to delayed setting of the portland cement concrete, and the use orchange in dosage of the admixture is approved in writing by the Engineer. 90-4.06 REQUIRED USE OF AIR-ENTRAINING ADMIXTURES • When air-entrainment is. specified or. ordered by the Engineer, the air-entraining admixture shall be used in amounts to produce a concrete having the specified air content as determined by California Test 504. 89 90-4.07 OPTIONAL USE OF AIR-ENTRAINING ADMIXTURES • When air-entrainment has not been specified or ordered by the Engineer, the Contractor will be permitted to use an air-entraining admixture to facilitate the use of any construction procedure or equipment provided that the average air content, as determined by California Test 504, of 3 successive tests does not exceed 4 percent, and no single test value exceeds 5.5 percent. If the Contractor elects to use an air-entraining admixture in concrete for pavement, the Contractor shall so indicate at the time the Contractor designates the source of aggregate. 90-4.08 BLANK 90-4.09 BLANK 90-4.10 PROPORTIONING AND DISPENSING LIQUID ADMIXTURES • Chemical admixtures and air-entraining admixtures shall be dispensed in liquid form. Dispensers for liquid admixtures shall have sufficient capacity to measure at one time the prescribed quantity required for each batch of concrete. Each dispenser shall include a graduated measuring unit into which liquid admixtures are measured to within±5 percent of the prescribed quantity for each batch. Dispensers shall be located and maintained so that the graduations can be accurately read from the point at which proportioning operations are controlled to permit a visual check of batching accuracy prior to discharge. Each measuring unit shall be clearly marked for the type and quantity of admixture. • Each liquid admixture dispensing system shall be equipped with a"sampling device consisting of a valve located in a safe and readily accessible position such that a sample of the admixture may be withdrawn slowly by the Engineer. • If more than one liquid admixture is used in the concrete mix, each liquid admixture shall have a separate measuring unit and shall be dispensed by injecting equipment located in such a manner that the admixtures are not mixed at high concentrations and do not interfere with the effectiveness of each other. When air-entraining admixtures are used in conjunction with other liquid admixtures, the air-entraining admixture shall be the first to be incorporated into the mix, unless it is demonstrated that a different sequence improves performance. • When automatic proportioning. devices are required for concrete pavement, dispensers for liquid admixtures shall operate automatically with the batching control equipment. The dispensers shall be equipped with an automatic warning system in good operating condition that will provide a visible or audible signal at the point at which proportioning operations are controlled when the quantity of admixture measured for each batch of concrete. varies from the preselected dosage by more than 5 percent, or when the entire contents of the measuring unit are not emptied from the dispenser into each batch of concrete. • Unless liquid admixtures are added to premeasured water for the batch; their discharge into the batch shall be arranged to flow into the stream of water so that the admixtures are well dispersed throughout the batch, except that air-entraining admixtures may be dispensed directly into moist sand in the batching bins provided that adequate control of the air content of the concrete can be maintained. • Liquid admixtures requiring dosages greater than one-half gallon per cubic yard shall be considered to be water when determining the total amount of free water as specified in Section 90-6.06, "Amount of Water and Penetration." 90 90-4.11 BLANK 90-5 PROPORTIONING 90-5.01 STORAGE OF AGGREGATES • Aggregates shall be stored or stockpiled in such a manner that separation of coarse and fine particles ofeach size shall be avoided and the various sizes shall not become intermixed before proportioning. • Aggregates shall be stored or stockpiled and handled in a manner that prevent contamination by foreign materials. In addition'; of aggregates at batching or mixing facilities that are erected subsequent to the award of the contract and that furnish concrete to the project shall conform to the following: A. Intermingling of the different sizes of aggregates shall be positively prevented. The Contractor shall take the necessary measures to prevent intermingling. The preventive measures may include, but are not necessarily limited to, physical separation of stockpiles or construction of bulkheads of adequate length and height; and B. Contamination of aggregates by contact with the ground shall be positively prevented. The Contractor shall take the necessary measures to prevent contamination. The preventive measures shall include, but are not necessarily limited to, placing aggregates on wooden platforms or on hardened surfaces consisting of portland cement concrete, asphalt concrete, or cement treated material. • In placing aggregates instorage or in moving the aggregates from storage to the weigh hopper of the batching plant, any method that may cause segregation, degradation, or the combining of materials of different gradings that will result in any size of aggregate at the weigh hopper failing to meet the grading requirements, shall be discontinued. Any method of handling aggregates that results in excessive breakage of particles shall be discontinued. The use of suitable devices to reduce impact of falling aggregates may be required by the Engineer. 90-5.02 PROPORTIONING DEVICES • Weighing, measuring, or metering devices used for proportioning materials shall conform to .the requirements in Section 9-1.01, "Measurement of Quantities," and this Section 90-5.02. ; In addition, automatic weighing systems shall comply with the requirements for automatic proportioning.devices in Section 90-5.03A, "Proportioning for Pavement." Automatic devices shall be automatic to the extent that the only manual operation required for proportioning the aggregates, cement, and supplementary cementitious material for one batch of concrete is a single operation of a switch or starter. • Proportioning devices shall be tested as frequently as the Engineer may deem necessary to ensure their accuracy. • Weighing equipment shall be insulated against vibration or movement of. other operating equipment:in the plant. When the plant is in operation, the weight of each batch of material shall not vary from the weight designated .by the Engineer by more than the tolerances specified herein. • Equipment for cumulative weighing of aggregate shall have a zero tolerance of f0.5 percent of the designated total batch weight of the aggregate. For systems with individual weigh hoppers for the various :sizes of aggregate, the zero tolerance shall be 91 r ±0.5 percent of the individual batch weight designated for each size of aggregate. Equipment for cumulative weighing of cement and supplementary cementitious material shall have a zero tolerance of f0.5 percent of the designated total batch weight of the cement and supplementary cementitious material. Equipment for weighing cement or supplementary cementitious material separately shall have a zero tolerance of f0.5 percent of their designated individual batch weights. Equipment for measuring water shall have a zero tolerance of±0.5 percent of its designated weight or volume. • The weight indicated for any batch of material shall not vary from the preselected scale setting by more than the following: A. Aggregate weighed cumulatively shall be within 1.0 percent of the designated total batch weight of the aggregate. Aggregates weighed individually shall be within 1.5 percent of their respective designated batch weights; and B. Cement shall be 99 to. 102 percent of its designated batch weight. When weighed individually, supplementary cementitious material shall be 99 to 102 percent -of its designated batch weight. When supplementary cementitious material and cement are permitted to be weighed cumulatively, cement shall be weighed first to 99 to 102 percent of its designated batch weight, and the total for cement and supplementary cementitious material shall be 99 to.102 percent of the sum of their designated batch weights; and C. Water shall be within 1.5 percent of its designated weight or volume. • Each scale graduation shall be approximately 0.001 of the total capacity.of the scale. The capacity of scales for weighing cement, supplementary cementitious material, or cement plus supplementary cementitious material and aggregates shall not exceed that of commercially available scales having single graduations indicating a weight not exceeding the maximum permissible weight variation above, except that no scale shall be required having a capacity of less than 1,000 pounds, with one pound graduations. 90-5.03 PROPORTIONING • Proportioning shall consist of dividing the aggregates into the specified sizes, each stored in a separate bin, and combining them with cementitious material and water as provided in these specifications. Aggregates shall be proportioned by weight. • At the time of batching, aggregates shall have been dried or drained sufficiently to result in a stable moisture content such that no visible separation of water from aggregate will take place during transportation from the proportioning plant to the point of mixing. In no event shall the free moisture content of the fine aggregate at the time of batching exceed 8 percent of its saturated, surface-dry weight. Should separate supplies of aggregate material of the same size group, but of different moisture content or specific gravity or surface characteristics affecting workability, be available at the proportioning plant, withdrawals shall be made from one supply exclusively and the materials therein completely exhausted before starting upon another. • Bulk Type IP (MS) cement shall be weighed in an individual hopper and shall be kept separate from the aggregates until the ingredients are.released for discharge into the mixer. • Bulk cement and supplementary cementitious material may be weighed in separate, individual weigh hoppers or may be weighed in the same weigh hopper and shall be kept separate from the aggregates until the ingredients are released for discharge into the mixer. 92 If the cement and supplementary cementitious material are weighed cumulatively, the cement shall be weighed first. • If cement and supplementary cementitious material are weighed in separate weigh hoppers, the weigh.systems for the proportioning of the aggregate,. the cement, and the supplementary cementitious material shall be individual and distinct from all other weigh systems. Each weigh system shall be equipped with a hopper, a lever system, and an indicator to constitute an individual and independent material-weighing device. The cement and the supplementary cementitious material shall be discharged into the mixer simultaneously with the aggregate. • The . scales and weigh hoppers for bulk .weighing cement, supplementary cementitious. material, or cement plus supplementary cementitious material shall be separate and distinct from the aggregate weighing equipment. • For batches of one cubic yard or more, the batching equipment shall conform to one of the following combinations: A. Separate.boxes and separate scale and indicator for weighing each size of aggregate. B. Single box and scale indicator for all aggregates. C. Single box or separate boxes and.automatic weighing mechanism for all aggregates. • In order to check the accuracy of batch weights, the gross weight and tare weight of batch trucks, truck mixers, truck agitators, and non-agitating hauling equipment shall be determined when ordered by the Engineer. The equipment shall be weighed.on scales designated by the Engineer. 90-5.03A PROPORTIONING FOR PAVEMENT Aggregates and bulk supplementary cementitious material for use in pavement shall be proportioned by weight by means of automatic proportioning devices of approved type conforming to these specifications. • The Contractor shall install and maintain in operating condition an electronically actuated moisture meter that will.indicate, on a readily visible scale, changes in the moisture content of.the fine aggregate as it is batched within a sensitivity of 0.5 percent by weight of the fine aggregate.. • The batching of cement, supplementary.cementitious material, or cement plus supplementary cementitious material and aggregate shall be interlocked so that a new batch cannot be started until all weigh hoppers are empty, the proportioning devices are within zero tolerance, and the discharge gates are closed. The interlock shall permit.no part of the batch to be discharged until all aggregate hoppers and .the cement and 'supplementary cementitious material hoppers or the cement plus supplementary cementitious material hopper are charged with weights that are within the tolerances specified in Section 90-5.02, "Proportioning Devices." • If interlocks are required for cement and supplementary, cementitious material charging mechanisms and cement and supplementary cementitious material are weighed cumulatively, their charging mechanisms shall be interlocked to prevent the introduction of mineral admixture until the weight of cement in the cement weigh hopper is within the tolerances specified in Section 90-5.02, "Proportioning Devices." • If concrete is completely mixed in stationary paving mixers, the supplementary cementitious materials shall be weighed in a separate weigh hopper and the supplementary cementitious material and cement shall be introduced simultaneously into the mixer 93 proportionately with the aggregate. If the Contractor provides certification that the stationary mixer is capable of mixing the cement, supplementary cementitious material, aggregates, and water uniformlybefore discharge, weighing the supplementary cementitious material cumulatively with the cement is permitted.. Certification shall contain. the following: A. Test results for 2 compressive strength test cylinders of concrete taken within the first one- third and 2 compressive strength test cylinders of concrete taken within the last one-third of the concrete discharged from a single batch from the stationary paving mixer. Strength tests and cylinder preparation will be in conformance with the provisions of Section 90-9, "Compressive Strength"; B. Calculations demonstrating that the difference in the averages of 2 compressive strengths taken in the first one-third is no greater than 7.5 percent. different than the averages of 2 compressive strengths taken in the last one-third of the concrete discharged from a single .batch from the stationary paving mixer. Strength tests and cylinder preparation will be in conformance with the provisions of Section 90-9, "Compressive Strength;" and C. The mixer rotation speed and time of mixing before discharge that are required to produce a mix that meets the requirements above. The discharge gate on the cement and supplementary cementitious material hoppers or the cement plus supplementary cementitious material hopper shall be designed to permit regulating . the flow of cement, supplementary cementitious material, or cement plus supplementary cementitious material into the aggregate as directed by the Engineer. • If separate weigh boxes are.used for each size of aggregate,.the discharge gates shall permit regulating the flow of each size of aggregate as directed by the Engineer. • Material discharged from the several bins shall be controlled .by gates .or by mechanical conveyors. The means of withdrawal from the several bins, and of discharge from the weigh box, shall be interlocked so that not.more than one bin can discharge at a time, and so that the weigh box cannot be tripped until the required quantity from each of the several bins has been deposited therein. Should a separate weigh box be used for each size of aggregate, all may be operated and discharged simultaneously. •. If the discharge from the several bins is controlled by gates, each gate shall be actuated. automatically so that the required mass is discharged into the weigh box, after which the gate shall automatically close and lock. • The automatic weighing system shall be designed so that all proportions required may be set on the weighing controller at the same time. 90-6 MIXING AND TRANSPORTING 90-6.01 GENERAL • Concrete shall be mixed in mechanically operated mixers, except that when permitted by the Engineer, batches not exceeding .1/3 cubic yard may be mixed by hand methods in conformance with the provisions in Section 90-6.05, "Hand-Mixing. • Equipment having components made of aluminum or magnesium alloys that would have contact with plastic concrete during mixing, transporting, or pumping of portland cement concrete shall not be used. • Concrete shall be homogeneous and thoroughly mixed, and there shall be no lumps or evidence of undispersed cementitious material. 94 • Uniformity of concrete mixtures will be determined by differences in penetration as determined by California Test 533, or slump as determined by ASTM Designation: C 143, and by variations in'the proportion of coarse aggregate as determined.by California Test 529. • When the mix design specifies a penetration value, the difference in penetration, determined by comparing penetration tests on 2 samples of mixed concrete from the same batch or truck mixer load, shall not exceed 1/2-inch. When the mix design specifies a slump value, the difference in slump, determined.by comparing slump tests on 2 samples of mixed concrete from the same batch or truck mixer load, shall not exceed'the values given in the table below. Variation in the proportion of coarse aggregate will be determined by comparing the results of tests of 2 samples of mixed concrete from the same batch or truck mixer load and the difference between the 2 results shall'.not exceed 170 pounds per cubic yard of concrete. Average Slump Maximum Permissible Difference. Less than 4" 1" 4" to 6" ' 1 1/2" Greater than 6" to 9" 2" • The Contractor shall furnish samples of the freshly mixed concrete and provide satisfactory facilities for obtaining the samples. .90-6.02 MACHINE.MIXING Concrete mixers may be of the revolving drum or the revolving blade type, and the mixing drum or blades shall be operated uniformly at the mixing speed recommended by the manufacturer. Mixers and agitators that have an accumulation of hard concrete or mortar shall not be used. • The temperature of mixed concrete; immediately before placing, shall be not less than 50° F or more than 90° F. Aggregates and water shall be heated or cooled as necessary to produce concrete within these temperature limits. Neither aggregates nor mixing water shall be heated to exceed 150°.F. If ice is used to cool the concrete, discharge of the mixer will not be permitted until all ice is melted. • The batch shall be so charged into the mixer that,some water will enter in advance of cementitious materials and aggregates. All water shall be in the drum by the end of the first one-fourth of the specified mixing time. Cementitious materials shall be batched and charged into the mixer by means that will not result either in loss of cementitious materials due to. the effect of wind, in accumulation of cementitious materials on surfaces of conveyors or hoppers, or in other conditions that reduce or vary the required.quantity of cementitious material in the concrete mixture. . • Paving and stationary mixers shall be operated with an automatic timing device. The timing device and discharge mechanism shall be interlocked so that during normal operation no part of the batch will be discharged until the specified mixing time has elapsed. The total elapsed time between the intermingling of damp aggregates and all cementitious materials and the start of mixing shall not exceed 30 minutes. • The size of batch shall not exceed the manufacturer's guaranteed capacity. • When producing concrete for pavement or.base,' suitable batch"counters shall be installed and maintained in good operating condition at job site batching plants and 95 r stationary mixers. The batch counters shall indicate the exact number of batches proportioned and mixed. • Concrete shall be mixed and delivered to the job site by means of one of the following combinations of operations: A. Mixed completely in a stationary mixer and the mixed concrete transported to the point of delivery in truck agitators or in nonagitating hauling equipment(central-mixed concrete). B. Mixed partially in a stationary mixer, and. the mixing completed in a truck mixer (shrink-mixed concrete). C. Mixed completely in a truck mixer(transit-mixed concrete). D. Mixed completely in a paving mixer. • Agitators may be truck mixers operating at agitating speed or truck agitators. Each mixer and agitator shall have attached thereto in a prominent place a metal plate or plates on which is plainly marked the various uses for which the equipment is designed, the manufacturer's guaranteed capacity of the drum or container in terms of the volume of mixed concrete and the speed of rotation of the mixing drum or blades. • Truck mixers shall be equipped with electrically or mechanically actuated revolution counters by which the number of revolutions of the drum or blades may readily be verified. • When shrink-mixed concrete is furnished, concrete that has been partially mixed at a central plant shall be transferred to a truck mixer and all requirements for transit-mixed concrete shall apply. No credit in the number of revolutions at mixing speed will be allowed for partial mixing in a central plant. 90-6.03 TRANSPORTING MIXED CONCRETE • Mixed concrete may be transported to the delivery point in truck agitators or truck mixers operating at the speed designated by the manufacturer of the equipment as agitating speed, or in non-agitating hauling equipment, provided the consistency and workability of the mixed concrete upon discharge at the delivery point is suitable for adequate placement and consolidation in place, and provided the mixed concrete after hauling to the delivery point conforms to the provisions in Section 9.0-6.01, "General." • Truck agitators shall be loaded not to exceed the manufacturer's guaranteed capacity and shall maintain the mixed concrete in a thoroughly mixed and uniform mass during hauling. • Bodies of nonagitating hauling equipment shall be constructed so that leakage of the concrete mix, or any part thereof, will not occur at any time. • Concrete hauled in open-top vehicles shall be protected during hauling against rain or against exposure to the. sun for more than 20 minutes when the ambient temperature exceeds 75° F. • No additional mixing water shall be incorporated into the concrete during hauling or after arrival at the delivery point, unless authorized by the Engineer.. If the Engineer authorizes additional water to be incorporated into the concrete, the drum shall be revolved not less.than 30 revolutions at mixing speed after the water is added and before discharge is commenced. • The rate of discharge of mixed concrete from truck mixer-agitators. shall be controlled by the speed of rotation of the drum in the discharge direction with the discharge gate fully open. 96 • If a truck mixer or agitator is used for transporting concrete to'the delivery point, discharge shall be completed within 1.5 hours 'or before 250 revolutions of the drum or blades, whichever occurs first, after the introduction of the cement to the aggregates. Under conditions contributing to quick stiffening of the concrete, or if the temperature of the concrete is 85° F or above, the time allowed may be less than 1.5 hours. If an admixture is used to retard the set time, the temperature of the concrete shall not exceed 85° F, the time limit shall be 2 hours; and the revolution limitation shall be 300. • If nonagitating hauling equipment is.;used for transporting concrete to the delivery point, discharge shall be completed within one hour after the addition of the cement to the aggregates. Under.conditions contributing to':quick stiffening of the concrete, or when the temperature of the concrete is 85° F or above, the time between the introduction of cement to the aggregates and discharge shall not exceed 45 minutes. • Each load of concrete delivered at the job site shall be accompanied by a weighmaster certificate showing the mix identification number, nonrepeating load number, date and time at which the materials were batched, the total amount of water added to the load, and for transit-mixed .concrete, the reading of the revolution counter at the time the truck mixer is charged with cement. This weighmaster certificate shall also show the actual scale weights (pounds) for the ingredients batched. Theoretical or target batch weights shall not be used as a substitute for actual scale weights. Weighmaster certificates shall be provided in printed form., or if approved by the Engineer,the data may be submitted in electronic media. Electronic media shall be presented in a tab-delimited format on a 3 1/2-inch diskette with a capacity of at least. 1.4 megabytes. Captured data, for the ingredients represented by each batch shall be "line feed, carriage return" (LFCR) and "one line, separate record";with allowances for sufficient fields to satisfy the amount of data required by these specifications. • The Contractor may furnish a.weighmaster certificate accompanied by a separate certificate that lists the actual batch weights or.-measurements for a load of concrete provided that both certificates are imprinted with the same nonrepeating load number that is unique to the contract and delivered to the jobsite with the load. • Weighmaster certificates furnished : by the Contractor shall conform to the provisions in Section 9-1.01, "Measurement of Quantities. 90-6.04 TIME OR AMOUNT OF MIXING • Mixing of concrete in paving or stationary mixers shall continue for the required mixing time after all ingredients, except water'and admixture, if adde.d.with the water, are in the mixing compartment of the mixer before any part of the batch is released. Transfer time in multiple drum mixers shall not be counted as part of the required mixing time.. • The required mixing time, in paving or stationary mixers, of concrete used for concrete structures,:except minor structures,.shall be not less than 90 seconds or more than 5 minutes,.except that when directed by the Engineer in.writing,.the requirements of the following paragraph,shall apply: • The required mixing time, in paving or stationary mixers, except as provided in the preceding paragraph, shall be not less than 50 seconds or more than.5 minutes. • The minimum required. revolutions at the mixing speed for transit-mixed concrete shall not be less than that recommended by the mixer manufacturer, but in no case shall the number of revolutions be less than that required to consistently produce concrete conforming to the provisions for uniformity in Section 90-6.01, "General." 97 r • When a high range water-reducing admixture is added to the concrete at the job site, the total number of revolutions shall not exceed 300. 90-6.05 HAND-MIXING • Hand-mixed concrete shall be made in batches of not more than 1/3 cubic yard and shall be mixed on a watertight, level platform. The proper amount of coarse aggregate shall be measured in measuring boxes and spread on the platform and the fine aggregate shall be spread on this layer, the 2 layers being not more than one foot in total depth. On this mixture shall be spread the dry cementitious materials and the whole mass turned no fewer than 2 times dry; then sufficient clean water shall be added, evenly distributed, and the whole mass again turned no fewer than 3 times, not including placing in the carriers or forms.. 90-6.06 AMOUNT OF WATER AND PENETRATION • The amount of water used in concrete mixes shall be regulated so that the penetration of the concrete as determined by California Test 533 or the slump of the concrete as determined by ASTM Designation: C 143 is within the nominal values shown in the following table. When the penetration or slump of the concrete is found to exceed the nominal values listed, the mixture of subsequent batches shall be adjusted to reduce the penetration or slump to a value within the nominal range shown. Batches of concrete with a penetration or slump exceeding the maximum values listed shall not be used in the work. If Type F or Type G chemical admixtures are added.to the mix, the penetration requirements shall not apply and the slump shall not exceed 9 inches after the chemical admixtures are added. Type of Work Nominal Maximum Penetration Slump Penetration Slump (inches) (inches) (inches) (inches) Concrete Pavement 0 - 1 - 1 1/2 — Non-reinforced concrete 0 - 1 1/2 — 2 facilities Reinforced concrete structures Sections over 12 inches thick 0 - 1 1/2 — 21/2 — Sections 12 inches thick or less . 0 - 2 — 3 — Concrete placed under water — 6 - 8 — 9 Cast-in-place concrete piles 2 1/2 - 3 1/2 5 - 7 4 8 • The amount of free water used in concrete shall not exceed 310 pounds per cubic yard, plus 20 pounds for each required .100 pounds of cementitious material in excess of 550 pounds per cubic yard. • The term free water is defined as the total water.in the mixture minus the water absorbed by the aggregates in reaching a saturated surface-dry condition. • If there are adverse or difficult conditions that affect the placing of concrete, the above specified penetration and free water content limitations may be exceeded providing the Contractor is granted permission by the Engineer in writing to increase the cementitious material content per cubic yard of concrete. The increase in water and cementitious material shall be ata ratio not to exceed 30 pounds of water per added 100 pounds of cementitious 98 material per cubic yard. Full compensation for additional cementitious material and water added under these conditions shall be considered as included in the contract price paid for the concrete work involved and no additional compensation will be allowed therefor. • The equipment for supplying water to the mixer shall be constructed and arranged so that the amount of water added can be measured accurately. Any method of discharging water into the mixer for a batch shall be accurate within 1:5 percent of the quantity of water required to be added to the mix for any position of the mixer. Tanks used to measure water shall be designed.so that water cannot enter while water is being discharged into the mixer. and discharge into the.mixer shall be made rapidly in one operation without dribbling. All equipment shall be arranged so as to permit checking the amount of.water delivered by discharging into measured containers. 90-7 CURING CONCRETE 9077.01 METHODS OF CURING. • Newly placed concrete shall be .cured by the methods specified in this Section 9077.01 and the special provisions. 90-7.01A WATER METHOD • The concrete shall be kept continuously wet by the application of water for a minimum curing period of 7 days after the concrete has been placed. • Cotton mats, rugs, carpets, or .earth or sand blankets may be used as a curing medium to retain the moisture during the curing period. • If a curing medium consisting of cotton mats, rugs, carpets, polyethylene sheeting, polyethylene sheeting on burlap, or earth or sand blankets is to be used to retain the moisture, the entire surface of the concrete shall be kept damp by applying water.with a nozzle that so atomizes the flow that.a mist and not a spray is formed, until the surface of the concrete is covered with.the curing medium., The moisture from the nozzle shall not be applied under pressure directly upon the concrete and shall not be allowed to accumulate on the concrete in a quantity sufficient to cause a flow.or wash the surface. At the expiration of the curing period,the concrete surfaces shall be cleared of all curing media. • At the option of the Contractor, a curing medium consisting of white opaque polyethylene sheeting extruded onto burlap may be. used to cure concrete structures. The. polyethylene sheeting shall have a minimum thickness of.4-mil, and shall be extruded onto l0-ounce burlap. • At the option of the Contractor, a curing medium consisting of polyethylene sheeting may be used to cure concrete columns. The polyethylene sheeting shall have a minimum thickness of 10-mil achieved in.a single layer of material. If the Contractor chooses to use polyethylene sheeting or polyethylene sheeting on burlap as a curing medium, these media and any joints therein shall be secured as necessary to provide moisture retention and shall be within 3 inches of the concrete at all.points along the surface being cured. When these media are,used, the temperature of the concrete shall be monitored during curing.. If the temperature of the concrete cannot be maintained below 140° F, use of these curing media shall be disallowed. • When concrete .bridge decks and.flat slabs are to. be cured without the use of a curing medium, the entire surface of the bridge deck or slab shall be. kept damp by the application of water.with an atomizing nozzle as specified above, until the concrete has set, after which the entire surface of the concrete shall be sprinkled continuously with water for a period of not less than 7 days. 99 90-7.01B CURING COMPOUND METHOD • Surfaces of the concrete that are exposed to the air shall be sprayed uniformly with a curing compound. • Curing compounds to be used shall be as follows: 1. Pigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 2, Class B, except the resin type shall be poly-alpha-methylstyrene. 2. Pigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 2, Class B. 3. Pigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type.2, Class A. 4. Nonpigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 1, Class B. 5. Nonpigmented curing compound conforming to the requirements in ASTM Designation: C 309, Type 1, Class A. . 6. Nonpigmented curing compound with fugitive dye conforming to the requirements in ASTM Designation: C 309, Type 1-D, Class A. • The infrared scan for the dried vehicle from curing compound (1) shall match the infrared scan on file at the Transportation Laboratory. • The. loss of water for each type of curing compound, when tested in conformance with the requirements in California Test 534, shall not be more than 0.28-pounds per square yard in 24 hours. • The curing compound to be used will be specified elsewhere in these specifications or in the special provisions. • If the use of curing compound is required or permitted elsewhere in these specifications or in the special provisions and no specific kind is specified, any of the curing compounds listed above may be used. • Curing compound shall be applied at a nominal rate of one gallon per 150 square feet, unless otherwise specified. • At any point, the application rate shall be within ±50 square feet per gallon of the nominal rate specified, and the average application rate shall be within ±25 square feet per gallon of the nominal rate specified when tested in conformance with the requirements in California Test 535. Ruris, sags, thin areas, skips, or holidays in the applied curing compound shall be evidence that the application is not satisfactory. • Curing compounds shall be applied using power operated spray equipment. The power operated spraying equipment shall be equipped with an operational pressure gage and a means of controlling the pressure. Hand spraying of small and irregular areas that are not reasonably accessible to mechanical spraying equipment, in the opinion of the Engineer, may be permitted. • The curing compound shall be applied. to the concrete following the surface finishing operation, immediately before the moisture sheen disappears from the surface, but before any drying shrinkage or craze cracks begin.to appear. In the event of any drying or cracking of the surface, application of water with an atomizing nozzle as specified in Section 90-7.01A, "Water Method," shall be started immediately and shall be continued until application of the compound is resumed.or started; however, the compound shall not be applied over any resulting freestanding water. Should the film of compound be damaged 100 from any cause before the expiration of 7 days after the concrete is placed in the case of 'L structures and 72 hours in the case of pavement, the damaged portion shall be repaired immediately with additional compound. • At the time of use, compounds containing pigments shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. A paddle shall be used to loosen all settled pigment from the bottom of the container, and a power driven agitator shall be used to disperse the pigment uniformly throughout the vehicle. • Agitation shall not introduce air or other foreign substance into the curing compound. • The manufacturer shall include in the curing compound the necessary additives for control of sagging, pigment settling, leveling, de-emulsification, or other requisite qualities of a satisfactory working material. Pigmented curing compounds shall be manufactured so that the pigment does not settle badly, does not cake or thicken in the container, and does not become granular or curdled. Settlement of pigment shall be a thoroughly wetted, soft, mushy mass permitting the complete and easy vertical penetration of a paddle. Settled pigment shall be easily redispersed, with minimum resistance to the sideways manual motion of the paddle across the bottom of the container, to form a smooth uniform product of the proper consistency. • Curing compounds shall remain sprayable at temperatures above.40° F and shall not be diluted or altered after manufacture. • The curing.compound shall be packaged in clean 274-gallon totes, 55-gallon barrels or 5-gallon pails shall be supplied from a suitable storage tank located at the jobsite. The containers shall comply with "Title 49, Code of Federal Regulations, Hazardous Materials Regulations." The 274-gallon totes and the 55-gallon barrels shall have removable lids and airtight fasteners. The 5-gallon pails shall be round and have standard full open head and bail. Lids with bungholes will not be permitted. Settling or separation of solids in. containers, except tanks, must be completely redispersed with low speed mixing prior to use, in conformance with these specifications and the manufacturer's recommendations. Mixing shall be accomplished either.manually by use of a paddle or by use of a mixing blade driven by a drill motor, at low speed. Mixing blades shall be the type used for mixing paint. On- site storage tanks shall be kept clean and flee of contaminants. Each tank shall have a permanent system designed to completely redisperse settled material without introducing air or other foreign substances. • Steel containers and lids shall be lined with a coating that will prevent.destructive action by the compound or chemical agents in the air space above the compound. The coating shall not come off the container or lid as skins. Containers shall be filled in a manner that will prevent skinning. Plastic containers shall not react with the compound. • Each container.shall be labeled with the manufacturer's name, kind of curing compound, batch.number, volume, date of manufacture, and volatile organic compound (VOC) content. The label shall also warn that the curing compound,containing pigment shall be well stirred before use. Precautions concerning the handling and the application of curing compound shall be shown on the label of the curing compound containers in conformance with the Construction Safety Orders and.General Industry Safety Orders of the State. Containers of curing compound shall be labeled to indicate that the contents fully comply with the rules and regulations concerning air pollution control in the State. 101 • When the curing compound is shipped in tanks or tank trucks, a shipping invoice shall accompany each load. The invoice shall contain the same information as that required herein for container labels. • Curing compound will be sampled by the Engineer at the source of supply, at the job site, or at both locations. • Curing compound shall be formulated so as to maintain the specified properties for a minimum of one year. The Engineer may require additional testing before use to determine compliance with these specifications if the compound has not been used within one year or whenever the Engineer has reason to believe the compound is no longer satisfactory. • Tests will be conducted in conformance with the latest ASTM test methods and methods in use by the Transportation Laboratory. 90-7.01C WATERPROOF MEMBRANE METHOD • The exposed finished surfaces of concrete shall be sprayed with water, using a nozzle that so atomizes.the flow that a mist.and not a spray is formed, until the concrete.has set, after which the curing membrane, shall be placed. The curing membrane shall remain in place for a period of not less than 72 hours. • Sheeting material for curing concrete shall conform to the requirements in AASHTO Designation: M 171 for white reflective materials. The sheeting material shall be fabricated into sheets of such width as to provide a complete cover for the entire concrete surface. Joints in the sheets shall be securely cemented together in such a manner as to provide a waterproof joint. The joint seams shall have a minimum lap of 0.33-f6ot. • The sheets shall be securely weighted down by placing a bank of earth on the edges of the sheets or by other means satisfactory to the Engineer. • Should any portion of the sheets be broken or damaged before the expiration of 72 hours after being placed; the broken or damaged portions shall be immediately repaired with new sheets properly cemented into place. • Sections of membrane that have lost their waterproof qualities or have been damaged to such an extent as to render them unfit for curing the concrete shall not be used. 90-7.01D FORMS-IN-PLACE METHOD • Formed surfaces of concrete may be cured by.retaining. the forms in place. The forms shall remain in place for a minimum period of 7 days after the concrete has been placed, except that for members over 20 inches in least dimension the forms shall remain in place for a minimum period of 5 days. • Joints in the forms and the joints between the end of forms and concrete shall be kept moisture tight during the curing period. Cracks in the forms and cracks between the forms and the concrete shall be resealed by methods subject to the approval of the Engineer. 90-7.02 CURING PAVEMENT • The entire exposed area of the pavement, including edges, shall be cured by the waterproof membrane method, or curing compound method using curing compound (1) or (2) as the Contractor may elect. Should the side forms be removed before the expiration of 72 hours following the start of curing, the exposed pavement edges shall also be cured. . If the pavement is cured by means of the curing compound method, the sawcut and all portions 102 of the curing compound that have been disturbed by sawing operations shall be restored by spraying with additional curing compound. • Curing shall commence as soon as the finishing process provided in Section 40-1.10, "Final Finishing," has been completed. The method selected shall conform to the provisions in Section 90-7.01, "Methods of Curing." • When the curing compound method is used,the compound shall be applied.to the entire pavement surface by mechanical sprayers. Spraying equipment shall be of the fully atomizing type equipped with a tank.agitator:that provides for continual agitation of the curing compound during the time of application. The spray shall be adequately protected against wind, and the nozzles shall be so oriented or moved mechanically transversely as to result in the minimum specified rate of coverage being applied uniformly on exposed faces. Hand spraying of small and irregular areas, and areas inaccessible to mechanical spraying equipment, in the opinion of the Engineer, will be permitted. . When the ambient air temperature is above 60° F, the Contractor shall fog the surface of the concrete with a fine spray of water as specified in Section 90-7.01A, "Water Method." The surface of the pavement shall be kept moist between the hours of 10:00 a.m. and 4:30 p.m. on the day the concrete is placed. However, the fogging done after the curing compound has been applied shall not begin until the compound has set sufficiently to prevent displacement. Fogging shall be discontinued if ordered in writing by the Engineer. 90-7.03 CURING STRUCTURES • Newly placed concrete for cast-in-place structures, other than highway bridge decks, shall be cured by. the.water method, the forms-in-place method, or, as permitted herein, by the curing compound method, . in conformance with the provisions in Section 90-7.01, "Methods of Curing." • The curing compound method using a.pigmented curing compound may be used on concrete surfaces of construction joints, surfaces that are to be buried underground, and surfaces where only ordinary surface finish is to be applied and on which a uniform color is not required and that will not be visible from a public traveled way. If the Contractor elects to use the curing. compound method on the bottom slab of box girder spans, the curing compound shall be curing compound (1). • The top surface of highway bridge,, decks shall be cured by both the curing compound method and the water method. The curing compound shall be curing compound 0). • Concrete surfaces of minor structures, as defined in Section 51-1.02, "Minor Structures, shall be.cured by the water method, the forms-in-place method or the curing compound method. • When deemed necessary by the Engineer during periods of hot weather, water shall be applied to concrete surfaces being cured by the curing compound method or by the -forms-in-place method, until the Engineer determines that a cooling effect is no longer required. Application of water for this purpose.will be paid for as extra work as provided in Section 4-1.03D, "Extra Work." 90-7.04 CURING PRECAST CONCRETE MEMBERS • Precast concrete members shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of' Curing." Curing shall be provided for the minimum time specified for each method or until the concrete reaches its design strength, 103 whichever is less. Steam curing may also be used for precast members and shall conform to the following provisions: A. After placement of the concrete, members shall be held for a minimum 4-hour presteaming period. If the ambient air temperature is below 50° F, steam shall be applied during the presteaming period to hold the air surrounding the member at a temperature between 50° F .and 90° F. B. To prevent moisture loss on exposed surfaces during the presteaming period, members shall be covered as soon as possible after casting or the exposed surfaces shall be kept wet by fog spray or wet blankets. C. Enclosures for steam curing shall allow free circulation of steam about the member and shall be constructed to contain the live steam with a minimum moisture loss. The use of tarpaulins or similar flexible covers will be permitted, provided they are kept in good repair and secured in such a manner as to prevent the loss of steam and moisture. D. Steam at the jets shall be at low pressure and in a saturated condition. Steam jets shall not impinge directly on the concrete, test cylinders, or forms. During application of the steam, the temperature rise within the enclosure shall not exceed 40° F per hour. The curing temperature throughout the enclosure shall not exceed 150° F and shall be maintained at a constant level for a sufficient time necessary to .develop the required transfer strength. Control cylinders shall be covered to prevent moisture loss and shall be placed in a location where temperature is representative of the average temperature of the enclosure. E. Temperature recording devices that will provide an accurate, continuous, permanent record of the curing temperature shall be provided. A minimum of one temperature recording device per 200 feet of continuous bed length will be required for checking temperature. F. Members in pretension beds shall be detensioned immediately after the termination of steam curing while the concrete and forms are still warm, or the temperature under the enclosure shall be maintained above 60° F until the stress is transferred to the concrete. G. Curing of precast concrete will be considered completed after termination of the steam curing cycle. 90-7.05 CURING PRECAST PRESTRESSED CONCRETE PILES • Newly placed concrete for precast prestressed concrete piles shall be cured in conformance with the provisions in Section 90-7.04, "Curing Precast Concrete Members," except that piles in a corrosive environment shall be cured as follows: A. Piles shall be either steam cured or water cured. If water curing is used, the piles shall be kept continuously wet by the application of water in conformance with the provisions in Section 90-7.01A, "Water Method." B. If steam curing is used, the steam.curing provisions in Section 90-7.04, "Curing Precast Concrete Members," shall apply except that the piles shall be kept continuously wet for their entire length fora period of not less than 3 days, including the holding and steam curing periods. 90-7.06 CURING SLOPE PROTECTION • Concrete slope protection shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing." • Concreted-rock slope protection shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing,".with a blanket of earth kept wet 104 for 72 hours, or by sprinkling with a fine spray of water every 2 hours during the daytime for a period of 3 days. 90-7.07 CURING MISCELLANEOUS CONCRETE WORK Exposed surfaces of curbs shall be- cured by pigmented curing compounds as specified in Section 90-7.0113, "Curing CompoundMethod." • Concrete sidewalks, gutter depressions, island paving, curb ramps, driveways, and other miscellaneous,concrete areas shall be cured in conformance with any of the methods specified in Section 90-7.01, "Methods of Curing." • Shotcrete shall. be cured for at least 72 hours by spraying with water, by a moist earth blanket, or by any of the methods provided in Section 90-7.01, "Methods of Curing." • Mortar and.grout shall be cured by keeping the surface damp for 3 days. • After placing, the exposed surfaces of sign structure foundations, including pedestal portions, if constructed, shall be cured for at',least 72 hours by spraying with water, by a moist earth blanket, or by any of the methods provided in Section 90-7.01, "Methods of Curing." 90-8 PROTECTING CONCRETE 90-8.01 GENERAL • In addition to the provisions in Section 7-1.16, "Contractor's Responsibility for the Work and Materials;" the Contractor shall protect concrete as provided in this.Section 90-8. If required by the Engineer, the. Contractor shall submit a written outline of the proposed methods for protecting the concrete. • The Contractor shall protect concrete. from damage from any cause, which shall include, but not be limited to:. rain, heat, cold, wind, Contractor's actions, and actions of others. • Concrete shall not be placed on frozen or ice-coated ground or'subgrade nor on ice-coated forms, reinforcing steel, structural steel,. conduits, precast members, or construction joints. . • Under rainy conditions, placing of concrete shall be stopped before the quantity of surface water is sufficient to damage surface mortar or cause a flow or wash of the concrete surface, unless the Contractor provides adequate protection against damage. • Concrete that has been frozen or damaged by other causes; as determined by the Engineer, shall be removed and replaced by the Contractor at the Contractor's expense. 90-8.02 PROTECTING CONCRETE STRUCTURES • Structure concrete and shoterete used as structure concrete shall be maintained at a temperature of not less than 45° F for 72 hours after placing and at not less than 40° F for an additional 4 days.. 90-8.03 PROTECTING CONCRETE PAVEMENT • Pavement concrete shall be.mamtained ata temperature of not less than 40° F for 72 hours. Except as provided in Section 7-1.08, "Public Convenience;" the Contractor shall protect concrete pavement against construction and other activities that abrade, scar; discolor, reduce texture depth,lower coefficient of friction, or otherwise damage the surface. Stockpiling, drifting, or excessive spillage of soil, gravel, petroleum products, and concrete 105 . or asphalt mixes on the surface of concrete pavement is prohibited unless otherwise specified in these specifications, the special provisions or permitted by the Engineer. • If ordered by the Engineer or shown on the plans or specified in the special provisions, pavement crossings shall be constructed for the convenience of public traffic. The material and work necessary for the construction of the crossings, and their subsequent removal and disposal, will be paid for at the contract unit.prices for the items of work involved and if there are no contract items for the work involved, payment for pavement crossings will be made by extra work as provided in Section 4-1.031), "Extra Work..". Where public traffic will be required to cross over the new pavement, Type III portland cement may be used in concrete, if permitted in writing by the Engineer. The pavement may be opened to traffic as soon as the concrete has developed a modulus of rupture of.550 pounds per square inch. The modulus of rupture will be determined by California Test 523. • No traffic or Contractor's equipment, except as hereinafter provided, will be permitted on the pavement before a period of 10 days has elapsed after the concrete has been placed, nor before the concrete has developed a modulus of rupture of at least 550 pounds per square inch. Concrete that fails to attain a modulus of rupture of 550 pounds per square inch within 10 days shall not be opened to traffic until directed by the Engineer. • Equipment for sawing weakened plane joints will be pennitted on the pavement as specified in Section 40-1.0813, "Weakened Plane Joints." • When requested in writing by the Contractor, the tracks on one side of paving equipment will be permitted on the pavement after a modulus of rupture of 350 pounds per square inch has been attained, provided that: A. Unit pressure exerted on the pavement by the paver shall not exceed 20 pounds per square inch; . B. Tracks with cleats, grousers, or similar protuberances shall be modified or shall travel on planks or equivalent protective material, so that the pavement is not damaged; and C. No part of the track shall be closer than one foot'from the edge of pavement. • In case of visible cracking of, or other damage to the pavement, operation of the paving equipment on the pavement shall be immediately discontinued. • Damage to the pavement resulting from early use of pavement by the Contractor's equipment as provided above shall be repaired by the Contractor. • The State will furnish the molds and machines for testing the concrete for modulus of rupture, and the Contractor, at the Contractor's expense, shall furnish the material and whatever.labor the Engineer may require. 90-9 COMPRESSIVE STRENGTH 90-9.01 GENERAL • Concrete compressive strength requirements consist of a minimum strength that .shall be attained before various loads or stresses are applied to the concrete and, for concrete designated by strength, a minimum strength at the age of 28 days or at the age otherwise allowed in Section 90-1.01, "Description." The various strengths required are specified in these specifications or the special provisions or are shown on the.plans. • The compressive strength of concrete will be determined from test cylinders that have been fabricated from concrete sampled in conformance with the requirements of California Test 539. Test cylinders will be molded and initially field cured in conformance with California Test 540. Test cylinders will be cured and tested after receipt at the testing 106 laboratory in conformance with the requirements of California Test 521. A strength test shall consist of the;average strength of 2.cylinders fabricated from material taken from a single load of concrete, except that, if any cylinder should show evidence of improper sampling, molding,,or testing, that cylinder shall be discarded and the strength test shall consist of the strength.of the remaining cylinder. • When concrete compressive strength is specified as a prerequisite to applying loads or stresses to a concrete structure or member, test cylinders for other than steam cured concrete. will be cured in conformance with Method 1 of California Test 540. The compressive strength of concrete determined for these purposes will be evaluated. on the basis of individual tests. • When conerete is designated'by 28-day compressive strength rather than by cementitious material content, the concrete strength to be used as a basis for acceptance of other than steam cured concrete will be determined from cylinders cured in conformance with Method 1 of California Test 540. If the. result of a single compressive strength test at the maximum age specified or allowed is below the specified strength but is 95 percent or more of the specified strength, the Contractor shall make corrective changes, subject to approval of the Engineer, in the mix proportions or in the concrete fabrication procedures, before placing additional concrete, and shall pay to the State $10 for each in-place cubic yard of concrete represented by the deficient test.. If the result of a single compressive strength test at the maximum age specified or allowed is below 95 percent of the specified strength, but is 85 percent or'more of the specified strength, the. Contractor shall make the corrective changes specified above, and shall pay to the State $15 for each .in-place cubic.yard of concrete represented by the deficient test. In addition, such corrective changes shall be made when the compressive strength of concrete tested at 7 days indicates, in the judgment of the Engineer, that the concrete.will not attain the required compressive strength at the maximum age specified or allowed. Concrete represented by a single test that indicates a compressive strength of less than 85 percent of the specified 28-day compressive strength will be rejected in conformance witli the provisions in Section 6-1.04, "Defective Materials." If the test result indicates that the compressive strength at the maximum curing age specified or allowed is below the specified strength, but is 85 percent or more of the specified strength, payments to the State as required above shall be made, unless the Contractor, at the Contractor's expense, obtains and submits evidence acceptable to the Engineer that the strength of the concrete placed in the work meets or exceeds the specified 28-day compressive strength. If the test result indicates 'acompressive strength at the maximum curing age specified ed;or allowed below 85 percent, the concrete represented by that test will be rejected,. unless the Contractor, at the Contractor's expense, obtains and submits evidence i acceptable to the Engineer that the strength and quality of the concrete placed in the work are acceptable.' If the evidence consists of tests made on cores taken from the work, the cores shall be obtained and tested in conformance with the requirements in ASTM Designation: C 42. ' . • No single compressive strength test shall represent more than 320 cubic yards. • If a precast concrete member is steam'cured, the compressive strength of the concrete will be determined from test cylinders that have been handled and stored in conformance with Method 3 of California Test 540. The compressive strength of steam cured concrete will. be evaluated on the basis 'of individual. tests representing specific portions of production. If the concrete is designated by 28-day compressive strength rather than'by cementitious material content, the concrete shall be considered to be acceptable whenever its compressive strength reaches the specified 28-day compressive strength 107 s provided that strength is reached in not more than the maximum number of days specified or allowed after the member is cast. • When concrete is specified by compressive strength, prequalification of materials, mix proportions, mixing equipment, and procedures proposed for use will be required prior to placement of the concrete. Prequalification shall be accomplished by the submission of acceptable certified test data or trial batch reports by the Contractor. Prequalification data shall be based on the use of materials, mix proportions, mixing equipment, procedures, and size of batch proposed for use in the work. • Certified test data, in order to be acceptable, shall indicate that not less than 90 percent of at least 20 consecutive tests exceed the specified strength at the maximum number of cure days specified or allowed, and none of those tests are less than 95 percent of specified strength. Strength tests included in the data shall be the most recent tests made on concrete of the proposed mix design and all shall have been made within one year of the proposed use of the concrete. • Trial batch test reports, in order to be acceptable, shall indicate that the average compressive strength of 5 consecutive concrete cylinders, taken from a single batch,at not more than 28 days (or the maximum age allowed) after molding shall be at least 580 pounds per square inch greater than the specified 28-day compressive strength, and no individual cylinder shall have a strength less than the specified strength at the maximum age specified or allowed.. Data contained in the report shall be from trial batches that were produced within one year of the proposed use of specified strength concrete in the project. Whenever air-entrainment is required, the air content of trial batches shall be equal to or greater than the air content specified for the concrete without reduction due to tolerances. • Tests shall be performed in conformance with either the appropriate California Test methods.or the comparable ASTM test methods. Equipment employed in testing shall be in good condition and shall be properly calibrated. If the tests are performed during the life of the contract, the Engineer shall be notified sufficiently in advance of performing the tests in order to witness the test procedures. • The certified test data and trial batch test reports shall include the following information: A. Date of mixing. B. Mixing equipment and procedures used. C. The size of batch in cubic yards and the weight, type, and source of all ingredients used. D. Penetration or slump (if the concrete will be placed under water or placed in cast-in-place concrete piles) of the concrete. E. The air content of the concrete if an air-entraining admixture is used.. F. The age at time of testing and strength of all concrete cylinders tested.. • Certified test data and trial batch test reports shall be signed by an official of the firm that performed the tests. • When approved by the Engineer, concrete from trial batches may be used in the work at locations where concrete of a lower quality is required and the concrete will be paid for as the type or class of concrete required at that location. • After materials, mix proportions, mixing equipment, and procedures for concrete have been prequalified for use, additional prequalification by testing of trial batches will be required prior to making changes that, in the judgment of the Engineer, could result in a sirength of concrete below that specified. 108 • The-Contractor's attention is directed to the time required to test trial batches and the Contractor shall. be responsible for production of trial batches at a sufficiently early date so that the progress of the work is not delayed. • When precast concrete members are manufactured at the plant of an established manufacturer of precast concrete members, the mix proportions of the concrete shall be determined by the Contractor, and a trial batch and prequalification of the materials, mix proportions, mixing equipment, and procedures will not be required. 90710 MINOR CONCRETE 90-10.01 GENERAL . • Concrete for minor structures, slope paving, curbs, sidewalks and other concrete work,. when designated as minor concrete on the plans, in the specifications, or, in the contract item, shall conform to the provisions specified herein. • The Engineer, at the Engineer's discretion, will inspect and test the facilities, materials and methods for producing the concrete to ensure that minor concrete of the quality suitable for use in the work is obtained. 90-10.02 MATERIALS • Minor concrete shall conform to the following requirements: 90-10.02A CEMENTITIOUS MATERIAL • Cementitious material. shall conform to the provisions in Section 90-1.01, "Description." 90-10.02B AGGREGATE • Aggregate shall be clean and free from deleterious coatings, clay balls,roots, and other extraneous materials. • Use of crushed concrete or reclaimed aggregate is acceptable only if the aggregate satisfies all aggregate requirements. • The Contractor shall submit to the Engineer for approval, a grading of the combined aggregate proposed for use in the minor concrete. After acceptance of the grading, aggregate furnished for minor concrete shall conform to that grading, unless a change is authorized in writing by the Engineer. • The Engineer may require the Contractor to furnish periodic test reports of the aggregate grading furnished. The.maximum size of aggregate used shall be at the-option of the Contractor, but in no case shall the maximum.size be larger than 1 1/2-inch or smaller than 3/4-inch. • The Engineer may waive, in writing, the gradation requirements in this Section 90-10.0213, if, in the Engineer's opinion, the furnishing of the gradation is not necessary for the type or.amount of concrete work to be constructed. .90-10.02C WATER • Water used for washing,.mixing, and curing shall be free from oil, salts, and other impurities that would discolor or etch the surface or have an adverse affect on the quality of the concrete. 109 90-10.02D ADMIXTURES • The use of admixtures shall conform to the provisions in Section 90=4, "Admixtures." 90-10.03 PRODUCTION • Cementitious material, water, aggregate, and admixtures shall be stored, proportioned, mixed, transported, and discharged in conformance with recognized standards of good practice that will result in concrete that is thoroughly and uniformly mixed, that is suitable for the use intended, and that conforms to requirements specified herein. Recognized standards of good practice are outlined in various industry publications such as are issued by American Concrete Institute, AASHTO, or the Department. • The cementitious material content of minor concrete shall conform to the provisions in Section 90-1.01, "Description. • The amount of water used shall result in a consistency of concrete conforming to the provisions in Section 90-6.06, "Amount of Water and Penetration." Additional mixing water shall not be incorporated into: the concrete during hauling or after arrival at the delivery point, unless authorized by.the Engineer. • Discharge of ready-mixed concrete from the transporting vehicle shall be made while the concrete is still plastic and before stiffening occurs. An elapsed time of 1.5 hours (one hour in non-agitating hauling equipment), or more than 250 revolutions of the drum or blades, after the introduction of the cementitious material to the aggregates, or a temperature of concrete of more than 90° F will be considered conditions contributing to the quick stiffening of concrete. The Contractor shall take whatever action is necessary to eliminate quick stiffening, except that the addition of water will not be permitted. • The required mixing time in stationary mixers shall be not less than 50 seconds or more than 5 minutes. • The minimum required revolutions at mixing speed fortransit-mixed concrete shall be not less than that recommended by the mixer manufacturer, and shall be increased, if necessary, to produce thoroughly and uniformly mixed concrete. • When a high range water-reducing admixture is added to the.concrete at the job site, the total number of revolutions shall not exceed 300. • Each load of ready-mixed concrete shall be accompanied by a weighmaster certificate that shall be delivered to the Engineer at the discharge location of the concrete, unless otherwise directed by the Engineer. The weighmaster certificate shall be clearly marked with the date and time of day when the load left the.batching plant and, if hauled in truck mixers or agitators, the time the mixing cycle started. •. A Certificate of Compliance conforming to the provisions in Section 6-1.07, "Certificates of Compliance," shall be furnished to the Engineer, prior to placing minor concrete from a source not previously used on the contract, stating that minor concrete to be furnished meets contract requirements, including minimum cementitious material content specified. .90-10.04 CURING MINOR CONCRETE • Curing minor concrete shall conform to the provisions in Section 90-7, "Curing Concrete." 110 90-10.05 PROTECTING MINOR CONCRETE • Protecting- minor concrete shall conform to the provisions; in Section 90-8, "Protecting Concrete," except the concrete shall be maintained at a temperature of not less than 40° F for.72.hours after placing. 90-10.06 MEASUREMENT AND PAYMENT • Minor concrete will be measured and paid for in.conformance with the provisions . specified in the various sections of these specifications covering concrete construction when minor concrete is specified in the specifications, shown on the plans, or indicated by contract item in the Engineer's Estimate. 90-11 MEASUREMENT AND PAYMENT 90-11.01 MEASUREMENT • Portland cement concrete will be measured in conformance.with the provisions specified in .the various sections of these specifications covering construction requiring concrete. • For concrete measured at the mixer, the volume in cubic feet .shall be computed as the total weight of the batch in pounds divided by the density of the concrete in pounds per cubic foot. The total weight of the batch shall be calculated as the sum of all materials, including water, entering the batch. The density of the concrete will be determined in conformance with the requirements in California Test 518. 90-11.02 PAYMENT Portland cement concrete will be.paid. for in conformance with the provisions: specified in the various sections of these..specifications covering construction requiring: concrete. • Full compensation for furnishing and incorporating admixtures.required by these specifications or the special provisions will be considered as included.in the contract prices paid for the concrete involved and no additional compensation will be allowed therefor.. • Should the Engineer order the Contractor to incorporate any admixtures in the concrete when their use is not required by. these specifications or the special provisions; furnishing the admixtures and adding them to the concrete.will be paid for as extra work as, provided in Section'4-1.03D, "Extra Work.". • Should the Contractor. use admixtures in conformance with the provisions in.. Section 90-4.05, "Optional Use of Chemical Admixtures,".or Section 90-4.07, "Optional.Use of Air-entraining Admixtures," or should the Contractor request and obtain permission to use other admixtures for the Contractor's benefit, the Contractor shall furnish those admixtures and incorporate .them into the concrete at the Contractor's expense and no additional compensation will be,allowed therefor. SECTION 92: ASPHALTS Issue Date: February 2,2007 Section 92, "Asphalts," of the Standard Specifications is amended to read: • 11.1 . 92-1.01 DESCRIPTION • Asphalt is refined petroleum.or a mixture of refined liquid asphalt and refined solid _ asphalt that are prepared from crude petroleum. Asphalt is: L. Free from residues caused by the artificial distillation of coal, coal tar, or paraffin 2. Free from water 3. Homogeneous 92-1.02 MATERIALS GENERAL • Furnish asphalt under the Department's "Certification Program for Suppliers of. Asphalt." The Department maintains the program requirements, procedures, and a list of approved suppliers at: http://www.dot.ca.gov/hq/esc/Transiab./fpmcoc.htm • Transport, store, use, and dispose of asphalt safely. • Prevent the formation of carbonized particles caused by overheating asphalt during manufacturing.or construction. GRADES • Performance graded (PG) asphalt binder is: 112 Performance Graded Asphalt Binder Specification Grade Property AASHTO Test PG PG PG PG. PG Method 58-22 a 64-10 64-16 64-28 70-10 Original Binder Flash Point, Minimum T48 230 230 230 230 230 0C Solubility, Minimum T 44 99 99 99 99 99 % b Viscosity at 135°C, ° T 316 Maximum,Pa-s 3.0 3.0 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp.at 10 rad/s,°C 58 64 64 64 70 Minimum G*/sin(delta),kPa: 1.00 1.00 1.00 1.00 1.00 RTFO Test, ' T 240 Mass Loss,Maximum,% 1.00 1.00 1.00 1.00 1.00 RTFO Test Aged Binder Dynamic Shear, T 315 Test Temp.at 10 rad/s, °C 58 64 64 64 70 Minimum G*/sin(delta),kPa 2,20 .2.20 2.20 2.20 2.20 Ductility at 25°C T51 Minimum,cm 75 75 75 75 75 PAV Aging, R 28 Temperature, °C 100 100 100 100 110 RTFO Test and PAV Aged Binder Dynamic Shear, T 315 Test Temp:at 10 rad/s,°C 22 d 31 d 28 d 22 d 34 d Maximum G*sin(delta),kPa 5000 5000 5000 5000 5000 Creep Stiffness, T 313 Test Temperature,°C -12 0 -6 -18 0 Maximum S-value,Mpa 300 300 300 300 300 Minimum M-value 0.300 0.300 0.300 0.300 0.300 Notes: Use as asphalt rubber base.stock for high mountain and high desert area. The Engineer waives this specification if the supplier is a Quality Supplier as defined by the Department's "Certification Program for Suppliers of Asphalt." The Engineer.waives this specification if the supplier certifies the asphalt binder can be adequately pumped and mixed at temperatures meeting applicable safety standards. Test the sample at YC higher if it fails at the specified test temperature. G*sin(delta)remains 5000 kPa maximum. "RTFO Test"means the asphaltic residue obtained using the Rolling Thin Film Oven Test,AASHTO Test Method T 240 or ASTM Designation: D 2872. The residue from mass change determination may be used for other tests. "PAW means Pressurized Aging Vessel. • Performance graded polymer modified asphalt binder(PG Polymer Modified) is: 113 Performance Graded Polymer Modified Asphalt Binder a Specification Grade Property AASHTO Test Method PG PG PG 58-34 64-28 76-22 PM PM PM Original Binder Flash Point, Minimum °C T 48 230 230 230 Solubility,Minimum % T 44` 98.5 98.5 98.5 Viscosity at 135°C, T 316 Maximum,Pa-s 3.0 3.0 3.0 Dynamic Shear, T 315 Test Temp. at 10 rad/s, °C 58 64 76 Minimum G*/sin(delta),kPa 1.00 1.00 1.00 RTFO Test , T 240 Mass Loss,Maximum,% 1.00. 1.00 1.00 RTFO Test Aged Binder Dynamic Shear, T 315 Test Temp.at 10 rad/s,°C 58 64 76 Minimum G*/sin(delta),kPa 2.20 2.20 2.20 Dynamic Shear, T315 Test Temp.at 10 rad/s,°C Note e Note e Note e Maximum(delta),% . 80 80 80 Elastic Recoveryt., T 301 Test Temp.,°C 25 25 25. . Minimum recovery,% 75 75 65 . PAV9 Aging, R 28 Temperature,°C 100 100 110 RTFO Test and PA V Aged Binder Dynamic Shear, T 315 Test Temp.at 10 rad/s,°C 16 22 31 Maximum G*sin(delta),kPa 5000 5000 5000 Creep Stiffness, T 313 Test Temperature, °C -24 -18 -12 Maximum S-value,MPa 300 300 300 Minimum M-value 0.300 0.300 0.300 Notes: a. Do not modify PG Polymer Modified using acid modification. b The Engineer waives this specification if the supplier is a Quality Supplier as defined by the Department's "Certification Program for Suppliers of Asphalt." The Department allows ASTM D 5546 instead of AASHTO T 44 d The Engineer waives this specification if the supplier certifies the asphalt binder can be adequately pumped and mixed.at temperatures meeting applicable safety standards. 114 e. Test temperature is the temperature at which G*/sin(delta) is.2.2 kPa. A graph of log G*/sin(delta) plotted against temperature may be used to determine the test temperature when G*/sin(delta) is 2.2 kPa. A graph of(delta) versus temperature may be used to determine delta at the temperature when G*/sin(delta) is 2.2 kPa. The Engineer also accepts direct measurement of(delta) at the temperature when G*/sin(delta) is 2.2 kPa. f Tests without a force ductility clamp may be performed. 9- "PAW means Pressurized Aging Vessel. SAMPLING • Provide a sampling device in the asphalt feed line connecting the plant storage tanks to. the asphalt weighing system or spray bar. Make the sampling device accessible between 24 and 30 inches above the platform. Provide a receptacle for flushing the sampling device. • Include with the sampling device a valve: 1. Between 1/2 and 3%4 inch in diameter 2. Manufactured in a manner that a one-quart sample may be taken slowly at any time during plant operations 3. Maintained in good condition • Replace failed valves. • In the Engineer's presence, take 2.one=quart samples per .operating day. Provide round, friction top, one-quart containers for.storing'samples. 92-1.03 EXECUTION • If asphalt is applied, you must comply with the heating and application specifications for liquid asphalt in Section 93, "Liquid Asphalts." 92-1.04 MEASUREMENT • If the contract work item for asphalt is paid by weight, the Department measures asphalt tons by complying with the specifications for weight determination of liquid asphalt in Section 93, "Liquid Asphalts." • The Engineer.determines the asphalt weight from volumetric measurements if you: 1. Use a partial asphalt load 2. Use asphalt at a location other than. a mixing plant and no scales within 20 miles are available and suitable 3. Deliver asphalt in either of the following: 3.1. A calibrated truck with.each tank accompanied by its measuring stick and calibration card. 3.2. A truck equipped with a calibrated thermometer that determines the asphalt temperature at the delivery time.and with a.vehicle tank meter complying with the specifications for weighing, measuring, and metering devices in Section 9-1.01, ."Measurement of Quantities" • if you furnish asphalt concrete from a mixing plant producing material for only one project, the Engineer determines the asphalt quantity by measuring the volume in the tank at 115 the project's start and end provided the tank is calibrated and equipped with its measuring stick and calibration card. _ • The Engineer determines pay quantities from volumetric measurements as follows: 1. Before converting the volume to weight, the Engineer reduces the measured volume to that which the asphalt would occupy at 60 °F. 2. The Engineer uses 235 gallons per ton and 8.51 pounds per gallon for the average weight and volume for PG and PG Polymer Modified asphalt grades at 60 °F. 3. The Engineer uses the Conversion Table in Section 93, "Liquid Asphalts." SECTION 93: LIQUID ASPHALTS Issue Date: November 3, 2006 The ninth paragraph of Section 93-1.04, "Measurement," of the Standard Specifications is amended to read: The following Legend and Conversion Table is to be used for converting volumes of liquid asphalt products, Grades 70 to 3000, inclusive, and paving asphalt Grades PG 58-22, PG 64-10, PG 64-16, PG 64-28, and PG 70-10, and Grades PG 58-34 PM, .PG.64-28 PM, and PG 76-22 PM. END OF AMENDMENTS SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," and Section 8-1.01, "Subcontracting," of the Standard Specifications and these special provisions. for the requirements and conditions which must be observed in the preparation of the proposal form and the submission of the bid. The first paragraph in Section 2-1.07, "Proposal Guaranty," of the Standard Specifications is amended to read: All bids shall be presented under sealed.cover and, if the bid is greater than $25,000, accompanied by one of the following forms of bidder's security: Cash, cashier's check, a certified check, or a bidder's bond executed by an admitted.surety insurer,made payable to the Board of Supervisors of Contra Costa County, State.of California. The first sentence of the last paragraph in Section 2-1.07, "Proposal Guaranty," of the.Standard Specifications is amended to read:. The bidder's bond shall conform to the bond form in the ."Proposal and Contract" book for the project and shall be properly filled out and executed. 116 The form of Bidder's Bond mentioned in the last paragraph in Section 2-1.07,- "Proposal Guaranty," of the Standard Specifications will be found following the signature page of the proposal annexed hereto. In conformance with Public.Contract Code Section 7106, a Noncollusion Affidavit is included in the Proposal. Signing the Proposal shall also constitute signature of the Noncollusion Affidavit. To assist the Agency in verifying a bidder's intent to comply with Section 8-1.01, . "Subcontracting," of the Standard Specifications, the bidder shall furnish upon request from the Agency copies of all subcontracts; all accepted subcontract or supplier quotes; and/or written explanation as to the bidder's plan for compliance within 48 hours of such a request. Non- compliance with` such a. request may be grounds for declaring a bidder non-responsive and therefore ineligible for award. 2-1.02.WARRANTY AND REPAIR AGREEMENT All improvements installed under this contract, including all road, storm drain, irrigation, traffic signal, and highway lighting system improvements and equipment shall be covered by the WARRANTY AND REPAIR AGREEMENT found in the Proposal. This agreement shall be executed without contingencies by the Contractor prior to the acceptance of the work as complete. USE IN ALL LOCAL PROJECTS,> $100,000 WITHOUT FEDERAL FUNDS DO NOT EDIT SECTION 3 - OUTREACH PROGRAM/MANDATORY SUBCONTRACTING MINIMUM/AWARD AND EXECUTION OF CONTRACT SECTION 3-1.00 OUTREACH PROGRAM 3-1.01 GENERAL This project is subject to the policies and requirements established in the County's Outreach Program for the use of i Minority Business Enterprises (MBEs); Women Business Enterprises (WBEs), Other Business Enterprises (OBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs). The County is committed to ensuring full and equitable participation by minority, women, and other sub-bid or subcontracting businesses in County-funded construction projects. The Outreach Program is set forth herein. Bidders should be fully informed of this program. Bidders are encouraged to use MBE/WBE firms whenever there is a need to subcontract portions of the work. Failure to.comply with the County's Outreach Program may render the bid non-responsive. 3.1.02 MBE/WBE/OBE PARTICIPATION The Outreach Program requires the bidder to make a "Good Faith Effortto obtain sub-bid participation by MBEs, WBEs, SBEs, and LBEs which is anticipated by the County to produce reasonable levels of participation by all businesses. 117 r 3-1.03 DEFINITIONS For purposes of this program, the following definitions shall apply: A. "Minority or Women Business Enterprise (MBE or WBE)" means a business enterprise that meets both of the following criteria: 1. A business entity that is at least 51 percent owned by one or more minority persons or women or, in the case of any business whose stock is held, at least 51 percent of the stock is owned by one or more minority persons or women; and 2. A business whose management and daily business operations are controlled by one or more minority persons or women. B. "Other Business Enterprise (OBE)" means any business which does not otherwise qualify as a Minority or Women Business Enterprise. C. "Small Business Enterprise (SBE)" means a small business concern, as defined in Section 3 of the Small Business Act and implementing regulations (Volume 13 of the Code of Federal Regulations, Chapter 1). D. "Local Business Enterprise (LBE)" means a business that has its main office of principal place of business within the boundaries of Contra Costa County. E. "Minority person" means African Americans; Hispanic Americans; Native Americans (including American Indians, Eskimos, Aleuts, and Native Hawaiians); Asian Pacific(including persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. .Trust Territories of the Pacific and the Northern Marianas); and Asian Indians (including persons whose origins are from India, Pakistan, and Bangladesh). F. "Subcontract".means an agreement between the prime contractor and an individual, firm, or corporation for the performance of a particular portion(s) of the work.which the prime contractor has obligated itself. G. "Subcontractor" means an individual, firm, or corporation having a direct contract with the contractor for the performance of a part of the work which is proposed to be constructed or done under the contract or permit, including the furnishing; of all labor, materials, or equipment. H. "Vendor and/or supplier" means a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. The firm must engage in , as its principal business, and its own name, the purchase and the sale of the products in question. A Vendor and/or supplier of bulk items such as steel, cement, stone, and. petroleum products need not keep such products in stock, if it owns or operates distribution equipment. 118 I. "Manufacturer" means a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the contractor. J. "Trucker"means a firm that performs hauling or trucking work with trucks owned or leased by that firm. K.. "Broker" means a firm that changes for providing a bona fide service such as professional, technical, consultant, or managerial services .and assistance in the procurement of essential personnel, facilities, equipment, insurance . or bonds, materials, o'r.supplies required for the performance of the contract. The fee or commission is to be reasonable and not excessive as compared with fees customarily allowed for similar services. 3-1.04 CERTIFICATION AND PARTICIPATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES A. If recognition is to be given to MBE/WBE participation on this project, within two(2) working days after bid opening, an MBE/WBE must be (a) certified by the involved County department or self-certified on an appropriate form satisfactory to the County; or (b) certified by any of the following agencies --=State of California Department' of Transportation (Caltrans), City of Oakland, Port of Oakland, Regional Transit Coordinating Council, San Francisco Human Rights Commission, Los Angeles County Metropolitan Transportation Commission, or U.S. Small Business Administration. Applications for certification and/or directories of MBE/WBE/SBE/LBE certified firms are available at the following locations: 1. Contra Costa County Affirmative Action Office 651 Pine Street, 11 th Floor Martinez, California 94553 Phone: 925.=335-1045 Fax: 925-335-1098 Webpage: http://www.co.contra-costa.ca.us Look under"Doing Business With Us" 2. City of Oakland City Managers Office Contract Compliance Division .250 Frank H. Ogawa Plaza, #3341 Oakland, California 94612 Phone: 510= 238-3970 Fax: 510—238-3363 www.oaklandnet.com (Contract'Compliance Section) 119 r 3. U. S. Small Business Administration San Francisco District Office 455 Market Street, 61. Floor . San Francisco, CA 94105-2420 Phone: 415- 744-6808 Fax: 415- 744-6812 www.sba.gov 4. California Unified Certification Program The following agencies belong to the California Unified Certification Program (CUCP) and certify firms as DBEs in accordance with U.S. Department of Transportation regulations to be placed in the UCP Directory. CUCP Directory State of California Department of Transportation(CalTrans) Office of Civil Rights Certification Unit 2830 Alhambra Boulevard Sacramento, CA 95816 Phone: 866-810-6346 Fax: 916-227-9596 www.dot.ca.gov (Civil Rights Section) a. Bay Area Rapid Transit District(BART) Lee Davis, Director Office of Civil Rights 300 Lakeside Drive, 26th Floor Oakland, CA 94604-2688 OR 800 Madison Street Oakland, CA 94604-2688 OR P. O. Box 12688 Oakland, CA 94604-2688 Phone: 510-464-7580 (Roland Hom) Fax: 510-464-7587 www.bart.� (Doing Business Section) b. Central Contra Costa Transit Authority (CCCTA) Office of Civil Rights 2477 Arnold Industrial Way Concord, CA 94520-5327 Phone: 925-676-1976 EXT 207 Fax: 925-686-2630 www.cccta.org 120 c. San Mateo'County Transit District(SAMTRANS) Peninsula Corridor Joint Powers Board (JPB) DBE Office 1250 San Carlos Avenue San Carlos, CA 94070 Phone: 65.0750&7939 Fax: 650_508-6415 www.samtrans.com (Procurement Section) d. San Francisco Public Transportation Department Accessible Services and Contract Compliance 1145 Market Street,7th Floor San Francisco, CA 94103 Phone: 415-934-3987 Fax: 415-934-3980 www.s.fmu'M*.com e. San Francisco,International Airport Airport Minority/Women Opportunity For Concessions Only P. O. Box 8097 San Francisco', CA 94128 Phone: 650-821-5021 Fax: 650-821-5146 www.flysfo.com f. Santa Clara Valley Transportation Authority(VTA) Small & Disadvantaged Businesses 3331 North First Street San Jose, CA 95134-1906 Phone: 408-321-5962 Fax: 408-955-9729 www.vta.or g. San Joaquin Regional Rail Commission . DBE Liaisgn.Officer.. 5000 S. Airport.Way, #102. Stockton,CA 95206 Phone: .1-800-411-7245 Phone: 209-944-6220 Fax: 209-944-6225 www.acerail.com 121 h.. City of Fresno DBE Program. 2101 G Street, Building A Fresno, CA 93706 Phone: 559-498-4071 Fax: 559-488-1069 www.ci.fresno.ca.us i. Yolo County Transportation District DBE Programs 350 Industrial Way Woodland, CA 95776 Phone: 530-661-0816 Fax: 530-661-1732 www.yctd.org J. Los Angeles County Metropolitan Transportation Authority(MTA) Small Business Diversity and Labor Compliance One Gateway Plaza Los Angeles, CA 90012 Phone: 213-922-2600 Phone: 213-922-4827 (Elfa Tran) Phone: 213-922-2600 Ext 722-4163 Certification Hot Line Fax: 213-922-7660 www.mta.net k. City of Los Angeles Office of Contract Compliance 600 South Spring Street, Suite 1300 Los Angeles, CA 90014 Phone: 213-847-6480 Fax: 213-847-5566 www.lacity.org/bca 5. San Francisco Human Rights Commission 25 Van Ness Avenue, Suite 800 San Francisco, CA 94102-6033 Phone: 415-252-2500 Fax 415-431-5764 wwrw.sfhrc.orjZ 122 6. State of California - Department of General Services Procurement Division Small Business and DVBE Certification 707 Third Street; 1St Floor, Room 400 West Sacramento, CA 95798-9052. Phone: 800-559-5529 Phone: 916-375-4940 Fax: 916-375=4950 w.ww.pd.dgs.ca'.gov/smbus/certing.htm OR P.O. Box 989052 West Sacramento, CA 95798-9052 7. Port of Oakland Contract Compliance Office Office of Social Responsibility. 530 Water Street. Oakland, CA 94607 Phone: 510-627-1513 (Don Soria) Phone: 510-62.7-1436 (Ms.Marvell Jones) Fax: 510=451-1656 www.portofbakland.com B. .This applies.to recognition as an MBE/WBE. 1. All listed MBE or;WBE firms must be certified as defined under the proceeding paragraph before credit may be allowed toward the respective MBE or WBE participation level 2. Work performed by a prime contractor will-be considered for credit in computing any level of anticipated MBE/WBE participation established for this project. The prime contractor will be required to make a good faith effort to obtain.certified MBEs%WBE through subcontracting to reach anticipated participation levels. ; 3. A listed MBE or .WBE firm must perform a commercially useful. function i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing; and supervising the work. 4. Recognition for materials and/or supplies is limited to 60 percent of the amount to be paid to the vendor for such materials/ supplies in computing the ,levels of MBE/WBE participation, unless the vendor manufactures or substantially alters the materials/supplies. 5. MBE/WBE.credit shall not be given to a Joint Venture partner listed as a.subcontractor by a Joint Venture bidder. 6. MBE/WBE credit for brokers required for performance of the contract-is limited to the reasonable fee or commission charged, as not considered;excessive, as compared with fees customarily allowed for similar services. : 3-1.05 GOOD FAITH EFFORT DOCUMENTATION The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort is made to recruit. sub-bidder/subcontractors. Minority and women-owned and ..123 controlled business must be considered along with other business enterprises whenever possible as sources of supplies, construction, and other services. The required affirmative. steps for Good Faith Effort.documentation are outlined below. It is a policy of Contra Costa County to provide all MBEs, WBEs, OBEs, SBEs and LBEs an equal opportunity to participate in the performance of all County contracts. Bidders must assist the County in implementing this policy by taking all reasonable steps to ensure that all qualified business enterprises, including MBEs, WBEs, OBEs, SBEs and LBEs have an equal opportunity to compete for and participate in County contracts. A bidder's good faith efforts to reach out to MBEs, WBEs, OBEs, SBEs and LBEs (subcontractors, suppliers, manufacturers, truckers, etc.) will be determined by the Board of Supervisors from written documentation of the level of effort put into achieving the indicators. Failure to include supporting documentation of a good faith effort and failure to achieve a minimum of 75 out of 100 Good Faith Effort evaluation points may render the bid non-responsive and may result in its rejection. Adequacy of bidder's good faith effort will be determined after consideration of the indicators of good faith as set forth below. Indicator 1 2 3 4 5 6 7 8 9 10 Total Points 0 10 13 9 10 10 5 10 26 7 100 Each indicator (2-10) is evaluated on a pass/fail basis,i.e., either full or zero points can be achieved for compliance with each item. 1 OUTREACH AND MANDATORY SUBCONTRACTING No MINIMUM PARTICIPATION Points The bidder has made a good faith effort to obtain sub-bid participation by MBEs, WBEs, OBEs, SBEs, and LBEs which could be expected by the County to produce a reasonable level of participation by interested business enterprises, and to have the bidder meet the .Mandatory Subcontracting Minimum for the project. 2 ATTENDED PRE-BID MEETING 10 Points The bidder has attended the pre-bid meeting scheduled by the County to inform all bidders of the requirements for the project for which the contract will be awarded. This. requirement may be waived only if the bidder certifies in writing prior to the pre-bid meeting that it was alreadyinformed as to those project requirements. Required Documentation: a) Attend this project's pre-bid meeting and be listed on the attendance sheet; or b) Submit a letter and a copy of a previous attendance sheet from a pre-bid meeting or construction workshop. Bidder must be listed on the attendance sheet from a previous pre- bid meeting or a County Construction Workshop (covering the procedure for completing the "Good Faith Effort" documentation) within the last twelve months from the date of the pre- bid meeting for the current project. .124 Submit the letter and the previous attendance sheet either by fax to (925) 313-2044 or by mail to Public Works Department Department, Construction Division,255 Glacier Drive, Martinez, CA 94553-4825. 3 SUFFICIENT WORK IDENTIFIED FOR 13 SUBCONTRACTORS Points The bidder has;identified, listed and selected specific work items in the project to be performed by sub-bidders/subcontractors in order to provide an opportunity for participation by MBEs, WBEs, OBEs, SBEs, and LBEs. Upon making this determination, the bidder subdivided the total,contract work requirements into smaller•portions or quantities to permit maximum active participation of MBEs, WBEs, OBEs, SBEs, and LBEs. Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5. 9 4 ADVERTISEMENT Points Not less than ten (10) calendar days prior to bid opening, the bidder advertised for sub- bids from interested business enterprises in one or more daily or weekly newspapers, trade association publications, minority or trade oriented publications, trade journals, or other media, specified by the County, such as the Daily Construction Service, the Daily Pacific Builder, or the Small Business Exchange. Required Documentation: A copy of the advertisement and a proof of publication statement or other verification, which confirms the date the..advertisement was published. Note: The advertisement must be specific.to the project, not generic, and may not be a plan holder advertisement provided by the publication. It'should include the County project name, name of bidder, areas of work available for subcontracting, and a contact person's name and telephone number, information on the availability of plans and specifications and the bidder's policy concerning assistance to subcontractors in obtaining bonds, lines of credit, and/or insurance. Consideration will be given to the wording of the advertisement to ensure that it did not exclude or seriously limit the number of potential respondents. 5 WRITTEN'NOTICES TO SUBCONTRACTORS.: 10 Points The bidder has provided written notice of its interest in receiving sub-bids on the contract to those subcontractors, suppliers, manufacturers, and truckers, including MBEs; WBEs, OBEs, SBEs, and LBEs having an interest in participation in the selected work items. All notices of interest shall be provided not less than ten (10) calendar days prior to the date.the bids are required to be submitted. Required Documentation: A copy of each letter senuto•available MBEs, WBEs, OBEs, SBEs, and LBEs for each item of work` to be performed. If there is only one master notification, then a copy of the letter along with a listing of all recipients.will suffice. Faxed 125 copies must include.the fax transmittal confirmation slip showing the date and time.of transmission. Mailed letters must include copies of the metered envelopes or certified mail receipts. Letters must contain: areas of work to be subcontracted; County project name; name of the bidder;contact person's name, address, and telephone number; information on the availability of plans and specifications; and the bidder's policy concerning.assistance . with bonds, lines of credit,.and insurance. Note: This written notice can be used to satisfy Indicators 3, 7, and 10. CERTIFICATION AGENCIES (Bidders should contact the agencies listed in Paragraph 3-1.04A above to obtain current copies of MBE/WBE directories for listings of certified MBE/WBE firms.) 6 . FOLLOW-UP ON INITIAL SOLICITATION 10 Points The bidder has documented efforts to follow-up initial solicitations made in Indicator#5' by contacting the MBEs, WBEs, OBEs, LBEs, and SBEs to determine with certainty whether said businesses.were interested in performing specific portions of the project work, to answer any questions from them, to record any telephone quotes, and to confirm/record the business' interest in bidding on the project. Required Documentation: A copy of telephone logs. These logs must include the.name of the company called, telephone number, contact person, who did the calling, time, date, and the result of the conversation. Bidder must follow-up with all subcontractors to whom they sent letters. PLANS, SPECIFICATIONS AND 5. 7 REQUIREMENTS Points The bidder has provided interested sub-bid enterprises with information about the plans, specifications, and requirements for.the selected sub-bid/subcontracting work.. Required Documentation:. Include in Indicator-4 or 5, information detailing how, where, and when the bidder will make the required information available to interested subcontractors. 8 CONTACTED RECRUITMENT/PLACEMENT 10 ORGANIZATIONS Points The bidder has requested assistance from organizations that provide assistance in the recruitment and placement of MBEs, WBEs, OBEs, SBEs, and LBEs not less than fifteen (15) calendar days prior to the submission of bids. Any organizations which have been contacted must be listed in the required documentation. Required Documentation: A copy of each letter sent to outreach agencies requesting assistance in recruiting MBEs, WBEs, OBEs, SBEs, and LBEs. Faxed copies must include the fax transmittal confirmation slip showing the date and time of transmission. Mailed 126 letters must include,copies of the metered envelopes or certified mail receipts. Letters must contain areas of work to be subcontracted, County project name, name of the bidder, and contact person's name, address, and telephone number. 9 NEGOTIATE 1N GOOD FAITH 26 Points The bidder has negotiated in good faith with interested MBEs, WBEs, OBEs, SBEs, and LBEs and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise,.as determined by the County.' Required Documentation: a) Copies of all MBE/WBE/OBE/SBE/LBE bids or quotes received; and b) Summary sheet organized'by work area, listing the bids received, the name of the company that submitted the bid, the dollar amount of the bid and the subcontractor selected for that work area. If the bidder elects to perform a listed work area with its own forces,.they must include a bid.that shows their own costs for the work. 10 BOND,, LINES . OF CREDIT, AND INSURANCE. 7 ASSISTANCE Points The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs, and LBEs in obtaining bonds,lines of credit, and insurance required by the County or contractor. Required Documentation:. Include in Indicator 4 or 5, information about the bidder's efforts to assist with'bonds, lines of credit, and insurance. 3-1.05A GOOD FAITH EFFORT DOCUMENTATION SUBMITTAL No later than. two- (2) working days following bid opening, the bidders shall submit completed good faith effort documentation to the'County. In its review of the good faith effort documentation, the County may,request additional information to validate and/or clarify that the good faith effort submission was.adequate. Such information shall The submitted promptly .upon request by the County. To assist the bidders in properly documenting their outreach efforts, the County has prepared the "Good Faith Effort Documentation Booklet". The booklet can be 'downloaded from the Internet at the following location: www.co.contra-costa.ca.us/depart/pw/ Click on "Contractor Info" and select"Co. Outreach GFE Booklet." For MBE/WBE firms to be used on the project, the bidder shall submit, within two (2) working days after bid opening, a completed "Letter of Intent" form for each such firm (see sample form attached to the Proposal). Use of the form will verify the amount of work each MBE/WBE subcontractor, supplier, manufacturer, or trucker. intends .to perform. The form shall be signed by the MBE/WBE subcontractor, supplier, manufacturer, or trucker identifying the item(s) of work to be performed and the actual dollar value.to be received. 3-1.06 AWARD OF CONTRACT The Board reserves the right to reject any'and all bids. The award of a contract will be to the lowest responsive, responsible bidder. whose proposal complies with all requirements 127 prescribed herein. This includes compliance with the required Outreach Program. A positive and adequate demonstration to the satisfaction of the Board of Supervisors that a good faith effort to include MBE/WBE/OBE/SBE/LBE subcontractors' participation was made is a condition for eligibility for award of the contract. In the event that the Board considers awarding away from.the apparent low bidder because .of the bidder.'s failure to supply adequate good faith effort documentation, the County shall afford the bidder an opportunity to present further evidence prior to award of contract. The Board specifically reserves the right, in its sole discretion, to waive any of the time requirements set forth in Section 3 and to waive any other irregularities relating to compliance with the County's Outreach Program. 3-1.07 SUBCONTRACTOR SUBSTITUTION In addition to the requirements set forth in the provisions pertaining to the listing of subcontractors the following shall apply for the purpose of this program: A. Substitution During Construction: The contract award requires that the level of all subcontractor participation shall be maintained throughout the duration of the contract. 1. The Contractor shall request advance approval for all substitutions of bid-listed subcontractors. 2. The request shall be in writing and submitted to the County. .The request shall give the reason for the substitution, the name of the subcontractor, supplier, trucker, or manufacturer, and the name of the replacement. B. MBE/WBE Sub-bidder/Subcontractor Substitution: The County requires that whenever the Contractor. seeks to substitute a bid-listed MBE/WBE subcontractor, supplier, manufacturer, or trucker, the Contractor must make a good faith effort to. replace the MBE/WBE with a firm of the same certification status (i.e., MBE for MBE and WBE for. WBE). 1. The Contractor shall call at least two (2) certified MBE or WBE sub-bid prospects from each trade for which sub-bid/subcontracting work is available and document the following for submittal: Name of the company called; contact person and telephone number; date and time of contact. Response for each item.of work which was solicited, including dollar. amounts. Reason for selection or rejection of sub-bid prospect. 2. The Contractor shall.submit all documentation of good faith efforts to the County. for review and approval by the County Administrator's Office. 128 3-1.08 SUB-AGREEMENT FALSIFICATION Falsification or.1 misrepresentation of a sub-agreement as to company name, contract amount, and/or actual work to be done by: the sub-bidder/subcontractor will result in sanctions set forth in provisions pertaining to listing of subcontractors. 3-1.09 FINAL SUBCONTRACTING REPORT SUBMITTAL/VERIFICATION OF PERFORMANCE FORMS The Contractor must submit. the Final Subcontracting Report to the County Affirmative Action Office within fifteen (15) calendar days after the ficial inspection of the contract work by the County. Failure to comply may result in the assessment of liquidated damages in the amount of five hundred dollars ($500.00)per calendar day by the Board of Supervisors. Upon completion of work, the Contractor shall submit a completed "Verification of Performance" form(see sample form attached to the Proposal) for each MBE/WBE prime contractor, subcontractor, supplier, manufacturer,or trucker.used on.the project or listed in the bid. The form shall be signed by the MBE/WBE'identifying the item(s) of work performed and the actual dollar amount received. Final payment for work done may be withheld until all MBE/WBE.Verification of Performance forms are received. The Prime Contractor must explain in writing any total dollar amounts paid to MBE/WBE subcontractors, suppliers, manufacturers, or truckers that are less than the dollar amounts shown on the respective Letter'of Intent. 34.10 REVIEW OF RECORDS Upon request, the. Contractor and its subcontractors and truckers shall promptly make available, for review by the County Administrator's Office, certified payroll records and copies of purchase orders, invoices, and/or contracts.from suppliers and manufacturers. 3-1.11 PROMPT PAYMENT The Contractor shall make prompt payment to its subcontractors, truckers, suppliers, and manufacturers in accordance with their contracts and legal relationships. SECTION 3-2.00 MANDATORY SUBCONTRACTING MINIMUM 3-2.01. GENERAL This project is subject to the. policies and requirements established by the Board of Supervisors Outreach Program-Construction. The County is committed to maximizing subcontracting opportunities in the provision of,all goods;,and services to the County on a contractual basis. The Outreach Program is set forth herein. Bidders should be fully informed of this program.. Failure to complywith the Mandatory Subcontracting Minimum requirements may render the bid non-responsive. 3-2.02 MANDATORY SUBCONTRACTING MINIMUM PARTICIPATION LEVEL To be eligible foraward of this project, the Board of Supervisors requires the bidder to subcontract a minimum. percentage of its bid, which is stated in the'proposal form, to any qualified available contractor, and list-all' subcontractors; regardless of amount, that the bidder wishes to be credited.toward achieving the required MSM. Failure to list the subcontractors and subcontracting amounts with the bid on the form provided in the 129 proposal, sufficient to meet or exceed the required MSM, may cause the bid to be rejected by the Board of Supervisors as non-responsive. 3-2.03 DEFINITIONS For purposes of this program, the following definitions shall apply: A. "Subcontractor" means an individual, firm or corporation having a direct contract with the contractor for the performance of a part of work which is proposed to be constructed . or done under the contract or permit, including the furnishing of all labor, materials, or equipment. B. "Subcontract" means an agreement between the prime contractor and an individual, firm or corporation for the performance of a particular portion(s) of the work which the prime contractor has obligated itself. C. "Vendor and/or supplier" means a firm that owns, operates or maintains. a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. The .firm must engage in, as its principal business, and its own name, the purchase and sale of the products in question. A supplier of bulk items such as steel, cement, stone and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. D. "Manufacturer" means a firm that operates or maintains a factory or establishment that produces on the premises the materials or suppliers obtained by the contractor. E. "Broker" means a firm. that charges for providing a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, insurance or bonds, materials or supplies required for performance of the contract. The fee or commission is to be reasonable and not excessive as compared with fees. customarily allowed for similar services. 3-2.04 MSM PARTICIPATION RECOGNITION A. Work performed by a prime contractor will not be considered for credit toward the MSM participation level. B. MSM credit for materials and/or supplies.is limited to 60 percent of the amount to be paid to the vendor for the materials/supplies. C. MSM credit for a vendor who substantially alters materials/supplies and/or is a manufacturer will be 100 percent. D. MSM credit for brokers required for performance of the contract is limited to the reasonable fee or commission charged, as not considered excessive, as compared with fees customarily allowed for similar services. 130 E. MSM credit shall not be given to a Joint Venture partner fisted as a subcontractor by a Joint Venture bidder. SECTION 3-3.00 EXECUTION OF CONTRACT 3-3.01 AWARD OF CONTRACT The second paragraph of section 3-1.01, "Award of Contract", of the Standard Specifications is superseded by the following special provision The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the.requirements prescribed herein, including without limitation the requirements for a Project Labor Agreement if required (see Section 5 of these Special Provisions) and the Outreach Program and Mandatory Subcontracting Minimum requirements. Such;award, if made; will be made within the time period during which bids may not be withdrawn as specified in the Notice to Contractors. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal. complies with all the requirements prescribed herein within 37 days after the opening of the proposals for contract bid amounts under $1,000,0.00 and within 65 days for contract bid amounts equal to or exceeding $1,000,000, which require a Project Labor Agreement. This period will be subject to extension for such further period as may be agreed upon in writing between the Department and the bidder concerned. 3-3.02 BONDS Contractor shall provide, at the time of the execution of the agreement or contract for the work, and at no additional expense to the Agency,a surety bond executed by an admitted surety insurer in an amount equal to.at least one-hundred percent (100%) of the contract price as security for the faithful performance of said agreement. Contractor.shall also provide, at the time of the execution of the agreement or contract for the work, and at no additional expense to the Agency, a separate surety bond executed by an admitted surety insurer in an amount equal to at least one-hundred percent(100%) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with said agreement. Sureties. on each of said bonds shall be satisfactory to the Agency. i 3-3.03 INSURANCE REQUIREMENTS Sections 7-1.12 "Indemnification and Insurance" through 7-1.12B(6), "Miscellaneous", of the Standard Specifications are superseded by the following special.provisions. Before performing any work pursuant to the Agreement(Contract), the Contractor, and its subcontractors, shall, at no additional expense to the Agency, obtain and maintain in force during the entire term.of the contract and until acceptance of the completed job the following insurance: With Respect to the Contractor's Operations: 1. Worker's Compensation Insurance pursuant to State Law, including Employer's Liability. 131 2. Comprehensive or Commercial General Liability Insurance, including coverage for blanket contractual, owners' and contractors' protective and broad form property damage liability, with a minimum combined single limit coverage of one million dollars for all damages because of bodily injury, sickness, disease, or death to any person and damages to property including the loss of use thereof arising out of each accident or occurrence. 3. . Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles, owned, non-owned, leased or hired by or on behalf of the contractor with a minimum combined single limit of one million dollars for all damage because of bodily injury or death.to any person and damages to property including loss of use thereof arising out,of each accident or occurrence. With Respect to Subcontractor's Operations: 1. Worker's Compensation Insurance pursuant to State law. 2. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles owned, non-owned, leased, or hired by or on the behalf of the subcontractor with a minimum combined single limit coverage of $500,0.00 for all damages because of bodily injury or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. Additional Insurance Policy Requirements Such insurance as is afforded by the policy to the Contractor for Comprehensive or Commercial Liability Insurance shall include coverage for property .damage caused by blasting, collapse, structural 'injuries or damage to underground utilities.. The policy shall not . contain the so-called "x" "c" "u" exclusions. The minimum limits of liability for this insurance are as follows: $500,000 $1,000,000 Bodily Injury Liability Each Person Each Occurrence $250,000 $500,000 Property Damage Liability Each Aggregate Occurrence Insurance coverage in the.minimum amounts set forth herein shall not be construed to relieve the Contractor for liability in excess of that coverage, nor shall it preclude the Agency from taking such other actions as is available to it under any other provision of this contract(except retainage of money due the Contractor) or otherwise in law. Regarding .Comprehensive or Commercial General Liability and Motor Vehicle Liability Insurance, the policy or policies and the riders attached thereto or the certificates for the policies or riders shall name the Agency, and those agencies or individuals listed in Section 6, "ADDITIONAL INSUREDS, WORKING DAYS, AND LIQUIDATED DAMAGES," of these special provisions and their respective officers, agents, employees, representatives, governing body, commissioners and volunteers as additional insureds. 132 All insurance policies shall include a provision for 30.days' written notice to the Agency of cancellation or material change.: The insurance-hereinabove specified shall be in the:form satisfactory to the Agency, shall be placed with an insurance company or companies authorized to transact business in the State of California and satisfactory to the Agency, and shall be kept in full force and effect until completion to the satisfaction of the Agency and acceptance by the Agency of all of the work to be performed by the Contractor under the Agreement(Contract). The Contractor shall furnish, or cause to be furnished to the Agency, evidence of insurance in the form'approved by the Agency. Insurance brokers that issue certificates of insurance and/or endorsements on behalf of the insurance companies must demonstrate to the satisfaction of the Agency. that they are an authorized, agent of the insurance company having the power to amend the policies to conform to this contract's requirements. 3-3.04 EXECUTION OF AGREEMENT (CONTRACT) The following is added to Section 34.03, "Execution of Contract. of the Standard Specifications. 'A sample copy of the Agreement(Contract) is contained in the Proposal and Contract book. The submittal of the. Agreement (Contract) to the Contractor for execution shall constitute notice of contract award. The Contractor shall sign the Agreement (Contract) and return it to the Engineer together with: 1. The originals and one copy of each of the contract bonds specified in these special provisions. 2. One of the following: A. Two copies of a certificate of consent to. self-insure issued by the Director of Industrial relations of the State of California. b. Two copies of a certificate of worker's compensation' insurance issued by an admitted insurer: c. Two copies of a certificate of worker's compensation insurance,certified by the Director.of Industrial Relations of the State of California or the insurer. 3. Either of the following: a. Two certified copies of the Contractor's insurance policies specified in these special provisions. b. Two copies of certificates of insurance for the Contractor's insurance policies specified in these special provisions. The Agency will review the contract documents and,. if in order, will notify the Contractor that the contract has been approved within five working days after the contractor submits the documents to the Agency. SECTION 4. BEGINNING OF WORK AND TIME OF COMPLETION 4-1:01 GENERAL Attention is directed to the provisions in Section 8-1.03, "Beginning of Work," and in Section 8-1.06, "Time of Completion," of the Standard. Specifications and these special provisions. 133 The first paragraph of Section 8-1.03, "Beginning of Work," of the Standard Specification is amended to read: The first working day shall be no later than 27 calendar days. from contract award by the Board of Supervisors. The Contractor and Engineer may revise the start of work date if they mutually agree and the Engineer confirms in writing. Even though the counting of working days may have begun, in no case will the Contractor be allowed to begin work before the pre- construction conference is held. All specified submittals shall be furnished to the Engineer at, or prior to, the preconstruction conference. All specified approvals contained in the Standard Specifications and these special provisions shall be obtained prior to the beginning of work. After starting work, the Contractor shall diligently prosecute the work to completion within the time limit provided in Section 6, "ADDITIONAL INSUREDS, WORKING DAYS, AND LIQUIDATED DAMAGES," of these special provisions. 4-1.02 PRE-CONSTRUCTION CONFERENCE Prior to the beginning of work, a pre-construction conference will be held at 255 Glacier Drive, Martinez, California, for the purpose of discussing with the Contractor the scope of work, contract drawings, Specifications, existing conditions, materials to be ordered, equipment to be used, and all essential matters pertaining to the prosecution of and the satisfactory completion of the project as required. The pre-construction conference shall be held within 10 days of contract award. The Contractor's representatives at this conference shall include all major superintendents for the work and may include major subcontractors. The following submittals shall be presented to the Engineer at the pre-construction conference and will be required before work can begin: 1: Progress schedule using working days format. . 2. The on-site authorized representative (and home phone number) who shall have complete authority to present the contractor. 3. A list naming each official (with title) who is authorized to sign contract change orders, daily extra work reports, and the final pay estimate. 4. Three copies of a list of all.the materials which are to be used on the project, their source, and the name(s).and address(es) of the. supplier(s). Please identify each material by contract item number and name. 5. A statement giving the name and address of each subcontractor together with the item number,description,unit cost,and total cost of each item to be subcontracted. 6. A list giving the description, identification number, make, model number, and other necessary information for each piece of equipment to be used on this project. (Do not send listing of all items in equipment pool) 7. Three copies of the "Storm Water Pollution Protection Plan" if required by these special provisions. .8. Any other submittals and/or approvals required by the Standard Specifications and these special provisions. 9. A list of first tier subcontractors, suppliers, manufacturers, or truckers for which a "Verification of Performance" form will be required by these special provisions. 134 4-1.03 ARCHAEOLOGICAL DISCOVERIES and/or HISTORICAL DISCOVERIES If archaeological .materials, including but not limited to human skeletal material and disarticulated human bone, are discovered at the job site, protect and leave undisturbed and in place archaeological materials in accordance with the following codes and these special provisions: L. California Public Resources Code, Division 5, Chapter 1.7 § 5097.5 2. California Public Resources Code, Division 5, Chapter 1.75 § 5097.98 and § 5097.99 3. California Administrative Code,Title 14 § 4308 4. California Penal Code,Part 1,Title 14:§ 622-1/2 5. California Health and Safety Code, Division 7, Part 1, Chapter 2, § 7050.5 The California .Public Resources Code, Chapter .1,7, Section 5097.5, makes it a misdemeanor for anyone to knowingly. disturb a historical'feature. The California Public Resources Code, Sections 5097.98 and 5097.99 and Health and Safety Code 7050 require coordination with the Native.American Heritage Commission (NAHC). The California Administrative Code,. Title 14, Section 4307,mandates that no person shall disfigure any object of historical interest or value. The California Penal.Code, Title 14, Part 1, Section 622-1/2 makes it a.misdemeanor to destroy anything of historical value within any public place. Archaeological 'materials are the physical.remains of. past human activity and include historic-period archaeological materials and prehistoric Native American archaeological materials.. Nonhuman fossils are.not considered to be archaeological except when showing direct.evidence of human use or alteration or when found in direct physical association with archaeological materials as described in these special provisions. Historic-period archaeological materials include cultural remains beginning with initial European contact:in'California, but at least 50 years old. Historical archaeological materials include: L. Trash deposits or clearly defined disposal pits containing tin cans,:bottles, ceramic dishes, or other refuse indicating previous occupation or use of the site 2. Structural remains.of stone, brick, concrete, wood, or other building material found above or below ground or 3. Human skeletal remains. from the historic `period, with' or without coffins or caskets, including any associated grave.goods Prehistoric Native American archaeological materials include: 1. Human skeletal remains or associated burial goods such as beads or ornaments 2. Evidence of tool making or hunting such; as arrowheads and associated chipping debris of fine-grained materials such as obsidian, chert, or basalt 3. Evidence of plant processing such as pestles,.grinding slabs, or stone bowls 4. Evidence of habitation such as cooking pits, stone hearths, packed or burnt earth floors or 5. Remains from food processing such as concentrations of discarded or burnt animal bone, shellfish remains, or burnt rocks used in cooking 135 All personnel connected with the project shall be informed of the possibility of finding archaeological and/or historical resources (e.g., human or structural remains, artifacts, rock . mortars, hearths, ovens, trash pits, bone, or shell fragments) at the work site. All articles of archaeological and/or historical interest uncovered by the Contractor during the progress of the work shall be reported immediately to the Engineer. All work shall be halted within approximately 85 ft radius of the find and shall not be resumed until so permitted, in writing, by.the Engineer. All resources found during project activities are the property of the Agency.. Do not resume work within the 85-foot radius of the find until the Engineer gives you written approval. If, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of an archeological find or investigation or recovery of archeological materials, you will be compensated for resulting losses.and an extension of time will be granted in the same manner.as provided for in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. The Department may use other forces to investigate and recover archaeological materials from the location of the ifind. When ordered by the Engineer furnish labor, material,tools and equipment, to secure the location of the find, and assist in the investigation or recovery of archaeological materials and the cost will be paid for as extra work as provided in Section 4-1.03D, "Extra Work," of the Standard Specifications. Full compensation for immediately notifying the Engineer upon discovery of archaeological materials and leaving undisturbed and in place archaeological materials discovered on the job site shall be considered as included in the various items of work and no additional compensation will be allowed therefor. SECTION 5. GENERAL SECTION 5-1. MISCELLANEOUS 5-1:01 LEGAL HOLIDAYS In lieu of the provisions in SECTION 1, `.`DEFINITIONS AND TERMS," of the Standard Specifications, the following days are designated as legal holidays: January I", known as New Years Day Third Monday in January, known as Dr. Martin Luther King Jr. Day Third Monday in February, known as President's Day The last Monday in May, known as Memorial Day July 4'h known as Independence Day First Monday in September, known as Labor Day November 111h, known as Veteran's Day Fourth Thursday in November, known as Thanksgiving Day The Friday after Thanksgiving Day . December 25t", known as Christmas Day 136 When a designated legal holiday falls on a Saturday, the proceeding Friday shall be considered to be the, legal holiday. When a designated legal holiday falls on a Sunday, the following Monday shall be considered to be the legal holiday. 5-1.02 PAYROLL RECORDS The provisions of Section 7-1.01A(3), "Payroll Records," of the Standard Specifications are amended with the following: "(h) The contractor shall permit the Engineer to interview,employees.during working hours on the job to verify the.above mentioned payroll records.". 5-1.03 AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY The Contractor shall pay special attention to Section 7-1.01A (4), "Labor Non- discrimination" of the Standard Specifications and these special provisions. Employment Goals.--On contracts of $1,000,000 or more it shall be the goal of each Contractor and subcontractor to ensure that the composition of all persons employed specificallX for the:purpose of completing:this contract shall reflect the 25.7 percent overall minority composition of the labor force of Contra Costa County and a 6.9 percent of the labor force for women employed specifically for the purpose of completing this contract. This requirement does not apply to.current employees used on this contract.. The Contractor shall make a maximum effort to. achieve,this employment goal within each trade by ensuring that the percentage of total'hours worked. within each trade by persons who are members of minority groups are in proportion to the overall minority composition of the. Contra Costa County labor force population. The goals shall apply to the Contractor and all subcontractors regardless of how they are selected. Specific Affirmative Action Steps.--No Contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet these goals. The Contractor and subcontractors shall be given the opportunity to demonstrate that they have instituted these Specific Affirmative Action Steps and have made every "good faith" effort to make these . steps work toward. the attainment of the above employment goals. The Contractor shall inform its subcontractors of their respective obligations under the terms and requirements of these special provisions. The Contractor's and subcontractors'. Affirmative Action Program must include specific affirmative action steps to increase minority and women utilization. Any Contractor who fails to meet the employment goals outlined in Section 5-1.02A "Employment Goals", above, must demonstrate to the satisfaction of the Contract Compliance Officer that a good faith effort was made to meet these,goals. This.effort. must be at least. as extensive and specific as the following: 1) The Contractor shall notify the union (hiring hall) in writing that the employment goal of this project is not being met, and the Contractor shall solicit the union's assistance.in meeting the specified goals. 137 2) The Contractor shall make specific and continuing personal recruitment efforts, . both written and oral, directed at minority, female and community organizations, schools with minority and female students, .minority and female recruitment organizations, and minority and female training organizations within the greater San Francisco Bay Area. 3) The Contractor shall notify the Contract Compliance Officer whenever the union or unions with whom the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or female in response to a request sent by the Contractor to the union or whenever the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet the specified employment goals. 4) The Contractor shall actively participate as an individual or through an association in joint apprenticeship programs, and the Contractor shall, where reasonable, develop on-the-job training opportunities and programs which expressly include minorities and females. 5) The Contractor shall solicit and sponsor members of minority groups and females for pre-apprenticeship training. 6) The Contractor shall demonstrate an effort to cooperate with the unions with which the Contractor has agreements in the development of programs to assure qualified members or minority groups and females of equal opportunity in employment in the construction trades. 7) The Contractor shall maintain a file of the names,addresses and telephone numbers of minority and female workers referred to said Contractor, what actions were taken with respect to each referred worker, and if the worker was not employed, the reasons why. For each such worker not employed by the Contractor, the Contractor's file shall document the reasons. . 8) The Contractor shall establish and maintain a current list of minority and female recruitment sources,and shall notify community organizations that the Contractor has employment opportunities available, and shall maintain the records of organizations' responses. The Contractor shall make a specific effort to encourage its current employees to recruit any qualified minority and female workers. 9) The Contractor shall disseminate an Equal Employment Opportunity(EEO)policy within the Contractor's own. organization by including it in any policy manual and collective bargaining agreement; by publicizing it in company newspapers and annual reports; by conducting staff and employee representative meetings to explain and discuss policy; by posting of the policy; and by specific review of the policy with minority and female employees. 10) The Contractor shall disseminate an EEO policy externally by providing notice of the policy to the unions and training programs and requesting their cooperation in 138 assisting the Contractor in meeting EEO obligations; by informing and discussing it with all recruitment sources; by advertising in the news media, specifically including minority and female news media; by notifying and discussing it with all subcontractors and suppliers. 11) The Contractor shall ensure that all facilities and company activities are nonsegregated. If necessary, changing facilities shall be provided to assure privacy between the sexes. 12) The Contractor shall conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage such employees to seek or to prepare for, through appropriate training,. etc., such opportunities.' 13) The Contractor shall review,at least annually,the company's EEO policy. Upon request by the. Contract Compliance Officer, the Contractor shall provide copies of documentation that a good faith effort was made. Reporting Requirements.--The provisions in Section 7-1.O1A(4), "Labor Nondiscrimination",of the Standard Specifications are amended as follows: Each employee shall be identified as to minority or non-minority status and as to gender on the copy of all payrolls submitted weekly to the Contract Compliance Officer. Such payroll records shall.be submitted on'U.S. Department of Labor.Payroll Report Form V H-347 (or other form approved by the project Contract Compliance Officer)and in accordance with Section 1776 of the Labor Code. Enforcement:-The Contract Compliance Officer will review Contractor's and subcontractors' "project-related" employment practices during the performance of this contract. 1) Determination of Noncompliance.--If the Contract Compliance Officer determines that there ,is an apparent violation of any substantial requirements of these "Affirmative Action and Equal Employment Opportunity" special provisions and Section 7-1.O1A(4), "Labor Nondiscrimination" of the Standard Specifications by the Contractor or one of its subcontractors, the Contract Compliance Officer will hold a meeting with the Contractor, and its subcontractor (if applicable), for the purpose of. determining whether the Contractor is indeed out of compliance. If after the meeting the Contract Compliance Officer finds the Contractor out of compliance, the Contractor will be notified of its appeal rights to the County Administrator. In the event that the.Contractor disagrees with the County Administrators determination, the Contractor may appeal, in writing, to the Board of Supervisors. If the Board of Supervisors concurs that there has been a violation, the Contract Compliance Officer will notify the Contractor in writing of the sanctions to be imposed. In addition, the Contra Costa County Board of Supervisors will deem a finding of willful violation of the California Fair Employment Act by the Fair Employment 139 Practices Commission to be a violation by the Contractor of the nondiscrimination requirements of this project, and such violation shall be subject to the sanctions provided herein. The same shall apply to violations of the Equal Employment Opportunity Commission regulation and other state and federal compliance agencies. Any sanctions imposed by the County for such violations shall be in addition to any sanctions or penalties imposed by the regulatory agencies or.commissions. 2) Sanctions.--A finding at the public hearing that there has been a violation of the Affirmative Action and Equal Employment Opportunity requirements of this project shall be cause for the Board of Supervisors.to impose. any or all of the following sanctions: 1. Withhold an additional (10%) of all further contract progress payments until the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of noncompliance has been corrected. 2. Suspend the contract until such time as the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of noncompliance has been corrected. All expenses, including liquidated damages shall be paid by the Contractor for any resultant delays. 3. Cancel the contract and collect appropriate damages from the Contractor. . 4. Declaration that the Contractor is non-responsible and is ineligible to make bids on future. County contracts until the Contractor can demonstrate to the satisfaction of the Board of Supervisors that the violation has been corrected. 5-1.04 SCOPE OF PAYMENT The provisions of Section 9-1.02, "Scope of Payment," of the Standard Specifications are amended with the following: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to the completed work and for performing all work contemplated and embraced under the contract whose payment is not clearly embraced in the various contract payment clauses shall be considered as included in the various contract items of work and no additional compensation will be allowed. 5-1.05 INCREASES AND DECREASES IN QUANTITIES The provisions of Section 4-1.03B, "Increased or Decreased Quantities,"of the Standard Specifications shall apply only to major items of work as defined herein. A major item of work is any item for which the cost, computed on the basis of contract unit price and the quantity shown in the proposal, is equal to or greater than ten (10) percent of the original total contract amount. 140 5-1.06 INTERPRETATION OF CONTRACT DOCUMENTS • Section 5-1.04, "Coordination and Interpretation of Plans, Standard Specifications, and Special Provisions," of the Standard Specifications is modified by the following addition: The proposal shall''govern over the special provisions. In the event of a discrepancy between units shown on plans, in the special provisions and in the proposal, the units shown in the proposal shall govern. 5-1.07 CONTROL OF WORK Control of work shall conform to the provisions in Section 5, "Control of Work," of the Standard Specifications and these special provisions. The second paragraph of Section 5 - 1.07, "Lines and Grades," of the. Standard Specifications is modified to read: When.the Contractor requires such stakes or marks, he shall notify the Engineer of his requirements in writing a reasonable length of time in advance of starting operations.that require such stakes or marks. In no event shall a notice of less than 3 working days be considered a reasonable length of time. The Engineer will provide one set of stakes or.marks as necessary for each request for survey and it shall,.be the Contractor's responsibility to protect the stakes or marks. If the Contractor fails to protect the stakes or.marks and they are damaged or lost, the Contractor shall notify the Engineer in writing of the "re-staking" requirements and the Engineer will replace the stakes,or marks and will deduct the cost thereof from any moneys due or to become due the Contractor. 5-1.08 COST REDUCTION INCENTIVE Attention is directed to Section 5-1.14, "Cost Reduction .Incentive," of the Standard Specifications. Prior to preparing a written cost reduction proposal, the Contractor shall request a meeting with the Engineer to discuss the proposal in concept. .Items of discussion will also include permit issues, impact on other projects, impact on the project schedule, peer reviews, overall merit of the .proposal, and review times required by the Department and other. agencies. If a cost reduction proposal submitted by the Contractor, and subsequently approved by the Engineer, provides for a reduction in contract time, 50 percent of that contract time reduction shall be credited to the State by reducing the contract working days, not including plant establishment. Attention is directed to "Beginning of Work, Time.of Completion and Liquidated Damages" of these special provisions regarding the working days. If a cost reduction proposal submitted by the Contractor, and subsequently approved by the Engineer, provides for a reduction in traffic congestion or avoids traffic congestion during construction,..60 percent of the estimated net savings in construction costs attributable to the cost reduction proposal will be paid to the Contractor. .In addition to the requirements in Section 5-1.14, "Cost Reduction Incentive;" of the Standard Specifications, the Contractor shall provide detailed comparisons of the traffic handling between the existing contract and the proposed change, and estimates of the traffic volumes and congestion. 141 5-1.09 LABOR NONDISCRIMINATION Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to.the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt State contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The specifications are applicable to all nonexempt State construction contracts and subcontracts of$5,000 or more. 54.10 PAYMENTS Attention is directed to Section 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions. The provisions in Section 9-1.06, "Partial Payments," are modified as follows: No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. The provisions in Section 9-1.07, "Payment After Acceptance," are modified as follows: Upon satisfactory completion of the entire work, the Engineer will recommend the acceptance of the work to the Board of Supervisors.. If the Board accepts the completed work, it will cause a Notice of Completion to be recorded with the County Recorder. Thirty-five days after the filing of the.Notice of Completion, the Contractor will be entitled to the balance due for the completion and acceptance of the work, if certification is made by sworn written statement that all claims have been filed with the agency based upon acts or omissions of the Contractor and that no liens or withhold notices have been filed against said work or the property on which the work.was done, and contractor has complied with the "Final Subcontracting Report SubmittalNerification of Performance Forms" section of these special provisions. 5-1.11 INTEREST ON.PAYMENTS Interest shall be payable on progress payments, payments after acceptance, final payments, extra work payments, and claim payments as follows: A. Unpaid progress payments, payment after acceptance, and final payments shall begin to accrue interest 30 days after the Engineer prepares the payment estimate. B. Unpaid extra work bills shall begin to accrue interest 30 days after preparation of the first pay estimate following receipt of a properly submitted and undisputed extra work bill. To be properly submitted,the bill must be submitted within 7 days of the.performance of the extra work and in conformance with the provisions in Section 9-1.03C, "Records," and Section 9-1.06, "Partial Payments," of the Standard Specifications. An undisputed extra work bill not submitted within 7 days of performance of the extra work will begin 142 to accrue interest 30 days after the preparation of the second pay estimate following submittal of the.bill. C. The rate of interest payable for unpaid progress payments, payments after acceptance, final payments, and extra work payments shall be 10 percent per annum. D. The rate of interest payable on a claim, protest or dispute ultimately allowed under this contract shall be 6 percent per annum. Interest shall begin to accrue 61 days after the Contractor submits to the Engineer information in sufficient detail to enable the Engineer to ascertain the basis and amount of said claim,protest or dispute. The rate of interest payable on any award in arbitration shall be 6 percent per annum if allowed under the provisions of Civil Code Section 3289. 5-1.12 PUBLIC SAFETY The Contractor shall provide for the safety.of traffic and the public in conformance with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications and these special provisions. The Contractor shall install temporary railing (Type K) between a.lane open to public traffic and an excavation, obstacle, or storage area when the following conditions exist: (1)Excavations.--Any excavation, the near edge of which is 5 feet or less from the edge of the lane, except: (a) Excavations covered with sheet steel'or. concrete covers of adequate thickness to prevent accidental entry by traffic or the public. Trench plates subject to public traffic shall be the non-skid type (coefficient of friction of 0.35 or higher) and chocked. If more than one plate is required, the plates shall be tack welded together. (b)Excavations less than one foot deep. (c) Trenches less than one foot wide for 'irrigation pipe or electrical conduit, or excavations less than one foot in diameter. (d)Excavations parallel to the lane for the purpose of pavement widening or reconstruction. (e) Excavations in side slopes,where the slope is steeper than 4:1. (f)Excavations protected by existing barrier or railing. (2) Temporarily Unprotected Permanent Obstacles.--Whenever the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects. to install the obstacle prior to installing the protective system; or whenever the Contractor, for his convenience and with permission of the Engineer, removes a portion.of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. (3) Storage Areas.--Whenever material or equipment is stored within 12 feet of the lane and such storage is not otherwise prohibited by the Standard Specifications, and these special provisions. The approach end of temporary. railing (Type K), installed in' conformance with the provisions in this section '.'Public Safety" and in Section 7-1.09, "Public Safety," of the Standard Specifications shall be offset a minimum of 15 feet from the edge of the traffic lane 143 open to public traffic. The.temporary railing shall be installed on a skew toward the edge of the traffic lane of not more than one foot transversely to ten feet longitudinally with respect to the edge of the traffic lane. If the 15 foot minimum offset cannot be achieved, the temporary railing shall be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules shall be installed at the approach end of the temporary railing. Except for installing, maintaining and removing traffic control devices, whenever.work is performed or equipment is operated in the following work areas the Contractor shall close the adjacent traffic lane unless otherwise provided in the Standard Specifications and these special provisions: Approach speed of public traffic (Posted Limit) Work Areas (Miles Per Hour) Over 45 Within 6 feet of a traffic lane but not on a traffic lane. 35 to 45 Within 3 feet of traffic lane but not on a traffic lane. The lane closure provisions of this section shall not apply if the work.area is protected by permanent or temporary railing or barrier. When traffic cones or delineators are used to delineate a temporary edge of traffic.lane, the line of cones or delineators shall be considered to be the edge of the traffic lane, however, the Contractor shall not reduce the width of an existing lane to. less than 10 feet without written approval from the Engineer. When work is not in progress on a trench or other excavation that required closure of an adjacent lane, the traffic cones or portable delineators used for the lane closure shall be placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. Full compensation for conforming to the provisions in this section 'Public Safety," including furnishing and installing temporary railing (Type K) and temporary crash cushion modules, shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefor. 5-1.13 TESTING Testing of materials and work shall conform to the provisions in Section 6-3, "Testing," of the Standard Specifications and these special provisions. Whenever the provisions of Section 6-3.01, "General," of the Standard Specifications refer to tests or testing, it shall mean tests to assure the quality and to determine the acceptability.of the materials and work. 144 The Engineer will deduct the costs for testing of materials and work found to be i unacceptable, as determined by the tests performed by the Department, and the costs for testing of material sources identified by the Contractor which are not used for the work, from moneys due or to become due to the Contractor. The amount deducted will be determined by the Engineer. 5-1.14 SURFACE MINING AND RECLAMATION ACT Attention is directed to.the Surface Mining and Reclamation Act of 1975, commencing in Public Resources'Code, Mining and Geology, Section 2710, which establishes regulations pertinent to surface,mining operations, and to California :Public Contract Code Section 10295.5. Material from mining operations furnished for this project shall only come from permitted sites in compliance with California Public Contract Code.Section 10295.5. State law prohibits local agencies from purchasing California mined construction materials unless the.operation is identified in a list referred.to as the 3098 List. This list.is available on the Department of Conservation's Office of Mine Reclamation (OMR) website, which can be viewed at: http://www.conservation.ca.gov/OMR/ab 3098 list/index.htm The requirements of this section shall apply to materials furnished for the project, except for acquisition of materials in conformance with the provisions in Section 44.05, "Use of Materials Found on the Work," of the Standard Specifications. 5-1.15 PUBLIC CONVENIENCE The provisions of Section 7-1.08, "Public Convenience," of the Standard Specifications, are supplemented herein. When individual streets or groups of streets are being treated,those streets may be.closed to traffic by the Contractor, subject to the following.conditions: Street closures shall not cause residents'or business traffic to walk distances exceeding 300 feet. At least two working days in advance of any road work, all residents and businesses fronting that street and all streets requiring use of the street shall be notified by the Contractor in writing. The Notice to Residents shall clearly state the Contractor's plans for lane closures.or special handling of the traffic. The notice shall include the name of all streets, the date and times of road work,, state the purpose of the surface treatment. The notice shall include.the Engineer's. name and phone number, the Contractor's name, day and night telephone number and contact person, additionally, residents shall be requested not to do outdoor watering, immediately prior or during the period.of road work. Each notice shall be hand delivered or securely attached to'the door of each residence or business in.the event that no one is available. to personally accept..the notice. Notices shall not be left in mailboxes., Notices shall be typed, on the contractor's stationery (letterhead). A Friday that occurs prior to a Holiday (three day) weekend shall not be considered as a working day for the purpose of this section. If any street identified in the Notice to Residents is not treated on the date and time identified, residents of that street and all streets requiring use of that street shall be re-notified of the new date and time of limited access. 145 The Contractor shall obtain the Engineer's approval (as to form) of the Notice to Residents prior to notifying any residents. Twenty-four (24) hours prior to the day a street is to be treated, the Contractor shall furnish and erect "No Parking" signs. The signs shall include the date and times of closure. In small writing on the sign the contractor shall write the exact date and time the notices were placed. These notices shall be attached to portable barricades. The "No Parking" signs shall be removed when that street is re-opened for traffic. The contractor shall arrange for towing and removal of any vehicles which interfere with construction operations. Vehicles shall be towed to the nearest street with available parking which is not subject to that days work, vehicles shall not be towed to the towing companies impound lot. The contractor shall be compensated $75.00 for each vehicle towed or removed to accommodate that days work. The $75.00. paid per towed vehicle shall include full compensation for furnishing all labor, overhead, coordination with a towing company materials tools, equipment and incidentals and for doing all work involved in towing vehicles complete in place, including all overhead as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The total number of vehicles to be towed has been estimated. The contractor may tow more or fewer vehicles than that indicated on the Bid Proposal document. The number of vehicles towed will be adjusted up or down to agree with the number of vehicles actually towed. In no event shall the $75.00 per vehicle be modified. No towing will be done or allowed unless the contractor has given the full 24-hour notice to the residents and/or businesses adjoining the streets to be treated. 5-1.16 CLAIMS BY CONTRACTOR Section 9-1.10, "Arbitration," of the Standard Specifications is deleted and the following.is substituted therefor: Attention is directed to the provisions of Government Code Sections 900 and following, concerning the procedures to be followed when filing claims against the Agency. All claims shall be filed with the Clerk of the Board of Supervisors.. Forms specifying the information to be contained in claims against the Agency may be obtained from the Clerk of the Board of Supervisors. Pursuant to Public Contract Code Section 20104(a),all claims by Contractor of$375,000 or less are subject to Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3 of the Public Contract Code,which is incorporated into the contract and which provides as follows: ARTICLE 1.5 Resolution of Construction Claims §20104. (a) (1) This article applies to all public works claims of three hundred seventy-five thousand dollars($375,000).or less which arise between a contractor and a local agency. 146 (2) This article shall not apply to any claims resulting from a contract beiween a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240)of Chapter 1 of Part 2. (b) (1) "Public work":has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public,,work" does not include any work or improvement contracted for by the state or the Regents.of the University'of California. (2) "Claim" means'a separate demand by the contractor for(A) a time"extension, (B) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which.is not otherwise expressly provided for or the claimant is not otherwise entitled to,.or(C)an amount the payment'of which is disputed by .the local agency.. (c) The provisions of. this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts.entered into on or after January 1, 1991. §20104.2 For any claim subject to this article,the following requirements apply: (a) The claim shall bean writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice.requirements,otherwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to.any written claim within 45 days of.receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to;defenses or claims the local agency may.have against the claimant. (2) If additional information is thereafter required,. it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. . (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time .no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims:of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000),the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the local agency may have against the claimant. (2) If additional .information is thereafter required, it, shall be requested and provided pursuant to this subdivision,upon mutual agreement of the local agency and the claimant. 147 i (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a _ period of time no greater than that taken by the claimant in producing the additional information or requested documentation,whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement.of the issues in dispute. Upon a demand, the . local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 21 (commencing.with Section 910) of Part 3 of Division 3.6 of.Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time the claim is denied, including any period of time utilized by the meet and confer conference. §20104.4 The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure)shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. §20104.6 (a) No local agency.shall fail.to pay money as to.any portion of a claim which is undisputed except as otherwise provided in the contract. 148 (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. 5-1.17 AREAS FOR CONTRACTOR'S USE Attention is directed to the provisions in Section 7-1.19, '.'Rights in Land and Improvements," of the Standard Specifications and these special provisions. The highway right:of way shall be used only for purposes that are necessary to perform the required work. ;The Contractor shall not occupy the right 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 contract limits. The Contractor shall secure, at the Contractor's own expense, areas required for plant sites, storage of equipment or materials, or for other purposes. No area is available within. the contract limits for the..exclusive use of the Contractor. However, temporary storage of equipment and materials on State property may be arranged with the Engineer, subject to the prior demands of State maintenance forces and to other contract requirements. Use of the Contractor's work areas and other State-owned property shall be at the Contractor's own risk, and the State shall not be held liable for damage to or loss of materials or equipment located within such areas. 5-1.18 SOUND CONTROL REQUIREMENTS Sound control shall conform to the provisions in Section. 7=1.01I, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the.hours of 7:00 p.m.and 7:00 a.m. on weekdays and between 7:00 p.m. and 9:00 a.m. on weekends and holidays, shall not exceed 86 dBa at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not.limited to trucks,transit mixers or transient equipment that may or may not be owned by the.Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for.conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 54.19 AIR POLLUTION CONTROL Air pollution control shall:conform to the provisions in Section 7-1.01F, "Air Pollution Control," of the Standard Specifications and these special provisions. All construction machinery and vehicles shall be properly tuned. Any machinery or Vehicle when not in.use shall not be idled unnecessarily. 5-1.20 SUBCONTRACTING Attention is directed -to the provisions ,in Section 8-1.01, "Subcontracting," of the Standard Specifications and these special provisions. 149 Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor Commissioner publishes and distributes a list of contractors ineligible to perform work as a subcontractor on a public works project. This list of debarred contractors is available from the Department of Industrial Relations web site at: http://www.dir.ca.gov/DLSE/Debat.html The first sentence in the third paragraph of Section 8-1.01, "Subcontracting," of the Standard Specifications shall not apply. The Contractor shall perform with the Contractor's own organization contract work amounting to not less than 30 percent of the original total contract price, except that any designated "Specialty Items" may be performed by subcontract and the amount of"Specialty Items" so performed may be deducted from the original total contract price before computing the amount of work required to be performed by the Contractor with the Contractor's own organization. 5-1.21 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS Attention is directed to the provisions in Section 7108.5 of the Business and Professions Code concerning prompt payment to subcontractors. The prime.contractor or subcontractor shall pay any subcontractor, not later than 10 days of receipt of each progress payment, unless otherwise agreed. to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors,to the extent of each subcontractors interest therein. Any violation of this section of the Code shall constitute a cause for disciplinary action and shall subject the licensee to a penalty payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. 5-1.22 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS The Contractor .shall return all moneys withheld in retention from the subcontractor within 30 days after receiving payment for work satisfactorily completed, even if the other contract work is not completed and has not been accepted in.conformance with Section 7- 1.17, "Acceptance of Contract," of the Standard Specifications. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the Contractor or deficient subcontract performance or noncompliance by a subcontractor. 5-1.23 RECORDS. The Contractor shall maintain cost accounting records for the contract pertaining to, and. in such a manner as to provide a clear distinction between, the following 6 categories of costs of work during the life of the contract: A. Direct costs of contract item work. B. Direct costs of changes in character in conformance with Section 4-1.03C, "Changes in Character of Work," of the Standard Specifications. 150 C. Direct costs of extra work in conformance with Section 4-1.03D,, "Extra Work," of the Standard Specifications. D. Direct costs of work not required by the contract and performed for others. E. Direct costs of workperformed under a notice of potential claim in conformance with the provisions in Section 9-1.04, "Notice of Potential Claim,"'of the Standard Specifications. F. Indirect costs of overhead. Cost accounting.-records shall include the information specified for daily extra work reports in Section 9-1.030, "Records," of the Standard Specifications. The requirements for furnishing the Engineer completed daily extra work reports shall only apply to work paid for on a force account basis. The cost accounting records for the.contract shall be maintained separately from other contracts, during the life of the contract, and for a period of not less than 3 years after the date of acceptance of the. contract: If the Contractor intends to file claims against the Department, the Contractor shall keep the cost accounting records specified above until complete resolution of all claims has been reached. 5-1.24 CITY OF RICHMOND ENCROACHMENT PERMIT Attention is directed. to. Section 7-1.04, "Permits and Licenses," of the Standard Specifications and these special provisions. The Contractor will be required to obtain a no fee encroachment permit from the City of Richmond for installation of construction area signs and improvements along the east side of centerline of York Street. The permit will be issued to.the Contractor at no cost. Contact Ms. Pamela Hampton(510)307-8091 at City of Richmond Department of Public Services 1401 Marina Way South,Richmond, CA 94804 for information and details to obtain the permit. A sample of the City of Richmond Encroachment Pen-nit is attached for the Contractor's information. Additional provisions may also be included in the final encroachment permit. The Contractor will be required to comply with the provisions of the final encroachment permit. In the event of any conflicts between the requirements of the encroachment permit and what is shown on the plans or.specified in the Standard Specifications and these special.provisions, the final encroachment permit shall govern. No extension of time will be granted for work involved in obtaining the contractor's encroachment permit or.for doing the work covered by the original permit. The Contractor will not be required to obtain a business license for work within the City of Richmond. Any work required by the final encroachment permits not shown on the plans or specified in the Standard Specifications or these special provisions or the attached sample permit will be paid for as extra work as provided for in Section 4-1.031), "Extra Work.'' Full compensation:for all work.required to obtain the permit from City of Richmond and complying with the provisions of the permit shall be considered as included in the contract price paid for various items of work and no separate payment will be made therefor. 5-1.2.5 ACCEPTANCE OF CONTRACT Section 7-1.17, "Acceptance of Contract", of the Standard Specifications is superseded by the following: 151 When the Engineer has,made the final inspection as provided in Section 5-1.13, "Final Inspection," and determines that the 'contract work has been completed in all respects in accordance with the plans and specifications, the Engineer will recommend that the Director formally accept the contract, and immediately upon and after the acceptance by the Director, the Contractor will be relieved of the duty of maintaining and protecting the work as a whole, and the Contractor will not be required to perform any further work thereon. SECTION 6. ADDITIONAL INSUREDS,WORKING DAYS, AND LIQUIDATED DAMAGES 6-1.01 ADDITIONAL INSUREDS In accordance with Section 7-1.12A, "Indemnification" of the standard specifications, "INSURANCE REQUIUREMENTS"," section contained in SECTION 3 of these special provisions and Section 20 of the Contract (Construction Agreement), the following shall be named as additional insureds and shall be defended,held harmless and indemnified: • City of Richmond 6-1.02 WORKING DAYS In accordance with Section 4-1.01, "GENERAL," of these special provisions, the' Contractor will have 35 working days to complete the project. 6-1.03 LIQUIDATED DAMAGES Attention is directed to Section 8-1.07, "LIQUIDATED DAMAGES," of the Standard Specifications and.these special provisions. The Contractor shall pay to the Agency the sum of $1,000 per day, for each and every calendar day delay in finishing the work in excess of the number of working days prescribed above. SECTION 7 (BLANK) SECTION 8. MATERIALS SECTION 8-1. MISCELLANEOUS 8-1.01 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS The Department maintains the following list of Prequalified and Tested Signing and Delineation Materials. The Engineer shall not be precluded from sampling and testing products on the list of Prequalified and Tested Signing and Delineation Materials. The manufacturer of products on the list of Prequalified and Tested Signing and Delineation Materials shall furnish the Engineer a Certificate of Compliance in conformance with the provisions in Section.6-1.07, "Certificates of Compliance," of the Standard Specifications for each type of traffic product supplied. 152 For those. categories of materials included on the list of Prequalified,and Tested Signing and Delineation Materials, only those products shown within the listing may be used in the work. Other categories of products, not included on the list of Prequalified and Tested Signing and Delineation Materials, `may be used in the work provided they conform to the requirements of the Standard Specifications. Materials and products may be added to the list of Prequalified. and Tested Signing and Delineation Materials if the manufacturer submits a New Product Information Form to the New Product Coordinator at the Transportation Laboratory. Upon a Departmental request for samples, sufficient samples shall be submitted to permit performance of required tests. Approval of materials or products will depend upon compliance with the specifications and tests the Department may elect to perform. PAVEMENT MARKERS, PERMANENT TYPE Retroreflective With Abrasion.Resistant Surface(ARS) 1. Apex, Model 921 AR(4" x 4") 2. Ennis Paint; Models C88 (4".x 4"), 911 (4" x. 4") and 953 (2.75" x 4.5") 3. Ray-O-Lite,Model "AA." ARS (4" x 4") 4. 3M Series 290 (3.5" x 4") 5. 3M Series 290 PSA, with pressure sensitive adhesive pad(3.5" x 4'D Retroreflective With Abrasion Resistant Surface (ARS) (for recessed applications only) I. Ennis Paint, Model 948 (2.3" x 4.7) 2. . Ennis Paint, Model 944SB (2" x 4")* 3. Ray-O-Lite, Model 2002 (2" x 4.6") 4. Ray-O-Lite; Model 2004 ARS (2" x 4")* *For use only in 4.5 inch wide (older) recessed slots Non-Reflective, 4-inch Round 1. Apex Universal (Ceramic) 2. Apex Universal, Models 929 (ABS) and 929PP (Polypropylene) 3. Glowlite, Inc. (Ceramic) 4. Hi-Way Safety, Inc., Models P20-2000W and 2001Y(ABS) 5. Interstate Sales, "Diamond Back" (Polypropylene) 6. Novabrite Models Cdot(White) Cdot-y(Yellow), Ceramic 7. Novabrite Models Pdot-w(White) Pdot=y.(Yellow), Polypropylene 8.. Three D Traffic Works TD10000 (ABS),TD10500(Polypropylene), PAVEMENT MARKERS,TEMPORARY"TYPE Temporary Markers For Long Term Day/Night Use'(180 days or less) 1. Vega Molded Products "Temporary Road Marker" (3" x 4") Temporary Markers For Short Term Day/Night Use (14 days or less) (For seal coat or chip seal applications, clear protective covers are required) 1. Apex Universal, Model 932 2. Filtrona Extrusion; Models T.O.M., T.R.P.M., and "HIP (High Heat) 3. Hi-Way Safety,:Inc., Model 1280/1281 .153 4. Glowlite, Inc., Model 932 STRIPING AND PAVEMENT MARKING MATERIAL Permanent Traffic Striping and Pavement Marking Tape 1. Advanced Traffic Marking, Series 300 and 400 2. Brite-Line, Series 1000 3. Brite-Line, "DeltaLine XRP" 4. Swarco Industries, "Director 35" (For transverse application only) 5. Swarco Industries, "Director 60" 6. 3M, "Stamark" Series 380 and 5730 7. 3M, "Stamark" Series 420 (For transverse application only) Temporary(Removable) Striping and Pavement Marking Tape.(180 days or less) 1. Advanced Traffic Marking, Series 200 2. Brite-Line, Series 100 3. Garlock Rubber Technologies, Series 2000 4. P.B. Laminations, Aztec, Grade 102 5. Swarco Industries, "Director-2" 6. Trelleborg Industries,R140 Series 7. 3M Series 620 "CR", and Series A750 8. 3M Series A145, Removable Black Line Mask (Black Tape: for use only on Hot mix asphalt surfaces) 9. Advanced Traffic Marking Black "Hide-A-Line" (Black Tape: for use only on Hot mix asphalt surfaces) 10. Brite-Line "BTR" Black Removable Tape (Black Tape: for use only on Hot mix asphalt surfaces) 11. Trelleborg Industries, RB-140 (Black Tape: for use only on Hot mix asphalt surfaces) Preformed Thermoplastic (Heated in place) 1. Flint Trading Inc., "Hot Tape" 2. Flint Trading Inc., "Premark Plus" 3. Ennis Paint Inc., "Flametape" Ceramic Surfacing Laminate,6" x 6" 1. Highway Ceramics, Inc. CLASS 1 DELINEATORS One Piece Driveable Flexible Type,66-inch. 1. Filtrona Extrusion, "Flexi-Guide Models 400 and 566" 2. Carsonite, Curve-Flex CFRM-400 3. Carsonite, Roadmarker CRM-375 4. FlexStake,Model 654 TM 5. GreenLine Model CGDI-66 Special Use Type,66-inch 1. Filtrona Extrusion, Model FG 560 (with 18-inch U-Channel base) 154 2. Carsonite, "Survivor" (with 18-inch U-Channel base) 3. Carsonite, Roadmarker CRM-375 (with 18-inch U-Channel base) 4. FlexStake, Model 604 5. GreenLine Model CGD (with 18-inch U-Channel base) 6. Impact Recovery Model D36, with#105 Driveable Base 7., Safe-Hit with 8-inch pavement anchor (SH248-GP1) 8. Safe-Hit with 15-irich soil anchor(SH248-GP2)and with 18-inch soil anchor(SH248-GP3) Surface Mount Type,48-inch 1. Bent Manufacturing Company, Masterflex Model MF-180EX-48 2. Carsonite, "Channelizer" 3. FlexStake, Models 704, 754 TM, and E134 4. Impact Recovery Model D48, with#101 Fixed (Surface-Mount) Base 5. Three D Traffic Works "Channelflex" ID No. 522248W CHANNELIZERS Surface Mount Type,36-inch 1. Bent Manufacturing Company, Masterflex Models MF-360-36 (Round) and MF-180-36 (Flat) 2. Filtrona Extrusion, Flexi-Guide Models FG300PE, FG300UR, and FG300EFX 3. Carsonite, "Super Duck" (Round SDR-336) 4. Carsonite, Model:SDCF03601MB "Channelizer" 5. FlexStake, Models 703, 753 TM, and E133 6. GreenLine, Model'SMD-36 7. Hi-way Safety, Inc. "Channel Guide Channelizer" Model CGC36 8. Impact Recovery Model D36, with#101 Fixed(Surface-Mount) Base 9. Safe-Hit, Guide Post, Model SH236SMA 10. Three D Traffic Works "Boomerang" ID No. 522053W Lane Separation System 1. Filtrona Extrusion, "Flexi-Guide (FG).300 Curb System" 2. Qwick Kurb, "Klemmfix Guide System" 3. Dura-Curb System CONICAL DELINEATORS,42-inch (For 28-inch "Traffic Cones, see Standard Specifications) 1. Bent Manufacturing Company "T-Top" 2. Plastic Safety Systems "Navigator-42" 3. TrafFix Devices "Grabber" 4. Three D Traffic Works "Ringtop" TD7000, ID No. 742143 5. Three D Traffic Works, TD7500 ABJECT MARKERS Type 11K", 18-inch 1. Filtrona Extrusion, Model FG318PE 2. Carsonite, Model SMD 615 3. FlexStake, Model 701 KM 155 4. Safe-Hit, Model SH718SMA Type "K-4" I "Q" Object Markers,24-inch 1. Bent Manufacturing "Masterflex" Model MF-360-24 2. Filtrona Extrusion, Model FG324PE 3. Carsonite, "Channelizer" .4. F1exStake, Model 701KM 5. Safe-Hit, Models SH824SMA_WA and SH824GP3_WA 6. Three D Traffic Works ID No 531702W and TD 5200 7. Three'D Traffic Works ID No. 520896W CONCRETE BARRIER MARKERS AND TEMPORARY RAILING(TYPE K)REFLECTORS Impactable Type 1. ARTUK, "FB" 2. Filtrona Extrusion,.Models PCBM-12 and PCBM-T12 3. Duraflex Corp., "Flexx 2020" and "Electriflexx." . 4. Hi-Way Safety, Inc., Model GMKRM100 5. Plastic Safety Systems "BAM" Models OM-BARR and OM-BWAR . 6. Three D Traffic Works "Roadguide" Model TD 9304 Non-Impactable Type 1. ARTUK, JD Series 2. Plastic Safety Systems "BAM" Models OM-BITARW and OM-BITARA 3. Vega Molded Products, Models GBM and JD 4. Plastic Vacuum Forming, "Cap-It C400" METAL BEAM GUARD RAIL POST MARKERS (For use to the left of traffic) 1. Filtrona Extrusion, "Mini" (3" x 10") 2. Creative Building Products, "Dura-Bull,Model 11201" 3. Duraflex Corp., "Railrider" 4. Plastic Vacuum Forming, "Cap-It C300" CONCRETE BARRIER DELINEATORS, 16-inch (For use to the right of traffic) 1. Filtrona Extrusion, Model PCBM T-16 2. Safe-Hit,Model SH216RBM CONCRETE BARRIER-MOUNTED MINI-DRUM (10" x 14" x 22") 1. Stinson Equipment Company "SaddleMarker" GUARD RAILING DELINEATOR (Place top of reflective element at 48 inches above plane of roadway) Wood Post Type, 27-inch 1. Filtrona Extrusion, FG 427 and FG 527 156 2. Carsonite, Model 427 3. F1exStake, Model 102 GR 4. GreenLine GRD 27 r 5. Safe-Hit, Model S14227GRD 6. Three D Traffic Works "Guardflex" TD9100 7. New Directions Mfg,NDM27 Steel Post Type 1. Carsonite, Model CFGR-327 RETROREFLECTIVE SHEETING Channelizers, Barrier Markers, and Delineators 1. Avery Dennison T=6500 Series (For rigid substrate devices only) 2. Avery Dennison WR-7100 Series 3. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 4. Reflexite, PC-1000 Metalized.Polycarbonate 5. Reflexite, AC-1000 Acrylic 6. Reflexite, AP-1000 Metalized Polyester 7. Reflexite, Conformalight, AR-1000 Abrasion Resistant Coating 8. 3M, High Intensity Traffic Cones,4-inch and 6-inch Sleeves. . 1. Nippon Carbide.Industries, Flexible Ultralite Grade (ULG) II 2. Reflexite, Vinyl, "TR" (Semi-transparent) or "Conformalight" 3. 3M Series 3840 4. Avery Dennison S-9000C Drums 1. Avery Dennison WR-6100 2. Nippon Carbide Industries, Flexible Ultralite Grade (ULG) II 3. Reflexite, "Conformalight", "Super High Intensity" or "High Impact Drum Sheeting" 4: 3M Series 3810 Barricades: Type'I,Med in m-In tensity(Typically Enclosed Lens, Glass-Bead Element) 1. Nippon Carbide Industries, CN8117 2. Avery Dennison, W 1100 series. 3. 3M Series CW 44 Barricades: Type II, Medium-High-Intensity (Typically. Enclosed Lens, Glass-Bead Element) 1. Avery Dennison, W-2100 Series Signs: Type II, . Medium-High-Intensity (Typically Enclosed Lens, Glass-Bead Element) 1. Avery Dennison,T-2500.Series 2. Nippon Carbide Industries,Nikkalite 18000 157 Signs: Type III,High-Intensity (Typically Encapsulated Glass-Bead Element) 1. Avery Dennison, T-5500A and T-6500 Series 2. Nippon Carbide Industries,Nikkalite Brand Ultralite Grade II 3. 3M 3870 and 3930 Series Signs: Type IV, High-Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-6500 Series 2. Nippon Carbide Industries, Crystal Grade, 94000 Series 3. Nippon Carbide Industries,Model No. 94847 Fluorescent Orange 4. 3M Series 3930 and Series 39245 Signs: Type VI,Elastomeric (Roll-Up) High-Intensity,without Adhesive 1. Avery Dennison, WU-6014 2. Novabrite LLC, "Econobrite" 3. Reflexite "Vinyl" 4. Reflexite "SuperBright" 5. Reflexite "Marathon." 6. 3M Series RS20 Signs: Type VII, Super-High-Intensity (Typically Unmetallized Microprismatic Element) 1. 3M Series 3924S, Fluorescent Orange 2. 3M LDP Series 3970 Signs: Type VIII, Super-High-Intensity (Typically Unmetallized Microprismatic Element) 1. Avery Dennison, T-7500 Series 2. Avery Dennison, T-7511 Fluorescent Yellow 3. Avery Dennison,T-7513 Fluorescent Yellow Green 4. Avery Dennison, W=7514 Fluorescent Orange 5. Nippon Carbide Industries,Nikkalite Crystal Grade Series 92800. 6. Nippon Carbide Industries,Nikkalite Crystal Grade Model 92847 Fluorescent Orange Signs: Type IX, Very-High-Intensity (Typically Unmetallized Microprismatic Element) 1. 3M VIP Series 3981 Diamond Grade Fluorescent Yellow 2. 3M VIP Series 3983 Diamond Grade Fluorescent Yellow/Green 3. 3M VIP Series 3990 Diamond Grade 4. Avery Dennison T-9500 Series 5. ,Avery Dennison, T9513, Fluorescent Yellow Green 6. Avery Dennison, W9514, Fluorescent Orange SPECIALTY SIGNS 1. Reflexite "Endurance" Work Zone Sign (with Semi-Rigid Plastic Substrate) 158 ALTERNATIVE SIGN SUBSTRATES Fiberglass Reinforced Plastic(FRP) and Expanded Foam PVC 1. Fiber-Brite (FRP) 2. Sequentia, "Polyplate" (FRP) 3. Inteplast Group "IriteCel" (0.5 inch for Post-Mounted CZ Signs, 48-inch or less)(PVC) Aluminum Composite,Temporary Construction Signs Only 1. Alcan Composites"'Dibond Material, 80 mils" 2. Mitsubishi Chemical America; Alpolic 350 8-1.02 TESTING ' Whenever a reference is made in the Standard Specifications or these special provisions to any of the California Test numbers specified below, the corresponding ASTM Designation or AASHTO Designation test numbers may.be.used to determine the quality of materials. CALIFORNIA ASTM AASHTO TEST. DESIGNATION DESIGNATION 216 D 1557 ,T 180 231 D 2922(a) T 238 (a) 203 D 422 T88 204 D4318 T89&T90 504 C 231 T 152 518 C 138 T 121 521 C 39 T 22. 523 C 392 & C 78 T 177&T 97 533 C 360 -- 211 C431 &C535 T96 Note: (a) When ASTM Designation: D 2922 or AASHTO Designation: T 238 is used, the frequency and areal distribution of such tests shall;comply with the requirements specified in California Test 231. . For each determination of relative compaction by ASTM or AASHTO test methods, laboratory compaction tests per ASTM Designation: 'D 1557 or AASHTO Designation: T 1..80 shall be performed, except when the use 'of previous laboratory maximum dry densities are allowed. Previous laboratory maximum dry densities may be used to determine relative compaction if the material, as determined by the Engineer, is from the same general excavation or plant source and has the same visual characteristics of color, gradation, and soil;classification as the previous laboratory maximum dry densities. The use of previous laboratory maximum dry densities.will not be permitted for more than 5 working days or for more than 14 determinations of relative compaction. 159 8-1.03 QUALITY CONTROL TESTING The Contractor's attention is directed to Section 6-3.02, "Testing by Contractor" of the Standard Specifications regarding responsibility for quality. control. The acceptance testing performed by the Agency shall not relieve the Contractor of responsibility for performing quality control testing as required by the above and other provisions of the Standard Specifications and these special provisions. 8-1.04 ENGINEERING FABRICS Engineering fabrics shall conform to the provisions in Section 88, "Engineering Fabrics," of the Standard Specifications and these special provisions. The requirement that ultraviolet (UV) treated fabrics be submitted to the Transportation Laboratory at least 45 days prior to use shall not apply. SECTION 8-2. CONCRETE 8-2.01 PORTLAND CEMENT CONCRETE Portland cement concrete shall conform to the provisions in Section 90, "Portland Cement Concrete," of the Standard Specifications and these special provisions. The State maintains a list of sources of fine and coarse aggregate that have been approved for use with a reduced amount of supplementary cementitious material in the total amount of cementitious material to be used. A source of aggregate will be considered for addition to the approved list if the producer of the aggregate submits to the Transportation Laboratory certified test results from a qualified testing laboratory that verify the aggregate complies with the requirements. Before the testing starts, the aggregate test shall be. registered with the State. .A registration number can be obtained by calling (916) 227-7228. The registration number shall be used as the identification for the aggregate sample in correspondence with the State. Upon request, a split of the tested sample shall be provided to the State. Approval of aggregate will depend upon compliance with the.specifications, based on the certified test results submitted, together with any replicate testing the State may elect to perform. Approval will expire 3 years from the date the most recent registered and evaluated sample was collected from the aggregate source. Qualified testing laboratories shall conform to the following requirements: 1. Laboratories performing ASTM Designation: C 1293 shall participate in the Cement and Concrete Reference Laboratory (CCRL) Concrete Proficiency Sample Program and shall have received a score of 3 or better on each test of the previous 2 sets of concrete samples. 2. Laboratories performing ASTM Designation: C 1260 shall participate in the Cement and Concrete Reference Laboratory (CCRL) Pozzolan Proficiency Sample Program and shall have received a score of 3 or better on the shrinkage and soundness tests.of the previous 2 sets of pozzolan samples. Aggregates on the list shall conform to one of the following requirements: 1. When the aggregate is tested in conformance with the requirements in California Test 554 and ASTM Designation: C 1293, the average expansion at one year shall be less than or equal to 0.040 percent; or 160 2, When the aggregate is tested in conformance with the requirements.in California Test 554 and ASTM Designation: C 1260, the average of the expansion at 16 days shall be less than or equal to 0.15 percent. If the aggregates used. in the concrete are on the Department's list, the minimum amount of supplementary cementitious material shall conform to the following: 1. If fly ash or natural pozzolan conforming to the provisions in Section 90-2.01 C, "Required Use of Supplementary Cementitious Materials," of the Standard Specifications is used, the minimum amount of supplementary cementitious material shall be 15 percent by weight of the total cementitious material; or 2. If silica fume conforming to the provisions in Section 90-2.01C, "Required Use of Supplementary Cementitious .Materials," of the Standard Specifications is used, the minimum amount of supplementary cementitious material shall be 7 percent by weight of the total cementitious material. The limitation on tricalcium silicate (C3S) content :in Type II cement specified in Section 90-2.01A; "Cement," of the Standard Specifications shall not apply. The 13`h paragraph in Section 90-1.01 "Description" is amended to read: If any.concrete has a cementitious material, portland cement, or mineral admixture content that is less than the minimum required, the concrete shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place and the Contractor shall pay to the State$0.50 for each pound of cementitious material, portland cement, or mineral admixture that is less than the minimum required. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. The deductions will not be made unless the difference between the contents required and those actually provided exceeds the batching tolerances permitted by Section 90-5, "Proportioning." No deductions will be made based on the results of California Test 518. The 7th and 8'h paragraphs of Section 90-2.02 "Aggregates", of the Standard Specifications are amended to read: If the re§ults. of either or both the Cleanness Value and coarse aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete that is represented by the tests shall be removed.. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State.$7.00 per cubic yard for paving concrete and $11.00 per cubic yard for all other concrete for the;concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract: If the results of either or both the Sand Equivalent and fine aggregate grading tests do not meet the requirements specified for "Contract Compliance," the concrete which is represented by the tests shall be removed. However, if the Engineer determines that the concrete is structurally adequate, the concrete may remain in place, and the Contractor shall pay to the State $7.00 per cubic yard for paving concrete and'$11.00 per cubic yardfor all other 161 concrete for the concrete represented by these tests and left in place. The Department may deduct the amount from any moneys due, or that may become due, the Contractor under the contract. The fourth paragraph of Section 90-6.01, "General",is amended as follows: Uniformity of concrete mixtures will be determined by variations in the results of AASHTO Tests T-119-99 (Slump Cone) and T-141-97 (Sampling) and by variations in the proportion of coarse aggregate. as determined by California Test 529. At the Engineer's option, California Test 533 (Penetration)may be used to corroborate other test results. The first paragraph of Section 90-6.06, "Amount of Water and Penetration," is amended to read as follows: The amount of water used in concrete mix shall be regulated so that the consistency of the concrete as determined by AASHTO Tests T-119-99 (Slump Cone) and T-141-97 (Sampling) is within minus 2 inches to plus 1 inch of the slump designated in the mix design. Batches of concrete with a slump outside the range shown shall not be used in the work.. At the Engineer's option, California Test 533 may be used in lieu of AASHTO Tests T-119- 99 and T-141-97•or may be used to corroborate the AASHTO test results. The 4`h and 5th paragraphs of Section 90-9.01 "General" of the Standard Specifications are superseded by the following: When concrete is designated by 28-day compressive strength rather than by . cementitious material content, the concrete strength to be used as a basis for acceptance of other than steam cured concrete will be determined from cylinders cured in conformance with Method 1 of California Test 540. If the result of a single 28-day compressive strength test is below the specified strength, but is 95 percent or more of the specified strength, the Contractor shall, at the Contractor's expense, .make corrective changes, subject to approval of the Engineer, in the mix proportions or in the concrete fabrication procedures, before placing additional concrete, and shall pay to the State $20.00 per cubic yard of concrete represented by the. deficient test. If the result of a single 28-day compressive strength test is below 95 percent of the specified strength, but is 85 percent or more of the specified strength, the Contractor shall make the aforementioned corrections and pay to the State $75.00 per cubic yard of concrete represented by the deficient test. In addition, such corrective changes, subject to the approval of the Engineer, shall be made when the compressive strength of concrete tested at 7 days is below 70 percent of the required compressive strength at 28 days .Concrete represented by a single test that indicates a compressive strength of less than 85 percent of the specified 28-day compressive strength will be rejected in conformance .with the provisions in Section 6-1.04, "Defective Materials." If the test result indicates a 28-day compressive strength below the specified strength, but 85 percent or more of the specified strength, payments to the State as required above shall be made. If the test result indicates a 28-day compressive strength below 85 percent, the concrete represented by such test will be rejected, unless the Contractor, at his expense, obtains. and 162 submits evidence acceptable to the.Engineer that the strength and quality of the concrete placed in the work are acceptable.. If such evidence `consists of test made on cores taken from the work, the cores shall be obtained and tested in accordance with the specifications of ASTM Designation: C42. If the Contractor submits acceptable evidence that the concrete exceeds 85% of the specified strength, the Contractor shall pay to the State $75.00 per cubic yard of concrete represented by the testing regardless of a result by the Contractor's retest that exceeds 95% of the specified strength. In all cases,the Contractor shall obtain and submit the evidence to the Engineer no later than 5 working days after notification by the State of the State's 28-day compressive strength test results. The Contractor shall be responsible for all cost incurred by the State to obtain, monitor, and/or review evidence submitted by the Contractor. No test taken 5 working days after notification of the results of the state's 28-day compressive strength test shall be allowed as evidence that the strength and quality of the concrete is acceptable. SECTION 8-3. WELDING SECTION 8-3. (BLANK) SECTION 9. DESCRIPTION OF WORK The work to be done generally consists of replacement of existing roadway surfaces, localized areas of base failure repair, and construction of curb ramps, sidewalk, curb and valley gutter and such other items or details, not mentioned above,that are required by the plans, Standard Specifications, or these special provisions to be performed,placed,constructed or installed. SECTION 10. CONSTRUCTION DETAILS SECTION 10-1. GENERAL 10-1.01 ORDER OF WORK Order of work shall conform to the provisions in Section 5-1.05, "Order of Work," of the Standard Specifications and these special provisions. The Contractor shall have.a representative on the job site at all.times while work is actually in progress whose sole duties shall be to supervise the work crews and coordinate activities pertaining to the contract operations, including traffic control and public notifications. Attention is directed to "Maintaining Traffic" and "Public Convenience" of these .special provisions. The first order of work shall be for the Contractor to submit a traffic control plan and a construction schedule. These items shall be submitted at the preconstruction conference in addition to all other required submittals. The work shall be scheduled in such a manner that will minimize impacts to fronting property owners with respect.to access and parking. The traffic control plan and construction schedule shall be approved by the engineer.prior to the beginning of work. The Contractor shall obtain an encroachment permit from the City of Richmond within 7 days of award of contract.. The Contractor shall install valley gutter one'half road width at a time to meet the traffic control requirements. The contractor shall complete curb ramps, inlets, base failure repairs, 163 York/Alamo intersection reconstruction, and valley gutter work prior to the placing the final lift of HMA over the entire project limits on York Street. Geosynthetic pavement interlayer and new hot mix asphalt shall be applied within 24 hours of cold planing of the existing roadway. At the end of each working day if a difference in excess of 0.3 feet exists between the elevation of.the existing pavement and the elevation of excavations within 5 feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations, native material may be used for this purpose; however, once placing of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 1:4 (vertical:horizontal) or.flatter to the bottom of the excavation. Treated base shall not be used for the taper. Full compensation for placing the material on a 1:4 slope, regardless of the number of times the material is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans shall be considered as included in the contract price paid for the materials involved and no additional compensation will be allowed therefor. No payment will be made for material placed in excess of that required for the structural section. Before obliterating any pavement delineation (traffic stripes, pavement markings, and pavement markers) that is to be replaced on the same alignment and location, as determined by the Engineer, the pavement delineation shall be referenced by the Contractor, with a sufficient number of control points to reestablish the alignment and location of the new pavement delineation. The references shall include the limits or changes in striping pattern, including one- and two-way barrier lines, limit lines, crosswalks and other pavement markings. Full compensation for referencing existing pavement delineation shall be considered as included in the contract prices paid for new pavement delineation and no additional compensation will be allowed therefor. 10-1.02 WATER POLLUTION CONTROL Water pollution control work shall conform to the provisions in Section 7-1.01G, "Water Pollution," of the Standard Specifications and these special provisions. Water pollution control work shall conform to the requirements in the "Storm Water Pollution Prevention Plan (SWPPP) and Water.Pollution Control Program (WPCP) Preparation Manual" and the "Construction Site Best Management Practices (BMPs) Manual," and addenda thereto issued up to; and including, the date of advertisement of the project, hereafter referred to respectively as the "Preparation Manual" and the "Construction Site BMP Manual" and collectively as the "Manuals." Copies of the Manuals may be obtained from the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916)445-3520. Copies of the Manuals may.also be obtained from the Department's Internet Web Site at: http://www.dot.ca.gov/hg/construc/stonnwater.htmi The Contractor shall know and fully comply with the applicable provisions of the Manuals and Federal,. State, and local regulations that govern the Contractor's operations and storm water discharges from both the project site and areas of disturbance outside the project limits during construction. The Contractor shall designate a Water Pollution Control Manager. The Water Pollution Control Manager shall be responsible for the implementation and. adequate functioning of the various water pollution control practices employed. The Water Pollution Control Managers shall serve as the primary contact for issues related to the WPCP or its implementation. The Contractor shall assure that the Water Pollution Manager has adequate training and qualifications necessary to implement water pollution control practices. Unless arrangements for disturbance of areas outside the project limits are made by the Department and made part of the contract, it is expressly agreed that the Department assumes no 164 responsibility whatsoever to the Contractor or property owner with respect to any arrangements made between the Contractor and property owner to allow disturbance of areas outside the project limits. The Contractor shall be responsible for the costs and for liabilities imposed,by law as a result of the Contractor's failure'to comply with the requirements set forth in this section "Water Pollution Control" including, but not limited to, compliance with the applicable provisions of the Manuals and Federal, State, and local regulations. For the purposes of this paragraph, costs and liabilities include, but are not limited to, fines, penalties, and damages whether assessed against the State or the Contractor,including those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. In addition to the remedies authorized by law, an amount of the money due the Contractor under the contract, as determined by the Department, may be retained by.the State of California until disposition has been made of the costs and liabilities. The retention of money due the Contractor shall be subject to the following: . A. The Department will give the Contractor 30 days notice of the Department's intention to retain funds from partial payments which may become due to the Contractor prior to acceptance.of the contract. Retention of funds from payments made after acceptance of the contract may be made without prior notice to the Contractor. . B. No retention of additional amounts out of partial payments will be made if the amount to be retained does not 'exceed the amount being withheld from partial payments pursuant to Section 9-1.06, "Partial Payments," of the Standard Specifications. C. If the Department has retained funds and it is subsequently determined that the State is not subject to the costs and liabilities in connection with the matter for which the retention was made, the Department shall be liable for interest on the amount retained at the legal rate.of interest for the period of the retention. Conformance with the,provisions in this section "Water Pollution Control",shall not relieve the Contractor from the Contractor's responsibilities as provided in Section.7, "Legal Relations and Responsibilities," of the Standard Specifications. While this contract does not require a formal written water pollution control plan, the contractor shall conduct;his operations employing best management practices to reduce the potential of pollutants and sediment entering the storm drainage system. The Contractor shall identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and shall identify,water pollution control measures, hereafter referred to as control measures, to be constructed, implemented, and.maintained in order to reduce to the extent feasible pollutants in storm water discharges from the construction site during construction under4his contract. The Contractor shall incorporate control measures in the following categories: A. Soil stabilization; B. Sediment control; C. Tracking control; D. Wind erosion control;. 165 E. Non-storm water control; and F. Waste management and material pollution control. Specific objectives and minimum requirements for each category of control measures are contained in the Manuals. The Contractor shall consider the objectives and minimum requirements presented in the Manuals for each of the above categories. When minimum requirements are listed for any category, the Contractor shall incorporate into his operations and implement on the project, one or more.of the listed minimum controls required in order to meet.the pollution control objectives for the category. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the rainy season, defined as between October 15 and April 15. The Contractor shall have a year-round program for implementing and maintaining water pollution control practices for wind erosion control, tracking control, non-storm water control, and waste management and materials pollution control. The National Weather Service weather forecast shall be monitored and used by the Contractor on a daily basis. An alternative weather forecast proposed by the Contractor may be used if approved by the. Engineer. If precipitation.is predicted, the necessary water pollution control practices shall be deployed prior to the onset of the precipitation. The Engineer may order the suspension of construction.operations which create water pollution if the Contractor fails to conform to the provisions in this section "Water Pollution.Control" as determined by the Engineer. MAINTENANCE To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures implemented. The Contractor shall identify corrective actions and time needed to address any deficient measures or reinitiate any measures that have been discontinued. PAYMENT Full compensation for conforming to. the provisions in this section shall be considered as included in the. prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the Contractor fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. Retentions for failure to conform to the provisions in this section "Water Pollution Control" shall be in addition to the other retentions provided for in the contract. The amounts.retained for failure of the Contractor to conform to the provisions in this section will be released for payment on the next monthly estimate for partial payment following the date that water pollution control measures have been implemented or corrected has been implemented and maintained and water. pollution is adequately controlled, as determined by the Engineer. 10-1.03 CONSTRUCTION SITE MANAGEMENT Construction site management shall consist of controlling potential sources of water pollution before they come in contact with storm water systems or watercourses. The Contractor.shall control material pollution and manage waste and non-storm water existing at the construction site by implementing effective handling, storage, use, and disposal practices. 166 Attention is directed to "Water Pollution Control" of these special provisions regarding the Contractor's appointment of a water pollution control manager(WPCM) for the project. The Contractor shall train all employees and subcontractors regarding: A. Material pollution prevention and control; B. Waste management;. C. Non-storm water management; D. Identifying and handling hazardous substances; and E. Potential dangers to humans and the environment from spills and leaks or exposure to toxic or hazardous substances. Training shall take place before starting work on this project. New employees shall receive the complete training before starting work on this project. The Contractor shall have regular meetings to discuss and reinforce spill prevention and control; material delivery, storage, . use, and disposal; waste management; and non-storm water management procedures. Instructions for material and waste handling, storage, and spill'reporting and cleanup shall be posted at all times in an open, conspicuous, and accessible location at the construction site. Nonhazardous construction site waste and excess material shall be recycled when practical or disposed of in accordance with the provisions in Section 7-1.13, "Disposal of Material. Outside the Highway Right of Way," of the .Standard Specifications, unless otherwise specified. Vehicles and equipment at the construction site shall be inspected by the WPCM on a frequent, predetermined. schedule, and by the operator each day of use. Leaks shall be repaired immediately, or the vehicle or equipment shall be removed from the construction site. SPILL PREVENTION AND CONTROL The Contractor shall implement spill and leak prevention procedures when chemicals or hazardous substances are stored. Spills of petroleum products; substances listed under CFR Title 40, Parts 110, 11.7, and 302; and sanitary and septic waste shall be contained and cleaned up as soon as is safe. Minor spills involve small quantities of oil, gasoline; paint, or other material that can be controlled by the first responder upon discovery.of the spill. Cleanup of minor spills includes: A. Containing the spread of the spill, B. Recovering the spilled material using absorption, C.. Cleaning the contaminated area, and D. Disposing of contaminated material promptly and properly. Semi-significant spills are those that can be controlled by the first responder with the help of other personnel. Cleanup of semi-significant spills shall be immediate. Cleanup of semi-significant spills includes: A. Containing the spread of the spill; 167 B. Recovering the spilled material using absorption if the spill occurs on paved or an impermeable surface; C. Containing the spill with an earthen dike and digging up contaminated soil for disposal if the spill occurs on dirt; D. Covering the spill with plastic or other material to prevent contaminating runoff if the spill occurs during precipitation; and E. Disposing of contaminated material promptly and properly. Significant or hazardous spills are those .that cannot be controlled by construction personnel. Notifications of these spills shall be immediate. The following.steps shall be taken: A. Construction personnel shall not attempt to cleanup the spill until qualified staff have arrived; B. Notify the Engineer and follow up with a written report; C. Obtain the services of a spills contractor or hazardous material team immediately; D. Notify the local emergency response team by dialing 911 and county officials at the .emergency phone numbers kept on the construction site; E. Notify the Governor's Office of Emergency Services Warning Center at (805) 852-7550; F. Notify the National Response Center at (800)424-8.802 regarding spills of Federal reportable quantities in conformance with CFR Title 40, Parts 110, 119, and 302; G. Notify other agencies as appropriate, including: 1. Fire Department, 2. Public Works Department, 3. Coast Guard, 4. Highway Patrol, 5.. City Police or County Sheriff Department, 6 Department of Toxic Substances, . 7. California Division of Oil and Gas, 8. Cal OSHA, or 9. Regional Water Resources Control Board. The WPCM shall oversee and enforce proper spill prevention and control measures. Minor, semi-significant, and significant spills shall be reported to the Contractor's WPCM who shall notify the Engineer immediately. The Contractor shall prevent spills from entering storm water runoff before and during cleanup. Spills shall not be buried or washed with water. The Contractor shall keep material or waste storage areas clean, well organized, and equipped with enough cleanup supplies for the material being stored. Plastic shall be placed under paving equipment when not in use to catch drips. MATERIAL MANAGEMENT Material shall.be delivered, used,.and stored for this contract in a manner that minimizes or eliminates discharge of material into the air, storm drain systems, or watercourses. The Contractor shall implement the practices described in this section when taking delivery of, using, or storing the following materials: 168 A. Hazardous chemicals including: 1. Acids, 2. Lime, 3. Glues, 4. Adhesives, 5. Paints, 6. Solvents, and 7. Curing compounds; B. Soil stabilizers and binders; C. Fertilizers; D. Detergents; E. Plaster; F. Petroleum products including: 1. Fuel, 2. Oil, and 3. Grease; G. Asphalt components and concrete components; and H. Pesticides and herbicides. The Contractor shall supply the Material Safety Data Sheet to the Engineer for material used or stored. The Contractor shall keep an accurate inventory of material delivered and stored at the construction site. Employees trained in emergency spill cleanup procedures shall be present when hazardous materials or chemicals are unloaded. The Contractor shall use recycled or less hazardous products when practical. MATERIAL STORAGE The Contractor shall store liquids, petroleum products, and substances listed in CFR.Title :40, .Parts 110, 1.17, and 302 in containers or drums approved by the United States Environmental Protection Agency, and place them in secondary containment facilities. Secondary containment facilities shall be impervious to the materials stored there for a minimum contact time of 72 hours. Throughout the rainy.season secondary containment facilities shall be covered during non-working days and when precipitation is. predicted. Secondary containment facilities shall be adequately ventilated. The Contractor shall keep the secondary containment facility free of accumulated rainwater.or spills. After precipitation, or in the event.of spills or leaks, accumulated liquid shall be collected and placed into drums within 24 hours. These liquids shall be handled as hazardous waste in accordance with the provisions in "Hazardous Waste" of these special provisions, unless testing determines them to be nonhazardous. Incompatible materials, such as chlorine and ammonia, shall not be stored in the same secondary containment facility. 169 Materials shall be stored in the original containers with the original product labels maintained in legible condition. Damaged or illegible labels shall be replaced immediately. The secondary containment facility shall have the capacity to contain precipitation from a 24-hour-long, 25-year storm; and 10 percent of the aggregate volume of all containers, or all of the volume of the largest container within the facility, whichever is greater. The Contractor shall store bagged or boxed material on pallets. Throughout the rainy season, bagged or boxed material shall be protected from wind and rain during non-working days and when precipitation is predicted. The Contractor shall provide sufficient separation between stored containers to allow for spill cleanup or emergency response access. Storage areas shall be kept clean, well organized, and equipped with cleanup supplies appropriate for the materials being stored. The Contractor shall repair or replace perimeter controls, containment structures, covers, and liners as needed. Storage areas shall be inspected.before and after precipitation, and at least Weekly during.other times. STOCKPILE MANAGEMENT .The Contractorshall reduce or eliminate potential air and water pollution from stockpiled material including soil, paving material, or pressure treated wood. Stockpiles shall be located out of floodplains when possible, and at least 50 feet from concentrated flows of storm water, drainage courses, 'or inlets unless written approval is obtained from the Engineer. The Contractor may discontinue adding or removing material for up to 21 days and a stockpile will still be considered active. The Contractor shall protect active stockpiles with plastic or geotextile cover, soil stabilization measures, or with linear sediment barrier when precipitation is predicted. Active stockpiles of cold mix asphalt concrete shall be placed on an impervious surface and covered with plastic when precipitation is predicted. The Contractor shall protect inactive soil.stockpiles with a plastic or geotextile cover, or with soil stabilization measures at all ,times during the rainy season. A linear sediment barrier around the perimeter of the stockpile shall also be used. During the non-rainy season soil stockpiles shall be covered and protected with a linear sediment barrier when precipitation is predicted. The Contractor shall control wind erosion during dry weather as provided in Section 10, "Dust Control," of the Standard Specifications. Stockpiles of portland cement concrete rubble, asphalt concrete (AC), hot mix asphalt (HMA), AC and HMA rubble, aggregate base, or aggregate subbase shall be covered with plastic or geotextile, or protected with a linear sediment barrier at all times during the rainy season, and when precipitation is predicted during the non-rainy season. Stockpiles of cold mix asphalt concrete shall-be placed on and covered with.impermeable material at all times during the.rainy season, and when precipitation is predicted during the non-rainy season. Stockpiles of pressure treated.wood shall be covered with impermeable material and placed on pallets at all times during the rainy season, and when precipitation is predicted during the non-rainy season. The Contractor shall repair or replace linear sediment barriers and covers as needed or as directed by the Engineer to keep them functionipg properly. Sediment shall be removed when it accumulates to.1/3 of the linear sediment barrier height. 170 WASTE MANAGEMENT Solid Waste The Contractor: shall not 'allow litter or debris to accumulate anywhere on the construction site, including storm drain grates, trash racks, and.ditch lines. The Contractor shall pick up and remove trash and debris from the construction site at least once a week. The WPCM shall monitor solid waste storage, and disposal procedures on the construction site. The Contractor.shall provide enough dumpsters of sufficient size to contain the solid waste generated by the project. Dumpsters shall be emptied when refuse reaches the fill line. Dumpsters shall be -watertight. The Contractor shall not wash out dumpsters on the construction site. The Contractor shall provide additional containers and more frequent pickup during the demolition phase of construction Solid waste,includes: A. Brick, B. Mortar, C. Timber, D. Metal scraps, E. Sawdust, F.. Pipe, G. Electrical cuttings; H. Non-hazardous equipment parts, I. Styrofoam and other packaging materials, J. Vegetative material and plant containers from highway planting, and K. Litter and smoking material, including litter generated randomly by the public. Trash receptacles:.shall be provided and used in the Contractor's yard, field trailers, and locations where workers gather for lunch and breaks. Hazardous Waste The.Contractor shall implement hazardous waste management practices when waste is generated on the construction.site from the following substances: A. Petroleum products, B. Asphalt products; .C. Concrete curing compound, D. Pesticides, E., Acids, F. Paints, G. Stains, H. Solvents, I. Wood preservatives, J. Roofing tar, and K. Materials classified as hazardous by California Code of Regulations, Title 22,Division 4.5; or listed in CFR Title 40, Parts.110, 117,26 1, or 302. Nothing in these special provisions shall relieve the Contractor of the responsibility for compliance with Federal, State, and local laws regarding storage, handling, transportation, and disposal of hazardous wastes.. 171 The WPCM shall oversee and enforce hazardous waste management practices. Production of hazardous materials and hazardous waste on the construction site shall be kept to a minimum. Perimeter controls, containment structures, covers, and liners. shall be repaired or replaced when damaged. The Contractor shall have a laboratory certified by the Department of Health.Services (DHS) sample and test waste when hazardous material levels are unknown to determine safe methods for storage and disposal. The Contractor shall segregate potentially hazardous waste from nonhazardous waste at the construction site. Hazardous waste shall be handled, stored, and disposed of as required in California Code of Regulations, Title 22, Division 4.5, Section 66262.34; and in CFR Title 49, Parts 261,262, and 263. The Contractor shall store hazardous waste in sealed.containers constructed and labeled with the contents and date accumulated as required in California Code of Regulations, Title 22, Division 4.5; and in CFR Title 49, Parts 172, 173, 178, and 179. Hazardous waste containers shall be kept in temporary containment.facilities conforming to the provisions in "Material Storage" of these special provisions. There shall be adequate storage volume and containers shall be conveniently located for hazardous waste collection. Containers of hazardous waste shall not be overfilled and hazardous wastes shall not be mixed. Containers of dry waste that are not watertight shall be stored on pallets. The Contractor shall not allow potentially hazardous waste to accumulate on the ground. Hazardous waste shall be stored away from storm drains, watercourses, moving vehicles, and equipment. The Contractor shall clean water based or oil based paint from brushes or equipment within a contained area and shall not contaminate soil, watercourses, or storm drain systems. Paints, thinners, solvents, residues, and sludges that cannot be recycled or reused shall be disposed of as hazardous waste. When thoroughly dry, latex paint and paint cans, used brushes,rags, absorbent materials, and drop cloths shall be disposed of as solid.waste. The Contractor shall dispose of hazardous waste within 90 days of being generated. Hazardous waste shall be disposed of by a licensed hazardous waste transporter using uniform hazardous waste manifest forms and taken to a Class I Disposal Site. A copy of the manifest shall be provided to the Engineer. Contaminated Soil The Contractor shall identify contaminated soil from spills or leaks by noticing discoloration, odors, or differences in soil properties. Soil with evidence of contamination shall be sampled and tested by a laboratory certified by DHS. If levels of contamination are found.to be hazardous, the soil shall be handled and disposed of as hazardous waste. The Contractor shall prevent the flow of water, including ground water, from mixing with contaminated soil by using one or a combination of the following measures- A. Berms, B. Cofferdams, C. Grout curtains, D. Freeze walls, or E. Concrete seal course. 172 , If water mixes with contaminated soil and becomes contaminated, the water shall be sampled and tested by a laboratory certified by the DHS. If levels of contamination are found to be hazardous,.the water shall be handled and disposed of as hazardous waste. Concrete Waste The Contractor shall implement practices to prevent the discharge of portland cement concrete, AC, or HMA waste into storm drain systems or watercourses. Portland cement, concrete, AC, or :HMA waste shall be collected at the following locations and disposed of: A. Where concrete material, including grout, is used; B. Where concrete dust and debris result from demolition; C. Where sawcutting, coring, grinding, grooving, or hydro-concrete demolition of portland cement concrete, AC, or HMA creates a residue or slurry; or D. Where concrete trucks or other concrete-coated equipment is cleaned at the construction site. Sanitary and.Septic Waste Wastewater from sanitary or septic systems shall not be discharged or buried within the Department right of way. The WPCM shall. inspect sanitary or septic waste storage and monitor disposal procedures at least weekly. Sanitary facilities that discharge to the sanitary sewer system shall be properly connected and free from leaks. The Contractor shall obtain written approval from the local health agency, city, county, and sewer district before discharging from a sanitary or septic system directly into a sanitary sewer system, and provide a copy.to the Engineer. The Contractor shall comply with local health agency requirements when using an on-site disposal system. Liquid Waste The Contractor shall. not allow construction site liquid waste, including the following, to enter storm drain systems or watercourses: A. Drilling slurries or fluids, B.. Grease-free or oil-free wastewater or rinse water, C. Dredgings, D. Liquid waste running off a surface including wash or rinse water, or E. Other non-storm water liquids not covered.by separate permits. The Contractor shall hold liquid waste in structurally sound, leak proof containers such as: A. Sediment traps, B. Roll-off bins, or C. Portable tanks. Liquid waste containers shall be of sufficient quantity and volume to prevent spills and leaks. The containers shall be stored at least 50 feet from storm drains, watercourses, moving vehicles, and equipment. 173 The Contractor shall remove and dispose of deposited solids from sediment traps as provided.in "Solid Waste" of these special provisions, unless determined infeasible by the Engineer. Liquid waste may require testing to determine hazardous material content before disposal. Drilling fluids and residue shall be disposed of outside the highway right of way. If the Engineer determines that. an appropriate location is available, fluids and residue exempt under California Code of Regulations, Title 23, Section 2511(g) may be dried by infiltration and evaporation in a leak proof container. The remaining solid waste may be disposed of as provided in."Solid Waste" of these special provisions. NON-STORM WATER MANAGEMENT Water Control and Conservation The Contractor shall prevent erosion.or the discharge of pollutants into storm drain systems or watercourses by managing the water used for construction operations. The Contractor shall obtain the Engineer's approval before washing anything on the construction site with water that could discharge into a storm drain system or watercourse. Discharges shall be reported to the Engineer immediately. The Contractor shall implement water conservation practices when water is used on the construction site. Irrigation areas shall be inspected and Watering schedules shall be adjusted to prevent erosion,.excess watering, or runoff. The Contractor shall shut off the water source to broken lines, sprinklers, or valves, and they shall be repaired as soon as possible. When possible, water from waterline flushing shall be reused for landscape irrigation. Paved areas shall be swept and vacuumed, not washed with water. Construction water runoff, including water from water line.repair, shall be directed to areas to infiltrate into the ground and shall not be allowed to enter storm drain systems or watercourses. Spilled water shall not be allowed to escape water truck:filling areas. When possible, the Contractor shall direct water from off-site sources around the construction site, or shall minimize contact with the construction site. Illegal Connection and Discharge Detection and Reporting The Contractor shall inspect the construction site and the site perimeter before beginning work for evidence of illegal connections, discharges,. or dumping. Subsequently, the construction site and perimeter shall be inspected on a frequent, predetermined schedule. The Contractor shall immediately notify the. Engineer when illegal .connections, discharges, or dumping are discovered. The Contractor shall take no further action unless directed by the Engineer. Unlabeled or unidentifiable material shall be assumed to be hazardous. The Contractor shall look for the following evidence of illegal connections, discharges, or dumping: A. Debris or trash piles, B. Staining or discoloration on pavement or soils, C. Pungent odors coming from drainage systems, D. Discoloration or oily sheen on water, E. Stains or residue in ditches, channels or.drain boxes, F. Abnormal water flow during dry weather, G. Excessive sediment deposits, 174 . H. Nonstandard drainage junction structures, or I. Broken concrete or other disturbances near junction structures. Vehicle and Equipment Cleaning The Contractor shall limit vehicle and equipment cleaning or washing on the construction site to that necessary to control vehicle tracking or hazardous waste. Vehicles and equipment shall not be cleaned on the construction site with soap, solvents, or steam until the Engineer has been notified. The resulting waste shall be contained and recycled, or disposed of as provided in "Liquid Waste" or "Hazardous .Waste" of these special provisions, whichever is applicable. The Contractor shall not use diesel to clean vehicles or equipment; and shall minimize the use of solvents. The Contractor shall clean or wash vehicles and equipment in a.structure equipped with disposal facilities. 'If using a structure is not possible, vehicles and equipment shall be cleaned or washed in an outside area with the following characteristics: A. Located at least 50 feet from storm drainage systems or watercourses, B. Paved with AC, HMA, or portland cement concrete, C. Surrounded by a containment berm, and D. Equipped with a sump to collect and dispose of wash water. When washing vehicles or equipment with water, the Contractor shall use as little water as possible. Hoses shall be equipped with a positive shutoff valve. Wash racks shall discharge to .a recycle system or to another system approved by the Engineer. Sumps shall be inspected regularly, and liquids and sediments shall be removed as needed. Vehicle and Equipment Fueling and Maintenance The Contractor shall fuel or perform maintenance on vehicles and equipment off the construction site whenever practical. When fueling or maintenance must be done at the construction site, the Contractor shall designate a site, or sites, and obtain approval from the Engineer before using. The fueling or maintenance site shall be protected from storm water, shall be on level ground, and shall be located at least 50 feet from drainage inlets or. watercourses. The WPCM shall inspect the fueling or maintenance site regularly. Mobile fueling or maintenance shall be kept to a minimum. The Contractor shall use containment berms or dikes around the fueling and maintenance area. .Adequate amounts of absorbent spill cleanup material and spill kits shall be kept in the fueling and maintenance area and on fueling trucks. Spill cleanup material and kits shall be disposed of immediately after use. Drip pans or absorbent pads shall be used during fueling or maintenance unless performed over an impermeable surface. Fueling or maintenance operations shall not be left unattended.. Fueling nozzles shall be. equipped with an automatic shutoff control. Vapor recovery fueling nozzles shall be used where required by the Air Quality Management District. Nozzles shall be secured upright when not in use. Fuel tanks shall not be topped-off. The Contractor shall recycle or properly dispose of used batteries and tires. Material and Equipment Used Over Water Drip pans and absorbent pads shall be placed under vehicles or equipment used over water, and an adequate supply of spill cleanup material shall be kept with the vehicle or 175 equipment. Drip pans or plastic sheeting shall be .placed under vehicles or equipment on docks, barges, or other surfaces over water when the vehicle or equipment will be idle for more than one hour. The Contractor shall provide watertight curbs or toe boards on barges, platforms, docks, or other surfaces over water to contain material, debris, and tools. Material shall be secured to prevent spills or discharge into water due to wind. Structure Removal Over or Adjacent to Water The Contractor shall not allow demolished material to enter storm water systems or watercourses. The Contractor shall use covers and platforms approved by the Engineer to collect debris. Attachments shall be used on equipment to catch debris on small demolition operations. Debris catching devices shall be emptied regularly and debris shall be handled as provided in "Waste Management" of these special provisions. The WPCM shall inspect demolition sites within 50 feet of storm water systems or watercourses every day. Paving, Sealing, Sawcutting, and Grinding Operations The Contractor shall prevent the following material from entering storm drain systems or water courses: A. Cementitious material, . B. Asphaltic material, C. Aggregate or screenings, D. Grinding or sawcutting residue, E. Pavement chunks, or F. Shoulder backing. The Contractor shall cover drainage inlets and use linear sediment barriers to protect downhill watercourses until' paving, sealing, sawcutting, or grinding operations are completed and excess material has been removed. Drainage inlets and manholes shall be covered during the application of seal coat,tack coat, slurry seal, or fog seal. During. the rainy season or when precipitation is predicted, paving, sawcutting, and grinding operations shall be limited to places where runoff can be captured. Seal coat, tack coat, slurry seal, or fog seal operations shall not begin. if precipitation is predicted for the application or the curing period. The Contractor shall not excavate material from existing roadways during precipitation. The Contractor shall vacuum up slurry from sawcutting operations immediately after the slurry is produced. Slurry shall not be allowed to run onto lanes open to public traffic or off the pavement. The Contractor shall collect residue from portland cement.concrete grinding operations with a vacuum attachment on the grinding machine. The residue shall not be left on the pavement or allowed to flow across the pavement. Material excavated from existing roadways may be stockpiled as provided in "Stockpile Management" of these special provisions if approved by the Engineer. AC or HMA chunks used in embankment shall be placed above the water table and covered by at least one foot of material. Substances used to coat asphalt trucks and equipment shall not contain soap, foaming agents, or toxic chemicals. 176 Thermoplastic Striping and Pavement Markers Thermoplastic striping and preheating equipment shutoff valves `shall work properly at all times when on the construction site. The Contractor shall not preheat; transfer, or load thermoplastic within 50 feet of drainage inlets or watercourses. The Contractor shall not fill the preheating container to more than 6 inches from the top. Truck beds shall be cleaned daily of scraps or.melted thermoplastic. The Contractor shall not unload, transfer; or load bituminous material for pavement markers within 50 feet of drainage inlets or watercourses:: All pressure shall be released from melting tanks before removing the lid to fill or service. Melting tanks shall not be filled to more than 6 inches from the top. The Contractor shall collect bituminous material from the roadway after marker removal. Pile Driving The Contractor shall keep spill kits and cleanup material at pile driving locations. Pile driving equipment shall be parked over drip pans, absorbent pads, or'plastic sheeting where possible. When not in use, pile driving equipment shall be stored at least 50 feet from concentrated flows of storm water, drainage courses, or inlets. The Contractor shall protect pile driving equipment by parking it on plywood and!, covering.' it with plastic when precipitation is predicted. The WPCM shall inspect the pile driving area every day for leaks and spills. The Contractor shall use vegetable oil instead of hydraulic fluid when practical. Concrete Curing The Contractor shall not overspray chemical curing compound. Drift shall be minimized by spraying as close to the concrete as possible. Drainage inlets shall be covered before applying curing compound. _ The Contractor shall minimize the use and discharge of water by using wet blankets or similar methods to maintain moisture when curing concrete. Concrete Finishing The Contractor shall collect and dispose of water and solid waste from high-pressure water blasting. Drainage inlets within 50 feet shall be covered before sandblasting. The nozzle shall be kept as close to the surface of the concrete as possible to minimize drift of dust and blast material. Blast residue may contain hazardous material. Containment structures for concrete finishing operations shall be inspected for damage before each day'of use and before predicted p'recipitation:. Liquid and solid waste.shall be removed from the containment structure after each work shift. DEWATERING Dewatering shall consist of discharging accumulated storm water, .ground water, or surface water from excavations or temporary 7contai.nment facilities: The Contractor shall discharge water within the limits of the project.. Dewatering discharge shall not cause erosion, scour, or sedimentary deposits that impact natural bedding materials The Contractor shall conduct dewatering activities in;accordance with.the Field Guide for Construction Dewatering available at: 177 http://www.dot.ca.gov/hq/construc/stormwater/manuals.htm , Before dewatering the Contractor shall submit a Dewatering and.Discharge Plan to the Engineer in conformance with the provisions in Section 5-1.02, "Plans and Working Drawings,"' rawings, of the Standard Specifications and "Water Pollution Control," of these special provisions. At a minimum, the Dewatering and Discharge Plan shall include the following: A. A title sheet and table of contents; B. A description of the dewatering and discharge operations detailing the locations, quantity of water,equipment, and discharge point; C. The estimated schedule for dewatering and discharge (begin and end dates, intermittent or continuous); D. Discharge alternatives such as dust control or percolation; and E. Visual monitoring procedures with inspection log. The Contractor shall not discharge storm water or non-storm water that has an odor, discoloration other than sediment, an oily sheen, or foam on the surface and shall notify the Engineer immediately upon discovery. If water cannot be discharged within the project limits.due to site constraints it shall.be disposed of in the same manner specified for material in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Full compensation for construction site management shall be considered as included in the. contract prices paid for the various items of work and no separate payment will be made therefor. 10-1.04 PRESERVATION OF PROPERTY Attention is directed to the provisions in Section 7-1.11, "Preservation of Property,' of the Standard Specifications and these special provisions. Existing trees, shrubs and other plants,that are not to be removed as shown on the plans. or specified elsewhere in these special provisions, and are injured or damaged or caused to fall by reason of the contractor's operations, shall be replaced by the Contractor as directed by the Engineer. The Engineer shall determine appropriate number, size and species of plants as restitution. The Contractor shall furnish,plant, and maintain the specified plants at his expense. The maintenance period shall be for three years from the date that the Agency accepts the contract as complete. Typical tree restoration requires trees to be replaced at a 3:1 ratio. This may vary depending on the size and species of the tree, shrub or other plants removed. In addition, the Contractor shall post a security cash bond in the amount of $2,000 plus an additional $200 per tree in excess of three trees, $100 per shrub, and an amount representing 10 times the actual cost of other plants replaced. This security bond will be returned at the end of the three-year maintenance period provided that an 80% survivability is reached with the replacement planting. Failure to reach this goal will require additional planting and another three-year maintenance period with appropriate security bond being retained by the County. Replacement planting of injured or damaged trees, shrubs and other plants shall be completed not less than 20 working days prior to acceptance of the contract. Replacement plants shall be watered as necessary to maintain the plants in a healthy condition. 178 Damaged or injured plants shall be removed,'and disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. 10-1.05 OBSTRUCTIONS Attention ;is directed. to Section 8-1.10, '.'Utility and Non-Highway Facilities," and Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. The Contractor shall notify the.Engineer.and the appropriate regional notification center for operators of subsurface installations at '-least 2 working days, but not more than 14 calendar days, prior to performing any excavation or other work close to any underground pipeline, conduit, duct, wire or other structure. ,Regional notification centers include; but are not limited to, the following: Notification Center Telephone Number Underground Service Alert-Northern 811 California(USA) The following utility facilities will be.relocated during the progress of the contract. The Contractor. shall notify the Engineer, in writing, prior to doing work in the vicinity of the facility. The utility facility will be relocated within the listed working days, as defined in Section 8-1.06, "Time.of Completion," of the Standard Specifications, after the notification. is received by the Engineer: East Bay Municipal Utilities District(EBMUD) Water valve covers that are located within the project limits will be.adjusted to grade by EBMUD after the hot mix asphalt overlay is complete. Contractor shall make arrangements with E.B.M.U.D for coordination of the adjustment work.. . The Contractor shall notify Henrique Pinguel at (510) 287-0831, at least fifteen (15) working days in advance of construction operations that necessitate adjustments of these facilities. West County Wastewater District(W.C.W.D) Sanitary sewer manhole covers.that are located within the project limits will be adjusted to. grade by W.C.W.D.. . The Contractor shall make arrangements with W.C.W.D for coordination of the adjustment work. The Contractor shall notify Ajay Kataria at (510) 222- 6700, at least fifteen (15) working days in advance of construction operations.that necessitate adjustments of these facilities so that W.C.W.D. can order the manhole ring. The Contractor shall notify Mr. Kataria again 48 hours prior to construction operations that necessitate adjustment of these facilities so that W.C.W.D.'s work can be coordinated with the Contractor's work 179 PAYMENT Full compensation for coordinating and work regarding utility adjustment with utility companies shall be considered as included in the contract price paid for various contract items and no separate payment will be made therefore. 10-1.06 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES Flagging, signs, and temporary traffic control devices furnished, installed, maintained, and removed when no longer required shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Category 1 temporary traffic control devices are defined as small and lightweight (less than 100 pounds) devices. These devices shall be certified as crashworthy by crash testing, crash testing of similar devices,.or years of demonstrable safe performance. Category 1 temporary traffic control devices include traffic cones, plastic drums, portable delineators, and channelizers. If requested by the Engineer, the Contractor shall provide written self-certification for crashworthiness of Category 1 temporary traffic control devices at least 5 days before beginning any work using the devices<or within 2 days after the request if the devices are already in use. Self-certification shall be.provided by the manufacturer or Contractor and shall include the following: A. Date, B. Federal Aid number(if applicable), C. Contract number, district, county, route and post mile of project limits, D: Company name of certifying vendor, street address, city, state and zip code, E. Printed name, signature and title of certifying person; and F. Category 1 temporary traffic control devices that will be used on the project. The Contractor may obtain a standard form for self-certification from the Engineer. Category 2 temporary traffic control devices are defined as small and lightweight (less than 100 pounds) devices that are not expected to produce significant vehicular velocity change, but may cause .potential harm to impacting vehicles. Category 2 temporary traffic control devices include barricades and portable,sign supports. Category 2 temporary traffic control devices shall be .on the Federal Highway Administration's (FHWA) list of Acceptable Crashworthy Category 2 Hardware for Work Zones. This list is maintained by FHWA and can be located at: http-Hsafety.fhwa.dot.gov/roadway_dept/road_hardware/listing.cf n?code=workzone The Department also maintains this list at: http://www.dot.cai gov/hq/traffops/signtech/signdel/pdf/Category2.pdf Category 2 temporary traffic control devices that have not received FHWA acceptance shall not be used. Category 2 temporary traffic control devices in use that have received FHWA acceptance shall be labeled with the FHWA acceptance letter number and the name of the manufacturer. The label shall be readable and permanently affixed by the manufacturer. Category 2 temporary traffic control devices without a label shall not be used. 180 If requested by the Engineer, the Contractor shall provide a written list of Category 2 temporary traffic control devices to be used on the project at least 5 days before beginning any work using the devices or.within 2 days after the request if the devices are already in use. Category 3 temporary traffic control devices consist of temporary traffic-handling equipment and devices that weigh 100 pounds or more and are expected to produce significant vehicular velocity change to impacting vehicles. Temporary traffic-handling equipment and devices include crash cushions, truck-mounted attenuators, temporary railing, temporary.barrier, and end treatments for temporary railing and barrier. Type III barricades may be used as sign supports if the barricades have been successfully crash tested, meeting the NCHRP Report 350 criteria, as one unit with a construction area sign attached. Category 3 temporary traffic control devices shall be shown on the plans or on the Department's. Highway Safety Features lista :This list is maintained by the Division of Engineering Services and can be found at: http://www.dot.ca.gov/hq/esc/approved_products_list/HighwayS afe.htm Category 3 temporary traffic control devices that are not shown on the plans or not listed on the Department's Highway Safety Features list shall not be used. Full compensation. for, providing self-certification for crashworthiness of Category 1 temporary traffic control devices and for providing a list of Category 2 temporary traffic control devices used on the project shall be considered as.included in the prices paid for the various items. of work requiring the use. of the Category 1 or Category 2 temporary traffic control devices and no additional compensation will be allowed therefor. 10-1.07 CONSTRUCTION AREA SIGNS Construction area signs for temporary traffic control shall be furnished, installed, maintained, and removed.when no longer required in conformance with the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Attention is directed to "Furnish Sign" of these special provisions. Attention is directed to the provisions ,in . "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Type II retroreflective sheeting shall not be used on construction area sign panels. Type 111, IV, VII, VIII, or IX retroreflective. sheeting shall be used for stationary mounted construction area sign panels. Unless otherwise shown on the plans or specified in these special'provisions,the color of construction area warning and guide signs .shall have black legend and border on orange background, except W10-1 or W47(CA) (Highway-Rail Grade Crossing Advance Warning) sign shall have black legend and border on yellow background. Orange background on construction area signs shall be fluorescent orange. Repair to construction area sign panels will not be allowed, except when approved by the Engineer. At nighttime under vehicular headlight illumination, sign panels that exhibit irregular luminance, shadowing or dark blotches shall be. immediately replaced at the Contractor's expense. The Contractor shall.notify the appropriate regional notification'center for operators of subsurface installations at least 2 working days, but not.more than 14 calendar days, prior to 181 commencing excavation for construction area sign posts. The regional notification centers include, but are not limited to, the following: Notification Center Telephone Number Underground Service Alert-Northern 811 California(USA) Excavations required to install construction area signs shall be performed by hand methods without the use of power equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed post holes. The post hole.diameter, if backfilled with portland cement concrete, shall be at least 4 inches greater than the longer dimension of the post cross section. Construction area signs placed within 15 feet.from the edge of the travel way shall be mounted on stationary mounted sign supports as specified in "Construction Area Traffic Control Devices" of these special provisions. The Contractor shall maintain accurate information on construction area signs. Signs that are no longer required shall be immediately covered or removed. Signs that convey inaccurate information shall be immediately replaced or the information shall be corrected. Covers shall be replaced when they no longer cover the signs properly. .The Contractor shall immediately restore to the original position and location any sign that is displaced or overturned, from any cause,during the progress of work. Note 4 in the first paragraph of Section 12-3.06A, "Stationary Mounted Signs," of the Standard Specifications is amended to read: 4. The post embedment shall be 2.5 feet backfill with native material. Compact by.tamping. Construction funding signs will be furnished by the County.. The Contractor shall furnish two sign posts per sign and install the signs.at the locations designated by the Engineer. The construction funding signs shall be.placed in conjunction with construction area signs. These signs shall be maintained by the Contractor throughout the project construction.. Damaged construction funding signs shall be replaced by the contractor at his/her expense. These.signs shall be salvaged and returned to the County upon completion of.the project. Signs shall be picked up and delivered to the County sign shop at 2475 Waterbird Way, Martinez, California, Monday through Thursday by appointment only. Call (925) 313-7000 a minimum of 48 hours. in advance for appointment. Full compensation for pickup, installing, maintaining, removing, salvaging and returning County furnished signs shall be considered as.included in the contract lump sum price for construction area signs and no separate payment will be made therefor. Payment for construction area signs will be made in increments of the contract lump sum price for this item of work in the following manner: Initial Increment: 60 percent of the lump sum price upon satisfactory completion of installation of.signs. 182 Final Increment: Balance of the .lump sum price ,upon satisfactory completion of removal of signs. 10-1.08 MAINTAINING TRAFFIC Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and to the provisions in "Public Safety" of these special provisions and these special. provisions. .Nothing in these special provisions shall be construed as relieving the Contractor from the responsibilities specified in Section 7-1.09. Lane closures shall conform to the provisions in section "Traffic Control System for Lane Closure of these special provisions. Personal vehicles of the Contractor's employees shall not be parked on the traveled way including any section closed to:public traffic. The Contractor shall notify local authorities of the Contractor's intent to begin work at least 5 days before '.work is begun.. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make arrangements relative to keeping the working area clear of parked vehicles. Local authorities are defined as, but not limited to, Contra Costa Sheriffs Department, California Highway Patrol, local Fire Department, United States Post Office, local waste management companies Emergency Response.Companies and/or all businesses or regular users whose ability;to perform their-daily jobil will be affected by road closures, detours or general work by the:Contractor. When work vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane; the shoulder area shall be closed with fluorescent'orange traffic cones or portable delineators placed on a taper.in advance of the parked vehicles or equipment and along the edge of the pavement:at 25-foot intervals to'a point not less than 25.feet past the last vehicle or. piece of equipment. A minimum of 9 traffic cones or:portable delineators shall be used for.the taper. A W20-1 (ROAD WORK AHEAD).or W21-5b (RIGHT/LEFT SHOULDER CLOSED AHEAD)'or C24 (CA) (SHOULDER WORK AHEAD) sign shall be mounted on a crashworthy portable sign support with flags: The sign�.shall be placed where designated .by the Engineer. The sign shall be a minimum of 48" x 48" in size. The Contractor shall immediately restore'to the original position and location a traffic cone or delineator that is displaced or overturned, during the progress of work. A minimum of one paved'traffic lane, not less than 10 feet wide, shall be open for use by public traffic. When 'construction.operations are not actively in progress, not less than 2 of these lanes shall be.-open to public traffic except during construction of the valley gutter at the intersection.of York Street and Alamo Avenue: The full width of.the traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays; after;;3:00 p.m. on Fridays and,the day preceding designated legal holidays; and when construction operations are not actively in progress except during construction of the. valley gutter at the intersection of!-York Street and Alamo . Avenue. Designated legal holidays are.listed elsewhere in these special provisions. The provisions in 'this section will not relieve the! Contractor of responsibility for providing additional devices or taking measures 'as may;be necessary to comply with the provisions in Section 7-1.09, "Public Safety," of the Standard Specifications. 183 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE .- A traffic control system shall consist of closing traffic lanes in conformance with the details shown on the plans, the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, the provisions under "Maintaining Traffic" and "Construction Area Signs" of these special provisions, and these special provisions. During traffic stripe operations and pavement marker placement operations using bituminous adhesive, traffic shall be controlled, at the option of the Contractor, with either stationary or moving lane closures. During other operations, traffic shall be controlled with stationary lane closures. Attention is directed. to the provisions in Section 84-1.04, "Protection From Damage," and Section 85-1.06,. "Placement," of the Standard Specifications. If components in the traffic control system are displaced or cease to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair the components to the original condition or replace the components and shall restore the components to the original location. STATIONARY LANE CLOSURE When lane closures are made for work periods only, at the end of each work period, components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, the components may be stored at selected central locations, designated by the Engineer within the limits of the highway right of way. TRAFFIC CONTROL FOR MARKING PAVEMENT AREAS The Contractor shall provide traffic control when the Engineer is scheduled to mark out dig-out and areas to be reconstructed. A traffic control system shall consist of closing traffic lanes in conformance with the details shown on the plans, the provisions in Section 12, "Construction Area Traffic Control Devices,:' of the Standard Specifications, the provisions under "Maintaining Traffic" and "Construction Area Signs" of these special provisions, and this special provision. Full compensation for providing traffic control to allow the Engineer to mark pavement areas, including all materials, signing, devices and labor shall be considered as included in the contract price paid for various items of work and no additional compensation will be made therefore. TRAFFIC CONTROL FOR PAVEMENT DELINEATION During traffic stripe operations. and pavement marker .placement operations using bituminous adhesive, traffic shall be controlled, at the option of the Contractor, as provided for under "Traffic Control System for Lane Closure" of these Special Provisions, or by use of an alternate traffic control plan proposed by the Contractor. The Contractor shall not start traffic stripe operations using an alternate plan until he has submitted his plan to the Engineer and has received written approval of said plan. Alternate traffic control plans for striping operations shall conform to the provisions in Section 7-1.08, "Public Convenience," 184 i 74.09, "Public Safety, and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Full compensation for providing traffic control for applying traffic stripes.and pavement markers shall be considered as included in the contract prices paid for the various items of work and no separate payment will be made therefor. ! FLAGGING COSTS In lieu of the provisions of Section 12-2.02, "Flagging Costs," of the. Standard. Specifications regarding equal payment by the State and the..Contractor, full compensation for furnishing flaggers, including transporting flaggers, providing stands or towers for use of flaggers, shall be considered as included in the contract price'paid for the various items of work that require flagging and no separate payment will be made therefor. The contract lump sum price paid for;` traffic control system shall include full compensation for furnishing all labor, materials (including signs),'.tools, equipment, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations,. replacing and disposing of the components of the traffic control system shown on the plans, as specified in the Standard;.Specifications and these special provisions, and as directed by the Engineer. The adjustment provisions in Section 4-1.03, "Changes," of the Standard Specifications shall not apply to the item of traffic control system. Adjustments in compensation for traffic control system will be made only for increased or decreased traffic control system required by changes ordered by the Engineer and .will be made.on the basis of.the cost of the increased or decreased traffic control necessary. The adjustment will be made on a force account basis as provided in Section 9-1.03, "Force Account Payment," of the Standard Specifications for increased work and estimated on the same basis in the case of decreased work. 10-1.09 EXISTING HIGHWAY FACILITIES The work performed in connection with various existing highway.facilities shall conform to the provisions in Section 15, "Existing Highway Facilities,". of the Standard Specifications . and these special provisions. Miscellaneous highway facilities shall.include any improvement or facility located within the area of work. All existing facilities that are within the limits. of cleaning and grubbing as described. elsewhere in these special provisions, and in;conflict with the work to be done, shall be .removed unless otherwise noted on the plans REMOVE PAVEMENT MARKERS All existing pavement markers shall be removed and disposed of as directed by the Engineer no earlier than two calendar days prior'to resurfacing that portion of the road. Full compensation for removing and disposing of pavement marker shall be considered.as included in the contract price paid for the various items of work and no separate payment will be made therefor. . 185 RECONSTRUCT CHAIN LINK FENCE Existing chain link fence, at the locations shown on the plans, shall be removed and �- reconstructed. Fence removed in excess of that required for reconstructing chain link fence shall be disposed of. Full compensation for removing and disposing of excess fence and reconstructing with new material shall be considered as included in the contract price paid.. per linear foot for reconstruct chain link fence and no separate payment will be made therefor. RESET ROADSIDE SIGN Existing roadside signs, where shown on the plans to be reset, shall be removed and reset. Each roadside sign shall be reset on the same day that the sign is removed. Two holes shall be drilled in each existing post as required to provide the breakaway feature shown on the plans. COLD PLANE ASPHALT.CONCRETE PAVEMENT Existing asphalt concrete pavement shall be cold planed at the locations and to the dimensions.shown on the plans. Planing asphalt concrete pavement shall be performed by the cold planing method. Planing of the asphalt concrete pavement shall not be done by the heater planing method. Cold planing machines shall be equipped with a cutter head not less than 30 inches in width and shall be operated so that no fumes or smoke will be produced. The cold planing machine shall plane the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing-operation. The depth, width, and shape of the cut shall be as shown on the typical cross sections or as designated by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the planed area shall be neat and uniform. Planing asphalt concrete pavement operations shall be performed without damage to the surfacing to remain in place. Planed widths of pavement shall be continuous except for intersections at.cross streets where the planing shall be carried around the corners and through the conform lines. Following planing operations, a drop-off of more than 0.15-foot will not be allowed between adjacent lanes open to public traffic. Where transverse joints are planed in the pavement at conform lines no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If Hot Mix Asphalt (HMA) has not been placed to the level of existing pavement before the pavement is to be opened to public traffic a temporary HMA taper shall be constructed. HMA for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 30:1 (Horizontal: Vertical) or flatter to the level of the planed area. HMA for temporary tapers shall be the same quality as the HMA used elsewhere on the project or shall conform to the material requirements for minor HMA. HMA for tapers shall be compacted by any method that will produce a smooth riding surface. Temporary HMA tapers shall be completely removed, including the removal of loose material from the underlying surface, before placing the permanent surfacing. The removed material shall be disposed of outside the highway right of way in conformance with the provisions in 186 i Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Operations shall be scheduled so that not more than 24 hours shall elapse between the time when transverse joints are planed in tle. pavement at the conform lines and the permanent surfacing is placed at the conform lines. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be disposed of in conformance with. the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Removal operations of cold planed material shall be concurrent with planing operations and follow within 50 feet of the planer, unless otherwise.directed by the Engineer. Cold plane asphalt concrete pavement will be measured.:by the square yard. The quantity to be paid for will be the actual area of surface cold planed irrespective of the number of passes required to obtain the depth shown on the plans.. The contract price paid per square yard for cold plane:asphalt concrete pavement shall include full compensation for furnishing all. labor, materials, tools, equipment, and incidentals, and for doing all the work involved in cold planing asphalt concrete surfacing and disposing of planed material, including :furnishing the HMA for and constructing, maintaining, removing, and disposing of temporary.HMA tapers, as specified.in the Standard Specifications and these special provisions and as directed by the Engineer. 10-1.10 CLEARING,AND GRUBBING Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. Vegetation shall be cleared and grubbed only within the excavation and embankment slope lines. At locations where there is no grading adjacent to 'a bridge or other structure, clearing and grubbing of vegetation shall be limited to 5. feet outside the physical limits of the bridge or structure. Activities controlled by the Contractor, except cleanup or other required work, shall be confined within the graded areas of the roadway. Nothing herein shall be construed as relieving the.; Contractor of the Contractor's responsibility for final cleanup of the highway as provided in Section 4-1.02, "Final Cleaning Up," of the.Standard Specifications. Trees and shrubs shall not be removed'unless they are:shown and noted on the plans to. be removed. All trees and shrubs conflicting with grading, utilities, `or other improvements or overhanging the sidewalk or pavement so as to form a.nuisance or hazard to the public shall be trimmed to provide 18 feet of clearance over roadways and 8 feet of clearance over sidewalks or walkways. All roots exposed in!trench and'roadway excavation shall be cut neatly at the excavation line in accordance'with recognized standards of good arboricultural practices. The provisions of the last paragraph of Section 16-1.03, '.'Construction," of the Standard Specifications are amended to also include the trimming of roots of trees and shrubs that are to be left in place. Full compensation for clearing and grubbing shall be considered as included in the contract price paid for the various items of work and no, separate payment will be made therefor. 187 104.11 EARTHWORK Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard - Specifications and these special provisions. The Contractor's attention is directed to the existence of a geotechnical report for the project site. The report is on file and is available for review at the Public Works Department, 255 Glacier Drive, Martinez, CA. Any material imported for the construction of embankments or as backfill for structures, culverts, and other facilities shall meet the following requirements: pH > 5.5 (> 7.3)2 Water Soluble Sulfate <0.2% Resistivity(R) > 3000 ohm cm 2 1 Per California Test 532&643. 2 For backfill around metal pipe/conduit. 3 Reported as SO4. Imported borrow shall be mineral material including rock, sand, gravel, or earth. The Contractor shall not use man-made refuse in imported borrow including: A. Portland cement concrete, B. Asphalt concrete, C. Material planed from roadway surfaces, D. Residue from grooving or grinding operations, E. Metal, F. Rubber, G. Mixed debris, H. Rubble Surplus excavated material shall become the property of the Contractor and shall be disposed of in conformance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Where a portion.of the existing surfacing is to be removed, the outline of the area to be removed shall be cut on a neat line with a power-driven saw to a minimum depth of 2 inches before removing the surfacing. Full compensation for cutting the existing surfacing shall be considered as included in the contract price paid per cubic yard for roadway excavation and no additional compensation will be allowed therefor. 10-1.12 AGGREGATE BASE .Aggregate base must comply with Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. Aggregate base must be Class 2. Do not store reclaimed asphalt concrete or aggregate base 'with reclaimed asphalt concrete within 100 feet measured horizontally of any culvert, watercourse, or bridge. 10-1.13 HOT MIX ASPHALT Hot mix asphalt shall conform to the provisions in Section 39, "Hot.Mix Asphalt," of the Standard Specifications and these special provisions. 188 The Contractor,shall submit an hot mix asphalt mix design at the pre-construction meeting to be approved by the County. The mix design shall state the amount of asphalt binder to be mixed with the aggregate for hot mix asphalt by weight of the dry aggregate based on California Test methods 366 and 367. This work includes producing and placing hot mix;;asphalt (HMA) Type B using the method process.. Comply with Section 39, "Hot Mix Asphalt," of the Standard Specifications. The grade of asphalt binder mixed with aggregate for HMA Type B must be PG 64-10. Antistrip Treatment Treat aggregate with lime slurry under "Lime Treatment of Hot Mix Asphalt Aggregates (Slurry Method)." :For the mix design,.use Lab Procedure,LP-7. Treat asphalt binder with liquid antistrip.'under "Liquid Antistrip Treatment of Asphalt Binder." For the mix design, use Lab Procedure LP-5. Do not leave a;vertical joint more than 0.15 foot high between adjacent lanes open to public traffic. Unless otherwise directed by the Engineer,asphalt binder to be mixed with aggregate shall be steam-refined paving asphalt, viscosity grade PG 64-10, conforming to the provisions in Section 92, "Asphalts,"of the Standard Specifications. Aggregate shall by Type B conforming to the grading for the '/z inch HMA except as modified by the following: AGGREGATE GRADATION(PERCENT.:PASSING) Sieve Size_ Target Value 'Allowable Limits Tolerance No.200 6-9 TV+/-2 This work includes applying liquid asphalt prime coat. The Engineer designates areas receiving prime coat. Comply with Section 93, "Liquid Asphalts,"of the Standard Specifications. Liquid asphalt for prime coat must be.Grade SC-70. Apply at least 0.20 gallon.of prime coat per square yard of designated area. Do not apply more prime coat than can be absorbed completely by the aggregate base in 24 hours. You may request in writing the Engineer's approval, to modify prime coat application rates. Before paving,.prime coat must cure for 48 hours. Close public traffic to areas receiving prime coat. Do not track prime coat onto pavement surfaces.beyond the job site. The Engineer determines prime coat quantities under,the specifications for liquid asphalt in Section 93-1.04,;"Measurement," of the Standard Specifications. 1 F 189 When the Contractor's traffic control plan requires vehicles to be routed through the.work on aggregate base, a prime coat will be required. The prime coat shall be applied a minimum of 48 hours prior to opening area to traffic. Full compensations for said prime coat shall be considered as included in the contract price paid per ton for hot mix asphalt and no additional compensation will be made therefor. Hot mix asphalt placed in the top layer of the surfacing shall be obtained from only one asphalt plant. The. provisions in Section 39-6.02, "Spreading,'.' of the Standard Specifications are amended with the following: While spreading the final lift of hot mix asphalt (wearing surface), all excess hot mix asphalt along cold joints shall be carefully removed and disposed. This excess material shall not be placed by any means over the hot mix asphalt being spread. At locations where the hot mix asphalt is to be placed over areas inaccessible to an asphalt paver, the hot mix asphalt shall be spread by any means that will obtain the specified results and shall be compacted to the specified density and to the required lines, grades and cross sections. Hot mix asphalt shall be spread and compacted in conformance with Section 39-3, "Method,"amended as follows: Section 39-3.03,."Compacting Equipment," of the Standard Specifications is superseded to read: The Contractor shall furnish sufficient rolling equipment to obtain the compaction and surface finish required by these specifications. All rollers shall be equipped with pads and water systems which prevent sticking of hot mix asphalt to the pneumatic or steel-tired wheels.. A parting agent, which will not damage the hot mix asphalt, as determined by the Engineer, may be used to aid in preventing the sticking of the mixture to the wheels. Hot mix asphalt shall be spread with an asphalt paver and shall be compacted by any means to obtain the specified density and surface finish to the lines, grades and cross section shown on the plans. At locations where the hot mix asphalt is to be placed over areas inaccessible to an asphalt paver, the hot mix asphalt shall be spread by any means that will obtain the specified results and shall be compacted to the specified density and to the required lines, grades and cross sections. Hot mix asphalt shall be compacted with appropriate compacting equipment to achieve an air permeability of 200 ml/min. (6.76 .fl.ozlmin) or less when tested by Contra Costa County Test Method.No. 341. Pavements exhibiting air permeability greater than 200 ml/min. (6.76 fl.oz/min)will require the following remedial action: AIR PERMEABILITY REMEDIAL ACTION (ML/MIN) [FL.OZ/MIN] 0-200 [0-6.76] None required 200-1500 Rejuvenator application-rate of 0.05.gal/yd to 0.20 gal/yd [6.76-50.70] diluted 2 parts rejuvenator to 1 part water applied with a 190 distributor calibrated in accordance with Test Method No. Calif. 339. A sufficient quantity of sand shall be on.site during rejuvenator application to be used as a possible sand blotter. . As determined by the Engineer, a sand blotter may also be required.; Rates of rejuvenator and sand shall be determined by the Engineer. 1500-3000 Type. II slurry seal in accordance with' S.S..Sec. 37-2, [50.70-101.40] "Slurry Seal." 3000+ Pavement removal and replacement- to.be determined by [101.40+] the engineer. Unless specified otherwise on the plans, in the special provisions or directed by the Engineer, an application of asphalt rejuvenator such as "reclamite" or equal, as required above, shall be applied before the road improvements will be accepted as complete. The rejuvenator shall not be applied until pavement te.mperature'is greater than'80°F nor before a period of one month following initial paving. The amount of rejuvenator to be applied will be determined by tests performed by the County. During remedial action for pavement, 'traffic shall be...controlled, at the.option of the Contractor, as provided for under."Traffic Control System or Lane Closure" of these special provisions, or by use of an alternate traffic control plan proposed by the Contractor. The Contractor shall not start remedial action operations using .an alternate plan until he has submitted his plan to the Engineer and has received written.approval of said plan. Alternate traffic control plans shall conform to the provisions in Section 7-1.08,"Public Convenience," 7- 1.09, "Public Safety;" and. 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. Full,compensation for remedial action required for pavement, including all necessary. traffic control, shall be considered as included in the contract prices'.paid for the various items of work. involving hot mix asphalt and no separate payment will be made therefore. Hot mix asphalt leveling as directed by the Engineer will be measured and paid for as Hot Mix Asphalt(Type B,). The provisions in Section 39-1.13, "Miscellaneous Areas," of the Standard. Specifications are modified by the following: Hot mix asphalt;for hot mix asphalt driveways, hot mix asphalt driveway conforms and intersecting private street conforms shall be HMA Type A or B, 1/2" grading and shall conform to the provisions in Section.39, "Hot Mix Asphalt" of the Standard Specifications and these special provisions. The hot mix asphalt shall be placed in accordance with the provisions of Section 39-1.13, "Miscellaneous Areas" of the Standard Specifications and these special provisons. Spreading and.compacting shall be performed.by methods that will produce an hot mix asphalt surfacing of uniform smoothness,texture, and density,.. Hot mix asphalt for driveways and conforms shall be measured and paid for as Hot Mix Asphalt(Type B). Hot mix asphalt driveway conforms with existing asphalt concrete shall be sawcut. 191 Full compensation for sawcutting existing asphalt concrete curbs,sidewalks,driveways,and roadway shall be considered as included in the contract.unit prices paid for hot mix aspahlt and no separate payment will be made therefor. If this contract includes a separate pay item for aggregate base or aggregate subbase, the quantities of aggregate base and aggregate subbase placed as a part of driveway conforms of any material will be measured and paid for as aggregate base or aggregate subbase. If this contract. does not include a separate pay item for aggregate base or aggregate subbase, the quantities of aggregate base or aggregate subbase placed as a part of driveway conforms will not be measured. Full compensation for furnishing, placing and compacting aggregate base and aggregate subbase shall be considered as included in the contract prices paid for hot mix asphalt and no separate payment will be made therefor. 10-1.14 GEOSYNTHETIC PAVEMENT INTERLAYER Geosynthetic pavement.interlayer shall conform to the provisions in Section 39-1.09, "Geosynthetic Pavement Interlayer," Section 88, ."Engineering Fabrics," and Section 92, "Asphalts," of the standard specifications and these special provisions. Section 88-1.02, "Pavement Reinforcing Fabric" is amended as follows: Geosynthetic pavement interlayer shall be manufactured from polyester, polypropylene, or polypropylene-nylon material. The fabric shall be nonwoven of uniform thickness, heat treated on at least one side, and shall conform to the following: Specification Requirement Weight,oz/yd2, ASTM Designation: D 3776 ......................................... 4.1 min. Grab tensile strength (1 inch grip), lbs, min. in each direction, 101 ASTM Designation: D 4632 ......................................... Elongation at break, percent min., ASTM Designation: D 4632 ................ 40 Fabric Asphalt Retention, gallons per square yard', ASTM Designation: D 6140 ......................................... 0.20 to 0.25 residual asphalt 'Exact Value shall be provided by manufacturer as part of certificate of compliance Geosynthetic pavement interlayer rolls shall be delivered to project site fully enclosed in plastic to protect against sunlight and water. The roils shall be stored off the ground and uniformly supported to prevent the core from,bending. Surface Preparation A minimum- of 2 days prior to applying asphalt binder and geosynthetic pavement interlayer, all pavement failure repair and HMA leveling shall be completed as shown on the plans and as directed by the Engineer. If this work. is performed within 2 days of.applying asphalt binder and geosynthetic pavement interlayer, the Contractor shall seal the newly paved surfaces by applying a light tack coat of SS-1 emulsion and sand as directed by the Engineer. 192 All cold-planed asphalt concrete conforms and keycuts shall receive a light coat of liquid asphalt at the approximate rate of 0.42 lbs./yd2'.(equivalent"to 0.05 gal/yd2 at 60° F) prior to placing binder and geosynthetic pavement interlayer. Prior to applying.asphalt binder, all cracks in existing pavement, between 1/4-inch and '/z- inch in width, shall be pneumatically cleaned sand filled with hot pour rubberized Type 2 crack sealant. Cracks larger than '/Z-inch in width shall be filled with fine hot mix asphalt concrete. The existing pavement surface shall be dry and free of loose or extraneous material prior to applying the asphalt binder and geosynthetic pavement 114riterlayer. The Contractor shall clean the surface by sweeping or other means to remove all loose particles of paving, all dirt and other extraneous material immediately before applying the asphalt binder. Binder and Fabric Placement Applying asphalt binder and placing geosynthetic pavement interlayer shall be made only under the following conditions: • the ambient air'temperature is above 50°F Wand.rising, and • The existing pavement is dry and pavement temperature is 40°F and rising Before placing the geosynthetic pavement interlayer, awasphalt binder shall be applied to the surface to receive the geosynthetic pavement interlayer.. The binder shall. be Grade PG 70-10 paving asphalt`conforming to Section 92, "Asphalts," of the Standard Specifications and these secial provisions. The liquid asphalt shall be 'spread at an approximate rate of 2.10 lbs./yd?(equivalent to 0.25 gal/yd2 at 60° F). When the entire pavement.surface is cold- planed and not pre-coated as described elsewhere in these special provisions, the binder shall be spread at the approximate rate of 2.52 lbs/ydZ(equivalent to 0.30.ga1/yd�at 60° F). The volumetric spread rate shall be adjusted to provide the specified mass spread rate using the conversion table in Section 93, "Liquid Asphalts;" of the Standard Specifications for the temperature of the liquid asphalt measured at the distributor truck spray bar. The exact rate sufficient to saturate the fabric will be determined by the Engineer based on the existing pavement surface condition, the fabric asphalt retention value, and the actual asphalt density at"spray temperature. No reduction in spread.rate shall be allowed for the sole purpose of minimizing fabric pickup by subsequent construction equipment. :: The binder shall be applied to a width equal to the width of the geosynthetic pavement interlayer mat plus 4 inches on each side. The geosynthetic pavement interlayer shall:be placed with the heat-treated (smooth) side up. The equipment for placing the geosynthetic pavement interlayer shall be. mechanical, capable of handling full rolls of geosynthetic 'pavement interlayer; tensioning bars and full width brooms properly adjusted to initially seat the fabric;,a.nd remove bubbles. The fabric shall be placed into the asphaltic binder with'a minimum.`of wrinkles. Large wrinkles (1" and larger) shall be slit and lapped in the direction. of paving. Burning or torching of wrinkles will not be allowed. The fabric shall:overlap two to four inches at the longitudinal joints and no more than two inches at the transverse joints. No joints shall be lapped with more than two layers of fabric. Transverse joints shall be shingled in the direction of the paving. At interlayer overlaps, apply asphalt binder on the;lower interlayer the same overlap distance as the upper interlayer. The contractor shall control the temperature of the asphalt binder in the distributor truck such that it does not cause' damage to the geosynthetic rpavement:interlayer due to high binder temperatures at time of fabric placement. If the geosynthetic pavement interlayer width shrinks in excess of 3%, the temperatures of the asphalt binder shall be considered 193 excessive. (In no case shall the fabric shrinkage cause longitudinal fabric overlaps to be less than 2 inches.) Should this occur, the contractor shall immediately cease operations and s make necessary adjustments as approved by the Engineer before resuming operations. The contractor's options are to place the.liquid asphalt binder at a lower temperature or use separate equipment to place the geosynthetic pavement interlayer a sufficient distance behind the distributor truck to allow the binder to cool on grade prior to fabric placement. When using separate equipment for placing the geosynthetic pavement interlayer, it shall be mechanized and disconnected from the liquid asphalt binder distributor truck. It shall be capable of handling full rolls of geosynthetic pavement interlayer, shall have an adjustable tension bar, and shall have full roll width brooms to ,initially seat. geosynthetic pavement. interlayer and remove air bubbles. Final seating (bonding) of the geosynthetic pavement interlayer with the existing pavement and to smooth out any wrinkles.shall be accomplished by one full coverage of fabric with a pneumatic roller. geosynthetic pavement interlayer shall not be placed in areas of conforms tapers where the compacted thickness of the overlaying asphalt concrete is less than 0.12 feet. Payment Full compensation for asphalt binder shall.be considered as.included in the contract price paid per square yard for geosynthetic pavement interlayer and no separate payment will be made therefor. Full compensation for applying the additional asphalt binder on existing cold-planed asphalt concrete surfaces shall be considered as included in the various contract prices paid for cold-planing asphalt concrete and no additional compensation will be allowed therefor. Full compensation for applying light tack coat of SS-1 emulsion. and sanding newly repaired and leveled asphalt concrete areas .shall be considered as included in the contract prices paid for various items of work. and no additional compensation will. be allowed therefor. Full compensation for.cleaning and sealing all cracks larger than '/a inch- shall be considered as included in the.contract prices paid for various items of work and no separate payment will be made therefor. HMA leveling as directed by the Engineer.will be measured and paid for as HMA. Full compensation for pneumatic rolling of geosynthetic pavement interlayer, when required elsewhere in these special provisions, shall be considered as included in the contract price paid per square yard for geosynthetic pavement interlayer and no additional compensation will be allowed therefor. 10-1.15 PAVEMENT FAILURE REPAIR. This work shall consist of removing existing asphalt concrete pavement and underlying base rock and'replacing the removed roadway section with new HMA as shown on the plans and in accordance with Section 39, " HMA," of the Standard Specifications and these special provisions. The exact limits of roadway section to be removed and replaced will be determined by the Engineer. The minimum width of roadway section to be removed shall not be less than feet. The Contractor shall provide flaggers and/or traffic control to allow the Engineer to mark out pavement failure areas. 194 Existing roadway section removed.during a!work period shall be replaced before the time the lane is to be opened to public traffic as designated in "Maintaining Traffic" of these special provisions. The roadway section to be removed shall be ground with a milling machine capable of cutting to a neat linei The roadway section shall be removed without damage to pavement that is to remain in place. Damage to pavement which is to remain in place shall be repaired to a condition satisfactory to the Engineer, or the damaged pavement shall be removed and replaced with new HMA if ordered by the Engineer. Repairing or removing and replacing pavement damaged outside the ilimits of pavement to be reconstructed shall be at the Contractor's expense. Removed materials shall be disposed of outside the highway right of way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Disturbance of materials to be.left in.place shall be kept to a minimum'during removal or roadway sections. The material remaining in place, after removing failed pavement and base rock to the required depth, shall be graded to a plane, watered, and thoroughly compacted..The finished surface of the remaining material shall;not extend above the grade,established by the Engineer. Areas where 'the grade is low as a result of over excavation shall be filled, at the Contractor's expense,.with HMA. HMA shall conform.to the provisions 'for:,HMA in "HMA" of these special provisions except for payment. A paint binder (tack coat) of asphalt emulsion shall be furnished and applied to all vertical surfaces of the pavement failure repair. The quantity of pavement failure repair to be paid for will be measured by the square yard. The area to be paid for will.be calculated on the basis of the?dimensions laid out in the field by the Engineer. The contract pricepaid per square.yard for pavement failure repair shall include full compensation for fiirnishing all labor, materials .(including HMA and asphaltic emulsion as paint binder), tools, 'equipment; flaggers, traffic;control, and incidentals,-and for doing all the work involved in pavement failure repair complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 10-1.16 BASE FAILURE REPAIR Base failure repair shall conform to the requirements of the Section "Pavement Failure Repair",of these special provisions,modified as;follows: The Contractor shall provide flaggers and/or traffic control to allow the Engineer to mark out base failure repair areas. Work.shall include grading, watering,.and�Tecom actin of the underlying base rock or bn' g, g� p g Y g subgrade. The minimum depth of roadway section to:;be removed shall be not less than the depths prescribed by the"Base Failure Repair Table"on the"Typical.Details plan sheet. The..contract price paid per square yard for base failure repair shall include full compensation for furnishing;all labor, :materials (including; HMA and asphaltic emulsion as paint binder), tools, equipment, and incidentals 'for doing all the work involved in base failure repair,including roadway excavation,traffic control and recompacting underlying base rock, as shown on the plans,as specified in the Standard Specifications and these special provisions, and as directed by the:Engineer. 195 is 10-1.17 MINOR CONCRETE STRUCTURES Portland cement concrete structures shall conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications and these special provisions. The. provisions. of Section 51-1.02, "Minor Structures," and Section 90-10, "Minor Concrete," of the Standard Specifications, shall apply except as modified herein. Drainage inlets, sidewalk cross drains, culvert headwalls, endwalls, junction boxes, and manholes are classified as minor structures. Inlet structures shall not be precast excepting for precast inlet tops as allowed by various County Standard Plans. Class 2 concrete (min. 590 lbs. of cementious material per cubic yard) shall be used for all minor concrete structures. Filter material for weepholes shall be concrete aggregate conforming to the provisions in Section 90-2.02, "Aggregates," of the Standard Specifications. The grading limits of the combined aggregate for filter material shall be those for the 1 inch Max. grading in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications. The grading limits for the combined aggregate grading for aggregate used in portland cement concrete shall be.those for the 1 inch Max. grading in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications. When a drainage inlet is constructed in two or more segments, with a construction joint at the pavement subgrade, and the portion of the inlet above the joint is constructed monolithically with the curb and sidewalk,the concrete for the upper portion of the inlet shall be the same class as is used for the curb and sidewalk. The provisions of Section 51-1.1813, "Class 1 Surface Finish," of the Standard Specifications, are modified as follows: In lieu of the provisions of the first sentence of the second paragraph requiring sanding, the surfaces to receive a Class 1 Surface Finish shall be finished with a neat cement wash or with a brush coat or surface film of thin cement mortar composed of one part portland cement and one part of fine sand that will pass through a No. 16 sieve. The contract unit price paid for minor structures shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in constructing the minor structures complete in place, including structure excavation and structure backfill, furnishing and placing bar reinforcing steel and miscellaneous iron and steel (including metal frames and covers, and frames and grates), furnishing and placing sacked filter material for weepholes, and doing all the work necessary to construct the minor structures complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions,and as directed by the Engineer. 10-1.18 MISCELLANEOUS CONCRETE CONSTRUCTION Concrete curbs, sidewalks, gutter depressions, valley gutters,island paving, curb ramps, ditches and driveways shall conform .to the provisions in Section 73, "Concrete Curbs and Sidewalks," of the Standard Specifications, except as modified herein. 196 t The second paragraph of Section 73-1.01, "Description," of the Standard Specifications is amended to read: Such work shall be constructed of minor concrete conforming to the provisions in Section 90-10, "Minor Concrete," except as follows: Except for valley gutter construction, Class 3 concrete (min. 505 lbs of cementious material per cubic yard) shall be used for all miscellaneous concrete work. Class 2 concrete (min. 590 lbs of cementious material per cubic yard) shall be used for valley gutters. The maximum size of aggregate used for miscellaneous concrete. construction shall be 1 inch.. Where sidewalk is to be constructed.immediately adjacent to new concrete curb, the curb and sidewalk shall be.constructed monolithically: No deviation in shape and. design of curb ramps and driveways with sidewalk from the standard plans will be allowed, unless such deviations are noted on the construction plans. The contractor shall utilize screed boards or templates to guide the casting of the curb ramps and driveways with sidewalk to the dimensions 'shown on the appropriate standard plan or construction plan. Free forming of these facilities will not be allowed. Conforms with existing concrete shall be 'sawcut. After sawcutting, concrete shall be cleaned. The concrete may be cleaned by abrasive blast cleaning or other methods approved by the Engineer. Repairs shall be made by removing and replacing the entire unit between joints. Full compensation for sawcutting existing concrete curbs, sidewalks, driveways, and curb ramps shall be considered as included in the contract unit.prices paid for minor concrete and no separate payment will be made therefor. Aggregate subbase or aggregate base for miscellaneous,concrete shall conform to Section 25, "Aggregate Subbases," and Section 26, "Aggregate Bases," respectively, of the Standard Specifications. If this contract includes a separate pay item for aggregate base or aggregate subbase, the quantities of aggregate base and aggregate subbase placed under concrete curbs, sidewalks, driveways,depressions and curb ramps will be measured and paid for as sidewalk. When constructing new curb, sidewalk or driveway adjacent to existing curb, sidewalk or driveway, the Contractor shall dowel the existing concrete to the new concrete with #4 reinforcing bars as per County Standard Plan CA74i. Two.!No. 4 bars shall be used to dowel new curb to existing curb, otherwise #4 bars shall be spaced at 3 foot maximum intervals in doweling new and existing concrete. Embedment shall be 6 inches minimum into both the new and existing concrete. Full compensation for doweling into existing concrete, and dowels, shall be considered as included in the contract prices paid for minor concrete and no additional compensation will be allowed therefor. The lengths of curbs at structures, designated as aprons and transitions on the plans,will not be measured. Full compensation for aprons and transitions'shall be considered as included in the contract unit prices paid for minor structures and no separate payment will be made therefor. 197 J Driveways, curb ramps and sidewalks which are contiguous with curb will be measured from a point 6 inches behind the face of curb. Curbs shall include curb transitions and depressions along driveways and curb ramps. Driveways and curb ramps will be paid for as minor concrete(sidewalk). No deduction in quantities of minor concrete (sidewalk) will be made for utility covers and portions of inlets behind the projected back of curb line. The fourth paragraph of Section 73=1.05, "Curb Construction," shall apply. Expansion joints will be required. In lieu of the provisions in Sections 73-1.07, "Measurement," and 73-1.08, "Payment," of the Standard Specifications,measurement and payment for miscellaneous concrete construction will be made in units as specified in the bid proposal. CURB RAMP DETECTABLE WARNING SURFACE (NEW INSTALLATION) Curb ramp detectable warning surface shall consist.of raised truncated domes installed on curb ramps in conformance with the details shown on the plans and these special provisions. Detectable warning surface shall be prefabricated tiles set directly in newly poured concrete. Surface applied tiles or stamped into surface detectable warning surfaces shall not be allowed. The color of the detectable warning surface shall be yellow conforming to Federal Standard 59513, Color No. 33538. Prefabricated detectable warning surface shall be in conformance with the requirements established by the Department of General Services, Division of. State Architect and be installed in conformance with the manufacturer's recommendations. The finished surfaces of the detectable warning surface shall be free from blemishes. Cast-in-place detectable warnings shall be Armor-Tile Cast In Place Tile Systems, manufactured by Engineered Plastics, Inc., Williamsville, New York (800-682-2525, www.armor-tile.com), or approved equal in accordance with the Standard Provisions. The manufacturer shall provide a written 5-year warranty for prefabricated detectable warning surfaces, guaranteeing replacement when there is defect in the dome shape, color fastness, sound-on-cane acoustic quality, resilience, or attachment. The warranty period shall begin upon acceptance of the contract. Full compensation for furnishing and installing curb ramp detectable warning surfaces shall be considered as included in the various contract prices paid for minor concrete and no separate payment will be made therefor. 10-1.19 TRAFFIC STRIPES AND PAVEMENT MARKINGS Traffic stripes and pavement markings shall conform to the provisions in Section 84, "TRAFFIC STRIPES AND PAVEMENT MARKINGS," of the Standard Specifications and these special provisions. Thermoplastic striping may be applied using/sand cart methods. The first paragraph of Section 84-2.05, "Measurement," of the Standard Specifications is amended to read: 198 i Thermoplastic traffic stripes will be measured by the linear foot"of traffic detail, without deductions for grips in broken traffic stripes, regardless:of the number of individual stripes comprising the detail (e.g. Detail 29 placed.,between Station 1+00 and Station 2+00 will be measured as 100 linear feet even though it consists of 400 linearfeet of stripe). Section 84-2.06, "Payment," of the Standard Specifications is amended to read: The contract prices paid per linear foot for thermoplastic stripe details designated in the Engineer's Estimate and per square foot for''thermoplastic pavement markings shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in applying thermoplastic traffic stripes, pavement markings and pavement markers, complete in place, including alignment for stripes and layout work, as 'shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer.. Thermoplastic traffic stripes (traffic line's) and pavement markings shall be applied in conformance with.the provisions in Section 84, "Traffic Stripes and Pavement Markings," of the Standard Specifications and these special:provisions. Thermoplastic material shall be free of;lead and chromium, and shall conform to the requirements in State Specification PTH-02ALKYD. Retroreflectivity of the thermoplastic traffic stripes and pavement markings shall conform to.the requirements in ASTM Designation: D 6359-99. White thermoplastic traffic stripes and pavement markings shall have a minimum initial retroreflectivity of 250 mcd m z lx�. Yellow thermoplastic traffic stripes and pavement markings shall.have a minimum initial retroreflectivity of 150 mcd m-2 ]x-1. Where striping joins existing striping, as shown on the plans, the Contractor shall begin and end the transition from the existing striping pattern into or from the new striping pattern a sufficient distance to ensure continuity of the striping pattern. Thermoplastic material for traffic stripes shall be applied at a minimum rate of 0.20-1b/ft. The minimum application rate is based on a solid stripe of 4 inches in width. Thermoplastic-;traffic stripes shall be applied at the minimum thickness and application rate as specified below. The minimum application rate is based on a solid stripe of 4 inches in width. Minimum Minimum Stripe Application Rate Thickness (lb/ft) (inch) 0.079 0.27 Thermoplastic: traffic stripes and pavement markings shall be free of runs, bubbles, craters, drag mark's, stretch marks,.and debris. At the option`of the Contractor, permanent traffic striping and pavement marking tape conforming to the provisions in "Prequalified and Tested Signing and Delineation Materials" of these special provisions may be placed instead of the thermoplastic traffic stripes and pavement markings specified herein. Permanent tape, if used, shall be installed in conformance with,the manufacturer's specifications. 199 If permanent tape is placed instead of thermoplastic traffic stripes and pavement markings, the tape will be measured and paid for by the linear foot as thermoplastic traffic stripe and by the square foot as thermoplastic pavement marking. 10-1.20 PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "PAVEMENT MARKERS," of the Standard Specifications and these special provisions. Retroreflective pavement markers shall be marked as abrasion resistant on the body of the markers. The Contractor shall furnish the Engineer certificates of compliance for the pavement markers in conformance with the provisions in Section 6-1.07, "Certificates of Compliance,"of the Standard Specifications. Sections 85-1.08, "Measurement," and 85-1.09, "Payment," of the Standard Specification are modified by the following: Full compensation for pavement markers which are shown on traffic stripe details shall be considered as included in the contract prices paid per linear foot for traffic stripe details and no separate payment will be made therefor. Pavement markers which are not shown on traffic stripe details will be measured and paid for in accordance with Sections 85-1.08 and 854.09 of the Standard Specifications. 200 AppEN�[CES 39-4.03F STATISTICAL EVALUATION General • Determine a lot's composite quality factor, QFC, and the individual quality factors, QFQC;.. Perform statistical evaluation calculations to determine these quality factors based on quality control test results for: 1. Aggregate gradation .2. Asphalt binder content. 3. Percent of maximum theoretical density • The Engineer grants a waiver and you must use 1.0 as the individual quality factor for percent of maximum theoretical density, QFQC5, for HMA paved in: 1. Areas where the total paved thickness is less than 0.15 foot 2.' Areas where the total paved thickness is less than 0.20 foot and a 3/4-inch grading is specified and used 3. Dig outs 4. Leveling courses 5. Detours notpart of the finished roadway prism 6. Areas where,in the opinion of the Engineer, compaction or compaction measurement by conventional methods is impeded Statistical Evaluation Calculations • Use the Variability-Unknown / Standard'Deviation Method to determine the percentage of a lot not in compliance with the specifications. The number of significant figures used in the calculations must comply-with AASHTO R-11, Absolute Method. • Determine the percentage of work not in compliance with the specification limits for each. quality characteristic as follows: 1. Calculate the arithmetic mean(X) of the test values Ex X=— n where: x= individual test values n= number of test values 2. Calculate the standard deviation • where: j(x2) sum of the squares of individual test values (ZX)2 = sum of the individual test values squared n= number of test values 3. Calculate the upper quality index (Qu) /� _ USL- X Qu S where: USL = target value plus the production tolerance or upper specification limit s = standard deviation X arithmetic mean 4. Calculate the lower quality index(QL); X - LSL where: LSL= target value minus production tolerance or lower specification limit S = standard deviation X = arithmetic mean 5. From the table, Upper Quality Index QU or Lower Quality Index QL, of this Section 39- 4.03F, "Statistical Evaluation", determine Pu; where: PU= the estimated percentage of work outside the,USL. PU= 0, when USL isnot specified.. 6. From the table,Upper Quality Index QU or Lower Quality Index QL, of this Section 39-- 4.03F, "Statistical Evaluation," determine PL; where: PL= the estimated percentage.of work outside the LSL. PL =0, when LSL is not specified. 7. Calculate the total estimated percentage of work outside the USL and. LSL, percent defective Percent defective = PU+PL • Pu and PL are determined from: A S Pu Upper Quality Index.-Qu or Lower Quality Index QL or Sam le Size(n) P1, 5 6 7 8 9 10-11' 12-14 15-17 18-22 23-29 30-42 43-66 1 >66 0 1.72 1.88 1.99 2.07 2.13 2.20" 2.28 2.34 2.39 •2.44 2.48 2.51 2.56 1 1.64 1.75 1..82 .1.88 1.91 1.96 2.01 2.04 2.07 2.09 2.12 2.14 2.16 2 1.58 1.66 : 1.72 135 1.78 1.81 1.84 1.87 1.89 1.91 1.93 1.94 1.95 3 1.52 1.59 ' 1.63 1.66 1.68 1.71 1.73 1.75 1.76 '1.78 1.79 1.80 1.81 4 1.47 1.52 ., 1.56.. 1.58 1.60 1.62'' 1.64 1.65 1.66 1.67 1.68 1.69 1.70 5 1.42 1.47 1.49 1 1.51 1.52 1.54 1:55 1.56 1..57 1.58 1.59 1.59 1.60 6 1.38 1.41 1.43 . 1.45 1.46 1.47, 1.48 1.49 1.50 '1.50 1.51 1.51 1.52 7 1.33 1.36 1.38 1.39 1.40 . 1.41 1.41 1.42 1.43 1.43 1.44 .1.44 1.44 8 1.29 1.31 1.33 1.33 1.34 1.35 1.35 1.36- 1.36 1.37 1:37 1.37 1.38 9 1.25 1.27 . 1.28 1.28 1.29 1.29 1:30 1.30 1.30 1.31 1.31 1.31 1.31 10 1.21 1.23 1.23 1.24 1.24 1.24.1 1.25 1.25 1.25 1.25 1.25 1.26 1.26 11 1.18 1.18 , 1.19 1.19 1.19 1.19 1.20 1.20 1.20 1.20 1.20 1.20 1.20 12 1.14 1.14 1.15 1.15 1.15 1.15 1.15 1.15 . 1.15 •1.15 1.15 1.15 1.15 13 1.10 1.10 1.10 1:10 1.10 1.10 1.11 1.11 1.11 1.11 1.11 1.11 1.11 14 1.07 1.07 1.07 1.06 1.06. 1.06 1.06 1.06 1.06 1.06 1.06 1.06 1.06 15 1.03 1.03 1.03 1.03 1.02 1 1.02 1.02 1.02 1.02 1.02 1.02 1.02 1.02 16 1.00 0.99 . 0.99 0.99 0.99 0.98 : 0.98 0.98 0.98 0.98 0.98 0.98 0.98 17 .0.97 0.96 . 0.95 0.95 0.95 0.95 0.94 0.94 0.94 0.94 0.94 0.94 0.94 18 0.93 0.92 0.92 0.92 0.91 0.91 0.91 0.91 0.90 0.90 0.90 0.90 0.90 19 0.90 0.89 0.88 0.88 0.88 0.87 0.87 0.87 0.87 0.87 0.87 0.87 0.87 20 0.87 1 0.86 0.85 0.85 0.84 0.84 0.84 0.83 1 0.83 0.83 1 0.83 0.83 0.83 210.84 0.82 0.82. 0.81 0.81 0.81 ; 0.80 0.80 0.80 0.80 0.80 0.80 0.79 22 0.81 0.79 0.79 0.78 0.78 0.77 0.77 0.77 0.76 0.76 0.76 0.76 0.76 23 0.77 0.76 0.75 035 0.74 0.74 0.74 0.73 0.73 0.73 0.73 0.73 0.73 24 0.74 0.73 0.72 0.72 0.71 0.71 0.70 0.70 0.70 0.70 0.70 0.70 0.70 25 0.71 0.70 0.69 0.69 0.68 0.68 0.67 0.67 0.67 0.67 0.67 0.67 0.66 26 0.68 0.67 0..67 0.65 0.65 0.65 :: 0.64 0.64 0.64 0.64 0.64 0.64 0.63 27 .0.65 0.64 0.63 . 0.62 0.62 0.62 0.61 . 0.61 0.61 0.61 0.61 0.61 0.60 28 0.62 0.61 0.60 0.59 0.59 0.59 . 0.58 0.58 0.58 0.58 0.58 0.58 0.57 29 0.59 0:58 0.57 0.57 0.56 0.56 % 0.55 0.55 0.55 0.55 0.55 0.55 0.54 30 0.56 0.55 : 0.54 .0.54 0.53 0.53 0.52 0.52 0.52 0.52 0.52 0.52 0.52 31 0.53 0.52 0.51 0.51 0.50 0.50 0.50 0.49 0.49 0.49 0.49 0.49 0.49 32 0.50 0.49 :0.48 . 0.48 0.48 0.47 0.47, 0.47 0.46 0.46 0.46 0.46 0.46 33 0.47 0.48 0.45 0.45 0.45 0.44 0.44 0.44 0.44 0.43 0.43 0.43 0.43 34 0.45 0.43 0.43 0.42 0.42 0.42 0.41 0.41 0.41 0.41 0.41 0.41 0.40 35 0.42 0.40 0.40 0.39 0.39 0.39 „ 0.38 0.38 0.38 0.38 0.38 0.38 0.38 36 0.39 0.38 . 037 .0.37 0.36 0:36 ' 0.36 0.36 0.36 0.360.36 0.36 0.36 37 0.36 0.35 0.34 0.34 0.34 0.33 0.33 0.33 0.33 0.33. 0.33 0.33 0.32 38 0.33 0.32 .0.32 0.31 0.31 0.31 0.30 0.30 0.30 0.30 0.30 0.30 0.30 39 0.30. 0.30 : 0.29 0.28 0.28 0.28 , 0.28 0.28 0.28 0.28 0.28 0.28 0.28 40 0.28 0.25 0.25 0.25. 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 0.25 41 0.25 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 42 0.23 0.20 0.20 0.20 0.20 . 0..20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 43 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 0.18 . 0.18 44 0.16 0.15 0.15 0.15 0.15 0.15 . 0.15 0.15 0.15 0.15 0.15 . 0.15 0.15 45 0.13 0.13 0.13. 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 0.13 46 0.10 .0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 0.10 47 0.08 0.08 0:08 . 0.08 0.08 0.08 0.08 0.08 . 0.08 0.08 0.08 0.08 0.08 48 0.05 0.05 0.05 0.05 0.05 0.05 ' .0.05 0.05 0.05 0.05 0.05 0.05 0.05 49 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00. 0.00 0.00 0.00 0.00 0.00 . 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1. If the value of Qu or Q�does not correspond to a value in the table,use.the next lower value. 2. If QU or Qt,are negative-values,Pt,or PL is equal to 160 minus the table value for Pt,or PL. s Quality Factor Determination • Determine individual quality factors, QFQc;, using percent defective =PU+PL and: Quality Factors Maximum Allowable Percent Defective(PL,+PL) Quality Sample Size(n) Factor 5 1 6 7 1 8 9 10-11 1 12-14 15-17 18-22 23-29 13042 43-66 1 >66 1.05 0 0 0 0 0 0 0. 0 0 0 1.04 0 1 . 3 5 4 4 4, 3 3 3 3 1.03 0 2 4 6 8 7 7 6 5 5 4 4 1.02 1 3 6 .9 11 10 9 8 7 7 6 6 1.01 0 2 5 8 11 13 12 11 10 9 8 8 7 1.00 22 20 18 17 16 15 14 13 12 11 10 9 8 0.99 24 22 20 19 18 17 16 15 14 13 11 10 9 0.98 ..26- = 24 22 21 20 19 18 16 15 14 13 12 10 0.97 28 26 24 23 22 21 19 18 17 16 14 13 12 0.96 30 28 26 25 24 22 21 19 18 17 16 14 13 .0.95 32 29 28 26 25 24 22 21 20 18 17 16 14 0.94 33 31 29 28 27 25 24 22 21 20 18 17 15 0.93 35 33 31 29 28 27 25 24 ' 22 21 20 18 16 0.92 37 34 32 31 30 28 27 25 24 22 21 19 18 0.91 38 36 34 32 31 30 28 26 25 24 22 21 19 0.90 39 37 35 34 33 31 29 28 26 25 23 22 20 0.89 41 38 37 35 34 32 31 .29 28 26 25 23 21 0.88 42 40 38 36 35 34 32 30 29 27 26 24 22 0.87 43 41 39 .38 37 35 33 .32 30 29 27 25 23 0.86 45 42 41 39 38. 36 34 33 31 30 28 26 24 0.85 46 44 42 .40 39 38 36 34 33 31 29 28 25 0.84 47 45 43 42 40 39 37 35 34 32 30 29 27 0.83 49 46 44 43 42 . 40 38 36 35 33 31 30 28 0.82 50 47 46 44 43 41 39 38 36 34 33 31 29 0.81 51 49 47 45 44 42 41 39 37 36 34 32 30 0.80 52 50 48 46 45 44 42 40 38 37 35 33 31 0.79 54 51 49 48 46 45 43 41 39 38 36 34 32 0.78 55 52 50 49 48 46 44 42 41 39 37 35 33 0.77 56 54 52 50 49 47 45 43. 42 40 38 36 34 0.76 57 55 53 51 50 48 46 44 43 41 39 37 35 0.75 58 56 54 52 51 49 1 47 46 44 42 40 38 36 60 57 55 53 52 51 48 47 45 43 41 40 37 61 58 56 55 53 52 50 48 46 44 43 41 38 Reject 62 59 57 . 56 54 53 51 49 47 45 44 . 42 39 63 61 58 57 55 54 52 50 48 .47 45 43 40 64 1 62 60 58 1 57 55 53 1 51 . 1 49 1 48 46 44 41 Reject Values Greater Than Those Shown Above Notes: 1. To obtain a quality factor when the estimated percent outside specification limits from table,"Upper Quality Index Qu or Lower Quality Index QL,"does not correspond to a value in the table,use the next larger value. Compute the composite of single quality factors, QFC, for a lot using: 5 . QF(,, - Jwi QF QC, where: QFC= the composite quality factor for the lot rounded to 2 decimal places. i QrQc",= the quality factor for the individual quality characteristic. W= the weighting factor listedin the table HMA Acceptance—QC/QA, r= the quality characteristic indexnumber in the table HMA Acceptance — QC /QA. 4 a ENCROACHMENT PERMIT APPLICATION STREET RIGHT-OF-QUAY �'of Department of Public Services MeAmend - Engineering Division 1401 Marina Way South Richmond, CA 94804 Tel: 510-307-8091 Fax: 510-307-8116 TODAY'S DATE: STREET CUT BOND: YES NO LOCATION OF PROPOSED WORK: DESCRIPTION OF PROPOSED WORK ATTACH FOUR(4)COPIES OF DESCRIPTIVE MAPS OR PLANS ESTIMATED BEGINNING DATE: ESTIMATED ENDING DATE: Permit holder agrees to comply with the conditions of the General Permit pursuant to this application and with provisions of all applicable laws, codes and ordinances. Permit holder also agrees, at no expense to the City,. to clean up and legally dispose of any materials/wastes(hazardous/non-hazardous)that may be generated by or discharged to the environment by said permit holder. Permit holder further agrees to save, indemnify and keep harmless, the City of Richmond and its officers, employees and agents against all liabilities,judgments, costs and expenses which may in any manner, accrue against the City in consequence of the granting of a permit or from the use or occupancy of street right-of-way, or other property of virtue thereof. APPLICANT NAME: ADDRESS: CITY/ST/ZIP: TELPHONE#: CELLULAR #: FAX #: STATE CONTRACTORS LICENSE NO.: CITY BUSINESS LICENSE NO.: PERMIT FEE: $ BOND FEE: $ PRINT YOUR-NAME: SIGNATURE OF APPLICANT: a ' a City of Richmond Engineering Division 1401 Marina Way South Richmond,CA 94804 Phone(510)307-8091 /Fax(510)307-8116 Encroachment Permit Conditions EP# Location: Company: Applicant's Name: ANY EXPIRED PERMIT WILL REQUIRE A NEW ENCROACHMENT PERMIT GENERAL CONDITIONS 1. Work shall be done in accordance with the City's standard specifications and plans. 2. Provide AC Transit with information for re-route. (510)891-4839 or(510)891-4734 3. No parking signs must be installed 24 hours in advance. 4. Replace broken or damaged curb,gutter and/or sidewalk per standard specifications for concrete work. Replace sidewalk by sawcutting at the nearest joint. Note: All sidewalk work outside the encroachment permit area requires a sidewalk permit. 5. Traffic control must be in place prior to start of work. No traffic cones are to be left overnight. Barricades with flashers are to be used. 6. No lane closures are permitted when it is raining or when the roads are slick. 7. WEEKEND OR HOLIDAY work requires two working days written notice for approval;hours are between 8:30 a.m.and 6 p.m. 8. WEEKDAYS construction activities shall be limited between the hours of 7:00 a.m.and 7:00 p.m. 9. Driveways(business,apartments,homes,side streets)must not be closed but are to have access at all times. 10. Applicant is responsible for replacing any damaged traffic loops during construction. 24 hour replacement requirement on vehicle detection loops and repair of street lighting and traffic signals. 11. Replace all damaged striping and traffic markers. 12. All trench plates shall be flush mounted with a non-skid surface and must be tac welded. 13. Backfill and replace A/C paving per standard specifications for utility trenches(green book). 14. Finished ground around work area should be smooth without tripping hazards. 15. Use Best Management Practices(BMP)to comply with the City of Richmond Stormwater Management Discharge and Control Ordinance. Construction activities,including trenching and pavement repair work will be limited when rain is forecasted within five days. Supply a recovery system for saw cut waste and sweep all streets daily. 16. Potholing is recommended at all utility crossings regardless of size and type of facility. However,potholing shall be performed at all utility crossings with water lines 12"or larger in diameter,gas lines 4"or larger,sewer lines 8"or larger,storm drain lines 30"or larger,electrical lines of 110v or larger al ng with other high risk utilities. All potholing shall be within the trench line. Furthermore, on all arterial and collector streets utilities'shall be potholed by a non-destructive method. All destructive potholing sites shall be backfilled per City Standard. 17. Report all utility line breaks to the Public Services.Department at(510)307-8091 as well as the utility company. 18. All streets that have had pavement restorations,rehabilitation slurry seals or reconstructive work performed on them within the last five years shall be resurfaced from lane line to lane line or beyond as directed by the Engineering Division(e.g.the whole cul-de-sac). All pavement.striping,legends and markers shall be replaced in kind. In case of slurry seal the aggregate for the required latex emulsified asphalt slurry seal(QT-QC)shall consist of Table Mountain or other rock similar in color and nature(Black)to match the existing. 19. Issuanceof the encroachment permit for this construction shall constitute a Notice to Proceed as required in the Franchise Agreement. 20. Applicant must call the Engineering Division Inspector to request an open trench inspection prior to backfilling. 21. Door hanger notice shall be distributed no sooner than 72 hours and no later than 24 hours. 22. Contact the Engineering Division at(510)307-8091 or call the City Inspector 48 hours prior to the start of construction. 23. The Applicant shall designate in writing before starting work,an authorized representative who shall have the authority to represent and act for the Applicant. Failure of the authorized representative to be present at.the jobsite at all times when work is in progress will be considered as failure on the part of the Applicant to provide adequate supervision and work will be suspended until a representative is present. Page 1 of 2 s EP# .24. All utility markings and construction signs are to be removed when project is completed. ' 25. Whenever multiple trenches are dug for laterals,the area within 10 feet of one lateral to the other should be ground and repaved. Asphalt section must match existing,but not less than 6"aggregrate base and 2"AC. 26. T-cut of 12"on all sides of trench is required. Sawcuts are to be in straight lines and overcut should be properly sealed at comers. 27. Whenever a trench line is within 6 feet of gutterlip a repaving to gutterlip is required. 28. Pavement condition index will guide the necessity of rehabilitation of pavement. Contact the Engineering Division at(510)307-8091 for information on P.C.I. 29. Additional conditions will apply for streets above 75 P.C.I. 30. Contact USA North two(2)working days before digging. 1-800-227-2600 SPECIAL CONDITIONS ❑ Obtain permit from Richmond Fire Department(510)307-8031. ❑ Demolished curb returns must be replaced with a handicap ramp as per City Standard Plans. ❑ Traffic control must be in place prior to start of work. No traffic cones are to be left ovemight. Barricades with flashers are to be used. Plan must comply with the most current Caltrans Traffic Controls for Construction and Maintenance Work Zones. ❑ Provide a detailed traffic control plan for each stage of construction for Engineering review and approval. A person who is certified by ITS,ATSSAD, State Dept.of Transportation(Caltrans)for operation of work zone traffic control shall prepare the traffic control plan. The traffic control plan shall be submitted two weeks prior to work. ❑ Traffic control plan must be signed off by both Police Dept.(510)620-6675 and Fire Dept. (510)307-8031. ❑ Approvals from County Health Department must be obtained prior to start of work. (925)646-5225 ❑ . Soil testing reports must be submitted to the Engineering Department prior to backfilling. ❑ Install signs to tell pedestrians that the sidewalk is closed and direct them to use crosswalk. ❑ Comply with Bay Area Air Quality Management District, Federal Clean Air Act and State of California Air Quality Standard. ❑ Comply with California Public Utilities Commission General Order 95 and General Order 128. ❑ Install cleanouts as per City Standard Plans. ❑ Contact West County Sewer District(WCSD)for line location and provide copy of their permit. (510)222-6700 ❑ Contact Stege Sanitary District for line location and provide copy of their permit. (510)524-4668 ❑ Applicant shall submit a detailed soil erosion and sedimentation control plan to protect existing and proposed drainage. ❑ Newly paved street—see attached handout for trench and street paving requirements. ❑ Need to update City Business License.—see cashier(510)620-6738;bring copy or fax to Engineering(510)307-8116 APPLICANT'S SIGNATURE DATE Page 2 of 2 t � N '� s.�D•p1,P► J.� 0 - ;Z&L'C O m boa VY $ o N E Oa T� -C n" Z. '� ~2 a Oop„- rq o CG 17�1i 4J oma,✓ p °- " O,d 7 � D t��1 q u U K Y C!O b W cm ° ruE m ,.q Earn . 0 7pot �fl� a N m D ''d 4Cr 3C NZ O a,N ilw�4 'Z, ©� (� tlD O N -• W m DOH D wd+doN�, d�- �,pN 4//�� � V^ Y WO • Y ,• d� V �d 6 d °d p .G ��m UV OF V�.d N NmpV O�J•n r1� V Y > C'� �l� O'� O d✓ ° 1% �p m y Ga?' oG °yN�oPO p� •N}O u1�0 V U' `fi Y .-, J V '•'+� ' 0 'DO P O ,+a.G E t 00�. N,,.O," 'C_-1 Wq `�c,��--```�rr•�']] .f,,, 4 NW N •3 N U O 4 E G "p L O 3 9 E N t?D �' CG = - � W t ° 4 ✓GO d d m V � O U O m Y .O �9" d d u0W0•.- R Na O'm U m �� . lea » 1•x"}4 Y ;:S V. qV O d yN ,D ,ddN� pa" pq pN it itt ,y 9 9tD D d N d N •6'N d.y,q h � i•' �O- v p✓d u+E" 'IG 'G tl�° upv ✓� Nav`C6�u' dud- P'�IDf � L�- m 0 o 6'1 y d iP Q✓ F9 u iO 'G^T'd 6 a g Y.tl1° 4 d N 7. O 04 d ty h O � u;u do o pq d �o o:✓ 5m pdd>Ed p� 0o o w op` d L. D a two D 3Gmm ND `O'E g3, , 3m�; o p n. G Oda 1.., r4 Q r O o t L 0, 'O'in P 6 N U U t) D hu OdG DO'✓ .n Ti T N .O a� dL ✓T�O`OG EZ V N N m W XO'd0_. E da °9N dV MOL..vd_L K DyN L P`p4 °6 p% d KU PdV L+� A9 0' .•• N ✓ a 0p O n2. b N K N ; E ..O O a C �✓j,l G Y N N 3 O N •3 G 'b` N7.G N 19N DL O Dd N Kb pdp O Ud O, d 1 KO OSG tO01 1 ® N m a o f 6 r' w yp d O r a T °3 yw oo, no �Hp pp:R dN mo- Y m00 ® D u a 00 ® 1 paS, 'N K Y ® ® ® N w p ••9 _nJ.O+ _p`� X �y.o Q .fir c / P 4� . y O •u p, CP r ! � CR O Q .. O• wN N _ m y p OGO V•� D N p LL 0- C, pN, Nau v oo roN � 2 N �i u . Z rn :r iq xN , sai�pA o , O n v W o o m o 0 N d g= ua D v kn j O N / t JJ �L T t� v p V ib • • y. O G . c gla c1 .Q ip W K , O d d 00 Z m. P i O � pA'tfl't ►- c Sip,pLA d Z v cu o �o o O d r W'W W zj �.,,,,•{ Q g. V"' OU) I— o a •'� °- . �E� yE�-vo sv o m o 4'v v o EN omp� Z Q a u-= ca -� Cd r ?= 2 t� CV 4'_-O_� Uy,J ©W •�_ Om Ohm"'# D � Y u EZ #o s,p 5 >„ � s`a+ m m ms.-._ � � 0 W7 #:O E O` D G ON qNm �.L-O � W 7 ��r v }g mY:ogo dE ��#NU 0 N mm O �� N U O 6NdT 7' i•' tJ x' > EC sem+ w vm XL O m1 �✓ qC_•m �U �r � Y m tv" O� W O 7- * P"cmac �5. �mm oo•L°'d wo�c mo oa o �o :%� t'm o c`cu r °oar`- o E 3K � bo NDN 00 oQN DD00 �mc 0 o'ay do dmo 0 °� c� 0 oa mc�.a - oaui Uo ¢ Ew' �•- w c o" '- cc of �uo0E�or a w v.2 m� Yo mo o.q cp. :oms qo °'; .c°- o �Eufo o •`x d u� N Uwt #°°Y qw �'� 0.0 #p q O#mGE Cm0o �� 6u Nd -E N9 p.�d U -V-;i 9 �0. •E7U0 O -in U O O Z 'O- mOOs N m m, O �.O 75 (1 Dy mL„`O= mi my d0 t T N mL NO O V .°+ c x �� OP -mo 00" m E m GD E.- a..•a q ."- 9 d # O. N d d 0 O O D me 6--'c�p owL0 0 OO dm Cqn i°" NL b 40 wn" L U O U mp.o odooL Uu 3c x+m O N N O O 4 U►t ti d a � 'n �t 1 N cO � o- O r1 v z Z N dt cl 6 "•iN 4AL4.AaD D -60 p O �o' -O T a .$# � �- ~ as ,'"o =`°-N p4.L�'•O i'n "� c Gdp V o p0 4gALo,Ij'eD am 9N cq \ \ O N d • 6 N d � G map n 4 M �CD 5 5 / d Cil p J a pa ` o q mry ( C.t m N QN x c� o Cu1h�dP°^, N i°0 coo Y. V U O- bpm�n ul c c as l�'• a �O N d Y ovoi t im .p U ' d vMy v O ,o o v �a4 yc d sd dr Na dmfs �9p o m urn N> mN o"'v Yr d;va m b p O#y > om o a ih N a V ui i v BID.V o'O D •j .! D .... Q. 1 Z n 4r 019 c a 0 o tl:• ° wm cr- ¢ ZJ Q ✓' Q E � N o o OQL "u �� •NC O d ? � L Y�O P- '�� a s ♦ c{R r w P 'oT Ea^' ° oc 4 Uxz a7 cck/w�'� r '� -y\W" YK, ® 9 N ff ;✓.� ° pa U'D.+ L DU n� P. O �F LX ` LL U� dS 4T N n L N P A 9 L m V am u°• o' E � j y y 'L fO�J ys `✓ a L� d✓U � '. NY �1/�x p, N V aQ� i. 0. m= O V O d4 N a �. �U�N w t 0,.:, Or'O E w°O ; and m✓ uGi 3 DN qm OV tlp ✓p L° .- 'Z.J d Z Z x Eu, `E mG, s.m Ny �5a opo .,g?t5tj38 o ,p `p o o'a eV q0 O ✓mU .UL+ °Y yM✓ O Uo m °7 iU 't Oi mo 09 0 7 Uo- `j N u 0- V N 0.° 36•. S b.. V U D... •- TO O�' O� L E U Y O �O _ p u O W 'd V Oq L i Cv h nN O U O0. ���OO h$Lhea�Tu e uUEJavoq ��,co�o v+ NNxNDu,m>•_°w..o-Ca.T;�m-L u naqar s pm.N� :Q;ps✓,r�C pcotl'"mDmCy DV EVOa v_ar"Vq cmV;acdp_x upmP- ✓O m= o 00o Diu UNPd OLNdnuq0' aUL$po M6e 3' c zaQ & m c U nE vm cN :�� mvnm Ca NM d• osm �T Qu �� G'x d° a•°.5,3; •° o~ a b$`a $d Qy. up Ou�L' DG �p P`L L' ES,✓ p,u �� p'•P �� .5,3; t0 G m o cc E 04 o Nq.L+ xO 7t J13D m O r p U Cl N, do o p O q a N 10 rn D L W N d Z mo o � � o �C O ✓ptl W i � ? NN -!In I �•� LLW a O W N D O Z m W JD O LLQ U1 � S ' V n OG10 0 h2 q O NO C 7 n y 'UO rn m h u co.�in :n o o u.! 0. tl �"Z a ° W Z ✓n r t, � U3W OZ 0.0 •o a J � V Q tlr O� Jd O 111 n Y V U` N VN bVi u h� OZ D d 4 J i q av- 02 oN �4a L � o No MOPD. u w ,p W oa o UD ` um < OC an W °D V yC io 4{ k: U riX Ko L Y f r v o a •o, 4 a o W c ✓n °Llo. y• N V GZ Y ° L d o N �<' '-ao ao V ip d 1 � q� E d Io u m r tuia - i: o.�• U "'', o to in Ul m Wti " � r og o N n {J1 W r N c m c 11 STD.PLAN CA73i w o �z v o u �a a a N do n iu n E��p U �N6} U <<a w� Z a`L_ L Occ au ZOE R ZJLLIg ni.t cAEG o` w o x �Vi tiV °U Oc s ^;4c N»Y u gaMY O .i J(.� t7 lSrJ38 • yfipp� ua+a m co. u nN;L°tl °mn c0 .,D o. ao LLQ 7d O=♦� w i UaO OC ..tl GrtlilUY YUu CO O-+Utl AE 0* Nw�V N »u oa n`ao Agga o LLI ciEo _o nE orcvro ca'" o ?o°o 2° C0 at7d z w olpr w s$` s« v. " n ct vY u ay vv Ec-a ° 0 +-�►+ y� -VITY�� ou I.. D -_uU� u�0 CO p..-a yN rte_ C)a. O � � W ht$Yvv �..' otio cc :« u "roa%� n oo oa rni V N B U ° n8 NA9 =O VE °Y i�4A 40° `fN Y.O q,tlN �O 3 Z al LL 3 N J p > _O LY LU O_.E Y AO�T)L a0 6. S GN% Yu�O ...'d✓ W VA 7:�.ON 3 } }j O a7 J `u S c F a � c - x E a WtC N W N W 0 0 «m N y\ z tly u g p F Q N vnn O ° a = = y 4 a Z O en n a G p � < - py N N h � tl 0. O i v � y h u u Yo 0 J LC u r Oj • . nc w`o O f�0 YO C.�I U bo Nz o O W a q C- c I33�r'`-3ZIIS o a a O A � ? m c t u r QUI, L O� O h a w 'a 0 n Z Y J Y N 0 z a Y N 13 STD. PLAN CAM Z U W Y `— Q� O Q Q �:• < a � E o� Nor o..a avo o cr Qar, " . mad uE m;uv QQ JLU gu E- ES= cEo �Q Q� r �z �`$3lS�J]tlz*W S` - cYo v au E `my oco IrW a Z x" r� �aq «�' uta ZOE 5 WN ¢ 5. E•E am O(f)d 0 QQ o a b s U a u a u Y do` oQ'� �3 m: Q .;5o p� u n rn O F Q W o� W �Sg °ods wo 88 ou d T >��v a� a a �U LLIW _ o �a m,%� nt mLo� �a5 �u� Z� �_ m «vE �� OV i m o , BiuE. > > �� «�-'- Nu 'Y�;` oo`.a' nim^« O� Q J i uN aa3 "� c-v v no u��o tdua =moo u anu QQ 5 cNov oc 'n 'N a" cnE' m O U �a wo o y din u o.a os '<nao aoorn f-dE .- n �� w N a m JJw a ~O l��T m N o z o Y a n wl II O w ctu I I u O z U c « I I .W m a n a O Z w j `O U { oZ I I y (a � c w EO o 0 Z W m 8 Z z H m o « 3'o z , Io I o srn� oc" QO O I " oX 3V O ZU) fn 0 UI 9 wn VIO W I-z ZZWL .. O Q' N c '"n I I 3 0 J a o V o' L I _8a rnN a•�v v x cZ O `-`- O a wo Q o I I `O I 3 w rn _ •• ME 0O Z w •. n0 ' Q I Q� z GoW uj n3� Lu K 1f! O av� I 5 a W 01 o owe I I ' J .v) N u y'� I LI w UJ �i fn v-m a I I z Z I I I oc I, w AV w I I ov o I. a uj %% I I fes' W o sKo I . I SII I o I �'• O � o J n I I I I U w rnw I c c u IL *2w 2 oz � e 14 STD. PLAN CU60i UF _ I U : Eo" n9 vc� c `ov ^r o9 y° YCP°� CCa w p �1SPJla • o n N J; a o y ti m « 0 3 v a Ll.l Z i z E0 �o m Zig 5 =p_ . Ery n. ¢ oo Yh OY p Q� o a ho?z oun o� ;dY 06015 ::6na Olt «m�Ya OOz O hH� o u W q5g N t '�° tl1. neo •o11 E >o0a+–or Q o SEH J« 3a >>oE YaOY6 oo? c ;� _cow o'N oo �'ov z_. � o = m V� Z o 0 o m u« a E t m c E.o O m m p o n 3 c N Y c o « o a m Y �„ ._" `° c 6 '�s E E o w Z Y 3N as �b a 1W-• Dyn vu -• o u 000vo oto oc �� a 3 w b Sao 31n o�n3 2�'vuloo n.«�:'0 3« aaf-U— N U �c. u J s•c . e W s W °c ohm a O ` rLm Z 6mE omc U W v m c o` a d' o u U ui C3 my _57; I mz z–►1 3 W ZIn o ui c c w � z o a z u " W " m > z O LiN a o Z C a � - 3 s L U � 6 j „C fA - a W - W 'Nn io a u u p, aN Y W - v` Woro � u F EL i-o W U, o wo 2:1 *o 3 uj V. o ° U L - 00 r " V p Y Y V a^ E.9 o o.. - nu o" o y o uZ 0 in\n a 48 s o ¢ o w 0 = m N a V w O Zr 1, Z < mU .. • VI a W WJH JJJ m a'lo W z^,mF {=� UWa_JQ C Nw� ci N d a sri�v U O W F QUZ~W 7 P 1 U U U H Q U C ��o m"3o�m o go •r�� I ��N�� ao �. L m a�� j ¢ ni��5 a o� � 4iUQ v a "yen gJW�¢ N aG O�UUSZ¢ _ N 165-= O-0 i� iaQi ZW¢_ oQ2 o � <i rims a > 16 s- �ia�'^ezaW U�Y��w� G g a6NZ N�cd�,e ci�x :io3 mu o Ed r N I, „06'00 „94'00 „SZ90,0 w'If o N 00000 0000.000 O max o w 4 0 0 000000 w w z CDLi 000 000 000 00o J I ow --- --. .. .... m� 000 oo 000 oo0 oJJ��=o w U .............................. V1 J 0000 00000 ................. C7 a O O O O 0000000 O 000 00 000000000 BYO o z" 0000 00.000000000 00 , O 00000 000000000 00 rn M I 00000 0000000 0 p 0000 00000 0 ® _II 000 v �. 000 ............................ - �,.i - 000 0. 000 .............................. -. O .............................. LL- C) 000 0 0 00 ° _ ..................... Z wo 0 0 0 0 0 O O 0 0 n I o= � .. < 0 00000 0000. O 0 M J N U-, xN 000000 000000000 00 o Q WLi" ' "' "' """ cl n� 000000 000000000 00 o .. . N O Q a o ..... LAJ cD o i ............................ N O ............................ I..LI w — - W d .9Z9z,L AU „OL9'L .............................. n ----- ................. c� -- — „SLB 1'0 o „9L9L'O. z r Q w a 'dAi .09L'O on zo Q5 0 U o Q< • o � oz�� ?N d >w Q ddo d (/l(W7 d V7 ~ cl Z Q ^w II _11 Q z pp J J O w 0 2 U Q m Q uOSZ 0 m O O W w p Z z (if Z Q O C) Z w W W m V > w p z U ®®®®®®®®®®®®®© a N z3 cw/� o Z 0- V) ww cn ®®®®®®®®®®®®®© l a J J w wu ®®®®®®®®®®®0 0® OJ W U 0 ®®®®®®®®®®®®®® 0 1 V Q Q z 049004900.0000000 . zp � 000000®0000'00® .I �� N 0®49 0 0 0 0 0 0 0 0 0 0 0 p w w o ®®®®®®®;®®®0000 II LZ �z z a 000049000490000 W� 05 cn 00000000000000 =,z wz - dzzp o 000000000®0000 Z 0z x' OU 00000000000000 ='o w -wNw 00 � =p 7 = � J �+ I 000000000000049 S� � o_ �1Aw _J 000®000000®000 I F� �Nw a � OWQOf Q 0000000'®000000 d 0¢z o0 I j Q 0000000®000G�00 a wU a, o Ln CD Z 00000000000000 n. x.55 n: -T- @4900.000000® �, . o.'.a 0421,00 @go.@(Do go go . ---r- 0 Op 0000.00a 0000 c C o o O i m ^ ri ao n n 0 0 ,9Z9Z'l 0/0 ,OZ9'L ® SHOO b L ,.9Z9Z'1 L = o .07.'0 Q "1 07.'0 rA-L z O ¢ g p o F U J V Oto Y o+ 1 r r a\ A W_J Q H y 1 mj - km NO CDJ~aWJ tt VLLJ J< r f 4 - Vl d a g�i•..•� cJ O �rw F QVZHW � ¢ ❑l(�J30� o £v U ���4 I \lai F-QO O i Q� ¢ i��5 v a in i ��Q~O � � J aoW>,"r;mriz o o-'w za o zc� Q C)Q I ti Z Waera z.d z6N a ncii��� 6�c o o Owz i UzpON U �� z W o^vooa z 4 a� i W— °oz Qi �Zpaz�.�z.+L^� w UZi=^v w ¢ �Q3 w� xz� Q I W �>va< W oa_ a o a�zaz o3�3m� ¢ > io ��D oo'�zdaj ��y o JQ=JN o �O - MZ .06'00 "Woo Om90 0 w o 000 0 0000000 J�n � 0 000 0000i�xNz >W H— 000 000 000J l 000 00 0000 Elf ����� O w U 0 n 0000 00000z���N _ 000 000000 o 0000 0000000 ............................................. L17 ............................................. 0 00000 000000000+0 n 000000 00000000 00 00000 000000 O O p O ® Il 0000 0000 0 O ..... ...... 000 ... 000 000 'rf' 0 0 000 �. Z LL- 000 ° 0 0 0 a :::::::............:::::::::::::::::: Q 0000 000 C) � - ! .N 00000 00000 0 0 � M Li i 000000 000000000 00 o Q o � 000000 000000000 00 o 0 C) LLJ ............................................. LL- w „SZ'l dJl ,OL9'L cy- ,SL8l'0 . . ........................................... „SLBI 0 Z �mm 00 U' J I J p w ri z wdJ.l .OSLO oz&o p N ¢Q U w W w C 7 S Gl _ O Z O g W O ',n Of a W w a O IDO W O� x W N Q >W O N d J O L d N M r O Q Z U p w O= O Z U _ It:Z x o O a N o N nw Zli NQ m 1— 0 x J O W O W O W N ^ O 2 U m Q ca 4-1 °'-a I ,OSZ 0 a I O 2 Q w CO OOOOOOOOOOOOo00000000 _ (7 00000000600 000000 Z = z w Z e000eeeeeeeeoeeeeo.eo I o �ii Q Z (D oeoseeeeee000s0000aae w C w In F— eee000eeeeeooeoaooe0o W > mLr) w g W oseoe000ee000a0000000 , 0000eoeeeeeooeee000eo j N o w = a N 000eeeeeoe000000a0000 ZZ C) o w eoeoseeeea0e.ee00.00. _ _ 0000eeeeee00000000000 ,Si CD S OOOOOOOOOOOOOOOOOOBOO ^ 00 J J W V p 000000000000000000000 O W -J 000000000000000000000 Q OM U Q p Q 0000o00eOo0.00.0000a0 I Z I� 000000000000000000000 W M W 000000000.00000000000 Q r' Of � � 0000ee00000000000eooe II ? ®o of ® oee000aoeeooeeaeoo.oa 000000000000000000aoo j o � N 000000000000000000000 Oo00o00o0000000000000 N C) r- a 000000000000000080000 Z p W w O I000000000000000000000 m w Z J osooeoee0eooea000000e W On Z Q eee000eoeoe000aaaaoaa w =W eoe00000000000000000o Z �w eeeoe000eeoe000e00000000ao I o3Z x m¢�Z z_a Z 000000e00000000 � mo OeeeoOooOOO0B00a o� O N O O x U 000000000000000000 S �N� Z 2 �Wm N� 000 00000000000000000 � 0000�p oe00000000000000 �f'' �Nw a in owaOf ooeob0ee000000a00e0oo �d o a� a 00900ee9660e600000000 =w b 0 C!J V � N zz N _ ' aSZ l r «SZ l O p 0/0 ,OL9'L @ SPOO LZCD n q ,SZ9,0-,£ N N „OZ-O „SL£'t „OZ-0 SL£'l Installation Manual Armor-Tile Cast In Place Inline Dome Detectable/Tactile Warning Surface Tile A. During Cast In Place Detectable/Tactile Warning Surface Tile installation procedures,ensure adequate.safety guidelines are in place and that they are in accordance with the applicable industry and government standards. B. The specifications of the structural embedment flange system and'related materials shall be in strict accordance with the contract documents and the guidelines set by their respective manufacturers. Not recommended for asphalt applications. C. The physical characteristics of the concrete shall be consistent with the contract specifications while maintaining a slump range of 4-7 to permit solid.placement of the Cast In Place Detectable/Tactile Warning Surface Tile system. An overly wet mix will cause the tile to float. Under these conditions,suitable weights such as 2 concrete blocks or,sandbags(25 Ib)'shall be placed on each tile. D. Prior to placement of the Cast In Place Detectable/Tactile Warning Surface Tile system,the contract drawings shall be reviewed. E.. The concrete pouring and finishing operations require typical mason's tools,however, a 4'long level with electronic slope readout, 25 Ib.weights,and a large non-marring rubber mallet are specific to the installation of the Cast In Place Detectable/Tactile Warning Surface Tile system. A vibrating mechanism such as that manufactured by Vibco can be employed,if desired. The vibrating unit should be fixed to a soft base such as wood,at least 1 foot square.,, F. The factory-installed plastic sheeting must remain in place during the entire installation process to prevent the splashing of concrete onto the finished surface of the tile. G. When preparing to set the tile,it is important that NO concretebe removed in the area to accept the tile. It is imperative that the installation technique eliminates any air voids under the tile. Holes;in the tile perimeter allow air to escape during the installation process. Concrete will flow through the large holes in each embedment flange on the underside of the tile. This will lock the tile solidly into the cured concrete. H. :The concrete shall be poured and finished true and smooth to the required dimensions and slope prior to the tile placement. Immediately after finishing concrete,the electronic level should be used,to check that the required slope is achieved. The tile shall be placed true and square to the curb edge in accordance with the contract drawings. The Cast In Place Detectable/Tactile WarningSurface Tiles shall be tamped(or_vibrated)into the-fresh concrete to ensure that the field level of the tile is flush to the adjacent concrete surface. The embedment process should not be accomplished by stepping on the tile as this may cause uneven setting which can result in air voids under the tile surface. The contract drawings indicate that the the field level(base of truncated dome)is flush to adjacent surfaces to permit proper water drainage and eliminate tripping hazards between adjacent finishes. I. In cold weather climates it is recommended that the Cast In Place DetectableRactile Warning Surface Tiles be set deeper such that the top of domes are level to the adjacent concrete on the top and sides of ramp and that the base of domes to allow water drainage. This installation will reduce the possibility of damage due to.snow clearing operations. J. Immediately after placement,the the elevation is to be checked to adjacent concrete.-The elevation and slope should be set consistent with contract drawings;to permit water drainage to curb as the design dictates. K. While concrete is workable,a 3/8"radius edging tool shall be used to create a finished edge of concrete,then a steel trowel shall be used to finish the concrete around the tile's perimeter,flush tothe field level of the'tile. L. During and after the tile installation and the concrete curing stage, it is imperative that there is no walking,leaning or external forces placed on the tile that may rock the the causing a void between the'underside of the and concrete. M. Following tile placement,review installation tolerances to contract drawings and adjust tile before the concrete sets. Two suitable weights of 25 lb each shall be placed on.each tile.as necessary to ensure solid contact of the underside of tile to concrete. N. . Following the concrete curing stage,protective.plastic wrap is to belremoved from the tile surface by cutting the plastic with a sharp knife,tight to the concrete/tile interface.If concrete bled under the plastic,a soft brass wire brush will clean the residue without damage to the the surface. O. .If desired,individual tiles can be bolted together using 1/4 inch or equivalent hardware. This can:help to ensure that adjacent tiles are flush to each other during the installation process. Tape or caulking can be placed on the underside of the bolted butt joint to ensure .that concrete does not rise up between the tiles during installation. !'Any protective plastic wrap which was peeled back to facilitate bolting or cutting,should be replaced and taped to ensure that the the surface remains free of concrete during the installation process. P. Tiles can be cut to custom sizes,or to make a radius,using a continuous rim diamond blade in a circular saw or mini-grinder. Use of a straightedge to guide the cut is advisable where appropriate. Q. Any sound-amplifying plates on tfie underside of the tile,which are',dislodged during handling or cutting,should be replaced and secured with construction adhesive: The air gap created between these plates and the bottom of the tile is important in preserving the detectability properties of the Armor-Tile system as required in various jurisdictions. CIP-15 CAST IN PLACE DETECTABLE/TACTILE WARNING SURFACES SECTION 09614 DETECTABLEITACTILE WARNING SURFACES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Special Conditions and Division 1 Specifications Section, apply to this Section. 1.02 DESCRIPTION A. This Section specifies furnishing and installing Cast In Place Detectable/Tactile Warning Surface Tiles where indicated. Not recommended for asphalt applications. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's literature describing products, installation procedures and routine maintenance. B. Samples for Verification Purposes: Submit two(2) tile samples minimum 6"x6"of the kind proposed for use. C. Shop drawings are required for products specified showing fabrication details, composite structural system, tile surface profile, sound on cane contact amplification feature, plans of tile placement including joints, and material to be used as well as outlining installation materials and procedure. D. Material Test Reports: Submit complete test reports from qualified accredited independent testing laboratory's to qualify that materials proposed for use are in compliance with requirements and meet or exceed the properties indicated on the specifications. All tests shall be conducted on a Cast In Place Detectable/Tactile Warning Surface Tile system as certified by a qualified independent testing laboratory and be current within a 24 month period. E. Maintenance Instructions: Submit copies of manufacturer's specified installation and maintenance practices for each type of Detectable Warning Surface Tile and accessory as required. 1.04 QUALITY ASSURANCE A. Provide Cast In Place Detectable/Tactile Warning Surface Tiles and accessories as produced by a single manufacturer with a minimum of three (3) years experience in the manufacturing of Cast In Place Detectable/Tactile Warning Surface Tiles. B. Installer's Qualifications: Engage an experienced Installer certified in writing by Cast In.Place Detectable/Tactile Warning Surface Tile manufacturer as qualified for installation, who has successfully completed installations similar in material, design, and extent to that indicated for Project. C. .Americans with Disabilities Act (ADA): Provide Surface Applied Detectable/Tactile Warning Surface Tiles which comply with the detectable warnings on walking surfaces section of the Americans with Disabilities Act (Title III Regulations, 28 CFR Part 36 ADA STANDARDS FOR ACCESSIBLE DESIGN, Appendix A, Section 4.29.2 DETECTABLE WARNINGS ON WALKING SURFACES). D. California Code of Regulations(CCR): Provide only approved DSAAC detectable warning products as provided in the California Code of Regulations(CCR)Title 24, Part 2, Section 205 definition of"Detectable Warning". Section 1117A.4 and 11276.5 for"Curb Ramps"and Section 1133B.8.5 for"Detectable Warnings at Hazardous Vehicular Areas". E. Vitrified Polymer Composite(VPC) Cast In Place Detectable/Tactile Warning Surface Tiles shall be an epoxy polymer composition with an ultra violet stabilized coating employing aluminum oxide particles in the truncated domes. The tile shall incorporate an in-line pattern of truncated domes measuring nominal 0.2" height, 0.9" base diameter,.and 0.45"top diameter, spaced center-to-center 2.35" as measured on a diagonal and 1.67" as . measured side by side. For wheelchair safety the field area shall consist of a non-slip surface with a minimum of 40-90' raised points 0.045" high, per square inch; "Armor-Tile" as manufactured by Engineered Plastics Inc., Tel: 800-682-2525, or approved equal. ADA Cast In Place Tactile Tiles February 2006 1. Dimensions: Cast In Place Detectable/Tactile Warning Surface Tiles shall be held within the following dimensions and tolerances: Specifiers Note:Edit section below by selecting desired length and width. Delete non-relevant dimensions. Length and Width: [12x12] [24x24] [24x36] [24x48] [24x60] [36x48] [36x60] nominal Depth: 1.375 (1-3/8") (+/-) 5% max. Face Thickness: 0.1875 (3/16") (+/-) 5% max.' Warpage of Edge: 0.5% max. Embedment Flange Spacing: shall be no greater than 3.1" 2. Water Absorption of Tile when tested by ASTM D 570-98 not to exceed 0.05%. 3, Slip Resistance of Tile when tested by ASTM C 1028-96 the combined Wet and Dry Static Co-Efficients of Friction not to be less than 0.80 on top of domes.and.field area. 4. Compressive Strength of Tile.when tested by ASTM D 695-02a not to be less than 28,000 psi. 5. Tensile Strength of Tile when tested by ASTM D638-03 not to be less than 19,000 psi. 6.' Flexural Strength of Tile when tested by ASTM D 790-03 not to be less than 25,000 psi. 7. Chemical Stain Resistance of Tile when tested by ASTM D 54-3-95 (re approved 2001)to withstand without discoloration or staining - 10% hydrochloric acid,;urine, saturated calcium chloride, black stamp pad ink, chewing gum, red aerosol paint, 10% ammonium hydroxide, 1,0/o soap solution, turpentine, Urea 5%, diesel fuel and motor oil. 8. Abrasive Wear of Tile when tested by BYK-Gardner Tester ASTM D 2486-00 with reciprocating linear motion of 37±cycles per minute over a 10"travel. The abrasive medium, a 40 grit Norton Metallite sand paper, to be fixed and leveled to a holder. The combined mass of the sled, weight and wood block is to be 3.21b. Average wear depth shall not exceed 0.060 after 1000,abrasion cycles when measured on the top surface of the dome representing the average of;three measurement locations per sample. 9, Resistance to Wear of Unglazed Ceramic Tile by;Taber Abrasion per ASTM C501-84(re approved 2002) shall not be less than 500. 10. Fire Resistance of Tile when tested to ASTM E 84-05 flame spread shall be less than 15. 11. Gardner Impact to Geometry"GE"of the standard when tested by ASTM D 5420-04 to have a mean failure energy expressed as a function of specimen thickness of not less than 550 in. Ibf/in. A failure is noted when a crack,is visible on either surface or when any brittle splitting is observed on the bottom plaque in the specimen. 12. Accelerated Weathering of Tile when tested by ASTM G 155-05a for 3000 hours shall exhibit the following result—DE <4.5, as well as no deterioration; fading or chalking of surface of tile color No 33538 13. Accelerated Aging and Freeze Thaw Test of Tile!and Adhesive System when tested to ASTM D 1037-99 shall show no evidence of cracking, delamination, warpage, checking, blistering, color change, loosening of tiles or other detrimental defects. 14. Salt and Spray Performance of Tile when tested to ASTM B 117-03 not to show any deterioration or other defects after 200 hours of exposure. '' 15. AASHTO HB-17 single wheel HS20-44 loading"Standard Specifications for Highways and Bridges". The Cast In Place Tile shall be mounted on a concrete platform with a'/2' airspace at the underside of the tile top plate then subjected to the specified maximum load of 10,400 lbs., corresponding to an 8000 Ib individual wheel load and a 30% impact factor. The tile shall exhibit no visible damage at the maximum load of 10,400 lbs. 16. Embedment flange'spacing shall be no greater than 3.1" center to center'spacing as illustrated on the product Cast In Place drawing. 1.05 DELIVERY, STORAGE AND-HANDLING A. Cast In Place DetectablefTactile Warning Surface Tiles shall be suitably packaged or crated to prevent damage in shipment or handling. Finished surfaces.shall be protected by sturdy plastic wrappings to.protect the from concrete residue during installation and the type shall be identified by,part number. B. Cast In Place Detectable/Tactile Warning Surface Tiles shall be delivered to location at building site for storage prior to installation. ADA Cast In Place Tactile Tiles February 2006 1 t 1.06 SITE CONDITIONS A. Environmental Conditions and Protection: Maintain minimum temperature of 40°F in spaces to receive Cast In Place Detectable/Tactile Warning Surface Tiles for at least 24 hours prior to installation, during installation, and for not less than 24 hours after installation. B. The use of water for work, cleaning or dust control, etc. shall be contained and controlled and shall not be allowed to come into contact with the general public. Provide barricades or screens to protect the general public. 1.07 GUARANTEE A. Cast In Place Detectable/Tactile Warning Surface Tiles shall be guaranteed in writing for a period of five (5) years from date of final completion. The guarantee includes defective work, breakage, deformation, fading and loosening of tiles. PART 2 PRODUCTS 2.01 MANUFACTURERS A. The Vitrified Polymer Composite(VPC) Cast In Place Detectable/Tactile Warning Surface Tile specified is based on Armor-Tile manufactured by Engineered Plastics Inc. (800-682-2525). Existing engineered and field tested products, which have been in successful service for a period of three (3) years are subject to compliance with requirements, may be incorporated in the work and shall meet or exceed the specified test criteria and characteristics. B. Color: Yellow conforming to Federal Color No. 33538. Color shall be homogeneous throughout the tile. Tiles are also available in Light Grey(Federal Color No. 26280), Dark Grey (Federal Color No. 36118), Onyx Black (Federal Color No. 17038), Pearl White(Federal Color No. 37875), Brick Red (Federal Color No. 22144), Ocean Blue(Federal Color No. 15187), Ochre Yellow(Federal Color No. 23594), and Colonial Red (Federal Color No. 20109). PART 3 EXECUTION 3.01 INSTALLATION A. During Cast In Place Detectable/Tactile Warning Surface Tile installation procedures, ensure adequate safety guidelines are in place and that they are in accordance with the applicable industry and government standards. B. Prior to placement of the Cast In Place Detectable/Tactile Warning Surface Tile system, review manufacturer and contract drawings with the Contractor prior to the construction and refer any and all discrepancies to the Engineer. C. The specifications of the structural embedment flange system and related materials shall be in strict accordance with the contract documents and the guidelines set by their respective manufacturers. Not recommended for asphalt applications. D. The physical characteristics of the concrete shall be consistent with the contract specifications while maintaining a slump range of 4-7 to permit solid placement of the Cast In Place Detectable/Tactile Warning Surface Tile system. An overly wet mix will cause the tile to float. Under these conditions, suitable weights such as 2 concrete blocks or sandbags (25 Ib)shall be placed on each tile. E. The concrete pouring and finishing operations require typical mason's tools, however, a 4' long level with electronic slope readout, 25 Ib.weights, and a large non-marring rubber mallet are specific to the installation of the Cast In Place Detectable/Tactile Warning Surface Tile system. A vibrating mechanism such as that manufactured by Vibco can be employed, if desired. The vibrating unit should be fixed to a soft base such as wood, at least 1 foot square. F. The factory-installed plastic sheeting must remain in place during the entire installation process to prevent the splashing of concrete onto the finished surface of the tile. G. When preparing to set the tile, it is important that no concrete be removed in the area to accept the tile. It is imperative that the installation technique eliminates any air voids under the tile. Holes in the tile perimeter allow air to escape during the installation process. Concrete will flow through the large holes in each embedment flange on the underside of the tile. This will lock the tile solidly into the cured concrete. ADA Cast In Place Tactile Tiles February 2006 a H. The concrete shall be poured and finished true and smooth to the required dimensions and slope prior to the tile placement. Immediately after finishing concrete, the electronic level should be used to check that the required slope is achieved. The the shall be placed true and square to the curb edge in accordance with the contract drawings. The Cast In Place Detectable/Tactile Warning Surface Tiles shall be tamped (or vibrated) into the fresh concrete to ensure that the field level of the the is flush to the adjacent concrete surface. The embedment process should not be accomplished by stepping on the tile as this may cause uneven setting which can result in air voids under the the surface. The contract drawings indicate that the tile field level (base of truncated dome) is flush to adjacent surfaces to permit proper water drainage and eliminate tripping hazards between adjacent finishes. I. In cold weather climates it is recommended that the Cast In Place Detectable/Tactile Warning Surface Tiles be set deeper such that the top of domes are level-to the adjacent concrete on the top and sides of ramp and that the base of domes to allow water drainage. This installation will reduce the possibility of damage due to snow clearing operations. J. Immediately after placement, the tile elevation is to be checked to adjacent concrete. The elevation and slope should be set consistent with contract drawings to permit water drainage to curb as the design dictates. Ensure that the field surface of the tile is flush with the surrounding concrete and back of curb so that no ponding is possible on the tile at the back side of curb. K. While concrete is workable, a 3/8" radius edging tool shall be used to create a finished edge of concrete, then a steel trowel shall be used to finish the concrete around the tile's perimeter, flushto the field level of the tile. L. During and after the tile installation and the concrete curing stage, it is imperative that there is no walking, leaning or external forces placed on the tile that may rock the tile causing a void between the underside of tile and concrete. M. Following tile placement, review installation tolerances to contract drawings and adjust tile before the concrete sets. Two suitable weights of 25 lb each may be required to be placed on each tile as necessary to ensure solid contact of the underside of tile to concrete. N. Following the concrete curing stage, protective plastic wrap is to be removed from the tile surface by cutting the plastic with a sharp knife, tight to the concrete/tile interface. If concrete bled under the plastic, a soft brass wire brush will clean the residue without damage to the tile surface. O. If desired, individual tiles can be bolted together using %inch or equivalent hardware. This can help to ensure that adjacent tiles are flush to each other during the installation process. Tape or caulking can be placed on the underside of the bolted butt joint to ensure that concrete does not rise up between the tiles during installation. Any protective plastic wrap which was peeled back to facilitate bolting or cutting, should be replaced and taped to ensure that the tile surface remains free of concrete during the installation process. P. Tiles can be cut to custom sizes, or to make a radius, using a continuous rim diamond blade in a circular saw or mini-grinder. Use of a straightedge to guide the cut is advisable where appropriate. Q. Any sound-amplifying plates on the underside of the tile, which are dislodged during handling or cutting, should be replaced and secured with construction adhesive. The air gap created between these plates and the bottom of the tile is important in preserving the sound on cane audible properties of the Armor-Tile system as required in various jurisdictions. 3.02 CLEANING, PROTECTING AND MAINTENANCE A. Protect tiles against damage during construction.period to comply with Tactile Tile manufacturer's specification. B. Protect tiles against damage from rolling loads following installation by covering with plywood or hardwood. C. Clean Tactile Tiles not more than four days prior to date scheduled for inspection intended to establish date of substantial completion in each area of project. Clean Tactile Tile by method specified by Tactile Tile manufacturer. D. Comply with manufacturers maintenance manual for cleaning and maintaining tile.surface and it is recommended to perform annual inspections.for safety and tile integrity. END OF SECTION ADA Cast In Place Tactile Tiles . February 2006 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT PROPOSAL AND CONTRACT FOR YORK STREET PAVEMENT RECONSTRUCTION PROJECT- PROJECT ROJECT PROJECT NO: 0662-6R4263-08 01 �%% cour� FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: May 13,2008 FOR PRE-BID INFORMATION CONTACT:Pete Warden(925)313-2248 FOR PLAN HOLDER'S LIST: Visit the Design Division at the Public Works website, www.co-conti-a-costa.ca.us/depart/piv/ (under"Contractor Info."), or call(925)313-2000. TABLE OF CONTENTS PROPOSAL ................................................... ....................................... l SUBCONTRACT INFORMATION ............................................................... 7 TITLE 23 SECTION 112 NON—COLLUSION AFFIDAVIT .................................... 8 SIGNATURE OF BIDDER ..................... ................................................... 9 SAMPLE BIDDER'S BOND ..............................................................a.......... 10 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT.. 11 VERIFICATION OF PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT .. 12 WARRANTY AND REPAIR AGREEMENT .................................................... 13 SAMPLE CONTRACT ............................................... ............................ 14 SAMPLE PERFORMANCE BOND ..................... ....................................... 18 SAMPLE PAYMENT BOND ........... .......................................................... 19 To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR YORK STREET PAVEMENT RECONSTRUCTION PROJECT Name of bidder Business address Mailing address Business Phone Fax Number Contact To the Board of Supervisors of Contra Costa County: The undersigned, as bidder, declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this proposal is accepted, that he/she will contract with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefore an amount based on the unit prices specified herein below for the various items of work,the total of said work as estimated herein being (Insert total) and the following being the unit prices bid, to wit: 1 Item Bid Item Description Unit Quantity Unit Price Total No. (in Figures) (in Figures) 1 Tow Vehicles EA 5 2 Construction Area Signs LS 1 3 Traffic Control System LS 1 4 Reset Roadside Sign (One Post) EA 4 5 Relocate Chain link Fence LF 15 6 Cold Plane Asphalt Concrete SY 1,950 7 Roadway Excavation F CY 70 8 Aggregate Base Class 2 TON 150 9 Hot Mix Asphalt(Type B) TON 305 10 Base Failure Repair(HMA) SY 160 11 Geos nthetic Pavement Interlayer SY 1,950 12 Minor Structure(Type D Inlet) EA 1 13 Minor Concrete S1-6 Curb LF 337 14 Minor Concrete Sidewalk SF 1,570 15 Minor Concrete(Valley Gutter) SF 385 16 Thermoplastic Traffic Stripe, 12"White LF 15 17 Thermoplastic Pavement Marking SF 6 TOTAL The work for which this proposal is submitted is for .construction in conformance with the special provisions (including the payment of not less than the: State general prevailing wage rates or Federal minimum wage rates),the project plans, including any addenda thereto,the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items,the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in(a) or(b),as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear,or is omitted, or is the same as the amount as the entry in the item total column,then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total,the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be .determined in the discretion of the Agency, and that discretion will be exercised in the manner deemed by the Agency to best protect the public interest in the prompt and economical completion of the work.. - The decision of Agency respecting the amount of a bid, or the existence or treatment of an-irregularity in a bid, shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and. I will comply with such provisions before commencing the performance of the work of this contract. 3 The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California,.therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. It is understood and agreed that the quantities of work under each item are approximate only, being given for a basis of comparison of proposal, and the right.is reserved to the Agency to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. It is further understood and agreed that the total amount of money set forth for each item of work or as the total amount bid for the project, does not constitute an agreement to pay a lump sum for the work unless it specifically so states. It is hereby agreed that the undersigned, as bidder, shall furnish a Payment Bond in an amount equal to one hundred percent of the total amount of this proposal and a Faithful Performance Bond to be one hundred percent of the total amount of this proposal, to the Agency and at no expense to said Agency, executed by a responsible surety acceptable to said Agency in the event that this proposal is accepted by said Agency. If this proposal shall be accepted and the undersigned shall fails to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with'surety satisfactory to the Board of Supervisors and proper evidence of insurance, in accordance with the contract requirements within eight (8) days, not including Saturdays, Sundays, and legal holidays, after the bidder has received notice from the public agency that the contract is ready for signature, the Board of Supervisors.may, in its discretion, award the contract to the next highest bidder and declare the successful bidder's security forfeited, as provided in Public Contract Code section 5106. 4 i I PROPOSAL f All good faith effort documentation must be submitted with the bid or within two (2) working days following the bid opening. I Failure to submit the required good faith effort documentation within two (2) working days following the bid. opening. may render the bid non- responsive. The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting 24 % Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335- 1045. *The MSM percentage figure will vary from project to project depending upon staff's determination of the amount of work appropriate for subcontracting, the availability of subcontractors, and other pertinent factors. Engineer to determine this percentage on a project by project basis. 5 PROPOSAL(CONT.) The contractor agrees, by submission of this proposal, to conform to the requirements of Section 4100 through 4113 of the Public Contract Code. The undersigned, as bidder, declares that he/she has not accepted any bid from any subcontractor or supplier through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the contractor from considering any subcontractor or supplier which is not processed through said bid depository, or which prevent any subcontractor or supplier from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. The following is a complete list of items to be subcontracted, including the subcontractor's name and address, as required. If a portion of any item of work is done by a subcontractor, the value of the work subcontracted.will be based on the estimated cost of such portion of the contract item, determined from information submitted by the contractor, subject to approval by the engineer. . Contra Costa County requires that all subcontractor information shall be submitted at the time of bid opening,no time extension will be allowed to submit this information per Assembly Bill 1092. The Bidder shall list each subcontractor to whom the Bidder proposes to subcontract any item of work, or portion thereof, in excess of one-half of one percent (.50%)'of the total bid or $10,000, whichever is greater in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. 6 D� 'p o� G t v Y� t4 N � � � o Ems"` p G d � .p d v R Y W `V J o E M o E•' %rArOA ca NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID being first duly sworn,deposes and says (Name) that he or she is of (Title, position in Company) (Name of Company) 9 the party making the foregoing bid that the bid isnot made in the.interest of, or on behalf of, any undisclosed person, partnership, company, association, organization; .or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid,or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication,.or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix overhead, profit, or cost element of the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and , further, that the bidder has not, directly or indirectly, submitted his order bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." (Signature of Bidder) State of California ) ' ACKNOWLEDGEMENT(By Individual,Partnership or County of )ss Corporation) On (here insert name and title of the officer), before me, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to. the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Dated: Signature: Name(Typed or Printed) (This area for official notarial seal) For bids exceeding $25,000, accompanying this proposal is a Proposal Guaranty in the amount of Ten(10) Percent of Amount Bid 8 (Cashier's Check, Certified Check or Bidder's Bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. Licensed to do or subcontract all classes of work involved in the project, in accordance with an act providing for the registration of contractors, License No. Class: (Expires ). By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing information is true and correct. Date: (Signature of Bidder) Business address Place of residence Date 20 9 SAMPLE BID BOND Bond No. KNOW ALL BY THESE'PRESENTS: That we, , as Principal, and , a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Ten Percent (10%) of' the amount of the bid Dollars lawful money of the United States of America, for the payment.of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid.for (Project Name) (Project Number) NOW, THEREFORE, if the Obligee,shall accept the bid of the Principal and;the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally contract with another party to perform the work coveredby said bid, if the latter amount be in excess of the former,then this obligation shall be null and void, otherwise to remain in.full force and effect. SIGNED AND SEALED,this day of ; 20 (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) G:\GrpData\Design\CTSPEC\PROPOSAL\SAMBIDB.DOC 5/1/01 10 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street, Martinez, CA 94553 (925)335-1045 Fax(925)646-1353. LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT Name of Prime Contractor Name of Project Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBE WBE SBE LBE _ Subcontractor Subcontractor _ Subcontractor _ Subcontractor Supplier _ Supplier _ Supplier _ Supplier _ Manufacturer Manufacturer _ Manufacturer _ Manufacturer _ Trucker _ Trucker Trucker _ Trucker _ Other _ Other _ Other _ Other Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project (specify in detail the particular work items or parts thereof to be performed): Total Amount Bid to Prime Contractor: $ Signature Position Title Date Name of Person Completing this Form Company Name Phone Number Fax Number G:\GrpData\Design\CTSPEC\PROPOSAL\Itrintent.doc Revised Effective 8/3/2000 ) 1 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez, CA 94553 (925)335-1045 Fax(925)646-1353 VERIFICATION OF.PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT 1. Name of Prime Contractor 2. Name of Project 3. Project Number 4. The undersigned performed work in connection.with the above project as(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture 5. Check the following which may apply. MBE WBE SBE LBE _ Subcontractor _ Subcontractor Subcontractor _ Subcontractor Supplier _ Supplier _ Supplier _ Supplier _ Manufacturer Manufacturer _ Manufacturer _ Manufacturer _ Trucker Trucker _ Trucker _ Trucker _ Sub Consultant _ Sub Consultant _ Sub Consultant _ Sub Consultant _ Other _ Other _ Other _ Other Describe Describe Describe Describe _None of the Above Apply 6. The undersigned has performed the following described work in connection with the above project (specify in detail the particular work items or parts that were performed): 7. Total Bid to Prime Contractor or Consultant: $ 8. Total Amount Received: $ 9. Explain any difference between lines#7 and#8 by attaching a written explanation. 10. Signature Position/Title Date ]1. Name of Person Completing this Form 12. Company Name Phone Number FAX Number G:\GrpData\Design\CTS PEC\PROPOSAL\veri fperf.doc 12 WARRANTY AND REPAIR AGREEMENT To (Agency): The undersigned agrees to repair and/or replace all improvements installed as part of York Street Pavement Reconstruction Project 0662-6R4263-08 Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work of any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, for a period of 12 months after date on which the contract work is accepted by the Agency. The undersigned also agrees to reimburse the Agency, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, if such work is performed by the Agency. Alternatively, upon demand by the Agency, the undersigned further agrees to replace any such material and to repair said work completely without cost to the Agency so that said work will function successfully as originally contemplated. The Agency shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Agency elects to have such work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a'reasonable time after the receipt of demand from the Agency. If the undersigned shall fail or refuse to comply with his obligations under this agreement, the Agency shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. The warranty period on the replaced materials or repaired defects shall commence, for a separate period of 12 months, beginning on the date the repair work is accepted by the Agency. In no event will the warranty period extend beyond three (3) years from the date the original contract work is accepted by the Agency. (Company Name) (Authorized Signature) (Print Name) Date: G:\GrpData\Design\CTSPEC\PROPOSAL\MA1NT.doc 7/30/98 13 SAMPLE CONTRACT(Page 1 of 4) (Contra Costa County Standard Form Construction Agreement) 1.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency-- Contra Costa County Contractor Use complete legal name of Contractor. Effective Date: (see Section 4 for starting date.) (See Sec.3) Project Name Proj.No. located The work consists of all in accordance with the Plans,Drawings,Special Provisions and/or Specifications prepared by or for the Public Works Director/Chief Engineer(cross out one)and in accordance with the accepted Bid Proposal (See Sec.4) Completion Time: ((DELETE ONE OF THE FOLLOWING STATEMENTS.)) (a) By (b) Within working/calendar((circle the appropriate word))days from starting date. (See Sec.5) Liquidated Damages: $ per calendar day. (See Sec.6) Public Agency's Agent: (See Sec.7) Contract Price: $ more or less, in accordance with finished quantities at unit bid prices. ((DELETE TEXT if not unit price bid.)) (See Sec.8) Federal Taxpayer's I.D.or Social Security No. 2. SIGNATURES R.ACKNOWLEDGEMENT. Public Agency,By: Maurice M.Shiu, . Public Works Director Contractor, hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers' Compensation Law, By (Designate official capacity in the business) By: (Designate official capacity in the business) Note to Contractor: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice president;the second signature must be that of the secretary,assistant secretary,chief financial officer or assistant treasurer. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California ) ). ss. County of ) On before me, (here insert name and title of the officer),personally appeared proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. Dated: (Notary's Seal) (Notary Public) 14 3.WORK CONTRACT,CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract,incorporating by these references the material in Section 1,SPECIAL TERMS. (b) Contractor shall, at his own cost and expense, and in a workmanlike manner, fully and faithfully perform and complete the work; and will furnish all materials,labor,services and transportation necessary,convenient and proper in order fairly to perform the requirements of this contract,all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4. TIME, NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed;and shall complete it as specified in Section 1,SPECIAL TERMS. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete.this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1, SPECIAL TERMS,the result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the same be not paid,Public Agency may, in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans,drawings and specifications or special provisions of the Public Agency's call for bids,and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications.or special provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both, to the true intent and meaning thereof when taken all together, and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. 7. PAYMENT: (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month, as determined by Public Agency,minus 10%thereof pursuant to Public Contract Code Section 9203,but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion.of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this'contract, provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site,and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Secs. 1860-61) On signing this contract,Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations,or (2) a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers'Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s)specified in the specifications or special provisions,guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. SAMPLE CONTRACT(Page 2 of 4) 1-5 11. FAILURE TO PERFORM. If the Contractor at anytime refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein,for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability.of various federal,state, and local laws and regulations,especially Chapter I of Part 7 of Division 2 of the Labor Code(beginning with Section 1720, and including Sections 1735, 1777.5, and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 4100-4114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft, classification,or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons-of this work, including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work its being performed. If it becomes necessary for the Contractor or any subcontractor.to employ any person in a craft,classification or type of work(except executive,supervisory,administrative,clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required.or permitted.to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6,forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public Agency desires to promote the industries and economy of Contra Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASIGNMENT. The agreement binds the heirs,successors,assigns;and representatives of the Contractor;but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY, Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts,shall not relieve the Contractor of his obligation to fulfill this contract as prescribed;nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS R.INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,savc,,and hold harmless the indemnitees from.the liabilities as defined in this section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards, commissions,officers,agents,and employees,together with any additional persons and entities,if any,listed in Section 6-1.01,"Additional Insureds",of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes of action,damages,costs,expenses,actual attorneys'fees, losses,or liabilities arising out of or in connection with the actions defined below for personal injury, sickness,disease,emotional injury, death,property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these, regardless of whether or not such liability, claim, or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any officer(s),agent(s)or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared, supplied,or approved any plan(s),draWing(s),specification(s),or special provision(s)in connection with this work or has insurance or other indemnification covering any of these matters. (f) Except as prohibited by Civil Code Section 2782, the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. SAMPLE CONTRACT(Page 3 of 4) .16 (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h) The Contractor and the Contractor's insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (1) With respect to third-party claims against the Contractor, the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees. 0) Nothing in this section is intended to establish a standard of care ovvW to any thiid party or to extend to any third party the status of a third- party beneficiary. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705, if applicable, by submitting to Public Agency a detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency, Contractor shall retain, for a period of at least five years after Contractor's receipt of the final payment under this contract, all records prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding,financial and payroll records. Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by.and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor;then this contract shall control and nothing.herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). ((Use Sections 25&26 only on CALTRANS-supervised projects.)) 25. CONTROL BY STATE. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California,therefore,shall have the right to assume full and direct control over this contract whenever the State of California,in its sole discretion,shall determine that its responsibility to the United States would so require such action. 26. RENTAL AND WAGE RATES. The statement of prevailing wages appearing in the Equipment Rental Rates and General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. , \tt FORM APPROVED by County Counsel. (CC-1;Rev.2-07) G:\Design\CTSPEC\PROPOSAL\samcontr.doc SAMPLE CONTRACT(Page 4 of 4) 17 SAMPLE PERFORMANCE BOND -- PUBLIC WORK Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, , as Principal, and a corporation organized and existing under the laws of the State of_ and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to- wit: as is more specifically set forth in the contract documents, reference to which is hereby made. . NOW THEREFORE, if the Principal shall well and truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder, nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the'sum specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) g:\grpdata\design\ctspec\proposal\perfbnd.doc 18 • SAMPLE PAYMENT BOND --PUBLIC WORK [Civ. Code Secs. 3247 - 3248] Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, ,as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonably attorney's fee, to be fixed by the court. This bond shall ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) g:\grpdata\design\ctspec\proposal\paybond.doc 19 ppl,02,20. Contra Costa County Public Works Julia R. Bueren, Director v � Deputy Directors D e p a r t tri e ri t R. Mitch Avalon• Brian M. Balbas Stephen Kowalewski• Patricia McNamee September 4, 2008 CERTIFIED MAIL RECOVED 7007 0710 0004 6172 1836 SEP 0 5 2008 Mr. Thomas G. Barr Ghilotti Bros. Inc. CLERK BOARD OF SUPERVISORS 525 Jacoby Street � CONTRA COSTA CO. San Rafael, CA 94901 Project Name: York Street Pavement Reconstruction Project No. 0662-6R4263-08 . Dear Mr. Barr: Enclosed is your copy of the approved contract for the York Street Pavement Reconstruction, Project No. 0662-6R4263-08. This is your Notice to Proceed as set forth in Section 4 of the project "Notice to Contractors and Special Provisions." The first chargeable working day shall be September 22, 2008. The Resident Engineer assigned to this project is Susan Estes, who may be reached at (925) 595-6007 or the County office at (925) 313-2320. Sincerely, w Kevi E Assistant Public Works Director Construction Division KE:jd:kg G:\CONST\PROJECTS & MISC\2008\YORK STREET PAVEMENT RECONSTRUCTION\C33 LTR- NOTICE TO PROCEED- GHILOTTI BROS.DOC enclosure: contract c: S. Estes, Resident Engineer 3. Dowling, Construction Survey Section Materials and Testing Division Maintenance P. Denison, Finance w/copy of Contract, W-9, Insurance, Outreach package Clerk of the Board, w/copy of Contract, Bonds and Insurance(originals) Auditor-Controller, w/copy of Contract Affirmative Action Officer 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez, CA 94553-4825 TEL: (925)313-2000• FAX: (925)313-2333 www.cccpublicworks.org CONTRACT(Page 1 of 4) (Contra Costa County Standard Form Construction Agreement) 1.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency-- Contra Costa County Contractor-- Ghilotti Bros., Inc. Use complete legal name of Contractor. Effective Date: August 19, 2008 (see Section 4 for starting date.) (see see.3) Project Name York Street Pavement Reconstruction Project No. 0662-6R4263-08 located in the Richmond area The work consists of replacement of existing roadway surfaces, localized areas of base failure repair, and construction of curb ramps, sidewalk, curb and valley gutter. all in accordance with the Plans, Drawings,Special Provisions and/or Specifications prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (See Sec.4) Completion Time: Within 35 working days from starting date. (See Sec.5) Liquidated Damages: $ $1,000.00 per calendar day. (See Sec.6) Public Agency's Agent: Public Works Director (See Sec.7) Contract Price: S $160,649.00 more or less, in accordance with finished quantities at unit bid prices. _ 2.SIGNATURES&ACKNOWLEDGEMENT. k/ c�; Public Agency,By: 1�R Julia Bue Public Works Director,or designee Contractor,hereby also certifying awareness of and compliance with Labor Code Sections I s'Compensation Law,� pU By: Oficial Capacity: PDCnENjVREs' (sit-11A) (fill in) By: 011icial Capacity: �� A/(141141 �F (signature) (fill in) Note to Contractor: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice president:the second signature must be that of the secretary,assistant secretary,chief financial officer or assistant treasurer. (Civil Code,Section 1 190 and Corporations Code,Section 313.) The acknowledgment below must.be signed by a Notary Public. CERTIFICA"I F OF ACKNOWLEDGMENT State of California • SeeAtttched ss. County of ) On before me, the undersigned notary public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/slhc/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I ccrtifv under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ACKNOWLEDGMENT State of California County of Marin ) on August 26, 2008 before me, Kathleen J Frew-Eckhaus, Notary Public (insert name and title of the officer) personally appeared Michael M. Ghilotti, PresidenVTreasurer who proved to me on the basis of satisfactory evidence to be the personw whose namex isl8rre subscribed to the within instrument and acknowledged to me that helgtmAhey executed the same in hisMes4he�r authorized capacityUes), and that by histhMtth4ir signature(jr'on the instrument the personA, or the entity upon behalf of which the person(eacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KATHLEEN J.FREW ECKHAUS Commission # 1704510 WITNESS my hand and official seal. _ .m Notary Public -California z _ Marin County '- MyComm.EPires Nov 13,2010 Signature (Seal) ACKNOWLEDGMENT State of California County of Marin ) on August 25, 2008 before me, Kathleen J Frew-Eckhaus, Notary Public (insert name and title of the officer) personally appeared _ Daniel York Ngeng Chin, Chief Financial Officer who proved to me on the basis of satisfactory evidence to be the persortKwhose name(a'j is/ire subscribed to the within instrument and acknowledged to me that hem executed the same in his/hefiWapjr authorized capacity(jf, and that by his/heN#heir signature(Won the instrument the person), or the entity upon behalf of which the person(;s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KATHLEEN J.FREW ECKHAUS Commission # 1704510 Z :-� - _ Notary Public -California zZ Marin County z My Comm.E)pires Nw 13,2010 Signature - (Seal) 3.4VORK CONTRACT.CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth.in this contract•incorporating by these references the material in Section 1.SPECIAL TERNS. (b) Contractor shall.at his own cost and expense,and in a workmanlike manner, fully and faithfully perform and complete the work;and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4.1f1Mf_ NOTICE TO PROCEED_ Contractor shall start this work as directed in the specifications or the Notice to Proceed; and shall complete it as specified in Section I.SPECIAL TERAS. 5.1 __IUIDA"fEDDAMAG_FS.. If the Contractor fails to complete this contract and this work within the time fixed'Therefor. allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case,it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1, SPECIAL TERNS, the result of the parties' reasonable endeavor to eStimate fair average compensation therefor,for each calendar day's delay in finishing Said work;and if the same be not paid, Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for cornpletion,but it shall not be deemed a waiver nor be used to.defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6.INTEGRATED DOCUMI NTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids. and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or specidl provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section I.SPECIAL TERMS. 7.PAYMENT, (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the Sum Specified in Section 1,SPECIAL TERAS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month, the Contractor shall be paid for all work done through the 15th of the preceding calendar month, as determined by Public Agency, minus 10%'thereof pursuant to Public Contract Code Section 9203, but not until defective work and materials have been removed,replaced,and made good. R.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied.or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens of withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against contractor. 9. INSURANCE. (Labor Code Secs. 1860-61) On signing this contract,Contractor must give Public Agency (I) a certificate of consent to self- insure issued by the Director of Industrial Relations,or (2) a certificate of Workers Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and Sufficient bonds with sureties, in amount(s) specified in the specifications or speci-if provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. (Page 2 of 4) H. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency.the Public Agency may furnish sante and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal,state,and local laws and regulations,especially Chapter i of Part 7 of Division 2 of the Labor Code(beginning with Section 1720,and including Sections 1735, 1777.5,and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 4100-41 14 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773, the Director of the Department of'Industrial Relations has ascertained the general prevailing rates of wages per diens,and for holiday and overtime work, in the locality in which this work is to be performed, for each craft.classification,or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of waLes is based oil a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours arc worked, the daily wage rate is proportionately reduced, but the hourly rate remains as slated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work, including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft, classification or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6. forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public Agency desires to promote the industries and economy of Contra Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor:but fie cannot assign it its whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties,unless they have waived notice of assignment. 19. NO WAIVER BY PUi3LIC AGENCY. Inspection of the work and/or materials,or approval of work and/or materials inspected,or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped frons bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD iiARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the indemnitees from the liabilities as defined in this section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards,commissions,officers. agents,and employees,together with any additional persons and entities,if any,listed in Section 6 of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes of action,damages, costs,expenses,actual attorncys' fees, losses.or liabilities arising out of or in connection with the actions defined below for personal injury, sickness, disease, emotional injury, death, property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these,regardless of whethcr or not such liability, claim, or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any officer(s),agent(s) or enlployce(s)of one or more of them. (c) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s).drawing(s),specification(s),or special provision(s)in connection with this work or has insurance or other indenmification covering any of these matters. (t) Except as prohibited by Civil Code Section 2782.the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indcnmitee. CONTRACT(Page 3 of4) (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h) The Contractor and the Contractor's insurance carrier(s)shall respond-within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (1) Willi respect to third-parly claims against the Contractor,the Contractor waives all rights of any kind to express or implied indcnmity against the indemnitees. 0) Nothing in this section is intended to establish a standard of care owed to any third party or io extend to any third party the status of a third-party beneficiary. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705, if applicable, by submitting to Public Agencv a detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency, Contractor shall retain, for a period of at least five years after Contractor's receipt of the final payment under this contract, all records prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding, financial and payroll records. Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 24. USE Of' PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior, written agreement with the affected property owner(s). \tt FORM APPROVED by County Counsel. (CC:-1;Rev.2-07) G:\Const\Projects&Mise\2008\fork Street Pavement Reconstruction\CONTRACT-Ghilotti Bros.docx CONTRACT(Page 4 of 4) PERFORMANCE BOND-- PUBLIC WORK Bond Executed in Duplicate Bond No. 08936068 Premium $1,2 7 3.0 0 Any :claim under this Bond should be sent to the following address: 560 Mission Street, Ste 2400 San Francisco, CA KNOW ALL BY THESE PRESENTS: That we, Ghilotti Bros. Inc. as Principal, and Fidelity and Deposit Company* , a corporation organized and existing under the laws of the State of Maryland and authorized to transact surety business.in the State of California, as Surety, are held and firmly bound unto Contra Costa County , as Obligee, in the sum of One Hundred Sixty Thou sand**Dollars($160,649.09 lawful money of the United States of America, for the payment.of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. *of Maryland **Six Hundred Forty Nine & 00/100---- THE CONDPCION of the above obligation is such that, whereas the Principal has entered into a contract dated August 19th, 2008 -�'� with the Obligee to do and perform the following work,to-wit: York Street Pavement Reconstruction Project No. 0662-684263-08 Located in the Richmond area as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE,, if the Principal shall well 'and truly perform all the requirements of said contract documents required to be performed on.its part, at the times and in the manner specified therein,-then this obligation shall be null and void;otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished,or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder, nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED, this 25th dayof August 2008 (SEAL) (SEAL) Ghilotti Bros. , Inc. Fidelity. and Deposit Company of Maryland (Principal) (Surety) By: _ Michael M. Ghilotti Cigna ure) president/Treasurer (Signature) Kelly Holtemann (SEAL AND ACKNOWLEDGMENT OF NOTARY) Attorney-In-Fact ACKNOWLEDGMENT State of California County of Matin ) On August 26, 2008 before me, Kathleen J Frew-Eckhaus, Notary Public (insert name and title of the officer) personally appeared . Michael M. Ghilotti; Pres ident/Treasurer who proved to me on the basis of satisfactory evidence to be the personal whose name4zl is/�*e subscribed to the within instrument and acknowledged to me that hel9fteR4:4-4 executed the same in hisMes4144r authorized capacity(jes), and that by histhsTttheir signature(�aron the instrument the personX, or the entity upon behalf of which the person�Wacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. KATHLEEN J.fREW ECKHAUS Y Commission # 1704510 -m Notary Public -California zZ Marin County '- ' MyComm.Boes Nov 13,2010 Signature ,- �"�—�� -,— (Seal) x.:r !1(fiC Fi fi4'��rS{�LS'-'•'I.ii':�"•1�+.r14'7 •- t, ACKNOWLEDGMENT State of California County of------Marin �) On 8/25/08 before me,__ J_ DeLucaz�N tary_Public ��---_-4-- (insert name and title of the officer) ~^ M personally appeared _ _� �__ Kel2y_Holtemann --- who proved to me on the basis of satisfactory evidence to be the person(s-)whose name(s) is/w-e subscribed to the within instrument and acknowledged to me that 44e/she/"executed the same in -0&lher/their authorized capacity(, and that by.4ivie/her/t4wir signature( on the instrument the person(s�, or the entity upon behalf o€which the person(,&&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. J.I.DE LUCA COMK x' 1521691 i4 NOTARY PIUsLIc-CALIFORNIA � �'a. a`.Jfi1t;�N A COUNTY -' Signature _ -�N_____�T_ (Seal) MyC-0110m.Ex�iirosOct.?.a,2G08 PAYMENT BOND --PUBLIC WORK [Civil Code Secs. 3247-3248] Bond No. 08936068 Bond Executed in Duplicate Premium Included Any claim under this Bond should be sent to the following address: 560 Mission Street, Ste 2400 San Francisco, CA 94105 KNOW ALL BY THESE PRESENTS: That we, Ghilotti Bros. , Inc. , as Principal, and Fidelity and. Deposit Company. of Maryland a corporation organized and existing under the laws of the State of Maryland and authorized to transact surety business in the State of California,as Surety, are held and firmly bound unto Contra Costa County. as Obligee, in the sum of One'Hundred Sixty Thousand Six* Dollars($ 160,649.00 _) lawful money of the United States of America, for the payment of which sum well and truly to be made,,we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. *Hundred Forty Nine & 00/100 THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated August 19th, 2008 , with the Obligee do do and perform the following work,to-wit: York Street Pavement Reconstruction Project No. 0662-6R4263-08 Located in the Richmond area as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonably attorney's fee,to be fixed by the court. This bond shall ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this 25th dayof August, 2008 (SEAL). (SEAL) Ghilotti Rrns. , Inc. Fidelity and Deposit Company of Maryland (Principal) (Surety) Michael M. Ghilotti (Sign tore) president/Treasurer (Signature) Kelly Holtemann Attorney-In-Fact (SEAL AND ACKNOWLEDGMENT OF NOTARY) ACKNOWLEDGMENT State of California County of Marin ) on August 26, 2008 before me, Kathleen J Frew-Eckhaus, Notary Public (insert name and title of the.officer) personally appeared Michael M. Ghilotti, President/Treasurer who proved to me on the basis of satisfactory evidence to be the personw whose namekel is/aFe subscribed to the within instrument and acknowledged to me that heT?;ttBA4,-4 executed the same in his/ttt-r�r authorized capacityUei5), and that by his/f1mftloe signature( on the instrument the personA, or the entity upon behalf of which-the person(Wacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KATHLEEN J.FREW ECKHAUS Commission # 1704510 Is Notary PublicCalifornia !' Marin County c°mrr'.EesNov ts.2oto Signature y �,✓.`___........... (Seal) _-EGA ACKNOWLEDGMENT State of California County of------Marin 8/25/08 _ J. DeLuca Notary Public On M_ before me, --_--------,---___Y___-------�____ (insert name and title of the officer) - personally appeared-------- Kelly Holtemann --- who proved to me on the basis of satisfactory evidence to be the persons)whose name(54 is/ofe subscribed to the within instrument and acknowledged to me that-44e/she/"executed the same in •!%/her/tfgt*authorized capacity(4eo and that by 44iie/her/t4ek signature(# on the instrument the person(&), or the entity upon behalf of which the person(.&) acted, executed the instrument. I certify under PENALTY OF PERJURY under.the laws of the State of California that the foregoing ,paragraph is true and correct. 1s...T � d --a+maasLs A A A WITNESS my hand and official seal. J. DEE LUCA r ,r Ct':NAM. #1521691 Z �I Lei NOTaFIffP:_'BUC-CALIFORNIA C7: S.Orq �!A COUNTY — My Comm.Expires Oct.24,2008 Signature__T N �_ ____� (Seal) Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That (lie FIDELITY AND DETOSiT COMPANY OF MARYLAND,a corporation of the State of Maryland, by THEODORE G. MARTINEZ, Vice President,and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority`,ranted by Article Vl,Section 2,of the By-La7,C.1-1- cal; I Company, which are set fc»th on the reverse side hereof and are.hereby certified to be in full force and elTc;at��ilrcol".does hereby nominate,constitute and appoint Kelly HOLTEMANN and Joan DEI.14,q; li<oy r-ncis `,California, EACH its true anti lawful agent and Attorney-in-Fact, to make,execu `�, r. R3 surety,and as its act and deed: any and all bonds and undertakin&�,-rt) �A rt>n o tai I r tt, e`rtakmgs in pursuance of these presents, shall he as binning upon said Co��.arl-v;te �(i tr(idi ltt��l 1, ts�rtts and purposes,as if they had been duly executed and acknowlcdg,ed h� �ht� c��t�1>zl�klltcCcd� 1� �rpl. k��C�tlSpany at its office in Baltimore, Md., in their own proper persons. Th The ,�sn1 cl�rTri �ehall of Kelly HOLTEMANN,dated August 30,?007. The kaid Assistant fit c fu dixt i b`,[ 11f3r4hat the extract set forth on the reverse side hereol'is a true copy of Article VI, L Section 2,of the By-L_t K i W� ottt�i ny,and is now in force. 1 t- IN WITNESS Wl­WRrOF. the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of December, A.D. 2007. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND tip DEPps� R � . OIL •a +cP�Oa�.' n By: Gregory E. Man•rat•Assistant Sec rerart" Theodore G. Martine,- State of Maryland , City of Baltimore On this 3rd day of December, A.D. 2007, before the subscriber, a Notary Public ol' the State of Maryland; duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY f:. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. to me personally known to be the individuals and officers described in and who executed the preceding instrument,and they each acknowledged the execution of'the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said oiTiccrs of the Company aforesaid, and that the seal al fixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly al'fixed and subscribed to the said instrument by the authority and direction of"the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notan,Public• My Commission Expires: July 14,2011 POA-F 016-0949G EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman ol'the Board, or the President, or any Executive Vice-President. or any of the Senior Vire-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of" the Company any bonds, undertaking" recognisances, stipulations. policies, contracts, agreements, deeds, and releases and assignments of JUdgements, decrees, mortgages and instruments in the nature of mortgages,...and to al'fix the seal ol'the Company thereto.' CERTIFICATE I, the undersigned, Assistant Secretary ol'the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the.foregoing Power of Attorney is still in full force and effect on the date ol'this certificate; and I do further certify that the.Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by I'acsimile under and by authority ol'the following resolution of the Board of Directors ol'the FIDELITY AND DEPOSIT COMPANY OF' MARYLAND at a meeting duly called and held on the 101h day of May, 1990. RL'SOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced si-nature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretol'orc or hereal"Im. wherever appearing upon a certified copy of any power of attorney issued by the Company, shall he valid and binding upon the Coiiipany with the sande force and et'fect as though manually al'I'ixcd." iN TESTIMONY WHEREOF, I have hereunto subscribed my name and al'fixed the corporate seal ol'the said Company, this 25th day of August 2008 Assistant SeCIVNIT ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID SD DATE(MMIDD/YYYY) GHILO-1 08/28/08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Don •Ramatici Insurance, Inc. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 551 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Petaluma CA 94953 Phone: 707-782-9200 Fax:707-782-9300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Natl Fire Ins. Co. of Hartford _ 20478 INSURER B: Transportation Ins. Co. 20494 _ Ghilotti Bros. , Inc. , INSURER C: Continental Casualty Company 20443 525 Jacoby Street INSURER D: Zurich American Ins Co of 111 San Rafael CA 94901 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR C) TYPE OF INSURANCE POLICY NUMBER _0X07(EFF DfYY) PRATE(MMPI TI N DATE MM/DD/YY DATE MM/DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X X COMMERCIAL GENERAL LIABILITY GL2098131032 10/01/07 10/01/08 PREMISES(Eaoccurence) $ 100,000 I CLAIMS MADE Fk� OCCUR MED EXP(Any one person) $5,000 X Contrctl/Brd Frm $lo,000 PD DED - PER OCC PERSONAL 8 ADV INJURY $ 1,000,000 X XCU Incl. INDEP. CONTRACTORS INCL. GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG s2,000,000 POLICY X PRO JE LOC LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,OOO,OOO B X X ANY AUTO BUA2087746336 10/01/07 10/01/08 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) X Ded. $1000 APD PROPERTY DAMAGE $ (Per accident) I GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 101000,000 C X OCCUR CLAIMSMADE CUP2098041315 10/01/07 10/01/08 AGGREGATE $ 10,000,000 DEDUCTIBLE $ X RETENTION $10,000 $ WORKERS COMPENSATION AND X TORY LIMITS OTH- ER _ EMPLOYERS'LIABILITY D WC427761401 10/.01/07 10/01/08 E.L.EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/.EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Operations of the Named Insured for the Certificate Holder. Job: York St. Pavement Reconstruction, Project #0662-6R4263-08; GBI #08426 *Ten day notice would be sent on non payment. 30*XG140331A99/CA2048 CERTIFICATE HOLDER CANCELLATION CONTRA7 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENBEAYeR TS MAIL 30* DAYS WRITTEN Contra Costa County, NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, FAm6WRS*9 99 69 61 NA66 "^ **See addendum attached 14 Or AN,KIND uPONTHE Const.Div.-Attu. J. Dowling 255 Glazier Drive �----�-�����--- Martinez, CA 94553 Au IZED RESE E ACORD 25(2001108) v­VACeRD CORPORATION 1988 •r :: . ..-� HOLDER.CODE..,,..•CONTRA?... ., , . _. z ,..,.:..�::'":r. ;�::,.;.. ;:z;=.:PAG TEPAD -. „ ..:...... . INSUREDS:NA Ghi ti; Bros... .Inc,'."", < 0 � lo.t Complete Certificate Holder and Additional Insured Entities per endorsements #G140331A99 and #CA2048; copiesattached herewith. Contra Costa County, the• City of Richmond, and their respective officers, agents, employees, representatives, governing body, commissions and volunteers - G-140331-A99 (Ed. 10/1) CNA For All Commitments You Make* Named Insured: Ghilotti Bros.,Inc. Policy No. GL2098131032 IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Proiect: Contra Costa County,the City of Richmond, York St. Pavement Reconstruction and their respective officers,agents; Project 40662-6R4263-08 employees,representatives,governing body, GBI #08426 commissions and volunteers (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED(Section 11) is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured)whom you are required to add as an additional insured on this policy under a written contract or written agreement;but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy;and 2. Executed prior to the"bodily injury," "property damage,"or"personal and advertising injury." B. The insurance provided to the additional insured is limited as follows: 1.That person or organization is an additional insured solely for liability due to your negligence and specifically resulting from "your work" for the additional insured which is the subject of the written contract or written agreement.No coverage applies to liability resulting from the sole negligence of the additional insured. 2.The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy,whichever is less. These Limits of Insurance are inclusive of, and not in addition to,the Limits of Insurance shown in the Declarations. 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of "insured contract"under DEFINITIONS(Section V)do not apply to"bodily injury"or"property damage" arising out of the "products-completed operations hazard" unless required by the written contract or written agreement. 4.The insurance provided to the additional insured does not apply to "bodily injury," "property damage,"or "personal and advertising injury"arising out of an architect's,engineer's, or surveyor's rendering of or failure to render any professional services including: G-140331-A99 (Ed. 10/01) G-140331-A99 (Ed. l0/1) a.The preparing,approving, or failing to prepare or approve maps,shop drawings,opinions, reports, surveys,field orders,change orders or drawings and specifications;and b. Supervisory,or inspection activities performed as part of any related architectural or engineering activities. C.As respects the coverage provided under this endorsement, SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as follows: 1.The following is added to the Duties In The Event of Occurrence,Offense,Claim or Suit Condition: e.An additional insured under this endorsement will as soon as practicable: (l)Give written notice of an occurrence or an offense to us which may result in a claim or "suit"under this insurance; (2)Tender the defense and indemnity of any claim or"suit"to us for a loss we cover under .this Coverage Part; (3)Tender the defense and indemnity of any claim or"suit"to any other insurer which also has insurance for a loss we cover under this Coverage Part;and (4)Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. f.We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or"suit" from the additional insured. 1. Paragraph 4.b.of the Other Insurance Condition is deleted and replaced with the following: 4.Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary,excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing to the additional insured's own coverage.This insurance is excess over any other insurance to which the additional insured has been added as an additional insured by endorsement. When this insurance is excess,we will have no duty under Coverages A or B to defend the additional insured against any"suit" if any other insurer has a duty to defend the additional insured against that"suit." If no other insurer defends,we will undertake to do so,but we will be entitled to the additional insured's rights against all those other insurers. When this insurance is excess over other insurance,we will pay only our share of the amount of the loss, if any,that exceeds the sum of. (1)The total amount that all such other insurance would pay for the loss in the absence of this insurance;and (2)The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any,with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. G-140331-A99 (Ed. 10/01) I . POLICY NUMBER: BUA2087746336 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED INSURED This endorsement modifies insurance provided under the Following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An, Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on :the inception date of the policy unless another date is indicated below. Endorsement effective: 8/28/08 Countersigned by: Named Insured: Ghilotti Bros., Inc. (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s)- Contra Costa County,the City of Richmond, and their respective officers,agents,employees, representatives,governing body,commissions and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. Contra Costa Count g y Public Works � ]uiia R. Bueren, Director Deputy Directors 1.'pl � D Q » a r t m Q ri t R. Mitch Avalon. Brian M. Balbas r Stephen Kowalewski. Patricia McNamee li as_.......__�....,... w� August 21, 2008 LSEP VIA FEDEX R0! 2008 CLERK BOARD;rn� '"RVISORS CONTRA i... CO. Mr. Thomas G. Barr Ghilotti Bros., Inc. 525 Jacoby Street San Rafael, CA 94901 Project Name: York Street Pavement Reconstruction County Project No. 0662-61114263-08 Dear Mr. Barr: Enclosed are the original and four copies of the referenced contract. Please follow the instructions in this letter as carefully and Completely as possible. The contract, insurance certificates, and bonds are to be returned to: Contra Costa County Public Works Department Construction Division, Attn: J. Dowling 255 Glacier Drive Martinez, CA 94553 I. CONTRACT 1. The original and the four copies must be signed by two officers, one from each of the two following groups: a.(1) The board chairperson, or (2) The president, or (3) Any vice president. AND b.(1) The secretary, or (2) An assistant secretary, or (3) The chief financial officer, or (4) An.assistant treasurer. 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez,CA 94553-4825 TEL: (925)313-2000• FAX: (925)313-2333 www.cccpublicworks.org Page 2 of 5 2. If the signatures of the president (or vice president) and the secretary (or assistant secretary) appear, have, the "Acknowledgment" on each copy completed by a Notary Public. 3. If the signatures of the president (or vice president) and secretary (or assistant . secretary) do not appear, please submit a certified copy of a resolution of the board of directors authorizing the person(s) signing to execute such instruments, or a currently valid, notarized power of attorney. 4. Affix the corporate seal. 5. Return the original and the four copies to the above address. You will receive a fully executed copy for your file, together with the Notice to Proceed, as soon as the contract is approved by the Public Works Director. 6. Complete and return the enclosed W-9 form — "Request for Taxpayer Identification Number and Certification." H. BONDS - TO BE FURNISHED IN DUPLICATE: 1.Furnish a Faithful Performance Bond in the sum of $160,649.00. 2.Furnish a California Public Works Payment Bond in the sum of $160,649.00. 3. The contract date on the bonds shall be August 19, 2008, as shown in Section 1, Line (See Sec. 2) of the contract. 4. The description of work on both bonds shall be exactly the same as the description in Section 1, Line (See Sec. 3) of the contract, as follows: York Street Pavement Reconstruction Project No. 0662-61114263-08 5. The obligee on both bonds must be "Contra Costa County," as shown in Section 1, Line (See Sec. 2 and 3) of the contract. 6. If the bonding company is not a California corporation, provide a copy of the power-of-attorney showing the bonding company authorization of the California attorney-in-fact who executes the bond for the company. 7. The contractor is to sign both bonds and, if the firm is a corporation, the corporate seal is to be affixed over the signature on both documents. 8.The contractor's and bonding company agent's signatures on both bonds, and the signatures on the powers of attorney, must all be notarized. 9. Please give your bonding company the enclosed extra copy of this letter, a copy of the contract, and copies of the two enclosed bond forms to be used. 10. Send the original and one copy of each bond to: Page 3 of 5 Contra Costa County Public Works Department Construction Division, Attn: I. Dowling 255 Glacier Drive Martinez, CA 94553 III. INSURANCE - ALL INSURANCE CERTIFICATES ARE TO BE FURNISHED IN DUPLICATE (Special Provisions, Section 3-1.03, Insurance Requirements) A. Worker's Compensation - Pursuant to State Law, 'including Employer's Liability. B. Comprehensive or Commercial General Liability Insurance, including coverage for blanket contractual, owners' and contractors' protective and broad form property damage liability, with a minimum combined single limit coverage of.$1,000,000.00 for all damages because of bodily injury, sickness, disease, or death to any person and damage to property including the loss of.use thereof arising out of each accident or occurrence. C. Comprehensive Motor Vehicle Liabilit�LInsurance, including coverage for motor vehicles, owned; non-owned, leased or hired by or on behalf of the contractor with a minimum combined single limit of $1,000,000.00 for all damage because of bodily injury or death to any person and damages to property including loss of use thereof arising out of each accident or occurrence. 2 With Respect to Subcontractors' Operations: A. Worker's Compensation Insurance pursuant to State law; B. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles, owned,, non-owned, leased, or hired by or on behalf of the subcontractor with, a minimum combined single limit coverage of $500,000.00 for all damages. because of bodily injury or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. 3. Additional Insurance Requirements. — Regarding Comprehensive or Commercial General Liability and Motor Vehicle Liability Insurance, the policy or policies and the riders attached thereto or the certificates for the policies or riders shall name Contra Costa County, the City of Richmond, and their respective officers, agents, employees, representatives, governing body, commissioners, and volunteers as additional insureds. All insurance policies shall include a provision for 30 days' written notice to Contra Costa County of cancellation or material change. 4. Form and Term of Insurance. - The insurance hereinabove specified shall be in the form satisfactory to Contra Costa County, shall be placed with an insurance company or companies authorized to transact business in the Page 4of5 State of California and satisfactory to Contra Costa County, and shall be kept in full force and effect until completion to the satisfaction of Contra Costa County and acceptance by Contra Costa County of all of the work to be performed by the Contractor under the Contract. 5. The address to be.shown on the certificates and any endorsements is: Contra Costa County Public Works Department Construction Division 255 Glacier Drive Martinez, CA 94553 6. Please advise your insurance agent that "Contra Costa County" is the contracting Public Agency. 7. Include the following language, on all of your insurance certificates, including the umbrella and both General & Motor Vehicle Liability Insurance Certificates: By endorsement to Policy No. insert policy number(s) , Contra Costa County, the City of Richmond and their respective officers, agents, employees, representatives, governing body, commissioners and volunteers as additional insureds solely as respects the above (or"below") listed job, or ".....as respects the job described in this certificate." Whichever is applicable. The description on all of the certificates shall be: York Street Pavement Reconstruction Project No. 0662-6R4263-08 8. The certificates of insurance, including any umbrella and both General & Motor Vehicle. Liability Insurance Certificate or endorsement, must state: "Contra Costa County, as an additional insured, is to be given at least thirty (30) days' notice prior to any cancellation or modification of the insurance." 9. Please give the enclosed extra copy of this letter to your insurance agent for his/her guidance in preparing the certificate(s) for your contract. (Insurance brokers that issue certificates of insurance and/or endorsements on behalf of the insurance companies must demonstrate to the satisfaction of the Agency that they are an authorized agent of the insurance company having the power to amend the policies-to conform to this contact's requirements.) 10. Send two 'copies of all of the insurance certificates and two copies of any required umbrella policy endorsement to: Contra Costa County Public Works Department Construction Division, Attn: Janet Dowling 255 Glacier Drive Martinez, CA 94553 Page 5 of 5 If the foregoing items are not properly completed and returned, together with the five copies of the signed contract, by August 29, 2008, the contract may be awarded to another bidder. If this action is taken, any bid security you may have submitted will be forfeited. We will appreciate your careful and complete compliance with these instructions. If you have any questions, please call Janet Dowling or me immediately, at (925) 313-2330 or (925) 313-2233, respectively. Sincerely, KevinE Igh Assistant Public orks Director Construction Division KE:jd:kg G:\Const\Projects&Misc\2008\York Street Pavement Reconstruction\C37 Ltr-Ghilotti.doc Enclosures: Contract(original and 4 copies) Two extra copies of this letter(one each for the bonding company and the insurance agent) Performance Bond and Payment Bond W-9 form c: Clerk of the Board Finance