Loading...
HomeMy WebLinkAboutMINUTES - 05132003 - C13 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS AND SPECIAL PROVISIONS FOR STONE VALLEY ROAD REPLANTING AND BEAUTIFICATION PROJECT PROJECT NO 7758-6X5551-43 t. 1 = -- f iejr — r.: tJ •' . C Ti FOR USE WITH STANDARD SPECIFICATIONS AND STANDARD PLANS HATED JULY, 1999 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: June 10, 2003 FOR PRE-BID INFORMATION CONTACT: Monish Sen (925)313-2187 ENGINEER'S ESTIMATE: $184,000 FOR PLAN HOLDER'S LIST CALL(925) 313-2000 Visit the Design Division at the Public Warks website for other advertised and developing projects www.co.ggntra-costa.ca.us/dgparVt) THIS SHEET IS FOR INFORMATION PURPOSES ONLY AND SHALL NOT BE CONSIDERED A PART OF THIS CONTRACT SPECIAL NOTICE l The Bidder shall submit applicable list of subcontractors 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. SPECIAL NOTICE 3 In cases of utility leaks,breaks,or emergencies,the following numbers should be called: Utility Phone Number EBMUD (Water) (925)287-1096 CCCSD(Sanitary Sewer) (.925) 229-7166 PG&E (Gras& Electric) (800) 743-5000 SBC (PacBell) 611 SPECIAL NOTICE 4 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 5 The bidder's attention is directed to the State and Federal laws concerning fraud, bribery, collusion, conspiracy, and snaking false statements in connection with bidding upon, award of, or performance of any public 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 6 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 7 The Contractors attention is directed to a recent ruling by the California Department of Industrial Relations regarding the payment of prevailing wages in the offsite fabrication or prefabrication of special items of work. Text of this ruling may be located at www.dir.cagov/disr/Coverage/2000- 027,ndf 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. Logon at www.co.contra-costa.ca.us/dgl2ardpw 2. Select the `Design"division at the left of your screen. 3. Select"Project Information"on the Design web-page. 4. Select"Projects Currently Advertised For Bids"on this web-page. 5. On the "Projects Currently Advertised For Bids" web-page you will find a listing of current active files 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". D ISCLAIMER ta County Public Works Department provides the Planholders List as a convenience to , Subcontractors and suppliers. The Public Works Department is under no legal obligation t information. While we mare every effort to keep this information current and correct, the ks Department makes no guarantee as to the accuracy or completeness of these documents. _ _ PROJECT NO 7758-6X5551-03 The special provisions contained herein have been prepared by or under the direction of the following Registered Persons: CIVIL' p�iflf£SSlp�p! FRANK N. No. 52588 €xp.12- 1-03 S,a CIVIL or C LANDSCAPE ARCHITECT L TABLE OF CONTENTS VICINITY AND CONSTRUCTION SIGNING MAP NOTICE TO CONTRACTORS SPECIAL PROVISIONS SECTION 1. SPECIFICATIONS AND PLANS............................................................................. 1 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS..........................................2 2-1.01 GENERAL.................................. .......................................................................................... 2 2-1.01A WARRANTY AND REPAIR AGREEMENT............................................................... 3 SECTION 3 .OUTREACH PROGRAM/MANDATORY SUBCONTRACTING......................3 SECTION 3-1.00 OUTREACH PROGRAM...................................................................................3 3-1.01 GENERAL............................................................................................................................. 3 3-1.02 MBE/WBE/OBE PARTICIPTION....................................................................................... 3 3-1.03 DEFINITIONS ................... ...............................................................................................3 3-1.04 CERTIFICATION AND PARTICIPATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES.................................................................................................................................4 3-1.05 GOOD FAITH EFFORT DOCUMENTATION...................................................................6 3-1.05A GOOD FAITH EFFORT DOCUMENTATION SUBMITTAL.................................. 10 3-1.06 AWARD OF CONTRACT.... .....................................................................................I...... 10 3-1.07 SUBCONTRACTOR SUBSTITUTION............................................................................. 10 3-1.08 SUB-AGREEMENT FALSIFICATION............................................................................. 11 3-1.03 FINAL SUBCONTRACTING REPORT SUBMITTALNERIFICATION OF PERFORMANCEFORMS ............................................................................................................ 11 3-1.10 REVIEW OF RECORDS .................................................................................................... 11 3-1.11 PROMPT PAYMENT......................................................................................................... 11 SECTION 3-2.00 MANDATORY SUBCONTRACTING-MINIMUM....................................... 12 3-2.01 GENERAL........................................................................................................................... 12 3-2.02 MANDATORY SUBCONTRACTING MINIMUM PARTICIPATION LEVEL............. 12 3-2.03 DEFINITION ..................................................................................................................... 12 3-2.04 MSM PARTICIPATION RECOGNITION ........................................................................ 13 SECTION3-3.00 EXECUTION OF CONTRACT........................................................................13 3-3.01 AWARD OF CONTRACT................................................................................................. 13 3-3.02 BONDS. ................. .. ...... .......................................................................................... 13 3-3.03 INSURANCE AND INDEMNIFICATION........................................................................ 14 3-3.03A INSURANCE REQUIREMENTS ............................................................................... 14 3-3.038 HOLD HARMLESS AND INDEMNIFICATION ...................................................... 15 3-3.04 EXECUTION OF AGREEMENT(CONTRACT) ............................................................. 17 SECTION 4. BEGINNING OF WORK AND TIME OF COMPLETION................................ 17 4-1.01 GENERAL................. ......................................................................................................... 17 4-1.02.PRE-CONSTRUCTION CONFERENCE .......................................................................... 17 4-1.03 ARCHAEOLOGICAL DISCOVERIES AND/oR HISTORICAL DISCOVERIES ............ 18 SECTION5. GENERAL................................................................................................................. 19 SECTION5-1. MISCELLANEOUS.............................................................................................. 19 5-1.01 LABOR NONDISCRIMINATION..................................................................................... 19 5-1.42 AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY ................ 19 5-1.03 PUBLIC SAFETY..............................................................................................................22 5-1.04 PAYROLL RECORDS......... ...........................................................................................24 5-1.05 SURFACE MINING AND RECLAMATION ACT...........................................................24 5-1.06 PROGRESS SCHEDULE...................................................................................................24 5-1.07 INCREASES AND DECREASES IN QUANTITIES........................................................ 24 5-1.08 SCOPE OF PAYMENT......................................................................................................24 5-1.09 LEGAL HOLIDAYS...........................................................................................................25 5-1.14 AREAS FOR CONTRACTOR'S USE................................................................................25 5-1.1:1 PAYMENTS.........................................................................................................................25 5-1.12 CLAIMS BY CONTRACTOR...........................................................................................26 5-1.13 INTERPRETATION OF CONTRACT DOCUMENTS..................................................... 28 5-1.14 SUBCONTRACTING.........................................................................................................28 5-1.15 SOUND CONTROL REQUIREMENTS............................................................................28 5-1.16 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS.......................................29 5-1.17 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS..................29 5-1.18 CONTROL OF WORK.......................................................................................................29 5-1.19 AIR POLLUTION CONTROL...........................................................................................29 5-1.20 PROJECT APPEARANCE.................................................................................................29 5-1.21 ACCEPTANCE OF CONTRACT...................................................................................... 30 SECTION 6. ADDITIONAL INSUREDS,WORKING DAYS,AND LIQUIDATED DAMAGES........................................................................................................................................30 6-1.01 ADDITIONAL INSUREDS................................................................................................ 30 6-1.02 WORKING DAYS..............................................................................................................30 6-1.03 LIQUIDATED DAMAGES................................................................................................30 SECTION7.(BLANK).....................................................................................................................30 SECTION8. MATERIALS............................................................................................................30 SECTION8-1. MISCELLANEOUS..............................................................................................30 8-1.01 SUBSTITUTION OF NON-METRIC MATERIALS AND PRODUCTS......................... 30 8-1.02.PREQUALIFIED AND TESTED SIGNING AND DELINEATION MA'T'ERIALS........39 8-1.03 TESTING. ................. ......................................................................................................46 8--1.04 QUALITY CONTROL TESTING......................................................................................46 8-1.05 METRIC CONVERSIONS.................................................................................................47 SECTION9. DESCRIPTION OF WORK....................................................................................48 SECTION 10. CONSTRUCTION DETAILS..............................................................................48 SECTION10-1. GENERAL...........................................................................................................48 10-1.01 ORDER OF WORK..........................................................................................................48 10-1.02 WATER POLLUTION CONTROL..................................................................................48 10-1.43 PRESERVATION OF PROPERTY.................................................................................. 51 ' ^`^^-'^'^^^'`^``~^`~`''^^'^^~^^ 5} 10-1.05 CONSTRUCTION AREA SIGNS—i.� ^''`^''^'—~'`^^`^-^`''~^-'^'`^^~'' 51 ^'`~'^^-'''`^-^^'~^^''`^`'`—'''^ 52 10- .^-`..—.^.^^....-.....-.....'_...54 10- ^`~'''^'---^`^~''-^^~^~^~^'~- 55 10-}^09 IRRIGATION SYSTEM AND LANDSCAPE PLANTS^``^`^^^`^-^^'^^'~^^-^~^~`~^^'- 55 {0~L10 TRAFFIC STRIPES AND PAVEMENT MARKINGS ................................................._^ 55 and Landscape Planting O VALLEY aAKS co ST PAUL 40 z DR 00 ._' Z LLI c) zLLJ m 0 QD x 0 h W � - C. L C 00 -' 0 o LLI 7b' 0 P rr to Ne w ONIE yi Z CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SECTION L SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications dated July, 1999,and the Standard Plans dated July, 1999,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: A enc . 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 De arta= of Trans rtation Director Director of Trans ortation. The Board of Supervisors of Contra Costa County,State of California. Deputy Director Transportation En ing veering, 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. Stars- Specifications. The 1999 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 Epgineer. The Public Works Director,Contra Costa County, State of California. Transportation Building, Sacramento. C. C.Rich Building,255 Glacier Drive,Martinez,California. 1 :--;.............. ............................... 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 eighth paragraph of Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of Work," of the Standard Specifications is amended to read: When cross sections are included with the contract plans, or are available for inspection, it is expressly understood and agreed that said cross sections do not constitute part of the contract,do not necessarily represent actual site conditions or show location, character, dimensions and details of work to be performed, and are only for the convenience of bidders and their use is subject to all the conditions and limitations set forth in this Section 2-1.03. 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. 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. Public Contract Code Section 7106 requires all bidders on public projects to submit a signed affidavit confirming that they have not colluded or conspired with others in the preparation of their bid. The "Non-Collusion Affidavit," attached to the proposal, is to be fully executed, notarized and submitted along with the proposal. 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 famish 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 2=1.01A 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 by the Contractor prior to the acceptance of the work as complete. SECTION 3'-OUTREACH PR.UGRAMIMANDATORY SUBCONTRACTING I INIMITMIAWARD 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 Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Other.Business Enterprises (OBEs), Small Business Enterprises (S'BEs), 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 MBEIWBE 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 MB IWBEIOBE PARTICIPTION The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub-hid participation.by MBEs, WBEs, SBEs, and LBEs which is anticipated by the County to produce levels of participation as stated in the proposal form. 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 bolh 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 awned 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 I). D. "Local Business Enterprise(LBE)" means a business that has its main office of principal place of business within the boundaries of Centra Costa County. 3 E. "Minority person" means African Americans; Hispanic Americans; Native Americans (including American Indians, Eskimos, Aleuts, and 'Native Hawaiians); Asian Par- fic(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 stack, 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. 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, or 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 certified firms are available at the following locations: 1. Contra Costa County Affirmative Action Office, 651 Pine Street, 10`x'Floor,Martinez,CA 94553 Telephone: (925)335-1045 Fax. (925)646-1353 4 _.. .... .................................................................................................................................................................................... ........................................ 2. City of Oakland Office of Public Works, One City Hall Plaza, Oakland,CA 94612 Telephone: (510)238-3970 Fax: (510)238-3363 3. Los Angeles County Metropolitan Transportation Commision Equal Opportunity Department, 1 Gateway Plaza, Los Angeles, CA 90012 Telephone: (213) 922-2600 Fax: (213)922-7660 4. Port of Oakland 534 Water Street,Oakland,CA 94607 Telephone: (510)627-1100 Fax: (510)451-1655 S. Regional Transit Coordination Council Includes the following agencies: AC Transit(Alameda Contra Costa Transit District) Telephone: (510) 577-8812 Fax: (510) 577-8839 Email: sandyp@,pacbell.net BART(BayArea Rapid Transit District) Telephone: (510)464-6110 Fax: (510)464-7587 Email: rnackl@bart.dst.ca us County Connection(Central Contra Costa Transit Authority) Telephone: (925)676-1976 x223 Fax: (925)686-2630 Email: rnadrigal@cccta.or� Metropolitan Transportation Commission Telephone: (510)646-7750 Fax: (51'0)464-7848 Email: j i"as( rntc.dst,ca.us Samtrans(San Mateo County Transit District) Telephone: (650) 508-6417 Fax: (650) 508-6415 San Francisco Municipal Railway Telephone: (415)923-6139 Fax: (415)923-6180 Santa Clara Valley Transportation Authority Telephone: (408)321-5606 5 ..................................... .. __ Fax: (408)955-0892 Email: andy.floresfu,vta.org 6; San Francisco Human Rights Commission 25 Van.Ness Avenue, Suite 800, Sad Francisco, CA 94102-6033 Telephone: (415)252-2500 Fax: (415)431-5764 Webfage: http:L/www.sfhumanrights-org/ (Note: Firm must be listed on their certification list,not their registry). 7. Caltrans(California Department of Transportation) Division of Civil Rights, 1120 N Street,Room 2445, Sacramento, CA 95814 Webpage hfitp://*ww.dot.ca. og v/ha 8.. U.S. Small Business Administration Regional Office 71 Stevenson Street,20th Floor, San Francisco, CA 94105- Telephone: (415)744-6808 Webpage: http:t/wwwlgavcon.com/ B. This applies to recognition as an BE/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 prune 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. 3-1.45 GOOD FAITH EFFORT DOCUMENTATION The bidder roust tape affirmative steps prior to bid opening to ensure that a maximum effort is made to recruit sub-bidder/subcontractors. Minority and women-owned and 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, CBEs, SBEs and LBEs an equal opportunity to participate in the performance of all County contracts. Bidders rust 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 6 _..... ...... ... . .. ............................................................................................................ participate in County contracts. A bidder's good faith efforts to reach out to MBEs, WBEs, OBEs, SBEs and LBEs (subcontractors, suppliers, manufacturers, truckers, ect.) will be determined by the Board of Supervisors from written documentation of the level of effort put into achieving the indicators. Failure to meet anticipated MBE/WBE participation levels will not by itself be the basis for disqualification or determination of noncompliance with this policy. However, 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 goad faith effort will be determined after consideration of the indicators of good faith as set forth below. Indicator 1 21 31 4 1 5 1 6' 781 91 10 1 Total Paints 1 01 10 1 13 1 9 1 10 10 1 5 10 1 26 100 .Each indicator (210) is evaluated on a pass/fail basis, i.e., either full or zero points can be achieved for compliance with each item. I I LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION No 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, including the anticipated levels of MBE and WBE participation set forth'in the proposal form 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 already informed as to those project requirements. Required Documentation a) Attend pre-bid meeting and be listed on the attendance sheet, or b) Submit a letter prior to the pre-bid meeting either by fax to(925) 313-2444 Attn: Construction Division or by mail to Construction Division,Contra Costa County Public Works Department, 255 Glacier Drive, Martinez, CA 94553. 3 SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 13 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. 7 ADVERTISEMENT 9 Points Not less than ten (10) calendar days pricer 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 ether media, specified by the County, such as the Daily Construction Service, the Daily Pacific Builder, or the Small Business Exchange. Required T)ocumentation A copy of the advertisement and a proof of publication statement or otherverification,which confirms the date the advertisement was published. Nate: 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 pians 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 Paints 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, MBEs, 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 flays prior to the date the bids are required to be submitted. Required Documentation: A copy of each letter sent to 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 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. Nate: This written notice can be used to satisfy Indicators 3, 7, and 10. CERT 'KATION 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/'tJtrBE firms.) 6FOLLOW-UP ON INITIAL SOLICITATION F f TPoints 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 8 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 lags. These lags 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. 7 PLANS, SPECIFICATIONS AND REQUIREMENTS 5 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. S CONTACTED RECRUITMENT/PLACEMENT 10 Points ORGANIZATION 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. flailed 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. NEGOTIATE IN GOOD FAITH 26 Paints The bidder has negotiated in goad 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 MBE1WBE/OBE/SBE1LBE 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 awn forces, they must include a bid:that shows their own costs for the work. 10 J BOND, LINES OF CREDIT,ANIS INSURANCE ASSISTANCE 7 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. 9 3-1.05A GOOD .FAITH EFFORT DOCUMENTATION"SUBMITTAL No later than two (2) working dabs 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 be submitted promptly upon request by the County. For MBEAViIBE firms to be used on the project,the bidder shall submit, within two(2) working days after bid opening, a completed "Letter of Intent's form for each such firm (see sample firm 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, responsiblebidder whose proposal complies with all requirements 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 gelating 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. IBE/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). 10 i. The Contractor shall call at least two (2) certified MBE or "MTBE 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. 3-1.08 SUB-AGREEMENT FALSIFICATION Falsification or 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. 3-1.49 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 final 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. 3-1.10 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 snake prompt payment to its subcontractors, truckers, suppliers, and manufacturers in accordance with their contracts and legal relationships, ll SECTION 3-2.00 MANDATORY SUBCONTRACTING MINIMUM 3-2.01 GENERAL This project is subject to the policies and requirements establishedby the Board of Supervisors Outreach Prograrnr-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 comply with the Mandatory Subcontracting Minimum requirements may render the bid non-responsive. 3-2.02 MANDATORY SUBCONTRACTING MINIMUM PARTICIPATION LEVEL To be eligible for award 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 proposal,sufficient to meet or exceed the required MSM, may cause the bid to be rejected by the Board of Supervisors as non-responsive. 3-2.013 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 ether 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 stack, 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. 12 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 percentbe paid- of the amount to p d 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 foe or cammission charged, as>not considered excessive, as compared with fees customarily allowed for similar services. E. MSM credit shall not be given to a Joint Venture partner listed as a subcontractor by a Joint Venture bidder. SECTION 3-3.00 EXECUTION OF CONTRACT 3-101 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 5-1.02) 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$1,000,000 and within 90 days for contract bid amounts equal Ito 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(10011/o)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 cxpcnse 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. 13 .......... ......... ...... .............. 3-3.03 INSURANCE AND INDEMNIFICATION Sections 7-1.12 "Indemnification and Insurance' through 7-1.12B(6), "Miscellaneous", of the Standard Specifications are superseded by the following special provisions. 3-3.03A INSURANCE REQUIREMENTS 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 Qppmlions: 1. Worker's Compensation Insurance pursuant to State Law,including Employer's Liability. 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 Ropect to Subcontractor's Pperations: 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$500,000 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 PoliaRau_rements 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" 4Gc" "if' 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 14 ............ 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. 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. 3-3.03B HOLD HARMLESS AND INDEMNIFICATION The Agency and those agencies or individuals listed in Section 6, "ADDITIONAL INSURED, WORKING DAYS, AND LIQUIDATED DAMAGES" of these special provisions including their respective officers, agents, commissioners, employees, representatives, governing body and volunteers, shall not be answerable or accountable in any manner: for any loss or damage that may happen to the work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the work., for injury to or death of any person, either workers or the public; or for damage to property from any cause which might have been prevented by the Contractor, or the Contractor's workers,or anyone employed by the Contractor. The Contractor shall be responsible for any liability imposed by law and for injuries to or death)of any person including'but not limited to workers and the public, or damage to property resulting from defects or obstructions or from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance. The Contractor, and its subcontractors, shall indemnify, defend, save, protect and hold harmless the Agency and those agencies or individuals listed in Section 6, "ADDITIONAL INSURED, WORKING DAYS, AND LIQUIDATED DAMAGES" of these special;provisions including their respective officers, agents, commissioners, employees, representatives, governing body and volunteers, from all claims, suits or actions of every name,kind and description,brought forth, or on account of, injuries to or death'of any person including but not limited to workers and the public, or damage to property resulting from the performance of a contract, except as 15 otherwise provided by statute. The ditty of the Contractor to indemnify, defend, save, protect and hold harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. With respect to third party claims against the Contractor, the Contractor waives any and all rights,to any type of express or implied indemnity against the Agency,its officers or employees. It is the intent of the parties that the Contractor will indemnify,defend, save, protect and hold harmless the Agency and these agencies or individuals listed in Section 6, "ADDITIONAL INSURED, WORKING DAYS, AND LIQUIDATED DAMAGES" of these special provisions including their respective officers, agents, commissioners, employees, representatives, governing body and volunteers, from any and all claims, suits or actions as set forth above regardless of the existence: or degree of fault or negligence on'the part of the Agency, the Contractor, the subcontractor or employee of any of these, other than the active negligence of the Agency, its officers and employees. In addition to any remedy authorized by law, so much of the money due the Contractor under and by virtue of the contract as shall be considered necessary by the Agency may be retained until disposition has been made of such suits or claims for damages as aforesaid. The retention of money due the Contractor shall be subject to the following; 1. The Agency will give the Contractor 30 days notice of its intention to retain funds from any partial payment which may become due to the Contractor prior to acceptance of the contract. Retention of funds from any payment made after acceptance of the contract may be made without prior notice to the Contractor. 2. 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. 3. If the Agency has retained funds and it is subsequently determined that the Agency is not entitled to be indemnified and saved harmless by the Contractor in connection with the matter for which the retention was made,the Agency shall be liable for interest on the amount retained at the legal jrate of interest for the period of the retention. The Agency will consider proposals by the Contractor to enter into special arrangements, such as posting securities or bonds acceptable to the Agency, in lieu of the retention of funds. The special arrangements shall be in writing, and approved by the surety on the performance bond'and by the surety on the payment bond. No funds will be retained or continue to be retained under the following condition: The Contractor establishes to the satisfaction of the Agency that at the time of the accident or occurrence giving rise to a claim or lawsuit against the Agency, the Agency or its officers and employees, the Contractor had in full force and effect the insurance coverage described in the "INSURANCE REQUIREMENTS"section of these special provisions. 16 Nothing in the contract is intended to create the public or any member thereof a third party beneficiary hereunder,nor is any term and condition or other provision of the contract intended to establish a standard of care owed to the public or any member thereof. 3-3.,04 EXECUTION OF AGREEMENT(CONTRACT) The following is added to Section 3-1.03,"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: I. 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 Cog gactor'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. 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 20 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 fimlished 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. 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 Contractors 17 .............. ................... 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: I. 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 narne(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 cast 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. Two 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"farm will be required by these special provisions. 10.A lane closure plan,if lane closure will be required. 11.A cast break-down table for planting and irrigation items, as specified in Appendix A of these special provisions. 4-1.03 ARCHAEOLOGICAL DISCOVERIES and/or HISTORICAL DISCOVERIES 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. 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 rfhistorical'value within any public place. The Agency shall retain a cultural resources consultant to ascertain: the nature and extent of the discovery. Measures recomumended''by the cultural resources consultant and approved by the Agency shall'' be incorporated in the project. The Contractor is to cooperate with the cultural resources consultant with regard to late discovery and evaluation of archaeological and/or historical resources. Contractor labor, equipment, and/or materials required in assisting the cultural resources consultant and 18 as directed by the Engineer, will be paid as extra work as provided in Section 4-1.03D of the Standard: Specifications. Any delays to the Contractor's operations as a direct result of the archaeological and/or historical discoveries during constructionwill be considered'right-of-way delays within the''meaning of Section 8- 1.09, "Right-of-Way Delays," of the'Standard Specifications, and compensation for such delay will be determined in accordance with said section. The Contractor shall be entitled to no other compensation for any such delay. SECT'ION'S. GENERAL SECTION 5-1. MISCELLANEOUS 5-1.01 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$5000 or more. 5-1.02 AFFIRMATIVE ACTION AND EQUAL.EMPLOYMENT OPPORTUNITY The Contractor shall'pay special attention to Section 7-1.01A (4), "Labor Nondiscrimination" of the Standard Specifications and these special provisions. 5-l.(?2A EMIgyment Goals.--On contracts of 13000 000,or more it shall be the goal of each Contractor and subcontractor to ensure that the composition of all persons employed specifically 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. S 1.028 Socio+Affirmative Action Stems.--No Contractor or subcontractor:shall be found to be in noncompliance solely on account of its failure°to meet these gods. 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. 19 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 meetthe 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. 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) 'Me 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 n-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. Z) 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 mare 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 20 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 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. 5-1.02C Reporting_Requirements.--The provisions in Section 7-101A(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 FormWH-347 (or other form approved by the project Contract Compliance Officer) and in accordance with Section 1776 of the Labor Code. 5-1.02D Enforcement.--The Contrast Compliance Officer will review Contractor's and subcontractors'"project-related"employment practices during the performance of this contract. 6.1.02 D(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- 1.01A(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 Practices 21 Commission to be a violation by the Contractor of the nondiscrimination requirements of this,project, and such violation shallbe 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. 5-1.021) 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. 5-1.03 PUBLIC SAFETY The Contractor shall provide for the safety of traffic and the public in accordance 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 any lane carrying public traffic and any excavation,obstacle, or storage area when the fallowing 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 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 one foot wide or less, 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 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 22 whenever the Contractor, for his convenience and with;,permission of the Engineer, removes a portion of an existing protective ailing 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 specifications. The approach end of temporary railing(Type K), installed in accordance with the requirements 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 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. Temporary railing (Type K) shall conform to the provisions in Section 12-3,08, "Temporary Railing (Type K)" of the Standard Specifications, except temporary railing (Type K) fabricated prior to January 1, 1993, with one longitudinal No. 5 reinforcing steel bar near the top in lieu of the 2 longitudinal No. 5 reinforcing steel bars near the top,as shown on the plans,may be used. Temporary crash cushion modules shall conform to the provisions in "Temporary Crash Cushion Module"elsewhere in these special provisions. 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 specifications: Approach speed of public traffic (Posted Limit) (Miles Per Work Areas Hour) Over 45 Within 6 feet of a traffic lane but not on a traffic lane. 35 to 45 Within 3 feet of a 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 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 canes 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 brads or equipment shall not be moved nor positioned'over public traffic or pedestrians. 23 Full compensation for conforming to the requirements 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. 5-1,04 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." 5-1.05 SURFACE MINING AND RECLAMATION ACT Attention is directed to the Surface Minting 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 i compliance with California Public Contract Code Section 10295.5. 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 4-1.05, "Use of Materials Found on the Work,"of the Standard Specifications. 5-1.06 PROGRESS SCHEDULE Progress schedules are required for this contract and shall be submitted in conformance with the provisions in Section 8-1.04, "Progress Schedule," of the Standard Specifications and these special provisions,unless otherwise authorized in writing by the Engineer. The second paragraph of Section 8-1.04, "Progress Schedule," of the Standard Specifications shall not apply. 5-1.€37 INCREASES AND DECREASES IN QUANTITIES The provisions of Section 4-1.038, "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 cast, 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. 5-1.48 SCOPE OF PAYMENT The provisions of Section 9-1.02, "Scrape 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 various contract items of work and no additional compensation will be allowed. 24 5-1.09 LEGAL HOLIDAY In lieu of the provisions in SECTION 1, "DEFINITIONS ANIS TERMS," of the Standard Specifications,the following Clays are designated as legal holidays: January,I'`,known as New Years Day Third Monday in January,knownas 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 0,known as Independence Day First Monday in September,known as Labor lay November 1 I`h,known as Veteran's Day Fourth Thursday.clay in November,known as Thanksgiving Day The Friday after Thanksgiving Day' December 25d',known as Christmas Day 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. 5-1.10 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 stall 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. 5-1.11 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 Forme'section of these special provisions. 25 5-1.12 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 shallbe filed with the Clerk of the Board of Supervisors. Forms speciating 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$375,004 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. (2) This article shall not apply to any claims resulting from a contract between 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 l of Pad 2. (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Cade, 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" mean 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. §201104.2 For any claim subject to this article,the following requirements apply: (a) The claim,shall be in 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) (l) 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. 26 (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 ftirther 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 clays 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 fiwther 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 I (commencing with Section 300) and Chapter 2 (commencing with Section 910) of Fart. 3 of Division 3.6 of Title I 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. 27 (b) (1) If the matter remains in dispute,the caste shall be submitted to judicial'arbitration pursuant to Chapter 2.5 (commencing ng with Section 1 141.10) of Title 3 of fart 3 of the Code of Civil Procedure,notwithstanding Section 1141.1 l 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 3o Part 3 of the Code of Civil Procedure, (A)!arbitrators shall, when possible, be experienced in construction law, and (l3) 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. (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. 5-1.13 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. 5-1.14 SUBCONTRACTING Attention is directed to the provisions in Section 8-1.01, "Subcontracting," of the Standard Specifications and these special provisions. 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/Debar.html. 5-1.15 SOUND CONTROL REQUIREMENTS Sound control shall conform to the provisions in Section 7-1.011,"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 pm. and 7:00 a.m. on weekdays and between 7:00 pm. and 9:00 am. 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. 28 The use of laud 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. 5-1.16 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS Attention is directed to the provisions' in Section 7108.5 of the Business and .Professions Cod 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. 5-1.17 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. 5-1.18 CONTROL OF WORT Control of work shall conform to the provisions in Section 5, "Control of Work," of the Standard Specifications and these special provisions. Section 5!- 1.07, "Lines and Grades,"of the Standard Specifications is replaced with the following; When the Contractor requires such stapes or marks, he shall provide his own survey control for stakes or marks,as necessary. 5-1.19 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 PROJECT APPEARANCE The Contractor shall maintain a neat appearance to the work. In areas visible to the public, the following shall apply. A. When practicable, broken concrete and debris developed during clearing;and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly. 29 Xl- -71 B. Trash bins shall be finished for debris from concrete construction. Debris shall be placed in trashbins daily. 'Forms or falsework that are to be re-used shall be stacked neatly concurrently with their 'removal. Forms and falsework that are not to be re-used shall be disposed' of concurrently with their removal. Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in 'prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5.1.21 ACCEPTANCE OF CONTRACT Section 7-1.17, "Acceptance of 'Contract", of the Standard Specifications is superseded by the following. 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,WORDING DAYS,AND LIQUIDATED DAMAGES' 6-1.01 ADDITIONAL INSURED In accordance with the, "INSURANCE REQUIREMENTS," and, "HOLD HARMLESS AND INDEMNIFICATION," sections contained in SECTION`3 of these special provisions the following shall be named as additional insureds and shall be held harmless and indemnified: State of California 6-1.02 WORKING DAYS In accordance with Section 4-1.01, "GENERAL," of these special provisions, the Contractor will have 64 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$950 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 9-1. 'MISCELLANEOUS' 8-1.01 SUBSTITUTION TI+I1 N OF'NON-METRIC MATERIALS AND PRODUCTS The following specification is for use in translating the 1999 Caltrans Standard Plans from Metric to English units. Only materials and products conforming to the requirements of the specifications shall be incorporated in the work. When metric materials and products are not available,and when:approved by the Engineer, and at no cost to the State, materials and products in the United States Standard Measures which are of equal quality and of the required properties and characteristics for the purpose intended, may be substituted for the equivalent metric materials and products, subject to the following provisions: 30 A. Materials and products shown on the plans or in the special provisions as being,equivalent may be substituted for the metric materials and products specified or detailed on the plans. B. Before other non-metric materials and products will be considered for use, the Contractor shall furnish, at the Contractor's expense, evidence satisfactory to the Engineer that the materials and products proposed for use are equal to or better than the materials and>'products specified or detailed on the plans. The burden of proof as to the quality and suitability of substitutions shall be upon the Contractor and the Contractor shall furnish necessary information as required by the Engineer. The Engineer will be the sole judge as to the quality and suitability of the substituted materials and products and the Engineer's decision will be final. C. When the 'Contractor elects to substitute non-metric materials and products, including,';materials and products shown on the plans or in the special provisions as being equivalent, the list' of sources of material specified in Section 6-1.01, "'Source of Supply and Quality of Materials," of the Standard Specification shall include a list of substitutions to be made and contract items involved. In addition, for a change in design or details, the Contractor shall submit plans and working drawings in conformance with the provisions in Section 5-1.02, "Plans and Working Drawings," of the Standard Specifications. The plans and working drawings shall be submitted at least 7 days before the Contractor intends to begin the work>involved: Unless otherwise specified,the following substitutions of materials and products will be allowed: SUBSTITUTION TABLE FOR SIZES OF HIGH STRENGTH STEEL FASTENERS ASTM Designanon: A 325M METRIC'SIZE SHOWN ON THE SIZE TO BE SUBSTITUTED PLANS inch mm x thread itch M16x2 5/8 M20 x 2.5 3/4 M22 x 2.5` 7/8 M24 x 3 1 M27 x 3'' 1-1/8'' M30 x 3.5 1-114' M36 x 4 1-1/2 31 _.. . ............................................................. ... ......... ......... ................................................................. . .. ........................................................................................................................... _. ............................................................... SUBSTITUTION TABLE FOR PLAID WIRE REINFORCEMENT ASTM Designation: A 82 METRIC SIZE SHOWN ON THE SIZE TO BE SUBSTITUTED PLANS 2 inch x 100 rnm MW9 W1.4 MW1Q W1.6 MW 13 W2.0 MW 15 W2.3 MW 19 W2.9' MW20 W3.1 MW22 W3.5 M 25 W3.9,except W3.5 in piles o!n MW26 W4.0 MW30 _ W4.7 MW32 W5.0 MW35 W5.4 MW40 W6.2 MW45 W6.5 MW50 W7.8 MW55 W8.5, except W8.0 in piles only M W60 W9.3 MW 70 W 10.9,exce t W l 1.0>in piles qjAy MW80 W12.4 MW990 W14.0 MW100 W15.5 32 ................................. _. ........................................................ ..................................................................... ..................................................... SUBSTITUTION TABLE FOR BAR REINFORCEMENT METRIC BAR DESIGNATION BAR.DESIGNATION NUMBER' SHOWN ON THE NUMBER'TO BE SUBSTITUTED PLANS 10 3 13 4 16 5 19 6 22 25 29 9 32 10 36 11 43 14 57 18 Bar designation numbers approximate the number of millimeters of the nominal diameter of the bars. 2Bar numbers are based on the number of eighths of an inch included in the nominaldiameter of the bars. No adjustment will be required in spacing or total number of reinforcing,bars due to a difference in minimum yield strength between metric and non-metric bars. 33 SUBSTITUTION TABLE FOR.SIZES OF (1)STEEL FASTENERS FOR GENERAL APPLICATIONS(ASTM Designation: A 307 or AASHTO Designation: M 314,Grade 36 or 55),and 2: HIGH STRENGTH STEEL FASTENERS LASTM TDesi ation: A 325 or A.449 METRIC SIZE SHOWN ON THE PLANS SIZE TO BE SUBSTITUTED mm inch 6 or 6.35 1/4 8or7.94 5/16 10 or 9.52 3/8 11 or 11.11 7116 13 or 12.70 1/2 14 or 14.29 9116 16 or 15.88 518 19 or 19.05 3/4 22 or 22.22 7/8 24,,'25,or 25.40 1 29 or 28.58 1-1/8 32 or 31.75 1-1/4 35 or 34.93 1-3/8 38 or 38.10 1-1/2 44 or 44.45 1-3/4 51 or 50.80 2' 57 or 57.15 - 2-1/4 64 or 63.50 2-1'/2 70 or 69.85 2-3/4 76 or 76.20 3 83 or 82.55 3-114 89 or 88.911 3-1/2 95 or 95.25 3-3/4 102 or 101.60 4' 34 __ .................................................................... . ...................................................................................................... ........................................................................................... ..................................................................... SUBSTITUTION TABLE FOR NOMINAL THICKNESS OF SHEET METAL UNCOATED HOT ANIS COLD ROLLEDHOT-DIPPED ZINC COATED SHEETS SHEETS GALVANIZED METRIC THICKNESS GAGE TO BE METRIC THICKNESS GALE TO BE SHOWN'ON THE SUBSTITUTED SHOWN ON THE SUBSTITUTED PLANS inch PLANS inch> mm rnm 7.94 0.3125 4.270 0.1681 6.07 0.2391 3.891 0.1532 5.69 0.2242 3.510 0.1382 5.31 0.2092 3.132 03.1233 4.94 0.1943 2.753 0.1084 4.55 0.1793 2.372 0.0934 4.18 0.1644 1`.994 0.€3785 3.80 0.1495 1.803 0.0710 3.42 0.1345 1.613 0.0635 3.04 0.1196 1.461 0.0575 2.66 0.1046 1.311 0.0516 2.28 0.0897 1.158 0.63456 1.90 0.0747 1.006'or 1.016 0.0396 1.71 0.0673 0.930 0.0366 1.52 0.0598 0.853 0.0336 1.37 0.0538 01.777 0.0306 1.21 0.0478 0.701 0.0276 1.06 0.0418 0.627 0.0247 0.91 0.0359 0.551 0.0217 0.84 0.0329 0.513 0.0202 0.76 0.0299 0.475 0.0187 0.68 0.0269 -----_ -___---_ €3.61 0.0239 -------- ------ 0.53 0.0209 ---- _ 0.45 0.0179 -------- 0.42 --0.42 0.0164 ------ --- ---- 0.38 _ - 0.38 0.0149 JL - �------ 35 SUBSTITUTION TABLE FOR WIRE METRIC T14ICKNESS WIRE THICKNESS SHOWN ON THE TO BE SUBSTITUTED CAGE NO. PLANS inch mm 6.20 0.244 3 5.72 0.225 4 5.26 0.207 5 4.88 0.192 6 4.50 0.177 7 4.11 0.162 $ 3.76 0.148 9 3.43 0.135 10 3.05 0.120 11 2.69 0.106 12 2.34 0.092 13, 2.03 0.0$0 14 1.83 0.072 15 1.57 0.062 16 1.37 0..054 17 1.22 0.048 1$ 1.04 0.041 19 0.89 0. 335 20 36 .................................................................... ................................................................. ......................................................................................... ............................................................................................................. ..................................................................................... ................................. ................ ........................................................... .................................................. ............................... SUBSTITUTION,TABLE FOR PIPE PILES METRIC SIZE SIZE SHOWN ON THE TO BE SUBSTITUTED PLANS inch x inch mmxmm PP 360 x 4.55 NPS 14 x 0.179 PP 360 x 6.35 NPS 14 x 0.250 PP 360 x 9.53 NPS 14 x 0.375 PP 360 x 11.12 NPS 14 x 0.439 PP 406 x 12.70 NPS 16 x 0.500 PP 460 x T NPS 18 x T" PP 508 x T NPS 20 x T" PP 559 x T NPS 22 x T" PP 610 x T NPS 24 x T" PP 660 x T NPS 26 x T" PP 711 x T NPS 28 x T" PP 762 x T NPS 30 x T" PP 813 x T NPS 32 x T" PP 864 x T NPS 34 x T" PP 914 x T NPS 36 x T" PP 965 x T NPS 38 x T" PP 1016<x T NPS 40 x T" PP 1067 x T NPS 42 x T" PP 1118'>x T NPS 44 x T" PP 1219''x T NPS 48 x T" PP 1524 x T NPS 60 x T" The thickness in miflimeters (T) represents an exact conversion of the thickness in inches(T"). SUBSTITUTION TABLE FOR STRUCTURAL TIMBER AND LUMBER METRIC MINIMUM METRIC MINIMUM NOMINAL DRESSED DRY, DRESSED GREEN, SIZE SHOWN ON THE SHOWN ON THE TO BE SUBSTITUTED PLANS PLANS inch x inch mm X mm mm X mm 19x89 2000 lx4 38x89 4000 2X4 64x89 6500 3A 89X89 90X90 4x4 140x140 143x143 6x6 140x184 143x190 6x8 184x184 19OX190 -8x8 235x235 241x241 1OXI0 296x286 292x292 12x12 37 ............ ........................ ......... ..........................I......................... . .......................................................... ............................................................... ...................................................................................... ..............................................................................- .......................................................................... ............. ................................ SUBSTITUTION TABLE FOR NAILS AND SPIKES ME'T'RIC COMMON METRIC BOXNAIL, METRIC SPIKE, SIZE NAIL, SHOWN ON THE SHOWN ON TO BE SHOWN ON THE PLANS THE SUBSTITUTED PLANS PLANS Penny-weight Length,mm Length,m Length,mm Diameter, mm Diameter,mm Diameter,mm 50.80 50.90 6d 2.87 2.51 63.50 63.50 8d 3.33 2.87 76.20 76.20 761.20 10d 3.76 3.25 4.88 82.55 82.55 82.55 12d 3.76 3.25 4.88, 88.90 88.90 88.90 16d 4.11 3.43 5.26 101.60 101.60 101.60 20d 4.88 3.76 5.72 114.30 114.30 114,.30 30d 5.26 3.76 6.20 127.00 127.00 127..00 40d 5.72 4.11 6.68 139.70 50d 7.19 152.40 60d 7.19 38 ........................... ......................................................................... . __ ... ............................................................................................................ .................................................................................................................... ................................................................................................................... .................................................................................... SUBSTITUTION TABLE FOR IRRIGATION COMPONENTS METRIC NOMINAL WATER METERS, SIZE TRUCK LOADING TO BE SUBSTITUTED STANDPIPES, VALVES,BACKFLOW PREVENTERS,FLOW SENSORS,WYE STRAINERS, FILTER. ASSEMBLY UNITS, PIPE SUPPLY LINES, ANIS PIPE IRRIGATION SUPPLY LINES SHOWN ON THE inch PLANS DIA ETES.NOMINAL DN mm 15 1/2 20 3/4 25 1 32 1-1/ 40 1-1/2', 50 2 65 2-1/2 75 3 100 4 150 6 200 8 250 10 300 12 350 14 400 1 Unless otherwise specified, substitutions of United States Standard Measures standard structural,> shaPes corresponding to the metric' designations shown on the plans and in 'conformance with the requirements in ASTM Designation: A 6/A 6M,Annex 2, will be allowed. 8-1.02 PREQUALIFIED,AND TESTER ISIGNING 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. 39 Temporary Markers For Short Term Day/Night Use(14 days or less) (For seal coat or chip seal applications,clear protective covers are required) A. Apex Universal,Model 932 B. Bunzl Extrusion,Models T.Q.M.,T.12.P.M., and"HH" (High Heat) C. Hi-Way Safety,Inc., Model 1280/1281 STRIPING AND PAVEMENT MARKING MATERIAL Permanent Traffic Striping and Pavement Marking Tape A. Advanced Traffic Marking,Series 300 and 400 B. Brite-Line,Series 1000 C. Brite-Line, "DeltaLine RP" D. Swarco Industries, "Director 35" (For transverse application only) E. Swarco Industries, "Director 60" F. 3M, "'Stamark" Series 380 and 5730 G. 3M, "Stamark" Series 420(For transverse application only) Temporary(Removable)Striping and Pavement Marking Tape(6 months or less) A. Advanced Traffic Marking, Series 200 B. Brite'-Line,'Series 100 C Garlock Rubber Technologies,Series 2000 D. P.B. Laminations,Aztec, Grade 102 E. Swarco industries, "Director-2" F. Trelleborg Industr, R140 Series G. 3M,Series 620 "CR"',and Series A750 H. 3M, Series A145, Removable Black Line Mask (Black Tape: for use only on Asphalt Concrete Surfaces) 1. Advanced Traffic Marking Black "Hide-A-Line" (Black.Tape: for use only on Asphalt'Concrete Surfaces) J. Brite-Line "BTR"Black Removable Tape (Black Tape; for use only on Asphalt Concrete Surfaces) K. Trelleborg Industr ,RB-140 (Black Tape: for use only on Asphalt'Concrete Surfaces) Preformed Thermoplastic(Heated in place) A _Avery Dennison, "Hotape" B. Flint Trading, "Premark," "Premark 20/20 Flex," and "Premark 20/20 Flex Plus" Ceramic Surfacing Laminate, 150 mm x 150 mm A. 'Safeline Industries/Highway Ceramics,Inc. CLASS I DELINEATORS' One Piece Driveable Flexible Type,1700 mm A. Bunzl Extrusion, "Flexi-Guide Models 400 and 566" B. Carsonite, Curve-Flex CFRM-400 C. Carsonite,Roadrnarker CRM-375 D. FlexStake, Model 654 TM E. GreenLine Models'HWDl-66 and CGDI-66 41 F. J. Miller Industries, Model JMI-375(with soil anchor) Special Use Type, 1700mm' A. Bunzi Extrusion,Model FG 560(with 450 mrn U-Channel base) $. Carsonite, "Survivor" (with 450 min U-Channel base) C. Carsonite, R.oadmarker CRM-375 (with 450 mm U-Channel base) D FlexStake,Model 604 E. GreenLine Models HWDU and CGD(with 450 mm U-Channel base) F. Impact Recovery Model»D36,with#105 Driveable Base G. Safe--Hit with 200 min pavement anchor(SH248-GP1) H Safe-Hit with 380 min soil anchor(SH248-GP2)and with 450 mm soil anchor(SH248-GP3) Surface Mount Type, 1200 mm A. Bent'Manufacturing Company, Masterflex Model'MF-180EX-48' B. Carsonite, „Super Duck II" C FlexStake, Surface Mount, Models 704 and 754 T D. Impact Recovery Model D48, with#141 Fred(Surface-Mount) Base E. Three D Traffic Works "Channelflex" Part No. 522248W CHANNELIZERS Surface Mount Type,900 mm A. Bent Manufacturing Company,;<Masterflex Models MF-350-36(Round)and MF-1'80-36(Flat) B. Bunzl Extrusion,Flexi-Guide Models'FG30OLD and FG30OUR C. Carsonite, "Super Duck" (Flat SDF-436, Round SDR-336) D Carsonite,"Super Duck II"Madel SDCF203601MB "The Channelizer" E. FlexStake, Surface Mount,Models 703 and'753 TNI F. 'GreenLine,Model SMD-36 G. Hi-Way Safety,Inc. "Channel Guide Channelizer"Model CGC36 H. impact Recovery Model D36,with#101 Fixed(Surface-Mount) Base I. Repo,Models 300 and 400 J. Safe-Hit,Guide Post, Model SH236SMA K. The Line Connection, "Dura-Past"Madel DP36-3 (Permanent) L. The Line Connection, ".Dura-Past"Model DP36-3C(Temporary) M. Three D Traffic Warks "Channelflex Part No. 522053W' Lane Separation System A. Bunzl "Flexr-Guide(FG)'300 Curb System" B. Qwick Kurb "Klemmfix'Guide System" C. Recycled Technology,Inc. "Safe-Lane System" CONICAL DELINEATORS, 1070 mm (For 700 mm Traffic Cones, see Standard'Specifications) A. Bent Manufacturing Company"T-Top" B. Plastic Safety Systems"Navigator-42" C. Radiator Specialty Company"Enforcer" D. R,oadmaker Company"Stacker" E. TrafFix Devices "Grabber*' 42 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. Cather categories of products, not includedon 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 MARK.ERS,PERMANENT TYPE Retror+eflective With Abrasion Resistant Surface(ARS) A. Apex., Model 921 AR(100 mm x 1001 nun) B. Avery Dennison'' (formerly Stimsonite), Models C88 (100 mm x 100 mm), 911 (100 mm x 100 mm)and 953 (70 mm x 1`14 mm) C. Ray-O-Lite,Model "AA" ARS (100)mm x 100 min) D. 3M Series 290(89 mm x 100 mm) E. 3M Series 2901 PSA, with pressure sensitive adhesive pad.(89>rum x 100 nun) Retroreflective With Abrasion Resistant Surface(AILS) (for recessed applications only) A. Avery Dennison(formerlyStimsonite),Madel 948(58 mm x 119 mm) B. Avery Dennison(formerly Stimsonite),Madel 944SB(51 mm x 1001 nun)*' C. Ray--C3-Lite, Model 20032 (58 mm x 117 mm) D. Ray-D-Lite,Model 2004 ARS (51 roan x 100 mm)* *For use only in 114 mm wide(older)recessed slots Non-Reflective, 100 aim Round A. Alpine Products,"D-Dost" and, "ANR" (ABS) B. Apex Universal(Ceramic) C. Apex Universal,'Models 929(ABS)and 9 9PP(Polypropylene) D. Elgin.Molded Plastics,"Empco-Lite" Model 900'(ABS) E. Hi-Way Safety, Inc.,Models P20-200OW and 2001 Y(ABS) F. Interstate Sales, "Diamond Back" (ABS)and(Polypropylene) G. Novabrite Models Cdot(White)Cdot y('Yellow),Ceramic H. Novabrite Models Adot w(White)Adot-y('Yellow),(ABS) I. Novabrite Models Plot w(White) dot y(Yellow),Polypropylene J. Read.Creations,Model RCB4NR(Acrylic) K. Three D Traffic Works TD100300(ABS), TD10500(Polypropylene) L. Zumar Industries, "Titan TM40A"(ABS) PAVEMENT MARKERS,TEMPORARY TYPE Temporary Markers For Long Term Day/Night Use(6 months or less) A. Apex,Universal, Model 924(100 rain x 100 mm) B. Elgin Molded.Plastics,'"Empco-Lite" Model 901>(100 mm x 100 mm C. Road Creations,Model R41 C(1€30 mm x 100 mm) D. Mega Molded Products"Temporary:Road Marker" (75 mm x 100 nun) 40 OBJECT MARKERS Type "K",450 mm A Bunzl,Model FG318PE' B. Carsonite, Model SMD 615 C. FlexStake,Model 701 KM D. Repo,Models 300 and 4001 E. Safe-Hit, Model SH718SMA' F. The Line Connection,Model DP21-4K Type "K-4"/"Q" Object Markers,600 mm A. Bent Manufacturing"Masterflex"Model MF-360-24 B. Bunzl Extrusion, Model FG324PE C. Car°sonite, Super Duck II D. FlexStake, Model 701 KM E. Repo, Models 300'and 400 F. Safe-Hit, Models SH8 24SMA WA and.SHS 24GP3 WA G. The Line Connection,Madel fiP21-4Q H. Three D Traffic Works"Q" Marken,Part No. 531702W CONCRETE BARRIER MARKERS AND TEMPORARY RAILING (TYPE K)REFLECTORS Impactable`Type' , A. ARTUK, "FB", & Bunzl'Extrusion,Models PCBM-12 and PCBM-T'12 C. Dura ex Corp.,"Flexx 2020"and "Electriflexx D. »14i-Way Safety, Inc.,Model GMKRM100 E. Plastic Safety Systems "BAM"Models(7M=BARR and GM-BWAR' F. Sun-Lab Technology, "Safety Guide Light Model TM-5" G Three D Traffic Works "Roadguide" TD9000 Series Non-Impactable Type A. ARTUK,JD'Series B. Plastic Safety Systems"BAM"Models OM-BITAR.W and©M=BITARA C. Vega Molded Products,Models GBM'and JD THREE BEAM>BARRIER'MARKERS ' (For use to the left of traffic)' A. Bunzl'Extrusion, „Mini" (75 mm x 254 mm) B. Duraflex Corp., "Railrider" CONCRETE BARRIER DELINEATORS,400 mm (For use to the right of traffic) A. Bunzl Extrusion, Model PCBM'T-15 B. Safe-Hit,Morcel SH216RBM C. Sun-Lab Technology, "Safety Guide Light,Model TM16" (75 mm x 300 mm) D. 'Three D Traffic Works"Roadguide"TD9416 Series CONCRETE BARRIER-MOUNTED MINI-DRUM (264''mm x 364 mm x 574 mm) 43, __ ........................................................... .............................................................................. .................................................................. .............................................................................. ....................................................... .. ............................... A. Stinson Equipment Company"'SaddleMarker" SOUND WAIL DELINEATOR (Applied vertically. Place top of 75 min x,300 mm reflective element at 120€1 rnm above roadway) A. Bunzl Extrusion,`PCBM S-36 B. Sun-Lab Technology, "Safety'Guide Light,Model SM12," (75mm x 300 mm) GUARD RAILING'DELINEATOR (Place trip of reflective element at 1200 mm above plane of roadway) Woad Past Type,686 mm A. Bunzl Extrusion,FG 427 and FG 527 B. Carsonite,Model 427 C. FlexStake,Model 102 GR D. GreenLine'GRD 27 E. J. Miller Model MI-375G F. Safe-Hit,Model SH227GRD G. Three D Traffic Works "Guardflex" TD5100 Series Steel Post Type A. Carsonite,Model CFGR.-327 with CFGRBK300 Mounting Bracket RETROREF[.ECTIVE SHEETING Channelizers,Barrier Markers,and Delineators A. Avery Dennison T-6500 Series (Formerly Stimsonite, Series'6200) (For rigid substrate devices only) B. Avery Dennison WR-61 Series C. Nippon Carbide,Flexible Ultralite Grade(ULG)II D. Reflexite,PC-1000 Metalized Polycarbonate E. Reflexite,;AC-1000 Acrylic F. Reflexite,AP-1000 Metalized Polyester G. Reflexite, Conformalight,AR-1000 Abrasion Resistant Coating H. 3M, High Intensity Traffic Cones,330 mm Sleeve A. Reflexite SB(Polyester),Vinyl or"TR." (Semi-transparent) Traffic Cones, 100 mm and 150 min Sleeves A. Nippon Carbide,Flexible Ultralite Grade (ULG)II B Reflexite, Vinyl, "TR"(Semi-transparent)or"Conf'ortnalight" C. 3M Series'3540 Barrels and Drums A. Avery Dennison SVR-6100' B. Nippon Carbide,,Flexible Ultralite Grade(ULG)II C. Reflexite,"Conformal ght",'Super High Intensity" or"High Impact Drum Sheeting" D. 3M'Series''3810 44 Barricades: Type I, Medium-Intensity(Typically Enclosed Lens,Glass-Bead Element) A. American Decal, Adcolite B. Avery Dennison,T-15€0 and T-1600'series C. 3M Engineer Grade, Series 3170 Barricades Type II, Medium-High-Intensity (Typically Enclosed' Lexis, Glass-Bead Element) A. Avery Dennison,T-2500 Series B. Kiwalite Type II C. Nikkalite 1800 Series Signs: Type II,Medium-High-Intensity('Typically Enclosed Lens,Glass-Bead Element) A. Avery Dennison, T-250€1 Series B. Kiwalite, Type 11' C. Nikkalite 1800 Series Signs: Type IH,High Intensity (Typically Encapsulated Glass-Bead Element) A. Avery Dennison,T-5500 Series B. Nippon Carbide,Nikkalite Brand Ultralite Grade II C. 3M Series 3870'' Signs:Type IV,High-Intensity(Typically Unmetallized Microprismatic Element)' A. Avery Dennison,T-6500 Series(Formerly Stimsonite Series 6200) B. Nippon Carbide,Crystal Grade,94000 Series Signs; Type VI,Elastomeric (Roll-Up) High-Intensity,without Adhesive A. Avery Dennison, WU-6014(Fluorescent orange) B Novabrite LLC, "Econobrite" B.``Reflexite "Vinyl" (Orange) C. 'Reflexite "SuperBright" (Fluorescent orange) D. Reflexite "Marathon" (Fluorescent orange) E. 3M Series RS34(Orange)and RS20(Fluorescent orange) Signs: Type VII,Super-High-Intensity(Typically Unmetallized Microprismatic Element) A. '3M LDP Series 3970 Signs: Type'VIII,Super-High-Intensity(Typically Unmetallized Microprismatic Element) A. Avery Dennison,T-7500 Series Signs; Type'IX,Very-Righ-Intensity(Typically,Unmetallized Microprismatic Element) A. 3M'VIP Series 3990 Diamond Grade SPECIALTY SIGNS A. All Sign Products,'STOP,'Sign(All Plastic), 750 nim B. R.elexite "Endurance" Work Zone Sign.(with Semi-Rigid Plastic Substrate) SIGN SUBSTRATE 45 Fiberglass Reinforced Plastic(FRP) A. Fiber-Brite B. Sequentia,"Polyplate" C. Inteplast Group "InteCel"(13 nam for Post Mounted CZ Signs 1200 nun or less) Aluminum Composite A. Alcan.Composites "Dibond Material,2 mm" B. Mitsubishi Chemical America,Alpolc 35 8-1.03'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 TEST ASTM DESIGNATION AASHTO DESIGNATION 216: D 1557 T 180 231 D 2322(a) T 238(a) 203 D 422 T 88', 204 D 43118 T`89&T 90 504 C 231' T 152 518 C 138' T 121 521 C 39 T 22 523 0392&C78 T 177&T 97 ' 533 C 360 211 C 131 &C 535 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 23'1. For each determination of relative compaction by ASTM or AASHTO test methods, laboratory compaction tests per ASTM Designation: D 1557 or AASHTO Designation: T 180''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 sail 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; 8-1.04 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 46' shall not relieve the Contractor of responsibility for pe ng quality cantrc�I testing as required b�`the above and ether provisions of the Standard Specifications and these special provisions. -1.05 METRIC CONVERSIONS Project Plans, County Standard Plans, Construction staking and project Special Provisions (dual units)are in Imperial(English)units. The 1999 California.Department of Transportation Standard Plans and Specifications, which are a part of this contract,are in Metric Units. The following list provides limited number of conversion factors for the contractors to use in converting metric units to English units, the list is not to be considered exhaustive and the contractor shall use standard S.I. conversion factors when converting units not contained on the list. Common Conversion Factors to Metric Units Class Multiply: B To Get` Area Ha(10,000 m ) 2.47 acre M 10.76 ft2' m 1.20 yds kms 0.386 Mie, Length in 3.281 ft mm 0.0394 in km 0.621 mi rn 1.094 d Volume rn 35.31 ft L 0.264 gal L 0.0338 fl oz m3' 1.308 d3 Mass g 0.0353 oz kg 2.205 lb tonne(1000kg) 2.205 kip(1,000 lb) kg 0.0011 short ton(2,000 lb) tonne 1000k ) 1.102 short ton Density k 1.685 lb/yd !Lm! 0.0624 lb/ft Pressure Pa .00€1145 psi MPa(N/MM2) 0.145 ksi Pa 0.0209 Lb/ft' Temperature °C 1.8x °C +32 OF Concrete Strength Metric English Concrete f, 25 MPP 3,600 psi 28>MPa 4,000 psi 35 MPa 5,000 psi 42 MPa 6,000 psi 47 SECTION 9. DESCRIPTION OF WORK The warp to be dune generally consistsof planting trees and shrubs as well as installing>.irrigation systems and such other items or details, not mentioned above, that are required by the plans, Standard Specifications,or these special previsions to be performed;placed,constructed or installed. SECTION 10.` CONSTRUCTION DETAILS SECTION 10-1. GENERAL: 10-1.01 ORDER OF WORD Order of work shall conform to the previsions 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 warp is actually in progress whose sale duties shall be to supervise the work crews and coordinate activities pertaining to the contract operations,including traffic control and public notifications. Prior to any work that obliterates existing traffic stripes and pavement markings,the Contractor shall be responsible for taking an inventory of''the existing'traffic striping and pavement markings. Said inventory shall be submitted to and reviewed by the Engineer. The Contactor shall re-stripe according to this inventory., Full compensation for talking the striping inventory and re-striping accordingly shall be considered as'included in the contract unit prices paid for the -various contract items of pavement striping and marking. Some plants required for this project' may not be readily available and may have to be grown specifically'for this project. 'Within 7 calendar days after the contract has been approved,the Contractor shall furnish the Engineer a statement from the vendor that the order for the plants to be grown for this contract, including inspection'plants and replacement ,plants, has been received and accepted by the vendor. The statement from the vendor shall include the names, sizes, and quantities of plants ordered and the anticipated dates of delivery. The Contractor shall notify the Engineer, in writing, when the vendor has started to grow the plants: The Contractor shall place orders for replacement plants with the vendor at the appropriate time so that the roots of the replacement plants are.not in a rout-bound condition. Attention is directed to Section' 9-1.06, "Partial Payments," of the Standard Specifications. For progress payment purposes, the Department will retain 50 percent of the estimated value of highway planting work done until a statement from the vendor that the order for the plants required for this contract has been submitted to the Engineer. Existing irrigation water line crossovers and>conduits shall be located'prior to performing work on the irrigation system. Unless otherwise shown on the plans or specified in these special provisions, conduits to be jacked or drilled or installed by the open trench method for water line crossovers' and sprinkler control crossovers shall be installed prior to the installation of other pipe supply lines. Clearing, grubbing,; and earthwork operations shall not be performed in areas where existing irrigation facilities are to remain in place until existing irrigation facilities have been checked for proper operation. Trenches within 2 feet horizontally of marked utilities shall be dug by hand: 14-1.02 WATER POLLUTION CONTROL "Water pollution control work shall conform to the provisions in Section 7-1.01 CJ, "Water Pollution," of the Standard Specifications and these special provisions. 48 Water pollution control work shall conform to the requirements in the "Storm Water Pollution Prevention flan (SWPPP) and 'Vater'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.c&gov/hq/construe/storrnwater.htrnl. 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. 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 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 casts and for liabilities imposed by law as a result of the Contractor's failure to comply with the requirements set forth in this section "'W'ater 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 clue the Contractor under the contract, as determined by the>Department,`may be retained by the Mate 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 contrast. 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 pian, 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 49 extent feasible pollutants in storm water discharges from the construction site during construction under this contract The Contractor shall incorporate control:measures in the following categories: A. Soil stabilization; B. Sediment control, C. Tracking control, D, Wind erosion control', E. Non-storm water control;and F. Waste management and material pollution control. Specificobjectives 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 prier to the onset sof 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, PA,.YMEN'I'' Full compensation for conforming to the previsions 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. Detentions for failure to conform>to the provisions in this section "'mater 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. 50 10-1.03 PRESERVATION OF PROPERTY Attention is directed to the provisions in Section 7-1.11, "Preservation of Property,' of the Standard Specifications and these specialprovisions. No construction vehicles or equipment shad be driven or operated on the existing pedestrian path except for small"Walk Behind"equipment. 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 brand 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-gear maintenance period with appropriate security brand being retained by the County. 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. 10-1.04 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 fallowing; Notification Center Tole hone Number Underground Service 77777orthern 1-900-642-2444 CaliforniaLISA 1-800-227-2600 Underground Service Alert-Southern 1-800-42.2-4133 California LSSA ' 1-800-227-2600 10.1.05 CONSTRUCTION AREA SIGNS Construction area signs shall be furnished, ,installed, maintained, and removed when no lodger 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 the provisions in "Prequalified and Tested Signing and Delineation Materials" of these special provisions. Type Il retrorefiective sheeting shall not be used on construction area sign panels. Attention is directed to "Construction Project Information Signs" of these special provisions regarding the number and type of construction project information signs to 'be furnished, erected, maintained;'and removed and disposed of 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, prier to commencing 51 excavation for construction area sign posts. The regional notificationcenters include, but are not limited to,the following:: Notification Center Telephone Number Underground Service Alen-Northern 1=800-642-244 California'` SA 1-800-227-2600 Underground Service Alert-Southern 1-8004422-4133 California< SA 1-8€10»227-2600 Excavations required to install construction area signs shall be performed by hand methods without the use of peer equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed past holes. Sign substrates for stationary mounted construction area ',signs may be fabricated from fiberglass reinforced plastic as specified under' "Prequalified and Tested. Signing and Delineation Materials"' of these special provisions. The Contractor may be required to cover certain signs during the progress of the work. Signs that are no longer required or that convey inaccurate information to the public shall be immediately covered or removed, or the information shall be corrected. Covers for construction area signs shall be of sufficient size and density to completely black out the complete face of the signs. The retroreflective face of the covered signs shall',not be visible either during the day or at night Covers shall be fastened securely so that the signs remain covered during inclement weather. 'Covers shall be replaced when they no longer cover the signs properly. 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. Payment for construction area signs will be made in increments of the contract lump sum pace for this item of work following manner. Initial Increment, 60 percent of the lump sum>price upon satisfactory completion of installation of signs. Final Increment: Balance of the lump'sure price upon satisfactory completion of removal of signs. 10-1.06 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 previsions and these special provisions. Nothing in these special previsions 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 previsions. Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders including any section closets to public traffic. The Contractor shall notify local authorities of the Contractor's intent to begin work at least 5 clays before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic 52 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 job will be affected by road closures, detours or general work by the Contractor. Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane,the shoulder area shall be closed with fluorescent 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 feet intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of 9 cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead)or C24 (Shoulder Work Ahead)sign shall be mounted on a portable sign stand with flags. The sign shall be placed where designated by the Engineer. No construction equipment shall be parked or stockpiled within 10 feet of traffic lane along Stone Valley Road when construction operations are not actively in progress. A minimum of one paved traffic lane, not less than 10 feet wide, shall be open for use by public traffic in each direction of travel when the roadway width is at least 40 feet or more. Where the existing roadway is 40 feet or less, a minimum of one paved traffic lane, not less than 12 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. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays and designatedlegal holidays; after 3:40 p.m. on Fridays and the day preceding designated legal holidays; and when construction operations are not actively in progress. Designated legal holidays are: listed in Section 5 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. LATE REOPENING OF CLOSURES If a closure is not reopened to public traffic by the specified time, work shall be suspended in conformance with the provisions in Section 8-1.05, "Temporary Suspension of Work," of the Standard Specifications. The Contractor shall not make any further closures until the Engineer has accepted a work plan, submitted by the Contractor, that will insure that future closures will be reopened to public traffic at the specified time. The Engineer will have 2 working days to accept or reject the Contractor's proposed work plan. The Contractor will not be entitled to any compensation for the suspension of work resulting from the late reopening of closures. For each 10-minute interval, or fraction thereof past the time specified to reopen the closure, the Department will deduct $100 per 10-minute interval moneys due or that may become due the Contractor under the contract. Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be permitted upon the written request of the Contractor if, in the opinion of the Engineer, public traffic will be better served and the work expedited. These deviations shall not be adopted by the Contractor until the Engineer has approved the deviations in writing. Other modifications will be made by contract change order. 53 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. 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 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," 7-1.09, "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. 10-1.07 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 clearing 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 54 10,-1.08 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 areas of landscaping and irrigation improvements. Activities controlled by the Contractor, except cleanup or other required work, shall be confined to the areas of landscape improvements. :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. 10-1.09 IRRIGATION SYSTEM AND LANDSCAPE PLANTS All landscaping and irrigation systems shall be constructed, installed, and paid for according to the provisions of Appendix A of these special provisions. 10-1.10 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 hand cart methods. Full compensation for traffic stripes and pavement markings shall be considered as included in the contract prices paid for the various items of work and no separate payment will be made therefor. 55 Page 1 of 23 APPENDIX A SECTION 02810 IRRIGATION SYSTEM PART 1 -GENERAL 1.01 RELATED DOCUMENTS: A. These Provisions apply to the work herein specified. 1.02 DESCRIPTION: A. Contractor shall furnish all labor,tools, equipment, product, materials and transportation and perform all operations necessary to properly execute and complete all work in accordance with the Drawings and these provisions. The intent is to accomplish the work of installing an irrigation system which will operate in an optimum manner. B. Related Work Specified Elsewhere: I. Appendix A-Section 02900: Landscape Planting 1.03 QUALITY ASSURANCE: A. Reference Standards: I. ASTM: American Society for Testing and Materials a. D2446: Standard Specification for polyvinyl chloride(PVC)plastic pipe fittings, Schedule 40 and Schedule 80. 2. NSP: National Sanitation Foundation B. Drawings: 1, For purposes of clarity and legibility, drawings are essentially diagrammatic to the extent that many offsets, bend, unions, special fittings, and exact locations of items are not indicated,unless specifically dimensioned. 2. Exact routing of piping, etc., shall be governed by structural conditions, obstructions, as approved by Engineer. Contractor shall make use of data in Contract Documents. 3. The contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that unknown obstructions, grade difference or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences shall be brought to the attention of the Engineer. In the event this notification is not performed, the contractor shall assume full responsibility for any revision necessary. STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 2 of 23 1.04 VISIT TO THE SITE: The contractor shall visit the construction site and shalt take all measurements and obtain any other information, as may be necessary including consideration of underground facilities for a complete and conclusive bid. 1.05 SUBMITTALS: A. Substitutions: Prior to installation, any proposed substitution from the plans or these specifications is to be forwarded, in writing,to the Engineer for approval. B. Record Drawings: I. Provide record drawings as follows: 2. The contractor shall maintain in good order one complete set of prints of all sprinkler drawings which form a part of this contract. In the event any work is not installed as indicated on the drawings, such work shall be indicated and dimensioned accurately on record drawings as changes occur. Dimension from two permanent points of reference, building corner, sidewalk, road intersections, etc.,the location of the following items. a. Connection to existing water lines b. Connection of existing electrical power C. Routing of pressure lines(dimension max. 100 feet long along routing) d. Electrical control valves e. Routing of control wiring f. Quick-coupling valves g. Underground stubouts, including ends of sleeves for future use h. Other related equipment as directed by the Engineer 3. Upon completion of the work, obtain reproducible sepias from the Engineer and neatly correct the plans (to be done by a competent draftsperson)to show the as- built conditions. After the record drawings are reviewed and approved by the Engineer, obtain reduced copies of record drawings sepias, and laminate with weather proofing coating. Submit one (1) laminated reduced copy and two (2) sets of full size record drawings to Engineer upon completion prior to final project acceptance. C. Operation and Maintenance Manuals: I. Prior to the final inspection of the irrigation system, furnish two (2) individually bound Service Manuals to the Engineer. The manuals shall contain the following: a. Index sheet indicating the contractor's name,address,and phone number. b. A copy of the completed warranty-following the form elsewhere in these special provisions. STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 3 of 23 C. Certificate of insurance verifying coverage for completed operations. d. List of equipment with names, addresses and telephone numbers of all local manufacturers' representatives. e. Copies of equipment warranties and certificates. f. Complete operating and maintenance instructions of all equipment including exploded drawings and spare parts list. 2. Provide instruction in operation of system to owner's personnel. D. Hardware Items: I. Three(3)sets of matching Quick Coupling Valve keys and hose swivels. 2. Two (2) sets of any special tool required for the maintenance of each type of component used in the sprinkler system. 1.06 PROJECT COORDINATION: A. Sequencing and Scheduling: Coordinate irrigation installation work with the installation of other site improvements, including utility installation work and landscape installation. B. Environmental Conditions: Site work such as trenching and backfilling shall not be performed during wet,muddy or frozen conditions. Refer to Water-Pollution Control Section elsewhere in the special provisions. C. Rules and Regulations: All work and materials shall be in full accordance with the latest rules and regulations of the National Electric Code; the Uniform Plumbing Code and other applicable state or local laws or regulations. Nothing in these drawings or specifications is to be construed to permit work not conforming to these codes. l. The contractor shall furnish any additional material and labor required to comply with these rules and regulations, though the work is not mentioned in these particular specifications or shown on the drawings. 2. When the specifications call for materials or construction of a better quality or larger size than required by the above mentioned rules and regulations, the provision of the specifications shall take precedence over the requirements of the said rules and regulations. STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 4 of 23 PART 2-PRODUCTS 2.01 PRODUCT DELIVERY,STORAGE AND HANDLING: Handling of pipe and fittings: The contractor is cautioned to exercise care in handling, loading, unloading, and storing of pipe and fittings. Cracks can occur from sudden impact. Protect all plastic products from excessive exposure to sunlight. Any section of pipe that has been dented or damaged shall be removed from the site and, if already installed, shall be replaced with new undamaged piping determined by the engineer. 2.02 MATERIALS: A. PVC pressure main line pipe and fittings: 1. Pressure main line piping: PVC Schedule 40. 2. Pipe shall be made from an NSF-approved Type 1, Grade 1, PVC compound conforming to ASTM 131785. All pipe shall meet requirements as set forth in ASTM D2441, with an appropriate standard dimension (S.D.R.). (Solvent-weld pipe.) 3. All PVC pipe shall bear the following markings: a. Manufacturer"s name b. Nominal pipe size C. Schedule or class d. Pressure rating in PSI e. NSF f. Date of extrusion 4. All fittings shall bear the manufacturer's name or trademark,material designation,size,applicable I.P.D.schedule and NSF seal of approval. B. PVC non-pressure lateral line piping and fittings: I. Non-pressure buried lateral line piping shall be Schedule 40 PVC with solvent- weld joints. 2. Pipe shall be made from NSF approved, Type 1, Grade I PVC compound conforming ASTM D1784. All pipe shall meet requirements set forth in ASTM D2441 with an appropriate standard dimension ratio. 3. Except as heretofore specified all requirements for non-pressure lateral line pipe and fittings shall be the same as for solvent-weld pressure main line pipe and fittings as specified. C. Sleeving and Conduit: Material shall be polyvinyl chloride (PVC) Schedule 40, type 1120/1220 with solvent weld connections. D. Galvanized steel pipe shall be Schedule 40; ASTM (A120) and steel fittings shall be Schedule 40 hot dipped,double banded malleable steel. STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 5 of 23 E. PVC Schedule 80 nipples shall be used with molded threads. Machined threaded nipples will not be allowed. F. Connections between supply line and Remote Control Valves and Quick Coupling Valves shall be as specified or detailed on the drawings. G. Riser assemblies shall be as specified or detailed on the drawings. H. Valves and sprinkler heads shall be specified and/or detailed on the drawings. I. Control wire shall be copper wire as scheduled by valve manufacturer or larger and shall be UL-approved for direct burial in ground. Common ground wire shall have white insulating jacket. All other control wire shall have jacket of color other than white. J. Miscellaneous installation materials: 1. Solvent weld joints shall be of make and type approved by manufacturer (s) of pipe and fittings. Solvent cement shall be a proper consistency throughout use. Mixing thinner with solvent will not be allowed. 2. Pipe joint compound shall be non-hardening, non- toxic materials designed specifically for use on threaded connections in water carrying pipe. 3. Wire connections shall be 3M#3750 Scotch Lok Seal Packs or equal. K. Control or Valve Boxes: I. Provide 14 x 19 inch plastic rectangular control valve box with bolt down lid for each electrical control valve. Lids shall be engraved with controller station number,typical,with bolt down lid. 2. For gate valves and quick coupling valves: Use 9 inch plastic round box. Add extensions for gate valves as required. PART 3-EXECUTION 3.01 GENERAL: A. Irrigation system shall be installed in accordance with all applicable local and state codes and ordinances. B. Follow manufacturer's direction except as shown on the plan or specified in these provisions. 3.02 INSPECTION OF SITE CONDITIONS: A. All scaled dimensions are approximate. The contractor shall check and verify all size dimensions prior to proceeding with work under this Section. B. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damages to utilities which are caused by his operations or neglect. STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 6 of 23 C. Coordinate installation of irrigation materials, including pipe, so there shall be no interference with utilities or other construction or difficulty in planting trees, shrubs, and groundcover. D. Avoid trenching within drip line of trees where possible. When not possible,all damaged roots over 1-1/2" in diameter shall be cut leaving clean face, seal cuts with tree seal,then immediately install pipe, wire, etc., refill trench and soak in the area of these larger root cuts. E. The contractor shall carefully check all grades to satisfy himself that he may safely proceed before starting work on the irrigation installation. F. Coordinate the work of this Section with that of other Sections for the location of pipe sleeves through walls,paving,etc. G. The contractor shall verify water pressure and available gallonage prior to construction. If deficiencies are noted that will hinder the system's performance,notify the Engineer for directions to correct deficiencies. H. The design shown on plans is diagrammatic. All piping,valves,etc.,shown within paved areas is design clarification only. Install piping, valves, etc., in planting areas except for road and driveway crossings. 3.03 PREPARATION-LAYOUT OF WORK: Prior to installation the contractor shall stake out all pressure supply Iines, routing and location of sprinkler heads and notify Engineer for reviewing layout when area or grade differences or obstructions are not as indicated on the plans. 3,04 INSTALLATION: A. Trenching: I. Dig trench straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall generally follow layout shown on drawings. 2. Provide for a minimum of IS inches cover for all pressure supply lines in landscape area. Provide a minimum 24-inch cover for all pressure lines under asphalt paving. 3. Provide for a minimum cover of 12 inches for all non-pressure lines to spray heads. 4. Provide for a minimum cover of 18 inches for all control wiring. 5. Provide for a minimum cover of 24 inches over pipe and wiring under asphalt pavement. B. Backfilling: I. Do not backfill trendies until all required tests are performed. Carefully backfill trenches with specified excavated materials for backfilling, consisting of earth, loam, sanely clay, sand, or other acceptable materials, free from targe clods of STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 7 of 23 earth or stones. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas except 90% as shown on plans. Backfill shall conform to adjacent grades without dips, sunken areas,humps or other surface irregularities. 2. Surround pipe with sand in rocky terrain with a 4"bed and 4"cover. 3. Backfill in proposed asphalt paved areas shall have sand covering pipe with a 6" minimum depth. Subsequent backfill shall be Class 2 aggregate.Asphalt concrete trench paving shall conform to trench paving detail shown on CCCPWD standard plans CDO I i. C. Pipe and Fitting Installation and Connections: I. Install no multiple assemblies on plastic lines. Provide each assembly with its own outlet. 2. Install all assemblies specified herein in accordance with details shown on drawings. 3. Thoroughly clean PVC pipe and fittings of dirt, dust and moisture before installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. 4. On PVC to metal connections, the contractor shall work the metal connections first. Use Teflon tape, or equal, on all threaded. PVC to PVC, and on all threaded PVC to metal joints. 5. Install piping under existing walks by boring whenever possible. Where any cutting or breaking of sidewalks and/or concrete is necessary, it shall be done and replaced at no increase in contract sum. Concrete saw cutting shall be performed at the nearest score mark and new concrete walk installed according to County Standard Plan CA70i and doweled according to County Standard Plan CA74i. Obtain permission to cut or break sidewalks and/or concrete from the Engineer before proceeding. No hydraulic driving will be permitted under concrete paving. D. Line clearance: All lines shall have a minimum clearance of 6 inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. E. Remote Control Valves: Install where shown on drawings. When grouped together, allow at least 12 inches between valves. Install each remote control valve in a separate valve box. Locate boxes in groundcover areas whenever possible, and a minimum of 12 inches from paving or curbs. Each valve shall have a plastic tag identifying the controller station number. F. Control Wiring: STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 8 of 23 1. Make connections between existing automatic controls and electrical control valves with direct burial copper wire. Common wires shall be white. Install in accordance with valve manufacturer's specifications and wire charts. 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. When not possible, house wiring in PVC conduit as described in "Sleeving and Conduit" section. 3. Where more than one wire is placed in a trench the wiring shall be taped together at intervals of 10 feet. 4. Provide 2 foot expansion coil at each wire connection and at least every 100 feet of wire length on runs more than 100 feet in length. Form expansion coils by wrapping at least five turns of wire around a I inch diameter pipe, then withdrawing the pipe. 5. Splicing on runs shall be placed in junction boxes. Indicate all splices on the record drawin&s. 6. All below grade wire connections shall be made by using heat shrink tubing with interwall sealer following manufacturers recommended procedures. 7. Install separate common wire for each controller. Install extra control wire of different color through all valve boxes to controller. G. Sleeving and Conduit: 1. Control wiring passing under proposed concrete and paving shall pass through Schedule 40 PVC conduit-size as required. 2. Sleeving and conduit shall extend six inches (12") beyond farthest edge of pavement or curb. 3. Provide removable non-decaying plug at ends of sleeves and conduits to prevent entrance of earth. H. Flushing of System: I. After all new pipe lines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of sprinkler heads, open control valves and use a full head of water to flush out the system. 2. Install sprinkler head only after flushing of system has been accomplished. I. Sprinkler Heads: I. Install sprinkler heads as shown on Drawings. 2. Spacing of heads shall not exceed maximum shown on Drawings. In no case shall spacing exceed maximum recommended by the manufacturer. 3.05 FIELD QUALITY CONTROL: A. Adjustment of the System: STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 9 of 23 1. Flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks,roadways and buildings. 2. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, the contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of are as required. 3. Lowering raised sprinkler heads by the contractor shall be accomplished within ten days after notification. B. Testing of Irrigation System: I. Notify the Engineer at least three(3)days in advance of testing. 2. Test to be done at no extra cost to the Engineer. 3. Center load piping with sufficient amount of backfill to prevent arching or slipping under pressure. No fitting shall be covered. 4. Testing of pressure main lines shall occur prior to installation of electrical control valves. 5. Pressure Test for Solvent Weld Pipe: a. Apply test for welded plastic pipe joints have cured at least 4 hours or more if manufacturer of solvent cement requires. b. Test supply lines per ASTM-F690 as follows: (1) add water slowly to pipe to avoid water hammer damage, (2) bleed system to insure all air is out of pipes, (3)pressurize system to 125% of design operating pressure for two hours. Visually inspect for leaks while system is holding pressure constant. Note- use hydraulic pump or other safe method - do not use air compressor. Contact County to schedule pressure test. Country requires three(3)working days'notice for test. c. Test bubbler lines at line pressure and visually inspect for leaks. 6. When the irrigation system is completed,contact Engineer to perform a coverage test to determine if the water coverage for planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviation from drawings. This test shall be accomplished before any groundcover is planted. Three(3)working days' notice for inspections are required. 7. Upon completion of each phase of work,test and adjust entire system to meet site requirements. 3.06 CLEAN-UP: Clean-up shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from the site, all walks and paving shall be broomed or washed down, and any damage sustained on the work of others shall be repaired to original conditions. STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 10 of 23 3.47 FINAL REVIEW PRIOR.TO ACCEPTANCE: A. Operate each system in its entirety at time of final review. Any items deemed not acceptable shall be reworked to the satisfaction of the Engineer. B. Final review shall take place after submission of all specified lists, record drawings, and manuals. If any changes occur after final inspection, the record drawings are to be updated by contractor. 3.08 INSPECTIONS: The contractor shall be subject to inspections at any and all times by authorized representatives of the Owner. 3.09 MAINTENANCE; The contractor is to make all repairs and maintain the entire irrigation system from the time of installation through the landscape maintenance period. END OF SECTION 02810 STONE VALLEY ROAD Replanting and Beautification Project IRRIGATION SYSTEM Page 11 of 23 APPENDIX A SECTION 02"0 LANDSCAPE PLANTING PART 1-GENERAL 1.01 RELATED DOCUMENTS: A. These Provisions apply to the work herein specified. 1.42 DESCRIPTION: A. Work to be Included: I. Furnish and place plant hole backfill mix, fertilizer, organic materials, and all other materials incidental to planting work. 2. Furnish all plant materials(trees, shrubs,and plant labels). 3. Furnish all labor,equipment and materials necessary for the installation of plant materials according to these Specifications. B. Related Work Described Elsewhere: I. Irrigation: Irrigation system shall be installed and operative before beginning planting operation. 2. Drainlines and Utilities: Contractor shall fully acquaint himself with the existing conditions particularly in reference to underground piping. Any damage to utilities and drain lines caused by the Contractor shall be repaired by him at no cost to the County. 1.03 REQUIREMENTS OF REGULATORY AGENCIES: A. Perform work in accordance with all applicable laws, codes, and regulations required by Contra Costa County and any other authorities having jurisdiction over such work. Provide for all inspections and permits required by Federal, State, and local authorities in furnishing, transporting,and installing materials. B. Certificates of inspection required by law for transportation shall accompany invoice for each shipment of plants. File copies of certificates with the Engineer after acceptance of material. Inspection by Federal or State Governments at place of growth does not preclude rejection of plants at project site. 1.44 QUALITY ASSURANCE: A. Personnel: All planting work shall be performed by personnel familiar with planting procedures under the guidance of a qualified supervisor. B. Quality: Minimum quality of all plant material shall conform to prevailing published specifications of the California Association of Nurserymen and the American Association of Nurserymen `American Standard for Nursery Stock' unless otherwise indicated. Additional specifications shall be indicated on the drawings. STONE VALLEY ROAD Replanting.and Beautification Project LANDSCAPE PLANTING Page 12 of 23 The Engineer reserves the right to require the Contractor to replace at the Contractor's cost any plant which the Contractor has installed without the Engineer's approval. D. Plants shall be subject to inspection and approval of the Engineer at place of growth or upon delivery for conformity to specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. Wherever the terms "approve", „approval"' or "approved"are used herein they mean approval of the Engineer in writing. E. Plant Certification: All plants must meet specifications of Federal, State, and County laws requiring inspection for plant disease and insect infestations. Inspection certifications required by law shall accompany each shipment, invoice and order for stock. 1.05 SUBMITTALS: A. Submit to the County all required government plant inspection certificates. B. Submit to the County proof of required government permits for the use of pesticides, insecticides, and herbicides along with a list of proposed products and application. C. Plant Material Certification: Within thirty (30) working days after award of the contract, Contractor shall submit notice to the County certifying the quantity and species of plant material ordered, the nursery supplying the material and any plant material unavailable at the time, and variety with an equitable adjustment of contract price to be approved by the County. If plant materials are certified by the contractor and then not available at the time of installation the contractor shall upsize with available plant material at no additional cost to the County. D. Furnish 6 copies of manufacturers' literature for the following items: I. Fertilizer E. Provide analysis from an approved testing laboratory for: I. Organic Amendment 2. Existing Soil F. Submit one(1)quart sample each of mulch and organic amendment. G. All submittal data excluding schedule shall be forwarded in a single package to the County within 30 days of award of the contract. 1.06 SAMPLES AND TESTS: A. Engineer reserves the right to take and analyze samples of materials for conformity to specifications at any time. Contractor shall furnish samples upon request by Engineer. Rejected materials shall be immediately removed from the site at Contractor's expense. Cost of testing of materials not meeting specifications shall be paid by Contractor. 1.07 JOB CONDITIONS: A. Delivery: I Deliver standard products to site in original unopened containers bearing manufacturer's guaranteed chemical analysis,name,trade mark and conformance to state law. STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING Page 13 of 23 2. Deliver plants with identification labels. a. Labels should state correct name and size. b. Use durable, water-proof labels with water resistant ink that will remain legible for at least 60 days. 3. Protect plant materials during transport to prevent damage to rootball or desiccation of leaves. 4. Remove unacceptable plant materials immediately from job site. B. Storage: I. Contractor shall maintain the plant material properly between delivery and planting. This includes protection from animals and vandals,proper watering,and feeding if necessary. C. Timing: Under no circumstances shall any work be performed if the temperature exceeds 90 degrees or is below 40 degrees. No planting shall be done with the soil saturated with water. 1.48 PROTECTION: A. Protect structures,utilities and other on-site facilities from damage. B. Protect existing vegetation to remain. 1. Do not store materials or equipment,or operate or park equipment under the branches of any existing plant to remain except as actually required for construction in those areas. 2. Provide barricades, fences or other barriers as necessary at the drip line to protect existing plants to remain from damage during construction. 3. Notify Engineer in any case where Contractor feels trenching or other construction called for by Contract Documents may damage existing plants to remain. 4. If existing plants to remain are damaged during construction, Contractor shall replace such plants of the same species and size as those damaged at no cost to County. Determination of extent of damage and value of damaged plant shall rest solely with Engineer. 1.09 GRADING: A. Retain existing drainage patterns 1. In areas where gravel is removed,hold finish grade 1"below sidewalk to allow for mulch. 2. In areas where planting area slopes towards sidewalk from curb, ease grades to provide a swale area adjacent sidewalk. 3. infill low areas as necessary to maintain drainage pattern. PART 2-PRODUCTS 2.41 SOIL AMENDMENTS: STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING Page 14 of 23 A. The following organic amendments and fertilizer rates are to be used for bid basis only. The lab recommendations shall be for soil mix for backfill of shrubs and trees, and shall be considered a part of this specification. B. Organic Amendment for Plant Pits: 1. Organic Amendment:Nitrogen-treated organic amendment conforming to: Physical Properties: 95%-100%passing,sieve size 6.35mm 'Im", 80%-100%passing,sieve size 2.3 8mm No. 8, 8 mesh and 0%-30%passing, sieve size 500 micron No. 35, 32 mesh. Chemical Properties: Nitrogen Content dry weight basis--0.4-0.6%iron content—minimum 0.08%dilute acid soluble Fe on dry weight basis,soluble salts—maximum 3.5 millimhosl centimeter @ 25 degrees C.as determined by saturation extract method;ash--0-6.0%. 2. Amendment Testing: Contractor shall provide data on proposed organic amendment to show that it conforms to the requirement. C. Fertilizer: 1. Shrubs and trees: a. 21 gram 20N-10P-5K slow release fertilizer tablets as manufactured by Agrifor . Apply according to Manufacturer's instructions. b. Post-planting: 21N-OP-OK Ammonium sulfate 5 lbs.Per 1,000 square feet. 2.02 BARK MULCH: A. Provide 3" layer of cedar bark mulch over new landscape areas. B. Bark mulch shall be an organic mulch top dressing with a maximum size of 1/8", equal to "Sun Up" Small Decorative Bark(800)222-2551 as approved by County. C. Shredded mulch material shall be used where slopes exceed 2:1. D. All landscape areas shown on the plan to be treated with pre-emergent prior to mulching. 2.03 GROUNDCOVERS,TREES,AND SHRUBS: A. All plant materials shall be nursery grown in accordance with the best known horticulture practices and under climatic conditions similar to those in the locality of the project. Container stock shall have grown in the containers in which delivered for at least six (6) months, but not over two years. No container plants that have cracked or broken balls of earth when taken from container shall be planted except upon special approval by Engineer. B. Plants shall be vigorous and shall have a normal habit of growth. Plants shall be free of damage by insects,pests, diseases or wind; burns from insecticides or fertilizer; and stunted growth due to lack of water, lack of food, diseases, or other causes. Plants shall be in conformity with the sizes shown on the drawings. STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING Page 15 of 23 C. Trees: Unless otherwise specified, tree trunks shall be straight with leader intact, undamaged, and uncut. All old abrasions and cuts are acceptable only if completely callused over. D. Quantities: Quantities necessary to complete the work as shown on the drawings shall be furnished. PART 3-EXECUTION 3.01 GENERAL A. Plant Material Approval: Before planting operations commence, all plant material shall be reviewed by the County. Defective plants installed without such review shall be removed from the site upon request by the County and an acceptable plant substituted in its place. B. Layout: Only those plants to be planted in any single day shall be laid out. Locations of all plants shall be reviewed by the Engineer prior to planting. Plants installed without this review shalt be transplanted as directed by the County. C. Protection of Plants: Contractor shall maintain all plant materials in a healthy growing condition prior to and during planting operations. Contractor shall be responsible for vandalism, theft and damage to plant material until the commencement of the maintenance period. D. Root Systems: Contractor shall be responsible for inspection of all root systems on plant materials. Inspection shall include, but not be limited to, checking for root bound stock, encircling roots at the perimeter of the container, girdling roots at the top surface of the rootball, and other defective root conditions. Such inspections shall include the complete removal of soil from one percent of plant material containers, or at least one plant from each nursery and each plant type. Contractor shall cut defective or potentially defective girdling, root bound, and encircling roots and spread the root system into the surrounding backfill. Plants with excessively defective root systems shall be rejected by the Contractor. 3.02 SOIL,PREPARATION: A. The Contractor shall prepare the site for landscaping. In the entire area designated for landscaping on the plans, he shall, prior to preparing tree and shrub plant pits, clear the surface areas of weeds,roots,debris,rocks, and gravels shown on the plan. B. Soil Mix for Backfill of Shrubs and Trees: One half of native soil and one half of organic amendment. 3.03 SHRUBS AND TREES: A. Preparation: 1. Stake out location for plants and outline of planting beds on ground and obtain the approval of Engineer before digging. 2. The Contractor shall protect all utilities,vegetation, and structures during work. 3. Trees shall be located a minimum of 3' from walls, overheads,walks, curbs, headers, and other trees within the project. If conflicts arise between size of areas and plans, STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING Page 16 of 23 Contractor shall contact Engineer for resolution. Failure to make such conflicts known to the Engineer will result in Contractoes liability to relocate the materials. B. Excavation: I. All plant pits shall be dug with vertical walls. The sides and bottoms of all planting pits shall be thoroughly scarified. 2. Holes for one(1)gallon size plants: per detail Sheet L-6,#2. 3. Holes for fifteen(1 S)gallon size plants or larger: per detail Sheet L-6,#1. C. Plants in Containers: I. Plants shall be removed carefully from their containers after the containers have been cut on two sides minimum; fifteen-gallon containers shall be opened in three places. 2. After removing plant material from its container, stimulate root growth by making four or five vertical cuts I"deep around the circumference of the root ball. 3. Do not lift or handle plants by the top, stems, or trunk at any time. All plants shall be lifted in such a manner that the root ball is supported from the underside. 4. The Contractor shall check all plants for adequate root systems. If the root system is defective, he shall remove deficient plants from the site and replace thein with new ones. D. Plant Tablets I. All container plants shall receive plant tablets as follows: One-gallon plants: two 21-gram tablets Fifteen-gallon trees: twelve 21-gram tablets Space the tablets evenly around the root ball halfway up backfill touching side of root ball. The County Inspector may require excavation of plants selected at random for conformance review. E. Planting: I. Center plant in pit or trench over tamped soil mix. 2. Face for best effect. 3. Set plant plumb and hold rigidly in position. 4. All plants shall be set in the ground. Set root ball 2" above the finish grade. All plants that settle below the finish grade within 30 days of acceptance of the work shall be replanted in the proper position. In case a total section of planting area settles, the Contractor shall lift the plants, import additional soil mix, regrade, and replant, at no additional cost to the Owner. STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING Page 17 of 23 5. Use sail mix only for backfill. Backfill pit with soil mix in 9" layers and water each layer thoroughly to settle soil. The filled pit shall be flush with surrounding grade when complete. 6. When the plant pit has been approximately one half filled, place planting tablets according to the manufacturer's schedule. 7. Apply post-planting fertilizer. 8. All landscape areas shown on the plan shall be mulched with 3" layer of fir bark for weed control. 3.04 TREE STAKING: A. Stake trees as indicated on the Drawings. B. Tying: Find the proper support height by holding the trunk in one hand and pulling the top to one side and releasing it. The lowest height at which the trunk will return to the upright position when the top is released, is the height at which to attach tree ties. 3.05 PESTICIDE: A. Pesticides: Contractor shall verify compatibility, dosage and other application procedures with a licensed pest control operator and with the manufacturer and shall pre-test any and all chemicals at the site to verify total compatibility with proposed plantings and shall be responsible for any damages arising from the inappropriate use. Contractor must be registered in the County prior to pesticide application. Pre-emergent: Contractor to apply pre-emergent as required to eliminate all existing weeds after clearing and grubbing prior to planting and placement of ,mulch in all lanscape areas. Herbicide: Treat all planting areas 20 days after planting as required to obtain weed control. Anti-desiccant: Apply one or more application of anti-desiccant to plants immediately after arrival to the site and thereafter as required to minimize wind damage to plants. 3.07 PRUNING. A. Tree and Shrub: Pruning shall be performed as required to maintain a natural appearance, promote healthy and vigorous growth,and eliminate diseased or damaged growth. B. 'frees shall be pruned to thin crown and avoid wind damage, eliminate narrow V-shaped branch forks that lack strength,eliminate sucker growth,and maintain a radial branching pattern to avoid crossing branches. C. Under no circumstances will stripping of lower branches ("raising-up") of young trees be permitted. Lower branches shall be retained in a "tipped back" or pinched condition with as much foliage as possible to promote caliper trunk growth(tapered trunk). D. Major pruning of trees to compensate for root loss or for aesthetic reasons shall be done only with approval of the Engineer. STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING Page IS of 23 E. Shrubs shall not be clipped into balled or boxed forms, unless such is required by the design and directed by the Engineer. F. All pruning shall be made flush to lateral branches, buds, or trunk. "Stubbing' will not be permitted. G. Damage: All cuts over I" resulting from pruning or wind breakage shall be inspected periodically for insect infestation or disease. 3.08 CLEAN UP: A. Keep all areas of work clean and neat at all times. At the end of each day, all cans, boxes, and other debris that is a part of the planting operation shall be removed from the site. B. Sidewalks shall remain clean and unobstructed throughout project. All pavements shall be washed off, and site shall be left in an absolutely clean condition at the end of project. All planting areas shall be cultivated and weed free before final inspection. Clean-up operations shall take place throughout the course of work so that walks and drives are clean at all times. 3.09 INSPECTIONS: A. Notification: The Contractor shall notify the Engineer a minimum of 72 hours before requiring a visit by the Engineer or his duly appointed representative to the site. B. Reviews: The Contractor shall specifically request the following reviews prior to progressing with the work: I. Finish grade 2. Irrigation installation,see Section 02810 3. Plant material approval and layout 4. Substantial inspection 5. Substantial acceptance 6. Final inspection 7. Final acceptance C. Final Inspections: The County shall review the site per the following schedule: 1. Substantial inspection —One visit upon completion of all work to review the entire site for conformance to plans and specifications. Contractor shall submit irrigation As-built at that time for on-site review. A punch list documenting any items not in conformance will be distributed to the Contractor. 2. Substantial acceptance — Follow-up visit to verify that punch list items have been corrected and to establish date for maintenance period to begin. The date of the site visit shall be the start of the maintenance period provided all deficiencies have been corrected. 3. Final inspection — One visit to review site at end of maintenance period. Any deficiencies will be noted in writing at that time and distributed to Contractor. 4. Final acceptance — One visit following completion of all punch list items to verify that the project is complete and establish date of final acceptance. 5. All Record Drawings, keys, manuals and other submittals as detailed in the Irrigation Specifications shall be delivered prior to Final Acceptance Inspection. STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING Page 19 of 23 6. Should it be determined at the Final Inspection or Final Acceptance visit that any punch list item is incomplete, the County will terminate any further review of the site until all items are guaranteed,in writing,to be complete by the Contractor. The cost of additional site visits by the County to verify completion of work as well as any revisions to the Record Drawings shall be paid for by the Contractor. 3.10 MAINTENANCE: A. Contractor shall furnish all labor, material, equipment, and services required to maintain the landscape in a healthy and attractive condition for a period of 180 days. B. Maintenance shall include fertilization per soil's report and recommendations, watering, insect and disease control, pre-emergent herbicide by a licensed pest control operator for weed control, weekly trash removal, mulching, restaking trees, tightening of guys, resetting plants to proper grades or upright position,and restoration of watering basins. C. Maintenance period shall not start until all elements of construction, planting, and irrigation for the entire project are complete. Project will not be segmented into maintenance phases, unless specifically authorized in writing by the:Engineer. D. The Contractor shall request an inspection to begin the plant maintenance period after all planting and related work has been completed in accordance with the Contract documents. A prime requirement is that trees,shrubs,groundcover and lawn areas be planted. If such criteria is met to the satisfaction of the Engineer, a field notification will be issued to the Contractor to establish the effective beginning date of the period. E. The Contractor's maintenance period will be extended if the provisions required within the plans and specifications are not filled. F. Watering: I. All plants shall be kept watered as often as it is necessary to keep them in optimum, vigorous growth. Watering shall be done preferably during the early morning hours. 2. Water shall be controlled so that there will be no excessive run-off, ponding, or overwatering. 3. Root Growth: Periodically the Contractor shall check the progress of the root growth within the back fill area. As the root growth increases beyond the root ball,the frequency of watering shall be reduced so that the roots are encouraged to grow to a lower soil depth. Watering then shall be less frequent, but applications shall be very slow and the Contractor shall assure himself that water does penetrate to the depth of the former plant pit. G. Spraying: l. All shrubs and trees shall be inspected at least twice a month during the growing period to determine the need for spraying to control insect damage, fungus development or any other disease that might be attacking the plants. Preventative spraying shall be done only with the approval of the Engineer. 2. Operators of spray equipment shall take all reasonable precautions to protect themselves, other people and buildings from spray. The Contractor shall have all permits and licenses STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING ....................... -X............... ..... ................ Page 20 of 23 required for such an operation. Where applicable, dormant spray shall be applied to shrubs and trees during the winter period. 3. All equipment shall be property washed before and after use. 4. No spraying shall take place during windy or gusty days. H. Staking and Guying: Stakes and guys shall be inspected a minimum of two times a month to assure that the wires and ties are tight and no damage has occurred to the tree trunk or branches. 1. Weed Control: 1. Weeds shall be kept under control at all times, either by hand or by the application of herbicides designed for use on any type of weeds invading the planting and mulched areas. 2. All equipment used for herbicides shall be properly cleaned before it is used on this project. Herbicides shall be applied at temperatures recommended by the manufacturers. Herbicides shall not be used during windy or gusty days. All possible precautions shall be taken to protect vegetation which is susceptible to damage from the particular herbicides to be used. 3. The bases of all plants shall be kept completely free of weeds. Periodically,the base of the trees and shrubs shall be cultivated in order to allow better penetration of water, but such cultivation shall be carefully done in order not to destroy surface roots. J. Herbicide Application: Herbicide shall not be used until all plant material has been planted a minimum of 20-days. All planting areas shall be kept weed-free by non-herbicide methods during this time period. K. Fertilization: Fertilizer(s) shall be applied per Soil and Plant Laboratory recommendations. For bidding purposes, assume initial application to be four weeks after planting and subsequent applications to be at 45-day intervals. L. Litter: The Contractor shall remove promptly after pruning, trimming, and weeding or other work required under the contract, all debris generated by his performance of the work. Immediately after working in the areas of public walks, driveways or paved areas, they shall be vacuumed clean with suitable equipment. All areas covered by this contract shall be kept free of the following items: bottles, cans, paper cardboard or metallic items. Common debris and litter shall be disposed of in an appropriate manner. M. Pruning: Prune as necessary to remove injured twigs and branches,dead wood,and suckers. 3.11 GUARANTEE AND REPLACEMENT: A. County's Responsibility Work installed under this contract damaged by vandalism, vehicular damage and/or theft during the installation of the work and up to final Acceptance shall be repaired or replaced by the Contractor without cost to the County. After Final Acceptance, these damages and similar factors such as extensive litter, abuse and defacement shall be the County's responsibility to STONE VALLEY ROAD Replanting and Beautification Project LANDSCAPE PLANTING Page 21 of 23 repair or replace and shall not be a part of this contract. No planting shall be guaranteed beyond Final Acceptance,except as to conformance to specified species and variety. B. Contractor's Responsibility The Contractor shall replace, in accordance with the Drawings and Specifications throughout the maintenance period and prior to Final Acceptance, any plants that die, or in opinion of the Engineer or County's representative, are in an unhealthy or unsightly condition, have been vandalized and or have lost their natural shape due to dead branches, excessive pruning, inadequate or improper maintenance, faulty such as damaged irrigation system, or any other causes due to the Contractor's negligence. C. Substantial Completion Shall be deemed as the time all plantings are installed, and when all other work is satisfactorily completed (with the exception of minor items to be completed as noted upon a checklist compiled by the County Inspector). Maintenance period shall not commence until substantial completion is reviewed by the Engineer. D. Final Inspection Contractor shall request a final inspection of the project within five(5)days in advance of the inspection. Failure to request this notice shall automatically extend the date of final acceptance. The maintenance period will continue until final completion is approved and accepted. E. Contractor shall guarantee all plants latent defects,disease or death and injury for a period of 12 months after final acceptance of the total project by the County and will replace if necessary at Contractor's expense. F. Contractor shall replace at no expense to the County within 30 days after the notification from County,plants that are dead or not in a vigorous,healthy growing condition;replacement shall be of the same kind and size as originally specified and shall be planted as described on the drawings and in the specifications. G. Contractor shall not be held liable for loss of plant materials during the guarantee period due to vandalism or accidental causes. H. The first day of the guarantee period shall be the date of the letter informing the Contractor that the maintenance period has been accepted by the County. END OF SECTION 02900 STONE VALLEY ROAD Replanting and Beautification.Project LANDSCAPE PLANTING ..................... ...... Page 22 of 23 APPENDIX A IRRIGATION SYSTEM AND PLANTING COST BREAK-DESIGN AND PAYMENT 1.01 COST BREAK-DOWN The Contractor shall furnish the Engineer a cost break-down for the contract lump sum items of planting and irrigation system. Cost break-down tables shall be submitted to the Engineer for approval at the pre-construction meeting after the contract has been approved. Cost break-down tables shall be approved, in writing, by the Engineer before any partial payment will be made for the applicable items of planting and irrigation system involved. Cost break-downs shall be completed and furnished in the format shown in the sample of the cost break-downs included in this section. Line item descriptions of work shown in the sample are the minimum to be submitted. Additional line item descriptions of work may be designated by the Contractor. If the Contractor elects to designate additional line item descriptions of work, the quantity, value and amount for those line items shall be completed in the same manner as for the unit descriptions shown in the sample. The line items and quantities given in the samples are to show the manner of preparing the cost break-downs to be furnished by the Contractor. The Contractor shall determine the quantities required to complete the work shown on the plans. The quantities and their values shall be included in the cost break-downs submitted to the Engineer for approval. The Contractor shall be responsible for the accuracy of the quantities and values used in the cost break-downs submitted for approval. The sum of the amounts for the line items of work listed in each cost break-down table for planting and for irrigation system work shall be equal to the contract lump sum price bid for Planting and Irrigation System. Overhead and profit, except for time-related overhead, shall be included in each individual line item of work listed in a cost break-down table. No adjustment in compensation will be made in the contract lump sum prices paid for planting and irrigation system due to differences between the quantities shown in the cost break-downs furnished by the Contractor and the quantities required to complete the work as shown on the plans and as specified in these special provisions. Individual line item values in the approved cost break-down tables will be used to determine partial ak payments during the progress of the work and as the basis for calculating an adjustment in compensation for the contract lump sum items of planting and irrigation system due to changes in line items of work ordered by the Engineer. When the total of ordered changes to line items of work increases or decreases the lump sum price bid for either Planting or Irrigation System by more than 25 percent, the adjustment in compensation for the applicable lump sum item will be determined in the same manner specified for increases and decreases in the total pay quantity of an item of work in Section 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications. STONE VALLEY ROAD Replanting and Beautification Project Irrigation System and Planting Cost Break-Design and Pavement Page 23 of 23 PLANTING AND IRRIGATION SYSTEM COST BREAD-DOWN Contract No. UNIT DESCRIPTION UNIT APPROXIMATE UNIT AMOUNT QUANTITY COST 15 gal. Tree, Including stakes,soil EA amendment Root Barriers LF Shrubs (1 gal, including soil amendment) EA Clear'& Grub SF Remove gravel 2"-3"depth)&disposal SF Mulch/Weed Control SF Sleeves includin trench backfill LF Asphalt demo and re air SF Curb demo and repair LF Bubblers for trees EA Bubblers for Shrubs EA 1 l�"Mainline LF Lateral LF 1"RCV's LF Quick Coupler EA Filter EA Grate Valves EA Traffic Striping Lf TOTAL 1.02 PAYMENT The contract lump sum price paid for planting and irrigation system shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in installing the planting and irrigation system complete in place, including doing all of the work necessary to install complete in place, as shown on the plans, as specified in the Standard Specifications and in these special provisions and specifications, and as directed by the Engineer, and no additional compensation will be allowed therefor. msunm G:\GrpData0esign\CTSPBC\03specs\Stone Valley Rd Replanting&Beautification.doe STONE VALLEY ROAD Replanting and Beautification Project Irrigation System and Planting Cost Break—Design and Pavement t STD. PLAN CA70i } jig w � ` `a c°6 con Gte ....� va µ"`q}'viti = u'L' Yyt. o 'g'b 'd ..w t[ a z V5 eaew�w gu tl n ° cn G LL ¢S p.. +..5✓� @ r V < �j °•00 v0ui # # P iii L aQ� t h i3 'tlp V V n i5 0 Sm 5t NO v o na aww 8 �tl o1} a,nr .5 �,`u UCL Lj _ w C YY w Yn w} Nw a.0. u •T`r °a 3w. a .4,p G _ T ill i UCF a°W Yl� UY 3.� 3C U ty» wt C?� Mu aw � �r � •Y � ��yy w a „ i h Is ' C A U Yr N q,y pq W >a A'' IC S w w Yl N� q ��""1177 J • a b J 6 4 r 'd . ori ' n W tr a •}Sj b - �Vi C Q role•° •a Q Clq x rye � w w � ; a° < - t• a .7. • �: x N nbUtG � v C Rat � u`F�CyrQ 4 •. wj Y 1 W Y , '•t �C W D rn � t.Y . .� LS A't8X Q y19 s Y .01am rm cn a J f ° barn .x2 w❑ u°nx u-ty}� c U G J z S 1 Q.PLAN CA74! Y a Y cr jig i $ ?!l c' IY • V u EEl.; YM.n' o f • Y E V aj (,r��+ is Q _ et•' uy �O CLP 64 k".ry ""44•,.1 x dk d�< �V Y �V O .�S 6 W �r+rq.. • OE ay�u YC E t�' yy, Lu A .. ({��♦(■ til ' a c o y .£� fl0 tr µ N s a ,.—.' 36 ��4� ay' Y,Lati Jcr. �h Cw. Y� aa„p w 4.3 CS s < n4 c'i G o; EY S C� n CS 02 f UA v uj 4Y z _ w uj a +- Ix La UJ a W w ` 4 ti�'•- A � ff 6 n`x :2 iL • YYY W ' � y, RYO I Y jj � x a•'x Ls'Fiu Y A Y O Z i.. ASS WG Q U CL �i z U. �3 t U. a f C ^� ► g Lu z a �urn { N A m t\ � Z CO p oo 05 r w C14 oo x : $ tv z r5 � J Z 0 K 0 6 0 � ,Y ' VVVjIII� � W z z0 CV O p cW) i= U a J w LL. S U z z � ;iw dt1. w COI w z V m a iE r M,. o w O� 3 zd- h-• w 0 0 In 6 % L(C)r) 0 Wi (..� v I0� Lcol U) te) 00 CL>` UU a 0 � -...� C� VALLEY OAKS lT— rcl�, L 1• .a1. O� S? pAU z l�J x U m 0 a ( CL 00 w U �ltl PSE y -1 O � Z N3 + 0 0 w 0 � SrOSE VALLEY JO Now +� pp z r N Z V. }— Z Z z n J Z G7 w O Q m O w a d� �d zd �3 a ' v z Z F- wJJJwa- cLa_ a0 a w w a w w � ;W J a_ a. a_ C] Z Z Z Z Z W a (11) !C zz zz - - - - - a z (".� U = -J D- Q C9 C9 U' cJ t 4% �. ' a z � O w F w ..J J J J a: it a: tr a: �J � z O a •� ; 0 r V X z i 1 1 7 7 f 1 t I 1 1 a • W J J J J J J J J J J J '✓ Q: Z w a_ . . . . . . . . . . uo � c r. acc 06 _j 9 UJ U, y tz 0 . . . . . . . . . iv flu 8T_ P4U Ul 7 IL �11C3 in in► Ul i7 Y9 Jim go Li bpb i• de S-1 IHS 33 t_1 JPS 33S uj Olt,0 21, tf) fl jZ— Wig V-1 IHS 33S OIL EY RE). LAJ 400 _j I a .j I i I c I d) OIL d) 000 ,-1, 11 < cl ul2 . . . . . . . . . . . cn Wz 0- 0 Cc ■ M0138 33S '3MlHD1VW LU Ul 3AOSV ir-1 133HS 335 '3"IHDIVW FR -1 k ul tu { t LL LU d r L- 00 3AOSV 335 '717R-45JLVW 01000 0\ cnz C1 -y �#y - OZO - Ul ° z0fl Od Q �- . U) W w g . . . . . . . . . . . a z U. . . . . . . . . . . . . . . . W M0139 33S '3NIlN�l�dW 3it08b` 5-`1, 133NS 33S `3I��tN�l'dVV ■tee ■�r�rw a�rr■u y J �� ■� / �`\ \ �,k ( r x uj U tu r f t f s. UA �- .� . * -A h. t, rill ~U > �,,,■., ,,.�,�, .� • ■�. � ■�.... �... .� """. .....` 311C�9d 335 311`#-13l�dIN� ■... 1 OIN £-`t ANS 33S 3�1 HISIbW co OZO — CL . . . z uj . . to m M � M0139 335 '3NII DIVW � d ( n Id .1 r 'M.O.'s 0 {/4 1f�I�1M� ! �14■� ` ! Y Y f uu Q 1 A _ vr - r`• R m 3F1S 335 �*='SIvW i� �rwre � 3nQSV 335 3NI1NDJLVW . . . Co . • . . O. . . CD QZZ � y r • . Y • s � '� � iffr� �� � JJJ � �v w UN fff . . . . . . . . . . . . . . . C M 41 t� m ■ i E F i4 ;t�4 > . r LLt F `k J w 1wh a qj n a 2 m :.. . - CC y F J lo # ° h h N r •..•n7L :p Wiz © Zo � z ti Iccda ., 001 U QZa i pis . quiz y VzoLu 64 c> o . : wo z CL LL tL LU m a ■ MO138 33S '3NIlH:)1bf W i 1 3/ OGV 8-1 133HS 33S '3NIIH:)lVW i O .all�nNuvw avw Aa>r 0" CQ C o fl 71 Nuvw Nunn La i ( r P 0 x-41 ALL C)C) \ i 1 0 1 � p 1 :°> Ir 0 1 3RO8V 33S 3'NI1H:)IVW . . . r� $ . . . 0 zp Zo a . . . > �= • to U wLu —�U. �w} • . L U SMI 1% uj r � M0138 33S '3NI IH:)IVW 3AO8V 5-1 133HS 33S '3NIIHJlb'W i 1 I ° Io Cl yCa 10 � i !tj + > CQ It i I I x # I i (LAI 4 A � � ! i 3� } y "r C2 i 1 5 1 w # 1 -Aco cq � f 4E,Cf t 1 1 1CQ i i � I st r N s� 4 i 1 I C i a I CQ I M0138 L-1133HS 33S '3NIIH:).LVW ■••► •�••• ••■ •..�■ ,.L.. � 3AOGV 33S '3NIIH:)1VW . . . . n Oz > . . . Wa U,- CID m M0138 33S '3NI1H:)IVIN M �� 11rlMwlli MpMlwf �! ■�� ■� � r" cr) r 0cr) tC7 jj » O 3 l yam' 0 °' IIIIII t g� a � I � 1 cI ui t , t p d 01 k vie r s~ A a t 1 d' 3AO8V 335 `3Nt1H W CQ fv .i 99 Q = lilt42 tn' s ill LP ,l$lt aSit+� v/'a t j7IS F {1 lit L ELM L 1110 M0138 8-1133HS 335 3NI1H:)IVW _ m o `s ;; „3$— 'i p g Lp EL SEA i PIS z lit i 1 a rul = y �, s 1 2 It s—s +fir — ua 31 t t a g 3 t an i A , gn � �� �� �. �� � 5.1 -.,�s1 �h, Alt N A a r sd ai g a iyi M a� z m . . . Uv OCQaPZLu Zo $ } co P W � � a ! uj Lu w La Lu . . . . . 0 c t tt7 OD r r g of } o 4 306- g 4 V 1- y 1 a L CL --x � iEC5bi c x om N ~ Y d VULAL � �� n� IDS � MIR p > I Ila a* -A 1A IU-- Lij coc cc () M ♦ . . • W zz { { • R W uj � { • { • • i Y i . • . O z CL Lij oMpci wx Ot } � Cq tot Cc i Y r N aq W1 ^ a p if 4R , 3� > a7 � . . . . . . . . . . : " z � C Ln r o z � w k . c S2 j r> , ' 4 LU LU z PSI w m 3 i W J S t1) Ct L� 2 Jill mw ,. w I PZ Y t